You are on page 1of 260

NATIONAL HIGHWAYS AUTHORITY OF INDIA

ConsultancyServicesfor Appointment of Technical Consultant to


Carry out the Detailed Project Report for Upgradation/
Widening of Channrayapattana& Hassan Bypasses, 8 Grade
separated Structures, Service Road and other Road Safety
Measures essentialin Devihalli(Km.110.00) to
Hassan(km.189.500) section of NH 75, on EPC basis.

NIT No. 05/ NHAI/RO-BNG/23019/Tender/2017 Dated: 29.06.2017

REQUESTFOR PROPOSAL
(RFP)

June 2017

National Highways Authority of India


Regional Office, Bangalore-560073

Sy. No.13th, 14th Km,


Near Deepak Bus Stop, Nagasandra,
MS Ramaiah Enclave, Bengaluru –
Tumkur Road (NH-4),Bengaluru - 560 073

Telephone: 080-28397156, 080-28397171,


Fax: 080-28377171

1
INDEX
S. No. Content PageNo.
1 NoticeInvitingTender (NIT) s

2 Letter ofInvitation
3 Annex -I:Listof Projects alongwith PackageNos.
4 Annex-II:ProcedureofAssessmentofLeastCosttoNHAIunder special
circumstances

5 Data Sheet
6 Appendix-I: Terms ofReference
7 Supplement-I: Additional Requirements forHillRoads
8 Supplement-II:Additional Requirements forBridges
9 Supplement–III:Additionalrequirement forsafetyaudit
10 Enclosure-I: Manning Schedule
11 Enclosure-II: Qualification Requirements of KeyPersonnel
12 Enclosure-III:ScheduleforSubmission ofReports and Documents
13 Appendix–II: Formatsfor Eligibility
14 Appendix-III:Formats forTechnical Proposals
15 Appendix-IV:Formats for Financial Proposals
16 Appendix-V: Detailed Evaluation Criteria
17 Appendix-VI: Draft Contract Agreement

2
National Highways Authority of India

NOTICE INVITING TENDER(NIT)


1. NHAIhas been assigned thework ofconstruction Upgradation / Widening of
Channrayapattana& Hassan Bypasses, 8 Grade separated Structures, Service
Road and other Road Safety Measures essential in Devihalli(Km.110.00) to
Hassan(km.189.500) section of NH 75, on EPC basis.(Asper AnnexureI).

2. Proposals are hereby invited from eligible Consultants for


preparationofDetailedProjectReportconstruction of Upgradation / Widening of
Channrayapattana& Hassan Bypasses, 8 Grade separated Structures, Service
Road and other Road Safety Measures essential in Devihalli(Km.110.00) to
Hassan(km.189.500) section of NH 75, on EPC basis for a length of 77.3km (
Excluding bypasses, 4 lane has already been developed).TheLetterofInvitation
(LOI)andTermsof Reference(ToR) including RequestforProposal(RFP)isavailableonlineon e-
tenderportalof NHAI http:/nhai.eproc.in. The documentcanalsobe downloadedfrom NHAI
Website (www.nhai.org).CostoftheDocumentintheformofNon-refundabledocumentfeeof Rs.5,000
(RupeesFiveThousand only) in the form of Online Payment favouring NHAI and proof must be
furnished in a separate envelop while submitting the proposal.
3. TheRFPhas also beenuploadedon “INFRACON”(www.infracon.nic.in).Assuch
beforesubmittingtheproposaltheConsultantshallmandatorilyregisterandenlistthemselves
(thefirmandallkey personnel),ontheMoRTHportal“INFRACON”andfurnishregistration
detailsalongwithitsRFP.Acopy ofInfraconOperationProcedureisalsoenclosedforbidder’s reference.
4. AllthebiddersregisteredonInfraconshallformaTeamonInfraconandwhich wouldbe
assignedunique InfraconTeam ID.Bidderswhile submittingthe proposalshall quotethe
InfraconTeamID.

5. Bidmustbesubmitted onlineate-tenderportalofMORT&Hhttps:// nhai.eproc.inonor


before31/07/2017.

6. The following schedule is to be followed for this assignment


a. Publication date 29.06.2017
b. Bid submission Start date 29.06.2017
c. Last date for submission of queries: 10.07.2017 at 1700hrs
d. Pre-Bid Meeting date 17.07.2017 at 1100 hrs.
e. Bid submission End date 31.07.2017 upto 1500 hrs.
f. Bid opening date 01.08.2017 at 1530 hrs
Yours sincerely,

Tel: 080-28397171 / 28397156


E-mail: - robangalore@nhai.org (Y.V. Prasad)
Website: nhai.org/ http://nhai.eproc.in General Manager(Tech)&
Regional officer NHAI,
Bangalore-560073

3
LetterofInvitation(LOI)

Reference: NIT No.05/ NHAI/RO-BNG/23019/Tender/2017 Dated: 29/06/2017

Dear Sir,

Sub: Consultancy Services forpreparation of Detailed Project Report for Upgradation /


Widening of Channrayapattana& Hassan Bypasses, 8 Grade separated
Structures, Service Road and other Road Safety Measures essential in
Devihalli(Km.110.00) to Hassan(km.189.500) section of NH 75, on EPC basis
for a length of 77.3km ( Excluding bypasses, 4 lane has already been
developed).

1. Introduction

1.1 TheNHAIhas been entrusted with theassignment o f preparation of Detailed Project


Report of providing Upgradation / Widening of Channrayapattana& Hassan
Bypasses, 8 Grade separated Structures, Service Road and other Road
Safety Measures essential in Devihalli(Km.110.00) to Hassan(km.189.500)
section of NH 75, on EPC basis for a length of 77.3km ( Excluding
bypasses, 4 lane has already been developed).NHAInow invites proposal from
Technicalconsultantsforcarryingoutdetailedprojectreportas per detailsgiven inAnnexure-
1.

1.2 AbriefdescriptionoftheassignmentanditsobjectivesaregivenintheAppendix-I,
“Terms of Reference”.

1.3 TheNHAIinvitesProposals(the “Proposals”)throughe-tender(on-linebidsubmission)


forselectionof TechnicalConsultant(the“Consultant”)whoshallprepareDPR.A consultant
with “a Particular Team” may submit proposals for one
package.However,aConsultantisnotallowedto bidforapackagewithmore thanone team.For
the sake ofclarity,it ismentionedthat one consultant
cannotsubmittwoproposals/bidsforthesamepackage. Consultants are hereby invited to
submit proposals in the manner as prescribed in the RFP. A Consultant with “a Particular
Team” may submit only one “proof of eligibility (Part 1)” and “Technical Proposal (Part
II)” for the package applied for by them. However, the packages for which a Consultant
with “a particular Team” applies should be clearly mentioned. Financial proposal for the
package are to be submitted clearly. Financial proposal are only to be submitted online
and no hard copy of the financial proposal should be submitted. The most preferred
bidder (H-1) for the package would be determined on the basis of Quality and Cost as
mentioned in the RFP. Award of work to a Consultant with “a Particular Team” either as
sole or as in JV/Association shall be limited to one package only. The consultants are
hereby invited to submit proposals in the manner prescribed in the RFP.

1.4 The consultants shall submit proposals either in sole capacity or in JV or in Association.
4
Joint Venture/Association shall not have more than two firms. Any entity which has been
barred by the Ministry of Road Transport and Highways (MORTH) or its implementing
agencies for the works of Expressways, National Highways, ISC and EI Works and the bar
subsists as on the date of application, would not be eligible to submit the bid, either
individually or as a member of a Joint Venture.

1.5 Toobtainfirsthandinformationontheassignmentandonthelocalconditions,the
consultantsareencouragedtopay avisittotheclient,localStatePWDsandtheproject
sitebeforesubmittingaproposalandattendapre-proposalconference.They mustfully
informthemselvesoflocalandsiteconditionsandtakethemintoaccountinpreparing the
proposal.

1.6 FinancialProposalswillbeopenedonlyforthefirmsfoundtobeeligibleandscoring
qualifyingmarksinaccordancewithPara5hereof.Theconsultancy serviceswillbe awarded to
thehighest rankingconsultant on the basisof Qualityand Cost.

1.7 Pleasenotethat (i)costs ofpreparingtheproposal and of negotiatingthecontract, including


visitstotheClient,etc.,arenotreimbursableasadirectcostoftheassignment;
and(ii)Clientisnotboundtoacceptany oftheproposalssubmittedandreservetheright to reject
anyor allproposals without assigning anyreasons.

1.8 Theproposals must be properlysigned as detailedbelow:

1.8.1 i. bythe proprietor in caseof a proprietary firm


ii. bythepartnerholdingthePowerofAttorneyincaseofafirminpartnership(A
certifiedcopyofthePowerofAttorneyonastamppaperofRs.100/-andduly notarized
shallaccompanythe Proposal).
iii. byadulyauthorizedpersonholdingthePowerofAttorneyincaseofaLimited Company
oracorporation(Acertifiedcopy ofthe PowerofAttorneyonastamp paper of Rs.100/-
and duly notarized shall accompanythe proposal).
iv. by the authorized representative in case of Joint Venture.

1.8.2 IncaseaJointVenture/Associationoffirms,theproposalshallbe accompanied bya


certifiedcopyoflegallybindingMemorandumofUnderstanding (MOU)onastamp paper
ofRs.100, signed byallfirms to the jointventure confirmingthe followingtherein: i.
Dateand placeof signing
ii. PurposeofJointVenture/Association(mustincludethedetailsofcontractworks for
which thejoint venture has been invited to bid)
iii. Aclearanddefinitedescriptionoftheproposedadministrativearrangementsfor
themanagementandexecutionoftheassignment.Name ofLeadFirmandother partner
of JV should be clearlydefined in the MOU
iv. Delineationofduties/responsibilitiesandscopeof worktobeundertaken byeach
firmalong with resourcescommittedbyeachpartneroftheJV/Association for the
proposed services
v. Anundertakingthatthe JVfirmsarejointlyandseverallyliabletotheEmployer for
theperformanceof theservices
vi. Theauthorized representativeof thejoint venture/Association

5
TheAssociation firm shall givea Letter of Association, MOUas in i)tovi aboveexcept v,
letterofAuthorization,copiesofGPA/SPAforthe personsigningthe documentsanda
certificate of incorporation.

1.8.3 In case of Joint venture, one of the firms which preferably have relatively higher
experience,willactastheleadfirmrepresenting theJointVenture.Theduties,
responsibilitiesandpowersofsuchleadfirmshallbespecificallyincludedintheMOU
/agreement.Itisexpectedthattheleadpartner wouldbe authorizedtoincur liabilitiesand
toreceiveinstructionsandpaymentsforandonbehalfoftheJointVenture.Paymentto bemadeto
theJVcanalsobemadetotheaccountoftheJV.ForaJVto beeligiblefor bidding,theexperienceof
leadpartnerandother partner shouldbeasindicated indata sheet.

1.8.4 A firm can bidforaproject eitheras asoleconsultant orin theform of joint venturewith
otherconsultantorinassociationwithany otherconsultant.However,alternative proposalsi.e.
one assoleor inJV withotherconsultantandanother inassociation/JV withany
otherconsultantforthesame packagewillbesummarily rejected.Insuchcases, allthe involved
proposals shall be rejected.

1.9 Pre-proposal conferenceshallbeheld on thedate,time and venuegiven inData Sheet.

1.10 Bid Security

1.10.1 The applicant shall furnish as part ofits Proposal,aBid Securityof Rs.2,00,000 ( Rupeestwo
lakhs only) in the form of a Bank Guarantee issued by one of the
Nationalized/ScheduledBanksinIndia infavour of theNational Highways Authority of
India payableat Bangaluru(the“BidSecurity”)valid for
aminimumperiodof150days(i.e.30daysbeyondthevalidityofthebid)
fromthelastdateofsubmissionofproposals.ThisBidSecurityisreturnablenotlaterthan30(thi
rty)days fromthedateofOpeningoftheFinancialproposalsexceptincaseofthetwohighest
rankedApplicants. BidSecurity oftheSelectedApplicantandtheSecondrankedTeam
shallbereturned, upon theSelected Applicant signingthe Agreement.

1.10.2 AnyBidnot accompaniedbytheBidSecurityoftherequiredvalueandminimum required


validityshallberejected bytheAuthority as non-responsive.

1.10.3 TheNHAIshallnot beliable to payanyinterest on theBid Securityand thesameshallbe


interest free.
1.10.4 TheApplicant,bysubmittingitsApplicationpursuanttothisRFP,shallbedeemedto
haveacknowledgedthatwithoutprejudicetotheNHAIanyotherrightorremedy hereunder orin
law or otherwise, theBid Securityshallbeforfeited and appropriated by
theAuthorityasthemutuallyagreedpre-estimatedcompensationanddamagepayableto
theAuthorityfor,interaliathetime,costandeffortoftheNHAIinregardtoRFP including the
consideration and evaluation of the Proposal under the following conditions:
(a) If an Applicant withdraws its Proposal during the period of its validity as specified
in this RFPandas extended bytheApplicant from timeto time
6
(b) In thecaseoftheSelectedApplicant,iftheApplicantfailsto reconfirmits commitments
duringnegotiations as required videPara6

(c) In thecaseof aSelectedApplicant, if theApplicant fails to sign theAgreement

2 Documents

2.1 Toenableyoutoprepareaproposal,pleasefindandusetheattacheddocumentslistedin the Data


Sheet.

2.2 ConsultantsrequiringaclarificationofthedocumentsmustnotifytheClient,inwriting, by1700


hrs.,10/07/2017.Any requestforclarificationinwritingorby tele-fax/e-mail mustbesent
totheClient’saddressindicatedintheDataSheet.TheClientwillupload replies to pre-bid
querieson its website.

2.3 Atanytimebeforethesubmissionofproposals,theClientmay,foranyreason,whether
atitsowninitiativeorinresponsetoaclarificationrequestedbyaConsultingfirm, modify
theDocumentsbyamendmentorcorrigendum.Theamendmentwillbeuploaded onNHAI
website. TheClientmayatitsdiscretionextendthedeadline for thesubmissionof
proposalsandthe sameshallalsobeuploadedonNHAIwebsite.

3. Preparation ofProposal

Theproposal must be prepared in threeparts viz.,


Part 1: Proofof eligibility
Part 2: Technical Proposal
Part 3: Financial Proposal

3.1 Document in support ofproofof eligibility

3.1.1 Theminimumessentialrequirementinrespectofeligibilityhasbeenindicatedinthe
DataSheet.Theproposalfounddeficientinany respectoftheserequirementswillnotbe
consideredforfurtherevaluation.Thefollowing documentsmustbefurnishedinsupportof
proof ofeligibilityas per Formatsgiven in Appendix-II:

(i) Forwarding letterforProofofEligibility inthe Form-E1.

(ii) Firm’srelevantexperienceandperformanceforthelast7years:Project
sheetsinsupportof relevantexperience asperForm-E2/T3 supportedby the
experiencecertificatesfrom clientsinsupportof experienceasspecifiedindata
sheetfortheprojectsizepreferably interrainofsimilarnatureasthatofproposed
projectshallbesubmitted.Certificateshouldindicateclearly thefirms
Design/DPRexperience,in2/4-/6-laning ofhighway,structureslike bridges,
Viaducts,tunnels,hillslope stabilization,rockbolting,groundimprovement,etc. Scope
of services rendered by the firm should be clearly indicated in the
certificateobtainedfromtheclient.TheinformationgiveninFormE2/T3shall alsobe
7
consideredaspart of Technical Proposalandshallbe evaluated
accordingly.TheConsultantsarethereforeadvisedtoseecarefully theevaluation
criteriafor Technical Proposal and submitthe Project Sheets accordingly.

(iii) Firm’s turnoverforthelast 5 years: Atabular statement as in Form E3 showing


theturnoverofthe applicantfirm(s)for thelastfiveyearsbeginningwiththelast
financialyearcertifiedbytheCharteredAccountalongwithcertifiedcopiesof theaudit
reportsshallbesubmitted in support ofthe turnover.

(iv) Documentfee:ThefeeforthedocumentamountingtoRs.5,000(RupeesFive
Thousandonly)intheformof online payment favoringNational Highways
Authority of India payable at New Delhi while submitting the proposal.

(v) BidSecurity:BankGuaranteeinsupportofbidsecurityforanamountspecified
inDataSheetandhavingvalidity foraminimumperiodof150days(i.e.30days beyond
the validityofthe bid),fromthe lastdate of submissionof proposals in the Form E4.

(vi) PowerofAttorneyonastamppaperofRs.100anddulynotarizedauthorizingto submitthe


proposal

(vii) IncaseaJointVenture/Associationoffirms,theproposalshallbeaccompanied
byacertifiedcopyoflegallybindingMemorandumofUnderstanding(MOU)on
astamppaperofRs.100,signedbyallfirmstothejointventure/Association as detailed at
para1.8.2 above

3.1.2 Theminimumessentialrequirementinrespectofeligibilityhasbeenindicatedinthedata
sheet,theproposalfounddeficientinany respectoftheserequirementswillnotbe considered for
further evaluation.

3.2 Technical Proposal

3.2.1 YouareexpectedtoexaminealltermsandinstructionsincludedintheDocuments.
Failuretoprovideallrequestedinformationwillbeatyourownriskandmayresultin rejection
ofyour proposal.

3.2.2 Duringpreparationofthetechnicalproposal,youmustgiveparticularattentiontothe following:

Totalassignmentperiodisasindicatedintheenclosed TOR.Amanningschedule in
respectofrequirement ofkeypersonnelisalsofurnishedintheTORwhichshallbe
thebasisofthefinancialproposal.Youshallmakeyourownassessmentofsupport
personnelbothtechnicalandadministrative toundertake theassignment.Additional
supportandadministrative staffneedtobe providedfortimelycompletionoftheproject
withinthetotalestimatedcost.Itisstressedthatthetimeperiodfortheassignment indicated
intheTOR should be strictlyadhered to.

3.2.3 ThetechnicalproposalshallbesubmittedstrictlyintheFormatsgiveninAppendix-III
And shallcomprise offollowingdocuments:
8
i) ForwardingletterforTechnicalproposaldulysignedbytheauthorizedpersonon behalf
ofthe bidder, as inForm-T-1

ii) DetailsofprojectsforwhichTechnicalandFinancialProposalshavebeensubmitted
byaConsultant with a particularTeam as in Form-T-2

iii) Firm’sreferences-RelevantServicescarriedoutinthelastsevenyearsasperForm- E2/T-


3.ThisinformationsubmittedaspartofProofofEligibility shallbeevaluated and need not
be submitted again as apart ofthe Technical proposal

iv) SiteAppreciation:limitedtofourA4sizepagesin1.5spaceand12fontincluding
photographs, if any(Form-T-4).

v) CommentsonTermsofReference:limitedtotwoA4sizepagesin1.5spaceand12 font
(Form-T-5).

vi) ThecompositionoftheproposedTeamand TaskAssignmenttoindividualpersonnel:


Maximumthreepages(Form-T-6).

vii) Proposed methodology for the execution of the services illustrated with bar charts of
activities, including any change proposed in the methodology of services indicated in
the TOR, and procedure for quality assurance: Maximum 4 pages (Form-T-7)

viii) The proposal should clearly identify and mention the details of Material Testing lab
facilities to be used by the Consultants for the project (Form-T-8). In this connection,
the proposals of the Consultants to use in-house lab facilities up to a distance of
maximum 400 kmfromthe project site being feasiblewould be accepted. For all other
cases suitable nearby material Testing Laboratory shall be proposed before Contract
Agreement is executed.

ix) The proposal shall indicate as to whether the firm is having the facilities for carrying
out the following field activities or these are proposed to be outsourced to specialized
agencies in the Form- T-9.

a) Pavement Investigation
b) Geo-technical Investigation

In case the consultant envisages outsourcing any or all of the above services to the
expert agencies, the details of the same indicating the arrangement made with the
agencies need to be furnished. These agencies would however, be subject to approval
of the client to ensure quality input by such agencies during technical negotiation
before award of the work. For out-sourced services, proposed firms/consultants
should have such experience on similar projects

x) Details of office equipment and softwareowned bythe firm in Form- T -10


xi) CVs of KeyPersonnel in Form – T11.
9
3.2.4 CVs ofKeyPersons:

i) TheCVsofthekeypersonnelintheformatasperFormT-11istobefurnished.Itmay please
beensuredthattheformatisstrictlyfollowedandtheinformation
furnishedthereinistrueandcorrect.TheCVmustindicatetheworkinhandand theduration
till which the person will be required to be engaged in that assignment. Experience
certificates shall also be submitted. If any information is found incorrect, at any stage,
action including termination and debarment from future NHAI projects upto 2 years
may be taken by NHAI on the personnel and the Firm.

ii. No alternative to key personnel may be proposed and only one CV may be submitted
foreachposition. The minimum requirementsofQualificationand
ExperienceofallkeypersonnelarelistedinEnclosure-II ofTOR. CVofaperson
whodoesnotmeetthe minimum experience requirementasgivenatenclosure-II of TOR
shallbe evaluatedandthe marksobtainedshallbe takenintoconsideration
duringevaluationof TechnicalProposal(exceptTeam leader).Howeverifafirm
withsuchkeypersonnelisdeclaredthe “mostpreferredbidder”foraparticular
package,suchkey personnelshouldbe replacedatthe timeofContract
NegotiationswithapersonmeetingrequirementsofQualificationandExperience
asgivenatenclosure-IIof TOR andwhose CVsecures75% marksandabove.Ifa
proposedkeypersonneldoesnotpossessthe minimum(essential) educational
qualificationas givenat enclosure-IIofTOR,Zeromarksshallbeassignedtosuch
CVandsuchCVshallnotbeevaluatedfurther.The CV oftheproposedTeam
Leadershouldscoreatleast75% marksotherwisetheentireproposalshallbe
consideredtohavefailedintheevaluationofTechnicalProposalsandshallnot be
considered for opening of FinancialProposals.

iii. TeamLeader,HighwaycumPavementEngineer,BridgeEngineer,Geo-technical and


Senior survey engineer shouldbeavailable from beginningoftheproject.Key
Personnelnamely Trafficand safetyexpertis allowedtobedeployed/proposed as
intermittent.IfsameCV issubmittedby two ormore firms for zeromarksshallbe
givenforsuchCVfor allthefirms.

iv. Theavailabilityofkeypersonnelmustbeensuredforthedurationoftheproject
asperproposedwork program.Ifafirmclaimsthata key personnelproposed
bythemisapermanentemployeeofthefirm(thepersonnelshouldhaveworked
inthefirmcontinuouslyforaperiodofatleast1year,acertificatetotheeffect along
withpayslips arerequired to besubmitted.

v. The age limitforkey personnelis70yearsasonthe date ofbidsubmission.


exceptforSeniorsurveyengineerinwhichcasetheagelimitis65years.Theproofof
ageandqualificationof thekeypersonnelmustbefurnishedinthetechnical proposal.

vi. Anundertakingfromthekeypersonnelmustbefurnishedthathe/shewillbe
availableforentiredurationoftheprojectassignmentandwillnot engage
10
himself/herselfinany otherassignmentduringthe currency ofhis/herassignment on the
project. After the award of work, in case of non-availability of key personnelinspite
ofhis/herdeclaration,he/sheshallbe debarredforaperiodof two years for all projects
ofNHAI.

vii. Agelimitforsupportingstafftobedeployedonprojectis65yearsasonthedate of bid


submission.

viii. AgoodworkingknowledgeofEnglishLanguageisessentialforkeyprofessional staff on


this assignment. Studyreports must be in EnglishLanguage.

ix. Photo,contactaddressandphone/mobilenumberofkeypersonnelshouldbe furnished in


theCV.

x. AvailabilityoffewkeypersonnelengagedforpreparationofDetailedProject
Reportfortheenvisagedprojectmay beensuredduringfirst 3to4monthsafter startof
thecivil workatsiteduring theperiodofsurveyandreviewofDPRbythe
Supervisionconsultant/Authority Engineer.Forthispurpose, paymentshallbe made
asperactualsitedeploymentofthe key personnelatthe man monthrates quoted bythe
firm in their financial proposal.

xi. Itmay pleasebenotedthatincasetherequirementofthe‘Experience’ofthe


firm/consortiumasmentionedinthe “ProofofEligibility’is metbyanyforeign
company,theirrealinvolvementforthe intendedprojectshallbe mandatory. This canbe
achievedeitherby includingcertainman-monthsinputofkey experts belongingtothe
parentforeigncompany,orby submittingatleastthe draft feasibility report and draft
DPR dulyreviewed bythe parent firm and theirpaying visittothe site
andinteractingwithNHAI. In case ofkey personnelproposedby
theforeigncompany,theyshouldbeonitspayrollforatleastlastsixmonths (from
thedateof submission).
xii. Incaseafirmisproposingkeypersonnelfromeducational/researchinstitutions,
a‘NoObjectionCertificate’fromtheconcernedinstitutionshouldbe enclosed
withtheCVoftheproposedkey personnelcommittinghisservicesfortheinstant project.

xiii) Original Curriculum Vitae (CV) and photocopies of certificates shall be recently
signed in blue ink by the proposed key professional staff on each page and also
initialed by an authorized official of the Firm and each page of the CV must be
signed. The key information shall be as per the format. Photocopy of the CVs will
not be accepted. Unsigned copies of CVs shall be rejected.

3.2.5 Thetechnical proposal must not include anyfinancial information.

3.3 FinancialProposal

3.3.1 TheFinancialproposalshouldincludethecostsassociatedwiththeassignment.These
11
shallnormally cover:remunerationforstaff(foreignandlocal,inthefield,officeetc),
accommodation,transportation,equipment,printingof documents,Surveys,Geotechnical
Investigationsetc. Thiscostshouldbe brokendown intoforeignandlocalcosts.Your
financialproposalshouldbepreparedstrictly using,theformatsattachedinAppendix–
IV.Yourfinancialproposalshouldclearly indicatetheamountaskedforbyyouwithout any
assumptions ofconditionsattachedtosuchamounts. Conditional offerorthe
proposalnotfurnishedintheformatattachedinAppendix-IVshallbe considerednon- responsive
and is liable to berejected.

3.3.2 Thefinancialproposalshalltakeintoaccountalltypesofthetaxliabilitiesandcostof
insurancespecified in theData Sheet.

3.3.3 CostsshallbeexpressedinIndianRupeesincaseofdomesticaswellasforforeign
Consultant.ThepaymentsshallbemadeinIndianRupeesbytheNHAIandtheConsultantthemse
lveswouldberequiredtoobtainforeign currency
totheextentquotedandacceptedbyNHAI.Rateforforeignexchangefor
paymentshallbeattherateestablishedbyRBIapplicableatthetimeofmakingeach
paymentinstallmentonitemsinvolving actualtransactioninforeigncurrency.No
compensation doneto fluctuation of currencyexchangerateshallbemade.

3.3.4 Consultantsarerequiredtochargeonlyrentalofequipment/software(s)usesoasto economizein


their financial bid.

4 SubmissionofProposals

4.1 The Applicants shall submit the proposal (Proof of Eligibility and Technical Proposal) in
hard bound form with all pages numbered serially and by giving and index of
submissions. Applications submitted in other forms like spiral bound form; loose form etc
shall be rejected. Copies of Applications shall not be submitted and considered. A
Consultant with “a Particular Team” may submit only one hard copy (in original) of
“proof ofeligibility (Part 1)” and“TechnicalProposal (Part II)” toNHAI for all
thepackagesappliedbythemwithaparticularteamonorbeforethedeadlineofsubmissionofbids.
Aconsultantcanapply for aparticularpackage withoneteamonly. The packages forwhich a
Consultantwith “a ParticularTeam”applies
shouldbeclearlymentionedintheirproposal.However,Consultantsarerequired
tosubmitacopyofProofofEligibilityandTechnicalProposalonlineseparatelyforeachpackage.
Financialproposal for eachpackagearetobesubmitted separately.
Financialproposalareonlyto besubmittedonlineandno hardcopy ofthefinancialproposal
shouldbesubmitted.

4.2 You must submit original proposal as indicated in the Data Sheet.“Proof of
Eligibility”inoriginal and hardboundshouldbeenclosedinanenvelopewhich
shouldbemarkedas “Part-I –ProofofEligibility”.Similarly, “Technical Proposal”
inoriginalandhard boundshouldbeenclosedinanenvelopewhichshouldbe markedas“Part-II–
TechnicalProposal”
Theproposalwillbesealedinanouterenvelopewhichwillbeartheaddressandinformationindicat
edintheDataSheetand shall be submittedto NHAIon or before the deadline for submission
12
of bids. The envelope must be clearlymarked:

RFP No. 05/ NHAI/RO-BNG/23019/Tender/2017 Dated: 29.06.2017.


Project Name…Consultancy Services for Appoint ment of Technical
Consultant to Carry out the Detailed Project Report for Upgradation/
Widening of Channrayapattana& Hassan Bypasses, 8 Grade separated
Structures, Service Road and other Road Safety Measures
essentialinDevihalli(Km.110.00) to Hassan(km.189.500) section of
NH 75 in the State of Karnataka.

Do not open, except in presenceofthe evaluationcommittee

4.2.1 This outer envelope will contain three separate envelopes. The first envelope containing
“Proof of Eligibility” (which should be clearly marked), the second envelope
containing “Technical Proposal” (which should be clearly marked) and the third envelope
containing a proof of online deposit of Rs.5,000/- (cost of RFP), Bid Security of required
amount mentioned in the RFP Application processing fee is free of cost. Only one bid
security and DD payment of Rs. 5000/ (as cost of Document) may be submitted by a
consultant applying with a particular team for the package.

4.2.2 Theproposalmustbepreparedinindelibleinkandmustbesignedbytheauthorized
representativeoftheconsultants.Theletterofauthorizationmustbeconfirmedby a
writtenpowerofattorney accompanying theproposals.AllpagesoftheProofof
EligibilityandTechnicalProposalmustbeinitialed by thepersonorpersonssigningthe
proposal.

4.3 Theproposal mustcontain no interlineations or overwritingexcept as necessaryto correct


errorsmadeby theConsultantsthemselves,inwhichcasessuchcorrectionsmustbe initialed
bythe person orpersons signingthe proposal.

4.4 YourcompletedProofofeligibilityandTechnical proposal(inhardcopy)mustbe


deliveredonorbeforethetimeanddate attheaddressstatedinDataSheet.Proof of
Eligibility,TechnicalProposalandFinancialProposalfor each packageshallhavetobe
submitted online also on or beforethe time and date at the address stated inData Sheet

4.5 YourproposalmustbevalidforthenumberofdaysstatedintheDataSheetfromthe closingdate of


submission of proposal.

5 Proposal Evaluation

5.1 TheproposalswouldbeevaluatedbyaCommitteeconstitutedbyNHAI.A three-


stageprocedurewillbeadoptedinevaluating theproposal.Inthefirststage-Proof of
Eligibility,itwillbeexamined as to whether:

i) The proposal is accompanied by Document fee


ii) The Proposal is accompanied by Bid Security of required value and of validity equal or
13
more than the minimum required validity
iii) The firms(s) have required experience
iv) The firms(s) have required turnover
v) The documents are properly signed by the authorized signatories and whether the
proposal contains proper POA as mentioned at para 1.8.1 above
vi) The proposals have been received on or before the dead line of submission.
vii) In case a Joint Venture/Association of firms, the proposal shall be accompanied by a
certified copy of legally binding Memorandum of Understanding (MOU) on a stamp
paper of Rs.100, signed by all firms to the joint venture/Association as detailed at para
1.8.2 above

Incaseanswerstoany oftheaboveitemsis‘No’thebidshallbedeclaredasnon- responsive and


shallnotbe evaluated further.

AConsultantsatisfyingtheminimumEligibility CriteriaasmentionedintheDatasheet andwho


hadsubmitted the above mentioned documentsshallbe declared“pass” in Proof
ofEligibility andtheTechnicalProposalsofonlythoseconsultantsshallbeopenedand evaluated
further.

5.2 In the second stage the Technical proposal shall be evaluated as per the detailed
evaluation criteriagivenin Data Sheet.

Aproposalsecuring 75pointsshallbedeclaredpassintheevaluationofTechnical Proposal.The


technical proposalshouldscore at least 75 points out of100to be
consideredforfinancialevaluation.TheCVoftheproposedTeamLeadershould
scoreatleast75%marksotherwisetheentireproposalshall beconsideredto have
failedinthe evaluationofTechnicalProposalsandshallnotbe consideredforopening of
Financial Proposals.

5.3 Evaluation ofFinancialProposal

5.3.1 In caseof only a single bid is received in 1st call by due date of receipt, tender process
shall be cancelled. In case of re-bidding, again single bid received then it may be opened.
The single responsive bid on evaluation of multiple bids (2 or more) will not be treated as
a single bid, even in 1st call and that financial bid of such single bidder may be opened for
further consideration. The acceptance of the bid may be considered after assessing the
reasonability of the quoted price and with proper justification by the Competent
Authority. Forfinancialevaluation,total costoffinancialproposalexcluding
ServiceTaxshallbeconsidered.ServiceTaxshallbe payable extra.

5.3.2 The evaluation committee will determine whether the financial proposals are
14
complete (i.e.whetherthey
haveincludedcostofallitemsofthecorrespondingproposals;ifnot,thentheircostwillbeconsider
edasNIL buttheconsultantshallhoweverbe requiredtocarry
outsuchobligationswithoutanycompensation).Incase,ifclientfeels thatthe work cannotbe
carried outwithinoverallcostof financialproposal,the proposal
canberejected.Theclientshallcorrectanycomputationalerrorsandcorrectpricesin
variouscurrenciestothesinglecurrencyspecifiedinDataSheet.Theevaluationshall exclude
those taxes,duties,fees,leviesandotherchargesimposed underthe applicable law&applied to
foreigncomponents/ resident consultants.

5.3.3 For a package, the procedure as mentioned at Clauses 5.3.4, 5.4 and, 5.5 as mentioned
below shall be followed for determining the “most preferred bidder (H-1 bidder)” for this
package.

5.3.4The lowestfinancialproposal(FM)willbegivenafinancialscore(SF) of 100points.The financial


scores of otherproposals will be computed as follows:

SF=100xFM/F
(SF=FinancialScore,FM=Amountoflowestbid,F=Amountoffinancialproposal converted in
thecommon currency)

5.4 CombinedevaluationofTechnicalandFinancialProposals.Proposalswillfinallybe
rankedaccordingtotheircombinedtechnical(ST)andFinancial(SF)scoresusingthe weights
indicated in theData Sheet:

S= STxT + SFxf
Where,
S=CombinedScore,
ST=Technical Score out of 100
SF= Financial Score out of 100

Tandfarevaluesofweightagefortechnicalandfinancialproposalsrespectivelyas given in the


Data Sheet.

5.5 Foraparticularpackage,aConsultantwitha“particularTeam”havingthemaximum
Combined score (S) shallbedeclared as themostpreferred bidder(H-1).

5.6 Deleted.

6 Negotiations

6.1 Prior to the expiration period of proposal validity, the Client will notify the most
preferredConsultant/Bidderi.e.thehighestrankingconsultantinwritingbyregistered letter, e-
mail, or facsimile and invite him to negotiatethe Contract.
15
6.2 Beforethestartofnegotiations,themost preferredConsultant/Bidder(H-1)shallbe
askedtogivejustificationforthecostquotedbythemtothefullsatisfactionof NHAI.

Eachkey personnelofthepreferredconsultantshallbecalledforinterviewatthetimeof
negotiation at thecost ofconsultant beforethe award ofwork.

6.3 Negotiationsnormallytaketwotothreedays.Theaimistoreachagreementonallpoints and


initial a draft contract bythe conclusion ofNegotiations.

6.4 Negotiations will commence with discussion on technical proposal, the proposed
methodology(workplan),staffingandanysuggestionsmadetoimprovetheTOR,the staffing
andbar charts,whichwillindicateactivities, periodsinthe field andinthe home
office,staffmonths, logistics andreporting.Thefinancialproposal issubject to
rationalization.Specialattentionwillbepaidtooptimizetherequiredoutputsfromthe
Consultantswithintheavailablebudgetandtodefineclearly theinputsrequiredfromthe Client
to ensuresatisfactoryimplementation of theAssignment.

6.5 Changesagreeduponwillthenbereflectedinthefinancialproposalusingproposedunit rates.

6.6 Having selected Consultants, among other things, on the basis of an evaluation of
proposedkey professionalstaff,theClientexpectstonegotiate,withintheproposal validity
period,acontractonthebasisofthestaffnamedintheproposaland,priorto
contractnegotiations,willrequireassurancesthatthestaffwillbeactually available.The
Clientmayasktogiveareplacement forthekeyprofessional who hasscoredless
than75%marksbya personofatleast 75%score.Noreductioninremuneration would
bemadeonaccount ofabove change.

TheClientwillnotconsidersubstitutionsduring contractnegotiationsexceptincasesof
incapacity ofkey personnelforreasonsofhealth.Similarly,afterawardofcontractthe
Clientexpectsalloftheproposedkeypersonneltobeavailableduringimplementationof
thecontract.Theclientwillnotconsidersubstitutionsduring contractnegotiations/
contractimplementationexceptunderexceptionalcircumstances.Forthereasonother
thandeath/extrememedicalground,wherereplacementisproposedbytheConsultant
duetononavailabilityoftheoriginallyproposedkey personnelorincaseswhere
replacementhasbecomenecessaryas akeypersonnelproposedbytheConsultanthas
beenfoundtobeunsuitablefortheprojectbyNHAIduringcontract negotiations/
contractimplementation,thefollowing shallapply (i)fortotalreplacementupto33%of
keypersonnel,remunerationshallbereducedby5%(ii)fortotalreplacementbetween33%to50%
,remunerationshallbereducedby10%(iii)fortotalreplacementbeyond50%and66%remunerati
onshallbereducedby15%(iv)fortotalreplacementbeyond66%ofthetotalkey
personnel,theClientmayinitiateactionfordebarmentofsuch
consultantforfutureprojectsofNHAIforaperiodof6months to24 months. Iffor
anyreasonbeyondthe reasonable controlofthe consultants, it becomes
necessarytoreplaceanyofthepersonnel,theconsultantsshallforthwithprovideas a
replacement a personofequivalent orbetter qualificationandexperience.

16
6.7 The negotiations will be concluded with a review of the draft Contract Agreement
attachedatAppendix-VI.The ClientandtheConsultantswillfinalize the contractto conclude
negotiations.

6.8 IfaConsultantfailstoconcludethenegotiationswithNHAIorincaseaconsultant
withdrawswithoutstarting/completingthe negotiationswithNHAI, itshallattract penalty–
encashment ofBid Securitysubmitted bythe Consultant

7 PerformanceSecurity

Theconsultantwillfurnishwithin15daysoftheissueofLetterofAcceptance
(LOA),anunconditionalBankGuaranteefromaNationalisedBank,IDBI orICICI/ICICI
Bank/ForeignBank/EXIMBank/AnyScheduledCommercialBankapprovedbyRBI having
anetworthofnotlessthan500croreasperlatestAnnualReportoftheBank. In
thecaseofaForeignBank(issuedbyaBranchinIndia)thenetworthinrespectof
Indianoperationsshallonlybetakenintoaccount. IncaseofForeignBank,theBG issuedby
ForeignBankshouldbecounterguaranteedby any NationalisedBankinIndia.
IncaseofJV,theBGshallbefurnishedonbehalfofthe JVorbytheleadmemberofthe
JVsforanamountequivalentto10%ofthetotalcontractvaluetobereceivedby him
towardsPerformanceSecurity validforaperiodofthreeyearsbeyondthedateof completion
ofservices, or end of civil works contract, whichever
earlier.TheBankGuaranteewillbereleased by NHAIuponexpiry of3years beyondthe
date ofcompletionofservices, or end of civil works contract, whichever earlier,
providedrectificationof errorsif any, foundduringimplementationofthe contractfor
civil workandsatisfactory report byNHAIinthis
regardisissued.IfaConsultantfailstosubmitthe Performance Security
(asspecifiedabove),itshallattractpenalty–encashment ofBidSecurity submitted
bytheConsultant

8. Penalty

Theconsultantwillindemnifyforanydirectlossordamagethataccrueduetodeficiency
inservicesincarryingoutDetailedProjectReport.Penalty shallbeimposedonthe
consultantsforpoorperformance/deficiencyinserviceasexpectedfromtheconsultant and as
stated in GeneralConditions of Contract.

9. AwardofContract

AftersuccessfulNegotiationswiththeselectedConsultanttheClientshallissueletterof
awardandasktheConsultanttoprovide Performance Security asinPara 7above.If
negotiations(asperpara 6above)failortheselectedConsultantfailtoprovide performance
security within the prescribed time or the Consultant fail to sign the
ContractAgreementwithinprescribedtimetheClientmay invitethe 2 ndhighestranking
bidderConsultant for Contract negotiations and follow theprocedureoutlined in Para6,9
and 10 ofthisLetter ofInvitation.

10. Signing ofContract Agreement

17
Afterhavingreceivedtheperformancesecurity andverifiedit,theClientshallinvitethe
selectedbidderforsigning ofContractAgreementonadateandtimeconvenienttoboth parties
within 15 days ofreceiptof valid PerformanceSecurity.

11. TheClientshallkeepthebiddersinformedduringtheentirebiddingprocessandshall host the


followinginformation on its website:
i) NoticeInvitingTender (NIT)
ii) Request For Proposal (RFP)
iii) Replies to pre-bid queries, if any
iv) Amendments/corrigendum to RFP
v) Listof bidderswho submitted the bids up to the deadlineof submission
vi) List of bidders who did not pass the eligibility requirements, stating the broad deficiencies
vii) Listof bidderswho did not pass the Technical Evaluation statingthe reasons.
viii) Listof biddersalong with thetechnical score, who qualified foropeningthefinancial bid ix)
Final Scoreof qualified bidders
x) Name ofthe bidders whois awarded theContract

12. Confirmation

Wewouldappreciateyouinformingusbyfacsimile/e-mailwhetherornotyouwill submit a
proposal.

Thankingyou.

Yours faithfully

(Y.V.Prasad Reddy)
General Manager(Tech)& RO
NHAI, RO, Bangalore.
Encl. as above

18
Annex-1

Details ofthe stretch proposed forDPR preparation

Upgradation / Widening of Channrayapattana& Hassan Bypasses, 8 Grade


separated Structures, Service Road and other Road Safety Measures essential in
Devihalli(Km.110.00) to Hassan(km.189.500) section of NH 75, on EPC basis for
a length of 77.3km in the State of Karnataka ( Excluding bypasses, 4 lane has
already been developed).

S.No NH No. Section Tentative Remarks.


Length
(in km.)
1 2 3 5 6
1 NH-75 ChnnarayapattanaByepass 4 9.15 Feasibility & DPR for
laning including Structures / possibility of
Grade separated structures. Replacement of At-
2 NH-75 Hassan Byepass 4 laning 9.75 Garde junctions with
including Structures / Grade
RCUT/ LVUP/ VUP
separated structures & 2 no
ROB’s. from Road Safety
3 NH -75 Kadahalli Junction with VOP / 01 point of view.
VUP
4 NH - 75 Service Road. 30
5 NH - 75 Other Safety measures essential LS
based on the site investigation.

19
DATA SHEET

I (References to corresponding paragraphs of LOI are mentioned alongside)

1. The Name of the Assignment and description of project as mentioned in Annex-I (Ref.
Para 1.1)

(The Name of project and Package No. should be indicated in the format given in the
technical proposal)

2. The name of the Client is : National Highways Authority of India

3. Duration of the Project : 3Months

4. Date, Time and Venue of Pre-proposal Conference

Date : 17/07/2017

Time : 11.00 hrs

Venue :NHAI, RO, Near Nagasandara Metro Stn, Bangalore-560073 (Ref. Para 1.9)

5. The Documents are :

i Appendix – I : Terms of Reference (TOR)

ii Appendix – II : Format for Proof of Eligibility

iii Appendix – III : Formats for Technical Proposal

iv Appendix – IV : Formats for Financial Proposal

v Appendix – V : Draft Contract Agreement

(Ref. Para 2.1)

6. Bid Security :Rs. 2 lakhs (Ref Para 1.10)

7. Tax and Insurance (Ref. Para 3.3.2)

(i) The Consultants and their personnel shall pay all taxes (including service tax), custom
duties, fees, levies and other impositions levied under the laws prevailing seven days before
the last date of submission of the bids. The effect of any increase/decrease of any type of
taxes levied by the Government shall be borne by the Client/Consultant, as appropriate.

(ii) Limitations of the Consultant’s Liability towards the client shall be as per Clause 3.4 of
Draft Concession Agreement.

20
(iii) The risk and coverage shall be as per Clause 3.5 of Draft Contract Agreement.

8. Thenumberofcopies ofthe proposalrequiredto be submitted:1 no. (ref. para4.1)

9. The address is--------- (Ref.para4.2)

Shri.Y.V. Prasad
General Manager (T)
Karnataka Region, Regional Office, Bengaluru
Bengaluru-Tumkur Road (NH-4),
MS Ramaiah Enclave,
Near Nagasandra Metro Station,
Bengaluru-560 073

The envelopes mustbeclearlymarked:

i. Original Proposal;
ii. Documents in proof of eligibility and technical proposal as appropriate; and,
iii. Do not open,except in presence of the eva lu at io n committeeon the outer envelope.
iv. RFP No. 05/ NHAI/RO-BNG/23019/Tender/2017 Dated: 29.06.2017.
Project Name…Consultancy Services for Appoint ment of Technical
Consultant to Carry out the Detailed Project Report for Upgradation/
Widening of Channrayapattana& Hassan Bypasses, 8 Grade separated
Structures, Service Road and other Road Safety Measures
essentialinDevihalli(Km.110.00) to Hassan(km.189.500) section of
NH 75 in the State of Karnataka.

vi. Name and Address of Consultant

10. Thedate, time and Address of proposal submission are

Date : 10.08.2017
Time : 1100 Hrs.
Address : Shri.Y.V. Prasad
General Manager (T)
Karnataka Region, Regional Office, Bengaluru
Bengaluru-Tumkur Road (NH-4),
MS Ramaiah Enclave,
Near Nagasandra Metro Station,
Bengaluru-560 073.

(Ref. Para4.4)

11. Proposal Validityperiod(Numberof days): 120 days (Ref. Para4.5)

21
12. Evaluation criteria: (Ref. Para3&5)

12.1 First stage evaluation– eligibilityrequirement. (Ref. Para3.1&5.1)

22
Table-1: MinimumEligibility Requirements
S.No. Minimum experience and performance of Annual averageturnover
PreparationofDPRofHighways/Bridgesin the
last7years(NH/SH/Equivalent) (for past
performance attachundertaking for any
litigation history/ andarbitration).
Further, the Equivalent means highways,
Expressway, bridges, tunnel and airfields.

1 A Firm applying for a package should have Annual average turnover for
Experience of preparationof Detailed Project last3yearsof thefirmshould be
Reportoffour/sixlane/Feasibility offour/sixlane equaltoor morethan Rs.5.00
projectsofaggregate lengthequalto the indicative
Crores.
length of the package (i.e. 3km if the indicative
length of the package is 3 km). Firm should have
also prepared DPR for at least one project of 4/6
laning of minimum 40% of the indicative length of
the package (i.e. 1.2km if the indicative length of
the package is 3km) Or Feasibility Study of
four/six laning of minimum 60% of the indicative
length of the package (i.e. 46.4km if the indicative
length of the package is 77.3km).

Note:The experience ofa firminpreparationof


DPRfor a privateconcessionaire/contractorshall be
considered only if the experience certificate is
authenticated by the concerned competent
Government department/authority.

i) Thesole applicant shall fulfillalltherequirementsgiven in Table-1.

(ii) IncaseofJV,theLeadPartnershouldfulfill atleast75%ofalleligibility requirements andthe other


partner shall fulfill at least 50% of all eligibility requirements.

(iii)Iftheapplicantfirmhas/havepreparedtheDPR/FSprojectssolelyonitsown,
100%weightageshallbegiven.IftheapplicantfirmhaspreparedtheDPR/FSprojects asa leadpartner ina
JV, 75% weightage shallbegiven.If theapplicantfirmhave
preparedtheDPRprojectsastheotherpartner(notleadpartner) inaJV50%weightage
shallbegiven.IftheapplicantfirmhavepreparedtheDPR/FSprojectsasanassociate,
25%weightageshallbegiven.

23
12.2 Secondstagetechnicalevaluation(Refer 5.2)

S.No. Description Points


1 Firm's relevant experience in last 7 years 20
2 Adequacy of approach and methodology 5
Material testing, survey & investigation, equipment and
3 15
software proposed to be used
Qualification and relevant experience of the proposed key
4 60
personnel
Total 100

Further break-up of each criteria has been detailed out below:

A. Firm's relevant experience in last 7 years

For standard highways, the following is the break-up:


S.No Description Maximum Sub-
Points Points

1 Specific experience of the DPR consultancy related 12


to the assignment for eligibility

1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6


6 lane projects

1.1.1 More than the indicative length of the package 4


applied for

1.1.2 More than 2 times the indicative length of the 5


package applied for

1.1.3 More than 3 times the indicative length of the 6


package applied for

1.2 DPR for 4/6 laningElevated Road projects each 6


equal to or more than 40% of indicative length of a
package applied for (or Feasibility Study for 4/6
laning projects each equal to or more than 60% of
indicative length of a package applied for)
The weightage of 2 laning work of feasibility/ DPR
preparation experience shall be 50%

1.2.1 1 project 4

1.2.2 2 projects 5

24
S.No Description Maximum Sub-
Points Points

1.2.3 3 or more projects 6

2 DPR of Bridge having length more than 200 m 4

2.1 1 bridge 1

2.2 2 bridges 2

2.3 3 bridges 3

2.4 4 or more bridges 4

3 Specific experience of firms in terms of turnover 4

3.1 Firm’s Average Turnover of last 5 years = 10 crore 4

3.2 Firm Average Turnover of last 5 years = 5 crore but 3


10 crore

3.3 Firm Average Turnover of last 5 years 5 crore 0

For special projects such as special bridges, tunnels and expressways that require specialized
capabilities and skill sets, the following is the break-up:

S.No Description Maximum Sub-


Points Points

1 Specific experience of the DPR consultancy related 10


to the assignment for eligibility

1.1 Aggregate Length of DPR / Feasibility study of 4/ 6 5


Elevated Road projects

1.1.1 More than the indicative Length of the package 3


applied for

1.1.2 More than 2 times the indicative length of the 4


package applied for

1.1.3 More than 3 times the indicative length of the 5


package applied for

1.2 DPR for 4/6 laning projects each equal to or more 5


than 40% of indicative length of a package applied
for (or Feasibility Study for 4/6 laning projects
25
S.No Description Maximum Sub-
Points Points
each equal to or more than 60% of indicative
length of a package applied for

1.2.1 1 project 3

1.2.2 2 projects 4

1.2.3 3 or more projects 5

2 DPR of Bridge having length more than 200 m 3

2.1 1 bridge 0

2.2 2 bridges 1

2.3 3 bridges 2

2.4 4 or more bridges 3

3 Specific experience of firms in terms of turnover 3

3.1 Firm’s Average Turnover of last 5 years = 10 crore 3

3.2 Firm Average Turnover of last 5 years = 5 crore but 2


10 crore

3.3 Firm Average Turnover of last 5 years 5 crore 0

4 DPR for special category projects (Special bridges/ 4


tunnels or expressways, whichever applicable). It
is to be noted that either 4.1 or 4.2 shall be
applicable, and not both.

4.1 DPR of number of special bridges/ tunnels (if 4


applicable)

4.1.1 1 project 0

4.1.2 2 projects 1

4.1.3 3 projects 2

4.1.4 4 projects 3

4.1.5 5 or more projects 4

4.2 Aggregate length of DPR/ Feasibility study for 4


26
S.No Description Maximum Sub-
Points Points
expressways

4.2.1 Upto 50km 1

4.2.2 50km to 100km 2

4.2.3 100km to 150km 3

4.2.4 More than 150 km 4

Note: In case feasibility study is a part of DPR services the experience shall be counted in
DPRonly. In case bridge is included as part of DPR of highway the experience will be (1) and
(2)
B. Adequacy of approach and methodology

S.No Description Points


1 Site appreciation 1
2 Comments on TOR 1
3 Team composition and task assignment 1
4 Methodology 2
Total 5

* Higher marks for adoption of superior technology in data collection, processing and report
may be given. Documents for association with vendors supplying LiDAR or better technology
and GPR/Introduction Locator or better technology shall be furnished.
C. Material testing, survey and investigation, equipment and software proposed to be used

S.No Description Maximum Sub-


Points Points

1 Availability of in-house material testing facility 2

1.1 Available 2

1.2 Outsourced/ Not Available 0

2 Field Investigation Facilities 1

2.1 Available 1

2.2 Outsourced/ Not Available 0

27
S.No Description Maximum Sub-
Points Points

3 Office Equipment and Software 2

3.1 High level (More than 75% as per ToR requirement) 2

3.2 Medium Level (Between 75%-50% as per ToR 1


requirement)

3.3 Low Level (Less than 50% as per ToR requirement) 0

4 Experience in LiDAR or equivalent technology for 4


topographic survey (Infrastructure sector)

4.1 1-2 project 1

4.2 3-5 projects 2

4.3 6-10 projects 3

4.4 > 10 projects 4

5 Experience in using GPR and Induction Locator 3


or equivalent technologies for detection of sub-
surface utilities (Infrastructure sector)

5.1 1-2 project 1

5.2 3-5 projects 2

5.3 >5 projects 3

6 Experience in digitization of cadastral maps for 3


land acquisition

6.1 Project of area upto 100 ha 1

6.2 Project of area between 100-500 ha 2

6.3 Project of area more than 500 ha 3

D. Qualification and relevant experience of the proposed key personnel


The weightage for various key staff is as under:

S.No Key personnel Points


1 Team Leader- Senior Highway Engineer 13
28
S.No Key personnel Points
2 Senior Bridge Engineer 9
3 Highway cum Pavement Engineer 9
8
4 Material-cum-Geo-technical Engineer-Geologist
8
5 Traffic and Safety Expert
6 Senior Survey Engineer 5
7 Environment Specialist 5
8 Quantity Surveyor/Documentation Expert 3
Total 60

The number of points assigned during the evaluation of qualification and competence of key
staff are as given below:

S.No Description Maximum Sub-


Points Points

1 General Qualification 25

1.1 Essential education qualification 20

1.2 Desirable education qualification 5

2 Relevant experience and adequacy for the project 65

2.1 Total professional experience 15


(max)

2.1 Experience in Highway Projects 25


(max)
(Bridge Projects for Senior Bridge
Engineer )

2.2 Experience in Similar Capacity 25


(max)

3 Employment with the Firm 10

3.1 Less than 1 year 0

3.2 1 year to 2 years 5

3.3 2 years 10

12.3 Detailedevaluationcriteriawhichistobeusedforevaluationoftechnicalbidsisas
indicatedat Appendix-V.
29
The Consultant should carryout self-evaluationbased on the evaluationcriteriaat
Appendix-V.Whilesubmittingtheself-evaluationalongwithbid,Consultantshallmake
referencestothedocumentssubmittedintheirproposalwhichhavebeenrelieduponin self-
evaluationResult of technical evaluation shall be made available on the website giving
opportunity to the bidders to respondwithin7daysincasetheyhaveany objection

12.4 Third stage – EvaluationofFinancial proposal

FinancialProposalsofallQualifiedConsultantsinaccordancewithclause5.2and5.3ofLetter
ofInvitation shallbeopened.
Theconsultancyserviceswillbeawardedtotheconsultantscoringhighestmarksincombined
evaluation of Technical and Financial proposals in accordancewith clause1.3 and 5.4 hereof.
The Factors are:
Theweightgiven to Technical Proposal (T) =0.80
Theweightgiven to Financial Proposal(f) =0.20
13. The common currencyis“IndianRupee”. (Ref. Para3.3.3)

Consultanthavetoquotein Rupeesboth fordomesticConsultantas well as Foreign


Consultants

14. CommencementofAssignment(Date,Location): TheConsultantsshallcommencethe


Serviceswithinfifteendaysofthedateofeffectivenessofthecontractatlocationsas required for
theproject stretch stated in TOR.(Ref. Para1.2 ofLOIand 2.3of GCC/SC)

30
APPENDIXI

TERMSOFREFERENCE (TOR)

ConsultancyServicesfor preparation of Detailed Project Report


for Upgradation / Widening of Channrayapattana& Hassan
Bypasses, 8 Grade separated Structures, Service Road and
other Road Safety Measures essential in Devihalli(Km.110.00)
to Hassan(km.189.500) section of NH 75, on EPC basis for a
length of 77.3km in the State of Karnataka. (Excluding
bypasses, 4 lane has already been developed)

31
Terms ofReferenceforConsultancy Services (TOR)

1. General
1.1 TheNHAIhasbeenentrustedwith theassignmentofpreparation of Detailed Project Report
for construction of Upgradation / Widening of Channrayapattana& Hassan
Bypasses, 8 Grade separated Structures, Service Road and other Road Safety
Measures essential in Devihalli(Km.110.00) to Hassan(km.189.500) section of
NH 75, on EPC basis for a length of 77.3km ( Excluding bypasses, 4 lane has
already been developed). NHAInowinvitesproposalfrom
Technicalconsultantsforcarrying outdetailedprojectreport as per details given inAnnexure-
1.

1.2 NHAIwillbetheemployerandexecutingNHAIfortheconsultancyservicesandthe
standardsofoutputrequiredfromtheappointedconsultantsare ofinternationallevelboth in
terms ofqualityandadherenceto theagreed time schedule.

1.3 MinistryhasrecentlyawardedworksofconsultancyservicesforconstructionofROBs for


replacing levelcrossingsinvariousstates.Incasealevelcrossingexistsinaproject
reach,consultantisrequiredtoco-ordinatewiththoseconsultantsandfinalise the
alignment&configurationofroadaccordingly.However,ifthesameisnotcoveredin
theaboveassignmentofDPR/feasibility studyawarded by Ministry,theconsultantunder this
assignment shallberesponsible for preparing DPRforsuch level crossings.

2. Objective
2.1
Themainobjectiveoftheconsultancyserviceistoestablishthetechnicalviabilityofthepro
jectandpreparedetailedprojectreportsforUpgradation / Widening of
Channrayapattana& Hassan Bypasses, 8 Grade separated Structures, Service
Road and other Road Safety Measures essential in Devihalli(Km.110.00) to
Hassan(km.189.500) section of NH 75, on EPC basis for a length of 77.3km (
Excluding bypasses, 4 lane has already been developed) to 4 (four) – lane
configuration.

2.2 Theviabilityoftheprojectshallbeestablishedtakingintoaccounttherequirementswith
regardtorehabilitation,upgradingandimprovementbasedonhighway design,pavement
design,provisionof serviceroadswherevernecessary,typeof intersections,
rehabilitationandwidening ofexistingand/orconstructionofnew bridgesandstructures, road
safety features, quantities of various items of works and cost estimates and economic
analysis.
2.3 TheDetailedProjectReportwouldinter-aliaincludedetailedhighwaydesign,designof
pavementandoverlay withoptionsforflexibleorrigidpavements,designofbridgesand cross
drainage structures and grade separated structures, design of service road, quantities of
various items, detailed working drawings, detailed cost estimates, economic and financial
viability analyses, environmental and social feasibility, social and environmental action
plans as appropriate an documents required for tendering the project on commercial basis
32
for international/local competitive bidding.
2.4 TheDPRconsultantshouldensuredetailedprojectpreparationincorporatingaspectsof
valueengineering,quality auditandsafetyauditrequirementindesignand implementation.

2.5 Theconsultantshould,alongwithFeasibilityReport,clearlybringoutthrough
financialanalysisthe preferredmode ofimplementationon whichthe CivilWorks
forthestretchesaretobetaken up.Theconsultantshouldalsogive costestimates along with
feasibility report/ detailedProjectReport.

2.6 Ifatfeasibilitystage,employerdesiretoterminatethecontract,thecontractwillbe
terminatedafterpayment up tothat stage.

3. Scopeof Services
3.1 Asfaraspossible,Upgradation / Widening of Channrayapattana& Hassan
Bypasses, 8 Grade separated Structures, Service Road and other Road Safety
Measures essential in Devihalli(Km.110.00) to Hassan(km.189.500) section of
NH 75, on EPC basis for a length of 77.3km ( Excluding bypasses, 4 lane has
already been developed) foralignmentcorrections,
improvementofintersectionsareconsiderednecessary andpracticableandcosteffective.
However, as already four lane has been developed except two bye passes and 60m ROW
has already been acquired. There may be Land Acquisition requirement in Geometric
improvements on NH, Wayside amenities and in adjacent roads for proper merging.
TheConsultantshallfurnish landacquisitiondetailsasperrevenue
records/mapsforfurtherprocessing ofland
acquisition.Consultantshallalsosubmit3a,3Aand3Ddraftnotification / Consent
awardforacquisition of land.

3.2 DPR should be prepared in two parts, Part-1: for works accorded in principle approval as
listed in annexure-I & Part-2: all road sfety items excluding in principle approval covered
under Part-I..TheConsultantshallstudy allthe At-Grade Junctions to minimize the conflicts
replacement with RCUT of Federal Highway can also be explored,and
Waysideamenitiesrequiredontolledhighwayshallalsobeplanned.Thelocalandslowtraffic
may needsegregationfromthemaintrafficandprovisionofserviceroadsandfencing maybe
considered, wherever necessaryto improve efficiencyand safety. TheConsultantshallstudy
allthe median openings for improvements like providing storage lanes, on local need basis
and re arrangement of median opening etc. Road Safety Measures essential based on
previous accident data like effect on educational institutions on National
Highway, Segregation of local traffic etc. to ensure Road Safety of section
Highway to minimize the fatalit y. The expansion of toll plaza based on week
end choking to ensure seamless travel period as per necessity.

3.3 Thegeneralscopeofservicesisgiveninthesectionsthatfollow.However,theentire scope of


serviceswould,inter-alia,includetheitemsmentionedintheLetter ofInvitation and the
TOR.The Consultant willalsomake suitable proposals for
widening/improvementoftheexisting roadand
33
strengtheningofthecarriageways,asrequiredattheappropriatetimetomaintainthe
levelofserviceoverthe designperiod.TheConsultantsshallpreparedocumentsfor
EPCcontracts for each DPRassignment

3.4 All readyto implement ‘good for construction’ drawings shallbeprepared.

3.5 Deleted.
3.6 Whereverrequired,consultantwillliaisewithconcernedauthoritiesandarrangeall
clarifications.ApprovalofalldrawingsincludingGAD anddetailengineeringdrawings willbe
gotdone by the consultantfromthe Railways.However,ifRailwaysrequire proof
checkingofthe drawingspreparedby theconsultants,the same willbe gotdone
byNHAIandpaymenttotheproofconsultantshallbe made by NHAIdirectly. Consultant will
also obtain final approval from Ministry of Environment and Forest for all applicable
clearances. Consultant will also obtain approval for estimates for shifting of utilities of
all types from the concerned authorities and competent authority within MoRTH and its
implementation agencies, as applicable.
ConsultantisalsorequiredtoprepareallLandAcquisition papers(i.e.allnecessaryschedule
anddraft3a,3A,and3D, 3G notificationasper L.A. act)for acquisition of land either under
NH Act orStateAct.

3.7 TheDPRconsultantmayberequiredto preparetheBidDocuments,basedonthe


feasibilityreport, duetoexigencyof theproject for execution if desired by NHAI.

3.8 Consultantshallobtainalltypesofnecessaryclearancesrequiredforimplementationof
theprojectonthegroundfromthe concernedagencies.Theclientshallprovide the necessary
supportinglettersandany officialfeesasperthedemandnoteissuedby such concerned
agencies from whom the clearances are being sought to enable implementation.

3.9 TheconsultantshallprepareseparatedocumentsforBoTaswellasEPCcontractsat Feasibility


stage/DPRstage.ThestudiesforfinancingoptionslikeBoT,Annuity,Hybrid Annuity, EPC
willbeundertaken in feasibilitystudystage.

3.10 The consultant shall be guided in its assignment by the Model Concession/ Contract
Agreements for PPP/ EPC projects, as applicable and the Manual of Specifications and
Standards for four/ six laning of highways published by IRC (IRC:SP:84 or IRC:SP:87,
as applicable) (the "Manual") along with relevant IRC codes for design of long bridges.

3.11 Theconsultantshallpreparethebiddocumentsincluding requiredschedules(as


mentionedabove)asperEPC/PPPdocuments.Forthatitissuggestedthatconsultantshould
alsogothroughtheEPC/PPPdocumentsofministry beforebiddingtheproject.
TheConsultantshall assisttheNHAIandit'sFinancialConsultantand the Legal Adviser by
furnishingclarifications as required for the financial appraisal and legal scrutiny of the

34
Project Highwayand Bid Documents.

3.12 Consultant shall be responsible for sharing the findings from the preparation stages
during the bid process. During the bid process for a project, the consultant shall support
the authority in responding to all technical queries, andshall ensure participation of
senior team members of the consultant during all interaction with potential bidders
including pre-bid conference, meetings, site visits etc. In addition, the consultant shall
also support preparation of detailed responses to the written queries raised by the bidders.

4. General
4.1 Primary Tasks
GeneralScopeof Servicesshallcoverbutbenotlimitedtothefollowing major tasks
(additionalrequirementsforPreparationofDetailedProjectReportforHillRoads and
MajorBridges are given inSupplement IandII respectively):
i. reviewofallavailablereportsandpublishedinformationabouttheprojectroad and the
projectinfluencearea;

ii. Environmental andsocial impact assessment, including such as related to cultural


properties, natural habitants, involuntaryresettlement etc.

ii(a). Public consultation,includingconsultationwith Communitieslocatedalongthe


road,NGOsworkinginthearea,otherstake-
holdersandrelevantGovernmentdepartments
atallthedifferentstagesofassignment(suchasinceptionstage,feasibility stage,
preliminarydesignstage and oncefinal designs areconcretized).

iii. Detailed reconnaissance;

iv. identificationofpossibleimprovementsintheexistingalignmentandbypassing
congested locationswith alternatives,evaluation ofdifferentalternatives
comparisonontechno-economic andotherconsiderationsandrecommendations
regarding most appropriate option;

v. traffic studies including traffic surveys and Axle load survey and demand
forecasting for next thirty years;

vi. Inventory and condition surveys forroad;

vii. Inventoryandconditionsurveysforbridges,cross-drainagestructures,other
Structures, river Banktraining/Protection worksand drainageprovisions;

viii. Detailed topographic survey using mobile/ aerial LiDAR equipped with minimum

35
engineering grade system or any other better technology having output accuracy
not less than (a) specified in IRC SP 19 (b) Total Station (c) GPS/DGPS. The use
of conventional high precision instruments i.e. Total Station or equivalent can be
used at locations such as major bypasses, water bodies etc. where it may not be
possible to survey using LiDAR.

ix. Pavement investigations;

x. Sub-gradecharacteristicsandstrength:investigationofrequiredsub-gradeand sub-
soilcharacteristicsandstrengthforroadandembankmentdesignandsub
soilinvestigation;

xi. Identification ofsources of construction materials;

xii. Detaileddesignofroad,itsx-sections,horizontalandverticalalignmentand
designofembankmentofheight morethan6mandalsoinpoorsoilconditions
andwheredensityconsideration require,evenlesserheightembankment.Detailed
designofstructurespreparationofGADandconstructiondrawingsand cross-
drainagestructures and underpasses etc.

xiii. Identification ofthe typeand the design of intersections;

xiv. Design of completedrainagesystemand disposal pointfor storm water

xv. Value analysis/ value engineering and project costing;

xvi. Economicand financialanalyses;

xvii. Contract packaging and implementation schedule.

xviii Strip plan indicating the scheme for carriageway widening, location of all
existingutility services(both over-and underground)and theschemefortheir
relocation,treestobefelled, transplantedandplantedandlandacquisition
requirementsincludingschedulefor LA: reportsdocumentsanddrawings
arrangement of estimates for cutting/ transplanting of trees and shifting of
utilities from the concerned department;

xix To find out financial viability of project for implementation and suggest the
preferred mode on which the project is to be taken up.

xx. Preparationofdetailedprojectreport,costestimate,approvedforconstruction
Drawings,rateanalysis,detailedbillofquantities,biddocumentsforexecutionof civil
36
works through budgeting resources.

xxi. Designoftollplazaandidentificationoftheir numbersandlocationandoffice cum


residential complexincluding working drawings

xxii. Design of weighing stations, parking areas and rest areas.

xxiii. Anyother user orientedfacility en-routetoll facility.

xxiv.Tie-in ofon-going/sanctioned works of MORT&H/ NHAI/ other agencies.

xxv. Preparationofsocialplansfortheprojectaffectedpeopleasperpolicyofthe lending


agencies/ Govt. of India R&R Policy.

4.2 Whilecarryingoutthefieldstudies,investigationsanddesign,thedevelopmentplans
beingimplementedorproposedforfutureimplementationby thelocalbodies,shouldbe taken
into account. Suchaspect should be clearlybrought outin thereportsand drawings.
4.3 The consultant shall study the possible locations and design of toll plaza, wayside
amenities requiredand arboriculturealongthe highwayshallalso be planned.
4.4 Thelocalandslowtrafficmayneedsegregationfromthemaintrafficandprovisionof
serviceroadsandphysicalbarrierincludingfencingmay beconsidered,wherever necessaryto
improve efficiencyand safety.

4.5 Standards andCodes ofPractices


1. Allactivitiesrelatedtofieldstudies,designanddocumentationshallbedoneas per
thelatestguidelines/circularsof MoRT&Handrelevantpublicationsof the Indian
RoadsCongress (IRC) andBureauofIndian Standards (BIS).For aspects
notcoveredbyIRCandBIS,internationalstandardspractices,may beadopted.
TheConsultants,uponawardoftheContract,mayfinalizethisinconsultation withNHAI and
reflect thesame in the inception report.
2. Allnotations, abbreviations and symbols used inthereports, documentsand drawings shall
be as perIRC:71.

4.6 Quality AssurancePlan(QAP)


1. TheConsultantsshouldhavedetailedQualityAssurancePlan(QAP)forallfield studiesincluding
topographicsurveys,trafficsurveys,engineeringsurveysand
investigations,designanddocumentationactivities.Thequality assurance
plans/proceduresfordifferentfieldstudies,engineering surveysandinvestigation,
designanddocumentationactivitiesshouldbe presentedasseparatesectionslike engineering
surveysandinvestigations,trafficsurveys,materialgeo-technicaland sub-soil investigations,
37
road and pavement investigations, investigation and
designofbridges&structures,environmentandR&Rassessment,economic&
financialanalysis,drawingsanddocumentation,preparation,checking,approval
andfilingofcalculations,identificationandtractability ofprojectdocumentsetc.
Further,additionalinformationasperformat shallbefurnishedregarding the
detailsofpersonalwhoshallberesponsiblefor carrying out/preparingand
checking/verifyingvariousactivitiesformingpartoffeasibility studyandproject
preparation,since inceptiontothecompletionofwork.The detailedDraftQAP
Documentmustbe discussedandfinalisedwiththe concernedNHAIofficers immediatelyupon
theaward ofthe Contract and submitted as part of theinception report.

2. It is imperativethat theQAPis approved byNHAI beforetheConsultants start the field work.

4.7 ReviewofData andDocuments


1. TheConsultantsshallcollecttheavailabledataandinformationrelevantforthe
Study.The dataanddocumentsof major interestshallinclude,butnotbe limited to,
thefollowing:
i. Climate;
ii. Road inventory
iii Roadcondition,year of originalconstruction, yearand typeofmajor
maintenance/rehabilitation works;
iv. Condition ofbridges and cross-drainagestructures;
v. sub-surfaceand geo-technical data for existing bridges;
vi. Hydrological data, drawings and details ofexisting bridges;
vii Existing geological maps, catchment area maps, contour plansetc. for
theproject area
viii Condition of existing river bank / protection works, if any.
ix. Details of sanctioned / on-going works on the stretch sanctioned
byMoRT&H/other agenciesfor Tie-in purposes
x. Surveyand evaluation oflocally available construction materials;
xi. Historical data on classified traffic volume (preferably for 5 years or
more);
xii. Origin-destination and commoditymovement characteristics;if available
xiii. Speed and delaycharacteristics; if available;
xiv. Commodity-wise trafficvolume; if available;
xv. Accident statistics; and,
xvi. Vehicleloading behavior(axle load spectrum), if available.
xvii) Typeandlocationofexistingutilityservices(e.g.FibreOpticalCable, O/H and
U/G Electric, Telephoneline,Watermains, Sewer, Trees etc.)
xviii) Environmental setting and socialbaselineof theproject.

4.8. SocialAnalysis
Thesocialanalysisstudy shallbe carriedoutinaccordancewiththe MORT&H/World
Bank/ADB Guidelines.The socialanalysisreportwill,amongother things,providea socio-
economicprofileoftheprojectareaandaddressinparticular,indigenouspeople,
38
communicablediseaseparticularly HIV/AIDSpoverty alleviation,gender,local
population,industry,agriculture, employment,health, education, health, child labor,
landacquisition and resettlement .
4.9 TrafficSurveys
All traffic surveys andstudies will be completed in feasibilitystudies.

4.9.1 NumberandLocation of Survey Stations


1. Thetypeoftrafficsurveysandtheminimumnumberofsurveystationsshall
normallybeas under, unless otherwise specificallymentioned.
Numberof Survey
Sl.NR. Description
Stations
1. Classified TrafficVolume Count 3
2. Origin-Destination and Commodity Minimum2
Movement Characteristics
3. Axle LoadingCharacteristics 2
4. Intersection Volume Count All MajorIntersections
5. Speed-DelayCharacteristics Project Road Section
6. Pedestrian/animal cross trafficcount All major inhabitations
alongthe highway

2. Thenumberofsurveylocationsindicatedinthetableaboveareindicativeonly.
TheConsultantsshall,immediately uponawardofthework,submittoNHAI proposalsregarding
thetotalnumberaswellasthelocationsofthetrafficsurvey
stationsasputofinceptionreport.Suitablemapsandchartsshouldaccompany
theproposalsclearlyindicatingtherationaleforselectingthelocationofsurveyStation

3. Themethodologyofcollectionandanalysisofdata,numberand locationof traffic


surveystationsshallbefinalized in consultation withNHAI.
4.9.2. ClassifiedTraffic VolumeCount Survey

1. Consultant shall make use of traffic survey done by Indian Highways


Management Company Limited (IHMCL) using ATCC systems. If required,
especially in cases where a particular stretch is not covered by IHMCL, DPR
consultant should carry out classified traffic volume count survey using ATCC
systems or equivalent technologies.

2. Consultant shall use ATCC systems that can meet the following accuracy levels
after validation/ correction:

(a) Classification of vehicles: better than 95%


(b) Counting of vehicles: better than 98%

Before validation and correction, the ATCC system shall meet the following
accuracy levels:

39
(a) Classification of vehicles: better than 90%
(b) Counting of vehicles: better than 95%

For verification of above accuracy levels, audit of raw ATCC shall be done on a
sampling basis.

3. ATCC systems such as Pneumatic Tube Detector, Inductive Detector Loop,


Video Image Detection, and Infrared Sensor or equivalent technologies shall be
adopted.

4. The classified traffic volume count surveys shall be carried out for 7 days
(continuous,direction-wise)attheselectedsurvey stations.Thevehicle
classificationsystemasgiveninrelevantIRCcodemaybefollowed.However, the
followinggeneralisedclassification systemissuggested inviewof the
requirementsof trafficdemand estimates and economic analysis:

Motorised Traffic Non-Motorised Traffic


2-Wheeler Bi-Cycle
3-Wheeler Cycle-Rickshaw
Passenger Car Animal Drawn Vehicle(ADV)
UtilityVehicle (Jeep, Van etc.) Hand Cart
Other Non-MotorisedVehicle
Bus MiniBus
Standard Bus
LCV LCV-Passenger
LCV-Freight
Truck MCV : 2-Axle Rigid Chassis
HCV : 3-Axle Rigid Chassis
MAV SemiArticulated
Articulated

5. All results shall be presented in tabular and graphical form. The survey data shall
be analysed to bring out the hourly and daily variations. The traffic volume count
per day shall be averaged to show a weekly average daily traffic (ADT) by
vehicle type. The annual average daily traffic (AADT) shall be worked out by
applying seasonal factors.

6. The consultant shall compile the relevant traffic volume data from secondary
sources also. The salient features of traffic volume characteristics shall be
brought out and variations if any, from the traffic census carried out by the State
PWD shall be suitably explained.

4.9.3. Origin-Destination andCommodity Movements Surveys


40
1. The consultants shall carry out 1-day (24 hour, both directions) O-D and
commodity movement surveys at locations finalized in consultation with NHAI.
These will be essentially required around congested towns to delineate through
traffic. The road side interviews shall be on random sample basis and cover all
four-wheeled vehicles. The location of the O-D survey and commodity
movement surveys shall normally be same as for the classified traffic count.

2. The location of origin and destination zones shall be determined in relation to


each individual station and the possibility of traffic diversion to the Project Road
from/to other road routes including bypasses.

3. Thetrip matrices shallbeworked outforeach vehicletypeinformation onweight


fortrucksshouldbesummedupby commoditytypeandtheresultstabulated, giving
totalweightandaverageweightpertruckforthevariouscommoditytypes.
Thesamplesizeforeachvehicletypeshallbeindicatedonthetableandalsoin the
graphicalrepresentations.

4. Thedataderivedfromsurveysshallalsobeanalysedtobringouttheleadand
loadcharacteristicsanddesirelinediagrams.The dataanalysisshouldalsobring out
therequirement for the construction ofbypasses.

5. Thedistributionofleadandloadobtainedfromthesurveysshouldbecompared
Theaxleloadsurveysshallnormallybedoneusingaxleloadpadsorother sophisticated
instruments. The location(s) ofcount station(s) and the survey
withthosederived from the axle load studies.
6. Thecommoditymovementdatashouldbedulytakenintoconsiderationwhile
makingthe traffic demand estimates.

4.9.4..Turning Movement Surveys


1. Theturningmovementsurveysforestimationofpeakhourtrafficforthedesignofmajorandmino
rintersectionsshallbecarriedoutfortheStudy.Thedetailsregardingcompositionanddirectiona
lmovementoftrafficshallbefurnishedby the Consultant.

2. Themethodology forthesurveysshallbeasperIRC:SP:41-1994.Thedetails including


locationand durationofsurveysshallbefinalizedinconsultationwith
NHAIofficials.TheproposalinresponsetothisTORshallclearlyindicatethe
numberoflocationsthattheConsultantswishtoconductturning movement surveys and the
rationaleforthe same.

3. Thedataderivedfrom thesurvey shouldbeanalyzedtoidentify requirementsof suitable


remedialmeasures,suchasconstructionof underpasses,fly-overs, interchanges,grade-
separatedintersectionsalong theprojectroadalignment.
Intersectionswithhightrafficvolumerequiring specialtreatmentseitherpresently or in
futureshallbeidentified.

41
4.9.5. AxleLoad Surveys

1. Axleloadsurveysinbothdirectionsshallbe carriedoutatsuitablelocation(s) in
theprojectroadstretchonarandomsamplebasisnormally fortrucksonly(both
emptyandloadedtrucks)for2normaldays-(24hours)atspecialcountstations
tobefinalizedinconsultationwithNHAI.However,afewbusesmay beweighed
inordertogetanideaabouttheirloadingbehavior.Whileselecting the
location(s)ofaxleloadsurveystation(s),thelocationsofexistingbridgeswith load
restrictions,ifany,shouldbe takenintoaccountandsuchsitesshouldbe avoided.

2. Axleloadsurveysshall normally be done using axle load pads or other sophisticated


instruments. The location(s) of count station(s) and the survey methodology including
the data formats and the instrument type to be used shall be finalized before taking up the
axle load surveys

3. The axleloaddatashouldbe collectedaxleconfiguration-wise.The number of


equivalentstandardaxlesper truckshallbe calculatedonthebasisofresults
obtained.Theresultsofthesurvey shouldbringouttheVDFforeachtrucktype
(axleconfiguration,ifthecalculatedVDF isfoundtobe belowthenational average,then
nationalaverage shallbe used.Furthermore,the data from axle load surveysshouldbe
analysedtobringouttheGrossVehicleWeight(GVW)and Single
AxleLoad(SAL)Distributions bytruck type(axle configuration).

4. The Consultant shall ascertain from local enquiries about the exceptional live loads
that have used the highway in the past in order to assess the suitability of existing bridges
to carry such loads.

4.9.6. Speed-Delay Surveys

TheConsultantsshallcarryoutappropriatefieldstudiessuchasmovingcar survey to
determinerunningspeedandjourneyspeed. The
datashouldbeanalyzedtoidentifysectionswithtypicaltrafficflowproblemsandcongestion.
Theobjectiveofthesurvey wouldbetorecommendsuitablemeasuresfor
segregationoflocaltraffic,smoothflowofthroughtrafficandtrafficsafety. These
measureswouldinclude the provisionofbypasses,under-passes,fly-overs, interchanges,grade-
separated intersections and serviceroads.

4.9.7 Pedestrian/ animal cross traffic surveys:

These may be conducted to determine if provision of viaduct for pedestrians/animals is


necessary to improve the traffic safety.

4.9.8 TruckTerminal Surveys


42
The data derived from the O-D, speed-delay, other surveys and also supplementary
surveysshouldbeanalysedtoassessrequirementsforpresentand futuredevelopment of truck
terminals at suitablelocations enroute.

4.10. TrafficDemandEstimates

1. The consultantsshallmake trafficdemandestimatesandestablishpossibletraffic


growthratesinrespectofallcategoriesof vehicles,taking intoaccount thepast
trends,annualpopulationandrealpercapitagrowthrate,elasticityoftransport
demandinrelationtoincomeandestimatedannualproductionincrease.The other
aspectsincluding socio-economicdevelopmentplansandthelandusepatternsof
theregionhaving impactonthetrafficgrowth,theprojectionsofvehicle manufacturingindustry
inthecountry,developmentplansfortheothermodesof transport,O-Dandcommodity
movementbehaviourshouldalsobetakeninto account whileworkingout thetraffic demand
estimates.

2. Thevaluesofelasticity oftransportdemand shallbebasedontheprevailing practices i n the


country. The Consultants shallgive complete background including references for selecting
the value of transport demand elasticity.

3. Itisenvisagedthattheprojectroadsectionscoveredunderthis
TORwouldbecompletedandopenedtotrafficafter3years.Thetrafficdemand estimatesshallbe
donefor afurtherperiodof30yearsfromcompletionof two/fourlane.The
demandestimatesshallbedoneassuming threescenarios,
namely,optimistic,pessimisticandmostlikely trafficgrowth.Thegrowthfactors shallbeworked
out for five-yearlyintervals.

4. Traffic projections should be based on sound and proven forecasting techniques. In case
traffic demand estimated is to be made on the basis of a model, the application of the
model in the similar situation with the validation of the results should be established. The
traffic projections should also bring out the possible impact of implementation of any
competing facility in the near future. The demand estimates should also take into
account the freight and passenger traffic along the major corridors that may interconnect
with the project. Impact of toll charges on the traffic estimates should be estimated.
5. The methodology for traffic demand estimates described in the preceding paragraphs is for
normal traffic only. In addition to the estimates for normal traffic, the Consultants shall
also work out the estimates for generated, induced and diverted traffic.

6. The traffic forecasts shall also be made for both diverted and generated traffic.

7. Overall traffic forecast thus made shall form the basis for the design of each pavement type
and other facilities/ancillary works.

4.11. Engineering Surveys andInvestigations

43
4.11.1. ReconnaissanceandAlignment
1. The Consultants should make an in-depth study of the available land width(ROW)
topographic maps, satellite imageriesandair photographsof the projectarea,geological
maps,catchmentarea maps,contourplans,floodflowdata andseismologicaldata and
otheravailablerelevantinformationcollectedby themconcerningtheexistingalignment.
Consultanthimselfhastoarrangetherequiredmapsandtheinformationneeded by him
fromthepotentialsources.Consultantshould make efforts forminimizingland
acquisition.
2. Thedetailedgroundreconnaissancemaybetakenupimmediatelyafterthestudy
ofmapsandotherdata.Theprimary taskstobeaccomplishedduringthe reconnaissancesurveys
include;
i. topographical features of the area;
ii. typical physical featuresalong the existing alignment within and outside
ROWi.e. land use Pattern;
iii. possiblealignmentalternatives,vis-a-vis,schemefortheconstructionof
additionallanes parallelto the existing road;
iv. realignmentrequirementsincludingtheprovisionofbypasses,ROBs/
Flyoversandvia-ductforpedestriancrossingswith possible alignment
alternatives;
v. preliminary identification of improvement requirements including treatments
and measuresneeded for the cross-roads;
vi. trafficpattern and preliminary identification of traffic homogenous links;
vii. sections through congested areas;
viii. inventoryofmajoraspectsincludinglandwidth,terrain,pavementtype,
carriageway type,bridgesandstructures(type,size andlocation),
intersections(type,cross-roadcategory,location) urbanareas(location, extent),
geologicallysensitiveareas, environmental features:
ix. critical areas requiring detailed investigations; and,
x. Requirementsfor carrying out supplementary investigations.
xi. soil(texturalclassifications)and drainageconditions
xii. Typeandextentofexistingutilityservicesalongthealignment(withinROW).
xiii. Typical physical features along the approach roads
xiv. Possible bridge locations, land acquisition problems, nature of crossings,
likely length of approaches and bridge, firmness of banks, suitability of
alignment of approach roads.
3. The data derived from the reconnaissance surveys are normally utilizedfor
planningand programming thedetailedsurveysandinvestigations.Allfield studies
including the traffic surveys should be taken up on the basis of information
derived from the reconnaissancesurveys.
4. Thedataandinformationobtainedfromthereconnaissancesurveysshouldbe
documented.The dataanalysisandtherecommendationsconcerning alignment and
the field studies should be included in theInception Report. Thedata obtained
fromthereconnaissancesurveysshouldformthecoreofthedatabasewhich
wouldbesupplementedandaugmentedusingthedataobtainedfromdetailed field
44
studies and investigations.
5. Thedataobtainedfromthereconnaissancesurveysshouldbecompiledinthe tabular as
wellasgraphical (chart)form indicating the major physical features and
theproposedwidening schemeforNHAIcomments.Thedataandthecharts should also
accompanytherationaleforthe selection of traffic surveystations.

4.11.2. Topographic Surveys


1. Thebasicobjectiveofthetopographicsurveywouldbetocapturetheessential
groundfeaturesalongthealignmentinordertoconsiderimprovementsandfor working
outimprovements,rehabilitationandupgrading costs.Thedetailed
topographicsurveysshouldnormally betakenupafterthecompletionof
reconnaissancesurveys.

2. The carrying out of topographic surveys will be one of the most important and crucial
field tasks under the project. Technologies which can meet the following accuracy
levels shall be adopted. For land based surveys (a) Fundamental horizontal accuracy
of 2 cm or better (b) Fundamental vertical accuracy of 2 cm or better (c) More than 50
points shall be measured per sq. m and for aerial based surveys (a) Fundamental
horizontal accuracy of 5 cm or better (b) Fundamental vertical accuracy of 5 cm or
better (c) More than 10 points shall be measured per sq. m. To establish accuracy, a
check point survey using DGPS (for horizontal accuracy) and Auto Level (for vertical
accuracy) shall be carried out to establish the fundamental horizontal and vertical
accuracy. A minimum of 25 check points, or check points once every 4 km should be
established, and these should be strictly different from any geo-referencing or control
network points.

3. The following are the set of deliverables which should be submitted after completion
of survey: (a) Raw DGPS data for the entire highway length and adjoining areas of
interest (b) Point cloud data/ Data of points captured for the entire highway length and
adjoining areas of interest (c) Topographic map of scale 1:1000 of the entire highway
length and adjoining areas of interest (d) Contour map of 50 cm of entire highway
length and adjoining areas of interest (e) Cross section of the highway at every 1 m in
*.dwg format.

4. For land based surveys, Mobile LiDAR (Light Detection and Ranging) or equivalent
technology that can meet above requirements shall be adopted. For aerial based
surveys, Aerial Mobile LiDAR (Light Detection and Ranging) or equivalent
technology that can meet above requirements shall be adopted. In shadow areas such
as invert levels below culverts, where LiDAR or equivalent technologies cannot
survey accurately, traditional methods of Total Station/ Auto Level shall be used to
complete the study.

5. In case of mobile LiDAR or equivalent technology, 360 degree panoramic images of


the entire highway length and adjoining areas of interest shall be submitted. In case of
aerial LiDAR or equivalent technology, ortho-images of the entire highway length
and adjoining areas of interest shall be submitted.

45
6. Thedetailed field surveys would essentiallyincludethe following activities:
i. TopographicSurveysalongtheExistingRightofWay(ROW):Carrying out
topographic survey using LiDAR or equivalent technology along the existing
road and realignments, wherever required and properly referencing the same
with reference pillars fixed on either side of the centre-line at safe places
within the ROW
ii. The detailed field surveys would essentially include the topographic surveys
along the proposed location of bridge and alignment of approach road.

iii. The detailed topographic surveys should be carried out along the approach
roads alignment and location of bridge approved byNHAI
vi.. Collection/ Extractionofdetailsforallfeaturessuchasstructures(bridges,culverts
etc.)utilities,existingroads,electricandtelephoneinstallations(both O/H as well
as underground), huts, buildings, fencingand trees(with girth greater
than0.3metre) oiland gaslinesetc. fallingwithinthe extent of survey.

4. Thewidth of surveycorridor will generallybeasgiven under:


i. Thewidth of thesurvey corridor should takeinto account thelayout of the
existingalignmentincludingthe extentofembankmentandcutslopesand
thegeneralgroundprofile.While carryingoutthefieldsurveys,the
wideningscheme(i.e.right,leftorsymmetricaltothe centreline ofthe
existingcarriageway) shouldbetakenintoconsiderationsothatthe
topographicsurveyscoversufficientwidthbeyondthecentreline ofthe proposed
dividedcarriageway.Normally the surveysshould extend a minimum of30m
beyondeithersideofthecentre line ofthe proposed divided carriageway or land
boundarywhicheveris more

ii. Incasethereconnaissancesurveyrevealstheneedforbypassingthe congested


locations, thetraverselines wouldberun alongthepossible
alignmentsinordertoidentify andselectthe mostsuitable alignmentfor
thebypass.The detailedtopographicsurveysshouldbe carriedoutalong
thebypassalignmentapprovedby NHAI.Atlocationswhere grade separated
intersectionscouldbetheobviouschoice,thesurveyareawillbesuitablyincreased.F
ieldnotesofthesurveyshouldbemaintained which would also provideinformation
about traffic, soil, drainage etc.

iii. Thewidthofthesurveyedcorridorwillbewidenedappropriatelywhere
developmentsand/orencroachmentshave resultedinarequirementfor
adjustmentinthe alignment,orwhereitisfeltthatthe existingalignment can
beimproved upon through minor adjustments.

iv Where existing roads cross the alignments, the survey will extend a
minimumof100meithersideoftheroadcentrelineandwill beof sufficientwidth
toallowimprovements,includingatgradeintersectionto bedesigned.
46
5. Thesurveyedalignment shall betransferred on tothe ground as under:

i. ReferencePillar and Bench Mark/ Referencepillar ofsize15 cmX 15cm


X45cmshallbecastinRCCofgrade M15withanailfixedinthecentre
ofthetopsurface. The reference pillarshallbe embeddedinconcrete upto
adepthof30cmwithCC M10(5cmwideallaround).Thebalance15cm above
groundshallbe paintedyellow. The spacingshallbe 250m apart, incase
BenchMarkPillarcoincideswithReference Pillar,onlyone ofthe two need
beprovided.

ii. EstablishingBenchmarksatsiteconnectedtoGTSBenchmarksata
intervalof250metresonBenchmarkpillarmade ofRCCasmentioned
abovewith RL and BMNo. marked on itwithred paint.

iii. BoundaryPillars-Whereverthereisaproposalofrealignmentofthe
existingHighway and/or constructionofNewBypasses,Consultantshall fix
boundary pillars along the proposed alignment on the extreme boundaryon
either sideof theproject Highwayat 50 m interval.

4.11.2.1 Longitudinal andCross-Sections


The topographic surveys for longitudinal and cross-sections shall coverthe
following:
i. Longitudinal section levels along final centre line at every 1 m interval, at
the locations of curve points, small streams, and intersections and at the
locations of change in elevation.

ii. Cross sections at every 1 m interval in full extent of survey covering


sufficient number of spot levels on existing carriageway and adjacent
ground for profile correction course and earth work calculations. Cross
sections shall be taken at closer interval at curves.

iii. Longitudinal section for cross roads for length adequate for design and
quantity estimation purposes.

iv. Longitudinal and cross sections for major and minor streams shall cover
Cross section of the channel at the site of proposed crossing and few cross
sections at suitable distance both upstream and downstream, bed level
upto top of banks and ground levels to a sufficient distance beyond the
edges of channel, nature of existing surface soil in bed, banks &
approaches, longitudinal section of channel showing site of bridge etc.
These shall be as per recommendations contained in IRC Special
Publication No. 13 (Guidelines for the Design of Small Bridges and
Culverts) and provisions of IRC:5 (“Standard Specifications & Code of
Practice for Road Bridges, Section 1 – General Features of Design”).
47
At feasibility study stage cross sections at 50m interval may be taken.

4.11.2.2 Details ofutility Services andOtherPhysical Features


1. TheConsultantsshallcollectdetailsofallimportantphysicalfeaturesalongthe
alignment. These features affect the project proposals and should normally
include buildingsandstructures,monuments,burialgrounds,cremationgrounds,
placesofworship,railwaylines,stream/river/canal,watermains,severs,gas/oil
pipes,crossings,trees,plantations,utility servicessuchaselectric,andtelephone
lines(O/H&U/G)andpoles,opticalfibrecables(OFC)etc.Thesurvey would
covertheentireright-of-way oftheroadontheadequateallowanceforpossible
shiftingof thecentral lines at someof theintersections locations.

2. Consultant shall also map out sub-surface utilities. The following criteria shall be
met by the process of sub-surface utility mapping: (a) Coverage and mapping of
all sub-surface utilities within project RoW, especially those under additional
carriageway width (b) Accurate mapping and resolution of all sub-surface utilities
up to a depth of 4 m (c) Differentiation between sub-surface utilities such as live
electric cables, metallic utilities and other utilities (d) Sub-surface utilities
radargrams further processed into utility maps in formats such as PDF, JPEG and
AutoCAD. To meet the accuracy levels, consultant shall use Ground Penetrating
Radar, Induction Locator or equivalent technologies.

3. Theinformationcollectedduringreconnaissanceandfieldsurveysshallbeshown ona
stripplan sothatthe proposedimprovementscanbe appreciated andthe
extentoflandacquisitionwithL.Aschedule,utilityremovalsofeachtypeetc.
assessedandsuitableactionscanbe initiated. Separatestripplanfor eachofthe services
involved shallbeprepared for submission to the concerned NHAI.

4.11.3. Road andPavement Investigations


TheConsultantsshallcarry outdetailedfieldstudiesinrespectofroadand
pavement.Thedatacollectedthroughroadinventory andpavementinvestigations
should besufficient to meet theinput requirements of HDM-IV.

4.11.3.1 Road Inventory Surveys


1. Detailed road inventory surveys shall be carried out to collect details of
allexisting roadand pavementfeaturesalong theexisting road sections. The
inventorydata shallincludebut notlimited tothe following:
i. Terrain (flat, rolling, mountainous);
ii. Land-use (agricultural, commercial, forest,residential etc) @ every
kilometer;
iii. Carriagewaywidth,surfacingtype@every500mandeverychangeof
featurewhichever iearlier;
48
iv. Shouldersurfacingtypeandwidth@every500mandeverychangeof
featurewhichever isearlier;
v. Sub-grade/localsoiltype(texturalclassification)@every500mand
everychangeof featurewhichever isearlier;
vi. Horizontal curve; verticalcurve
vii. Road intersection typeand details, ateveryoccurrence;
viii. Retaining structures and details, ateveryoccurrence;
ix. Location ofwater bodies(lakes and reservoirs), at everyoccurrence;
x. Heightofembankmentordepthofcut@every200mandeverychangeof
featurewhichever isearlier.
xi. Landwidth i.e. ROW
xii. Culverts, bridges and other structures(type, size, span arrangement and
location)
xiii. Roadside arboriculture
xiv. Existing utility services on either sidewithin ROW.
xv. General drainage conditions
xvi. Design speed of existing road
2. Thedatashouldbecollectedinsufficientdetail.Thedatashouldbecompiledand
presentedintabularas wellasgraphicalform.Theinventorydatawould bestored in
computerfiles usingsimpleutilitypackages, such as EXCEL.

4.11.3.2 Pavement Investigation


1. Pavement Composition
i. Thedataconcerningthepavementcompositionmaybealreadyavailable
withthe PWD. However,the consultantsshallmake trialpitstoascertain
thepavementcomposition.ThetestpitintervalwillbeasperPara4 below.
ii. For each test pit, thefollowing information shallberecorded:
· test pit reference(Identification number, location):
· pavementcomposition (material typeand thickness); and
· subgrade type(textural classification)and condition (dry, wet)
2. Road andPavement ConditionSurveys
i. Detailedfieldstudiesshallbecarriedouttocollectroadandpavement surface
conditions. Thedata should generally cover:
· pavementcondition (surfacedistress typeand extent);
· shoulder condition;
· embankment condition; and
· drainage condition

49
Pavement Condition
· cracking (narrow and wide cracking), % of pavement area
affected;
· raveling, % of pavement area affected;
· potholing, % of pavement area affected;
· edge break, length (m); and,
· rut depth, mm

Shoulder Condition
· Paved: Sameas for pavement
· Unpaved:materialloss, rut depth and corrugation,
· Edgedrop, mm.

Embankment Condition
· general condition; and
· extent of slope erosion

ii. The objective of the road and pavement condition surveys shall be to
identify defects and sections with similar characteristics. All defects shall
be systematically referenced, recorded and quantified for the purpose of
determining the mode of rehabilitation.

iii. The pavement condition surveys shall be carried out using visual means.
Supplemented by actual measurements and in accordance with the widely
accepted methodology (AASHTO, IRC, OECD, TRL and World Bank
Publications) adapted to meet the study requirements. The measurement of
rut depth would be made using standard straight edges.

iv. The shoulder and embankment conditions shall be evaluated by visual


means and the existence of distress modes (cuts, erosion marks, failure,
drops) and extent (none, moderate, frequent and very frequent) of such
distress manifestations would be recorded.

v. For sections with severe distresses, additional investigations as


appropriate shall be carried out to determine the cause of such distresses.

vi. Middle 200m could be considered as representative sample for each one
km. of road and incase all other things are considered similar.

DrainageCondition
· General condition
· Connectivity of drainage turnouts into the natural topography
· Condition in cut sections
· Condition at high embankments
The data obtained fromthe conditionsurveysshouldbe analysedandthe road
segmentsofmoreorlessequalperformancemaybeidentifiedusingthecriteria

50
given inIRC: 81-1997.
3. Pavement Roughness
i. The roughness surveys shall be carried out using Bump Integrator or
similar instrument. The methodology for the surveys shall be as per the
widely used standard practices. The calibration of the instrument shall be
done as per the procedure given in the World Bank’s Technical
Publications and duly got authenticated by established
laboratory/institution acceptable to the client

ii. The surveys shall be carried out along the outer wheel paths. The surveys
shall cover a minimum of two runs along the wheel paths for each
directions.

iii. The results of the survey shall be expressed in terms of BI and IRI and
shall be presented in tabular and graphical forms. The processed data
shall be analysed using the cumulative difference approach to identify
road segments homogenous with respect to surface roughness.

4. Pavement Structural Strength


i. TheConsultantsshallcarryoutstructuralstrengthsurveysforexisting
pavementsusingBenkelmanBeamDeflectiontechniqueinaccordance withthe
CGRAproceduregiveninIRC:81-1997(“Guidelinesfor
StrengtheningofFlexible RoadPavementsUsingBenkelmanBeam Deflection
Technique”).
ii. Itissuggestedthatthedeflectionsurveysmaybecarriedoutasperthe schemegiven
below:
· mainlinetesting; and,
· control section testing.
iii. Thedeflectiontestsforthemainlineshallbecarriedoutatevery500m along
theroad sections coveredunder the study. The control section
testingshallinvolvecarryingoutdeflectiontestingforeach100mlong
homogenousroadsegmentalongtheroadsections.The selectionof
homogenoussegmentshallbebasedonthedataderivedfrompavement
conditionsurveys. The totallengthofsuchhomogenoussegmentsshallnot be
lessthan100mperkilometre. The deflectionmeasurementsforthe control
section testing should beat an interval ofnot morethan 10 m.
iv. Testpitsshallbedugatevery500mandalsoalongeachhomogeneous road segment
to obtain pavement composition details(pavement course,
materialtypeandthickness) so as tobeableto studyifacorrelation exists
betweendeflectionandcomposition.Ifso,therelationshipmay be used
whileworking outthe overlay thickness for theexisting pavement.
v. Benkelman Beam Deflection surveys may not be carried out for severely
distressed sections of theroadwarranting reconstruction. The Consultants,
51
immediately upon the award of the contract, shall submit to NHAI the
scheme describing the testing schedule including the interval. The testing
scheme shall be supported by data from detailed reconnaissance surveys.

vi. In case, the Consultants wish to use any acceptable method(s) other than
Benkelman Beam deflection technique for the evaluation of pavement
strength, viz. Falling weight deflectometer method etc. details of such
methods or innovative features for deflection testing using Benkelman Beam
technique along with the methodology for data
analysis,interpretation and the use of such data for pavement overlay
design purposes using IRC or any other widely used practices, such as
AASHTO guidelines, should be got approved by NHAI. The sources of such
methods should be properly referenced.

4.11.3.3 SubgradeCharacteristics and Strength


1. Basedonthedataderivedfromcondition(surfacecondition,roughness)and
structuralstrengthsurveys,theprojectroadsectionshouldbe dividedinto segments
homogenouswith respect to pavement condition and strength. The delineation of
segments homogenouswithrespecttoroughnessandstrength should
bedoneusingthecumulativedifference approach (AASHTO, 1993).
2. Thedataonsoilclassificationandmechanicalcharacteristicsforsoilsalongthe
existingalignmentsmay already beavailablewiththePWD.Thetestingscheme is,
therefore, proposedasgiven under:
i. For the widening (2/- Laning) of existing road within the ROW, the
Consultantsshalltestatleastthree sub-gradesoilsamplesforeach homogenous
road segment or three samples for each soil type encountered,
whichever is more.
ii. Fortheroadsalongnewalignments,thetestpitsforsubgradesoilshall be @5km
orforeachsoiltype,whicheverismore.Aminimum ofthree samples should
betestedcorresponding to each homogenous segment.
3. Thetestingfor subgradesoilshallinclude:
i. in-situ densityand moisture content at each test pit
ii. FieldCBR using DCP ateach test pit
iii. Characterization(grain size and Atterberg limits)at each test pit and,
iv. Laboratory moisture-density characteristics (modified AASHTO
compaction);
v. LaboratoryCBR(unsoakedand4-daysoakcompactedatthree energy levels)
and swell.
4. Forproblematicsoils,thetestingshallbemorerigorous.Thecharacteristicswith
regardtopermeability andconsolidationshallalsobedeterminedforthesesoils.
Thefrequency ofsamplingandtestingofthesesoilsshallbefinalisedin
consultationwiththeNHAIofficersaftertheproblematic soiltypesareidentified
alongtheroad sections.
5. ThelaboratoryfortestingofmaterialshouldbegotapprovedfromNHAIbefore start of
52
work.

4.11.4 Investigations forBridges and Structure


4.11.4.1 Inventory ofBridges, Culverts and Structures
TheConsultantsshallmakeaninventory ofallthestructures(bridges,viaducts,
ROBs,/RUBandothergradeseparatedstructures, culverts,etc.)alongtheroad
undertheproject.Theinventory forthebridges,viaductsandROBsshallinclude
theparametersrequiredaspertheguidelinesofIRC-SP:35.Theinventory of
culvertsshallbe presented ina tabularform covering relevantphysicaland
hydraulicparameters.
4.11.4.2 HydraulicandHydrological Investigations
1. Thehydrologicalandhydraulicstudiesshallbecarriedoutinaccordancewith
IRCSpecialPublication No.13(“GuidelinesfortheDesignof SmallBridgesand
Culverts”)andIRC:5(“Standard Specifications& Codeof PracticeforRoad
Bridges,SectionI GeneralFeatureofDesign”).Theseinvestigationsshallbe
carriedoutforallexisting drainagestructuresalong theroadsectionsunderthe study.
2. Theconsultantshallalsocollectinformationonobservedmaximumdepthof scour.
3. Inrespectofmajorbridges,historyofhydraulicfunctioningofexistingbridge,if
any,underfloodsituation,generaldirectionofrivercourse throughstructure,
afflux,extentandmagnitude of flood,effectof backwater, ifany,
aggradation/degradationofbed,evidenceofscouretc.shallbeusedtoaugment the
available hydrological data. The presence of flood control/irrigation
structures,ifaffectingthehydrauliccharacteristicslikecausing obliquity,
concentrationofflow,scour,silting ofbed,changeinflowlevels,bedlevelsetc.
shallbestudiedandconsideredindesignofbridges.Thedetailsofany future planned
work that mayaffect theriver hydraulics shall be studied and considered.
4. The Consultants shall make a desk study of available data on
topography(topographicmaps, stereoscopic aerialphotography), stormduration,
rainfallstatistics, topsoilcharacteristics, vegetation coveretc.so astoassessthe
catchmentareasandhydraulicparametersforallexisting andproposeddrainage
provisions.Thefindingsofthe deskstudy wouldbefurthersupplementedand
augmented by a reconnaissancealong thearea. All-importanthydrological
features shall be noted duringthis field reconnaissance.
5. The Consultants shall collect information on high flood level (HFL),low water
levels (LWL), hightide level(HTL),lowtide level(LTL)whereapplicable,
dischargevelocity etc.fromavailablepastrecords,localinquiriesandvisible
signs,ifany,onthestructuralcomponentsandembankments.Localinquiries
shallalsobemadewithregardtotheroadsectionsgetting overtoppedduring heavyrains.
6. ConductingModelstudiesforbridgesisnotcoveredinthescopeofconsultancy
services.IfModelstudyisenvisagedforanybridge,requirementofthesame
shallbespeltoutintheRPFdocumentsseparatelyindicatingscopeandtime frame of
suchstudy. Salientfeaturesof the scope of servicestobe includedfor model
studyaregiven inthe supplement-IITermsof Reference.
53
4.11.4.3 ConditionSurveys forBridges, Culverts andStructures
1. TheConsultantsshallthoroughlyinspecttheexistingstructuresandshallprepare
areportabouttheirconditionincluding alltheparametersgivenintheInspection pro-
formaofIRC-SP; 35.Theconditionandstructuralassessmentsurveyofthe
bridges/culverts/structuresshallbecarriedoutby seniorexpertsofthe Consultants.
2. Forthebridgesidentifiedtobeinadistressedconditionbaseduponthevisual
conditionsurvey,supplementarytestingshallbecarriedoutasperIRC-SP:35and IRC-
SP:40.Selectionoftestsmay bemadebasedonthespecificrequirementof the
structure.
3. Theassessmentoftheloadcarryingcapacity orratingofexistingbridgesshallbe carried
out underoneormoreof thefollowingscenarios:
i. whenthedesignliveloadislessthanthatofthestatutorycommercial vehicle
plying or likelyto plyon bridge;
ii. ifduringtheconditionassessmentsurveyandsupplementarytestingthe bridge
isfoundtoindicatedistressofseriousnatureleadingtodoubt about
structuraland / orfunctionaladequacy, and
iii. Designliveload is not known nor are therecordsand drawings available

4. Theevaluationoftheloadcarryingcapacityofthebridgeshallbecarriedoutas perIRC-
SP:37(“Guidelinesfor EvaluationofLoadCarryingCapacity ofBridges”).The
analytical and correlation method shall be used for the evaluation of the load
carryingcapacity asfaraspossible.Whenitisnotpossible
todeterminetheloadcarryingcapacity ofthebridgeusinganalyticaland correlation
method, the same shall be carried out using load testing. The
consultanthastoexhaustallothermethodsofevaluationofstrengthofbridges
beforerecommendingtotakeuploadtestingofbridges.Roadclosurefortesting if
unavoidableshallbearranged byNHAIfor limited duration say12 hours orso.
5. Consultantshallcarryoutnecessarysurveysandinvestigationstoestablishthe
remaining servicelife ofeachretainablebridge orstructure withandwithoutthe
proposedstrengthening andrehabilitationaccordingtoacceptableinternational
practicein this regard.
4.11.4.4 Geo-technical Investigations andSub-SoilExploration
1. The Consultants shallcarry out geo-technical investigations and sub-surface
explorations for the proposed Bridges / Road over bridges/ tunnels/ viaducts/
interchanges etc., along high embankments and any other location as necessary
for proper design of the works and conduct all relevant laboratory and field tests
on soil and rock samples. The minimum scope of geo-technical investigations for
bridge and structures shall be as under:

S.No. Description Location ofBoring

54
1 Overalllength = 6 – 30m One abutment location and One abutment
locationandatleastoneintermediatelocation
between abutments for structures having more
than one span
2 Overalllength = 30– 60 m One abutment location and at least one
2 intermediate location between abutments for
. structures having more than one span.
2
3 . Overalllength 60 m Each abutment andeachpierlocations.

T
h
edeviation(s),ifany,bytheConsultantsfromtheschemepresentedabove should
beapproved by NHAI.
3. However,whereastudyofgeo-technicalreportsandinformationavailablefrom
adjacent crossings over the same waterway (existing highway and railway
bridges)indicatesthatsubsurfacevariability issuchthatboringatthesuggested
spacing will be insufficient to adequately define the conditions for design
purposes,theConsultantsshallreviewandfinalisethebore holelocationsin
consultation with theNHAIofficers.
4. Geotechnical Investigations and Sub soil Explorations hall be carried out to
determine the nature and properties of existing strata in bed, banks and
approacheswithtrialpitsandbore holesectionsshowingthelevels,natureand
propertiesof variousstrata toa sufficientdepthbelowthe levelsuitable for
foundations,safeintensityofpressureonthefoundationstrata,pronenessofsite
toartesianconditions,seismicdisturbanceandotherengineering propertiesofsoil
etc.GeotechnicalinvestigationandSub-soilExplorationwillbedoneasperIRC:78.
5. Theschemefortheboringslocationsandthedepthofboringshallbeprepared by
theConsultantsandsubmittedtoNHAIforapproval.Thesemay befinalisedin
consultation withNHAI.
6. The sub-soil exploration and testing should be carried out through the
GeotechnicalConsultantsempanelledby MORT&HThesoiltestingreportsshall bein
theformat prescribed in relevantIRC Codes.
7. Fortheapproachroadpavement,boreholesateachmajorchangeinpavement
conditionorindeflectionreadingsorat2kmintervalswhicheverisless shallbe
carriedouttoadepthof atleast2mbelowembankmentbaseortorockleveland
aretobefullylogged.Appropriateteststobecarriedoutonsamplescollected
fromtheseboreholestodeterminethesuitability ofvariousmaterialsforusein
wideningof embankments or in parts ofnew pavement structure.

4.11.5. MaterialInvestigations
1. TheConsultantsshallidentifysources(includinguseoffly-ash/slag),quarrysites
andborrowareas,undertakefieldandlaboratory testingofthematerialsto determine
their suitability for various components of the work and establish
qualityandquantityofvarious construction materials and recommend theiruseon
55
thebasisoftechno-economicprinciples.TheConsultantsshallpreparemasshaul
diagramforhaulagepurposesgivingquarry chartsindicatingthelocationof selected
borrowareas, quarries and therespectiveestimated quantities.
“Environment friendlymaterials”

“AsperMORTHcircular No.RW/NH-33044/53/2013-
th
S&R(R)dated20 November,2013,alternative pavementmaterialsandtechnologies
for road constructionshallbeassessedandcomparedinthe designstage.Thealternative
resulting insubstantialreductioninGHGemissionandwithleastlife cyclecost
shallberecommended for implementation.

Technicalandeconomicfeasibility ofusingindustrialbyproducts,recyclableand
wastematerialsshallbeassesseddependingontheiravailability intheconcerned region.

2. Itistobeensuredthatnomaterialshallbeusedfromtheright-of-wayexceptby way
oflevelingthegroundasrequiredfromtheconstructionpointofview,orfor landscaping
andplantingoftreesetc.orfromthecuttingofexistinggroundfor obtainingthe required
formation levels.
3. Environmentalrestrictions,ifany,andfeasibilityofavailabilityofthesesitesto
prospectivecivilworkscontractors,shouldbeduly takenintoaccountwhile
selectingnew quarrylocations.
4. TheConsultantsshallmakesuitablerecommendationsregardingmakingthe
borrowandquarry areasaftertheexploitation ofmaterialsforconstructionof works.
5. The Material Investigation aspect shall include preparation and testing of
bituminousmixesfor variouslayersandconcrete mixesof differentdesignmix
gradesusing suitablematerials(binders,aggregates,sandfilleretc.)asidentified
duringMaterialInvestigation to conform to latest MoRT&H specification.

4.12 DetailedDesignofRoad andPavements, Bridges, Structures


4.12.1. General
1. TheConsultantsaretocarryoutdetaileddesignsandprepareworkingdrawings forthe
following:
i. Highspeedhighwaywithdividedcarriagewayconfigurationcompletein
allrespects with serviceroads atappropriate locations;
ii. Designofpavementfortheadditionallanesandoverlayfortheexisting road,
paved shoulders, medians, verges;
iii. Bridges,viaduct/subwaysandothergradeseparatedstructuresincluding
ROBs/RUBs etc.
iv. At-gradeand grade-separated intersections, interchanges(ifrequired);
v. ROBforrailwaycrossingsaspertherequirementandthestandardsof the Indian
Railways; and,
vi. Prepare a l i g n men t plans, longitudinal sections and cross-sections @
50mintervals;
56
vii. Designsfor road furnitureand road safety/traffic control features;
viii. Designs anddrawings for service road/under passes/overpass/cattle passes
treeplanting/fencing atlocations wherenecessary / required
ix.. Tollplazasandoffice-cum-residentialcomplexforPIU(oneforeachcivil
contract package)
xShortbypasses at congested locations
xi. Drainage designshowing locationof turnouts, out falling structures,
separatedrawings sheet for each 5 km. stretch.
xii. Bridges and structures rehabilitation planwith design and drawings
xiii. Traffic amenities (Parking Areas, Weighing Station and Rest Areas,
etc.).
xiv Design of pavement for approach road
xv Design of river bank protection/ training works. Innovative type of
structures with minimum joints, aesthetically, pleasing and appropriate to
the topography of the region shall be designed wherever feasible.

4.12.2. Design Standards


1. TheConsultantsshallevolveDesignStandardsandmaterialspecificationsforthe Study
primarilybasedonIRCpublications,MoRT&HCircularsandrelevant
recommendations of theinternational standards forapproval by NHAI.
2. TheDesignStandardsevolvedfortheprojectshallcoverallaspectsofdetailed
designincluding the designofgeometricelements,pavementdesign,bridgesand
structures, traffic safetyand materials.

4.12.3. Geometric Design


1. Thedesignofgeometricelementsshall,therefore,takeintoaccounttheessential
requirements of such facilities.
2. Basedonthedatacollectedfromreconnaissanceandtopographicsurveys,the
sectionswithgeometricdeficiencies, if any,shouldbe identifiedandsuitable measures
for improvement should be suggestedfor implementation.
3. Thedataonaccidentstatisticsshouldbecompiledandreportedshowingaccident type
and frequency so that black spots are identified along the project road
section.The possiblecauses(suchaspoor geometricfeatures,pavementcondition etc.)
ofaccidentsshouldbeinvestigatedintoandsuitablecost-effectiveremedial measures
suggested for implementation.
4. Thedetaileddesignforgeometricelementsshallcover,butnotbelimitedtothe
followingmajoraspects:
i. horizontal alignment;
ii. longitudinal profile;
iii. cross-sectional elements, including refuge lane(50m)at every2kms.
iv. junctions, intersections and interchanges;
v. bypasses;and,
vi. serviceroads as and when require i.ebuilt up area..
5. Thealignmentdesignshallbeverifiedforavailablesightdistancesasperthe standard
57
norms.The provisionof appropriatemarkingsandsignsshall be made
wherevertheexisting siteconditionsdonotpermittheadherencetothesight
distancerequirements asper thestandard norms.
6. Theconsultantsshallmakedetailedanalysisoftrafficflowandlevelofservice
fortheexistingroadandworkoutthetrafficflowcapacityfortheimproved
projectroad.Theanalysisshouldclearly establishthewidening
requirementswithrespecttothedifferenthorizonperiodstaking intoaccount special
problems suchas road segments with isolated steepgradients.
7. InthecaseofcloselyspacedcrossroadstheConsultantshallexaminedifferent
optionssuchas,providinggradeseparatedstructure for someofthemwithaview
toreducenumberofat-grade crossings,servicesroadsconnecting thecross-roads
andclosing accessfromsomeoftheintersectionsandprepareandfurnish appropriate
proposals for this purpose keeping in view the cost of improvement, impact on
traffic movement and accessibility to cross roads. The detailed drawings and
cost estimate should include the provisions for realignments of the existing cross
roads to allow such arrangements.
8. The Consultant shall also prepare design of grade separated pedestrian
crossings (viaducts) for largecross traffic of pedestrians and / or animals.
9. TheConsultantshallalsopreparedetailsforat-gradejunctions,whichmaybe adopted
asalternative tothegrade separatedstructures.Thegeometric designof
interchangesshalltakeintoaccountthe siteconditions,turningmovement
characteristics, level of service, overall economyand operational safety.
10. TheConsultantsshallpreparedesignandotherdetailsinrespectoftheparallel
serviceroadsinurbanizedlocationsandotherlocationstocatertothelocal
traffic,theireffectoftheviabilityoftheprojectoncommercialbasisifservice roadsare
constructed aspart of the projectandthe implicationsof notproviding the
serviceroads.
11. The consultantshall prepare complete road and pavement design including
drainage for new bypass option identified aroundcongested town en-route.

4.12.4. Pavement Design


1. Thedetailed design of pavement shallinvolve:
i. strengthening of existingroadpavement and design of thenew pavement if
any,ifthe findingsofthe traffic studiesandlife-cyclecostinganalysis
confirmthe requirementforwideningofthe roadbeyond2lane undivided
carriagewaystandard;;
ii. pavementdesign for bypasses;and,
iii. design of shoulders.
2. Thedesign of pavementshallprimarilybebasedonIRC publications.
3. ThedesignofpavementshallberigorousandshallmakeuseofthelatestIndian
andInternational practices.Thedesignalternatives shallincludebothrigidand
flexible designoptions.Themostappropriatedesign,optionshallbe
establishedonlife-cycle costing andtechno-economic consideration.
58
4. Forthedesign ofpavement,eachsetofdesigninputshallbedecidedonthebasis
ofrigoroustestingandevaluationofitssuitability andrelevanceinrespectof in-
serviceperformanceofthe pavement. Thedesign methodologyshall accompany
thedesignproposalsandshallclearlybringoutthebasicassumptions,valuesof the
variousdesigninputs,rationale behindthe selectionof the designinputsand
thecriteriaforcheckingandcontrolduring theimplementationofworks.Inother
words,thedesignofpavementstructureshouldtake dueaccountofthetype,
characteristicsofmaterialsusedintherespectivecourses,variability oftheir
propertiesandalsothereliability oftrafficpredictions.Furthermore,the methodology
adopted for the design of pavement shall be complete with flowchartsindicating
thevariousstepsinthedesignprocess,theirinteractionwith one anotherand the input
parameter required at each step.
5. Forthedesignofoverlaysfortheexisting2-lanepavement,thestrengthening
requirementshallduly takeintoaccountthestrengthoftheexistingpavementvis- à-
vistheremaininglife.Theoverlay thicknessrequirementsshallbeworkedout for
eachroadsegmenthomogenouswithrespecttocondition,strengthandsub-
gradecharacteristics.The rehabilitationprovisionsshouldalsoinclude the
provisionofregulatinglayer.Forexisting pavementwithacceptablelevelsof cracking,
provision of acrack inhibitinglayer should also beincluded.
6. Latesttechniquesofpavementstrengtheninglikeprovisionofgeo-syntheticsand
cold/hotpavementrecyclingshouldbeduly consideredby theconsultantfor
achievingeconomy.
7. Thepavedshouldersshallbedesignedasintegralpartofthepavementforthe
maincarriageway.Thedesignrequirementsforthecarriageway pavementshall,
therefore,beapplicablefor the designof shoulder pavements.The designof granular
shoulder shouldtake intoaccountthedrainage considerationsbesidesthe structural
requirements.
8. Thepavementdesigntaskshallalsocoverworkingoutthemaintenanceand
strengthening requirements and periodicityand timingof such treatments.

4.12.5. DesignofEmbankments
1. The embankmentsdesignshouldprovideformaximum utilization of locally
availablematerialsconsistentwitheconomy.Useofflyashwhereveravailable
withineconomicalleadsmustbe considered.In accordance withGovernment
instructions,useofflyashwithin100km from ThermalPowerStationsis
mandatory.
2. TheConsultantsshallcarryoutdetailedanalysisanddesignforallembankments of
heightgreater that 6 mbased on relevantIRC publications.
3. The design of embankments should include the requirements for protection
worksand traffic safety features.

4.12.6. DesignofBridges andStructures


1. Thedatacollectedandinvestigationresultsshallbeanalysedtodeterminethe following:

59
i. HFL
ii. LWL
iii.LBL
iv. Erodibilityof bed/scourlevel
v. Design discharge
vi. Linear waterwayand effectivelinearwaterway
vii. Likelyfoundation depth
viii. Safebearingcapacity
ix. Engineeringproperties ofsub soil
x. Artesianconditions
xi. Settlement characteristics
xii. Vertical clearance
xiii. Horizontal clearance
xiv. Freeboardfor approach road
xv. Severityof environmentwith referenceto corrosion
xvi. Data pertainingto seismic and wind load
xvii. Requirement ofmodel studyetc.

2. The Consultant shall prepare General Arrangement Drawing (GAD) and


Alignment Plan showing the salient features of the bridges and structures
proposedto be constructed/reconstructedalongtheroadsectionscoveredunder the
Study.These salientfeaturessuchasalignment,overalllength,span
arrangement,crosssection,decklevel,founding level,typeofbridge
components(superstructure, substructure, foundations, bearings, expansionjoint,
return walls etc.) shallbe finalized based upon hydraulic and geo-technical
studies,costeffectivenessandease ofconstruction.The GADshallbe
supplementedbyPreliminary designs.Inrespectofspanarrangementandtypeof
bridgeafewalternativeswithcost-benefitimplicationsshouldbe submittedto
enableNHAItoapprovethebestalternative.Afterapprovalofalignmentand
GADtheConsultantshallpreparedetaileddesignasperIRCcodes/guidelines and
workingdrawingsfor allcomponents of bridges and structures.
3. Thelocationofallat-gradelevelcrossingsshallbeidentifiedfallingacrossthe existing
levelcrossingsforproviding ROBat theselocations.TheConsultants
shallpreparepreliminaryGADfornecessaryconstruction separatelyto theClient.
TheConsultantshallpursuetheIndianRailwaysAuthoritiesor/andany statutory
authority ofState/CentralGovernmentforapprovaloftheGADfromconcerned
Authorities.

60
4. GAD forbridges/structures acrossirrigation/water waychannels
shallbegotapprovedfromtheconcernedIrrigation/Waterway
Authorities.Subsequentto approvalofGADandalignmentplan by
NHAItheConsultants shallprepare detailed designasperIRCcodes/guidelinesfor
allcomponentsof the bridgesand structures.
5. Subsequent to the approval of the GAD and Alignment Plan by NHAIand
Railways,theConsultantshallprepare detaileddesignasperIRCandRailways
guidelinesandworking drawingsforallcomponentsofthebridgesandstructures. The
Consultantshallfurnishthe designandworkingdrawingsforsuitable protection works
and/orrivertrainingworks wherever required.
6. Dismantling/ reconstruction of existing structures shall be avoided as far as
possibleexceptwhereconsideredessentialinview oftheirpoorstructural
conditions/inadequacyof theprovisions etc.
7. Theexistingstructureshavinginadequatecarriageway widthshallbe
widened/reconstructedinpatorfully asperthelatestMoRT&Hguidelines.The
Consultantshallfurnishthedetaileddesignandworkingdrawingsforcarrying out the
aboveimprovements.
8. Suitable repair/rehabilitation measures shall be suggested in respect of the existing
structuresasperIRC-SP:40along withtheirspecifications,drawingsand costestimate
intheformof a report.The rehabilitationor reconstructionof the structuresshallbe
suggested basedonbroadguidelines forrehabilitationand strengtheningof
existingbridgescontained inIRC-SP:35 andIRC-SP:40.
9. SubsequenttotheapprovaloftheGADandthealignmentplanbyNHAI,detailed
designshallalsobecarriedoutforthe proposedunderpasses,overpassesand
interchanges.
10. The Consultants shall also carry out the design and make suitable
recommendations for protection works forbridgesand drainagestructures.
11. Incaselandavailableisnotadequateforembankmentslope,suitabledesignfor RCC
retaining wall shall be furnished. However, RES wall may also be considered
dependingupon techno-economicsuitabilityto be approved by NHAI.

4.12.7. DrainageSystem
1. Therequirementofroadsidedrainagesystemandtheintegrationofthesamewith
proposedcross-drainagesystemshallbeworkedoutfortheentirelengthofthe project
road section.
2. Inadditiontotheroadsidedrainagesystem,theConsultantsshalldesignthe
specialdrainageprovisionsforsectionswithsuper-elevatedcarriageways,high
embankments and for road segments passing through cuts. The drainage
provisionsshallalsobeworkedoutforroadsegmentspassingthroughurban areas.
3. Thedesigneddrainagesystemshouldshowlocationsofturnouts/outfallpoints
withdetailsof outfallstructuresfittingintonaturalcontours.A separate drawing sheet
covering every5 km. stretchof road shallbeprepared.

61
4.12.8. TrafficSafety Features,Road FurnitureandRoadMarkings
TheConsultantsshalldesignsuitabletrafficsafety featuresandroadfurniture including
trafficsignals,signs,markings,overheadsignboards,crashbarriers,
delineatorsetc.Thelocationsofthesefeaturesshallbegiveninthereportsand also shown
in the drawings.
4.12.9. ArboricultureandLandscaping
TheConsultantsshallworkoutappropriateplanforplanting oftrees(specifying
typeofplantation),horticulture,floricultureonthesurpluslandoftheright-of way
withaviewtobeautify thehighwayandmakingtheenvironmentalongthe highway
aesthetically pleasing.Theexistingtrees/plantsshallberetainedtotheextent possible.
TheTransplantation oftreesshallalso beproposed wherever feasible.

4.12.10. TollPlaza
1. TheConsultantsshallidentifythepossibletollplazalocation(s)basedonthedata
andinformationderivedfromthetrafficstudiesandastudy oftheexisting
physicalfeaturesincludingtheavailability ofland.Thelocationoftheplaza
shouldkeepinviewthattheprojectroadistobedevelopedasaaccess controlledhighway
facility anditisrequiredtocollecttollonrationalbasisfrom
asmuchofthevehiculartrafficaspossibleconsistentwitheconomy ofcollection
andoperations.The locationof the tollplaza shouldbe finalisedinconsultation
withNHAI.
2. Toll Plazashall bedesignedas perIRC84.

4.12.11. Weighing Station, Parking Areas andRest Areas


Theconsultantshallselectsuitablesitesfor weighing stations,parkingareasand
restareasandprepare suitableseparatedesignsinthisregard. The common
facilitieslike petrolpump,first-aidmedicalfacilities,police office, restaurant,
vehicleparking etc.shouldbeincludedinthegenerallayoutforplanning.For
petrolpump,theguidelinesissuedbyOISDofMinistry ofPetroleumshallbe
followed.Thefacilitiesshouldbeplannedtobeatapproximately 50kminterval.
Atleasteachfacility (1no.)isforeseentobeprovidedforthisprojectstretch. Weighing
stationscan belocated neartollplazassothatoverloadedvehiclescan beeasily
identifiedandsuitably penalizedandunloadedbeforebeingallowedto
proceedfurther.Thetypeofweighing systemsuitablefortheprojectshallbe
broughtoutinthereportgivingmeritsofeachtypeofthestate-of-theartand basisof
recommendations forthe chosen system.

4.12.12 Office-cum-ResidentialComplex forPIU-Deleted


4.12.13 Miscellaneous Works
1. TheConsultantsshallmakesuitabledesignsandlayoutformiscellaneousworks
includingrestareas,busbays,vehicle parking areas,telecommunicationfacilities etc.
wherever appropriate.
2. TheConsultantsshallpreparethedetailedschemeandlayoutplanfortheworks
62
mentioned in Para1.
3. TheConsultantsshallpreparedetailedplanforthetrafficmanagementandsafety
duringtheconstruction period.

4.13 Environment and SocialImpactAssessment


Theconsultantshallundertakethedetailedenvironmentalandsocialimpactassessment
inaccordancewiththestandardsetbytheGovernmentofIndiaforprojectsproposedto
befundedbyMORT&H/NHAI.InrespectofprojectsproposedtobefundedbyADB loan
assistance,EnvironmentalAssessmentRequirements,EnvironmentalGuidelinesfor
selectedinfrastructure projects,1993ofAsianDevelopmentBankshallbefollowed.
Similarly,forprojectsproposedtobefundedbyWorldBankloanassistance,World Bank
Guidelines shall befollowed.

4.13.1 EnvironmentalImpactAssessment
Environmentimpactassessmentorinitialenvironmentexaminationbecarriedoutin
accordancewith ADB’s Environmental Assessment Requirements of ADB
1998guidelinesforselectedinfrastructureprojects1993asamendedfromtimetotime
/World Bank Guidelines/ Government ofIndia Guidelines, as applicable
1. Theconsultantshouldcarryoutthepreliminaryenvironmentalscreening toassess the
direct and induced impacts due to theproject.
2. The consultant shall ensure to document baseline conditions relevant to the
project with the objectiveto establish thebenchmarks.
3. Theconsultantshall assessthepotentialsignificantimpactsand identifythe
mitigation measures to address theseimpacts adequately.
4. Theconsultantshalldotheanalysisofalternativesincorporatingenvironmental
concerns. Thisshouldinclude withandwithoutscenarioandmodification incorporated
in the proposed project due toenvironment considerations.
5. Theconsultantshallgivespecialattentiontotheenvironmentalenhancement measures
in theproject for thefollowing:
(a) Cultural propertyenhancement alongthe highways
(b) Bus bays and bus shelters includingareviewof their location, (c)
Highwayside landscapeand enhancement oftheroad junctions,
(d) Enhancement of highwayside waterbodies,and
(e) Redevelopment of the borrow areas located on publicland.
6. The consultant shall prepare the bill-of-quantities (BOQ) and technical
specificationsforallitemsofworkinsuchaway thatthesemay bereadily integrated to
the construction contracts.
7. Theconsultantshallestablishasuitablemonitoringnetworkwithregardtoair, waterand
noisepollution. The consultantwillalso provide additional inputs in the areas
ofperformanceindicatorsandmonitoringmechanismsfor environmental components
during construction and operational phaseof theproject.
8. Theconsultantshallprovidethecostofmitigationmeasuresandensurethat
63
environmental related staffing, training and institutional requirements are
budgeted in project cost.
9. The consultant shall prepare the application forms and obtain forestry and
environmentalclearancesfromtherespectiveauthoritiesincluding theSPCBsand the
MOEF on behalf of NHAI. The consultants will make
presentation,ifrequired,indefending theprojecttotheMOEFInfrastructure
Committee.
10. TheconsultantshallidentifyandplanforplantationandTransplantationofthe suitable
trees alongtheexistinghighwayin accordancewithIRCguidelines.
11. The consultant shall assist in providing appropriate input in preparation of
relevant environment andsocial sections of BPIP.

4.13.2 SocialAssessment
1 Theconsultantwouldconductbaselinesocio-economicandcensussurveyto assessthe
impactsonthe people, propertiesandlossof livelihood.The socioeconomicsurvey
willestablishthebenchmarkformonitoringofR&R activities.A
socialassessmentisconductedforthe entire projecttoidentify mechanisms to
improve project designs to meet the needs of different
stakeholders.Asummary ofstakeholderdiscussions,issueraisedand howthe project
design was developed to meet stakeholders need would beprepared.
2 TheconsultantshallprepareLandAcquisitionPlanandassistNHAI in acquisition
ofland under various Acts.
4.13.2.3 The consultant would prepare Resettlementand Rehabilitation Plan and assess
feasibilityandeffectivenessofincomerestorationstrategiesandsuitability and
availability torelocationsites.Theresettlementplanwhichaccountsforland
acquisitionand resettlementimpactswouldbebasedona 25% socio-economic
surveyand100%censussurveyofprojectaffectedpeoplewhichprovidesthe
completeassessmentofthenumber ofaffectedhouseholdsandpersons,including
commonpropertyresources.Alluntitledoccupantsarerecordedattheinitial
stagesandidentify cardswillbeissuedtoensurethereisnofurtherinfluxof
peopleintotheprojectarea.Allconsultationswithaffectedpersons(toinclude
listofparticipants)shouldbefully documentedandrecordsmadeavailableto NHAI.
· Assessmentontheimpactoftheprojecton thepoorandvulnerablegroups
alongthe project road corridor.
· Basedontheidentifiedimpacts,developingentitlementmatrixforthe project
affected people.
· Assessment on social issues such as indigenous people, gender,
HIV/AIDS, labourers includingchild labour.
· Implementation budgets, sources and timingof fundingand schedule of
tasks.
· Responsibility of tasks, institutional arrangements and personnel for
delivering entitlement and plans to build institutional capacity.
· Internal andexternal monitoringplans, keymonitoringindicatorsand
grievanceredress mechanism.

64
· IncorporatinganyothersuggestionsoftheNHAI,tilltheacceptanceofthereports
by theNHAI

4.13.3 Reporting Requirements ofEIA


· Theconsultant would prepare the stand-alone reports as per the
requirement of the ADB/World Bank / NHAI, as applicable, with contents
as per the following:
· Executive Summary
· Description of the Project
· Environmental setting of the project.
· Identification and categorization of the potential impacts (during pre-
construction, construction and operation periods).
· Analysis of alternatives (this would include correlation amongst the
finally selected alternative alignment/routing and designs with the avoidance
and environmental management solutions).
· The public consultation process.
· Policy, legal and administrative framework. This would include mechanisms
at the states and national level for operational policies. This would also
include a description of the organizational and implementation mechanism
recommended for this project.
· Typical plan or specific designs for all additional environmental items
as described in the scope of work.
· Incorporating any other as per the suggestions of the ADB/ World
Bank / MORT&H/NHAI, till the acceptance of the reports by the ADB/
World Bank / MORT&H/NHAI , as applicable.
· EMP Reports for Contract Package based on uniform methodology and
processes.TheconsultantwillalsoensurethattheEMPhasalltheelementsforitto
bea legal document. TheEMPreports would includethe following:
o Briefdescriptionoftheproject,purposeoftheEMP,commitmentson
incorporating
environmentalconsiderationsinthedesign,constructionand
operationsphasesof the projectandinstitutionalarrangementsfor
implementingthe EMP.
o AdetailedEMPforconstructionandoperationalphaseswithrecourseto
the mitigation measuresfor alladverseimpacts.
o Detailed plans for highway-side tree plantation (as part of the
compensatoryaforestationcomponent).
o Environmental enhancement measurewould be incorporated.
o Enhancementmeasureswouldincludeitemsdescribedinthescopeof
workandshallbe complete withplans,designs,BOQ andtechnical
specifications.
o Environmentalmonitoringplansduringandafterconstructionincludin
g scaling andmeasurementtechniquesfortheperformanceindicators
selected for monitoring.
o TheEMPshouldbeamendabletobeincludedinthecontractdocuments
forthe works.
o IncorporatinganyotherasperthesuggestionsoftheADB/WorldBank/
65
NHAI,tilltheacceptanceofthereportsby theADB/World Bank /
NHAIas applicable.

4.13.4 Reportingrequirements ofRAP


Analysisonthe resettlementplan beconducted basedonADBsHandBookon Resettlement,A
Guide toGood practice 1998asamendedtime totime/ World Bank Guidelines /
GovernmentofIndia Guidelines, asapplicable.
· Executive summary
· Description of project
· Objectives of the project.
· TheneedforResettlementintheProjectandevaluationofmeasurestominimize
resettlement.
· Description and results of public consultation and plans for continued
participation of PAPs.
· Definition ofPAPs and the eligibilitycriteria.
· Census and survey results-number affected, how are they affected and
what impacts will theyexperience.
· Legal and entitlement policy framework-support principles for
different categories of impact.
· Arrangements formonitoringandevaluation (internal and external)
· Implementation scheduleforresettlement which is linked to the civil works
contract
· Amatrixofscheduledactivitieslinkedtolandacquisitionprocedurestoindicate
clearlywhat steps and actions will be taken at different stagesand the
timeframe
· Thepayment ofcompensation and resettlement duringtheacquisition
process
· Anitemizedbudget(replacementvalueforallassets)andunitcostsfordifferent
assets
5. Estimation ofQuantities andProject Costs
1. The Consultants shall prepare detailed estimates for quantities (considering
designsandmasshauldiagram)andprojectcostfor theentire project(civil
packageswise),including thecostofenvironmentalandsocialsafeguards proposed
based on MoRT&H’sStandardData Book and market rate forthe
inputs.Theestimationofquantitiesshallbebasedondetaileddesignofvariouscomponen
tsoftheprojects.Theestimationofquantitiesandcostswouldhaveto beworked out
separatelyfor civil work Packageas defined in this TOR.
2. TheConsultantsshallmakedetailedanalysisforcomputingtheunitratesforthe
differentitemsofworks.Theunitrateanalysisshalldulytakeintoaccountthe
variousinputsandtheirbasicrates,suggestedlocationofplantsandrespective
leaddistancesformechanizedconstruction.Theunitrate for eachitemof works
shallbeworked out in terms of manpower, machineryand materials.
3. TheprojectcostestimatessopreparedforNHAI/ADB/WBprojects are
tobecheckedagainstratesforsimilaron-going worksinIndiaunder NHAI
/ WorldBank/ ADBfinancedroad sector projects.
66
6. Viability andFinancingOptions
1. TheProjectRoadshouldbedividedintothetraffichomogenouslinksbasedon
thefindingsofthetrafficstudies.Thehomogenouslinksofthe ProjectRoad shouldbe
further subdividedintosectionsbasedonphysicalfeaturesof roadand pavement,sub-
gradeanddrainagecharacteristicsetc. Theeconomic and
commercialanalysisshallbecarriedoutseparately foreachtraffichomogenous link as
wellas forthe Project Road.
2. The values of input parameters and the rationale for their selection for the
economicandcommercialanalysesshallbeclearly broughtoutandgotapproved
byNHAI.
3. For models to be used for the economic and the commercial analyses, the
calibrationmethodology andthebasicparametersadaptedtothelocalconditions
shallbe clearlybrought outand got approved byNHAI.
4. The economic and commercial analyses should bring out the priority of the
different homogenous links in terms of project implementation.

6.1. Economic Analysis


1. TheConsultantsshallcarryouteconomicanalysisfortheproject.Theanalysis shouldbe
for eachof the sectionscoveredunderthisTOR.The benefitandcost streamsshouldbe
workedoutfor theprojectusing HDM-IVorother internationallyrecognized life-
cycle costingmodel.
2. The economicanalysisshallcover but benot limited to be following aspects:
i. assessthecapacityofexistingroadsandtheeffectsofcapacityconstraints on
vehicleoperating costs(VOC);
ii. calculate VOCs forthe existing road situation and thosefor theproject;
iii. quantifyalleconomicbenefits,includingthosefromreducedcongestion,
traveldistance,roadmaintenance costsavingsandreducedincidence of road
accidents; and,
iv. estimatetheeconomicinternalrateofreturn(EIRR)fortheprojectovera
30-yearperiod.IncalculatingtheEIRRs,identifythetradableandnon- tradable
componentsofprojectscostsandthe borderprice value ofthe tradable
components.
v. Saving in time value.
3. Economic Internal Rate of Return (EIRR) and Net Present Value (NPV), “with
“and“withouttimeandaccidentsavings” shouldbe workedoutbasedon thesecost-
benefitstream.Furthermore,sensitivity ofEIRRandNPVworkedout forth different
scenariosas givenunder:
Scenario – I BaseCostsand BaseBenefits
Scenario - II BaseCosts plus 15% and BaseBenefits
Scenario - III BaseCostsand BaseBenefits minus 15%
Scenario - IV BaseCostsplus 15%and BaseBenefits minus 15%
Thesensitivityscenariosgivenaboveareonly indicative.TheConsultantsshall
67
selectthesensitivityscenariostakingintoaccountpossibleconstructiondelays,
constructioncostsoverrun,traffic volume,revenue shortfalls,operatingcosts,
exchange rate variations, convertibility of foreign exchange, interest rate
volatility,non-complianceordefaultby contractors,politicalrisksandforce majeure.
4. Theeconomicanalysisshalltakeintoaccountallon-goingandfutureroadand transport
infrastructureprojects and futuredevelopment plans in the project area.

6.2. FinancialAnalysis
1. Itisenvisagedthatthe projectstretchshouldbeimplementedonEPC/BOTbasis,
therefore,theConsultantshallstudy thefinancialviability oftheprojectundera
commercialformatand under different userfeescenariosand funding options. The
Consultantsshallsubmit andfinalizeinconsultationwiththeNHAI officersthe
formatfortheanalysisandtheprimary parametersandscenariosthatshouldbe
takenintoaccountwhilecarryingoutthecommercialanalysis.Thefinancial model so
developed shallbethe propertyofNHAI.
2. The Financial analysis for the project should cover financial internal rate of
return,projected incomestatements,balance sheetsandfund flow statementsand
shouldbringoutallrelevantassumptions.Thesensitivity analysisshouldbe carried out
foranumberof probabilistic scenarios.
3. Thefinancial analysis should coveridentification,assessment, and mitigating
measuresforallrisksassociatedwiththeproject.The analysisshallcover,butbe
notlimited to,risksrelated toconstruction delays,constructioncostsoverrun,
trafficvolume,revenueshortfalls,operating costs,exchange ratevariations,
convertibility offoreignexchange,interestratevolatility,non-complianceor
defaultbycontractors, political risks and forcemajeure.
4. TheconsultantshallsuggestpositivewaysofenhancingtheprojectViabilityand furnish
different financial models forimplementingonBOTformat.

7. Timeperiod forthe service


1. TimeperiodenvisagedforthestudyoftheprojectisindicatedinAnnex-Ito
LOI.Thefinalreports,drawingsanddocumentationshallbecompletedwithin this time
schedule.
2. NHAIshall arrange to give approval on all sketches, drawings, reports and
recommendationsandothermattersandproposalssubmittedfordecisionby the
Consultantinsuchreasonabletimesoasnottodelayordisrupttheperformance of
theConsultant’s services.

8. Project TeamandProject Officeofthe Consultant


1. The Consultants shall be required to form a multi-disciplinaryteam for this
assignment. The consultantsteamshall be manned by adequate number of
expertswithrelevant experience inthe executionof similar detaileddesign
assignments.

68
2. Listofsuggestedkeypersonneltobefieldedbytheconsultantwithappropriate man-
monthofconsultancy servicesisgiveninEnclosureIasperclient'sassessment.
3. A Manning Schedule for key personnel mentioned above is enclosed as
EnclosureIalong with broadjob-descriptionandqualificationasEnclosureII.
TheinformationfurnishedinEnclosuresI&IIaretoassisttheConsultants to
understandthe client’s perceptionabout these requirements andshall be taken bythe
Consultants for the purpose ofFinancialProposaland
deploymentscheduleetc.intechnical proposal tobe submittedbythem.Any
deviationproposedmay be recordedinthecommentsonTOR.Four key personnels
(Team leader cum Senior Highway Engineer, Senior Bridge Engineer, Highway
cum Pavement Engineer & Traffic and Safety Expert)mentionedwillbe
evaluatedatthetime ofevaluationoftechnical proposal.Consultantsare advisedintheir
owninteresttoframethetechnical proposalinanobjectivemanneras
faraspossiblesothat thesecouldbeproperly assessed in respect of points to
begivenas part ofevaluation criteria as mentioned inDatasheet.Thebio-
dataofthekey personnelshouldbesignedoneverysheet by
thepersonnelconcernedandthelastsheetofeachbio-datashouldalsobe signed
bytheauthorisedsignatoryof theConsultants.Further, CV for remaining 6 key
personnels signedoneverysheet by
thepersonnelconcernedandthelastsheetofeachbio-datasigned
bytheauthorisedsignatoryof theConsultants are required be submitted prior to
negotiation.
.
4. TheConsultantsshallestablishanofficeattheprojectsitemannedbysenior
personnelduring thecourseofthesurveysandinvestigations.Alltheproject
relatedofficeworkshallbecarriedout by theconsultantintheirsiteofficeunless there
arespecialreasonsforcarrying outpartoftheofficeworkelsewherefor whichprior
approvalofNHAIshallbe obtained.The addressofthesiteoffice including
thepersonnelmanning itincludingtheirTelephoneandFAXnumbers will be
intimated by the Consultant to NHAIbefore commencement of the services.
5. The Consultant shall maintain an Attendance Register to be signed by each
individualkey personnelatsiteaswellasatHeadOffice.TheConsultantshall furnish
certificate that all the key personnel as envisaged in the Contract
AgreementhavebeenactuallydeployedintheProjectsatthetimeofsubmission of their
bills to theNHAIfrom timeto time.

9. Reports to besubmitted by the Consultant to NHAI


9.1 Allreports,documentsanddrawingsaretobesubmittedseparatelyforeachofthetraffic
homogenouslinkoftheProjectRoad.Theanalysisof dataandthe designproposalsshall
bebasedonthedataderivedfromtheprimary surveysandinvestigationscarriedout during
theperiod ofassignment.Thesourcesofdataandmodelrelationshipsusedinthe reports
shallbeindicatedwith completedetails foreasyreference.
9.2 Project preparation activities will be split into seven stages as brought out below.
Preliminarydesignworkshouldcommencewithoutwaitingforfeasibilitystudytobe
completed. Stage 3, 5, 6 and 7 shall run in parallel with Stage 2 and 4
69
Stage 1: Inception Report

Stage 2: Feasibility Report

Stage 3: LA & Clearances I Report

Stage 4: Detailed Project Report (DPR)

Stage 5: Technical Schedules

Stage 6: Draft 3D publication report / Consent award Preparation.

Stage 7: Clearances II Report

9.3 Consultant shallbe requiredtocomplete,tothesatisfactionoftheclient,allthedifferentstagesof


studywithinthetimeframeindicatedinthescheduleofsubmissioninpara10pertaining
toReportsandDocumentsforbecomingeligibleforpaymentforanypartofthenext stage.

10 Reports andDocuments to be submitted by theConsultant to NHAI


1. TheConsultantshallsubmittotheclientthereportsanddocumentsinbound
volumes(andnotspiral binding form)aftercompletionofeachstageofworkas
perthescheduleandinthenumberofcopiesasgiveninEnclosureIII.Further,
theD e s i g n reportsw it h re spe ct ive S o ft w a r e De s ig n file s
shallalsobesubmittedinDVD’s / Pen Driveinadditiontothe hardcopies asmentioned
in Enclosure-III. Consultant shall submit all other reports mentioned specificallyin
theprecedingparas of theTOR.
2. The time schedule for various submissions prescribed at s.l.no.1 above shall be
strictly adhered to. No time-over-run in respect of these submissions will
normally be permitted. Consultant is advised to go through the entire terms of
reference carefully and plan his work method in such a manner that various
activities followed by respective submissions as brought out at Sl.No.1 above are
completed as stipulated. Consultant is, therefore, advised to deploy sufficient
number of supporting personnel, both technicalandadministrative,toundertake the
project preparation activities in construction package(Section)
simultaneously.Asfaraspossible,theproposalshouldinclude complete
informationsuchasnumber of suchpersons,name, position,periodof
engagement,remunerationrateetc.TheConsultantisalsoadvised tostart
necessarysurveyworks fromthebeginningso asto gaintimeinrespectof various
otheractivities in that stage.

STAGE 1
10.1 Quality AssurancePlan(QAP)Document
1. Immediatelyupontheaward,theConsultantsshallsubmitfourcopiesofthe
QAPdocumentcovering allaspectsoffieldstudies,investigationsdesignand
economicfinancialanalysis.Thequality assuranceplans/proceduresfordifferent
70
fieldstudies,engineering surveysandinvestigation,designanddocumentation
activitiesshouldbepresentedasseparate sectionslikeengineering surveysand
investigations,traffic surveys,materialgeo-technicalandsub-soilinvestigations, road
and pavement investigations, investigation and design of bridges
&structures,environmentandR&Rassessment,economic& financialanalysis,
drawingsanddocumentation;preparation,checking,approvalandfiling of
calculations,identificationandtraceability ofprojectdocumentsetc.Further,
additionalinformationasperformatshallbefurnishedregarding thedetailsof
personnelwhoshallberesponsibleforcarrying out/preparingand
checking/verifyingvariousactivitiesformingpartoffeasibility studyandproject
preparation,sinceinceptionto thecompletionofwork.Thefieldanddesign activities
shallstart afterthe QAP is approved byNHAI
2. The data formats proposed by the Consultants for use in field studies and
investigationsshallbesubmittedwithin 14daysafterthecommencementof services
andgot approved byNHAI
10.2 Inception Report (IR)
1. Thereport shallcover thefollowingmajor aspects:
i. Project appreciation;
ii. Detailed methodology to meet the requirements of the TOR finalised in
consultation with the NHAIofficers; including scheduling of various sub
activities to be carried out for completion of various stages of the work;
stating out clearly their approach & methodology for project preparation
after due inspection of the entire project stretch and collection/
collation of necessary information;
iii. Task Assignment and Manning Schedule;
iv. Work programme;
v. Proforma for data collection;
vi. Design standards and proposed cross-sections;
vii. Key plan and Linear Plan;
viii. Development plans being implemented and / or proposed for
implementation in the near future by the local bodies and the possible
impact of such development plans on the overall scheme for field work and
design for the study;
ix. Quality Assurance Plan (QAP) finalised in consultation with NHAI;
x. Draft design standards; and
2. The report shall include alignment of proposed corridor.
Therequirements,ifany,fortheconstructionofbypassesshouldbeidentifiedon the
basisof data derivedfrom reconnaissanceandtraffic studies.Theavailable
alignmentoptionsshouldbe workedoutonthebasisof available maps.The most
appropriatealignmentoptionforbypassesshouldbeidentifiedonthebasisofsiteconditio
nsandtechno-economic considerations.InceptionReportshouldinclude
thedetailsregarding theseaspectsconcerning theconstructionofbypassesfor approval
byNHAI.

STAGE 2:

71
10.3 Feasibility Report
1. The consultant shall commence the Feasibility Study of the project in
accordancewith the acceptedIRand the report shallcontain the following:
i. Executive summary
ii. Overview of NHAIorganization and activities,and project financing and
cost recovery mechanisms
iii. Project description including possible alternative alignments/bypasses
and technical/engineering alternatives along with the pros and cons of
proposed corridor and alternate routes
iv. Methodology adopted for the feasibility study
v. Socioeconomic profile of the project areas
vi. Indicative design standards, methodologies and specifications
vii. Traffic surveys and analysis
viii. Environmental screening and preliminary environmental assessment
ix. Initial social assessment and preliminary land acquisition/resettlement
plan
x. Cost estimates based on preliminary rate analysis and bill of quantities
xi. Economic and financial analysis
xii. Conclusions and recommendations

2. In view of para 1 above the consultant has to submit the following documents
insix sets:

i. TechnicalSpecifications:TheMORT&H’sTechnicalSpecificationsfor
RoadandBridgeworksshallbefollowedforthisstudy.However,Volume
- IV: TechnicalSpecificationsshallcontainthe specialtechnical
specifications which are not covered by MORT&H Specifications for
RoadsandBridges(latestedition/revision)andalsospecific quality control
norms for the construction of works.
ii. RateAnalysis:Thisvolumewillpresenttheanalysisofratesforallitems
ofworks.Thedetailsof unitrateofmaterialsat source,carriagecharges, any
other applicable charges, labourrates, and machine chargesas
considered in arriving at unitrates will be included in this volume.
iii. CostEstimates:Thisvolumewillpresenttheeachitemofworkaswellas a
summaryof totalcost.
iv. Bill ofQuantities:This volume shall contain the detailed Bill of
Quantities for all items of works
3. The basic data obtained from the field studies and investigations shall be
submitted in aseparate volume as an Appendixto FeasibilityReport including draft
3(a) publication report of land acquisition.
4. The Final Feasibility Study Report incorporating comments, revisions and
modificationssuggestedbyNHAIshallbesubmittedwithin15daysofreceiptof
comments fromNHAI ondraft feasibilitystudyreport.

STAGE 3:

72
10.4 StripPlanandClearances
1. TheConsultants shall submitthe followingdocuments:
i. Details of the center line of the proposed widened NH along with the
existing and proposed right-of-way limits to appreciate the requirements of
land acquisition;
ii. The information concerning the area including ownership of land to be
acquired for the implementation of the project shall be collected from the
revenue and other concerned authorities and presented along with the
strip plans;
iii. Strip plans showing the position of existing utilities and services
indicating clearly the position of their relocation;
iv. Details for various clearances such as environment and forest clearances;
v. Separate strip plan showing shifting / relocation of each utility services in
consultation with the concerned local authorities;
vi. The utility relocation plans should clearly show existing right-of-way and
pertinent topographic details including buildings, major trees, fences and
other installations such as water-mains, telephone, telegraph and
electricity poles, and suggest relocation of the services along with their
crossings the highway at designated locations as required and prepare
necessary details for submission tothe Service Departments;
vii. Detail schedules for acquisition of additional land and additional
properties in consultation with the revenue authorities; and
viii. Land Acquisition Plan shall be prepared after digitization of cadastral /
land revenue maps. The digitized map shall exactly match the original
map, like a contact print, since the dimensions and area of plots, or the
whole village is to be extracted from the map itself. An accuracy of
1mm or higher in a 1:1000 scale map shall be ensured, as this translates
into an accuracy of 1 m or higher on ground.
2. Thestripplansandlandacquisitionplanshallbepreparedonthebasisofdata from
reconnaissance anddetailed topographic surveys.
3. TheReportaccompanyingthestripplansshouldcovertheessentialaspectsas given under:
i. Kilometre-wiseLandAcquisitionPlan(LAP)andscheduleofownership
thereofandCostsasper RevenueAuthoritiesandalsobasedonrealistic rates.
ii. Detailsofproperties,suchasbuildingsandstructuresfallingwithinthe right-
ofwayand costsof acquisition based on realisticrates.
iii. Kilometre-wiseUtilityRelocationPlan(URP)andcostsforrelocationper civil
construction packageas per concerned authorities.
iv. Kilometre-wiseaccountinregardtofellingoftreesofdifferenttypeand
girthandvalue estimate ofsuchtreesbasedonrealistic ratesobtainable from
concernedDistrict forest office.
4. Thestripplansshallclearlyindicatetheschemeforwidening.Theviewsand
suggestionsoftheconcernedState PWDsshould bedulytakenintoaccountwhile
workingoutthewidening scheme(left,rightor symmetrical).The widening scheme
shallbefinalisedin consultation withNHAI
5. Kilometre-wiseStripPlansforsection(Package)shallbepreparedseparatelyfor
73
eachconcerned NHAIand suggested by NHAI

10.5 LandAcquisitionReport
1. TheLandacquisitionreportshallbepreparedandsubmittedforsection(package).
Thereportshallincludedetailschedulesaboutacquisitionoflandholdingsasper
revenuerecordsandtheirlocationsina stripplanandalsothe costsasperdistrict
authorities.Draft 3(A) notification shallbe submittedinlandacquisitionproforma tobe
supplied by NHAI.Draft 3(A) notification shallbesubmittedinbothHindand English
languages.
2. The landacquisitionreportshouldbepreparedinconsultationwith affected persons,
non-governmental organisationsand concernedgovernment agencies and
shouldcoverlandacquisitionandresettlementplan andcostsofresettlementand
rehabilitation of such affected persons. It should also include plan of
compensatingafforestation,itsland requirementwithspecific locations andcost
involved forundertaking allactivities in this regard.
10.6 Deleted
STAGE: 4
10.7 Draft DetailedProjectReport (DPR)
1. The draft DPR Submission shall consist of construction package-wise Main
Report,DesignReport,MaterialsReport,Engineering Report, DrainageDesign
Report, EconomicandFinancialAnalysisReport, EnvironmentalAssessment Report
includingResettlementAction Plan(RAP), Package-wisebidDocuments and
Drawings.
2. TheReport volumes shallbesubmitted as tabulated in para10above.
3. TheDocumentsandDrawingsshallbesubmittedforthePackageandshallbein the
followingformat:

Reports
i. Volume-I, Main Report: This report will present the project background,
social analysis of the project, details of surveys and investigations carried
out, analysis and interpretation of survey and investigation data, traffic
studies and demand forecasts designs, cost estimation, environmental
aspects, economic and commercial analyses and conclusions. The report
shall include Executive Summary giving brief accounts of the findings of
the study and recommendations.

The Report shall also include maps, charts and diagrams showing
locations and details of existing features and the essential features of
improvement and upgrading.The Environmental Impact Assessment (EIA)
Report for contract package shall be submitted as a part of the main

74
report.

The basic data obtained from the field studies and investigations and input
data used for the preliminary design shall be submitted in a separate
volume as an Appendix to Main Report.

ii. Volume - II, Design Report: This volume shall contain design
calculations, supported by computer printout of calculations wherever
applicable. The Report shall clearly bring out the various features of
design standards adopted for the study. The design report will be in two
parts. Part-I shall primarily deal with the design of road features and
pavement composition while Part-II shall deal with the design of bridges,
tunnels and cross-drainage structures. The sub-soil exploration report
including the complete details of boring done, analyses and interpretation
of data and the selection of design parameters shall be included as an
Appendix to the Design Report.

The detailed design for all features should be carried out as per the
requirements of the Design Standards for the project. However, there may
be situations wherein it has not been possible to strictly adhere to the
design standards due to the existing siteconditions, restrictions and other
considerations. The report should clearly bring outthe details of these
aspect and the standards adopted.

iii. Volume - III, Materials Report: The Materials Report shall contain
details concerning the proposed borrow areas and quarries for
construction materials and possible sourcesof water for construction
purposes. The report shall include details on locations of borrow areas
and quarries shown on maps and charts and also the estimated quantities
with mass haul diagram including possible end use with leads involved,
the details of sampling and testing carried out and results in the form of
important index values with possible end use thereof.

The materials Report shall also includedetails of sampling, testing and test
results obtained in respect physical properties of subgrade soils. The
information shall be presented in tabular as well as in graphical
representations and schematic diagrams. The Report shall present soil
profiles along the alignment.

The material Report should also clearly indicate the locations of areas
with problematic soils. Recommendations concerning the improvement of
such soils for use in the proposed construction works, such as stabilization
(cement, lime, mechanical) should be included in the Report.

iv. Volume - IV, Environmental Assessment Report including


Environmental Management Plan (EMP) & Resettlement Action Plan
(RAP): The Report shall be prepared conforming to the Guidelines of the
Government of India, State Government and World Bank / ADB as
75
appropriate for construction package.

v. Volume - V, Technical Specifications: The MORT&H’s Technical


Specificationsfor Road and Bridge works shall be followed for this study.
However, Volume IV: Technical Specifications shall contain the special
technical specifications which are not covered by MOST Specifications
for Roads and Bridges (latest edition / revision) and also specific quality
control norms for the construction of works.

vi. Volume - VI, Rate Analysis: This volume will present the analysis of rates
for all itemsof works. The details of unit rate of materials at source,
carriage charges, any other applicable charges, labour rates, machine
charges as considered in arriving at unit rates will be included in this
volume.

vii. Volume - VII, Cost Estimates:This volume will present the contract
package wise cost of each item of work as well as a summary of total cost.

viii. Volume - VIII, Bill of Quantities:This volume shall contain the package-
wise detailed Bill of Quantities for all items of works.

ix. Volume - IX, Drawing Volume: All drawings forming part of this volume
shall be ‘good for construction’ drawings. All plan and profile drawings
will be prepared inscale 1:250V and 1:2500H scale to cover one km in one
sheet. In addition this volume will contain ‘good for construction’
drawings for the following:
· Horizontal Alignment and Longitudinal Profile.
· Cross-section @ 50m interval along the alignment within ROW
· Typical Cross-Sections with details of pavement structure.
· Detailed Working Drawings for individual Culverts and Cross
DrainageStructures.
· Detailed Working Drawings for individual Bridges, tunnels
and Structures.
· Detailed Drawings for Improvement of At-Grade and Grade-
Separated
· Intersections and Interchanges.
· Drawings for Road Sign, Markings, Toll Plazas, and other
Facilities.
· Schematic Diagrams (linear chart) indicating but be not limited to
be following:
o Widening scheme;
o Locations of median openings, intersections, interchanges,
underpasses, overpasses, bypasses;
o Locations of service roads;
o Location of traffic signals, traffic signs, road
markings,safety features; and,
o Locations of toll plaza, parking areas, weighing stations,

76
bus bays, rest areas, if any.
· Drawings for toll plaza, Bus Bays, Parking areas, Rest areas,
weighing stations etc.All drawings will be prepared in A2 size
sheets. The format for plan, crosssection and profile drawings shall
be finalised in consultation with the concerned NHAI officers. The
drawings shall also include details of all BM and reference pillars,
HIP and VIP. The co-ordinates of all points should be referenced
to a common datum, preferably GTS referencing system. The
drawings shall also include the locations of all traffic safety
features including traffic signals, signs, markings, crash barriers,
delineators and rest areas, busbays, parking areas etc.
· The typical cross-section drawings should indicate the scheme for
future widening of the carriageway. The proposed cross-sections of
road segment passing through urban areas should indicate the
provisions for pedestrian movements and suitable measures for
surface and sub-surface drainage and lighting, as required.

10.8. Final Detailed Project Report, Documents and Drawings (6 Sets)

1. The Final package-wise DPR consisting of Main Report, Design Report,


Drainage Design Report and Materials Report, incorporating all revisions deemed
relevant following receipt of the comments from NHAI on the draft DPR
shall be submitted as per the schedule given in Enclosure-III.

STAGE: 5
10.9. Technical Schedules

1. Civil Work Contract Agreement: A civil works contract agreement shall be


submitted

10.10 STAGE: 6
Draft 3D publication report
The report shall be prepared based on actual requirement of land after detailed field
survey for land acquisition and detailed discussion with concerned revenue
department including joint site visit. The report shall invariably include legible map
on appropriate scale showing acquisition of khasra no., area, distinguishable feature
of ground, district/village name, district/village boundary highway alignment,
direction on revenue map. The deliverable includes publication of 3(D) notification
for 90% of length.

STAGE: 7
10.11. Clearances II Report
All the necessary project related clearances such as environment, forest and
wildlife clearance from MOEF, Railways in respect of ROB/ RUBs, Irrigation
77
Deptt and any other concerned agencies shall be obtained by the consultant. The
final approvals shall be obtained and submitted to NHAI so that project
implementation can straight away proceed without any hold up. For utility
clearances, consultant shall with help NHAI procure estimate/s from utility
owning agencies including liasioning with agencies concerned as per NHAI
policy circular No. Technical 215/2016 dated 19.09.2016 (copy enclosed).

11. Interaction with NHAI

1. During entire period of services, the Consultant shall interact continuously with
NHAI and provide any clarification as regards methods being followed and
carryout modification as suggested by NHAI. A programme of various activities
shall be provided to NHAI and prior intimation shall be given to NHAI regarding
start of key activities such as boring, survey etc. so that inspections of NHAI
officials could be arranged in time.

2. The NHAI officers and other Government officers may visit the site at any time,
individually or collectively to acquaint/ supervise the field investigation and
survey works. NHAI may also appoint a Proof Consultant to supervise the work
of the DPR consultant including inter-alia field investigation, survey work,
Design work and preconstruction activities

3. The consultant shall be required to send 3 copies of concise monthly Progress


Report by the 5th day of the following month to the designated officer at his
Head Quarter so that progress could be monitored by the NHAI. These reports
will indicate the dates of induction and de-induction of various key personnel and
the activities performed by them. Frequent meetings with the consultant at site
office or in Delhi are foreseen during the currency of project preparation.

4. All equipment, software and books etc. required for satisfactory services for this
project shall be obtained by the Consultant at their own cost and shall be their
property.

12. Payment Schedule

1. The Consultant will be paid consultancy fee as a percentage of the contract values
as per the schedule given in the Draft Contract Agreement.

13. Data and Software

1. The floppy diskettes/CD’s containing all basic as well as the processed data from
all field studies and investigations, report, appendices, annexure, documents and
drawings shall be submitted to NHAI at the time of the submission of the Final
Report. The data can be classified as follows:
i. Engineering Investigations and Traffic Studies: Road Inventory,
Condition, Roughness, Test Pit (Pavement composition), Benkelman Beam
Deflection, Material Investigation including test results for subgrade soils,
Traffic Studies(traffic surveys), axle load surveys, Sub-soil Exploration,
78
Drainage Inventory, Inventory data for bridge and culverts indicating
rehabilitation, new construction requirement etc. in MS EXCEL or any
other format which could be imported to widely used utility packages.

ii. Topographic Surveys and Drawings: All topographic data would be


supplied in (x, y, z) format along with complete reference so that the data
could be imported into any standard highway design software. The
drawing files would be submitted in dxf or dwg format.

iii. Rate Analysis: The Consultant shall submit the rate analysis for various
works items including the data developed on computer in this relation so
that it could be used by the Authority later for the purpose of updating the
cost of the project.

iv. Economic and Financial Analysis

2. Software: TheConsultant shall also hand-overtoNHAIfloppies/CD’s containing


any generalsoftwareincluding thefinancialmodelwhichhasbeenspecifically
developed for theproject.
3. Thefloppydiskettes/CD’sshouldbeproperlyindexedandacataloguegiving contents
of all floppies/CD’s and print-outs of the contents (data from field
studiestopographicdataanddrawings)shouldbehandedovertoNHAIatthe time
ofsubmission of the Final Report.

4. Consultant shall include editable soft copies of the final versions of all
documents, including but not limited to the strip plan, plan & profile drawings,
cross sections of right of way and details of structures as well as any cost
workings.

79
SUPPLEMENT I

ADDITIONAL POINTSTO BE CONSIDERED FOR HILL ROADSIN ADDITION


TO POINTSCOVERED IN MAINTOR
S. ClauseNo. Additional points
No. ofTOR
1. 2.2 a) Provisions of tunnels if required.

2. 2.3 a) Design of tunnels, if required


b) Designof protectiveworks,slope stabilizationmeasures,erosioncontrol
measures, land slide control/protection measures snow drift
control/snowclearancemeasures,avalanche protectionmeasures,if
required
3. 3 Feasibilitystudyandpreparationofdetailedprojectreportforhillroads
shallbe done inaccordance withbestinternationalpracticesandwherever
practicable/feasiblesteepgradientsandhairpinbendsmay beavoidedby
realignments byprovision ofstructuresand provision of tunnels if required
4. 4.1 a)Inventoryand condition surveyfortunnels, ifrequired.
b)Identificationoffaultsinrockstrataandimpactoffaultsindesignof tunnels, if
required
c)Detaileddesignofroadconsideringandincorporatingspecificaspects
relatedtohillregionlike terrain,topographicconditions,extreme
weatherconditions, altitude effects etc.
d) Designofprotectiveworks,slopestabilizationmeasures,erosioncontrol
measures,land slidecontrol/protectionmeasures,snowdrift
control/snowclearancemeasures,avalanche protectionmeasures,if
required
e) Design of scenic overlooks/wateringpoints etc.
5. 4.5 (1) Allactivitiesrelatedtofieldstudies,designanddocumentationshallbe
doneasper the latestguidelines/circulars ofMORT&H andrelevant
publicationsof theIndianRoadsCongress(IRC)/BureauofIndian Standards
(BIS) for hillroads.For aspectsnotcoveredbyIRCandBIS,
internationalstandard practices,such as,British and American Standards
maybe adopted.
6. 4.7 Reviewof dataand documents pertainingto
a) Terrain and soil condition
b) Condition of tunnels, if required.
c) Sub-surfaceandgeo-technical data forexistingtunnels, if required. d)
Drawing and details ofexistingtunnels, if required.
e) Existing protective works, erosion control and land slide control/

80
protection works, slope stabilization measures, snow drift control
measures,avalancheprotection measures
f) Existing land slide and snow clearance facilities
g) Geological details of rock strata in the area in case of tunnels
7. 4.11(1) TheConsultantshouldmakeanindepthstudyofavailablegeologicaland
meteorologicalmapsof the area.
8. 4.11 (2) The primary tasks to be accomplished during the reconnaissance survey
shall also include:
a) details of terrain (steep or mountainous ), cliffs and gorges, general
elevation of the road including maximum heights negotiated by
main ascents and descents, total number of ascents and descents,
hair pin bends, vegetation etc.
b) Climatic conditions i.e. temperature, rain fall data, snow fall data, fog
conditions, unusual weather conditions etc.
c) Realignment requirements including provision of tunnels, if required.
d) Inventory of tunnels and geologically sensitive areas like slip prone
areas, areas subject to landslides, rock fall, snow drifts, erosion,
avalanche activity etc.

9. 4.11.2.1 (ii) Cross sections shall be taken at every 25 m. in case of hill roads and at
points of appreciable changes in soil conditions. While taking cross
sections, soil conditions shall also be recorded.
10. 4.11.3.1 (1) Theinventorydata shallalso include:
a)Generalelevationofroadindicating maximum&minimumheights
negotiated by main ascents &descents and total no. of ascents
&descents.
b)Detailsofroadgradients,lengthsofgentle& steepslopes,lengths& locationof
stretchesinunstableareas,areaswithcliffs,areaswithloose
rocks,landslideproneareas,snow driftprone areas,no.& locationof hairpin
bends etc.
c) Details of tunnels
d)Details&types ofprotective structures,erosion&landslide
control/protectionmeasures,snow driftcontrolmeasures,avalanche
protection/control measures etc.
11. 4.11.3.2 (2) Pavement:
a)Location of crust failures alongwith their causes
b)Conditionsofcamber/crossfalls/superelevationsetc.,whetheraffected
bysubsidence
Embankment:
Extent ofslope erosion on hill and valleyside

81
12. -- Condition Surveys &Investigation for Slope Stabilization, Erosion
Control, Landslide Correction/Protection &Avalanche Protection
Measures:
a) Inventory &Condition Surveys of Existing Protective/Control
Measures:
TheconsultantshallmakeaninventoryofallthestructuresrelatedtoSlope
Stabilization, ErosionControl,Landslide Control/protection, Avalanche
Protection etc. This shallinclude details of effectiveness of control measures
alreadydoneandcondition of protective/control structures.
b)LandslideInvestigation
Thisshallbecarriedouttoidentify landslideproneareas,tosuggest
preventivemeasuresoralternateroutesthatare lesssusceptibletolandslide
hazard.Furtherinexisting slideareasthisshallhelptoidentify factors
responsibleforinstability andtodetermineappropriatecontrolmeasures needed
to prevent or minimizerecurringof instabilityproblems.
Initial preliminarystudiesshallbecarriedoutusingavailablecontourmaps
, topographical maps,geological/geo-morphological maps,aerial
photographsetc.forgeneralunderstanding ofexisting slideareaandto identify
potential slide areas. This shall be followed by further
investigationslike geological/geotechnical/hydrologicalinvestigationto
determine specific site conditions prevailing in the slide area as per
relevantIRCspecifications/publications,MORT&Hcirculars andrelevant
recommendationsof theinternationalstandards for hillroads.The resultof the
investigations shall providebasis for engineering analysis and the design of
protection/remedial measures.
13. 4.11.4.4 a) For tunnels if required, geotechnical and subsurface investigation
shallbedone asperIRC:SP:91.
b) Geotechnical andsubsurface investigationand testing for tunnels shall
be carried out through the geotechnicalConsultantswhohave
theexperience ofgeotechnicalandsubsurface investigationinsimilar
project.
14. 4.12.1 (1) TheConsultantshallalsocarryoutdetaileddesignsandprepareworking
designsfor thefollowing:
a) cross sections at every25 m intervals
b) Slopestabilization anderosion control measures
c) Designofprotection/control structures in areas subjecttosubsidence,
landslides,rockfall,rockslide,snowdrifts,icing,scour, avalanche
activityetc.
d) Design of protectivestructures in slip prone andunstable areas
e) Design of scenic overlooks,wateringpoints etc.
f)Safetyfeatures specificto hillroads
15. 4.12.2 (1) TheConsultantshallevolveDesignStandardsandmaterialspecifications

82
fortheStudyprimarilybasedonIRCpublications,MORT&HCirculars
andrelevantrecommendationsof the internationalstandards for hillroads for
4.12.2 (2) approval byNHAI.

The Design Standards evolvedfor theprojectshallcoverallaspectsof


detaileddesignincluding thedesignofgeometricelements,pavement
design,bridgesandstructures,tunnelsifrequired,trafficsafety and materials.

16. 4.12.3 Whereverpracticable/feasiblehairpinbendsandsteepgradientsshallbe


avoided by realignments, provision of structures or any other suitable
provisions.
17. 4.12.4 Whiledesigningpavementforhillroadsspecificaspectsrelevanttohill
regionsliketerrain& topographicconditions,weatherconditions,altitude
effectsetc.shallbedulyconsideredandsuitably incorporatedindesignso
thatpavementisabletoperformwellfor thedesigntraffic andservice life.
Effectsoffactorslikeheavy rainfall,frostaction,intensivesnowand
avalancheactivity,thermalstressesduetotemperaturedifferenceinday
andnight,damagebytrackedvehiclesduringsnowclearanceoperations
etc.mustalsobeconsideredalongwithtrafficintensity,itsgrowth,axle loads and
design life.
18. 4.12.5(3) Thedesignofembankmentsshouldincludetherequirementsforprotection
worksand traffic safetyfeatures includingfeatures specificto hillroads.
19. -- Designand Drawingof Tunnels:
TheConsultantshallpreparedesignanddrawingsfortunnels,ifrequired
aspertheresultsoffeasibility study,aspertherelevantspecificationsof
IRC:SP:91/MORT&H and otherinternational specifications.
20. 4.12.7 a)Topographyofhillsgeneratesnumerouswatercoursesandthiscoupled
withcontinuousgradientsofroadsinhillsandhighintensity ofrainfall
callsfor effective drainage of roads.The drainage systemshallbe
designedtoensurethatthewaterflowing towardstheroadsurfacemay
bedivertedandguidedtofollowadefinite pathby suitableprovisionof
roadsidedrains,catchwater drains,interceptorsetc.andflow onvalley side
is controlled so that stabilityis not affected.
b)Further,adequateprovisionshallbemade forsub-surface/subgrade
drainagetotakecareofseepagethroughtheadjacenthillfaceofthe road
&underground water flows.
21. 4.12.8 The Consultant shall design suitable traffic safety features and road
furnitureincludingtrafficsignals,signs,markings,overheadsignboards,
crashbarriers,delineatorsetc.includingany featurespecifictohillroads. The
locationsof these featuresshallbe given inthe reportsandalsoshown in
thedrawings.
22. 4.12.3 (1) TheConsultantshallmakesuitabledesignsandlayoutformiscellaneous

83
works including rest areas, bus bays, vehicle parking areas,
telecommunicationfacilities, scenic overlooks, watering points etc.
wherever appropriate.
23. 10.6 (1) VolumeII: DesignReport :
a)Inventoryof protection measures and otherstructures
b)Inventoryof tunnels, if required.
c) Proposed preliminarydesigns for tunnels, if required.
VolumeIII: Drawings
a) Drawings forprotection/control measuresand otherstructures
b) Drawings for tunnels,if required.
24. 10.7 (3) VolumeII: Design Report (PartII)
PartIIofDesignReportshallalsodealwithdesignoftunnels,ifrequired and
design of other protection/control structures.
VolumeIX: Drawing Volume
This shallalso include:
a) Detailedworkingdrawings for tunnels, if required.
b) Detailed workingdrawings for protection/control structures

84
SUPPLEMENT II

S.No. ClauseNo. Additional points


ofTOR
1 4.1 Forstandalonebridgeprojectsthescopeofworkshallinclude
detailed designofapproachroadextending at least upto 2kmon
eithersideofthe bridge
1. 4.11.4.2(6) Model Studies forBridges
1. Objective
Physical/MathematicalModelstudy fordetailedHydraulic/
Hydrologicinvestigationsregarding theproposed bridgefor
hydraulic designof thebridge andassessmentand hydraulic design
ofrequired river trainingworks.
2. Methodology
Physical/MathematicalModelstudy shallbecarriedoutata
reputed/recognized institution. The consultant will be
responsibleforidentifyingtheinstitution,supplyingInformation
/Documents/Datarequiredformodalstudiesasindicatedinpara
4belowandcoordinating themodelstudy withtheinstitution
concerned

3. ScopeofWork
3.1 Physical Model study
Physicalmodelingwithappropriatemodelscalefor Hydraulic and
HydrologicInvestigations to :
i) Finalizespanarrangementcausinguniformityinflow
distribution,andworkout thealignmentandorientation of
rivertrainingworks and bridgeaxis.
ii) Provide informationon estimated/observed maximum
depth of scour.
iii) Provideinformationonrequiredrivertrainingworksfor
proposed bridge
iv) Providehydraulicdesignforthebridgeandtherequired river
training works.
v) Quantifythegeneraldirectionofrivercoursethrough
bridge,afflux,extentandmagnitudeofflood,effectof
backwater, ifany, aggradation/degradationof bed,
evidenceofscouretc.shallbe usedtoaugmentthe available
hydrologicaldata. Thepresence offlood
control/irrigationstructures,ifaffecting thehydraulic
characteristicslikecausingobliquity,concentrationof

85
flow,scour,silting of bed,changeinflowlevels,bed
levelsetc. shallbe studiedandconsideredinHydraulic
designofproposedbridge.Thedetailsofany planned
workintheimmediatefuturethatmay affecttheriver
hydraulics shall be studied and considered
3.2 Mathematical Model study
Mathematical modelingfor detailed Hydraulic / Hydrologic
investigations regardingtheproposed new bridgeto:
i) Finalizethe site/location ofthe proposed newbridge
based on mathematical modeling.
ii) Provideinformationon estimated/observed maximum
depth of scour..
iii)Provideinformation on required river trainingworks for
proposed bridge
iv)Providehydraulicdesignforthe bridgeand the required
river trainingworks.

v) Quantifythegeneral direction ofriver coursethrough


bridge,afflux, extent and magnitudeofflood, effect of
backwater, if any,aggradation/degradation ofbed,
evidenceof scouretc. shallbeused to augment the
available hydrological data. Thepresenceof flood
control/irrigation structures, if affectingthehydraulic
characteristics like causingobliquity,concentration of
flow, scour, siltingof bed, changein flow levels,bed
levels etc. shallbestudied and considered in Hydraulic
design of proposed bridge. Thedetails ofanyplanned
work in theimmediate futurethat mayaffect theriver
hydraulics shall be studied and considered.
4. Information /Documents /Data required for Physical
/Mathematical Model study
i) Plan layoutsshowing the locations of the proposed
bridgeaswellastheexisting bridges/barragesetc.,in
thevicinity oftheproposedbridgewiththechainages with
respect to astandardreferencemarked on it.
ii) Highflooddischargesandcorrespondingfloodlevelsat
thelocationsoftheexisting bridgesinthevicinity ofthe
proposed bridge.
iii) General arrangement drawing (GAD) of the existing
bridgesshowing numberofspans,pierandwell
dimensions,foundinglevels,maximumscourlevel,the
86
designdischargeandtheHFL,guidebunddetails. On
this,theplanformof the rivercoursewiththebridge
alignment mayalso be shown as far as possible.

iv) Generalarrangementdrawing(GAD)oftheproposed new


bridge showingnumber of spans,pier and
foundationdimensions.Onthis,theplanformofthe river
coursewith the bridge alignment may also be shown as
for as possible.
v) River cross sections at 500m longitudinal spacing
(maximum)uptoa distance of 2timesthebridgetotal
lengthonthe upstreamside anduptoa distance equalto
thebridgetotal length on thedownstream with right
bankandleftbankclearly markedonit.Atleastone
crosssectiontobe provided atthe locationof the
proposedbridge.At eachcross section,the bedlevelsto
betakenatamaximum lateraldistanceof8minflow
sectionandat25minnonflow section respectively.The
abrupt variations in thebed levelsto becaptured by taking
measurements at closer locations both in
longitudinal as wellas lateral directions.
vi) Thecrosssections,asforaspossible,fromhighbankto high
bank.

vii) Thelongitudinalprofileoftheriveralong thelengthof the


proposed alignment.

viii) Sizedistributionoftheriverbedmaterialandthebore log


dataatdifferentlocationsatthesiteoftheproposed bridge.

ix) Theseriesofannualpeakfloodoftheriverforatleast
15years period.

87
88
S LEMENT-III
UADDITIONAL REQUIREMENT FOR SAFETY AUDIT
S
U
P
P
L
Theuseofchecklistsishighlyrecommendedastheyprovideauseful“aidememoire”for
theauditteamtocheckthatnoimportantsafety aspectsarebeingoverlooked.They alsogiveto
theprojectmanagerandthedesignengineerasenseofunderstandingoftheplaceofsafety audit
inthedesignprocess.Thefollowing listshavebeendrawnupbasedontheexperience ofundertaking
systematicsafety auditproceduresoverseas.Thisexperienceindicatesthat extensivelistsof
technicaldetailshasencouragedtheir useas“tick” sheetswithoutsufficient thoughtbeinggiven tothe
processes behindtheactions.Accordingly,the checklistsprovide guidelineson the principalissues
that need to be examined duringthe courseof thesafetyaudits.

StageF-During Feasibility Study


1. Theauditteamshouldreviewtheproposeddesignfromaroadsafetyperspectiveand heck the
followingaspects

CONTENTS ITEMS

Aspects to be checked A. Safetyandoperationalimplicationsofproposedalignment and


junctionstrategy withparticular referencestoexpected road
usersand vehicletypes likelyto usetheroad.
B. Width options considered forvarious sections.
C. Departures from standards and action taken.
D. Provision of pedestrians,cyclistsand intermediatetransport E.
Safety implications of the scheme beyond its physical limits
i.e.howtheschemefitsintoitsenvironsandroad
hierarchy

89
A1 : General Ø Departures from standards
ØCross-sectional variation
ØDrainage
ØClimatic conditions
ØLandscaping
ØServices apparatus
ØLay-byes
ØFootpath
ØPedestrian crossings
ØAccess(minimizenumber ofprivateaccesses)

90
ØEmergencyvehicles
ØPublicTransport
ØFuturewidening
ØStagingof contracts
ØAdjacent development

A2 :Local Alignment ØVisibility


ØNew/Existingroad interface
ØSafetyAids onsteep hills

A3 : Junctions ØMinimisepotential conflicts


Ø Layout
ØVisibility

A4 : Non-Motorised ØAdjacent land


road usersProvision Ø Pedestrians
ØCyclists
ØNon-motorised vehicles

A5 : Signs andLighting ØLighting


ØSigns/Markings

A6 : Construction and ØBuildability


Operation ØOperational
ØNetworkManagement

Stage1 – CompletionofPreliminary Design

1.Theauditteamshouldreviewtheproposedcheckthefollowingaspectsdesignfromaroad
safetyperspectiveand check the followingaspects

CONTENTS ITEMS

Aspects to be checked A.Safety andoperationalimplicationsofproposedalignment


andjunctionstrategywithparticularreferencestoexpectedroad users
and vehicle types likelyto usetheroad.
B. Width options considered forvarious sections.
C. Departuresfrom standards and action taken.
D. Provision ofpedestrians, cyclistsand intermediate transport

91
E.Safetyimplicationsoftheschemebeyonditsphysicallimits
i.e. howthe schemefits into its environs and roadhierarchy

B1 : General ØDepartures from standards


ØCross-sectional variation
ØDrainage
ØClimatic conditions
ØLandscaping
ØServices apparatus
ØLay-byes
ØFootpaths
ØPedestrian crossings
ØAccess(minimizenumber ofprivateaccesses)
ØEmergencyvehicles
ØPublicTransport
ØFuturewidening
ØStagingof contracts
ØAdjacent development

B2 :Local Alignment ØVisibility


ØNew/Existingroad interface
ØSafetyAids on steep hills

B3 : Junctions ØMinimisepotential conflicts


Ø Layout
ØVisibility

B4 : Non-Motorised road ØAdjacent land


users Provision Ø Pedestrians
ØCyclists
ØNon-motorised vehicles

B5 : Signs andLighting ØLighting


ØSigns/Markings

B6 : Construction and ØBuildability


Operation ØOperational
ØNetworkManagement

92
Stage2 – CompletionofDetailedDesign

TheauditteamshouldsatisfyitselfthatallissuesraisedatStage1havebeenresolved.Items
mayrequirefurtherconsideration wheresignificant design changes haveoccurred.
2.Ifascheme hasnotbeensubjecttoastage1audit,theitemslistedinChecklistsB1toB6should be
considered together with the items listed below.

CONTENTS ITEMS

Aspects to be checked A. Anydesign changessinceStage1.


B. Thedetaileddesignfromaroadsafety viewpoint,includingthe
roadsafetyimplicationsoffuturemaintenance(speedlimits;road
signsandmarkings;visibility;maintenanceofstreetlighting and central
reserves).

C1 : General ØDepartures from standards


ØDrainage
ØClimatic conditions
ØLandscaping
ØServices apparatus
ØLay-byes
ØAccess
ØSkid-resistance
ØAgriculture
ØSafetyFences
ØAdjacent development

C2 :Local Alignment ØVisibility


ØNew/Existingroad interface

C3 :Junctions ØLayout
ØVisibility
ØSigning
Ø Lighting
ØRoad Marking
ØT,X,Y-junctions
ØAll roundabouts
ØTrafficsignals

93
C4 : Non-Motorisedroad ØAdjacent land
users Provision Ø Pedestrians
ØCyclists
ØNon-motorised vehicles

C5 : Signs andLighting ØAdvanced direction signs


ØLocal trafficsigns
ØVariable messagesigns
ØOther trafficsigns
ØLighting

C6 : Construction ØBuildability
and ØOperational
Operation ØNetworkManagement

94
Enclosure-I

MANNINGSCHEDULE

S Key Personnel Total Project Assignment (3 months)


No At site At design Total time
(mm) office (mm) period (mm)

1 Team Leader cum Senior 1.5 1.5 3


Highway Engineer

2 Senior Bridge Engineer 1 2 3

3 Highway cum Pavement 1 1 2


Engineer

4 Material cum Geo-technical 1 0.5 1.5


Engineer-Geologist

5 Senior Survey Engineer 1 1 2

6 Traffic and Safety Expert 0.5 1 1.5

7 Environmental Specialist 0.5 0.5 1

8 Quantity 1 2 3
Surveyor/Documentation Expert

Total
7.5 9.5 17

1. Consultantshavetoprovideacertificatethatallthekeypersonnelasenvisagedinthe
ContractAgreementhavebeenactuallydeployedintheprojects.Theyhavetofurnishthecertificate
at thetime ofsubmissionoftheirbills to NHAI fromtime totime.

2. IncaseTunnelsaretobeconstructed,necessaryinputofTunnelExpertsshallbeprovidedin addition
toabove mentioned Manpowerrequirement.

95
Enclosure-II
QualificationandExperienceRequirement ofKeyPersonnel
TeamLeader cumSeniorHighway Engineer

i) Educational Qualification

Essential Graduate in Civil Engineeringor equivalent


Desirable Post graduateinCivilEngineering
(highways/structures/trafficand
transportation/soil mechanics and
foundation engineering/ Construction
Management /Transportation)
ii) Essential Experience

a)Total Professional Experience Min. 20years


b) Experiencein Highwayprojects Min. 15 years in Planning, project
preparationand design ofHighway projects,
including 2/4/6laningofNH/SH/
expressways.Forhillroads,respective hill roads
experienceis required
c)Experienceinsimilarcapacity InFeasibility oftwo/Four/SixLaningworks
(Either as Team Leader or in and DPR/IC/Construction Supervisionof
Similar capacity) Two/Four/sixlaning ofmajorhighway
projects(NH/SH/Expressways)/ feasibility
cum detailed project report of two/ four
laningprojectsofminimumaggregatelength of
150km.For hillroads,respective hillroads
experienceisrequired.

iii) AgeLimit 70 years onthe dateofsubmissionof


Proposal

96
Enclosure-II(contd.)

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEYPERSONNEL

Highway cumPavement Engineer


i) Educational Qualification

Essential DegreeinCivilEngineering
Desirable Masters in highway engineering/
TransportationEngineering
ii) Experience
a)Total Professional Experience Min. 15years

b) Experiencein Highwayprojects Minimum10years experiencein pavement


design and maintenanceof highways
c) Experiencein similarcapacity Pavementdesignformajorhighwayprojects
(2/4/6 lane NH/SH/ Expressways) of
minimum aggregatelength of 150km.
iii) AgeLimit 70 years onthe dateofsubmissionof
Proposal

97
Enclosure-II(contd.)

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEYPERSONNEL

SrBridge Engineer
i) Educational Qualification

Essential Graduate in Civil Engineeringor equivalent


Desirable Masters inBridgeEngineering /
Structural Engineering
ii) Essential Experience
a)Total Professional Experience Min. 15years

b) ExperienceinBridgeprojects Min. 10 years in project preparation


anddesign of bridgeprojects.

c) Experienceinsimilarcapacity Bridge Engineer in highway design


consultancy projects(2/4/6laneNH/SH/
Expressways)involving designofminimum
twomajorbridges(lengthmorethan200m
)

iii) AgeLimit 70 years onthe dateofsubmissionof


Proposal

98
Enclosure-II(contd.)

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEYPERSONNEL

Traffic andSafety Expert


i) Educational Qualification

Essential Graduate in Civil Engineering

Desirable Masters inTraffic Engineering /


TransportationEngineering / Transport
Planning
ii) Essential Experience
a) Total Professional Experience Min. 10years
b) Experiencein Highwayprojects Min. 5years on similar projects.
c) Experienceinsimilarcapacity Traffic Engineer in highway Projects
(NH/SH/Expressways) involving 2/4/6
laningofminimumaggregatelengthof80 km.

iii) AgeLimit 70 years onthe dateofsubmissionof


Proposal

99
Enclosure-II(contd.)

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEYPERSONNEL

MaterialEngineer– cum– Geotechnical Engineer cumGeologist


i) Educational Qualification

Essential Graduate in Civil Engineering


or M.Sc. Geology
Desirable Masters inFoundationEngineering / Soil
Mechanics / PhdinGeology /Geo Tech
Engineering
ii) Essential Experience
a) Total Professional Experience Min. 15years
b) Experiencein HighwayProjects Min. 8years on similar projects in design
and/or construction
c) Experiencein similarcapacity Material cum Geo-technical Engineer on
highway projects(2/4/6lane
NH/SH/Expressways)ofminimum aggregate
length of 80 km..
iii) AgeLimit 70 years onthe dateofsubmissionof
Proposal

100
Enclosure-II(contd.)

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEYPERSONNEL

Senior SurveyEngineer
i) Educational Qualification

Essential Graduate or equivalent in Civil Engineering


or Diploma in Civil Engg or Diploma in
Surveying
Desirable Masters in Survey Engineering/
Surveying /RemoteSensing
ii) Essential Experience
a) Total Professional Experience Min. 15years
b) Experiencein Highwayprojects Min. 5years on similar projects in project
preparation and construction &thorough
understandingof moderncomputer based
methods of surveying
c) Experiencein similarcapacity SurveyEngineerforprojects preparation of
highwayproject (NH/SH/Expressways)
involving2/4/6-laningof minimum
aggregate length of 80 km.
iii) AgeLimit 65 years onthe dateofsubmissionof
Proposal

101
Enclosure-II(contd.)

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEYPERSONNEL

Environmental Specialist
i) Educational Qualification

Essential Graduate in Civil Engineering/ Environment


Engineering/ Masters inEnvironment
Science
Desirable PostGraduateinEnvironmental
Engineering
ii) Essential Experience
a) Total Professional Experience Min. 10 years
b) Experiencein HighwayProjects Min. 5years in environment impact
assessment ofhighwayprojects (2/4/6
laning)
c) Experiencein similarcapacity Environmental Specialistin at least two
highwayprojects (2/4/6 laning)

iii) AgeLimit 70 years onthe dateofsubmissionof


Proposal

102
Enclosure-II(contd.)

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEYPERSONNEL


Quantity Surveyor/DocumentationExpert

i) Educational Qualification

Essential Graduate or equivalent in Civil Engineering/


Certificate coursefrom ‘Institution of
QuantitySurveying’
Desirable
ii) Essential Experience
a) Total Professional Experience Min. 15years
b) Experiencein HighwayProjects Min. 5 years in Preparation of Bill of
Quantities, Contractdocuments and
documentationformajorhighway projects
involvingtwo/ fourlaning
c) Experiencein similarcapacity QuantitySurveyor / Documentation Expert
in highwayprojects (NH/SH/Expressways)
involvingtwo/four/sixlaningof minimum
aggregatelength of 80 km.
iii) AgeLimit 70 years onthe dateofsubmissionof
Proposal

103
Appendix-III

Schedule forsubmissionofReports andDocuments

Stage Activity No. ofcopies TimePeriod in


No. daysfromdateof
commencement
1 Monthly Reports 3 by10thdayofever
y
2 Inception Report mo
(i) DraftInception 3 15
ReportincludingQAP
document
(ii) Inception Report includingQAP 3 21
document

3 F.S. REPORT
i)DraftFeasibilityStudy 4 30
Reportincludingoption
studyreportincluding draft 3(a) report
ii)Comments ofclient 1 40

iii)FinalFeasibility Study Report


incorporating complianceofcomments 4
ofClient 50

4 LA & Clearances I Report

i) Draft LA & Clearances I Report


4 45
ii) Comments of client

iii) Final LA & Clearances I Report 1 50


incorporating compliance of comments of
Client 60

104
5 DetailedProjectReport
i)DraftDPR 4 65

ii)Comments ofclient 1 70

iii)FinalDPR incorporatingcompliance 6 85
ofcomments ofClient

6 Technical Schedules

i) Draft Technical Schedules 4 75

ii) Comments of client 1 80

iii) Final technical schedule 6 85

7 LA &Clearances II Report 6

Original
Approval of Projectclearancesfrom letters
concernedagencies fromthe
e.g. fromMOEF; Rlyfor concerned
approvalofGADand detailengineering agenciesand 5
drawingofROB/RUB; Irrigation Dept., photocopies
ofeach. 90

3 copies each
Land Acquisitions : 3(a), 3A), 3 (D)
Notifications / Consent Award Document
Preparation.

Note: Consultant shall self-evaluate the above reports based on the relevant checklists includes in
Appendix –VII and submit the checklists to the authority.

105
106
APPENDIX-II
ProofofEligibility
Form-E1
Letter ofProposal (On Applicant’s letterhead)
(Date and Reference)
To, **********
*********

107
Sub: AppointmentofConsultantfor preparation
ofDetailed Project Reportfor……………...
Dear Sir,

WithreferencetoyourRFPDocumentdated………,I/wei.eM/s-------------------------------------
--------------------------------------(NameofBidder) h a v i n g examinedallrelevantdocumentsand
understoodtheircontents,hereby submitourProposalforselectionasConsultant. Theproposal is
unconditional and unqualified.

2. AllinformationprovidedintheProposalandintheAppendicesistrueandcorrectandall documents
accompanyingsuch Proposal aretrue copies oftheirrespectiveoriginals.
3. ThisstatementismadefortheexpresspurposeofappointmentastheConsultantforthe aforesaid
Project.
4. I/We shall make available to the Authority any additional information it may deem
necessaryor requirefor supplementingorauthenticatingtheProposal.
5. I/Weacknowledgetherightoftheauthoritytorejectourapplicationwithoutassigningany
reasonorotherwiseandherebywaiveourrighttochallengethesameonany account whatsoever.
6. I/Wecertifythatinthelastthreeyears,weoranyofourAssociateshaveneitherfailedto
performonanycontract,asevidenced by impositionofapenaltyby anarbitralorjudicial authority
orajudicialpronouncementorarbitrationawardagainsttheApplicant,norbeen
expelledfromanyprojectorcontractbyanypublicauthoritynorhavehadanycontract terminated
byanypublicauthorityfor breach on our part.

7. I/WeunderstandthatyoumaycanceltheSelectionProcessatanytimeandthatyouare
neitherboundtoacceptanyProposalthatyoumayreceivenortoselecttheConsultant,
withoutincurringany liability totheApplicantsinaccordancewithClause1.7oftheRFP
document.
8. I/Wedeclarethatwe/anymemberoftheconsortium,are/isnotaMemberofanyother
Consortiumapplying for Selection as aConsultant.
9. I/Wecertifythatinregardtomattersotherthatsecurityandintegrityofthecountry,weor
anyofourAssociateshavenotbeenconvictedbyaCourtofLaworindictedoradverse orders passed
by a regulatory authority which would cast a doubt on our ability to
undertaketheConsultancy fortheProjectorwhichrelatestoagraveoffencethatoutrages the moral
senseof the community.
108
10. I/Wefurthercertifythat in regardto matters relatingto securityand integrityofthe
country,wehavenotbeencharge-sheetedbyanyNHAIoftheGovernmentorconvicted byaCourt
ofLawfor anyoffence committed byus or byanyof our Associates.
11. I/Wefurthercertifythatnoinvestigationbyaregulatoryauthorityispendingeitheragainst us
or against our Associates or against our CEO or any of our
Directors/Managers/employees.
12. I/Wehereby irrevocablywaiveanyrightorremedywhichwemay haveatany stageatlaw or
howsoever otherwise arising to challenge or question any decision taken by the Authority
[and/ortheGovernmentofIndia]inconnectionwiththeselectionofConsultant or in connection
with the Selection Process itself in respect of the abovementioned Project.
13. The BidSecurityofRs. ***** (Rupees *****)in the form ofa Bank Guarantee is
attached, in accordancewith theRFPdocument.
14. I/We agree and understand that the proposal is subject to the provisions of the RFP
document.Innocase,shallI/wehaveany claimorrightofwhatsoevernatureifthe Consultancy
fortheProjectisnotawardedtome/usorourproposalisnotopenedor rejected.
15. I/Weagreetokeepthisvalidfor120(Onehundredandtwenty)daysfromtheProposal
DueDate specified intheRFP.
16. APowerofAttorneyinfavouroftheauthorizedsignatorytosignandsubmitthisProposal and
documents is attached herewith.

17. In the event of my/our firm/consortiumbeingselected as the Consultant,I/weagreetoenter


intoany AgreementinaccordancewiththeformAppendixVoftheRFP.Weagreenotto seek
anychanges in the aforesaid form and agreeto abide bythe same.
18. I/WehavestudiedRFPandallotherdocumentscarefullyandalsosurveyedtheProject
site.Weunderstandthatexcepttotheextentasexpressly setforthintheAgreement,we
shallhavenoclaim,rightortitlearisingoutofanddocumentsorinformationprovidedto
usbytheAuthorityorinrespectofanymatterarisingoutoforconcerningorrelatingto the Selection
Process includingthe award ofConsultancy.
19. TheProofofEligibilityandTechnicalproposalarebeingsubmittedinseparatecoversin hardcopy
andthey arebeing submittedonlinealso.FinancialProposalisbeing submitted
onlineonly.ThisProofofEligibility readwithTechnicalProposalandFinancialProposal
shallconstitute theApplication which shallbebindingon us.
20. I/We agreeandundertaketoabide byallthetermsandconditionsoftheRFPDocument.In
109
witnessthereof,I/we submitthis Proposalunderandinaccordancewiththe termsof the
RFPDocument.

Yours faithfully,
(Signature, nameand designation oftheauthorized signatory)
(Name and seal of theApplicant/Lead Member)

110
Form-E2/T3 Appendix-II

FIRM’S REFERENCES
Relevant Services Carried out in theLast Seven Years(2009-10 onwards)
Which BestIllustrate Qualifications

Thefollowing informationshouldbeprovidedintheformatbelowfor eachreferenceassignment


forwhichyourfirm,eitherindividually asacorporateentity orasoneofthemajorcompanies within a
consortium, was legallycontracted bytheclient:

Assignment Name: Country:


Location within Country: Professional Staff Provided
by yourfirm:
Name ofClient : No. ofStaff :
Address : No. ofStaff Months :
Start Date Completion Date Approx. Value of
(Month / (Month / Year) Services : (inINR/current USD):
Year)
Name ofJV/Association Firm(s)ifany: No. ofMonths of Professional
Staff provided byAssociated Firm(s)
Status ofyour Companyin theAssignment i.e., Sole/Lead Member/OtherMember/Associate
NarrativeDescription of Project :
Description of Actual Services Provided by yourCompany:

SignatureofAuthorisedRepresentative

(CertificatefromEmployerregarding experienceshouldbefurnished)

111
APPENDIX-II

Form-E3

FinancialCapacity ofthe Applicant

Name ofApplicant:

S.No. Financial Year Annual Revenue


(Rs/US $ in million)
1 2015-16
2 2014-15
3 2013-14
4 2012-13
5 2011-12

CertificatefromtheStatutory Auditor$

This is to certifythat--------------(name oftheApplicant) has received the payments


shown aboveagainstthe respectiveyears on account of ConsultancyServices.

Name oftheauditfirm Seal of the

auditfirm Date

(Signature, nameand designation ofthe authorized signatory)

In caseheApplicant does not haveastatutoryauditor, it shall providethe


certificatefrom its chartered accountant that ordinarilyaudits the annual account of
theApplicant.

Note:

Pleasedo notattach anyprinted Annual FinancialStatement.

112
APPENDIX-II
Form-E4
BANK GUARANTEE FORMATFOR BID SECURITY
(To bestamped in accordancewith Stamp Act if any, of thecountryof issuingbank)

Ref.: TenderNo. 5/ NHAI/RO-BNG/23019/Tender/2017 dated29.06.2017


Bank Guarantee: Date:

WHEREAS, ____________ (Name of Bidder) ____(hereinafter called "the bidder") has submitted
his bid dated ____________ (date) for the Tender No. _________, dated _______ (hereinafter
called "the Bid". KNOW ALL MEN by these presents that We, ______________ [Name of Bank]
of ____________ [Name of Country] having our registered office at ________ (hereinafter called
"the Bank") are bound unto ___________ [name of employer] (hereinafter called "the Employer")
in the sum of Rs. ______ (Rupees ______Lakhs only) for which payment will and truly to be made
to the said employer the bank binds himself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this _____ day of ____ 201_.

THE CONDITIONS of this obligation are:


1. If the Bidder withdraws his Bid during the period of bid validity specified in the Bid document;
or
2. If the Bidder does not accept the correction of arithmetical errors of his Bid Price in accordance
with the Instructions to Bidder; or
3. If the Bidder having been notified of the acceptance of his Bid by the Employer during the
period ofbid validity,
a. fails or refuses to execute the Form of Agreement in accordance with the Instructions to
Bidders, if required; or
b. fails or refuses to furnish the Performance Security, in accordance with the letter of invitation,
we undertake to pay the Employer up to the above amount upon receipt of his first written demand,
without the Employer having to substantiate his demand, provided that in his demand the Employer
will note that the amount claimed by him is due to him owing to the occurrence of one or any of the
conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date 150 (one hundred and fifty) days
after the deadline for submission of bids as such deadline is stated in the Instructions to Bidders or
as it may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived.
Any demand in respect of this Guarantee should reach the Bank not later than the above date.
Notwithstanding anything contained herein before, our liability under this guarantee is restricted to
___________ Rs._______ (Rs. _____________) and the guarantee shall remain valid till ______.
Unless a claim or a demand in writing is made upon us on or before _______ all our liability under
this guarantee shall cease
DATE _______________
SIGNATURE OF THE BANK _______________________
SEAL OF THE BANK _____________________________
SIGNATURE OF THE WITNESS ____________________
Name and Address of the Witness ___________________
The bank guarantee shall be issued by a bank (Nationalized/Scheduled) located in India

113
Appendix III

(Form-T1)

TECHNICAL PROPOSAL

FROM: TO:

Sir:

Subject ConsultancyServicefor

Regarding Technical Proposal

I/We (name of
Bidder) Consultant/ Consultancy firm herewith enclose Technical Proposal for selection of
my/our firm/organization as Consultant for .

Yours faithfully,

Signature
FullName Designation Address

(AuthorizedRepresentative)

114
(Form-T-2)

Details ofprojects forwhich Technical andFinancialProposalshavebeensubmitted

S.No. Nameof Project ConsultancyPacka Names ofProposed


geNo. KeyPersonnel

1
2
3
4

115
Form-E2/T3

FIRM’S REFERENCES
Relevant Services Carried out in theLast SevenYears
Which BestIllustrate Qualifications

Thefollowing informationshouldbeprovidedintheformatbelowforeachreferenceassignment
forwhichyourfirm,eitherindividuallyasacorporateentityorasoneofthemajorcompanies within a
consortium, was legallycontracted bytheclient:

Assignment Name: Country:


Location within Country: Professional Staff Provided
by yourfirm:
Name ofClient : No. ofStaff :
Address : No. ofStaff Months :
Start Date Completion Date Approx. Value of
(Month / (Month / Year) Services :(inINR/current USD):
Year)
Name ofJV/Association Firm(s)ifany: No. ofMonths of Professional
Staff provided byAssociated Firm(s)
Status ofyour Companyin theAssignment i.e., Sole/Lead Member/OtherMember/Associate
NarrativeDescription of Project :
Description of Actual Services Provided by yourCompany:

SignatureofAuthorisedRepresentative

(CertificatefromEmployerregarding experienceshould befurnished)

116
Form-T4

SITE APPRECIATION

Shallgivedetails ofsiteas peractual sitevisitand data providedinRFP andcollected from site


supported by photographsto demonstratethat responsible personnelofthe Consultant
haveactually visitedthe siteand familiarizedwith the salient details/complexities andscope
ofservices.

117
Form-T5

COMMENTS/ SUGGESTIONSOF CONSULTANT ON THETERMSOF REFERENCE

1.

2.

3.

4.

5.

….

….

118
Form-T6

Compositionofthe TeamPersonnel andthe task


Which wouldbeassignedto eachTeam Member

I. Technical/Managerial Staff

S.No. Name Position Task Assignment

1.

2.

3.

4.

….

….

….

II. Support Staff

S.No. Name Position Task Assignment

1.

2.

3.

4.

….

….

….

119
Form-T7

APPROACHPAPERON
METHODOLOGYPROPOSEDFORPERFORMINGTHEASSIGNMENT

The approach and methodologywillbedetailed preciselyunder thefollowingtopics.


1) Composition of theteam [not morethan 1 page]
2) Methodologyfor services, surveying, datacollection [not morethan 2 pages]
andanalysis
3) QualityAssurancesystem for consultancyassignment [not morethan 1page]

120
Form-T8

Details ofMaterialTesting Facility

1 . State whether the Applicant has in-house Material Testing Facility Available /
Outsourced/Not Available

2. Incaseanswerto1is Available, attach a list ofLabequipmentandfacilityfortestingof materials


and location oflaboratory

3. Incaselaboratoryislocatedatadistanceofmorethan400kmfromtheprojectsite,state
arrangements made/proposed to be madefor testingof materials

4. Incaseanswerto1isOutsourced/ Not Available


statearrangementsmade/proposedtobemadefortestingof materials.

121
Form-T9
Facility forFieldinvestigationandTesting

1. State whether the Applicant has in-house Facility for

a) Geo-technical investigation Available (created in-house at site)/ Outsourced/ Not Available


b) Pavement investigation Available(Created in-house at site)/ Outsourced/ Not Available

2. Incaseanswerto1isAva ila b le(created in-house at


site)alistoffieldinvestigationandtestingequipmentsavailable in-house

3. Incaseanswerto1is Out so urced/ No t


Availablearrangement smade/proposedtobemadeforeachof above Field investigationand
testing

4. For experience in LiDAR or equivalent technology for topographic survey, GPR and
Induction Locator or equivalent technologies for detection of sub-surface utilities and
digitization of cadastral maps for land acquisition, references need to be provided in
following format:

122
REFERENCES
Relevant Services Carried
Which BestIllustrate Qualifications

Thefollowing informationshouldbeprovidedintheformatbelowforeach referenceassignment


forwhichyourfirm,eitherindividuallyasacorporateentityor asoneofthemajorcompanies within a
consortium, was legallycontracted bythe client:

Assignment Name: Country:


Location within Country: Professional Staff Provided
by yourfirm:
Name ofClient : No. ofStaff :
Address : No. ofStaff Months :
Technology Used:
Start Date Completion Date Approx. Value of
(Month / (Month / Year) Services :(inINR/current USD):
Year)
Name ofJV/Association Firm(s)ifany: No. ofMonths of Professional
Staff provided byAssociated Firm(s)
Status ofyour Companyin theAssignment i.e., Sole/Lead Member/OtherMember/Associate
NarrativeDescription of Project :
Description of Actual Services Provided by yourCompany:

SignatureofAuthorisedRepresentative

(CertificatefromEmployerregarding experienceshould befurnished)

123
Form-T10
OfficeEquipmentandsoftware

Attacha list ofoffice equipment andsoftwareownedby the Applicant

124
Form-T11

Photo

Format ofCurriculumVitae(CV)ForProposedKey Staff

1. Proposed Position:

2. Name of Staff:

3. Date of Birth: (Please furnish proof of age)

4. Nationality:

5. Educational Qualification:
(Summarize college/university andother specialized educationofstaff
member,giving namesofschools, dates attendedand degreesobtained).(Please
furnishproof ofqualification)

Contact Address with Phone and mobile numbers:

6. Membership of Professional Societies:


7. Publication:
(Listofdetailsofmajortechnicalreports/paperspublishedinrecognizednational and
international journals)
8. Employment Record:
(Starting withpresentposition,list inreversed order,everyemployment held.List
allpositionsheldby staffmembersincegraduation,givingdates,namesof
employingorganization,titleofpositionsheldandlocationofassignments.For
experienceperiodofspecificassignmentmustbeclearlymentioned,alsogive client
references, where appropriate).

125
9. Summaryof theCV
(Furnishasummary oftheaboveCV.Theinformationin thesummary shallbe
preciseandaccurate.Theinformationinthesummarywillhavebearingonthe evaluation
of theCV).
A) Education:
i) Field of graduation and year
ii) Field of post-graduation and year
iii) Any other specific qualification

B) Experience
i) Total experience in highways: ___ Yrs.
ii) Responsibilities held: a) ___Yrs.
b) ___Yrs.
c) ___ Yrs.
iii) Relevant experience: ___ Yrs.

C) Permanent Employment with the firm: ___Yrs.


If yes, how many years:
If no, what is the employment:
Arrangement with the firm?
Certification:

1 IamwillingtoworkontheprojectandIwillbeavailableforentiredurationof
theprojectassignmentandIwillnotengagemyselfinanyotherassignment during the
currencyof this assignment on theproject
2 I, theundersigned, certifythattothebestofmyknowledgeandbelief,this biodata
correctlydescribes myselfmyqualification and myexperience.

Signatureofthe Candidate

Place
Date

Signatureofthe AuthorizedRepresentativeof thefirm


Place
Date

Note: EachpageoftheCVshallbesignedininkbyboththestaffmember and the Authorized


representative of the firm. Photocopies will not be considered for evaluation.

126
UNDERTAKING FROM THE PROFESSIONAL

I,………………….(NameandAddress)havenotleftany assignmentwiththe
consultantsengagedby MORT&H/contracting firm(firmtobesupervisednow)forany
continuingworksofMORT&Hwithoutcompleting my assignment.I willbeavailableforthe
entiredurationofthecurrentproject(named…………..).IfI leavethisassignmentinthemiddle
ofthecompletionofthework,Imaybedebarredforanappropriateperiodtobedecidedby NHAI.Ihave
also no objection if myservicesare extended byNHAIforthis work in future.

UNDERTAKING FROM CONSULTING FIRM

Theundersignedonbehalfof……………….(nameofconsultingfirm)certify that
Shri………………………(nameoftheproposedpersonnelandaddress)tothebestof our
knowledgehasnotlefthisassignmentwithany otherconsultingfirmengagedby MORT&H/
contractingfirm(firmtobesupervisednow)fortheongoing projects.Weunderstandthatifthe
informationaboutleavingthepastassignmentwithNHAIwithoutcompleting his
assignmentisknowntoNHAI,NHAIwouldbeatlibertytoremovethepersonnelfromthe present
assignment and debar him foranappropriate period to bedecided by NHAI.

127
Appendix IV
(Form-I)

FINANCIALPROPOSALS

FROM: TO:

Sir:

Subject: Consultants’ Services for

RegardingPriceProposal

I/We Consultant/consultancyfirm herewith enclose


*PriceProposal forselection ofmy/our firm/organization as Consultant for

Yours faithfully,
Signature

FullName

Designation

Address

(Authorized Representative)

*TheFinancial proposal is to be filled strictly as perthe format giveninRFP.

128
(Form-II)

Format ofFinancialProposal
Summary ofCostinLocalCurrency

No. Description Amount


(LC)*
(INR)
Local Consultants
I Remuneration forLocalStaff (inclusiveof per
diem allowance)
II Support Staff (inclusiveof per diem allowance)
III Per diem allowanceof expatriate personnel
IV Transportation
V DutyTravel to Site
VI OfficeRent
VII OfficeSupplies, Utilities and Communication
VIII OfficeFurniture and Equipment (Rental)
IX Reports and Document Printing

X Surveys&Investigations

A Topographical Survey
B Investigations

Subtotal Local Consultants :


Foreign Consultants
F-I Remuneration for ExpatriateStaff
F-II Mobilization and Demobilization
Total Cost Net of Tax :
Taxes I. Income Tax(Expatriate)
and II. Import duties
Duties III. Value added tax

Total cost net of servicetax**


ServiceTax
TOTAL COSTS(Including ServiceTax)
LC*Local Currency
** Total Cost Net of ServiceTaxshallbe considered forfinancialevaluation

Note: No escalation willbepayable duringtheservices


Insurances shall notbeallowedseparately .Thesewill beincidental to mainitems.
Rates for all items shallbequoted infigures aswellas inwords.

129
(Form-III)

EstimateofLocal CurrencyCosts

I. Remuneration forLocal Staff(includingperdiemallowance)

I(a)-Details of Packages

Rate
S.No. Position Name SM Amt.(INR)
(INR)
Professional Staff
1 TeamLeadercumSenior 7
HighwayEngineer
2 Senior BridgeEngineer 3
3 HighwaycumPavement 3.5
Engineer
4 Material-cum-Geotechnical - 5
Engineer-Geologist
5 Senior SurveyEngineer - 5
6 Traffic and SafetyExpert - 3
7 Environmental Specialist - 2.5
8 QuantitySurveyor/ - 4.5
Documentation Expert
Sub-Total:
Sub-Professional Staff (To be assessed byConsultant as per requirement
of assignment)
1
2
3
4
5
6
7
Sub-Total:

TOTAL

130
II.Support Staff

No. Position Name Staff Billing Amount


Months Rate( INR) (INR)
1 OfficeManager

2 Typist

3 OfficeBoy

4 Night Watchman

Total :

III. Transportation(Fixed costs)

S.No Description Qty. Nos. of Rate/ Amount


months Month (INR)
(INR)
1 Thevehicles provided bythe
Consultants shall includethe cost for
rental, drivers, operation,
maintenance,repairs, insurance,etc.

A. For useof consultants

Total

IV. Duty Travel to Site(FixedCosts)

Trips NO Rate (INR) Amount (INR)

V. OfficeRent (Fixed Costs)

Therent cost includes maintenance, cleaning,repairs, etc.


months x
Total__

131
VI. OfficeSupplies, Utilities andCommunication(Fixed Costs)

No. Item Months Monthly Amount


Rate (INR) inINR.

1 OfficeSupplies

2 DraftingSupplies

3 Computer RunningCosts

4 Domestic andInternational
Communication

TOTAL: ---------------------------

VII. OfficeFurnitureandEquipment (Rental)

No Description Unit Quantity Rate Amount


. ( INR) (INR )
1 OfficeFurniture and Equipment LS
Total

132
VIII. Reports andDocumentPrinting

No. Description No. of Rateper Amount


Copies Copy (INR.)
( INR. )
1 MonthlyReport 3 Per
Month
2 Inception Report&QAP 3
3 Environment and SocialImpact 4
ScreeningReport
4 DraftFeasibilityReport 4
5 Final FeasibilityReport 6
6 Strip Plan with L.A. Reports 6
7 Draft LA and Clearances I Report 4
8 Final LA and Clearances I Report 4

9 Draft Environmental Assessment 4


report&RAP
10 Final Environmental Assessment 6
report&RAP
11 Draft Detailed Design Report & 4
Drawings etc.
Draft EMP 4
12 DraftBidding Documents 4
13 Final Detailed ProjectReport 6
withBill of Quantities, Cost
Estimates, Updated Drawings etc.
Final EMP 6
14 Final BiddingDocuments 6

15 Draft 3(a) ,3(A) and 3(D) 9


notification for land acquisition
( 3 copies each)
16 LA & Clearances II Report 6

Total

All documents to be provided in Soft copy also without any extra cost.

133
IX. Survey andInvestigation
A. Topographical Survey (Fixed Rate)
No. Item Kms Rateper Amount
Km (INR)
(INR)
1 Topographic Survey including hire
charges for equipment and supply of
survey teams comprising of project
survey filed staff etc. inclusive of cost
of materials, labourer
2 Detailed topographic surveys using
mobile/ aerial LiDAR or equivalent
technology

B. Investigation(Fixed cost)

No. Description Quantity Amount


(INR)
1 Road and BridgeInventory
2 BBD Testand PavementEvaluation
3 Roughness Survey
4 Axle Load Survey
5 Material SurveyandInvestigation
6 Sub-gradeInvestigation
7 TrafficSurvey
8 Socio-economic&Census
Survey/Studies
9 LandAcquisition Studies
10 Anyother investigations/surveys
11 *Sub-Soil Rate Qty. Amount
Investigation (Rs)
(Boring)
a) Boring in all 1500 m (for projects of
type of soils length <110 km)
(other Or
than hard rock) 2000m (for projects of
length >110km)

b)Boring in hard 200m


rock or
300m (for projects of
length > 110 km)
Total
134
Note: *QuantitiesofboringsshallbetakenfromFinancialProposalFormNo.V. For
financial evaluation, these quantities and rates quoted by the consultant will be
considered.However,Paymentshallbemadeontheactualquantityofboringatrates
quotedabovebytheConsultant.whichmay besubstantially moreorlessthanthe estimated
quantities.

135
(Form-IV)
EstimateofCosts forExpatriateConsultants(in IndianRupees)

I. Remuneration ofExpatriate Staffincludingper diem allowances

No. Positions Name Rate() SM Amount ()

Total :

II. Mobilizationand Demobilization

1. International Airfares (Fixed costs)

Position RoundTrips Rate Amount

Total

2 InlandTravel in HomeCountry(Fixed Costs)


LumpSum ……

3. Other Miscellaneous expenses ( like DA, internal travel expenses other


incidentals)(fixed cost)
Lump Sum …….

136
TENTATIVE QUANTITIESFOR SUB-SOILINVESTIGATIONS (BORING)

(Form–V)
S. Stretch NH Approxi Package State Cumulative Tentative
No Proposedfor DPR No. mate No. Quantities(in m)
Length In Soils In hard
(inKm.) other than rock
hardrock
1 Each package (For projects of As per As perList As per As per 1500 200
length <110 km. Preparation Listat atAnnex-1 Listat Listat
of Detailed Project Report of Annex- Annex-1 Annex-
Detailed Project Report for 1 1
construction of Mangalore
city Bypass, alignment linking
the towns from Mulky-
kinnigoliMoorukaveri –
Kateel – Bajpe – Kaikamba –
Polali Cross – Addur –
TenkaBellur – Kalpane – B.C.
Road – Panemangalore –
Thokkottu for a length of
91.20 km (the “Project”)
through BOT and EPC basis.

137
Appendix-V

DETAILED EVALUATION CRITERIA

1. FirstStage Evaluation-ProofofEligibility (Para 12.1 ofData Sheet)

1.1 Eligibility criteriafor soleapplicant firm.


Thesole applicantfirmshallsatisfythefollowing3 (Three)Nos. ofcriteria.

(a)&(b) FirmshouldhaveexperienceofpreparationofDPR/Feasibility of4/6lane of


aggregatelengthasgivenbelow.ThefirmshouldhavealsopreparedDPR/Feasibility
ofatleastoneprojectof4/6laning ofminimum lengthasindicatedbelowinthelast 7 years (i.e.from
2008-09 onwards)
S. PackageNo. Tentative Minimum Minimumlengthofa EligibleProject4/6
No. Length AggregateLength lane)
required
DPR/Feasibility= DPR= 0.4x Feasibility=0.6 x
Tentative length Tentative length Tentative length

1 2 3 4 5 6

(c) AnnualAverageTurnOverforthelast3years{Incaseswhere,Audited/Certifiedcopy
ofBalanceSheetfortheFY2014-15 isavailable,lastthreeyearsshallbecountedfrom2012-13 to 2014-
15.However,whereaudited/certifiedcopyoftheBalanceSheetfortheFY20 14-15 is
notavailable(ascertifiedbytheStatutoryauditor)theninsuchcaseslastthreeyearsshallbe consideredfrom 2011-12 to
2013-14 ofthefirm from Consultancyservicesshouldbeequalto more than Rs 5crore.

1.2 Eligibilitycriteriafor Lead Partner/OtherPartner in caseofJV.


Incaseof JV, theLeadPartnershould fulfillatleast 75%ofalleligibility requirementsandthe
otherpartnershallfulfillatleast50%ofalleligibility requirementsasgivenat1.1 above. Thusa FirmapplyingasLead
Partner/OtherPartnerin case ofJV/Associateshould satisfythe following
(a)& (b) FirmshouldhaveexperienceofpreparationofDPR/Feasibilityof4/6laneof
aggregatelengthasgivenbelow.The firm shouldhavealsopreparedDPR/Feasibilityofatleast
oneprojectof4/6laningofminimumlengthasindicatedbelowinthelast7years(i.e.from
2008-09 onwards

S. Package No. MinimumAggregate MinimumlengthofaEligibleProject (2/4/6lane)


No. Length required of
DPR/Feasibility km)

138
DPR Feasibility

Lead in Other Lead in Other Lead in Other


JV Partner JV Partner in JV Partner
in JV JV in JV

c ) Minimum Annual Average Turn Over for the last 5 years {In cases where, Audited/Certifiedcopy
ofBalanceSheetfortheFY2014-15 isavailable,lastfive yearsshallbe countedfrom 2010-11 to 2014-
15.However,whereaudited/certifiedcopyoftheBalanceSheet for the FY2014-15 isnotavailable (ascertified by
theStatutory auditor) then in such cases last five years shall be considered from 2010-11 to 2013-14} of a
firm applying as LeadPartner/OtherPartnerincase ofJV fromConsultancyservicesshould be as givenbelow:

No. Mode ofSubmission by afirm Annual Average TurnOverfor the last5years

1 Lead Partnerin aJV Rs 3.75 crore


2 OtherLead partner inaJV Rs 2.50 crore

Note: (i)WeightagetobegivenwhenexperiencebyaFirmasSoleFirm/LeadPartnerina
JV/OtherPartnerin aJV/As Associate

No. Status of thefirmin carrying Weightageforexperience


out DPR/Feasibility Study
1 Solefirm 100%
2 Lead partnerin aJV 75%
3 Otherpartnerin aJV 50 %
4 As Associate 25%

(ii)theexperience ofa firminpreparationof DPRfor a privateconcessionaire/contractorshall be


considered.
2. Second Stage Evaluation -TechnicalEvaluation(Para 12.2 ofData Sheet)

2.1. Firm’s Relevant Experience

For standard highways, the following is the break-up:

S.No Description Maximum Sub-


Points Points

1 Specific experience of the DPR consultancy related 12


to the assignment for eligibility

139
S.No Description Maximum Sub-
Points Points

1.1 Aggregate Length of DPR / Feasibility study of4/ 6 6


lane projects

1.1.1 More than the indicative length of the package 4


applied for

1.1.2 More than 2 times the indicative length of the 5


package applied for

1.1.3 More than 3 times the indicative length of the 6


package applied for

1.2 DPR for 4/6 laning projects each equal to or more 6


than 40% of indicative length of a package applied
for (or Feasibility Study for 4/6 laning projects
each equal to or more than 60% of indicative
length of a package applied for)

1.2.1 1 project 4

1.2.2 2 projects 5

1.2.3 3 or more projects 6

2 DPR of Bridge having length more than 200 m 4

2.1 1 bridge 1

2.2 2 bridges 2

2.3 3 bridges 3

2.4 4 or more bridges 4

3 Specific experience of firms in terms of turnover 4

3.1 Firm’s Average Turnover of last 5 years> = 10 crore 4

3.2 Firm Average Turnover of last 5 years >= 5 crore but 3


<10 crore

3.3 Firm Average Turnover of last 5 years <5 crore 0

140
For special projects such as special bridges, tunnels and expressways that require specialized capabilities and skill
sets, the following is the break-up:

S.No Description Maximum Sub-


Points Points

1 Specific experience of the DPR consultancy related


to the assignment for eligibility

1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 5


6 lane projects

1.1.1 More than the indicative length of the package 3


applied for

1.1.2 More than 2 times the indicative length of the 4


package applied for

1.1.3 More than 3 times the indicative length of the 5


package applied for

1.2 DPR for 2/4/6 laning projects each equal to or 5


more than 40% of indicative length of a package
applied for (or Feasibility Study for 2/4/6 laning
projects each equal to or more than 60% of
indicative length of a package applied for

1.2.1 1 project 3

1.2.2 2 projects 4

1.2.3 3 or more projects 5

2 DPR of Bridge having length more than 200 m 3

2.1 1 bridge 0

2.2 2 bridges 1

2.3 3 bridges 2

2.4 4 or more bridges 3

3 Specific experience of firms in terms of turnover 3


141
S.No Description Maximum Sub-
Points Points

3.1 Firm’s Average Turnover of last 5 years > = 10 crore 3

3.2 Firm Average Turnover of last 5 years > = 5 crore but 2


<10 crore

3.3 Firm Average Turnover of last 5 years <5 crore 0

4 DPR for special category projects (Special bridges/ 4


tunnels or expressways, whichever applicable). It
is to be noted that either 4.1 or 4.2 shall be
applicable, and not both.

4.1 DPR of number of special bridges/ tunnels (if 4


applicable)

4.1.1 1 project 0

4.1.2 2 projects 1

4.1.3 3 projects 2

4.1.4 4 projects 3

4.1.5 5 or more projects 4

4.2 Aggregate length of DPR/ Feasibility study for 4


expressways

4.2.1 Upto 50km 1

4.2.2 50km to 100km 2

4.2.3 100km to 150km 3

4.2.4 More than 150 km 4

Note: 1. In case feasibility study is a part of DPR services the experience shall be counted in DPR only. In
case bridge is included as part of DPR of highway the experience will be (1) and (2)

Note : (i) WeightagetobegivenwhenexperiencebyaFirmasSoleFirm/LeadPartnerina


JV/OtherPartnerin aJV/As Associate

142
No. Status of thefirmin carrying Weightageforexperience
out DPR/Feasibility Study

1 Solefirm 100 %

2 Lead partnerin aJV 75%

3 Otherpartnerin aJV 50 %

4 As Associate 25%

(ii) The experience ofa firminpreparationof DPRfor a privateconcessionaire/contractorshall not be


considered. 2. 2. Adequacy of the proposedwork plan andmethodology inrespondingto theTOR

S. No. Description Maxpoints

(i) Site Appreciation 1

(ii) Comments on TOR 1

(iii) TeamComposition andTaskassignment 1

(iv) Methodology 2

TotalPoints 5

Rating givenbelowshallbe applicable on allabove

BelowAverage (50 %) Average (75%) Good (90%) Excellent


(100%)
· Higher marks for adotption of superior technology in data collection, processing
and report may be given. Documents for association with vendors supplying
LiDAR or better technology and GPR/Induction Location or better technology
shall be furnished.

143
2.3 Materialtesting, Surveyand investigation equipmentand software proposed to beused

S.No Description Maximum Sub-


Points Points

1 Availability of in-house material testing facility 2

1.1 Available 2

1.2 Outsourced/ Not Available 0

2 Field Investigation Facilities 1

2.1 Available 1

2.2 Outsourced/ Not Available 0

3 Office Equipment and Software 2

3.1 High level (More than 75% as per ToR requirement) 2

3.2 Medium Level (Between 75-50% as per ToR 1


requirement)

3.3 Low level (Less than 50% as per ToR requirement) 0

4 Experience in LiDAR or equivalent technology for 4


topographic survey (Infrastructure sector)

4.1 1-2 project 1

4.2 3-5 projects 2

4.3 6-10 projects 3

4.4 >10 projects 4

5 Experience in using GPR and Induction Locator 3


or equivalent technologies for detection of sub-
surface utilities (Infrastructure sector)

5.1 1-2project 1

5.2 3-5 projects 2

5.3 >5 projects 3

6 Experience in digitization of cadastral maps for 3


land surveys

144
S.No Description Maximum Sub-
Points Points

6.1 Project of area upto 100ha 1

6.2 project of area between 100-500 ha 2

6.3 Project of area more than 500ha 3

145
2.4. QualificationandCompetenceoftheKeyStaffforadequacyoftheAssignment.(Para12.2 of
DataSheetand EnclosureII ofTOR)

2.4.1 TEAM LEADERcumSENIOR HIGHWAYENGINEER


S. No. Description Max. Points
I GeneralQualification 25
i) Degree in CivilEngineeringorequivalent 20
ii) PostGraduationinHighway Engg./Structures/TrafficandTransportation/Soil 5
Mechanicsand FoundationEngineering/ConstructionManagement/Transportation
II RelevantExperience&AdequacyfortheProject 65
a) TotalProfessionalExperience 14
<20 years 0
20-25years 11
>25-28 years 13
>28 years 14
(b) Experience in Highway Projects - Experience in Planning, project 23
preparation and design of Highway Projects (2/4/6 laning of
NH/SH/Expressways)
<15 years 0
15-20years 17
>20 -25 years 21
>25 years 23
c) Experiencein Similar Capacity 28
(i) InFeasibilityof4/6 laningworksorDPR/IC/ConstructionSupervisionof major 19
highwayprojects i.e4/6 laningofNH/SH/Expressways inSimilar Capacity
(MinimumAggregate lengthof80 km)
<150km 0
80 km – 150km 14
> 150 km-250km 17
> 250km 19
The Weightage of 2 laning works of Feasibility/DPR preparation or in IC/Construction supervision shall be 50%

(ii) InFeasibilityof2/4/6 laningworksorDPR/IC/ConstructionSupervisionof 9


majorhighwayprojectsi.e.4/6laningofNH/SH/ExpresswaysinSimilar
Capacity-Number ofProjects
2 projects 7
3-5 projects 8
Morethan 5 projects 9
III EmploymentwithFirm 10

Lessthan 1Year 0
1-2years 5
more than 2 years 10
Total 100
146
2.4.2 HIGHWAYcumPAVEMENT ENGINEER

S. Description Max. Points


No.
I GeneralQualification 25
i) Degree in CivilEngineeringorequivalent 20
ii) Postgraduationin HighwayEngg/ 5
Transportation Engineering
II RelevantExperience&Adequacyforthe Project 65
a) TotalProfessionalExperience 14
<15 years 0
15-20years 11
>20 -25years 13
>25 years 14
(b) ExperienceinHighwayProjects -ExperienceinDesign/PavementDesign of 23
HighwayProjects(2/4/6laningofNH/SH/Expressways)
<10 years 0
10-15years 17
>15-20 years 21
>20years 23
c) Experiencein Similar Capacity 28
(i) In Design/ Pavement Design of Highway Projects (2/4/6 laning of 19
NH/SH/Expressways)inSimilar Capacity(Minimum aggregatelength 300 km)

<80km 0
80km-150km 14
>150km-250km 17
>250km 19

(ii) In Design/ Pavement Design of Highway Projects (2/4/6 laningof NH/SH/ 9


Expressways)in SimilarCapacity– NumberofProjects
2 projects 7
3-5 projects 8
Morethan 5 projects 9
III EmploymentwithFirm 10

Lessthan 1Year 0
1-2years 5
more than 2 years 10
Total 100
147
148
2.4.3 SENIOR BRIDGE ENGINEER
S. Description Max. Points
No.
I GeneralQualification 25
i) Degree in CivilEngineeringorequivalent 20
ii) PostGraduationinStructuralEngineering/Bridge Engineering 5
II RelevantExperience&AdequacyfortheProject 65
a) TotalProfessionalExperience 14
<15 years 0
15-20years 11
>20 -25years 13
>25years 14
b) ExperienceinBridgeProjects 23
(i) Experiencein projectpreparation and design ofbridgeprojects 18
<10 years 0
10-15years 13
>15 -20years 16
>20years 18
(ii) Experienceof2/4 lane configuration bridges 5
<2 Projects 0
2-4 Projects 4
>4 projects 5
c) ExperienceasSeniorBridgeEngineeror SimilarCapacity inHighway 28
DesignConsultancyProjects(2/4/6laningofNH/SH/Expressways)involving
designof MajorBridges(minimum2 nos. of length more than200m)
<2 numbers 0
2-4 numbers 22
5-6 numbers 25
>6 numbers 28
III EmploymentwithFirm 10

Lessthan 1Year 0
1-2years 5
more than 2 years 10
Total 100

149
2.4.4 TRAFFIC ANDSAFETYEXPERT

S. No. Description Max. Points


I GeneralQualification 25
i) Degree in CivilEngineering 20
ii) PostgraduationinTraffic Engineering/TransportationEngineering/ 5
Transportation Planning
II RelevantExperience&AdequacyfortheProject 65
a) TotalProfessionalExperience 14
<10 years 0
10-15years 11
>15-20 years 13
>20years 14
b) ExperienceinHighwayProjects–ExperienceonSimilarProjects(2/4/6 laning 23
ofNH/SH/ Expressways)
<5 years 0
5-7years 17
>7-10 years 21
>10years 23
c) ExperienceasTrafficandSafetyExpert/TrafficEngineerorinSimilar 28
CapacityinHighwayProjects (2/4/6laningofNH/SH/Expressways)
(Minimumaggregate length 150 km)
<80km 0
80km-150km 22
>150km-250km 25
>250km 28

III EmploymentwithFirm 10

Lessthan 1Year 0
1-2years 5
more than 2 years 10
Total 100

150
2.4.5 MATERIAL ENGINEERcumGEOTECHNICAL ENGINEERcumGEOLOGIST

S. No. Description Max. Points


I GeneralQualification 25
i) Degree in CivilEngineering/M. Sc. in Geology 20
ii) Postgraduationin Foundation Engineering/SoilMechanics /GeoTechEngineering 5
orPhdin Geology
II RelevantExperience&Adequacyfor theProject 65
a) TotalProfessionalExperience 14
<15 years 0
15-20years 11
>20-25 years 13
>25 years 14
b) Experience in Highway Projects – In Similar Projects (2/4/6 laningof 23
NH/SH/Expressways)indesignand or Construction/ Construction Supervision
<8 years 0
8-10years 17
>10 -12 years 21
>12years 23
c) Experience as Material cum Geo-technical Engineer or in Similar capacity 28
on HighwayProjects (2/4/6 laningofNH/SH/Expressways)(Minimum aggregate
length 150 km)
80km 0
80km-150km 22
>150km-250km 25
>250km 28
The Weightage of 2 laning works of Feasibility/DPR preparation or in IC/Construction supervision shall be 50%
III EmploymentwithFirm 10

Lessthan 1Year 0
1-2years 5
more than 2 years 10
Total 100

151
2.4.6 SENIORSURVEY ENGINEER

S. No. Description Max. Points


I GeneralQualification 25
i) Degree orequivalentin CivilEngineering/Diploma in CivilEngineering/ 20
Diploma in Surveying
ii) PostGraduationinSurveyEngineering/Surveying/ Remote Sensing 5
II RelevantExperience&AdequacyfortheProject 65
a) TotalProfessionalExperience 14
<15 years 0
15-20years 11
>20-25 years 13
>25 years 14
b) ExperienceinHighway Projects 23
i) Experience in Similar Projects (2/4/6 laningof NH/SH/Expressways) in 18
projectpreparation/ Construction/Construction Supervision
<5years 0
5 -7years 13
>7-10 years 16
>10 years 18
ii) Knowledge and understanding of Modern Computer based method of 5
Surveying
Yes 5
No 0
c) Experience as Survey Engineer or in Similar Capacity for project 28
preparationofhighway project(2/4/6laningofNH/SH/Expressways) (Minimum
Aggregate Length of to 80 km)
<80km 0
80 km-150km 22
>150km-250km 25
>250km 28

III EmploymentwithFirm 10

Lessthan 1Year 0
1-2years 5
more than 2 years 10
Total 100

152
2.4.7 ENVIRONMENTALSPECIALIST

S. No. Description Max. Points


I GeneralQualification 25
i) Degree in CivilEngineering/EnvironmentalEngineeringorPostGraduate in 20
EnvironmentalSciences
ii) PostGraduationinEnvironmentalEngineering 5
II RelevantExperience&AdequacyfortheProject 65

a) TotalProfessionalExperience 14
<10 years 0
10-15years 11
>15-20 years 13
>20 years 14
b) Experience in Highway Projects- Experience in Environment impact 23
assessmentofHighwayProjects(2/4/6laningofNH/SH/Expressways)
<5 years 0
5 -7years 17
>7-10 years 21
>10 years 23
c) Experienceas EnvironmentalSpecialistorin Similar CapacityinHighway 28
Projects(2/4/6laningofNH/SH/Expressways)
<2 projects 0
2-4 projects 22
5-7 projects 25
>7 projects 28
III EmploymentwithFirm 10

Lessthan 1Year 0
1-2years 5
more than 2 years 10
Total 100

153
2.4.8 QUANTITYSURVEYOR/DOCUMENTATIONEXPERT

S. No. Description Max. Points


I GeneralQualification 25
i) Graduation orequivalent inCivilEngineering/Certificatecoursefrom‘Institution of 20
QuantitySurveying’
ii) Graduation orequivalent inCivilEngineering 5
II RelevantExperience&AdequacyfortheProject 65
a) TotalProfessionalExperience 14
<15 years 0
15-20years 11
>20-25 years 13
>25 years 14
b) ExperienceinHighwayProjects-ExperienceinpreparationofBillofQuantities, 23
Contractdocumentsanddocumentationformajorhighwayprojects(2/4/6laningofNH/
SH/Expressways)
<5 years 0
5 -7years 17
>7-10 years 21
>10 years 23
c) ExperienceasQuantitySurveyor/DocumentationExpertorinSimilarCapacity 28
inHighwayProjects (2/4/6laningofNH/SH/Expressways)(Minimum Aggregate
length of 150km)
<80km 0
80km-150km 22
>150km-250km 25
>250km 28
III EmploymentwithFirm 10

Lessthan 1Year 0
1-2years 5
more than 2 years 10
Total 100

154
Assumptions to be made regarding SimilarCapacityfor various positions

1. TeamLeadercumSeniorHighway Engineer

i) On behalfofConsultant/Contractor: TeamLeader/SeniorHighwayEngineer.

ii) In GovernmentOrganizations: SuperintendingEngineer(orequivalent)and

above

2. Senior Bridge Engineer

i) On behalfofConsultant: SeniorBridge Engineer/Bridge Engineer/Bridge

Design Engineer

ii) In GovernmentOrganizations: Executive Engineer (orequivalent)and above

3. Highway cumPavementEngineer

i) On behalfofConsultant: HighwayEngineer/HighwayDesign

Engineer/PavementEngineer.

ii) In GovernmentOrganizations: Executive Engineer (orequivalent)and above

4. MaterialEngineer cumGeo TechnicalEngineer-Geologist

i) On behalfofConsultant: MaterialEngineer/MaterialExpert/Geo

TechnicalEngineer

ii) In GovernmentOrganizations: Executive Engineer (orequivalent)and above

iii) On behalfofContractor: MaterialEngineer/MaterialExpert/Geo

TechnicalEngineer/Manager(Material)

155
5. Traffic and Safety Expert

i) On behalfofConsultant: Traffic Engineer/Transportation Engineer/Road


Safety

Expert

ii) In GovernmentOrganizations: Executive Engineer (orequivalent)and aboveiii)

On behalfofContractor : Traffic Engineer/Transportation

Engineer/Road SafetyExpert

6. SeniorSurvey Engineer

i) On behalfofConsultant: SeniorSurveyEngineer/SurveyEngineer/

SeniorSurveyor

ii) In GovernmentOrganizations : Surveyor/Engineer (orequivalent)

iii) On behalfofContractor: SeniorSurveyEngineer/SurveyEngineer/

SeniorSurveyor

7. EnvironmentalSpecialist

i) On behalfofConsultant /Contractor: EnvironmentalEngineer/Environmental

Specialist/EnvironmentalExpert

ii) In GovernmentOrganisation: Officers who has dealtenvironment/forest

matter.

8. Quantity Surveyor/Documentation Expert

i) On behalfofConsultant /Contractor: QuantitySurveyor

(ii) In GovernmentOrganizations : AssistantEngineer(orequivalent)

156
Appendix VI

DRAFT CONTRACT
AGREEMENT

Between

NHAI, Address

and

M/s ………………………..in JV with


M/s……………………………………. and
inAssociationwithM/s…………
For

ConsultancyServicesforpreparation ofDetailed Project Report for


<Project Description>

(Fromkm tokm of NH in the State of…)

157
CONTENTS

Sl. No. Description PageNo.

I CONTRACT FORCONSULTANT’S SERVICES

II GENERALCONDITIONSOFCONTRACT

1. General Provisions
1.1 Definitions
1.2 Relation between theParties
1.3 Law GoverningtheContract
1.4 Language
1.5 Headings
1.6 Notices
1.7 Location
1.8 AuthorityofMember in Charge
1.9 Authorized Representatives
1.10 Taxesand Duties

2. Commencement,Completion, ModificationandTerminationofContract
2.1 EffectivenessofContract
2.2 Termination ofContract for Failureto BecomeEffective
2.3 Commencement ofServices
2.4 ExpirationofContract
2.5 EntireAgreement
2.6 Modification
2.7 ForceMajeure
2.7.1 Definition
2.7.2 No Breach ofContract
2.7.3 Measuresto beTaken
2.7.4 Extension ofTime
2.7.5 Payments
2.7.6 Consultation
2.8 Suspension
2.9 Termination
2.9.1 BytheClient
2.9.2 BytheConsultants
2.9.3 Cessation ofRightsand Obligations
2.9.4 Cessation ofServices
2.9.5 Payment upon Termination
2.9.6 Disputesabout EventsofTermination

3. Obligationsofthe Consultants
3.1 General
3.1.1 Standard ofPerformance
3.1.2 Law GoverningServices3.2 Conflict of Interests

158
3.2.1 Consultantsnot toBenefit fromCommissions,discountsetc.
3.2.2 Consultantsand Affiliatesnotto beotherwise
interestedin Project
3.2.3 Prohibition ofConflictingActivities
3.3 Confidentiality
3.4 LiabilityoftheConsultants
3.5 Insuranceto betaken outbytheConsultants
3.6 Accounting, Inspection and Auditing
3.7 Consultants’ActionsrequiringClient’sprior Approval
3.8 ReportingObligations
3.9 Documentsprepared bytheConsultantsto betheProperty
oftheClient
3.10 Equipmentand Materialsfurnished bytheClient

4. Consultants’Personnel
4.1 General
4.2 Description ofPersonnel
4.3 Approval ofPersonnel
4.4 WorkingHours, Overtime, Leave etc.
4.5 Removal and/or Replacement ofPersonnel
4.6 Resident Project Manager

5. Obligationsofthe Client
5.1 Assistanceand Exemptions
5.2 Accessto Land
5.3 Changein theApplicableLaw
5.4 Services, Facilitiesand PropertyoftheClient
5.5 Payment

6. Payment to the Consultants


6.1 Cost Estimates; CeilingAmount
6.2 Currencyof Payment
6.3 ModeofBillingand Payment

7. Responsibilityforaccuracy oftheprojectdocument
7.1 General
7.2 Retentionmoney
7.3 Penalty
7.4 Action for deficiencyin services

8. FairnessandGoodFaith
8.1 Good Faith
8.2 Operation oftheContract

9. SETTLEMENT OFDISPUTES
9.1 AmicableSettlement
9.2 DisputeSettlement

159
III. SPECIAL CONDITIONSOFCONTRACT

IV. APPENDICES

Appendix A: Termsofreferencecontaining, inter-alia, the


Description oftheServicesand Reporting
Requirements

Appendix B: Consultants’ Sub consultants, KeyPersonnel and Sub Professional


Personnel,Task assignment, work programme, manningschedule,
qualification requirementsofkeypersonnel, schedulefor submission of
variousreport.
Appendix C: Hoursofworkfor Consultants’ Personnel
Appendix D: DutiesoftheClient
AppendixE: Cost Estimate
Appendix F: MinutesofFinancial/ Contract Negotiations with theConsultant
Appendix G: Copyofletter ofinvitation
Appendix H: Copyofletter ofacceptance
Appendix I(1):Format for Bank Guaranteefor PerformanceSecurity for individual work
Appendix I(2):Format for Bank Guaranteefor PerformanceSecurity for anumber ofworks
AppendixJ: MinutesofthePre-bid meeting

160
DRAFTCONTRACTFORCONSULTANT’SSERVICES

161
INDIA

CONTRACT FORCONSULTANTS’ SERVICES

ConsultancyServicesforUpgradation / Widening of Channrayapattana&


Hassan Bypasses, 8 Grade separated Structures, Service Road and other Road
Safety Measures essential in Devihalli(Km.110.00) to Hassan(km.189.500) section
of NH 75, on EPC basis for a length of 77.3km ( Excluding bypasses, 4 lane has
already been developed)

(Fromkm .110.00 tokm.189.500 ofNH-75 in theStateof Karnataka)

ThisCONTRACT (hereinafter called the“Contract”) ismadeon the----------dayofthe


monthof -----------------2015,between,ontheonehand,NHAI(hereinafter calledthe“Client”)and,
ontheotherhand,M/s------------------------------------------inJVwith----------------------------------
and in Association with…………………………………………….
(hereinaftercalledthe“Consultants”).

WHEREAS
(A) theClient hasrequested theConsultantsto providecertain consultingservicesasdefined in
theGeneral Conditionsattached tothisContract (hereinaftercalledthe“Services”);

(B) theConsultants, havingrepresented totheClient that theyhavetherequired professional


skills,personnelandtechnicalresources,haveagreedtoprovidetheServicesontheterms
andconditions set forth inthisContract;

NOWTHEREFORE thepartieshereto herebyagree asfollows:

1 Thefollowingdocumentsattached hereto shall bedeemedto form anintegral partof


thisContract:

(a) TheGeneral ConditionsofContract (hereinaftercalled “GC”);


(b) TheSpecial Conditionsofcontract(hereinafter called “SC”); (c)
ThefollowingAppendices:
Appendix A: Termsofreferencecontaining, inter-alia, the Description oftheServicesand
Reporting Requirements
Appendix B: Consultants’ Sub consultants, KeyPersonnel and Sub
ProfessionalPersonnel,Task assignment, work programme, manningschedule,
qualification requirementsofkeypersonnel, and schedulefor submission
ofvariousreport.

Appendix C: Hoursofworkfor Consultants’ Personnel


Appendix D: DutiesoftheClient

AppendixE: Cost Estimate

162
Appendix F: MinutesofFinancial/ Contract Negotiations with theConsultant

Appendix G: Copyofletter ofinvitation

Appendix H: Copyofletter ofacceptance

Appendix I: CopyofBank Guaranteefor PerformanceSecurity

Appendix-J: Minutesofthepre-bidmeeting

2. Themutual rightsand obligationsoftheClientand theConsultants shall be asset forth in


theContract; in particular:

(a) TheConsultants shallcarryout theServicesinaccordancewiththeprovisionsof


theContract;and

(b) Client shall makepaymentsto theConsultantsinaccordancewith the


provisionsoftheContract.

INWITNESSWHEREOF, thePartiesheretohavecausedthisContract to besigned in their


respectivenamesasofthedayandyear first abovewritten.

FOR AND ONBEHALF OF Witness


(NHAI)
1 Signature
Name Address
By
AuthorizedRepresentative 2. Signature
Name Address

FOR AND ONBEHALF OF Witness


(Consultant)

1. Signature
Name
Address
By
AuthorisedRepresentative 2. Signature
Name Address

163
164
GENERAL CONDITIONSOFCONTRACT

1. GENERAL PROVISIONS

1.1 Definitions
Unlessthecontext otherwiserequires, thefollowingterms whenever used in this
Contract havethefollowingmeanings:

(a) “ApplicableLawmeansthelawsandany otherinstrumentshavingtheforceoflawin


theGovernment’scountryastheymaybeissued andin forcefromtimeto time;

(b) “Contract” means the Contract signed by the Parties, to which these General
ConditionsofContractareattached,togetherwithallthedocumentslistedinClause
1 ofsuch signed Contract;

(c) “EffectiveDate”meansthedateon which thisContract comesinto forceandeffect


pursuant toClauseGC 2.1;

(d) “foreigncurrency”meansanycurrencyother than the currencyoftheGovernment; (d)

“GC”meanstheseGeneral ConditionsofContract;

(f) “Government”meanstheGovernment of India;

(g) “localcurrency”meansthe currencyoftheGovernment;

(h) “Member”,incasetheConsultantsconsistofajointventureorconsortiumofmore than one


entity, meansanyofthese entities, and “Members”meansall ofthese entities;

(i) “Personnel”meanspersonshired bytheConsultantsor byanySubconsultant


asemployeesand assigned to theperformanceoftheServicesoranypartthereof;
“foreignPersonnel”means such persons who atthetimeofbeingso hired hadtheir
domicileoutsideIndia;and “local Personnel”meanssuch persons who atthetimeof
beingso hired had their domicileinsideIndia;

(j) “Party”meanstheClientor theConsultants, asthecasemaybe, and Partiesmeans


both ofthem;

(k) “Services”meansthework to beperformed bytheConsultantspursuantto this


Contract for thepurposesoftheProject, asdescribed in Appendix Ahereto;

(l) “SC”meanstheSpecialConditionsofContract bywhich theseGeneral


ConditionsofContract maybe amended or supplemented;

(m) “Subconsultant”meansanyentityto which theConsultants subcontractanypartof


theServicesin accordance with theprovisionsofClauseGC 3.7; and

(n) “Third Party”meansanyperson or entityother thantheGovernment, theClient, the


Consultantsor aSubconsultant.
165
1.2 Relation between the Parties
Nothingcontained hereinshall be construedasestablishingarelation ofmaster and servant or
ofagent and principal asbetween theClient andtheConsultants. TheConsultants, subject
tothisContract, have completechargeofPersonnel performingtheServicesand shall
befullyresponsiblefor theServicesperformed bythem or on their behalfhereunder.

1.3 Governing LawandJurisdiction


ThisContract, itsmeaningand interpretation,andtherelation between theParties
shallbegovernedbytheApplicableLawsofIndiaandtheCourtsat…………shallhaveexclusivejurisdi
ctionover mattersarisingout ofor relatingtothis Agreement.

1.4 Language
ThisContract hasbeenexecuted inthelanguagespecified intheSC, which shall bethe bindingand
controllinglanguagefor all mattersrelatingto themeaningor interpretation ofthisContract.

1.5 TableofContentsandHeadings
Thetableof contents,headingsorsub-headingsinthisagreementareforconveniencefor
referenceonly andshallnotbeusedin,andshallnotlimit,alteroraffecttheconstructionand
interpretation ofthisContract.

1.6 Notices
1.6.1 Anynotice, request orconsent required orpermittedto begiven or madepursuant tothis
Contract shall bein writing. Anysuchnotice, request orconsentshall bedeemed
tohavebeen given or madewhen deliveredin person to an authorized
representativeofthePartyto whomthe communication isaddressed,orwhen sent
byregistered mail, facsimileore-mail tosuchPartyat theaddress specifiedin theSC.

1.6.2 Noticewillbedeemedtobe effective as specified intheSC.


1.6.3 Apartymaychangeitsaddressfor noticehereunder bygivingtheother Partynoticeof
such changepursuant totheprovisionslisted in theSC with respectto ClauseGC
1.6.2.

1.7 Location

TheServices shallbeperformedat suchlocationsasarespecifiedinLetterof


Acceptance(Appendix-I)hereto and, wherethelocation ofaparticular task isnot so
specified,atsuchlocations, whetherin Indiaor elsewhere, astheClient mayapprove.

1.8 Authority ofMemberinCharge


IncasetheConsultantsconsistof ajointventureof morethanone entity,withorwithoutan
AssociatetheMembers herebyauthorizetheentityspecifiedintheSCtoactontheirbehalf in
exercising all the Consultants’ rights and obligations towards the Client under this Contract,
includingwithoutlimitationthereceivingofinstructionsand paymentsfromtheClient.

166
1.9 Authorized Representatives
Anyaction required or permittedto betaken, andanydocument required or permittedto be
executed, under thisContract bytheClient or theConsultantsmaybetakenorexecutedbytheofficials
specifiedin theSC.

1.10 Taxesand Duties


Unlessotherwisespecified in theSC, theConsultants shall payall such taxes,duties, feesand
otherimpositionsasmaybelevied under theApplicableLaw.

2. COMMENCEMENT, COMPLETION, MODIFICATION ANDTERMINATION


OFCONTRACT

2.1 EffectivenessofContract
ThisContract shall come into force andeffect on thedateoftheClient’snoticeto the
ConsultantsinstructingtheConsultantsto begin carryingout theServices. Thisnotice shall
confirmthat the effectivenessconditions, ifany, listed intheSC havebeen met.

2.2 TerminationofContractfor Failureto BecomeEffective


IfthisContract hasnot becomeeffectivewithin such timeperiod afterthedateofthe Contract signed
bythePartiesas shall bespecified in theSC, either Partymay,bynot lessthan four (4) weeks’written
noticeto theotherParty, declarethisContract to benulland void, and intheeventofsuch adeclaration
byeither Party, neither Partyshall have anyclaim againsttheother Partywith respect hereto.

2.3 Commencement ofServices


TheConsultants shallbegin carryingout theServicesat the end ofsuch time periodafter the
EffectiveDate as shallbespecified intheSC.

2.4 ExpirationofContract
Unlessterminatedearlierpursuant toClauseGC 2.9hereof, thisContract shallexpire when
serviceshavebeencompletedandall paymentshavebeen madeattheend ofsuch
timeperiod aftertheEffectiveDateas shall bespecified in theSC.

2.5 EntireAgreement
ThisContract containsallcovenants,stipulationsand provisionsagreed bytheParties. No agent or
representativeofeither Partyhasauthorityto make,andtheParties shall not bebound byor beliablefor,
anystatement, representation, promiseoragreement not set
forth herein.

2.6 Modification
Modification ofthetermsand conditionsofthisContract, includinganymodification of
thescopeoftheServices, mayonlybemadebywritten agreement between theParties.Pursuant to
ClauseGC 7.2hereof, however, each partyshall givedue consideration to anyproposalsfor
modificationmadebytheother Party.

167
2.7 ForceMajeure

2.7.1 Definition
(a) For thepurposesofthisContract, “ForceMajeure”meansan event which isbeyond
thereasonablecontrol ofaParty, and which makesaParty’sperformanceofits
obligationshereunder impossibleor so impractical asreasonablyto be considered
impossibleinthecircumstances,and includes, butisnot limitedto, war, riots,civildisorder,
earthquake, fire,explosion, storm, flood orotheradverseweather conditions, strikes,
lockoutsor otherindustrialaction (except wheresuch strikes, lockoutsor other industrial
actionarewithinthepower ofthePartyinvokingForce Majeureto prevent), confiscation or
anyother actionbygovernmentagencies.
(b) ForceMajeureshall notinclude(i)anyevent whichiscaused bythenegligenceor
intentionalaction ofaPartyor such Party’s Subconsultantsor agentsoremployees, nor
(ii)anyevent whichadiligent Partycould reasonablyhavebeen expectedto both (A)
takeintoaccountatthetimeoftheconclusion ofthisContract and (B) avoid or overcomein
thecarrying out ofitsobligationshereunder.
(c) ForceMajeureshall notincludeinsufficiencyof fundsor failuretomakeany payment required
hereunder.

2.7.2 No BreachofContract
ThefailureofaPartyto fulfill anyofitsobligationshereunder shall notbeconsideredto beabreach of, or
defaultunder, thisContractinsofar as such inabilityarisesfrom an event of ForceMajuere, provided
that thePartyaffected bysuch an event hastakenall reasonableprecautions, due careand
reasonablealternativemeasures, all with the objectiveofcarryingout
thetermsandconditionsofthisContract.

2.7.3 Measuresto beTaken


(a) Apartyaffected byan event ofForceMajeureshalltakeall reasonablemeasures to remove
such Party’sinabilitytofulfill itsobligationshereunder withaminimum of delay.

(b) Apartyaffected byan event of ForceMajuereshallnotifytheother Partyofsuchevent as soon as


possible,and inanyevent not later than fourteen (14) daysfollowingthe occurrenceofsuch event,
providingevidenceofthenature andcauseofsuch event, and shall similarlygivenoticeofthe
restoration ofnormal conditionsas soon aspossible.

(c) TheParties shalltakeall reasonablemeasurestominimizetheconsequencesofanyevent of Force


Majeure.

2.7.4 Extensionof Time


Anyperiod within whichaPartyshall, pursuantto thisContract,completeanyaction or task, shall
beextended foraperiod equalto thetimeduringwhich such Partywasunableto
performsuchactionasaresult ofForceMajeure.

2.7.5 Payments
Duringtheperiod oftheirinabilityto performtheServicesasaresult ofan event ofForceMajeure,
theConsultants shall be entitledto bereimbursed for additional costs reasonablyand

168
necessarilyincurred bythem duringsuch period for thepurposesoftheServicesand
inreactivatingtheServicesafter the end ofsuch period.

2.7.6 Consultation
Not later than thirty(30) daysafter theConsultants,astheresult ofanevent ofForceMajeure,
havebecomeunableto performamaterialportion oftheServices, theParties shall consult with each
other withaviewto agreeingon appropriatemeasuresto betaken in thecircumstances.

2.8 Suspension

TheClient may, bywritten noticeofsuspension to theConsultants, suspendall paymentsto


theConsultantshereunderiftheConsultantsfailto perform anyoftheir obligations under
thisContract,includingthe carryingout oftheServices, provided that such notice ofsuspension (i)
shall specifythenatureofthefailure, and (ii) shall request the Consultantsto remedysuch
failurewithinaperiod not exceedingthirty(30) daysafter receipt bytheConsultantsofsuch
noticeofsuspension.

2.9 Termination

2.9.1 By theClient

TheClientmay,bynotlessthanthirty (30)days’writtennoticeofterminationtothe
Consultants(exceptintheeventlisted inparagraph(f)below,forwhichthereshallbea written notice of
not less than sixty (60) days), such notice to be given after the
occurrenceofanyoftheeventsspecifiedinparagraphs(a)through(f)ofthisClause2.9.1,
terminatethisContract:

(a) iftheConsultantsfailto remedyafailureintheperformanceoftheir obligations areunder, as


specifiedinanoticeofsuspension pursuant to Clause2.8 hereinabove, within thirty(30)
daysofreceiptofsuch noticeofsuspension or within such further periodastheClient
mayhavesubsequentlyapproved in writing;

(b) iftheConsultantsbecome(or, iftheConsultantsconsist ofmorethan oneentity,ifanyoftheir


Membersbecomes) insolvent or bankruptor enterintoanyagreements with theircreditorsfor
reliefofdebt or takeadvantageofanylawfor thebenefit of debtorsor go intoliquidation or
receivership whether compulsoryor voluntary;

(c) iftheConsultantsfailto complywith anyfinal decision reached asaresultof arbitration


proceedingspursuant to Clause8 hereof;

(d) iftheConsultants submitto theClientastatementwhich hasamaterial effect on therights,


obligationsorinterestsoftheClientandwhich theConsultantsknow to befalse;

(e) if, as the result of Force Majeure, the Consultants are unable to perform a material
portion oftheServicesfor aperiod ofnot lessthan sixty(60) days; or

(f) if the Client, in its sole discretion and for any reason whatsoever, decides to
terminatethisContract.

169
2.9.2 By theConsultants

TheConsultantsmay,bynotlessthanthirty(30)day’swrittennoticetotheClient,such
noticeto begiven after theoccurrenceofanyoftheevents specifiedin paragraphs(a)through (d)
ofthisClause2.9.2, terminatethisContract:

(a) iftheClientfailstopayanymoneyduetotheConsultantspursuanttothiscontractandnot
subjecttodisputepursuanttoClause8hereofwithinforty-five(45)daysafterreceiving written
noticefromtheConsultantsthat such payment isoverdue;
(b) iftheClientisinmaterialbreachofitsobligationspursuanttothisContractandhasnot
remediedthesamewithinforty-five(45)days(orsuchlongerperiodastheConsultantsmay
have subsequently approved in writing) following thereceipt by the Client of the
Consultants’ noticespecifying such breach;
(c) if, astheresult ofForceMajeure, theConsultant areunableto performamaterial portion
oftheServicesfor aperiod ofnot lessthan sixty(60) days; or
(d) iftheClientfailstocomplywithanyfinaldecisionreachedasaresultofarbitrationpursuant to
Clause8 hereof.

2.9.3 CessationofRightsandObligations

Uponterminationof thisContractpursuanttoClauses2.2or2.9hereof,oruponexpirationof
thisContractpursuantto Clause2.4hereof,allrightsandobligationsofthePartieshereunder shall
cease, except (i) such rights and obligations as may have accruedon the date of
terminationorexpiration,(ii)theobligationofconfidentialitysetforthinClause3.3hereof, (iii)the
Consultant’sobligationtopermitinspection,copyingandauditingoftheiraccounts andrecordsset
forth in Clause3.6 (ii) hereof, and (iv) anyright which aPartymayhaveunder theApplicableLaw.

2.9.4 CessationofServices
UponterminationofthisContractbynoticeofeitherPartytotheotherpursuanttoClauses
2.9.1or2.9.2hereof,theConsultantsshall,immediately upondispatchorreceiptofsuch
notice,takeallnecessarystepstobringtheServicestoacloseinapromptandorderly
mannerandshallmakeevery reasonableefforttokeepexpendituresforthispurposetoa
minimum.Withrespecttodocumentsprepared by theConsultantsandequipmentand
materialsfurnishedby theClient,theConsultantsshallproceedasprovided,respectively,by
Clauses3.9 or 3.10 hereof.

2.9.5 Payment uponTermination

Uponterminationofthis ContractpursuanttoClauses2.9.1or2.9.2hereof,theClientshall
makethefollowingpaymentstotheConsultants(afteroffsettingagainstthesepaymentsany
amount that maybeduefrom theConsultantto theClient):

(i) remuneration pursuant toClause6 hereof for Services satisfactorilyperformedprior to


the effectivedateoftermination.
(ii) reimbursableexpenditures pursuant to Clause 6 hereof for expenditures
actuallyincurred priorto the effectivedateoftermination; and
(iii) except inthecaseofterminationpursuantto paragraphs(a) through (d) ofClause
170
2.9.1 hereof, reimbursement ofanyreasonable cost incident totheprompt andorderly
termination oftheContract includingthecost ofthereturntravel oftheConsultants’
personneland theireligibledependents.

2.9.6 Disputesabout Eventsof Termination

IfeitherPartydisputeswhetheraneventspecifiedinparagraphs(a)through(e)ofClause
2.9.1orinClause2.9.2hereofhasoccurred,suchParty may,withinforty-five(45)daysafter
receiptofnoticeofterminationfromtheotherParty,referthemattertoarbitrationpursuant
toClause8hereof,andthisContractshallnotbeterminatedonaccountofsucheventexcept in
accordancewiththetermsofanyresultingarbitralaward.

3. OBLIGATIONSOFTHE CONSULTANTS

3.1 General

3.1.1 Standard ofPerformance


TheConsultantsshallperformtheServices andcarry outtheirobligationshereunderwithall
duediligence,efficiencyandeconomy,inaccordancewithgenerallyacceptedprofessionaltechnique
s andpractices, andshallobservesoundmanagementpractices,and employ
appropriateadvancedtechnology andsafeandeffectiveequipment,machinery,materialsand
methods.TheConsultantsshallalwaysact,inrespectofanymatterrelatingtothisContract
ortotheServices,asfaithfuladvisers totheClient,andshallatalltimessupportand
safeguardtheClient's legitimateinterestsinany dealingswithSubconsultantsorThird Parties.

3.1.2 LawGoverning Services

TheConsultantsshallperformtheServicesin accordancewith theApplicableLawandshall


takeallpracticablestepstoensurethatanySubconsultants,aswellasthePersonneland
agentsoftheConsultantsandanySubconsultants,complywiththeApplicableLaw.The
ClientshalladvisetheConsultantsinwriting of relevantlocalcustoms and theConsultants
shall,after such notifications, respectsuch customs.

3.2 Conflict ofInterests

3.2.1 Consultants not to BenefitfromCommissions, Discounts, etc.

Theremuneration oftheConsultantspursuant to Clause6 hereofshallconstitutetheConsultants' sole


remuneration in connection with thisContract or theServicesand theConsultants shall not accept for
theirownbenefitanytradecommission,discountorsimilarpaymentinconnectionwithactivities pursuantto
thisContractortotheServicesorintheDischargeof theirobligationshereunder,andthe Consultants shall
usetheirbesteffortsto ensurethatanySubconsultants, as well asthePersonnel and agentsofeither ofthem,
similarlyshall not receiveanysuch additional remuneration.

3.2.2 ConsultantsandAffiliates not to beotherwiseinterestedinProject

The Consultants agree that, during the term of this Contract and after its termination, the Consultants
and any entity affiliated with the Consultants, as well as any Subconsultant and any entity affiliated with
such Subconsultant, shall be disqualified from providing goods, works or services (other than the
171
Services and any continuation thereof) for any project resulting from or closely related to the Services.

3.2.3 ProhibitionofConflicting Activities

Neither theConsultantsnor their Subconsultantsnor thePersonnel ofeither ofthem shall


engage, either directlyor indirectly, in anyofthefollowingactivities:

(a) duringthetermofthisContract, anybusinessor professional activitiesin


theGovernment'scountrywhich wouldconflict withtheactivities assigned to them under
thisContract; or

(b) afterthetermination ofthisContract, such other activitiesasmaybe specified in theSC.

3.3 Confidentiality

TheConsultants, their SubconsultantsandthePersonnel ofeither ofthem shallnot,either during


the term or within two (2) years after the expiration of this Contract, discloseanyproprietaryor
confidentialinformationrelationto theProject,theServices,thisContract or theClient'sbusinessor
operationswithouttheprior written consent oftheClient.

3.4 Liability oftheConsultants

Subject toadditional provisions, ifany, set forth in theSC, theConsultants'liability


under thisContract shall be asprovided bytheApplicableLaw.

3.5 Insuranceto betakenout by theConsultants

TheConsultants(i) shall takeout and maintain, andshall cause anySubconsultantstotakeout


andmaintain,attheir(ortheSubconsultants',asthecasemay be)owncostbutontermsand
conditionsapproved bytheClient,insuranceagainsttherisks, and for the coverage, as
shallbespecifiedintheSpecialConditions (SC),and(ii)attheClient'srequest,shallprovide
evidencetotheClientshowingthatsuchinsurancehasbeentakenoutandmaintainedand
thatthecurrent premiumsthereforehavebeenpaid.

3.6 Accounting, Inspectionand Auditing

TheConsultants(i) shall keepaccurate and systematicaccountsand recordsinrespect of


theServiceshereunder,inaccordancewith internationallyacceptedaccountingprinciples and in
such form and detail as will clearlyidentifyall relevant timechargesand cost, and
thebasesthereof(includingthebasesoftheConsultants' costsandcharges), and (ii) shall permit
theClient or itsdesignated representativeperiodically, and up to oneyear fromthe expirationor
termination ofthisContact, toinspectthesameandmake copiesthereof as wellasto
havethemaudited byauditorsappointed bytheClient.

3.7 Consultants' Actionsrequiring Client's priorApproval

TheConsultants shallobtain theClient'spriorapproval in writingbeforetakinganyof


thefollowingactions:
172
(a) appointingsuch membersofthePersonnelasarelistedin Appendix B;
(b) enteringintoasubcontractfortheperformanceofanypartoftheServices,itbeing
understood(i)thattheselectionoftheSub-consultantandthetermsandconditionsofthe
subcontractshallhavebeenapprovedinwritingbytheClientpriortotheexecutionof
thesubcontract, and(ii)thattheConsultantsshallremainfullyliablefortheperformance
oftheServicesbytheSub-consultantand itsPersonnel pursuant tothisContract;
(c) anyother action that maybespecified intheSC.

3.8 Reporting Obligations

TheConsultants shall submitto theClientthereportsand documents specifiedin AppendixA/Ehereto,in


theform, in thenumbersand withinthetimeperiodsset forth in thesaid Appendix.

3.9 Documents prepared by theConsultantsto bethe Property oftheClient

All plans, drawings, specifications, designs, reportsand other documentsprepared bythe


Consultantsinperforming theServicesshallbecomeandremaintheproperty of theClient,andthe
Consultantsshall, notlaterthanupontermination orexpirationof thisContract,deliverallsuch
documentstotheClient,togetherwithadetailedinventorythereof.TheConsultantsmayretaina copyof such
documents. Restrictionsabout thefutureuseofthesedocuments,shall be as specified in
theSC.

3.10 Equipment andMaterialsfurnished by theClient

Equipment and materials made available to the Consultants by the Client, or purchased by the
Consultants with funds provided by the Client, shall be the property of the Client and shall be marked
accordingly. Upon termination or expiration of this Contract, the Consultants shall make available to
the Client an inventory of such equipment andmaterials and shall dispose of such equipment and
materials in accordance with theClient's I instructions. While in possession of such equipment and
materials, theConsultants, unless otherwise instructed by the Client in writing, shall insure them in
anamount equal to their full replacement value.

4. CONSULTANTS' PERSONNEL

4.1 General

TheConsultants shallemployand providesuch qualified and experienced Personnelas arerequired


tocarryout theServices.

4.2 Descriptionof Personnel

(a) The titles, agreed job descriptions, minimum qualification and estimated periods of
engagement inthe carrying outof theServicesof eachof the Consultants'KeyProfessional / Sub
Professional Personnel aredescribedin Appendix B.

173
(b) IfrequiredtocomplywiththeprovisionsofClause3.1.1ofthisContract,adjustmentswith
respecttotheestimatedperiodsofengagement ofKeyProfessional/SubProfessional
PersonnelsetforthinAppendixBmay bemadebytheConsultantsby writtennoticetothe Client,
provided
(i)thatsuchadjustmentsshallnotaltertheoriginally estimatedperiodof engagementof any
individual bymorethan 10% or oneweek, whichever islarger, and
(ii)thattheaggregateofsuchadjustmentsshallnotcausepaymentsunderthisContractto exceed
theceilingssetforthinClause6.1(b)of thisContract.Any othersuch adjustments shall only
bemadewith theClient'swritten approval.

(c)If additionalworkisrequiredbeyondthescopeoftheServicesspecifiedinAppendixA,the
estimatedperiodsofengagementofKey PersonnelsetforthinAppendixBmay beincreased
byagreementin writingbetween theClientand theConsultants.
4.3 Approval of Personnel

TheKeyPersonnel and Subconsultantslisted bytitleas wellasbynamein Appendix Bare


herebyapprovedbytheClient. In respect ofother KeyPersonnel whichtheConsultants proposeto
usein thecarryingout oftheServices, theConsultants shall submitto theClient for reviewand
approval a copyoftheir biographical data. IftheClient doesnot object in
writing(statingthereasonsfor theobjection) withintwenty-one(21)calendar
daysfromthedateofreceipt ofsuch biographicaldata, such KeyPersonnel shall bedeemed
tohavebeen approved bytheClient.

4.4 Working Hours, Overtime, Leave, etc.

(a) Workinghoursand holidaysfor KeyProfessional /Sub Professional Personnel are set forth in
Appendix C hereto.To account for traveltime, foreign Personnel carryingout
ServicesinsidetheGovernment'scountryshall bedeemedto have commenced (or finished)work
in respect oftheServices such number ofdays beforetheir arrival in (orafter theirdeparturefrom)
theGovernment'scountryas
is specifiedin Appendix Chereto.

(b) TheKeyProfessional / Sub Professional Personnel shall notbeentitled to be paid for


overtimenortotakepaid sickleaveorvacationleaveexceptasspecifiedinAppendixC hereto,
andexceptas specified in such Appendix, theConsultants'remunerationshallbe deemedto
covertheseitems.AllleavetobeallowedtothePersonnelis includedinthestaff- monthsofserviceset
forinAppendixB.AnytakingofleavebyPersonnelshallbesubject to the
priorapprovaloftheClientbytheConsultants,whoshallensurethatabsencefor leavepurposes will
not delaytheprogressand adequatesupervision oftheServices.

4.5 Removal and/orReplacement ofPersonnel


Removal and/or replacement ofPersonnel shall beregulatedasunder:

4.5.1 IncasenoticetocommenceservicespursuanttoClause2.1ofthis Contractisnotordered by


Clientwithin120daysofnegotiationsthekey personnelcanexcusethemselvesonvalid
grounds,e.g., selectionon some otherassignment, health problemdeveloped aftercontract
negotiation,etc.In sucha caseno penaltyshallbeleviedon theFirm oronthe person

174
concerned. Thefirmshallhoweverbeaskedtogiveareplacementbyanequalorbetter
scoringperson, whenever mobilization isordered.

4.5.2 In casenotice to commence services is given within 120 days of negotiations the
replacement shallbe as below:

a. Replacementupto33%:Replacementshallbebyanequalorbetterscoringperson.
Reduction in remunerations forthe balanceperiodshallbe@ 5%of themonthlyrate.
b. Replacementofmorethan33%andupto50%: Replacementshallbebyanequalor
betterscoring person.Reductioninremunerationsforthebalanceperiod shallbe@10% of
themonthlyrate.
c. Replacementbeyond50%andupto66%.Replacementshallbeby anequalorbetter scoring
person.Reductioninremunerationsforthebalanceperiodshallbe@15%ofthe monthlyrate.
d. Replacementbeyond66%shallnormally notbeconsidered.Howeverinexceptional
circumstances,whereitbecomesabsolutely essentialtheremunerationsofthesubstitute
shallbereducedby50%oftheoriginalpersonreplaced.Replacementshallbebyan
equalorbetterscoringperson,TheDepartmentmay initiateactionfor
termination/debarmentofsuchconsultantforfuture projectsofNHAIfora period of6
months to 24 months dependingupontheseverityofcase.
4.5.3 Replacement after original contract period is over:

Thereshallbenolimitonthereplacementsandnoreductioninremunerationsshallbe made.
Thereplacement shallhowever beof equalor better score.

4.5.4IftheEmployer(i)findsthatanyofthePersonnelhascommittedseriousmisconductorhas
beencharged withhavingcommitteda criminalaction or (ii) hasreasonable ground to
be dissatisfied with theperformanceofanyof thePersonnel, then the consultantshall, at the
Employer’s writtenrequestspecifyingthegroundstherefore,forthwithprovidea replacement
withqualifications and experienceacceptableto him.

4.5.5 Iftheteamleaderoranyotherkeypersonnel/specialistconsideredpivotaltotheprojectis replaced,


thesubstitutemaybeinterviewed byNHAIto assesstheir meritand suitability.

4.5.6IfanymemberoftheapprovedteamofaconsultantengagedbyNHAIleavesthat consultant
before completion ofthe job, heshall bebarred for aperiod of6 months to 24 months from
being engagedasateammemberof any otherconsultantworking (ortobe appointed)forany other
NHAIprojects.

4.5.7 Inexceptionalsituationswherethereplacementwithequivalentorbetterqualificationisnot
available,replacementwithlowerqualificationsthantheoriginallyapprovedmaybeaccepted
with reduction in remunerationasper theprocedureprescribed below. This kind of relaxation
shall however, belimitedto replacement of2 key personnelonlyin one consultancycontract
package.
i) The new proposed personnel as a replacement has to be evaluated as per the criteria fixed at
the time of evaluation of original proposal and marks/rating and then:

175
-If the original personnel (included in the original proposal based on which the contract was
awarded) is to be replaced at the instruction of NHAI and the new proposed personnel is
having less qualification/ experience i.e marks/rating (but fulfilling the minimum requirement
as per TOR), his remuneration would be reduced by 15% over and above the stipulated
conditions in the contract because of less qualified personnel

-If the original personnel (included in Contract Agreement) is to be replaced by the Consulting
firm and the new proposed personnel is having less qualification/ experience (marks/rating),
then his remuneration would be decreased proportionally in comparison to the marks of the
original personnel. This will also take into account the contract condition and if the proposed
reduction is less than that stipulated in contract condition, it would be as per the
contract provision.

It will be ensured that the new proposed personnel should score at least 75% of the marks of
the originally approved key personnel. Both the Consulting firm and the proposed personnel
should give the undertaking in the format available in Form VII of Appendix II along with the
replacement CV.

ii) The CV should be signed by personnel and the consulting firm in every page. If the CV is
found incorrect at later date, the personnel accepted would be removed from the assignment
and debarred from further NHAI works for an appropriate period to be decided by NHAI and
the new proposed personnel in place of removed personnel would be paid 15% less salary than
the original personnel. 15% reduction in the salary will be imposed as penalty for submitting
the incorrect information. This penalty will be imposed only once. If the same consulting firm
submits incorrect information again second time, necessary action will be taken by NHAI to
blacklist the firm.

4.6 Resident ProjectManager

If required by the SC, the Consultants shall ensure that at all times during the Consultants'
performance of the Services in the Government's country a resident project manager,
acceptable to the Client, shall take charge of the performance of such Services.

5. OBLIGATIONOFTHE CLIENT

5.1 Assistanceand Exemptions


Unlessotherwisespecified in theSC, theClient shall useitsbesteffortsto ensurethat
theGovernment shall:
(a) provide the Consultants, Sub consultants and Personnel with work permits and such other
documents as shall be necessary to enable the Consultants, Subconsultants or Personnel to
perform the Services;

(b)assistfor thePersonnel and, ifappropriate,their eligibledependentsto beprovided promptlywith


allsupportingpapersfor necessaryentryand exit visas, residence permits, exchangepermitsand
anyother documentsrequired for their stayin India;

(c) facilitate prompt clearance through customs of any property required for the Services;
176
(d) issue to officials, agents and representatives of the Government all such instructions as may be
necessary or appropriate for the prompt and effective implementation ofthe Services;

5.2 Accessto Land

TheClient warrantsthat theConsultants shall have, freeofcharge, unimpeded accessto alllandin


theGovernment’scountryin respect ofwhich accessisrequired for the
performanceoftheServices. TheClient will beresponsiblefor anydamagetosuch land or
anypropertythereon resulting fromsuch accessand willindemnifytheConsultants and each
ofthePersonnelin respect ofliabilityfor anysuch damage, unless such
damageiscausedbythedefault or negligenceoftheConsultantsor anySubconsultants or
thePersonnel ofeitherofthem.

5.3 ChangeintheApplicableLaw

If, after thedateofthisContract, thereisanychangein theApplicableLaw with respect to taxesand


duties which increasesor decreasesthecost or reimbursable expenses incurred bytheConsultantsin
performingtheServices, thentheremunerationand reimbursable
expensesotherwisepayabletotheConsultantsunder thisContract shall be increased or decreased
accordinglybyagreement between thePartieshereto, and correspondingadjustments shall
bemadetotheceilingamounts specified in Clause
6.1(b),

5.4 Services, FacilitiesandProperty of theClient

Theclient shallmake availabletotheConsultantsand thePersonnel, for thepurposesof theServicesand


freeofanycharge, theservices, facilitiesand propertydescribed in Appendix Dat thetimesand in
themanner specifiedin said Appendix D, provided that if such services,facilitiesand propertyshall
not bemade availabletotheConsultantsasand when so specified, theParties shallagreeon (i) anytime
extension that maybe appropriateto grantto theConsultantsfor theperformanceoftheServices, (ii)the
manner in which theConsultants shallprocure anysuch services, facilitiesandproperty fromother
sources, and (iii) theadditional payments, ifany, to bemadetothe
Consultantsasaresultthereofpursuant to Clause6.1(c) hereinafter.

5.5 Payment

In consideration of the Services performed by the Consultants under this Contract, the Client shall
make to the Consultants such payments and in such manner as is provided by Clause 6 of this
Contract.

6. PAYMENT TO THE CONSULTANTS

6.1 Cost Estimates;CeilingAmount

(a) An abstract ofthecost oftheServicespayableinlocal currency (Indian Rupees)is set forth


inAppendixE.

(b) Except asmaybeotherwise agreed under Clause2.6 and subjectto Clause6.1(c), the payments under
177
thisContract shall not exceed theceilingspecifiedin theSC.The Consultants shallnotifytheClientas
soon ascumulative chargesincurred for the Serviceshavereached 80% ofthe ceiling.

(c) NotwithstandingClause6.1(b) hereof, ifpursuant toClauses5.4 hereof, theParties shall agreethat


additionalpayments shall bemadetotheConsultantsin order to cover anynecessaryadditional
expendituresnot envisaged in thecost estimates referred toin Clause6.1(a) above, theceilingset
forthin Clause6.1(b) aboveshall beincreased bythe amount or amounts, asthecasemaybe, ofanysuch
additional payments.

6.2 Currency of Payment

(a) Thepayment shall bemadein Indian Rupees.

6.3 ModeofBilling andPayment

Billingand paymentsin respect oftheServices shallbemadeasfollows:-

(a) TheClient shall causeto bepaidto theConsultantsan advancepayment as specified in theSC,and


asotherwiseset forth below. The advancepayment willbedueafter provision bytheConsultantsto
theClient ofabank guaranteebyabank acceptable to theClientin anamount(or amounts) andin
acurrency(or currencies) specified in theSC, such bank guarantee(i) to remain
effectiveuntiltheadvancepayment has been fullyset offasprovided intheSC, andii)in
suchformastheClient shall haveapprovedinwriting.

(b) Payment Schedule

TheConsultant will bepaid stage-wise asapercentageofthe contract value aspertheschedule


given below:

Payment as %
S.No Item of contract
value
1 Submission of final Inception Report 15%
2 Submission of final Alignment Report 10%
Submission of final Feasibility Report
3 5%
including draft 3(a) report
Submission of final Land Acquisition
4 10%
Report including draft 3(A) report
5 Submission of clearance proposals 5%
6 Submission of Draft DPR 10%
7 Approval of Final DPR 10%
8 Approval of Technical Schedules 5%
9 Final 3D publication report 10%
10 Clearance – Stage I Approval 5%
11 Clearance – Stage II/Final Approval 5%
12 Retention to be released after 3 years 10%
Total: 100%
13 Bonus on submission of clearance/s 2.5% bonus
178
Payment as %
S.No Item of contract
value
within 1 month of alignment finalization

Note:Consultantshavetoprovideacertificatethatallkey personnelasenvisagedintheContract
Agreementhasbeenactuallydeployedintheproject.Theyhavetosubmitthiscertificateatthetime
ofsubmission ofbillsto NHAIfromtimeto time.

(c) Nopaymentshallbecomeeligibleforthenextstagetillthe consultant completes tothe


satisfactionoftheclienttheworkpertainingtotheprecedingstage.Thepaymentforthe workofsub-
soilinvestigation(Boring)willbeasperplanapprovedby theclientandwillbe paidasperactual
attheratesquotedbytheconsultants.Thepaymentforthequantitygiven by
theclientforboringwillbedeemedtobeincludedintheabovementionedpayment schedule.
Anyadjustmentin thepayment to the consultants will bemadein thefinal payment only.

(d) TheClientshallcausethepaymentoftheConsultantsinPara6.4(b)aboveasgivenin
scheduleofpaymentwithinthirty (30)daysafterthereceiptby theClientofbills.Interestsat
theratespecifiedintheSCshallbecomepayableasfromtheaboveduedate onany amount dueby, but
notpaid on, such duedate.

(e) ThefinalpaymentunderthisClauseshallbemadeonly afterthefinalreportandafinal


statement,identifiedassuch,shallhavebeensubmittedby theConsultants andapprovedas
satisfactorybytheClient.TheServicesshallbedeemedcompletedandfinallyacceptedby
theClientandthefinalreportandfinalstatementshallbedeemedapproved by theClientas
satisfactory onehundred andeighty (180)calendardaysafterreceiptofthefinalreportand final
statement by the Client unless the Client, within ninety(90) day period, gives written noticeto
the ConsultantsspecifyingindetaileddeficienciesintheServices,the final report or final
statement. The Consultants shall thereupon promptly make any necessarycorrections, and
uponcompletionofsuchcorrections,theforegoingprocess shall berepeated.
AnyamountwhichtheClienthaspaidorcausedtobepaidinaccordance
withthisClauseinexcessoftheamountsactually payableinaccordancewiththeprovisions
ofthisContractshallbereimbursedby theConsultantstotheClientwithinthirty (30)days after
receipt bythe Consultants of notice thereof. Any such claim b y theClient for
reimbursementmustbemadewithintwelve(12)calendarmonthsafterreceiptbytheClient ofafinal
reportand afinal statementapproved bytheClientin accordancewith theabove.

(f) AllpaymentsunderthisContractshallbemadetotheaccountoftheConsultantsspecifiedin theSC.

7. ResponsibilityforAccuracy ofProject Documents

7.1 General

7.1.1 TheConsultant shall beresponsiblefor accuracyofthedatacollected, byhim directlyor procured


from other agencies/authorities, the designs, drawings, estimates and all other
detailspreparedbyhimaspartoftheseservices.HeshallindemnifytheAuthorityagainst
anyinaccuracyintheworkwhichmightsurfaceduringimplementationoftheproject.The
Consultantwillalsoberesponsibleforcorrecting,athisowncostandrisk,thedrawings
includinganyre-survey/investigationsandcorrectinglayoutetc.ifrequiredduringthe
179
executionoftheServices.

7.1.2 TheConsultant shall befullyresponsiblefor theaccuracyofdesign and drawingsofthe bridgesand


structures. Allthedesignsand drawingsforbridgesand structuresincluding alltheir components
shallbefullychecked byaSenior Engineerafter completion ofthe designs. All drawingsforbridgesand
structures shall bedulysigned bythe(a) Designer, (b) Senior CheckingEngineer,and (c) Senior
Bridge/ Structure Expert.Thedesignsand drawingsnot signed
bythethreepersonsmentionedaboveshall not beaccepted. The Consultant shall indemnifytheClient
againstanyinaccuracy/ deficiencyin thedesigns and drawingsofthebridgesandstructuresnoticed
duringthe construction andeven thereafter and theClient shall bearno responsibilityfor the
accuracyofthedesignsanddrawings submitted bytheConsultants.

7.1.3 Thesurveycontrolpointsestablished bytheConsultant shall beprotected bythe


Consultantstill the completion oftheConsultancyServices.

7.2. RetentionMoney

An amountequivalentto 10% ofthe contract valueshall beretainedat theend ofthe contractfor


accuracyofdesign and quantities submittedand thesamewill
bereleasedafterthecompletionofcivilcontractworksorafter3yearsfromcompletionofconsultancy services,
whicheveris earlier.Theretentionmoney willhoweverbereleasedby theClientonsubstitution by Bank
Guaranteeofthesameamount valid up to theperiodasabove.

7.3. Penalty

7.3.1. PenaltyforError/Variation

i) If variation inanyofthemain quantitiesofwork likeearth workincludingsub grade, GSB,


WMM, Bituminousworks(BM/DBM/AC/BC),drains, total concretequantitiesand reinforcing
steel in bridgeworksor overall project cost, found duringexecution ismorethan +/-15%, the
penaltyequivalent to 5% ofthe contract valueshall beimposed. For thispurposeretention
moneyequivalent to 5% ofthe contract valuewill beforfeited. This shall exclude any
additional/deletion ofitems/worksordered duringtheexecution

ii) Forinaccuraciesinsurvey/investigation/designworkthepenaltiesshallbeimposedas per


detailsgiven in Tablebelow:

S. Penalty(%ageof
Item
No. contract value)
Topographic Surveys 0.5 to 1.0
a)Thehorizontalalignmentdoesnotmatchwithground
condition.
1
b)Thecross sections donot match with existing ground.
c) The co-ordinates are defective as instruments of
desired accuracynot used.
Geotechnical Surveys 0.5 to 1.0
a)Incompletesurveys
2 b)Data not analysed properly
180
c)Thesubstratasubstantiallydifferentfromtheactual
stratafound during construction.
Trafficdatafoundtobevaryingbymorethan25%on 0.2 to 0.5
3 resurvey at a later date, unless there are justifiable
reasons.
Axleloaddatafoundtobevaryingbymorethan25%on 0.20 to 0.5
4 resurvey at a later date, unless there are justifiable
reasons.
StructuralDesignsfoundtobeunsafeorgrosslyover 1.0 to 2.0
5
safe.

7.3.2 Penaltyfordelay

In caseofdelayin completion ofservices, apenaltyequalto 0.05%ofthe contract price per daysubject


toamaximum 5% ofthecontract valuewill beimposedand shall be recovered
frompaymentsdue/performancesecurity.However in caseofdelaydueto reasonsbeyond the control
ofthe consultant, suitable extension oftimewill begranted.

7.3.3 Total amount ofrecoveryfrom all penalties shall belimitedto 10% oftheConsultancy Fee.

7.4 ACTIONFOR DEFICIENCY IN SERVICES

7.4.1 Consultantsliability towardstheClient

Consultant shall beliable to indemnifythe client foranydirect lossor damageaccrued or likelyto


accrueduetodeficiencyin servicerendered byhim.

7.4.2 Warning / Debarring

In additionto thepenaltyasmentioned in para7.3,warningmaybeissued tothe erring consultantsfor


minor deficiencies. In thecaseofmajor deficienciesintheDetailed Project Report involvingtimeand
cost overrun andadverse effect on reputation of NHAI, other penalactionincludingdebarring for
certain period mayalso beinitiated as perpolicyofNHAI.

8. FAIRNESS ANDGOOD FAITH

8.1 GoodFaith

ThePartiesundertaketo act in good faith with respect toeach other’s rightsunder this Contract and
toadoptall reasonablemeasurestoensuretherealization oftheobjectives ofthisContract.

8.2 OperationoftheContract

ThePartiesrecognizethatit isimpractical inthisContract to providefor every contingencywhich


mayariseduringthelifeoftheContract, and thePartiesherebyagree thatit istheir intention that
thisContract shall operatefairlyasbetween them,and without detriment totheinterestofeither
ofthem,and that,ifduringthetermofthis Contract either Partybelievesthat
thisContractisoperatingunfairly, theParties will use their besteffortsto agreeon such
181
actionasmaybenecessaryto removethecauseor causesofsuch unfairness,but no
failuretoagreeonanyaction pursuantto thisClause shall giverisetoadisputesubject toarbitration
inaccordancewith Clause9 hereof.

9. SETTLEMENT OFDISPUTES

9.1 AmicableSettlement

TheParties shall usetheirbest effortsto settleamicablyall disputesarisingout ofor in connection


withthisContract ortheinterpretationthereof.
9.2 DisputeSettlement

Any dispute between the Parties as to matters arising pursuant to this Contract which cannot be
settled amicably within thirty (30) days after receipt by one Party of the other Party’s request for
such amicable settlement may be submitted by either Party for settlement in accordance with the
provisions specified in the SC.

10. ChangeofScope

The change of Scope on account of variation of total length as well as 4 laned length of project
Highway from the indicative length as given at Annex-1 of Letter of Invitation of the RFP shall
be dealt as follows

i) During the course of consultancy services in case it is considered necessary to


increase/decrease the scope of services( of total length or 4 laned length as compared to
indicative Length as given in the RFP) by the client the same shall be notified by Change of
scope notice. Similarly, if the Consultant determines that change of scope is needed, he shall
inform of the same to the Client. The Client will examine and shall either reject the proposal
or issue change of scope notice.

ii) TheConsultancyfeeshallberevised onaccount of changeofscope asbelow:

- Incasethetotallengthofproject increase/decreaseuptomore10% ofindicative


lengthgiven in theRFP: No changein Consultancy Fees
- Incasetheincrease/decrease intotallengthofprojectismorethan10%oftheindicative length
asgiven in theRFP: Theconsultancy feeshall beincreased/decreased inthesame
proportionin which thelength oftheproject roadisincreased/ decreased beyond 10% .

- Incasethelengthof4laneroadisincreasedupto10% ofthelengthasindicatedinthe RFP: No


changein Consultancy Fees

- Incasethelengthof4laneroadisincreasedbymorethan10% ofthelengthasindicatedin
theRFP:The consultancy feeshallbe increased by 0.25timesthe averagequoted rate(Rs
per km) for theincreasedlength of4 lanebeyond10%

iii) LengthofBypass/realignmentshallnotbetreatedasadditionalitytotheexistinglength of
thehighway forthepurposeof change/variationinlength.Increase/decreasein length
onaccountofbypassesshallnotbeconsideredas changeofscope.However,thetotal
lengthoftheprojecthighway (includingbypassesandrealignment)alongthefinally
182
approvedalignmentshall becomparedwiththeindicativelengthintheRFPforthe purposeof
variation.

183
SPECIAL CONDITIONSOFCONTRACT

Numberof
GC Clause

A. Amendmentsof, and Supplementsto, ClausesintheGeneral Conditions

1.1(a) Thewords “intheGovernment’s country”areamendedto read “in INDIA”

1.4 Thelanguageis:English

1.6.1 Theaddressesare:

FortheClient : Chairman, National Highways Authority of India


G-5&6, Sector-10,Dwarka, New Delhi-75

Attention: National Highways Authority of India


G-5&6, Sector-10,Dwarka, New Delhi-75

011-25074100/4200 Ext.-…..;
Email:ronhaibangalore@nhai.org

184
Fax:011-25093524

FortheConsultants:

Attention: Name
Designation
Address
Tel: Fax: E-mail address

1.6.2 Noticewillbedeemedtobe effective asfollows:

(a) in thecaseofpersonal deliveryor registered mail, on delivery;


(b) In the caseof facsimiles, 24 hoursfollowingconfirmed
transmission. (c) In caseofEmail, 24 hoursfollowingconfirmed
transmission.

1.8EntitytoActasMemberincharge(IncaseofJointVentureofConsultants)withorwithoutan
Associate:

- ………………………..
1.9 TheAuthorized Representativesare:

FortheClient : (-- )
Director,NHAI(-- )

For theConsultant: Name


Designation
1.10 TheConsultantsand thepersonnel shall paythetaxes, duties, fees,
leviesand other impositionslevied under the existing, amended orenacted
laws(prevailing7 daysbeforethe last dateofsubmission ofbids)
duringlifeofthiscontract andtheClient shallperformsuchdutiesin regard
tothedeductionofsuch tax asmaybelawfullyimposed.

2.1 Theeffectivenessconditionsarethefollowing:

a) Thecontracthasbeen approved byNHAI.

b) The consultant will furnish within 15 days of the issue of letter of acceptance, an
unconditionalBankGuaranteefromaNationalisedBank,IDBIorICICI/ICICIBank/Foreign
Bank/EXIMBank/AnyScheduledCommercialBank approvedbyRBIhavinganetworthofnot
lessthan 500 crore as per latestAnnualReportof the Bank. Inthe case ofa Foreign
Bank(issued
byaBranchinIndia)thenetworthinrespectofIndianoperationsshallonlybetakeninto account.
IncaseofForeignBank,theBGissuedbyForeignBankshouldbecounterguaranteed
byanyNationalisedBankinIndia.IncaseofJV,the BGshallbefurnishedonbehalfoftheJVor
leadpartnerofJVforanamountequivalentto10%ofthetotalcontractvaluetobereceived
byhim towards PerformanceSecurityvalid for aperiod of
threeyearsbeyond thedateofcompletion
ofservices.

185
2.2 Thetimeperiodshallbe “fourmonths”orsuchothertimeperiodasthepartiesmayagreein
writing.

2.3 Thetimeperiodshallbe “fifteendays”orsuchothertimeperiodasthePartiesmayagree in


writing.

2.4 Thetimeperiodshallbe------monthsorsuchothertimeperiodasthepartiesmayagree in
writing.

3.4 LimitationoftheConsultants’ LiabilitytowardstheClient

(a) ExceptincaseofnegligenceorwillfulmisconductonthepartoftheConsultantsoronthe
partofanyperson orfirmactingon behalfof theConsultantsin carrying outtheServices,
the Consultants,withrespecttodamagecausedby
theConsultantstotheClient’sproperty,shall not beliableto theClient:

(i) foranyindirect orconsequentiallossordamage; and


(ii) foranydirect lossor damagethatexceeds(A) thetotal paymentsfor Professional

Fees andReimbursableExpendituremadeor expectedtobemadetotheConsultants


hereunder,or(B)theproceedstheConsultantsmay beentitledtoreceivefromanyinsurance
maintained bytheConsultantstocover such aliability, whichever of(A)or (B) ishigher.

(b) ThislimitationofliabilityshallnotaffecttheConsultants’liability,ifany,fordamageto
ThirdPartiescausedby theConsultantsorany personorfirmactingonbehalfofthe
Consultantsin carryingout theServices.

3.5 Therisksand the coverageshallbeasfollows:


(a) Third Partymotor vehicleliabilityinsurance asrequired under Motor Vehicles Act, 1988 in
respect ofmotor vehiclesoperated in IndiabytheConsultantsor their Personnelor
anySubconsultantsor their Personnel for theperiodof consultancy.
(b) ThirdPartyliabilityinsurancewithaminimumcoverage,forRs.1.00millionfortheperiod
ofconsultancy.

(c) (i) TheConsultantshallprovidetoNHAIProfessionalLiabilityInsurance(PLI)foraperiodof


FiveyearsbeyondcompletionofConsultancy servicesorasperApplicableLaw,whichever
ishigher.

(ii) TheConsultant will maintain at itsexpensePLIincludingcoveragefor errorsand


omissions causedby
Consultant’snegligenceintheperformanceofitsdutiesunderthisagreement,(A)
Fortheamount not exceeding totalpaymentsforProfessionalFees andReimbursable
Expenditures made or expected to be made to the Consultants hereunder OR (B) the
proceeds,theConsultantsmay beentitledtoreceivefromany insurancemaintainedby the
Consultantsto cover such aliability, whichever of (A) or (B) is higher.

iii) Thepolicyshould beissued onlyfroman InsuranceCompanyoperating


inIndia.
186
iv) Thepolicymustclearlyindicatethelimitofindemnityintermsof“AnyOneAccident”
(AOA)and“Aggregatelimitonthepolicy”(AOP)andinnocaseshouldbeforanamount
lessthan stated inthecontract.

v) IftheConsultant entersinto an agreement with NHAIin ajoint ventureor


‘inassociation’,
thepolicymustbeprocuredandprovidedtoNHAIbythejointventure/inassociationentity
and not bytheindividualpartnersofthejointventure/ association.

vi) ThecontractmayincludeaprovisiontherebytheConsultantdoesnotcancel thepolicy


midtermwithouttheconsentofNHAI.Theinsurancecompanymayprovideanundertaking
in thisregard.

(d) Employer’sliabilityandworkers’compensationinsuranceinrespectofthePersonnelofthe
Consultantsandofany Subconsultant,inaccordancewiththerelevantprovisionsofthe
Applicable Law,aswellas,withrespecttosuchPersonnel,any
suchlife,health,accident,travel orother insuranceasmay
beappropriate;andallinsurancesandpoliciesshouldstartfromthe dateof commencement
ofservicesandremaineffective asper relevant requirementsofcontract agreement.

3.9 TheConsultants shallnotusethesedocumentsfor purposesunrelated


tothisContract withouttheprior writtenapproval oftheClient.

4.6 Theperson designated asTeam Leader cum SeniorHighwayEngineer


inAppendix B
shallserveinthat capacity, as specifiedin Clause4.6.

6.1 (b) The ceilingamount in local currencyisRs………


Excluding

ServiceTax)

6.3 (a) No advancepayment willbemade.


6.3 (e) Theinterest rateis: @12% perannum
6.3 (f) Theaccount is:

9.2 Disputes shall besettledbyarbitration in accordancewith


thefollowingprovisions:

9.2.1 SelectionofArbitrators
Eachdisputesubmitted byaPartyto arbitration shallbeheard byasole arbitrator or
an arbitration panelcomposed ofthree arbitrators, in accordancewith
thefollowingprovisions:

(a) WherethePartiesagreethatthedisputeconcernsatechnicalmatter,theymayagreeto
appointasolearbitratoror,failingagreementontheidentityofsuchsolearbitratorwithin
thirty(30) daysafter receipt bytheother Partyoftheproposalof a name for such an
appointmentby thePartywhoinitiatedtheproceedings,eitherParty mayapply tothe
President,IndianRoadsCongress,NewDelhi,foralistofnotfewerthanfivenominees and,
187
onreceiptofsuchlist,thePartiesshallalternately strikenamestherefrom,andthelast
remainingnomineeon thelist shallbethesolearbitratorforthematterindispute.Ifthelast
remainingnominee hasnotbeendeterminedinthismannerwithinsixty(60)daysofthe
dateofthelist,thepresident,IndianRoadsCongress,NewDelhi,shall appoint, upon the
requestofeitherParty andfromsuchlistorotherwise,asolearbitratorforthematterin
dispute.

(b) WherethePartiesdonotagreethat thedisputeconcernsatechnical matter, theClient andthe


Consultants shalleach appoint one arbitrator,and thesetwoarbitrators shall jointly
appoint athirdarbitrator,whoshallchairthearbitrationpanel.Ifthearbitratorsnamedby
theParties donotsucceedin appointing athirdarbitrator within thirty(30)days
afterthelater of thetwo arbitratorsnamed bythe Partieshasbeen appointed,thethird
arbitrator shall, at therequest of eitherParty, be appointedbySecretary, theIndian
CouncilofArbitration, NewDelhi.

(c) If,inadisputesubjecttoClauseSC9.2.1(b),onePartyfailstoappointitsarbitratorwithin
thirty(30)daysaftertheotherPartyhasappointeditsarbitrator,thePartywhichhasnamed an
arbitrator mayapplytotheSecretary,Indian Council ofArbitration, New Delhi,
toappoint asolearbitratorforthe matterindispute,
andthearbitratorappointedpursuanttosuch application shall bethesole arbitrator for that
dispute.

9.2.2 Rulesof Procedure

Arbitration proceedings shall be conducted in accordancewith


procedureoftheArbitration & Conciliation Act1996, of IndiaunlesstheConsultant
isaforeign national/firm, where arbitrationproceedings
shallbeconductedinaccordancewiththerulesof procedurefor
arbitrationoftheUnitedNationsCommissiononInternationalTradeLaw(UNCITRAL)as
in forceon thedateofthisContract.

9.2.3 SubstituteArbitrators

If for any reason an arbitrator is unable to perform his function, a substitute shall be
appointed in thesamemanner astheoriginal arbitrator.

9.2.4 QualificationsofArbitrators

Thesolearbitratororthe thirdarbitratorappointedpursuanttoparagraphs(a)through(c)of
Clause8.2.1 hereofshallbeaninternationallyrecognizedlegalortechnical expertwith
extensive experiencein relation tothematterin dispute.

9.2.5 Miscellaneous

In anyarbitration proceedinghereunder:

(a) Proceedings shall, unlessotherwiseagreed bytheParties,

beheldinDELHI (b) the Englishlanguageshallbetheofficial languagefor

188
allpurposes;and
[Note:English languagemaybe changed to anyother Language,
with the agreement ofboth theParties.]

(c) thedecision ofthesole arbitrator or ofamajorityof the arbitrators(or ofthethird


arbitrator if
thereisnosuchmajority)shallbefinalandbindingandshallbeenforceableinany courtof
competentjurisdiction,andthePartieshereby waiveany
objectionstoorclaimsofimmunity in respect of such enforcement.

(d) Themaximumamount payableper Arbitrator in Arbitrationclauses shallbeasunder

S.No Particulars Maximumamount payableper


Arbitrator/ per case
Arbitrator fee Rs25,000/-
1 perorRs7lacs(lumpsum)subjecttopublishing the
award within 6 months.

2 Readingcharges Rs 25,000/- per Arbitrator per case including


SecretarialAssistanceandIncidental counter claim.
Rs20,000/-
3
charges(telephone, fax, postageetc)
Chargesfor publishing/ Rs35,000/-
4
declaration oftheaward
Otherexpenses(Asperactualagainstbillssubjecttomaximumoftheprescribedcelling
given below)
Travelingexpenses Economyclass(byair), First class AC
(bytrain) and AC Car (byroad)
5
Lodgingand Boarding a) Rs15,000/- per day(inmetrocities)
b) Rs7,000/- per day(in other cities)
c)Rs3,000/-perdayifanyArbitratormakestheir own
arrangements.
6 Local travel Rs1,500/- per day
Extrachargesfor daysother Rs5000/- per day for outside Arbitrator.
7 than hearing/ meetingdays
(maximum for 2 days)
Note:- 1.Lodgingboardingandtravelingexpensesshallbeallowedonlyforthosememberswho
areresiding100 kms. Awayfromplaceofmeeting.
2.Delhi,Mumbai,Chennai,Kolkata,BangaloreandHyderabadshallbeconsideredas
Metro Cities.

Inexceptionalcases,suchascasesinvolvingmajorlegalimplications/widerramifications/higher
financialstakesetc., aspecialfeestructure couldbefixedinconsultationwiththeContractor/
SupervisionConsultantsandwiththespecificapprovalof theNHAIbeforeappointmentof
theArbitrator.

189
Appendix A

Terms ofreference containing, inter-alia, the Description of theServices and Reporting


Requirements

190
Appendix B

Consultants’ Subconsultants, KeyPersonnel andSub Professional Personnel

191
Appendix C

Hours of workforConsultants’ Personnel

TheConsultant’spersonnelshallnormally workfor8hoursinaday andsixdaysaweek.


NormallySundaysshallbeclosedforworking.Inadditiontheyshallalsobeallowedtoavail
holidaysasobservedby theClient’sofficeintherelevantstatewithoutdeductionof
remunerations.Incaseany personisrequiredtoworkonSunday orHolidayduetoexigency of work,
he/she shallbegiven compensatoryleavewithin thenext 15 days.

192
Appendix D

Duties ofthe Client

193
Appendix E

Cost Estimate

194
Appendix F

Minutes of Financial/ Contract Negotiations with the Consultant

195
Appendix G: Copy ofletterofinvitation

196
Appendix H: Copy ofletterofacceptance

197
Appendix-I

Format forBankGuaranteeforPerformance Security (Forindividual work)


BANK GUARANTEE FORPERFORMANCE SECURITY
To,
Chairman
National Highways Authority of India
G-5&6, Sec-10
New Delhi-110075
Inconsiderationof “National Highways Authority of India ” (hereinafter referredasthe
“Client”,whichexpressionshall,unlessrepugnanttothecontextormeaning thereofincludeits
successors,administratorsandassigns) havingawardedto
M/s.………………………………………………having its office at ……………….. (Hereinafter
referredtoasthe “Consultant” whichexpressionshallrepugnanttothe contextor
meaningthereof,includeitssuccessors,administrators,executorsandassigns),acontractby
issueofclient’sContractAgreementno./LetterofAcceptanceNo.………………..dated
………………andthesamehavingbeenunequivocallyacceptedbytheConsultant,resultingin
aContractvaluedatRs…………../-(Rupees….………………….)excluding servicetaxfor
“Consultancy Servicesfor preparationofDetailed ProjectReportofProject Description
………………………………………(Total Length -…….) on NH-…..in the states of
………….under –Contract PackageNo. …. (Hereinaftercalledthe“Contract”),andthe
ConsultanthavingagreedtofurnishaBankGuaranteetotheClientas“PerformanceSecurity as
stipulatedby theClientinthesaidcontractforperformanceoftheaboveContractamountingto
Rs.……………./-(Rupees…………………………………….).

We,……………………………..having registeredofficeat……………..,abody
registered/constituted under the ……………………….(hereinafter referred to as the Bank),
which expression shall, unless repugnant to the context or meaning thereof, include its
successors,administrators,executorsandassigns)doherebyguaranteeandundertaketopay the
clientimmediatelyondemandanyor,allmoneypayablebytheConsultanttotheextentofRs.
…………..(Rupees………..………………..)asaforesaidatany timeupto………..withoutany
demur,reservation,contest,recourseorprotestand/orwithoutany referencetotheconsultant. Any such
demand made by the client on the bank shall be conclusive and binding
notwithstandinganydifferencebetweentheClientandtheConsultantoranydisputepending beforeany
Court,Tribunal,Arbitratororany otherauthority.WeagreethattheGuaranteeherein containedshallbe
irrevocable andshallcontinuetobe enforceable tillthe Clientdischargesthis guarantee.

TheClientshallhavethefullestlibertywithoutaffectinginanywaytheliabilityoftheBank
underthisGuarantee,fromtimetotimetovaryortoextendthetimeforperformanceofthe contractby
theConsultant.TheClientshallhavethefullestlibertywithoutaffectingthis
guarantee,topostponefromtimetotimetheexerciseofanypowersvestedinthemorofany
rightwhichtheymighthaveagainsttheconsultantandtoexercisethesameatanytimeinany
manner,andeithertoenforceortoforbeartoenforceany covenants,containedorimplied,inthe
ContractbetweentheClientandtheConsultantany othercourseorremedyorsecurity available
totheClient.Thebankshallnotberelievedofitsobligationsunderthesepresentsbyany exercise by
theClientofitslibertywithreferencetothemattersaforesaidorany ofthemorby reasonofany
otheractorforbearanceorotheractsofomissionorcommissiononthepartofthe Clientorany
otherindulgenceshownby theClientorbyany othermatterorthingwhatsoever which under law
would but forthis provision havethe effect of relievingtheBank.

198
TheBankalso agreesthat the Clientatits option shallbeentitled to enforcethis Guarantee
againsttheBankas aprincipal debtor,in thefirstinstancewithoutproceeding againstthe
Consultantandnotwithstandingany security orotherguaranteethattheClientmay havein relation to
the Consultant’s liabilities.

Notwithstandinganythingcontained herein,

a) Our liability under this Bank Guarantee is limited to Rs.


……………….(Rupees……………………………)anditshall remaininforceupto
andincluding …………andshallbeextendedfromtimetotimeforsuchperiodas may
bedesired by M/s…………………….,onwhosebehalfthisguaranteehasbeen given.

b) This Bank Guaranteeshallbevalid up to …………..

c) WeareliabletopaytheguaranteedamountoranypartthereofunderthisBank
Guaranteeonlyandonlyifyouserveuponusawrittenclaimordemandonor
before……………(dateof expiryof Guarantee).

(Signatureof theAuthorisedOfficial)

(Name&Designation with Bank Stamp)

NOTE:
(i) Thebankguarantee(s)contains thename, designation and codenumber of the
officer(s) signing theguarantee(s).
(ii) Theaddress, telephoneno. and other details oftheHead Officeof theBankas wellas of
issuing branch shouldbementioned on thecovering letter of issuing Branch.
(iii) ThebankguaranteeforRs. 10,000 and aboveis signed byat least two officials (or as per
the norms prescribedbythe RBIin this regard).

199
Appendix J :Reply to Queries ofthe Bidder
APPENDIX -VII
DPR Checklist – Stage 1 – Inception Report (Pavements)

General Details

Project Name

Consultant's Name

Date of Review

Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Project Appreciation Yes ☐ No ☐ NA ☐ NA

2.1 Location of site office Yes ☐ No ☐ NA ☐

Review of scope of ToR and gap


2.2 Yes ☐ No ☐ NA ☐ NA
identification

Key departments identified for various


2.3 Yes ☐ No ☐ NA ☐
documents

Start and end location of project verified


2.4 Yes ☐ No ☐ NA ☐
with client (Mention details)

Project description
2.5 Yes ☐ No ☐ NA ☐
· Start and End Chainage
· Village/District
Project location map
2.6 Yes ☐ No ☐ NA ☐ NA
· On State Map
· On District Map
2.7 Site photos and data of project alignment Yes ☐ No ☐ NA ☐ NA

2.8 Overview of land use plans Yes ☐ No ☐ NA ☐ NA

200
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Overview of existing pavement


conditions
2.9
· Number of Lanes Yes ☐ No ☐ NA ☐
· Type of Pavement
(Flexible/Rigid/Surfaced/
Unsurfaced)
2.10 Existing right of way details Yes ☐ No ☐ NA ☐

Number/ Location of major and minor


2.11 Yes ☐ No ☐ NA ☐
bridges

Number/ Location of level crossings


2.12 Yes ☐ No ☐ NA ☐

2.13 Number/ Location of ROB and RUB Yes ☐ No ☐ NA ☐

2.14 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

3 Approach Methodology Yes ☐ No ☐ NA ☐ NA

3.1 Engineering survey and investigations Yes ☐ No ☐ NA ☐ NA

3.2 Design of road, pavements and structures Yes ☐ No ☐ NA ☐ NA

Environment and social impact


3.3 Yes ☐ No ☐ NA ☐ NA
assessment

Estimation of project cost, viability and


3.4 Yes ☐ No ☐ NA ☐ NA
financing options

3.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Task Assignment and Manning


4 Yes ☐ No ☐ NA ☐ NA
Schedule

4.1 Number of key personnel provided Yes ☐ No ☐ NA ☐

Specific tasks assigned to each key


4.2 Yes ☐ No ☐ NA ☐ NA
personnel

201
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

4.3 Manning schedule for key personnel Yes ☐ No ☐ NA ☐ NA

4.4 Number of key personnel deployed at site Yes ☐ No ☐ NA ☐

5 Performa for data collection Yes ☐ No ☐ NA ☐ NA

Indicative design standards and cross


6 Yes ☐ No ☐ NA ☐ NA
sections

7 Development plans Yes ☐ No ☐ NA ☐ NA

Overview of development plans being


7.1 Yes ☐ No ☐ NA ☐ NA
implemented/ proposed by local bodies

Overview of impact of such development


7.2 Yes ☐ No ☐ NA ☐ NA
plans

8 Quality Assurance Plan Yes ☐ No ☐ NA ☐ NA

8.1 Engineering surveys and investigation Yes ☐ No ☐ NA ☐ NA

8.2 Traffic surveys Yes ☐ No ☐ NA ☐ NA

Material geo-technical and sub-soil


8.3 Yes ☐ No ☐ NA ☐ NA
investigations

8.4 Road and pavement investigations Yes ☐ No ☐ NA ☐ NA

Investigation and design of bridges and


8.5 Yes ☐ No ☐ NA ☐ NA
structures

8.6 Environment and R&R assessment Yes ☐ No ☐ NA ☐ NA

8.7 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA

8.8 Drawing and documentation Yes ☐ No ☐ NA ☐ NA

8.9 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Discussion of draft QAP document with


8.10 Yes ☐ No ☐ NA ☐ NA
client

202
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Approval of final QAP document by


8.11 Yes ☐ No ☐ NA ☐ NA
client

9 Draft design Standards Yes ☐ No ☐ NA ☐ NA

Geometric design standards of highway


9.1 Yes ☐ No ☐ NA ☐ NA
(Plain)

Geometric design standards of highway


9.2 Yes ☐ No ☐ NA ☐ NA
(Hilly)

10 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

10.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

Report fulfils project objectives and


10.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP

10.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

Compliance report prepared on client


10.4 Yes ☐ No ☐ NA ☐ NA
observations

203
DPR Checklist – Stage 2 – Feasibility Report (Pavements)

General Details

Project Name

Consultant's Name

Date of Review

Details /
S. No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications

1 Executive Summary Yes ☐ No ☐ NA ☐ NA

Overview of client organization /


2 Yes ☐ No ☐ NA ☐ NA
activities

Methodology adopted for feasibility


3 Yes ☐ No ☐ NA ☐ NA
study

Socioeconomic profile of the project


4 Yes ☐ No ☐ NA ☐ NA
areas

Regional economic profile basis last 10


4.1 Yes ☐ No ☐ NA ☐ NA
years data as per IRC

Economic profile of project influence


4.2 Yes ☐ No ☐ NA ☐ NA
area basis last 10 years data as per IRC

Socio Economic status of project


4.3 Yes ☐ No ☐ NA ☐ NA
influence area

Indicative design standards,


5 Yes ☐ No ☐ NA ☐ NA
methodologies, and specifications

6 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA

Classified traffic volume counts using


6.1 Yes ☐ No ☐ NA ☐ NA
IHMCL data (7 day data)

204
Details /
S. No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications

Traffic projection methodology as per


6.2 Yes ☐ No ☐ NA ☐ NA
IRC:108

6.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ NA

6.4 Current and Projected PCU Yes ☐ No ☐ NA ☐

6.5 Current and Projected TVU Yes ☐ No ☐ NA ☐

Origin destination surveys as per IRC:


6.6 Yes ☐ No ☐ NA ☐ NA
102

6.7 Speed and delay studies as per IRC:102 Yes ☐ No ☐ NA ☐ NA

Traffic surveys for the design of road


6.8 Yes ☐ No ☐ NA ☐ NA
junctions as per data in IRC: SP:41

Analysis for replacing railway level


6.9 Yes ☐ No ☐ NA ☐ NA
crossings with over bridges/ subways

6.10 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

6.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Traffic surveys monitored and reviewed


6.12 Yes ☐ No ☐ NA ☐ NA
by the client

7 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA

7.1 Road Inventory Survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

Review of Road Inventory survey by


7.2 Yes ☐ No ☐ NA ☐ NA
client

Chainage wise details of pavement


7.3 Yes ☐ No ☐ NA ☐ NA
composition survey

Geological Survey
7.4 Yes ☐ No ☐ NA ☐ NA
· Geological Map of the Area
· Seismicity

205
Details /
S. No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications

Climatic Conditions
7.5 · Temperature Yes ☐ No ☐ NA ☐ NA
· Rainfall
· Wind
Pavement composition and condition
7.6 Yes ☐ No ☐ NA ☐ NA
survey as per IRC:SP:19

Review of pavement composition and


7.7 Yes ☐ No ☐ NA ☐ NA
condition survey by client

Pavement roughness survey as per


7.8 Yes ☐ No ☐ NA ☐ NA
IRC:SP:16

Review of pavement roughness survey


7.9 Yes ☐ No ☐ NA ☐ NA
by client

Pavement structural strength survey as


7.10 Yes ☐ No ☐ NA ☐ NA
per IRC:81

Review of pavement structural strength


7.11 Yes ☐ No ☐ NA ☐ NA
survey by client

7.12 Sub grade characteristics and strengths Yes ☐ No ☐ NA ☐ NA

Topographical survey as per IRC:SP:19


using LiDAR
7.13 Yes ☐ No ☐ NA ☐ NA
· Gradient
· Terrain
7.14 Review of topographical survey by client Yes ☐ No ☐ NA ☐ NA

Inventory of bridges, culverts and


7.15 Yes ☐ No ☐ NA ☐ NA
structures

Condition survey for bridges, culverts


7.16 Yes ☐ No ☐ NA ☐ NA
and structures

Review of condition survey for bridges,


7.17 Yes ☐ No ☐ NA ☐ NA
culverts and structures by client

7.18 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

206
Details /
S. No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications

8 Geotechnical Survey Yes ☐ No ☐ NA ☐ NA

Geo-technical and sub-soil explorations


8.1 Yes ☐ No ☐ NA ☐ NA
as per IRC:78

Bore holes dug for every pier and


8.2 Yes ☐ No ☐ NA ☐ NA
abutment

Review of geo-technical and sub-soil


8.3 Yes ☐ No ☐ NA ☐ NA
explorations by client

Field testing, soil sampling, laboratory


8.4 testing in accordance with BIS/ Yes ☐ No ☐ NA ☐ NA
AASHTO/ BS

Recommendation of Foundation Type


8.5 Yes ☐ No ☐ NA ☐ NA
and Depth

8.6 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

9 Hydraulic and Hydrological Survey Yes ☐ No ☐ NA ☐ NA

Hydraulic and hydrological


9.1 investigations as per IRC:SP:13 and Yes ☐ No ☐ NA ☐ NA
IRC:5

9.2 High Flood Level specified Yes ☐ No ☐ NA ☐ NA

9.3 Depth of Water Table specified Yes ☐ No ☐ NA ☐ NA

9.4 Ponded Water Level specified Yes ☐ No ☐ NA ☐ NA

9.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Review of hydrological investigations by


9.6 Yes ☐ No ☐ NA ☐ NA
client

10 Materials Survey Yes ☐ No ☐ NA ☐ NA

Materials Survey conducted as per


10.1 Yes ☐ No ☐ NA ☐ NA
IRC:SP:19

207
Details /
S. No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications

Sources of Naturally Occurring


Aggregates specified
10.2 Yes ☐ No ☐ NA ☐
· Details of Borrow Pits with
Distance from Project Site
· Cost of Material/ Transportation
Sources of Manufactured Items specified
10.3 · Details of suppliers with distance Yes ☐ No ☐ NA ☐ NA
from project site
· Cost of material/ transportation
Sources of water for construction
10.4 Yes ☐ No ☐ NA ☐ NA
specified as per IS: 456

10.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Environmental screening/ preliminary


11 Yes ☐ No ☐ NA ☐ NA
environmental assessment

Analysis basis Initial Environment


11.1 Yes ☐ No ☐ NA ☐ NA
Examination in IRC: SP: 19

Recommended feasible mitigation


11.2 Yes ☐ No ☐ NA ☐ NA
measures

Initial social assessment/ preliminary


12 Yes ☐ No ☐ NA ☐ NA
LA resettlement plan

Analysis basis Initial Environment


12.1 Yes ☐ No ☐ NA ☐ NA
Examination in IRC: SP: 19

Details of consultation with potentially


12.2 Yes ☐ No ☐ NA ☐ NA
affected persons

Names/ Details of consultation with local


12.3 Yes ☐ No ☐ NA ☐
NGOs

Names/ Details of consultation with


12.4 Yes ☐ No ☐ NA ☐
municipal authorities

12.5 Preliminary resettlement plan Yes ☐ No ☐ NA ☐ NA

208
Details /
S. No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications

12.6 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

13 Cost estimates Yes ☐ No ☐ NA ☐ NA

13.1 Item rates and rate analysis Yes ☐ No ☐ NA ☐ NA

13.2 Escalation Yes ☐ No ☐ NA ☐ NA

14 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA

14.1 Estimated cost details Yes ☐ No ☐ NA ☐ NA

14.2 Projected revenues details Yes ☐ No ☐ NA ☐ NA

14.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA

Analysis and results (IRR, Sensitivity


14.4 Yes ☐ No ☐ NA ☐ NA
Analysis, Financial Viability)

15 Strip plan and Alignment Yes ☐ No ☐ NA ☐ NA

Details of center line of proposed


15.1 Yes ☐ No ☐ NA ☐ NA
highway

15.2 Details of existing RoW Yes ☐ No ☐ NA ☐ NA

15.3 Details of proposed RoW Yes ☐ No ☐ NA ☐ NA

Details about ownership of land to be


15.4 Yes ☐ No ☐ NA ☐ NA
acquired

Strip plan basis reconnaissance and


15.5 Yes ☐ No ☐ NA ☐ NA
topographic surveys

Strip plan reviewed and approved by the


15.6 Yes ☐ No ☐ NA ☐ NA
client

16 Alignment Options Study Yes ☐ No ☐ NA ☐ NA

At least two alignments proposed


16.1 Yes ☐ No ☐ NA ☐ NA
· Details of Alignments on Map

209
Details /
S. No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications

Review of options with client stating


16.2 detailed pros and cons of the proposed Yes ☐ No ☐ NA ☐ NA
corridor vis-à-vis alternative alignment

Length of the project along proposed


16.3 Yes ☐ No ☐ NA ☐
alignment options

Land Acquisition required along


16.4 Yes ☐ No ☐ NA ☐
alignment options

16.5 Cost Estimates of alternatives Yes ☐ No ☐ NA ☐

Recommended Alignment with


16.6 Yes ☐ No ☐ NA ☐ NA
Justification

16.7 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

17 Technical Specifications Yes ☐ No ☐ NA ☐ NA

MoRTH technical specifications for


17.1 Yes ☐ No ☐ NA ☐ NA
Roads and Bridge works followed

17.2 Details of technical specifications Yes ☐ No ☐ NA ☐ NA

18 Rate Analysis Yes ☐ No ☐ NA ☐ NA

Rate analysis for all relevant items as per


18.1 Yes ☐ No ☐ NA ☐ NA
latest SoR

19 Cost Estimates Yes ☐ No ☐ NA ☐ NA

Cost estimates for all relevant items as


19.1 Yes ☐ No ☐ NA ☐ NA
per latest SoR

20 Bill of quantities Yes ☐ No ☐ NA ☐ NA

21 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

21.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

Report fulfils project objectives and


21.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP

210
Details /
S. No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications

21.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

Compliance report prepared on client


21.4 Yes ☐ No ☐ NA ☐ NA
observations

211
DPR Checklist – Stage 3 – LA and Clearances I Report

General Details

Project Name

Consultant's Name

Date of Review

Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Environment Clearance Yes ☐ No ☐ NA ☐ NA

Requirement for environment clearance


2.1 Yes ☐ No ☐ NA ☐ NA
identified

Date/ Details of Initial consultation with


2.2 Yes ☐ No ☐ NA ☐
competent authority

Date of submission of draft EIA report/


2.3 Yes ☐ No ☐ NA ☐ NA
proposal for clearance

2.4 Review of proposal/ EIA report by client Yes ☐ No ☐ NA ☐ NA

3 Forest Clearance Yes ☐ No ☐ NA ☐ NA

Requirement for forest clearance


3.1 Yes ☐ No ☐ NA ☐ NA
identified

Date/ Details of initial consultation with


3.2 Yes ☐ No ☐ NA ☐
competent authority

Details/cost of trees being felled basis


3.3 Yes ☐ No ☐ NA ☐
concerned District Forest Office

Date of submission of proposal for forest


3.4 Yes ☐ No ☐ NA ☐ NA
clearance

3.5 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

212
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA

Requirement for wildlife clearance


4.1 Yes ☐ No ☐ NA ☐ NA
identified

Date/ Details of initial consultation with


4.2 Yes ☐ No ☐ NA ☐
competent authority

Details/cost of trees being felled basis


4.3 Yes ☐ No ☐ NA ☐
concerned District Forest Office

Date of submission of proposal for


4.4 Yes ☐ No ☐ NA ☐
wildlife clearance

4.5 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA

5.1 Identification of overground utilities Yes ☐ No ☐ NA ☐ NA

Identification of underground utilities


5.2 using GPR, Induction Locator or Yes ☐ No ☐ NA ☐ NA
equivalent technologies

Name/ Details of consultation with local


5.3 Yes ☐ No ☐ NA ☐
authority/ people

Utility relocation plan with existing /


5.4 proposed location showing existing RoW Yes ☐ No ☐ NA ☐ NA
and topographic details

5.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

Date of proposal submission to


5.6 Yes ☐ No ☐ NA ☐
competent authority

Review of utility relocation plan/


5.7 Yes ☐ No ☐ NA ☐ NA
proposal by client

6 Utility Clearances (Water) Yes ☐ No ☐ NA ☐ NA

213
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Identification of overground utilities in


6.1 Yes ☐ No ☐ NA ☐ NA
RoW

Identification of underground utilities


6.2 using GPR, Induction Locator or Yes ☐ No ☐ NA ☐ NA
equivalent technologies

Name/ Details of consultation with local


6.3 Yes ☐ No ☐ NA ☐
authority/ people

Utility relocation plan with existing /


6.4 proposed location showing existing RoW Yes ☐ No ☐ NA ☐ NA
and topographic details

6.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

Date of proposal submission to


6.6 Yes ☐ No ☐ NA ☐ NA
competent authority

Review of utility relocation plan/


6.7 Yes ☐ No ☐ NA ☐ NA
proposal by client

7 Utility Clearances (Others) Yes ☐ No ☐ NA ☐ NA

Identification of overground utilities in


7.1 Yes ☐ No ☐ NA ☐ NA
RoW

Identification of underground utilities


7.2 using GPR, Induction Locator or Yes ☐ No ☐ NA ☐ NA
equivalent technologies

Name/ Details of consultation with local


7.3 Yes ☐ No ☐ NA ☐
authority/ people

Utility relocation plan with existing /


7.4 proposed location showing existing RoW Yes ☐ No ☐ NA ☐ NA
and topographic details

7.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

Date of proposal submission to


7.6 Yes ☐ No ☐ NA ☐
competent authority

214
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Review of utility relocation plan/


7.7 Yes ☐ No ☐ NA ☐ NA
proposal by client

8 Railway Clearances Yes ☐ No ☐ NA ☐ NA

Identification of ROB/ RUB on project


8.1 Yes ☐ No ☐ NA ☐ NA
corridor

Initial consultation with competent


8.2 Yes ☐ No ☐ NA ☐ NA
authority

Date of proposal submission to


8.3 Yes ☐ No ☐ NA ☐
competent authority

8.4 Review of GAD/ proposal by client Yes ☐ No ☐ NA ☐ NA

9 Other Clearances Yes ☐ No ☐ NA ☐ NA

Requirement for other clearances


9.1 Yes ☐ No ☐ NA ☐ NA
identified

Date of proposal submission to


9.2 Yes ☐ No ☐ NA ☐
competent authority

9.3 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

10 Land Acquisition Yes ☐ No ☐ NA ☐ NA

Detailed schedule about acquisition of


10.1 Yes ☐ No ☐ NA ☐ NA
landholdings as per land records

10.2 Consultation with affected persons Yes ☐ No ☐ NA ☐ NA

Name/ Details of consultation with


10.3 Yes ☐ No ☐ NA ☐
NGOs

Name/ Details of consultation with


10.4 Yes ☐ No ☐ NA ☐
concerned government agencies

Total land required, land area already


10.5 Yes ☐ No ☐ NA ☐
available , land to be acquired identified

215
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Review of land acquisition using digital


10.6 Yes ☐ No ☐ NA ☐ NA
cadastral map by client

10.7 Draft 3a notification submitted Yes ☐ No ☐ NA ☐ NA

10.8 Review of 3a notification by client Yes ☐ No ☐ NA ☐ NA

10.9 Date of 3a gazette notification Yes ☐ No ☐ NA ☐

10.10 Draft 3a notification submitted Yes ☐ No ☐ NA ☐ NA

10.11 Review of 3A notification by client Yes ☐ No ☐ NA ☐ NA

10.12 Date of 3A gazette notification Yes ☐ No ☐ NA ☐

11 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

11.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

Report fulfils project objectives and


11.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP

11.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

Compliance report prepared on client


11.4 Yes ☐ No ☐ NA ☐ NA
observations

216
217
DPR Checklist – Stage 4 – Detailed Project Report (Pavements)

General Details

Project Name

Consultant's Name

Date of Review

Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

1 Main Report Yes ☐ No ☐ NA ☐ NA

2 Introduction and project background Yes ☐ No ☐ NA ☐ NA

Overview of project location, project


2.1 Yes ☐ No ☐ NA ☐ NA
objectives etc.

Overview of report structure,


2.2 Yes ☐ No ☐ NA ☐ NA
deliverables etc.

3 Social analysis of the project Yes ☐ No ☐ NA ☐ NA

Project impact on stakeholders such as


3.1 Yes ☐ No ☐ NA ☐ NA
local people

Project impact on residential, commercial


3.2 Yes ☐ No ☐ NA ☐ NA
and public properties

3.3 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

4 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA

Geometric Features of the Existing Road

Design Speed
4.1 Yes ☐ No ☐ NA ☐
· Sight distance details
· Horizontal Alignment Details
· Vertical Alignment Details
· Height of Embankment

218
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Topographical Survey using LiDAR (or


equivalent technology) as per IRC:SP:19
4.2 Yes ☐ No ☐ NA ☐ NA
· Gradient
· Terrain
Pavement composition and condition
4.3 Yes ☐ No ☐ NA ☐ NA
survey as per IRC:SP:19

Pavement roughness survey as per


4.4 Yes ☐ No ☐ NA ☐ Na
IRC:SP:16

Pavement structural strength survey as


4.5 Yes ☐ No ☐ NA ☐ NA
per IRC:81

Geological Survey
4.6 Yes ☐ No ☐ NA ☐ NA
· Geological Map of the Area
· Seismicity
Climatic Conditions
4.7 · Temperature Yes ☐ No ☐ NA ☐ NA
· Rainfall
· Wind
Land Use along the existing alignment
4.8 · Map of the Project Area depicting Yes ☐ No ☐ NA ☐ NA
Agricultural/Habitation/Forest
Area
Details of Existing Structures

4.9 · Map of the Project Area depicting Yes ☐ No ☐ NA ☐ NA


Hutments/Buildings/Temples/Pub
lic Building/Any Other
Significant Structure
Inventory and condition survey of
4.10 Yes ☐ No ☐ NA ☐ NA
culverts

Geo-technical and sub-soil explorations


4.11 Yes ☐ No ☐ NA ☐ NA
as per IRC:78

Number of Bore holes dug (holes for


4.12 Yes ☐ No ☐ NA ☐
every pier and abutment)

219
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Field testing, soil sampling, laboratory


4.13 Yes ☐ No ☐ NA ☐ NA
testing as per IRC: 78

Recommendation of Foundation Type


4.14 Yes ☐ No ☐ NA ☐
and Depth

4.15 Hydrological investigations as per IRC:5 Yes ☐ No ☐ NA ☐ NA

4.16 High Flood Level specified Yes ☐ No ☐ NA ☐ NA

4.17 Depth of Water Table specified Yes ☐ No ☐ NA ☐ NA

4.18 Ponded Water Level specified Yes ☐ No ☐ NA ☐ NA

Materials Survey conducted as per


4.19 Yes ☐ No ☐ NA ☐ NA
IRC:SP:19

Sources of Naturally Occurring


Aggregates specified
4.20 Yes ☐ No ☐ NA ☐
· Details of Borrow Pits with
Distance from Project Site
· Cost of Material/Transportation
Sources of Manufactured Items specified
4.21 · Details of Suppliers with Distance Yes ☐ No ☐ NA ☐ NA
from Project Site
· Cost of Material/Transportation
Source of Water for construction
4.22 Yes ☐ No ☐ NA ☐ NA
specified as per IS:456

4.23 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Traffic studies and demand forecast


5 Yes ☐ No ☐ NA ☐ NA
designs

Classified traffic volume counts using


5.1 Yes ☐ No ☐ NA ☐ NA
IHMCL data (7 day data)

Traffic projection methodology as per


5.2 Yes ☐ No ☐ NA ☐ NA
IRC:108

220
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

5.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ NA

5.4 Current and Projected PCU Yes ☐ No ☐ NA ☐

5.5 Current and Projected TVU Yes ☐ No ☐ NA ☐

Origin destination surveys as per IRC:


5.6 Yes ☐ No ☐ NA ☐ NA
102

5.7 Speed and delay studies as per IRC:102 Yes ☐ No ☐ NA ☐ NA

Traffic surveys for the design of road


5.8 Yes ☐ No ☐ NA ☐ NA
junctions as per data in IRC: SP:41

Analysis for replacing railway level


5.9 Yes ☐ No ☐ NA ☐ NA
crossings with over bridges/ subways

5.10 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

5.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Traffic surveys monitored and reviewed


5.12 Yes ☐ No ☐ NA ☐ NA
by the client

6 Cost estimates Yes ☐ No ☐ NA ☐ NA

6.1 Project costing as per latest SoR Yes ☐ No ☐ NA ☐ NA

7 Environmental aspects Yes ☐ No ☐ NA ☐ NA

7.1 Environment profile of the project region Yes ☐ No ☐ NA ☐ NA

Details of Public consultation at


7.2 residential and commercial settlements Yes ☐ No ☐ NA ☐ NA
affected

7.3 Impact analysis and mitigation measures Yes ☐ No ☐ NA ☐ NA

8 Economic and commercial analysis Yes ☐ No ☐ NA ☐ NA

8.1 Estimated cost details Yes ☐ No ☐ NA ☐ NA

221
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

8.2 Projected revenues details Yes ☐ No ☐ NA ☐ NA

8.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA

Analysis and results (IRR, Sensitivity


8.4 Yes ☐ No ☐ NA ☐ NA
Analysis, Financial Viability)

8.5 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

9 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

Report fulfils project objectives and


9.1 Yes ☐ No ☐ NA ☐ NA
scope as per RFP

9.2 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

Compliance report prepared on client


9.3 Yes ☐ No ☐ NA ☐ NA
observations

10 Design Report Yes ☐ No ☐ NA ☐ NA

10.1 Highway improvement proposals Yes ☐ No ☐ NA ☐ NA

10.2 Highway geometric designs Yes ☐ No ☐ NA ☐ NA

10.3 Roadside drainage Yes ☐ No ☐ NA ☐ NA

10.4 Intersections Yes ☐ No ☐ NA ☐ NA

10.5 Urban service roads Yes ☐ No ☐ NA ☐ NA

10.6 Bus-stops Yes ☐ No ☐ NA ☐ NA

10.7 Toll plazas Yes ☐ No ☐ NA ☐ NA

10.8 Pedestrian crossings Yes ☐ No ☐ NA ☐ NA

10.9 Utility relocation Yes ☐ No ☐ NA ☐ NA

10.10 Pavement Yes ☐ No ☐ NA ☐ NA

222
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

10.11 Structures Yes ☐ No ☐ NA ☐ NA

10.12 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Pavement deflection survey as per IRC


10.13 Yes ☐ No ☐ NA ☐ NA
81-1997

10.14 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

11 Materials Report Yes ☐ No ☐ NA ☐ NA

11.1 Material investigations as per IRC:10 Yes ☐ No ☐ NA ☐ NA

Review of material investigations by


11.2 Yes ☐ No ☐ NA ☐ NA
client

11.3 Multiple borrow areas identified Yes ☐ No ☐ NA ☐ NA

11.4 Material survey as per IRC: SP: 19 Yes ☐ No ☐ NA ☐ NA

11.5 Review of material survey by client Yes ☐ No ☐ NA ☐ NA

Geo-technical and sub-soil explorations


11.6 Yes ☐ No ☐ NA ☐ NA
as per IRC:78

Review of geo-technical and sub-soil


11.7 Yes ☐ No ☐ NA ☐ NA
explorations by client

Field testing, soil sampling, laboratory


11.8 testing in accordance with BIS/ Yes ☐ No ☐ NA ☐ NA
AASHTO/ BS

Pavement composition and condition


11.9 Yes ☐ No ☐ NA ☐ NA
survey as per IRC:SP:19

Review of pavement composition and


11.10 Yes ☐ No ☐ NA ☐ NA
condition survey by client

Pavement roughness survey as per


11.11 Yes ☐ No ☐ NA ☐ NA
IRC:SP:16

223
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Review of pavement roughness survey


11.12 Yes ☐ No ☐ NA ☐ NA
by client

Pavement structural strength survey as


11.13 Yes ☐ No ☐ NA ☐ NA
per IRC:81

Review of pavement structural strength


11.14 Yes ☐ No ☐ NA ☐ NA
survey by client

Water sample tests as per MoRTH


11.15 Yes ☐ No ☐ NA ☐ NA
specifications

11.16 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Environmental Assessment Report/


12 Yes ☐ No ☐ NA ☐ NA
Resettlement and Rehabilitation Plan

Option for alignment alternatives


12.1 Yes ☐ No ☐ NA ☐ NA
considered and conclusions

Land environment data collection and


12.2 Yes ☐ No ☐ NA ☐ NA
details/ impact/ mitigation measures

Air environment data collection and


12.3 Yes ☐ No ☐ NA ☐ NA
details/ impact/ mitigation measures

Water resources details/ impact/


12.4 Yes ☐ No ☐ NA ☐ NA
mitigation measures

Noise environment details/ impact/


12.5 Yes ☐ No ☐ NA ☐ NA
mitigation measures

Biological environment details/ impact/


12.6 Yes ☐ No ☐ NA ☐ NA
mitigation measures

12.7 Details of public consultation Yes ☐ No ☐ NA ☐ NA

Environment monitoring and


12.8 Yes ☐ No ☐ NA ☐ NA
management plan

12.9 Details of social impact assessment Yes ☐ No ☐ NA ☐ NA

224
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Details of resettlement and rehabilitation


12.10 Yes ☐ No ☐ NA ☐ NA
action plan

12.11 Measures to minimize resettlement Yes ☐ No ☐ NA ☐ NA

Details of public consultation with


12.12 Yes ☐ No ☐ NA ☐ NA
stakeholders

Details of implementation arrangement /


12.13 Yes ☐ No ☐ NA ☐ NA
budget

12.14 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

13 Technical Specifications Yes ☐ No ☐ NA ☐ NA

MoRTH technical specifications for


13.1 Yes ☐ No ☐ NA ☐ NA
Roads and Bridge works followed

13.2 Details of technical specifications Yes ☐ No ☐ NA ☐ NA

14 Rate Analysis Yes ☐ No ☐ NA ☐ NA

Rate analysis for all relevant items as per


14.1 Yes ☐ No ☐ NA ☐ NA
latest SoR

15 Cost Estimates Yes ☐ No ☐ NA ☐ NA

Cost estimates for all relevant items as


15.1 Yes ☐ No ☐ NA ☐ NA
per latest SoR

16 Bill of quantities Yes ☐ No ☐ NA ☐ NA

17 Drawing Volume Yes ☐ No ☐ NA ☐ NA

225
226
DPR Checklist – Stage 5 – Technical Schedules (Pavements)

General Details

Project Name

Consultant's Name

Date of Review

Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

1 Schedule A - Site of the project Yes ☐ No ☐ NA ☐ NA

Schedule B - Development of the


2 Yes ☐ No ☐ NA ☐ NA
project highway

3 Schedule C - Project facilities Yes ☐ No ☐ NA ☐ NA

Schedule D - Specifications and


4 Yes ☐ No ☐ NA ☐ NA
standards

5 Any other relevant details Yes ☐ No ☐ NA ☐ NA

227
DPR Checklist – Stage 6 – LA and Clearances II Report (Pavements)

General Details

Project Name

Consultant's Name

Date of Review

Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Environment Clearance Yes ☐ No ☐ NA ☐ NA

2.1 Details of public hearings completed Yes ☐ No ☐ NA ☐

Date of final environment clearance by


2.2 Yes ☐ No ☐ NA ☐
competent authority

3 Forest Clearance Yes ☐ No ☐ NA ☐ NA

Date/ Details of Joint site inspection with


3.1 Yes ☐ No ☐ NA ☐
DFO/ competent authority

Date of Stage I forest clearance approval


3.2 Yes ☐ No ☐ NA ☐
by competent authority

Date of final forest clearance approval by


3.3 Yes ☐ No ☐ NA ☐
competent authority

4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA

Date/ Details of joint site inspection with


4.1 Yes ☐ No ☐ NA ☐
DFO/ competent authority

Date of final wildlife clearance approval


4.2 Yes ☐ No ☐ NA ☐
by competent authority

228
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA

Date/ Details of Joint site inspection with


5.1 Yes ☐ No ☐ NA ☐
competent authority

Date of estimate submission by


5.2 Yes ☐ No ☐ NA ☐
competent authority

Date of estimate approval by competent


5.3 Yes ☐ No ☐ NA ☐
authority

6 Utility Clearances (Water) Yes ☐ No ☐ NA ☐ NA

Date/ Details of Joint site inspection with


6.1 Yes ☐ No ☐ NA ☐
competent authority

Date of estimate submission by


6.2 Yes ☐ No ☐ NA ☐
competent authority

Date of estimate approval by competent


6.3 Yes ☐ No ☐ NA ☐
authority

7 Utility Clearances (Others) Yes ☐ No ☐ NA ☐ NA

Date/ Details of Joint site inspection with


7.1 Yes ☐ No ☐ NA ☐
competent authority

Date of estimate submission by


7.2 Yes ☐ No ☐ NA ☐
competent authority

Date of estimate approval by competent


7.3 Yes ☐ No ☐ NA ☐
authority

8 Railway Clearances Yes ☐ No ☐ NA ☐ NA

Date/ Details of joint site inspection with


8.1 Yes ☐ No ☐ NA ☐
competent authority

Date of final approval of GAD by


8.2 Yes ☐ No ☐ NA ☐
competent authority

9 Other Clearances Yes ☐ No ☐ NA ☐ NA

229
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Date of final approval by competent


9.1 Yes ☐ No ☐ NA ☐
authority

10 Land Acquisition Yes ☐ No ☐ NA ☐ NA

10.1 Draft 3a notification submitted Yes ☐ No ☐ NA ☐

10.2 Review of 3a notification by client Yes ☐ No ☐ NA ☐

10.3 Date of 3a gazette notification Yes ☐ No ☐ NA ☐

10.4 Draft 3a notification submitted Yes ☐ No ☐ NA ☐

10.5 Review of 3A notification by client Yes ☐ No ☐ NA ☐

10.6 Date of 3A gazette notification Yes ☐ No ☐ NA ☐

Date of Joint Measurement Survey with


10.7 Yes ☐ No ☐ NA ☐
competent authority

10.8 Draft 3D notification submitted Yes ☐ No ☐ NA ☐ NA

10.9 Review of 3D notification by client Yes ☐ No ☐ NA ☐ NA

10.10 Date of 3D gazette notification Yes ☐ No ☐ NA ☐

11 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

11.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

Report fulfils project objectives and


11.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP

11.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

Compliance report prepared on client


11.4 Yes ☐ No ☐ NA ☐ NA
observations

230
Annexure III: Checklists for Structures such as ROB/ RUB

DPR Checklist – Stage 1 – Inception Report (Structures)

General Details

Project Name

Consultant's Name

Date of Review

Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Project Appreciation Yes ☐ No ☐ NA ☐ NA

2.1 Location of site office Yes ☐ No ☐ NA ☐

Review of scope of ToR and gap


2.2 Yes ☐ No ☐ NA ☐ NA
identification

Details of key departments for


2.3 Yes ☐ No ☐ NA ☐
documents

Project description
2.4 · Existing LC number Yes ☐ No ☐ NA ☐
· Start and End Chainage
· Village/District
Project location map

2.5 · On State Map Yes ☐ No ☐ NA ☐


· On District Map
· Latitude & Longitude
Coordinates of the LC

231
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Details of Existing Level Crossing

2.6 · Number of Railway Tracks Yes ☐ No ☐ NA ☐


· Type of Railway Tracks
(Broad/Meter/Narrow)
· No. of trains per day
Justification for need of an ROB/RUB
2.7 Yes ☐ No ☐ NA ☐ NA
(on basis of TVU count)

2.8 Overview of land use plans Yes ☐ No ☐ NA ☐ NA

Overview of existing pavement


conditions
2.9
· Number of Lanes Yes ☐ No ☐ NA ☐
· Type of Pavement
(Flexible/Rigid/Surfaced/Unsurfa
ced)
2.10 Existing right of way details Yes ☐ No ☐ NA ☐

2.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

3 Approach Methodology Yes ☐ No ☐ NA ☐ NA

3.1 Engineering survey and investigations Yes ☐ No ☐ NA ☐ NA

3.2 Design of road, pavements and structures Yes ☐ No ☐ NA ☐ NA

Environment and social impact


3.3 Yes ☐ No ☐ NA ☐ NA
assessment

Estimation of project cost, viability and


3.4 Yes ☐ No ☐ NA ☐ NA
financing options

3.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Task Assignment and Manning


4 Yes ☐ No ☐ NA ☐ NA
Schedule

4.1 Number of key personnel provided Yes ☐ No ☐ NA ☐

232
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Specific tasks assigned to each key


4.2 Yes ☐ No ☐ NA ☐ NA
personnel

4.3 Manning schedule for key personnel Yes ☐ No ☐ NA ☐ NA

4.4 Number of key personnel deployed at site Yes ☐ No ☐ NA ☐

5 Performa for data collection Yes ☐ No ☐ NA ☐ NA

Indicative Design standards and cross


6 Yes ☐ No ☐ NA ☐ NA
sections

7 Development plans Yes ☐ No ☐ NA ☐ NA

Overview of development plans being


7.1 Yes ☐ No ☐ NA ☐ NA
implemented/ proposed by local bodies

Overview of impact of such development


7.2 Yes ☐ No ☐ NA ☐ NA
plans

8 Quality Assurance Plan Yes ☐ No ☐ NA ☐ NA

8.1 Engineering surveys and investigation Yes ☐ No ☐ NA ☐ NA

8.2 Traffic surveys Yes ☐ No ☐ NA ☐ NA

Material geo-technical and sub-soil


8.3 Yes ☐ No ☐ NA ☐ NA
investigations

8.4 Road and pavement investigations Yes ☐ No ☐ NA ☐ NA

Investigation and design of bridges and


8.5 Yes ☐ No ☐ NA ☐ NA
structures

8.6 Environment and R&R assessment Yes ☐ No ☐ NA ☐ NA

8.7 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA

8.8 Drawing and documentation Yes ☐ No ☐ NA ☐ NA

Discussion of draft QAP document with


8.9 Yes ☐ No ☐ NA ☐ NA
client

233
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Approval of final QAP document by


8.10 Yes ☐ No ☐ NA ☐ NA
client

8.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

9 Draft design standards Yes ☐ No ☐ NA ☐ NA

Geometric design standards of bridges


9.1 Yes ☐ No ☐ NA ☐ NA
(Plain)

Geometric design standards of bridges


9.2 Yes ☐ No ☐ NA ☐ NA
(Hilly)

9.3 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

10 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

10.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

Report fulfils project objectives and


10.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP

10.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

Compliance report prepared on client


10.4 Yes ☐ No ☐ NA ☐ NA
observations

234
235
DPR Checklist – Stage 2 – Feasibility Report (Structures)

General Details

Project Name

Consultant's Name

Date of Review

Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

1 Executive Summary Yes ☐ No ☐ NA ☐ NA

Overview of client organization /


2 Yes ☐ No ☐ NA ☐ NA
activities

Methodology adopted for feasibility


3 Yes ☐ No ☐ NA ☐ NA
study

Socioeconomic profile of the project


4 Yes ☐ No ☐ NA ☐ NA
areas

Regional economic profile basis last 10


4.1 Yes ☐ No ☐ NA ☐ NA
years data as per IRC

Economic profile of project influence


4.2 Yes ☐ No ☐ NA ☐ NA
area basis last 10 years data as per IRC

Socio Economic status of project


4.3 Yes ☐ No ☐ NA ☐ NA
influence area

Indicative design standards,


5 Yes ☐ No ☐ NA ☐ NA
methodologies, and specifications

6 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA

Classified traffic volume counts using


6.1 Yes ☐ No ☐ NA ☐ NA
IHMCL data (7 day)

236
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Traffic projection methodology as per


6.2 Yes ☐ No ☐ NA ☐ NA
IRC:108

6.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ NA

6.4 Current and Projected PCU Yes ☐ No ☐ NA ☐

6.5 Current and Projected TVU Yes ☐ No ☐ NA ☐

6.6 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

6.7 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Traffic surveys monitored and reviewed


6.8 Yes ☐ No ☐ NA ☐ NA
by the client

7 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA

7.1 Road Inventory as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

Review of Road Inventory Survey by


7.2 Yes ☐ No ☐ NA ☐ NA
client

Geometric Features of the Existing Road

· Design Speed
7.3 · Sight distance elements Yes ☐ No ☐ NA ☐ NA
· Horizontal Alignment Details
· Vertical Alignment Details
· Height of Embankment
Topographical Survey as per IRC:SP:19
using LiDAR or equivalent technology
7.4 Yes ☐ No ☐ NA ☐ NA
· Gradient
· Terrain
7.5 Review of topographical survey by client Yes ☐ No ☐ NA ☐ NA

Pavement composition and condition


7.6 Yes ☐ No ☐ NA ☐ NA
survey as per IRC:SP:19

237
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Geological Survey
7.7 Yes ☐ No ☐ NA ☐ NA
· Geological Map of the Area
· Seismicity
Climatic Conditions
7.8 · Temperature Yes ☐ No ☐ NA ☐ NA
· Rainfall
· Wind
Land Use along the existing alignment
7.9 · Map of the Project Area depicting Yes ☐ No ☐ NA ☐ NA
Agricultural/Habitation/Forest
Area
Details of Existing Structures

7.10 · Map of the Project Area depicting Yes ☐ No ☐ NA ☐ NA


Hutments/Buildings/Temples/Pub
lic Building/Any Other
Significant Structure
Inventory and condition survey of
7.11 Yes ☐ No ☐ NA ☐ NA
culverts

7.12 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

8 Geotechnical Survey Yes ☐ No ☐ NA ☐ NA

Geo-technical and sub-soil explorations


8.1 Yes ☐ No ☐ NA ☐ NA
as per IRC:78

Number of Bore holes dug (holds for


8.2 Yes ☐ No ☐ NA ☐
every pier and abutment)

Review of geo-technical and sub-soil


8.3 Yes ☐ No ☐ NA ☐ NA
explorations by client

Field testing, soil sampling, laboratory


8.4 Yes ☐ No ☐ NA ☐ NA
testing as per IRC:78

Recommendation of Foundation Type


8.5 Yes ☐ No ☐ NA ☐
and Depth

238
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

8.6 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

9 Hydraulic & Hydrological Survey Yes ☐ No ☐ NA ☐ NA

Hydrological investigations as per IRC:5


9.1 Yes ☐ No ☐ NA ☐ NA
and IRC: 13

9.2 High Flood Level specified Yes ☐ No ☐ NA ☐ NA

9.3 Depth of Water Table specified Yes ☐ No ☐ NA ☐ NA

9.4 Ponded Water Level specified Yes ☐ No ☐ NA ☐ NA

9.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Review of Hydrological Survey by the


9.6 Yes ☐ No ☐ NA ☐ NA
client

10 Materials Survey Yes ☐ No ☐ NA ☐ NA

Materials Survey conducted as per


10.1 Yes ☐ No ☐ NA ☐ NA
IRC:SP:19

Sources of Naturally Occurring


Aggregates specified
10.2 Yes ☐ No ☐ NA ☐
· Details of Borrow Pits with
Distance from Project Site
· Cost of Material/Transportation
Sources of Manufactured Items specified
10.3 · Details of Suppliers with Distance Yes ☐ No ☐ NA ☐ NA
from Project Site
· Cost of Material/Transportation
Source of Water for construction
10.4 Yes ☐ No ☐ NA ☐ NA
specified as per IS:456

10.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Determination of whether ROB or


11 Yes ☐ No ☐ NA ☐ NA
RUB is appropriate

239
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Justification of whether ROB or RUB


11.1 Yes ☐ No ☐ NA ☐ NA
should be built

11.2 Review of justification by client Yes ☐ No ☐ NA ☐ NA

12 Alignment Options Study Yes ☐ No ☐ NA ☐ NA

At least two alignments proposed


12.1 Yes ☐ No ☐ NA ☐ NA
· Details of Alignments on Map
12.2 Review of options with client Yes ☐ No ☐ NA ☐ NA

Length of the project along proposed


12.3 Yes ☐ No ☐ NA ☐ NA
alignment options

Land Acquisition required along


12.4 Yes ☐ No ☐ NA ☐ NA
alignment options

12.5 Cost Estimates of alternatives Yes ☐ No ☐ NA ☐ NA

Recommended Alignment with


12.6 Yes ☐ No ☐ NA ☐
Justification

Skew Angle of Proposed Alignment


12.7 Yes ☐ No ☐ NA ☐
Specified

Review and approval of alignment by


12.8 Yes ☐ No ☐ NA ☐ NA
client

12.9 Traffic Diversion Route Specified Yes ☐ No ☐ NA ☐ NA

12.10 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

12.11 Draft 3(a) notification submitted Yes ☐ No ☐ NA ☐ NA

Environmental screening/ preliminary


13 Yes ☐ No ☐ NA ☐ NA
environmental assessment

Analysis basis Initial Environment


13.1 Yes ☐ No ☐ NA ☐ NA
Examination in IRC: SP: 19

240
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Recommended feasible mitigation


13.2 Yes ☐ No ☐ NA ☐ NA
measures

Initial social assessment/ preliminary


14 Yes ☐ No ☐ NA ☐ NA
LA resettlement plan

Analysis basis Initial Environment


14.1 Yes ☐ No ☐ NA ☐ NA
Examination in IRC: SP: 19

Details of consultation with potentially


14.2 Yes ☐ No ☐ NA ☐ NA
affected persons

14.3 Details of consultation with local NGOs Yes ☐ No ☐ NA ☐ NA

Details of consultation with municipal


14.4 Yes ☐ No ☐ NA ☐ NA
authorities

14.5 Preliminary resettlement plan Yes ☐ No ☐ NA ☐ NA

14.6 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

15 Cost estimates Yes ☐ No ☐ NA ☐ NA

15.1 Item rates and rate analysis Yes ☐ No ☐ NA ☐ NA

15.2 Escalation Yes ☐ No ☐ NA ☐ NA

16 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA

16.1 Estimated cost details Yes ☐ No ☐ NA ☐ NA

16.2 Projected revenues details Yes ☐ No ☐ NA ☐ NA

16.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA

Analysis and results


16.4 · IRR Yes ☐ No ☐ NA ☐ NA
· Sensitivity Analysis
· Financial Viability
16.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

241
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

17 Strip Plan NA

Details of center line of proposed


17.1 Yes ☐ No ☐ NA ☐ NA
structure

17.2 Details of existing RoW Yes ☐ No ☐ NA ☐

17.3 Details of proposed RoW Yes ☐ No ☐ NA ☐

Details about ownership of land to be


17.4 Yes ☐ No ☐ NA ☐ NA
acquired

Strip plan basis reconnaissance and


17.5 Yes ☐ No ☐ NA ☐ NA
topographic surveys

Strip plan reviewed and approved by the


17.6 Yes ☐ No ☐ NA ☐ NA
client

17.7 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

18 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

18.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

Report fulfils project objectives and


18.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP

18.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

Compliance report prepared on client


18.4 Yes ☐ No ☐ NA ☐ NA
observations

242
DPR Checklist – Stage 3 – LA and Clearances I Report (Structures)

General Details

Project Name

Consultant's Name

Date of Review

Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Environment Clearance Yes ☐ No ☐ NA ☐ NA

Requirement for environment clearance


2.1 Yes ☐ No ☐ NA ☐ NA
identified

Date/ Details of Initial consultation with


2.2 Yes ☐ No ☐ NA ☐
competent authority

Date of submission of draft EIA report/


2.3 Yes ☐ No ☐ NA ☐ NA
proposal for clearance

2.4 Review of proposal/ EIA report by client Yes ☐ No ☐ NA ☐ NA

3 Forest Clearance Yes ☐ No ☐ NA ☐ NA

Requirement for forest clearance


3.1 Yes ☐ No ☐ NA ☐ NA
identified

Date/ Details of initial consultation with


3.2 Yes ☐ No ☐ NA ☐
competent authority

Details/cost of trees being felled basis


3.3 Yes ☐ No ☐ NA ☐
concerned District Forest Office

Date of submission of proposal for forest


3.4 Yes ☐ No ☐ NA ☐ NA
clearance

243
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

3.5 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA

Requirement for wildlife clearance


4.1 Yes ☐ No ☐ NA ☐ NA
identified

Date/ Details of initial consultation with


4.2 Yes ☐ No ☐ NA ☐
competent authority

Details/cost of trees being felled basis


4.3 Yes ☐ No ☐ NA ☐
concerned District Forest Office

Date of submission of proposal for


4.4 Yes ☐ No ☐ NA ☐
wildlife clearance

4.5 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA

5.1 Identification of overground utilities Yes ☐ No ☐ NA ☐ NA

Identification of underground utilities


5.2 using GPR, Induction Locator or Yes ☐ No ☐ NA ☐ NA
equivalent technologies

Name/ Details of consultation with local


5.3 Yes ☐ No ☐ NA ☐
authority/ people

Utility relocation plan with existing /


5.4 proposed location showing existing RoW Yes ☐ No ☐ NA ☐ NA
and topographic details

5.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

Date of proposal submission to


5.6 Yes ☐ No ☐ NA ☐
competent authority

Review of utility relocation plan/


5.7 Yes ☐ No ☐ NA ☐ NA
proposal by client

6 Utility Clearances (Water) Yes ☐ No ☐ NA ☐ NA

244
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Identification of overground utilities in


6.1 Yes ☐ No ☐ NA ☐ NA
RoW

Identification of underground utilities


6.2 using GPR, Induction Locator or Yes ☐ No ☐ NA ☐ NA
equivalent technologies

Name/ Details of consultation with local


6.3 Yes ☐ No ☐ NA ☐
authority/ people

Utility relocation plan with existing /


6.4 proposed location showing existing RoW Yes ☐ No ☐ NA ☐ NA
and topographic details

6.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

Date of proposal submission to


6.6 Yes ☐ No ☐ NA ☐ NA
competent authority

Review of utility relocation plan/


6.7 Yes ☐ No ☐ NA ☐ NA
proposal by client

7 Utility Clearances (Others) Yes ☐ No ☐ NA ☐ NA

Identification of overground utilities in


7.1 Yes ☐ No ☐ NA ☐ NA
RoW

Identification of underground utilities


7.2 using GPR, Induction Locator or Yes ☐ No ☐ NA ☐ NA
equivalent technologies

Name/ Details of consultation with local


7.3 Yes ☐ No ☐ NA ☐
authority/ people

Utility relocation plan with existing /


7.4 proposed location showing existing RoW Yes ☐ No ☐ NA ☐ NA
and topographic details

7.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

Date of proposal submission to


7.6 Yes ☐ No ☐ NA ☐
competent authority

245
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Review of utility relocation plan/


7.7 Yes ☐ No ☐ NA ☐ NA
proposal by client

8 Railway Clearances Yes ☐ No ☐ NA ☐ NA

Identification of ROB/ RUB on project


8.1 Yes ☐ No ☐ NA ☐ NA
corridor

Initial consultation with competent


8.2 Yes ☐ No ☐ NA ☐ NA
authority

Date of proposal submission to


8.3 Yes ☐ No ☐ NA ☐
competent authority

8.4 Review of GAD/ proposal by client Yes ☐ No ☐ NA ☐ NA

9 Other Clearances Yes ☐ No ☐ NA ☐ NA

Requirement for other clearances


9.1 Yes ☐ No ☐ NA ☐ NA
identified

Date of proposal submission to


9.2 Yes ☐ No ☐ NA ☐
competent authority

9.3 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

10 Land Acquisition Yes ☐ No ☐ NA ☐ NA

Detailed schedule about acquisition of


10.1 Yes ☐ No ☐ NA ☐ NA
landholdings as per land records

10.2 Consultation with affected persons Yes ☐ No ☐ NA ☐ NA

Name/ Details of consultation with


10.3 Yes ☐ No ☐ NA ☐
NGOs

Name/ Details of consultation with


10.4 Yes ☐ No ☐ NA ☐
concerned government agencies

Total land required, land area already


10.5 Yes ☐ No ☐ NA ☐
available , land to be acquired identified

246
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Review of land acquisition using digital


10.6 Yes ☐ No ☐ NA ☐ NA
cadastral map by client

10.7 Draft 3(A) notification submitted Yes ☐ No ☐ NA ☐ NA

11 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

11.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

Report fulfils project objectives and


11.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP

11.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

Compliance report prepared on client


11.4 Yes ☐ No ☐ NA ☐ NA
observations

247
DPR Checklist – Stage 4 – Detailed Project Report (Structures)

General Details

Project Name

Consultant's Name

Date of Review

Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

1 Project background Yes ☐ No ☐ NA ☐ NA

Project description
1.1 · Existing LC number Yes ☐ No ☐ NA ☐
· Start and End Chainage
· Village/District
Project location map

1.2 · On State Map Yes ☐ No ☐ NA ☐


· On District Map
· Latitude & Longitude
Coordinates of the LC
Details of Existing Level Crossing

1.3 · Number of Railway Tracks Yes ☐ No ☐ NA ☐


· Type of Railway Tracks
(Broad/Meter/Narrow)
· No. of trains per day
Justification for need of an ROB/RUB
1.4 Yes ☐ No ☐ NA ☐ NA
(on basis of TVU count)

1.5 Overview of land use plans Yes ☐ No ☐ NA ☐ NA

248
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Overview of existing pavement


conditions
1.6
· Number of Lanes Yes ☐ No ☐ NA ☐
· Type of Pavement
(Flexible/Rigid/Surfaced/Unsurfa
ced)
1.7 Existing right of way details Yes ☐ No ☐ NA ☐

1.8 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

2 Social analysis of the project Yes ☐ No ☐ NA ☐ NA

Project impact on stakeholders such as


2.1 Yes ☐ No ☐ NA ☐ NA
local people

Project impact on residential, commercial


2.2 Yes ☐ No ☐ NA ☐ NA
and public properties

2.3 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

3 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA

Geometric Features of the Existing Road

· Design Speed
3.1 · Sight distance details Yes ☐ No ☐ NA ☐
· Horizontal Alignment Details
· Vertical Alignment Details
· Height of Embankment
Topographical Survey using LiDAR or
equivalent technology as per IRC:SP:19
3.2 Yes ☐ No ☐ NA ☐ NA
· Gradient
· Terrain
Pavement composition and condition
3.3 Yes ☐ No ☐ NA ☐ NA
survey as per IRC:SP:19

Geological Survey
3.4 Yes ☐ No ☐ NA ☐ NA
· Geological Map of the Area
· Seismicity

249
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Climatic Conditions
3.5 · Temperature Yes ☐ No ☐ NA ☐ NA
· Rainfall
· Wind
Land Use along the existing alignment
3.6 · Map of the Project Area depicting Yes ☐ No ☐ NA ☐ NA
Agricultural/Habitation/Forest
Area
Details of Existing Structures

3.7 · Map of the Project Area depicting Yes ☐ No ☐ NA ☐ NA


Hutments/Buildings/Temples/Pub
lic Building/Any Other
Significant Structure
Inventory and condition survey of
3.8 Yes ☐ No ☐ NA ☐ NA
culverts

Geo-technical and sub-soil explorations


3.9 Yes ☐ No ☐ NA ☐ NA
as per IRC:78

Number of Bore holes dug (holds for


3.10 Yes ☐ No ☐ NA ☐
every pier and abutment)

Field testing, soil sampling, laboratory


3.11 Yes ☐ No ☐ NA ☐ NA
testing as per IRC: 78

Recommendation of Foundation Type


3.12 Yes ☐ No ☐ NA ☐
and Depth

Hydraulic and Hydrological


3.13 Yes ☐ No ☐ NA ☐ NA
investigations as per IRC:5

3.14 High Flood Level specified Yes ☐ No ☐ NA ☐ NA

3.15 Depth of Water Table specified Yes ☐ No ☐ NA ☐ NA

3.16 Ponded Water Level specified Yes ☐ No ☐ NA ☐ NA

Materials Survey conducted as per


3.17 Yes ☐ No ☐ NA ☐ NA
IRC:SP:19

250
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Sources of Naturally Occurring


Aggregates specified
3.18 Yes ☐ No ☐ NA ☐
· Details of Borrow Pits with
Distance from Project Site
· Cost of Material/Transportation
Sources of Manufactured Items specified
3.19 · Details of Suppliers with Distance Yes ☐ No ☐ NA ☐ NA
from Project Site
· Cost of Material/Transportation
Source of Water for construction
3.20 Yes ☐ No ☐ NA ☐ NA
specified as per IS:456

3.21 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

4 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA

Classified traffic volume counts using


4.1 Yes ☐ No ☐ NA ☐ NA
IHMCL data (7 day)

4.2 Traffic projection as per IRC:108 Yes ☐ No ☐ NA ☐ NA

4.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ NA

4.4 Current and Projected PCU Yes ☐ No ☐ NA ☐

4.5 Current and Projected TVU Yes ☐ No ☐ NA ☐

4.6 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

4.7 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Determination of whether ROB or


5 Yes ☐ No ☐ NA ☐ NA
RUB is appropriate

Justification of whether ROB or RUB


5.1 Yes ☐ No ☐ NA ☐ NA
should be built

6 Alignment Options Study Yes ☐ No ☐ NA ☐ NA

251
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

At least two alignments proposed


6.1 Yes ☐ No ☐ NA ☐ NA
· Details of Alignments on Map
Length of the project along proposed
6.2 Yes ☐ No ☐ NA ☐ NA
alignment options

Land Acquisition required along


6.3 Yes ☐ No ☐ NA ☐ NA
alignment options

6.4 Cost Estimates of alternatives Yes ☐ No ☐ NA ☐ NA

Recommended Alignment with


6.5 Yes ☐ No ☐ NA ☐
Justification

Skew Angle of Proposed Alignment


6.6 Yes ☐ No ☐ NA ☐
Specified

6.7 Traffic Diversion Route Specified Yes ☐ No ☐ NA ☐ NA

6.8 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

7 Design Specifications Yes ☐ No ☐ NA ☐ NA

7.1 Number of Lanes Yes ☐ No ☐ NA ☐

Width of ROB

7.2 · Width of Carriageway Yes ☐ No ☐ NA ☐


· Width of Safety Kerbs
· Width of Footpath
· Any other
Proposed Number of Lanes on ROB in
7.3 line with PCU as per latest MoRTH Yes ☐ No ☐ NA ☐ NA
guidelines

Proposed Length of the Project

· Length of ROB
7.4 · Length of Viaduct Yes ☐ No ☐ NA ☐
· Length of RE Wall
· Length of Approach Road
· Length of Service Road

252
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Span Arrangement
7.5 Yes ☐ No ☐ NA ☐
· Span Length
· Number of Spans
Are all spans of standardised length as
per Railways standards
7.6 (https://ircep.gov.in/RCApproval/) Yes ☐ No ☐ NA ☐ NA

· If non-standardised, suitable
justification provided
Details of Proposed Superstructure
Design
7.7 Yes ☐ No ☐ NA ☐ NA
· Type
· Details of Material Use Proposed
· Drawings of Cross-Sections
Details of Proposed Substructure Design

7.8 Type Yes ☐ No ☐ NA ☐ NA

· Details of Material Use Proposed


· Drawings of Cross-Sections
Details of Proposed Pavement Design

Type
7.9 Yes ☐ No ☐ NA ☐ NA
· Details of Material Use Proposed
· Thickness
· Design MSA
· Drawings of Cross-Sections
7.10 Details of Drainage Structures Proposed Yes ☐ No ☐ NA ☐ NA

7.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

8 Cost estimates Yes ☐ No ☐ NA ☐ NA

Summary of Cost Estimates (Refer


8.1 Yes ☐ No ☐ NA ☐
following subsection)

8.2 Detailed Abstract of Cost Yes ☐ No ☐ NA ☐ NA

8.3 Detailed Bills of Quantity Yes ☐ No ☐ NA ☐ NA

253
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

8.4 Detailed Rate Analysis Yes ☐ No ☐ NA ☐ NA

9 Financial Viability Yes ☐ No ☐ NA ☐ NA

9.1 Estimated cost details Yes ☐ No ☐ NA ☐ NA

9.2 Projected revenues details Yes ☐ No ☐ NA ☐ NA

9.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA

Analysis and results


9.4 · IRR Yes ☐ No ☐ NA ☐
· Sensitivity Analysis
· Financial Viability
10 Land Acquisition Study Yes ☐ No ☐ NA ☐ NA

Land Acquisition Details


10.1 · Total Land Required Yes ☐ No ☐ NA ☐
· Land Area already available
· Area of Land to be Acquired
10.2 Land Acquisition Plan on Cadastral Map Yes ☐ No ☐ NA ☐ NA

10.3 Details of LA Cost Yes ☐ No ☐ NA ☐

11 Utility Shifting Study Yes ☐ No ☐ NA ☐ NA

11.1 Results of GPR investigation Yes ☐ No ☐ NA ☐ NA

Utility relocation plan with existing /


11.2 proposed location showing existing RoW Yes ☐ No ☐ NA ☐ NA
and topographic details

11.3 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

12 General Arrangement Drawing Yes ☐ No ☐ NA ☐ NA

12.1 Elevation of Railway Portion Yes ☐ No ☐ NA ☐ NA

12.2 Plan of Railway Portion Yes ☐ No ☐ NA ☐ NA

254
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

12.3 General Elevation Yes ☐ No ☐ NA ☐ NA

General Plan (showing complete


12.4 Yes ☐ No ☐ NA ☐ NA
ROB/RUB along with diversion)

12.5 Key Plan Yes ☐ No ☐ NA ☐ NA

12.6 Cross-Section of Railway Portion Yes ☐ No ☐ NA ☐ NA

Cost Summary Table

S. No. Particulars Cost Estimate(in '000)

1 Cost of ROB Portion

Foundation

Substructure

Superstructure

Total-ROB Portion

2 Cost of Viaduct

Foundation

Substructure

Superstructure

Total-Viaduct

3 Cost of Approach Road

4 Cost of RE Wall

255
S. No. Particulars Cost Estimate(in '000)

5 Cost of Service Road

6 Miscellaneous Costs

Cost of Subway

Cost of Toll Plaza

Cost of Culverts

Any Other Costs

Civil Cost of the Project

7 Contingencies @x%

Total Civil Cost

8 Supervision Charges @x%

9 Cost of Quality Control @x%

10 Maintenance Charges @x%

11 Escalation Costs @x%

12 Land Acquisition Costs

13 Utility Shifting Costs

14 Any Other Costs

Total Cost of the Project

256
DPR Checklist – Stage 5 – Tchnical Schedules (Structures)

General Details

Project Name

Consultant's Name

Date of Review

Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

1 Schedule A - Site of the project Yes ☐ No ☐ NA ☐ NA

Schedule B - Development of the


2 Yes ☐ No ☐ NA ☐ NA
project highway

3 Schedule C - Project facilities Yes ☐ No ☐ NA ☐ NA

Schedule D - Specifications and


4 Yes ☐ No ☐ NA ☐ NA
standards

5 Any other relevant details Yes ☐ No ☐ NA ☐ NA

257
DPR Checklist – Stage 6 – LA and Clearances II Report (Structures)

General Details

Project Name

Consultant's Name

Date of Review

Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Environment Clearance Yes ☐ No ☐ NA ☐ NA

2.1 Details of public hearings completed Yes ☐ No ☐ NA ☐

Date of final environment clearance by


2.2 Yes ☐ No ☐ NA ☐
competent authority

3 Forest Clearance Yes ☐ No ☐ NA ☐ NA

Date/ Details of Joint site inspection with


3.1 Yes ☐ No ☐ NA ☐
DFO/ competent authority

Date of Stage I forest clearance approval


3.2 Yes ☐ No ☐ NA ☐
by competent authority

Date of final forest clearance approval by


3.3 Yes ☐ No ☐ NA ☐
competent authority

4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA

Date/ Details of joint site inspection with


4.1 Yes ☐ No ☐ NA ☐
DFO/ competent authority

Date of final wildlife clearance approval


4.2 Yes ☐ No ☐ NA ☐
by competent authority

5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA

258
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Date/ Details of Joint site inspection with


5.1 Yes ☐ No ☐ NA ☐
competent authority

Date of estimate submission by


5.2 Yes ☐ No ☐ NA ☐
competent authority

Date of estimate approval by competent


5.3 Yes ☐ No ☐ NA ☐
authority

6 Utility Clearances (Water) Yes ☐ No ☐ NA ☐ NA

Date/ Details of Joint site inspection with


6.1 Yes ☐ No ☐ NA ☐
competent authority

Date of estimate submission by


6.2 Yes ☐ No ☐ NA ☐
competent authority

Date of estimate approval by competent


6.3 Yes ☐ No ☐ NA ☐
authority

7 Utility Clearances (Others) Yes ☐ No ☐ NA ☐ NA

Date/ Details of Joint site inspection with


7.1 Yes ☐ No ☐ NA ☐
competent authority

Date of estimate submission by


7.2 Yes ☐ No ☐ NA ☐
competent authority

Date of estimate approval by competent


7.3 Yes ☐ No ☐ NA ☐
authority

8 Railway Clearances Yes ☐ No ☐ NA ☐ NA

Date/ Details of joint site inspection with


8.1 Yes ☐ No ☐ NA ☐
competent authority

Date of final approval of GAD by


8.2 Yes ☐ No ☐ NA ☐
competent authority

9 Other Clearances Yes ☐ No ☐ NA ☐ NA

259
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Date of final approval by competent


9.1 Yes ☐ No ☐ NA ☐
authority

10 Land Acquisition Yes ☐ No ☐ NA ☐ NA

10.1 Draft 3a notification submitted Yes ☐ No ☐ NA ☐ NA

10.2 Review of 3a notification by client Yes ☐ No ☐ NA ☐ NA

10.3 Date of 3a gazette notification Yes ☐ No ☐ NA ☐

10.4 Draft 3a notification submitted Yes ☐ No ☐ NA ☐ NA

10.5 Review of 3A notification by client Yes ☐ No ☐ NA ☐ NA

10.6 Date of 3A gazette notification Yes ☐ No ☐ NA ☐

Date of Joint Measurement Survey with


10.7 Yes ☐ No ☐ NA ☐
competent authority

10.8 Draft 3D notification submitted Yes ☐ No ☐ NA ☐ NA

10.9 Review of 3D notification by client Yes ☐ No ☐ NA ☐ NA

10.10 Date of 3D gazette notification Yes ☐ No ☐ NA ☐

11 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

11.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

Report fulfils project objectives and


11.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP

11.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

Compliance report prepared on client


11.4 Yes ☐ No ☐ NA ☐ NA
observations

260

You might also like