Professional Documents
Culture Documents
REQUESTFOR PROPOSAL
(RFP)
June 2017
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
3
LetterofInvitation(LOI)
Dear Sir,
1. Introduction
1.2 AbriefdescriptionoftheassignmentanditsobjectivesaregivenintheAppendix-I,
“Terms of Reference”.
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.
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.
1.10.1 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.
2 Documents
2.3 Atanytimebeforethesubmissionofproposals,theClientmay,foranyreason,whether
atitsowninitiativeorinresponsetoaclarificationrequestedbyaConsultingfirm, modify
theDocumentsbyamendmentorcorrigendum.Theamendmentwillbeuploaded onNHAI
website. TheClientmayatitsdiscretionextendthedeadline for thesubmissionof
proposalsandthe sameshallalsobeuploadedonNHAIwebsite.
3. Preparation ofProposal
3.1.1 Theminimumessentialrequirementinrespectofeligibilityhasbeenindicatedinthe
DataSheet.Theproposalfounddeficientinany respectoftheserequirementswillnotbe
consideredforfurtherevaluation.Thefollowing documentsmustbefurnishedinsupportof
proof ofeligibilityas per Formatsgiven in Appendix-II:
(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.
(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.
(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.
3.2.1 YouareexpectedtoexaminealltermsandinstructionsincludedintheDocuments.
Failuretoprovideallrequestedinformationwillbeatyourownriskandmayresultin rejection
ofyour proposal.
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
iv) SiteAppreciation:limitedtofourA4sizepagesin1.5spaceand12fontincluding
photographs, if any(Form-T-4).
v) CommentsonTermsofReference:limitedtotwoA4sizepagesin1.5spaceand12 font
(Form-T-5).
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
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.
iv. Theavailabilityofkeypersonnelmustbeensuredforthedurationoftheproject
asperproposedwork program.Ifafirmclaimsthata key personnelproposed
bythemisapermanentemployeeofthefirm(thepersonnelshouldhaveworked
inthefirmcontinuouslyforaperiodofatleast1year,acertificatetotheeffect along
withpayslips arerequired to besubmitted.
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.
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.
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.
3.3 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.
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:
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.
5 Proposal Evaluation
5.2 In the second stage the Technical proposal shall be evaluated as per the detailed
evaluation criteriagivenin Data Sheet.
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.
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
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.
6.4 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.
6.6 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.
17
Afterhavingreceivedtheperformancesecurity andverifiedit,theClientshallinvitethe
selectedbidderforsigning ofContractAgreementonadateandtimeconvenienttoboth parties
within 15 days ofreceiptof valid PerformanceSecurity.
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
19
DATA SHEET
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)
Date : 17/07/2017
Venue :NHAI, RO, Near Nagasandara Metro Stn, Bangalore-560073 (Ref. Para 1.9)
(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.
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
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.
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)
21
12. Evaluation criteria: (Ref. Para3&5)
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).
(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)
1.2.1 1 project 4
1.2.2 2 projects 5
24
S.No Description Maximum Sub-
Points Points
2.1 1 bridge 1
2.2 2 bridges 2
2.3 3 bridges 3
For special projects such as special bridges, tunnels and expressways that require specialized
capabilities and skill sets, the following is the break-up:
1.2.1 1 project 3
1.2.2 2 projects 4
2.1 1 bridge 0
2.2 2 bridges 1
2.3 3 bridges 2
4.1.1 1 project 0
4.1.2 2 projects 1
4.1.3 3 projects 2
4.1.4 4 projects 3
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
* 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
1.1 Available 2
2.1 Available 1
27
S.No Description Maximum Sub-
Points Points
The number of points assigned during the evaluation of qualification and competence of key
staff are as given below:
1 General Qualification 25
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
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)
30
APPENDIXI
TERMSOFREFERENCE (TOR)
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.
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.
3.5 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.
3.8 Consultantshallobtainalltypesofnecessaryclearancesrequiredforimplementationof
theprojectonthegroundfromthe concernedagencies.Theclientshallprovide the necessary
supportinglettersandany officialfeesasperthedemandnoteissuedby such concerned
agencies from whom the clearances are being sought to enable implementation.
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.
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;
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;
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.
x. Sub-gradecharacteristicsandstrength:investigationofrequiredsub-gradeand sub-
soilcharacteristicsandstrengthforroadandembankmentdesignandsub
soilinvestigation;
xii. Detaileddesignofroad,itsx-sections,horizontalandverticalalignmentand
designofembankmentofheight morethan6mandalsoinpoorsoilconditions
andwheredensityconsideration require,evenlesserheightembankment.Detailed
designofstructurespreparationofGADandconstructiondrawingsand cross-
drainagestructures and underpasses etc.
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.
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.
4.8. 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.
2. Thenumberofsurveylocationsindicatedinthetableaboveareindicativeonly.
TheConsultantsshall,immediately uponawardofthework,submittoNHAI proposalsregarding
thetotalnumberaswellasthelocationsofthetrafficsurvey
stationsasputofinceptionreport.Suitablemapsandchartsshouldaccompany
theproposalsclearlyindicatingtherationaleforselectingthelocationofsurveyStation
2. Consultant shall use ATCC systems that can meet the following accuracy levels
after validation/ correction:
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.
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:
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. 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.
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.
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.
TheConsultantsshallcarryoutappropriatefieldstudiessuchasmovingcar survey to
determinerunningspeedandjourneyspeed. The
datashouldbeanalyzedtoidentifysectionswithtypicaltrafficflowproblemsandcongestion.
Theobjectiveofthesurvey wouldbetorecommendsuitablemeasuresfor
segregationoflocaltraffic,smoothflowofthroughtrafficandtrafficsafety. These
measureswouldinclude the provisionofbypasses,under-passes,fly-overs, interchanges,grade-
separated intersections and serviceroads.
4.10. TrafficDemandEstimates
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.
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.
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.
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.
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:
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.
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.
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.
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.
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.
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. 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:
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.
4.12.5. 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.
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.
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.
4.13.1 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
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.
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.
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.
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.
STAGE: 5
10.9. Technical Schedules
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).
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
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.
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.
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.
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.
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
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.
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
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.
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.
CONTENTS ITEMS
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
1.Theauditteamshouldreviewtheproposedcheckthefollowingaspectsdesignfromaroad
safetyperspectiveand check the followingaspects
CONTENTS ITEMS
91
E.Safetyimplicationsoftheschemebeyonditsphysicallimits
i.e. howthe schemefits into its environs and roadhierarchy
92
Stage2 – CompletionofDetailedDesign
TheauditteamshouldsatisfyitselfthatallissuesraisedatStage1havebeenresolved.Items
mayrequirefurtherconsideration wheresignificant design changes haveoccurred.
2.Ifascheme hasnotbeensubjecttoastage1audit,theitemslistedinChecklistsB1toB6should be
considered together with the items listed below.
CONTENTS ITEMS
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
C6 : Construction ØBuildability
and ØOperational
Operation ØNetworkManagement
94
Enclosure-I
MANNINGSCHEDULE
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
96
Enclosure-II(contd.)
Essential DegreeinCivilEngineering
Desirable Masters in highway engineering/
TransportationEngineering
ii) Experience
a)Total Professional Experience Min. 15years
97
Enclosure-II(contd.)
SrBridge Engineer
i) Educational Qualification
98
Enclosure-II(contd.)
99
Enclosure-II(contd.)
100
Enclosure-II(contd.)
Senior SurveyEngineer
i) Educational Qualification
101
Enclosure-II(contd.)
Environmental Specialist
i) Educational Qualification
102
Enclosure-II(contd.)
i) Educational Qualification
103
Appendix-III
3 F.S. REPORT
i)DraftFeasibilityStudy 4 30
Reportincludingoption
studyreportincluding draft 3(a) report
ii)Comments ofclient 1 40
104
5 DetailedProjectReport
i)DraftDPR 4 65
ii)Comments ofclient 1 70
iii)FinalDPR incorporatingcompliance 6 85
ofcomments ofClient
6 Technical Schedules
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.
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
SignatureofAuthorisedRepresentative
(CertificatefromEmployerregarding experienceshouldbefurnished)
111
APPENDIX-II
Form-E3
Name ofApplicant:
CertificatefromtheStatutory Auditor$
auditfirm Date
Note:
112
APPENDIX-II
Form-E4
BANK GUARANTEE FORMATFOR BID SECURITY
(To bestamped in accordancewith Stamp Act if any, of thecountryof issuingbank)
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_.
113
Appendix III
(Form-T1)
TECHNICAL PROPOSAL
FROM: TO:
Sir:
Subject ConsultancyServicefor
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)
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:
SignatureofAuthorisedRepresentative
116
Form-T4
SITE APPRECIATION
117
Form-T5
1.
2.
3.
4.
5.
….
….
118
Form-T6
I. Technical/Managerial Staff
1.
2.
3.
4.
….
….
….
1.
2.
3.
4.
….
….
….
119
Form-T7
APPROACHPAPERON
METHODOLOGYPROPOSEDFORPERFORMINGTHEASSIGNMENT
120
Form-T8
1 . State whether the Applicant has in-house Material Testing Facility Available /
Outsourced/Not Available
3. Incaselaboratoryislocatedatadistanceofmorethan400kmfromtheprojectsite,state
arrangements made/proposed to be madefor testingof materials
121
Form-T9
Facility forFieldinvestigationandTesting
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
SignatureofAuthorisedRepresentative
123
Form-T10
OfficeEquipmentandsoftware
124
Form-T11
Photo
1. Proposed Position:
2. Name of Staff:
4. Nationality:
5. Educational Qualification:
(Summarize college/university andother specialized educationofstaff
member,giving namesofschools, dates attendedand degreesobtained).(Please
furnishproof ofqualification)
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.
1 IamwillingtoworkontheprojectandIwillbeavailableforentiredurationof
theprojectassignmentandIwillnotengagemyselfinanyotherassignment during the
currencyof this assignment on theproject
2 I, theundersigned, certifythattothebestofmyknowledgeandbelief,this biodata
correctlydescribes myselfmyqualification and myexperience.
Signatureofthe Candidate
Place
Date
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.
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:
RegardingPriceProposal
Yours faithfully,
Signature
FullName
Designation
Address
(Authorized Representative)
128
(Form-II)
Format ofFinancialProposal
Summary ofCostinLocalCurrency
X Surveys&Investigations
A Topographical Survey
B Investigations
129
(Form-III)
EstimateofLocal CurrencyCosts
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
2 Typist
3 OfficeBoy
4 Night Watchman
Total :
Total
131
VI. OfficeSupplies, Utilities andCommunication(Fixed Costs)
1 OfficeSupplies
2 DraftingSupplies
3 Computer RunningCosts
4 Domestic andInternational
Communication
TOTAL: ---------------------------
132
VIII. Reports andDocumentPrinting
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)
135
(Form-IV)
EstimateofCosts forExpatriateConsultants(in IndianRupees)
Total :
Total
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
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.
138
DPR Feasibility
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:
Note: (i)WeightagetobegivenwhenexperiencebyaFirmasSoleFirm/LeadPartnerina
JV/OtherPartnerin aJV/As Associate
139
S.No Description Maximum Sub-
Points Points
1.2.1 1 project 4
1.2.2 2 projects 5
2.1 1 bridge 1
2.2 2 bridges 2
2.3 3 bridges 3
140
For special projects such as special bridges, tunnels and expressways that require specialized capabilities and skill
sets, the following is the break-up:
1.2.1 1 project 3
1.2.2 2 projects 4
2.1 1 bridge 0
2.2 2 bridges 1
2.3 3 bridges 2
4.1.1 1 project 0
4.1.2 2 projects 1
4.1.3 3 projects 2
4.1.4 4 projects 3
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)
142
No. Status of thefirmin carrying Weightageforexperience
out DPR/Feasibility Study
1 Solefirm 100 %
3 Otherpartnerin aJV 50 %
4 As Associate 25%
(iv) Methodology 2
TotalPoints 5
143
2.3 Materialtesting, Surveyand investigation equipmentand software proposed to beused
1.1 Available 2
2.1 Available 1
5.1 1-2project 1
144
S.No Description Maximum Sub-
Points Points
145
2.4. QualificationandCompetenceoftheKeyStaffforadequacyoftheAssignment.(Para12.2 of
DataSheetand EnclosureII ofTOR)
Lessthan 1Year 0
1-2years 5
more than 2 years 10
Total 100
146
2.4.2 HIGHWAYcumPAVEMENT ENGINEER
<80km 0
80km-150km 14
>150km-250km 17
>250km 19
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
III EmploymentwithFirm 10
Lessthan 1Year 0
1-2years 5
more than 2 years 10
Total 100
150
2.4.5 MATERIAL ENGINEERcumGEOTECHNICAL ENGINEERcumGEOLOGIST
Lessthan 1Year 0
1-2years 5
more than 2 years 10
Total 100
151
2.4.6 SENIORSURVEY ENGINEER
III EmploymentwithFirm 10
Lessthan 1Year 0
1-2years 5
more than 2 years 10
Total 100
152
2.4.7 ENVIRONMENTALSPECIALIST
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
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.
above
Design Engineer
3. Highway cumPavementEngineer
i) On behalfofConsultant: HighwayEngineer/HighwayDesign
Engineer/PavementEngineer.
i) On behalfofConsultant: MaterialEngineer/MaterialExpert/Geo
TechnicalEngineer
TechnicalEngineer/Manager(Material)
155
5. Traffic and Safety Expert
Expert
Engineer/Road SafetyExpert
6. SeniorSurvey Engineer
i) On behalfofConsultant: SeniorSurveyEngineer/SurveyEngineer/
SeniorSurveyor
SeniorSurveyor
7. EnvironmentalSpecialist
Specialist/EnvironmentalExpert
matter.
156
Appendix VI
DRAFT CONTRACT
AGREEMENT
Between
NHAI, Address
and
157
CONTENTS
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
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
160
DRAFTCONTRACTFORCONSULTANT’SSERVICES
161
INDIA
WHEREAS
(A) theClient hasrequested theConsultantsto providecertain consultingservicesasdefined in
theGeneral Conditionsattached tothisContract (hereinaftercalledthe“Services”);
162
Appendix F: MinutesofFinancial/ Contract Negotiations with theConsultant
Appendix-J: Minutesofthepre-bidmeeting
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:
(b) “Contract” means the Contract signed by the Parties, to which these General
ConditionsofContractareattached,togetherwithallthedocumentslistedinClause
1 ofsuch signed Contract;
“GC”meanstheseGeneral ConditionsofContract;
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.
1.7 Location
166
1.9 Authorized Representatives
Anyaction required or permittedto betaken, andanydocument required or permittedto be
executed, under thisContract bytheClient or theConsultantsmaybetakenorexecutedbytheofficials
specifiedin theSC.
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.
2.4 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.
2.7.5 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
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:
(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.
Uponterminationofthis ContractpursuanttoClauses2.9.1or2.9.2hereof,theClientshall
makethefollowingpaymentstotheConsultants(afteroffsettingagainstthesepaymentsany
amount that maybeduefrom theConsultantto theClient):
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
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.
3.3 Confidentiality
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
(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
(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.
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.
4.5.6IfanymemberoftheapprovedteamofaconsultantengagedbyNHAIleavesthat 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.
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
(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;
5.3 ChangeintheApplicableLaw
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.
(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.
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.
(d) TheClientshallcausethepaymentoftheConsultantsinPara6.4(b)aboveasgivenin
scheduleofpaymentwithinthirty (30)daysafterthereceiptby theClientofbills.Interestsat
theratespecifiedintheSCshallbecomepayableasfromtheaboveduedate onany amount dueby, but
notpaid on, such duedate.
7.1 General
7.2. RetentionMoney
7.3. Penalty
7.3.1. PenaltyforError/Variation
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
7.3.3 Total amount ofrecoveryfrom all penalties shall belimitedto 10% oftheConsultancy Fee.
8.1 GoodFaith
ThePartiesundertaketo act in good faith with respect toeach other’s rightsunder this Contract and
toadoptall reasonablemeasurestoensuretherealization oftheobjectives ofthisContract.
8.2 OperationoftheContract
9. SETTLEMENT OFDISPUTES
9.1 AmicableSettlement
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
- 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
1.4 Thelanguageis:English
1.6.1 Theaddressesare:
011-25074100/4200 Ext.-…..;
Email:ronhaibangalore@nhai.org
184
Fax:011-25093524
FortheConsultants:
Attention: Name
Designation
Address
Tel: Fax: E-mail address
1.8EntitytoActasMemberincharge(IncaseofJointVentureofConsultants)withorwithoutan
Associate:
- ………………………..
1.9 TheAuthorized Representativesare:
FortheClient : (-- )
Director,NHAI(-- )
2.1 Theeffectivenessconditionsarethefollowing:
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.
2.4 Thetimeperiodshallbe------monthsorsuchothertimeperiodasthepartiesmayagree in
writing.
(a) ExceptincaseofnegligenceorwillfulmisconductonthepartoftheConsultantsoronthe
partofanyperson orfirmactingon behalfof theConsultantsin carrying outtheServices,
the Consultants,withrespecttodamagecausedby
theConsultantstotheClient’sproperty,shall not beliableto theClient:
(b) ThislimitationofliabilityshallnotaffecttheConsultants’liability,ifany,fordamageto
ThirdPartiescausedby theConsultantsorany personorfirmactingonbehalfofthe
Consultantsin carryingout theServices.
(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.
ServiceTax)
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.
(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.
9.2.3 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:
188
allpurposes;and
[Note:English languagemaybe changed to anyother Language,
with the agreement ofboth theParties.]
Inexceptionalcases,suchascasesinvolvingmajorlegalimplications/widerramifications/higher
financialstakesetc., aspecialfeestructure couldbefixedinconsultationwiththeContractor/
SupervisionConsultantsandwiththespecificapprovalof theNHAIbeforeappointmentof
theArbitrator.
189
Appendix A
190
Appendix B
191
Appendix C
192
Appendix D
193
Appendix E
Cost Estimate
194
Appendix F
195
Appendix G: Copy ofletterofinvitation
196
Appendix H: Copy ofletterofacceptance
197
Appendix-I
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,
c) WeareliabletopaytheguaranteedamountoranypartthereofunderthisBank
Guaranteeonlyandonlyifyouserveuponusawrittenclaimordemandonor
before……………(dateof expiryof Guarantee).
(Signatureof theAuthorisedOfficial)
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
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
200
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
201
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
202
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
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
204
Details /
S. No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
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
206
Details /
S. No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
207
Details /
S. No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
208
Details /
S. No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
209
Details /
S. No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
210
Details /
S. No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
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
212
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
213
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
214
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
215
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
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
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
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
219
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
220
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
221
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
222
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
223
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
224
Details /
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
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
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
228
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
229
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
230
Annexure III: Checklists for Structures such as ROB/ RUB
General Details
Project Name
Consultant's Name
Date of Review
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Project description
2.4 · Existing LC number Yes ☐ No ☐ NA ☐
· Start and End Chainage
· Village/District
Project location map
231
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
232
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
233
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
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
236
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
· 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
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
238
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
239
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
240
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
241
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
17 Strip Plan NA
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
243
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
244
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
245
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
246
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
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
Project description
1.1 · Existing LC number Yes ☐ No ☐ NA ☐
· Start and End Chainage
· Village/District
Project location map
248
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
· 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
250
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
251
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Width of ROB
· 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
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
253
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
254
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Foundation
Substructure
Superstructure
Total-ROB Portion
2 Cost of Viaduct
Foundation
Substructure
Superstructure
Total-Viaduct
4 Cost of RE Wall
255
S. No. Particulars Cost Estimate(in '000)
6 Miscellaneous Costs
Cost of Subway
Cost of Culverts
7 Contingencies @x%
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
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
258
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
259
Details/
S. No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
260