You are on page 1of 290

(MinistryofRoadTransport&Highways)

Government ofIndia

NITNo. 07/2023-24
Consultancy Services for:- Preparation of DPR‟s for various
work on NH -89, NH – 62 & NH – 65.
(A). Construction of LHS at level crossing (LC No. 64) (Manasar
Phatak) at Km 172.990 on NH-65 in Nagaur City in the state of
Rajasthan.
(B) Construction of LHS at level crossing (LC No. C-61) (Bikaner
Phatak) km 165.550 on NH-89 in Nagaur City in the state of
Rajasthan.
(C). Construction of LHS at level crossing (LC No. C-06) at
Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the
state of Rajasthan
(D). Construction of Low height subway/RUB Near Proposed
ROB at Railway Km. 503/0-1 (LC No-85) on NH-89..

REQUESTFORPROPOSAL(RFP)

<August,2023>

ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur

1
INDEX

S Content
l
.
N
o
.
1 NoticeInvitingTender(NIT)
2 LetterofInvitation
3 Annex-I:DetailsoftheProposedStretch
4 Annex-
II:ProcedureofAssessmentofLeastCosttoChiefEngineer(NH),PWDRajasthan,Jaco
bRoad,Jaipurunderspecialcircumstances
5 DataSheet
6 Appendix-I:TermsofReference
7 Supplement-I:AdditionalRequirementsforHillRoads
8 Supplement-II:AdditionalRequirementsforBridges
9 Supplement-III:Additionalrequirementforsafetyaudit
1 Enclosure-I:ManningSchedule
0
1 Enclosure-II:QualificationRequirementsofKeyPersonnel
1
1 Enclosure-
2 III:ScheduleforSubmissionofReportsandDocumentsandformatofsubmissiono
freportsanddocuments.
1 Enclosure-IV:Formatforsubmissionofreportsanddocuments
3
1 Appendix–II:FormatsforEligibility
4
1 Appendix-III:FormatsforTechnicalProposals
5
1 Appendix-IV:FormatsforFinancialProposals
6
1 Appendix-V:DetailedEvaluationCriteria
7
1 Appendix-VI:DraftContractAgreement
8
1 Appendix–
2
9 VII:DPRChecklistfor8stages[Stage1:InceptionReport,Stage2:FeasibilityReport,St
age3:LA&ClearancesI,Stage4:DetailedProjectReport,Stage5:TechnicalSchedules,
Stage6:LA&ClearancesII]:Stage7:AwardDetermination(Structures),Stage8:Land
PossessionReport
(Structures)
2 Appendix-VIII:SampleExecutiveSummaryofDetailedProjectReport
0

Letterof Invitation(LOI)

<Reference> Dated:<Date>

Dear Sir,

Sub: :Consultancy Services for:- Preparation of DPR‟s for various work on NH -89, NH – 62 & NH –
65. (A). Construction of LHS at level crossing (LC No. 64) (Manasar Phatak) at Km 172.990 on NH-65
in Nagaur City in the state of Rajasthan. (B) Construction of LHS at level crossing (LC No. C-61)
(Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the state of Rajasthan.(C). Construction of
LHS at level crossing (LC No. C-06) at Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the
state of Rajasthan (D). Construction of Low height subway/RUB Near Proposed ROB at Railway Km.
503/0-1 (LC No-85) on NH-89..

1. Introdu
ction

The <Chief Engineer (NH), PWD Rajasthan, Jacob Road, Jaipur > has been entrusted with
theassignment of <Consultancy Services for:- Preparation of DPR‟s for various work on NH -89, NH –
62 & NH – 65. (A). Construction of LHS at level crossing (LC No. 64) (Manasar Phatak) at Km 172.990
on NH-65 in Nagaur City in the state of Rajasthan. (B) Construction of LHS at level crossing (LC No.
C-61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the state of Rajasthan.(C).
Construction of LHS at level crossing (LC No. C-06) at Deshnok km 248.820 on NH-62 Nagaur-
Bikaner section in the state of Rajasthan (D). Construction of Low height subway/RUB Near Proposed
ROB at Railway Km. 503/0-1 (LC No-85) on NH-89..

now invites proposal from Technical consultants for carrying out detailedprojectreportasperdetailsgiveninAnnexure-
1.

AbriefdescriptionoftheassignmentanditsobjectivesaregivenintheAppendix-I,“TermsofReference”.

The<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur>invitesProposals(the“Proposals”)throughe-
tender(on‐ linebidsubmission)forselectionofTechnicalConsultant (the “Consultant”) who shall prepare detailed
3
project report (DPR). Theconsultantshouldhave
expertiseincarryingoutsimilarkindofjob,insimilargeographicallocation(particularlyforhillroadprojects).Consulta
ntsareherebyinvitedtosubmitproposalinthemannerasprescribedintheRFPdocument.

A Consultant with “a Particular Team” may submit proposals for more than
onepackage.However,aConsultantisnotallowedtobidforapackagewithmorethanoneteam. For the sake of clarity,
it is mentioned that one consultant cannot submit
twoproposals/bidsforthesamepackage.Aconsultant(eitherassoleorasinJV/Association)canbeawardedonlyupto2
packages.AConsultantwith “aParticularTeam”may submit only one“proofofeligibility
(Part1)”and“TechnicalProposal(PartII)”for any number of packages applied for by them. However, the
packages for which aConsultantwith“aParticularTeam”appliesshouldbeclearlymentioned.

Financialproposalforeachpackagearetobesubmittedseparately.Financialproposalisonly to be submitted online


and no hard copy of the financial proposal should
besubmitted.Themostpreferredbidder(H‐ 1)foreachpackagewouldbedeterminedonthebasisofQualityandCostas
mentionedintheRFP.AwardofworktoaConsultantwith“aParticular Team”eitheras soleoras
inJV/Associationshallbelimitedtoonepackageonly.Jointventureshallnothavemorethantwofirms.

Incase,aConsultantwith“aParticularTeam”turnsouttobethemostpreferredbidder(H‐ 1)inmorethanonepackage,th
epackagewhichistobeawardedtothisConsultantwith“aParticularTeam”shallbedeterminedonthebasisofleastcostt
o<Chief Engineer (NH), PWD Rajasthan, Jacob Road, Jaipur > considering the
financialquoteofH‐ 1bidderandH‐ 2bidderlimitedtothosepackages,whichshallbeworkedoutaspertheprocedureg
ivenintheRFP.Theconsultantsareherebyinvited
The consultants shall submit proposals either in sole capacity or in JV or in Association. In case of Joint
Venture, the maximum number of Joint Venture partners is limited to2 (i.e. one lead + 1 JV partner). The
Applicant whether a sole applicant or joint venture may include an Associate company also. 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.

To obtain first hand information on the assignment and on the local conditions, the consultants are encouraged
to pay a visit to the client, local State PWDs and the project site before submitting a proposal and attend a
pre‐ proposal conference. They must fully inform themselves of local and site conditions and take them into
account in preparing the proposal.
Financial Proposals will be opened only for the firms found to be eligible and scoring qualifying marks in
accordance with Para 5 hereof. The consultancy services will be awarded to the highest ranking consultant on
the basis of Quality and Cost.

Please note that (i) costs of preparing the proposal and of negotiating the contract, including visits to the Client,
etc., are not reimbursable as a direct cost of the assignment; and (ii) Client is not bound to accept any of the
proposals submitted and reserve the right to reject any or all proposals without assigning any reasons.

The proposals must be properly signed as detailed below:

i. by
the proprietor in case of a proprietary firm
ii. by
the partner holding the Power of Attorney in case of a firm in partnership (A certified copy of
the Power of Attorney on a stamp paper of Rs. 100 and duly notarized shall accompany the

4
Proposal).
iii. by a
duly authorized person holding the Power of Attorney in case of a Limited Company or a
corporation (A certified copy of the Power of Attorney on a stamp paper of Rs. 100 and duly
notarized shall accompany the proposal).

iv. by
the authorized representative in case of Joint Venture.
In case a Joint Venture/Association of firms, the proposal shall be accompanied by a certified copy of legally
binding Memorandum of Understanding (MOU) on a stamp paper of Rs.100, signed by all firms to the joint
venture confirming the following therein:
i. Date
and place of signing

ii. Purp
ose of Joint Venture/Association (must include the details of contract works for which the
joint venture has been invited to bid)
iii. A clear and definite description of the proposed administrative arrangements for the management
and execution of the assignment. Name of Lead Firm and other partner of JV should be clearly
defined in the MOU
iv. Delineation of duties/ responsibilities and scope of work to be undertaken by each firm along with
resources committed by each partner of the JV/Association for the proposed services
v. An undertaking that the JV firms are jointly and severally liable to the Employer for the
performance of the services

vi. Th
e authorized representative of the joint venture/Association shall give a Letter of Association, MOU as
in i) to vi above except v, letter of Authorization, copies of GPA/SPA for the person signing the
documents and a certificate of incorporation.

In case of Joint venture, one of the firms which preferably have relatively higher experience, will act as
the lead firm representing the Joint Venture. The duties, responsibilities and powers of such lead firm
shall be specifically included in the MOU /agreement. It is expected that the lead partner would be
authorized to incur liabilities and to receive instructions and payments for and on behalf of the Joint
Venture. Payment to be made to the JV can also be made to the account of the JV. For a JV to be eligible
for bidding, the experience of lead partner and other partner should be as indicated in data sheet.

A firm can bid for a project either as a sole consultant or in the form of joint venture with other
consultant or in association with any other consultant. However, alternative proposals i.e. one as sole or
in JV with other consultant and another in association / JV with any other consultant for the same
package will be summarily rejected. In such cases, all the involved proposals shall be rejected.

Pre proposal conference shall be held on the date, time and venue given in Data Sheet.

The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice tothe < Chief Engineer (NH), PWD Rajasthan, Jacob Road, Jaipur>
any other right or remedy hereunder or in law or otherwise, the Applicant shall be debarred from
participating in the future projects of the < Chief Engineer (NH), PWD Rajasthan, Jacob Road, Jaipur >
in the following situations 6
5
(a) If an Applicant withdraws its Proposal during the period of its validity as specified in
this RFP and as extended by the Applicant from time to time.

(b) In the case of a Selected Applicant, if the Applicant fails to sign the Agreement.

2. Documents

To enable you to prepare a proposal, please find and use the attached documents listed in the Data
Sheet.
Consultants requiring a clarification of the documents must notify the Client, in writing, by <AS per
NIT>. Any request for clarification in writing or by telefax/e‐ mail must be sent tothe Client‟s address
indicated in the Data Sheet. The Client will upload replies to pre-bid queries on its website.
At any time before the submission of proposals, the Client may, for any reason, whether at itsown
initiative or in response to a clarification requested by a Consulting firm, modify the Documents by
amendment or corrigendum. The amendment will be uploaded on < Chief Engineer (NH), PWD
Rajasthan, Jacob Road, Jaipur> website. The Client may at its discretion extend the deadline for the
submission of proposals and the same shall also be uploaded on < Chief Engineer (NH), PWD
Rajasthan, Jacob Road, Jaipur > website.
3. Preparat
ion of Proposal
The proposal must be prepared in three parts viz. Part 1: Proof of eligibility

Part 2: Technical Proposal Part

3: Financial Proposal

Document in support of proof of eligibility

The minimum essential requirement in respect of eligibility has been indicated in the Data Sheet. The
proposal found deficient in any respect of these requirements will not be considered for further
evaluation. The following documents must be furnished in support of proof of eligibility as per Formats
given in Appendix‐ II:

(i) Forwarding letter for Proof of Eligibility in the Form E1.

(ii) Firm‟s relevant experience and performance for the last 7 years: Project sheets in support of
relevant experience as per Form‐ E2/T3 supported by the experience certificates from clients in
support of experience as specified in data sheet for the project size preferably in terrain of similar
nature as that of proposed project shall be submitted on Infracon portal in input data sheet.
Certificate should indicate

(iii) clearly the firms Design/DPR experience, in 2/4‐ /6‐ laning of highway, structures like bridges,
Viaducts, tunnels, hill slope stabilization, rock bolting, ground improvement, etc. Scope of
services rendered by the firm should be clearly indicated in the certificate obtained from the
client. The information given in Form E2/T3 shall also be considered as part of Technical
Proposal and shall be evaluated accordingly. The Consultants are therefore advised to see
carefully the evaluation criteria for Technical Proposal and submit the Project Sheets accordingly.

The above details are to be submitted through INFRACON only.

(iv) Firm‟s turnover for the last 5 years: A tabular statement as in Form E3 showing the turnover of
the applicant firm(s) for the last five years beginning with the last financial year certified by the

6
Chartered Account along with certified copies of the audit reports shall be submitted in support
of the turnover shall be submitted on Infracon Portal in input data sheet.

The above details are to be submitted through INFRACON only.


(v) Documentfee:Costofthe DocumentintheformofaNon‐ refundabledocument fee ofRs.5,000
(Rupees Five Thousand only)online paymentpayable toin favourof RegionalPay and Account
OfficerMoRTH JaipurthroughBharatkoshPortal(www.bharatkosh.gov.in).

(vi) Deleted

(vii) Power of Attorney on a stamp paper of Rs.100 and duly notarized authorizing to submit the
proposal.

(viii) I
n case of Joint Venture/ Association of firms, the proposal shall be accompanied by a certified copy
of legally binding Memorandum of Understanding (MOU) on a stamp paper of Rs.100, signed by all
firms to the joint venture/ Association as detailed at para 1.8.2 above.
The minimum essential requirement in respect of eligibility has been indicated in the data sheet, the
proposal found deficient in any respect of these requirements will not be considered for further
evaluation.

Technical Proposal

You are expected to examine all terms and instructions included in the Documents. Failure to
provide all requested information will be at your own risk and may result in rejection of your
proposal.

During preparation of the technical proposal, you must give particular attention to the following:

Total assignment period is as indicated in the enclosed TOR. A manning schedule in respect of
requirement of key personnel is also furnished in the TOR which shall be the basis of the
financial proposal. You shall make your own assessment of support personnel both technical and
administrative to undertake the assignment. Additional support and administrative staff need to be
provided for timely completion of the project within the total estimated cost. It is stressed that the
time period for the assignment indicated in the TOR should be strictly adhered to.

The technical proposal shall be submitted strictly in the Formats given in Appendix‐ III and shall
comprise of following documents:

i) Forwarding letter for Technical proposal duly signed by the authorized person on
behalf of the bidder, as in Form‐ T‐ 1

ii) Details of projects for which Technical and Financial Proposals have been submitted
by a Consultant with a particular Team as in Form‐ T‐ 2

iii) Firm‟s references ‐ Relevant Services carried out in the last seven years as per
Form‐ E2/T‐ 3. This information submitted as part of Proof of Eligibility shall be evaluated and
need not be submitted again as a part of the Technical proposal.

The above details are to be submitted through INFRACON only.

iv) Site Appreciation: limited to four A4 size pages in 1.5 space and 12 font including

7
photographs, if any (Form‐ T‐ 4).

v) The composition of the proposed Team and Task Assignment to individual


personnel: Maximum three pages (Form‐ T‐ 5).

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: The proposed methodology should be accompanied by the consultant‟s initial
view, key challenges they foresee and potential solutions suggested regarding: a) proposed alignment
and bypass required, b) land acquisition requirements, c)access control, rehabilitation of existing road,
drainage and utilities, d) adoption of superior technology along with proof: limited to six A4 size
pages in 1.5 space and 12 font including photographs, if any for items a to c, (Form‐ T‐ 6) and
information in Form‐ T‐ 8 (as covered in para viii below) for item d

vi) T
he proposal should clearly identify and mention the details of Material Testing lab facilities to be used
by the Consultants for the project (Form‐ T‐ 7). In this connection, the proposals of the Consultants to
use in‐ house lab facilities up to a distance of maximum 400 km from the project site being feasible
would be accepted. For all other cases suitable nearby material Testing Laboratory shall be proposed
before Contract Agreement is executed.

vii) 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‐ 8.

(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
before award of the work. For out‐ sourced services, proposed firms/consultants should have such
experience on similar projects

viii) Details of office equipment and software owned by the firm in Form‐ T9

ix) CVs of following 4 (four) Key Personnel‟s may be submitted only through Infracon in
Form–T‐ 10

[Team Leader cum Senior Highways Engineers, Senior Bridge Engineer, Highway cum Pavement
Engineer & Traffic / Road Signage / Marking and Safety Expert in case of Normal Highway Project]

[Team Leader cum Senior Bridge Engineer, Highway cum Pavement Engineer, Bridge/Structural
Engineer & Material cum Geo‐ Technical Engineer Geologist in case of Standalone Bridge Project]

[Team Leader cum Senior Tunnel Expert, Tunnel Design Expert, Senior Geo Physicist & Senior
Geotechnical Engineer in case Standalone Tunnel Project].

For remaining key personnels, the CVs need to be submitted for approval prior to signing of contract.
CVs of KeyPersons:
x) T

8
he CVs of the four key personnel as mentioned in para 3.2.3 (x) above in the format as per Form T‐ 10 is to
be furnished on Infracon portal. It may please be ensured that the format is strictly followed and the
information furnished therein is true and correct. The CV must indicate the work in hand and the
duration till which the person will be required to be engaged in that assignment. The Firm shall ensure
that details furnished in theCV by the personnel are correct. If any information is found incorrect, at
anystage,actionincludingterminationanddebarmentfromfuture<ChiefEngineer (NH), PWD Rajasthan,
JacobRoad, Jaipur > projects for a
minimumperiodof2yearsmaybetakenby<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur>onthepers
onnelandtheFirm.

ii. T
heminimumrequirementsofQualificationandExperienceofallkeypersonnel are listed in Enclosure‐ II of
TOR. CV of a person who does not meetthe minimum experience requirement as given at enclosure‐ II of
TOR shall beevaluated and the marks obtained shall be taken into consideration
duringevaluationofTechnicalProposal(except Teamleader).Howeverifafirmwithsuch key personnel is
declared the “most preferred bidder” for a
particularpackage,suchkeypersonnelshouldbereplacedbeforesigningofcontractwitha person meeting
requirements of Qualification and Experience as given atenclosure-II of TOR and whose CV secures 75%
marks and above. If someproposed key personnel does not possess the minimum (essential)
educationalqualification as given at enclosure‐ II of TOR, Zero marks shall be assigned tosuch CV and
such CV shall not be evaluated further. The CV of the
proposedTeamLeadershouldscoreatleast75%marksotherwisetheentireproposal shall be considered to
have failed in the evaluation of TechnicalProposalsandshallnot
beconsideredforopeningofFinancialProposals.
iii. [TeamLeader,HighwaycumPavementEngineer,SeniorBridgeEngineer,Geo‐ technical
cummaterialengineerSeniorSurveyEngineer,TunnelDesignExpert,Senior Geotechnical Engineer and Senior

Geo Physicist]* should be availablefrombeginning ofthe project.OtherKeyPersonnel with intermittent


input are allowed
tobedeployed/proposedin2teamsatatime.IfsameCVissubmittedbytwoormorefirms,zeromarksshallbegiv
enforsuchCVforallthefirms.
iv. The availability of key personnel must be ensured for the duration of projectas per
proposed work programme. If a firm claims that a key personnelproposed by them is a permanent
employee of the firm (the personnel shouldhave worked in the firm continuously for a period of at least 1
year), acertificate totheeffect befurnishedbythefirm.
v. T
he age limit for key personnel is 65 years as on the date of bid submission.The proof of age and
qualification of the key personnel must be furnished inthetechnicalproposal.
vi. A
n undertaking from the key personnel must be furnished that he/she will beavailable for entire duration
of the project assignment and will not
engagehimself/herselfinanyotherassignmentduringtheperiodofhis/herassignmentontheproject.Afterthea
wardofwork,incaseofnon‐ availabilityof key personnel in spite of his/her declaration, he/she shall be
debarred foraperiodoftwoyearsforallprojectsof<ChiefEngineer(NH),PWDRajasthan,Jacob
Road,Jaipur>.
vii. Age limit for supporting staff to be deployed on project is 65 years as on thedateofbidsubmission.

9
viii. Good working knowledge of English Language is essential for key professional staff on this assignment.
Study reports must be in English Language.

ix. Photo, contact address and phone/mobile number of key personnel should be furnished in the CV.
x. Availability of few key personnel engaged for preparation of Detailed Project Report for the envisaged
project may be ensured during first 3 to 4 months after start of the civil work at site during the period of
survey and review of DPR by the Supervision consultant/Authority Engineer. For this purpose, payment
shall be made as per actual site deployment of the key personnel at the man month rates quoted by the
firm in their financial proposal.

xi. It may please be noted that in case the requirement of the „Experience‟ of the firm/consortium as
mentioned in the “Proof of Eligibility‟ is met by any foreign company, their real involvement for the
intended project shall be mandatory. This can be achieved either by including certain man‐ months input
of key experts belonging to the parent foreign company, or by submitting at least the draft feasibility
report and draft DPR duly reviewed by the parent firm and their paying visit to the site and interacting
with <ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur>.Incaseofkeypersonnelproposed by the
foreign company, they should be on its pay roll for at leastlastsixmonths(fromthedateofsubmission).
xii. Incaseafirmisproposingkeypersonnelfromeducational/researchinstitutions,a„NoObjection Certificate‟
from the concerned institutionshould be enclosed with the CV of the proposed key personnel committing
hisservicesfortheinstantproject.
Thetechnicalproposalmustnotincludeanyfinancial information.
FinancialProposal
TheFinancialproposalshouldincludethecostsassociatedwiththeassignment.Theseshallnormallycover:remun
erationforstaff(foreignandlocal,inthefield,officeetc.),accommodation,transportation,equipment,printingofd
ocuments,surveys,geotechnicalinvestigationsetc.Thiscostshouldbebrokendownintoforeignandlocalcosts.Y
ourfinancialproposalshouldbepreparedstrictlyusing,theformatsattachedinAppendix–
IV.Yourfinancialproposalshouldclearlyindicatetheamountaskedforbyyouwithoutanyassumptionsofconditi
onsattachedtosuchamounts.ConditionalofferortheproposalnotfurnishedintheformatattachedinAppendix‐ I
Vshallbeconsiderednon‐ responsiveandisliabletobe rejected.
Thefinancialproposalshalltakeintoaccountalltypesofthetaxliabilitiesandcostofinsurance
specifiedintheDataSheet.

Costsshallbeexpressedin IndianRupeesin
caseofdomesticaswellasforforeignConsultant.ThepaymentsshallbemadeinIndianRupeesbythe<ChiefEngi
neer(NH),PWDRajasthan,JacobRoad,Jaipur>andtheConsultantthemselveswouldberequiredtoobtainforeign
currencytotheextentquotedandacceptedby<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur>.Rateforf
oreignexchangeforpaymentshallbeattherateestablishedbyRBIapplicableatthetimeofmakingeachpaymentins
tallment on items involving actual transaction in foreign currency. No compensation done to fluctuation
of currency exchange rate shall be made.
Consultantsarerequiredtochargeonlyrentalofequipments/software(s)usesoasto
Economizeintheirfinancialbid.
4. S
ubmission ofProposals

The Applicants shall submit the proposal (Proof of Eligibility and Technical Proposal)comprising the
documents as mentioned under clause 3.1.1 and 3.2.3 respectively tomeet the requirements of „Proof of
Eligibility‟ and „Technical Proposal‟ online only. AConsultant with “a Particular Team” may submit only
one proposal of “proof ofeligibility (Part 1 Para 5.1 i, ii &vii)” and “Technical Proposal (Part II)” to <
10
ChiefEngineer (NH), PWD Rajasthan, Jacob Road, Jaipur > for all the packages applied bythem with a
particular team on or before the deadline of submission of bids.
Aconsultantcanapplyforaparticularpackagewithoneteamonly.Thepackagesforwhicha Consultant with “a
Particular Team” applies should be clearly mentioned in theirproposal. However, Consultants are
required to submit a copy of Proof of Eligibilityand Technical Proposal online separately for each package.
Financial proposal foreachpackagearetobesubmitted separately. Financial proposal are only to
besubmittedonlineandnohardcopyofthefinancialproposalshouldbesubmitted.

Thedocumentlistedinpara3.1.1(iv),(vi),(vii)shallbesubmittedinoriginalbytheH‐ 1biddertotheAuthorityb
eforeissueofLOA.

T
he proposal must be prepared in indelible ink and must be signed by the authorizedrepresentative of
the consultants. The letter of authorization must be confirmed by awritten power of attorney
accompanying the proposals. All pages of the Proof
ofEligibilityandTechnicalProposalmustbeinitialedbythepersonorpersonssigningtheproposal.

T
he proposal must contain no interlineations or overwriting except as necessary tocorrect errors made
by the Consultants themselves, in which cases such
correctionsmustbeinitialedbythepersonorpersonssigningtheproposal.

Y
our proposal must be valid for the number of days stated in the Data Sheet from
theclosingdateofsubmissionofproposal.
5. P
roposalEvaluation

StageI‐ ProofofEligibility

TheproposalswouldbeevaluatedbyaCommitteeconstitutedby<ChiefEngineer(NH),PWD Rajasthan,
Jacob Road, Jaipur>. A three‐ stage procedure will be adopted
inevaluatingtheproposal.Inthefirststage‐ ProofofEligibility,itwillbeexaminedastowhether:

i) Theprop
osalisaccompaniedbyDocumentfee

ii) T
he Proposal is accompanied by Bid Security of required value and of validity equal or more than
the minimum required validity

iii) T
he firms(s) have required experience

iv) T
he firms(s) have required turnover

v) T
he documents are properly signed by the authorized signatories and whether the proposal
contains proper POA as mentioned at para 1.8.1 above

vi) The
proposals have been received on or before the dead line of submission.
vii) I

11
n case a Joint Venture/Association of firms, the proposal shall be accompanied by a certified
copy of legally binding Memorandum of Understanding (MOU) on a stamp paper of Rs.100,
signed by all firms to the joint venture/Association as detailed at para 1.8.2 above
In case answers to any of the above items is „No‟ the bid shall be declared as non‐ responsive
and shall not be evaluated further.
A Consultant satisfying the minimum Eligibility Criteria as mentioned in the Data sheet and
who had submitted the above mentioned documents shall be declared “pass” in Proof of
Eligibility and the Technical Proposals of only those consultants shall be opened and evaluated
further.

StageII Technical evaluation

In the second stage the Technical proposal shall be evaluated as per the
detailedevaluationcriteriagiveninData Sheet.

Aproposalsecuring75pointsshallbedeclaredpassintheevaluation

TechnicalProposal.Thetechnicalproposalshouldscoreatleast75pointsoutof100tobeconsideredforfinan
cialevaluation.TheCVoftheproposedTeamLeadershouldscoreatleast75%marksotherwisetheentirepr
oposalshallbeconsideredtohavefailedintheevaluationofTechnicalProposalsandshallnotbeconsideredf
oropeningofFinancial Proposals.

StageIII EvaluationofFinancialProposal

In case for a particular package, only one firm is eligible for opening of
FinancialProposals,theFinancialProposalshallnotbeopened,thebidsforthatpackageshallbecancelledand
<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur>shallinvitefresh bids for this package. For
financial evaluation, total cost of financial proposalexcluding Goods & Service Tax shall be considered.
Goods & Service Tax shall bepayableextra.

Theevaluationcommitteewilldeterminewhetherthefinancialproposalsarecomplete(i.e.whethertheyhavei
ncludedcostofallitemsofthecorrespondingproposals;ifnot,thentheircostwillbeconsideredasNILbuttheco
nsultantshallhoweverberequiredtocarryoutsuchobligations
withoutanycompensation.Incase,ifclientfeelsthatthework cannot be carried out within overall cost of
financial proposal, the proposal can be rejected. The client shall correct any computational errors and
correct prices in various currencies to the single currency specified in Data Sheet. The evaluation shall
exclude those taxes, duties, fees, levies and other charges imposed under the applicable law & applied
to foreign components/ resident consultants.
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.
The lowest financial proposal (FM) will be given a financial score (SF) of 100 points. The financial
scores of other proposals will be computed as follows:

SF=100xFM/F

(SF = Financial Score, FM= Amount of lowest bid, F= Amount of financial


proposalconvertedinthecommoncurrency)
CombinedevaluationofTechnicalandFinancialProposals.

Proposalswillfinallyberankedaccordingtotheircombinedtechnical(ST)andFinancial(SF)scoresusingthew

12
eightsindicatedintheDataSheet:

S=STxT+SFxf

Where,

S=CombinedScore,

ST=TechnicalScoreoutof100SF=FinancialScoreoutof100

Tandfarevaluesofweightagefortechnicalandfinancialproposalsrespectivelyasgivenin theDataSheet.

MostPreferredBidder(H-1).

Foraparticularpackage,aConsultantwitha“particularTeam”havingthemaximumCombinedscore(S)shallb
edeclaredasthemostpreferredbidder(H-1).
In case work has to be awarded for multiple packages, award of work to a Consultantwith “a
Particular Team” either as sole or as in JV/Association shall be limited to onepackage only. At first,
Consultants who become H‐ 1 in one package each shall
beassignedtherespectivepackage.ThenpackagesinwhichaConsultantwith“aParticularTeam”turnsouttob
ethemostpreferredbidder(H-
1)inmorethanonepackageshallbeconsidered.Incase,aConsultantwith“aParticularTeam”turnsouttobethe
mostpreferredbidder(H‐ 1)inmorethanonepackage,thepackagewhichistobeawardedtothis team of a
consultant shall be determined on the basis of least cost to
<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur>consideringtheFinancialQuoteofH‐ 1 bidder
and H‐ 2 Bidder limited to those packages. Procedure to be followed
forawardingworkbasedonQCBSincludingassessmentofleast costto<ChiefEngineer (NH), PWD
Rajasthan, Jacob Road, Jaipur > under special circumstances i.e. When a Consultant with “a Particular
Team” turns out to be the most preferred bidder (H‐ 1) in more than one package is given at given at
Annex‐ II.
6. P
erformanceSecurity
The consultantwillfurnishwithin 15daysof the issueofLetterof
Acceptance(LOA),anunconditionalBankGuaranteeequivalentto10%ofthetotalcontractvaluefromaNatio
nalizedBank,IDBIorICICI/ICICIBank/ForeignBank/EXIMBank/AnyScheduledCommercialBankappr
ovedbyRBIhavinganetworthofnotlessthanRs.1000croreasperlatestAnnualReportoftheBank.Inthecaseofa
ForeignBank(issuedbyaBranchinIndia)thenetworthinrespectofIndianoperationsshallonlybetakenintoacc
ount.IncaseofForeignBank,theBGissuedbyForeignBankshouldbecounterguaranteedbyanyNationalized
BankinIndia.IncaseofJV,theBGshall befurnishedonbehalf
oftheJVorbytheleadmemberoftheJVsforanamountequivalentto10%ofthetotalcontractvaluetobereceived
byhimtowardsPerformanceSecurityvalidforaperiodofthreeyearsbeyondthedateofcompletionofservices,
orendofcivil works contract, whicheverearlier.TheBank Guaranteewill be released
by(NH),PWDRajasthan,JacobRoad,Jaipur>uponexpiryof3yearsbeyondthedateofcompletionofservices
,orendofcivilworkscontract,whichever rectification of errors if any,found during implementation of
the contract for civil
ea
<
workandsatisfactoryreportby<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur>in this regard is
issued. However, if contract is foreclosed / terminated by<
ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur>atInceptionStage,withnofaultofConsultant,Perf
ormanceSecurityshallbereleasedwithinthreemonthsfromdateofforeclosure/termination.
13
Further,incasewherethebidofthesuccessfulconsultingfirmislessthan85%oftheaverage of all bids
received, the successful consulting firm shall have to submit anAdditional Performance Security (APS)
in the form of a Bank Guarantee for 30% of
thedifferentialvaluebetweenthesuccessfulbidandaverageofallthebidsreceived.TheBGshallbevalidforape
riodof[xx+2]monthsi.e.upto2monthsbeyondtheexpiryoftheContractof[xx]months.Theotherrequirement
sofAPSaresameasthoseofPerformanceSecurity.

IntheeventtheConsultantfailstoprovidethesecuritywithin15daysofdateofLOA,itmayseekextensionoftime
foraperiodof15(Fifteen)daysonpaymentofdamagesforsuch extended period in a sum of calculated at
the rate of 0.05% (Zero Point Zero
FivePercent)oftheBidpriceforeachdayuntiltheperformancesecurityisprovided.Fortheavoidance of doubt
the agreement shall be deemed to be terminated on expiry ofadditional15daystimeperiod.

Notwithstanding anything to the contrary contained in this Agreement, the


PartiesagreethatintheeventoffailureoftheConsultanttoprovidethePerformanceSecurityinaccordance
with the provisions of Clause 6.1 and 6.2 within the time specified
thereinorsuchextendedperiodasmaybeprovidedbytheAuthority,inaccordancewiththe
provisionsofClause6.3,allrights,privileges,claimsandentitlementsoftheConsultantunderorarisingoutofth
isAgreementshallbedeemedtohavebeenwaivedby,andtohave ceased with the concurrence of the
Consultant and the LoA shall be deemed
tohavebeenwithdrawnbymutualagreementoftheParties.Authoritymaytakeactiontodebarsuchfirmsforfut
ureprojectsforaperiodof1‐ 2year.
7.
Penalty
The consultant will indemnify for any direct loss or damage that accrue due
todeficiencyinservicesincarryingoutDetailedProjectReport.Penaltyshallbeimposedonthe consultants for
poor performance/ deficiency in service as expected from
theconsultantandasstatedinGeneralConditionsofContract.
8. A
wardofContract

TheClientshallissueletterofawardtoselectedConsultantandasktheConsultanttoprovide Performance
Security as in Para 6 above. If the selected Consultant fail
toprovideperformancesecuritywithintheprescribedtimeortheConsultantfailtosigntheContract
Agreement within prescribed time, the Client may invite the 2 nd highestranking bidder Consultant
and follow the procedure outlined in Para 8 and 9 of thisLetterofInvitation.

9. S
igningofContractAgreement

Afterhavingreceivedtheperformancesecurityandverifiedit,theClientshallinvitetheselected bidder for


signing of Contract Agreement on a date and time convenient
tobothpartieswithin15daysofreceiptofvalidPerformanceSecurity.

10. TheClient shallkeep thebidders informed during then tire biddingprocessandshallhostthe


followinginformationonits website:

i) N
oticeInvitingTender(NIT)

14
ii) R
equestForProposal(RFP)

iii) R
epliestopre-bidqueries,ifany

iv) A
mendments/corrigendumtoRFP

v) L
istofbidderswhosubmittedthebidsuptothedeadlineofsubmission

vi) L
istofbidderswhodidnotpasstheeligibilityrequirements,statingthebroad deficiencies

vii) L
istofbidderswhodidnotpasstheTechnicalEvaluationstatingthereasons.

viii) L
istofbiddersalongwiththetechnicalscore,whoqualifiedforopeningthefinancialbid

ix) F
inalScoreofqualifiedbidders

x) N
ameofthebidderswhoisawardedtheContract

11. Itisthe<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur>policythattheconsultantsobservethehig
heststandardofethicsduringtheselectionandexecutionofsuchcontracts.Inpursuanceofthispolicy,the
<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur>:

(a) Defines,
for the purpose of this paragraph, the terms set forth below as follows:

(i) “
corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly,
of anything of value to influence the action of a public official in the selection process or
in contract execution;

(ii) “
fraudulent practice” means a misrepresentation or omission of facts in order to influence
a selection process or the execution of a contract;

(iii) “
collusive practices” means a scheme or arrangement between two or more consultants
with or without the knowledge of the Client, designed to establish prices at artificial,
non-competitive levels;

(iv) “
coercive practices” means harming or threatening to harm, directly or indirectly, persons
or their property to influence their participation in a procurement process, or affect the
execution of a contract.

(b) w
ill reject a proposal for award if it determines that the Consultant recommended for award has,
15
directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in
competing for the contract in question;

(c) w
illed clareafirm ineligible, either indefinitely or for a stated period of time, to be awarded a
contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices
in competing for, or in executing, a contract; and

(d) w
ill have the right to require that a provision be included requiring consultants to permit the
Employer to inspect their accounts and records relating to the performance of the contract and
to have them audited by authorized representatives of Employer.”

12. Confirmation

We would appreciate you informing us by facsimile/e‐ mail whether or not you


will submit a proposal.

Thanking you.

YoursSincerely,

<ChiefEngineer(NH),PWDRajasthan,
JacobRoad,Jaipur,Location>

Encl.asabove

16
ANNEX-1

Detailsofthestretch proposedforDPRpreparation

Consultancy Services for:- Preparation of DPR‟s for various work on NH -89, NH – 62 & NH – 65. (A).
Construction of LHS at level crossing (LC No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in
Nagaur City in the state of Rajasthan. (B) Construction of LHS at level crossing (LC No. C-61) (Bikaner
Phatak) km 165.550 on NH-89 in Nagaur City in the state of Rajasthan.(C). Construction of LHS at
level crossing (LC No. C-06) at Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the state of
Rajasthan (D). Construction of Low height subway/RUB Near Proposed ROB at Railway Km. 503/0-1
(LC No-85) on NH-89..

S. NHNo. Section State TentativeLen PackageN


No. gth(inkm) o.

1 2 3 4 5 6

1 NH-65 172.990 Rajasthan 175.00 m

2 NH-89 165.550
Rajasthan 175.00 m

3 NH-62 248.820
Rajasthan 175.00 m

4 NH-89 Railway Km. 503/0-1


Rajasthan 175.00 m

17
ANNEX-II

Procedureof AwardingWorkbasedon QCBSincludingAssessmentof LeastCost toChief Engineer


(NH), PWD Rajasthan,JacobRoad, JaipurunderSpecialCircumstancesi.e. WhenaConsultant witha
particularteam becomesH-1bidderinmorethanonepackage

AConsultantwith aparticularTeamcanapplyforanynumberofpackageswithoneteam.However,
Award of work to a Consultant with “a Particular Team” either as sole or as
inJV/Associationshallbelimitedtoonepackageonly.Followingprocedureshallbefollowedfortheselection
ofthemostpreferredbidderfortheconsultancyassignment:

1. A
t first, Consultants who become H‐ 1 in one package each shall be assigned
therespectivepackage.ThenpackagesinwhichaConsultantwith“aParticularTeam”turnsouttobethemost
preferredbidder(H‐ 1)inmorethanonepackageshallbeconsidered.Incase,aConsultantwith“aParticularT
eam”turnsouttobethemostpreferredbidder(H‐ 1) in more than one package, the package which is to
be awarded to this team of aconsultant shall be determined on the basis of least cost to Chief
Engineer (NH), PWDRajasthan, Jacob Road, Jaipur considering the Financial Quote of H‐ 1 bidder
and
H‐ 2Bidderlimitedtothosepackageswhichshallbeworkedoutasperprocedureillustratedwithanexample
asmentionedbelow.

2. S
uppose there are 8 packages namely Package-1, Package-2, Package-3, Package-4,Package-5,package-
6,package-7andPackage-
8respectively.Itisalsoassumedthat10consultantsnamelyP,Q,R,S,T,U,V,W,XandYhasappliedforthesepac
kages.ItisalsoassumedthatthreeConsultantsnamelyP,RandUhasappliedwithtwoTeamsandtheremaini
ng Consultants have applied with only one team. It is also assumed that thefollowing is the position
of various firms after opening of the Financial proposals
(andafterarithmeticcorrectionsifanyoftheFinancialbids)ofthepackagesandafterapplyingQCBS

18
H-1 H-2 H-3 H-4 H-5 H-6
Packageno. NameofConsultantsandFinancialQuotes(Rsinlakhs)

Package-1 P(team-1) Q W X T Y

230 200 240 220 200 230


lakhs lakhs lakhs lakhs lakhs lakhs
Package-2 V U(team-1) X P(team- T Y
2)
240 210 240 220 200 230
lakhs lakhs lakhs lakhs lakhs lakhs
Package-3 V P(team-1) U(team-1) R(team- X Y
2)
200 230 250 230 220 200
lakhs lakhs lakhs lakhs lakhs lakhs
Package-4 R(team-1) T U(team-2) P(team- Y X
2)
250 220 250 260 220 245
lakhs lakhs lakhs lakhs lakhs lakhs
Package-5 R(team-1) V S U(team- W T
2)
220 240 260 250 220 240
lakhs lakhs lakhs lakhs lakhs lakhs
Package-6 Q T S P(team- W U(team-
2) 2)
210 240 250 220 200 230
lakhs lakhs lakhs lakhs lakhs lakhs
Package-7 R(team- U(team- Q S W Y
1) 1)
200 220 240 255 230 240
lakhs lakhs lakhs lakhs lakhs lakhs
Package-8 V R(team-1) W S P(team- Y
1)
190 250 220 240 255 240
lakhs lakhs lakhs lakhs lakhs lakhs

Thedifferentpackagesshallbeawardedtoconsultantsasmentionedbelow:

Step-1:

19
Inthiscase,ConsultantsP(team-1)andQaretheH-1inonlyonepackageeachnamelypackage-1 and
package-6 respectively. Consultant V is H-1 in 3packages namelyPackage-2, Package-3 and Package-8
respectively. Consultant R (team-1) is H-1 in 3packagesnamelyPackage-4,Package-5andPackage-
7respectively.SinceConsultantP(team-1)isH-1inPackage-1onlyandConsultantQisH-1inPackage-
6only,ConsultantP(team-1)shallbeawardedPackage-1andConsultantQshallbeawardedPackage‐ 6.

S
tep-2:

After Consultant P (team-1) is awarded Package-1 and Consultant Qis awardedPackage-6, the
scenario for the remaining 6 packages is as given below .P (team-
1)andQoccurringanywhereelsestandsdeletedastheyhavealreadybeenawardedone workeach

H-1 H-2 H-3 H-4 H-5 H-6


PackageNo. NameofConsult
antsandFinancia
lQuotes(Rsinlak
hs)
Package-2 V U(team-1) X P(team- T Y
2)
240 210 240lakhs 220 200 230
lakhs lakhs lakhs lakhs lakhs
Package-3 V U(team-1) R(team-2) X Y
200 250 230lakhs 220 200
lakhs lakhs lakhs lakhs
Package-4 R(team-1) T U(team-2) P(team- Y X
2)
250 220 250lakhs 260 220 245
lakhs lakhs lakhs lakhs lakhs
Package-5 R(team-1) V S U(team- W T
2)
220 240 260lakhs 250 220 240
lakhs lakhs lakhs lakhs lakhs
Package-7 R(team-1) U(team-1) S W Y
200 220 255lakhs 230 240
lakhs lakhs lakhs lakhs
Package-8 V R(team-1) W S Y
190 250 220lakhs 240 240
lakhs lakhs lakhs lakhs
ConsultantVshallbeawardedonlyonepackageoutofthe3packagesforwhichitisHnamelyPackage-2,
Package-3 and Package-8 respectively. Similarly Consultant R (team-1) shall
beawardedonlyonepackageoutofthe3packagesforwhichitisH-1namelyPackage-4,Package-5and
Package-7 respectively. The determination of package to be awarded to Consultant V
andConsultantR(team-1)shallbeworkedoutinasinglestep(i.e.oneatatime).NewH-
1fortheremainingpackages(4packages)shallbeworkedoutonlyafterdeterminationofpackagestobeaward
edtotheH-1biddersatthisstage[i.e.ConsultantVandR(Team-1)intheinstantcase]inone step.

20
Determination of Package to be awarded to each of Consultant V and Consultant R(team-
1)shallbeworkedoutasfollows

(i) A
fter the award of Package‐ 1 to Consultant –P (team-1) and Package -6 to Consultant –
QandalsoconsideringthataConsultantwithaparticularteamcanbeawardedonlyonework, the details of
H-1 and H-2 / New H-2 in the remaining6 packages are asmentionedbelow.SinceVisH-
1inmorethanonepackageandshallbeawardedoneof these packages, V has been deleted from all
other packages .Similarly, sinceR(Team-
1)inmorethanonepackageandshallbeawardedoneofthesepackages,R(Team-
1)hasbeendeletedfromallother packages

H-1 H-2/NewH-2 Remarks


Package-2 V U(team-1)
240lakhs 210lakhs
Package-3 V U(team-1) SinceConsultantP(Team-1)isawarded
200lakhs 250lakhs Package-1,ConsultantU(team-
1)becomesthenewH-2
Package-4 R(team-1) T
250lakhs 220lakhs
Package-5 R(team-1) S
220lakhs 260lakhs
Package-7 R(team-1) U(team-1)
200lakhs 220lakhs
Package-8 V W Consultant-R(team-
1)hasnotbeenconsideredasH-
2sinceConsultant–C(team-
1)istobeawardedonepackageout of the
packages 4,5 and 7 in which it isH-
1.HenceConsultant–Wisthenew H-2

(ii) PackagetobeawardedtoConsultant–
VwhoisH‐ 1inthreepackagesnamelyPackage2,3and8respectivelyshallbedeterminedonthebasisofleastc
osttoChiefEngineer(NH),PWDRajasthan,
JacobRoad,JaipurconsideringtheFinancialQuoteofH‐ 1bidderand H‐ 2 Bidder limited to those
packages The situation for least cost to Chief Engineer(NH),PWDRajasthan,Jacob Road,Jaipurshall be
when the firm with Consultant –G is awarded the package for which Financial Bid of second ranked
team (H-2) minus Financial Bid of the first ranked team (H-1) is maximum. The same is illustrated as
given below

21
H-1 H-2/ NewH- FinancialBidofH- Remarks
2 2/NewH-
2minusFinancialBidofH-
1
Package- V U(team-1) 210-240=(-)30
2 lakhs
240 lakhs 210
lakhs
Package- V U(team-1) 250–200=(+)50 lakhs H-2 minus H-
3 1isMaximum.Hence
ConsultantV
shall
beawardedPackage
-3

In a similar way, Package to be awarded to Consultant – R (team-1) who is H-1 in three packages
namely Package-4, 5 and 7 respectively shall be determined as illustrated below:

H-1 H-2/NewH-2 FinancialBidofH- Remarks


2/NewH-
2minusFinancialBidof
H-1
R(team-1) T 220-250=(-)30 lakhs
Package-4 250 220lakhs 220-250=(-)30lakhs
lakhs
Package-5 R(team-1) S 260–220=(+)40 lakhs H-2minusH-
220 260lakhs 1isMaximum.Henc
lakhs eConsultant–
R(team-1)shall
beawardedPackag
e-
5
Package-7 R(team-1) U(team-1) 220–200=(+)20 lakhs
200 220
lakhs akhs

Step-3

(i) A
ftertheawardoftheabovementioned4packagesnamely,Package-1toConsultant–P (team-1), Package -6
to Consultant –Q, Package -3 to Consultant –V, Package-5 toConsultant–R(team-
1)andalsoconsideringthataConsultantwithaparticularteamcanbe awarded only one work, the details
of new H-1 and New H-2 in the remaining 4packagesareas mentioned below
H-1(NewH-1) H-2(NewH- Remarks
2)
Package-2 U(team-1) X Since Consultant V is awarded
210lakhs 240lakhs Package-3,ConsultantU(team-1) becomes
the new H-1
andConsultantXbecomesthenewH-2
Package-4 T U(team-2) SinceConsultant-R(team-
1)isawardedPackage-

22
220lakhs 240lakhs 5,ConsultantTbecomesthenewH-
1andConsultant U (team-2) becomes
thenewH-2
Package-7 U(team-1) S SinceConsultantR(team-
1)isawardedPackage-5,ConsultantU(team-
1) becomes the new H-1
andConsultantSbecomesthenewH-2
220lakhs 255lakhs

Package-8 W S SinceConsultantVisawardedPackage-3 ,
Consultant W becomesthenewH-
1andConsultants becomesthenewH-2
220lakhs 240lakhs

(ii) C
onsultant T is the new H-1 for only one package namely Package-4. Similarly Consultant W is the
new H-1 for only one package namely Package-8. Accordingly Package-8 shall be awarded to
Consultant–W and Package-4 shall be awarded to Consultant–T.
Step-4:

Consultant U (team-1) is the new H-1 for package-2 and Package-7 respectively and Consultant U
(team-1) shall be awarded only one package out of these 2 packages. Package to be awarded to
Consultant –U (team-1) shall be determined as illustrated below
H-1 H- FinancialBidofH- Remarks
2/New 2/NewH-
H-2 2minusFinancialBido
fH-1
Package-2 U(team-1) X 240-210=(+) 30 lakhs
210 240lakhs
lakhs
Package-7 U(team-1) S 255–220=(+)35 H-2 minus H-1 is
220 255lakhs lakhs Maximum.HenceConsulta
lakhs nt–U(team- 1) shall be
awardedPackage-7

Step-5:

(i) A
ftertheawardoftheabovementioned7packagesnamely,Package-1toConsultant–P (team-1) , Package-6
to Consultant–Q, Package-3 to Consultant –V, Package-5 toConsultant –R (team-1), Package-4 to
Consultant-T, Package-8 to Consultant-W,package-7toConsultant–U(team-
1)teamandalsoconsideringthataConsultantwithaparticularteamcanbeawardedonlyonework,thedetail
sofnewH-1and/NewH-2intheremainingpackagei.e.package-2isasmentionedbelow
H-1(New H-1) H-2(NewH-2) Remarks
Package-2 X A(team-2) SinceConsultantVisawardedPackage-3
240 lakhs 220lakhs andConsultantU(team-1)isawardedpackage-
7 , Consultant X becomes thenewH-
1andConsultantP(team-2)becomesthenewH-
2

(ii) C
onsultant X is the new H‐ 1 for only one package namely Package‐ 2. Accordingly,Package -
2shallbeawardedtoConsultant–X.
23
Thus as per the above mentioned procedure the 8 packages are awarded to
thefollowingConsultantattheFinancialQuoted(after arithmeticCorrections)bythem
fortherespectivepackages
PackageNo. NameofConsultantsawardedpackages
Package-1 Consultant-P(team-1)
Package-2 Consultant-X
Package-3 Consultant-V
Package-4 Consultant-T
Package-5 Consultant-R(team-1)

DATASHEET

I(ReferencestocorrespondingparagraphsofLOIarementionedalongside)

1. T
he Name of the Assignment and description of project as mentioned in Annex-I
(Ref.Para1.1)

(TheNameofprojectandPackageNo.shouldbeindicatedintheformatgiveninthetechnicalp
roposal)

2. ThenameoftheClientis:<CENHPWD/ROMoRTH>

3. Durationof theProject: 180days

4. Date,TimeandVenueofPre-ProposalConference

Date: <As per NIT>

Time: <As Per NIT>

Venue: <Nagaur>

5 TheDocumentsare:

i. Appendix-I: TermsofReference(TOR)

ii. Appendix-II FormatsforProofofEligibility

iii. Appendix-III: FormatsforTechnicalProposal

iv. Appendix-IV: FormatsforFinancialProposal

v. Appendix-V: DetailedEvaluationCriteria

vi. Appendix–VI Draft ContractAgreement

vii. Appendix–VII DPRChecklist

viii. Appendix–VIIII SampleExecutiveSummary

24
(Ref.Para 2.1)

6. Deleted

7. TaxandInsurance(Ref.Para3.3.2)

(i). The Consultants and their personnel shall pay all taxes (including Goods
&servicetax),customduties,fees,leviesandotherimpositionsleviedunderthelaws
prevailing seven days before the last date of submission of the bids.
Theeffectsofanyincrease/decreaseofanytypeoftaxesleviedbytheGovernmentshallbeb
ornebytheClient/Consultant,asappropriate.

(ii).
LimitationsoftheConsultant‟sLiabilitytowardstheClientshallbeasperClause3.4ofDraftContract
Agreement
(iii). TheriskandcoverageshallbeasperClause3.5ofDraftContractAgreement.

8. Deleted

9. Deleted

10. Thedate,timeandAddressofproposalsubmissionare

Date <As per NIT>

Time < As per NIT>

Address <SEPWDNHCircleBikaner>
(Ref.Para 4.4)
11. ProposalValidityperiod(Numberofdays):120days (Ref.Para4.5)

12. Evaluationcriteria: (Ref.Para3&5)

13. First stage evaluation- eligibility requirement. (Ref.Para3.1&5.1)

Table-1:MinimumEligibilityRequirements

Sr. Minimum experience and performance ofPreparationof Annualaveraget


No. DPRofHighways/Bridgesinthelast7years(NH/SH/Equivalent)(forpast urnover
performanceattachundertakingforanylitigationhistory/
andarbitration).

25
1 AfirmapplyingforapackageshouldhaveExperienceofpreparationofDetailed Annualaveragetur
ProjectReport/Feasibility Study noverforlast3years
oftwo/four/sixlane/FeasibilityofTwo/four/sixlane Highway/Bridge ofthefirmshouldbe
projectsofaggregatelengthequal to the indicative length of the package (i.e. equaltoormoretha
100kmif theindicativelength ofthepackageis 100km). nRs.1.50 Crores.
FirmshouldhavealsopreparedDPR/Feasibility Study
foratleastoneprojectof2/4/6laningofminimum40%oftheindicativelengthof
thepackage(i.e.40kmiftheindicativelengthofthepackageis100km)
Note:TheexperienceofafirminpreparationofDPRforaprivateconcessionaire
/contractorshallnotbeconsidered.

(i) ThesoleapplicantshallfulfillalltherequirementsgiveninTable-1.
(ii) In case of JV, the Lead Partner should fulfill at least 75% of all eligibilityrequirements and the other
partner shall fulfill at least 50% of all eligibilityrequirements.
(iii) Iftheapplicantfirmhas/havepreparedtheDPR/FSprojectssolelyonitsown,100% weightage shall be
given. If the applicant firm has prepared the
DPR/FSprojectsasaleadpartnerinaJV,75%weightageshallbegiven.Iftheapplicant firm have prepared
the DPR projects as the other partner (not lead partner) in a JV 50% weightage shall be given. If the
applicant firm have prepared the DPR/FS projects as an associate,25% weightage shall be given.

(iv) Similar project means 2/4/6 lane as applicable for the project for which RFP is invited. For 2‐ lane
projects experience of 4/6 lane also to be considered with a multiplication factor of 1.5. Experience of
4/6 lane shall be considered interchangeably for 4/6 laning projects. For 4/6 laning projects,
experience of 2 lane will be considered with a multiplication factor of 0.4, but only for those 2 lane
projects whose cost of consultancy services was more than Rs. 0.30 crore

Secondstagetechnicalevaluation(Refer5.2)
S. Description Points
No.
1 Firm'srelevantexperienceinlast7years 40
Material testing,survey
2 20
&investigation,equipmentandsoftwareproposedtob
eused
3 QualificationandRelevantexperienceoftheproposed 40
keypersonnel

Furtherbreak-upofeachcriteriahasbeendetailedoutbelow:

A. Firm'srelevantexperienceinlast7years(40)
Forstandardhighways,thefollowingisthebreak-up:
S. Description Maximum Sub-
No. Points Poins

1 SpecificexperienceoftheDPR/Feasibility Study 20
consultancyrelatedtotheassignmentforeligibility
1.1 AggregateLengthofDPR/Feasibilitystudyof2/4/6laneprojec 10
ts of Highway/Bridge

26
1.1.1 MorethantheindicativeLengthofthepackage for Highway/Bridge 8

1.1. Morethan2timestheindicativelengthofthepackage for 9


2 Highway/Bridge
1.1.3 Morethan3timestheindicativelengthofthepackage for 10
Highway/Bridge
1.2 DPR/Feasibility Study for2/4/6laningprojectseach equal to or 10
morethan 40 %of indicative length of Highway/Bridge

1.2.1 1project 8
1.2.2 2projects 9
1.2.3 ≥3projects 10
2 DPR/Feasibility Study ofBridgehavinglengthmorethan60m 5
2.1 1bridge 3
2.2 =>2bridges 5
3 Specificexperienceoffirmsintermsofturnover 5
3.1 Firm‟sAverageTurnoveroflast3years>3crore 5
3.2 FirmAverageTurnoveroflast3years2-3crore 4
3.3 FirmAverageTurnoveroflast3years>1.5 but<2crore 3

4 HighwayProfessionals*workingwiththefirm 10
4.1 <5nos. 0
4.2 5-8nos. 8
4.3 9-10 nos. 10

*TheprofessionalswhopossessdegreeinCivilEngineering/TransportPlanning/TransportEconomi
cs/TrafficManagement/Geology/EnvironmentScience or Engineering and 8 years Experience in
highway/bridge/tunnel
withemploymentinthefirmformorethanoneyear.ThecurrentEmploymentCertificateshallbeuploa
dedbyKeyPersonnelonINFRACON.

B. Material testing, survey and investigation, equipment and software proposed tobeused(20)
S. Description MaximumP Sub-
No. oints Points
1 AvailabilityofMaterialTestingFacilitieswithpersons/res 3
ourceshavingoperationalskillsoftheequipment

1. Owned*(AvailableInHouse) 3.0
1
1. Outsourced(Hirebasis/ThroughAssociate) 3.0
2
*ShallbeascertainedthroughtheownershipevidenceuploadedonINFRACONinregard
tomajor equipments required for testing of materials to be used
forconstructionofHighwayProject.
2 Availability ofField 2
InvestigationFacilitieswithpersons/resourceshavingope
rationalskillsofthe

27
equipment

2.1 Owned**(AvailableInHouse) 2.0


2.2 Outsourced(Hirebasis/ThroughAssociate) 2.0

** Shallbe ascertainedthrough ownershipevidence uploaded on INFRACON


forconstructionofHighwayProject.
3 AvailabilityofOfficeEquipmentandSoftwarewith 3
persons/resources havingoperationalskills of
theequipment
3.1 Owned***(AvailableInHouse) 3.0
3.2 Outsourced(Hirebasis/ThroughAssociate) 3.0
***ShallbeascertainedthroughownershipevidenceuploadedonINFRACONforkeyhard
ware/softwarerequiredforHighwayconsultancy assignment.
4 ExperienceoffirmorthefirmwithwhichMoUhasbeen 5
enterintoinLiDARorbettertechnology
forto pographicsurvey(Infrastructuresector)
4.1 <1project 0
4.2 1project 5
5 Experience of firm or the firm with which MoU has 4
beenenteredintoinusingGPRand Induction Locator
orbettertechnologiesfordetectionof sub-
surfaceutilities(Infrastructuresector)
5.1 <1project 0
5.2 1 Project 4
6 ExperienceoffirmorthefirmwithwhichMoUhasbeenente 3
rintoindigitizationofcadastralmapsforlandsurveys

6.1 > 1 project 0

6.2 1 project 3

Note:TheexperienceoffirminLidarorequivalenttechnology,GPRandInductionLocatororequivalenttechn
ologiesandExperienceindigitizationofcadastralmapsforlandacquisitionshallbesupportedbyexperiencec
ertificate.TheexperienceofafirminLidarorequivalenttechnology,GPRandInductionLocatororequivalenttec
hnologiesandExperience inDigitizationof cadastral maps for land acquisition for a private
concessionaire/contractor shall
beconsideredonlyiftheexperiencecertificateisauthenticatedbytheconcernedcompetentGovernment
department/authority. In case of overseas experience the weightage to beassigned to the certificate for
experience in use of the equipment, a self‐ certificate followed bytheclientcertificatemaybeaccepted.
If the firm does not have experience in Lidar or equivalent technology, GPR and Induction Locator or
equivalent technologies and in digitization of cadastral map then it will have to furnish a
Memorandum of Understanding with firm or firms having experience in aforementioned technologies
and work and furnish the same with the technical proposal
C. Qualificationandrelevantexperienceoftheproposedkeypersonnel(40)

Theweightageforvariouskeystaffis asunder:C NormalHighway Project:

S.No. Keypersonnel Points


1 TeamLeadercumSeniorHighwayEngineer 12

28
2 SeniorBridgeEngineer 10
3 HighwaycumPavementEngineer 10
4 Traffic/RoadSignage/MarkingandSafetyExpert 8
Total 40

Thenumberofpointsassignedduringtheevaluationofqualificationandcompetenceofkeystaffareas
given below:

S.No. Description Maximum Sub-


Points Points
1 GeneralQualification 25
1.1 Essentialeducationqualification 20
1.2 Desirableeducationqualification 5
2 Relevantexperienceandadequacyfortheproject 70
2.1 Totalprofessionalexperience 15
2.2 ExperienceinHighway/Bridge/TunnelProjects 25
2.3 ExperienceinSimilarCapacity 30
3 EmploymentwiththeFirm 5
3.1 Lessthan1Year 0
3.2 1year 3
3.3 Add0.5marksforeachsubsequentyearsubjecttomaximumof2
marks

Detailed evaluationcriteriawhichis tobeused for evaluationof technicalbidsis asindicatedatAppendix-


V.

The Consultant should carryout self‐ evaluation based on the evaluation criteria atAppendix‐ V.
While submitting the self‐ evaluation along with bid, Consultant shallmakereferencesto
thedocuments submitted in theirproposal
whichhavebeenrelieduponinself‐ evaluationResultoftechnicalevaluationshallbemadeavailableonthe
websitegivingopportunitytothebidderstorespondwithin7daysincasetheyhaveanyobjection Third
stage – Evaluation of Financial proposal

FinancialProposalsofallQualifiedConsultantsinaccordancewithclause5.2and5.3ofLetterofInvitationshallbe
opened.

TheconsultancyserviceswillbeawardedtotheconsultantscoringhighestmarksincombinedevaluationofTech
nicalandFinancialproposalsinaccordancewithclause 1.3and5.4 hereof.

TheFactorsare:

TheweightgiventoTechnicalProposal(T)=0.70.TheweightgiventoFinancialProposal (f)=0.30

14. The common currencyis“IndianRupee”. (Ref.Para3.3.3)

ConsultanthavetoquoteinRupeesbothfordomesticConsultantaswellasForeignConsultants

15. Commencement of Assignment (Date, Location): The Consultants shall commence


theServices within fifteen days of the date of effectiveness of the contract at locations
asrequiredfortheprojectstretchstatedinTOR.(Ref.Para1.2ofLOIand2.3ofGCC/SC)

29
APPENDIX‐ I
TERMSOFREFERENCE(TOR)

(Agency may suitably modify the ToR in respect of Standalone Bridge&TunnelProjects)

Consultancy Services for:- Preparation of DPR‟s for various work on NH -89, NH – 62 & NH – 65. (A). Construction of
LHS at level crossing (LC No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City in the state of Rajasthan.
(B) Construction of LHS at level crossing (LC No. C-61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the
state of Rajasthan.(C). Construction of LHS at level crossing (LC No. C-06) at Deshnok km 248.820 on NH-62 Nagaur-
Bikaner section in the state of Rajasthan (D). Construction of Low height subway/RUB Near Proposed ROB at Railway
Km. 503/0-1 (LC No-85) on NH-89..

TermsofReferenceforConsultancyServices(TOR)
1. General

The Chief Engineer (NH), PWD Rajasthan, Jacob Road, Jaipur has been entrusted with the assignment of of
Consultancy Services for:- Preparation of DPR‟s for various work on NH -89, NH – 62 & NH – 65. (A). Construction of
LHS at level crossing (LC No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City in the state of Rajasthan.
(B) Construction of LHS at level crossing (LC No. C-61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the
state of Rajasthan.(C). Construction of LHS at level crossing (LC No. C-06) at Deshnok km 248.820 on NH-62 Nagaur-
Bikaner section in the state of Rajasthan (D). Construction of Low height subway/RUB Near Proposed ROB at Railway
Km. 503/0-1 (LC No-85) on NH-89..

Chief Engineer (NH), PWD Rajasthan, Jacob Road, Jaipur now


invitesproposalfromTechnicalconsultantsforcarryingoutdetailedprojectreportasperdetailsgiveninAnnexure‐ 1.<Chief
Engineer (NH), PWD Rajasthan, Jacob Road, Jaipur> will be the employer
andexecutingagencyfortheconsultancyservicesandthestandardsofoutputrequiredfromthe appointed consultants are of
international level both in terms of quality
andadherencetotheagreedtimeschedule.Theconsultancyfirmwillsolelyberesponsibleforsubmissionofqualityworkinstip
ulatedperiod.inistryhasrecentlyawardedworksofconsultancyservicesforconstructionofROBsforreplacinglevelcrossingsi
30
nvariousstates.Incasealevelcrossingexistsinaprojectreach,consultantisrequiredtoco‐ ordinatewiththoseconsultantsandfi
nalizethealignment&configuration of road accordingly. However, if the same is not covered in the aboveassignment of
DPR/feasibility study awarded by Ministry, the consultant under
thisassignmentshallberesponsibleforpreparingDPRforsuchlevelcrossings.

2. Objective
Themainobjectiveoftheconsultancyserviceistoestablishthetechnical,economical,andfinancialvia
bilityoftheprojectandpreparedetailedprojectreportsforrehabilitationandupgradingoftheexisting
roadto4laneconfiguration.
The viability of the project shall be established taking into account the requirementswith
regard to rehabilitation, upgrading and improvement based on highway
design,pavementdesign,provisionofserviceroadswherevernecessary,typeofintersections,rehabi
litationandwideningofexistingand/orconstructionofnewbridgesandstructures,roadsafetyfeatur
es,quantitiesofvariousitemsofworksandcostestimatesandeconomicanalysiswithinthegiventimef
rame.
The Detailed Project Report (DPR) would inter‐ alia include detailed highway design,design
of pavement and overlay with options for flexible or rigid pavements, design
ofbridgesandcrossdrainagestructuresandgradeseparatedstructures,designofserviceroads,quant
itiesofvariousitems,detailedworkingdrawings,detailedcostestimates,economicandfinancialviab
ilityanalyses,environmentalandsocialfeasibility,socialandenvironmental action plans as
appropriate and documents required for tendering
theprojectoncommercialbasisforinternational/localcompetitivebidding.

The DPR consultant should ensure detailed project preparation incorporating


aspectsofvalueengineering,qualityauditandsafetyauditrequirementindesign
andimplementation. The Consultant shall ensure to carry out Road Safety Audit at
variousstagesaspersupplement‐ III(AdditionalRequirementforSafetyAudit)ofTOR.

Theconsultantshould,alongwithFeasibilityReport,clearlybringoutthroughfinancialanalysis the
preferred mode of implementation on which the Civil Works for
thestretchesaretobetakenup.Theconsultantshouldalsogivecostestimatesalongwithfeasibilityrep
ort/detailedProjectReport.
Ifatinceptionstageorfeasibilitystage,employerdesirestoterminatethecontract,thecontractwillbete
rminatedafterpaymentuptothatstage.
3. Scope ofServices
The general scope of services is given in the sections that follow. However, the entirescope of
services would, inter‐ alia, include the items mentioned in the Letter
ofInvitation,termsofreference,generalcontractandanysupplementsandappendicestothesedocum
ents.
4. R
ow andLandrelatedaspects
T
heRightofWaynormsforNationalHighwaysshouldbeasunder:

(i) Expressways 90m


(ii) EconomicCorridors andmajorNational Highways 70m
requiringprovisionsforServiceRoadsandplannedforexpansionto8-
lanes

31
(iii) NationalHighwayswithplanedcapacityto6-laneConfiguration 60m
(iv) NationalHighwayswithplannedcapacityto4-lane 45m
(v) NHwith plannedcapacity to two-lane+PSconfiguration 30m
requiringprovisionofServiceRoads

Incaseofup
gradationofanexistingtwolaneHighwaytoa4/6/8laneconfiguration,acomparativecost‐ benefita
nalysisshallnecessarilybecarriedoutwhilerecommendingdevelopment of existing
route/alignment visa‐ vis alternate option of a green –
fieldalignment.Whilecarryingoutthecostbenefitanalysisofboththeoptions,thefollowingfactorssh
allbe considered:

(i) Extantof
landacquisitionandtheassociatedcosts;

(ii) Number
ofstructuresrequiredtobeacquiredalongtheirextantandcosts.

(iii) Thequan
tumofutilitiesandcostsrequiredfortheirshifting.

(iv) T
heextentoftree–
fellingandtheassociatedcost&timeforobtainingtherequisitepermissions.

H
owever,green‐ fieldoptionmaynotberesorted
toincaseswheregrowthoftrafficissuchthatultimatecapacitydoesnotrequirewideningbeyond
4lanesinfuture.

Incasethegreenfieldalignmentoptionworksouttobeapreferredoption,then‐

(i) E
ntireROW(60m-
70m)maybeacquiredforamaximumcapacityof8lanemaincarriagewaywithprovisionforservi
ceroads.

(ii) I
nitially4lanecarriage‐ waywith4lanestructuresshallbedevelopedwithadditionalland
leftinthemedianforfutureexpansion.

(iii) T
hehighwayshallhaveprovisionforserviceroadsininhabitedareas,preferablyof10mtrs
width,withmaximumaccess–control for the maincarriageway
(iv) A
ccesstothetowns/cities/establishmentslocatedontheexistingNationalHighway,maybeprov
idedthroughspursfromthegreenfieldroute.

A
ll efforts shall be made to avoid any road alignment through National Parks
andWildlifeSanctuaries,evenifitrequirestakingalongerroute/bypass.However,whereitbecomes
absolutely unavoidable and necessary to keep the alignment through
suchreserveforest/restrictedareas,landwouldbeacquiredwithRoWofnotmorethan30mtrs.

S
imilarly, though it may be difficult, while determining the alignment for any bypass,efforts be

32
made to see if these could be along the revenue boundaries of two
revenueestatestherebyminimizingthecompulsionsoflandowners/farmersforcross‐ overstotheo
therside.Incasesuchanalignmentisnotfoundfeasible,itshouldbeensuredthataccesstocommonfacil
itiesforthelocalpeople(e.g.schools,Healthcarefacilitiesetc.)ismaintained only on one side of the
alignment, thereby minimizing the need for cross‐ overforday‐ to‐ day life.
P
rotection of the acquired RoW against any possible encroachments is extremelyimportant.
Boundary stones be provided at the end of the RoW as per provisions
ofIRC:SP:84andalsosupplementedasperCirculardated08.12.2015issuedby Chief Engineer (NH),
PWD Rajasthan, Jacob Road, Jaipur.The boundary pillars alone, which are subject to removal
with passage of time, may not be enough to save against encroachments. As such, the typical
cross section of a Highway Road is being re‐ visited separately with the intention of providing
permanent features in this behalf. For a typical RoW of 60 mtrs, starting from one end, these
will require the following:

(a) U
se barricading of the RoW with plantation of hedge‐ like species (Ficus /Poplars) within
a 3m wide strip area, dug up to 0.6 to 0.9 mtrs, of which 2.0mtrstoserveasa
UtilityCorridor.
(b) P
rovision of a Service Road (along the inhabited area) with its drainage
slopetowardsthedrain/areareservedforStripPlantation,forawidthof9.0mtrs.
(c) E
armark width of 1.5 mtrs for construction of a drain so as to be able
tocapturetherainwaterflowfromtheServiceRoad(whereverprovided)andthemaincarriage
way.
(d) Threela
newithpavedshoulders:Maincarriageway–10.5mtrs,pavedshoulder
–2.5mtrandearthenshoulder–1.5mtr.
(e) Median–
5.0mtrs(effectivewidth4.5m),and

(f) AMirror
Imageontheotherend.

With regard to land acquisition, tree felling, utility shifting across the alignment,Ministry‟s
Guidelines issued vide letter no. NH -15017/21/2018-P&M dated 10th
May,2018,oranyamendmentthereof,maybeadheredto.

Provisions of short bypasses, service roads, alignment corrections, improvement


ofintersections shall be made wherever considered necessary, practicable and costeffective.
However, bypasses proposals should also be considered, wherever in
urbanareas,improvementto<lane>oftheexistingroadisnotpossible.

RoleandResponsibilitiesatdifferentstagesofLandAcquisition
TheConsultantintheprocessofhisdeliverablesisexpectedto:
(i) T
o delineate and propose the most optimal alignment and take care
ofgeometricsoftheroadtomeetsafetyparameterswhilefinalizingtheDPR;
(ii) Identifyandavoid(totheextentfeasible)allsuchstructures(religiousstructures,public
utilitiescremationgrounds,privatestructures)intheRoWofthe road project that could become
33
major hindrances at the time of projectexecution;

(iii) Procure or create digitized, geo referenced cadastral/land revenue maps forthe
purpose of land acquisition activities. Where state governments of localagencies have already
digitize cadastral maps, the consultant shall arrange
toprocuresuchmaps.Thedigitizedmapshouldexactlymatchtheoriginalmapsothatthedimensions
andareaofplotscanbeextractedfromthemapitself.
(iv) Co-ordinate collect
(v) Identify and list all land parcels that need to be acquired as part of
projectroad.ConductJointmeasurementsurveyinconjunctionwithCALA,theExecutingAgencyan
dtheLandRevenueDepartmenttoverifylandrecords.
(vi) Assist the CALA and the Project Executing agency in preparation of
statutorynotification under Sections 3A, the CALA during hearing of objections
receivedunderSection3C,recordingofhearingsandcompletionofthisprocess,preparation of draft
notification under Section 3D and completion of the LAprocess at every upto 3CG Prepreation
stage including valuation of Land ,structures ,trees, timely publication of notifications and
public notices innewspapersateverystage;
(vii) Clear identification and preparation of an inventory of the assets attached tothe
land under acquisition (e.g. Structures, trees, crops or any such assetswhichshouldbevalued
forpaymentofcompensation);
(viii) Co‐ ordination with offices of various departments like Land Revenue Office
(orTehsil),RegistrarofficeandotherStatedepartments(publicworksdepartment,horticulturedepar
tment,forestdepartmentetc.)forevaluationofassets (Structures, tree, crops etc.)attached to the
land and liaison withrespectiveStateauthorityforauthenticationofthe valuation.
(ix) Prepareandinventoryofalltheutilities(electrical/watersupplylines/gaspipelinesetc.

(x) both linear and cross overs) and all such structures (religious structure,
publicutilities,cremationgrounds,privatestructures)intheRoWoftheroadprojectthatcouldbec
omemajorhindrancesatthetimeofprojectexecution;
(xi) Carefully avoid location of any Flyover/VUP/elevated structure where a
hightensionelectricityline(66/132/220/400KVetc.)iscrossingoversoastoavoidraisingofsuchli
neatsuchpoint,whiledesigningtheroadprojects;
(xii) Assist in demarcation of the acquired land and installation of the
boundarystones/pillars/pegmakingsalongtheRoWofthealignment;
(xiii) Identificationoflandparcelsmissedout fromacquisitioninthe
firstroundandassist the Authority and the CALA in preparation of Draft Notification
foracquisitionoftheland undermissingplots upto excavation of project stretch
ApproachtotheprovisionandspecificationsforStructures:

The structures on roads viz. Bridges, ROBs (Road Over Bridges, and Flyovers),
RUBs(RoadUnderBridges)etc.aredesignedformore than 50years.Itisdifficult to
increasethewidthofthestructuresatalaterdatewhichmayalsohavelargerfinancialimplicationsapa
rtfromconstructionrelatedissuesinrunningtraffic.Therefore,ithasbeendecidedtokeep provision
for all the structures including approaches comprising of retainingstructures as 6‐ lane
(length of such approaches shall, in no case, be less than 30m
oneitherside)onallthefour‐ lanehighwaysexceptinthefollowingcases(i)ReserveForest
(ii) Wild life Areas (iii) Hilly Areas (iv) Urban Areas where site condition do not permitthis.

34
Wherever elevated sections are designed through any inhabited areas, theseshould be
six‐ lane structures supported on single piers so that the road
underneathservesaseffectiveserviceroadsonbothsides.

Highway projects shall be designed for separation of local traffic especially forVulnerable
Road Users (VRUs), for longitudinal movements and crossing
facilitiesthroughviaduct(s)locatedatconvenientwalkingdistance.ProvisionofPUPsandCUPswit
hsizeof7.0mx3.0m,asspecifiedinpara2.10oftheIRCspecifications,hasprovedtobe insufficient
keeping in view the increased use of mechanization in
agriculturepractices.Thesestructuresdonotsupporttheeasypassage/crossingforthetractorswith
trolleys so often used for agricultural operations. As traffic on cross roads isincreasing
day‐ by‐ day, it has been decided to substitute the provision of
PedestrianUnderpass(PUP)/CattleUnderpass(CUP)[forpara2.10ofIRCspecifiesthedimensionso
f7.0mx3.0m]withaLVUP withaminimumsizeof12(lateralclearance)x4m(verticalclearance). Out
of 12m lateral width, 2.5m width on one side shall be raised forpedestrian sidewalks with
grills to make pedestrian movement convenient and safe.
AthirdsmallerdimensionVUP‐ SVUP(4m*7m)forallcrossroadscarriagewaywidthlesserthan
5.5m may also be considered. Thus VUPs would be of three grades
i.e.VUP‐ 5.5mx20m;LVUP‐ 4mx12m;andSVUP‐ 4mx7mThesestructuresshallbelocated
atthemost preferred place of pedestrian / cattle / day‐ to‐ day crossings. Depending on
thesiteconditions,feasibilityofclubbingthecrossingfacilitiesthroughserviceroadsshallalsobeexpl
ored.Further,thebedlevelofthesecrossingsshallnotbedepressedasanysuch depression, in the
absence of proper drainage facilities becomes water‐ loggedrendering the same unusable.
Ideally, the bed level of the crossings should be a
bithigherwithproperconnectivitytoadrain,whichcouldservethedrainagerequirementsofthemai
ncarriageway,theunderpassandtheserviceroadaswell.

Whereverthealignmentof4‐ laneHighwayroadprojectisretainedin‐ situwhilepassingthrough


inhabited areas (e.g. villages), it should be ensured that Service Roads areprovided on both
sides of the carriageway, connected underneath with a cross‐ overstructure (VUP/
LVUP/SVUP). Thus each habitation should preferably have
crossingfacilityatthehighwayswithaverticalclearanceof4mtrs.

Toensurethatbypassonceconstructedservestheintendedpurposeduringitslife,allthebypasses
shall be well designed and access controlled. The entry / exit from / to
sideroadsshallbecontrolledsuchthattheyaregradeseparatedatmajorroadsoratspacingnotlesstha
n5kms.Sideroadsatcloserspacingshallbeconnectedtotheserviceroadsoneithersideandtakentoma
jorroadsforprovisionofgradeseparated interchange.

The provision of embankments shall be kept minimum so as to save land as well asearth
which are scarce resources. This can be decided on case to case basis with
duedeliberations. However, economic considerations may also be given due
weightagebeforedecidingtheissue.

TheConsultantshallstudythepossiblelocationsanddesignoftollplazaifapplicableto the
project.Waysidea
menitiesLand(minimum5acres,lengthanddepthpreferablyintheratioof3:2)shallalsobeacquir
edforestablishmentofWay‐ sideamenitiesatsuitablelocationsatdistancesvaryingbetween30t
o50kmsonbothsidesoftheHighway.Thelocal and slow traffic may need segregation from
the main traffic and provision
ofserviceroadsandfencingmaybeconsidered,wherevernecessarytoimproveefficiencyandsafe
35
ty.

The Consultant will also make suitable proposals for widening/improvement of


theexisting road and strengthening of the carriageways, as required at the appropriatetime
to maintain the level of service over the design period. The Consultants
shallpreparedocumentsforEPC/PPPcontractsforeachDPRassignment.

Allreadytoimplement„goodforconstruction‟drawingsshallbepreparedincorporatingall
thedetails.

EnvironmentalImpactAssessment,EnvironmentalManagementPlanandRehabilitationandRe
settlementStudiesshallbecarriedoutbytheConsultantmeetingtherequirementsofthelendinga
gencieslikeADB/WorldBank/JICA,etc.Wherever required, consultant will liaise with
concerned authorities and arrange
allclarifications.ApprovalofalldrawingsincludingGADanddetailengineeringdrawingswillbe
got done by the consultant from the Railways. However, if Railways require
proofcheckingofthedrawingspreparedbytheconsultants,thesamewillbegotdoneby<ChiefEn
gineer(NH),PWDRajasthan,JacobRoad,Jaipur>andpaymenttotheproofconsultantshall be
made by Chief Engineer (NH), PWD Rajasthan, Jacob Road, Jaipur
directly.ConsultantwillalsoobtainfinalapprovalfromMinistryofEnvironmentandForestforall
applicableclearances.Consultantwillalsoobtainapprovalforestimatesforshiftingofutilities of
all types from the concerned authorities and Chief Engineer (NH),
PWDRajasthan,JacobRoad,Jaipur.ConsultantisalsorequiredtoprepareallLandAcquisitionpa
pers(i.e.allnecessaryscheduleanddraft3a,3A,and3D,3GnotificationasperL.A.act)foracquisiti
onoflandeitherunderNHActorStateAct.

The DPR consultant may be required to prepare the Bid Documents, based on
thefeasibilityreport,duetoexigencyoftheprojectforexecutionifdesiredbyChiefEngineer(NH),PW
DRajasthan,JacobRoad,Jaipur.

Consultantshallobtainalltypesofnecessaryclearancesrequiredforimplementationofthe project on
the ground from the concerned agencies. The client shall provide
thenecessarysupportinglettersandanyofficialfeesasperthedemandnoteissuedbysuchconcerneda
genciesfromwhomtheclearancesarebeingsoughttoenableimplementation.

The consultant shall prepare separate documents for BoT as well as EPC contracts
atFeasibilitystage/DPRstage.ThestudiesforfinancingoptionslikeBoT,Annuity,EPCwillbeundert
akeninfeasibilitystudystage.

The consultant shall be guided in its assignment by the Model Concession/


ContractAgreements for PPP/ EPC projects, as applicable and the Manual of Specificationsand
Standards for two/ four/ six laning of highways published by IRC (IRC:SP:73
orIRC:SP:84orIRC:SP:87,asapplicable)alongwithrelevantIRCcodesfordesignoflongbridges.

The consultant shall prepare the bid documents including required schedules
(asmentionedabove)asperEPC/PPPdocuments.Forthatitissuggestedthatconsultantshould
alsogo through theEPC/PPPdocuments ofministry before bidding the
project.TheConsultantshallassisttheChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipurandth
eLegalAdviserbyfurnishingclarificationsasrequiredforthefinancialappraisalandlegalscrutinyoft
heProjectHighwayandBidDocuments.

Consultant shall be responsible for sharing the findings from the preparation stagesduring the
bid process. During the bid process for a project, the consultant
shallsupporttheauthorityinrespondingtoalltechnicalqueries,andshallensureparticipation of
36
senior team members of the consultant during all interaction
withpotentialbiddersincludingpre‐ bidconference,meetings,sitevisitsetc.Inaddition,theconsulta
nt shall also support preparation of detailed responses to the written queriesraisedbythe
bidders.

5. General

A. Primary
Tasks

General Scope of Services shall cover but be not limited to the following major
tasks(additional requirements for Preparation of Detailed Project Report for Hill Roads
andMajorBridgesaregiven inSupplementIandIIrespectively):

i. R
eview of all available reports and published information about the
projectroadandtheprojectinfluencearea;
ii. E
nvironmental and social impact assessment, including such as related
toculturalproperties,naturalhabitats,involuntaryresettlementetc.
ii Public consultation, including consultation with Communities located along
theroad,NGOsworkinginthearea,otherstake‐ holdersandrelevantGovernmentdepartments
at all thedifferentstages ofassignment (such asinceptionstage, feasibility stage, preliminary
design stage and once final designs areconcretized).
iii. D
etailedReconnaissance;
iv. I
dentificationofpossibleimprovementsintheexistingalignmentandbypassingcongestedlocatio
nswithalternatives,evaluationofdifferentalternatives comparison on techno‐ economic and
other considerations andrecommendationsregardingmostappropriateoption;
v. T
raffic studies including traffic surveys and Axle load survey and
demandforecastingfornextthirtyyears;
vi. I
nventoryandconditionsurveysforroad;
vii. I
nventory and condition surveys for bridges, cross‐ drainage structures,
otherStructures,riverBanktraining/Protectionworksanddrainageprovisions;
viii. D
etailedtopographicsurveysusingLiDARequippedwithminimumengineeringgradesystemora
nyotherbettertechnologyhavingoutputaccuracynotlessthan(a)specifiedinIRC 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. Use of mobile / Aerial LiDAR survey is
preferable.

ix. P
avementinvestigations;
x. S
ub‐ gradecharacteristicsandstrength:investigationofrequiredsub‐ gradeandsub‐ soil

37
characteristics and strength for road and embankment design and sub soilinvestigation;
xi. Identificationofsourcesofconstructionmaterials;
xii. Detailed design of road, its x‐ sections, horizontal and vertical alignment
anddesignofembankment ofheightmorethan6mandalsoinpoorsoilconditionsand where
density consideration require, even lesser height embankment.Detailed design of
structures preparation of GAD and construction
drawingsandcross‐ drainagestructuresandunderpassesetc.
xiii. Identificationofthetypeandthedesignofintersections;
xiv. Designofcompletedrainagesystemanddisposalpointforstormwater
xv. Valueanalysis/valueengineeringandprojectcosting;
xvi. Economicand financialanalyses;
xvii. Contractpackagingandimplementationschedule.
xviii Strip plan indicating the scheme for carriageway widening, location of allexisting
utility services(bothover‐ andunderground)
andtheschemefortheirrelocation,treestobefelled,transplanted and planted and
landacquisition requirements including schedule for LA: reports documents anddrawings
arrangement of estimates for cutting/ transplanting of trees
andshiftingofutilitiesfromtheconcerneddepartment;
xix Develop3Dengineeredmodelsofterrainandelevation,as‐ isprojecthighway,propose
d and project highway along with all features, current and
proposedstructures,currentandproposedutilitiesandlandacquisitionplans.
xx To find out financial viability of project for implementation and suggest
thepreferredmodeonwhichtheprojectistobetakenup.
xxi. Preparationofdetailedprojectreport,costestimate,approvedforconstructionDrawin
gs,rateanalysis,detailedbillofquantities,biddocumentsforexecutionofcivilworksthrough
budgetingresources.
xxii. Design of toll plaza and identificationoftheir numbersand location
andofficecumresidentialcomplexincludingworkingdrawings
xxiii. Designofweighingstations,parkingareasandrestareas.
xxiv. Anyotheruserorientedfacilityen‐ routetollfacility.
xxv. Tie‐ inofon‐ going/sanctionedworksofMORT&H/ChiefEngineer(NH),PWDRajas
than,JacobRoad,Jaipur/otheragencies.

xxvi. Preparationofsocialplansfortheprojectaffectedpeopleasperpolicyofthelendingage
ncies/Govt.ofIndiaR&RPolicy.

Whilecarryingoutthe
fieldstudies,investigationsanddesign,thedevelopmentplansbeingimplementedorproposedforfu
tureimplementationbythelocalbodies,shouldbetaken into account. Such aspect should be
clearly brought out in the reports anddrawings.

The consultant shall study the possible locations and design of toll plaza,
waysideamenitiesrequiredandarboriculturealongthehighwayshallalsobeplanned.

Thelocalandslowtrafficmayneedsegregationfromthemaintrafficandprovisionofservice roads
and physical barrier including fencing may be considered,
wherevernecessarytoimproveefficiencyandsafety.

38
B. Standar
dsandCodesofPractices

1. A
llactivitiesrelatedtofieldstudies,designanddocumentationshallbedoneasperthelatest
guidelines/ circulars of MoRT & H and relevant publications of the Indian
RoadsCongress(IRC)andBureauofIndianStandards(BIS).ForaspectsnotcoveredbyIRCa
ndBIS,internationalstandardspractices,maybeadopted.TheConsultants,uponawardoft
heContract,mayfinalizethisinconsultationwithChiefEngineer(NH),PWDRajasthan,Jac
obRoad,Jaipurandreflectthesameintheinceptionreport.

2. A
llnotations,abbreviationsandsymbolsusedinthereports,documentsanddrawingsshallb
easper latest IRC:84.

C. Quality
Assurance Plan (QAP)

1. The Consultants should have detailed Quality Assurance Plan (QAP) for all
fieldstudiesincluding
topographicsurveys,trafficsurveys,engineeringsurveysandinvestigations,designandd
ocumentationactivities.Thequalityassurance plans/procedures for different field
studies, engineering surveysand investigation, design and documentation activities
should be presented asseparate sections like engineering surveys and investigations,
traffic
surveys,materialgeo‐ technicalandsub‐ soilinvestigations,roadandpavementinvestiga
tions, investigation and design of bridges & structures,
environmentandR&Rassessment,economic&financialanalysis,drawingsanddocument
ation, preparation, checking, approval and filing of calculations,identification and
tractability of project documents etc. Further, additionalinformation as per format
shall be furnished regarding the details of personalwho shall be responsible for
carrying out/preparing and checking/verifyingvarious activities forming part of
feasibility study and project preparation,since inception to the completion of work.
The detailed Draft QAP Documentmust be discussed and finalized with the
concerned Chief Engineer (NH), PWDRajasthan, Jacob Road, Jaipur officers
immediately upon the award of theContractandsubmittedaspartoftheinceptionreport.
(ii)ItisimperativethattheQAPisapprovedby<ChiefEngineer(NH),PWDRajasthan,JacobRoa
d,Jaipur>beforetheConsultantsstartthefieldwork.

2. Dataformatsforreportandinvestigationresults

i. R
equired data formats for some reports, investigations and documents
arediscussedinENCLOSURE‐ IV

ii. Formats
forsubmissionofReportsandDocuments.
iii. T
heconsultantswillneedtoproposedataformatsforuseinallotherfieldstudiesand
investigationsnotcoveredinenclosureIV.
iv. T

39
heproposeddataformswillneedtobesubmittedfortheapprovalofChiefEngineer
(NH), PWD Rajasthan, Jacob Road, Jaipurafter thecommencementofservices.

D. ReviewofDataandDocuments

1. TheConsultantsshallcollecttheavailabledataandinformationrelevantfortheStudy.The
data and documents of major interest shall include, but not be limited to,
thefollowing:

i. Climate;
ii. Roadinventory
iii
Roadcondition,yearoforiginalconstruction,yearandtypeofmajormaintenance/reh
abilitationworks;
iv. Conditionofbridgesandcross‐ drainagestructures;
v. sub‐ surfaceandgeo‐ technicaldataforexistingbridges;
vi. Hydrologicaldata,drawingsanddetailsofexistingbridges;
vii

Existinggeologicalmaps,catchmentareamaps,contourplansetc.fortheprojectareav

iiiConditionofexistingriverbank/protectionworks,ifany.

ix. Detailsofsanctioned/on‐ goingworksonthestretchsanctionedbyMoRT&H/other


agenciesforTie‐ inpurposes
x. Surveyandevaluationoflocallyavailableconstructionmaterials;
xi. Historicaldataonclassifiedtrafficvolume(preferablyfor5yearsormore);
xii. Origin‐ destinationandcommoditymovementcharacteristics;ifavailable
xiii. Speedanddelaycharacteristics;ifavailable;
xiv. Commodity‐ wisetraffic volume; ifavailable;
xv. Accidentstatistics;and,
xvi. Vehicleloadingbehavior(axleloadspectrum),ifavailable.
xvii. Type and location of existing utility services (e.g. Fibre Optical
Cable,O/HandU/GElectric,Telephoneline,Watermains,Sewer,Treesetc.)
xvii Environmentalsettingandsocialbaselineoftheproject.

4.8. SocialAnalysis

The social analysis study shall be carried out in accordance with the
MORT&H/WorldBank/ADB Guidelines. The social analysis report will, among
other things, provide
asocio‐ economicprofileoftheprojectareaandaddressinparticular,indigenouspeople,co
mmunicable disease particularly HIV/AIDS poverty alleviation, gender, local
population,industry,agriculture,employment,health,education,health,childlabor,landa
cquisitionandresettlement.

40
Traffic Surveys

Alltrafficsurveysandstudieswillbecompletedinfeasibilitystudies.

NumberandLocationofSurveyStations

1. T
hetypeoftrafficsurveysandtheminimum
numberofsurveystationsshallnormallybeasunder,unlessotherwisespecificallymentione
d.

Sl. Description NumberofSurveyStations


No.
1. ClassifiedTrafficVolumeCount 3
2. Origin- Minimum2
DestinationandCommodityMovementCharacteristi
cs
3. AxleLoadingCharacteristics 2
4. IntersectionVolumeCount AllMajorIntersections
5. Speed-DelayCharacteristics ProjectRoadSection
6. Pedestrian/animalcrosstrafficcount Allmajorinhabitationsalongthehi
ghway

7. Turningmovementsurveys Forall majorintersections

2. The numberof survey locationsindicated inthe tableabove are in dicativeonly for


eachroadstretchunderapackage.TheConsultantsshall,immediatelyuponawardofthew
ork,submitto<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur>,pro
posalsregardingthetotalnumberaswellasthelocationsofthetrafficsurveysta
tionsasofinceptionreport.Suitablemapsandchartsshould accompany the
proposals clearly indicating the rationale for selecting
thelocationofsurveyStation.

3. The methodology of collection and analysis of data, number and location of


trafficsurvey stations shall be finalized in consultation withChief Engineer
(NH),PWDRajasthan,JacobRoad,Jaipurpriortostartofthetrafficsurvey.

ClassifiedTrafficVolumeCountSurvey

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


ManagementCompany Limited (IHMCL) using ATCC systems. However in isolated
locations
wheretherearesiteconstraints,manualcountingcanbedone.Ifrequired,especiallyincaseswhe
re a particular stretch is not covered by IHMCL, DPR consultant should carry
outclassifiedtrafficvolumecountsurveyusingATCCsystemsorlatestmoderntechnologies.

2. Consultant shall use ATCC systems that can meet the following accuracy levels
aftervalidation/calibration:
(a) Classificationofvehicles:betterthan95%
(b) Countingofvehicles:betterthan98% Before validation and calibration, the ATCC system shall
41
meet the following accuracylevels:
(c) Classificationofvehicles:betterthan90%

(d) Countingofvehicles:betterthan95%For verification of above accuracy levels, audit of raw


ATCC shall be done by the consultant on a sampling basis and should submit a certificate
in this regard.

3. ATCCsystemssuchasPneumaticTubeDetector,InductiveDetectorLoop,VideoImageDetec
tion,andInfraredSensororlatesttechnologiesshallbeadopted.

4. The classified traffic volume count surveys shall be carried out for 7 days
(continuous,direction‐ wise)attheselectedsurveystations.Thevehicleclassificationsystemas
giveninrelevantIRCcodemaybefollowed.However,thefollowinggeneralizedclassificationsy
stem is suggested in view of the requirements of traffic demand estimates
andeconomicanalysis:
MotorisedTraffic Non-MotorisedTraffic
2-Wheeler Bi-Cycle
3-Wheeler Cycle-Rickshaw
PassengerCar AnimalDrawnVehicle(ADV)
UtilityVehicle(Jeep,Vanetc.) HandCart
OtherNon-MotorisedVehicle
Bus MiniBusStandardBus

LCV LCV-PassengerLCV-Freight
Truck MCV:2-AxleRigidChassis
HCV:3-AxleRigidChassis
MAV SemiArticulated
Articulated

5. All results shall be presented in tabular and graphical form. The survey data shall
beanalyzedtobringoutthehourly anddailyvariations.Thetrafficvolumecountper dayshall
be averaged to show a weekly average daily traffic (ADT) by vehicle type.
Theannualaveragedailytraffic(AADT)shallbeworkedoutbyapplyingseasonalfactors.

6. The consultant shall compile the relevant traffic volume data from secondary
sourcesalso. The salient features of traffic volume characteristics shall be brought out
andvariationsifany,fromthetrafficcensuscarriedoutbytheStatePWDshallbesuitablyexplain
ed.

OriginDestinationandCommodityMovementsSurveys
1. The consultants shall carry out 1‐ day (24 hour, both directions) O‐ D and
commoditymovementsurveysatlocationsfinalizedinconsultationwithChiefEngineer(NH),
PWDRajasthan,JacobRoad,Jaipur. Thesewillbeessentiallyrequiredaroundcongested
townsto delineate through traffic. The road side interviews shall be carried out on
randomsample basis and cover all four‐ wheeled vehicles. The location of the O‐ D
survey andcommoditymovementsurveysshallnormallybesameasfortheclassifiedtraffic
count.

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


42
eachindividual station and the possibility of traffic diversion to the Project Road
from/tootherroadroutesincludingbypasses.

3. The trip matrices shall be worked out for each vehicle type information on weight
fortrucksshouldbesummedupbycommoditytypeandtheresultstabulated,givingtotalweigh
tandaverageweightpertruckforthevariouscommoditytypes.Thesamplesizeforeachvehiclet
ypeshallbeindicatedonthetableandalsointhegraphicalrepresentations.

4. The data derived from surveys shall also be analyzed to bring out the lead and
loadcharacteristics and desire line diagrams. The data analysis should also bring out
therequirementfortheconstructionofbypasses.

5. The distribution of lead and load obtained from the surveys should be compared.
Theaxle load surveys shall normally be done using axle load pads or other
sophisticatedinstruments.The location(s)ofcountstation(s)and thesurveywiththose derived
fromtheaxleloadstudies.

6. Thecommoditymovementdatashouldbedulytakenintoconsiderationwhilemakingthetraffi
c demandestimates.

TurningMovementSurveys

1. The turning movement surveys for estimation of peak hour traffic for the design
ofmajorandminorintersectionsshall
becarriedoutfortheStudy.Thedetailsregardingcompositionanddirectionalmovementoftraffi
cshallbefurnishedbytheConsultant.

2. T
hemethodologyforthesurveysshallbeasperIRC:SP:41‐ 1994.Thedetailsincludinglocation
and duration of surveys shall be finalized in consultation with Chief
Engineer(NH),PWDRajasthan,JacobRoad,Jaipurofficials.TheproposalinresponsetothisTOR
shall clearly indicate the number of locations that the Consultants wish to
conductturningmovementsurveysandtherationaleforthesame.

3. T
he data derived from the survey should be analyzed to identify requirements
ofsuitableremedialmeasures,suchasconstructionofunderpasses,fly‐ overs,interchanges,gr
ade‐ separatedintersectionsalongtheprojectroadalignment.Intersectionswithhightrafficvol
umerequiringspecialtreatmentseitherpresentlyorinfutureshallbe identified.
AxleLoadSurveys

1. Axle load surveys in both directions shall be carried out at suitable location(s) in
theprojectroadstretchonarandomsamplebasisnormallyfortrucksonly(bothemptyandloade
dtrucks)for2normaldays‐ (24hours)atspecialcountstationstobefinalizedinconsultationwith
ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur.However,afew buses may be
weighed in order to get an idea about their loading behavior.
Whileselectingthelocation(s)ofaxleloadsurveystation(s),thelocationsofexistingbridgeswith
load restrictions, if any, should be taken into account and such sites should beavoided.

2. Axle load surveys shall normally be done using axle load pads or other
sophisticatedinstruments.Thelocation(s)ofcountstation(s)andthesurveymethodologyinclu
dingthedataformatsandtheinstrumenttypetobeusedshallbefinalizedbeforetakingup
theaxleloadsurveys

43
3. Theaxleloaddatashouldbecollectedaxleconfiguration‐ wise.Thenumberofequivalentstand
ardaxlespertruckshallbecalculatedonthebasisofresultsobtained.Theresultsofthesurveysho
uldbringouttheVDFforeachtrucktype(axleconfiguration, if the calculated VDF is found to
be below the national average,
thennationalaverageshallbeused.Furthermore,thedatafromaxleloadsurveysshouldbeanaly
zed to bring out the Gross Vehicle Weight (GVW) and Single Axle Load
(SAL)Distributionsbytrucktype(axleconfiguration).

4. TheConsultantshallascertainfromlocalenquiriesabouttheexceptionalliveloadsthathaveused
thehighwayinthepastinordertoassessthesuitabilityofexistingbridgestocarry suchloads.

Speed-DelaySurveys

The Consultants shall carry out appropriate field studies such as moving car survey
todetermine running speed and journey speed. The data should be analyzed to
identifysectionswithtypicaltrafficflowproblemsandcongestion.Theobjectiveofthesurveyw
ouldbetorecommendsuitablemeasuresforsegregationoflocaltraffic,smoothflowofthrough
traffic and traffic safety. These measures would include the provision ofbypasses,
under‐ passes, fly-overs, interchanges, grade‐ separated intersections andserviceroads.

Pedestrian/animalcrosstrafficsurveys:

1. T
heseshallbeconductedtodetermineifprovisionofviaductforpedestrians/animalsisnecessary
toimprovethetrafficsafety.

2. C
onsultant shall leverageinformationfrom local consultations,inputs
fromlocalgovernmental/ non‐ governmental agencies in selecting sites for checking
pedestrian/animalcrossing trafficsurveys.

3. S
urveys forprovisionofpedestrian crossings shall minimum be conducted at
alljunctionsbeingreplacedbygradeseparators.

TruckTerminalSurveys

The data derived from the O‐ D, speed‐ delay, other surveys and also
supplementarysurveysshouldbeanalyzedtoassessrequirementsforpresentandfuturedevel
opment of truckterminalsatsuitablelocationsenroute.

TrafficDemandEstimates

1. T
he consultants shall make traffic demand estimates and establish possible
trafficgrowthratesinrespectofallcategoriesofvehicles,takingintoaccountthepasttrends,ann
ual population and real per capita growth rate, elasticity of transport demand inrelation
to income and estimated annual production increase. The other aspectsincluding
socio‐ economic development plans and the land use patterns of the
regionhavingimpactonthetrafficgrowth,theprojectionsofvehiclemanufacturingindustryint
he country, development plans for the other modes of transport, O‐ D and
commoditymovement behavior should also be taken into account while working out the
trafficdemandestimates.

44
2. T
hevaluesofelasticityoftransportdemandshallbebasedontheprevailingpracticesinthe
country. The Consultants shall give complete background including references
forselectingthevalueoftransportdemandelasticity.

3. I
t is envisaged that the project road sections covered under this TOR would becompleted
and opened to traffic after 3 years. The traffic demand estimates shall bedone for a
further period of 30 years from completion of two/four lane. The demandestimates shall
be done assuming three scenarios, namely, optimistic, pessimistic andmost likely traffic
growth. The growth factors shall be worked out for five‐ yearlyintervals.

4. T
rafficprojectionsshouldbebasedonsoundandprovenforecastingtechniques.Incasetrafficde
mandestimatedistobemade onthebasisofamodel,theapplicationof themodel 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 ofany competing facility in
the near future. The demand estimates should also take
intoaccountthefreightandpassengertrafficalongthemajorcorridorsthatmayinterconnectwit
htheproject.Impactoftollchargesonthetrafficestimatesshouldbeestimated.

5. T
hemethodologyfortrafficdemandestimatesdescribedintheprecedingparagraphsisfornorma
ltrafficonly.Inadditionto these
timatesfornormaltraffic,theConsultantsshallalsoworkouttheestimatesforgenerated,induce
danddivertedtraffic.

6. T
hetrafficforecastsshallalsobemadeforbothdivertedandgeneratedtraffic.

7. Overalltrafficforecastthusmadeshallformthebasisforthedesignofeachpavementtypeand
otherfacilities/ancillaryworks.

EngineeringSurveys andInvestigations Reconnaissance andAlignment

1. The Consultants should make an in‐ depth study of the available land width
(ROW)topographicmaps,satelliteimageriesandairphotographsoftheprojectarea,geological
maps,catchmentareamaps,contourplans,floodflowdataandseismologicaldataandother
availablerelevantinformationcollectedbythem concerningthe
existingalignment.Consultanthimselfhastoarrangetherequiredmapsandtheinformationnee
dedbyhimfromthepotentialsources.Consultantshouldmakeeffortsforminimizinglandacqu
isition. Greater use of technology for LA be adopted by the consultant at the
DPRstagesoastohaveapreciselandacquisitionprocess.
2. The detailed ground reconnaissance may be taken up immediately after the study
ofmapsandother
data.Theprimarytaskstobeaccomplishedduringthereconnaissancesurveysinclude;
(i). topographicalfeatures ofthearea;
(ii). typicalphysicalfeaturesalongtheexistingalignmentwithinandoutsideROW
i.e.landusePattern;
(iii). possiblealignmentalternatives,vis‐ a‐ vis,schemefortheconstructionofaddition
allanesparalleltotheexisting road;
(iv). realignmentrequirementsincludingtheprovisionofbypasses,ROBs/Flyoversan
d via‐ ductforpedestriancrossingswithpossiblealignmentalternatives;
(v). preliminary identification of improvement requirements including

45
treatmentsandmeasuresneededforthe cross‐ roads;
(vi). traffic pattern and preliminary identification of traffichomogenous
links;(vii).sections throughcongested areas;
(vii). i
nventory of major aspects including land width, terrain, pavement
type,carriagewaytype,bridgesandstructures(type,sizeandlocation),intersections(type,cros
s‐ roadcategory,location)urbanareas(location,extent),geologically sensitive areas,
environmentalfeatures:
(viii). criticalareasrequiringdetailedinvestigations;and,(x).Requirements for carrying out
supplementaryinvestigations.(xi).soil (textural classifications)
anddrainageconditionsType and extent of existing utility services along the alignment
(within ROW). (xiii).
(ix). Typical physical features along the approach roadsPossiblebridge locations,
landacquisitionproblems, natureof crossings, likelylength of approaches and bridge,
firmnessof banks, suitability of alignment of approachroads.

3. Thedataderivedfromthereconnaissancesurveysarenormallyutilizedforplanningandpro
gramming the detailed surveys and investigations. All field studies including thetraffic
surveys should be taken up on the basis of information derived from
thereconnaissancesurveys.

4. Thedataandinformationobtainedfromthereconnaissancesurveysshouldbedocumented.
The data analysis and the recommendations concerning alignment and the field studies
should be included in the Inception Report. The data obtained from the reconnaissance
surveys should form the core of the database which would be supplemented and
augmented using the data obtained from detailed field studies and investigations.

5. T
hedataobtainedfromthereconnaissancesurveysshouldbecompiledinthetabularaswell as
graphical (chart) form indicating the major physical features and the
proposedwideningschemeforChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipurcomme
nts.Thedataandthechartsshouldalsoaccompanytherationalefortheselectionoftrafficsurveys
tations.

TopographicSurveys

1. T
hebasicobjectiveofthetopographicsurveywouldbetocapturetheessentialgroundfeaturesalo
ngthealignmentinordertoconsiderimprovementsandforworkingoutimprovements,
rehabilitation and upgrading costs. The detailed topographic surveys
shouldnormallybetakenupafterthecompletionofre co naissance surveys.

2. T
he carrying out of topographic surveys will be one of the most important and
crucialfieldtasksundertheproject.Technologieswhichcanmeetthefollowingaccuracylevelss
hallbeadopted.Forlandbasedsurveys(a)Fundamentalhorizontalaccuracyof5cm
orbetter(b)Fundamentalverticalaccuracyof5cmorbetter(c)Morethan50pointsshallbe
measured per sq. m and for aerial based surveys (a) Fundamental
horizontalaccuracyof5cmorbetter(b)Fundamentalverticalaccuracyof5cmorbetter(c)Moreth
an10pointsshallbemeasuredpersq.m.Toestablishaccuracy,acheckpointsurveyusing DGPS
(for horizontal accuracy) and Auto Level (for vertical accuracy) shall
becarriedouttoestablishthefundamentalhorizontalandverticalaccuracy.Aminimumof25
check points, or check points once every 4 km should be established, and
theseshouldbestrictlydifferentfromanygeo‐ referencingorcontrolnetworkpoints.
46
3. T
hefollowingarethesetofdeliverableswhichshouldbesubmittedaftercompletionofsurvey:
(a). RawDGPSdatafortheentirehighwaylengthandadjoiningareasofinterest
(b). Point cloud data or equivalent for the entire highway length and adjoiningareas
of interest in a format/ platform as per industry good practice whichshall be amenable to
operations byChief Engineer (NH), PWD Rajasthan,
JacobRoad,Jaipur/Consultant.ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipurmay
decide about format/ platform of point cloud data

(c). Topographic map of scale 1:1000 of the entire highway length and
adjoiningareasofinterest
(d). Contour map of 50 cm of entire highway length and adjoining areas
ofinterest(e).Crosssectionofthehighwayatevery50mindrawingformat.
(f). Develop adigital elevation/surface model (bare earthmodel from surveydata)
digital terrainmodel combining topographicdatafrom LiDAR, roadinventory and other
available sources of data for use while modeling the roadalignment
androadandstructuredesign.
(g). For land based surveys, Mobile LiDAR (Light Detection and Ranging) or
bettertechnology that can meet above requirements shall be adopted. For aerialbased
surveys, Aerial Mobile LiDAR (Light Detection and Ranging) or
bettertechnologythatcanmeetaboverequirementsshall beadopted.Wherepossible,
mobile/terrestrial LiDAR and total station or better studies should beused to supplement
aerial LiDAR for the final alignment chosen. Aerial based surveys shall be used as the
primary source of topographical data only in cases where a new/green field alignment is
being planned and/or major junctions are being planned where it is necessary to
significantly increase the survey corridor beyond the capabilities of mobile LiDAR. In
shadow areas such as invert levels below culverts, terrestrial LiDAR shall be used where
LiDAR or better technologies cannot survey accurately, traditional methods of Total
Station/ Auto Level shall be used to complete the study.
(h). In case of mobile LiDAR or better technology, 360 degree panoramic images
oftheentire highwaylengthandadjoiningareasofinterestshallbesubmitted.Incase of aerial
LiDAR or better technology, ortho‐ images of the entire highwaylengthand
adjoiningareas ofinterestshallbesubmitted.
(i). T
hedetailedfieldsurveyswouldessentiallyincludethefollowingactivities:
i. T
opographic Surveys along the Existing Right of Way (ROW): Carrying outtopographic
survey using LiDAR or better technology along the existingroad and realignments,
wherever required and properly referencing thesame with reference pillars fixed on
either side of the centre‐ line at safeplaceswithintheROW
ii. Thedetailedfieldsurveyswouldessentiallyincludethetopographicsurveysal
ongtheproposedlocationofbridgeandalignmentofapproachroad.
iii. Thedetailedtopographicsurveysshouldbecarriedoutalongtheapproach
roadsalignment and location of bridge approved by
<ChiefEngineer(NH),PWDRajasthan,Jacob Road,Jaipur>.
iv. Collection/Extractionofdetailsforallfeaturessuchasstructures(bridges,
culvertsetc.) utilities, existing roads, electric and
telephoneinstallations(bothO/Haswellasunderground),huts,buildings,fencingandtrees(w
ithgirthgreaterthan0.3metre)oiland gaslinesetc.fallingwithintheextentofsurvey.

47
4. Thewidthofsurveycorridorwillgenerallybeasgivenunder:
(i). The width of the survey corridor should take into account the layout of
theexisting alignment including the extent of embankment and cut slopes and thegeneral
ground profile. While carrying out the field surveys, the wideningscheme (i.e. right, left
or symmetrical to the centre line of the existingcarriageway)should
betakenintoconsiderationsothatthetopographicsurveyscoversufficientwidthbeyondthecen
trelineoftheproposeddividedcarriageway. Normally the surveys should extend a
minimum of 30 m beyondeither side of the centre line of the proposed divided
carriageway or landboundarywhicheverismore
(ii). Incasethereconnaissancesurveyrevealstheneedforbypassingthecongestedlocati
ons, the traverse lines would be run along the possible alignments inorder to identify and
select the most suitable alignment for the bypass. Thedetailed topographic surveys
should be carried out along the bypass alignmentapproved by Chief Engineer (NH),
PWD Rajasthan, Jacob Road, Jaipur.
Atlocationswheregradeseparatedintersectionscouldbetheobviouschoice,thesurvey area
will be suitably increased. Field notes of the survey should bemaintained which would
also provide information about traffic, soil, drainageetc.
(iii). Thewidthofthesurveyedcorridorwillbewidenedappropriatelywheredevelopme
ntsand/ or encroachments have resulted in a requirement for adjustment in the
alignment, or where it is felt that the existing alignment can be improved upon through
minor adjustments.
(iv). Where existing roads cross the alignments, the survey will extend a
minimumof100meithersideoftheroadcentrelineandwillbeofsufficientwidthto
allowimprovements,includingatgradeintersectiontobedesigned.

8. Thesurveyedalignmentshallbetransferredontothegroundasunder:

i. Reference Pillar and Bench Mark / Reference pillar of size 15 cm X 15 cm


X45cmshallbecastinRCCofgradeM15withanailfixedinthecentreofthetopsurface. The
reference pillar shall be embedded in concrete upto a depth of30cm with CC M10 (5 cm
wide all around). The balance 15 cm above groundshall be painted yellow. The spacing
shall be 250m apart, incase Bench MarkPillarcoincideswithReferencePillar,onlyone of the
two need be provided.

ii. Establishing Bench marks at site connected to GTS Bench marks at a intervalof250
metres on Bench mark pillar made of RCC as mentioned above with
RLandBMNo.markedonitwithredpaint.
iii. BoundaryPillars‐ Wherevertheproposedalignmentfollowstheexistingalignment,
the boundary pillars shall be fixed by the DPR consultant at aninterval of 200m on either
side of proposed Right of Way. Wherever there is aproposal of realignment of the
existing Highway and/or construction of
NewBypasses,Consultantshallfixboundarypillarsalongtheproposedalignmentonthe
extreme boundary on either side of the project Highway at 50 m
interval.BoundarypillarsshallbestrictlyprovidedasperIRC:25:1967.

LongitudinalandCross-Sections

Thetopographicsurveysforlongitudinalandcross‐ sectionsshallcoverthefollowing:

i. Longitudinalsectionlevelsalongfinal centrelineshallbetakenat every10minterval.


The levels shall be taken at closerintervals at the curve points,small streams, and
intersections and at the locations of change in elevation.Theintervalshall also

48
bemodifiedasperIRC:SP‐ 19forrolling,mountainous&steepterrain.
ii. Crosssectionsatevery50mintervalinfullextentofsurveycoveringsufficientnumber
of spot levels on existing carriageway and adjacent ground for
profilecorrectioncourseandearthworkcalculations.Crosssectionsshallbetakenatcloserinter
valatcurves.TheintervalshallbemodifiedasperIRCSP19forrolling,mountainous&steepterra
in.
iii. Longitudinalsectionforcrossroadsforlengthadequatefordesignandquantity
estimationpurposes.
iv. Longitudinal and cross sections for major and minor streams shall cover
Crosssection of the channel at the site of proposed crossing and few cross sectionsat
suitable distance both upstream and downstream, bed level upto top ofbanks and
ground levels to a sufficient distance beyond the edges of
channel,natureofexistingsurfacesoilinbed,banks&approaches,longitudinalsectionofchann
elshowingsiteofbridgeetc.Theseshallbeasperrecommendations contained in IRC Special
Publication No. 13 (Guidelines forthe Design of Small Bridges and Culverts) and
provisions of IRC:5 (“StandardSpecifications & Code of Practice forRoad Bridges,Section
1–GeneralFeaturesofDesign”).

2. Atfeasibilitystudystagecrosssectionsat50mintervalmaybetaken.

3. Consultantsshallalsodevelopanas‐ ismapoftheroad including:

i. Geo‐ referenceddigitalmapofas‐ isprojecthighway


ii. Earth surface, road layers, utilities, buildings and trees with feature dataextracted
andmapped in layers, marked on the map and tabulated dataprovided separately.

iii. Allroad,surface,subsurfaceinventory,pavementinvestigationandsoilsurveydatato
besuper‐ imposedaslayersusinggeo-referencing data Details of utility Services and Other
Physical Features

1. The Consultants shall collect details of all important physical features along
thealignment. These features affect the project proposals and should normally
includebuildings and structures, monuments, burial grounds, cremation grounds, places
ofworship, railway lines, stream / river / canal, water mains, sewers, gas/oil
pipes,crossings,trees,plantations,utilityservicessuchaselectric,andtelephonelines(O/H&U
/G)andpoles,opticalfibrecables(OFC)etc.Thesurveywouldcovertheentireright‐ of‐ wayoft
heroadontheadequateallowanceforpossibleshiftingofthecentrallinesatsomeoftheintersecti
onslocations.

2. Consultantshallalsomapoutsub‐ surfaceutilities.Accuratemappingandresolutionofalls
ub‐ surfaceutilitiesuptoadepthof4mshallbecarriedout.Differentiationbetweensub‐ surface
utilitiessuchasliveelectriccables,metallicutilitiesandotherutilitiesshallbeindicated and
sub‐ surface utilities radargrams further processed into utility maps
informatssuchasPDF,JPEGandAutoCADshallbefurnished.Tomeettheaccuracylevels,consu
ltantshalluseGroundPenetratingRadar,InductionLocatororbettertechnologies.

3. The information collected during reconnaissance and field surveys shall be shown on
astripplansothattheproposedimprovementscanbeappreciatedandtheextentoflandacquisiti
on with LA schedule, utility removals of each type etc. assessed and suitableactions can
be initiated. Separate strip plan for each of the services involved shall
bepreparedforsubmissiontotheconcernedagency.

49
Roada
ndPavement Investigations

TheConsultantsshallcarryoutdetailedfieldstudiesinrespectofroadandpavement.The data
collected through road inventory and pavement investigations should
besufficienttomeettheinputrequirementsofHDM‐ IV.

RoadInventorySurveys

1. Detailed roadinventory surveys shallbecarriedout to collect detailsofall


existingroadandpavementfeaturesalongtheexistingroadsections.Theinventorydatashallinc
ludebutnotlimitedtothefollowing:
i. T
errain(flat,rolling,mountainous);

ii. L
and‐ use(agricultural,commercial,forest,residentialetc)@everykilometer;
iii. C
arriagewaywidth,surfacingtype@every500mandeverychangeoffeature
whicheverisearlier;
iv. S
houldersurfacingtypeandwidth@every500mandeverychangeoffeature
whicheverisearlier;
v. S
ub‐ grade/localsoiltype(texturalclassification)@every500mandeverychangeoffeature
whicheverisearlier;
vi. H
orizontalcurve;verticalcurve
vii. R
oadintersectiontypeanddetails,ateveryoccurrence;
viii. R
etainingstructuresanddetails,ateveryoccurrence;
ix. L
ocationofwaterbodies(lakesandreservoirs),ateveryoccurrence;
x. H
eightofembankmentordepthofcut@every200mandeverychangeoffeaturewhicheverise
arlier.
xi. L
and widthi.e.ROW
xii. C
ulverts,bridgesandotherstructures(type,size,spanarrangementandlocation)
xiii. R
oadsidearboriculture
xiv. E
xistingutilityservicesoneithersidewithinROW.Thereshallbeaprovisionof utility
corridor for appropriate categories / combination of utilities in theconstruction of
new 4/6 laning of National Highways. Such structures shall belocated at appropriate
location preferably as close to the extreme edge ofRight of Way (RoW). In this
connection, guidelines contained in IRC:98 shall befollowed.
50
xv. G
eneraldrainageconditions
xvi. D
esignspeedof existing road

2. The data should be collected in sufficient detail. The data should be compiled
andpresented in tabular as well as graphical form. The inventory data would be stored
incomputerfilesusingsimpleutilitypackages,suchasEXCEL.
PavementInvestigation

1. PavementComposition
i. Thedataconcerningthepavementcompositionmaybealreadyavailablewiththe
PWD. However, the consultants shall make trial pits to ascertain
thepavementcomposition.ThetestpitintervalwillbeasperPara4below.
ii. Foreachtestpit,thefollowinginformationshallberecorded:
 testpitreference(Identificationnumber,location):
 pavementcomposition(materialtypeandthickness);and
 subgradetype(texturalclassification)andcondition(dry,wet)
 embankment(compositionandgeometry)

2. RoadandPavementConditionSurveys

i. Detailed field studies shall be carried out to collect road and


pavementsurfaceconditions.Thedatashouldgenerallycover:
 pavementcondition(surfacedistresstypeandextent);
 shouldercondition;
 embankmentcondition;and
 drainagecondition

3. Paveme
ntCondition

 cracking(narrowandwidecracking),%ofpavementareaaffected;
 raveling,%ofpavementareaaffected;
 potholing,%ofpavementareaaffected;
 edgebreak,length(m);and,
 rutdepth,mm

4. Shoulde
rCondition

 Paved:S
ameasforpavement
 Unpave
d:materialloss,rutdepthandcorrugation,
 Edgedro
p,mm.

51
5. Embank
mentCondition

 generalc
ondition;and
 extentof
slopeerosion
ii. T
he objective of the road and pavement condition surveys shall be to
identifydefectsandsectionswithsimilarcharacteristics.Alldefectsshallbesystematic
allyreferenced,recordedandquantifiedforthepurposeofdeterminingthemodeofreh
abilitation.
iii. I
n addition to visual means, the pavement condition surveys shall be carriedout
using Network Survey vehicles mounted with equipments such as
highresolution cameras, digital laser profilometer, transverse profiler‐ the
datafrom which should be geo‐ referenced using a DGPS receiver and in
vehicledata processing software or equivalent technology to accurately measure
thepavement surface properties covered earlier. This pavement condition
surveyshall also be used as a repository for civil work and shall be carried out as
perthedirectionsofChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur.
iv. S
upplemented by actual measurements and in accordance with the
widelyacceptedmethodology(AASHTO,IRC,OECD,TRLandWorldBankPublicatio
ns) adapted to meet the study requirements. The measurement ofrut
depthwouldbe madeusingstandardstraightedges.
v. T
he shoulder and embankment conditions shall be evaluated by visual meansand
the existence of distress modes (cuts, erosion marks, failure, drops)
andextent(none,moderate,frequentandveryfrequent)ofsuchdistressmanifestations
wouldberecorded.
vi. F
or sections with severe distresses, additional investigations as
appropriateshallbecarriedouttodeterminethecauseofsuchdistresses.
vii. M
iddle 200m could be considered as representative sample for each one km.ofroad
andincaseallotherthingsareconsideredsimilar.

DrainageCondition

 General
condition
 Connect
ivityofdrainageturnoutsintothenaturaltopography
 Conditio
nincutsections
 Conditio
nat highembankments

The data obtained from the condition surveys should be analyzed and the
roadsegmentsofmoreorlessequalperformancemaybeidentifiedusingthecriteriagive

52
ninIRC:81‐ 1997.

6. Paveme
ntRoughness

i. T
he roughness surveys shall be carried out using a network survey
vehiclemountedlaserprofilometerorbettertechnologywithspecificationsasdescribe
dinpara2abovei(a)In addition, the following criteria should be met by the process
of defect detection:

 R
oughness measurement with outputs of both raw
longitudinalprofilesandIRI
calculationshallbereportedat100mreferencedtotheprecedingLRP.The
roughness must meet ASTM‐ E950 (equivalent to Class I road profiler).

 T
he IRI shall be determined for both wheel paths over a minimumlength
of 250m for a minimum of 6 calibration sites with a roughnessrange
between 2m/km and8m/km. Calibration shall be made
forspeedsof20,30,40,50,60km/h.

ii. T
hesurveysshallbecarriedoutalongtheouterwheelpaths.Thesurveysshallcoveramini
mumoftworunsalongthewheelpathsforeachdirection.

iii. T
he results of the survey shall be expressed in terms of BI and IRI and shall
bepresentedintabularandgraphicalforms.Theprocesseddatashallbeanalyzedusingt
hecumulativedifferenceapproachtoidentifyroadsegmentshomogenouswithrespec
ttosurfaceroughness.

7. PavementStructuralStrength

1. T
he Consultants shall carry out structural strength surveys for existing
pavementsusingFallingWeightDeflectometermetre(FWD)inaccordancewithIRC11
5orIRC117asthecasemaybe.

i. It is suggested that the deflection surveys may be carried out as per thescheme
givenbelow:
 mainlinetesting;and,

 Controlsectiontesting.

ii. Thedeflectiontestsforthemainlineshallbecarriedoutatevery500malongthe road


sections covered under the study. The control section testing
shallinvolvecarryingoutdeflectiontestingforeach100 mlong
homogenousroadsegmentalongtheroad
sections.Theselectionofhomogenoussegmentshallbe based on the data derived
from pavement condition surveys. The totallength of such homogenous segments
shall not be less than 100 m perkilometre. The deflection measurements for the
control section testingshouldbeatanintervalofnotmorethan10m.

53
iii. Test pits shall be dug at every 500 m and also along each homogeneous
roadsegment to obtain pavement composition details (pavement course,
materialtype and thickness) so as to be able to study if a correlation exists
betweendeflectionandcomposition.Ifso,therelationshipmaybeusedwhileworkingo
ut the overlaythicknessforthe existing pavement.
iv. Falling weight deflectometre surveys may not be carried out for
severelydistressed sections of the road warranting reconstruction. The
Consultants,immediately upon the award of the contract, shall submit to <Chief
Engineer(NH),PWDRajasthan,JacobRoad,Jaipur>theschemedescribingthetestings
cheduleincludingtheinterval.Thetestingschemeshallbesupportedbydatafromdetail
edreconnaissancesurveys.
v. It is mandatory for the consultant to use Falling weight deflectometre
oralternative better technique for the evaluation of pavement strength,details of
such methods or innovative features for deflection testing usingFalling weight
deflectometre along with the methodology for data
analysis,interpretationandtheuseofsuchdataforpavementoverlaydesignpurposesu
sing IRC or any other widely used practices, such as AASHTO
guidelines,shouldbegotapprovedbyChiefEngineer(NH),PWDRajasthan,JacobRoa
d,Jaipur.The sources of such methods should be properly referenced.

Sub gradeCharacteristicsand Strength

1. Basedonthedataderivedfromcondition(surfacecondition,roughness)andstructuralst
rengthsurveys,theprojectroadsectionshouldbedividedintosegmentshomogenouswit
hrespecttopavementconditionandstrength.Thedelineationofsegmentshomogenous
withrespecttoroughnessandstrengthshouldbedoneusingthecumulativedifferenceap
proach(AASHTO,1993).
2. Thedataonsoilclassificationandmechanicalcharacteristicsforsoilsalongtheexistingalign
ments may already be available with the PWD. The testing scheme is,
therefore,proposedasgiven under:

(i). F
or the widening (2‐ Laning) of existing road within the ROW, the
Consultantsshall test at least three sub‐ grade soil samples for each homogenous
roadsegmentorthreesamples foreachsoiltypeencountered,whicheverismore.
(ii). F
or the roads along new alignments, the test pits for sub grade soil shall be@5km
or for each soil type, whichever is more. A minimum of three samplesshould
betested correspondingtoeachhomogenoussegment.

3. Thetestingforsubgradesoilshallinclude:

(i) i
n‐ situdensityandmoisturecontentateachtestpit
(ii) F
ieldCBRusingDCPateachtestpit
(iii) C
haracterization(grainsizeandAtterberglimits)ateachtestpitand,
(iv) L
aboratorymoisture‐ densitycharacteristics(modifiedAASHTOcompaction);
(v) L
aboratoryCBR(uncookedand4‐ daysoakcompactedatthreeenergylevels)andswell.

54
4. Forproblematicsoils,thetestingshallbemorerigorous.Thecharacteristicswithregardtoper
meabilityandconsolidationshallalsobedeterminedforthesesoils.Thefrequencyof
sampling and testing of these soils shall be finalized in consultation with the
ChiefEngineer (NH), PWD Rajasthan, Jacob Road, Jaipur officers after the problematic
soiltypesareidentifiedalongtheroadsections.

5. ThelaboratoryfortestingofmaterialshouldbegotapprovedfromChiefEngineer(NH),PW
D Rajasthan, Jacob Road, Jaipur before start of work.4.11.4 Investigations
forBridgesand Structure

InventoryofBridges,CulvertsandStructures

The Consultants shall make an inventory of all the structures (bridges,


viaducts,ROBs/RUBandothergradeseparatedstructures,culverts,etc.)alongtheroadund
ertheproject.Theinventoryforthebridges,viaductsandROBsshallincludetheparametersr
equiredaspertheguidelinesofIRC‐ SP:35.Theinventoryofculvertsshallbepresentedinata
bularformcoveringrelevantphysicalandhydraulicparameters.

HydraulicandHydro logical Investigations

1. ThehydrologicalandhydraulicstudiesshallbecarriedoutinaccordancewithIRCSpecialPu
blicationNo.13(“GuidelinesfortheDesignofSmallBridgesandCulverts”)andIRC:5(“Stan
dardSpecifications&CodeofPracticeforRoadBridges,SectionIGeneralFeatureofDesign”).
Theseinvestigationsshallbecarriedoutforallexistingdrainagestructuresalongtheroadsect
ionsunderthe study.

2. Theconsultantshallalsocollectinformationonobservedmaximumdepthofscour.

3. In respect of major bridges, history of hydraulic functioning of existing bridge, if


any,underfloodsituation,generaldirectionofrivercoursethroughstructure,afflux,exte
ntand magnitude of flood, effect of backwater, if any, aggradation/degradation of
bed,evidence of scour etc. shall be used to augment the available hydrological
data.
Thepresenceoffloodcontrol/irrigationstructures,ifaffectingthehydrauliccharacteristi
cslikecausingobliquity,concentrationofflow,scour,siltingofbed,changeinflowlevels,b
ed levels etc. shall be studied and considered in design of bridges. The details of
anyfutureplannedworkthatmayaffecttheriverhydraulicsshallbestudiedandconsider
ed.

4. T
he Consultants shall make a desk study of available data on topography
(topographicmaps, stereoscopic aerial photography), storm duration, rainfall
statistics, top
soilcharacteristics,vegetationcoveretc.soastoassessthecatchmentareasandhydraulic
parametres for all existing and proposed drainage provisions. The findings of the
deskstudy would be further supplemented and augmented by a reconnaissance
along thearea.All‐ importanthydrologicalfeaturesshallbenotedduringthisfield
reconnaissance.

5. T
he Consultants shall collect information on high flood level (HFL), low water
levels(LWL),hightidelevel(HTL),lowtidelevel(LTL)whereapplicable,dischargevelo
cityetc.from available past records, local inquiries and visible signs, if any, on the
55
structuralcomponents and embankments. Local inquiries shall also be made with
regard to theroadsectionsgettingovertoppedduringheavy rains.

6. C
onducting Model studies for bridges is not covered in the scope of
consultancyservices. If Model study is envisaged for any bridge, requirement of
the same shall bespelt out in the RPF documents separately indicating scope and
time frame of
suchstudy.Salientfeaturesofthescopeofservicestobeincludedformodelstudyaregive
ninthesupplement‐ IITermsofReference.

ConditionSurveysforBridges,CulvertsandStructures

1. The Consultants shall thoroughly inspecttheexisting structures and shall


prepareareport about their condition including all the parametres given in the
Inspection pro‐ forma of IRC‐ SP:35. The condition and structural assessment
survey of the bridges /culverts/structuresshall becarriedoutby seniorexpertsof
theConsultants.

3. For the bridges identified to be in a distressed condition based upon the visual
conditionsurvey, supplementary testing shall be carried out as per IRC‐ SP:35
and IRC‐
SP:40.Selectionoftestsmaybemadebasedonthespecificrequirementofthestructure.

3. T
heassessmentoftheloadcarryingcapacityorratingofexistingbridgesshallbecarriedo
utunderoneormoreof thefollowingscenarios:

i. when the design live load is less than that of the statutory commercial
vehicleplyingorlikelytoplyonbridge;
ii. ifduringtheconditionassessmentsurveyandsupplementarytestingthebridge is
found to indicate distress of serious nature leading to doubt
aboutstructuraland/orfunctionaladequacy,and
iii. D
esignliveloadisnotknownnoraretherecordsanddrawingsavailable.

4. T
heevaluationoftheloadcarryingcapacityofthebridgeshallbecarriedoutasperIRC‐ S
P:37(“GuidelinesforEvaluationofLoadCarryingCapacityofBridges”).Theanalytical
andcorrelationmethodshallbeusedfortheevaluationoftheloadcarrying capacity as
far as possible. When it is not possible to determine the load carrying capacity of
the bridge using analytical and correlation method, the same shall be carried out
using load testing. The consultant has to exhaust all other methods of evaluation
of strength of bridges before recommending to take up load testing of bridges.
Road closure for testing if unavoidable shall be arranged by Chief Engineer (NH),
PWD Rajasthan, Jacob Road, Jaipur for limited duration say 12 hours or so.

5. C
onsultantshallcarryoutnecessarysurveysandinvestigationstoestablishtheremainingse
rvice life of each retainable bridge or structure with and without the
proposedstrengthening and rehabilitation according to acceptable international
practice in thisregard.

56
Geo-technicalInvestigationsandSub‐ SoilExploration

1. TheConsultantsshallcarryoutgeo‐ technicalinvestigationsandsub‐ surfaceexplorationsf


or the proposed Bridges / Road over bridges/ tunnels/ viaducts/ interchanges
etc.,along high embankments and any other location as necessary for proper design of
theworksandconductallrelevantlaboratory andfieldtestsonsoilandrocksamples.
Theminimum scope of geo‐ technical investigations for bridge and structures shall be
asunder:

S. Description LocationofBoring
No.
1 Overalllength=6– Oneabutmentlocationandatleastoneintermediate
30m locationbetweenabutmentsforstructureshaving
morethanonespan
2 Overalllength=30– One abutment location and at least
60m oneintermediatelocationbetwe
enabutmentsfostructureshavingmorethanonespan
.
3 Overalllength>60m Eachabutmentandeachpier locations.

2. Thedeviation(s),ifany,bytheConsultantsfromtheschemepresentedaboveshouldbeappro
vedby<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur>.

3. However, where a study of geo‐ technical reports and information available


fromadjacent crossings over the same waterway (existing highway and railway
bridges)indicatesthatsubsurfacevariabilityissuchthatboringatthesuggestedspacingwill
beinsufficient to adequately define the conditions for design purposes, the
ConsultantsshallreviewandfinalizetheboreholelocationsinconsultationwiththeChiefEn
gineer(NH),PWDRajasthan,JacobRoad,Jaipurofficers.

4. GeotechnicalInvestigationsandSubsoilExplorationshallbecarriedouttodeterminethenat
ureandpropertiesofexistingstratainbed,banksandapproacheswithtrialpitsandbore hole
sections showing the levels, nature and properties of various strata to asufficient
depth below the level suitable for foundations, safe intensity of pressure
onthefoundationstrata,pronenessofsitetoartesianconditions,seismicdisturbanceandothe
rengineeringpropertiesofsoiletc.GeotechnicalinvestigationandSub‐ soilExplorationwill
bedoneasperIRC78.

5. The scheme for the borings locations and the depth of boring shall be prepared by
theConsultantsandsubmittedtoChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipurfo
r approval. These may be finalized in consultation with Chief Engineer (NH),
PWDRajasthan, JacobRoad,Jaipur.

6. The sub‐ soil exploration and testing should be carried out through the
GeotechnicalConsultants empanelled by MORT&H. The soil testing reports shall be in
the
formatprescribedinrelevantIRCCodes.7.Fortheapproachroadpavement,boreholesateac
hmajor change in pavement condition or in deflection readings or at 2 km
intervalswhicheverislessshallbecarriedouttoadepthofatleast2mbelowembankmentbase
ortorocklevelandaretobefullylogged.Appropriateteststobecarriedoutonsamplescollecte
dfromtheseboreholestodeterminethesuitabilityofvariousmaterialsforuseinwideningofe
mbankmentsorinpartsofnewpavementstructure

57
4.11.5.MaterialInvestigations

1. T
he Consultants shall identify sources (including use of fly‐ ash/ slag), quarry sites
andborrowareas,undertakefieldandlaboratorytestingofthematerialstodeterminethe
irsuitability for various components of the work and establish quality and
quantity ofvarious construction materials and recommend their use on the basis
of techno‐ economic principles. The Consultants shall prepare mass haul diagram
for
haulagepurposesgivingquarrychartsindicatingthelocationofselectedborrowareas,q
uarriesandtherespectiveestimatedquantities.

“Environmentfriendlymaterials”

“As per MORTH circular No. RW /NH‐ 33044/53/2013‐ S&R(R) dated 20th
November,2013, alternative pavement materials and technologies for road
construction shall beassessed and compared in the design stage. The alternative
resulting in substantialreduction in GHG emission and with least life cycle cost
shall be recommended forimplementation.

Technicalandeconomicfeasibilityofusingindustrialbyproducts,recyclableandwaste
materialsshallbeassesseddependingontheiravailabilityintheconcernedregion.

2. I
tistobeensuredthatnomaterialshallbeusedfromtheright‐ of‐ wayexceptbywayoflev
elingthegroundasrequiredfromtheconstructionpointofview,orforlandscapingand
planting of trees etc. or from the cutting of existing ground for obtaining
therequiredformation levels.

3. E
nvironmental restrictions, if any, and feasibility of availability of these sites
toprospectivecivilworkscontractors,shouldbedulytakenintoaccountwhileselectingn
ewquarrylocations.
4. T
heConsultantsshallmakesuitablerecommendationsregardingmakingtheborrowand
quarryareasaftertheexploitationofmaterialsforconstructionofworks.

5. T
he Material Investigation aspect shall include preparation and testing of
bituminousmixesforvariouslayersandconcretemixesofdifferentdesignmixgradesus
ingsuitablematerials(binders,aggregates,sandfilleretc.)asidentifiedduringMaterialI
nvestigationtoconformtolatestMoRT&Hspecification.

DetailedDesignofRoadandPavements,Bridges,Structures General

1. TheConsultantsaretocarryoutdetaileddesignsandprepareworkingdrawingsforthefollo
wing:
i. Highspeedhighwaywithdividedcarriagewayconfigurationcompleteinallrespe
ctswithserviceroadsatappropriatelocations;
ii. Design of pavement for the additional lanes and overlay for the existing
road,paved shoulders,medians,verges;
iii. Bridges,viaduct/subwaysandothergradeseparatedstructuresincludingROBs
/RUBsetc.
58
iv. At‐ gradeandgrade‐ separatedintersections,interchanges(ifrequired);
v. ROB for railway crossings as per the requirement and the standards of
theIndian Railways;and,

vi. Preparealignmentplans,longitudinalsectionsandcross‐ sections@50minterval


s;
vii. Designsforroadfurnitureandroadsafety/trafficcontrolfeatures;
viii. Designs and drawings for service road/under passes/overpass / cattle
passestreeplanting/fencingatlocationswherenecessary/required
ix. Tollplazasandoffice‐ cum‐ residentialcomplexforChiefEngineer(NH),PWDR
ajasthan,JacobRoad,Jaipur(oneforeachcivilcontractpackage)
x. Shortbypassesatcongestedlocations
xi. Drainagedesignshowinglocationofturnouts,outfallingstructures,separatedra
wingssheetforeach5km.stretch.
xii. Bridgesandstructuresrehabilitationplanwithdesignanddrawings
xiii. Trafficamenities(ParkingAreas,WeighingStationandRestAreas,etc.).
xiv. Designofpavementforapproachroad
xv. Design of river bank protection / training works. Innovative type of
structureswithminimumjoints,aesthetically,pleasingandappropriatetothetop
ographyoftheregionshallbedesignedwhereverfeasible.

DesignStandards

1. TheConsultantsshallevolveDesignStandardsandmaterialspecificationsfortheStudyp
rimarily based on IRC publications, MoRT&H Circulars and relevant
recommendationsoftheinternationalstandardsforapprovalbyChiefEngineer(NH),P
WDRajasthan,JacobRoad,Jaipur.
2. The Design Standards evolved for the project shall cover all aspects of detailed
designincluding the design of geometric elements, pavement design, bridges and
structures,trafficsafetyand materials.

GeometricDesign

1. The design of geometric elements shall, therefore, take into account the
essentialrequirementsofsuchfacilities.

2. Basedonthedatacollectedfromreconnaissanceandtopographicsurveys,thesectionswi
thgeometricdeficiencies,ifany,shouldbeidentifiedandsuitablemeasuresfor
Improvement should be suggested for implementation.
3. Thedataonaccidentstatisticsshouldbecompiledandreportedshowingaccidenttypean
d frequency so that black spots are identified along the project road section.
Thepossiblecauses(suchaspoorgeometricfeatures,pavementconditionetc.)ofaccident
sshouldbeinvestigatedintoandsuitablecost‐ effectiveremedialmeasuressuggestedfo
rimplementation.

59
4. The detailed design for geometric elements shall cover, but not be limited to
thefollowingmajoraspects:

i. horizontalalignment;
ii. longitudinalprofile;
iii. cross‐ sectionalelements,includingrefugelane(50m)atevery2kms.
iv. junctions,intersections andinterchanges;
v. bypasses;and,
vi. serviceroadsasandwhenrequirei.ebuiltuparea.

5. Thealignmentdesignshallbeverifiedforavailable sightdistancesasper
thestandardnorms. The provision of appropriate markings and signs shall be made
wherever
theexistingsiteconditionsdonotpermittheadherencetothesightdistancerequirementsasp
erthestandard norms.

6. Theconsultantsshallmakedetailedanalysisoftrafficflowandlevelofservicefortheexisting
roadandworkoutthetrafficflowcapacityfortheimprovedprojectroad.
Theanalysisshouldclearlyestablishthewideningrequirementswithrespecttothedifferent
horizonperiodstakingintoaccountspecialproblemssuchasroadsegmentswithisolatedste
epgradients.

7. InthecaseofcloselyspacedcrossroadstheConsultantshallexaminedifferentoptionssuch
as, providing grade separated structure for some of them with a view to
reducenumber of at‐ grade crossings, services roads connecting the cross‐ roads and
closingaccessfromsomeoftheintersectionsandprepareandfurnishappropriateproposalsf
orthispurposekeepinginviewthecostofimprovement,impactontrafficmovementandacce
ssibilitytocrossroads.Thedetaileddrawingsandcostestimateshouldincludetheprovision
sfor realignmentsofthe existingcrossroadstoallowsucharrangements.

8. The Consultant shall also prepare design of grade separated pedestrian


crossings(viaducts)forlargecrosstrafficofpedestriansand/oranimalsonthebasisofpassen
gerandanimalcrosstrafficsurveys conducted.

9. TheConsultantshallalsopreparedetailsforat‐ gradejunctions,whichmaybeadoptedasalt
ernativetothegradeseparatedstructures.Thegeometricdesignofinterchangesshalltakeint
oaccountthesiteconditions,turningmovementcharacteristics,levelofservice,overallecon
omyandoperationalsafety.

10. TheConsultantsshallpreparedesignandotherdetailsinrespectoftheparallelserviceroadsi
nurbanizedlocationsand otherlocationstocaterto
thelocaltraffic,theireffectoftheviabilityoftheprojectoncommercialbasisifserviceroadsare
constructedaspartoftheprojectandtheimplicationsofnotprovidingtheserviceroads.
11. Theconsultantshallpreparecompleteroadandpavementdesignincludingdrainageforne
wbypassoptionidentifiedaroundcongestedtownen‐ route.

PavementDesign

1. T
hedetaileddesignofpavementshallinvolve:

i. s
trengthening of existing road pavement and design of the new pavement

60
ifany,if thefindingsofthetrafficstudiesandlife‐ cycle
costinganalysisconfirmthe requirement for widening of the road beyond
2lane undivided carriagewaystandard;;
ii. p
avementdesignforbypasses;and,
iii. D
esignofshoulders.

2. ThedesignofpavementshallprimarilybebasedonIRC publications.

3. The design of pavement shall be rigorous and shall make use of the latest Indian
andInternational practices. The design alternatives shall include both rigid and
flexibledesignoptions.Themostappropriatedesign,optionshallbeestablishedonlif
e‐ cyclecostingandtechno‐ economicconsideration.
4. For the design of pavement, each set of design input shall be decided on the basis
ofrigorous testing and evaluation of its suitability and relevance in respect of
in‐ serviceperformance of the pavement. The design methodology shall
accompany the
designproposalsandshallclearlybringoutthebasicassumptions,valuesofthevariousd
esigninputs,rationalebehindtheselectionofthedesigninputsandthecriteriaforcheckin
gandcontrolduringtheimplementationofworks.Inotherwords,thedesignofpavement
structure should take due account of the type, characteristics of materials used in
therespective courses, variability of their properties and also the reliability of
trafficpredictions.Furthermore,themethodologyadoptedforthedesignofpavementsh
allbecomplete with flowcharts indicating the various steps in the design process,
theirinteractionwithoneanotherandtheinputparametrerequiredateachstep.
5. Forthedesignofoverlaysfortheexisting2‐ lanepavement,thestrengtheningrequireme
ntshalldulytakeintoaccountthestrengthoftheexistingpavementvis‐ à‐ vistheremaini
nglife.Theoverlaythicknessrequirementsshallbeworkedoutforeachroadsegmenthom
ogenouswithrespecttocondition,strengthandsub‐ gradecharacteristics.The
rehabilitation provisions should also include the provision of regulating layer.
Forexistingpavementwithacceptablelevelsofcracking,provisionofacrackinhibitingla
yershouldalsobe included.

5 (a) For rehabilitation and strengthening, consultant shall consider the alternatives
of rehabilitating the existing pavement, overlaying with the same or alternate
pavement type (e.g. white/black topping) and also the option of removal and
replacement of existing pavement layers and chose the best alternative basis
lifecycle costing, and any local considerations such as material availability, time
available for construction etc.

6. Latest techniques of pavement strengthening like provision of geo‐ synthetics


andcold/hotpavementrecyclingshouldbedulyconsideredbytheconsultantforachievi
ngeconomy. The use of technology particularly environment friendly technology
viz.recyclingofbituminousmixes,warmmixesandsoilstabilizationetc.shouldbeadopt
edwhereverfeasible.Clause
519ofthe“SpecificationsforRoadandBridgeWorks”(FifthRevision)coversspecificatio
nsforrecyclingofexistingbituminouspavementmaterialsto upgrade the pavements.
These provisions notwithstanding, recycling of
existingbituminousmaterialsisyettobeimplementedinmostoftheChiefEngineer(NH),
PWDRajasthan, Jacob Road, Jaipur projects. The reclaiming and reprocessing of
pavementmaterials involve both design (how the pavement should be designed

61
using
reclaimedmaterialswiththegivenproperties)andtechnology(themethodstoreclaiman
d reprocess, equipment, Know how and quality) issues. After addressing these
issues, the recycling of pavements will be environmentally and economically better
option for rehabilitation, repair or reconstruction compared to the use of fresh or
virgin materials. Indian Road Congress has published IRC: 120‐ 2015 on
“recommended practice for recycling of bituminous pavements” giving a detailed
procedure for its implementation

7. T
he paved shoulders shall be designed as integral part of the pavement for the
maincarriageway.Thedesignrequirementsforthecarriagewaypavementshall,therefor
e,beapplicableforthedesignofshoulderpavements.Thedesignofgranularshouldersho
uldtakeintoaccountthedrainageconsiderationsbesidesthestructuralrequirements.

8. T
hepavementdesigntaskshallalsocoverworkingoutthemaintenanceandstrengthening
requirementsandperiodicityandtimingofsuchtreatments.

DesignofEmbankments

1. T
he embankments design should provide for maximum utilization of locally
availablematerialsconsistentwitheconomy.Useofflyashwhereveravailablewithineco
nomicalleads must be considered. In accordance with Government instructions,
use of fly
ashwithin300kmfromThermalPowerStationsismandatoryasperextraordinaryGaze
tteNotification No. S.O. 254 (E) Part Section – III – Sub Section (ii) dated 25th
January,2016 and subsequent amendment, if any of Ministry of Environment,
Forest andClimatechange,NewDelhi.
2. T
he Consultants shall carry out detailed analysis and design for all embankments
ofheightgreaterthan6mbasedonrelevantIRC publications.

3. T
he design of embankments should include the requirements for protection works
andtraffic safetyfeatures.

Design
ofBridgesandStructures
1. T
he data collected andinvestigation results shall be analyzed to determine
thefollowing:
i. HFL
ii. LWL
iii. LBL
iv. Erodibilityofbed/scourlevel

v. Designdischarge
vi. Linearwaterwayandeffectivelinearwaterway
62
vii. Likelyfoundationdepth
viii. Safebearingcapacity
ix. Engineeringproperties ofsubsoil
x. Artesianconditions
xi. Settlementcharacteristics
xii. Verticalclearance
xiii. Horizontalclearance
xiv. Freeboardforapproachroad
xv. Severityofenvironmentwithreferencetocorrosion
xvi. Datapertainingtoseismicandwindload
xvii. Requirementofmodelstudyetc.
2. The Consultant shall prepare General Arrangement Drawing (GAD) and
Alignment
Planshowingthesalientfeaturesofthebridgesandstructuresproposedtobeconstructed
/ reconstructed along the road sections covered under the Study. These salient
features such as alignment, overall length, span arrangement, cross section, deck
level, founding level, type of bridge components(superstructure, substructure,
foundations, bearings, expansion joint, return walls etc.) shall be finalized based
upon hydraulic and geo‐ technical studies, cost effectiveness and ease of
construction. The GAD shall be supplemented by Preliminary designs. In respect
of span arrangement and type of bridge a few alternatives with cost‐ benefit
implications should be submitted to enable
ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipurtoapprovethebestalternative.
AfterapprovalofalignmentandGADtheConsultantshallpreparedetaileddesignasperI
RCcodes/guidelinesandworkingdrawingsforallcomponentsofbridgesandstructure
s.
3. Thelocationofallat‐ gradelevelcrossingsshallbeidentifiedfallingacrosstheexistinglev
el crossings for providing ROB at these locations. The Consultants shall
preparepreliminaryGADfornecessaryconstructionseparatelytotheClient.TheConsult
antshallpursue and get approval the GAD
fromtheIndianRailwaysAuthoritiesor/andanystatutoryauthorityofState/CentralG
overnmentforapprovaloftheGADfromconcernedAuthorities or IIT/MNIT any
government college.
4. GAD for bridges/structures across irrigation/water way channels shall be got
approvedfrom the concerned Irrigation/Water way Authorities. Subsequent to
approval of GADand alignment plan by Chief Engineer (NH), PWD Rajasthan,
Jacob Road, Jaipur,
theConsultantsshallpreparedetaileddesignasperIRCcodes/guidelinesforallcompon
entsof thebridgesandstructures.

5. SubsequenttotheapprovaloftheGADandAlignmentPlanbyChiefEngineer(NH),PWD
Rajasthan,JacobRoad,JaipurandRailways,theConsultantshallpreparedetaileddesign
as per IRC and Railways guidelines and working drawings for all components of
thebridgesandstructures.TheConsultantshallfurnishthedesignandworkingdrawings
forsuitableprotectionworksand/orrivertrainingworkswhereverrequired.
6. Dismantling/ reconstruction of existing structures shall be avoided as far as
possibleexceptwhereconsideredessentialinviewoftheirpoorstructuralconditions/in
adequacyoftheprovisionsetc.
63
7. Theexistingstructureshavinginadequatecarriagewaywidthshallbewidened/reconst
ructed in part or fully as per the latest MoRT&H guidelines. TheConsultant shall
furnish the detailed design and working drawings for carrying out
theaboveimprovements.
8. Suitable repair / rehabilitation measures shall be suggested in respect of the
existingstructuresasperIRC‐ SP:40alongwiththeirspecifications,drawingsandcostest
imateinthe form of a report. The rehabilitation or reconstruction of the structures
shall besuggested based on broad guidelines for rehabilitation and strengthening
of existingbridgescontainedinIRC‐ SP:35andIRC‐ SP:40.

9. SubsequenttotheapprovaloftheGADandthealignmentplanbyChiefEngineer(NH),P
WDRajasthan,JacobRoad,Jaipur,detaileddesignshallalsobecarriedoutforthe
proposed underpasses, overpasses and interchanges.
10. T
heConsultantsshallalsocarryoutthedesignandmakesuitablerecommendationsforpro
tectionworksforbridgesanddrainagestructures.

11. I
n case land available is not adequate for embankment slope, suitable design for
RCCretainingwallshallbefurnished.However,RESwallmayalsobeconsidereddepend
ingupontechno‐ economicsuitabilitytobeapprovedbyChiefEngineer(NH),PWDRaja
sthan, JacobRoad,Jaipur.

12. A
ll the bridge structures having a length of 100 m or less can be used for tapping
ofwater for serving dual purpose i.e., to cross the water body or to store water,
iftechnicallyfeasible.Therefore,suchstructuresshallbedesignedasbridgecumbarrages
tructures(bridgecumbandana).Ministry‟sguidelinesinthisregardissuedvideletterno.
RW/NH‐ 34066/89/2015‐ S&R(B)dated18.04.2017maybereferred.

DrainageSystem

1. T
he requirement of roadside drainage system and the integration of the same
withproposedcross‐ drainagesystemshallbeworkedoutfortheentirelengthoftheproje
ctroadsection.

2. I
n addition to the roadside drainage system, the Consultants shall design the
specialdrainageprovisionsforsectionswithsuper‐ elevatedcarriageways,highemban
kmentsandfor road segments passing through cuts. The drainage provisions shall
also be workedoutforroadsegmentspassingthroughurban areas.

3. T
he designed drainage system should show locations of turnouts/outfall points
withdetails of outfall structures fitting into natural contours. A separate drawing
sheetcoveringevery5km.stretchofroadshallbeprepared.

4. T
heprojecthighwayshallbedesignedtohavewelldesignedefficientdrainagesystem,whi
ch shall be subsurface, as far as possible. While constructing the underpasses,
thefinished road level shall be determined so as to ensure that the accumulation of
rainwater does not take place and run‐ off flows at the natural ground level. The

64
drains,wherever constructed, shall be provided with proper gradient and
connected to theexistingoutletsforfinaldisposal.

5. T
he rain water harvesting requirements be assessed taking into consideration
theMinistryofEnvironment&ForestNotificationDt.14.01.1997(asamendedon13.01.19
98,05.01.1999&06.11.2000).Theconstructionofrainwaterharvestingstructureismandat
oryinandaroundwaterscarce/crisisareasnotifiedbytheCentralGround Water Board.
The provisions for rainwater harvesting be executed as per therequirements of
IRC:SP:42‐ 2014 (Guidelines for Road Drainage) and
IRC:SP:50‐ 2013(GuidelinesonUrban Drainage).

6. A
llthebridgestructureshavingalengthof100morlesscanbeusedfortappingofwaterfor
serving dual purpose i.e. to cross the water body and to store water, if
technicallyfeasible.Therefore,suchstructuresshouldbedesignedasbridgecumbarrages
tructures(bridgecumbandhara).Ministry‟sguidelinesinthisregardissuedvideletterno.
RW/NH‐ 34066/59/2015‐ S&R(B)dated18.04.2017maybereferred.

7. T
helocationsoftheculvertsshouldbeplannedinsuchawaythattheproposedculvertcover
s optimum catchment area & the location shall be decided on the basis
oftopographicalsurvey,localrainfalldata,gradientofnaturalgroundandenquiryfromt
helocalhabitants.Allculvertsshouldpreferablybeboxculvertsaspipeculvertsgetfilledu
pwithsilt,whichisrarelycleared.

TrafficSafetyFeatures,RoadFurnitureandRoadMarkings

1. TheConsultantsshalldesignsuitabletrafficsafetyfeaturesandroadfurnitureincludingtrafficsignals,s
igns,markings,overheadsignboards,crashbarriers,delineatorsetc.Thelocationsofthesefeaturesshallb
egiveninthereportsandalsoshowninthedrawings.

2. TheConsultantshouldmaketheprovisionsfor“theoverhead(gantry‐ mounted)signsonroads with


two or more lanes in the same direction” as per provisions of IRC‐ 67. Theminimum height of
gantry mounted sign be 5.5 m above the highest point at thecarriageway.

3. Road safety shall be the focus of design. The roads shall be forgiving, having self‐ explaining
alignment, safe designed intersections / interchanges segregation and safecrossing facilities for
VRUs with crash barriers at hazardous locations. The details
oftrafficsignsandpavementmarkingswiththeirlocations,typesandconfigurationshallbeshownonthe
plansothattheyarecorrectlyprovided.

4. DPR shall undergo the exercise of Road Safety Audit through the Road Safety
Auditor(separatefromdesignteam)andrecommendationsmentionedbeincorporated.

5. Road markings and proper signage constitute another important aspect of the
Roadsafety.TheDPRshallcontainadetailedsignageplan,indicatingtheplaces,directions,distances and
other features, duly marked on the chainage plan. It shall specify
thesuitableplaceswhereFoBsaretobeprovided.Roadmarkingandsignageplan shallbeincluded in
DPR and shall be specifically approved by the Chief Engineer (NH), PWDRajasthan,
JacobRoad,Jaipur.

6. AdvancedTrafficManagementSystem(ATMS)shallbeinplaceforall4/6laneroadsof<ChiefEngin

65
eer(NH),PWDRajasthan,JacobRoad,Jaipur>beingputtotolling.Thiswouldproviderealtimeinformati
on,guidanceandemergencyassistancetousers.ATMSwouldincludeoutdoorequipmentincludingeme
rgencycallboxes,variablemessagesignsystems,meteorologicaldatasystem,closecircuitTVcamera(CC
TV)systeminadditionto any other equipment required to meet the objective. Indoor equipment
wouldincludelargedisplayboard,centralcomputerwithNetworkManagementSystem,CCTVmonitor
systemandmanagementofcallboxessystemwithuninterruptedpowersupply,all housed in a central
control centre. In this connection, Chief Engineer (NH),
PWDRajasthan,JacobRoad,Jaipur‟spolicycircularno.11041/218/2007‐ Admndated15.09.2016mayb
ereferred.

7. Asavailabilityofsuitablesightdistancehasalargeeffectonroadsafety,thealignmentofall the NHs


should be finalized in such a way so as to have double the stopping
sightdistanceavailabletotheroadusersatallocations.
Arboriculture andLandscaping

TheConsultantsshallworkoutappropriateplanforplantingoftrees(specifyingtypeofplantation),hortic
ulture,floricultureonthesurpluslandoftheright‐ ofwaywithaviewtobeautifythehighwayandmakingt
heenvironmentalongthehighwaypleasing.Theseactivities should be included in the TOR for
contractor/concessionaire and the cost
oftheseactivitiesshallalsobeaddedtothetotalprojectcostforcivilworks.Theexistingtrees/plantsshallb
eretainedtotheextentpossible.TheTransplantationoftreesshallalsobeproposedwhereverfeasible.

TollPlaza :- Delated

1. T
he Consultants shall identify the possible toll plaza location(s) based on the data
andinformationderivedfromthetrafficstudiesandastudyoftheexistingphysicalfeature
sincludingtheavailabilityofland.Thelocationoftheplazashouldkeepinviewthatthepro
jectroadistobedevelopedasapartiallyaccesscontrolledhighwayfacilityanditisrequire
dtocollecttollonrationalbasisfromasmuchofthevehiculartrafficaspossibleconsistent
with economy of collection and operations. The location of the toll
plazashouldbefinalizedinconsultationwithChiefEngineer(NH),PWDRajasthan,Jacob
Road,Jaipur.

2. T
he minimum numberoftoll lanesatthe
tollplazasshouldbecarefullydesignedtakingintoconsiderationtheprojectedpeakhourt
ollabletraffic,permissibleservicetime,adoptedtollcollectionsystemandthecapacityofs
ervicelanes.Thenumberoflanesatanytollplaza would, however, be not less than four
times the number of lanes for which
thehighwayhasbeendesigned.Eventually,allthelaneshavetobedesigned/equippedwi
thElectronicTollCollection(ETC)systemsandonelaneattheextremeoutersideforOverD
imensionedVehicles(ODV)shouldbeearmarkedineachdirection.

3. C
ar lanes and lanes for commercial vehicles shall be earmarked at the toll plaza
withouter lanes earmarked for the commercial vehicles. At least 50% of the total
lanes
oneachsideshallbeequippedwithweigh‐ in‐ motionfacilityfordedicatedusebycomm
ercial vehicles followed by a static weigh bridge on either side. Number of
laneswith weigh‐ in‐ motion facility may be suitably increased depending on

66
proportion ofcommercial vehicles in total traffic Provision should be kept for
acquisition andearmarkingofaboutoneacreareaforparkingoftheoverloadedvehicles.

4. TollPlaz
ashallbedesignedasperIRC84.

WeighingStation,ParkingAreasandRestAreas

1. T
he consultant shall select suitable sites for weighing stations, parking areas and
restareas and prepare suitable separate designs in this regard. The common
facilities
likepetrolpump,first‐ aidmedicalfacilities,policeoffice,restaurant,vehicleparkingetc.
should be included in the general layout for planning. For petrol pump, the
guidelinesissued by OISD of Ministry of Petroleum shall be followed. The facilities
should
beplannedtobeatapproximately50kminterval.Atleasteachfacility(1no.)isforeseentob
eprovidedforthisprojectstretch.Weighingstationscanbelocatedneartollplazassothat
overloaded vehicles can be easily identified and suitably penalized and
unloadedbefore being allowed to proceed further. The type of weighing system
suitable for
theprojectshallbebroughtoutinthereportgivingmeritsofeachtypeofthestate‐ of‐ thea
rtandbasisofrecommendationsforthechosensystem.

2. T
heConsultantshouldtakeintoconsiderationtheprovisionsforpersonswithdisabilities(
PwD)inwaysideamenitycentres/restareasandproviderampfacilities,exit/entranced
oor with minimum clear opening of 900 mm and special toilet facilities for use
ofhandicapped persons. The consultant shall also take into consideration, the
provisionsforPedestriansfacilitiesasperIRC‐ 103.4.12.12Miscellaneous Works

1. TheConsultantsshallmakesuitabledesignsandlayoutformiscellaneousworksinc
luding rest areas, busbays, vehicleparking
areas,telecommunicationfacilitiesetc.whereverappropriate.

2. TheConsultantsshallpreparethedetailedschemeandlayoutplanfortheworks
mentioned in Para 1.

3. The Consultants shall prepare detailed plan for the trafficmanagement


andsafetyduringtheconstructionperiod.

Enviro
nmentandSocialImpactAssessment

Theconsultantshallundertakethedetailedenvironmentalandsocialimpactassessmentina
ccordancewiththestandardsetbytheGovernmentofIndiaforprojectsproposed to be
funded by MORT&H/Chief Engineer (NH), PWD Rajasthan, Jacob
Road,Jaipur.InrespectofprojectsproposedtobefundedbyADBloanassistance,Environm
entalAssessmentRequirements,EnvironmentalGuidelinesforselectedinfrastructureproj
ects,1993ofAsianDevelopmentBankshallbefollowed.Similarly,forprojects proposed to
be funded by World Bank loan assistance, World Bank Guidelinesshallbe followed.

EnvironmentalImpactAssessment

Environment impact assessment or initial environment examination be carried out

67
inaccordancewithADB‟sEnvironmentalAssessmentRequirementsofADB1998guidelin
esforselectedinfrastructure projects1993asamendedfromtime
totime/WorldBankGuidelines/Government of IndiaGuidelines, asapplicable

1. T
he consultant should carry out the preliminary environmental screening
toassessthedirectandinducedimpactsduetotheproject.
2. T
he consultant shall ensure to document baseline conditions relevant to
theprojectwiththeobjectivetoestablishthebenchmarks.

3. T
he consultant shall assess the potential significant impacts and identify
themitigationmeasurestoaddresstheseimpactsadequately.

4. T
heconsultantshalldotheanalysisofalternativesincorporatingenvironmentalconc
erns. This should include with and without scenario and
modificationincorporatedintheproposedprojectduetoenvironmentconsideratio
ns.
(a) Culturalpropertyenhancementalongthehighways
(b) Busbaysandbussheltersincludingareviewoftheirlocation,Highwa
(c) y side landscape and enhancement of the
(d) roadjunctions,Enhancementofhighwaysidewaterbodies,and
(e) Redevelopmentoftheborrowareaslocatedonpublicland.
6. The consultant shall prepare the bill‐ of‐ quantities (BOQ) and technical
specifications for all items of work in such a way that these may be
readily integrated to the construction contracts

7. waterandnoisepollution.Theconsultantwillalsoprovideadditionalinputsinthea
reasofperformanceindicatorsandmonitoringmechanismsforenvironmental
components during construction and operational phase of theproject.
8. T
he consultant shall provide the cost of mitigation measures and ensure
thatenvironmental related staffing, training and institutional requirements
arebudgetedinprojectcost.

9. T
he consultant shall prepare the application forms and obtain forestry
andenvironmental clearances from the respective authorities including the
SPCBsand the MOEF on behalf of Chief Engineer (NH), PWD Rajasthan, Jacob
Road,Jaipur. The consultants will make presentation, if required, in defending
theprojecttotheMOEFInfrastructureCommittee.

10. T
heconsultantshallidentifyandplanforplantationandTransplantationofthesuitabl
etreesalongtheexistinghighwayinaccordancewithIRCguidelines.

11. T
he consultant shall assist in providing appropriate input in preparation
ofrelevantenvironmentandsocialsectionsofBPIP.

12. P
68
rovision should be made for Noise Barriers wherever (especially where project
highway passes through dense habitation) required as a mitigation measure
against noise pollution and nuisance. Their location, dimension, type, material
and shapes should be determined and defined in environment impact
assessment studies forming part of DPR.

SocialAssessment

1 Theconsultantwouldconductbaselinesocio‐ economicandcensussurveytoassesstheimpacts
onthepeople,propertiesandlossoflivelihood.Thesocioeconomicsurveywillestablish the
benchmark for monitoring of R&R activities. A social assessment isconducted for the
entire project to identify mechanisms to improve project designs tomeet the needs of
different stakeholders. A summary of stakeholder discussions, issueraised and how the
project design was developed to meet stakeholders need would beprepared.

2 TheconsultantshallprepareLandAcquisitionPlanandassistChiefEngineer(NH),PWDRajast
han,JacobRoad,JaipurinacquisitionoflandundervariousActs.

TheconsultantwouldprepareResettlementandRehabilitationPlanandassessfeasibilityand
effectivenessofincome restoration strategiesandsuitability
andavailabilitytorelocationsites.Theresettlementplanwhichaccountsforlandacquisitionand
resettlement impacts would be based on a 25% socio‐ economic survey and 100
%censussurveyofprojectaffectedpeoplewhichprovidesthecompleteassessmentofthenumbe
r of affected households and persons, including common propertyresources.
Alluntitledoccupantsarerecordedattheinitialstagesandidentifycardswillbeissuedtoensuret
hereisnofurtherinfluxofpeopleintotheprojectarea.Allconsultationswithaffectedpersons(toi
ncludelistofparticipants)shouldbefullydocumentedandrecordsmadeavailabletoChiefEngi
neer(NH),PWDRajasthan,JacobRoad,Jaipur.

 Assessmentontheimpactoftheprojectonthepoorandvulnerablegroupsalongtheproj
ectroadcorridor.

 Based on the identified impacts, developing entitlement matrix for the


projectaffectedpeople.
 Assessmentonsocialissuessuchasindigenouspeople,gender,HIV/AIDS,laborersinc
luding child labour.
 Implementationbudgets,sourcesandtimingoffundingandscheduleoftasks.
 Responsibilityoftasks,institutionalarrangementsandpersonnelfordeliveringentitlement
andplanstobuildinstitutionalcapacity.
 Internalandexternalmonitoringplans,keymonitoringindicatorsandgrievanceredres
smechanism.
 Incorporating any other suggestions of the ADB/ World Bank/ Chief
Engineer(NH),PWDRajasthan,JacobRoad,Jaipur,tilltheacceptanceofthereports
bytheADB/WorldBank/ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur

Reporting RequirementsofEIA

 Theconsultantwouldpreparethestand‐ alonereportsaspertherequirementofthe
ADB/World
Bank/<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur>,asapplicable,
with contentsasperthefollowing:
69
 ExecutiveSummary
 DescriptionoftheProject
 Environmentalsettingoftheproject.
 Identificationandcategorizationofthepotentialimpacts(duringpre‐ construction
,constructionandoperationperiods).
 Analysis of alternatives (this would include correlation amongst the
finallyselected alternative alignment/routing and designs with the avoidance
andenvironmental managementsolutions).
 Thepublicconsultation process.
 Policy,legalandadministrativeframework.Thiswouldincludemechanismsatthes
tates and national level for operational policies. This would also include
adescriptionoftheorganizationalandimplementationmechanismrecommendedf
orthis project.
 Typical plan or specific designs for all additional environmental items
asdescribedinthescopeofwork.
 IncorporatinganyotherasperthesuggestionsoftheADB/WorldBank/ChiefEng
ineer(NH),PWDRajasthan,JacobRoad,Jaipur,tilltheacceptanceofthere
portsbytheADB/WorldBank/ChiefEngineer(NH),PWDRajasthan,Ja
cobRoad,Jaipur,asapplicable.
 EMPReportsforContractPackagebasedonuniformmethodologyandprocesses.Th
econsultantwillalsoensurethattheEMPhasalltheelementsforittobealegaldocume
nt.TheEMPreportswouldincludethefollowing:
 Briefdescriptionoftheproject,purposeoftheEMP,commitmentsonincorporating
environmental considerations in the design, construction
andoperationsphasesoftheprojectandinstitutionalarrangementsforimplementin
gtheEMP.
 A
detailed EMP for construction and operational phases with recourse to
themitigationmeasuresforalladverseimpacts.
 Detailed plans for highway‐ side tree plantation (as part of the compensatorya
forestationcomponent).
 Environmentalenhancementmeasurewouldbeincorporated.
 Enhancementmeasureswouldincludeitemsdescribedinthescopeofworkandshall
becompletewithplans,designs,BOQandtechnicalspecifications.
 Environmentalmonitoringplansduringandafterconstructionincluding scaling
and measurement techniques for the performance indicators selected for
monitoring.
 T
heEMPshouldbeamendabletobeincludedinthecontract documents for the
works.

 I
ncorporatinganyotherasperthesuggestionsoftheADB/WorldBank/Chief
Engineer(NH),PWDRajasthan,JacobRoad,Jaipur,till the acceptance of
the reports by the ADB/ World Bank/Chief Engineer (NH), PWD Rajasthan,
Jacob Road, Jaipur as applicable.

ReportingrequirementsofRAP

AnalysisontheresettlementplanbeconductedbasedonADBsHandBookonResettlement,
A Guide to Good practice 1998 as amended time to time/ World
70
BankGuidelines/Government ofIndiaGuidelines, asapplicable.

 Executivesummary

 Descriptionofproject
 Objectives oftheproject.
 TheneedforResettlementintheProjectandevaluationofmeasurestominimizeresettle
ment.
 Descriptionandresultsofpublicconsultationandplansforcontinuedparticipation
ofPAPs.

 DefinitionofPAPsandtheeligibilitycriteria.
 Censusandsurveyresults‐ numberaffected,howaretheyaffectedandwhatimpactswi
lltheyexperience.
 Legaland
entitlementpolicyframework‐ supportprinciplesfordifferentcategoriesofimpact.

 Arrangementsformonitoringandevaluation(internalandexternal)
 Implementation schedule for resettlement which is linked to the civil
workscontract

 Amatrixofscheduledactivitieslinkedtolandacquisitionprocedurestoindicateclearly
whatsteps andactionswillbetakenatdifferent stagesandthetimeframe
 The paymentofcompensationandresettlement during the acquisitionprocess
 Anitemizedbudget(replacementvalueforallassets)andunitcostsfordifferentassets

LandAcquisition:- Not applicable

Developutilitiesrelocationplan:-
1. Consultantsneedtodevelopandsubmitautilitiesrelocationplaninconsultationwith
ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipuranduserdepartmentsclearlyidentify
ingcurrentutilitiesandsuggestedrelocationsalongwithcrossingsasrequired

2. Planandconductdiscussions,consultationsandjointsitevisitsrequiredfortheplanningofutili
tiesshiftingandthedevelopmentofrequireddrawingsandproposals

3. Preparenecessarydetails,documentsandsuggestedrelocationplantobesubmittedtouserdep
artment

4. Develop initial cost estimates based on suggested relocation plan and the
latestavailablescheduleofratesforinclusioninthecostoftheprojectatthetimeofapproval

E
stimatesandapprovals
1. Consultantsneedtoobtaindraftutilitiesshiftingproposalfromuserdepartmentsforallutilitie
sidentifiedforshiftingalongprojectroad

2. Prepareutilityshiftingcostestimatesusinglatestscheduleofratesandobtainapprovalfromuse
rdepartments

3. Review final designs submitted, cost estimates, complete checklist, obtain


requireddeclarationsandsubmittoChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipurf
orapproval

71
4. Workwithuserdepartment,ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipurasrequir
edtoincorporateanychangesrequestedinshiftingproposalandcostestimate

5. Obtainallrequiredutilitiesshiftingproposalestimatesandrequiredapprovalsfrombothuser
departmentsandChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipurwithinthetimestip
ulatedinDPRcontract

EstimationofQuantitiesandProjectCosts

1. TheConsultantsshallpreparedetailedestimatesforquantities(consideringdesignsandmass
hauldiagram)andprojectcostfortheentireproject(civilpackageswise),includingthecostofen
vironmentalandsocialsafeguardsproposedbasedonMoRT&H‟sStandardDataBookandma
rketratefortheinputs.Theestimationofquantitiesshallbebasedondetaileddesignofvariousco
mponentsoftheprojects.Theestimationofquantitiesandcosts would have to be worked
out separately for civil work Package as defined in thisTOR.

2. The Consultants shall make detailed analysis for computing the unit rates for
thedifferentitemsofworks.Theunitrateanalysisshalldulytakeintoaccountthevariousinputs
andtheirbasicrates,suggestedlocationofplantsandrespectiveleaddistancesformechanized
construction. The unit rate for each item of works shall be worked out
intermsofmanpower,machineryand materials.

3. TheprojectcostestimatessopreparedforChiefEngineer(NH),PWDRajasthan,JacobRoad,Jai
pur/ADB/WBprojectsaretobecheckedagainstratesforsimilaron‐ goingworksinIndiaunde
rChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur/WorldBank/ADBfinancedroads
ector projects.

4. TheConsultantshouldworkoutthequantityofBitumen,SteelandCementlikelytobeusedinth
eprojectandindicateinthesummary sheet.

ViabilityandFinancingOptionsandBidding process

1. The Project Road should be divided into the traffic homogenous links based on thefindings
of the traffic studies. The homogenous links of the Project Road should
befurthersubdividedintosectionsbasedonphysicalfeaturesofroadandpavement,sub‐ gradea
nddrainagecharacteristicsetc.Theeconomicandcommercialanalysisshallbecarriedoutseparat
elyforeachtraffichomogenouslinkaswellasfortheProjectRoad.

2. Thevaluesofinputparametresandtherationalefortheirselectionfortheeconomicandcommercia
lanalysesshallbeclearlybroughtoutandgotapprovedbyChiefEngineer(NH),PWDRajast
han,JacobRoad,Jaipur.

3. For models to be used for the economic and the commercial analyses, the
calibrationmethodologyandthebasicparametresadaptedtothelocalconditionsshallbeclearlyb
rought out and got approved by Chief Engineer (NH), PWD Rajasthan, Jacob Road,Jaipur.

4. Theeconomicandcommercialanalysesshouldbringoutthepriorityofthedifferenthomogenousli
nksintermsofprojectimplementation.

Econo
micAnalysis

1. TheConsultantsshallcarryouteconomicanalysisfortheproject.Theanalysisshouldbeforeachoft
hesectionscoveredunderthisTOR.Thebenefitandcoststreamsshouldbeworkedoutfortheproje
ctusingHDM‐ IV orother internationallyrecognizedlife‐ cyclecostingmodel.
72
2. Theeconomicanalysisshallcoverbutbenotlimitedtobefollowingaspects:

i. assess the capacity of existing roads and the effects of capacity constraints
onvehicle operating costs(VOC);
ii. calculateVOCsfortheexistingroadsituationandthosefortheproject;
iii. quantifyalleconomicbenefits,includingthosefromreducedcongestion,traveldistance,r
oadmaintenancecostsavingsandreducedincidenceofroadaccidents;and,
iv. estimate the economic internal rate of return (EIRR) for the project over
a30‐ yearperiod.IncalculatingtheEIRRs,identifythetradableandnon‐ tradable
components of projectscosts and the border price value of thetradablecomponents.
v. Savingintimevalue.

3. Economic Internal Rate of Return (EIRR) and Net Present Value (NPV), “with
“and“withouttimeandaccident
savings”shouldbeworkedoutbasedonthesecost‐ benefitstream.Furthermore,sensitivityofEIR
RandNPVworkedoutforthdifferentscenariosasgivenunder:

Scenario–I BaseCostsandBaseB

Thesensitivityscenariosgivenaboveareonlyindicative.TheConsultantsshallselectthesensitivit
yscenariostakingintoaccountpossibleconstructiondelays,constructioncostsoverrun,trafficvol
ume,revenueshortfalls,operatingcosts,exchangeratevariations,convertibilityofforeignexchan
ge,interestratevolatility,non‐ complianceordefaultbycontractors,politicalrisksand
forcemajeure.
4. T
heeconomicanalysisshalltakeintoaccountallon‐ goingandfutureroadandtransportinfrastruct
ureprojectsandfuturedevelopmentplansintheprojectarea.

FinancialAnalysis

Needfor financial analysis

1. I
t is envisaged that project stretches should be implemented in a
commercial,PPPfundedformat

2. T
herefore, the Consultant will need to study the financial viability of theproject under
various available commercial formats and suggest a mode
offundingandexecutionthatismostlikelytobesuccessful
3. T
he consultant shall study the financial viability of the project under
severaldifferenttrafficvolume,userfeescenariosandfundingoptionstoarriveattheoptim
alexecutionmodeandfundingmodalities

F
inancialanalysisoftheproject

1. T
heConsultantsshallinconsultationwithChiefEngineer(NH),PWDRajasthan,Jacob
Road, Jaipur finalize the format for the analysis and theprimary parameters and
scenarios that should be taken into account whilecarryingoutthecommercialanalysis

73
2. T
he Financial analysis for the project should cover financial internal rate
ofreturn,projectedincomestatements,balancesheetsandfundflowstatementsandshoul
dbringoutallrelevantassumptions.
3. T
he financial analysis should cover identification, assessment, and
mitigatingmeasures for all risks associated with the project. The analysis shall cover,
butbe not limited to, risks related to construction delays, construction costsoverrun,
traffic volume, revenue shortfalls, operating costs, exchange
ratevariations,convertibilityofforeignexchange,interestratevolatility,non‐ complianc
eordefaultbycontractors,politicalrisksandforcemajeure.

4. T
he sensitivityanalysisshouldbecarriedoutforanumberofprobabilisticscenarios.

O
utputs from financial analysis

1. T
hefinancialmodelsodevelopedshallbehandedovertoandbethepropertyof
ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur.
2. T
heconsultant shallalso suggestpositive waysof
enhancingtheprojectviabilityandfurnishdifferentfinancialmodelsforimplementingon
BOTformat

B
iddingprocess

C
onsultantshallassisttheauthorityinpreparingtherequiredbiddocumentsandsupporttheauthor
itythroughthebiddingprocess

P
reparationofdocuments

1. T
heconsultantshallprepareallrequiredbiddocumentsandtechnicalschedulesrequiredfor
thebiddingoftheproject

2. T
he Consultants shall prepare separate documents for each type of
contract(EPC/PPP)foreachpackageoftheDPRassignment

3. T
heconsultantshallassistauthorityinreviewingbiddocumentsandinmakinganychangesr
equiredbasistheirfindingsortheandfinalisingbiddocuments
4. Theconsultantshallassisttheauthorityincollectingandprovidingallrequiredsupportin
gdocumentsforinitiatingbidasdefinedbytheSOPforcontracting

5. TheDPRconsultantmayberequiredtopreparetheBidDocuments,basedonthefeasibility
report,duetoexigencyoftheprojectforexecutionifdesiredbyChiefEngineer(NH),PWDR
ajasthan,JacobRoad,Jaipur.
74
a. Toenablethis,consultantshouldstudythefinancialviabilityandfinancialoptions for
the project for modes such as BOT Toll/ Annuity during thefeasibilitystage.

6. Provideanyandallclarificationsrequiredbytheauthorityorotherfunctionariessuch as
the financial consultant and legal advisor as required for the
financialappraisalandlegalscrutinyoftheProjectHighwayandBidDocuments.

7. The consultant shall be guided in its assignment by the Model


Concession/Contract Agreements for PPP/ EPC projects, as applicable and the
Manual
ofSpecificationsandStandardsfortwo/four/sixlaningofhighwayspublishedbyIRC(I
RC:SP:73orIRC:SP:84orIRC:SP:87,asapplicable)alongwithrelevantIRCcodesfordesig
noflongbridges.

a. ItissuggestedthatconsultantshouldgothroughtheEPC/PPPdocumentsofministry
beforebidding the project.

Suppor
tduringthebiddingprocess

1. Consultant shall support <Chief Engineer (NH), PWD Rajasthan, Jacob


Road,Jaipur> through the entire bid process and shall be responsible for sharing
thefindingsfromthepreparationstagesduringthebidprocess

2. The consultant shall ensure participation of senior team members of


theconsultantduringallinteractionwithpotentialbiddersincludingpre‐ bidconference
,meetings,sitevisitsetc.

3. Duringthebidprocessforaproject,theconsultantshallsupporttheauthorityin:

a. Respondingtoallpre‐ bidtechnicalqueries
b. Preparationofdetailedresponsestothewrittenqueriesraisedbythebidders

4. The consultant shall assist <Chief Engineer (NH), PWD Rajasthan, Jacob
Road,Jaipur>anditsfunctionariesasneededintheevaluationoftechnicalbids

Timeperiodfortheservice

1. T
imeperiodenvisagedforthestudyoftheprojectisindicatedinAnnex‐ ItoLOI.Thefinalre
ports,drawingsanddocumentationshallbecompletedwithinthistimeschedule.

2. C
hiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipurshallarrangetogiveapprovalon
allsketches,drawings,reportsandrecommendationsandothermattersandproposalssu
bmittedfordecisionbytheConsultantinsuchreasonabletimesoasnottodelayordisruptt
heperformanceoftheConsultant‟sservices.

8. ProjectTeamandProjectOfficeoftheConsultant
75
1. T
heConsultantsshall be requiredto formamulti‐ disciplinary teamfor
thisassignment.Theconsultants‟ team shall be manned by adequate number of
experts with relevantexperienceintheexecutionofsimilardetaileddesignassignments.

2. L
ist of suggested key personnel to be fielded by the consultant with appropriate
man‐ monthofconsultancyservicesisgiveninEnclosure‐ Iasperclient'sassessment.

3. A
ManningScheduleforkeypersonnelmentionedaboveisenclosedasEnclosure‐ Ialong
withbroadjob‐ descriptionandqualificationasEnclosure‐ II.Theinformationfurnishe
din Enclosures‐ I & II are to assist the Consultants to understand the client‟s
perceptionabout these requirements and shall be taken by the Consultants for the
purpose
ofFinancialProposalanddeploymentscheduleetc.intechnicalproposaltobesubmittedb
ythem. Any deviation proposed may be recorded in the comments on TOR. All the
keypersonnelmentionedwillbeevaluatedatthetimeofevaluationoftechnicalproposal.
Consultants are advised in their own interest to frame the technical proposal in
anobjectivemannerasfaraspossible sothatthesecouldbe
properlyassessedinrespectofpointstobegivenaspartofevaluationcriteriaasmentione
dinDatasheet.Thebio‐ data of the key personnel should be signed on every sheet
by the personnel
concernedandthelastsheetofeachbio‐ datashouldalsobesignedbytheauthorizedsign
atoryoftheConsultants.

4. T
heConsultantsshallestablishanofficeattheprojectsitemannedbyseniorpersonneldurin
g the course of the surveys and investigations. All the project related office
workshallbecarriedoutbytheconsultantintheirsiteofficeunlesstherearespecialreason
sforcarryingoutpartoftheofficeworkelsewhereforwhichpriorapprovalofChiefEngine
er(NH),PWDRajasthan,JacobRoad,Jaipurshallbeobtained.Theaddressofthesiteoffice
including the personnel manning it including their Telephone and FAX numbers
will beintimatedbytheConsultantto
ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur
beforecommencementoftheservices.

5. A
ll key personnel and sub professional staff of the DPR Consultants shall use
thefingerprint based (biometric) attendance system for marking their daily
attendance.Attendanceshallbemarkedatleastonceadayandanytimeduringtheday.Bi
ometricAttendanceSystemshallbeinstalledbytheDPRConsultantsatitsowncostatthes
iteoffice and design office in order to facilitate the attendance marking. A copy
ofattendance records shall be attached at the time of submission of their bills to
theChief Engineer (NH), PWD Rajasthan, Jacob Road, Jaipur from time to time.
Properjustificationshallbeprovided for casesofabsenceofkey
personnel/sub‐ professionalstaffwhichdonothavepriorapprovalfromProjectDirecto
rofConcernedstretch.If<ChiefEngineer (NH), PWD Rajasthan, Jacob Road, Jaipur>
so desires, it shall
facilitateelectroniclinkingoftheattendancesystemwiththeCentralMonitoringSystem
ofChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur.

76
9. R
eportstobesubmittedbytheConsultanttoChiefEngineer(NH),PWDRajasthan,Jacob
Road,JaipurAll reports, documents and drawings are to be submitted separately
for each of thetraffic homogenous link of the Project Road. The analysis of data
and the
designproposalsshallbebasedonthedataderivedfromtheprimarysurveysandinvestig
ations carried out during the period of assignment. The sources of data
andmodelrelationshipsusedinthereportsshallbeindicatedwithcompletedetailsforeas
yreference.

Projectpreparationactivitieswillbesplitintoeightstagesasbroughtoutbelow.

No Stage Keyactivities Report/deliverablesubmitted

1 Inception Projectplanningandmobilizati InceptionReportandQAP


on
2 Feasibility Alignmentfinalization,prelimi AlignmentOptionsReport
narysurveys andFeasibility
Report
3 LAandCleara LA,utilities StripPlan,LAReport
ncesI identification;creation (3a,3A),ClearancesandUtilityShi
ofdraftnotificationsandpropos ftingproposals
als
4 DPR Detaileddesignofhighway,prep DraftDPRReport,FinalDPRRe
arationofdetailedprojectreportw port,documentsanddrawings
ithdrawings
5 Technical Preparation CivilWorksContractAgreeme
Schedules ofbiddocumentsandtechnicals ntandSchedules
chedules
6 (i) LAII Landacquisitionprocess,obtainingfi JMSand3DReport,FinalProje
(ii) Projec nal ctClearancesandUtilitiesRepo
t utilitiesestimatesandrequiredcleara rt
Clearanc nces
es
7 LA III- Landacquisitionaward 3GReport
AwardDeter determination
mination
8 LAIV- Obtainingpossessionofland LandPossessionReport
Possession

Preliminary design work should commence without waiting for feasibility study to
becompleted. Stage3,5and6shallrun in parallelwith Stage 2and4 For stages 7 and 8
consultant will be required to submit a report at the completion of90% of the activities
for that stage. In addition, an updated report will need to
besubmittedatthecompletionofalllandacquisitionactivitiescoveringreceiptof100%ofthela
ndpossessioncertificatesforthelandparcelspertainingtotheprojectroad.

Timelinesforthesubmissionofreportsanddocuments
77
Consultant shall be required to complete, to the satisfaction of the client, all
thedifferentstagesofstudywithinthetimeframeindicatedinthescheduleofsubmissioninpar
a10pertainingtoReportsandDocumentsforbecomingeligibleforpaymentforanypartofthen
extstage.

10 R
eportsandDocumentstobesubmittedbytheConsultanttoChiefEngineer(NH),PWDRajastha
n,JacobRoad,Jaipur
1. T
he Consultant shall submit to the client the reports and documents in bound
volumes(andnotspiralbindingform)aftercompletionofeachstageofworkaspertheschedule
andin thenumberofcopiesasgivenin
Enclosure‐ III.Further,thereportsshallalsobesubmitted in floppy diskettes / CD‟s in
addition to the hardcopies as mentioned inEnclosure‐ III. Consultant shall submit all
other reports mentioned specifically in theprecedingparasoftheTOR.
2. T
hetimescheduleforvarioussubmissionsprescribedatSl.No.1aboveshallbestrictlyadheredt
o.Notimeoverruninrespectofthesesubmissionswillnormallybepermitted.Consultantisad
visedtogothroughtheentiretermsofreferencecarefullyandplanhisworkmethodinsuchama
nnerthatvariousactivitiesfollowedbyrespectivesubmissionsasbroughtoutatSl.No.1above
arecompletedasstipulated.

Consultantis,therefore,advisedtodeploysufficientnumberofsupportingpersonnel,bothtec
hnicalandadministrative,toundertaketheprojectpreparationactivitiesinconstructionpacka
ge(Section)simultaneously.Asfaraspossible,theproposalshouldincludecompleteinformati
on such as number of such persons, name, position, period of
engagement,remuneration rateetc.TheConsultantisalsoadvisedto
startnecessarysurveyworks from thebeginningsoastogaintimeinrespectofvarious
otheractivitiesinthatstage.

3. DPRDeliverablesineachstageofproject

1. Thekeystages,activitiesanddeliverablesforthedetailedprojectreportareasdescribedinthese
documents

2. Thefollowingsectiondescribesthedetailedrequirementsforeachreportthatneedstobesubmi
tted

3. ConsultantsarealsoadvisedtorefertoENCLOSURE‐ IV

4. FormatsforsubmissionofReportsandDocumentstounderstandanyadditionalformatandco
ntentrequirements

5. Allreportsmustbesubmittedalongwiththerelevantchecklistformcompletedandsignedoffb
ytheconsultant

78
STAGE 1

Qualit
yAssurancePlan(QAP)Document

1. Immediately upon the award, the Consultants shall submit four copies of the
QAPdocument covering all aspects of field studies, investigations design and
economicfinancial analysis. The quality assurance plans/procedures for different field
studies,engineering surveys and investigation, design and documentation activities
should bepresented as separate sections like engineering surveys and investigations,
trafficsurveys,materialgeo‐ technicalandsub‐ soilinvestigations,roadandpavementinves
tigations, investigation and design of bridges &structures, environment and
R&Rassessment, economic & financial analysis, drawings and documentation;
preparation,checking, approval and filing of calculations, identification and traceability
of projectdocuments etc. Further,additionalinformationas per formatshall be
furnishedregardingthedetailsofpersonnelwhoshallberesponsibleforcarryingout/prepari
ngandchecking/verifying various activities forming part of feasibility study
andprojectpreparation, since inception to the completion of work. The field and design
activitiesshallstartaftertheQAPisapprovedbyChiefEngineer(NH),PWDRajasthan,JacobR
oad,Jaipur.

2. Dataformatsforreportandinvestigationresultsubmission

i. Requireddataformatsforsomereports,investigationsanddocumentsarediscussedi
nENCLOSURE‐ IV
ii. FormatsforsubmissionofReportsandDocuments.
iii. Theconsultantswillneedtoproposedataformatsforuseinallotherfieldstudiesand
investigationsnotcoveredinenclosureIV.
iv. TheproposeddataformswillneedtobesubmittedfortheapprovalofChiefEngineer
(NH), PWD Rajasthan, Jacob Road, Jaipur after thecommencementofservices.

Incepti
onReport(IR)

79
1. Thereportshallcoverthefollowingmajoraspects:

i. Projectappreciation;
ii. DetailedmethodologytomeettherequirementsoftheTORfinalizedinconsultation with
the Chief Engineer (NH), PWD Rajasthan, Jacob Road, Jaipurofficers; including
scheduling of various sub activities to be carried out forcompletion of various
stages of the work; stating out clearly their approach &methodology for project
preparation after due inspection of the entire
projectstretchandcollection/collationofnecessaryinformation;

iii. TaskAssignmentandManningSchedule;
iv. Workprogramme;
v. Proformafordatacollection;
vi. Designstandardsandproposedcross‐ sections;
vii. KeyplanandLinearPlan;
viii. Development plans being implemented and / or proposed for implementationin
the nearfuturebythelocalbodiesandthepossibleimpactofsuchdevelopment plans on
the overall scheme for field work and design for thestudy;
ix. QualityAssurancePlan(QAP)finalizedinconsultationwithChiefEngineer(NH),PWDR
ajasthan,JacobRoad,Jaipur;
x. Draftdesignstandards;and

2. The requirements, if any, for the construction of bypasses should be identified on thebasis
of data derived from reconnaissance and traffic studies. The available alignmentoptions
should be worked out on the basis of available maps. The most appropriatealignment
option for bypasses should be identified on the basis of site conditions
andtechno‐ economicconsiderations.InceptionReportshouldincludethedetailsregardingthes
e aspects concerning the construction of bypasses for approval by Chief
Engineer(NH),PWDRajasthan,JacobRoad,Jaipur.

i. Bypassesshouldbeidentifiedonthebasisofdataderivedfromreconnaissanceandinitialt
rafficinformation/trafficstudies
ii. Theavailablealignmentoptionsshouldbeworkedoutonthebasisofavailable
topographic maps, publicly available mapping services or
remotesensingbasedtopographyandlandusemaps
iii. The most appropriate alignment option for bypasses should be identified
onthebasisofsiteconditionsandtechno‐ economicconsiderations

STAGE2:
FeasibilityReport
Alignmentoptionsreport

1. Basisreviewoftheexistingprojectroad,localtrafficpatternsandinitialreconnaissancesurveys
,theconsultantshallpresentpossiblealignmentalternativesfortheproject road
2. Alignmentoptionsshouldincludebutnotbelimitedto:

(i) Greenfieldsectionsoftheroad
(ii) NewalignmentsduetolackofRoW,opportunitytoshortenroadetc.

80
(iii) New/Re‐ alignmenttocatertolocaltrafficando‐ dpoints
(iv) Re‐ alignmentduetochangesinlocalnetworkand/orsurroundingroadnetwork
(v) Bypassesassuggestedandapprovedinalignmentreport
(vi) Re‐ alignmentduetoneedtoimproveroadgeometry
(vii) ProvisionofROBs,flyoversandotherstructures

3. Thealignmentreportshallcontain:

i. Driversforre‐ alignmentofroadandre‐ alignmentneededasdiscussedinpara2abov


e
ii. Alignmentalternativesforeachsectionwherere‐ alignmentofroadisneeded
iii. Analysis of alignment alternatives bringing out the pros and cons of
eachalternative including, but not limited to: new construction required,
landacquisitionrequirements,environmentalimpact,utilitiesandstructuresaffecte
d, cost of construction, road geometry and road safety aspects,
inputfromlocalconsultation,ChiefEngineer(NH),
PWDRajasthan, JacobRoad,Jaipurviews
iv. Recommendationsfromamongthealignmentoptionspresentedfortheauthoritytoc
onsider
a. Consultantwillenableauthoritytovisualizeandcomparealignmentoptions by
providing alignment options in a GIS environment that shouldinclude,
butnotbelimitedto:
i. Roadalignmentalternativecenterlines
ii. Digitalelevationmodeloftheregion
iii. Landuse/landcoverinformation
iv. Hydrologyinformation
v. SurroundingroadnetworkincludingkeyNH,SH,MDRandODRs
vi. KeyO/Dpointsandurbansettlements
vii. Highresolutionsatellite/airborneimageryoftheregion

FeasibilityReport
1. TheconsultantshallcommencetheFeasibilityStudyoftheprojectinaccordancewiththeaccept
edIRandthereportshallcontainthefollowing:
i. Executivesummary
ii. O
verviewof <ChiefEngineer(NH),PWDRajasthan,Jacob
Road,Jaipur>organizationandactivities,andprojectfinancingandcostrecoverymecha
nisms
iii. Project description including possible alternative alignments/bypasses
andtechnical/engineeringalternatives
iv. Methodologyadoptedforthefeasibilitystudy
v. Socioeconomicprofileoftheprojectareas
vi. Indicativedesignstandards,methodologiesandspecifications
vii. Trafficsurveysandanalysis

81
viii. Environmentalscreeningandpreliminaryenvironmentalassessment

ix. Initialsocialassessmentandpreliminarylandacquisition/resettlementplan
x. Costestimatesbasedonpreliminaryrateanalysisandbillofquantities,
xi. Costanalysisofallalternateidentifiedalignments
xii. Economicandfinancialanalysis
xiii. Conclusionsandrecommendations

2. Inviewofpara1abovetheconsultanthastosubmitthefollowingdocumentsinsixsets:
i. T
echnical Specifications: The MORT&H‟s Technical Specifications for
RoadandBridgeworksshallbefollowedforthisstudy.However,Volume‐ IV:Technical
Specificationsshallcontainthespecialtechnicalspecificationswhich are not covered by
MORT&H Specifications for Roads and Bridges (latestedition / revision)and also
specific quality control norms for the constructionofworks.
ii. R
ate Analysis: This volume will present the analysis of rates for all items ofworks. The
details of unit rate of materials at source, carriage charges, anyother applicable
charges, labour rates, and machine charges as considered
inarrivingatunitrateswillbeincludedinthisvolume.
iii. C
ost Estimates: This volume will present the each item of work as well as
asummaryoftotalcost.
iv. B
ill of Quantities: This volume shall contain the detailed Bill of Quantities
forallitemsofworks
3. Thebasicdataobtainedfromthefieldstudiesandinvestigationsshallbesubmittedinaseparatevol
umeasanAppendixtoFeasibilityReport.
4. TheFinalFeasibilityStudyReportincorporatingcomments,revisionsandmodificationssuggest
edbyChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipurshallbesubmittedwithin15daysofr
eceiptofcommentsfrom<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur>ondraftfeasi
bilitystudyreport.

STAGE3:

Strip
PlanandClearances

1. TheConsultantsshallsubmitthefollowingdocuments:

i. D
etails of the center line of the proposed widened NH along with the
existingandproposedright‐ of‐ waylimitstoappreciatetherequirementsoflandacqui
sition;
ii. T
heinformationconcerningtheareaincludingownershipoflandtobeacquired for the
implementation of the project shall be collected from therevenue and other
concerned authorities and presented along with the stripplans;
iii. S

82
trip plans showing the position of existing utilities and services indicatingclearly
thepositionof theirrelocation;
iv. D
etailsforvariousclearancessuchasenvironmentandforestclearances;
v. S
eparate strip plan showing shifting / relocation of each utility services
inconsultationwiththeconcernedlocalauthorities;
vi. T
he utility relocationplansshould clearly show existingright‐ of‐ way
andpertinenttopographicdetailsincludingbuildings,majortrees,fencesandotherinstal
lations such as water‐ mains, telephone, telegraph and electricity poles,and
suggest relocationof theservices along with their crossings the
highwayatdesignatedlocationsasrequiredandpreparenecessarydetailsforsubmissio
ntotheServiceDepartments;
vii. D
etail schedules for acquisition of additional land and additional properties
inconsultationwiththerevenueauthorities;and
viii. L
and Acquisition Plan shall be prepared after digitization of cadastral /
landrevenue maps. The digitized map shall exactly match the original map, like
acontact print, since the dimensions and area of plots, or the whole village is tobe
extracted from the map itself. An accuracy of 1mm or higher in a 1:1000scale
mapshallbeensured,asthistranslatesintoanaccuracyof1morhigheronground.

2. Thestripplansandlandacquisitionplanshallbepreparedonthebasisofdatafromreconnaissan
ceanddetailedtopographicsurveys.

3. TheReportaccompanyingthestripplansshouldcovertheessentialaspectsasgivenunder:

i. K
ilometre‐ wise Land Acquisition Plan (LAP) and schedule of
ownershipthereofandCostsasperRevenueAuthoritiesandalsobasedonrealisticrat
es.
ii. D
etailsofproperties,suchasbuildingsandstructuresfallingwithintheright‐ ofwayan
dcostsofacquisitionbasedonrealisticrates.
iii. K
ilometre‐ wise Utility Relocation Plan (URP) and costs for
relocationpercivilconstructionpackageasperconcernedauthorities.
iv. K
ilometre‐ wise account in regard to felling of trees of different typeand girth
and value estimate of such trees based on realistic
ratesobtainablefromconcernedDistrictforest office.

4. Thestripplansshallclearlyindicatetheschemeforwidening.Theviewsandsuggestions of
the concerned State PWDs should be duly taken into account while working out
thewideningscheme(left,rightorsymmetrical).Thewideningschemeshallbefinalizedinc
onsultationwithChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur.

5. Kilometre‐ wise Strip Plans for section (Package) shall be prepared separately for
eachconcerned agency and suggested by Chief Engineer (NH), PWD Rajasthan,
Jacob Road,Jaipur.

83
LandAc
quisitionReport:- Not applicable

U
tilityrelocation plan

1. Theconsultantshallprepareakilometer‐ wiseUtilityRelocationPlan(URP)andcostsforre
locationpercivilconstructionpackageasperestimatesfromconcernedauthorities

2. Theutilityrelocationshallcontaindetailsregarding:

i. AllutilitiesidentifiedintheexistingandproposedroadRoWsuchaswater‐ mains,
telephone,telegraphandelectricitypoles
ii. Thoseutilitiesthatwillrequireshiftingtoenableconstructionoftheprojectroad
iii. All necessary details required for submission of utilities shifting proposals
totheconcerneduseragencies
iv. Copies of utilities shifting proposals made to the concerned user
agenciesalong with suggested relocation of services along with their
crossings acrosstheprojectroadat designatedlocationsasrequired
v. Detailsofconsultationsmadewithlocalpeopleanduseragencies
vi. Preliminaryschemeforshiftingandcostestimatesforshiftingaspertheconcerned
authorities
vii. Separatestripplanshowingshifting/relocationofeachutilityservicespreparedin
consultationwiththeconcernedlocalauthorities
viii. Draft map and plans showing road centerline, existing right of
way,proposedrightofway,pertinenttopographicdetailsandexistingandpropos
edlocation ofutilities

C
learancesreport

1. Theconsultantshallprepareareportregardingallotherclearancesrequiredto
enabletheconstructionoftheprojectroadsuchasenvironment,forest,treecuttingandrail
waysclearances

2. The clearances report shall include kilometre‐ wise requirement of all


clearancesrequiredpresentedalongwiththestripplanincluding,butnotlimitedto:

i. Requirementsforenvironmentalclearancesalongtheprojectcorridor
ii. Requirementsfor
forestclearancesincludingtypeofforestaffected,extentoflandarea
needingdiversion
iii. Accountofrequiredfellingoftreesofdifferenttypeandgirthandvalueestimateofs
uchtreesbasedonrealisticratesobtainablefromconcernedDistrictforestoffice
iv. Planofcompensatingaffore
station,itslandrequirementwithspecificlocationsandcostinvolvedforundertaki
ngallactivitiesinthisregard.

84
v. Requirementsforwildlifeclearances
vi. Requirements forCRZclearances
vii. ROB/RUBsalongtheprojectcorridortobeconstructed,widenedormodifiedinan
yformrequiringclearancesfromtherailways
viii. ClearancesfromIrrigationAuthoritiesregardingIrrigationstructures,etc.
Note:- All expenses shall be borne by consultant viz. documentation, preparation
of Drawings &Traveling from one district to other district.

3. Theclearancesreportshallalsoinclude:
i. Detailsofproposalsmadetoconcernedagenciesanddepartments
ii. Dateofsubmissionofclearancesproposals,Environmentalimpactassessmentrep
orttothecompetentauthority
iii. C
opiesofallactualclearanceproposalsmadeordraftsofproposalsyettobesubmitte
d
iv. I
nformationregardingpointsofcontact,currentstatusofproposalsmade,keyissu
esraisedandclearnextstepstoobtainingclearances
4. Theconsultantshallalsoassistinattendingtoqueriesraised/furnishingofclarificationstowar
dssecuringapplicableclearances.

STAGE: 4

DraftDe
tailedProjectReport(DPR)

1. The draft DPR Submission shall consist of construction package‐ wise Main
Report,DesignReport,MaterialsReport,EngineeringReport,DrainageDesignReport,Eco
nomicandFinancialAnalysisReport,EnvironmentalAssessmentReportincludingResettl
ementActionPlan(RAP),Package‐ wisebidDocumentsandDrawings.

2. TheReportvolumesshallbesubmittedastabulatedinpara10above.

3. The Documents and Drawings shall be submitted for the Package and shall be in
thefollowingformat:

Reports

i. Volume‐ I,MainReport:Thisreportwillpresenttheprojectbackground,socialan
alysisoftheproject,detailsofsurveysandinvestigationscarriedout,analysisandin
terpretationofsurveyandinvestigationdata,trafficstudiesanddemandforecasts
designs,costestimation,environmentalaspects,economicandcommercialanaly
sesandconclusions.ThereportshallincludeExecutiveSummarygivingbriefacco
untsofthefindingsofthestudyandrecommendations.Asampleexecutivesumma
ryhasbeenenclosedinAppendixVIII.

TheReportshallalsoincludemaps,chartsanddiagramsshowinglocationsanddet
ails of existing features and the essential features of improvement
andupgrading. The Environmental Impact Assessment (EIA) Report for
contractpackageshallbesubmittedasapartofthemainreport.
Thebasicdataobtainedfromthefieldstudiesandinvestigationsandinputdatause
85
d for the preliminary design shall be submitted in a separate volume as
anAppendixtoMainReport.

ii. Volume ‐ II, Design Report: This volume shall contain design
calculations,supported by computer printout of calculations wherever
applicable.
TheReportshallclearlybringoutthevariousfeaturesofdesignstandardsadoptedf
orthestudy.Thedesignreportwillbeintwoparts.Part‐ Ishallprimarilydealwithth
e design of road features and pavement composition while Part‐ II shall
dealwith the design of bridges, tunnels and cross‐ drainage structures. The
sub‐ soilexplorationreportincludingthecompletedetailsofboringdone,analyse
sandinterpretationofdataandtheselectionofdesignparametersshallbeincluded
asanAppendixtotheDesignReport.

Thedetaileddesignforallfeaturesshouldbecarriedoutaspertherequirements of
the Design Standards for the project. However, there may besituations
wherein it has not been possible to strictly adhere to the
designstandardsduetotheexistingsiteconditions,restrictionsandotherconsider
ations. The report should clearly bring out the details of these
aspectandthestandardsadopted.

iii. Volume ‐ III, Materials Report: The Materials Report shall contain
detailsconcerning the proposed borrowareasandquarriesfor
constructionmaterialsandpossible sources of water for construction
purposes. The report shall
includedetailsonlocationsofborrowareasandquarriesshownonmapsandchart
s and also the estimated quantities with mass haul diagram
includingpossibleendusewithleadsinvolved,thedetailsofsamplinga
ndtestingcarriedout and results in the form of important index
values with possible end usethereof.

The materials Report shall also include details of sampling, testing and
testresultsobtainedinrespectphysicalpropertiesofsub
gradesoils.Theinformationshallbepresentedintabularaswellasingraphicalreprese
ntationsand schematic diagrams. The Report shall present soil profiles along
thealignment.

The material Report should also clearly indicate the locations of areas
withproblematicsoils.Recommendationsconcerningtheimprovementofsuchsoilsf
oruseintheproposedconstructionworks,suchasstabilization(cement,lime,mechani
cal)shouldbeincludedintheReport.

iv. Volume ‐ IV, Environmental Assessment Report including


EnvironmentalManagement Plan (EMP) & Resettlement Action Plan (RAP):
The Report shallbe prepared conforming to the Guidelines of the Government
of India,
StateGovernmentandWorldBank/ADBasappropriateforconstructionpackage.

v. Volume‐ V,TechnicalSpecifications:TheMORT&H‟sTechnicalSpecificationsfor
Road and Bridge works shall be followed for this study. However, Volume
IV:TechnicalSpecificationsshallcontainthespecialtechnicalspecificationswhichare
not coveredby
MOSTSpecificationsforRoadsandBridges(latestedition/revision)andalsospecific
qualitycontrolnormsfortheconstructionofworks.
86
vi. Volume‐ VI,RateAnalysis:Thisvolumewillpresenttheanalysisofratesforallitems
ofworks.Thedetailsofunitrateofmaterialsatsource,carriagecharges,any other
applicable charges, labour rates, machine charges as considered
inarrivingatunitrateswillbeincludedinthisvolume.

vii. Volume‐ VII,CostEstimates:Thisvolumewillpresentthecontractpackagewisecost


ofeachitemofworkaswellasasummaryoftotalcost.

viii. Volume ‐ VIII, Bill of Quantities: This volume shall contain the
package‐ wisedetailedBillofQuantitiesforallitemsofworks.

ix. Volume‐ IX,DrawingVolume:Alldrawingsformingpartofthisvolumeshallbe„goo


dforconstruction‟drawings.Allplanandprofiledrawingswillbepreparedinscale1:2
50Vand1:2500Hscaletocoveronekminonesheet.Inadditionthisvolumewillcontain„
goodforconstruction‟drawingsforthefollowing:

 HorizontalAlignmentandLongitudinalProfile.
 Cross‐ section@50mintervalalongthealignmentwithinROW
 TypicalCross‐ Sectionswithdetailsofpavementstructure.
 DetailedWorkingDrawingsforindividualCulvertsandCrossDrainageStructur
es.
 DetailedWorkingDrawingsforindividualBridges,tunnelsandStructures.
 DetailedDrawingsforImprovementofAt‐ GradeandGrade‐ Separated

 Intersections andInterchanges.
 DrawingsforRoadSign,Markings,TollPlazas,andotherFacilities.
 SchematicDiagrams(linearchart)indicatingbutbenotlimitedtobefollowing
:
 Wideningscheme;
 Locations of median openings, intersections, interchanges,
underpasses,overpasses,bypasses;
 Locations ofserviceroads;
 Locationoftrafficsignals,trafficsigns,roadmarkings,safetyfeatures;and,
 Locationsoftollplaza,parkingareas,weighingstations,busbays,restareas,ifa
ny.
 Drawings for toll plaza, Bus Bays, Parking areas, Rest areas,
weighingstations etc. All drawings will be prepared in A2 size sheets.
The
formatforplan,crosssectionandprofiledrawingsshallbefinalizedinconsult
ationwiththeconcerned
Chief Engineer (NH), PWD Rajasthan, Jacob Road, Jaipur officers.
Thedrawings shall also include details of all BM and reference pillars,
HIP andVIP. The co‐ ordinates of all points should be referenced to a
commondatum,preferablyGTSreferencingsystem.Thedrawingsshallalsoi
ncludethelocationsofalltrafficsafetyfeaturesincludingtrafficsignals,signs,
markings,crashbarriers,delineatorsandrestareas,busbays,
parkingareasetc.

87
 The typical cross‐ section drawings should indicate the scheme for
futurewideningofthecarriageway.Theproposedcross‐ sectionsofroadseg
ment passing through urban areas should indicate the provisions
forpedestrian movements and suitable measures for surface and
sub‐ surfacedrainageandlighting,asrequired.
 Digitaldrawingsofproposedhighwayandfeatures

a. The consultant shall deliver the final road alignment geometry, proposed
roadway model and all proposed structures in a 3D engineered model with
all therequiredfeaturesasproposedinEnclosureIV

b. Theconsultantshallalsoprovidedigitalversionsofalldrawingsstatedinpara1abo
veintheformatproposedinEnclosureIV

4. ThedraftDetailedProjectreportofspecializedprojectswillbescrutinizedbythePeerRevie
wconsultantappointedbyChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur.The
peer Review Consultant will be retired professional in the field, drawn from
thevarious Central/State Highway/Road Work departments having adequate
knowledge inthe field. One professional will be earmarked from the standing panel
of Peer
ReviewconsultantapprovedbyChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipurfo
reachDPR. The Peer Review consultant will scrutinize the draft DPR within 15 days
ofsubmissionandtheobservationswillbecompliedwithandincorporatedinthefinalDPR.

FinalDetailedProjectReport,DocumentsandDrawings(6Sets)

1. The Final package‐ wise DPR consisting of Main Report, Design Report, Drainage
DesignReport and Materials Report, incorporating all revisions deemed relevant
followingreceiptofthecommentsfromChiefEngineer(NH),PWDRajasthan,JacobRoad,J
aipuronthedraftDPRshallbesubmittedaspertheschedulegiveninEnclosure‐ III.

STAGE: 5

BiddocumentsandTechnicalSchedules

1. Biddocuments

a. The consultant shall prepare bid documents for EPC, PPP or other modes
ofcontractingassuggestedby<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaip
ur>
b. Individual bid documents will be submitted for each mode suggested and
foreachindividualpackageorsectionidentifiedforexecution
c. Consultant shall assemble and provide all supporting documents from the
DPRassignment that will be required for the bid, in the format required by
thecontracting SOP in force at the time of bidding or as maybe required by
theauthority

2. TechnicalSchedules

a. The consultant shall submit a Draft Contract/Concession Agreement


88
derivedfrom the Master Contract/Concession Agreement maintained by the
authoritywithallrequired modificationsandinclusionsmadewithreferencetothe

b. Theagreementsubmittedshallcontainallrequiredtechnicalschedulesupdatedwitht
hepertinentprojectdetailsanddatarequired
c. Draft agreement and schedules shall be finalised in consultation with
theauthorityandsubmittedforfurtherprocessingandusewiththecontractor/conces
sionaireawardedthebidpackages

STAGE: 6

ClearancesIIReportLand acquisition reportII

ClearancesReportII

1. Theconsultantshallobtainallthenecessaryprojectrelatedclearancessuchasenvir
onment, forest and wildlife clearance from MOEF, Railways in respect
ofROB/RUBs,IrrigationDeptt,CRZclearancesfromconcernedauthorities,anda
nyotherconcernedagenciesbytheendofthis stage

2. ThefinalapprovalsshallbeobtainedandsubmittedtoChiefEngineer(NH),PWDR
ajasthan,JacobRoad,Jaipursothatprojectimplementationcanbeginstraightaway

3. Theaccompanyingreportonclearancesshallinclude:

i. An updated listofallclearancesrequired,current
status,expectedcompletion date in case the clearance is pending, key
issues andsuggestednextsteps
ii. Detailsofallpublichearings,consultationsandmeetingsconductedinthepro
cessofobtaining therequiredclearances
iii. Date/detailsofproposalssubmittedandestimateddateforissueofclearances
iv. Dateanddetailsofalljointmeasurementandsiteinspectionsurveyscomplete
d
v. Dateoffinalapprovalofclearancesifany
vi. Copies ofallclearancesobtained

UtilitiesReportII

1. Consultantshallobtainfinalutilityclearancesfromtherelevantuseragenciestoena
bleshiftingoftheutilitiesfromprojectroad

2. Areport shallbesubmittedonthefinalcompletion
statusandcostsofutilitiesshiftingalongwithotherfinalclearancesandlandacquisi
tionIIreport

3. The final utilities clearances report shall contain a summary view of


utilitiesshifting: type and extent of utility, length of road affected, chainage,
useragency,pointofcontactandapproveratagency,dateofapprovalatagencyand
Chief Engineer (NH), PWD Rajasthan, Jacob Road, Jaipur, shifting
estimate,agency/super vision fees, executing agency – user agency or <Chief
89
Engineer(NH),PWDRajasthan,JacobRoad,Jaipur>

4. Inaddition,foreachutilitytobeshifted,thereportshallcontain:

i. CopiesofactualapprovalsgrantedatuseragencyandChiefEngineer(NH),P
WDRajasthan, JacobRoad,Jaipur

ii. Costestimatesandshiftingplansapproved,demandnotefromagency
iii. Approvedutilitiesshiftingproposalincludingstripplanshowingschemeofsh
ifting
iv. Mapanddesign/engineeringdrawingsofexistingutilityandshiftingtobeexe
cuted
v. Detailsofapprovedcontractors,scheduleofratesforstateandbank
account/depositdetailsforagency

vi. Finance pro‐ forma, utilities checklist, no upgradation certificate


andotherdocumentationasmayberequiredbyChiefEngineer(NH),PWD
Rajasthan,Jacob Road,Jaipuratthetimeofapproval

Stage7:AwardDetermination:- NA

SubmissionofAwardDeterminationReport

a. Consultant shall submit a a report on status of award upon approval


byChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipurofawarddeclaredfor90%
of area as per LA plan or as per the timeline as given in Enclosure
III,whicheverisearlier

b. The Consultant shall also submit an updated report containing all


requireddetails upon approval of award by Chief Engineer (NH), PWD
Rajasthan, JacobRoad,Jaipurof100%oflandrequiredtobeacquired

c. TheLandawardreportshallcontaindetailsof:

i. Summaryofcompensationawardstatusbyvillageincluding:
1. totalprivateandpubliclandbeingacquiredfortheproject(sq.m)‐ byvillage
2. dateof3A&3D,finalawardbyCALA,approvalbyChiefEngineer(NH),PWD
Rajasthan,Jacob Road,Jaipurbyvillage
3. variationoflandareaandnatureoflanduseagainstthatnotifiedin3Dwithreas
ons
4. Totalawarddeclaredbyvillage,claimsmadebybeneficiariesandstatusofdisb
ursement
ii. Indetailforeachvillage:
1. Updatedlandacquisitiontrackercontainingparcel‐ wisestatusofeachnotific
ation,awardanddisbursement
2. MethodusedbyCALAforarrivalonmarketvalue
3. ValuationreportanddetailsofAwardcalculation
90
4. Claimsreport(receivedundersub‐ section3of3G)
5. Copiesofnotificationspublished,certificatesreceived
6. DeviationsinareaaccordingtoCALAfromprovisionsundersec.26‐ 30
iii. Keyissuesbeingfacedincompletinglandacquisitionandtentativetimelineforc
ompletion
iv. A GIS map containing digitised details of land parcels shall
beupdatedwithallrelevantlandpossessiondetailsandsuppliedintheagreeddi
gitalformat

Stage8:LandPossession :- NA

11. PaymentSchedule

12.
TheConsultantwillb

13. Data andSoftware

1. a. Consultants shall also deliver to Chief Engineer (NH), PWD Rajasthan, JacobRoad,
Jaipur all basic as well as the processed data from all field studies
andinvestigations, report, appendices, annexure, documents and drawings in
adigitalformatasdescribedinEnclosureIVoverthecourseofthisassignmentandatthe
submissionofthefinalreportintheformofaremovablestoragedevice(CDorUSBpen
drive)andhostedinasecureonlinefilehostingplatform

b. Ifrequiredby<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur>theconsulta
ntshallarrangeattheirowncost
necessarysoftwareforviewingandmeasurementofimagery/pointclouddata.

i. EngineeringInvestigationsandTrafficStudies:RoadInventory,Condition,
Roughness, Test Pit (Pavement composition), Falling
WeightDeflectometer(FWD)MaterialInvestigationincluding
testresultsforsubgrade soils, Traffic Studies(traffic surveys), axle load
surveys, Sub‐ soilExploration, Drainage Inventory, Inventory data for
bridge and culvertsindicating rehabilitation, new construction requirement
etc. in MS EXCELor any otherformat which could be imported to widely
used utilitypackages.

ii. TopographicSurveysandDrawings:Alltopographicdatawouldbesuppliedin
(x,y,z)formatalongwithcompletereferencesothatthedatacouldbe
importedintoanystandardhighwaydesignsoftware.Thedrawingfileswouldb
esubmittedin dxfordwgformat.

iii. Rate Analysis: The Consultant shall submit the rate analysis for
variousworks items including the data developed on computer in this
relation
sothatitcouldbeusedbytheAuthoritylaterforthepurposeofupdatingthecostoft
heproject.

iv. EconomicandFinancialAnalysis
91
2. Software:TheConsultantshallalsohand‐ overtoChiefEngineer(NH),PWD
Rajasthan,JacobRoad,Jaipurfloppies/CD‟scontaininganygeneralsoftwareincludingthefin
ancialmodelwhichhasbeenspecificallydevelopedfortheproject.

3. Thefloppydiskettes/CD‟sshouldbeproperlyindexedandacataloguegivingcontentsofallflo
ppies/CD‟sandprint‐ outsofthecontents(datafromfieldstudiestopographicdataand
drawings) should be handed over to Chief Engineer (NH), PWD Rajasthan,
JacobRoad,JaipuratthetimeofsubmissionoftheFinalReport.

4. Consultant shall include editable soft copies of the final versions of all
documents,includingbutnotlimitedtothestripplan,plan&profiledrawings,crosssectionsof
rightofwayanddetailsofstructuresaswellasanycostworkings.

SUPPLEMENT-I

ADDITIONALPOINTSTOBECONSIDEREDFORHILLROADSINADDITIONTOPOINTSCOVERE
DINMAINTOR :- Not applicable

92
Sr. Clause Additionalpoin
No. No.of ts
TOR
1. 2.2 a)Provisionsoftunnelsifrequired.

2. 2.3 a) Designoftunnels,ifrequired

b) Designofprotectiveworks,slopestabilizationmeasures,erosioncontrolmeas
ures,landslidecontrol/protectionmeasuressnowdriftcontrol/snowclearance
measures,avalanche
protectionmeasures,ifrequired
3. 3 Feasibilitystudyandpreparationofdetailedprojectreportforhillroadsshallbed
oneinaccordancewithbestinternationalpracticesandwhereverpracticable/fea
siblesteepgradientsandhairpinbendsmaybeavoidedbyrealignmentsbyprovis
ionof
structuresandprovisionoftunnelsifrequired
4. 4.1 a) Inventoryandconditionsurveyfortunnels,ifrequired.

b) Identificationoffaultsinrockstrataandimpactoffaultsindesignoftunnels,ifre
quired
c) Detaileddesignofroadconsideringandincorporatingspecificaspectsrelatedt
ohillregionliketerrain,topographicconditions,extremeweatherconditions,alti
tudeeffectsetc.
d) Designofprotectiveworks,slopestabilizationmeasures,erosioncontrolmeas
ures,landslidecontrol/protectionmeasures,snowdrift control/snow
clearance measures, avalancheprotectionmeasures,if required
e) Designofscenicoverlooks/wateringpointsetc.

5. 4.5(1) All activities relatedto fieldstudies,design anddocumentation


shallbedoneasperthelatestguidelines/circularsofMORT&Handrelevantpubli
cationsoftheIndianRoadsCongress(IRC)/Bureauof Indian Standards (BIS)
for hillroads. For aspectsnot covered
byIRCandBIS,internationalstandardpractices,
suchas,BritishandAmericanStandardsmaybeadopted.
6. 4.7 Reviewofdataanddocumentspertainingto
a) Terrainandsoilcondition

b) Conditionoftunnels,ifrequired.

c) Sub-surfaceandgeo-technical data forexistingtunnels, ifrequired.

d) Drawinganddetailsofexistingtunnels,ifrequired.

e) Existingprotectiveworks,erosioncontrolandlandslidecontrol/protectionw
orks,slopestabilizationmeasures,snowdriftcontrolmeasures,avalancheprotec
tionmeasures
f) Existinglandslideandsnowclearancefacilities

g)Geologicaldetailsofrockstrataintheareaincaseoftunnels

7. 4.11.1( TheConsultantshouldmakeanindepthstudyofavailablegeologicaland
1) Meteorologicalmapsofthearea.

93
8. 4.11.1( Theprimarytaskstobeaccomplishedduringthereconnaissancesurveyshallalso
2) include:
a) detailsofterrain(steepormountainous),cliffsandgorges,generalelevationof
theroadincludingmaximumheightsnegotiatedbymainascentsanddescents,t
otalnumber ofascentsanddescents,hairpinbends,vegetationetc.
b) Climaticconditionsi.e.temperature,rainfalldata,snowfalldata,fogconditio
ns,unusualweatherconditionsetc.
c) Realignmentrequirementsincludingprovisionoftunnels,ifrequired.

d) Inventoryoftunnelsandgeologicallysensitiveareaslikeslipproneareas,area
ssubjecttolandslides,rockfall,snowdrifts,
erosion,avalancheactivityetc.

9. 4.11.2.1 Cross sectionsshallbetaken atevery 25m.in caseofhill


(3.ii) roadsandatpointsofappreciablechangesinsoilconditions.Whiletakingcrosss
ections,soilconditionsshallalsoberecorded.

10 4.11.3.1 Theinventorydatashallalsoinclude:
. (1)
a) Generalelevationofroadindicatingmaximum&minimumheightsnegotiat
edbymainascents&descentsandtotalno.ofascents&descents.
b) Detailsofroadgradients,lengthsofgentle&steepslopes,lengths & location
of stretches in unstable areas, areas with
cliffs,areaswithlooserocks,landslideproneareas,snowdriftproneareas,no.&l
ocationofhairpinbendsetc.
c) Detailsoftunnels
d) Details&typesofprotectivestructures,erosion&landslide
control/protectionmeasures,snowdriftcontrolmeasures,avalancheprotecti
on/controlmeasuresetc.
11 4.11.3.2 Pavement:
. (2)
a) Locationofcrustfailuresalongwiththeircauses

b) Conditionsofcamber/crossfalls/superelevationsetc.,whether
affectedbysubsidenceEmbankment:Extentofslopeerosiononhillandvalleys
ide

12 -- ConditionSurveys&InvestigationforSlopeStabilization,ErosionControl,Lan
. dslideCorrection/Protection&AvalancheProtectionMeasures:
a)
nventory&ConditionSurveysofExistingProtective/ControlMeasures:
b)
andslideInvestigation
Thisshallbecarriedouttoidentifylandslideproneareas,tosuggestpreventivem
easuresoralternateroutesthatarelesssusceptibletolandslidehazard.Furtherin
existingslideareasthisshallhelptoidentifyfactorsresponsibleforinstabilityan
dtodetermineappropriatecontrolmeasuresneededtopreventorminimizerec
urringofinstabilityproblems.Initialpreliminarystudiesshallbecarriedoutusi
ng availablecontourmaps,topographicalmaps,geological/geo-
morphologicalmaps,aerialphotographsetc.forgeneralunderstandingofexisti
ngslideareaandto
identifypotentialslideareas.Thisshallbefollowedbyfurtherinvestigationslike

94
geological/geotechnical/hydrologicalinvestigationtodeterminespecific site
conditions prevailingin theslideareaas per
relevantIRCspecifications/publications,MORT&Hcircularsandrelevantrec
ommendationsoftheinternationalstandardsforhillroads.
The result of the investigations shall provide basis for
engineeringanalysisandthedesignofprotection/remedialmeasures.

13. 4.11.4.4 a) Fortunnelsifrequired,geotechnicalandsubsurfaceinvestigat


ionshallbedoneasperIRC:SP:91.
b) b)Geotechnicalandsubsurfaceinvestigationandtestingfortu
nnelsshallbecarriedoutthroughthegeotechnicalConsultants
whohavetheexperienceofgeotechnicalandsubsurfaceinvest
igationinsimilarproject.

14. 4.12.1(1) TheConsultantshallalsocarryoutdetaileddesignsandprepareworkingdesignsf


orthefollowing:
a) crosssectionsatevery25mintervals

b) Slopestabilizationanderosioncontrolmeasures

c) Designofprotection/controlstructuresinareassubjecttosubsidence
,landslides,rockfall,rockslide,snowdrifts,icing,scour,avalancheactivi
tyetc.
d) Designofprotectivestructuresinslipproneandunstableareas

e) Designofscenicoverlooks,wateringpointsetc.

f) Safetyfeaturesspecifictohillroads
15. 4.12.2(1) TheConsultantshallevolveDesignStandardsandmaterialspecificationsforth
eStudyprimarilybasedonIRCpublications,MORT&HCircularsandrelevantr
ecommendationsoftheinternationalstandardsforhillroadsforapprovalbyChi
efEngineer(NH),PWDRajasthan,JacobRoad,Jaipur.

4.12.2(2) TheDesignStandardsevolvedfortheprojectshallcoverallaspectsofdetaileddes
ignincludingthedesignofgeometric
elements,pavementdesign,bridgesandstructures,tunnelsifrequired,trafficsaf
etyandmaterials.

16. 4.12.3 Whereverpracticable/feasiblehairpinbendsandsteepgradientsshallbeavoid


edbyrealignments,provisionofstructuresorany
othersuitableprovisions.

17. 4.12.4 Whiledesigningpavement for hill roads specific aspects relevant


tohillregionsliketerrain&topographicconditions,weatherconditions,altitud
eeffectsetc.shallbedulyconsideredandsuitablyincorporatedindesignsothatp
avementisabletoperformwellforthedesigntrafficandservicelife.Effectsoffact
orslikeheavyrainfall,frostaction,intensivesnowandavalancheactivity,therm
alstresses due to
temperaturedifferenceindayandnight,damagebytrackedvehiclesduringsno
wclearanceoperationsetc.mustalsobeconsideredalongwith
trafficintensity,itsgrowth,axleloadsanddesignlife.
18. 4.12.5(3) Thedesignofembankmentsshouldincludetherequirementsforprotectionwork
sandtrafficsafetyfeaturesincludingfeatures

95
19 4.12.6 DesignandDrawingofTunnels:
.
TheConsultantshallpreparedesignanddrawingsfortunnels,ifrequired as per
the results of feasibility study, as per the
relevantspecificationsofIRC:SP:91/MORT&Handotherinternational
specifications.
20 4.12.7 a)Topographyofhillsgeneratesnumerouswatercourses
. andthiscoupledwithcontinuousgradientsofroadsinhillsandhighintensityofr
ainfallcallsforeffectivedrainageofroads.Thedrainage system shall be
designed to ensure that the water flowingtowards theroadsurface may
bedivertedandguided to followadefinite path by suitable provision of road
side drains, catch
waterdrains,interceptorsetc.andflowonvalleysideiscontrolledsothatstability
isnotaffected.
b)Further,adequateprovisionshallbemadeforsub-
surface/subgradedrainagetotakecareofseepagethroughtheadjacenthillfaceo
ftheroad&undergroundwaterflows.
21 4.12.8 TheConsultantshall design suitabletraffic safety
. featuresandroadfurnitureincludingtrafficsignals,signs,markings,overhe
ad signboards,crashbarriers,delineatorsetc.includinganyfeature
specifictohillroads.Thelocationsofthesefeaturesshallbe
giveninthereportsandalsoshowninthedrawings.
22 4.12.11 TheConsultantshall make suitabledesigns
andlayoutformiscellaneousworksincluding rest areas,

23 10.9.3 VolumeII:DesignReport:
. a)Inventory ofprotection measures
andotherstructuresb)Inventoryoftunnels,ifrequired.
b)Proposedpreliminarydesignsfortunnels,ifrequired.
VolumeIII:Drawings
a)
rawingsforprotection/controlmeasuresandotherstructures
b)
)Drawingsfortunnels,ifrequired.
24 10.9.3 VolumeII:DesignReport(PartII)
. PartIIofDesignReportshallalsodealwithdesignoftunnels,ifrequiredanddesign
ofotherprotection/controlstructures. VolumeIX:Drawing
VolumeThisshallalso
include:
a)
etailedworkingdrawingsfortunnels,ifrequired.
b)
)Detailedworkingdrawingsforprotection/controlstructures

SUPPLEMENT-II

ADDITIONALREQUIREMENTSFORBRIDGES

Sr. ClauseN Additionalpoints


No. o.
96
ofTOR

1 4.1 For standalone bridge projects the scope of work shallinclude


detaileddesign of ROB proper with Bow string types girder in
connection already
constructedapproachroadextendingatleastupto2kmoneithersideoftheb
ridge
4.11.4.2(6) ModelStudiesforBridges
1. Objective
Physical/MathematicalModelstudyfordetailedHydraulic/Hydrologicinvesti
gationsregardingtheproposedbridgeforhydraulicdesign
ofthebridgeandassessmentandhydraulicdesignofrequiredrivertrainingworks.
2. Methodology
Physical/MathematicalModelstudyshallbecarriedoutatareputed/recognizedi
nstitution.Theconsultantwillberesponsibleforidentifying the institution,
supplyingInformation/Documents/Datarequiredformodalstudiesasindicate
dinpara4belowandcoordinatingthemodelstudywiththeinstitutionconcerned
3. ScopeofWork
PhysicalModelstudy
PhysicalmodelingwithappropriatemodelscaleforHydraulicandHydrologicInv
estigationsto:
i) Finalizespan arrangement (Bow string types girders)causinguniformity in
flowdistribution,andworkoutthealignmentandorientationofrivertrainingwor
ksandbridgeaxis.
ii) Provideinformationonestimated/observedmaximumdepthofscour.
iii) Provideinformation on requiredrivertrainingworks forproposedbridge
iv) Providehydraulicdesignforthebridgeandtherequiredrivertrainingworks.
v) Quantify the general direction of river course through
bridge,afflux,extentandmagnitudeofflood,effectofbackwater,ifany,aggradatio
n/degradationofbed,evidenceofscouretc.shall be used to augment the
available hydrological data.
Thepresenceoffloodcontrol/irrigationstructures,ifaffectingthehydraulicchara
cteristicslikecausing obliquity, concentrationof flow,scour,siltingofbed,
changein flow levels,bed
levelsetc.shallbestudiedandconsideredinHydraulicdesignofproposedbridge.T
hedetailsofanyplannedworkintheimmediate futurethat
mayaffecttheriverhydraulicsshallbestudiedandconsidered.
vi) AnalyzeeffectsofWindLoadontheStructures.
vii)
.2MathematicalModelstudy
Mathematical modeling
fordetailedHydraulic/Hydrologicinvestigationsregardingtheproposednewbr
idgeto:
i) Finalizethesite/locationoftheproposednewbridgebasedonmathematicalmo
deling.
ii) Provideinformationonestimated/observedmaximumdepthofscour.

iii) Provideinformation on requiredrivertrainingworks


forproposedbridge

97
iv) Providehydraulicdesignforthebridgeandtherequiredrivertrainingworks.

v) Quantify the general direction of river course through


bridge,afflux,extentandmagnitudeofflood,effectofbackwater,ifany,aggradati
on /degradationofbed,evidenceofscouretc.shall be used to augment the
available hydrological data.
Thepresenceoffloodcontrol/irrigationstructures,ifaffectingthehydraulicchar
acteristicslikecausing obliquity, concentrationof flow,scour, siltingofbed,
changein flowlevels,bed
levelsetc.shallbestudiedandconsideredinHydraulicdesignofproposedbridge.
Thedetailsofanyplannedworkintheimmediate futurethat may affect
theriverhydraulicsshallbestudiedandconsidered.
vi) AnalyzeeffectsofWindLoadontheStructures

4.Information/Documents/DatarequiredforPhysical
/MathematicalModelstudy
i) Planlayoutsshowingthelocationsoftheproposedbridgeas well as
theexistingbridges /barrages etc.,in thevicinity
oftheproposedbridgewiththechainageswithrespecttoastandardreferencemar
kedonit.
ii) High flood discharges and corresponding flood levelsat thelocations of
the existing bridges in the vicinity of the proposedbridge.
iii) Generalarrangementdrawing(GAD)ofthe
existingbridgesshowingnumberofspans,pierandwelldimensions,foundingle
vels,maximumscourlevel,thedesigndischargeand the HFL, guide bund
details.On this, the plan form oftherivercoursewith thebridge
alignmentmayalsobe shown asfaraspossible.
iv)
eneralarrangementdrawing(GAD)oftheproposednewbridgeshowingnu
mberofspans,pierandfoundationdimensions. On this, the plan form of
the river course with
thebridgealignmentmayalsobeshownasforaspossible.
ii) Rivercrosssectionsat500mlongitudinalspacing(maximum)upto
adistanceof2 times thebridgetotal lengthon theupstreamsideandupto a
distanceequal to the bridgetotallength on thedownstreamwith
rightbankandleftbankclearlymarked on it. Atleastonecrosssection to
beprovidedat thelocation oftheproposedbridge.At each
crosssection,thebedlevelstobetakenatamaximumlateraldistanceof8m in
flow section and at 25 min non-flow section
respectively.Theabruptvariationsinthebedlevelstobecapturedbytaking
vi) Thecrosssections,asforaspossible,fromhighbanktohighbank.

vii) Thelongitudinalprofileoftheriveralongthelengthoftheproposedalignment.

viii) Sizedistributionoftheriverbedmaterialandtheborelogdata
atdifferentlocations atthesiteoftheproposedbridge.
iii)
heseriesofannualpeakrainfallandfloodoftheriverforatleast30yearsperiod

SUPPLEMENT-III

ADDITIONALREQUIREMENTFORSAFETYAUDIT
98
The use of checklists is highly recommended as they provide a useful “aide memoire” for
theauditteamtocheckthatnoimportantsafetyaspectsarebeingoverlooked.Theyalsogivetotheprojectmana
gerandthedesignengineerasenseofunderstandingoftheplaceofsafetyauditinthe design process. The
following lists have been drawn up based on the experience ofundertaking systematic safety audit
procedures overseas. This experience indicates
thatextensivelistsoftechnicaldetailshasencouragedtheiruseas“tick”sheetswithoutsufficientthought
being given to the processes behind the actions. Accordingly, the checklists provideguidelines on the
principal issues that need to be examined during the course of the safetyaudits.

StageF‐ DuringFeasibilityStudy

1. Theauditteamshould reviewtheproposeddesignfromaroadsafe perspectiveandheck


thefollowing aspects

CONTENTS ITEMS
Aspectstobechecked A.
afetyandoperationalimplicationsofproposedalignmentand
junctionstrategywithparticularreferencestoexpectedroadu
sersandvehicletypeslikelytousetheroad.
B.
idthoptionsconsideredforvarioussections.
C.
eparturesfromstandardsandactiontaken.
D.
rovision of pedestrians, cyclists and
intermediatetransport
E.
afetyimplicationsoftheschemebeyondits physical limits i.e.
how the scheme fits into itsenvironsandroadHierarchy
A1:General <Departuresfromstandards
<Cross-sectionalvariation
<Drainage
<Climaticconditions
<Landscaping
<Servicesapparatus
<Lay-byes
<Footpath
<Pedestriancrossings
<Access(minimizenumberofprivateaccesses)
<Emergencyvehicles
<PublicTransport
<Futurewidening
<Stagingofcontracts
<Adjacentdevelopment

A2:LocalAlignment <Visibility
<New/Existingroadinterface
<SafetyAidsonsteephills
A3:Junctions <Minimisepotentialconflicts

CONTENTS ITEMS
<Layout
<Visibility

99
A4 : Non- <Adjacentland
MotorisedroadusersProvisi <Pedestrians
on <Cyclists
<Non-motorisedvehicles

A5:SignsandLighting <Lighting
<Signs/Markings

A6:ConstructionandOperat <Buildability
ion <Operational
<NetworkManagement

Stage 1–CompletionofPreliminaryDesign

1.Theauditteamshouldreviewtheproposedcheckthefollowingaspectsdesignfromaroadsafetyper
spectiveandcheckthefollowingaspects

CONTENTS ITEMS
A. Safetyandoperationalimplicationsofproposedalignment
Aspectstobechecked andjunctionstrategywithparticularreferencestoexpecte
droadusersandvehicletypeslikelytousetheroad.
B. Widthoptionsconsideredforvarioussections.
C. Departuresfromstandardsandactiontaken.
D. Provisionofpedestrians,cyclistsandintermediatetrans
port
E. Safetyimplicationsoftheschemebeyondits
physical limits i.e. how the scheme fits
intoitsenvironsandroadhierarchy
<Departuresfromstandards
B1:General <Cross-sectionalvariation
<Drainage
<Climaticconditions
<Landscaping
<Servicesapparatus
<Lay-byes
<Footpaths
<Pedestriancrossings
<Access(minimizenumberofprivateaccesses)
<Emergencyvehicles
<PublicTransport
<Futurewidening
<Stagingofcontracts
<Adjacentdevelopment
<Visibility
B2:LocalAlignment <New/Existingroadinterface
<SafetyAidsonsteephills

<Minimisepotentialconflicts
B3:Junctions
<Layout
<Visibility
<Adjacentland
B4 : Non-
<Pedestrians
MotorisedroadusersProvision
<Cyclists
<Non-motorisedvehicles

100
<Lighting
B5:SignsandLighting
<Signs/Markings

<Buildability
B6:Construction
<Operational
andOperation
<NetworkManagement

stage 2–CompletionofDetailedDesign

1. Theaudit teamshouldsatisfy itselfthatall issues


raisedatStage1havebeenresolved.Itemsmayrequirefurtherconsiderationwheresignificantdesi
gnchangeshaveoccurred.
2. Ifaschemehasnotbeensubjecttoastage1audit,theitemslistedinChecklistsB1toB6shouldbeconsi
deredtogetherwiththeitemslistedbelow.
CONTENTS ITEMS

Aspectstobechecked A. AnydesignchangessinceStage1.
B. Thedetaileddesignfromaroadsafetyviewpoint,includingt
heroadsafetyimplicationsoffuturemaintenance(speedlim
its;roadsignsandmarkings;
visibility; maintenance of street lighting
andcentralreserves).
C1:General <Departuresfromstandards
<Drainage
<Climaticconditions
<Landscaping
<Servicesapparatus
<Lay-byes
<Access
<Skid-resistance
<Agriculture
<SafetyFences
<Adjacentdevelopment
C2:LocalAlignment <Visibility
<New/Existingroadinterface
C3:Junctions <Layout
<Visibility
<Signing
<Lighting
<RoadMarking
<T,X,Y-junctions
<Allroundabouts
<Trafficsignals
C4:Non-Motorisedroad <Adjacentland
usersProvision <Pedestrians
<Cyclists
<Non-motorisedvehicles

101
C5:Signsand Lighting <Advanceddirectionsigns
<Localtrafficsigns
<Variablemessagesigns
<Othertrafficsigns
<Lighting
NetworkManagement

ENCLOSURE-I

MANNINGSCHEDULE.

A. NormalHighwayProjects :- Not applicalbe

Sr.No KeyPersonnel TotalProjectAssignment180days


Atsite Atdesign TotalTime
(manmonth) office(manmo Period
nth) (manmonth)
1 TeamLeaderCumSeniorHighw
ayEngineer
2 SeniorBridgeEngineer
3 HighwaycumPavementEngineer
4 Material-cum-Geo-technicalEngineer–
Geologist
5 SeniorSurveyEngineer Not applicable
6 TrafficandSafetyexpert
7 EnvironmentalSpecialist
8 QuantitySurveyor/Document
ationExpert
9 UtilityExpert (For PHED )
10 UtilityExpert (For Electrical)
Total

102
1. Co
nsultantshavetoprovideacertificate
thatallthekeypersonnelasenvisagedintheContractAgreementhavebeenactuallydeployedintheprojects.The
yhavetofurnishthecertificateatthetimeofsubmissionoftheirbillstoChiefEngineer(NH),PWDRajasthan,Jacob
Road,Jaipurfromtimetotime.
2. Deleted

3. Th
e Consultant shall provide one Land Acquisition Expert along with allied team andsupporting logistic as
envisaged in Clause 5.1.5.1 of TOR for each 100 km stretchesproposedforDPRpreparationorpart thereof
IfdelayinLAprocessoccursbeyond thereasonablecontrolofconsultant,theextensionofLA team staff/s along
with logistic support/transportation shall be granted by NodalProject Director and beyond further 6
months, Regional Officer, Chief Engineer (NH),PWDRajasthan,JacobRoad,Jaipuris empowered to grant
extension to LA team staff/s.

B. Standalone Bridge Projects:-

Sr.No KeyPersonnel TotalProjectAssignment180days


Atsite Atdesign TotalTime
(manmonth office(manmo Period
) nth) (manmonth)
1 Team Leader cum Sr. Bridge Engineer 2 1 3
3
2 Highway cum Pavement Engineer 2 1 3

3 Bridge / Structural Engineer 1 2 3


4 Material-cum-Geo-technicalEngineer–Geologist 1 2 3

5 SeniorSurveyEngineer 1 1 2
6 Senior Geologist 1 1 2
7 EnvironmentalSpecialist 1 1 2
8 QuantitySurveyor/DocumentationExpert 1 2 3
9 UtilityExpert 1 1 2
Total 11 12 23

103
ENCLOSURE-II

Qualification and Experience Requirement of Key

PersonnelTeamLeader cumSeniorBridgeEngineer

i) EducationalQualification

Essential GraduateinCivilEngineeringorequivalentasapprovedby
AICTE
Desirable Post graduate in Structural Engineering,
Degree/Diploma/Certificate in Project Management

ii) EssentialExperience
a)TotalProfessionalExperienc Min.15years
e
b)ExperienceinHighwayproje Min. 5 years in major Bridge Construction /
cts DevelopmentProject.

c) Experiencein He should have handled as Team Leader/Project


similarcapacity(EitherasTea Manageror similar capacity of at least Two projects in
mLeaderorinSimilarcapacity ConstructionSupervision / IC involving 4 laning/6-
) laning/Expressway ofminimum 50km length and atleast
two major bridge of a Length 500 mtr. (Excluding
approaches).

iii) AgeLimit 65yearsonthedateofsubmissionofproposal

104
Enclosure-II

(contd.)QUALIFICATION ANDEXPERIENCE REQUIREMENTOFKEYPERSONNEL

HighwaycumPavementEngineer

i) EducationalQualification
Essential DegreeinCivilEngineering
Desirable Masters in highwayengineering/
TransportationEngineering

ii) Experience
a)TotalProfessionalExperi Min.08years
ence
b)ExperienceinHighwaypr Minimum06years‟experienceinpavementdesignandma
ojects intenanceofhighways
c)Experienceinsimilarcapacity Pavementdesignformajorhighwayprojects
(2/4/6laneNH/SH/Expressways)
ofminimumaggregatelengthof9km.
iii) AgeLimit 65yearsonthedateofsubmissionofProposal

105
Enclosure-II

(contd.)QUALIFICATION ANDEXPERIENCE REQUIREMENTOFKEYPERSONNEL

Bridge/ StructuralEngineer

i) EducationalQualification
Essential GraduateinCivilEngineeringorequivalent
Desirable MastersinBridgeEngineering/StructuralEngineering

ii) EssentialExperience
a)TotalProfessionalExperien Min.8years
ce
b)ExperienceinBridgeprojec Min.05 yearsin project
ts preparationanddesignofbridgeprojects.
c)Experienceinsimilarcapaci Bridge Engineer in highway design
ty consultancy projects (2/4/6 lane NH/SH/
Expressways)involving design of minimum two major
bridges (length more than 200 m)
iii) AgeLimit 65yearsonthedateofsubmissionofProposal

106
Enclosure-II

(contd.)QUALIFICATION ANDEXPERIENCE REQUIREMENTOFKEYPERSONNEL

MaterialEngineer–cum–GeotechnicalEngineercumGeologist

i) EducationalQualification
Essential GraduateinCivilEngineeringorM.Sc.Geology
Desirable Masters in FoundationEngineering /
SoilMechanics /Phd inGeology
/GeoTechEngineering
ii) EssentialExperience
a)TotalProfessionalExperi Min.10years
ence
b)ExperienceinHighwayPr Min.7yearsonsimilarprojectsindesignand/orconstruc
ojects tion
c)Experienceinsimilarcapa MaterialcumGeo-technicalEngineeronhighway
city aggregatelengthof9km.

iii) AgeLimit 65yearsonthedateofsubmissionofProposal

107
Enclosure-II

(contd.)QUALIFICATION ANDEXPERIENCE REQUIREMENTOFKEYPERSONNEL

Senior Survey Engineer


i) EducationalQualification
Essential Graduate or equivalent in Civil Engineering or
Diploma in CivilEngg or Diploma in Surveying
Desirable Masters in Survey Engineering/ Surveying /
RemoteSensing
ii) EssentialExperience
a)TotalProfessionalExperi Min.10years
ence
b)ExperienceinHighwayPr Min. 8 years on similar projects in project
ojects preparation andconstruction & thorough
understanding of moderncomputer based
methods of surveying
c)Experienceinsimilarcapa Survey Engineer for projects preparation of highway
city project(NH/SH/Expressways) involving 2/4/6-
laning of minimumaggregate length of 80 km.
iii AgeLimit 65yearsonthedateofsubmissionofbid
)

108
Enclosure-II

(contd.)QUALIFICATION ANDEXPERIENCE REQUIREMENTOFKEYPERSONNEL

EnvironmentalSpecialist

i) EducationalQualification
Essential Graduatein Civil Engineering/
EnvironmentEngineering/MastersinEnvironmentSci
ence
Desirable PostGraduateinEnvironmentalEngineering
ii) EssentialExperience
a)TotalProfessionalExperi Min.06years
ence
b)ExperienceinHighwayPr Min.5years in
ojects environmentimpactassessmentandpermittingofhig
hwayprojects(2/4/6laning)
c)Experienceinsimilarcapa EnvironmentalSpecialistinat
city leasttwohighwayprojects(2/4/6laning)

iii AgeLimit 65yearsonthedateofsubmissionofbid


)

109
Enclosure-II (contd.)
QUALIFICATION ANDEXPERIENCE REQUIREMENTOFKEY

QuantitySurveyor/DocumentationExpert

i) EducationalQualification
Essential Graduateor equivalentin Civil
Engineering/Certificatecoursefrom„InstitutionofQua
ntitySurveying‟
Desirable
ii) EssentialExperience
a)TotalProfessionalExperi Min.10years
ence
b)ExperienceinHighwayPr Min.8yearsinPreparationofBillofQuantities,Contract
ojects documents and documentation
formajorhighwayprojectsinvolvingtwo/fourlaning
c)Experienceinsimilarcapa Quantity Surveyor/ Documentation
city Expertinhighwayprojects(NH/SH/Expressways)i
nvolvingtwo/four/six
laningofminimumaggregatelengthof80km.
iii) AgeLimit 65yearsonthedateofsubmissionofProposal

110
Enclosure-II (contd.)
QUALIFICATION ANDEXPERIENCE REQUIREMENTOFKEY

Utilityexpert

i) EducationalQualification
Essential Graduate or equivalent in major engineering
disciplinesviz. mechanical/ electrical/ civil
engineering
ii) EssentialExperience
a)TotalProfessionalExperience Min10yearsDesirable:Ex-officersF r o m G o v t
engineersfromutilityagencies
b)Rolespecificexperience Min.8yearsinUtilityestimationandrelocation/ere
ctionofelectric/other
utilitiesDesirable:Experiencewith
utilitiesalongthehighway/road.
iii) AgeLimit 60yearsonthedateofsubmissionofbid

111
ENCLOSURE-III

ScheduleforsubmissionofReportsandDocuments

Stage Activity No.ofcopies Time Period in


No. daysfromdateofcom
mencement
1 MonthlyReports 3 th
By10 dayofeverymon
th
2 InceptionReport
(i) 3 21 D
raftInceptionReport
3 30
includingQAPdocument
(ii) I
nceptionReportincludingQAP
document
3 F.S.REPORT
i) DraftFeasibilityStudyReportincludin 4 40
goptionstudyreportincludingdraft3(a)
1 45
report
4 60
ii) Commentsofclient
iii) FinalFeasibilityStudyReport
incorporatingcomplianceofcommentsofC
lient
4 LA&ClearancesIReport 4 40
112
i)DraftLA&ClearancesIReport 1
includingdraft3(A)report 4 45
ii)Commentsofclient 60
iii)FinalLA&ClearancesIReport
incorporatingcomplianceofcomments
ofClient
5 DetailedProjectReport
i) DraftDPR 4 13
1 5
ii) Commentsofclient
6 14
iii) Final
5
DPRincorporatingcomplian
16
ceofcommentsofClient 0
6 TechnicalSchedules
i) DraftTechnicalSchedules 4 13
1 5
ii) Commentsofclient
6 14
iii) Finaltechnicalschedule
5
16
0
7 LandAcquisitionIISubmissionofdraft3 4 108-160
Dpublicationreport
8 LandAcquisitionIII,Awarddeterminatio 144-170
n(3G)
9 ProjectClearances&LAIVReportAppro 6
valofProjectclearancesfromConcerneda Originallettersfrom 180-180
genciese.g.fromMOEF;RlyforapprovalofG theconcernedagenc
ADanddetailengineeringdrawingofROB/ ies
RUB;IrrigationDept.,UtilityReportand and5photocopiesof
PossessionofLand each

Thechecklistfordifferentstagesofsubmissionofreporthasbeenenclosedasunderandthesameshallbeapp
endedwithproperreferencesandpagenumbering.Thechecklist/sshallbeappended
withthereportwithoutwhichnopaymentshallbemade.

Schedule for approval of Reports and Documents by PD after submission by Consultant.

Stag Activity TimePeriodindaysfromdat


eN eofsubmissionofComment
o. andacceptancebyPD/RO

1 InceptionReport 7days
2 FeasibilityStudyReport
15days
i) DraftFeasibilityStudyReportincludin
goptionstudyreportincludingdraft3(a)r
eport
ii) FinalfeasibilityStudyreport 7days

113
3 LA&ClearancesReport
15days
i) DraftLA&ClearancesReport
ii) FinalLA&ClearancesReportinc 7days
orporatingcomplianceofcommen
tsofClient
4 DetailedProjectReport
30days
i) DraftDPR
7days
ii) FinalDPRincorporatingcomplianceofco
mmentsofClient
5 TechnicalSchedules
30days
i) DraftTechnicalSchedules
7days
ii) Finaltechnicalschedule

Thechecklistfordifferentstagesofsubmissionofreporthasbeenenclosedasunderandthesameshallbeappend
edwithproperreferencesandpagenumbering.Thechecklist/sshallbeappended
withthereportwithoutwhichnopaymentshallbemade.

ENCLOSURE-IV

FormatsforsubmissionofReportsandDocuments

1. Standardformatsfordeliverables

i. Duringthecourseoftheassignmenttopreparedetailedprojectreport,severalrepor
ts,drawingsanddocumentswillneedtobesubmittedbytheconsultantstoChiefEn
gineer(NH),PWDRajasthan,JacobRoad,Jaipur.
ii. For the purposes of submission, format requirements have been laid out
forsome of the reports and drawing deliverables in this enclosure, which
shall beadheredtostrictly
iii. In addition, consultants are to align and agree with Chief Engineer (NH),
PWDRajasthan,JacobRoad,Jaipurofficialstheformatofsubmissionforallreports,
duringtheinceptionstageasmentionedinclause10.2ofthistermsofreference

2. Formatforsubmissionofreportdeliverables Printedhardcopiesofreports

i. All reports and documents shall be submitted in both printed hard copy
anddigitalformats
ii. For hard copies, the consultant shall submit bound volumes (and not in
spiralbindingform)aftercompletionofeachstageofworkasperthescheduleandin
thenumberofcopiesasgiveninEnclosureIII

Digitalcopiesofreports
114
1. Everyreportshallalsobesubmittedindigitalformattotheauthorityinthefollowingformat
s:

i. Thefinalreportassubmittedintheportabledocumentformat(.pdf)
ii. An editabledocumentin the relevant Open DocumentFormat for
OfficeApplications (ODF) and if available the relevant Microsoft Office
documentformat(MSOffice)
iii. All tables and models used to and referred to in the reports shall also
besubmittedasspread‐ sheetsintherelevantODFformatandMSOfficeformat
iv. Thedigitalcopiesofreportsshallbesubmittedintheformofremovablestoragedevi
ces (CD or USB pen drive) and also hosted on a secured online
documentstorageandretrieval platformasdescribedinclause2Data products
2. Theremovablestoragedevicesubmittedateachdeliverablestageshallcontain:

i. Reportsforthat stage
ii. Alldraftandfinalreportspreviouslysubmitted
iii. CorrespondencewithChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur
iv. Clients‟commentsonsubmittedreports
v. Anycommunication,lettersandapprovalstoandfromothergovernmentandloc
alagenciesandanyotherrelevantbody
vi. A
nupdatedindexofallthecontentsontheremovablestoragedevice
Everysubmissionwillbeaccompaniedbyatableofcontentsandindexofalldocu
mentssubmittedforeaseofreference

2 Dataproducts
1. During the course of the assignment, the consultant shall perform several surveys
andcollectdatathatwillbeusedforthedesignoftheroadanddeliveredtotheclient.

2. Consultants are encouraged to keep commonly available software and data


packages,andtypicalusesfordatawhiledecidingfinalformatsofdatawithintheconstraints
ofthisdocumentorwhereaformathasnotbeen defined

3. AsrequiredinclauseError!Referencesourcenotfound.Error!Referencesourcenotfound.,
consultants are required to agree with <Chief Engineer (NH), PWD
Rajasthan,JacobRoad,Jaipur>allactualdataformatsproposedtobeusedfortheproject

4. In order to standardize data formats and simplify hand over and re‐ use of data,
somerequirementsforminimumcontentandformatarelaiddownbelow.

S Dataproduct Contentsrequired(definition) Dataformat


r
N
o
0 Formatstobeus Listofdata,drawinganddesignoutputs,reportin CSVorODFsheet,
ed gformat,digitalformatsuggested,keydatatobei .xlsxoptional
ncluded(columnheaders),unitsandsystemtobe
used

1 Trafficsurveys

115
1.1 Listof Pointno,locationcoordinates(lat,long),location CSVorODFsheet,
trafficsur ofsurveypoint,chainage,nolanes/typeofjunctio .xlsxoptional
veypoints n,typeofsurvey,dateofsurvey,lengthofsurvey,a
nycommentary, equipment/technique
used,linktosurveyoutput

1.2 Classifiedtraffi Surveypoint,surveylocation,locationid(ihmcl), Rawdata:IHMCLTraffics


cvolumecount nooflanes,chainage,locationcoordinates(lat,lon urveydataformat
survey g),date,timeandperiodofsurvey Processed,corrected
withAADT:
ODFsheet,.xlsxoptional

1.3 O-D, Surveypoint,surveylocation,locationlat,long,c CSVorODFsheet,


turnin hainage,date,time,period .xlsxoptional
gmovement,ax ofsurvey,technique/equipmentusedinadditio
leloadandothe ntothesurveydataitself
rsurveys
2 Engineeringsurveysandinvestigations

2.1 RawDGPS NotesmustcontainDate,timeofsurvey,equipm CSVorODF,


data ent Receiver
used,corrections appliedis IndependentExchangeFor
any.Data:Surveybenchmarks,benchmarkpoi mat(RINEX)
nts,locationdatapoints

2.2 LiDARpointc NotesmustcontainDate,timeofsurvey,equipme LASerfileformatforexch


loud nt,summarypostprocessingapplied.Data:Surv angeCSVsheet,
eybenchmarks,datapoints,pointcloudofentirep .xlsxoptional
rojectcorridor
asdefinedin
2.3 Images 360Deg/orthoimagesofentireprojectroadway GeographicTaggedImage
FileFormat(GeoTIFF)

2.4 Video Traversevideoofentireprojectlength Audiovideointerleave(.av


i)orMPEG-4file(.mp4)

2.5 Topographic 1:1000scalemapwith50cmcontourswithroadwa Contours:georeferencedsh


map ymarkedonmaps apefiles(.shp)or.dxffiles,
+contours .dwg/.dgnfilesoptions

2.6 Digitalelevati Digitalterrainmodeledfromaerialandgro Digitalelevationmodelin


onmodel undsurveys USGSSpatialDatatransfe
rstandard(SDTS)format

2.7 Longitudinal Location ofcross section - .dxffiles,.dwg/.dgnfileso


andcrosssecti existing,designchainage,lat,long,Crosssectiond ptions
ons rawing

116
2.8 As- 3Ddigitalmapofas- Digital terrain
isroadmap isprojecthighwaycontainingearthsurface,roadl modelandmapsinLandX
ayers,utilities,buildingsandtreeswithfeatureda ML/.dxfformat,
taextractedandmappedinlayers,markedonthe .dwg/.dgnfilesoptions
mapandtabulateddataprovidedseparately.Allr SeparateCSVorODFsheet,
oad,surface,subsurfaceinventory,pavementinv .xlsxoptionaloffeaturedat
estigationandsoilsurveydatatobesuper- ainadditiontomap
imposed
aslayers

2.9 Detailsofutili typeofutility,no,classandcategoryofutility CSVorODFsheet,


ty installation (e.g. 66 kVxlpe), .xlsxoptional
location,distancefromcenterline,useragency

2.10 Utilitymaps geo-referencedschematic map, Georeferencedshapefiles


existinganddesignroadcenterline,typeofutility, (.shp)anddrawingsin.dxff
size,no,classandcategory ormat

2.11 Road Alldataasrequiredinclause4.11.3.1,geo- CSVorODFsheet


inventorysurv referencingforeachrowofdatainlat,longform
eys

Sr Datapro Contentsrequired(definition) Dataformat


No duct

Testpitreferenceid,location,chainage,geo- CSVorODFsheet
2.12 Pavementi
reference(lat,long),pavemetcomposition-
nvestigatio
layerno,materialtype,thickness,subgradetype,
n
andcondition
Data as required in clause 4.11.3.2, CSVorODFsheet
2.13 Pavementc
onditionsu alongwithlocation/chainageandgeo-
rvey referenceforalldata
FWD results as perIRCguidelines,geo- CSVorODFsheet
2.14 Paveme
referencingfortestpoints
ntstruct
uralstre
ngth
Intheformatofthetestinglab,summarydetailsm SummaryinCSVorODFshe
2.15 Sub-grade
ustbetabulatedand et
a
mustinclude:testpitno,location,chianage,lat/lo
n
ng, date, time of test, tester/lab details,in-situ
dsoilstrength
density,moisturecontent,fieldCBR,characteriz
ation,in-labmoistureand
density,labCBR
Proposedroadwaydesigns
3

Geo referenced centerline horizontal Geometryor


3.1 Proposedali
andverticalalignmentfortheroad shapefiles:.shp/.dxf,.dw
gnment
Tobepresentedsuperimposedon g/.dgn
geometr
surfacemap,satelliteimagery anddigital filesoptions
y
elevationmodelofregion

Georeferencedcenterlinehorizontalandvertical Geometryor
3.2 Finalalignm
alignmentfortheroad.Additionaldetailonlanes, shapefiles:.shp/.dxf,.dw
entgeometry
superelevation,junctions,structures,under/ov g/.dgnfilesoptions
erpasses,PUP/CUP,
waysideamenitiesetc
117
Proposeddigitalroadway model .dxf/.dtm
3.3 Proposedroa
anddesigndata-
dwaymodel
includingembankment,roadway,roadlayers,ro
adsideamenities,signals,roadfurniture,markin
gsandother
constructionelementsin3D
Georeferencedlocation andalignment, .dxf/.dtm
3.4 Proposedstruct
3Dmodelofstructureandappurtenances,cross
ures
section,plan andprofiledrawings
forconstructionasperIRC
Roadwaycrosssections forhomogenoussections .dxffilesDigitalsurfacem
3.5 Proposedhig odelin.dxfformat
hway
crosssections

Otherdeliverables
4

Digitizedrevenuemapoverlaidwithkeylandma Geometryor
4.1 Digitized
rks,landsize,surveynumberandownershipdata shapefiles:.shp/.dxf,.
cadastral
.min1:1000scalemapwith dwg/.dgnfilesoptions
maps
>1mmaccuracy

4.2 Financial Spreadsheetmodelwithinstructions,indexandc ODF sheets,MSoffice


analysis ontainingallinputsandassumptions,timeseries .xlsxoptional
constructionand
operatingcosts,revenues,financingandequityca
shflows,NPV/IRR,sensitivityscenariosand
results

3 Onlineh
ostingandarchivalofdeliverables
Hostingdeliverablesonline
i. The consultant shall store all deliverables from this assignment on a
secureonlinefilehostingplatformthatisremotelyaccessiblebyauthorisedusersontheworldwideweb
ii. Theconsultantshallprovidereadonlyaccess toallrelevantofficersof Chief Engineer (NH), PWD
Rajasthan, Jacob Road, Jaipur and provide
furtheraccesstoadditionalusersasandwhenrequestedby<ChiefEngineer(NH),PWDRajasthan,
JacobRoad,Jaipur>
iii. Consultantshallprovideapointofcontactforaccesstothesefiles,solvinganytechnicalissuesandsh
allrespondtoallrequestsinatimelymanner
iv. Consultantshallensurethatthefilesarehostedinaplatformthatconformstoany file hosting and
file sharing security standards as may be laid down by thegovernment ofIndia

Deliverablestobe hosted
i. Dataanddeliverablestobehostedinanonlineaccessibleformatshallincludebutnotbelimitedto:
ii. AlldraftandfinaldeliverablesinthedigitalformatsprescribedinthisTORandinfileformatsinwide
usewhereformatsarenotspecified
iii. Data,imagesandvideosfromallsurveysandinvestigationsconductedofthisenclosure
iv. AllcorrespondencetoandfromChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipurincluding
clients‟commentsonsubmittedreports
v. Anycommunication,lettersandapprovalstoandfromothergovernmentlocalagenciesandanyot
herrelevantbody
vi. Theplatformshallalsocontainanindexandtableofcontentsofinformationbeinghostedforeaseofa
118
ccessanduse
Timeperiodandcosts
i. Access to above mentioned files will be provided till the end of
construction(finalcommercialoperationsdateofcontractor/concessionaire)ofallpackagesthatformapartofthisassi
gnmentatthecostoftheconsultant

ii. Accesstoadditionalusersshallalsobeatnoadditionalcosttotheauthority

APPENDIX-II

ProofofEligibility

Form-E1

LetterofProposal(OnApplicant‟sletterhead)

(Date and
Reference)To,*******
***
*********
*********

Sub:AppointmentofConsultantforpreparationofDetailedProjectReportfor……………...

Dear Sir,

Withreferencetoyour RFPDocumentdated,I/wei.eM/s-----------------------------------------------
------------------------------------------------------ (Name of Bidder) having examined all
relevantdocuments and understood their contents, hereby submit our Proposal for
selection asConsultant. The proposalisunconditionalandunqualified.

2. AllinformationprovidedintheProposaluploadedonINFRACONandintheAppendices
istrueandcorrectandalldocumentsaccompanyingsuchProposalaretruecopiesoftheirrespecti
veoriginals.

3. ThisstatementismadefortheexpresspurposeofappointmentastheConsultantfortheaforesaidP
roject.

4. I/We shall make available to the Authority any additional information it may
deemnecessaryorrequireforsupplementingorauthenticatingtheProposal.

5. I/Weacknowledgetherightoftheauthoritytorejectourapplicationwithoutassigninganyreason
or otherwise and hereby waive our right to challenge the same on any
accountwhatsoever.

6. I/Wecertifythatinthelastthreeyears,weoranyofourAssociateshaveneitherfailedtoperform on
any contract, as evidenced by imposition of a penalty by an arbitral
orjudicialauthorityorajudicialpronouncementorarbitrationawardagainsttheApplicant,norb
eenexpelledfromanyprojectorcontractbyanypublicauthoritynorhavehadanycontracttermin
atedbyanypublicauthorityforbreachonourpart.

7. I/WeunderstandthatyoumaycanceltheSelectionProcessatanytimeandthatyouareneitherbou
ndtoacceptanyProposalthatyoumayreceivenortoselecttheConsultant,withoutincurringanyl
iabilitytotheApplicantsinaccordancewithClause1.7oftheRFPdocument.

119
8. I/Wedeclarethatwe/anymemberoftheconsortium,are/isnotaMemberofanyotherConsortiu
mapplyingforSelectionasconsultant.

I/Wecertifythatinregardtomattersotherthatsecurityandintegrityofthecountry,weor any of
our Associates have not been convicted by a Court of Law or indicted
oradverseorderspassedbyaregulatoryauthoritywhichwouldcastadoubthonorability to
undertake the Consultancy for the Project or which relates to a grave offence that outrages
the moral sense of the community.

9. I
/We further certify that in regard to matters relating to security and integrity of
thecountry, we have not been charge‐ sheeted by any agency of the Government
orconvictedbyaCourtofLawforanyoffencecommittedbyusorbyanyofourAssociates.

10. I
/We further certify that no investigation by a regulatory authority is pending
eitheragainstusoragainstourAssociatesoragainstourCEOoranyofourDirectors/Managers/e
mployees.

11. I
/Weherebyirrevocablywaiveanyrightorremedywhichwemayhaveatanystageatlawor
howsoever otherwise arising to challenge or question any decision taken by theAuthority
[and/ or the Government of India] in connection with the selection ofConsultant or in
connection with the Selection Process itself in respect of the abovementionedProject.

12. D
eleted.

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

14. I
/Weagreetokeepthisvalidfor120(Onehundredandtwenty)daysfromtheProposalDueDatespe
cifiedintheRFP.

15. A
PowerofAttorneyinfavoroftheauthorizedsignatorytosignandsubmitthisProposalanddocume
ntsisattachedherewith.

16. I
ntheeventofmy/ourfirm/consortiumbeingselectedastheConsultant,I/weagreetoenterintoan
yAgreementinaccordancewiththeformAppendixVoftheRFP.Weagreenottoseekanychangesi
ntheaforesaidformandagreetoabidebythesame.

17. I
/WehavestudiedRFPandallotherdocuments carefullyandalsosurvey edtheProjectsite.We
understand that except to the extent as expressly set forth in the Agreement,
weshallhavenoclaim,rightortitlearisingoutofanddocumentsorinformationprovidedtousbyth
eAuthorityorinrespectofanymatterarisingoutoforconcerningorrelatingtotheSelectionProcess
includingtheawardofConsultancy.

120
18. T
heProofofEligibility and Technicalproposalarebeingsubmittedinseparatecoversinhard copy
(as per clause 4.1 of LoI) and INFRACON Team I.D no. . Financial Proposal isbeing
submitted online only. This Proof of Eligibility read with Technical Proposal
andFinancialProposalshall constitute theApplicationwhichshallbebindingonus.

19. I
/WeagreeandundertaketoabidebyallthetermsandconditionsoftheRFPDocument.Inwitnesst
hereof,I/wesubmitthisProposalunderandinaccordancewiththetermsoftheRFPDocument.

Yoursfaithfully,

(Signature,nameand designationof the authorized

signatory)(Nameand sealoftheApplicant/LeadMember)

Appendix-II

Form-E2/T3 FIRM‟SREFERENCES

RelevantServicesCarriedoutintheLastSevenYears(2015-16onwards)WhichBest
IllustrateQualifications

The following information should be provided in the format below for each
referenceassignmentforwhichyourfirm,eitherindividuallyasacorporateentityorasoneofthemajorcompani
eswithinaconsortium,waslegallycontractedbytheclient:

AssignmentName: Country:
LocationwithinCountry: ProfessionalStaffProvided
byyourfirm:

121
NameofClient: No.ofStaff:
Address: No.ofStaffMonths:
StartDate CompletionDate(Mont Approx.Valueof
(Month/Yea h/Year) Services:(inINR/currentUSD):
r)
NameofJV/AssociationFirm(s)ifany: No.ofMonthsofProfessionalStaffprovidedby
AssociatedFirm(s)
StatusofyourCompanyintheAssignmenti.e.,Sole/LeadMember/OtherMember/Associate

NarrativeDescriptionofProject:
DescriptionofActualServicesProvidedbyyourCompany:

SignatureofAuthorizedRepresentative

(CertificatefromEmployerregardingexperienceshouldbefurnished)

APPENDIX-II

Form-E3

FinancialCapacityoftheApplicant

NameofApplicant:

Sr. [FinancialYear] AnnualRevenue(Rs/US$inmillion)


No. *
1 2021-22
2 2020-21
3 2019-20

122
4 2018-19
5 2017-18
6 2016-17
7 2015-16

CertificatefromtheStatutoryAuditor $

Thisistocertifythat ----------- (nameoftheApplicant)hasreceivedthepaymentsshown


aboveagainst
therespectiveyearsonaccountofConsultancyServices.

NameoftheauditfirmSealoftheauditfirmDate

(Signature,nameanddesignationoftheauthorizedsignatory)

$IncaseheApplicantdoes
nothaveastatutoryauditor,itshallprovidethecertificatefromitscharteredaccountantthatordinarilyau
ditstheannualaccountoftheApplicant.

Note:

*Financialyeartobemodifiedasapplicable

PleasedonotattachanyprintedAnnualFinancialStatement.

APPENDIX-II

Form-E4(Deleted)

APPENDIX-III

(Form‐ T1)

TECHNICALPROPOSAL

FROM: TO:

123
Sir:

SubjectConsultancyServicefor

RegardingTechnicalProposal

I/We (name of Bidder) Consultant/Consultancy firm here


withencloseTechnicalProposalforselectionofmy/ourfirm/organizationasConsultantfor

Yours faithfully,

Signature

FullNameDesignation Address

(AuthorizedRepresentative)

(Form-T-2)

DetailsofprojectsforwhichTechnicalandFinancialProposalshavebeen submitted

Sl.No. NameofProject ConsultancyPackageNo. Names


ofProposedKey
Personnel

124
Form-E2/T3

FIRM‟SREFERENCES

RelevantServicesCarriedoutintheLastSevenYearsWhichBestIllustrate
Qualifications

Thefollowinginformationshouldbeprovidedintheformatbelowforeachreferenceassignmentforwhichyou
rfirm,eitherindividually
asacorporateentityorasoneofthemajorcompanieswithinaconsortium,waslegallycontractedbythe client:

125
AssignmentName: Country:
LocationwithinCountry: ProfessionalStaffProvidedbyyourfirm:
NameofClient: No.ofStaff:
Address: No.ofStaffMonths:
StartDate CompletionDate(Mont Approx. ValueofServices :(in
(Month/Year h/Year) INR/currentUSD):
)
NameofJV/AssociationFirm(s)ifany: No.ofMonthsofProfessionalStaffprovidedby
AssociatedFirm(s)
Status ofyourCompany in theAssignmenti.e., Sole/LeadMember/OtherMember/Associate

NarrativeDescriptionofProject:
DescriptionofActualServicesProvidedbyyourCompany:

SignatureofAuthorisedRepresentative

(CertificatefromEmployerregardingexperienceshouldbefurnished

Form-T4

SITEAPPRECIATION

ShallgivedetailsofsiteasperactualsitevisitanddataprovidedinRFPandcollectedfromsitesupported
by photographs to demonstrate that responsible personnel of the Consultanthave actually
visited the site and familiarized with the salient details/complexities andscopeofservices.

126
Form-T5

Composition oftheTeamPersonnelandthetaskWhichwouldbeassignedtoeach
TeamMember

I. Technical/ManagerialStaff

Sr.No. Name Position Task

Assignment1.

2.

127
3.

4.

……

II. SupportStaff

Sr.No. Name Position TaskAssignment

1.

2.

3.

4.

….

….

Form‐ T6

APPROACHPAPERONMETHODOLOGYPROPOSEDFORPERFORMINGTHEASSIGNMENT

Theapproachandmethodologywillbedetailedpreciselyunder thefollowingtopics.

1) Methodologyforservices,surveying,datacollection[notmorethan2pages]andana
lysis

128
2) QualityAssurancesystemforconsultancyassignment[notmorethan1page]

3) Thekeychallengesforeseenandproposedsolutionswillbedetailedpreciselyunderthefoll
owingtopics

a) proposedalignmentandbypassrequired

b) landacquisitionrequirements

c) accesscontrol,rehabilitationofexistingroad,drainageand utilities

d) adoptionofsuperiortechnologyalongwithproof(tobesubmittedinFormT9)

Repliestoitems3)a)toc)shouldbelimitedtosixA4sizepagesin1.5
spaceand12fontincludingphotographs,ifany

Form-T7

DetailsofMaterialTestingFacility

1. StatewhethertheApplicanthasin‐ houseMaterialTestingFacilityAvailable/Outsourced/No
t Available

2. Incaseanswerto1isAvailable,attachalistofLabequipmentandfacilityfortestingofmaterialsan
dlocationoflaboratory

3. Incaselaboratoryislocatedatadistanceofmorethan400kmfromtheprojectsite,statearrangeme
ntsmade/proposedtobemadefortestingofmaterials

129
4. Incaseanswerto1isOutsourced/NotAvailablestatearrangementsmade/proposedtobemade
fortestingofmaterials.

Form-T8

FacilityforFieldinvestigation andTesting

1. StatewhethertheApplicanthasin‐ houseFacilityfor

a) Geo‐ technicalinvestigationAvailable(createdin‐ houseatsite)/Outsourced/N


otAvailable

b) Pavement investigation
Available(createdin‐ houseatsite)/Outsourced/NotAvailable

130
2. Incaseanswerto1isAvailable(createdin‐ houseatsite)alistoffieldinvestigationandtest
ingequipmentsavailablein‐ house

3. Incaseanswerto1isOutsourced/NotAvailablearrangementsmade/proposedtobe
madeforeachofaboveFieldinvestigationand testing

4. ForfurnishingexperienceoffirmorthefirmwithwhichMoUhasbeenenteredintoinLI
DARorbettertechnologyfortopographicsurvey,GPRandInductionLocatororbettert
echnologiesfordetectionofsub-
surfaceutilitiesanddigitizationofcadastralmapsforlandacquisition,referencesneedt
obeprovidedinfollowingformat:

REFERENCES

RelevantServicesCarriedOutWhichBestIllustrateQualifications

Thefollowinginformationshouldbeprovidedintheformatbelowforeachreferenceassignmentfor
whichyourfirm,eitherindividually
asacorporateentityorasoneofthemajorcompanieswithinaconsortium,waslegallycontractedbyth
e client:

AssignmentName: Country:
LocationwithinCountry: ProfessionalStaffProvidedbyyourfirm:
NameofClient: No.ofStaff:
131
Address: No.ofStaffMonths:
TechnologyUsed:
StartDate(Mo CompletionDate(Mo Approx.ValueofServices:(inINR/currentUSD)
nth/Year) nth/Year) :

NameofJV/AssociationFirm(s)ifany No.ofMonthsofProfessionalStaffprovidedbyAssociate
: dFirm(s)
Status ofyourCompany in theAssignmenti.e., Sole/LeadMember/OtherMember/Associate

NarrativeDescriptionofProject:
DescriptionofActualServicesProvidedbyyourCompany:

SignatureofAuthorisedRepresentative

(CertificatefromEmployerregardingexperienceshouldbefurnished)

Form‐ T9

OfficeEquipmentandsoftware

Attachalist of officeequipmentandsoftwareownedbytheApplicant
Form‐ T10

(CurriculumVitaeasperINFRACON)

CVsoftheKeyPersonnelshouldbeuploadedonINFRACONandthehardcopiesoftheCVsasuploadedont
heINFRACONistobesubmittedalongwiththeTechnicalProposals.

132
UNDERTAKINGFROMTHEPROFESSIONAL

NameofWork:

Positioninthe Team:

I, .............................. (NameandINFRACONregisteredID)havenotleftanyassignment
withtheconsultants/contractorsengagedbyClientviz.MoRT &H/NHAI/NHIDCL/IAHE/BRO/State
PWD or any other MoRTH implementing agency without completing my assignment.
IwillbeavailablefortheentiredurationofthecurrentprojectforwhichIambeingincludedinthe team. If I
leave this assignment in the middle of the completion of the work, I may
bedebarredforanappropriateperiodtobedecidedbyClient.Ishallalsohavenoobjectionifmyservicesareexte
ndedbyClientforthisworkinfuture.

I,theundersigned,alsocertifythattothebestofmyknowledgeandbelief,mybiodata,informationandc
redentialsuploadedonINFRACONportaltrulydescribemyself,myqualificationandmyexperience.Ishallb
eliableforanyaction,asdeemedfit,incasethereisanymis‐ representationinthisregard.

Date:
Place:
Signature

(NameofKeyPersonnel)

UNDERTAKINGFROMCONSULTINGFIRM

NameofWork:

Theundersigned onbehalfof ...........................................(NameofConsulting


Firm)with…………….(INFRACONID)certifythatnoneoftheKeyPersonnelincludedinourteamtothebest
ofourknowledgehaslefthis/herassignmentwithanyconsulting/contractingfirmengagedbyMoRT&H
/NHAI/NHIDCL/IAHE/BRO/StatePWDor anyotherMoRTH implementingagency. We also
confirm the truthfulness of the credentials uploaded by our
firm/JVMember/AssociateandalltheKeyPersonnelproposedinourteamonINFRACON.

We understand that if any information about our firm/JV Member/Associate /

133
KeyPersonnelisfoundcontrarytowhathasbeenuploadedonINFRACON,theClientwouldbeatliberty to
remove the concerned personnel from the present assignment and debar ourfirm/JV
Member/Associate / Key Personnel for an appropriate period to be decided by theClient.

Date:
Place:
Signature

(NameofAuthorized Signatory)

APPENDIX-IV

(Form‐ I)

FINANCIALPROPOSALS

FROM: TO:

Sir:

134
Subject: Consultants‟Servicesfor

RegardingPriceProposal

I/We Consultant/consultancyfirm herewithenclose


*PriceProposalfor selectionofmy/ourfirm/organizationasConsultantfor

Yoursfaithfully,

Signature

Full Name

Designation

Address

(AuthorizedRepresentative)

*TheFinancialproposalistobefilledstrictlyaspertheformatgiveninRFP.

(Form-II)

FormatofFinancialProposalSummaryofCostin LocalCurrency

No. Description Amount(LC)*(INR)


I LocalConsultants
RemunerationforLocalStaff(inclusiveofperdiemallowa
nce)
II SupportStaff(inclusiveofperdiemallowance)
III Transportation
IV DutyTraveltoSite
V OfficeRent

135
VI OfficeSupplies,UtilitiesandCommunication
VII OfficeFurnitureandEquipment(Rental)
VIII ReportsandDocumentPrinting
IX Surveys&InvestigationsTopograph
A icalSurveyInvestigations
B NetWorkSurveyandGPR
C

X CostofsupplyandfixingBoundaryPillars
XI LandAcquisition
Teamincludingsupportstaffandlogistics/tra
nsportation
SubtotalLocalConsultants:
ForeignConsultants
F-I RemunerationforExpatriateStaff
F-II MobilizationandDemobilization
TotalCostNetofTax :
Taxe I.IncomeTax(Expatriate)
sand ll.OtherTaxes/Duties(ifany)Specifyclearly
Duti
e
s
TotalcostnetofGoods&servicetax**
Goods&ServiceTax
TOTALCOSTS(IncludingGST)

LC* LocalCurrency
**TotalCostNetofGoods&ServiceTaxshallbeconsidered
forfinancialevaluationNote:Noescalationwillbepayableduringthe services
Insurancesshallnotbeallowedseparately.Thesewillbeincidentalto mainitems.
Ratesforallitemsshallbequotedinfigures aswellasinwords.

(Form-III)

EstimateofLocal CurrencyCosts

I. RemunerationforLocalStaff(includingperdiemallowance)

(NormalHighwayProject) :- Not applicable

Sr. Position Name Rate(IN StaffMont Amt.(INR)


No. R) h
1 TeamLeaderCumSenio TBN - -
rHighwayEngineer

136
2 SeniorBridgeEngineer TBN - -

3 HighwaycumPavementEngin TBN - -
eer
4 Material-cum-Geo- TBN - -
technicalEngineer–Geologist
5 SeniorSurveyEngineer TBN - -

6 TrafficandSafetyexpert TBN - -

7 EnvironmentalSpecialist TBN - -

8 QuantitySurveyor/Do TBN - -
cumentationExpert

9 LandAcquisition ( Expert rank TBN - -


of Tehsildar)

10 Ex-Land Revenue TBN - -


Inspector/Officer pr equivalent
11 Ex-Kangogo/Patwari or - -
equivalent
12 Ex-Patwari or equivalent - -

13 UtilityExpert (For PHED ) - -


14 UtilityExpert (ForElectrical) TBN - -

Sub-ProfessionalStaff (TobeassessedbyConsultantasperrequirement
ofassignmentandonesub-
professionalbeafreshgraduate)
1
2
Sub-Total:
TOTAL

(For StandaloneBridgeProject)

Sr. Position Name Rate(INR) StaffMont Amt.(INR)


No. h
ProfessionalStaff - - -

1 TeamLeadercumSeniorBridgeEng - - 3 -
ineer
2 BridgeStructuralEngineer - - 3 -

3 HighwaycumPavementEngineer - - 3 -

4 Material-cum- - - 3 -
GeotechnicalEngineer-
Geologist

137
5 SeniorSurveyEngineer - - 2 -

6 SeniorGeologist - - 2 -

7 EnvironmentalSpecialist - - 2 -

8 QuantitySurveyor/DocumentationExper - - 3 -
t
9 Utility expert - - 2 -

Sub-Total: - - 23 -

Sub-ProfessionalStaff (TobeassessedbyConsultantasperrequirement
ofassignmentandonesub-
professionalbeafreshgraduate)
1
2
3
4
5
6
7
Sub-Total:
TOTAL

ForStandardTunnelProject :- Not applicable

Sr. Position Name Rate(INR) StaffMont Amt.(INR)


No. h
ProfessionalStaff - - - -
1 TeamLeadercumSeniorTunnelEng - - - -
ineer
2 TunnelDesignExpert - - - -
3 SeniorGeophysicist - - - -
4 SeniorGeotechnicalEngineer - - - -

138
5 SeniorE&MExpert - - - -
6 SeniorGeologist - - - -
7 EnvironmentalSpecialist - - - -

Sr. Position Name Rate(INR) StaffMont Amt.(INR)


No. h
- - - -

8 MaterialEngineer - - - -

9 HighwaycumPavementEngineer - - - -

10 QuantitySurveyorcum - - - -
DocumentationExpert
11 SeniorSurveyEngineer - - - -

Sub-Total: - - - -

Sub-ProfessionalStaff (TobeassessedbyConsultantasperrequirement
ofassignmentandonesub-
professionalbeafreshgraduate)
1
2
3
4
5
6
7
Sub-Total:
TOTAL

I. SupportStaff

No. Position Name/ with StaffMonths BillingRate( Amount(INR)


Number of INR)
person

1 OfficeManager 1 3 x1 =3
2 Computer Operator 2 3 x2 =6
3 OfficeBoy 1 1 x1 =3
4 NightWatchman 1 3 x1 =3

Total:

II. Transportation(Fixedcosts)

139
S.No Description Qty. Nos.of Rate/ Amount(
months Mont INR)
h(INR
)
1 Thevehiclesprovidedby 2 3
theConsultantsshall includethecost for
rental,drivers,operation,maintenance,repa
irs,insurance,etc.
A.Foruseofconsultants
Total

I. DutyTra
veltoSite(FixedCosts)

II. Office Rent(FixedCosts)


Therentcostincludesmaintenance,cleaning,repairs,etc.monthsx Total

III. OfficeSupplies,UtilitiesandCommunication(FixedCosts)

No. Item Months MonthlyRa Amou


te(INR) ntInI
NR.
1 OfficeSuppliesDrafting
2 SuppliesComputer
3 RunningCosts
4 DomesticandInternational
Communication
TOTAL

II. OfficeFurnitureandEquipment(Rental)

No. Description Unit Quantity Rat Amount


e(IN (INR)
R)
1 OfficeFurnitureand LS
Equipment
Total

III. ReportsandDocumentPrinting

No Descriptio No.ofC Rateper Amount(IN


. n opies Copy(IN R)
R.)
1 MonthlyReport 3PerMonth
2 InceptionReport&QAP 3
3 EnvironmentandSocial 4
ImpactScreeningReport

140
4 DraftFeasibilityReport 4
5 FinalFeasibilityReport 6
6 StripPlanwithL.A.Reports 6
7 DraftLAandClearancesIReport 4
8 FinalLAandClearancesIReport 4
9 DraftEnvironmentalAssessmentreport& 4
RAP
10 FinalEnvironmentalAssessment 6
report&RAP
11 DraftDetailedDesignReport& 4

Drawingsetc.

DraftEMP 4
12 DraftBiddingDocuments 4
13 FinalDetailedProjectReportwithBillof 6
Quantities,CostEstimates,Updated
Drawings etc.
6
FinalEMP
14 FinalBiddingDocuments 6
15 Draft3(a),3(A)and3(D)notificationforlan 0
dacquisition(3copieseach)
16 LA&ClearancesIIReport 6
Total

IV. Survey andInvestigation


A. TopographicalSurvey(FixedRate)

No. Item Kms Rateper Amount(IN


Km(INR) R)

1 TopographicSurveyincludinghirechargesforeq
uipmentandsupplyofsurveyteamscomprisingo
fprojectsurveyfiledstaffetc.inclusiveofcostofma
terials,labourer
2 Detailedtopographicsurveysusingmobile/aerial
LiDARorbettertechnology

B. Investigation(Fixedcost)

No Description Quantity Amount(INR)


.
1 RoadandBridgeInventory
2 FWDTestandPavementEvaluation
3 RoughnessSurvey
4 AxleLoadSurvey

141
5 MaterialSurveyandInvestigation
6 Sub-gradeInvestigation
7 TrafficSurvey
8 Socio-economic&CensusSurvey/Studies

9 LandAcquisitionStudies
10 Anyotherinvestigations/surveys
11 *Sub-SoilInvestigation(Boring) Rate Qty.
a)Boringinalltypeof soils(otherthanhard rock) 1500m(forprojec
tsoflength
<110km)or2000
m(forprojectsofl
ength
>110km)
b) Boringinhardrock 200m(forprojectso
flength< 110 km)
or300m
(forprojectsoflen
gth
>110km
Total

Note: * Quantities of borings shall be taken from Financial Proposal Form No. V. For financialevaluation,
these quantities and rates quoted by the consultant will be considered.
However,PaymentshallbemadeontheactualquantityofboringatratesquotedabovebytheConsultant,whichma
ybesubstantiallymoreorlessthantheestimatedquantities.

C. NetWorkSurveyandGPR

No. Unit Quantity Rat Amount


Descriptionon e( (INR)
INR)
1 NetworkSurveyoftheexistingHighways Job 1
asarepositoryforcivilworkasperdirectio
nsfromAuthority.
2 GPRSurveyfordetectionofundergrou Job 1
ndutilities
Total

V. CostofsupplyandfixingBoundaryPillars
Item Amount
(INR.)

142
Procuringand fixingboundarypillarsandits installation,complete
inallrespectasperIRC:25,1967:Wherevertheproposedalignmentfollowsthe
existingalignment,theboundarypillarsshallbe
fixedatanintervalof200moneithersideofproposedRightofWay.Wherever
there is a proposal of realignment of the existing
Highwayand/orconstructionofNewBypasses,Consultantshall fix
boundarypillarsalongtheproposedalignmentontheextremeboundaryon
eithersideoftheprojectHighwayat50minterval.(lump sum)

(Form-IV)

EstimateofCostsforExpatriateConsultants(inIndianRupees)

I. RemunerationofExpatriateStaffincludingperdiemallowances

II. MobilizationandDemobilization

1.International Airfares(Fixedcosts)

2InlandTravelinHomeCountry(FixedCosts)

LumpSum……

3. OtherMiscellaneous expenses(likeDA,internal travel expenses otherincidentals)(fixedcost)

Lump Sum …….

143
TENTATIVEQUANTITIESFORSUB‐ SOILINVESTIGATIONS

(BORING)(Form–V)

S. StretchProposedforDP NHNo. Approxima Package State Cumulative


No R teteLength( No. TentativeQuantiti
es(inm)

144
inKm.)
InSoilsoth Inha
erthanhard rdro
rock ck

1 Forprojectsoflength<110 As As per As As 1500 200


km<Detailsofpackages> perList ListatAnne perList perList
atAnne x-1 atAnne atAnne
x-1 x x-1
-1

2 Forprojectsoflength>110 AsperL AsperListat AsperLi AsperLi 2000 300


km-<Detailsof
istat Annex- stat stat
packages> Annex- 1 Annex-1 Annex-1
1

APPENDIX-V

DETAILEDEVALUATIONCRITERIA

1. FirstSta
geEvaluation‐ ProofofEligibility(Para12.1ofDataSheet)Eligibilitycriteriaforsoleapplicantfirm.

Thesoleapplicant firmshall satisfythefollowing3(Three)Nos. ofcriteria.

(a) & (b) Firm should have experience of preparation of DPR/Feasibility of 2/4/6 lane
ofaggregatelengthasgiven below.The firm should
havealsopreparedDPR/Feasibilityofatleastoneprojectof2/4/6laningofminimumlengthasindicatedbelo
winthelast7years.

145
S. PackageNo. Tentative MinimumAggre MinimumlengthofaEligible
No. Length gateLength Project(2/4/6lane)
required

DPR/Feasibility DPR=0.4x Feasibility=0.6


=TentativeLeng TentativeLen xTentativeLength
th gth
1 2 3 4 5 6

Note:Similarprojectmeans2/4/6laneasapplicablefortheprojectforwhichRFPisinvited.For2‐ laneproject
sexperienceof4/6lanealsotobeconsideredwithamultiplicationfactorof
1.5.Experienceof4/6laneshallbeconsideredinterchangeablyfor4/6laningprojects.For4/6laningprojects,
experienceof2lanewillbeconsideredwithamultiplicationfactorof0.4,butonlyforthose2laneprojectswhos
ecostofconsultancyserviceswasmorethanRs.1.0crore

(a) Annual Average Turn Over for the last 5 years {In cases where, Audited/Certified copy
ofBalanceSheetfortheFY2016‐ 17isavailable,lastfiveyearsshallbecountedfrom2012‐ 13to2016‐ 17.How
ever,whereaudited/certifiedcopyoftheBalanceSheetfortheFY2016‐ 17isnotavailable (as certified by
the Statutory auditor) then in such cases last five years shall
beconsideredfrom2011‐ 12to2015‐ 16}ofthefirmfromConsultancy
servicesshouldbeequaltomorethanRs.5crore.
(FinancialYeartobemodifiedasapplicable)

EligibilitycriteriaforLeadPartner/OtherPartnerincaseofJV.

IncaseofJV,theLeadPartnershouldfulfillatleast75%ofalleligibilityrequirementsandtheotherpartnershall
fulfillatleast50%ofalleligibilityrequirementsasgivenat1.1above.ThusaFirmapplyingasLeadPartner/Ot
herPartnerincaseofJV/Associateshouldsatisfythefollowing
(a)&(b)FirmshouldhaveexperienceofpreparationofDPR/Feasibilityof4/6laneofaggregatelengthasgive
nbelow.ThefirmshouldhavealsopreparedDPR/Feasibilityofatleastoneprojectof 4/6 laning of
minimum length as indicated below in the last 7 years (i.e. from 2008‐ 09onwards)

S. PackageNo. Minimum MinimumlengthofaEligibleProject(4/6lane)


No. AggregateLength
requiredof
DPR/Feasibilitykm)

DPR Feasibility
LeadinJV Other LeadinJV Other LeadinJV Other
Partnerin PartnerinJV Partner
JV inJV

(c) Minimum Annual Average Turn Over for the last 3 years {In cases where, Audited /Certified
copy of Balance Sheet for the FY 2019‐ 20 is available, last three years shall
becountedfrom2017‐ 18to2019‐ 20.However,whereaudited/certifiedcopyoftheBalanceSheetfortheFY

146
2019‐ 20isnotavailable(ascertifiedbytheStatutoryauditor)theninsuchcaseslastfiveyearsshallbeconsid
eredfrom2016‐ 17to2018‐ 19}ofaffirmapplyingasLeadPartner/OtherPartnerincaseofJVfromConsulta
ncyservicesshouldbeasgivenbelow:
(FinancialYearto bemodifiedasapplicable)

No ModeofSubmissionbyafirm AnnualAverageTurnOverforth
. elast3years
1 LeadPartnerinaJV Rs.1.125crore
2 OtherLeadpartnerinaJV Rs.0.375crore

Note: (i) Weightage to be given when experience by a Firm as Sole


Firm/LeadPartnerinaJV/OtherPartnerinaJV/AsAssociate

No. StatusofthefirmincarryingoutDPR/FeasibilityStu Weightageforexperie


dy nce
1 Solefirm 100%
2 LeadpartnerinaJV 75%
3 OtherpartnerinaJV 50%
4 AsAssociate 25%

(ii)TheexperienceofafirminpreparationofDPRforaprivate Concessionaire/contractorshallnot
beconsidered.

1. Secon

dStageEvaluation-TechnicalEvaluation(Para12.2ofDataSheet)AFirm‟sRelevant Experience(40)

Forstandardhighways/Bridge,thefollowingisthebreak‐ up:

S.No. Description MaximumP Sub*-


oints Points
1 SpecificexperienceoftheDPR /Feasibility Study 20
consultancyrelatedtotheassignmentforeligibility
1.1 AggregateLengthofDPR/Feasibilitystudyof2/4/6lane 10
projects Highway/Bridge
1.1.1 More than the indicative Length of the package for 8
Highway/Bridge
1.1.2 Morethan2timestheindicativelengthofthepackage for 9
Highway/Bridge
1.1.3 Morethan3timestheindicativelengthofthepackage for 10
Highway/Bridge
1.2 DPR/Feasibility Study for 2/4/6 laning projects each 10
equal to or morethan40%ofindicativelengthofapackage
for Highway/Bridge

1.2.1 1project 8
1.2.2 2 projects 9

147
1.2.3 ≥3projects 10
2 DPR/Feasibility Study ofBridgehaving lengthmorethan 5
60m
2.1 1 bridge 2
2.2 2bridges 3
2.3 =>3bridges 5
3 Specificexperienceoffirmsintermsofturnover 5
3.1 Firm‟sAverage Turnoveroflast3 years> 3crore 5
3.2 FirmAverageTurnover oflast3years,2-3crore 4
3.3 FirmAverageTurnoveroflast3years>1.5crorebut<2crore 3

4 HighwayProfessionals*workingwiththefirm 10
4.1 < 5nos. 8
4.2 5-8nos. 9
4.3 9-=>10 nos 10
*TheprofessionalswhopossessdegreeinCivilEngineering/TransportPlanning/Transport
Economics/Traffic Management/Geology/Environment Science orEngineering and 8 years
Experience in highway/bridge/tunnel with employment in
thefirmformorethanoneyear.ThecurrentEmploymentCertificateshallbeuploadedbyKeyPer
sonnelonINFRACON.

IncasefeasibilitystudyisapartofDPRservicestheexperienceshallbecountedinDPRonly.Incasebridgeisincludedas
partofDPRofhighwaytheexperiencewillbe(1)and(2)

Similarprojectmeans2/4/6laneasapplicablefortheprojectforwhichRFPisinvited.For2‐ laneprojectsexperienceof4
/6lanealsotobeconsideredwithamultiplicationfactorof

1.5.Experienceof4/6laneshallbeconsideredinterchangeablyfor4/6laningprojects.For4/6laningprojects,experien
ceof2lanewillbeconsideredwithamultiplicationfactorof0.4,butonlyforthose2laneprojectswhosecostofconsultanc
yserviceswasmorethanRs.0.3 crore

Note:(i)WeightagetobegivenwhenexperiencebyaFirmasSoleFirm/LeadPartnerinaJV/OtherPartnerinaJV/AsAssoci
ate

No StatusofthefirmincarryingoutDPR/Fea Weightageforexperience
. sibilityStudy

1 Solefirm 100%

2 LeadpartnerinaJV 75%

3 OtherpartnerinaJV 50%

4 AsAssociate 25%
(ii)TheexperienceofafirminpreparationofDPR for a privateConcessionaire/contractorshallnotbeconsidered.

Materialtesting,surveyandinvestigation,equipmentandsoftwareproposedtobeused(20)

S. Description Maximu Sub-


No. mPoints Point
s
148
1 AvailabilityofMaterial Testing 3
Facilitieswithpersons/resourceshavingoperationalskil
ls
oftheequipment
1. Owned*(AvailableInHouse) 3
1
1. Outsourced(Hirebasis/ThroughAssociate) 3
2
*ShallbeascertainedthroughtheownershipevidenceuploadedonINFRACONinregardto
majorequipments
S. Description Maximu Sub-
No. mPoints Point
s
requiredfortestingofmaterialstobeusedforconstructionofHighwayProject.
2 AvailabilityofFieldInvestigationFacilitieswithperson 2
s/resourceshavingoperationalskills
oftheequipment
2. Owned**(AvailableInHouse) 2
1
2. Outsourced(Hirebasis/ThroughAssociate) 2
2
** Shall beascertained throughownershipevidence uploaded on INFRACON
forconstructionofHighwayProject.
3 AvailabilityofOfficeEquipmentandSoftwarewith 3
persons/resources havingoperational
skillsoftheequipment

3. Owned***(AvailableInHouse) 3
1
3. Outsourced(Hirebasis/ThroughAssociate) 3
2
***ShallbeascertainedthroughownershipevidenceuploadedonINFRACONforkeyhard
ware/softwarerequiredforHighwayconsultancyassignment.
4 Experienceoffirmor the firm with which 5
MoUhasbeenenterintoinLiDARorbettertechnologyfor
topographicsurvey
(Infrastructuresector)
4. >1project 0
1
4. 1 projects 5
2
5 Experienceoffirmor the firm with which MoUhas 4
been enter into in using GPR and InductionLocator
orbettertechnologiesfordetectionofsub-surface
utilities(Infrastructuresector)

5. >1project 0
1
5. 1projects 4
2
6 Experience of firm or the firm with which 3
MoUhas been enter into in digitization of
cadastralmapsforland
surveys
6. >1project 0
1

149
6. 1projects 3
2

Note: The experience of firm in Lidar or equivalent technology, GPR and Induction Locator
orequivalent technologies and Experience in digitization of cadastral maps for land acquisitionshall be
supported by experience certificate. The experience of a firm in Lidar or
equivalenttechnology,GPRandInductionLocatororequivalenttechnologiesandExperienceindigitizationo
f cadastral maps for land acquisition for a private concessionaire/contractor shall not beconsidered.
Ifthe firm does not
haveexperienceinLidarorequivalenttechnology,GPRandInductionLocatororequivalent technologies
and in digitization of cadastral map then it will have to furnish aMemorandum
ofUnderstandingwithfirm orfirms
havingexperienceinaforementionedtechnologiesandworkandfurnishthesamewiththetechnicalproposal.

QualificationandCompetenceoftheKeyStaffforadequacyoftheAssignment.(Para
12.2ofDataSheetandEnclosureIIofTOR)

TEAMLEADERcumSENIORHIGHWAYENGINEER
S. Description Max.Poi
No. nts
I GeneralQualification 25
i) DegreeinCivilEngineeringorequivalent[AICTEApproved] 20
ii) Post Graduation in Highway Engg./Structures/Traffic 5
andTransportation/Soil Mechanics and
FoundationEngineering/ConstructionManagement/Transportation[AI
CTEApproved]
II RelevantExperience&AdequacyfortheProject 70
a) TotalProfessionalExperience 15
<15 years 0
15-18years 11
>18-21years 13
>21years 15
(b) Experience inHighwayProjects-Experience inPlanning,project 25
preparationand
designofHighwayProjects(2/4/6laningofNH/SH/Expressways)
<12years 0
12-15years 19
>15-18years 22
>18years 25
c) ExperienceinSimilarCapacity 30
(i) InFeasibilityof2/4/6laningworksorDPR/IC/ConstructionSupervisio 20
nofmajorhighwayprojectsi.e.2/4/6laningofNH/SH/ExpresswaysinS
imilarCapacity(MinimumAggregate
lengthof80km)
<80km 0
150
80km-150 km 15
>150km-250km 17
>250km 20
(ii) InFeasibilityof2/4/6laningworksorDPR/IC/ConstructionSupervisio 10
nofmajorhighwayprojectsi.e.2/4/6laningofNH/SH/ExpresswaysinS
imilarCapacity-NumberofProjects
<2projects 0
2projects 8
3-5projects 9
>5projects 10
III EmploymentwithFirm 5
>1Year 0
1year 3
Add0.5marksforeachsubsequenty
earsubjecttomaximumof2marks

Total 100

HIGHWAYcumPAVEMENTENGINEER

S. Description Max.Points
No.
I GeneralQualification 25
i) DegreeinCivilEngineeringorequivalent[AICTEApproved] 20
ii) PostgraduationinHighwayEngg/Transportation 5
Engineering[AICTEApproved]
II RelevantExperience&AdequacyfortheProject 70
a) TotalProfessionalExperience 15
<8years 0
8-12years 1
1
>12-15years 1
3
>15years 1
5
(b) ExperienceinHighwayProjects- 25
ExperienceinDesign/PavementDesignofHighwayProjects(2/4/6la
ningofNH/SH/Expressways)
<6years 0
6-10years 19
>10-15years 2
2
>15years 2
5
c) ExperienceinSimilarCapacity 30
(i) InDesign/PavementDesignofHighwayProjects(2/4/6laningofNH 20
/SH/Expressways) inSimilarCapacity(Minimum
aggregatelength80km)

151
<80km 0
80km-150km 15
>150km-250km 17

>250km 20

(ii) InDesign/PavementDesignofHighwayProjects(2/4/6laningofNH 10
/SH/Expressways)inSimilarCapacity–NumberofProjects

2projects 8
3-5projects 9
>5projects 1
0
III EmploymentwithFirm 5
Lessthan1Year 0
1year 3
Add0.5marksforeachsub
sequentyear
subjecttomaximumof2marks

SENIOR BRIDGEENGINEER

S. Description Max.Points
No.

I GeneralQualification 25
i) DegreeinCivilEngineeringoreq 20
uivalent[AICTEApproved]
ii) PostGraduationinStructuralEngineering/BridgeEngineering[AICTEA 5
pproved]
II RelevantExperience&AdequacyfortheProject 70
a) TotalProfessionalExperience 15
<10years 0
10-12years 11
>12-15years 13
>15years 15
b) ExperienceinBridgeProjects 25

(i) Experienceinprojectpreparationanddesignofbridgeprojects 20

<8years 0
8-10years 15
>10-12years 17
>12years 20
(ii) Experienceof2/4laneconfigurationbridges 5
<2Projects 0
2-4Projects 4
>4projects 5
c) ExperienceasSeniorBridgeEngineerorSimilarCapacityinHighway 30
DesignConsultancyProjects (2/4/6 laningoNH/SH/Expressways)
involvingdesign ofMajor
Bridgesminimum2nos.oflengthmorethan200m)

152
<2numbers 0
2-4numbers 24
5-6numbers 27
>6numbers 30
III EmploymentwithFirm 5
Lessthan1Year 0
1year 3

Add0.5marksforeachsubsequentyearsubjectto
maximumof2marks
Total 100

Traffic/RoadSignage/MarkingandSafety Expert

S. Description Max.Points
No.
I GeneralQualification 25
i) DegreeinCivilEngineering[AICTEApproved] 20
ii) Postgraduation in 5
TrafficEngineering/TransportationEngineering/TransportationP
lanning[AICTEApproved]
II RelevantExperience&AdequacyforthePro 70
ject
a) TotalProfessionalExperience 15
<6years 0
6-10years 11
>10-15years 13
>15years 15
b) ExperienceinHighwayProjects– 25
ExperienceonSimilarProjects(2/4/6laningofNH/SH/Expressways)
<5years 0
5-6years 19
>6-10years 22
>10years 25
c) Experience as Traffic and Safety Expert / Traffic Engineer 30
orinSimilarCapacityinHighwayProjects(2/4/6laningofNH/SH/Ex
pressways)(Minimumaggregatelength80km)
<80km 0
80km-150km 24
>150km-250km 27

153
>250km 30
III EmploymentwithFirm 5
Lessthan1Year 0
1year 3
Add0.5marksforeachsubsequentyearsubjectto
maximumof2marks
Total 100

MATERIALENGINEERcumGEOTECHNICALENGINEERcumGEOLOGIST

S. Description Max.Points
No.
I GeneralQualification 25
i) DegreeinCivilEngineering/M.Sc.inGeology[AICTEApproved] 20
ii) PostgraduationinFoundationEngineering/SoilMechanics/GeoTechE 5
ngineeringorPhdinGeology[AICTEApproved]
II RelevantExperience&AdequacyfortheProject 70
a) TotalProfessionalExperience 15
<10years 0
10-12years 11
>12-15years 13
>15years 15
b) Experience in Highway Projects – In Similar Projects 25
(2/4/6laningofNH/SH/Expressways)indesignandorConstruction/
ConstructionSupervision
<7years 0
7-10years 19
>10-12years 22
>12years 25
c) ExperienceasMaterialcumGeo-technicalEngineeror 30
inSimilarcapacityonHighwayProjects(2/4/6laningofNH/SH/Exp
ressways)(Minimumaggregatelength80km)
<9km 0
9km-16km 24

154
>16km-28km 27
>28km 30
III EmploymentwithFirm 5
Lessthan1Year 0
1year 3

Add0.5marksforeachsubsequentyearsubjecttoma
ximumof2marks
Total 100

SENIO
RSURVEYENGINEER
S.No. Description Max.Points

I GeneralQualification 25
i) DegreeorequivalentinCivilEngineering/DiplomainCivil 20
Engineering/DiplomainSurveying[AICTEApproved]
ii) PostGraduation in Survey Engineering/Surveying/ 5
RemoteSensing[AICTEApproved]
II RelevantExperience&AdequacyfortheProject 70
a) TotalProfessionalExperience 15
<10years 0
10-12years 11
>12-15years 13
>15years 15
b) ExperienceinHighwayProjects 25
i) ExperienceinSimilarProjects(2/4/6laningofNH/SH/Expressways)inproject 20
preparation/Construction/ConstructionSupervision

<8years 0
8-10years 15
>10-12years 17
>12years 20
ii) Knowledge and understandingof 5
modernComputerbasedmethodofSurveying
Yes 5
No 0

155
c) ExperienceasSurveyEngineerorinSimilarCapacity 30
forprojectpreparationofhighwayproject(2/4/6laningofNH/SH/Expresswa
ys)(MinimumAggregateLengthofto80km)
<9km 0
9km-16km 24
>16km-28km 27
>28km 30
III EmploymentwithFirm 5
Lessthan1Year 0
1year 3
Add0.5marksforeachsubsequentyearsubjecttomaximu
mof2marks
Total 100

ENVIRONMENTALSPECIALIST

S.No. Description Max.Point


s
I GeneralQualification 25
i) DegreeinCivilEngineering/EnvironmentalEngineeringorPostGraduatei 20
nEnvironmentalSciences[AICTEApproved]
ii) Post-GraduationinEnvironmentalEngineering[AICTEApproved] 5
II RelevantExperience&AdequacyfortheProject 70
a) TotalProfessionalExperience 15
<6years 0
6-8years 11
>8-10years 13
>10years 15
b) ExperienceinHighwayProjects-Experiencein 25
Environmentimpactassessment of Highway
Projects(2/4/6laningofNH/SH/Expressways)
<5years 0
5-7years 19
>7-10years 22
>10years 25
c) ExperienceasEnvironmentalSpecialistorinSimilarCapacityinHigh 30
wayProjects(2/4/6laningof NH/SH/Expressways)
<2projects 0
2-4projects 24
5-7projects 27

156
>7projects 30

III EmploymentwithFirm 5
Lessthan1Year 0
1year 3
Add0.5marksforeachsubsequentyearsubjecttoma
ximumof2marks
Total 100

QUANTITYSURVEYOR/DOCUMENTATIONEXPERT

S. Description Max.Points
No.
I GeneralQualification 25
i) GraduationorequivalentinCivilEngineering/Certificate 20
coursefrom„InstitutionofQuantitySurveying‟[AICTEApproved]

ii) GraduationorequivalentinCivilEngineering 5
[AICTEApproved]

II RelevantExperience&Adequacyfor theProject 70

a) TotalProfessionalExperience 15
<10years 0
10-12years 11
>12-15years 13
>15years 15
b) ExperienceinHighwayProjects- 25
ExperienceinpreparationofBillofQuantities,Contractdocume
ntsanddocumentationformajorhighwayprojects(2/4/6laning
ofNH/SH/Expressways)
<8years 0
8-10years 19
>10-12years 22
>12years 25
c) Experience as Quantity Surveyor/ Documentation Expertor 30
in Similar Capacity in Highway Projects (2/4/6
laningofNH/SH/Expressways)(MinimumAggregatelengthof
80km)
157
<9km 0
9km-16km 24
>16km-28km 27
>28km 30
III EmploymentwithFirm 5
Lessthan1Year 0
1 year 3
Add0.5marksforeachsubsequentyearsubjecttoma
ximumof2marks
Total 100

UTILITYEXPERT

S.No. Description Max.Points

I GeneralQualification 25
i) Graduationorequivalent 20
ii) PostGraduation 5
II RelevantExperience&AdequacyfortheProject 70

a) TotalProfessionalExperience 15
<6years 0
6-7years 11
>7-9years 13
>9years 15
b) ExperienceinUtilityestimationanditslaying/erection 30
<5years 0
5-6years 24
>6-7years 27
>7years 30
c) ExperienceinUtilityshiftingestimationanditslaying/erectionalongHig 25
hway/roads
Nilproject 0
1project 19
2projects 22
3projects 25
III EmploymentwithFirm 5
Lessthan1Year 0

158
1year 3
Add0.5marksforeachsubseq
uentyearsubjecttomaximum
of2marks
Total 100

TEAMLEADERcumSENIORBRIDGEENGINEER
S.No. Description Max.Points

I GeneralQualification 25
i) DegreeinCivilEngineeringorequivalent[AICTEApproved] 20
ii) Post Graduation in Highway Engg./Structures/Traffic 5
andTransportation/Soil Mechanics and Foundation Engineering/
ConstructionManagement/Transportation[AICTEApproved]
II RelevantExperience&AdequacyfortheProject 70
a) TotalProfessionalExperience 15
<15 years 0
15-18years 11
>18-21years 13
>21years 15
(b) Experience inHighwayProjects-Experience inPlanning,project 25
preparationand designofHighwayProjects(2/4/6laningofNH
/SH/Expressways)
<12years 0
12-15years 19
>15-18years 22
>18years 25
c) ExperienceinSimilarCapacity 30

(i) InFeasibilityof2/4/6laningworksorDPR/IC/ConstructionSupervisionof 20
majorhighwayprojectsi.e.2/4/6laningofNH/SH/ExpresswaysinSimilarC
apacity(MinimumAggregate
lengthof80km)
<80km 0
80km-150 km 15
>150km-250km 17

159
>250km 20
(ii) InFeasibilityof2/4/6laningworksorDPR/IC/ConstructionSupervisionof 10
majorhighwayprojectsi.e.2/4/6laningofNH/SH/ExpresswaysinSimilarC
apacity-NumberofProjects
<2projects 0
2projects 8
3-5projects 9
>5projects 10
III EmploymentwithFirm 5
>1Year 0
1year 3
Add0.5marksforeachsubsequentyearsubjecttomaximumof2marks

Total 100

BridgeStructuralEngineer

S. Description Max.Points
No.
I GeneralQualification 25
i) DegreeinCivilEngineeringoreq 20
uivalent[AICTEApproved]
ii) PostGraduationinStructuralEngineering/BridgeEngineering[AICTE 5
Approved]
II RelevantExperience&AdequacyfortheProject 70
a) TotalProfessionalExperience 15
<5years 0
5-6years 11
>6-7years 13
>7years 15
b) ExperienceinBridgeProjects 25
(i) Experienceinprojectpreparationanddesignofbridgeprojects 25

<5years 0
5-8years 19
>8-10years 22
>10years 25

160
c) ExperienceasSeniorBridgeEngineeror SimilarCapacity 30
inHighwayDesignConsultancyProjects (2/4/6
laningofNH/SH/Expressways involving designofMajorBridges
(minimum2nos.oflengthmorethan200m)
<2numbers 0
2-4numbers 24
5-6numbers 27
>6numbers 30
III EmploymentwithFirm 5
Lessthan1Year 0
1year 3
Add0.5marksforeachsubsequentyearsubjectto
maximumof2marks
Total 100

TeamLeadercumSeniorTunnelEngineer

S.No. Description Max.Poi


nts
I GeneralQualification 25
i DegreeinCivilEngineering/TunnelEngineering/MiningEngineering 20
ii PostGraduationinCivilEngineering/TunnelEngineering/MiningEngineerin 5
g
II RelevantExperience&AdequacyfortheProject 65
a TotalProfessionalExperience 10
<12years 0
12-15years 8
>15-17years 9
>17years 1
0
(b) ExperienceinTunnelProjects 40
(i)Professionalexperienceinhandlingmajortunnelprojects(Road/Rail/M 8
etro)
<12years 0
>=12–14years 6
>14–15years 7
>15years 8
(ii)Experienceinmajortunnelconstruction/constructionsupervisionp
rojects(Road/Rail/Metro) 8
161
<6years 0
>=6-8years 7
>8years 8
(iii)Experience in preparation of DPR or Feasibility report of
majortunnelprojects(Road/Rail/Metro) 8
<10years 0
>=10–12years 7
>12years 8
(iv)ExperienceinDPRpreparationofminimum3kmTunnellength 8

<3projects 0
3ormoreprojects 8
Experiencein construction/constructionsupervision/preparation 8
(d) ofDPR/feasibilityreportofmajortunnelprojects(Road/Rail/metro)us
ingNATM
<10years 0
>=10–12years 7
>12years 8
c) ExperienceinSimilarCapacity 15
(i)ExperienceasTeamLeaderorsimilarcapacityinmajortunnel 7

. Description Max.Po
No. ints
construction/construction supervision projects(Road/Rail/Metro)
=2projects 5
=3to5projects 6
>5ormore 7
(ii)ExperienceasTeamLeaderorsimilarcapacityinpreparationof
DPRorFeasibilityreportofmajortunnelprojects(Road/Rail/Metro) 8

=2projects 6
=3to5projects 7
>5ormore 8
III EmploymentwithFirm 10
Lessthan1Year 0
1-2years 7.
5
Add0.5marksforeachsubseq
uentyearsubjecttomaximum
of2.5marks
Total 100

TunnelDesignExpert
Sr. Description Max.Poi
No. nts
I GeneralQualification 25

162
i) DegreeinCivil/MiningEngineering 20
ii) PostGraduationinDesign/StructuralEngineeringorequivalent 5
II RelevantExperience&AdequacyfortheProject 65
a) TotalProfessionalExper 10
ience
<9years 0
9-12years 8
>12-15years 9
>15years 1
0
b) ExperienceinTunnelPr 24
ojects
(i) Professional Experience in 8
handlingmajor tunnel
projects(Road/Rail/Metro)
<6years 0
>=6-7years 6
>7-8years 7
>8years 8
(ii)Experienceofmajortunnel 8
construction/constructionsupervisionprojects(Road/Rail/Metro)

<6years 0
>=6-7years 6
>7-8years 7
>8years 8
(iii)ExperienceinpreparationofDPRorFeasibilityreportofmajortu 8
nnelprojects(Road/Rail/Metro)
<6years 0
>=6-7years 6
>7-8years 7
>8years 8
c) ExperienceinSimilarCapacity 31
(i)ProfessionalExperienceasTunnelDesignEngineer(Structural) 8

<5years 0
>=5-6years 6
>6-7years 7
>7years
8

(ii) Experience as Tunnel Design Engineer (Structural)


ofmajor 8
tunnelconstruction/constructionsupervisionprojects(Road/Ra
il/Metro)
<5years 0
>=5-6years 6

163
>6-7years 7
>7years 8
(iii)ExperienceasTunnelDesignEngineer (Structural)of 8
majortunnelforpreparationofDPRprojects(Road/Rail/Metro)

<5years 0
>=5-6years 6
>6-7years 7
>7years 8
(iv)Experience as Tunnel Design Engineer (Structural) 7
inpreparationofDPR/Feasibilityreportofmajortunnelprojects
(Road/Rail/Metro)usingNATM
<3projects 0
>=3-5projects 6
5ormoreprojects 7
III EmploymentwithFirm 10
Lessthan1Year 0
1-2years 7.5
Add0.5marksforeachsubsequentyearsubjecttomaximumof2.5m
arks
Total 100

SeniorGeotechnicalEngineer
S. Description Max.
No. Points
I GeneralQualification 25
i DegreeinCivilEngineering/MiningEngineering/Engineering 20
Geology
PostGraduationinGeotechnicalEngineering/FoundationEngineerin
ii g/RockMechanics/Geoscienceorequivalent 5
II RelevantExperience&AdequacyfortheProject 65
a TotalProfessionalExperience 10

<9years 0
9-12years 8
>12-15years 9
>15years 1
0
(b) ExperienceinTunnelProjects 24
(i)Professionalexperienceinhandlingmajortunnelprojects(Roa
d/Rail/Metro) 8
<6years 0
>=6-7years 6
>7-8years 7
>8years 8

164
(ii)Experienceinmajortunnel 8
construction/constructionsupervisionprojects(Road/Rail/Metro)

<6years 0
>=6-7years 6
>7-8years 7
>8years 8
(iii)Experience in preparation of DPR or Feasibility report
ofmajortunnelprojects(Road/Rail/Metro) 8
<6years 0
>=6-7years 6
>7-8years 7
>8years 8
c) ExperienceinSimilarCa 31
pacity
(i)ProfessionalExperience as 8
TunnelDesignEngineer(Structural)
<5years 0
>=5-6years 6
>6-7years 7
>7years 8

(ii) Experience as Senior Geotechnical Engineer or 8


similarcapacityinmajortunnelconstruction/constructionsuperv
isionprojects(Road/Rail/Metro)
<5years 0
>=5-6years 6
>6-7years 7
>7years 8
(iii) Experience as Senior Geotechnical Engineer or
similarcapacityinpreparationofDPRorFeasibility report 8
ofmajortunnelprojects(Road/Rail/Metro)
<5years 0
>=5-6years 6
>6-7years 7
>7years 8
(iv) Experience in construction/construction 7
supervision/preparationofDPR/feasibilityreportofmajortunn
elprojects(Road/Rail/metro)usingNATM
<5years 0
>=5-6years 6
>6-7years 7
>7years 0
EmploymentwithFirm 10
Lessthan1Year 0
1-2years 7.

165
5

Add0.5marksforeachsubsequentyearsubjecttomaximumof2.5mar
ks
Total 100

SeniorGeophysicist
Sr. Description Max.Poi
No. nts
I GeneralQualification 25
i) GraduateinGeophysics/Geoscience/Earthscienceorequivalent 20
ii) PostGraduationinGeophysics/Geoscience/EarthScienceorequivalent 5

II RelevantExperience&AdequacyfortheProject 65
a) TotalProfessionalExperience 15
<9years 0
9-12years 10
>12-15years 13
>15years 15
b) ExperienceinRelevantworks 50
(i)ProfessionalExperienceinhandlingtunnel/mineralandoilexplorationp 12
rojects
<6years 0
>=6-7years 9
>7-8years 11
>8years 12
(ii) Experience of carrying out AEM survey for tunneling/ 12
mineralandoilexplorationor anyothersimilarworkforareaofmorethan
2.7sqkm
<2projects 0
2projects 9
3projects 11
4ormoreprojects 12
(iii)Processing, Interpreting,generating3Dresistivity modelofAEM 12
survey‟s raw data for tunneling/ mineral and oil exploration
oranyothersimilarworkforareaofmorethan2.7sqkm
<2projects 0
2projects 9
3projects 11
4ormoreprojects 12
(iv)ExperienceincarryingoutAEMsurvey,processing,interpreting, 14
generating 3D resistivity of AEM survey‟s raw data
formajortunnelwork(Rail/Road/Metro)

166
<3projects 0
3projects 9
4projects 12
5ormoreprojects 14

Sr.No. Description Max.Poi


nts
II EmploymentwithFirm 10
Lessthan1Year 0
1-2years 7.
5
Add0.5marksforeach
subsequentyearsubjecttoma
ximumof2.5marks
Total 100

Assumptions to bemaderegardingSimilarCapacity for variouspositions

1. TeamLeadercumSeniorHighwayEngineer

i) OnbehalfofConsultant/Contractor: TeamLeader/SeniorHighway Engineer.

ii) InGovernmentOrganizations: Superintending Engineer(orequivalent)andabove

2. SeniorBridgeEngineer

i) OnbehalfofConsultant: Senior Bridge

Engineer/BridgeEngineer/BridgeDesignEngineer

ii) InGovernmentOrganizations: ExecutiveEngineer(orequivalent)

Andabove

3. Highway cum Pavement Engineer

i) OnbehalfofConsultant: Highway Engineer/Highway

DesignEngineer/PavementEngineer.

ii) InGovernmentOrganizations: ExecutiveEngineer(orequivalent)

andabove

4. MaterialEngineercumGeoTechnicalEngineer‐ Geologist

167
i) OnbehalfofConsultant: Material

Engineer/MaterialExpert/GeoTechnicalEngineer

ii) InGover
nmentOrganizations:
Executiv
eEngineer(orequivalent)and
Above Material Engineer/Material
Expert/GeoTechnicalEngineer/Manager(Material)
5. Traffica
ndSafetyExpert

i) Onbe halfofConsultant: Traffic

Engineer/TransportationEngineer/RoadSafetyExper

ii) InGovernmentOrganizations:ExecutiveEngineer(orequivalent)andabove

iii) Onbeh
alfofContractor:Senior SurveyEngineer Traffic
Engineer/Transportation

i) Senior SurveyEngineer Onbehalf ofConsultant: SeniorSurveyEngin

ii) InGovernmentOrganizations: Surveyor/Engineer(orequivalent)

iii) OnbehalfofContractor: Senior Survey

Engineer/SurveyEngineer/S

enior Surveyor

7. EnvironmentalSpecialist

i) OnbehalfofConsultant/Contractor: EnvironmentalEngineer/

Environmental

Specialist/Environme

ntalExpert

ii) InGovernmentOrganization: Officerswho hasdealt

environment/forestmatter.

8. QuantitySurveyor/DocumentationExpert

i) Onbehalfof Consultant/Contractor: QuantitySurveyor

168
(ii) InGovernmentOrganizations: AssistantEngineer(orequivalent)

9. LandAcquisitionExpert

i) OnbehalfofConsultant/Contractor: LandAcquisitionExpert

(ii) InGovernmentOrganizations:ADM,SDM,Tehsildar,

10. UTILITYExpert

i) OnbehalfofConsultant/Contractor: UtilityExpert

(ii) InGovernmentOrganizations: ExecutiveEngineer(orequivalent)and above.

11. TeamLeadercumSeniorTunnelExpert

i) Onbehalfof theConsultant/Contractor: TeamLeader/SeniorHighwayEngineer.

ii) InGovernmentOrganizations: SuperintendingEngineer(orequivalent)


andabove

12. TunnelDesignEngineer

i) Onbehalfof theConsultant/Contractor: TunnelDesignEngineer

ii) InGovernmentOrganizations: ‐ ‐ ‐ ‐ ‐ ‐ ‐ ‐ ‐ ‐ ‐

13. SeniorE&MExpert

i) Onbehalfof theConsultant/Contractor: SeniorE&MExpert(Tunnels)

ii) InGovernmentOrganizations: ‐ ‐ ‐ ‐ ‐ ‐ ‐ ‐ ‐ ‐ ‐ ‐

14. SeniorGeologist:

i) Onbehalfof theConsultant/Contractor: Geologist

ii) InGovernmentOrganizations: Geologist

15. MaterialEngineer

i) Onbehalfof theConsultant/Contractor: Material Engineer/Material Expert

ii) InGovernmentOrganizations: ExecutiveEngineer(orequivalent)and


above

ConsultanthastoassessthemajorutilityshiftinginvolvedandproposetheCVaccordingly.
Note:Whilecarryingoutevaluationofkeypersonnel,theexperienceinsimilarcapacityisalsoacriteria of
169
evaluation and assumptions to be made regarding similar capacity have
beenmentionedabove.However,ifakeypersonnelhasworkedinnextlowercategorytothesimilarcapacity, the
marks allotted to key personnel in the category „experience in similar
capacity‟shallbereducedtotwothirdsofmarksinthiscategory.Thisshallbeapplicableforevaluationofall
keypersonnel.

APPENDIX‐ VI

DRAFTCONTRACTAGREEMENT

Between

ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur

<Address>

And

M/s………………………………….…..inJVwithM/s .................................. AndinAssociation


withM/s ……………………………..

For

Consultancy Services for preparation of Detail Engineering report for construction of NH 168 from

Jherda (State Border of Rajasthan & Gujrat) to Sirohi Via Reodar and Mandar bypass.

(Fromkm tokm ofNHintheStateof…)


CONTENTS

Sl.No. Description PageNo.I.

CONTRACTFORCONSULTANT‟SSERVICESIIG

ENERALCONDITIONSOF
CONTRACT

170
1. GeneralProvisions

Definitions

RelationbetweentheParties

LawGoverningthe Contract

Language

Headings

Notices

Location

AuthorityofMemberinCharge

AuthorizedRepresentatives

Taxes andDuties

2. Commencement,Completion,ModificationandTerminationofContract

EffectivenessofContract

TerminationofContractforFailuretoBecomeEffective

CommencementofServices

ExpirationofContract

EntireAgreement

Modification

ForceMajeure

Definiti
on
NoBreachofContract
Measure
stobeTaken
Extensio
nofTime
Paymen
ts
Consultation
Suspension
Termination

By BytheClient the Client

171
BytheClient
BytheConsultants
CessationofRightsandObligations
CessationofServices
PaymentuponTermination
DisputesaboutEventsofTermination

3. Obligationsof the Consultants

General

Standard ofPerformance

LawGoverningServices3.2 ConflictofInterests

ConsultantsnottoBenefitfromCommissions,discountsetc.

ConsultantsandAffiliatesnottobeotherwiseinterestedinProject

Prohibition ofConflictingActivities

Confidentiality

LiabilityoftheConsultants

InsurancetobetakenoutbytheConsultants

Accounting,InspectionandAuditing

Consultants‟ActionsrequiringClient‟spriorApproval

ReportingObligations

DocumentspreparedbytheConsultantstobethePropertyoftheClient

EquipmentandMaterialsfurnishedbytheClient
4. Consultants‟Personnel

General

DescriptionofPersonnel

ApprovalofPersonnel

WorkingHours,Overtime,Leaveetc.

Removaland/orReplacementofPersonnel

ResidentProjectManager

5. ObligationsoftheClient

AssistanceandExemptions

172
AccesstoLand

ChangeintheApplicableLaw

Services,FacilitiesandPropertyoftheClient

Payment

6. PaymenttotheConsultants

CostEsti
mates;Ceiling Amount

CurrencyofPayment

ModeofBillingandPayment

7. Responsibilityforaccuracyoftheprojectdocument

General

Retentionmoney

Penalty

Actionfordeficiencyinservices

8. FairnessandGood Faith

GoodFaith

Operationofthe Contract

9. SETTLEMENTOFDISPUTES

AmicableSettlement

DisputeSettlement
III. SPECIALCONDITIONSOFCONTRACT

IV. APPENDICES

AppendixA:
Termsofreferenceco

AppendixB:
Consultants‟Subcon

AppendixC:

HoursofworkforConsultants‟Personnel

AppendixD: DutiesoftheClient

AppendixE: CostEstimate

173
AppendixF: Copyofletterofinvitation

AppendixG: Copyofletterofacceptance

Appendix H(1): Format for Bank Guarantee for Performance Security for individual

workAppendixH(2) FormatforBankGuaranteeforPerformanceSecurityforanumberof works

AppendixI: MinutesofthePre‐ bidmeeting

DRAFTCONTRACTFORCONSULTANT‟SSERVICES

CONTRACTFORCONSULTANTS‟ SERVICES

Consultancy Services for:- Preparation of DPR‟s for various work on NH -89, NH – 62 & NH – 65. (A). Construction of
LHS at level crossing (LC No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City in the state of Rajasthan.
(B) Construction of LHS at level crossing (LC No. C-61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the
state of Rajasthan.(C). Construction of LHS at level crossing (LC No. C-06) at Deshnok km 248.820 on NH-62 Nagaur-
Bikaner section in the state of Rajasthan (D). Construction of Low height subway/RUB Near Proposed ROB at
Railway Km. 503/0-1 (LC No-85) on NH-89..
(Fromkm tokm OfNHintheStateof….)

ThisCONTRACT(hereinaftercalledthe“Contract”)ismadeonthe-----------------------------
dayofthemonth of-------------------
2018,between,ontheonehand,(ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur),NewDelhi(
hereinaftercalledthe“Client”)and, ontheotherhand,M/s------------------------------------------------------
------------------inJVwith--------------------------------------------------------------------------------------and
inAssociationwith (hereinaftercalledthe

WHEREAS

174
(A) the Client has requested the Consultants to provide certain consulting services
asdefined in the General Conditions attached to this Contract (hereinafter called
the“Services”);

(B) theConsultants,havingrepresentedtotheClientthattheyhavetherequiredprofessional
skills, personnel and technical resources, have agreed to provide
theServicesonthetermsandconditionssetforthinthisContract;

NOWTHEREFOREthepartiesheretoherebyagreeasfollows:

1 The following documents attached hereto shall be deemed to form an integral part
ofthisContract:

(a) TheGeneralConditionsofContract(hereinaftercalled“GC”);

(b) TheSpecialConditionsofcontract(hereinaftercalled“SC”);

(c) ThefollowingAppendices:

Appendix A: Terms of reference containing, inter‐ alia, the Description of the Services
andReportingRequirements

Appendix B: Consultants‟ Sub consultants, Key Personnel and Sub Professional Personnel,
Taskassignment, work programme, manning schedule, qualification
requirements ofkeypersonnel,andscheduleforsubmissionofvariousreport.
Appendix C: Hours of work for Consultants‟ PersonnelAppendixD:DutiesoftheClient
AppendixE:CostEstimate
AppendixF: Copy of letter of invitationAppendixG: Copyofletterofaccep
AppendixH:
CopyofBankGuaranteeforPerformanceSecurity
Appendix‐ I: Minutesofthepre‐ bidmeeting
ThemutualrightsandobligationsoftheClientandtheConsultantsshallbeasset forthinthe
Contract;inparticular:

(a) TheConsultantsshallcarryouttheServicesinaccordancewiththeprovisionsoftheContract;and

(b) ClientshallmakepaymentstotheConsultantsinaccordancewiththeprovisionsoftheContract.

INWITNESSWHEREOF,thePartiesheretohavecausedthisContracttobesignedintheirrespectivenames
asofthedayandyearfirstabovewritten.

FORANDONBEHALFOF Witness

ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur
1. Signatur
e Name Address

By
AuthorizedRepresentative 2.SignatureNameAddress

FORANDONBEHALFOF Witness

175
(Consultant) 1.SignatureNameAddress

AuthorizedRepresentative 2.SignatureNameAddress

GENERALCONDITIONSOFCONTRACT

1. GENERALPROVISIONS

Definitions

Unlessthecontextotherwiserequires,thefollowingtermswheneverusedinthisContracthavethefollowing
meanings:

(a) “ApplicableLawmeansthelawsandanyotherinstrumentshavingtheforceoflawintheGov
ernment‟scountryastheymaybeissuedandinforcefromtimetotime;
(b) “Contract” means the Contract signed by the Parties, to which these
GeneralConditions of Contract are attached, together with all the documents listed
inClause1ofsuchsignedContract;
(c) “Effective Date” means the date on which this Contract comes into force
andeffectpursuanttoClauseGC2.1;
(d) “foreigncurrency”meansanycurrencyotherthanthecurrencyoftheGovernment;
(e) “GC”meanstheseGeneralConditionsofContract;

(f) “Government”meanstheGovernmentofIndia;

(g) “localcurrency”meansthecurrencyoftheGovernment;

(h) “Member”, in case the Consultants consist of a joint venture or consortium


ofmorethanoneentity,meansanyoftheseentities,and“Members”meansalloftheseentitie
176
s;
(i) “Personnel”meanspersonshiredbytheConsultantsorbyanySubconsultantasemployees
andassignedtotheperformanceoftheServicesoranypartthereof;“foreign Personnel”
means such persons who at the time of being so hired hadtheir domicile outside
India; and “local Personnel” means such persons who
atthetimeofbeingsohiredhadtheirdomicileinsideIndia;

(j) “Party”meanstheClient orthe Consultants,asthecasemaybe,


andPartiesmeansbothofthem;

(k) “Services”meanstheworktobeperformedbytheConsultantspursuanttothisContractfort
hepurposesoftheProject,asdescribedinAppendixAhereto;

(l) “SC” means the Special Conditions of Contract by which these


GeneralConditionsofContractmaybeamendedorsupplemented;

(m) “Subconsultant”meansanyentity tow


hichtheConsultantssubcontractanypartoftheServicesinaccordancewiththeprovisionsof
ClauseGC3.7;and

(n) “Third Party “means any person or entity other than the Government, the
Client,theConsultantsoraSubconsultant.
RelationbetweentheParties

Nothing contained herein shall be construed as establishing a relation of master


andservant or of agent and principal as between the Client and the Consultants.
TheConsultants,subjecttothisContract,havecompletechargeofPersonnelperformingtheServ
ices and shall be fully responsible for the Services performed by them or on
theirbehalfhereunder.

Governing LawandJurisdiction

This Contract, its meaning and interpretation, and the relation between the
PartiesshallbegovernedbytheApplicableLawsofIndiaandtheCourtsat
.................................................................................................................................... shallhaveex
clusivejurisdiction overmattersarisingoutof orrelatingtothisAgreement.
Language

ThisContracthasbeenexecutedinthelanguagespecifiedintheSC,whichshallbethebindingan
dcontrollinglanguageforallmattersrelatingtothemeaningorinterpretationofthisContract.
TableofContentsandHeadings

Thetableofcontents,headingsorsub‐ headingsinthisagreementareforconvenienceforrefere
nce only and shall not be used in, and shall not limit, alter or affect
theconstructionandinterpretationofthisContract.
Notices
A
nynotice,requestorconsentrequiredorpermittedtobegivenormadepursuanttothisContractshallbein
writing.Anysuchnotice,requestorconsentshallbedeemedtohavebeengivenormadewhendeliveredinp
ersontoanauthorizedrepresentativeofthePartytowhomthecommunicationisaddressed,orwhensentb
yregisteredmail,facsimileore‐ mailtosuchPartyattheaddressspecifiedintheSC.

NoticewillbedeemedtobeeffectiveasspecifiedintheSC.

177
A
partymaychangeitsaddressfornoticehereunderbygivingtheotherPartynoticeofsuchchang
epursuanttotheprovisionslistedintheSCwithrespecttoClauseGC1.6.2.

Location

TheServicesshallbeperformedatsuchlocationsasarespecifiedinLetterofAcceptance(Append
ix‐ G)heretoand,wherethelocationofaparticulartaskisnotsospecified,atsuchlocations,wheth
erinIndiaorelsewhere,astheClientmayapprove.

AuthorityofMemberinCharge

In case the Consultants consist of a joint venture of more than one entity, with
orwithoutanAssociatetheMembersherebyauthorizetheentityspecifiedintheSCtoactontheirb
ehalfinexercisingalltheConsultants‟rightsandobligationstowardstheClientunder this
Contract, including without limitation the receiving of instructions
andpaymentsfromtheClient.

AuthorizedRepresentatives
Anyactionrequiredorpermittedtobetaken,andanydocumentrequiredorpermittedtobe
executed, under this Contract by the Client or the Consultants may be taken
orexecutedbytheofficialsspecifiedintheSC.

TaxesandDuties

UnlessotherwisespecifiedintheSC,theConsultantsshallpayallsuchtaxes,duties,feesandother
impositionsasmaybeleviedundertheApplicableLaw.

2. COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION


OFCONTRACT

EffectivenessofContract

This Contract shall come into force and effect on the date of the Client‟s notice to
theConsultants instructing the Consultants to begin carrying out the Services. This
noticeshallconfirmthattheeffectivenessconditions,ifany,listedintheSChavebeenmet.

TerminationofContractforFailuretoBecomeEffective

IfthisContracthasnotbecomeeffectivewithinsuchtimeperiodafterthedateoftheContractsigne
d bythePartiesasshallbespecified
intheSC,eitherPartymay,bynotlessthanfour(4)weeks‟writtennoticetotheotherParty,declare
thisContracttobenullandvoid,andintheeventofsuchadeclarationbyeitherParty,neitherParty
shallhaveanyclaimagainsttheotherPartywithrespecthereto.

CommencementofServices

TheConsultantsshallbegincarryingouttheServicesattheendofsuchtimeperiodaftertheEffecti
veDateasshallbespecifiedintheSC.

ExpirationofContract

Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall
expirewhenserviceshavebeencompletedandallpaymentshavebeenmadeattheendofsuchtim
178
eperiodaftertheEffectiveDateasshallbespecifiedintheSC.

EntireAgreement

ThisContractcontainsallcovenants,stipulationsandprovisionsagreedbytheParties.Noagento
rrepresentativeofeitherPartyhasauthoritytomake,andthePartiesshallnotbeboundbyorbelia
blefor,anystatement,representation,promiseoragreementnotsetforthherein.

Modification

ModificationofthetermsandconditionsofthisContract,includinganymodificationofthescope
of the Services, may only be made by written agreement between the Parties.Pursuant to
Clause GC 8.2 hereof, however, each party shall give due consideration
toanyproposalsformodificationmadebytheotherParty.
ForceMajeure
Definition

(a) F
or the purposes of this Contract, “Force Majeure” means an event which
isbeyondthereasonablecontrolofaParty,andwhichmakesaParty‟sperformance of its
obligations hereunder impossible or so impractical
asreasonablytobeconsideredimpossibleinthecircumstances,andincludes,butisnotlimitedto,
war,riots,civildisorder,earthquake,fire,explosion,storm,floodorotheradverseweathercondi
tions,strikes,lockoutsorotherindustrialaction(exceptwheresuchstrikes,lockoutsorotherindu
strialactionarewithinthepowerofthePartyinvokingForceMajeuretoprevent),confiscationora
nyotheractionbygovernmentagencies.
(b) F
orceMajeureshallnotinclude(i)anyeventwhichiscausedbythenegligenceor intentional
action of a Party or such Party‟s Sub consultants or agents
oremployees,nor(ii)anyeventwhichadiligentPartycouldreasonablyhavebeenexpected to
both (A) take into account at the time of the conclusion of thisContract and (B) avoid or
overcome in the carrying out of its obligationshereunder.
(c) F
orce Majeure shall not include insufficiency of funds or failure to make
anypaymentrequiredhereunder.

NoBreachofContract

ThefailureofaPartytofulfillanyofitsobligationshereundershallnotbeconsideredtobeabreach
of,ordefaultunder,thisContractinsofarassuchinabilityarisesfromaneventof Force Majuere,
provided that the Party affected by such an event has taken allreasonable precautions,
due care and reasonable alternative measures, all with
theobjectiveofcarryingoutthetermsandconditionsofthisContract.

M
easures tobeTaken

(a) A
party affected by an event of Force Majeure shall take all reasonablemeasures to remove
such Party‟s inability to fulfill its obligations hereunderwithaminimumofdelay.

179
(b) A
party affected by an event of Force Majeure shall notify the other Party ofsuch event as
soon as possible, and in any event not later than fourteen
(14)daysfollowingtheoccurrenceofsuchevent,providingevidenceofthenatureand cause of
such event, and shall similarly give notice of the restoration
ofnormalconditionsassoonaspossible.

(c) T
hePartiesshalltakeallreasonablemeasurestominimizetheconsequencesofanyeventofForceM
ajeure.

E
xtensionofTime

AnyperiodwithinwhichaPartyshall,pursuanttothisContract,completeanyactionortask, shall
be extended for a period equal to the time during which such Party
wasunabletoperformsuchactionasaresultofForceMajeure.
Payments

During the period of their inability to perform the Services as a result of an event ofForce
Majeure, the Consultants shall be entitled to be reimbursed for additional
costsreasonablyandnecessarilyincurredbythemduringsuchperiodforthepurposesoftheServ
icesandinreactivatingtheServicesaftertheendofsuchperiod.

Consultation

Notlaterthanthirty(30)daysaftertheConsultants,astheresultofaneventofForceMajeure,have
becomeunabletoperformamaterialportionoftheServices,thePartiesshall consult with each
other with a view to agreeing on appropriate measures to betakeninthecircumstances.

Suspension

The Client may, by written notice of suspension to the Consultants, suspend allpayments
to the Consultants hereunder if the Consultants fail to perform any of
theirobligationsunderthisContract,includingthecarryingoutoftheServices,providedthatsuc
hnoticeofsuspension(i)shallspecifythenatureofthefailure,and(ii)shallrequesttheConsultant
storemedysuchfailurewithinaperiodnotexceedingthirty(30)daysafterreceiptbytheConsulta
ntsofsuchnoticeofsuspension.

Termination

BytheClient

The Client may, by not less than thirty (30) days‟ written notice of termination to
theConsultants(exceptintheeventlistedinparagraph(f)below,forwhichthereshallbeawritten
notice of not less than sixty (60) days), such notice to be given after theoccurrence of any
of the events specified in paragraphs (a) through (f) of this
Clause2.9.1,terminatethisContract:
(a) i
f the Consultants fail to remedy a failure in the performance of
theirobligationsareunder,asspecifiedinanoticeofsuspensionpursuanttoClause
2.8hereinabove,withinthirty(30)daysofreceiptofsuchnoticeofsuspensionorwithinsuchfurt
herperiodastheClientmayhavesubsequentlyapprovedinwriting;
(b) i
180
f the Consultants become (or, if the Consultants consist of more than oneentity, if
any of their Members becomes) insolvent or bankrupt or enter
intoanyagreementswiththeircreditorsforreliefofdebtortakeadvantageofanylaw for
the benefit of debtors or go into liquidation or receivership
whethercompulsoryorvoluntary;
(c) i
ftheConsultantsfailtocomplywithanyfinaldecisionreachedasaresultofarbitrationpro
ceedingspursuanttoClause8hereof;

(d) i
ftheConsultantssubmittotheClientastatementwhichhasamaterialeffectontherights,
obligationsor interestsoftheClientandwhichtheConsultantsknowtobefalse;

(e) i
f, as the result of Force Majeure, the Consultants are unable to perform
amaterialportionoftheServicesforaperiodofnotlessthansixty(60)days;or
(f) i
f the Client, in its sole discretion and for any reason whatsoever, decides
toterminate thisContract.
BytheConsultants

TheConsultantsmay,bynotlessthanthirty(30)day‟swrittennoticetotheClient,suchnoticetobe
givenaftertheoccurrenceofanyoftheeventsspecifiedinparagraphs(a)through(d)ofthisClause
2.9.2,terminatethisContract:

(a) if the Client fails to pay any money due to the Consultants pursuant to
thiscontractandnot
subjecttodisputepursuanttoClause8hereofwithinforty‐ five(45) days after
receiving written notice from the Consultants that suchpayment isoverdue;

(b) if the Client is in material breach of its obligations pursuant to this Contractand
has not remedied the same within forty‐ five (45) days (or such
longerperiodastheConsultantsmayhavesubsequentlyapprovedinwriting)followin
g the receipt by the Client of the Consultants‟ notice specifying suchbreach;

(c) if, as the result of Force Majeure, the Consultant are unable to perform
amaterialportionoftheServicesforaperiodofnotlessthansixty(60)days;or

(d) if the Client fails to comply with any final decision reached as a result
ofarbitrationpursuanttoClause8hereof.

CessationofRightsandObligations

Upon termination of this Contract pursuant to Clauses 2.2 or 2.9 hereof, or


uponexpirationofthisContractpursuanttoClause2.4hereof,allrightsandobligationsoftheP
arties hereunder shall cease, except (i) such rights and obligations as may
haveaccruedonthedateofterminationorexpiration,(ii)theobligationofconfidentialitysetfort
hinClause3.3hereof,(iii)theConsultant‟sobligationtopermitinspection,copyingandauditin
goftheiraccountsandrecordssetforthinClause3.6(ii)hereof,and(iv)anyrightwhichaPartym
ayhaveunder theApplicableLaw.

CessationofServices

Upon termination of this Contract by notice of either Party to the other pursuant
181
toClauses 2.9.1 or 2.9.2 hereof, the Consultants shall, immediately upon dispatch
orreceipt of such notice, take all necessary steps to bring the Services to a close in
apromptandorderlymannerandshallmakeeveryreasonableefforttokeepexpendituresforth
ispurposetoaminimum.WithrespecttodocumentspreparedbytheConsultantsandequipme
ntandmaterialsfurnishedbytheClient,theConsultantsshallproceedasprovided,respectivel
y,byClauses3.9or3.10hereof.

PaymentuponTermination

UponterminationofthisContractpursuanttoClauses2.9.1or2.9.2hereof,theClientshall
make the following payments to the Consultants (after offsetting against
thesepaymentsanyamountthatmaybeduefromtheConsultanttotheClient):

(i) r
emunerationpursuanttoClause6hereofforServicessatisfactorilyperformedpriortothe
effectivedateoftermination.
(ii) r
eimbursable expenditures pursuant to Clause 6 hereof for
expendituresactuallyincurredpriortotheeffectivedateoftermination;and
(iii)
except in the case of termination pursuant to paragraphs (a) through (d) ofClause
2.9.1 hereof, reimbursement of any reasonable cost incident to
thepromptandorderlyterminationoftheContractincludingthecostofthereturntravelof
theConsultants‟personnelandtheireligibledependents.

DisputesaboutEventsofTermination

If either Party disputes whether an event specified in paragraphs (a) through (e)
ofClause2.9.1or inClause2.9.2hereofhasoccurred,suchPartymay,withinforty‐ five
(45)daysafterreceiptofnoticeofterminationfromtheotherParty,referthemattertoarbitration
pursuant to Clause 8 hereof, and this Contract shall not be terminated onaccount of such
event except in accordance with the terms of any resulting arbitralaward.

3. OBLIGATIONS OF THECONSULTANTS

General

StandardofPerformance

The Consultants shall perform the Services and carry out their obligations here
underwithallduediligence,efficiencyandeconomy,inaccordancewithgenerallyacceptedprofe
ssionaltechniquesandpractices,andshallobservesoundmanagementpractices,and employ
appropriate advanced technology and safe and effective
equipment,machinery,materialsandmethods.TheConsultantsshallalwaysact,inrespectofany
matterrelatingtothisContractortotheServices,asfaithfuladviserstotheClient,andshallatalltime
ssupportandsafeguardtheClient'slegitimateinterests
inanydealingswithSubconsultantsorThirdParties.

Law GoverningServices

TheConsultantsshallperformtheServicesinaccordancewiththeApplicableLawandshall take
all practicable steps to ensure that any Sub consultants, as well as thePersonnel and agents
of the Consultants and any Sub consultants, comply with theApplicable Law. The Client
shall advise the Consultants in writing of relevant
182
localcustomsandtheConsultantsshall,aftersuchnotifications,respectsuchcustoms.

Conflict ofInterests ConsultantsnottoBenefitfromCommissions,Discounts,etc.

The remuneration of the Consultants pursuant to Clause 6 hereof shall constitute


theConsultants'soleremunerationinconnectionwiththisContractortheServicesandtheCon
sultants shall not accept for their own benefit any trade commission, discount
orsimilarpaymentinconnectionwithactivitiespursuanttothisContractortotheServicesor in
the Discharge of their obligations hereunder, and the Consultants shall use
theirbesteffortstoensurethatanySubconsultants,aswellasthePersonnelandagentsofeithero
fthem,similarlyshallnotreceiveanysuchadditionalremuneration.
ConsultantsandAffiliatesnottobeotherwiseinterestedinProject

TheConsultantsagreethat,duringthetermofthisContractandafteritstermination,the
Consultants and any entity affiliated with the Consultants, as well as any
SubconsultantandanyentityaffiliatedwithsuchSubconsultant,shallbedisqualifiedfrompro
viding goods, works or services (other than the Services and any
continuationthereof)foranyprojectresultingfromorcloselyrelatedtotheServices.

ProhibitionofConflictingActivities

Neither the Consultants nor their Sub consultants nor the Personnel of either of
themshallengage,eitherdirectlyorindirectly, inany ofthefollowingactivities:

(a) during the term of this Contract, any business or professional activities in
theGovernment'scountrywhichwouldconflictwiththeactivitiesassignedtothemun
derthisContractor

(b) aftertheterminationofthisContract,suchotheractivitiesasmaybespecifiedintheSC.

Confidentiality

The Consultants, their Sub consultants and the Personnel of either of them shall
not,either during the term or within two (2) years after the expiration of this
Contract,disclose any proprietary or confidential information relation to the Project,
theServices,thisContractortheClient'sbusinessoroperationswithoutthepriorwrittenconse
ntoftheClient.

LiabilityoftheConsultants

Subject to additional provisions, if any, set forth in the SC, the Consultants'
liabilityunderthisContract shallbeasprovidedbytheApplicableLaw.

InsurancetobetakenoutbytheConsultants

TheConsultants(i)shalltakeoutandmaintain,andshallcauseanySubconsultantstotakeout
andmaintain,at their(or the Subconsultants',asthecase
maybe)owncostbutontermsandconditionsapprovedbytheClient,insuranceagainsttherisks
,andforthecoverage,asshallbespecifiedintheSpecialConditions(SC),and(ii)attheClient'sreq
uest,shallprovideevidencetotheClientshowingthatsuchinsurancehasbeentakenoutandma
intainedandthatthecurrentpremiumsthereforehavebeenpaid.

183
Accounting,InspectionandAuditing

TheConsultants(i)shallkeepaccurateandsystematicaccountsandrecordsinrespectof the
Services hereunder, in accordance with internationally accepted
accountingprinciplesandinsuchformanddetailaswillclearlyidentifyallrelevanttimecharge
sand cost, and the bases thereof (including the bases of the Consultants' costs
andcharges),and(ii)shallpermittheClientoritsdesignatedrepresentativeperiodically,and
up to one year from the expiration or termination of this Contact, to inspect
thesameandmakecopiesthereofaswellastohavethemauditedbyauditorsappointedbytheCl
ient.
Consultants'ActionsrequiringClient'spriorApproval

TheConsultantsshallobtaintheClient'spriorapprovalinwritingbeforetakinganyofthefollowi
ngactions:

(a) appointingsuchmembersofthePersonnelasarelistedinAppendixB;

(b) entering into a subcontract for the performance of any part of the Services,
itbeingunderstood(i)thattheselectionoftheSub‐ consultantandthetermsandconditions
ofthesubcontractshallhavebeenapprovedinwritingbytheClientprior to the execution
of the subcontract, and (ii) that the Consultants
shallremainfullyliablefortheperformanceoftheServicesbytheSub‐ consultantanditsPer
sonnelpursuanttothisContract;

(c) anyotheractionthatmaybespecifiedintheSC.

ReportingObligations

The Consultants shall submit to the Client the reports and documents specified
inAppendixA/Ehereto,intheform,inthenumbersandwithinthetimeperiodssetforthinthesaid
Appendix.Reportingstages,reviewprogressandchecklistshallbeasreflectedintheDPR.

DocumentspreparedbytheConsultantstobethePropertyoftheClient

Allplans,drawings,specifications,designs,reportsandotherdocumentspreparedbytheConsu
ltantsinperformingtheServicesshallbecomeandremainthepropertyoftheClient,andtheCons
ultantsshall,notlaterthanuponterminationorexpirationofthisContract,deliverallsuchdocum
entstotheClient,togetherwithadetailedinventorythereof.TheConsultants may retain a copy
of such documents. Restrictions about the future use
ofthesedocuments,shallbeasspecifiedintheSC.

EquipmentandMaterialsfurnishedbytheClient

EquipmentandmaterialsmadeavailabletotheConsultantsbytheClient,orpurchasedbytheCo
nsultantswithfundsprovidedbytheClient,shallbethepropertyoftheClientandshall be
marked accordingly. Upon termination or expiration of this Contract, theConsultants
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,unlessotherwiseinstructedbytheClientinwriting,shallinsuretheminanamou
ntequaltotheirfullreplacementvalue.

4. CONSULTANTS'PERSONNEL

General
184
TheConsultantsshallemployandprovidesuchqualifiedandexperiencedPersonnelasarerequi
redtocarryouttheServices.

Description ofPersonnel

Thetitles,agreedjobdescriptions,minimumqualificationandestimatedperiodsof
engagement in the carrying out of the Services of each of the
Consultants'KeyProfessional/Sub ProfessionalPersonnelaredescribedin AppendixB.
(a) If required to comply with the provisions of Clause 3.1.1 of this
Contract,adjustments with respect to the estimated periods of engagement of
KeyProfessional/SubProfessionalPersonnelsetforthinAppendixBmaybemadeb
ytheConsultantsbywrittennoticetotheClient,provided

(i) that such adjustments shall not alter the originally estimated period
ofengagement of any individual by more than 10% or one week,
whicheverislarger,and

(ii) that the aggregate of such adjustments shall not cause payments
underthis Contract to exceed the ceilings set forth in Clause 6.1 (b) of
thisContract.AnyothersuchadjustmentsshallonlybemadewiththeClient's
writtenapproval.

(b) If additional work is required beyond the scope of the Services specified
inAppendixA,theestimatedperiodsofengagementofKeyPersonnelsetforthinAp
pendixBmaybeincreasedbyagreementinwritingbetweentheClientandtheConsu
ltants.

ApprovalofPersonnel

TheKeyPersonnelandSubconsultantslistedbytitleaswellasbynameinAppendixBare hereby
approved by the Client. In respect of other Key Personnel which theConsultants propose
to use in the carrying out of the Services, the Consultants shallsubmit to the Client for
review and approval a copy of their biographical data. If theClientdoesnotobjectinwriting
(statingthereasonsfortheobjection)withintwenty‐ one (21) calendar days from the date of
receipt of such biographical data, such KeyPersonnel
shallbedeemedtohavebeenapprovedbytheClient.

WorkingHours,Overtime,Leave,etc.

(a) WorkinghoursandholidaysforKeyProfessional/SubProfessionalPersonnelareset
forth in Appendix C hereto. To account for travel time, foreign
PersonnelcarryingoutServicesinsidetheGovernment'scountryshallbedeemedtohav
ecommenced (or finished) work in respect of the Services such number of
daysbeforetheirarrivalin(oraftertheirdeparturefrom)theGovernment'scountryisspe
cifiedinAppendixChereto.

(b) The Key Professional / Sub Professional Personnel shall not be entitled to bepaid
for overtime nor to take paid sick leave or vacation leave except asspecified in
Appendix C hereto, and except as specified in such Appendix,
theConsultants'remunerationshallbedeemedtocovertheseitems.Allleavetobeallowe
d to the Personnel is included in the staff‐ months of service set for inAppendix
B. Any taking of leave by Personnel shall be subject to the priorapproval of the
185
Client by the Consultants, who shall ensure that absence forleave purposes will
not delay the progress and adequate supervision of theServices.

Removaland/orReplacementofKeyPersonnel

Removaland/orreplacementofKeyPersonnelshallberegulatedasunder:
IncasenoticetocommenceservicespursuanttoClause2.1ofthisContractisn
orderedbyClientwithin120daysofsigningofcontractthekeypersonnelcanexcuse
themselvesonvalidgrounds,e.g.,selectiononsomeotherassignment,healthproblemdevelope
daftersigningofcontract,etc.InsuchacasenopenaltyshallbeleviedontheFirmoronthepersonc
oncerned.Thefirmshallhoweverbeaskedtogiveareplacementbyanequalorbetterscoringpers
on,whenevermobilizationisordered.

Incasenoticetocommenceservicesisgivenwithin120daysofsigningofcontractthe,theAuthori
tyexpectsalltheKeyPersonnelspecifiedintheProposaltobeavailableduringimplementation
of the Agreement. The Authority will not consider any substitution ofKey Personnel
except under compelling circumstances beyond the control of
theConsultantandtheconcernedKeyPersonnel.Suchsubstitutionshallbelimitedtonotmoreth
anthreeKeyPersonnelsubjecttoequallyorbetterqualifiedandexperiencedpersonnelbeingpro
videdtothesatisfactionoftheAuthority.ReplacementoftheTeamLeaderwillnotnormallybeco
nsideredandmayleadtodisqualificationoftheApplicantorterminationoftheAgreement.Repl
acementofoneKeyPersonnelshallbepermittedsubject to reduction of remunerationequal to
5 % (fiveper cent) of the totalremunerationspecified forthe Key Personnel
whoisproposedtobereplaced. Incaseofsecondreplacementthereduction in remuneration
shall be equal to 10% (ten per
cent)andforthirdandsubsequentreplacement,suchreductionshallbeequalto15%(fifteenperc
ent).Themaximumagelimitofreplacedkeypersonnelshallbe65yearsasonthedateofsubmissio
nofproposalforsuchreplacement.

I
f the consultant finds that any of the personnel had made false
representationregardinghisqualificationandexperience,hemayrequesttheEmployerforrepl
acement of the personnel. There shall be no reduction in remuneration for
suchreplacement. The replacement shall however beof equal or
betterscore.Thepersonnelsoreplacedshallbedebarredfromfutureprojectsfor2years.
Replacementafteroriginalcontractperiodisover:

Thereshallbenolimitonthereplacementsandnoreductioninremunerationsshallbemade.Ther
eplacementshallhoweverbeofequalorbetterscore.

IftheEmployer(i)findsthatanyofthePersonnelhascommittedseriousmisconduct
orhasbeenchargedwithhavingcommittedacriminalactionor(ii)hasreasonablegroundto bedissatisfiedwitht
Forsuchreplacementtherewillbenoreductioninremuneration.

I
fanymemberoftheapprovedteamofaconsultantengagedbyChiefEngineer(NH),PWDRajast
han,JacobRoad,Jaipurleavesthatconsultantbeforecompletionofthejob,heshallbebarredforap
eriodof6monthsto24monthsfrombeingengagedasateammember of any other consultant
working (or to be appointed) for any other
ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur/MoRTHprojects.

ResidentTeamLeaderandCoordinator

186
ThepersondesignatedastheTeamLeaderoftheConsultant‟sPersonnelshallberesponsible for
the coordinated,timelyand
efficientfunctioningofthePersonnel.Inaddition,theConsultantshalldesignateasuitableperso
nfromitsHeadOfficeasProject Coordinator who shall be responsible for day to day
performance of theServices

5. OBLIGATIONOFTHECLIENT

A
ssistanceandExemptionsunlessotherwisespecifiedintheSC,theClientshalluseitsbesteffortst
oensurethattheGovernmentshall:

(a) provide the Consultants, Sub consultants and Personnel with work permits
andsuch other documents as shall be necessary to enable the Consultants,
SubconsultantsorPersonneltoperformtheServices;

(b) assist for the Personnel and, if appropriate, their eligible dependents to
beprovidedpromptlywithallsupportingpapersfornecessaryentryandexitvisas,resi
dencepermits,exchangepermitsandanyotherdocumentsrequiredfortheirstay
inIndia;

(c) facilitate prompt clearance through customs of any property required for
theServices;

(d) issue to officials, agents and representatives of the Government all


suchinstructions as may be necessary or appropriate for the prompt and
effectiveimplementationoftheServices;

Access toLand

TheClientwarrantsthattheConsultantsshallhave,freeofcharge,unimpededaccesstoall
land in the Government‟s country in respect of which access is required for
theperformanceoftheServices.TheClientwillberesponsibleforanydamagetosuchlandora
nypropertythereonresultingfromsuchaccessandwillindemnifytheConsultantsandeach
ofthePersonnelinrespectofliabilityforanysuchdamage,unlesssuchdamageiscaused by
the default or negligence of the Consultants or any Sub consultants or
thePersonnelofeitherofthem.

ChangeintheApplicableLaw

If,afterthedateofthisContract,thereisanychangeintheApplicableLawwithrespecttotaxesand
dutieswhichincreasesordecreasesthecostorreimbursableexpensesincurredbythe
Consultants in performing the Services, then the remuneration and reimbursableexpenses
otherwise payable to the Consultants under this Contract shall be increased ordecreased
accordingly by agreement between the Parties hereto, and
correspondingadjustmentsshallbemadetotheceilingamountsspecifiedinClause6.1(b),
Services,FacilitiesandPropertyoftheClient

TheclientshallmakeavailabletotheConsultantsandthePersonnel,forthepurposesoftheService
sandfreeofanycharge,theservices,facilitiesandpropertydescribedinAppendixDatthetimesan
dinthemannerspecifiedinsaidAppendixD,providedthatifsuchservices,facilities and
property shall not be made available to the Consultants as and when
sospecified,thePartiesshallagreeon(i)anytimeextensionthatmaybeappropriatetogranttothe
ConsultantsfortheperformanceoftheServices,(ii)themannerinwhichtheConsultantsshall

187
procure any such services, facilities and property from other sources, and (iii)
theadditional payments, if any, to be made to the Consultants as a result thereof pursuant
toClause 6.1(c)hereinafter.
Payment
InconsiderationoftheServicesperformedbytheConsultantsunderthisContract,theClientshall
maketotheConsultantssuchpaymentsandinsuchmannerasisprovidedbyClause6of
thisContract.

PAYMENTTOTHECONSULTANTS

C
ostEstimates:CeilingAmount

(a) AnabstractofthecostoftheServicespayableinlocalcurrency(IndianRupees)issetforthinA
ppendixE.

(b) Except as may be otherwise agreed under Clause 2.6 and subject to
Clause6.1(c),thepaymentsunderthisContractshallnotexceedtheceilingspecifiedinthe
SC. The Consultants shall notify the Client as soon as cumulative
chargesincurredfortheServiceshavereached80%oftheceiling.
(c) Notwithstanding Clause 6.1(b) hereof, if pursuant to Clauses 5.4 hereof,
thePartiesshallagreethatadditionalpaymentsshallbemadetotheConsultantsinordertoco
veranynecessary
additionalexpendituresnotenvisagedinthecostestimatesreferredtoinClause6.1(a)above
,theceilingsetforthinClause6.1(b)aboveshallbeincreasedbytheamountoramounts,asthec
asemaybe,ofanysuch additionalpayments.
CurrencyofPayment

(a) T
hepaymentshallbemadeinIndianRupees.

ModeofBillingandPayment
Billingandpaymentsinrespect oftheServicesshall bemade asfollows:‐

(a) T
he Client shall cause to be paid to the Consultants an advance payment
asspecifiedintheSC,andasotherwisesetforthbelow.Theadvancepaymentwillbedueaft
erprovisionbytheConsultantstotheClientofabankguaranteebyabankacceptable to the
Client in an amount (oramounts) and in a currency
(orcurrencies)specifiedintheSC,suchbankguarantee(i)toremaineffectiveuntiltheadva
ncepaymenthasbeenfullysetoffasprovidedintheSC,andii)insuchformastheClientsha
llhaveapprovedinwriting.
(b)
PaymentSchedule
Sr. Item Payment
No. %

1 SubmissionoffinalQAPandInceptionReport 10%
2 ApprovaloffinalAlignmentReport 5%
3 SubmissionoffinalfeasibilityReport 5%
4 SubmissionOf3aNotification,Draft3AAndApprovalOfFin 5%
alLandAcquisitionReportcontainingdetailsof
3a,3A

188
5 Submissionofallutilitiesshiftingproposalstouseragencies 2.5%
andsubmissionofutilitiesrelocationplantoExecutingAuthorit
y

6 Submission ofall stageI clearanceproposals 5%


andsubmissionofclearancesreporttoExecutingAuthority
7 ApprovaloffinalDPRreport,documentsanddrawings 10%
8 Approvalofbiddocumentsanddraftcivilworkscontractagreem 5%
entalongwithtechnicalschedules.
9 3Dpublicationforalllandparcelsidentifiedinitem4abovean 10%
dsubmissionofLandAcquisitionIIreport
10 StageIIclearanceapprovalandsubmissionoffinalclearancesIIre 5%
port
11 Finalapprovalofutilitiesshiftingestimatesandsubmissiono 2.5
fUtilitiesIIreport %
12 Completionofawarddeclaration(3G)for90%oflandparcels 10%
identifiedin item9andsubmission ofLandAwardreport

13 Earlierofawardofpackagetocontractor/concessionaireor6mo 10%
nthsfromlaunchoftenderprocess
14 Receiptoflandpossessioncertificates(3E)for90%ofalllandparce 10%
lsidentifiedinLAIIreportandsubmissionof
LandPossessionreport
15 AmounttobereleasedatearlierofprojectsCODor3yearsfromsta 5%
rtofcivilwork
Total: 100
%
16 Bonusonsubmissionofdraft3Awithin15daysofalignmentfinali 1%bonus
zation
17 Bonusonsubmissionofdraft3Dwithin60daysofdraft3A. 2.5%bonus

18 Bonusonreceiptofpossessioncertificate(3E)formorethan 5%bonus
90%oflandidentifiedinitem9abovewithin165daysofdraft3
A.

19 Bonusonsubmissionofutilityshiftingproposalincludingcleara 1%bonus
ncewithin60daysofalignmentfinalization.

Note:ConsultantshavetoprovideacertificatethatallkeypersonnelasenvisagedintheContract
Agreementhasbeenactuallydeployedintheproject.Theyhavetosubmitthiscertificate at the
time of submission of bills to Chief Engineer (NH), PWD
Rajasthan,JacobRoad,Jaipurfromtimetotime.

* The Concerned Project Director or his authorized representative shall ensure


andcertifyatleast5%testcheckofallthedatacollectedbytheConsultantbeforereleasingthepay
menttotheConsultant.
(c) No payment shall become eligible for the next stage till the
consultantcompletestothesatisfactionoftheclienttheworkpertainingtotheprecedingstag
e.Thepaymentfortheworkofsub‐ soilinvestigation(Boring)willbeasperplanapprovedb
ytheclientandwillbepaidasperactualattheratesquotedbytheconsultants.Thepayment
for the quantity given by the client for boring will be deemed to be included in the
above mentioned payment schedule. Any adjustment in the payment to the

189
consultants will be made in the final payment only.
(d) T
heClientshallcausethepaymentoftheConsultantsinPara6.4(b)aboveasgiven in
schedule of payment within thirty (30) days after the receipt by the Client of bills.
Interests at the rate specified in the SC shall become payable as from the above due
date on any amount due by, but not paid on, such due date.
(e) T
hefinalpaymentunderthisClauseshallbemadeonlyafterthefinalreportand a final
statement, identified as such, shall have been submitted by theConsultants and
approved as satisfactory by the Client. The Services shall
bedeemedcompletedandfinallyacceptedbytheClientandthefinalreportandfinal
statement shall be deemed approved by the Client as satisfactory onehundred and
eighty (180) calendar days after receipt of the final report andfinal statement by the
Client unless the Client, within ninety (90) day
period,giveswrittennoticetotheConsultantsspecifyingindetaileddeficienciesintheServi
ces,thefinalreportorfinalstatement.TheConsultantsshallthereuponpromptly make any
necessary corrections, and uponcompletion of suchcorrections, the foregoing process
shall be repeated. Any amount which
theClienthaspaidorcausedtobepaidinaccordancewiththisClauseinexcessofthe
amounts actually payable in accordance with the provisions of
thisContractshallbereimbursedbytheConsultantstotheClientwithinthirty(30)daysafter
receiptbytheConsultantsofnoticethereof.AnysuchclaimbytheClient for
reimbursement must be made within twelve (12) calendar
monthsafterreceiptbytheClientofafinalreportandafinalstatementapprovedbytheClient
inaccordancewiththeabove.
(f) A
ll payments under this Contract shall be made to the account of
theConsultantsspecifiedintheSC.
(g) E
fforts need to be made by the Consultant to submit the schedule reports ofeach road
stretch / s of a package. However, due to reasons beyond thereasonable control of
Consultant, if the schedule submission of reports
/documentsofeachroadstretch/sofapackageisnotdone,thepaymentshallbemadeonpro
‐ ratabasis.

6. ResponsibilityforAccuracyofProjectDocuments
General

i. T
heConsultantshallberesponsibleforaccuracyofthedatacollected,byhimdirectlyorpro
curedfromotheragencies/authorities,thedesigns,drawings,estimatesandallotherdet
ails prepared by him as part of these services. He shall indemnify the
Authorityagainst any inaccuracy in the work which might surface during
implementation of
theproject.TheConsultantwillalsoberesponsibleforcorrecting,athisowncostandrisk,t
he drawings including any re‐ survey / investigations and correcting layout etc.
ifrequiredduringtheexecutionoftheServices.

ii. T
heConsultantshallbefullyresponsiblefortheaccuracyofdesignanddrawingsofthebrid
ges and structures. All thedesigns and drawings for bridges and
structuresincluding all their components shall be fully checked by a Senior
Engineer
aftercompletionofthedesigns.Alldrawingsforbridgesandstructuresshallbedulysigne
190
dbythe(a)Designer,(b)SeniorCheckingEngineer,and(c)SeniorBridge/StructureExpe
rt.The designs and drawings not signed by the three persons mentioned above
shall notbe accepted. The Consultant shall indemnify the Client against any
inaccuracy
/deficiencyinthedesignsanddrawingsofthebridgesandstructuresnoticedduringthec
onstruction and even thereafter and the Client shall bear no responsibility for
theaccuracyofthedesignsanddrawingssubmittedbytheConsultants.

iii. T
he survey control points established by the Consultant shall be protected by
theConsultants till the completion of the Consultancy Services.

Retentio
nMoney

An amount equivalent to 10% of the contract value shall be retained at the end of
thecontractforaccuracyofdesignandquantitiessubmittedandthesamewillbereleasedafter
the completion of civil contract works or after 3 years from completion ofconsultancy
services, whichever is earlier. The retention money will however
bereleasedbytheClientonsubstitutionbyBankGuaranteeofthesameamountvaliduptothe
periodasabove.Outofthis15%,10%shallbeintheformofBankGuaranteeand5%shallbethea
mountretainedfromConsultancyfeepayabletotheConsultant.

Penalty

Penaltyf
orError/Variation

(a) IfvariationinprojectcostoccursduetoChangeofscoperequestsofmorethan10%ofthe total


project cost as estimated by the consultant and these change of
scoperequestsariseduetodeficienciesinthedesignprovidedbytheconsultant,thepenaltye
quivalent to 4% of the contract value shall be imposed. For this purpose
retentionmoneyequivalentto4%ofthecontractvalue willbeforfeited.Thisshall
excludeanyadditional/deletionofitems/worksorderedbytheclientduringtheexecution

(b) Ifthereisadiscrepancyinlandtobeacquiredduringtheexecutionoftheprojectuptoanextent
of+/‐ 2%oftheareaofland,apenaltyequivalentto3%ofthecontractvalueshallbe imposed.
For this purpose retention money equivalent to 3% of the contract
valuewillbeforfeited.Thisshallexcludeanyadditional/deletionofitems/worksorderedby
the client during the execution. For discrepancy of more than + / ‐ 2% of the area
oflandtobeacquired,thefirmshallbedeclaredasnonperformingasperpara7.4.2.

(c) If there is a variation in quantities of various itmes of utilities shifting during


theexecution of the project upto an extent of +/‐ 10% of the quantity estimated by
thedesignconsultant,apenaltyequivalentto3%ofthecontractvalueshallbeimposed.Forthi
spurposeretentionmoneyequivalentto3%ofthecontractvaluewillbeforfeited.Thisshallex
cludeanyadditional/deletionofitems/worksorderedbytheclientduringtheexecution

iv)Forinaccuraciesinsurvey/investigation/designworkthepenaltiesshallbeimposedasperdet
ailsgiveninTablebelow:
Sr. Item Penalty(%ageof
No. contractvalue)

1 TopographicSurveys 1.0to1.5
a)Thehorizontalalignmentdoesnotmatchwithgroundcondition.

191
b)Thecrosssectionsdonotmatchwithexistingground.
c)Theco-ordinatesaredefectiveasinstrumentsofdesiredaccuracynotused.

2 GeotechnicalSurveys 1.0to1.5
a)Incompletesurveys

b)Datanotanalyzedproperly
c) Thesubstratasubstantiallydifferent from theactualstrata
foundduringconstruction.
3 Trafficdatafoundtobevaryingbymorethan25%onresurveyatalaterdate, 0.5to1.0
unlesstherearejustifiablereasons.
4 Axleloaddata foundtobe varyingby more than 0.5to1.0
25%onresurveyatalaterdate,unlesstherearejustifiablereasons.
5 StructuralDesignsfoundtobeunsafeorgrosslyoverdesigned Thefirmshallbec
onsideredas
non-
performingaspe
rpara7.4.2.

Penaltyf
ordelay

Incaseofdelayincompletionofservices,apenaltyequalto0.05%ofthecontractpriceperday subject
to a maximum 5% of the contract value will be imposed and shall berecovered from
payments due/performance security. However in case of delay due
toreasonsbeyondthecontroloftheconsultant,suitableextensionoftimewillbegrantedoncasetocas
ebasis.

T
otalamountofrecoveryfromallpenaltiesshallbelimitedto15%oftheCons
ultancyFee.

<
Chief Engineer (NH), PWD Rajasthan, Jacob Road, Jaipur> is in
process of
evolvingperformancebasedratingsystemforDPRConsultants.Performa
nceofConsultantsshallbe monitored by Chief Engineer (NH), PWD
Rajasthan, Jacob Road, Jaipur and will betaken into account in
technical evaluation of future DPR projects. For this
purpose,performance of Consultant in the current project shall also
be taken into account tocreaterating ofConsultant.

A
CTIONFORDEFICIENCYINSERVICES

ConsultantsliabilitytowardstheClient

Consultantshallbeliabletoindemnifytheclientforanydirectlossordamageaccruedorlikelytoaccr
ueduetodeficiencyinservicerenderedbyhim.

D
ebarring/NonPerforming
In the case of major deficiencies in the Detailed Project Report involving timeand cost
192
overrun and adverse effect on reputation ofChief Engineer (NH),
PWDRajasthan,JacobRoad,Jaipur,thefirmshallbedeclaredasnon‐ performingandthefirmwi
ll not be eligible for participating in future projects of the Ministry (including
NHAI,NHIDCL,BRO,etc.)foraperiodof5years.

7. FAIRNESSANDGOODFAITH

GoodFaith

ThePartiesundertaketoactingoodfaithwithrespecttoeachother‟srightsunderthisContractand
toadoptallreasonablemeasurestoensuretherealizationofthe objectivesofthisContract.

OperationoftheContract

The Parties recognize that it is impractical in this Contract to provide for


everycontingency which may arise during the life of the Contract, and the Parties
herebyagreethatitistheirintentionthatthisContractshalloperatefairlyasbetweenthem,andwi
thoutdetrimenttotheinterestofeitherofthem,andthat,ifduringthetermofthisContracteitherP
artybelievesthatthisContractisoperatingunfairly,thePartieswillusetheirbesteffortstoagreeo
nsuchactionasmaybenecessarytoremovethecauseor causes of such unfairness, but no
failure to agree on any action pursuant to thisClause shall give rise to a dispute subject to
arbitration in accordance with Clause 9hereof.

8. SETTLEMENTOFDISPUTES

AmicableSettlement

ThePartiesshallusetheirbesteffortstosettleamicablyalldisputesarisingoutoforinconnectionw
iththisContractortheinterpretationthereof.

DisputeResolution

Anydispute,differenceorcontroversyofwhatevernaturehowsoeverarisingunderoroutoforinr
elationtothisAgreement(includingitsinterpretation)betweentheParties,andsonotifiedi
nwritingbyeitherPartytotheotherParty(the“Dispute”)shall,inthefirstinstance, be
attempted to be resolved amicably in accordance with the
conciliationproceduresetforthinClause9.3.

The Parties agree to use their best efforts for resolving all Disputes arising under or
inrespect of this Agreement promptly, equitably and in good faith, and further agree
toprovide each other with reasonable access during normal business hours to all non
–privilegedrecords,informationanddatapertainingtoanydispute.

Conciliation

IntheeventofanyDisputebetweentheParties,eitherPartymaycallupon[ChairmanofChiefE
ngineer(NH),PWDRajasthan,JacobRoad,Jaipur>]andtheChairmanoftheBoardofDirector
softheConsultantorasubstitutethereofforamicablesettlement,andupon such reference,
thesaidpersonsshallmeetnolaterthan10(ten) daysfromthedateof reference to discuss and
attempt to amicably resolve theDispute.
Ifsuchmeetingdoesnottakeplacewithinthe10(ten)dayperiodortheDisputeisnotamicablys
ettledwithin15(fifteen)daysofthemeetingortheDisputeisnotresolvedasevidencedbythesi

193
gningofwrittentermsofsettlementwithin30(thirty)daysofthenoticeinwritingreferred to
in Clause 9.2.1 or such longer period as may be mutually agreed by theParties, either
Party may refer the Dispute to arbitration in accordance with theProvisionsofClause9.4.

Arbitration

9.4.1.AnyDisputewhichisnotresolvedamicablybyconciliation,asprovidedinClause9.3,shallbe
finally decided by reference to arbitration by an Arbitral Tribunal appointed
inaccordancewithClause9.4.2.SucharbitrationshallbeheldinaccordancewiththeRules
of ArbitrationoftheInternational Centre for Alternative Dispute Resolution, New
Delhi (the “Rules”), or such other rules as may be mutually agreed by the Parties,
and shall be subject to the provisions of the Arbitration and Conciliation Act, 1996
as amended. The venue of such arbitration shall be ***** and the language of
arbitration proceedings shall be English.

EachdisputesubmittedbyaPartytoarbitrationshallbeheardbyasolearbitratortobeappoint
edaspertheprocedurebelow

a) Parties may agree to appoint a sole arbitrator or, failing agreement on


theidentityofsuchsolearbitratorwithinthirty(30) daysafterreceiptbytheotherParty of
the proposal of a name for such an appointment by the Party
whoinitiatedtheproceedings,eitherPartymayapplytothePresident,IndianRoadsCongre
ss,NewDelhiforalistofnotfewerthanfivenomineesand,onreceiptofsuch list, the Parties
shall alternately strike names therefrom, and the
lastremainingnomineeonthelistshallbesolearbitratorforthematterindispute.Ifthelastre
mainingnomineehasnotbeendeterminedinthismannerwithinsixty
(60) days of the date of the list, the president, Indian Roads Congress, NewDelhi,
shall appoint, upon the request of either Party and from such list orotherwise,
asolearbitratorforthematterin dispute.

SubstituteArbitrator

Ifforanyreasonanarbitratorisunabletoperformhisfunction,asubstituteshallbeappointedinth
esamemannerastheoriginalarbitrator.

QualificationsofArbitrator

ThesolearbitratorselectedpursuanttoClause8.2.1hereofshallbeexpertwithextensiveexpe
rienceinrelationtothematterindispute.

T
he Arbitrators shall make a reasoned award (the “Award”). Any Award made in
anyarbitrationheldpursuanttothisClause9shallbefinalandbidingonthePartiesasfromthe
dateitismade,andtheConsultantandtheAuthorityagreeandundertaketocarryoutsuchA
wardwithoutdelay.

T
he Consultant and the Authority agree that an Award may be enforced against
theConsultant and/or the Authority, as the case may be, and their respective
assetswhereversituated.

9.4.7.ThisAgreementandtherightsandobligationsofthePartiesshallremaininfull
forceandeffect,pendingtheAwardinanyarbitrationproceedingshereunder

194
Sr,No. ParticularsofFeesandEx Maximumamountpayablepercase
penses
1 Fee (i) Rs.25,000/-perday
(ii) 25%extraonfeeat(i)aboveincaseoffas
t-trackprocedureasperSection-
29(B)ofA&CAct;
Or
10%extraonfeeat(i)aboveifawardispublishe
dwithin6monthsfromdate ofentering
thereferencebyAT;

Alternatively,theArbitratormayoptforalu
mp–sumfeeofRs.
5.00 Lakhpercaseincludingcounter
claims.

2 Readingcharges-OneTime Rs 25,000/-
percaseincludingcounterclaims.
3 One– Rs.25,000/-percase
timechargesforSecretarialAssistan
ceandIncidentalcharges
(telephone,fax,postageets.)
4 OnetimeChargesforpublishing/de Rs.40,000/-
clarationoftheaward
5 Otherexpenses(Asperactualagainstbillssubjecttocellinggivenbelow
TravellingexpensesLodg Economyclass(byair),FirstclassAC(bytrain)
andACCar(byroad)
a) Rs.15,000/-perday (in metrocities); or
ingandBoarding
a) Rs.8000perday(inothercities
);or
b) Rs.5,000/-perdayifany
Arbitratormakestheirownarrange
ments.

6. Localtravel Rs.2000/-perday

7 Extrachargesfordaysotherthan Rs.5000/-perdayforoutstationArbitrator
meetingdays(maximumfor2X½d
ays)
Note 1.Lodgingboardingandtravellingexpensesshallbeallowedonlyfor
thosearbitratorwhoisresiding100kms.Awayfromthevenueofmeeting,

2. Delhi,Mumbai,Chennai, Kolkata, BangaloreandHyderabadshall


beconsideredasMetrocities.

Inexceptionalcases,suchascasesinvolvingmajorlegalimplications/widerramifications/highe
r financial stakes etc. a special fee structure could be fixed
inconsultationwiththeContractor/SupervisionConsultantsandwiththespecificapprovalofthe
ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipurbeforeappointmentofthe Arbitrator,
9. ChangeofScope

ThechangeofScopeonaccountofvariationoftotallengthaswellas4lanedlengthofprojectHighw
195
ayfromtheindicativelengthasgivenatAnnex‐ 1ofLetterofInvitationoftheRFPshall be
dealtasfollows

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


toincrease/decrease the scope of services (of total length or 4 laned length
ascomparedtoindicativeLengthasgivenintheRFP)bytheclientthesameshallbe
notified by Change of scope notice. Similarly, if the Consultant determinesthat
change of scope is needed, he shall inform of the same to the Client.
TheClientwillexamineandshalleitherrejecttheproposalorissuechangeofscopenotice.
ii) TheConsultancyfeeshallberevisedonaccountofchangeofscopeasbelow:
In case the total length of project increase/ decrease up to 10% of
indicativelengthgivenintheRFP:NochangeinConsultancyFees.
Incasetheincrease/decreaseintotallengthofprojectismorethan10%oftheindicative length
as given in the RFP: The consultancy fee shall beincreased/ decreasedin the same
proportion in which the length of
theprojectroadisincreased/decreasedbeyond10%.

iii) Increase/decrease in length on account of bypasses shall not be considered


aschange of scope. However, the total length of the project highway
(includingbypassesandrealignment)alongthefinallyapprovedalignmentshallbecompa
redwiththeindicativelengthintheRFPforthepurposeofvariation.

T
heConsultancyfeeshallbeincreasedonaccountofchangeofscopeasbelow:

a) I
ncaseofincreaseinconfigurationofLanesintheprojectafterthesubmissionofFinalRep
ort:10%oftheoriginalconsultancycharges

b) I
ncaseofchangeofmodeofdeliveryisinvolvedaftersubmissionofFinalReport /due
torevision ofspecifications/IRCCodesetc.

(i) RevisionofDPRaftersubmissionduetochangesinIRCc 2.5%oftheoriginal Consultancy


odes/specificationetc. charges.

(ii) RevisionofDPRduetochangesinmodeEPC/BOT/ 2.5%oftheoriginal Consultancy


HAMetc charges.

SPECIALCONDITIONSOFCONTRACT

NumberofGCClause

A.Amendmentsof,andSupplementsto,Clausesin theGeneralConditions

1.1(a) Thewords“intheGovernment‟scountry”are amendedtoread“inINDIA”

1.4 Thelanguageis:English

Theaddressesare:
196
For the Client:Attention: <Agency CEPWD‐ NH>,<AddressJAIPUR/MoRTH>

<Agency >, <Address >

Extn.…..;Fax:011‐ ………..

E‐ mail:<Email>

FortheConsultants:
Attention: Name
DesignationAddress
Tel: Fax: E‐ mailaddress

Noticewillbedeemedtobeeffectiveasfollows:

(a) inthecaseofpersonaldeliveryorregisteredmail,ondelivery;

(b) Inthecaseoffacsimiles,24hoursfollowingconfirmedtransmission.

(c) IncaseofEmail,24hoursfollowingconfirmedtransmission.

E
ntitytoActasMemberincharge(IncaseofJointVentureofConsultants)wit
horwithoutanAssociate:‐ ………………………..

TheAuthorized Representativesare:

FortheClient:(‐ ‐ )

Director, <Agency>(‐ ‐ )

FortheConsultant:

Na

meDesignation

T
heConsultantsandthepersonnelshallpaythetaxes,duties,fees,leviesandotherimpositions levied
under the existing, amended or enacted laws (prevailing 7 days before the last date of
submission of bids) during life of this contract and the Client shall perform such duties in
regard to the deduction of such tax as may be lawfully imposed.

T
heeffectivenessconditionsarethefollowing:

a) T
hecontracthasbeenapprovedbyChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur.

197
b) T
heconsultantwillfurnishwithin15daysoftheissueofletterofacceptance,anunconditionalB
ankGuaranteeanamountequivalentto10%ofthetotalcontractvalueto be received by him
from a Nationalized Bank, IDBI or ICICI/ICICI
Bank/ForeignBank/EXIMBank/AnyScheduledCommercialBankapprovedbyRBIhavi
nganetworthof not less than 500 crore as per latest Annual Report of the Bank. In the
case of
aForeignBank(issuedbyaBranchinIndia)thenetworthinrespectofIndianoperationsshallo
nlybetakenintoaccount.IncaseofForeignBank,theBGissuedbyForeignBankshould be
counter guaranteed by any Nationalized Bank in India. In case of JV, the
BGshallbefurnishedonbehalfoftheJVorleadpartnerofJVforanamountequivalentto10 %
of the total contract value to be received by him towards Performance
Securityvalidforaperiodofthreeyearsbeyondthedateofcompletionofservices.

Thetimeperiodshallbe“fourmonths”orsuchothertimeperiodasthepartiesmayagree
inwriting.

T
hetimeperiodshallbe“fifteendays”orsuchothertimeperiodasthePartiesmayagree
inwriting.

T
hetimeperiodshallbe--------------monthsorsuchothertimeperiodasthepartiesmayagree
inwriting.

L
imitationoftheConsultants‟LiabilitytowardstheClient

(a) E
xceptincaseofnegligenceorwillfulmisconductonthepartoftheConsultantsoronthepartofa
nypersonorfirmactingonbehalfoftheConsultantsincarryingouttheServices, the
Consultants, with respect to damage caused by the Consultants to
theClient‟sproperty,shallnotbeliabletotheClient:

(i) foranyindirectorconsequentiallossordamage;and
(ii) for any direct loss or damage that exceeds (A) the total payments
forProfessionalFeesandReimbursableExpendituremadeorexpectedtobemadetotheCon
sultantshereunder,or
(B) the proceeds the Consultants may be entitled to receive from
anyinsurancemaintainedbytheConsultantstocover suchaliability,whicheverof (A)or
(B) ishigher.

(b) T
his limitation of liability shall not affect the Consultants‟ liability, if any, fordamage
to Third Parties caused by the Consultants or any person or firm acting
onbehalfoftheConsultantsincarryingouttheServices.

T
herisksandthecoverageshallbeasfollows:

(a) T
hird Party motor vehicle liability insurance as required under Motor Vehicles
Act,1988inrespectofmotorvehiclesoperatedinIndiabytheConsultantsortheirPersonnel
oranySubconsultantsortheirPersonnelfortheperiodofconsultancy.

198
(b) T
hirdPartyliabilityinsurancewithaminimumcoverage,forRs.1.00million forthe
periodofconsultancy.
(c) i
) The Consultant shall provide to Chief Engineer (NH), PWD Rajasthan, Jacob
Road,JaipurProfessionalLiabilityInsurance(PLI)foraperiodofFiveyearsbeyondcomple
tionofConsultancyservicesorasperApplicableLaw,whicheverishigher.

TheConsultantwillmaintainatitsexpensePLIincludingcoverageforerrorsandomission
s caused by Consultant‟s negligence in the performance of its
dutiesunderthisagreement,

For the amount not exceeding total payments for Professional Fees
andReimbursable Expenditures made or expected to be made to the
ConsultantshereunderOR (B) the proceeds,the Consultants may beentitled to
receivefrom any insurance maintained by the Consultants to cover such a
liability,whicheverof(A)or ishigher.

(ii) ThepolicyshouldbeissuedonlyfromanInsuranceCompanyoperatinginIndia.
(iii) The policy must clearly indicate the limit of indemnity in terms of “Any
OneAccident”(AOA)and“Aggregatelimitonthepolicy”(AOP)andinnocaseshouldbef
oranamountless thanstatedinthecontract.
(iv) If the Consultant enters into an agreement with Chief Engineer (NH),
PWDRajasthan, Jacob Road, Jaipur in a joint venture or „in association‟, the
policymust be procured and provided to Chief Engineer (NH), PWD Rajasthan,
JacobRoad,Jaipurbythejointventure/inassociationentityandnotbytheindividual
partnersofthe joint venture/ association.
(v) The contract may include a provision thereby the Consultant does not cancelthe
policymidtermwithouttheconsentofChiefEngineer(NH),PWDRajasthan,Jacob Road,
Jaipur. The insurance company may provide an undertaking in thisregard.
(d) E
mployer‟sliabilityandworkers‟compensationinsuranceinrespectofthePersonneloftheC
onsultantsandofanySubconsultant,inaccordancewiththerelevantprovisionsofthe
Applicable Law, as well as, with respect to such Personnel, any such life,
health,accident, travel or other insurance as may be appropriate; and all insurances
andpoliciesshould
startfromthedateofcommencementofservicesandremaineffectiveasperrelevantrequire
mentsofcontractagreement.

3.9 The Consultants shall not use these documents for purposes unrelated to this
Contractwithoutthepriorwrittenapprovalof theClient.

4.6
Thepersondesignat
6.1 (b)TheceilingamountinlocalcurrencyisRs………ExcludingGoods&ServiceTax)

6.3 (a)Noadvancepaymentwillbemade.

6.3 (e)Theinterestrateis:@12%perannum

6.3 (f)Theaccountis:

AccountNumber:
199
IFSCCode :

Disputesshallbesettledbyarbitrationinaccordancewiththefollowingprovisions:

S
electionofArbitrators

Eachdispute submittedbyaPartytoarbitrationshallbeheardbyasole arbitrator


to beappointedaspertheprocedurebelow

a) Parties may agree to appoint a sole arbitrator or, failing agreement on


theidentityofsuchsolearbitratorwithinthirty(30) daysafterreceiptbytheotherParty of
the proposal of a name for such an appointment by the Party
whoinitiatedtheproceedings,eitherPartymayapplytothePresident,IndianRoadsCong
ress,NewDelhiforalistofnotfewerthanfivenomineesand,onreceiptofsuch list, the
Parties shall alternately strike names there from, and the
lastremainingnomineeonthelistshallbesolearbitratorforthematterindispute. If the
last remaining nominee has not been determined in this manner within sixty (60)
days of the date of the list, the president, Indian Roads Congress, New Delhi, shall
appoint, upon the request of either Party and from such list or otherwise, a sole
arbitrator for the matter in dispute.

AppendixA

Termsofreferencecontaining,inter-alia,theDescriptionoftheServicesandReporting

Requirements

200
AppendixB

Consultants‟Subconsultants,KeyPersonnelandSubProfessionalPersonnel

201
AppendixC

HoursofworkforConsultants‟Personnel

The Consultant‟s personnel shall normally work for 8 hours in a day and six days a
week.Normally Sundays shall be closed for working. In addition they shall also be allowed to
availholidaysas observedby the Client‟s officein the relevant state withoutdeduction
ofremunerations.IncaseanypersonisrequiredtoworkonSundayorHolidayduetoexigencyofwork,he/
sheshallbegivencompensatoryleavewithinthenext15days.

202
AppendixD

Dutiesof theClient

203
AppendixE

CostEstimate

204
AppendixF:

Copy ofletter of invitation

205
AppendixG:

Copyofletterofacceptance

206
Appendix–H

Format for BankGuaranteefor PerformanceSecurity BANK


GUARANTEEFORPERFORMANCESECURITY

To,

<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur,Address>

In consideration of <Chief Engineer (NH), PWD Rajasthan, Jacob Road, Jaipur>


(hereinafterreferred as the “Client”, which expression shall, unless repugnant to the context or
meaningthereofincludeitssuccessors,administrators and assigns) having awarded toM/s

207
....................................................................................................... havingitsofficeat………………..(Herein
afterreferredtoasthe“Consultant”whichexpressionshallrepugnanttothecontext or meaning thereof,
include its successors, administrators, executors and assigns),
acontractbyissueofclient‟sContractAgreementno./LetterofAcceptanceNo.………………..datedandth
esamehavingbeenunequivocallyacceptedbytheConsultant,resultinginaContractvalued
atRs……../‐ (Rupee------------------)excludingGoods&servicetaxfor

“Consultancy Services for:- Preparation of DPR‟s for various work on NH -89, NH – 62 & NH – 65. (A).
Construction of LHS at level crossing (LC No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in
Nagaur City in the state of Rajasthan. (B) Construction of LHS at level crossing (LC No. C-61) (Bikaner
Phatak) km 165.550 on NH-89 in Nagaur City in the state of Rajasthan.(C). Construction of LHS at
level crossing (LC No.C-06) at Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the state of
Rajasthan (D). Construction of Low height subway/RUB Near Proposed ROB at Railway Km. 503/0-1
(LC No-85) on NH-89..

............................................................................................(TotalLength‐ …….)onNH‐ …..int


hestatesofunder–ContractPackageNo(Hereinaftercalledthe“Contract”),andthe
ConsultanthavingagreedtofurnishaBankGuaranteetotheClientas“PerformanceSecuritya
sstipulatedbytheClientinthesaidcontractforperformanceoftheaboveContractamountingt
oRs.……………./‐ (Rupees ).

We,……………………………..havingregisteredofficeat .............. ,abodyregistered/constituted


under the .................. (hereinafter referred to as the Bank), which expression shall,
unlessrepugnanttothecontextormeaningthereof,includeitssuccessors,administrators,executorsand
assigns) do hereby guarantee and undertake to pay the client immediately on demand anyor,
allmoneypayable bytheConsultanttotheextentofRs.
…………..(Rupees………..………………..)asaforesaidatanytimeupto ............ withoutanydemur,
reservation,contest,recourseorprotestand/orwithoutanyreferencetotheconsultant.Anysuch demand
made by the client on the bank shall be conclusive and binding
notwithstandinganydifferencebetweentheClientandtheConsultantoranydisputependingbeforeanyCo
urt,Tribunal,Arbitratororanyotherauthority.WeagreethattheGuaranteehereincontainedshallbeirrevoc
ableandshallcontinuetobeenforceabletilltheClientdischargesthisguarantee.

The Client shall have the fullest liberty without affecting in any way the liability of the
BankunderthisGuarantee,fromtimetotimetovaryortoextendthetimeforperformanceofthecontract by
the Consultant. The Client shall have the fullest liberty without affecting
thisguarantee,topostponefromtimetotimetheexerciseofanypowersvestedinthemorofanyrightwhichthe
ymighthaveagainsttheconsultantandtoexercisethesameatanytimeinanymanner,andeithertoenforceort
ofor beartoenforceanycovenants,containedorimplied,inthe Contract between the Client and the
Consultant any other course or remedy or
securityavailabletotheClient.Thebankshallnotberelievedofitsobligationsunderthesepresentsbyanyexe
rcisebytheClientofitslibertywithreferencetothemattersaforesaidoranyofthemorbyreasonofanyotheract
orforbearanceorotheractsofomissionorcommissiononthepartofthe Client or any other indulgence
shown by the Client or by any other matter or
thingwhatsoeverwhichunderlawwouldbutforthisprovisionhavetheeffectofrelievingtheBank.
The Bank also agrees that the Client at its option shall be entitled to enforce this Guaranteeagainst
the Bank as a principal debtor, in the first instance without proceeding against
theConsultantandnotwithstandinganysecurityorotherguaranteethattheClientmayhavein relation to
the Consultant‟s liabilities.Notwithstandinganythingcontainedherein,
a) Our liabilityunderthis ....... Bank Guarantee is limited to
Rs.……………….(Rupees ............................... )anditshallremaininforceuptoandincluding
…………andshall beextendedfromtime totime for suchperiodasmaybe desiredbyM/s ,onwhosebehalfthis

208
b) ThisBankGuaranteeshallbevalidupto…………..

c) .................................................................................................................................................... Weareliabl
etopaytheguaranteedamountoranypartthereofunderthisBankGuaranteeonlyandonlyifyouserveup
onusawrittenclaimordemandonorbefore ................................................................................. (dateof
expiryofGuarantee).

(Signature of theAuthorizedOfficial)

(Name&DesignationwithBankStamp)

NOTE:

(i) Thebankguarantee(s)containsthename,designationandcodenumberoftheofficer(s)
signingtheguarantee(s).

(ii) T
headdress,telephoneno.andotherdetailsoftheHeadOfficeoftheBankaswellasofissuingbranchshould
bementionedonthecoveringletterofissuingBranch.
ThebankguaranteeforRs10,000andaboveissignedbyatleasttwoofficials(orasperthenormsprescribed
bytheRBIinthisregard).

AppendixI:MinutesofPre-bidmeeting

APPENDIX‐ VII

DPRChecklist–Stage1–InceptionReport(Pavements)

209
GeneralDetails
ProjectName Consultancy Services for:- Preparation of DPR‟s for various work on
NH -89, NH – 62 & NH – 65. (A). Construction of LHS at level crossing
(LC No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City
in the state of Rajasthan. (B) Construction of LHS at level crossing (LC
No. C-61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the
state of Rajasthan.(C). Construction of LHS at level crossing (LC No. C-
06) at Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the
state of Rajasthan (D). Construction of Low height subway/RUB Near
Proposed ROB at Railway Km. 503/0-1 (LC No-85) on NH-89..

Consultant'sName
DateofReview

Details/S
S.N SECTIONOFTHEREPORT YES/NO/NA Remarks
pecification
o
s
1 ExecutiveSummary Yes NO NA NA

2 ProjectAppreciation Yes NO NA NA

Yes NO NA
2.1 Locationofsiteoffice

ReviewofscopeofToRandgapident Yes NO NA
2.2 NA
ification
Keydepartmentsidentified Yes NO NA
2.3
forvariousdocuments

Startandendlocationofproject Yes NO NA
2.4
verifiedwith
client(Mentiondetails)
Projectdescription Yes NO NA
2.5  StartandEndChainage
 Village/District
Projectlocationmap Yes NO NA
2.6  OnStateMap NA
 OnDistrictMap
2.7 Sitephotosanddataofprojectalig Yes NO NA NA
nment
2.8 Overviewoflanduseplans Yes NO NA NA

Overviewofexistingpavementco Yes NO NA
nditions
2.9
 NumberofLanes
 TypeofPavement(F
lexible/Rigid/Surfaced/
Unsurfaced)
2.10 Existingrightofwaydetails Yes NO NA

Number/Location Yes NO NA
2.11
ofmajorandminorbridges
Number/Locationoflevelc Yes NO NA
2.12
rossings
2.13 Number/Location ofROB Yes NO NA
andRUB
210
2.14 Any otherdetails relevantto Yes NO NA NA
theproject
3 ApproachMethodology Yes NO NA NA

3.1 Engineeringsurveyandin Yes NO NA NA


vestigations
Designofroad,pavementsan Yes NO NA
3.2 NA
dstructures
Environmentandsocial Yes NO NA
3.3 NA
impactassessment
Estimation ofproject Yes NO NA
3.4 NA
cost,viabilityandfinancingoptio
ns
3.5 Any otherdetails relevantto Yes NO NA NA
theproject
Task Yes NO NA
4 NA
AssignmentandManningSchedule
4.1 Numberofkeypersonnelprovided Yes NO NA
NA
Specifictasksassignedtoeachkey Yes NO NA
4.2 NA
personnel
4.3 Manningscheduleforkeype Yes NO NA
NA
rsonnel
4.4 Numberofkeypersonnelde Yes NO NA
NA
ployedatsite
5 Performafordatacollection Yes NO NA
NA
Indicativedesignstandardsandcros Yes NO NA
6 NA
s
sections
7 Developmentplans Yes NO NA
NA
Overviewofdevelopmentplansbe Yes NO NA
7.1 NA
ing
implemented/proposedbylocalb
odies
Overviewofimpact of Yes NO NA
7.2 NA
suchdevelopment
plans
8 QualityAssurancePlan Yes NO NA
NA

8.1 Engineeringsurveysandinvestigation Yes NO NA


NA

8.2 Trafficsurveys Yes NO NA


NA
Materialgeo-technicalandsub-soil Yes NO NA
8.3 NA
investigations
8.4 Roadandpavementinvestigations Yes NO NA
NA
Investigationanddesignofbr Yes NO NA
8.5 NA
idgesand
structures
8.6 EnvironmentandR&Ra Yes NO NA
NA
ssessment
8.7 Economicandfinancialanalysis Yes NO NA
NA
8.8 Drawinganddocumentation Yes NO NA
NA

211
8.9 Any otherdetails relevantto Yes NO NA
NA
theproject
DiscussionofdraftQAPdocumentwit Yes NO NA
8.10 NA
h
client
8.11 ApprovaloffinalQAPdocumentby Yes NO NA
NA
client

9 DraftdesignStandards Yes NO NA
NA
Geometricdesignstandardsofhig Yes NO NA
9.1 NA
hway
(Plain)
Geometricdesignstandardsofhig Yes NO NA
9.2 NA
hway
(Hilly)
10 Conclusionsandrecommendations Yes NO NA
NA
10.1 Conclusionsandrecommendations Yes NO NA
NA
Report Yes NO NA
10.2 NA
fulfilsprojectobjectivesandscope
asperRFP
10.3 Reportreviewedforerrorsandom Yes NO NA
NA
issions
Compliancereportpreparedonclient Yes NO NA
10.4 NA
observations

DPRChecklist–Stage2–FeasibilityReport(Pavements)

GeneralDetails
ProjectName Consultancy Services for:- Preparation of DPR‟s for various work on
NH -89, NH – 62 & NH – 65. (A). Construction of LHS at level crossing
(LC No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City
in the state of Rajasthan. (B) Construction of LHS at level crossing (LC
No. C-61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the
state of Rajasthan.(C). Construction of LHS at level crossing (LC No. C-
06) at Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the
state of Rajasthan (D). Construction of Low height subway/RUB Near
Proposed ROB at Railway Km. 503/0-1 (LC No-85) on NH-89..

Consultant'sName
DateofReview
212
Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specification
s
1 ExecutiveSummary Yes NO NA
NA

Overviewofclientorganization/acti Yes NO NA NA
2
vities

Methodologyadoptedforfeasibility Yes NO NA NA
3
study

Socioeconomic Yes NO NA
4 NA
profileoftheprojectareas

Regionaleconomicprofilebasislast1 Yes NO NA
4.1 NA
0yearsdataasperIRC

Economicprofileofprojectinfluence Yes NO NA
4.2 NA
areabasislast10yearsdataasperIRC

SocioEconomicstatusofprojectinfluenc Yes NO NA NA
4.3
earea

Indicativedesignstandards, Yes NO NA
5 NA
methodologies,andspecifications

6 Trafficsurveysandanalysis Yes NO NA
NA

Classified Yes NO NA
6.1 NA
trafficvolumecountsusingIH
MCLdata(7daydata)
Trafficprojectionmethodology Yes NO NA
6.2 NA
asperIRC:108

6.3 ProjectedTrafficdatafor20years Yes NO NA


NA

6.4 CurrentandProjectedPCU Yes NO NA


NA

6.5 CurrentandProjectedTVU Yes NO NA


NA

6.6 OrigindestinationsurveysasperIR Yes NO NA


NA
C:102
6.7 Speedanddelaystudiesasper Yes NO NA
NA
IRC:102

Trafficsurveys for NA
6.8 Yes NO NA
thedesignofroad junctions as
perdatainIRC:SP:41
Analysis NA
6.9 Yes NO NA
forreplacingrailwaylevelcrossi
ngswithoverbridges/subways
6.10 AxleloadsurveyasperIRC:SP:19 NA
Yes NO NA

213
6.11 Any otherdetails relevantto theproject NA
Yes NO NA
Trafficsurveys NA
6.12 Yes NO NA
monitoredandreviewedbytheclient
7 Reconnaissancesurvey NA
Yes NO NA

7.1 RoadInventory Surveyas NA


perIRC:SP:19 Yes NO NA

7.2 ReviewofRoadInventorysurveyby NA
client Yes NO NA
Chainagewisedetailsof NA
7.3 Yes NO NA
pavementcompositionsurve
y
GeologicalSurvey NA
7.4 Yes NO NA
 GeologicalMapoftheArea
 Seismicity
ClimaticConditions NA
Yes NO NA
 T
7.5
emperature
 R
ainfall
 W
ind
Pavementcompositionandconditio NA
7.6 Yes NO NA
nsurveyasper
IRC:SP:19
Reviewofpavement NA
7.7 Yes NO NA
compositionandconditionsu
rveybyclient
PavementroughnesssurveyasperI NA
7.8 Yes NO NA
RC:SP:16
Reviewofpavementroughnesssur NA
7.9 Yes NO NA
veybyclient
Pavementstructuralstrengthsurve NA
7.10 Yes NO NA
yasperIRC:81
Reviewofpavementstructuralstr NA
7.11 Yes NO NA
engthsurveybyclient
7.12 Subgradecharacteristics andstrengths NA
Yes NO NA
TopographicalsurveyasperIR NA
C:SP:19usingLiDAR Yes NO NA
7.13
 G
radient
 T
errain
7.14 Reviewoftopographicalsurveybycli NA
ent Yes NO NA
Inventoryofbridges,culvertsandstr NA
7.15 Yes NO NA
uctures

214
Conditionsurvey NA
7.16 Yes NO NA
forbridges,culvertsandstructures
Reviewofconditionsurvey NA
7.17 Yes NO NA
forbridges,culverts
andstructuresbyclient
7.18 Any otherdetails relevantto theproject NA
Yes NO NA

8 GeotechnicalSurvey NA
Yes NO NA
Geo-technicalandsub- NA
8.1 Yes NO NA
soilexplorationsasperIRC:78
Bore holesdug for NA
8.2 Yes NO NA
everypierandabutment
Reviewofgeo-technical NA
8.3 Yes NO NA
andsub-
soilexplorationsbyclient
Field testing, NA
8.4 soilsampling,laboratorytestingin Yes NO NA
accordancewithBIS/AASHTO/B
S
RecommendationofFoundationTy NA
8.5 Yes NO NA
peandDepth
8.6 Any otherdetails relevantto theproject NA
Yes NO NA

9 HydraulicandHydrologicalSurvey NA
Yes NO NA
Hydraulic NA
9.1 Yes NO NA
andhydrologicalinvestigationsas
perIRC:SP:13andIRC:5
9.2 HighFloodLevelspecified NA
Yes NO NA

9.3 DepthofWaterTablespecified NA
Yes NO NA

9.4 PondedWaterLevelspecified NA
Yes NO NA

9.5 Any otherdetails relevantto theproject NA


Yes NO NA
Reviewofhydrologicalinvestigation NA
9.6 Yes NO NA
sbyclient
10 MaterialsSurvey NA
Yes NO NA
MaterialsSurveyconductedasperIRC:S NA
10.1 Yes NO NA
P:19
SourcesofNaturallyOccurringAggreg NA
atesspecified Yes NO NA
10.2
 DetailsofBorrowP
itswith Distance
fromProjectSite
 CostofMaterial/
Transportation

215
Sources NA
ofManufacturedItemsspecified Yes NO NA
10.3
 Detailsofsupplierswithd
istancefromprojectsite
 Costofmaterial/t
ransportation
Sourcesofwaterforconstructionspecifi NA
10.4 Yes NO NA
edasperIS:456
10.5 Any otherdetails relevantto theproject NA
Yes NO NA

16 AlignmentOptionsStudy NA
Yes NO NA
Atleasttwoalignmentsproposed NA
16.1 Yes NO NA
 DetailsofAlignmentsonM
ap
16.2 Reviewofoptionswithclient NA
Yes NO NA

16.2. Reviewofoptions with NA


1 localauthority Yes NO NA
Length oftheproject NA
16.3 Yes NO NA
alongproposedalignmentoptions
LandAcquisition NA
16.4 Yes NO NA
requiredalongalignmentoptions
16.4. Environmentalimpact NA
1 ofeachoption Yes NO NA
Reviewofroadgeometryand NA
16.4. Yes NO NA
safety foreachoption
2
16.5 CostEstimatesofalternatives NA
Yes NO NA
RecommendedAlignmentwithJustific NA
16.6 Yes NO NA
ation
16.7 Any otherdetails relevantto theproject NA
Yes NO NA
17 TechnicalSpecifications NA
Yes NO NA
MoRTHtechnicalspecificationsfor NA
17.1 Yes NO NA
Roads andBridgeworksfollowed
17.2 Detailsoftechnicalspecifications NA
Yes NO NA

18 RateAnalysis NA
Yes NO NA
Rateanalysisforallrelevantite NA
18.1 Yes NO NA
msasperlatestSoR
19 CostEstimates NA
Yes NO NA
Costestimates for NA
19.1 Yes NO NA
allrelevantitemsasperlatestSoR
20 Billofquantities NA
Yes NO NA

216
21 Conclusionsandrecommendations NA
Yes NO NA

21.1 Conclusionsandrecommendations NA
Yes NO NA
Report NA
21.2 Yes NO NA
fulfilsprojectobjectivesandscopea
sperRFP
21.3 Reportreviewedforerrorsandom NA
issions Yes NO NA
Compliancereportpreparedo NA
21.4 Yes NO NA
nclientobservations

DPRChecklist–Stage3–LAandClearancesIReport (Pavements)

GeneralDetails
ProjectName Consultancy Services for:- Preparation of DPR‟s for various work on NH
-89, NH – 62 & NH – 65. (A). Construction of LHS at level crossing (LC
No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City in the
state of Rajasthan. (B) Construction of LHS at level crossing (LC No. C-
61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the state of
Rajasthan.(C). Construction of LHS at level crossing (LC No. C-06) at
Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the state of
Rajasthan (D). Construction of Low height subway/RUB Near Proposed
ROB at Railway Km. 503/0-1 (LC No-85) on NH-89..

Consultant'sName
DateofReview

Details/
S.N SECTIONOFTHEREPORT YES/NO/NA Remarks
Specification
o
s
1 ExecutiveSummary Yes No NA NA

217
2 Stripplan-additionaldetailsadded Yes No NA NA

Details of centreline, Yes No NA NA


2.1
existingstructures, road
furniture andotherfeatures
2.2 Wideningscheme Yes No NA NA

Newconstruction/ Yes No NA NA
2.3
reconstructionof
structuresandamenities
2.4 Existingandproposedrightofway Yes No NA NA

2.5 Clearancesimpactingeachch Yes No NA NA


ainage
3 ForestClearance Yes No NA NA

3.1 Requirementfor Yes No NA NA


forestclearanceidentified
Date/Detailsofinitial Yes No NA NA
3.2
consultationwithcompetentauth
ority
Details/costoftreesbeing Yes No NA NA
3.3
felledbasisconcernedDistrictFor
estOffice
Date ofsubmission Yes No NA NA
3.4
ofproposalforforestclearance

3.5 Reviewofproposalbyclient Yes No NA NA

4 WildlifeClearance Yes No NA NA
Requirementforwildlifec Yes No NA NA
4.1
learanceidentified

Date/ Details Yes No NA NA


4.2
ofinitialconsultationwithcompet
ent authority
Details/costoftreesbeing Yes No NA NA
4.3
felledbasis
concernedDistrictForestOffice
Dateofsubmissionofproposalforwil Yes No NA NA
4.4
dlifeclearance

4.5 Reviewofproposalbyclient Yes No NA NA

5 UtilityClearances(Electricity) Yes No NA NA

5.1 Identificationofovergroundutilities Yes No NA NA

Identification Yes No NA NA
5.2 ofundergroundutilitiesusing GPR,
InductionLocatororequivalenttechn
ologies

218
Name/Details Yes No NA NA
5.3
ofconsultationwithlocalauthorit
y/people
Utilityrelocationplanwithexistin Yes No NA NA
5.4 g/proposedlocationshowingexi
stingRoWandtopographicdetail
s
5.5 Costforrelocationasperauthority Yes No NA NA

Dateofproposalsubmissiontoco Yes No NA NA
5.6
mpetentauthority
Reviewofutility relocation Yes No NA NA
5.7
plan/proposalbyclient
6 UtilityClearances(Water) Yes No NA NA

6.1 Identificationofovergroundutilitiesin Yes No NA NA


RoW
Identification Yes No NA NA
6.2 ofundergroundutilitiesusing GPR,
InductionLocatororequivalenttechn
ologies
Name/Details Yes No NA NA
6.3
ofconsultationwithlocalauthorit
y/people
Utilityrelocationplanwithexistin Yes No NA NA
6.4 g/proposedlocationshowingexi
stingRoWand
topographicdetails
6.5 Costforrelocationasperauthority Yes No NA NA

Dateofproposalsubmissiontoco Yes No NA NA
6.6
mpetentauthority
Reviewofutilityrelocationplan/p Yes No NA NA
6.7
roposalbyclient
7 UtilityClearances(Others) Yes No NA NA

7.1 Identificationofovergroundutilitiesin Yes No NA NA


RoW
Identification Yes No NA NA
7.2 ofundergroundutilitiesusing GPR,
InductionLocatororequivalenttechn
ologies
Name/Details Yes No NA NA
7.3
ofconsultationwithlocalauthorit
y/people
Utilityrelocationplanwithexistin Yes No NA NA
7.4 g/proposedlocationshowingexi
stingRoWand
topographicdetails
7.5 Costforrelocationasperauthority Yes No NA NA

219
Dateofproposalsubmissiontoco Yes No NA NA
7.6
mpetentauthority
Reviewofutility relocation Yes No NA NA
7.7
plan/proposalbyclient
8 RailwayClearances Yes No NA NA

IdentificationofROB/RUBonpr Yes No NA NA
8.1
ojectcorridor
Initialconsultationwithcomp Yes No NA NA
8.2
etentauthority
Dateofproposalsubmissiontoco Yes No NA NA
8.3
mpetentauthority
8.4 ReviewofGAD/proposalbyclient Yes No NA NA

9 OtherClearances Yes No NA NA

Requirementforothercl Yes No NA NA
9.1
earancesidentified
Dateofproposalsubmissiontoco Yes No NA NA
9.2
mpetentauthority
9.3 Reviewofproposalbyclient Yes No NA NA

10 LandAcquisition Yes No NA NA

Detailedscheduleabout Yes No NA NA
10.1
acquisition
oflandholdingsasperlandrecord
s
10.2 Consultationwithaffectedpersons Yes No NA NA

10.3 Name/DetailsofconsultationwithNG Yes No NA NA


Os
Name/Detailsofconsultationwithconc Yes No NA NA
10.4
ernedgovernmentagencies
Totallandrequired,landarea Yes No NA NA
10.5
alreadyavailable,landtobeacq
uiredidentified
Reviewoflandacquisition Yes No NA NA
10.6
usingdigitalcadastralmapbycli
ent
10.7 Draft3anotificationsubmitted Yes No NA NA

10.8 Reviewof3anotificationbyclient Yes No NA NA

10.9 Dateof3agazettenotification Yes No NA NA

10.1 Draft3anotificationsubmitted Yes No NA NA


0
10.1 Reviewof3Anotificationbyclient Yes No NA NA
1

220
10.1 Dateof3Agazettenotification Yes No NA NA
2
11 Conclusionsandrecommendations Yes No NA NA

11.1 Conclusionsandrecommendations Yes No NA NA

Report Yes No NA NA
11.2
fulfilsprojectobjectivesandscope
asperRFP
11.3 Reportreviewed for Yes No NA NA
errorsandomissions
Compliancereportpreparedon Yes No NA NA
11.4
clientobservations

DPRChecklist – Stage4–DetailedProjectReport(Pavements)

GeneralDetails
ProjectName Consultancy Services for:- Preparation of DPR‟s for various work on NH -89,
NH – 62 & NH – 65. (A). Construction of LHS at level crossing (LC No. 64)
(Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City in the state of
Rajasthan. (B) Construction of LHS at level crossing (LC No. C-61) (Bikaner
Phatak) km 165.550 on NH-89 in Nagaur City in the state of Rajasthan.(C).
Construction of LHS at level crossing (LC No. C-06) at Deshnok km 248.820 on
NH-62 Nagaur-Bikaner section in the state of Rajasthan (D). Construction of
Low height subway/RUB Near Proposed ROB at Railway Km. 503/0-1 (LC No-
85) on NH-89..

Consultant'sName
DateofReview

Details
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
/Specificati
ons
1 MainReport Yes No NA NA

221
2 Introductionandprojectbackground Yes No NA NA

Overviewofprojectlocation,projectobjectiveset Yes No NA NA
2.1
c.

Overviewofreportstructure,deliverablesetc. Yes No NA NA
2.2

3 Socialanalysisoftheproject Yes No NA NA

Projectimpactonstakeholderssuchaslocalpe Yes No NA NA
3.1
ople

Projectimpacton Yes No NA NA
3.2
residential,commercialandpublicproperties

3.3 Yes No NA NA
Anyotherdetailsrelevanttotheproject

4 Reconnaissancesurvey Yes No NA NA

GeometricFeaturesoftheExistingRoad Yes No NA NA
Yes No NA
DesignSpeed Yes No NA NA
 Sightdistancedetails Yes No NA NA
4.1
 HorizontalAlignmentDetails NA
 VerticalAlignmentDetails
 HeightofEmbankment
TopographicalSurveyusingLiDAR(or Yes No NA NA
equivalenttechnology)asperIRC:SP:19 Yes No NA
NA
4.2
 Gradient
 Terrain
Pavementcompositionandconditionsurveya Yes No NA NA
4.3
sperIRC:SP:19

PavementroughnesssurveyasperIRC:SP:16 Yes No NA NA
4.4

PavementstructuralstrengthsurveyasperIR Yes No NA NA
4.5
C:81

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specificatio
ns
GeologicalSurvey Yes No NA NA
4.6
 GeologicalMapoftheArea
 Seismicity
ClimaticConditions Yes No NA NA
 Temperature
4.7
 Rainfall
 Wind

222
LandUsealongtheexistingali Yes No NA NA
4.8 gnment
 MapoftheProjectAreade
pictingAgricultural/Habitation
/Forest
Area
DetailsofExistingStructures Yes No NA NA
4.9  MapoftheProjectAreadepict
ingHutments/Buildings/Temples/
Publ
icBuilding/AnyOtherSignificantStruc
ture
4.10 Inventoryandconditionsurveyofculve Yes No NA NA
rts
Geo-technicalandsub- Yes No NA NA
4.11
soilexplorationsasperIRC:78

NumberofBoreholesdug Yes No NA NA
4.12
(holesforeverypierandab
utment)
Fieldtesting,soilsampling,labor Yes No NA NA
4.13
atory testingas perIRC:78

RecommendationofFoundationTy Yes No NA NA
4.14
peandDepth

4.15 HydrologicalinvestigationsasperIR Yes No NA NA


C:5
4.16 HighFloodLevelspecified Yes No NA NA

4.17 DepthofWaterTablespecified Yes No NA NA

4.18 PondedWaterLevelspecified Yes No NA NA

MaterialsSurveyconductedasperIRC: Yes No NA NA
4.19
SP:19

Sources Yes No NA NA
ofNaturallyOccurringAggre
4.20 gatesspecified
 DetailsofBorrowP
itswith Distance
fromProjectSite
 CostofMaterial/Transportat
ion
4.20. 1 Sourcesofenvironmentally Yes No NA NA
friendlyconstructionmaterials
identifiedasperMoRT&Hcircular
SourcesofManufacturedItemsspe Yes No NA NA
cified
4.21
 Details of
SupplierswithDistancefrom
ProjectSite
 Cost of

223
Material/Transportation

SourceofWaterforconstructionspe Yes No NA NA
4.22
cifiedasperIS:456

4.23 Any otherdetails relevantto Yes No NA NA


theproject

Traffic Yes No NA NA
5
studiesanddemandforecastdesigns

Classifiedtrafficvolume Yes No NA NA
5.1
countsusingIHMCLdata(7dayd
ata)
Trafficprojectionmethodologya Yes No NA NA
5.2
sperIRC:108

5.3 ProjectedTrafficdatafor20years Yes No NA NA

5.4 CurrentandProjectedPCU Yes No NA NA

5.5 CurrentandProjectedTVU Yes No NA NA

Origin Yes No NA NA
5.6
destinationsurveysasperIRC:10
2
5.7 SpeedanddelaystudiesasperIRC: Yes No NA NA
102

Trafficsurveysforthedesign Yes No NA NA
5.8
ofroad junctions as
perdatainIRC:SP:41
Analysisforreplacingrailway Yes No NA NA
5.9
levelcrossingswithoverbridges
/subways
5.10 AxleloadsurveyasperIRC:SP:19 Yes No NA NA

5.11 Any otherdetails relevantto Yes No NA NA


theproject

Trafficsurveys Yes No NA NA
5.12
monitoredandreviewedbytheclient

6 Costestimates Yes No NA NA

6.1 ProjectcostingasperlatestSoR Yes No NA NA

7 Environmentalaspects Yes No NA NA

224
7.1 Environmentprofileoftheprojectregio Yes No NA NA
n

DetailsofPublicconsultationat Yes No NA NA
7.2
residentialandcommercialsettlements
affected
7.3 Impactanalysisandmitigationm Yes No NA NA
easures

8 Economicandcommercialanalysis Yes No NA NA

8.1 Estimatedcostdetails Yes No NA NA

8.2 Projectedrevenuesdetails Yes No NA NA

8.3 Assumptionsstated Yes No NA NA

Analysis andresults Yes No NA NA


8.4
(IRR,SensitivityAnalysis,Financ
ialViability)
8.5 Conclusionsandrecommenda Yes No NA NA
tions

Financialmodelsharedwithcli Yes No NA NA
8.6
entandreviewed

9 Conclusionsandrecommendations Yes No NA NA

Report Yes No NA NA
9.1
fulfilsprojectobjectivesandscop
easperRFP
9.2 Reportreviewedforerrorsandom Yes No NA NA
issions

Compliancereportpreparedo Yes No NA NA
9.3
nclientobservations

10 DesignReport Yes No NA NA

10.1 Highwayimprovementproposals Yes No NA NA

10.2 Highwaygeometricdesigns Yes No NA NA

10.3 Roadsidedrainage Yes No NA NA

10.4 Intersections Yes No NA NA

225
10.5 Urbanserviceroads Yes No NA NA

10.6 Bus-stops Yes No NA NA

10.7 Tollplazas Yes No NA NA

10.8 Pedestriancrossings Yes No NA NA

10.9 Utilityrelocation Yes No NA NA

10.1 Pavement Yes No NA NA


0

10.1 Structures Yes No NA NA


1

10.1 Any otherdetails relevantto Yes No NA NA


2 theproject

PavementdeflectionsurveyasperIR Yes No NA NA
10.1
C81-1997

10.1 Any otherdetails relevantto Yes No NA NA


4 theproject

11 MaterialsReport Yes No NA NA

11.1 MaterialinvestigationsasperIR Yes No NA NA


C:10

11.2 Reviewofmaterialinvestigationsby Yes No NA NA


client

11.3 Multipleborrowareasidentified Yes No NA NA

11.4 MaterialsurveyasperIRC:SP:19 Yes No NA NA

11.5 Reviewofmaterialsurveybyclient Yes No NA NA

Geo-technicalandsub- Yes No NA NA
11.6
soilexplorationsasperIRC:78

Reviewofgeo-technical Yes No NA NA
11.7
andsub-
soilexplorationsbyclient
Field testing, Yes No NA NA
11.8 soilsampling,laboratorytestingin
accordancewithBIS/AASHTO/B
S

226
Pavementcompositionandconditi Yes No NA NA
11.9
onsurveyasperIRC:SP:19

Review Yes No NA NA
11.10
ofpavementcompositionandcon
ditionsurveybyclient
PavementroughnesssurveyasperI Yes No NA NA
11.11
RC:SP:16

Reviewofpavementroughnesssur Yes No NA NA
11.12
veybyclient

Pavementstructuralstrengthsurve Yes No NA NA
11.13
yasperIRC:81

Reviewofpavementstructuralstr Yes No NA NA
11.14
engthsurveybyclient

WatersampletestsasperMoRTHspec Yes No NA NA
11.15
ifications

11.16 Any otherdetails relevantto Yes No NA NA


theproject

EnvironmentalAssessment Yes No NA NA
12
Report/ResettlementandRehabilita
tionPlan
Optionforalignmentalternativesconsi Yes No NA NA
12.1
deredandconclusions

Landenvironmentdata Yes No NA NA
12.2
collection
anddetails/impact/mitigationmeasu
res
Airenvironmentdata Yes No NA NA
12.3
collection
anddetails/impact/mitigationmeasu
res
Waterresourcesdetails/impa Yes No NA NA
12.4
ct/mitigationmeasures

Noiseenvironmentdetails/im Yes No NA NA
12.5
pact/mitigationmeasures

Biologicalenvironmentdetails/im Yes No NA NA
12.6
pact/mitigationmeasures

12.7 Detailsofpublicconsultation Yes No NA NA

Environmentmonitoringandmanage Yes No NA NA
12.8
mentplan

12.9 Detailsofsocialimpactassessment Yes No NA NA

Detailsofresettlementandre Yes No NA NA
12.1
habilitationactionplan
0
227
12.1 Measurestominimizeresettlement Yes No NA NA
1

Detailsofpublicconsultationwithstake Yes No NA NA
12.1
holders
2
Detailsofimplementationa Yes No NA NA
12.1
rrangement/budget
3
12.1 Any otherdetails relevantto Yes No NA NA
4 theproject

13 TechnicalSpecifications Yes No NA NA

MoRTHtechnicalspecifications Yes No NA NA
13.1
forRoadsandBridgeworksfoll
owed
13.2 Detailsoftechnicalspecifications Yes No NA NA

14 RateAnalysis Yes No NA NA

Rateanalysisforallrelevantite Yes No NA NA
14.1
msasperlatestSoR

15 CostEstimates Yes No NA NA

Costestimates for Yes No NA NA


15.1
allrelevantitemsasperlatestSoR

16 Billofquantities Yes No NA NA

17 DrawingVolume Yes No NA NA

18 Digitaldrawingsofroad Yes No NA NA

18.1 Highwaycrosssections Yes No NA NA

3Dengineeredmodelsof: Yes No NA NA
 Roadalignmentgeometry
18.2
 Proposedhighway
 Proposedstructures

228
DPRChecklist–Stage6–LAandClearancesIIReport(Pavements)

GeneralDetails
ProjectName Consultancy Services for:- Preparation of DPR‟s for various work on NH
-89, NH – 62 & NH – 65. (A). Construction of LHS at level crossing (LC
No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City in the
state of Rajasthan. (B) Construction of LHS at level crossing (LC No. C-
61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the state of
Rajasthan.(C). Construction of LHS at level crossing (LC No. C-06) at
Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the state of
Rajasthan (D). Construction of Low height subway/RUB Near Proposed
ROB at Railway Km. 503/0-1 (LC No-85) on NH-89..

Consultant'sName
DateofReview

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specificatio
ns
1 ExecutiveSummary Yes No NA NA

2 EnvironmentClearance Yes No NA NA

2.1 Detailsofpublichearingsco Yes No NA


mpleted
Dateoffinalenvironmentcl Yes No NA
2.2
earancebycompetent
authority
3 ForestClearance Yes No NA NA

Date/ Details of Yes No NA


3.1
JointsiteinspectionwithDFO/com
petentauthority
DateofStageIforestclearanceapprovalb Yes No NA
3.2
ycompetentauthority

Dateoffinalforestclearanceapprov Yes No NA
3.3
albycompetentauthority

4 WildlifeClearance Yes No NA NA

229
Date/Detailsofjointsiteinspection Yes No NA
4.1
withDFO/competentauthority

Dateoffinalwildlifeclearanceapproval Yes No NA
4.2
bycompetentauthority

5 UtilityClearances(Electricity) Yes No NA NA

Date/Details Yes No NA
5.1
ofJointsiteinspectionwithc
ompetentauthority
Dateofestimatesubmissionbyco Yes No NA
5.2
mpetentauthority

Date ofestimateapproval Yes No NA


5.3
bycompetentauthority

Approvedutilityshiftingproposalinclu Yes No NA
5.4
dingstripplan

Detailsofapprovedcontractors, Yes No NA NA
5.5
SoRanddepositdetailsforuserage
ncy
Utilities Yes No NA
5.6
checklist,noupgradationcertifica
teattached

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specificatio
ns
Dateofestimatesubmissionbyco Yes No NA
6.2
mpetentauthority

Date ofestimateapproval Yes No NA


6.3
bycompetentauthority

Approvedutilityshiftingproposalinclu Yes No NA
6.4
dingstripplan

Detailsofapprovedcontractors,SoR Yes No NA
6.5 NA
and deposit details for useragency

Utilitieschecklist,noupgradationc Yes No NA
6.6
ertificateattached

Dateofestimatesubmissionbyco Yes No NA
7.2
mpetentauthority

Date ofestimateapproval Yes No NA


7.3
bycompetentauthority

Approvedutilityshiftingproposalinclu Yes No NA
7.4
dingstripplan

Detailsofapprovedcontractors, Yes No NA
7.5 NA
SoRanddepositdetailsforuserage
ncy

230
Utilitieschecklist,noupgradationc Yes No NA
7.6
ertificateattached

DateoffinalapprovalofGADbyco Yes No NA
8.2
mpetentauthority

9 OtherClearances Yes No NA N
A
Dateoffinalapprovalbycompeten Yes No NA
9.1
tauthority

10 LandAcquisition Yes No NA N
A
10.1 Draft3anotificationsubmitted Yes No NA

10.2 Reviewof3anotificationbyclient Yes No NA

10.3 Dateof3agazettenotification Yes No NA

10.4 Draft3anotificationsubmitted Yes No NA

10.5 Reviewof3Anotificationbyclient Yes No NA

10.6 Dateof3Agazettenotification Yes No NA

DateofJointMeasurementSurvey Yes No NA
10.7
withcompetentauthority

10.7. Dateofsurvey-villagewise Yes No NA N


1 A
10.7. Landtype–bysurveynumber Yes No NA N
2 A
10.7. NatureofLand–bysurveynumber Yes No NA N
3 A
10.7. Ownershipstatusofplots- Yes No NA
N
4 bysurveynumber
A
10.7. Verificationofareatobeacquir Yes No NA
N
5 ed–bysurveynumber
A
10.7. Listofstructuresoneachplot Yes No NA N
6 A
10.7. Sketchesofupdatedalignmentbyvillag Yes No NA N
7 e A
10.7. Verification Yes No NA N
8 fromLandrevenuedepartment A
10.7. VerificationbyCALAoffice Yes No NA N
9 A

231
DPRChecklist–Stage7–Awarddetermination(Pavements)

GeneralDetails
ProjectName Consultancy Services for:- Preparation of DPR‟s for various work on NH
-89, NH – 62 & NH – 65. (A). Construction of LHS at level crossing (LC
No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City in the
state of Rajasthan. (B) Construction of LHS at level crossing (LC No. C-
61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the state of
Rajasthan.(C). Construction of LHS at level crossing (LC No. C-06) at
Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the state of
Rajasthan (D). Construction of Low height subway/RUB Near Proposed
ROB at Railway Km. 503/0-1 (LC No-85) on NH-89..

Consultant'sName
DateofReview

Details/S
S.N SECTIONOFTHEREPORT YES/NO/NA Remarks
pecifications
o

1 ExecutiveSummary Yes No NA N
A
2 Villagelevelsummary Yes No NA N
A
Totalprivateandpubliclandbe Yes No NA
2.1 N
ingacquired
A
Variationinareaandnature Yes No NA
2.2 N
oflandagainst3Dwithjus
A
tification
2.3 MethodusedbyCALAtoarriveataw Yes No NA N
ard A
DateofawardbyCALAandap Yes No NA
2.4
provalby
ChiefEngineer (NH),
PWDRajasthan,JacobRoad,Jaipu
ralongwithvaluationreport
Total award Yes No NA
2.5 N
calculatedanddeviationfromRF
A
CTLARRact
3 IndetailforeachVillage Yes No NA N
A
Updatedlandacquisitiontrack Yes No NA
erwithstatusof:
3.1  Notifications N
 Award A

 Disbursement
Valuation reportanddetails Yes No NA
3.2 ofawardcalculation- N
A
verificationbystateauthoritytobein
cluded

232
3.3 Claimsreport Yes No NA N
A
3.4 Copiesofnotificationspublished Yes No NA N
A
Copies Yes No NA
3.5 N
oflandpossessioncertificatesreceived
A
4 Conclusionsandrecommendations Yes No NA N
A
1 Conclusionsandrecommendations Yes No NA N
A
Report Yes No NA
4.2 N
fulfilsprojectobjectivesandscopea
A
sperRFP
4.3 Reportreviewed for Yes No NA N
errorsandomissions A
Compliancereportpreparedo Yes No NA
4.4 N
nclientobservations
A

233
DPR Checklist –Stage 8–Land

GeneralDetails
ProjectName Consultancy Services for:- Preparation of DPR‟s for various work on NH
-89, NH – 62 & NH – 65. (A). Construction of LHS at level crossing (LC
No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City in the
state of Rajasthan. (B) Construction of LHS at level crossing (LC No. C-
61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the state of
Rajasthan.(C). Construction of LHS at level crossing (LC No. C-06) at
Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the state of
Rajasthan (D). Construction of Low height subway/RUB Near Proposed
ROB at Railway Km. 503/0-1 (LC No-85) on NH-89..

Consultant'sName
DateofReview

Details/
S.N SECTIONOFTHEREPORT YES/NO/NA Remarks
Specification
o
s
1 ExecutiveSummary Yes No NA NA

2 Villagelevelsummary Yes No NA NA

Totalprivateandpubliclandbeingacq Yes No NA
2.1 NA
uired

Date of final award by CALA Yes No NA


2.2
andapproval by Chief Engineer
(NH),PWDRajasthan,JacobRoad,
Jaipur
Statusofdisbursementondateof Yes No NA
2.3 NA
receiptofLandpossessioncer
tificate
Keyissuesbeingfacedincompletingla Yes No NA
2.4 NA
ndacquisition,if
any
3 IndetailforeachVillage Yes No NA NA

Updatedlandacquisition Yes No NA
trackerwithstatusof:
3.1  Notifications NA
 Award
 Disbursement
3.2 Finalawardandclaimsreport Yes No NA NA

Copiesofnotificationspublished,land Yes No NA
3.3 NA
possessioncertificates
received
234
4 Conclusionsandrecommendations Yes No NA NA

4.1 Conclusionsandrecommend Yes No NA NA


ations
Report Yes No NA
4.2 NA
fulfilsprojectobjectivesandscopeas
perRFP
4.3 Reportreviewed for Yes No NA NA
errorsandomissions
Compliancereportpreparedo Yes No NA
4.4 NA
nclientobservations

GISMapcontainingdigitseddetai Yes No NA
5 ls of land parcels NA
acquiredwithallrelevantdet
ails

AnnexureIII:ChecklistsforStructuressuchasROB/RUBDPR

Checklist–Stage 1–InceptionReport(Structures)

GeneralDetails
ProjectName Consultancy Services for:- Preparation of DPR‟s for various work on
NH -89, NH – 62 & NH – 65. (A). Construction of LHS at level crossing
(LC No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City
in the state of Rajasthan. (B) Construction of LHS at level crossing (LC
No. C-61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the
state of Rajasthan.(C). Construction of LHS at level crossing (LC No. C-
06) at Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the
state of Rajasthan (D). Construction of Low height subway/RUB Near
Proposed ROB at Railway Km. 503/0-1 (LC No-85) on NH-89..

Consultant'sName
DateofReview

Details/Sp
S.N SECTIONOFTHEREPORT YES/NO/NA Remarks
ecifications
o

1 ExecutiveSummary Yes No NA N
A
2 ProjectAppreciation Yes No NA N
A
2.1 Locationofsiteoffice Yes No NA

ReviewofscopeofToRandgapident Yes No NA
2.2 N
ification
A

235
Detailsofkeydepartmentsfordo Yes No NA
2.3
cuments

Projectdescription Yes No NA
Yes No NA
 ExistingLCnumber
2.4
 StartandEndChainage
 Village/District
Projectlocationmap Yes No NA
Yes No NA
 OnStateMap
2.5  OnDistrictMap
 Latitude&Longi
tudeCoordinatesoftheL
C
DetailsofExistingLevelCrossing Yes No NA
Yes No NA
 NumberofRailwayTracks
Yes No NA
2.6  TypeofRailway
Tracks(Broad/Metre/Narro
w)
 No.oftrainsperday
Justificationforneedofan Yes No NA
2.7 N
ROB/RUB(on basis
A
ofTVUcount)
2.8 Overviewoflanduseplans Yes No NA N
A
Overviewofexistingpavementco Yes No NA
nditions
2.9  NumberofLanes
Type
ofPavement(Flexible/Rigid/Sur
faced/Unsurfaced)
.10 Existingrightofwaydetails Yes No NA

2.11 Any otherdetails relevantto Yes No NA N


theproject A
3 ApproachMethodology Yes No NA N
A
3.1 Engineeringsurveyandi Yes No NA N
nvestigations A
Design Yes No NA
3.2 N
ofroad,pavementsandstruc
A
tures
Environmentandsocial Yes No NA
3.3 N
impactassessment
A
Estimation ofproject Yes No NA
3.4 N
cost,viabilityandfinancingoptio
A
ns
3.5 Any otherdetails relevantto Yes No NA N
theproject A
TaskAssignmentandManningSc Yes No NA
4 N
hedule
A

236
4.1 Numberofkeypersonnelp Yes No NA
rovided
Specifictasksassignedtoeachkey Yes No NA
4.2 N
personnel
A
4.3 Manningscheduleforkeyp Yes No NA N
ersonnel A
Numberofkeypersonneld Yes No NA
4.4
eployedatsite

5 Performafordatacollection Yes No NA N
A
IndicativeDesignstandardsan Yes No NA
6 N
dcrosssections
A
7 Developmentplans Yes No NA N
A
Overviewofdevelopmentplansb Yes No NA
7.1 N
eingimplemented/proposedbyl
ocalbodies A

Overviewofimpact of Yes No NA
7.2 N
suchdevelopmentplans
A
8 QualityAssurancePlan Yes No NA N
A
8.1 Engineeringsurveysandi Yes No NA N
nvestigation A
8.2 Trafficsurveys Yes No NA N
A

Materialgeo-technicalandsub- Yes No NA
8.3 N
soilinvestigations
A
8.4 Roadandpavementinves Yes No NA N
tigations A
Investigationanddesignofbr Yes No NA
8.5 N
idgesandstructures
A
8.6 EnvironmentandR&Ra Yes No NA N
ssessment A
8.7 Economicandfinancialanalysis Yes No NA N
A

Details/
S.N SECTIONOFTHEREPORT YES/NO/NA Remarks
Specification
o
s
8.8 Drawinganddocumentation Yes No NA N
A
DiscussionofdraftQAPdocument Yes No NA
8.9 N
withclient
A
ApprovaloffinalQAPdocument Yes No NA
8.10 N
byclient
A

237
8.11 Anyotherdetailsrelevanttothepro Yes No NA N
ject A
9 Draftdesignstandards Yes No NA N
A
Geometricdesignstandardsofbri Yes No NA
9.1 N
dges(Plain)
A
Geometricdesignstandardsofbri Yes No NA
9.2 N
dges(Hilly) A
9.3 Anyotherdetailsrelevanttothepro Yes No NA N
ject A
10 Conclusionsandrecommendations Yes No NA N
A
10.1 Conclusionsandrecommendations Yes No NA N
A
Report Yes No NA
10.2 N
fulfilsprojectobjectivesandscop
A
easperRFP
Reportreviewed for Yes No NA
10.3 N
errorsandomissions
A
Compliancereportpreparedon Yes No NA
10.4 N
clientobservations
A

DPRChecklist–Stage 2–FeasibilityReport(Structures)

238
GeneralDetails
ProjectName Consultancy Services for:- Preparation of DPR‟s for various work on
NH -89, NH – 62 & NH – 65. (A). Construction of LHS at level crossing
(LC No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City
in the state of Rajasthan. (B) Construction of LHS at level crossing (LC
No. C-61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the
state of Rajasthan.(C). Construction of LHS at level crossing (LC No. C-
06) at Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the
state of Rajasthan (D). Construction of Low height subway/RUB Near
Proposed ROB at Railway Km. 503/0-1 (LC No-85) on NH-89..

Consultant'sName
DateofReview

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specificatio
ns
1 ExecutiveSummary Yes No NA NA

Overviewofclientorganizat Yes No NA
2 NA
ion/activities

Methodologyadoptedforfe Yes No NA
3 NA
asibilitystudy

Socioeconomic Yes No NA
4 NA
profileoftheprojectareas

Regionaleconomicprofilebasislast1 Yes No NA
4.1 NA
0yearsdataasperIRC

Economicprofileofprojectinfluence Yes No NA
4.2 NA
areabasislast10yearsdataasperIRC

SocioEconomicstatusofprojectinfluenc Yes No NA
4.3 NA
earea

Indicativedesignstandards, Yes No NA
5 NA
methodologies,andspecifica
tions
6 Trafficsurveysandanalysis Yes No NA NA

Classified Yes No NA
6.1 NA
trafficvolumecountsusingIH
MCLdata(7day)
Trafficprojectionmethodologyas Yes No NA
6.2 NA
perIRC:108

6.3 ProjectedTrafficdatafor20years Yes No NA NA

6.4 CurrentandProjectedPCU Yes No NA

6.5 CurrentandProjectedTVU Yes No NA

239
6.6 AxleloadsurveyasperIRC:SP:19 Yes No NA NA

6.7 Anyotherdetailsrelevanttothe Yes No NA NA


project

Trafficsurveys Yes No NA
6.8 NA
monitoredandreviewedbytheclient

7 Reconnaissancesurvey Yes No NA NA

7.1 RoadInventoryasperIRC:SP:19 Yes No NA NA

7.2 ReviewofRoadInventorySurveybyc Yes No NA NA


lient

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specificatio
ns
GeometricFeaturesoftheExistingRoad Yes No NA
 DesignSpeed
7.3  Sightdistanceelements N
 HorizontalAlignmentDetails A
 VerticalAlignmentDetails
 HeightofEmbankment

TopographicalSurveyasperIR Yes No NA
C:SP:19usingLiDARorequival
7.4 enttechnology N
A
 Gradient
 Terrain
7.5 Reviewoftopographicalsurveybycli Yes No NA N
ent A
Pavementcompositionand Yes No NA
7.6 N
conditionsurveyasperIR
A
C:SP:19
GeologicalSurvey Yes No NA
7.7 N
 GeologicalMapoftheArea
A
 Seismicity
ClimaticConditions Yes No NA

7.8  Temperature N
 Rainfall A
 Wind
LandUsealongtheexistingali Yes No NA
7.9 gnment N
A
 MapoftheProjectAreade
pictingAgricultural/Habitation
/ForestArea

240
DetailsofExistingStructures Yes No NA

7.10  MapoftheProjectAreadepict N
ingHutments/Buildings/Temples/ A
PublicBuilding/AnyOtherSignifica
nt
Structure
7.11 Inventoryandconditionsurveyofculver Yes No NA N
ts A
7.12 Any otherdetails relevantto Yes No NA N
theproject A
8 GeotechnicalSurvey Yes No NA N
A
Geo-technicalandsub- Yes No NA
8.1 N
soilexplorationsasperIRC:78
A
NumberofBoreholesdug(holdsforev Yes No NA
8.2
erypierandabutment)

Reviewofgeo-technical Yes No NA
8.3 N
andsub-
A
soilexplorationsbyclient
Fieldtesting,soilsampling,la Yes No NA
8.4 N
boratory testingas
A
perIRC:78
RecommendationofFoundationTyp Yes No NA
8.5
eandDepth

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specificatio
ns
8.6 Any otherdetails relevantto Yes No NA NA
theproject
9 Hydraulic&HydrologicalSurvey Yes No NA NA

Hydrologicalinvestigationsaspe Yes No NA
9.1 NA
rIRC:5andIRC:13

9.2 HighFloodLevelspecified Yes No NA NA

9.3 DepthofWaterTablespecified Yes No NA NA

9.4 PondedWaterLevelspecified Yes No NA NA

9.5 Any otherdetails relevantto Yes No NA NA


theproject
9.6 ReviewofHydrologicalSurveybyth Yes No NA NA
eclient
10 MaterialsSurvey Yes No NA NA

MaterialsSurveyconductedasperIRC:S Yes No NA
10.1 NA
P:19

241
SourcesofNaturallyOccurringAggrega Yes No NA
tesspecified
10.2
 Details
ofBorrowPitswith
Distance fromProjectSite
 CostofMaterial/Transp
ortation
Sources Yes No NA
ofManufacturedItemsspecified
10.3 NA
 DetailsofSupplierswithD
istancefromProjectSite
 CostofMaterial/Transp
ortation
SourceofWaterforconstructionspe Yes No NA
10.4 NA
cifiedasperIS:456

10.5 Anyotherdetailsrelevanttothepro Yes No NA NA


ject
Determination Yes No NA
11 NA
ofwhetherROBorRUBisappropri
ate
Justification Yes No NA
11.1 NA
ofwhetherROBorRUBshould
bebuilt
11.2 Reviewofjustificationbyclient Yes No NA NA

12 AlignmentOptionsStudy Yes No NA NA
Atleasttwoalignmentsproposed Yes No NA
12.1 NA
 DetailsofAlignmentsonM
ap
12.2 Reviewofoptionswithclient Yes No NA NA

12.2. Reviewofoptions with Yes No NA NA


1 localauthority
Length oftheproject Yes No NA
12.3 NA
alongproposedalignmentopt
ions
LandAcquisition Yes No NA
12.4 NA
requiredalongalignmentoptions

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specificatio
ns
12.5 CostEstimatesofalternatives Yes No NA N
A
12.6 RecommendedAlignmentwithJustifica Yes No NA
tion
SkewAngleofProposedAl Yes No NA
12.7
ignmentSpecified

242
12.7. Environmentalimpactofeachop Yes No NA
1 tion
Reviewofroadgeometryandsaf Yes No NA
12.7. N
etyforeachoption
2 A
12.9 TrafficDiversionRouteSpecified Yes No NA N
A
12.1 Any otherdetails relevantto Yes No NA N
0 theproject A
Environmentalscreening/preliminar Yes No NA
13 N
yenvironmentalassessment
A

AnalysisbasisInitialEnvironmentExam Yes No NA
13.1 N
inationinIRC:SP:19
A
Recommendedfeasiblemitigat Yes No NA
13.2 N
ionmeasures
A
Initialsocialassessment/preliminary Yes No NA
14 N
LAresettlementplan
A
AnalysisbasisInitialEnvironmentExam Yes No NA
14.1 N
inationinIRC:SP:19
A
Detailsofconsultation Yes No NA
14.2 N
withpotentiallyaffectedpers
A
ons
14.3 DetailsofconsultationwithlocalN Yes No NA N
GOs A
Detailsofconsultationwithm Yes No NA
14.4 N
unicipalauthorities
A
14.5 Preliminaryresettlementplan Yes No NA N
A
14.6 Any otherdetails relevantto Yes No NA N
theproject A
15 Costestimates Yes No NA N
A
15.1 Itemratesandrateanalysis Yes No NA N
A
15.2 Escalation Yes No NA N
A
16 Economicandfinancialanalysis Yes No NA N
A
16.1 Estimatedcostdetails Yes No NA N
A
16.2 Projectedrevenuesdetails Yes No NA N
A
16.3 Assumptionsstated Yes No NA N
A
Analysisandresults Yes No NA

16.4  IRR N
 SensitivityAnalysis A
 FinancialViability

243
Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specificatio
ns
16.5 Any otherdetails relevantto Yes No NA NA
theproject
17 StripPlan NA
17.1 Detailsofcenterlineofproposedstruct Yes No NA NA
ure
17.2 DetailsofexistingRoW Yes No NA

17.3 DetailsofproposedRoW Yes No NA

Detailsaboutownershipofland Yes No NA
17.4 NA
tobeacquired

Stripplanbasisreconnaissancean Yes No NA
17.5 NA
dtopographicsurveys

Stripplanreviewedandapprove Yes No NA
17.6 NA
dbytheclient

17.7 Any otherdetails relevantto Yes No NA NA


theproject
11 Stripplan-additionaldetailsadded Yes No NA NA

Detailsofcentreline,existingstruct Yes No NA
11.1 NA
ures,roadfurnitureandotherfeatu
res
11.2 Wideningscheme Yes No NA NA

Newconstruction/reconstructio Yes No NA
11.3 NA
nofstructures
andamenities
11.4 Existingandproposedrightofway Yes No NA NA

11.5 Clearancesimpactingeachchaina Yes No NA NA


ge

DPRChecklist–Stage 3–LAandClearancesIReport (Structures)

GeneralDetails
ProjectName Consultancy Services for:- Preparation of DPR‟s for various work on

244
NH -89, NH – 62 & NH – 65. (A). Construction of LHS at level crossing
(LC No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City
in the state of Rajasthan. (B) Construction of LHS at level crossing (LC
No. C-61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the
state of Rajasthan.(C). Construction of LHS at level crossing (LC No. C-
06) at Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the
state of Rajasthan (D). Construction of Low height subway/RUB Near
Proposed ROB at Railway Km. 503/0-1 (LC No-85) on NH-89..

Consultant'sName
DateofReview

Details/S
S.N SECTIONOFTHEREPORT YES/NO/NA Remarks
pecificatio
o
ns
ExecutiveSummary Yes No NA NA
1
EnvironmentClearance Yes No NA NA
2
2.1 Requirementforenvironment Yes No NA
NA
clearanceidentified
2.2 Date/DetailsofInitialconsultationwith Yes No NA
competentauthority

DateofsubmissionofdraftEIAreport/proposalf Yes No NA NA
2.4 orclearance
Yes No NA NA
Reviewofproposal/EIAreportbyclient
3 ForestClearance Yes No NA NA

3.1 Requirementforforestclearanceidentified Yes No NA NA

3.2 Date/Detailsofinitialconsultationwithcompete Yes No NA


ntauthority
3.3 Details/costoftreesbeingfelledbasis Yes No NA
concernedDistrictForestOffice Yes No NA
3.4
Dateofsubmissionofproposalforforestcle Yes No NA NA
3.5 arance
Yes No NA NA
Reviewofproposalbyclient
4 WildlifeClearance Yes No NA NA
4.1 Requirementforwildlifeclearance Yes No NA NA
identified
4.2 Date/Detailsofinitialconsultationwith Yes No NA
competentauthority
4.3 Details/costoftreesbeingfelledbasis Yes No NA
concernedDistrictForestOffice Yes No NA
4.4
Dateofsubmissionofproposalfor Yes No NA
4.5 wildlifeclearance
NA
Reviewofproposalbyclient Yes No NA

Yes No NA NA
5 UtilityClearances(Electricity)
Yes No NA NA
5.1 Identificationofovergroundutilities

245
Details/S
S.N SECTIONOFTHEREPORT YES/NO/NA Remarks
pecification
o
s
Identificationofundergroundutilities Yes No NA
5.2 usingGPR,InductionLocatororeq NA
uivalenttechnologies
Name/Detailsofconsultationwith Yes No NA
5.3
localauthority/people
Utilityrelocationplanwithexisting/ Yes No NA NA
5.4 proposedlocationshowingexisting
RoWandtopographicdetails Yes No NA
5.5 es
Costforrelocationasperauthority Yes No NA
5.6
Dateofproposalsubmissionto Yes No NA
5.7 competentauthority
NA
Reviewofutilityrelocationplan/ Yes No NA
proposalbyclient
6 UtilityClearances(Water) Yes No NA NA

6.1 IdentificationofovergroundutilitiesinRoW Yes No NA NA


Identificationofundergroundutilities Yes No NA
6.2 usingGPR,InductionLocatororeq NA
uivalenttechnologies

6.3 Name/Detailsofconsultationwith Yes No NA


localauthority/people
Utilityrelocationplanwithexisting/ Yes No NA NA
6.4 proposedlocationshowingexisting
RoWandtopographicdetails Yes No NA
6.5
Costforrelocationasperauthority Yes No NA
6.6 NA
Dateofproposalsubmissionto Yes No NA
6.7 competentauthority NA
Reviewofutilityrelocationplan/ Yes No NA
proposalbyclient
7 UtilityClearances(Others) Yes No NA NA
7.1 Identificationofovergroundutilitiesin Yes No NA NA
RoW
Identificationofundergroundutilities Yes No NA
7.2 usingGPR,InductionLocatororeq NA
uivalenttechnologies
7.3 Name/Detailsofconsultationwith Yes No NA
localauthority/people

7.4 Utilityrelocationplanwithexisting/ Yes No NA NA


proposedlocationshowingexisting
7.5 RoWandtopographicdetails Yes No NA
Costforrelocationasperauthority Yes No NA
7.6
Dateofproposalsubmissionto
competentauthority

246
Detailed scheduleaboutacquisitionoflandholdingsasperlandrecords
Consultationwithaffectedperson‟sName/DetailsofconsultationwithNGOsDetailsofconsultationwith
concernedgovernmentagencies
Totallandrequired,landareaalready available, landtobeacquiredidentified
Reviewoflandacquisitionusingdigitalcadastralmapbyclient

Stripplan‐ additionaldetailsadded

Detailsofcentreline,existingstructures,roadfurniture andother features

Wideningscheme

New construction/ reconstruction ofstructuresandamenities

Existing and proposed rightofwayClearancesimpactingeach

chainageConclusionsandrecommendationsConclusionsandrecommendations

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specificatio
nns
Report Yes No NA
12.2 NA
fulfilsprojectobjectivesandscopeas
perRFP
12.3 Reportreviewed for Yes No NA NA
errorsandomissions
Compliancereportpreparedon Yes No NA
12.4 NA
clientobservations

DPRChecklist –Stage4–DetailedProjectReport(Structures)

247
GeneralDetails
ProjectName Consultancy Services for:- Preparation of DPR‟s for various work on
NH -89, NH – 62 & NH – 65. (A). Construction of LHS at level crossing
(LC No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City
in the state of Rajasthan. (B) Construction of LHS at level crossing (LC
No. C-61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the
state of Rajasthan.(C). Construction of LHS at level crossing (LC No. C-
06) at Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the
state of Rajasthan (D). Construction of Low height subway/RUB Near
Proposed ROB at Railway Km. 503/0-1 (LC No-85) on NH-89..

Consultant'sName
DateofReview

Details/S
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
pecification
s
1 Projectbackground Yes No NA NA

Projectdescription Yes No NA
 ExistingLCnumber
1.1
 StartandEndChainage
 Village/District
Projectlocationmap
 OnStateMap
1.2  OnDistrictMap Yes No NA
 Latitude&Longitude
CoordinatesoftheLC
DetailsofExistingLevelCrossing Yes No NA
 NumberofRailwayTracks
1.3  TypeofRailwayT
racks
(Broad/Metre/Narrow)
 No.oftrainsperday
Justification Yes No NA
1.4 NA
forneedofanROB/RUB(on basis
ofTVUcount)
1.5 Overviewoflanduseplans Yes No NA NA

Overviewofexistingpavementco Yes No NA
nditions
1.6
 NumberofLanes
 TypeofPavement(Flexi
ble/Rigid/Surfaced/Unsurfac
ed)
1.7 Existingrightofwaydetails Yes No NA

1.8 Any otherdetails relevantto theproject Yes No NA NA

248
2 Socialanalysisoftheproject Yes No NA NA

Projectimpacton Yes No NA
2.1 NA
stakeholderssuchaslocalpeople

Projectimpacton Yes No NA
2.2 NA
residential,commercialandpublicprop
erties
2.3 Any otherdetails relevantto theproject Yes No NA NA

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specificatio
ns
3 Reconnaissancesurvey Yes No NA NA

GeometricFeaturesoftheExistingRoad Yes No NA
 DesignSpeed
3.1  Sightdistancedetails
 HorizontalAlignmentDetails
 VerticalAlignmentDetails
 HeightofEmbankment

Topographical Yes No NA
SurveyusingLiDARorequivalentte
3.2 NA
chnologyasperIRC:SP:19
 Gradient
 Terrain
Pavementcompositionand Yes No NA
3.3 NA
conditionsurveyasperIR
C:SP:19
GeologicalSurvey Yes No NA
3.4 NA
 GeologicalMapoftheArea
 Seismicity
ClimaticConditions Yes No NA
 Temperature
3.5 NA
 Rainfall
 Wind
LandUsealongtheexistingali Yes No NA
3.6 gnment NA
 MapoftheProjectAreade
pictingAgricultural/Habitation
/Forest
Area
DetailsofExistingStructures Yes No NA

3.7  MapoftheProjectAreadepict NA
ingHutments/Buildings/Temples/
Publ
icBuilding/AnyOtherSignificantStruc
ture
249
3.8 Inventoryandconditionsurveyofculve Yes No NA NA
rts
Geo-technicalandsub- Yes No NA
3.9 NA
soilexplorationsasperIRC:78

NumberofBoreholesdug(holdsforev Yes No NA
3.10
erypierandabutment)

Fieldtesting,soilsampling,labor Yes No NA
3.11 NA
atory testingas perIRC:78

RecommendationofFoundationTyp Yes No NA
3.12
eandDepth

HydraulicandHydrologicalinvestigati Yes No NA
3.13 NA
onsasperIRC:5

3.14 HighFloodLevelspecified Yes No NA NA

3.15 DepthofWaterTablespecified Yes No NA NA

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specificatio
ns
3.16 PondedWaterLevelspecified Yes No NA NA

MaterialsSurveyconductedasperIRC Yes No NA
3.17 NA
:SP:19

Sources Yes No NA
ofNaturallyOccurringAggregatesspeci
3.18
fied
 Details
ofBorrowPitswith
Distance fromProjectSite
 CostofMaterial/Transp
ortation
Sources Yes No NA
ofManufacturedItemsspecified
3.19 NA
 DetailsofSupplierswithD
istancefromProjectSite
 CostofMaterial/Transportati
on
Sources Yes No NA
3.19. ofenvironmentallyfriendlyconstr NA
1 uctionmaterialsidentifiedasperM
oRT&Hcircular
SourceofWaterforconstructionspe Yes No NA
3.20 NA
cifiedasperIS:456

3.21 Any otherdetails relevantto theproject Yes No NA NA

4 Trafficsurveysandanalysis Yes No NA NA

250
Classified Yes No NA
4.1 NA
trafficvolumecountsusingIH
MCLdata(7day)
4.2 TrafficprojectionasperIRC:108 Yes No NA NA

4.3 ProjectedTrafficdatafor20years Yes No NA NA

4.4 CurrentandProjectedPCU Yes No NA

4.5 CurrentandProjectedTVU Yes No NA

4.6 AxleloadsurveyasperIRC:SP:19 Yes No NA NA

4.7 Anyotherdetailsrelevanttothepro Yes No NA NA


ject
Determination Yes No NA
5 NA
ofwhetherROBorRUBisappropria
te
Justification Yes No NA
5.1 NA
ofwhetherROBorRUBshould
bebuilt

6 AlignmentOptionsStudy Yes No NA NA

Atleasttwoalignmentsproposed Yes No NA
6.1 NA
 DetailsofAlignmentsonM
ap
Length oftheproject Yes No NA
6.2 NA
alongproposedalignmentoptions

LandAcquisition Yes No NA
6.3 NA
requiredalongalignmentoptions

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specificatio
ns
6.4 CostEstimatesofalternatives Yes No NA NA

RecommendedAlignmentwithJustific Yes No NA
6.5
ation

SkewAngleofProposedAlig Yes No NA
6.6
nmentSpecified

6.7 TrafficDiversionRouteSpecified Yes No NA NA

6.8 Any otherdetails relevantto theproject Yes No NA NA

7 DesignSpecifications Yes No NA NA

251
7.1 NumberofLanes Yes No NA

WidthofROB Yes No NA
 WidthofCarriageway
7.2  WidthofSafetyKerbs
 WidthofFootpath
 Anyother
ProposedNumberofLaneson Yes No NA
7.3 NA
ROBinlinewithPCUasperlatestMoRT
Hguidelines
ProposedLengthoftheProject Yes No NA
 LengthofROB
7.4  LengthofViaduct
 LengthofREWall
 LengthofApproachRoad
 LengthofServiceRoad
SpanArrangement Yes No NA
7.5
 SpanLength
 NumberofSpans
Areallspansofstandardisedlengtha Yes No NA
sperRailwaysstandards(https://ir
7.6 cep.gov.in/RCApproval/) NA

 Ifnon-
standardised,suitablejustificat
ionprovided
DetailsofProposedSuperstructureDesi Yes No NA
gn
7.7 NA
 Type
 DetailsofMaterialUsePr
oposed
 DrawingsofCross-Sections
DetailsofProposedSubstructureDesig Yes No NA
nType
7.8 NA
 DetailsofMaterialUsePr
oposed
 DrawingsofCross-Sections

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specificatio
ns

252
Details Yes No NA
ofProposedPavementDesignType
7.9  DetailsofMaterialUsePr NA
oposed
 Thickness
 DesignMSA
 DrawingsofCross-Sections
7.10 Details Yes No NA NA
ofDrainageStructuresProposed
7.11 Any otherdetails relevantto theproject Yes No NA NA

8 Costestimates Yes No NA NA

Summary Yes No NA
8.1
ofCostEstimates(Referfollowings
ubsection)
2 DetailedAbstractofCost Yes No NA NA

8.3 DetailedBillsofQuantity Yes No NA NA

8.4 DetailedRateAnalysis Yes No NA NA

9 FinancialViability Yes No NA NA

9.1 Estimatedcostdetails Yes No NA NA

9.2 Projectedrevenuesdetails Yes No NA NA

9.3 Assumptionsstated Yes No NA NA

Analysisandresults Yes No NA

9.4  IRR
 SensitivityAnalysis
 FinancialViability
10 LandAcquisitionStudy Yes No NA NA

LandAcquisitionDetails Yes No NA

10.1  TotalLandRequired
 LandAreaalreadyavailable
 AreaofLandtobeAcquired
10.3 DetailsofLACost Yes No NA

11 UtilityShiftingStudy Yes No NA NA

11.1 ResultsofGPRinvestigation Yes No NA NA

Utilityrelocationplanwithexi Yes No NA
11.2 sting/proposedlocation NA
showingexistingRoWandtopographic
details
253
11.3 Costforrelocationasperauthority Yes No NA

12 GeneralArrangementDrawing Yes No NA NA

12.1 ElevationofRailwayPortion Yes No NA NA

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specificatio
ns
12.2 PlanofRailwayPortion Yes No NA NA

12.3 GeneralElevation Yes No NA NA

GeneralPlan(showingcompleteRO Yes No NA
12.4 NA
B/RUBalongwithdiversion)

12.5 KeyPlan Yes No NA NA

12.6 Cross-SectionofRailwayPortion Yes No NA NA

3Dengineeredmodelsof: Yes No NA
 Existingstructure,ifany
12.7
 Proposedstructure
 UtilitiesandotherfeaturesinRo
W

CostSummaryTable

S.No Particula CostEstimate(in'000)


. rs

254
1 CostofROBPortion
Foundation
Substructure
Superstructure
Total-ROBPortion

2 CostofViaduct
Foundation
Substructure
Superstructure
Total-Viaduct

3 CostofApproachRoad

4 CostofREWall

5 CostofServiceRoad

6 MiscellaneousCosts
CostofSubway
CostofTollPlaza
CostofCulverts
AnyOtherCosts

CivilCostoftheProject
7 Contingencies@x%
TotalCivilCost
8 SupervisionCharges@x%
9 CostofQualityControl@x%
10 MaintenanceCharges@x%
11 EscalationCosts@x%
12 LandAcquisitionCosts
13 UtilityShiftingCosts
14 AnyOtherCosts

TotalCostoftheProject

DPRChecklist–Stage5–Technical Schedules(Structures)

GeneralDetails
ProjectName Consultancy Services for:- Preparation of DPR‟s for various work on
NH -89, NH – 62 & NH – 65. (A). Construction of LHS at level crossing
(LC No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City
in the state of Rajasthan. (B) Construction of LHS at level crossing (LC

255
No. C-61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the
state of Rajasthan.(C). Construction of LHS at level crossing (LC No. C-
06) at Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the
state of Rajasthan (D). Construction of Low height subway/RUB Near
Proposed ROB at Railway Km. 503/0-1 (LC No-85) on NH-89..

Consultant'sName
DateofReview

Details/S
S.N SECTIONOFTHEREPORT YES/NO/NA Remarks
pecification
o
s
1 Biddocuments-EPC Yes No NA NA

2 Biddocuments-Other,ifany Yes No NA NA

3 Draftconcessionagreement Yes No NA NA

3 ScheduleC-Projectfacilities Yes No NA NA

ScheduleD- Yes No NA
4 NA
Specificationsandstandards

5 Anyotherrelevantdetails Yes No NA NA

DPRChecklist–Stage6–LAandClearancesIIReport (Structures)

256
GeneralDetails
ProjectName Consultancy Services for:- Preparation of DPR‟s for various work on NH
-89, NH – 62 & NH – 65. (A). Construction of LHS at level crossing (LC
No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City in the
state of Rajasthan. (B) Construction of LHS at level crossing (LC No. C-
61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the state of
Rajasthan.(C). Construction of LHS at level crossing (LC No. C-06) at
Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the state of
Rajasthan (D). Construction of Low height subway/RUB Near Proposed
ROB at Railway Km. 503/0-1 (LC No-85) on NH-89..

Consultant'sName
DateofReview

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specification
s
1 ExecutiveSummary Yes No NA NA

2 EnvironmentClearance Yes No NA NA

2.1 Detailsofpublichearingsco Yes No NA


mpleted
Dateoffinalenvironmentcl Yes No NA
2.2
earancebycompetent
authority
3 ForestClearance Yes No NA NA

Date/DetailsofJointsiteinspection Yes No NA
3.1
withDFO/competentauthority

DateofStageIforestclearanceapprovalb Yes No NA
3.2
ycompetentauthority

Dateoffinalforestclearanceapproval Yes No NA
3.3
bycompetentauthority

4 WildlifeClearance Yes No NA NA

Date/Detailsofjointsiteinspection Yes No NA
4.1
withDFO/competentauthority

Date of Yes No NA
4.2
finalwildlifeclearanceapprovalbycom
petentauthority
5 UtilityClearances(Electricity) Yes No NA NA

Date/Details Yes No NA
5.1
ofJointsiteinspectionwithc
ompetentauthority

257
Dateofestimatesubmissionbyco Yes No NA
5.2
mpetentauthority

Date ofestimateapproval Yes No NA


5.3
bycompetentauthority

5.4 Approvedutilityshiftingproposal Yes No NA

Detailsofapprovedcontractors, Yes No NA
5.5 N
SoRanddepositdetailsforuserage
A
ncy
Utilitieschecklist,noupgradationc Yes No NA
5.6
ertificateattached

Dateofestimatesubmissionbyco Yes No NA
6.2
mpetentauthority

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specification
s
Date ofestimateapproval Yes No NA
6.3
bycompetentauthority

6.4 Approvedutilityshiftingproposal Yes No NA

Detailsofapprovedcontractors,SoR Yes No NA
6.5 NA
anddepositdetailsforuser
agency
Utilities Yes No NA
6.6
checklist,noupgradationcertifica
teattached
Dateofestimatesubmissionbyco Yes No NA
7.2
mpetentauthority

Date ofestimateapproval Yes No NA


7.3
bycompetentauthority

7.4 Approvedutilityshiftingproposal Yes No NA

Detailsofapprovedcontractors, Yes No NA
7.5 NA
SoRanddepositdetailsforuserage
ncy
Utilities Yes No NA
7.6
checklist,noupgradationcertifica
teattached
DateoffinalapprovalofGADby Yes No NA
8.2
competentauthority

9 OtherClearances Yes No NA NA

Dateoffinalapprovalbyco Yes No NA
9.1
mpetentauthority

10 LandAcquisition Yes No NA NA

258
10.1 Draft3anotificationsubmitted Yes No NA NA

10.2 Reviewof3anotificationbyclient Yes No NA NA

10.3 Dateof3agazettenotification Yes No NA

10.4 Draft3anotificationsubmitted Yes No NA NA

10.5 Reviewof3Anotificationbyclient Yes No NA NA

10.6 Dateof3Agazettenotification Yes No NA

DateofJointMeasurementSurvey Yes No NA
10.7
withcompetentauthority

10.7.1 Dateofsurvey Yes No NA NA


10.7. Landtype–bysurveynumber Yes No NA NA
2
10.7. NatureofLand–bysurveynumber Yes No NA NA
3
10.7. Ownershipstatusofplots- Yes No NA
NA
4 bysurveynumber

10.7. Verificationofareatobeacquire Yes No NA


NA
5 d–bysurveynumber

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specification
s
10.7.6 Listofstructuresoneachplot Yes No NA NA

10.7.7 Sketchesofupdatedalignment Yes No NA NA

10.7.8 Verification Yes No NA NA


fromLandrevenuedepartment
10.7.9 VerificationbyCALAoffice Yes No NA NA

259
DPRChecklist–Stage7–Awarddetermination(Structures)

GeneralDetails
ProjectName Consultancy Services for:- Preparation of DPR‟s for various work on
NH -89, NH – 62 & NH – 65. (A). Construction of LHS at level crossing
(LC No. 64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City
in the state of Rajasthan. (B) Construction of LHS at level crossing (LC
No. C-61) (Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in
the state of Rajasthan.(C). Construction of LHS at level crossing (LC
No. C-06) at Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in
the state of Rajasthan (D). Construction of Low height subway/RUB
Near Proposed ROB at Railway Km. 503/0-1 (LC No-85) on NH-89..

Consultant'sName
DateofReview

Details/Spe
S.N SECTIONOFTHEREPORT YES/NO/NA Remarks
o cifications

1 ExecutiveSummary Yes No NA N
A
2 Villagelevelsummary Yes No NA N
A
Totalprivateandpubliclandbe Yes No NA
2.1 N
ingacquired
A
Variation in areaandnature Yes No NA
2.2 N
oflandagainst3Dwithjustification
A
Methodusedby CALA to Yes No NA
2.3 N
arriveataward
A
Date ofawardby Yes No NA
2.4 CALAandapprovalbyChiefEn
gineer(NH),PWDRajasthan,Ja
cobRoad,Jaipuralongwith
valuationreport
Totalawardcalculatedand Yes No NA
2.5 N
detailsofdeviationfromR
A
FCTLARRact
3 Indetail Yes No NA N
A
Updatedlandacquisitiontracker Yes No NA
with parcel-wisestatusof:
3.1  Notifications N
 Award A
 Disbursement

260
Valuation report and details Yes No NA
3.2 ofawardcalculation- N
verificationbystateauthoritytobe A
included
3.3 Claimsreport Yes No NA N
A
3.4 Copiesofnotificationsp Yes No NA N
ublished A
Copiesoflandpossessioncer Yes No NA
3.5 N
tificatesreceived
A
4 Conclusionsandrecommendatio Yes No NA N
ns A
4.1 Conclusionsandrecommenda Yes No NA N
tions A
Report Yes No NA
4.2 N
fulfilsprojectobjectivesandscopea
A
sperRFP
Reportreviewed for Yes No NA
4.3 NA
errorsandomissions

Compliancereportpreparedon Yes No NA
4.4 NA
clientobservations

DPRChecklist–Stage8–Landpossession report(Structures)

GeneralDetails
ProjectName Consultancy Services for:- Preparation of DPR‟s for various work on NH -
89, NH – 62 & NH – 65. (A). Construction of LHS at level crossing (LC No.
64) (Manasar Phatak) at Km 172.990 on NH-65 in Nagaur City in the state
of Rajasthan. (B) Construction of LHS at level crossing (LC No. C-61)
(Bikaner Phatak) km 165.550 on NH-89 in Nagaur City in the state of
Rajasthan.(C). Construction of LHS at level crossing (LC No. C-06) at
Deshnok km 248.820 on NH-62 Nagaur-Bikaner section in the state of
Rajasthan (D). Construction of Low height subway/RUB Near Proposed
ROB at Railway Km. 503/0-1 (LC No-85) on NH-89..

Consultant'sNam
e
261
DateofReview

Details/
S.No SECTIONOFTHEREPORT YES/NO/NA Remarks
Specification
s
1 ExecutiveSummary Yes No NA NA

2 Villagelevelsummary Yes No NA NA

Totalprivateandpubliclandbeingacq Yes No NA
2.1 NA
uired

DateoffinalawardbyCALAandappr Yes No NA
2.2
ovalbyChiefEngineer(NH),PWD
Rajasthan,JacobRoad,Jaipur

Statusofdisbursementondateofrecei Yes No NA
2.3 NA
ptofLandpossessioncertificate

Keyissuesbeingfacedincompletingla Yes No NA
2.4 NA
ndacquisition,ifany

3 Indetail Yes No NA NA

Updatedlandacquisitiontracker Yes No NA
withstatusof:
3.1  Notifications NA
 Award
 Disbursement
3.2 Finalawardandclaimsreport Yes No NA NA

Copiesofnotifications Yes No NA
3.3 NA
published,landpossessioncertificate
sreceived
4 Conclusionsandrecommendations Yes No NA NA

4.1 Conclusionsandrecommendations Yes No NA NA

Report Yes No NA
4.2 NA
fulfilsprojectobjectivesandscope
asperRFP
4.3 Reportreviewedforerrorsand Yes No NA NA
omissions
Compliancereportpreparedon Yes No NA
4.4 N
clientobservations
A
GISMapcontainingdigitiseddetai Yes No NA
5 ls of land parcels N
acquiredwithallrelevantdetails A

262
APPENDIXVIII

SampleExecutiveSummaryofDetailedProjectReport

<Name&LogooftheAgency>(MinistryofRoadTransport&Highways)

Governmentof India

Executivesummaryofdetailedprojectreportfor:

263
[Projectname,stretch,state]

All figures, details and graphs in


thistemplate are illustrative.
DPRConsultant
Consultantsare to add actual details
and
expandtables,chaptersasneededwhile
keeping the format and
informationrequiredineachchapterass
uggested.Pleasedeletethisstickerupon
completion

[Nameandlogoofconsultingagency]

Table of Contents

1 Introduction 293
2 roject overview
P 294
.1K
2 ey features of project 294
.2K
2 ey plan of existing project stretch 296
3 T
raffic demands on project road 297
.1
3 raffic volume surveys
T 297
.2
3 A
xle load survey 298
.3
3 raffic volume forecast
T 298
.4
3 urning movement surveys
T 299
4 avement and corridor surveys
P 300

264
.1
4 P
avement condition and distress seen 300
.2
4 P
avement composition 300
.3
4 P
avement strength 300
.4
4 S
ub-grade soil survey 301
5 Improvement proposals 302
.1P
5 roposed alignment 302
.2B
5 ypasses proposed 302
.3R
5 oad geometry 303
.4W
5 idening scheme 303
.5P
5 avement design 303
.6D
5 esign of structures 305
.7Intersections and grade separators
5 306
.8T
5 oll plazas 306
.9W
5 ayside amenities proposed 306
6 E
nvironmental impact assessment 307
.1Impact and clearances needed
6 307
.2C
6 ost of environmental mitigation 307
7 S
ocial impact assessment and Land acquisition 308
.1S
7 ocial impact assessment 308
.2L
7 and acquisition requirements 308
.3K
7 ey risks envisaged in land acquisition 308
8 U
tilities shifting and clearances 309
.1U
8 tilities shifting estimates 309
.2T
8 otal cost of utilities shifting 309
9 Projectcoste
stimates 310

0
1 0 M
aterialinvestigation 311

0.1 B
1 orrow pitsforsoil 311

10.2 S
and 311

10.3 G
ravel 311

10.4 F
lyash 311

10.5 B
itumen 311
10.6 C
ement 311

265
10.7 O
ther localmaterialavailable 312

10.8 K
eyrisks 312

10.9L
ocation ofmaterialsources 313
Potential for value engineering andinnovativetechnologies 314
E
conomic andfinancialanalysis 315

12.1 E
conomic analysis oftheproject 315

12.2 F
inancialanalysis 315

1. Introduction

The<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur>proposestoimplementthe<re>
thedevelopment,maintenanceandmanagementofthe<NH‐ xx>stretchfrom<Origin>to<Destination
>fromchainage<aakm>to<bbkm>into<proposedimprovement,xxlaneroad/expressway etc.>
under the NHDP Phase V programme. The proposed project road has beenselected to <primary
reason for project‐ e.g. to improve connectivity and ease congestionbetweenaabb>

<Consultant>wasappointedin<mm/yyyy>topreparethedetailedprojectreportfortheproject
road,andthisexecutivesummarycoversissubmittedalongwiththe<draft/final>detailedprojectrepor
ttocoverthekeyaspectsoftheproject.
266
<AnyspecialcircumstancesorrequestsmadebytheAuthorityfortheprojectthataffectthe
consultancy assignment e.g.: Chief Engineer (NH), PWD Rajasthan, Jacob Road,
Jaipurdesiredtorestructureprojectintotwopackages,bifurcatingtheprojectroadatBetulnagar,thisrepo
rt has been revised and resubmitted providing improvement proposals and bid
documentsseparatelyforthetwostretches>

2. Projectoverview

AsdescribedearliertheprojectroadliesonNHxx(previouslyNH yy)andconnects
<orgin>with<destination>,passingthroughthestatesof<state1,state2>.Theproposedprojectalignmentp
assessthrough<towns/junctionsa,b,c,d>foratotallengthof<xxkm>.

Figure1:Locationofprojectroad

Keyfeaturesofproject

Table1:Keyfeaturesof project

Attributes Details
NHNo Xx(old)Yy(new)

Origin-Destination Origin-destination
OriginpointLat/long–destinationpointlat/long
Viatowns Town1,2,3,4
Existingcarriageway 2L(7.0m)over80%oftheroadstretchwith4L(16.0m)in20%ofthestretchinsome
urbanlocations
Servicelanesandsliproads Servicelanesof2-4mwidthfor16km,largelyinurbanareas

267
Shoulder 2Lhaspavedshoulderof1-2mwidth
Condition Goodtofair
ofexistingpavement
Rightofway Typically45malongentirestretch
Landusealongprojectroad Predominantlanduseintheareaisagricultural(60%onLHS,50%
onRHS),withtherestbeingurbanandforestarea(20%onLHS,RHS)

Trafficonthestretch Largelycommercial,withtrucksaccountingfor80%ofvehiclevolume

Tollinfrastructure Therearenotollplazasinthecurrentstretch
Terrain Primarilyplainandrolling,passingthroughxsettlements

Attribut Detail
es s
Structuresalongstretch 69structures-3ROBs,7majorbridges,2flyovers,9minor
bridges,16VUP/PUPsand32culverts
Useramenitiesalongst 32busshelters,7trucklay-byes,and1restarea
retch
Keyutilitiesintheprop 4km66kVUGlinewith3crossings,30inwatermainfor
osedRoW 7.3km
ForestStretchesalongRo Xxkmofroadfrom<pointa>to<pointb>crosses<typeofforest>
W <forestname>

RailcrossingsalongRoW RailwayLCno<x>atchainageyyonthe<originstation>to
<destinationstation>raillineatrailwaychainagezz
Otherclearancerelatedaspects <pleasedescribeanyotherclearancesthatwillberequiredforthepr
oject>

Keyplanofexistingprojectstretch

<lat/long> <lat/long>

<lat/long>

268
Figure2: Keyplanofexistingprojectroad

1. Trafficdemandsonprojectroad

Trafficvolumesurveys

For the purposesof traffic projectionsand lanedesign,<xx>individualsections


ofroadwereconsidered:

Table2:Trafficsurveylocations

Volum
Sectio Chainages Lengt Remarks
eCount
n h(K
Locatio
ms
ns
)

Trafficvolume surveys forthe project roadwere<availablefromIHMCLforx locations

269
>andwerecarriedoutat<x>additionallocationsalongtheprojectroadinthemonthof<mm/yyyy>.Ther
esultsare asfollows:

Table3:Resultsoftrafficsurveysconducted

Homogenoussectio
n
Chainage
Sourceofdata
Bicycle
2Wheeler
3Wheeler
Tractor
TractorwithTrailer

2AxleSCV

LMV2axle
LCV2Axle

2AxleTruckorBus

3AxleTruckorBus
Multi
AxleVehiclesMAV
OversizedVehicleOSV

Cycle 0 0 0
EarthMovingEquipme
nt
AADT(invehicles)
AADT(inPCUs)

Axleloadsurvey

Axleloadsurveyswereconductedat<x>locationsusing<xxxx>tounderstandtheactualloadspectr
umofcommercialvehiclesplyingontheprojectroad.Theresultsoftheloadsurvey,wereconvertedtoVehicle
DamageFactor(VDF)usingequivalencyfactorsfrom<IRCxx>forthepurposeofMSAcalculations

Table4:Axleloadsurveyresults

Mode Section1 Section2 Section2

Observe Observe
Observed- d- d-
atchainage Recommende Recommende Recommende
d atchaina d atchaina d
xx gexx gexx

270
Trafficvolume forecast

Trafficvolumeforecastwasdevelopedusingthe<xx>methodandconvertedtoMillionStandardAx
les(MSA)forthepurposesofpavementdesign.ThecumulativeloadinMSAforeachsectionisgivenasunderf
orvarioushorizon years:

Table5: Projectedtrafficloadonprojectroadin MSA

MSA Inx+ Inx+


15 30
Sectio LHS R LH RHS
n HS S
1

Turning movementsurveys

PeakH
SL. Existing Total Pea Intersection Gradese
ourVo
No. Chainage Location Volu kHo type paratorpr
lumeP
mePC ur oposed
CU
U

Classifieddirectionwiseturningmovementsurveyswereconductedat<x>intersectionstodete
rminetheneedforre‐ designandadditionofstructureattheintersection

271
Table6:Turningmovementsurveyresults
1. Pavementandcorridorsurveys

Pavementconditionanddistressseen

The overall pavement condition <description of overall pavement condition‐ e.g. frompoor
toverypoor,withhighroughnessandsignificant presenceofpotholesandraveling>

Table7:Conditionsurveyofexistingpavement

Type Length affected,


ofdistre inKms
ss Area Area Area Area Area
<=10 10%-25 25%-50 50%- >75%
% % % 75%
TotalCra
cking

Potholes
Patching
Raveling

<othercate
goriesseen
>

Total

Pavementcomposition

Theexistingpavementstructureisa<rigid/flexible/invertedetc.>pavementconsistingofsub‐ gra
deand<x>additionallayers.Thesummaryofpavement composition seenisasfollows
Table8:Compositionofexistingpavement

Granularcourse(m Xx
Bituminouscourse(mm)
Section m) (m
m)

272
Mi M M Ma Min Ma
n ax in x x
1

2
X

Pave
mentstrength

<xxxFWD/BBD>wascarriedout totest thestrength ofthe existingpavement,andthe


characteristicdeflectionvalueshavebeencalculatedforeachhomogeneoussectionofroadtoenable design
ofanoverlayfortheroad.
Table9:Strengthofexistingpavement

Characteristic
Section Chaina Distance
ge deflection

Start En Km Mm
d
1
2
X

Sub‐ gradesoilsurvey
Extensivereviewofavailablesoilinformationandtestingwasdonetounderstandthesub‐ grade
characteristics.Summaryofsoilinvestigationsurveysisasfollows:

Table10:Soilinvestigationsurveyresults

Attribute Results Comments

Table11: Soiltypesobserved
Soil %oflength Plasticityindex Comments
type

273
3. Improvementproposals

Proposedalignment

The final alignment chosen for the project in consultation with <xx, yy> will <be
alongcurrent project road/ pass through xx, yy new towns‐ short description of alignment
withchangesifany>.

Figure3:Mapshowingproposedalignmentofprojectroad

Bypassesproposed

Given increasing urban traffic and congestion and the lack of available RoW in
urbanareas through the project route, <x> urban areas are proosed to be by‐ passed in the
proposedproject alignment

Table12:Proposedby‐ passesalongprojectlength

Bypass
Urban area plan Keydriverforby-pass
tobebypassed
Startch Endch Length
ainage ainage propose
d

274
Roadgeometry

Theprojectroadhasbeenre‐ designedtoaccommodatespeedsof <xx>,adoptedasper<standard or


consultation with Chief Engineer (NH), PWD Rajasthan, Jacob Road, Jaipur
>.Enablingthishigherspeedwillrequirere‐ designandre‐ alignment
oftheroadincertainsectionsgiventheir<descriptionofpoorgeometry>.

Wideningscheme

Basistrafficinformationavailable,levelofservicerequirementsandconsultationwith<ChiefEngineer
(NH),PWD Rajasthan,JacobRoad,Jaipur, local authorities etc.>,the
followinglaneconfigurationisadoptedfortheprojectroad:

Table13:Laneconfigurationplannedforprojectroad

Chainage Traffic
forecas Servic
Sectio Start End Laneco elane Comments
t
n nfig. s
k
PCUsin
20xx
1

3
xx

Basis availability of RoW and land acquisition constraints, a widening scheme has
beenproposed that makes optimum use of existing ROW and minimizes need for land acquisition
inurbanareas,asummaryofwhichisgivenbelow:
Table14:Summaryofwideningtype proposed

Sl Typeofwidening Length,Km
no
1 Concentric 2.400
2 Eccentric,Right 34.600
3 Eccentric,Left 33.800
4 Greenfield 16.000

Pavementdesign

Designperiod,loadingandpavementtype

Using the projected traffic, VDF values,lane and directional distribution factors,
thedesigntrafficloadingusedfortheproject is<xxtoyy>MSA.
Throughpreliminarydesignandlifecyclecomparisons,

275
the<flexible/rigid/inverted>typeofpavementwaschosenforconstructionwithadesignlifeof
<xx>yearsasper<IRC/MoRTH/ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipurstandards/r
equest>hasbeenconsideredfordesign.

Designsub‐ gradestrength

Consideringthesoilinvestigationsconductedintheprjectroadarea,andtheavailabilityofsuitablesoilinthe
region,thefollowingsub‐ gradestrengthhasbeenassumedtovaryfrom
<xx%>to<yy%>forvarioussectionsofthe highway

Pavementcompositionfornewcarriageway

Theproposedpavementcompositionforthenewsectionscarriagewaybasis<standards>,sub
gradestrengthanddesigntrafficis:

Table15:Proposedpavementcomposition

Sub- Pavement
Section DesignChainag Layerthickness(mm)
e gradestre loading
ngth
Start End Min MS GSB W DBM BC xx
%CB A M
R M
1

Strengtheningofexistingpavement
Thestrengtheningrequirementsfortheexistingpavementhavebeenestimatedfromtehdeflection
measurements and estimated traffic loadings. The designed overlay proposed is asbelow:
Table16:Overlaythicknessrequired

Characteristic Overlaythickness(mm)
Section Chainage Distance
deflection
Start End Km M DB X
m M x
1
2
X

Pavementdesignforservicelanes

276
PavementforservicelanesisdesignedforMSAofxx‐ yywithadesignCBRof~xx%.Thecomposi
tion for th e<flexible/rigid>service lanepavement along the project corridor isasfollows:

Table17:Pavementcompositionforserviceroad

Layer LayerThicknessinm
m
SDBC 25
DBM 50
WMM 250
GSB 150

Designofstructures

Alongtheprojectstretch,thereareseveralbridges,culverts,under/overpassesandflyovers.Asu
mmaryofthetotalnumberandproposedadditionsisgiveninthetablebelow

Table18:Proposedimprovementtostructuresalongprojectroad

Sl Construct New
Structur Existing Dismantl Widen Reconstru Total
N inparall constructio
e e ct
o el n
1 Majorbri 4 1 - 1 2 3 7
dge
2 Minorbri
dge
3 Flyover
4 Vehicleo
verpass
5 Vehicleun
derpass
6 Passenger
underpass

7 Culverts
8 xxx

Intersec
tionsand grade separators

Basedonthetrafficandturningmovementsurveysconducted,<xx>junctionshavebeenidentifiedf
orredesignorgradeseparation,thedetailsofwhicharegivenbelow

Table19:Proposedintersectionimprovement

277
SL. Existing Esttotalvol EstPeak
Location Improvementpropos
No. Chainag (kPCU) HourVol(kP
ed
e CU)
Gradeseparator
1 10.20 xxx 5333 359
0 3 9
Gradeseparator
2 28.00 xxx 6431 388
0 5 4

Tollplazas

Basedonthetrafficsurveys,O‐ Dsurveysandlayoutofprojectroad,<xx>tollplazasareproposedal
ongtheprojectroad:

Table20:Locationofcurrentandproposedtollplazas

Sl Existingc Designc Existingno Proposed


Locatio
N hainage hainage oflanes no
n
o oflan
es
1
2
x xx xx

Waysideamenitiesproposed

<localdiscussions,discussionswithauthority,demandmodellingetc.>wasconductedtolocate
various way‐ side amenities across the project road. A summary of the
improvementsproposedisgivenbelow:

Table21:Proposeduseramenitiesalongprojectstretch

Slno Amenitytype Current Propose Comments


d
1 Passengerreststops 0 2

2 Trucklay-byes 5 15 Highdemandduetourbanareasalongstret
ch
3 Busbays 4 10 Limitedincreaseduetoscarcityofland
4 Busshelters 2 34 Proposedinlieuofbus-bays
278
5 Petrolbunks 1 5 Severeshortagealongstretch

1. Environmentalimpactassessment Impactandclearances needed


A environmental impact study was undertaken during the process of creating
thedetailedprojectreporttounderstandimpactoftheprojectroadonthesurroundingecologyandenviro
nment.Theprojectroadiscategorizedasacategory<xx>projectbytheMoEFandasitis<xxkm>inlength,i
t<will/willnot>requireenvironmentalclearances.

Theproposedproject<involves/doesnotinvolve>theacquisitionofforest/ecologicallysensiti
veland,fellingoftreesandwillimpactwildlifehabitatandwillhencerequireindividualclearancesforeac
h.Asummaryoftheenvironmentalimpactandclearancesrequiredisprovidedbelow

Table22:Environmentalimpactandclearancesrequired

SlNo Impacttype Description Clearancestatus


1 Environment Requireddueto Form1submitted dd/mm/yyyy
alclearance natureofproject,category„ and environmental
A‟ clearanceobtainedondd/mmm/y
yyy
2 Diversion 27.72haoflandin<xx>districtwil StageIIclearanceinprogress
o lneedtobeacquired
fforestland
3 TreesinRoW 28,460treesneedtobeenableroad Tobetaken
expansion

Costofenvironmentalmitigation

The Environmental Mitigation and Management Costs were developed based on


theestimation of resources required to implement the mitigation measures proposed and
alsonumber of places where intervention is required. Environmental mitigation cost for
theproposedprojectisRs.<xx> cr.

4. SocialimpactassessmentandLandacquisition

Socialimpactassessment

The existing RoW (x‐ y m) is <adequate/ in adequate> for the proposed widening
andRoWrequirementsasrequiredby<ChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipur
/Authority>.Thiswillleadtotheadditionalacquisitionof<xx>Haacrossthestatesof<states1,2>,
affecting a total of <yy> villages in <zz> districts. In addition to structures found to beencroaching
thecurrentRow,therequiredacquisitionispoisedtoaffect<xx>residentialand <yy>otherstructures.

Preliminary interactions have been held with locals to understand their issues
andconcernsandhelpcommunicatetheprojectplananditsimpact
onthem.Thekeyconcernsoftitleandnon‐ titleholderscenteredaround:

 <Keyissuesexpressedoverandabovelandbeingacquired,andcompensationnorms>

279
Landacquisitionrequirements

The state and district wise details and status of land acquisition as on the date
ofpublishingofthisreportisasfollows:

Table23:Districtwiselandacquisitionrequirementsandstatus

Privatelan
Villagean Totallan 3A 3Adone, 3D
Stat dtobeacq
dChainag drequir pendin 3D complet
e uired(Ha)
e ed g(Ha) pending ed
(Ha) (Ha)

Atotalof<xxcr>isexpectedtobeawardedfortheacquisitionoflandrequiredforthisproject.Theland
acquisitionprocessisunderwaywithatotalof<xx>CALAsappointed,and90%oflandisexpectedtobeinpos
sessionby<xx,20xx>.
Keyrisksenvisagedinlandacquisition
Despite thebest
effortsoftheconsultantandvariousladacquisitionteamsworkingtocompletelandacquisition,itisenvisage
dthatacquiringpossessionoftheRoWforsomespecificsectionsoftheprojectroadmayprovetobedifficultor
bedelayedinordinately.Suchpotentialrisksarehighlighted below:
 <Highlightanyrisksforeseenalongwithchainageandhaaffected>

5. Utilitiesshiftingandclearances

Utilitiesbelongingto<x>useragencieshavebeenidentifiedthatfallwithintheprojectroadROW
andwillneedtobeshiftedtoenableroadconstruction.Shiftingproposalshavebeensubmitted to the
user agencies and initial estimates have been received from the
concernedagencies.Theprocessofsiteinspection,reviewandrevisionoftheproposalsforutilitiesshiftin
gisinprocess.

<Toenablebettermanagementofutilitiesandinstallationgoingforward,allutilitiesarebeingshi
ftedunderground/intoautilitiycorridor/outoftheroadRoW/utilitiestrenchisbeingplannedaspartof
construction>

Utilitiesshiftingestimates

Table24:Keyutilitiesshiftingrequirements

Sl Utility Chainage Agency Shifting Estimat Supervision Currents


N affected require edcost % tatus
o d (INRcr)
1

280
Totalcostofutilitiesshifting

The total cost of utilities shifting for all the utilities identified in the road RoW
isestimatedtobe<xxcr>withsupervisionchargesof<yycr>beingpaidassupervisionchargestothe<z>
concernedagencies.

6. Projectcostestimates

Thecostestimatesfor the
projecthasbeencarriedoutbasedondetaileddesign,billofquantities,andthescheduleofratesfor<state/dist
rict/authority>ofyear<xx‐ yy>.

Table25:Summaryofprojectcost

No Ite AmountinC Amountin


m r %
Civilconstructioncost
1 Siteclearanceanddismantling 60 2%
2 EarthWork
3 Basecourses
4 Pavingcourses
5a Repairandrehabilitationofstructures
5b Bridges
5c Culverts
5d PUP/VUP
5e Flyoverandoverpass
5f Drainage,protectiveworksandotherservices
5g RE/toewalls
6 Junctionsandinterchanges
7 Tollplazas

281
8 Useramenities
9 Trafficsigns,roadmarkings,otherap
purtenances
10 Miscellaneous
11 Maintenanceofroadduringconstruction
A Totalcivilcost
12 Addcontingencies@x%onZ
B Estimatedprojectcost
13 Constructionsupervision@x%onZ
14 Agencycharges@x%onZ
15 Qualitycontrolchanges@x%onZ
16 Roadsafetycellauditcharges@x%onZ
17 Maintenancecosts@x%onZ
18 Escalation@x%onZ
C Totalprojectcost
19 R&Rcost
20 Environmentcost
21 Costofshiftingutilities
22 LAcompensationcost
D Totalcapitalcost

1. Materialinvestigation

Materialinvestigationswerecarriedouttoexploretheavailabilityandidentifysourcesofsuitabl
ematerialfortheconstructionoftheroad.

<retainonlyrelevantsections>

Borrowpitsfor soil

Materialinvestigationof<xxx>locationsindicatesthatsoilsuitableforembankment(ofCBR>xx
%anddensityyyg/cc)andforsub‐ grade(CBR>xx%anddensityyyg/cc)isavailableatanaverageleadof
aatobbkmfortheprojectstretch.

<includedetailsonadditionalmaterialsourceslikeconstructionrubble,moorumetc>

Sand

Sandisavailablein<closeproximity>oftheprojectsite.Testresultsshowthatxxofyysandsource
ssatisfytheminimumrequirementforuseintheproject.

<Include details of additional potential for sources such as pond bed desilting,
otherexcavationhappening>

Gravel

Several quarries were identified for sourcing aggregates in the project zone. Xx of
yyquarries were found to be suitable for use in the construction of the road. <further details

282
ongravelavailableandsuitabilityforconstruction>

Flyash

Flyashisavailableincloseproximityoftheprojectroadduetothepresenceof<xxsteelplant/pow
erplant>.Testresultsshowthattheavailableflyash<satisfies/doesnotsatisfy>theminimumrequireme
ntof<specification>touseas<materialforembankment/cementmixture/otherlayers>.Theflyashavail
ablehasdensitygreaterthanxxg/ccandshowsanOCMofxx‐ yy%.<theflyashlocatedisnonplastic>

Bitumen

Bulkbitumenofthe<requiredgrades>isavailable<closestsources>withanaverageleadof<xxk
m>.Forthe projectroad<grade>of bitumenhasbeenproposedfor <yylayer>dueto
<reason>and<gradeofbitumen>hasbeenproposedfor<zzlayer>dueto<reason>.

Cement

Bulkbitumenofthe<requiredgrades>isavailable<closestsources>withanaverageleadof<xxk
m>.Fortheprojectroad<grade>ofbitumenhasbeenproposedfor <yylayer>dueto
<reason>and<gradeofbitumen>hasbeenproposedfor<zzlayer>dueto<reason>.

Otherlocalmaterialavailable

Detailsofotherlocalmaterialavailableforconstruction

Table26:Locallyavailableandalternativematerials

Sl Materia Sour
N l ce
o
1 Humepi Localhomepipefactoryinxxyy
pes
2 xx xxxx

Keyrisk
s

Despitethebesteffortsoftheconsultant,therecontinuetobesomematerialsandsectionsoftheproject
roadwherematerialwillhavetobroughtfromsignificantleads.

Table27:Keyrisksenvisagedinmaterialprocurement

283
Sl Chainage Mater Closes
N i al tsourc
o e

1 Entireproject Bitument ClosestavailablesourceisMumbaiatalea


dof900km

2 223.00+ SoilofCBR>10% Noborrowpitinvicinity,minimumleadof


40km

Locatio
nofmaterialsources

Figure4:Keyplanshowinglocationofpotentialborrowpitstested

284
7. Potentialforvalueengineeringandinnovativetechnologies

Throughoutthedetaileddesignoftheproject,severalopportunitiesforvalueengineeringandintro
ductionofnewtechnologywereexploredthatwillhelpinreducingthecostoftheprojectorincreasequalityan
dlongevityof project road.Approvaloftheseelementsaspartof the construction design and suitable
instructions to all stakeholders of the project can helpsignificantlylowertheprojectedcostof
construction.

Asummaryoftheseopportunitiesisprovidedhere.

Table28:Keyvalueengineeringopportunitiesidentified

Sl
Valueengineeringopportunity Potentialimpact
N
o
1 Useofinvertedpavementwithacementstabilizedbased 40%reductioninlayert
andgranularmaterial inthe hickness and
baselayer ~15%reductioninTPC

285
8. Economicandfinancialanalysis

Economicanalysisof theproject

The EIRR and NPV of the project has been carried out using <model/software>
undermultiplescenarios,andtheprojectreturns<justify/donotjustify>constructiongivenanEIRRofx
xinthebestcaseandyyintheworstcase.

Thevarioussensitivityscenariosconsideredwereasfollows:

0. Basecase:Basecostandbasebenefits

1. Sensitivity1:Basecostplusxx%andbasebenefits

2. Sensitivity2:Xx

3. Sensitivity3:Xx

Theresultsofthebasecaseandsensitivityanalysisarepresentedbelow:

Table29:Economicreturnanalysis

RUC HD
Option SensitivityCas S M4
e
NPV(in NPV(in
EIRR(in%) EIRR(in
millionR millionR
%)
s.) s.)
BaseCase0 19199 30.31 2788.5 14.1

Withtime Sensitivity1 18041 27.51 1362.6 12.9


Sensitivity2 15147 27.1 943.3 12.8
Sensitivity3 13989 24.56 -ve 11.7
BaseCase0 19199 30.31 2788.5 14.1

Withouttim Sensitivity1 18041 27.51 1362.6 12.9


e Sensitivity2 15147 27.1 943.3 12.8
Sensitivity3 13989 24.56 -ve 11.7

Financialanalysis

Potential fortollrevenue

The projected tollable traffic basis traffic survey and forecasts at the <xx> toll

286
plazassuggestedinyear<xx> isgiven below

Table30:Tollabletrafficonprojectstretch

Toll 1@Chainage 2
Plaza 45.000
1
Traffictype Total Tollable
Bicycle 47 0
2Wheeler 3320 0
3Wheeler 32 0
Tractor 24 0
TractorwithTrailer 389 385
2AxleSCV 436 386
LMV2axle 3561 3545
LCV2Axle 577 603
2AxleTruckorBus 908 800
3AxleTruckorBus 1142 1062
Multi 2033 1962
AxleVehiclesMAV
OversizedVehicleOSV 2 1
EarthMovingEquipme 0 0
nt
AADT(invehicles) 12471 6500

Resultsoffinancialanalysis
With the most likely traffic scenario and assumed costs of construction,
maintenance,financing and tolling over the period of the project, the return on equity at
various periods
ofconcessionwascalculated.EquityIRRforthisprojectwillpass<15%>inyear<x>ofthisproject,henc
eit<is/isnot>possibletobidtheproject

287
Figure5:EquityIRRwithincreasingconcessionperiodforprojectroad

9. Executionplan

In consultation with Chief Engineer (NH), PWD Rajasthan, Jacob Road, Jaipur , it
isproposed to complete the proosed project road in a period of <xx> months. Planning for
theprojectpackaging,biddingprocessandconstructionwasconductedasapartofthisproject.

Packaging

Given the length of the project, the entire project is planned to be bid out in
<xx>packageswith<yy> packages.

<includetableofpackagedetailsifmorethan1package>

Biddingmode andtimelines

Theauthorityhasproposedtoinitiatebiddingoftheprojectunder<bot/epc/ham>mode
<withagrant/premiumofxx%>.Thetentativetimelineforthisis:

 Submissionofbiddocumentstoauthority dd/mmm/yyyy
 Reviewandfinalizationofdocuments dd/mmm/yyyy
 Launchoftender dd/mmm/yyyy

 Tenderclosedate dd/mmm/yyyy
 Tentativedateforawardofproject dd/mmm/yyyy

Constructiontimeandplanning

Upon reviewing the improvements planned and in consultation with Chief


Engineer(NH),PWDRajasthan,JacobRoad,Jaipur,thedesignandconstructionperiodforthisprojecthas
beenarrivedat<xx>monthsfromthedateofappointmentofthecontractor/concessionaire.Toenablethis
constructionschedule,adetailedconstructionplanandtimelinehasbeenincludedinthedetailedprojectr

288
eport.Thisalsoincludesatrafficmanagementandlaneclosureplanfortheperiodofconstruction.

10. Conclusions andrecommendation

The <expansion/rehabilitation> of the project road from <source> to <destination>,chainage


<a> to <b> on NH <x> in the states of <state 1, state 2> to <n> lane configuration
isrecommendedforimplementationbyChiefEngineer(NH),PWDRajasthan,JacobRoad,Jaipurastheproje
ctislikelyto<1linejustification/needofproject:providemuchneededconnectivity/improveconnectivity/
providehigherlevelofservice/rehabilitatetheroadetc,isneededurgently>.

The project as envisaged is economically viable with an estimated EIRR >12%.


Theprojectwith a30yearconcession periodisexpectedtoreturn an equityIRRof<xx%>with
<yy
%><grant/premium>andishencerecommendedforimplementationinthe<BOT/EPC/HAM>mode.

Table31: Salientfeaturesandkeyfinancialaspectsoftheprojectroada

Project
road
Projectroadlength Xxkm
Connecting <origin>-
<destination>
Onnationalhighway NHNo
Proposedfeatures Currentroad Propos
ed
Lanes 2 4
Bypassesproposed - 5
Majorjunctions 5 5
MinorJunctions 18 18
Gradeseparatedinterchanges 1 4
MajorBridges 4 6
MinorBridges 19 21
ROBs 1 3
Culverts 120 200
Vehicle/Pedestrianunder/overpasses 16 25
Serviceroads(kms) 14 32
Sliproads(kms) 8 9
Tollplazas(no) - 2
Busbays(no) 4 15
Trucklay-byes(no) 2 8
Restareas(no) 2 6
Financialimplications INRCr/%
Totalcapitalcost 1595
Totalprojectcost 1486
289
Civilconstructioncost(incl.co 1249
ntingency)
Preconstructionexpenses 110

Landacquisition 40
Utilitiesshifting 30
Rehabilitationandresettlementcosts 20
Otherpre-constructionexpenses 20
Implementationmodeproposed BOT(Toll)
Totalprojectcost 1486
Concessionperiod 18years
<Authority>support(Grant/Premium) 18%
EstimatedNPV 50
ProjectIRR 12%
EquityIRR 15%

290

You might also like