You are on page 1of 157

Government of Gujarat

Roads & Building Department

Request for Proposal

ConsultancyServicesforFeasibilitystudyandpreparationo
fDetailedProjectReport,LandAcquisition,ForestClearanc
eandUtilityShiftingforDevelopmentofHigh-
SpeedCorridorOfSurat-Sachin- Navsari RoadKm 13/4
to 21/4 underSurat(R&B)Division No.1,SuratGujarat.

OfficeoftheExecutiveEngineer,
Surat (R & B) Sub Division No.1,
Surat – 395001
(District:Surat)

Page1of143
INDEX
Sr.No. Content PageNo.

1 NoticeInvitingTender(NIT) 3-4

2 LetterofInvitation 6-19
3 DataSheet 20-24
4 Appendix-I:TermsofReference 25-58

5 Supplement-I:AdditionalRequirementsforHillRoads 59-62

6 Supplement-II:AdditionalRequirementsforBridges 63

7 Supplement-III:Additionalrequirementforsafetyaudit 64-66

8 Enclosure-I:ManningSchedule 67

9 Enclosure-II:QualificationRequirementsofKeyPersonnel 68-72

10 Enclosure-III:ScheduleforSubmissionofReportsandDocuments 73

11 Appendix-II:FormatsforEligibility 74-77

12 Appendix-III:FormatsforTechnicalProposals 78-88

13 Appendix-IV:FormatsforFinancialProposals 89-91

14 Appendix-V:DetailedEvaluationCriteria 92-102

15 Appendix–VI:DraftContractAgreement 103-144

Page2of143
Government of
GujaratRoads&BuildingDepar
tment
DetailsaboutTender: NOTICEINVITINGTENDER(NIT)
DepartmentName Road&BuildingDepartment

Circle/Division No.1 R&BSuratcircle /R&BDivision No.1, Surat

IFBNo 1/3 TenderNoticeNo.of – 7-2 of 2023-2024

NameofProject

Consultancy Services for Feasibility study and preparation of


Nameof Work Detailed Project Report, Land Acquisition, Forest Clearance and
Utility Shifting for Development of High-Speed Corridor Of Surat-
Sachin-Navsari Road Km 13/4 to 21/4 under Surat (R & B)
Division No.1 Surat,Gujarat
EstimateContractValue(ECV) Rs. 49,99,400.00

PeriodOfCompletion(inMonths) 03 (Three) Months. Or actual completion of whole project whichever is later.

BiddingType Open

BidCall(Nos) 1

TenderCurrencyType Single

TenderCurrencySettings IndianRupee(INR)

JointVenture NotApplicable

Rebate NotApplicable

AmountDetails
TenderFee: Rs. 1500=00

TenderFeePayableTo: Executive Engineer, R & B Division No.1, Surat

EMD(INR) : Rs. 50000.00

EMD InFavorOf: ExecutiveEngineer,R&BDivision No.1,,Surat

TenderDates
BidDocumentDownloadingStartDate 11/05/2023;: hrs.

BidDocumentDownloadingEndDate 24/05/20223UPTO18:00hrs.

Pre-BidMeeting // ;:hrs.

LastDate&TimeforReceiptofBids 24/05/20223UPTO18:00hrs.

BidValidityPeriod 120days
Submission of Tender fee, EMD must be submitted though RPAD during office
hours:On date25/05/2023 to 31/05/2023 in the office of Executive Engineer, Office of
Remarks theExecutive Engineer, Surat R & B Division No.1Surat-395001
Phone :0261-2463046

Pre-QualificationBidOpeningDate Dt.25/05/2023;12:00 hrs.

OtherDetails

OfficerInvitingBids: ExecutiveEngineer,SuratR&BDivision No.1,Surat

BidOpeningAuthority: SuperintendingEngineer,R&BCircle, Surat

Address: Nanpura, Opp. Dutch Garden, Surat-395001

ContactDetails: Phone :0261-2463046

Page3of143
TenderTermsandConditions

(A) DetailsofTenderitem:

Sr. NameofWork EstimatedT EMD Tender Period


No. enderCost( fee(Rs. ofcompletion
Rs.) (Rs.) ) ofWork

1. 2. 3 4 5 6
1. Consultancy Services for Feasibility
study and preparation of Detailed 03 (Three)Months
Project Report, Land Acquisition, 4999400.00 50000.00 1500.00
Or
Forest Clearance and Utility Shifting
for Development of High-Speed actualcompletionof
Corridor Of Surat-Sachin Navsari Road wholeproject which
Km 13/4 to 21/4 under Surat (R & B)
DivisionNo.1 Sur atGujarat everislater.

Eligibility(ifany):
(B) (1) TenderFee–DemandDraft
(2) EMD-FDR
(3) GST&PANnumber
(4) Latest Bank Solvency:-20% of Estimated Cost (Calendar Year 2023)
(5) One similar work shall be completed with costing not less than 40% of estimated cost in last three year.
BiddershavetosubmitbidinElectronicformatonlyonnprocure@gnvfc.nettilltheDate&timeshownbelowandTenderFeeEMDsh
ouldbesubmittedbyRPAD/SpeedPostinHardCopyfrom
//2023to//2023intheofficeofExecutiveEn
gineer,R & B Division No.1, NanpuraSurat - 395001

Schedulefore-tenderingisfixedasunder:
(i) SiteVisit(Ifany) OnDate/ / ;:hrs.
Venue:
Date//2023;12:00 hrs.
ii) Pre-bidConference(Ifany)
Venue:OfficeOfTheSuperintendingEngineer
,Nanpura, Oppo. Dutch Garden, Surat.
(iii) Downloadingoftenderdocuments 24/05/20223UPTO18:00hrs.
(iv) OnlinesubmissionofTender 24/05/20223UPTO18:00hrs.

(v) SubmissionofEMD.Tenderfeeandoth Submission of Tender fee, EMD must be submitted though RPAD during
office hours:On date25/05/2023 to 31/05/2023 in the office of Executive
erDocumentsduringofficehours Engineer, Office of theExecutive Engineer, Surat R & B Division
No.1Surat-395001
Phone :0261-2463046
OnlineopeningofPre-qualificationBid 25/05/20223 UPTO12:00hrs..intheofficeofExecutiveEngineer,
(vi)
,Surat (R & B) Division No.1, NanpuraSurat- 395001
Phone : 0261-2463046
 Bidderscandownloadthetenderdocumentfreeofcostfromthewebsite.
 BiddershavetosubmittechnicalbidaswellasPricebidinelectronicformatonlyonabovementionedwebsitetilltheDate&timeshown
above.
 Offersinphysicalformwillnotbeacceptedinanycase.

Bidders who wish to participate in online tenders will have to procure / should have legally valid Digital
Certificate(Class-III)asperInformationTechnologyAct-
2000usingwhichtheycansigntheirelectronicbids.BidderscanprocurethesamefromanyofthelicensecertifyingAuthorityofIn
diaorcancontact(n)codesolutions-aDivision No.1ofGNFCLtd,whoarelicensedCertifyingAuthoritybyGovt.of India.

Allbidsshouldbedigitallysigned,fordetailsregardingdigitalsignaturecertificateandrelatedtraininginvolvedthebelowmentionedaddresssh
ouldbecontacted:
Page4of143
(n)Codesolutions
AdivisionofGNFC
301,GNFCInfotower,Bodakdev,
Ahmedabad-380054(India)
Tel: +91
26857316/17/18Fax:+917926
857321
E-mail:
nprocure@gnvfc.netMobile:98985
40855,9898589652

OtherTerms&Conditionsasperdetailedtenderdocuments

Page5of143
LetterofInvitation(LOI)
Dated: //2023
DearSir,

Sub:Consultancy Services for Feasibility study and preparation of Detailed Project Report, Land
Acquisition, Forest Clearance and Utility Shifting for Development of High-Speed Corridor Of
Surat-Sachin Navsari Road Km 13/4 to 21/4 under Surat (R & B) Division No.1 Surat Gujarat

Introduction

1.1 TheExecutiveEngineer,R&BDivision No.1,Surat,NanpuraSurat -


395001hasbeenentrustedwiththeassignmentforcarryingout“ConsultancyServicesforcarrying out
feasibility study, Detailed Survey/Investigation, Preparation of General
ArrangementDrawing,DetailProjectReport&DetailStructuralDesignforConstructionofproposedFL
YOVER &HIGHWAY.

1.2 A brief description of the assignment and its objectives are given in the NIT “Terms
ofReference”.

1.3 The Executive Engineer, R & B Division No.1, NanpuraSurat - 395001invites Proposal (the
“Proposal”) through e-tender (on-line bid submission)for selection of Technical Consultant
(the “Consultant”) who shall prepare DPR. Consultant ishereby invited to submit proposal in
the manner as prescribed in the RFP. Financial proposal
isonlytobesubmittedonlineandnohardcopyofthefinancialproposalshouldbesubmitted.Themostpr
eferredbidderwouldbedeterminedonthebasisofQualityandCostasmentionedintheRFP. The
consultants are hereby invited to submit proposals in the manner prescribed in
thisRFPdocument.

1.4 Theconsultantsshallsubmitproposalseither in sole capacity. Joint


Venture/Associationshallnotbeallowed.Anyentitywhichhasbeenbarredbythe Department of
RoadTransportandHighways(MORTH)oritsimplementingagenciesfortheworksofExpr essways,
National Highways, ISC and EI Works and the bar subsists as on the date ofapplication,would
notbeeligibletosubmitthebid.

1.5 To obtain first-hand information on the assignment and on the local conditions, the
consultantsare encouraged to pay a visit to the client, local State PWDs and the project site
beforesubmitting a proposal and attend a pre-proposal conference. They must fully inform
themselvesoflocalandsiteconditionsandtakethemintoaccountinpreparingtheproposal.

1.6 FinancialProposalswillbeopenedonlyforthefirmsfoundtobeeligibleandscoringqualifyingmarksin
accordancewithPara5hereof.Theconsultancyserviceswillbeawardedtothehighestrankingconsulta
ntonthebasisofQualityandCost.

1.7 Please note that (i) costs of preparing the proposal and of negotiating the contract,
includingvisits to the Client, site, etc., are not reimbursable as a direct cost of the assignment;
and
(ii)Clientisnotboundtoacceptanyoftheproposalssubmittedandreservetherighttorejectanyorallprop

Page6of143
osalswithoutassigninganyreasons.

Page7of143
1.8 Theproposalsmustbeproperlysignedasdetailedbelow:
1.8.1
i bytheproprietorincaseofaproprietaryfirm
ii. by the partner holding the Power of Attorney in case of a firm in partnership(A
certifiedcopy of the Power of Attorney on a stamp paper of Rs.300 and
dulynotarizedshallaccompanytheProposal).
iii. by a duly authorized person holding the Power of Attorney in case of a Limited
Companyor a corporation (A certified copy of the Power of Attorney on a stamp paper of
Rs. 300anddulynotarizedshallaccompanytheproposal).
iv. bytheauthorizedrepresentativeincaseofJointVenture.

1.8.4 Afirmcan bidforaprojecteitherasasoleconsultant.JVnotallowed.

Page8of143
1.10 BidSecurity

1.10.1 TheapplicantshallfurnishaspartofitsProposal,aEMD/BidSecurityofRs.50000/-(RupeesFifty
Thousand
only)intheformofaFDRissuedbyoneoftheNationalized/ScheduledBanksinIndiainfavorofthe “Exe
cutive Engineer, R & B Division No.1, NanpuraSurat- 395001(the “EMD”) valid for a
minimum period of150 days (i.e.30 days beyond the validity of the bid) from the last date
of submission ofproposals.This Bid Security is returnable not later than 30 (thirty) days from
the date ofOpening of the Financial proposals except in case of the two highest ranked
Applicants. BidSecurity of the Selected Applicant and the Second ranked Team shall be
returned, upon theSelectedApplicantsigningtheAgreement.

1.10.2 Any Bid not accompanied by the Bid Security of the required value and minimum
requiredvalidityshallberejectedbytheAuthorityasnon-responsive.

1.10.3 TheDepartmentshallnotbeliabletopayanyinterestontheBidSecurityandthesameshallbeinterestfree.
1.10.4 TheApplicant,bysubmittingitsApplicationpursuanttothisRFP,shallbedeemedtohave
acknowledged that without prejudice to the Department any other right or remedy hereunder
orin law or otherwise, the Bid Security shall be forfeited and appropriated by the Authority as
themutuallyagreedpre-estimatedcompensationanddamagepayabletotheAuthorityfor,interaliathe
time, cost and effort of the Department in regard to RFP including the consideration
andevaluationoftheProposalunderthefollowingconditions:
(a) IfanApplicantwithdrawsitsProposalduringtheperiodofitsvalidityasspecifiedinthisRF
PandasextendedbytheApplicantfromtimetotime
(b) InthecaseoftheSelectedApplicant,iftheApplicantfailstoreconfirmitscommitmentsduri
ngnegotiationsasrequiredvidePara6
(c) InthecaseofaSelectedApplicant,iftheApplicantfailstosigntheAgreement
2 Documents

2.1 To enable you to prepare a proposal, please find and use the attached documents listed in
theDataSheet.
2.2 Consultants requiring a clarification of the documents must notify the Client, in writing
withinspecifiedtimelimitasmentionedinthisRFP.Anyrequestforclarificationinwritingorbytele-
fax/e-mail must be sent to the Client‟s address indicated in the Data Sheet. The Client
willuploadrepliestoprebidqueriesonitswebsite.
2.3 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
theDocumentsbyamendmentorcorrigendum.TheamendmentwillbeuploadedonDepartment/e-
procurement website. The Client may at its discretion extend the deadline for the submission
ofproposalsandthesameshallalsobeuploadedonDepartment/e-procurementwebsite.

Page9of143
3. PreparationofProposal

Theproposalmustbepreparedinthreepartsviz.
Part 1: Proof of
eligibilityPart 2:
TechnicalProposalPart3:Finan
cialProposal
3.1 Documentsinsupportofproofofeligibility

3.1.1 TheminimumessentialrequirementinrespectofeligibilityhasbeenindicatedintheDataSheet.The
proposal found deficient in any respect of these requirements will not be considered
forfurtherevaluation.Thefollowingdocumentsmustbefurnishedinsupportof proof
ofeligibilityasperFormats giveninAppendix-II:

(i) ForwardingletterforProofofEligibilityintheForm-E1.
(ii) Firm’srelevantexperienceandperformanceforthelast7years:Projectsheetsinsupportofr
elevantexperienceasperForm-
E2/T3supportedbytheexperiencecertificatesfromclientsinsupportofexperienceasspecifiedi
n data sheet for the project
sizepreferably in terrain of similar nature as that of proposed project shall be
submitted.CertificateshouldindicateclearlythefirmsDesign/DPRexperience,in4/6-
laningofhighway, structures like bridges (Road Over Bridges, River Bridge & VUP),
Viaducts,tunnels,hillslopestabilization,rockbolting, ground improvement,
etc.Scopeofservicesrenderedby the firm should be clearly indicated in the certificate
obtainedfrom the client. The information given in Form E2/T3 shall also be considered
as part ofTechnical Proposal and shall be evaluated accordingly. The Consultants are
thereforeadvised to see carefully the evaluation criteria for Technical Proposal and submit
theProjectSheetsaccordingly.

(iii) Firm’s turnover for the last 5 years: A tabular statement as in Form E3 showing
theturnover of the applicant firm(s) for the last five years beginning with the last
financialyear certified by the Chartered Account along with certified copies of the audit
reportsshallbesubmittedinsupportoftheturnover.

FollowingenhancementfactorwillbeusedforthecostofservicesprovidedandfortheturnoverfromC
onsultancybusinesstoacommonbasevalueforworkscompletedinIndia:

Yearofcompletionofservices Enhancementfactor

FinancialyearinwhichRFPinvited 1.00

OneyearpriortoRFP 1.10

TwoyearpriortoRFP 1.21

Page10of143
ThreeyearpriortoRFP 1.33

FouryearpriortoRFP 1.46

FiveyearpriortoRFP 1.61

Applicantshouldindicateactualfiguresofcostsandamountfortheworksexecutedbythem
withoutaccountingfortheabove-mentionedfactors.

In case the financial figures and values of services provided are in foreign currency,
theaboveenhancementfactorswillnotbeapplied.Instead,currentmarketexchangerate(StateBan
kofIndiaBCSellingrateasonlastdateofsubmissionofthebid)willbeappliedforthepurposeofcon
versionofamountinforeigncurrencyintoIndianRupees.

(iv) Documentfee:The fee for the document amounting to Rs. 12,00/-(RupeesOne


Thousand Two Hundred) in the form of Demand Draft favoring Executive Engineer,
R & BDivision No.1, SuratPayable at Gandhinagar must be furnished in a separate
envelope whilesubmittingtheproposal.

(v) Bid Security: Fixed Deposit Receipt/ Demand Draft in support of bid security for
anamount specified in Data Sheet and having validity for a minimum period of 150
days(i.e.30daysbeyondthevalidityofthebid),fromthelastdateofsubmissionofproposalsinthe
FormE4.

(vi) Power of Attorney on a stamp paper of Rs.300 and duly notarized authorizing to
submittheproposal

(vii) In case a Joint Venture/Association of firms, the proposal shall be accompanied by


acertifiedcopyoflegallybindingMemorandumofUnderstanding(MOU)onastamppaperof
Rs.300, signed by all firms to the joint venture/Association as detailed at para 1.8.2above

3.1.2 The minimum essential requirement in respect of eligibility has been indicated in
thedatasheet, the proposal found deficient in any respect of these requirements will not
beconsideredforfurtherevaluation.

3.2 TechnicalProposal
3.2.1 You are expected to examine all terms and instructions included in the Documents.
Failureto provide all requested information will be at your own risk and may result in
rejection ofyour proposal.

Page11of143
3.2.2 Duringpreparationofthetechnicalproposal,youmustgiveparticularattentiontothefollowin
g:

Total assignment period is as indicated in the enclosed TOR. A manning schedule


inrespect of requirement of key personnel is also furnished in the TOR which shall be
thebasis of the financial proposal. You shall make your own assessment of support
personnelboth technical and administrative to undertake the assignment. Additional
support andadministrative staff need to be provided for timely completion of the project
within thetotal estimated cost. It is stressed that the time period for the assignment
indicated in theTORshouldbestrictlyadheredto.

3.2.3 ThetechnicalproposalshallbesubmittedstrictlyintheFormatsgiveninAppendix-
IIIAndshallcompriseoffollowingdocuments:

i) ForwardingletterforTechnicalproposaldulysignedbytheauthorizedpersononbehalfofthe
bidder,asin Form-T-1
ii) DetailsofprojectsforwhichTechnicalandFinancialProposalshavebeensubmittedbyaCons
ultantwithaparticularTeamasinForm-T-2
iii) Firm’s references - Relevant Services carried out in the last seven years as per Form-
E2/T-
3.ThisinformationsubmittedaspartofProofofEligibilityshallbeevaluatedandneednotbesu
bmittedagainasapartoftheTechnicalproposal.
iv) Site Appreciation: limited to four A4 size pages in 1.15 space and 12 font
includingphotographs,ifany(Form-T-4).
v) Comments on Terms of Reference: limited to two A4 size pages in 1.15 space and
12font(Form-T-5).
vi) The composition of the proposed Team and Task Assignment to individual
personnel:Maximumthreepages(Form-T-6).
vii) Proposed methodology for the execution of the services illustrated with bar charts
ofactivities, including any change proposed in the methodology of services indicated
intheTOR,andprocedureforqualityassurance:Maximum4pages(Form-T-7)

viii) The proposal should clearly identify and mention the details of Material Testing
labfacilities to be used by the Consultants for the project (Form-T-8). In this
connection,the proposals of the Consultants to use in-house lab facilities up to a
distance ofmaximum 400 km from the project site being feasible would be accepted.
For all othercases suitable nearby material Testing Laboratory shall be proposed
before ContractAgreementisexecuted.
ix) The proposal shall indicate as to whether the firm is having the facilities for
carryingout the following field activities or these are proposed to be outsourced to
specializedagenciesintheForm-T-9.
a) PavementInvestigation
b) Geo-technicalInvestigation

Page12of143
In case the consultant envisages outsourcing any or all of the above services to
theexpert agencies, the details of the same indicating the arrangement made with
theagencies need to be furnished. These agencies would however, be subject to
approvalof the client to ensure quality input by such agencies during technical
negotiationbeforeawardofthework.Forout-
sourcedservices,proposedfirms/consultantsshouldhavesuchexperienceonsimilarproject
s
x) DetailsofofficeequipmentandsoftwareownedbythefirminForm-T-10
xi) CVsofKeyPersonnelinForm-T-11.

3.2.4 CVsofKeyPersons:
i. TheCVsofthekeypersonnelintheformatasperFormT-11istobefurnished.Itmayplease be
ensured that the format is strictly followed and the information
furnishedthereinistrueandcorrect.TheCVmustindicate
theworkinhandandthedurationtillwhich the person will be required to be engaged in
that assignment.
QualificationCertificatesmustbesubmitted.Consultant’sacknowledgementandaffirmati
on/undertaking shall be considered as binding to the persons and consultancyfirms
who has submitted the CV. If any information is found incorrect, at any stage,action
including termination and debarment from future Department projects up to
2yearsmaybetakenbyDepartmentonthepersonnelandtheFirm.
ii. No alternative to key personnel may be proposed and only one CV may be
submittedfor each position. The minimum requirements of Qualification and
Experience of allkeypersonnelarelistedinEnclosure-
IIofTOR.CVofapersonwhodoesnotmeettheminimum experience requirement as given
at enclosure-II of TOR shall be
evaluatedandthemarksobtainedshallbetakenintoconsiderationduringevaluationofTechn
icalProposal (except Team leader). However if a firm with such key personnel is
declaredthe “most preferred bidder” for the project, such key personnel should be
replaced atthe time of Contract Negotiations with a person meeting requirements of
Qualificationand Experience as given at enclosure-II of TOR and whose CV secures
75 % marksand above. If a proposed key personnel does not possess the minimum
(essential)educationalqualificationasgivenatenclosure-
IIofTOR,ZeromarksshallbeassignedtosuchCVandsuchCVshallnotbeevaluatedfurther.T
heCVoftheproposedTeamLeader should score at least 75 % marksotherwise the
entire proposal shall beconsidered to have failed in the evaluation of Technical
Proposals and shall not beconsideredforopeningofFinancialProposals.
iii. Team Leader, Highway cum Pavement Engineer, Senior Bridge Engineer,
Pavementcum material engineer, Senior Survey Engineer, Senior Geotechnical
Engineer
shouldbeavailablefrombeginningoftheproject.OtherKeyPersonnelwithintermittentinput
are allowed to be deployed/ proposed in 2 teams at a time. If same CV is submitted
bytwoormorefirms,zeromarksshallbegivenforsuchCVforallthefirms.
iv. The availability of key personnel must be ensured for the duration of the project as
perproposed work programmer. If a firm claims that a key personnel proposed by
Page13of143
them isa permanent employee of the firm (the personnel should have worked in
thefirm

Page14of143
Continuously for a period of at least 1 year), a certificate to the effect along with
payslipsarerequiredtobesubmitted.
v. Theagelimitforkeypersonnelis65yearsasonthedateofbidsubmissionexceptforsenior
survey engineer in which case the age limit is 60 years. The proof of age
andqualificationofthekeypersonnelmustbefurnishedinthetechnicalproposal.
vi. An undertaking from the key personnel must be furnished that he/she will be
availableforentiredurationoftheprojectassignmentandwillnotengagehimself/herselfinan
yother assignment during the currency of his/her assignment on the project. After
theawardofwork,incaseofnon-availabilityofkeypersonnelinspiteofhis/herdeclaration,
he/she shall be debarred for a period of two years for allprojects of Department.
vii. Agelimitforsupportingstafftobedeployedonprojectis60yearsasonthedateofbidsubmission
.
viii. AgoodworkingknowledgeofEnglishLanguageisessentialforkeyprofessionalstaffonthisa
ssignment.StudyreportsmustbeinEnglishLanguage.
ix. Photo,contactaddressandphone/mobilenumberofkeypersonnelshouldbefurnishedinthe
CV.
x. Itmaypleasebenotedthatincasetherequirementofthe„Experience‟ofthefirm/consortium
as mentioned in the “Proof of Eligibility‟ is met by any foreigncompany, their real
involvement for the intended project shall be mandatory. This canbe achieved either
by including certain man-months input of key experts belonging tothe parent foreign
company, or by submitting at least the draft feasibility report anddraft DPR duly
reviewed by the parent firm and their paying visit to the site
andinteractingwithDepartment.Incaseofkeypersonnelproposedbytheforeigncompany,
they should be on its pay roll for at least last six months (from the date ofsubmission).
xi. In casea
firmisproposingkeypersonnelfromeducational/researchinstitutions,a„NoObjection
Certificate‟ from the concerned institution should be enclosed with the
CVoftheproposedkeypersonnelcommittinghisservicesfortheinstantproject.
xii. OriginalCurriculumVitae(CV)andphotocopiesofcertificatesshallberecentlysignedinblue
inkbytheproposedkeyprofessionalstaff oneachpageandalsoinitialedbyanauthorized
official of the Firm and each page of the CV must be signed. The keyinformation
shall be as per the format. Photocopy of the CVs will not be
accepted.UnsignedcopiesofCVsshallberejected.
3.2.5 Thetechnicalproposalmustnotincludeanyfinancialinformation.
3.3 FinancialProposal
3.3.1 TheFinancialproposalshouldincludethecostsassociatedwiththeassignment.Theseshallnorma
llycover:remunerationforstaff(foreignandlocal,inthefield,officeetc),accommodation,
transportation, equipment, printing of documents, surveys, geotechnicalinvestigations etc.
This cost should be broken down into foreign and local costs.
Yourfinancialproposalshouldbepreparedstrictly using,theformatsattachedinAppendix-IV.

Page15of143
Your financial proposal should clearly indicate the amount asked for by you without
anyassumptions of conditions attached to such amounts. Conditional offer or the proposal
notfurnished in the format attached in Appendix-IVshall be considered non- responsive and
isliabletoberejected.

3.3.2 The financial proposal shall take into account all types of the tax liabilities and cost
ofinsurancespecifiedintheDataSheet.

3.3.3 Costs shall be expressed in Indian Rupees in case of domestic as well as for
foreignConsultant. The payments shall be made in Indian Rupees by the Department and
theConsultant themselves would be required to obtain foreign currency to the extent
quotedand accepted by Department. Rate for foreign exchange for payment shall be at the
rateestablished by RBI applicable at the time of making each payment installment on
itemsinvolving actual transaction in foreign currency. No compensation done to
fluctuation ofcurrencyexchangerateshallbemade.
3.3.4 Consultantsare required to charge only rental of equipment’s/ software(s) use so
astoeconomizeintheirfinancialbid.

4 SubmissionofProposals

TheApplicantsshallsubmittheproposal(Proof of Eligibility and TechnicalProposal) in


hard bound form with all pages numbered serially and by giving and index ofsubmissions.
Applications submitted in other forms like spiral bound form; loose form
etcshallberejected.CopiesofApplicationsshallnotbesubmittedandconsidered.AConsultant
with “a Particular Team” may submit only one hard copy (in original) of
“proofofeligibility(Part1)”and“TechnicalProposal(PartII)”toDepartmentappliedbythemwith
aparticularteamonorbeforethedeadlineofsubmissionofbidsi.e.,upto11/05/2023.

Financial proposal are only to be submitted online and no hard copy of the
financialproposalshouldbesubmitted.

4.1 The Consultant must submit original proposal as indicated in the Data Sheet. “Proof
ofEligibility” in original and hard bound should be enclosed in an envelope which should
bemarked as “Part-I - Proof of Eligibility”. Similarly, “Technical Proposal” in original
andhard bound should be enclosed in an envelope which should be marked as “Part-II -
Technical Proposal” The proposal will be sealed in an outer envelope which will bear
theaddressandinformationindicatedintheDataSheetandshallbesubmittedto Department onorbe
forethedeadlineforsubmissionofbids.Theenvelopemustbeclearlymarked:

ProjectName....................................………………………………………….

Donotopen,exceptinpresenceoftheevaluationcommittee
4.1.1 This outer envelope will contain three separate envelopes. The first envelope
containing“Proof of Eligibility” (which should be clearly marked), the second envelope
containing“TechnicalProposal”(whichshouldbeclearlymarked)andthethirdenvelopecontaini
nga

Page16of143
Demand draft of Rs. 12,00/- (cost of RFP), Bid Security of required amount and validityas
mentioned in the RFP and Proof of Payment of application processing fees as
perrequirements of eprocure.gov.in. Consultants have to submit Bid Security of Rs.
50000.00 asmentionedinRFP.

4.1.2 Theproposalmustbe preparedin indelibleinkandmustbesigned


bytheauthorizedrepresentativeoftheconsultants.Theletterofauthorizationmustbeconfirmedb
yawrittenpower of attorney accompanying the proposals. All pages of the Proof of
Eligibility andTechnicalProposalmustbeinitialedbythepersonorpersonssigningtheproposal.

4.2 The proposal must contain no interlineations or overwriting except as necessary to


correcterrors made by the Consultants themselves, in which cases such corrections must
beinitialedbythepersonorpersonssigningtheproposal.

4.3 YourcompletedProofofeligibilityandTechnicalproposal(inhardcopy)mustbedeliveredon or
before the time and date at the address stated in Data Sheet. Proof of Eligibility,Technical
Proposal and Financial Proposal shall have to be submitted online also on
orbeforethetimeanddateattheaddressstatedinDataSheet
4.4 YourproposalmustbevalidforthenumberofdaysstatedintheDataSheetfromtheclosing
dateofsubmissionofproposal.

5 ProposalEvaluation

5.1 Theproposals wouldbeevaluatedbyaCommitteeconstitutedatOfficeofCommittee


constituted at Office of R & B DEPARTMENT, Gandhinagar. A three-
stageprocedurewillbeadoptedinevaluatingtheproposal.Inthefirststage-
ProofofEligibility,itwillbeexaminedas towhether:

i) TheproposalisaccompaniedbyDocumentfee
ii) The Proposal is accompanied by Bid Security of required value and of validity equal
ormorethantheminimumrequiredvalidity
iii) Thefirms(s)shouldfulfillallminimumrelevantexperienceasper12.2ofDataSheetandAppen
dix-V
iv) Thefirms(s)haverequiredturnoverasmentionedinthisRFP
v) The documents are properlysigned bythe authorized signatories and whether
theproposalcontainsproperPOAasmentionedatpara1.8.1above
vi) Theproposalshavebeenreceivedonorbeforethedeadlineofsubmission.
vii) In case a Joint Venture/Association of firms, the proposal shall be accompanied
bycertified copy of legally binding Memorandum of Understanding (MOU) on a
stamppaperofRs.300, signedbyallfirms tothe jointventure/Association asdetailed atpara
1.8.2above.

In case answers to any of the above items is „No‟ the bid shallbe declared as non-
responsiveandshallnotbeevaluatedfurther.

AConsultantsatisfyingtheminimumEligibilityCriteriaasmentionedintheDatasheetand

Page17of143
who had submitted the above-mentioned documents shall be considered “pass” in Proof
ofEligibility and the Technical Proposals of only those consultants shall be opened
andevaluatedfurther.

5.2 InthesecondstagetheTechnicalproposalshallbeevaluatedasperthedetailedevaluationcriteria
giveninDataSheet.

Aproposalsecuring75pointsshallbedeclaredpassintheevaluationofTechnicalProposalThe
technical proposal should score at least 75 points out of 100 to be considered
forfinancial evaluation. The CV of the proposed Team Leader should score at least 75
%marksotherwisetheentireproposalshallbeconsideredtohavefailedintheevaluationofT
echnicalProposalsandshallnotbeconsideredforopeningofFinancialProposals.

5.3 EvaluationofFinancialProposal

5.3.1 In case, only one firm is eligible for opening of Financial Proposals, the Financial
Proposalshallnotbeopened,thebidsshallbecancelledandR&BDEPARTMENTshallinvitefres
hbids.Forfinancialevaluation,totalcostoffinancialproposalincludingGoodsandServicesTaxsh
allbeconsidered.GoodsandServicesTaxshallbepayableextra.

5.3.2 The evaluation committee will determine whether the financial proposals are complete
(i.e.whether they have included cost of all items of the corresponding proposals; if not,
thentheircostwillbeconsideredasNILbuttheconsultantshallhoweverberequiredtocarryoutsuc
h obligations without any compensation. In case, if client feels that the work cannot
becarriedoutwithinoverallcostoffinancialproposal,theproposalcanberejected.Theclientshall
correct any computational errors and correct prices in various currencies to the
singlecurrency specified in Data Sheet. The evaluation shall include those taxes, duties,
fees,leviesandotherchargesimposedundertheapplicablelaw&appliedtoforeigncomponents/re
sidentconsultants.

5.3.3 The procedure as mentioned at Clauses 5.3.4, 5.4 and, 5.5 as mentioned below shall
befollowedfordeterminingthe“mostpreferredbidder(H-1bidder)”.

5.3.4 The lowest financial proposal (FM) will be given a financial score (SF) of 100 points.
Thefinancialscoresofotherproposalswillbecomputedasfollows:

SF=100xFM/F
(SF=FinancialScore,FM=Amountoflowestbid,F=Amountoffinancialproposalconvertedin
thecommoncurrency)

5.4 CombinedevaluationofTechnicalandFinancialProposals.Proposalswillfinallyberankedaccor
ding to their combined technical (ST) and Financial (SF) scores using the
weightsindicatedintheDataSheet:

S=STxT+SFxfWhere,
S=CombinedScore,

Page18of143
ST=TechnicalScoreoutof100
SF=FinancialScoreoutof100
TandfarevaluesofweightagefortechnicalandfinancialproposalsrespectivelyasgivenintheData
Sheet.

5.5 TheConsultantwitha“particularTeam”havingthemaximum
16Combinedscore(S)shallbedeclaredasthemostpreferredbidder(H-1).

6 Negotiations

6.1 Prior to the expiration period of proposal validity, the Client will notify the most
referredConsultant/Bidder i.e. the highest ranking consultant in writing by registered letter,
e-mail,orfacsimileandinvitehimtonegotiatetheContract.

6.2 Before the start of negotiations, the most preferred Consultant/Bidder (H-1) shall
beaskedtogivejustificationforthecostquotedbythemtothefullsatisfactionofR&BDEPA
RTMENT.

Eachkeypersonnelofthepreferredconsultantshallbecalledforinterviewatthetimeofnegotiationatthecost
ofconsultantbeforetheawardofwork.

6.3 Negotiations normally take two to three days. The aim is to reach agreement on all
pointsandinitialadraftcontractbytheconclusionofNegotiations.

6.4 Negotiationswillcommencewithdiscussionontechnicalproposal,theproposedmethodology
(work plan), staffing and any suggestions made to improve the TOR, thestaffing and bar
charts, which will indicate activities, periods in the field and in the
homeoffice,staffmonths,logisticsandreporting.Thefinancialproposalissubjecttorationalizatio
n. Special attention will be paid to optimize the required outputs from theConsultants
within the available budget and to define clearly the inputs required from
theClienttoensuresatisfactoryimplementationoftheAssignment.

6.5 Changes agreed upon will then be reflected in the financial proposal using proposed
unitrates.

6.6 HavingselectedConsultants,amongotherthings,onthebasisofanevaluationofproposedkeyprof
essionalstaff,theClientexpectstonegotiate,withintheproposal validityperiod, acontract on
the basis of the staff named in the proposal and, prior to contract
negotiations,willrequireassurancesthatthestaffwillbeactuallyavailable.TheClientmayasktogi
veareplacement for the key professional who has scored less than 75% marks by a person
of
atleast75%score.Noreductioninremunerationwouldbemadeonaccountofabovechange.The
Client will not consider substitutions during contract negotiations except in cases
ofincapacity of key personnel for reasons of health. Similarly, after award of contract
theClient expects all of the proposed key personnel to be available during implementation
ofthecontract.Theclientwillnotconsidersubstitutionsduringcontractnegotiations/contractimp
lementationexceptunderexceptionalcircumstances.Forthereasonotherthandeath/

Page19of143
extreme medical ground, where replacement is proposed by the Consultant due to non-
availability of the originally proposed key personnel or in cases where replacement
hasbecome necessary as a key personnel proposed by the Consultant has been found to
beunsuitablefortheprojectbyR&BDEPARTMENTduringcontractnegotiations
/contract implementation,the following shall apply (i) for total replacement up
to33%ofkey personnel, remuneration shall be reduced by 5% (ii) for total
replacementbetween33%to
50%, remuneration shall be reduced by 10% (iii) for total replacement beyond 50%
and66% remuneration shall be reduced by 15% (iv) for total replacement beyond 66% of
thetotal key personnel, the Client may initiate action for debarment of such consultant
forfutureprojectsofR&BDEPARTMENTforaperiodof6monthsto24months.Ifforanyreason
beyond the reasonable control of the consultants, it becomes necessary toreplace any
of the personnel, the consultants shall forthwith provide as a
replacementapersonofequivalentorbetterqualificationandexperience.

6.7 The negotiations will be concluded with a review of the draft Contract Agreement
attachedat Appendix-V. The Client and the Consultants will finalize the contract to
concludenegotiations.
6.8 IfaConsultantfailsto conclude the negotiations with R & B DEPARTMENT or incase a
consultant withdraws without starting / completing the negotiations with R &
BDEPARTMENT,itshallattract penalty - encashment of Bid Security submitted by
theConsultant

7 PerformanceSecurity
The consultant will furnish within 15 days of the issue of Letter of Acceptance (LOA),
anunconditionalBankGuaranteefromaNationalizedBank,IDBIorICICI/ICICIBank/Foreign
Bank/EXIM Bank / Any Scheduled Commercial Bank approved by
RBIhavinganetworthofnotlessthan500croreasperlatestAnnualReportoftheBank. Inthecase
of a Foreign Bank (issued by a Branch in India) the net worth in respect of
Indianoperations shall only be taken into account. In case of Foreign Bank, the BG issued
byForeign Bank should be counter guaranteed by any Nationalized Bank in India. The
BGshall be furnished foran amount equivalent to 5 %of the total contract value to
bereceived by him towards Performance Security valid for a period of three years beyond
thedate of completion of services, or end of civil works contract, whichever earlier. The
BankGuarantee will be released by R & B DEPARTMENT upon expiry of 3 years
beyondthe date of completion of services, or end of civil works contract, whichever
earlier,providedrectificationoferrors if any, found during implementation of
thecontractforcivilworkandsatisfactory report by R & B DEPARTMENT in
thisregard is issued. If a Consultant fails to submit the Performance Security (as
specifiedabove),itshallattractpenalty-encashmentofBidSecuritysubmittedbytheConsultant

8. Penalty
Theconsultantwillindemnifyforanydirectlossordamagethataccrueduetodeficiencyin
services in carrying out Detailed Project Report. Penalty shall be imposed on
theconsultantsforpoorperformance/deficiencyinserviceasexpectedfromtheconsultant

Page20of143
andasstatedinGeneralConditionsofContract.

9. AwardofContract
AftersuccessfulNegotiationswiththeselectedConsultanttheClientshallissueletterofawarda
ndasktheConsultanttoprovidePerformanceSecurityasinPara7above.Ifnegotiations(asperp
ara6above)failortheselectedConsultantfailtoprovideperformancesecuritywithintheprescri
bedtimeortheConsultantfailtosign theContract Agreement within prescribed time the
Client may invite the 2 ndhighest rankingbidder Consultant for Contract negotiations and
follow the procedure outlined in Para 6,9and10ofthis LetterofInvitation.

10. SigningofContractAgreement
Afterhavingreceivedtheperformancesecurityandverifiedit,theClientshallinvitetheselecte
dbidderforsigningofContractAgreementonadateandtimeconvenienttobothpartieswithin1
5daysofreceiptofvalidPerformanceSecurity.

11. TheClientshallkeepthebiddersinformedduringtheentirebiddingprocessandshallhostthefo
llowinginformationonitswebsite:
i) NoticeInvitingTender(NIT)
ii) RequestForProposal(RFP)
iii) Repliestopre-bidqueries,ifany
iv) Amendments/corrigendumtoRFP
v) Listofbidderswhosubmittedthebidsuptothedeadlineofsubmission
vi) Listofbidderswhodidnotpasstheeligibilityrequirements,statingthebroaddeficien
cies
vii) ListofbidderswhodidnotpasstheTechnicalEvaluationstatingthereasons.
viii) Listofbiddersalongwiththetechnicalscore,whoqualifiedforopeningthefinancialbid
ix) FinalScoreofqualifiedbidders
x) NameofthebidderswhoisawardedtheContract
12. Confirmation

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


willsubmitaproposal.

Thankingyou.

Encl.:Asabove
Executive Engineer,
SuratR &BDivision No.1,
Surat

Page21of143
DATASHEET

I(ReferencestocorrespondingparagraphsofLOIarementionedalongside)

1. TheNameoftheAssignmentanddescriptionofproject(Ref.Para1.1)

2. ThenameoftheClientis:ExecutiveEngineer,R&BDivision No.1,NanpuraSurat – 395001.

3. DurationoftheProject:03(Three)monthsoractualcompletionofwholeproject

4. Date,TimeandVenueofPre-

ProposalConferenceDate:Time:1200hrs

Venue: Office of Superintending Engineer,


Opp. Dutch Garden.Nanpura, Surat,
(Ref.Para1.9)

5. TheDocumentsare:
Appendix-I: Terms of Reference
(TOR)Appendix-II: Formats for Proof of
EligibilityAppendix-
III:FormatsforTechnicalProposalAppendix-
IV:FormatsforFinancialProposalAppendix-
VI:DraftContractAgreement

6. BidSecurity:Rs50000.00 (RefPara1.10)

(4)The Consultants and their personnel shall pay all taxes (including Goods and Services
Tax),custom duties, fees, levies and other impositions levied under the laws prevailing seven
daysbeforethelastdateofsubmissionofthebids.Theeffectsofanyincrease/decreaseofanytypeofta
xesleviedbytheGovernmentshallbebornebytheClient/Consultant,asappropriate.

(ii) LimitationsoftheConsultant’sLiabilitytowardstheClientshallbeasperClause3.4ofDraftContrac
tAgreement

(iii) TheriskandcoverageshallbeasperClause3.5ofDraftContractAgreement.

(iv) BidSecurityshallbesubmittedintheformofDemandDraftorFixedDepositonly.

8. Thenumberofcopiesoftheproposalrequiredtobesubmitted:1no.(ref.para4.1)
9. Thecommunicationaddressis---(Ref.para4.2)
OfficeoftheExecutiveEngineer,R&BDivision No.1,NanpuraSurat-395001

Page22of143
Theenvelopesmustbeclearlymarkedas:

4.OriginalProposal;
ii. Documentsinproofofeligibilityandtechnicalproposalasappropriate;and,
iii. Donotopen,exceptinpresenceofthe evaluationcommitteeonthe outerenvelope.
iv. ProjectName:----
v. NameandAddressofConsultant

10. Thedate,timeandAddressofproposalsubmissionare–ReferPara2&9ofNIT

11. ProposalValidityperiod(Numberofdays):120days (Ref.Para4.5)

12. Evaluationcriteria: (Ref.Para3&5)


12.1 Firststageevaluation–eligibilityrequirement. (Ref.Para3.1&5.1)
(i) ThesoleapplicantshallfulfillalltherequirementsgiveninTable-1.
(ii) Deleted.
(iii) If the applicant firm has / have prepared the DPR/FS projects solely on its
own,100%weightage shall be given. If the applicant firm has prepared the DPR/FS
projectsas a lead partner in a JV, 75% weightage shall be given. If the applicant firm
havepreparedtheDPRprojectsastheotherpartner(notleadpartner)inaJV50%weightagesh
all be given. If the applicant firm has prepared the DPR/FS projects as an
associate,25%weightageshallbegiven.
(iv) Similarprojectmeans4/fourlaneasapplicablefortheprojectforwhichRFPisinvited.For2-lane
projectsexperienceof4/6 lanealsotobeconsideredwitha multiplication factor of
1.5.Experienceof4/6laneshallbeconsideredinterchangeablyfor4/6laningprojects.For4/6
laning projects, experience of 2 lane will be considered with a multiplication factor of0.4,
but only for those 2 lane projects whose cost of consultancy services was more
thanRs.1.5crore

Table-1:MinimumEligibilityRequirements
S. MinimumexperienceandperformanceofPreparationof Annualaverageturnover
No. DPRofHighways&Bridgesinthelast7years
(NH/SH/Expressways) (for past performance
attachundertakingforanylitigationhistory/andarbitratio
n).
AFirmapplyingshouldhaveExperienceofpreparation Annual average
of turnoverfor last 5 years of
1.1 DetailedProjectReport/Detailed EngineeringDesign the
firmshouldbeequaltoormo
of 4/6 lane of SH/NH/Expressways projectsof rethanRs.50.00Lacs.
aggregate length equal to the indicative length ofthe
project corridor (i.e. 63 km as the length of
theprojectcorridoris63km). as Per Annexure - I
Note: The experience of a firm in preparation of
DPRforaprivateconcessionaire/contractor
shallnotbeconsidered.

Page23of143
2 DPR/Detailed Engineering Design of
4L/6LBridge/flyoverhavinglengthmo
rethan200m(for
SH/NH/Expressway&BridgeProperlengthexcludingapp
roaches.)

Page24of143
12.2 Secondstagetechnicalevaluation(Refer5.2)
Sr.No. Description Points
1 Firm’srelevantexperienceinlast7years 25
2 Adequacyofapproachandmethodology 15
3 Qualificationandrelevantexperienceoftheproposedkeypersonnel 60
Total 100

Furtherbreak-upofeachcriterionhasbeendetailedoutbelow:

4. Firm’srelevantexperienceinlast7years
Maximum Sub
Sr.No. Description
Points Points

1 SpecificexperienceoftheDPRconsultancyrelatedtothe 12.0
assignmentforeligibility
1.1 AggregateLengthofDPR/DetailedEngineeringDesignof4/6 6.0
laneprojects.
1.1.1 MorethantheindicativeLengthoftheproject 5.0
1.1.2 Morethan2timestheindicativelengthoftheproject 5.5
1.1.3 Morethan3timestheindicativelengthoftheproject 6.0
1.2 DPR for 4/6 laning projects each equal to or more than 40 % 6.0
ofindicativelengthofapackageappliedfor(orFeasibilityStudyfor4/
6laningprojectseachequaltoormorethan60%ofindicativelengthofa
packageappliedfor)

1.2.1 1Project 5.0


1.2.2 2Projects 5.5
1.2.3 3Projects 6.0
2. DPR/DetailedEngineeringDesignof4L/6LBridges/flyover 6
havingbridgelengthmorethan200m(SH/NH/ExpressWay)

2.1 1bridges 4
2.2 2bridges 4.5
2.3 3bridges 5
2.4 4Bridges 5.5
2.5 5Bridgesormore 6
3 Specificexperienceoffirmsintermsofturnover 5

3.1 Firm’sAverageTurnoveroflast5years>=1.5 Crore 5

Page25of143
Maximum Sub
S.No. Description
Points Points

3.2 FirmAverageTurnoveroflast5years>=50 Lacsbut<1.5crore 4


3.3 FirmAverageTurnoveroflast5years<50 Lacs 0

4 HighwayProfessionals*workingwiththefirm 2
<10nos.
4.1 0
10-20nos.
4.2 1
> 20nos.
4.2 2
Total 25
*TheprofessionalswhopossessdegreeinCivilEngineering/TransportPlanning/TransportEconomics/Traffic
Management/Geology/EnvironmentScience orEngineering and5years.Experience inhighway/bridge/tunnel
withemploymentinthefirmformorethanoneyear.

2. Adequacyofapproachandmethodology

S.No. Description Points


1 Siteappreciation 2
2 CommentsonTOR 2
3 Teamcompositionandtaskassignment 1
4 Methodology 2
5 AttendanceinPre-BidMeeting 3
6 OfficeInGujaratState sincelast5years 5
Total 15

3. Qualificationandrelevantexperienceoftheproposedkeypersonnel

Theweightageforvariouskeystaffisasunder:
S. Description Points
No.
1 TeamLeadercumPrincipal HighwayEngineer 8
2 Principal BridgeEngineer 8
3 Senior Highway Engineer 7
4 SeniorBridgeEngineer 7
5 Junior Engineer 5
6 MaterialCumGeo-TechnicalEngineer 5
7 Highway Engineers 5
8 Retired Revenue Office For Land Acquisition 5
9 Environment & Social Expert 5
10 Hydrologist 5
Total 60

Page26of143
Thenumberofpointsassignedduringtheevaluationofqualificationandcompetenceofkeystaffareas
givenbelow:
Sr.No. Description Maximum Sub
Points Points
1 GeneralQualification 25
1.1 Essentialeducationqualification 20
1.2 Desirableeducationqualification 5
2 Relevantexperienceandadequacyfortheproject 65
2.1 Totalprofessionalexperience 15
2.2 ExperienceinHighway/Bridge/flyover 25

2.2 ExperienceinSimilarCapacity 25
3 EmploymentwiththeFirm 10
3.1 Lessthan1year 0
3.2 1yearto2years 5
3.3 > 2years 10

12.3 Detailedevaluationcriteriawhichistobeusedforevaluationoftechnicalbidsisas indicated at


Appendix-V. The Consultant should carryout self-evaluation based on theevaluation
criteria at Appendix-V. While submitting the self-evaluation along with
bid,Consultantshallmakereferencestothedocumentssubmittedintheirproposalwhichhaveb
eenrelieduponinself-evaluation

12.4 T hirdstage-EvaluationofFinancialproposal

FinancialProposalsofallQualifiedConsultantsinaccordancewithclause5.2and5.3ofLetterofInvitati
onshallbeopened.
Theconsultancyserviceswillbeawardedtotheconsultant scoringhighestmarks in
combinedevaluationofTechnicalandFinancialproposalsinaccordancewithclause1.3and5.4hereof.
TheFactorsare:
TheweightgiventoTechnicalProposal(T)=0.80The
weightgiventoFinancialProposal(f)=0.20

a) Thecommoncurrencyis“IndianRupee”. (Ref.Para3.3.3)
ConsultantshavetoquoteinRupeesbothfordomesticConsultantaswellasForeignConsultants
b) Commencementof Assignment(Date,Location): The Consultantsshallcommence theServices
within fifteen days of the date of effectiveness of the contract at locations
asrequiredfortheprojectstretchstatedinTOR.(Ref.Para1.2ofLOIand2.3ofGCC/SC)

Page27of143
APPENDIXI

TERMSOFREFERENCE(TOR)

Consultancy Services for Feasibility study and preparation of Detailed Project


Report, Land Acquisition, Forest Clearance and Utility Shifting for Development
of High-Speed Corridor Of Surat-Sachin Navsari Road Km 13/4 to 21/4 under
Surat (R & B) Division No.1 Surat Gujarat.
TermsofReferenceforConsultancyServices(TOR)

1. General
1.1. TheDepartmenthasbeenentrustedwiththeassignmentforwhichproposalsareinvitedfromTechni
calConsultantsforprovidingConsultancyServicesConsultancyServicesforPreparationofDetaile
dEngineeringReportforConsultancy Services for Feasibility study and preparation of Detailed
Project Report, Land Acquisition, Forest Clearance and Utility Shifting for Development of
High-Speed Corridor Of Surat-Sachin Navsari Road Km 13/4 to 21/4 under Surat (R & B)
Division No.1 Surat
Gujarat.toenableDepartmenttoinvitetenderandexecutetheworkonEPC/PPPbasisasdesiredbyD
epartment.
1.2. R & BDepartment willbetheemployerandexecuting agency for the
consultancyservicesandthestandardsofoutputrequiredfromtheappointedconsultantsareofinter
nationallevelbothintermsofqualityandadherencetotheagreedtimeschedule.

2. Objective
2.1. The main objective of the consultancy service is to establish the technical, economical,
andfinancial viability of the project and prepare Detailed Engineering Report for development
of(Consultancy Services for Feasibility study and preparation of Detailed Project Report,
Land Acquisition, Forest Clearance and Utility Shifting for Development of High-Speed
Corridor Of Surat-Sachin Navsari Road Km 13/4 to 21/4 under Surat (R & B) Division No.1
Surat Gujarat. to enable R & BDepartment to invite tender and execute the work on EPC/PPP
basis as desired by R & BDepartment .
2.2. The viability of the project shall be established considering the requirements withregard to
rehabilitation, upgrading and improvement based on highway design,
pavementdesign,provisionofserviceroadswherevernecessary,typeofintersections,rehabilitatio
nandwidening of existing and/or construction of flyover and structures, road safety
features,quantities of various items of works and cost estimates and economic analysis
within thegiventimeframe.
2.3. TheDetailedProjectReport(DPR)wouldinter-
aliaincludedesignofunderpasses/flyover,detailedhighway design, design of pavement and overlay
with options for flexible or rigid pavements,cross drainage structures and grade separated
structures, design of service roads, quantities
ofvariousitems,detailedworkingdrawings,detailedcostestimates,economicandfinancialviabilityana
lyses,environmentalandsocialfeasibility,socialandenvironmentalactionplansasappropriateanddocu
mentsrequiredfortenderingtheprojectoncommercialbasisforinternational
/localcompetitivebidding.
2.4. The DPRconsultantshouldensuredetailedprojectpreparation incorporating aspects
ofvalueengineering,qualityauditandsafetyauditrequirementindesignandimplementation.

Page28of143
3. ScopeofServices
3.1. The proposed project work, improvement/Strengthening work to existing carriageway width
orupgradation either in whole length or part length or where ever it is required shall be within
theexisting right of way avoiding land acquisition, except for locations having inadequate width
andwhere provisions of, service roads, alignment corrections, improvement of intersections
areconsiderednecessaryandpracticableandcosteffective.
3.2. The general scope of services is given in the sections that follow. However, the entire scope
ofserviceswould,inter-
alia,includetheitemsmentionedintheLetterofInvitationandtheTOR.TheConsultant will also make
suitable proposals for construction of flyover, as required at theappropriate time to maintain the
level of service over the design period. The Consultants
shallpreparedocumentsforEPC/PPPcontract.
3.3. deleted
3.4. Whereverrequired,consultantwillliaisewithconcernedauthoritiesandarrangeallclarifications.
Approval of all drawings including GAD and detail engineering drawings will begot done by the
consultant from the concerned all authorities. However, if concerned
authoritiesarerequireproofcheckingofthedrawingspreparedbytheconsultants,thesameshallbedone
bytheconsultantandpaymenttotheproofconsultantshallbemadebyR&BDepartmentdirectly.
3.5. The DPR consultant may be required to prepare the Bid Documents mostly on EPC basis or
PPPbasis as directed by R & B Department, based on the feasibility report, due to exigency of
theprojectforexecutionifdesiredbyR&BDepartment.
3.6. Consultantshallobtainalltypesofnecessaryclearancesrequiredforimplementationoftheprojecton the
ground from the concerned agencies.The client shall provide the necessary
supportinglettersandanyofficialfeesasperthedemandnoteissuedbysuchconcernedagenciesfromwho
mtheclearancesarebeingsoughttoenableimplementation.
3.7. Theconsultantshallpreparethebiddocumentsincludingrequiredschedules(asmentionedabove)as per
EPC/ PPP documents. For that it is suggested that consultant should also go through
theEPC/PPPdocuments ofNHAI/GOG/R&BDepartmentbeforebidding
theproject.TheConsultantshallassisttheR&BDepartmentandit'sFinancialConsultantandtheLegalA
dviserbyfurnishingclarificationsasrequiredforthefinancialappraisalandlegalscrutinyoftheProjectH
ighwayand BidDocuments.
3.8. Consultantshallberesponsibleforsharingthefindingsfromthepreparationstagesduringthebid
process. During the bid process for a project, the consultant shall support the authority
inresponding to all technical queries, and shall ensure participation of senior team members of
theconsultantduringallinteractionwithpotentialbiddersincludingpre-
bidconference,meetings,sitevisits etc. In addition, the consultant shall also support preparation of
detailed responses to thewrittenqueriesraisedbythebidders.

3.9. ApproachtotheprovisionandspecificationsforStructures:

3.9.1. Thestructuresonroads viz. Bridges, ROBs (Road Over Bridges, and Flyovers),RUBs
(Road Under Bridges) etc. are designed for more than 50 years. It is difficult toincrease the
width of the structures at a later date which may also have larger financialimplications apart
from construction related issues in running traffic. Therefore, it has beendecided to keep
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 on eitherside) on all the
four-lane highways except in the following cases (i) Reserve Forest (ii) Wildlife Areas(iii)
Hilly
Areas(iv)UrbanAreaswheresiteconditiondonotpermitthis.Whereverelevatedsectionsaredesign
edthroughanyinhabitedareas,theseshouldbesix-lanestructures supported on single piers so
that the road underneath serves as effective serviceroadsonbothsides.
3.9.2. HighwayprojectsshallbedesignedforseparationoflocaltrafficespeciallyforVulnerableRoad
Users(VRUs),forlongitudinalmovementsandcrossingfacilitiesthroughviaduct(s)locatedatco
Page29of143
nvenientwalkingdistance.ProvisionofPUPsandCUPswithsize

Page30of143
of7.0mx 3.0m, as specified in para 2.10 of the IRC specifications, has proved to
beinsufficient keeping in view the increased use of mechanization in agriculture
practices.These structures do not support the easy passage / crossing for the tractors with
trolleys sooften used for agriculturaloperations.Astraffic on cross roads is increasing
day-by-day, it has been decided to substitute the provision of Pedestrian Underpass (PUP) /
CattleUnderpass (CUP) [forpara2.10 of IRC specifies the dimensions of 7.0m x
3.0m]with aLVUP with a minimum size of 12 (lateral clearance) x 4m (vertical clearance).
Outof 12m lateral width, 2.5mwidthononeside shall be raised for pedestrian
sidewalkswithgrillstomake pedestrian movement convenient and safe. A third smaller
dimensionVUP-SVUP (4m*7m) for all cross roads carriageway width lesser than 5.5m
may also beconsidered.ThusVUPswouldbeofthreegradesi.e.VUP-5.5mx20m;LVUP-
4mx12m;andSVUP-4mx7m These structures shall be located at the most preferred place of
pedestrian /cattle / day-to-day crossings. Depending on the site conditions, feasibility of
clubbing thecrossing facilities through service roads shall also be explored. Further, the
bed level ofthese crossings shall not be depressed as any such depression, in the absence of
properdrainagefacilitiesbecomeswater-
loggedrenderingthesameunusable.Ideally,thebedlevelofthecrossingsshouldbeabithigherwith
properconnectivitytoadrain,whichcouldservethe drainage requirements of the main
carriageway, the underpass and the service road aswell.

3.9.3. The provision of embankments shall be kept minimum so as to save land as well as
earthwhicharescarceresources.Thiscanbedecidedoncasetocasebasiswithduedeliberations.Ho
wever, economic considerations may also be given due weightage before deciding theissue.

3.9.4. The consultant shall be guided in its assignment by the Model Concession/
ContractAgreements for PPP/ EPC projects, as applicable and the Manual of Specifications
andStandards for two/ four/ six laning of highways published by IRC (IRC:SP:73 or
IRC:SP:84orIRC:SP:87,asapplicable)alongwithrelevantIRCcodesfordesignoflongbridges.
4. General
4.1. PrimaryTasks
GeneralScopeofServicesshallcoverbutbenotlimitedtothefollowingmajortasks:
i. Reviewofallavailablereportsandpublishedinformationabouttheprojectroadandtheprojectinflu
encearea;
ii. Detailedreconnaissance;
iii. Identification of possible improvements in the existing alignment and bypassing
congestedlocationswithalternatives,evaluationofdifferentalternativescomparisonontechno-
economicandotherconsiderationsandrecommendationsregardingmostappropriateoption;
iv. TrafficstudiesincludingtrafficsurveysandAxleloadsurveyanddemandforecastingfornextthirtyy
ears;
v. Inventoryandconditionsurveysforroad;
vi. Inventoryandconditionsurveysforbridges,cross-
drainagestructures,otherStructures,riverBanktraining/Protectionworksanddrainageprovisio
ns;
vii. DetailedtopographicsurveyusingtotalstationandDGPSorequivalenttechnology
viii. Pavementinvestigations;
ix. Sub-gradecharacteristicsandstrength:investigationofrequiredsub-gradeandsub-
soilcharacteristicsandstrengthforroadandembankmentdesignandsubsoilinvestigation;
x. Identificationofsourcesofconstructionmaterials;
Page31of143
xi. Detailed design of road, its x-sections, horizontal and vertical alignment and design
ofembankment of height more than 6m and also in poor soil conditions and where
densityconsiderationrequire,evenlesserheightembankment.Detaileddesignofstructuresprepar
ationofGADandconstructiondrawingsandcross-drainagestructuresandunderpassesetc.
xii. Identificationofthetypeandthedesignofintersections;
xiii. Designofcompletedrainagesystemanddisposalpointforstormwater
xiv. Value analysis / value engineering and project
costing;xv.;(deleted)
xvi. Contractpackagingandimplementationschedule.
xvii. Strip plan indicating the scheme for carriageway widening, location of all existing
utilityservices (both over- and underground) and the scheme for their relocation, trees to be
felled,transplanted and planted,and drawings arrangement of estimates for cutting/
transplantingoftreesandshiftingofutilitiesfromtheconcerneddepartment;
xviii. Tofindoutfinancialviabilityofprojectforimplementationandsuggestthepreferredmodeonwhicht
heprojectistobetakenup.
xix. Preparation of detailed project report, cost estimate, approved for construction
Drawings,rate analysis, detailed bill of quantities, bid documents for execution of civil
worksonEPC/PPPorthroughbudgetingresources.
xx. Tie-inofon-going/sanctionedworksofMORT&H/NHAI/R&BDotheragencies.

.4.2 Whilecarryingoutthefieldsurveys/studies,investigationsanddesign,thedevelopment
plansbeingimplementedorproposedforfutureimplementation by the localbodies, should be taken
into account. Such aspect should be clearly brought out in the reports anddrawings.

4.3 The consultant shall study the existing wayside amenities, arboriculture along the
highwayandproposeimprovements.

4.4 The local and slow traffic may need segregation from the main traffic and provision
ofservice roads and physical barrier including fencing may be considered, wherever necessary
toimproveefficiencyandsafety

4.5 StandardsandCodesofPractices

1. All activities related to field studies, design and documentation shall be done as per
thelatest guidelines/ circulars of MoRT&H and relevant publications of the Indian Roads
Congress(IRC)andBureauofIndianStandards(BIS).ForaspectsnotcoveredbyIRCandBIS,internation
alstandardspractices,maybeadopted.TheConsultants,uponawardoftheContract,mayfinalizethisinco
nsultationwithR&BDEPARTMENTandreflectthesameintheinceptionreport.
2. Allnotations,abbreviationsandsymbolsusedinthereports,documentsanddrawingsshallbeasp
erIRC:71.

4.6 QualityAssurancePlan(QAP)

1. The Consultants should have detailed Quality Assurance Plan (QAP) for all field
studiesincluding topographic surveys, traffic surveys, engineering surveys and investigations,
design
anddocumentationactivities.Thequalityassuranceplans/proceduresfordifferentfieldstudies,engineeri
ngsurveys andinvestigation,designanddocumentationactivitiesshouldbepresentedas

Page32of143
separatesectionslikeengineeringsurveysandinvestigations,trafficsurveys,materialgeo-technicaland
sub-soil investigations, road and pavement investigations, investigation and design of
bridges&Structures,ec ono mic &financialanalysis,drawingsanddocumentation,preparation,checkin
g,approvalandfilingofcalculations,identificationandtractabilityofprojectdocumentsetc.Further,addit
ionalinformationasperformatshallbefurnishedregardingthedetailsofpersonalthatshallberesponsiblef
orcarryingout/preparingandchecking/verifyingvariousactivitiesformingpartoffeasibilitystudyandpr
ojectpreparation,sinceinceptiontothecompletionofwork.ThedetailedDraftQAPDocumentmustbedis
cussedandfinalizedwiththeconcernedR&BDepartmentofficersimmediatelyupontheawardoftheContra
ctandsubmittedaspartoftheinceptionreport.

2. ItisimperativethattheQAPisapprovedbyR&BDepartmentbeforetheConsul
tantsstartthefieldwork.

4.7 ReviewofDataandDocuments

1. TheConsultantsshallcollecttheavailabledataandinformationrelevantfortheStudy.Thedataan
ddocumentsofmajorinterestshallinclude,butnotbelimitedto,thefollowing:
i. Climate;
ii. Roadinventory
ii Roadcondition,yearoforiginalconstruction,yearandtypeofmajormaintenance/r
ehabilitationworks;
iii Studyovertoppingsectionandpropersolution
iv. Conditionofbridgesandcross-drainagestructures;
v. sub-surfaceandgeo-technicaldataforexistingbridges;
vi. Hydrologicaldata,drawingsanddetailsofexistingbridges;
vii Existinggeologicalmaps,catchmentareamaps,contourplansetc.fortheproj
ectarea
viii Conditionofexistingriverbank/protectionworks,ifany.
ix. Detailsofsanctioned/on-
goingworksonthestretchsanctionedbyMoRT&H/otheragenciesforT
ie-inpurposes
x. Surveyandevaluationoflocallyavailableconstructionmaterials;
xi. Historicaldataonclassifiedtrafficvolume(preferablyfor5yearsormore);
xii. Origin-destinationandcommoditymovementcharacteristics;ifavailable
xiii. Speedanddelaycharacteristics;ifavailable;
xiv. Commodity-wisetrafficvolume;ifavailable;
xv. Accidentstatistics;and,
xvi. Vehicleloadingbehavior(axleloadspectrum),ifavailable.
xvii)Typeandlocationofexistingutilityservices(e.g.FibreOpticalCable,O/HandU/GElectric,Tel
ephoneline,Watermains,Sewer,Treesetc.)

4.9 TrafficSurveys
All traffic surveys and studies will be completed in feasibility studies.

4.9.1 Number and Location of Survey Stations


1. The type of traffic surveys and the minimum number of survey stations shall normally be as under, unless
otherwise specifically mentioned.

Page33of143
Sr. No. Description Number of Survey Stations
1. Classified Traffic Volume Count Minimum 5
2. Origin-Destination and Commodity Minimum 5
Movement Characteristics
3. Axle Loading Characteristics Minimum 5
4. Intersection Volume Count All Major Intersections
5. Speed-Delay Characteristics Project Road Section
6. Pedestrian/animal cross traffic count All major inhabitations along the highway
7. Turning movement surveys For all major intersections
All Traffic survey and studies shall be carried out as per actual site requirement & as found necessary by R & B
Department . No change of scope will be considered for any increase in the above mentioned nos.

2. The number of survey locations indicated in the table above are indicative only for each road stretch under a
package. The Consultants shall, immediately upon award of the work, submit to R & B Department, proposals
regarding the total number as well as the locations of the traffic survey stations as of inception report. Suitable
maps and charts should accompany the proposals clearly indicating the rationale for selecting the location of
survey Station.
3. The methodology of collection and analysis of data, number and location of traffic survey stations shall be
finalized in consultation with R & B Department prior to start of the traffic survey.

4.9.2. Classified Traffic Volume Count Survey

1. Consultant shall make use of traffic survey done by Indian Highways Management Company Limited (IHMCL)
using ATCC systems. However in isolated locations where there are site constraints, manual counting can be
done. If required, especially in cases where a particular stretch is not covered by IHMCL, DPR consultant should
carry out classified traffic volume count survey using ATCC systems or latest modern technologies.

2. Consultant shall use ATCC systems that can meet the following accuracy levels after validation/ calibration:
(a) Classification of vehicles: better than 95%
(b) Counting of vehicles: better than 98%
Before validation and calibration, the ATCC system shall meet the following accuracy levels:
(a) Classification of vehicles: better than 90%
(b) Counting of vehicles: better than 95%
For verification of above accuracy levels, audit of raw ATCC shall be done by the consultant on a sampling
basis and should submit a certificate in this regard

2. ATCC systems such as Pneumatic Tube Detector, Inductive Detector Loop, Video Image Detection,
and Infrared Sensor or latest technologies shall be adopted.

3. The classified traffic volume count surveys shall be carried out for 7 days (continuous, direction-wise)
at the selected survey stations. The vehicle classification system as given in relevant IRC code may
be followed. However, the following generalized classification system is suggested in view of the
requirements of traffic demand estimates and economic analysis:

Page34of143
Motorised Traffic Non-Motorised Traffic
2-Wheeler Bi-Cycle
3-Wheeler Cycle-Rickshaw
Passenger Car Animal Drawn Vehicle (ADV)
Utility Vehicle (Jeep, Van etc.) Hand Cart
Other Non-Motorised Vehicle

Bus Mini Bus, Standard Bus


LCV LCV-Passenger, LCV-Freight
Truck MCV : 2-Axle Rigid Chassis
HCV : 3-Axle Rigid Chassis
MAV Semi Articulated
Articulated

5. All results shall be presented in tabular and graphical form. The survey data shall be analyzed to bring out the
hourly and daily variations. The traffic volume count per day shall be averaged to show a weekly average daily
traffic (ADT) by vehicle type. The annual average daily traffic (AADT) shall be worked out by applying seasonal
factors.
6. The consultant shall compile the relevant traffic volume data from secondary sources also. The salient
features of traffic volume characteristics shall be brought out and variations if any, from the traffic census
carried out by the State PWD shall be suitably explained.

4.9.3. Origin Destination and Commodity Movements Surveys


1. The consultants shall carry out 1-day (24 hour, both directions) O-D and commodity movement surveys at
locations finalized in consultation with R & B Department. These will be essentially required around congested
towns to delineate through traffic. The road side interviews shall be carried out on random sample basis and
cover all four-wheeled vehicles. The location of the O-D survey and commodity movement surveys shall
normally be same as for the classified traffic count.
2. The location of origin and destination zones shall be determined in relation to each individual station and the
possibility of traffic diversion to the Project Road from/to other road routes including bypasses.
3. The trip matrices shall be worked out for each vehicle type information on weight for trucks should be summed
up by commodity type and the results tabulated, giving total weight and average weight per truck for the various
commodity types. The sample size for each vehicle type shall be indicated on the table and also in the
graphical representations.
4. The data derived from surveys shall also be analyzed to bring out the lead and load characteristics and desire
line diagrams. The data analysis should also bring out the requirement for the construction of bypasses.
5. The distribution of lead and load obtained from the surveys should be compared. The axle load surveys shall
normally be done using axle load pads or other sophisticated instruments. The location(s) of count station(s)
and the survey with those derived from the axle load studies.
6. The commodity movement data should be duly taken into consideration while making the traffic demand
estimates.

4.9.4. Turning Movement Surveys


1. The turning movement surveys for estimation of peak hour traffic for the design of major and minor
intersections shall be carried out for the Study. The details regarding composition and directional movement of
traffic shall be furnished by the Consultant.

2. The methodology for the surveys shall be as per IRC: SP: 41-1994. The details including location and duration of
surveys shall be finalized in consultation with R & B Department officials. The proposal in response to this TOR
shall clearly indicate the number of locations that the Consultants wish to conduct turning movement surveys
and the rationale for the same.
Page35of143
3. The data derived from the survey should be analyzed to identify requirements of suitable remedial measures,
such as construction of underpasses, fly-overs, interchanges, grade-separated intersections along the project
road alignment. Intersections with high traffic volume requiring special treatments either presently or in future
shall be identified.

4.9.5. Axle Load Surveys

1. Axle load surveys in both directions shall be carried out at suitable location(s) in the project road stretch on a
random sample basis normally for trucks only (both empty and loaded trucks) for 2 normal days - (24 hours) at
special count stations to be finalized in consultation with R & B Department. However, a few buses may be
weighed in order to get an idea about their loading behavior. While selecting the location(s) of axle load survey
station(s), the locations of existing bridges with load restrictions, if any, should be taken into account and such
sites should be avoided.
2. Axle load surveys shall normally be done using axle load pads or other sophisticated instruments. The
location(s) of count station(s) and the survey methodology including the data formats and the instrument type
to be used shall be finalized before taking up the axle load surveys
3. The axle load data should be collected axle configuration-wise. The number of equivalent standard axles
per truck shall be calculated on the basis of results obtained. The results of the survey should bring out the
VDF for each truck type (axle configuration, if the calculated VDF is found to be below the national average,
then national average shall be used. Furthermore, the data from axle load surveys should be analyzed to bring
out the Gross Vehicle Weight (GVW) and Single Axle Load (SAL) Distributions by truck type (axle configuration).
4. The Consultant shall ascertain from local enquiries about the exceptional live loads that have used the highway
in the past in order to assess the suitability of existing bridges to carry such loads.

4.9.6. Speed-Delay Surveys

The Consultants shall carry out appropriate field studies such as moving car survey to determine running speed and
journey speed. The data should be analyzed to identify sections with typical traffic flow problems and congestion. The
objective of the survey would be to recommend suitable measures for segregation of local traffic, smooth flow of through
traffic and traffic safety. These measures would include the provision of bypasses, under-passes, fly-overs,
interchanges, grade-separated intersections and service roads.

4.9.7 Pedestrian / animal cross traffic surveys:


1. These shall be conducted to determine if provision of viaduct for pedestrians/animals is necessary to improve the
traffic safety.
2. Consultant shall leverage information from local consultations, inputs from local governmental/ non-
governmental agencies in selecting sites for checking pedestrian/ animal crossing traffic surveys.
3. Surveys for provision of pedestrian crossings shall minimum be conducted at all junctions being replaced by
grade separators.

4.9.8 Truck Terminal Surveys


The data derived from the O-D, speed-delay, other surveys and also supplementary surveys should be analyzed
to assess requirements for present and future development of truck terminals at suitable locations en route.

4.10. TrafficDemandEstimates
1. Theconsultantsshallmaketrafficdemandestimatesandestablishpossibletrafficgrowthratesinrespect
ofallcategoriesofvehicles,takingintoaccountthepasttrends,annualpopulationandrealpercapitagrow
thrate,elasticityoftransportdemandinrelationtoincomeandestimatedannual production increase.
The other aspects including socioeconomic development plans and theland use patterns of the
region having impact on the traffic growth, the projections of vehiclemanufacturing industry in
Page36of143
the country, development plans for the other modes of transport, O-Dand commodity movement
behavior should also be taken into account while working out thetrafficdemandestimates.
2. The values of elasticity of transport demand shall be based on the prevailing practices in
thecountry.TheConsultantsshallgive complete background including references for
selectingthevalueoftransportdemandelasticity.
3. ItisenvisagedthattheprojectroadsectionscoveredunderthisTORwouldbecompletedandopened to
traffic after 3 years. The traffic demand estimates shall be done for a further period
of30yearsfromcompletionofWhole Project
Highwayy.Thedemandestimatesshallbedoneassumingthreescenarios,namely,optimistic,pessimist
icandmostlikelytrafficgrowth.Thegrowthfactorsshallbeworkedoutforfive-yearlyintervals.

4. Trafficprojectionsshouldbebasedonsoundand proven forecasting techniques. In


casetrafficdemandestimatedistobemadeonthebasisofamodel,theapplicationofthemodelinthesimila
r situation with the validation of the results should be established. The traffic
projectionsshouldalsobringoutthepossibleimpactofimplementationofanycompetingfacilityinthen
earfuture. The demand estimates should also take into account the freight and passenger
trafficalong the major corridors that may interconnect with the project. Impact of toll charges on
thetrafficestimatesshouldbeestimated.
5. The methodology for traffic demand estimates described in the preceding paragraphs is
fornormal traffic only. In addition to the estimates for normal traffic, the Consultants shall
alsoworkouttheestimatesforgenerated,inducedanddivertedtraffic.
6. Thetrafficforecastsshallalsobemadeforbothdivertedandgeneratedtraffic.
7. Overall traffic forecast thus made shall form the basis for the design of each pavement type
andotherfacilities/ancillaryworks.

4.11. EngineeringSurveysandInvestigations

4.11.1 ReconnaissanceandAlignment
1. TheConsultantsshouldmakeanin-depthstudyoftheavailablelandwidth(ROW) as Per
Annexure No I) topographic maps, satellite imageries and air photographs of the project
area,
geologicalmaps,catchmentareamaps,contourplans,floodflowdataandseismologicaldataando
theravailablerelevantinformationcollectedbythemconcerningtheexistingalignment.Consulta
nt himself has toarrangethe required maps and the information needed
byhimfromthepotentialsources. Consultant should make efforts for minimizing
landacquisition.
2. The detailed ground reconnaissance may be taken up immediately after the study of
mapsand other data. The primary tasks to be accomplished during the reconnaissance
surveysinclude;
i. topographicalfeaturesofthearea;
ii. typicalphysicalfeaturesalongtheexistingalignmentwithinandoutsideROWi.e.landuse
Pattern;
iii. possiblealignmentalternatives,vis-a-vis,scheme fortheconstruction
ofadditionallanesparalleltotheexistingroad;
iv. realignmentrequirementsincludingtheprovisionofbypasses,ROBs/Flyoversandvia-
ductforpedestriancrossingswithpossiblealignmentalternatives;
v. preliminaryidentificationofimprovementrequirementsincludingtreatmentsandmeasu
resneededforthecross-roads;
Page37of143
vi. trafficpatternandpreliminaryidentificationoftraffichomogenouslinks;
vii. sectionsthroughcongestedareas;
viii. inventoryofmajoraspectsincludinglandwidth,terrain,pavementtype,carriagewaytype,
bridgesandstructures(type,sizeandlocation),intersections(type,
cross-
roadcategory,location)urbanareas(location,extent),geologicallysensitiveareas,enviro
nmentalfeatures:
ix. criticalareasrequiringdetailedinvestigations;and,
x. Requirementsforcarryingoutsupplementaryinvestigations.
xi. soil(texturalclassifications)anddrainageconditions
xii. Typeandextentofexistingutilityservicesalongthealignment(withinROW).
xiii. Typicalphysicalfeaturesalongtheapproachroads
xiv. Possible bridge locations, land acquisition problems, nature of crossings,
likelylength of approaches and bridge, firmness of banks, suitability of alignment
ofapproachroads.

3. The data derived from the reconnaissance surveys are normally utilized for planning
andprogramming the detailed surveys and investigations. All field studies including the
trafficsurveys should be taken up on the basis of information derived from the
reconnaissancesurveys.
4. Thedataandinformationobtainedfromthereconnaissancesurveysshouldbedocumented.The
data analysis and the recommendations concerning alignment and the field studiesshould
be included in the Inception Report. The data obtained from the
reconnaissancesurveysshouldformthecoreofthedatabasewhichwouldbesupplementedandau
gmentedusingthedataobtainedfromdetailedfieldstudiesandinvestigations.
5. Thedataobtainedfromthereconnaissancesurveysshouldbecompiledinthetabularaswellas
graphical (chart) form indicating the major physical features and the proposed
wideningscheme for R & B Department comments.The data and the charts should also
accompanytherationalefortheselectionoftrafficsurveystations.

4.11.2. TopographicSurveys
1. The basic objective of the topographic survey would be to capture the essential ground
featuresalong the alignment in order to consider improvements and for working out
improvements,rehabilitationandupgradingcosts.Thedetailedtopographicsurveysshouldnormallyb
etakenupafterthecompletionofreconnaissancesurveys.
2. The carrying out of topographic surveys will be one of the most important and crucial field
tasksundertheproject.Technologieswhichcanmeetthefollowingaccuracy levels shall beadopted.
For land based surveys (a) Fundamental horizontal accuracy of 2 cm or better
(b)Fundamentalverticalaccuracyof2cmorbetter(c)Morethan50pointsshallbemeasuredpersq.m and
for aerial based surveys (a) Fundamental horizontal accuracy of 5 cm or better
(b)Fundamentalverticalaccuracyof5cmorbetter(c)Morethan10pointsshallbemeasuredpersq.
m. To establish accuracy, a check point survey using DGPS (for horizontal accuracy) and
AutoLevel (for vertical accuracy) shall be carried out to establish the fundamental horizontal
andvertical accuracy. A minimum of 25 check points, or check points once every 4 km should
beestablished, and these should be strictly different from any geo-referencing or control
networkpoints.
3. Thefollowingarethesetofdeliverableswhichshouldbesubmittedaftercompletionofsurvey:
Page38of143
(a) Raw DGPS data for the entire highway length and adjoining areas of interest (b) Point
clouddata/ Data of points captured for the entire highway length and adjoining areas of interest
(c)Topographic map of scale 1:1000 of the entire highway length and adjoining areas of interest
(d)Contourmapof50cmofentirehighwaylengthandadjoiningareasofinterest(e)Crosssectionofthehi
ghwayatevery1min*.dwgformat.
4. Thedetailedfieldsurveyswouldessentiallyincludethefollowingactivities:

i. Topographic Surveys along the Existing Right of Way (ROW): Carrying out topographicsurvey
using DGPS or equivalent technology along the existing road and realignments,wherever
required and properly referencing the same with reference pillars fixed on
eithersideofthecentre-lineatsafeplaceswithintheROW
ii.The detailed field surveys would essentially include the topographicsurveys along
theproposedlocationofbridgeandalignmentofapproachroad.
iii. Thedetailedtopographicsurveysshouldbecarriedoutalongtheapproachroadsalignmentandloc
ationofbridgeapprovedbyR&BDepartment
iv. Collection/ Extraction of details for all features such as structures (bridges, culverts
etc.)utilities,existingroads,electricandtelephoneinstallations(bothO/Haswellasunderground)
, huts, buildings, fencing and trees (with girth greater than 0.3metre) oil
andgaslinesetc.fallingwithintheextentofsurvey.

5. Thewidthofsurveycorridorwillgenerallybeasgivenunder:
i. Thewidthofthesurveycorridor should take into account the layout of theexisting
alignmentincludingtheextentofembankmentandcutslopes and thegeneral ground
profile. While carrying out the field surveys, the widening scheme (i.e.right, left or
symmetrical to the centre line of the existing carriageway) should betaken into
consideration so that the topographic surveys cover sufficient width beyondthe centre
line of the proposed divided carriageway. Normally the surveys shouldextend a
minimum of 30 mbeyondeithersideofthecentrelineofthe
proposeddividedcarriagewayorlandboundarywhicheverismore
ii. Incasethereconnaissancesurveyrevealstheneedforbypassingthecongestedlocations, the
traverse lines would be run along the possible alignments in order
toidentifyandselectthemostsuitablealignmentforthebypass.Thedetailedtopographicsurv
eysshouldbecarriedoutalongthebypassalignmentapprovedbyR&BDepartment. At
locations where grade separated intersections could be the obviouschoice, the survey
area will be suitably increased. Field notes of the survey should
bemaintainedwhichwouldalsoprovideinformationabouttraffic,soil,drainageetc.
iii. Thewidthofthesurveyedcorridorwillbewidenedappropriatelywheredevelopmentsand/or
encroachmentshaveresultedinarequirementforadjustmentinthealignment,orwhereitisfe
ltthattheexistingalignmentcanbeimproveduponthroughminoradjustments.
iv. Where existing roads cross the alignments, the survey will extend a minimum of100
meithersideoftheroadcentrelineandwillbeofsufficientwidthtoallowimprovements,includ
ingatgradeintersectiontobedesigned.
6. Thesurveyedalignmentshallbetransferredontothegroundasunder:

i. Reference Pillar and Bench Mark / Reference pillar of size 15 cm X15 cm X


45cmshallbecastinRCCofgradeM15withanailfixedinthecentreofthetopsurface.The
reference pillar shall be embedded in concrete up to a depth of 30cm with CCM10
Page39of143
(5 cm wide all around). The balance 15 cm above ground shall be paintedyellow.
The spacing shall be 250m apart, incase Bench Mark Pillar coincides
withReferencePillar,onlyoneofthetwoneedbeprovided.Establishing Bench marks at
site connected to GTS Bench marks at a interval
of250metresonBenchmarkpillarmadeofRCCasmentionedabovewithRLandBMNo.m
arkedonitwithredpaint.
ii. Boundary Pillars- Wherever there is a proposal of realignment of the
existingHighway and/or construction of New Bypasses; Consultant shall fix
boundarypillarsalongtheproposedalignmentontheextremeboundaryoneithersideoft
heprojectHighwayat50minterval.

4.11.2.1 LongitudinalandCross-Sections
Thetopographicsurveysforlongitudinalandcross-sectionsshallcoverthefollowing:
i. LongitudinalsectionlevelsalongfinalCentrelineatevery1minterval,atthelocationsof
curve points, small streams, and intersections and at the locations of change
inelevation.
ii. Cross sections at every 1 m interval in full extent of survey covering sufficient
numberof spot levels on existing carriageway and adjacent ground for profile
correctioncourse and earth work calculations. Cross sections shall be taken at
closer intervalatcurves.
iii. Longitudinal section for cross roads for length adequate for design
andquantityestimationpurposes.
iv. LongitudinalandcrosssectionsformajorandminorstreamsshallcoverCrosssectionof the
channel at the site of proposed crossing and few cross sections at suitabledistance
both upstream and downstream, bed level up to top of banks and groundlevels to a
sufficientdistancebeyondtheedgesofchannel,natureofexistingsurfacesoilinbed,banks
&approaches, longitudinal section of channelshowing site of bridge etc. These
shall be as per recommendations contained inIRC Special Publication No. 13
(Guidelines for the Design of Small Bridges
andCulverts)andprovisionsofIRC:5(“StandardSpecifications&CodeofPracticeforR
oad Bridges, Section 1 - General Features of Design”).At feasibility study
stagecrosssectionsat50mintervalmaybetaken.

4.11.2.2 DetailsofutilityServicesandOtherPhysicalFeatures
1. TheConsultantsshallcollectdetails of all important physical features along thealignment. These
features affect the project proposals and should normally include buildingsand
structures,monuments,burial grounds, cremation grounds, places of worship,railwaylines,
stream / river / canal, water mains, severs, gas/oil pipes, crossings, trees,plantations, utility
services such as electric, and telephone lines (O/H & U/G) and poles,optical fiber cables
(OFC) etc. The survey would cover the entire right-of-way of the road onthe adequate
allowance for possible shifting of the central lines at some of the intersectionslocations.
2. Consultant shall also map out sub-surface utilities. The following criteria shall be met by
theprocess of sub-surface utility mapping: (a) Coverage and mapping of all sub-surface
utilitieswithinprojectRoW,especially
thoseunderadditionalcarriagewaywidth(b)Accuratemapping and resolution of all sub-surface
utilities up to a depth of 4 m (c) Differentiationbetweensub-
surfaceutilitiessuchasliveelectriccables,metallicutilitiesandotherutilities
Page40of143
(d) Sub-surfaceutilitiesradargramsfurtherprocessedintoutilitymapsinformatssuchas
PDF,JPEGandAutoCAD.Tomeettheaccuracylevels,consultantshalluse
GroundPenetratingRadar,InductionLocatororequivalenttechnologies.

3. The information collected during reconnaissance and field surveys shall be shown on a
stripplan so that the proposed improvements can be appreciated and the extent of land
acquisitionwith L.A schedule, utility removals of each type etc. assessed and suitable actions
can
beinitiated.Separatestripplanforeachoftheservicesinvolvedshallbepreparedforsubmissiontothe
concernedagency.

4.11.3 RoadandPavementInvestigations

The Consultants shall carry out detailed field studies in respect of road and pavement. The
datacollectedthroughroadinventoryandpavementinvestigationsshouldbesufficienttomeettheinputre
quirementsofHDM-IVoritslatestversion.

4.11.3.1 RoadInventorySurveys
1. Detailed Road inventory surveys shall be carried out to collect details of all existing
roadand pavement features along the existing road sections. The inventory data shall include but
notlimitedtothefollowing:
i. Terrain(flat,rolling,mountainous);
ii. Land-use(agricultural,commercial,forest,residentialetc.)@everykilometer;
iii. Carriagewaywidth,surfacingtype@every500mandeverychangeoffeaturewhiche
verisearlier;
iv. Shouldersurfacingtypeandwidth@every500mandeverychangeoffeaturewhichev
erisearlier;
v. Sub-grade/localsoiltype(textural
classification)@every500mandeverycha
ngeoffeaturewhicheverisearlier;
vi. Horizontalcurve;verticalcurve
vii. Roadintersectiontypeanddetails,ateveryoccurrence;
viii. Retainingstructuresanddetails,ateveryoccurrence;
ix. Locationofwaterbodies(lakesandreservoirs),ateveryoccurrence;
x. Heightofembankmentordepthofcut@eve
ry200mandeverychange
xi. offeaturewhicheverisearlier.Locationofwaterbodies(lakesandreservoirs),ateveryoccurr
ence;
xii. Heightofembankmentordepthofcut@every200mandeverychangeoffeaturewhiche
verisearlier.
xiii. Landwidthi.e.ROW
xiv. Culverts,bridgesandotherstructures(type,size,spanarrangementandlocation)
xv. Roadsidearboriculture
xvi. ExistingutilityservicesoneithersidewithinROW.
xvii. Generaldrainageconditions
xviii. Designspeedofexistingroad
2. The data should be collected insufficient detail. The data should be compiled
Page41of143
andpresentedintabularaswellasgraphicalform.Theinventorydatawouldbestoredincomputerfiles
usingsimpleutilitypackages,suchasEXCEL.

4.11.3.2 PavementInvestigation
1. PavementComposition
i. ThedataconcerningthepavementcompositionmaybealreadyavailablewiththeDepa
rtment.
However,theconsultantsshallmaketrialpitstoascertainthepavementcomposition.Thetestpitinte
rvalwillbeasperPara4below.
ii. Foreachtestpit,thefollowinginformationshallberecorded:
• testpitreference(Identificationnumber,location):
• pavementcomposition(materialtypeandthickness);and
• subgradetype(texturalclassification)andcondition(dry,wet)
2. RoadandPavementConditionSurveys
i.Detailedfieldstudiesshallbecarriedouttocollectroadandpavementsurf
aceconditions.Thedatashouldgenerallycover:
• pavementcondition(surfacedistresstypeandextent);
• shouldercondition;
• embankmentcondition;and
• drainagecondition
PavementCondition
• cracking(narrowandwidecracking),%ofpavementareaaffected;
• raveling,%ofpavementareaaffected;
• potholing,%ofpavementareaaffected;
• edgebreak,length(m);and,
• rutdepth,mm

ShoulderCondition
• Paved:Sameasforpavement
• Unpaved:materialloss,rutdepthandcorrugation,
• Edgedrop,mm.
EmbankmentCondition
• generalcondition;and
• extentofslopeerosion
i. The objective of the road and pavement condition surveys shall be
toidentifydefectsandsectionswithsimilarcharacteristics.Alldefectsshallbesystematicallyrefer
enced,recordedandquantifiedforthepurposeofdeterminingthemodeofrehabilitation.
ii. The pavement condition surveys shall be carried out using visual means. Supplemented
byactual measurements and in accordance with the widely accepted methodology
(AASHTO,IRC, OECD, TRL and World Bank Publications) adapted to meet the study
requirements.Themeasurementofrutdepthwouldbemadeusingstandardstraightedges.

iii. The shoulder and embankment conditions shall be evaluated by visual means and
theexistenceofdistressmodes(cuts,erosionmarks,failure,drops)andextent(none,moderate,fre
quentandveryfrequent)ofsuchdistressmanifestationswouldberecorded.Forsections
withseveredistresses,additionalinvestigationsasappropriateshallbecarriedouttodeterminethecauseof
Page42of143
suchdistresses.
iv. Middle 200m could be considered as representative sample for each one km. of road
andincaseallotherthingsareconsideredsimilar.

DrainageCondition

◼ Generalcondition
◼ Connectivityofdrainageturnoutsintothenaturaltopography
◼ Conditionincutsections
◼ Conditionathighembankments

Thedataobtainedfromtheconditionsurveysshouldbeanalyzedandtheroadsegmentsofmoreorlessequalp
erformancemaybeidentifiedusingthecriteriagiveninIRC:81-1997.
3. PavementRoughness
i. The roughness surveys shall be carried out using Bump Integrator or similar
instrument.The methodology for the surveys shall be as per the widely used standard
practices. Thecalibration of the instrument shall be done as per the procedure given in the
World Bank’sTechnicalPublicationsanddulygotauthenticatedbyestablished
ii. The surveys shall be carried out along the outer wheel paths. The surveys shall cover
aminimumoftworunsalongthewheelpathsforeachdirection.
iii. TheresultsofthesurveyshallbeexpressedintermsofBIandIRIandshallbepresentedin tabular
and graphical forms. The processed data shall be analyzed using the
cumulativedifferenceapproachtoidentifyroadsegmentshomogenouswithrespecttosurfacerou
ghness.
4. PavementStructuralStrength
i. The Consultants shall carry out designing of new pavement and structural strength
surveysfor estimation of residual life of the existing pavement using FWD analysisas per
revisedIRC-115forexistingpavements.

ii. Itissuggestedthatthedeflectionsurveysmaybecarriedoutaspertheschemegivenbelow:

mainline testing;
and,controlsectiontesti
ng.
i. The deflection tests for the mainline shall be carried out at every500alongtheroadsections
covered under the study. The control section testing shall involve carrying outdeflection
testing for each100 m long homogenous road segment along the road sections.The
selection of homogenous segment shall be based on the data derived from
pavementconditionsurveys.Thetotallengthofsuchhomogenoussegmentsshallnotbelessthan1
00mperkilometer.Thedeflectionmeasurementsforthecontrolsectiontestingshouldbeataninter
valofnotmorethan10m.
ii. Test pits shall be dug at every 500 m and also along each homogeneous road segment
toobtain pavement composition details (pavement course, material type and thickness) so
asto be able to study if a correlation exists between deflection and composition. If so,
therelationshipmaybeusedwhileworkingouttheoverlaythicknessfortheexistingpavement.
iii. BenkelmanBeamDeflectionsurveysmaynotbecarriedoutforseverelydistressedsections
Page43of143
oftheroadwarrantingreconstruction.TheConsultants,immediatelyupontheawardofthecontra
ct, shall submit to Department the scheme describing the testing schedule includingthe
interval. The testing scheme shall be supported by data from detailed
reconnaissancesurveys.

iv. In case, the Consultants wish to use any acceptable method(s) other than Benkelman
Beamdeflectiontechniquefortheevaluationofpavementstrength,viz.Fallingweightdeflectomet
er method etc. details of such methods or innovative features for deflectiontesting using
Benkelman Beam technique along with the methodology for data analysis,interpretation
and the use of such data for pavement overlay design purposes using IRC orany other
widely used practices, such as AASHTO guidelines, should be got approved
byDepartment.Thesourcesofsuchmethodsshouldbeproperlyreferenced.

4.11.3.3 SubgradeCharacteristicsandStrength
1. Basedonthedataderivedfromcondition(surfacecondition, roughness) and structuralstrength
surveys, the project road section should be divided into segments homogenous withrespect to
pavement condition and strength. The delineation of segments homogenous withrespect to
roughness and strength should be done using the cumulative difference
approach(AASHTO,1993).
2. Thedataonsoilclassificationandmechanicalcharacteristicsforsoilsalongtheexistingalignmentsmay
alreadybeavailablewiththePWD.Thetestingschemeis,therefore,proposedasgivenunder:

i. For the widening (4/6Laning) of existing road within the ROW, the
Consultantsshall test at least three sub-grade soil samples for each homogenous
road segmentor threesamplesforeachsoiltypeencountered,whicheverismore.
ii. For the roadsalong newalignments,the test pitsfor sub grade soil shall be@5km
or for each soil type, whichever is more. A minimum of three samples
shouldbetestedcorrespondingtoeachhomogenoussegment.

3. Thetestingforsubgradesoilshallinclude:

i. in-situdensityandmoisturecontentateachtestpit
ii. FieldCBRusingDCPateachtestpit
iii. Characterization(grainsizeandAtterberglimits)ateachtestpitand,
iv. Laboratorymoisture-densitycharacteristics(modifiedAASHTOcompaction);
v. LaboratoryCBR(unsoakedand4-daysoakcompactedatthreeenergylevels)andswell.

4. For problematic soils, the testing shall be more rigorous. The characteristics with regard
topermeabilityandconsolidationshallalsobedeterminedforthesesoils.Thefrequency ofsampling
and testing of these soils shall be finalized in consultation with the R & B
Departmentofficersaftertheproblematicsoiltypesareidentifiedalongtheroadsections.

5. The laboratory for testing of material should be got approved from R & B Department
beforestart of work.

Page44of143
4.11.4 InvestigationsforBridgesandStructure

4.11.4.1 InventoryofBridges,CulvertsandStructures
The Consultants shall make an inventory of all the structures (bridges, viaducts, ROBs,/RUB
andothergradeseparatedstructures,canalstructures,culverts,HPDrainsetc.)alongtheroadundertheproj
ect. The inventory for the bridges, viaducts and ROBs shall include the parameters required asper
the guidelines of IRC-SP:35. The inventory of culverts shall be presented in a tabular
formcoveringrelevantphysicalandhydraulicparameters.
4.11.4.2 HydraulicandHydrologicalInvestigations
1. The hydrological and hydraulic studies shall be carried out in accordance with IRC
SpecialPublication No. 13 (“Guidelines for the Design of Small Bridges and Culverts”)
and IRC:5(“StandardSpecifications&CodeofPracticeforRoadBridges, Section I
GeneralFeatureof Design”). These investigations shall be carried out for all existing
drainagestructuresalongtheroadsectionsunderthestudy.
2. Theconsultantshallalsocollectinformationonobservedmaximumdepthofscour.
3. Inrespectofmajorbridges,historyofhydraulicfunctioningofexistingbridge,ifany,underfloodsit
uation,generaldirectionofrivercourse
throughstructure,afflux,extentandmagnitudeofflood,effectofbackwater,ifany,aggradation/de
gradationofbed,evidenceofscour etc. shall be used to augment the available hydrological
data. The presence of floodcontrol/irrigation structures, if affecting the hydraulic
characteristics like causing obliquity,concentration of flow, scour, silting of bed, change in
flow levels, bed levels etc. shall
bestudiedandconsideredindesignofbridges.Thedetailsofanyfutureplannedworkthatmayaffec
ttheriverhydraulicsshallbestudiedandconsidered.
4. TheConsultantsshallmakeadeskstudyofavailabledataontopography(topographicmaps,stereo
scopicaerialphotography),stormduration,rainfall statistics, top soilcharacteristics,
vegetation cover etc. so as to assess the catchment areas and hydraulicparameters for all
existing and proposed drainage provisions. The findings of the deskstudy would be further
supplemented and augmented by a reconnaissance along the area.All-
importanthydrologicalfeaturesshallbenotedduringthisfieldreconnaissance.
5. The Consultants shall collect information on high flood level(HFL),low water
levels(LWL),hightidelevel(HTL),lowtidelevel(LTL)whereapplicable,dischargevelocityetc.f
rom available past records, local inquiries and visible signs, if any, on the
structuralcomponents and embankments.Localinquiriesshallalsobemade with regard to
theroadsectionsgettingovertoppedduringheavyrains.
6. ConductingModelstudiesforbridgesisnotcoveredinthescopeofconsultancyservices.IfModel
study is envisaged for any bridge, requirement of the same shall be spelt out in
theRPFdocumentsseparatelyindicatingscopeandtimeframeofsuchstudy.
4.11.4.3 ConditionSurveysforBridges,CulvertsandStructures
1. The Consultants shall thoroughly inspect the existing structures and shall prepare a
reportabouttheirconditionincludingalltheparametersgivenintheInspectionpro-formaofIRC-
SP;35.The condition and structural assessment survey of the all bridges / culverts / structures shall
becarriedoutbyseniorexpertsoftheConsultants.
2. For the bridges identified to be in a distressed condition based upon the visual
conditionsurvey,supplementary testingshallbecarriedoutasperIRC-SP:35andIRC-
SP:40.Selectionof
Page45of143
testsmaybemadebasedonthespecificrequirementofthestructure.
3. The assessment of the load carrying capacity or rating of existing bridges shall be
carriedoutunderoneormoreofthefollowingscenarios:
i. when the design live load is less than that of the statutory commercial vehicle plying
orlikelytoplyonbridge;
ii. if during the condition assessment survey and supplementary testing the bridge is found
toindicate distress of serious nature leading to doubt about structural and / or
functionaladequacy,and
iii. Designliveloadisnotknownnoraretherecordsanddrawingsavailable
iv. The evaluation of the load carrying capacity of the bridge shall be carried out as per IRC-
SP:37(“GuidelinesforEvaluationofLoadCarryingCapacityofBridges”).Theanalyticalandco
rrelationmethodshallbeusedfortheevaluationoftheloadcarryingcapacityas faras possible.
When it is not possible to determine the load carrying capacity of the bridgeusing
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
beforerecommending to take up load testing of bridges. Road closure for testing if
unavoidableshallbearrangedbyR&BDepartmentforlimiteddurationsay12hoursorso.
4. Consultant shall carryout necessary surveys and investigations to establish the
remainingservice life of each retainable bridge or structure with and without the proposed
strengthening andrehabilitationaccordingtoacceptableinternationalpracticeinthisregard.
4.11.5 Geo-technicalInvestigationsandSub-SoilExploration
1. The Consultants shall carry out geo-technical investigations and sub-surface explorations
fortheproposedfloyover/Bridges/Roadoverbridges/tunnels/viaducts/interchangesetc.,alonghighemb
ankments and any other location as necessary for proper design of the works and conduct
allrelevant laboratory and field tests on soil and rock samples. The minimum scope of geo-
technicalinvestigationsforbridgeandstructuresshallbeasunder:
S.No. Description LocationofBoring
1 Eachstructure Eachabutmentandeachpierlocations.

2. Deviation(s), if any, by the Consultants fromthe scheme presented above should


beapprovedbyR&BDEPARTMENT.
4. However,whereastudyofgeo-
technicalreportsandinformationavailablefromadjacentcrossingsoverthesamewaterway(existinghig
hwayandrailwaybridges)indicatesthatsubsurfacevariabilityissuchthatboringatthesuggestedspacing
willbeinsufficienttoadequatelydefine the conditions for design purposes, the Consultants shall
review and finalizetheboreholelocationsinconsultationwiththeR&BDepartmentofficers.
5. GeotechnicalInvestigationsandSubsoilExplorationshallbecarriedouttodeterminethenature
and properties of existing strata in bed, banks and approaches with trial pits and bore
holesectionsshowingthelevels,natureandpropertiesofvariousstratatoasufficientdepthbelowthe

Page46of143
levelsuitableforfoundations,safeintensityofpressureonthefoundationstrata,pronenessofsitetoartesi
anconditions,seismicdisturbanceandotherengineeringpropertiesofsoiletc.Geotechnicalinvestigatio
nandSub-soilExplorationwillbedoneasperIRC78.
6. The scheme for the borings locations and the depth of boring shall be prepared by
theConsultantsandsubmittedtoR&BDepartmentforapproval.Thesemaybefinalizedinconsultationwit
hR&BDEPARTMENT.
7. Thesub-soilexplorationandtesting shouldbecarriedoutthroughtheGeotechnicalConsultants
empaneled by MORT&H The soil testing reports shall be in the format prescribed
inrelevantIRCCodes.
8. For the approach road pavement, bore holes at each major change in pavement
conditionorindeflectionreadingsorat2kmintervalswhicheverislessshallbecarriedouttoadepthofatle
ast2mbelowembankmentbaseortorocklevelandaretobefullylogged.Appropriateteststobe carried
out on samples collected from these bore holes to determine the suitability of
variousmaterialsforuseinwideningofembankmentsorinpartsofnewpavementstructure.

4.11.6 MaterialInvestigations
1. The Consultants shall identify sources (including use of fly-ash/ slag), quarry sites
andborrow areas, undertake field and laboratory testing of the materials to determine their
suitabilityfor various components of the work and establish quality and quantity of various
constructionmaterials and recommend their use on the basis of techno-economic principles. The
Consultantsshall prepare mass haul diagram for haulage purposes giving quarry charts indicating
the locationofselectedborrowareas,quarriesandtherespectiveestimatedquantities.
“Environmentfriendlymaterials”
“As per MORTH circular No. RW /NH-33044/53/2013-S&R(R) dated 20th November,
2013,alternative
pavementmaterialsandtechnologiesforroadconstructionshallbeassessedandcompared in the design
stage. The alternative resulting in substantial reduction in GHG
emissionandwithleastlifecyclecostshallberecommendedforimplementation.

Technical and economic feasibility of using industrial byproducts, recyclable and waste
materialsshallbeassesseddependingontheiravailabilityintheconcernedregion.

2. It is to be ensured that no material shall be used from the right-of-way except by way
oflevelingthegroundasrequiredfromtheconstructionpointofview,orforlandscapingandplantingoftre
esetc.orfromthecuttingofexistinggroundforobtainingtherequiredformationlevels.
3. Environmentalrestrictions,ifany,andfeasibilityofavailabilityofthesesitestoprospectivecivilw
orkscontractors,shouldbedulytakenintoaccountwhileselectingnewquarrylocations.
4. The Consultants shall make suitable recommendations regarding making the borrow
andquarryareasaftertheexploitationofmaterialsforconstructionofworks.
5. TheMaterialInvestigationaspectshallincludepreparationandtestingofbituminousmixesfor
various layers and concrete mixes of different design mix grades using suitable
materials(binders,aggregates,sandfilleretc.)asidentifiedduringMaterialInvestigationtoconformtolat
estMoRT&Hspecification.

Page47of143
4.12DetailedDesignofRoadandPavements,Bridges,Structures

1.
TheConsultantsaretocarryoutdetaileddesignsandprepareworkingdrawingsforthefollowin
g:
i. High speed highway withdividedcarriagewayconfigurationcompletein all respects
withserviceroadsatappropriatelocations;
ii. Designofpavementfortheadditionallanesandoverlayfortheexistingroad,pavedshoulders,media
ns,verges;
iii. Bridges,viaduct/subwaysandothergradeseparatedstructuresincludingROBs/RUBsetc.
iv. At-gradeandgrade-separatedintersections,interchanges(ifrequired);
v. ROBforrailwaycrossingsaspertherequirementandthestandardsoftheIndianRailways;and,
vi. Preparealignmentplans,longitudinalsectionsandcross-sections@50mintervals;
vii. Designsforroadfurnitureandroadsafety/trafficcontrolfeatures;
viii. Designs and drawings for service road/under passes/overpass / cattle passes
treeplanting/fencingatlocationswherenecessary/requiredTollplazasandoffice-cum-
residentialcomplexforPIU.
ix. Shortbypassesatcongestedlocations
x. Drainagedesignshowinglocationofturnouts,outfallingstructures,separatedrawingssheetforeach5
km.stretch.
xi. Bridgesandstructuresrehabilitationplanwithdesignanddrawings
xii. Trafficamenities(ParkingAreas,WeighingStationandRestAreas,etc.).
xiii. Designofpavementforapproachroad
xiv. Design of river bank protection / training works. Innovative type of structures with
minimumjoints,aesthetically,pleasingandappropriatetothetopographyoftheregionshallbedesig
nedwhereverfeasible.

4.12.2. DesignStandards
1. The Consultants shall evolve Design Standards and material specifications for the
Studyprimarily based on IRC publications, MoRT&H Circulars and relevant recommendations of
theinternationalstandardsforapprovalbyR&BDepartment.
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, traffic
safetyandmaterials.

4.12.3. GeometricDesign
1. Thedesignofgeometricelementsshall,therefore,takeintoaccounttheessentialrequirementsofs
uchfacilities.
2. Basedonthedatacollectedfromreconnaissanceandtopographicsurveys,thesectionswithgeom
etric deficiencies, if any, should be identified and suitable measures for improvement
shouldbesuggestedforimplementation.
3. Thedataonaccidentstatisticsshouldbecompiledandreportedshowingaccidenttypeandfrequen
cysothatblackspotsareidentifiedalongtheprojectroadsection.Thepossiblecauses(suchaspoorgeometr
icfeatures,pavementconditionetc.)ofaccidentsshouldbeinvestigatedintoand

Page48of143
suitablecost-effectiveremedialmeasuressuggestedforimplementation.
4. The detailed design for geometric elements shall cover, but not be limited to the
followingmajoraspects:
horizontalalignment;
longitudinalprofile;
cross-sectionalelements,includingrefugelane(50m)atevery2kms.
junctions,intersectionsandinterchanges;
bypasses;and,
serviceroadsasandwhenrequirei.ebuiltuparea..

5. The alignment design shall be verified for available sight distances as per the
standardnorms. The provision of appropriate markings and signs shall be made wherever the
existing
siteconditionsdonotpermittheadherencetothesightdistancerequirementsasperthestandardnorms.
6. The consultants shall make detailed analysis of traffic flow and level of service for
theexisting road and workout the traffic flow capacity for the improved project road. The
analysisshould clearly establish the widening requirements with respect to the different horizon
periodstakingintoaccountspecialproblemssuchasroadsegmentswithisolatedsteepgradients.
7. InthecaseofcloselyspacedcrossroadstheConsultantshallexaminedifferentoptionssuchas,
providing grade separated structure for some of them with a view to reduce number of at-
gradecrossings,servicesroadsconnectingthecross-
roadsandclosingaccessfromsomeoftheintersections and prepare and furnish appropriate proposals
for this purpose keeping in view thecost of improvement, impact on traffic movement and
accessibility to cross roads. The detaileddrawings and cost estimate should include the provisions
for realignments of the existing crossroadstoallowsucharrangements.
8. TheConsultantshallalsopreparedesignofgradeseparatedpedestriancrossings(viaducts)forlar
gecrosstrafficofpedestriansand/oranimals.
9. The Consultant shall also prepare details for at-grade junctions, which may be adopted
asalternative to the grade separated structures. The geometric design of interchanges shall take
intoaccountthesiteconditions,turningmovementcharacteristics,levelofservice,overalleconomyandop
erationalsafety.
10. TheConsultantsshallpreparedesignandotherdetailsinrespectoftheparallelserviceroadsinurban
izedlocationsandotherlocationstocatertothelocaltraffic,theireffectoftheviabilityofthe project on
commercial basis if service roads are constructed as part of the project and
theimplicationsofnotprovidingtheserviceroads.

4.12.4. Theconsultantshallpreparecompleteroadandpavementdesignincludingdrainagefornewbypas
soptionidentifiedaroundcongestedtownen-route.
4.12.5. PavementDesign
1. Thedetaileddesignofpavementshallinvolve:
i. strengthening of existing road pavement and design of the new pavement if any, if
thefindings of the traffic studies and life-cycle costing analysis confirm the requirement
forwideningoftheroadbeyond2laneundividedcarriagewaystandard;;

Page49of143
ii. pavementdesignforbypasses;and,
iii. designofshoulders.
2. ThedesignofpavementshallprimarilybebasedonIRCpublications.
3. The design of pavement shall be rigorous and shall make use of thelatest Indian
andInternationalpractices.Thedesign alternativesshall include both rigid and flexible
designoptions. The most appropriate design, option shall be established on life-cycle costing and
techno-economicconsideration.
4. For the design of pavement, each set of design input shall be decided
onthebasisofrigoroustestingandevaluationofitssuitabilityandrelevancein respectofin-
serviceperformanceof the pavement. The design methodology shall accompany the design
proposals and shall clearlybringout
thebasicassumptions,valuesofthevariousdesigninputs,rationalebehindtheselectionof the design
inputs and the criteria for checking and control during the implementation of
works.Inotherwords,thedesignofpavementstructureshouldtakedueaccountofthetype,characteristics
of materials used in the respective courses, variability of their properties and alsothe reliability of
traffic predictions. Furthermore, the methodology adopted for the design
ofpavementshallbecompletewithflowchartsindicatingthevariousstepsinthedesignprocess,theirinter
actionwithoneanotherandtheinputparameterrequiredateachstep.

5. For the design of overlays for the existing 2-lane pavement, the strengthening
requirementshalldulytakeintoaccountthestrengthoftheexistingpavementvis-a-
vistheremaininglife.Theoverlay thickness requirements shall be worked out for each road
segment homogenous withrespect to condition, strength and sub- grade characteristics. The
rehabilitation provisions shouldalso include the provision of regulating layer. For existing
pavement with acceptable levels
ofcracking,provisionofacrackinhibitinglayershouldalsobeincluded.
6. Latest techniques of pavement strengthening like provision of geo-synthetics and
cold/hotpavementrecyclingshouldbedulyconsideredbytheconsultantforachievingeconomy.
7. The paved shoulders shall be designed as integral part of the pavement for the
maincarriageway.Thedesignrequirementsforthecarriagewaypavementshall,therefore,beapplicable
forthedesignofshoulderpavements.Thedesignofgranularshouldershouldtakeintoaccountthedrainag
econsiderationsbesidesthestructuralrequirements.
8. The pavement design task shall also cover working out the maintenance and
strengtheningrequirementsandperiodicityandtimingofsuchtreatments.

4.12.6. DesignofEmbankments
1. The embankments design should provide for maximum utilization of locally
availablematerials consistent with economy. Use of fly ash wherever available within economical
leadsmust be considered. In accordance with Government instructions, use of fly ash within 100
kmfromThermalPowerStationsismandatory.
2. The Consultants shall carry out detailed analysis and design for all embankments of
heightgreaterthat6mbasedonrelevantIRCpublications.
3. Thedesignofembankmentsshouldincludetherequirementsforprotectionworksandtrafficsafety
features.
Page50of143
4.12.7. DesignofBridgesandStructures
1. Thedatacollectedandinvestigationresultsshallbeanalyzedtodeterminethefollowing:
i. HFL
ii. LWL
iii. LBL
iv. Erodibilityofbed/scourlevel
v. Designdischarge
vi. Linearwaterwayandeffectivelinearwaterway
vii. Likelyfoundationdepth
viii. Safebearingcapacity
ix. Engineeringpropertiesofsubsoil
x. Artesianconditions
xi. Settlementcharacteristics
xii. Verticalclearance
xiii. Horizontalclearance
xiv. Freeboardforapproachroad
xv. Severityofenvironmentwithreferencetocorrosion
xvi. Datapertainingtoseismicandwindload
xvii. Requirementofmodelstudyetc.
2. The Consultant shall prepare Alignment Plan showing the salient features, plan &
profiledrawings, General Arrangement Drawing (GAD) of structures and of the bridges and
structuresproposed to be constructed / reconstructed along the road sections covered under the
Study. Thesesalient features such as alignment, overall length, span arrangement, cross section,
deck
level,foundinglevel,typeofbridgecomponents(superstructure,substructure,foundations,bearings,RE
Wall, retaining wall, expansion joint, return walls etc.) shall be finalizedbased upon
hydraulicandgeo-technicalstudies,costeffectivenessandeaseof construction. The GAD shall
besupplemented by Preliminary designs. In respect of span
arrangementandtypeofbridgeafewalternatives with cost-benefit implications should be submitted
to enable R & B Department C toapprovethebestalternative.
3. Deleted.
4. The location of all at-grade level crossings shall be identified falling across the
existinglevel crossings for providing ROB at these locations. The Consultants shall prepare
preliminaryGAD for necessary construction separately to the Client. The Consultant shall pursue
the
IndianRailwaysAuthoritiesor/andanystatutoryauthorityofState/CentralGovernmentforapprovalofthe
GADfromconcernedAuthorities.
5. GADforbridges/structuresacrossirrigation/waterwaychannelsshallbegotapprovedfromthe
concerned Irrigation/Water way Authorities. Subsequent to approval of GAD and
alignmentplanbyR&BDepartmenttheConsultantsshallpreparepreliminarydesignsasperIRCcodes/gu
idelinesshowingallcomponentsofthebridgesandstructures.
6. Subsequent to the approval of the GAD and Alignment Plan by R & B Department
andRailways, the Consultant shall prepare detailed design as per IRC and Railways guidelines
andworkingdrawingsforallcomponentsofthebridgesandstructures.TheConsultantshallfurnishthedes
ign and working drawings for suitable protection works and/or river training works
whereverrequired.
Page51of143
7. Dismantling/reconstructionofexistingstructuresshallbeavoidedasfaraspossibleexceptwhere
consideredessentialinviewoftheirpoorstructuralconditions/inadequacyoftheprovisionsetc.
8. Theexistingstructureshavinginadequatecarriagewaywidthshallbewidened/reconstructedin
pat or fully as per the latest MoRT&H guidelines. The Consultant shall furnish the
detaileddesignandworkingdrawingsforcarryingouttheaboveimprovements.
9. Suitable repair / rehabilitationmeasures s h a l l b es u g g e s t e d i nr e s p e c tof t h ee x i
s t i n gstructuresasperIRC-SP:40alongwiththeirspecifications,drawingsandcostestimate in the
form of a report. The rehabilitation or reconstruction of the structures shall
besuggestedbasedonbroadguidelinesforrehabilitationandstrengtheningofexistingbridgescontainedi
n IRC-SP:35andIRC-SP:40.
10. Subsequent to the approval of theGADandthealignmentplanbyR & B
Department,detaileddesignshallalsobecarriedoutfortheproposedunderpasses,overpassesandinterchan
ges.
11. The Consultants shall also carry out the design and make suitable recommendations
forprotectionworksforbridgesanddrainagestructures.

12. In case land available is not adequate for embankment slope, suitable design for
RCCretaining wall shall be furnished. However, RES wall may also be considered depending
upontechno-economicsuitabilitytobeapprovedbyR&BDepartment.

4.12.7 DrainageSystem
13. Therequirementofroadsidedrainagesystemandtheintegrationofthesamewithproposedcross-
drainagesystemshallbeworkedoutfortheentirelengthoftheprojectroadsection.

14. Inadditiontotheroadside drainage system, the Consultantsshalldesignthe


specialdrainageprovisionsforsectionswithsuper-
elevatedcarriageways,highembankmentsandforroadsegmentspassingthroughcuts.Thedrainageprovi
sionsshallalsobeworkedoutforroadsegmentspassingthroughurbanareas.

15. The designed drainage system should show locations of turnouts/outfall points with
detailsof outfall structures fitting into natural contours. A separate drawing sheet covering every 5
km.stretchofroadshallbeprepared.

16. The project highway shall be designed to have well designed efficient drainage
system,whichshallbesubsurface,asfar
aspossible.Whileconstructingtheunderpasses,thefinishedroadlevelshallbedeterminedsoastoensureth
attheaccumulationofrainwaterdoesnottakeplaceandrun-off flows at the natural ground level. The
drains, wherever constructed, shall be provided
withpropergradientandconnectedtotheexistingoutletsforfinaldisposal.

17. The rain water harvesting requirements be assessed taking into consideration the Ministry
ofEnvironment & Forest Notification Dt. 14.01.1997 (as amended on 13.01.1998, 05.01.1999
&06.11.2000).Theconstructionofrainwaterharvestingstructureismandatory inandaroundwater

Page52of143
scarce / crisis areas notified by the Central Ground Water Board. The provisions for
rainwaterharvestingbeexecutedaspertherequirementsofIRC:SP:42-
2014(GuidelinesforRoadDrainage)andIRC:SP:50-2013(GuidelinesonUrbanDrainage).

18. The locations of the culverts should be planned in such a way that the proposed
culvertcovers optimum catchment area & the location shall be decided on the basis of
topographicalsurvey, local rainfall data, gradient of natural ground and enquiry from the local
habitants. Allculverts should preferably be box culverts as pipe culverts get filled up with silt,
which is rarelycleared.

4.12.8 TrafficSafetyFeatures,RoadFurnitureandRoadMarkings
The Consultants shall design suitable traffic safety features and road furniture including
trafficsignals,signs,markings,overheadsignboards,crashbarriers,delineatorsetc.Thelocationsofthese
featuresshallbegiveninthereportsandalsoshowninthedrawings.

4.12.9 ArboricultureandLandscaping
TheConsultantsshallworkoutappropriateplanforplantingoftrees(specifyingtypeofplantation),horticu
lture,floricultureonthesurpluslandoftheright-ofwaywithaviewtobeautifythehighwayand making the
environment along the highway pleasing. The existing trees / plants shall beretained to the extent
possible. The Transplantation of trees shall also be proposed whereverfeasible.
4.12.10 MiscellaneousWorks
1. The Consultants shall make suitable designs and layout for miscellaneous
worksincludingprovisionofutilityservice,restareas,busbays,vehicleparkingareas,telecommunication
facilitiesetc.whereverappropriate.
2. TheConsultantsshallpreparethedetailedschemeandlayoutplanfortheworksmentionedinPara1
.
3. The Consultants shall prepare detailed plan for the traffic management and safety during
theconstructionperiod.

4.13.00 LandAcquisition&ForestClearance

 The Consultant should also responsible to prepare proposal for Land Acquisition
requirement, Forest Clearance, Electricity department or any concern department from
state of Gujarat or Central Government as per requirement of Execution of
ROB/RUB/VUP & Highway. The official charges will be paid by client to the concern
department for this purpose. The Consultant will be responsible for all other
necessary procedure / approval / execution for land acquisition and forest
clearance. Also Consultant has to complete land Acquisition process as per Land
Acquisition Act till receipt of the land possession certificate, Forest Clearance& Utility
need to be shifted with their drawings.

5. EstimationofQuantitiesandProjectCosts
1. TheConsultantsshallpreparedetailedestimatesforquantities(consideringdesignsandmasshaul
diagram) and project cost for the entire project (civil packages wise), including the cost
ofenvironmental and social safeguards proposed based on Roads and Building Dept. GoG,
SOR,MoRT&H‟sStandardDataBookandmarketratefortheinputs.Theestimationofquantitiesshall
Page53of143
bebasedondetaileddesignofvariouscomponentsoftheprojects.Theestimationofquantitiesandcostswo
uldhavetobeworkedoutseparatelyforcivilworkPackageasdefinedinthisTOR.
2. The Consultants shall make detailed analysis for computing the unit rates for the
differentitemsofworks.Theunitrateanalysisshalldulytakeintoaccountthevariousinputsandtheirbasicr
ates, suggested location of plants and respective lead distances for mechanized construction.
Theunit rate for each item of works shall be worked out in terms of manpower, machinery
andmaterials.
3. The project costestimates so prepared forR & B Department/ADB/WB projects are tobe
checked against rates for similar on-going works in India under R & B Department /
WorldBank/ADBfinancedroadsectorprojects.
6. Viability,FinancingOptionsandBiddingprocess
1. TheProjectRoadshouldbedividedintothetraffichomogenouslinksbasedonthefindingsof the
traffic studies. The homogenous links of the Project Road should be further subdivided
intosections based on physical features of road and pavement, sub-grade and drainage
characteristicsetc.Theeconomicandcommercialanalysisshallbecarriedoutseparatelyforeachtrafficho
mogenouslinkaswellasfortheProjectRoad.
2. The values of input parameters and the rationale for their selection for the economic
andcommercialanalysesshallbeclearlybroughtoutandgotapprovedbyR&BDepartment.
3. For models to be used for the economic and the commercial analyses, the
calibrationmethodology and the basic parameters adapted to the local conditions shall be clearly
brought outandgotapprovedbyR&BDepartment.
4. Theeconomic and commercial analyses should bring out the priority of the
differenthomogenouslinksintermsofprojectimplementation.

6.1. EconomicAnalysis
1. The Consultants shall carry out economic analysis for the project. The analysis should
befor each of the sections covered under this TOR. The benefit and cost streams should be
workedoutfortheprojectusingHDM-IVorotherinternationallyrecognizedlife-cyclecostingmodel.
2. Theeconomicanalysisshallcoverbutbenotlimitedtobefollowingaspects:
i. assessthecapacityofexistingroadsandtheeffectsofcapacityconstraintsonvehicleoperat
ingcosts(VOC);
ii. calculate VOCs for the existing road situation and those for the project; quantify
alleconomicbenefits,includingthosefromreducedcongestion,traveldistance,roadmaintenanc
ecostsavingsandreducedincidenceofroadaccidents;and,
iii. Estimatetheeconomicinternalrateofreturn(EIRR)fortheprojectovera30-
yearperiod.IncalculatingtheEIRRs,identifythetradableandnontaxablecomponentsofproject
scostsandtheborderpricevalueofthetradablecomponents.
iv. Savingintimevalue.
3. EconomicInternalRateofReturn(EIRR)andNetPresentValue(NPV),“with“and“withouttimea
ndaccidentsavings”shouldbeworkedoutbasedonthesecost-
benefitstream.Furthermore,sensitivityofEIRRandNPVworkedoutforthdifferentscenariosasgivenun
der:
Scenario-I BaseCostsandBaseBenefits
Scenario – IIBase Costs plus 15% and Base
Page54of143
BenefitsScenario–
IIIBaseCostsandBaseBenefitsminus15%

Page55of143
Scenario–IVBaseCostsplus15%andBaseBenefitsminus15%
Thesensitivityscenariosgivenaboveareonlyindicative.TheConsultantsshallselectthesensitivity
scenarios taking into account possible construction delays, construction costs overrun,traffic
volume, revenue shortfalls, operating costs, exchange rate variations, convertibility offoreign
exchange, interest rate volatility, non-compliance or default by contractors, political
risksandforcemajeure.
4. The economic analysis shall take into account all on-going and future road and
transportinfrastructureprojectsandfuturedevelopmentplansintheprojectarea.

6.2. FinancialAnalysis
1. It is envisaged that the project stretch should be implemented on EPC/BOT basis,therefore,the
Consultant shall study the financial viability of the project under a commercial format
andunderdifferentuserfeescenariosandfundingoptions.
TheConsultantsshallsubmitandfinalizeinconsultationwiththeR&BDepartmentofficerstheformat for
the analysis and the primary parameters and scenarios that should be taken into
accountwhilecarryingoutthecommercialanalysis.Thefinancialmodelsodevelopedshallbetheproperty
ofR&BDepartment.
2. TheFinancialanalysisfortheprojectshouldcoverfinancialinternalrateofreturn,projectedincom
e statements, balance sheets and fund flow statements and should bring out all
relevantassumptions.Thesensitivityanalysisshouldbecarriedoutforanumberofprobabilisticscenarios.
3. The financial analysis should cover identification, assessment, and mitigating measures
forall risks associated with the project. The analysis shall cover, but be not limited to, risks related
toconstruction delays, construction costs overrun, traffic volume, revenue shortfalls, operating
costs,exchangeratevariations,convertibilityofforeignexchange,interestratevolatility,non-
complianceordefaultbycontractors,politicalrisksandforcemajeure.
4. The consultant shall suggest positive ways of enhancing the project Viability and
furnishdifferentfinancialmodelsforimplementingonBOTformat.
6.3. Biddingprocess
6.3.1 Consultantshallassisttheauthorityinpreparingtherequiredbiddocumentsandsupporttheauthor
itythroughthebiddingprocess
6.3.2 Preparationofdocuments
5. Theconsultantshallprepareallrequiredbiddocumentsandtechnicalschedulesrequiredforthebid
dingoftheproject
6. TheConsultantsshallprepareseparatedocumentsforeachtypeofcontract(EPC/PPP)foreachpa
ckageoftheDPRassignment
7. Theconsultantshallassistauthorityinreviewingbiddocumentsandinmakinganychangesrequir
edbasistheirfindingsortheandfinalizingbiddocuments
8. Theconsultantshallassisttheauthorityincollectingand
providingallrequiredsupportingdocumentsforinitiatingbidasdefinedbytheSOPforcontracting
9. TheDPRconsultantmayberequiredtopreparetheBidDocuments,basedonthefeasibilityreport,
duetoexigencyoftheprojectforexecutionifdesiredbyR&BDepartment.
a. Toenablethis,consultantshouldstudythefinancialviabilityandfinancialoptions
fortheprojectformodessuchasEPC/BOTToll/Annuityduringthefeasibilitystage.

Page56of143
10. Provideanyandallclarificationsrequiredbytheauthorityorotherfunctionariessuchasthefinanci
alconsultantandlegaladvisorasrequiredforthefinancialappraisalandlegalscrutinyoftheProjectHighw
ayandBidDocuments.
11. The consultant shall be guided in its assignment by the Model Concession/
ContractAgreements for PPP/ EPC projects, as applicable and the Manual of Specifications and
Standardsfortwo/four/sixlaningofhighwayspublishedbyIRC(IRC:SP:73orIRC:SP:84orIRC:SP:87,a
sapplicable)alongwithrelevantIRCcodesfordesignoflongbridges.
a. It is suggested that consultant should go through the EPC/ PPP documents of
ministrybeforebiddingtheproject.
6.3.3 Supportduringthebiddingprocess
12. ConsultantshallsupportR&BDepartmentthroughtheentirebidprocessandshallberesponsibl
eforsharingthefindingsfromthepreparationstagesduringthebidprocess
13. Theconsultantshallensureparticipationofseniorteammembersoftheconsultantduringallintera
ctionwithpotentialbiddersincludingpre-bidconference,meetings,sitevisitsetc.
14. Duringthebidprocessforaproject,theconsultantshallsupporttheauthorityin:
a. Respondingtoallpre-bidtechnicalqueries
b. Preparationofdetailedresponsestothewrittenqueriesraisedbythebidders
15. The consultant shall assist R & B Department and its functionaries as needed in
theevaluationoftechnicalbids
7. Timeperiodfortheservice
1. TimeperiodenvisagedforthestudyoftheprojectisindicatedinAnnex-
ItoLOI.Thefinalreports,drawingsanddocumentationshallbecompletedwithinthistimeschedule.
2. R & B Department shall arrange to give approval on all sketches,
drawings,reportsand recommendations and other matters and proposals submitted for decision by
theConsultantinsuchreasonabletimesoasnottodelayordisrupttheperformanceoftheConsultant’sservi
ces.

8. ProjectTeamandProjectOfficeoftheConsultant
1. TheConsultantsshallberequiredtoformamulti-
disciplinaryteamforthisassignment.Theconsultant’s team shall be manned by adequate number of
experts with relevant experience in theexecutionofsimilardetaileddesignassignments.
2. Listofsuggestedkeypersonneltobefieldedbytheconsultantwithappropriateman-
monthofconsultancyservicesisgiveninEnclosureIasperclient'sassessment.
3. A Manning Schedule for key personnel mentioned above is enclosed as Enclosure I
alongwithbroadjob-
descriptionandqualificationasEnclosureII.TheinformationfurnishedinEnclosures I & II are to assist
the Consultants to understand the client’s perception about theserequirements and shall be taken
by the Consultants for the purpose of Financial Proposal anddeployment schedule etc. in technical
proposal to be submitted by them. Any deviation
proposedmayberecordedinthecommentsonTOR.Allthekeypersonnelmentionedwillbeevaluatedatth
etime of evaluation of technical proposal. Consultants are advised in their own interest to frame
thetechnicalproposalinanobjectivemannerasfaraspossiblesothatthesecouldbeproperlyassessedinres
pectofpointstobegivenaspartofevaluationcriteriaasmentionedinDatasheet.Thebio-
Page57of143
data of the key personnel should be signed on every sheet by the personnel concerned and the
lastsheetofeachbio-datashouldalsobesignedbytheauthorisedsignatoryoftheConsultants.
4. Consultant shall not require establishing project site office, provided that the personals
ofconsultant shall be available at site as and when required by prior intimation during the course
ofthe surveys and investigations. All the project related office work shall be carried out by
theconsultantintheirsiteofficeunlesstherearespecialreasonsforcarryingoutpartoftheofficeworkelsew
hereforwhich priorapprovalofR&BDepartmentshallbeobtained.Theaddressofthesiteoffice
including the personnel manning it including their Telephone and FAX numbers will
beintimatedbytheConsultanttoR&BDepartmentbeforecommencementoftheservices.
5. The Consultant shall maintain an Attendance Register to be signed by each individual
keypersonnel at site as well as at Head Office. The Consultant shall furnish certificate that all the
keypersonnel as envisaged in the Contract Agreement have been actually deployed in the Projects
atthetimeofsubmissionoftheirbillstotheR&BDepartmentfromtimetotime.
9. Reports to be submitted by the Consultant to R &
BDepartment
9.1 All reports, documents and drawings are to be submitted separately for each of the
traffichomogenous link of the Project Road. The analysis of data and the design proposals shall be
basedon the data derived from the primary surveys and investigations carried out during the
period
ofassignment.Thesourcesofdataandmodelrelationshipsusedinthereportsshallbeindicatedwithcompl
etedetailsforeasyreference.
9.2 Theconsultantshallprepareandsubmitthefollowingreport
1. InceptionReport
2. TrafficAnalysis,PreliminaryCostEstimate&FinancialModelReports
3. DraftDetailedProjectReport(DPR)
4. TechnicalSchedules
5. FinalProjectReport(WithContractModel)
5.1Consultant shall be required to complete, to the satisfaction of the client, all the differentstages
of study within the time frame indicated in the schedule of submission in para 10
pertainingtoReportsandDocumentsforbecomingeligibleforpaymentforanypartofthenextstage.

10 Reports and Documents to be submitted by the Consultant to R &


BDepartment
1. TheConsultantshallsubmittotheclientthereportsanddocumentsinboundvolumes(andnot
spiral binding form) after completion of each stage of work as per the schedule and in thenumber
of copies as given in Enclosure III. Further, the reports shall also be submitted in floppydiskettes /
CD‟s in addition to the hardcopies as mentioned in Enclosure-III. Consultant
shallsubmitallotherreportsmentionedspecificallyintheprecedingparasoftheTOR.
2. The time schedule for various submissions prescribed at s.l.no.1 above shall be
strictlyadheredto.Notime-over-
runinrespectofthesesubmissionswillnormallybepermitted.Consultant is advised to go through the
entire terms of reference carefully and plan his workmethod in such a manner that various
activities followed by respective submissions as brought outat Sl.No.1 above are completed as
stipulated. Consultant is, therefore, advised to deploy
sufficientnumberofsupportingpersonnel,bothtechnicalandadministrative,toundertaketheprojectprep
aration activities in construction package (Section) simultaneously. As far as possible, theproposal
should include complete information such as number of such persons, name,
Page58of143
position,periodofengagement,remunerationrateetc.TheConsultantisalsoadvisedtostartnecessary

Page59of143
survey works from the beginning so as to gain time in respect of various other activities in
thatstage.
10.1 QualityAssurancePlan(QAP)Document
1. Immediately
upontheaward,theConsultantsshallsubmitfourcopiesoftheQAPdocumentcoveringallaspectsoffieldst
udies,investigationsdesignandeconomicfinancialanalysis.Thequalityassuranceplans/proceduresford
ifferentfieldstudies,engineeringsurveysandinvestigation, design and documentation activities
should be presented as separate sections
likeengineeringsurveysandinvestigations,trafficsurveys,materialgeo-technicalandsub-
soilinvestigations, road and pavement investigations, investigation and design of bridges
&structures,environment and R&R assessment, economic & financial analysis, drawings and
documentation;preparation, checking, approval and filing of calculations, identification and
traceability of
projectdocumentsetc.Further,additionalinformationasperformatshallbefurnishedregardingthedetails
of personnel who shall be responsible for carrying out/preparing and checking/verifying
variousactivitiesformingpartoffeasibilitystudyandprojectpreparation,sinceinceptiontothecompletio
nofwork.ThefieldanddesignactivitiesshallstartaftertheQAPisapprovedbyR&BDepartment

2. The data formats proposed by the Consultants for use in field studies and
investigationsshallbesubmittedwithin14daysafterthecommencementofservicesandgotapprovedbyR
&BDepartment
10.2 InceptionReport(IR)
1. Thereportshallcoverthefollowingmajoraspects:
i. Projectappreciation;
ii. DetailedmethodologytomeettherequirementsoftheTORfinalizedinconsultationwiththe R
& B Department officers; including scheduling of various sub activities to becarried out
for completion of various stages of the work; stating out clearly theirapproach &
methodology for project preparation after due inspection of the
entireprojectstretchandcollection/collationofnecessaryinformation;
iii. TaskAssignmentandManningSchedule;
iv. Workprogramme;
v. Performafordatacollection;
vi. Designstandardsandproposedcross-sections;
vii. KeyplanandLinearPlanalongwithalignmentoptions;
viii. Keyplanofmasterplan
ix. Development plans being implemented and /or proposed for implementation in the
nearfuture by the local bodies and the possible impact of such development plans on the
overallschemeforfieldworkanddesignforthestudy;
x. Quality Assurance Plan (QAP) finalized in consultation with R & B
DepartmentDraftdesignstandards;and
2. The requirements, if any, for the construction of bypasses should be identified on the
basisof data derived from reconnaissance and traffic studies. The available alignment options
should beworked out on the basis of available maps. The most appropriate alignment option for
bypassesshould be identified on the basis of site conditions and techno-economic considerations.
InceptionReport should include the details regarding these aspects concerning the construction of
bypassesforapprovalbyR&BDepartment
Page60of143
.

Page61of143
10.3 TrafficAnalysis,PreliminaryCostEstimate&FinancialModelReports
1) TheTrafficAnalysisreportshallcontainbutnotlimitedtoadetailedanalysisfornatureandtype of
traffic, behaviour of traffic, data collection, existing road network and traffic volumes
andforecastingforfuturetrafficgrowthandotherrequirementsasmentionedunderthisRFP.
2) PreliminaryCostestimatesforvariousviablealternatives/modelsanditsfinancialmodeltobesub
mittedasperrequirementsasmentionedinthisRFP.
10.4 DraftDetailedProjectReport(DER)
1. The draft DER Submission shall consist of construction Main Report, Design
Report,Materials Report, Engineering Report, Drainage Design Report, Economic and Financial
AnalysisReport(ModeofProject),bidDocumentsandDrawings.
2. TheReportvolumesshallbesubmittedastabulatedinpara10above.
3. TheDocumentsandDrawingsshallbesubmittedfortheprojectandshallbeinthefollow
ingformat:
Reports

i. Volume-I, Main Report: This report will present the project background, social analysis
ofthe project, details of surveys and investigations carried out, analysis and interpretation
ofsurveyandinvestigationdata,trafficstudiesanddemandforecastsdesigns,costestimation,envi
ronmental aspects, economic and commercial analyses and conclusions. The reportshall
include Executive Summary giving brief accounts of the findings of the study
andrecommendations.The Reportshallalsoinclude maps, chartsanddiagrams
showinglocations and details of existing features and the essential features of improvement
andupgrading.
ii. Volume - II, Design Report: This volume shall contain design calculations, supported
bycomputer printout of calculations wherever applicable. The Report shall clearly bring
outthe various features of design standards adopted for the study. The design report will be
intwo parts. Part-I shall primarily deal with the design of road features and
pavementcomposition while Part-II shall deal with the design of bridges, tunnels and cross
drainagestructures. The sub-soil exploration report including the complete details of
boring
done,analysesandinterpretationofdataandtheselectionofdesignparametersshallbeincludeda
sanAppendixtotheDesignReport.

The detailed design for all features should be carried out as per the requirements of
theDesignStandardsfortheproject.However,theremaybesituationswhereinithasnotbeenpossi
ble to strictly adhere to the design standards due to the existing site
conditions,restrictionsandotherconsiderations.Thereportshouldclearlybringoutthedetailsoft
heseaspectandthestandardsadopted.
iii. Volume - III, Materials Report: The Materials Report shall contain details concerning
theproposed borrow areas and quarries for construction materials and possible sources
ofwater for construction purposes. The report shall include details on locations of
borrowareas and quarries shown on maps and charts and also the estimated quantities
with masshaul diagram including possible end use with leads involved, the details of
sampling
andtestingcarriedoutandresultsintheformofimportantindexvalueswithpossibleenduse

Page62of143
thereof.

The materials Report shall also include details of sampling, testing and test results obtained
inrespectphysicalpropertiesofsubgradesoils.Theinformationshallbepresentedintabularaswellas in
graphical representations and schematic diagrams. The Report shall present soil
profilesalongthealignment.

The material Report should also clearly indicate the locations of areas with problematic
soils.Recommendations concerning the improvement of such soils for use in the proposed
constructionworks,suchasstabilization(cement,lime,mechanical)shouldbeincludedintheReport.

iv. Volume-V,TechnicalSpecifications:TheMORT&H’sTechnical
v. SpecificationsforRoadandBridgeworksshallbefollowedforthisstudy.However,VolumeIV:Technic
alSpecificationsshallcontainthespecialtechnicalspecificationswhicharenotcovered by MORTH
Specifications for Roads and Bridges (latest edition / revision) and
alsospecificqualitycontrolnormsfortheconstructionofworks.
vi. Volume-
VI,RateAnalysis:Thisvolumewillpresenttheanalysisofratesforallitemsofworks.Thedetailsofunitr
ateof materials
atsource,carriagecharges,anyotherapplicablecharges,labourrates,machinechargesasconsidere
dinarrivingatunitrateswillbeincludedinthisvolume.
vii. Volume-VII, Cost Estimates: This volumewill presentthe costof eachitemofworkaswell
asasummaryoftotalcost.
viii. Volume-
VIII,BillofQuantities:ThisvolumeshallcontainthedetailedBillofQuantitiesforallitemsofworks.
ix. Volume-IX,DrawingVolume:Alldrawingsformingpartofthisvolume
x. Allplanandprofiledrawingswillbepreparedinscale1:250Vand1:2500Hscaletocoveronekminone
sheet.Inadditionthisvolumewillcontaindrawingsforthefollowing:
xi. HorizontalAlignmentandLongitudinalProfile.
• Cross-section@50mintervalalongthealignmentwithinROW
• TypicalCross-Sectionswithdetailsofpavementstructure.
• DetailedWorkingDrawingsforindividualCulvertsandCrossDrai
nageStructures.
• DetailedWorkingDrawingsforindividualBridges,tunnelsandStructures.
• DetailedDrawingsforImprovementofAt-GradeandGrade-Separated
• IntersectionsandInterchanges.
• DrawingsforRoadSign,Markings,TollPlazas,andotherFacilities.
• SchematicDiagrams(linearchart)indicatingbutbenotlimitedtobefollowing:
Wideningscheme;
Locationsofmedianopenings,intersections,interchanges,underpasses,overpasses,bypasses;oLocationsofs
erviceroads;
Locationoftrafficsignals,trafficsigns,roadmarkings,safetyfeatures;and,Locationsofparkingareas,weighin
gstations,busbays,restareas,ifany.
• AlldrawingswillbepreparedinA2sizesheets.Theformatforplan,crosssectionandprofiledrawing
sshallbefinalisedinconsultationwiththeconcernedR & B DEPARTMENTofficers.The

Page63of143
drawings shall also include details of all BM and reference pillars, HIP and VIP. The co-
ordinatesofallpointsshouldbereferencedtoacommondatum,preferablyGTSreferencingsystem.
The drawings shall also include the locations of all traffic safety features includingtraffic
signals, signs, markings, crash barriers, delineators and rest areas, busbays,
parkingareasetc.
• The typical cross-section drawings should indicate the scheme for future widening of
thecarriageway. The proposed cross-sections of road segment passing through urban
areasshould indicate the provisions for pedestrian movements and suitable measures for
surfaceandsub-surfacedrainageandlighting,asrequired.
10.5 TechnicalSchedules
CivilWorkContractAgreement:Acivilworkscontractagreementshallbesubmitted

10.6 FinalReport(WithContractModel)(6Sets)
The Final Project Report (With Contract Model) consisting of Main Report, Design
Report,Drainage Design Report and Materials Report, including contract document incorporating
allrevisionsdeemedrelevantfollowingreceiptofthecommentsfromR&BDepartmentonthedraftDPRa
ndTechnicalschedulesshallbesubmittedaspertheschedulegiveninEnclosure-III.
19. Interaction with R &
BDepartment

1. During entire period of services, the Consultant shall interact continuously with R &
BDEPARTMENTand provide any clarification as regards methods being followed and
carryoutmodification as suggested by R & B DEPARTMENT . A programme of various activities
shall beprovided to R & B DEPARTMENT and prior intimation shall be given to R & B
DEPARTMENTregardingstartofkeyactivitiessuchasboring,surveyetc.sothatinspectionsofR&BDE
PARTMENTofficialscouldbearrangedintime.

2. TheR & B DEPARTMENT officers and other Government officers may visit the
siteatanytime, individually or collectively to acquaint/ supervise the field investigation and
surveyworks. R & B DEPARTMENTmay also appoint a Proof Consultant to supervise the work
of theDPRconsultantincludinginter-
aliafieldinvestigation,surveywork,Designworkandpreconstructionactivities

3. Theconsultantshallberequiredtosend3copiesofconcisemonthlyProgressReportbythe5thdayo
fthefollowingmonthtothedesignatedofficer
athisHeadQuartersothatprogresscouldbemonitoredbytheR&BDEPARTMENT.Thesereportswillind
icatethedatesofinductionandde-
inductionofvariouskeypersonnelandtheactivitiesperformedbythem.Frequentmeetingswiththe
consultantatsiteofficeorinDelhiareforeseenduringthecurrencyofprojectpreparation.

4. Allequipment,softwareandbooksetc.requiredforsatisfactoryservicesforthisprojectshallbeobt
ainedbytheConsultantattheirowncostandshallbetheirproperty.

20. PaymentSchedule
1. TheConsultantwillbe paid consultancyfee
asapercentageofthecontractvaluesaspertheschedulegivenintheDraftContractAgreement.

Page64of143
21. DataandSoftware
1. The floppy diskettes/CD‟s containing all basic as well as the processed data from all
fieldstudiesandinvestigations,report,appendices,annexure,documentsanddrawingsshallbesubmitted
toR&BDEPARTMENTatthetimeofthesubmissionoftheFinalReport.Thedatacanbeclassifiedasfollo
ws:
i. EngineeringInvestigationsandTrafficStudies:RoadInventory,Condition,Roughness,TestPit
(Pavement composition), Benkelman Beam Deflection, Material Investigation includingtest
results for subgrade soils, Traffic Studies (traffic surveys), axle load surveys, Sub-
soilExploration,DrainageInventory,Inventorydataforbridgeandculvertsindicatingrehabilita
tion, new construction requirement etc. in MS EXCEL or any other format
whichcouldbeimportedtowidelyusedutilitypackages.
ii. Topographic Surveys and Drawings: All topographic data would be supplied in (x, y,
z)format along with complete reference so that the data could be imported into any
standardhighwaydesignsoftware.Thedrawingfileswouldbesubmittedindxfordwgformat.
iii. Rate Analysis: The Consultant shall submit the rate analysisforvarious works
itemsincluding the data developed on computer in this relation so that it could be used by
theAuthoritylaterforthepurposeofupdatingthecostoftheproject.
iv. EconomicandFinancialAnalysis
2. Software: The Consultant shall also hand-over to R & B
DEPARTMENTfloppies/CD‟scontaining any
generalsoftwareincludingthefinancialmodelwhichhasbeenspecificallydevelopedfortheproject.
3. The floppy diskettes/CD‟s should be properly indexed and a catalogue giving contents of
allfloppies/CD‟s and print-outs of the contents (data from field studies topographic data and
drawings)shouldbehandedovertoR&BDEPARTMENTatthetimeofsubmissionoftheFinalReport.

4. Consultantshallincludeeditablesoftcopiesofthefinalversionsofalldocuments,includingbut
not limited to the strip plan, plan & profile drawings, cross sections of right of way and detailsof
structures as well as any cost workings.

Page65of143
SUPPLEMENTI

ADDITIONALPOINTSTOBECONSIDEREDFORROADINADDITIONTOPOINTS
COVEREDINMAINTOR
S. Clause
No. Additionalpoints
No.
ofTOR
1.
2. 2.3 a)
Designofprotectiveworks,slopestabilizationmeasures,erosioncon
trol
measures, land slide control/protection measures snow
driftcontrol/snowclearancemeasures,avalancheprotection
measures,if
required
3. 3
4. 4.1 a) Detailed design of road considering and incorporating
specificaspects related to like terrain, topographic conditions, extreme
weatherconditions,altitudeeffectsetc.
b) Designofprotectiveworks,slopestabilizationmeasures,erosioncon
trolmeasures,landslidecontrol/protectionmeasures,snowdriftcontrol/sno
wclearancemeasures,avalancheprotectionmeasures,ifrequired
c) Designofscenicoverlooks/wateringpointsetc.

5. 4.5(1) All activities related to field studies, design and


documentationshall be done as per the latest guidelines/circulars of
MORT&H andrelevant publications of the Indian Roads Congress
(IRC). For aspectsnotcoveredbyIRCandBIS, internationalstandard
practices,suchas,
BritishandAmericanStandardsmaybeadopted.
6. 4.7 Reviewofdataanddocumentspertainingto
a) Terrainandsoilcondition
b) Existingprotectiveworks,erosioncontrolandlandslidecontrol/
protectionworks,slopestabilizationmeasures,snowdriftcontrolmeasure
s,avalancheprotectionmeasures
f) Existinglandslideandsnowclearancefacilities
Geologicaldetailsofrockstrataintheareaincaseoftunnels
7. 4.11(1) TheConsultant should make an in depth study of available
geologicalandmeteorologicalmapsofthearea.

Page66of143
8. 4.11(2) Theprimarytaskstobeaccomplishedduringthereconnaissancesurvey
shallalsoinclude:
a) detailsofterrain(steepormountainous),cliffsandgorges,generalelevat
ionoftheroadincludingmaximumheightsnegotiatedbymainascentsa
nddescents,totalnumberofascentsanddescents,hairpinbends,vegetat
ionetc.
b) Climaticconditionsi.e.temperature,rainfalldata,snowfalldata,fogc
onditions,unusualweatherconditionsetc.

Page67of143
9. 4.11.2.1(ii) Cross sectionsshall betakenatevery25 m. incaseof roadsandat
pointsofappreciablechangesinsoilconditions.Whiletakingcrosssections,
soilconditionsshallalsoberecorded.
10. 4.11.3.1(1) Theinventorydatashallalsoinclude:
a) Generalelevationofroadindicatingmaximum&minimumheightsneg
otiated by main ascents & descents and total no. of
ascents&descents.
b) Details of road gradients, lengths of gentle & steep slopes,
lengths& location of stretches in unstable areas, areas with cliffs,
areaswithlooserocks,landslideproneareas,snowdriftproneareas,no.
&locationofhairpinbendsetc.
c) Details&typesofprotectivestructures,erosion&landslidecontrol/prot
ectionmeasures,snowdriftcontrolmeasures,avalanche
protection/controlmeasuresetc.
11. 4.11.3.2(2) Pavement:
a) Locationofcrustfailuresalongwiththeircauses
b) Conditionsofcamber/crossfalls/superelevationsetc.,whetheraffecte
dbysubsidence
Embankment:
Extentofslopeerosiononhillandvalleyside

Page68of143
12. ConditionSurveys&InvestigationforSlopeStabilization,ErosionControl,
LandslideCorrection/Protection&AvalancheProtectionMeasures:
Inventory&ConditionSurveysofExistingProtective/ControlMeasures:
The consultant shall make an inventory of all the structures related
toSlopeStabilization,ErosionControl,LandslideControl/protection,Avala
nche Protection etc. This shall include details of effectiveness
ofcontrolmeasuresalreadydoneandconditionofprotective/controlstructur
es.
b) LandslideInvestigation
This shall be carried out to identify landslide prone areas, to
suggestpreventivemeasuresoralternateroutesthatarelesssusceptibletoland
slidehazard.Furtherinexistingslideareasthisshallhelptoidentifyfactors
responsible for instability and to determine appropriate
controlmeasuresneededtopreventorminimizerecurringofinstabilityproble
ms.
Initial preliminary studies shall be carried out using available
contourmaps , topographical maps, geological/geo-morphological
maps, aerialphotographs etc. for general understanding of existing slide
area and
toidentifypotentialslideareas.Thisshallbefollowedbyfurtherinvestigation
s like geological/geotechnical/hydrological investigation todetermine
specific site conditions prevailing in the slide area as perrelevant IRC
specifications/publications, MORT&H circulars and
relevantrecommendationsoftheinternationalstandardsforhillroads.

13. 4.11.4.4
14. 4.12.1(1) TheConsultantshallalsocarryoutdetaileddesignsandprepareworkingdesignsfo
rthefollowing:
a) crosssectionsatevery25mintervals
b) Slopestabilizationanderosioncontrolmeasures
c) Designofprotection/controlstructuresinareassubjecttosubsidence,
Landslides,snowdrifts,icing,scour,avalancheactivityetc.
d) Designofprotectivestructuresinslipproneandunstableareas
e) Designofscenicoverlooks,wateringpointsetc.
f) Safetyfeaturesspecifictohillroads

15. 4.12.2(1) The Consultant shall evolve Design Standards and material

4.12.2(2) The Design Standards evolved for the project shall cover all aspects
ofdetailed design including the design of geometric elements,
pavementdesign,bridgesandstructures,tunnelsifrequired,trafficsafetyandm
aterials.

Page69of143
16. 4.12.3 Whereverpracticable/feasiblehairpinbendsandsteepgradientsshallbe
avoidedbyrealignments,provisionofstructuresoranyothersuitableprovision
s.
17. 4.12.4 While designing pavement for hill roads specific aspects relevant to
hillregions like terrain & topographic conditions, weather conditions,
altitudeeffectsetc.shallbedulyconsideredandsuitablyincorporatedindesigns
othatpavementisabletoperformwellforthedesigntrafficandservicelife.Effec
ts of factors like heavy rainfall, frost action, intensive snow andavalanche
activity, thermal stresses due to temperature difference in dayand night,
damage by tracked vehicles during snow clearance
operationsetc.mustalsobeconsideredalongwithtrafficintensity,itsgrowth,ax
le
loadsanddesignlife.
18. 4.12.5(3) Thedesignofembankmentsshouldincludetherequirementsforprotection
worksandtrafficsafetyfeaturesincludingfeaturesspecifictoroads.
19.
20. 4.12.7 Topography of hills generates numerous water courses and this
coupledwith continuous gradients of roads in hills and high intensity of
rainfallcallsforeffectivedrainageofroads.Thedrainagesystemshallbedesign
edto ensure that the water flowing towards the road surface may be
divertedand guided to follow a definite path by suitable provision of road
sidedrains, catch water drains, interceptors etc. and flow on valley side
iscontrolledsothatstabilityisnotaffected.
Further,adequate provision shall be made for sub-surface/subgrade
drainage to take care of seepage through the adjacent hill face of the
road&undergroundwaterflows.
21. 4.12.8 TheConsultantshalldesignsuitabletrafficsafetyfeaturesandroadfurniture
including traffic signals, signs, markings, overhead sign boards,crash
barriers, delineators etc. including any feature specific to hill
roads.Thelocationsofthesefeaturesshallbegiveninthereportsandalsoshown
inthedrawings.
22. 4.12.3(1) TheConsultantshallmakesuitabledesignsandlayoutformiscellaneous
works including rest areas, bus bays, vehicle parking areas,
telecommunicationfacilities,scenicoverlooks,wateringpointsetc.wherevera
ppropriate.
23. 10.6(1) VolumeII:DesignReport:
a)
InventoryofprotectionmeasuresandotherstructuresVol
ume III:Drawings
a) Drawingsforprotection/controlmeasuresandotherstructures
24. 10.7(3) VolumeII:DesignReport(PartII)
PartIIofDesignReportshallalsodealwithdesignoftunnels,ifrequiredanddesig
nofotherprotection/controlstructures.
VolumeIX:DrawingVolumeThisshallalsoinclude:
a) Detailedworkingdrawingsforprotection/controlstructures

Page70of143
SUPPLEMENT-II

Deleted

Page71of143
SUPPLEMENT-III

ADDITIONALREQUIREMENTFORSAFETYAUDIT

Theuseofchecklistsishighlyrecommendedastheyprovideauseful“aidememoire”fortheauditteam to
check that no important safety aspects are being overlooked. They also give to the
projectmanagerandthedesignengineerasenseofunderstandingoftheplaceofsafetyauditinthedesignpr
ocess.Thefollowinglistshavebeendrawnupbasedontheexperienceofundertakingsystematicsafety
audit procedures overseas. This experience indicates that extensive lists of technical detailshas
encouraged their use as “tick” sheets without sufficient thought being given to the
processesbehindtheactions.Accordingly,thechecklistsprovideguidelinesontheprincipalissuesthatne
edtobeexaminedduringthecourseofthesafetyaudits.

Stage1-CompletionofPreliminaryDesign
1.Theauditteam shouldreviewtheproposedcheckthefollowingaspectsdesignfromaroad
safetyperspectiveandcheckthefollowingaspects
CONTENTS ITEMS
Aspectstobechecked A. Safetyandoperationalimplicationsofproposedalignmentand
junction strategy with particular references to
expectedroadusersandvehicletypeslikelytousetheroad.
B. Widthoptionsconsideredforvarioussections.
C. Departuresfromstandardsandactiontaken.
D. Provisionofpedestrians,cyclistsandintermediatetransport
E.Safetyimplicationsoftheschemebeyonditsphysical
limitsi.e.howtheschemefitsintoitsenvironsandroadhierarchy

B1:General > Departuresfromstandards


> Cross-sectionalvariation
> Drainage
> Climaticconditions
> Landscaping
> Servicesapparatus
> Lay-byes
> Footpaths
> Pedestriancrossings
> Access(minimizenumberofprivateaccesses)
> Emergencyvehicles
> PublicTransport
> Futurewidening
> Stagingofcontracts
> Adjacentdevelopment
B2:LocalAlignment > Visibility
> New/Existingroadinterface
> SafetyAidsonsteephills
B3:Junctions > Minimizepotentialconflicts
> Layout

Page72of143
> Visibility
B4:Non- > Adjacentland
MotorisedroadusersProvision > Pedestrians
> Cyclists
> Non-motorisedvehicles
B5:SignsandLighting > Lighting
> Signs/Markings
B6 : Construction > Buildability
andOperation > Operational
> NetworkManagement

1. TheauditteamshouldsatisfyitselfthatallissuesraisedatStage1havebeenresolved.Itemsmayrequire
furtherconsiderationwheresignificantdesignchangeshaveoccurred.
2. Ifaschemehasnotbeensubjecttoastage1audit,theitemslistedinChecklistsB1toB6shouldbeconside
redtogetherwiththeitemslistedbelow.
CONTENTS ITEMS
Aspectstobechecked A. AnydesignchangessinceStage1.
B. The detailed design from a road safety viewpoint, including
theroad safety implications of future maintenance (speed limits;
roadsignsandmarkings;visibility;maintenanceofstreetlightingand
centralreserves).
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- > Adjacentland
MotorisedroadusersProv > Pedestrians
ision > Cyclists

Page73of143
> Non-motorisedvehicles
C5:SignsandLighting > Advanceddirectionsigns
> Localtrafficsigns
> Variablemessagesigns
> Othertrafficsigns
> Lighting

C6:Constructionand >Buildability
Operation > Operational
> NetworkManagement

Page74of143
MANNINGSCHEDULE

Sr. KeyPersonnel Total


TimePeriod(
MM)
1 TeamLeadercumPrincipal HighwayEngineer 3
2 Principal BridgeEngineer 3
3 Senior Highway Engineer 6
4 SeniorBridgeEngineer 6
5 Junior Engineer 15
6 MaterialCumGeo-TechnicalEngineer 3
7 Highway Engineers 3
8 Retired Revenue Officer For Land Acquisition 3
9 Environment & Social Expert 3
10 Hydrologist 3
Total 48

1. Consultants have to provide a certificate that all the key personnel as envisaged in the
ContractAgreementhavebeenactuallydeployedintheprojects.Theyhavetofurnishthecertificateatt
he time of submission of their bills to The Executive Engineer), R & B DEPARTMENT
fromtimetotime.

Page75of143
Enclosure-II

QualificationandExperienceRequirementofKeyPersonnel

TeamLeadercumPrincipal HighwayEngineer
i) EducationalQualification

Essential GraduateinCivilEngineeringorequivalent
Desirable Masters Highway Traffic &
inT
ransportation
ii) EssentialExperience

a)TotalProfessionalExperience Min.20years
b)ExperienceinHighwayProjects Min.15yearsinPlanning,projectpreparation
anddesignofHighwayprojects
c) Experience in similar capacity
(EitherasTeamLeaderorinsenior HighwayEngineer in DPR comprising of
positioninteamorsimilarcapacity) highwaydesignforConsultancy projects
(4/6 lane NH/SH/Expressways)
involving design ofgeometrics etc. of
minimumaggregatelengthof200km.
iii) AgeLimit AsperClause3.2.4(v)ofLOI

Principal Bridge Engineer


i) EducationalQualification

Essential GraduateinCivilEngineeringorequivalent
Desirable MastersinStructuralEngineer

ii) EssentialExperience

a)TotalProfessionalExperience Min.20years
b)ExperienceinBridgeprojects Min.15yearsinPlanning,projectpreparation
anddesignofBridgeprojects
c) Experience in similar capacity
(EitherasTeamLeaderorinsenior Design Engineer in bridge design for
positioninteamorsimilarcapacity) Consultancy projects (4/6 lane
NH/SH/Expressways)involvingdesignof2
major bridgeshavingminimumlength200
mtr.excludingapproachesetc.
iii) AgeLimit AsperClause3.2.4(v)ofLOI

Page76of143
Senior HighwayEngineer
i) EducationalQualification

Essential GraduateinCivilEngineeringorequivalent
Desirable Masters in highway/engineering/
TransportationEngineering
ii) EssentialExperience
a)TotalProfessionalExperience Min.15years

b)ExperienceinHighwayprojects Min.10yearsin
highway/pavementdesigna
ndmaintenanceofhighways.
c)Experienceinsimilarcapacity Highway/Pavement design for major
highwayprojects(4/6laneNH/SH/Expressways)
ofminimumaggregatelengthof150km.

iii) AgeLimit AsperClause3.2.4(v)ofLOI

SeniorBridgeEngineer

i) EducationalQualification

Essential Graduate or equivalent in Civil Engineering

Desirable MastersinBridgeEngineering

ii) EssentialExperience
a)TotalProfessional Min.15years
b)ExperienceinHighwaypr Min.5yearsonsimilarprojectsinprojectpreparationand
ojects construction&thoroughunderstandingofmoderncomp
uterbasedmethodsofsurveying

c)Experienceinsimilarcapacit Survey Engineer for projects preparation of


y highwayproject (NH/SH/Expressways) involving 4/6-
laningofminimumaggregatelengthof150km.

iii) AgeLimit AsperClause3.2.4(v)ofLOI

Page77of143
Junior Engineer

i) EducationalQualification
Essential GraduateinCivilEngineering

Desirable Masters in Highway Engineering /


Bridge Engineering

ii) EssentialExperience
a)TotalProfessionalExperience Min.5years
b)ExperienceinHighwayprojects Min.3yearsonsimilarprojects.
c)Experienceinsimilarcapacity experience in Bridge design/Highway
Engineering with proficiency in CAD / CASAD
(computer aided structure designs).

iii) AgeLimit AsperClause3.2.4(v)ofLOI

MaterialCumGeo-TechnicalEngineer
i) EducationalQualification

Essential GraduateinCivilEngineeringorM.Sc.
Geology
Desirable MastersinFoundationEngineering/Soil
Mechanics/PhdinGeology/GeoTechEn
gineering
ii) EssentialExperience
a)TotalProfessionalExperience Min.15years
b)ExperienceinHighwayProjects Min.8yearsonsimilarprojectsindesign
and/orconstruction
c)Experienceinsimilarcapacity Material cum Geo-technical Engineer
onhighway projects (4/6
laneNH/SH/Expressways)ofminimumaggregat
elengthof150km.
iii) AgeLimit AsperClause3.2.4(v)ofLOI

Page78of143
Highway Engineers
i) EducationalQualification
Essential GraduateinCivilEngineeringorequivalent

Desirable Masters in highway/engineering/


TransportationEngineering
ii) EssentialExperience
a)TotalProfessionalExperience Min.7years
b)ExperienceinHighwayPr Min. 5 yearsin
ojects highway/pavementdesignandm
aintenanceofhighways.

c)Experienceinsimilarcapacity Highway/Pavement design for major


highwayprojects(4/6laneNH/SH/Expressways)of
minimumaggregatelengthof150km.

iii) AgeLimit AsperClause3.2.4(v)ofLOI

Retired Revenue Officer for Land Acquisition

i) EducationalQualification

Essential Retired Revenue Office


Desirable Work Experience in Land Acquisition During the
Service
ii) EssentialExperience
a)TotalProfessional Min.20years
b)ExperienceinLand Min. 10 years Work Experience in Land Acquisition
Acquisition During the Service of getting final approval of the
concern Department.

iii) AgeLimit AsperClause3.2.4 (V) ofLOI

Page79of143
Environment & Social Expert

i) EducationalQualification

Essential GraduateinEnvironmental Engineering

Desirable M.E. Environmental Engineering

ii) EssentialExperience
a)TotalProfessional Min.15years
Experience
b)ExperienceinHighwaypr Min.10yearsin
ojects economicandfinancialanalysisofhig
hway/bridgeprojects on Environment also having
knowledge of forest Clearance
iii) AgeLimit AsperClause3.2.4(v)ofLOI

Page80of143
ScheduleforSubmissionofReportsandDocuments
Stage Activity No.of TimePeriodindays
No. copies from date
ofcommenceme
nt
1 InceptionReport
(i) DraftInceptionreportincludingali 3 7
gnmentandGADoptions
3 10
(ii) Inception Report
includingalignmentandGAD
options
2A TrafficAnalysis&ProjectionReportPre 3
2B liminary Cost 3 130
2C EstimatesFinancialModelReports 3
3D LandAcquisition&ForestClearanceProposal 5

3 DetailedprojectreportandDrawings
(i) Draft DPR along 4 150
withTechnicalSchedul
es
4 (i) CommentsofClient
4 180

5 FinalProjectReport(WithContractModel)(6 6 250
Sets)
6 landpossessioncertificate&Utilityneedto 6 500
beshiftedwiththeirdrawings
7 ProcurementPhase
(i) Invitation of bid 730
andfinalizing ContractAgency
i.e.approvaloftender
(ii) Noticetoproceedtothe
Contractor

Page81of143
ProofofEligibility
Form-E1
LetterofProposal(OnApplicant‟sletterhead)
(DateandReference)T
o,
…………………………….
………………………………
…………………………………

Sub: AppointmentofConsultancy Services for Feasibility study and preparation of Detailed


Project Report, Land Acquisition, Forest Clearance and Utility Shifting for Development of
High-Speed Corridor Of Surat-Sachin Navsari Road Km 13/4 to 21/4 under Surat (R & B)
Division No.1 Surat Gujarat.
DearSir,

WithreferencetoyourRFPDocumentdated............….,I/wei.eM/s---------------------------------
(Name of Bidder) having examined all relevant documents and understood their
contents,hereby submit our Proposal for selection as consultant. The proposal is
unconditional andunqualified.
2. AllinformationprovidedintheProposalandintheAppendicesistrueandcorrectandallDocument
saccompanyingsuchProposalaretruecopiesoftheirrespectiveoriginals.
3. ThisstatementismadefortheexpresspurposeastheConsultantfortheaforesaidProject.
4. I/We shall make available to the Authority any
additionalinformationitmaydeemnecessaryorrequireforsupplementingorauthenticatingthePropo
sal.
5. I/Weacknowledgetherightoftheauthoritytorejectourapplicationwithoutassigningany
reason or otherwise and hereby waive our right to challenge the same on any
accountwhatsoever.
6. I/We certify that in the last three years, we or any of our Associates have neither failed
toperform on any contract, as evidenced by imposition of a penalty by an arbitral or
judicialauthority or a judicial pronouncement or arbitration award against the Applicant, nor
beenexpelled from any project or contract by any public authority nor have had any
contractterminatedbyanypublicauthorityforbreachonourpart.
7. I/WeunderstandthatyoumaycanceltheSelectionProcessatanytimeandthatyouareneitherbound
to accept any Proposal that you may receive nor to select the Consultant,
withoutincurringanyliabilitytotheApplicantsinaccordancewithClause1.7oftheRFPdocument.
8. I/We declare that we/any member of the consortium, are/is not a Member of any
otherConsortiumapplyingforSelectionasaConsultant.
9. I/Wecertifythatinregardtomattersotherthatsecurityandintegrityofthecountry,weoranyof our
Associates have not been convicted by a Court of Law or indicted or adverse orderspassed
by a regulatory authority which would cast a doubt on our ability to undertake
theConsultancy for the Project or which relates to a grave offence that outrages the moral
senseofthecommunity.
10. I/We further certify that in regard to matters relating to security and integrity of the
country,wehavenotbeencharge-
sheetedbyanyagencyoftheGovernmentorconvictedbyaCourtofLawforanyoffencecommittedb
yusorbyanyofourAssociates.
Page82of143
11. I/Wefurthercertifythatnoinvestigationbyaregulatoryauthorityispendingeitheragainstus

Page83of143
oragainstourAssociatesoragainstourCEOoranyofourDirectors/Managers/employees.
12. I/Weherebyirrevocablywaiveanyrightorremedywhichwemayhaveat
anystageatlaworhowsoever otherwise arising to challenge or question any decision taken by
the Authority[and/ or the Government of India] in connection with the selection of
Consultant or
inconnectionwiththeSelectionProcessitselfinrespectoftheabovementionedProject.
13. I/WeagreeandunderstandthattheproposalissubjecttotheprovisionsoftheRFPdocument.Innocas
e,shallI/wehaveanyclaimorrightofwhatsoevernatureiftheConsultancyfortheProjectisnotaward
edtome/usorourproposalisnotopenedorrejected.
14. I/We agree to keep this valid for 120 (One hundred and twenty) days from the Proposal
DueDatespecifiedintheRFP.
15. APowerofAttorneyinfavoroftheauthorizedsignatorytosignandsubmitthisProposalanddocumen
tsisattachedherewith.
16. In the event of my/our firm/consortium being selected as the Consultant, I/we agree to
enterinto any Agreement in accordance with the form Appendix V of the RFP. We agree not
toseekanychangesintheaforesaidformandagreetoabidebythesame.
17. I/We have studied RFP and all other documents carefully and also surveyed the Project
site.WeunderstandthatexcepttotheextentasexpresslysetforthintheAgreement,weshallhaveno
claim, right or title arising out of and documents or information provided to us by
theAuthority or in respect of any matter arising out of or concerning or relating to the
SelectionProcessincludingthe awardofConsultancy.
18. TheProofofEligibilityandTechnicalproposalarebeingsubmittedinseparatecoversinhardcopy
and they are being submitted online also. Financial Proposal is being submitted onlineonly.
This Proof of Eligibility read with Technical Proposal and Financial Proposal
shallconstitutetheApplicationwhichshallbebindingonus.
19. I/We agree and undertake to abide by all the terms and conditions of the RFP Document.
Inwitnessthereof,I/wesubmitthisProposalunderandinaccordancewiththetermsoftheRFPDocu
ment.

Yoursfaithfully,
(Signature,nameanddesignationoftheauthorizedsignatory)(NameandsealoftheApplicant/LeadMem
ber)

Page84of143
Appendix-
IIForm-
E2/T3
FIRM‟SREFERENCES
RelevantServicesCarriedoutintheLastSevenYears(2009-
10onwards)WhichBestIllustrateQualifications

Thefollowinginformationshouldbeprovidedintheformatbelowforeachreferenceassignment for
which your firm, either individually as a corporate entity or as one of the
majorcompanieswithinaconsortium,waslegallycontractedbytheclient:

AssignmentName: Country:
LocationwithinCountry: ProfessionalStaffProvidedbyyourfirm:

NameofClient: No.ofStaff:
Address: No.ofStaffMonths:
StartDate(Month/Y CompletionDate(Month/Y Approx.Valueof
ear) ear) Services:(inINR/currentUSD):
NameofJV/AssociationFirm(s)ifany: No.ofMonthsofProfessionalStaffprovidedby
AssociatedFirm(s)
StatusofyourCompanyintheAssignmenti.e.,Sole/LeadMember/OtherMember/Associate
NarrativeDescriptionofProject:
DescriptionofActualServicesProvidedbyyourCompany:

SignatureofAuthorizedRepresentative

(CertificatefromEmployerregardingexperienceshouldbefurnished)

Page85of143
APPENDIX-II
Form-E3
FinancialCapacityoftheApplicant
NameofApplicant:

S.No. FinancialYear AnnualRevenue(Rs/US$in


million)
1 2022 - 23
2 2021-22
3 2020-21
4 2019-20
5 2018-19
CertificatefromtheStatutoryAuditor*

Thisistocertifythat ------------------ (nameoftheApplicant)hasreceivedthe


paymentsshownaboveagainsttherespectiveyearsonaccountofConsultancyServices.

NameoftheauditfirmSealoftheaud

itfirmDate

(Signature,nameanddesignationoftheauthorizedsignatory)

$IncaseheApplicantdoesnothaveastatutoryauditor,itshallprovidethecertificatefromitscharteredaccountan
tthatordinarilyauditstheannualaccountoftheApplicant.

Note:

PleasedonotattachanyprintedAnnualFinancialStatement.

Page86of143
(Form-T1)
Appendix-III
TECHNICALPROPOSAL

FROM: TO:

Sir:

SubjectConsultancyServicefor……………………………………………………………………
…………………………………………………………………………………………………………
.

RegardingTechnicalProposal

I/We (name
ofBidder)Consultant/ConsultancyfirmherewithencloseTechnicalProposalforselectionof my/ourfi
rm/organizationasConsultantfor .

Yoursfaithfully,
SignatureFull
NameDesignationAddress

(AuthorizedRepresentative)

Page87of143
(Form-T-2)

DetailsofprojectsforwhichTechnicalandFinancialProposalshavebeensubmitted

Sr.No. NameofProject Consultancydetails NamesofProposedKey


Personnel

1
2
3
4

FIRM‟SREFERENCES
RelevantServicesCarriedoutintheLastSevenYears

WhichBestIllustrateQualifications

Thefollowinginformationshouldbeprovidedintheformatbelowforeachreferenceassignment for
which your firm, either individually as a corporate entity oars one of the
majorcompanieswithinaconsortium,waslegallycontractedbytheclient:

AssignmentName: Country:
LocationwithinCountry: ProfessionalStaffProvidedbyyourfirm:

NameofClient: No.ofStaff:
Address: No.ofStaffMonths:
StartDate(Month/Y CompletionDate(Month/Y Approx.Valueof
ear) ear) Services:(inINR/currentUSD):

NameofJV/AssociationFirm(s)ifany: No.ofMonthsofProfessionalStaffprovidedby
AssociatedFirm(s)
StatusofyourCompanyintheAssignmenti.e.,Sole/LeadMember/OtherMember/Associate
NarrativeDescriptionofProject:
DescriptionofActualServicesProvidedbyyourCompany:

SignatureofAuthorisedRepresentative

(CertificatefromEmployerregardingexperienceshouldbefurnished)

Page88of143
Form–T4

SITEAPPRECIATION

Shall give details of site as per actual site visit and data provided in RFP and collected
fromsite supported by photographs to demonstrate that responsible personnel of the
Consultanthaveactuallyvisitedthesiteandfamiliarizedwiththesalientdetails/complexitiesandsc
opeofservices.

Page89of143
Form –
T5COMMENTS/SUGGESTIONSOFCONSULTANTONTHETERMSOFREFERENCE1.
2.
3.
4.
5.
……
…. Form-T6

CompositionoftheTeamPersonnelandthetaskWhichwou
ldbeassignedtoeachTeamMember

I.Technical/ManagerialStaff
S.No. Name Position TaskAssignment

1.
2.

3.

4.

II.SupportStaff
S.No.Name Position TaskAssignment
1.

2.

3.

4.

Page90of143
Form–T7

APPROACHPAPERONMETHODOLOGYPROPOSEDFORPERFORMINGTHEASSIGNMENT

Theapproachandmethodologywillbedetailedpreciselyunderthefollowingtopics.
1) Compositionoftheteam[notmorethan1page]
2) Methodologyforservices,surveying,datacollection[notmorethan2pages]andanalysis
3) QualityAssurancesystemforconsultancyassignment[notmorethan1page]

Page91of143
Form-T8

DetailsofMaterialTestingFacility

1. StatewhethertheApplicanthasin-
houseMaterialTestingFacilityAvailable/Outsourced/NotAvailable

2. Incaseanswerto1isAvailable,attachalistofLabequipmentandfacilityfortestingofmaterial
sandlocationoflaboratory

3. Incaselaboratoryislocatedatadistanceofmorethan400kmfromtheprojectsite,statearrangemen
tsmade/proposedtobemadefortestingofmaterials

In case answer to 1
isOutsourced/Not
Availablestate
arrangementmade/propos
edtobemadefortestingofma
terials

Page92of143
Form–T9

FacilityforFieldinvestigationandTesting

1. StatewhethertheApplicanthasin-houseFacilityfor

a) Geo-technicalinvestigationAvailable/Outsourced/NotAvailable
b) PavementinvestigationAvailable/Outsourced/NotAvailable

2. Incaseanswerto1isAvailablealistoffieldinvestigationandtestingequipmentavailablein-
house

3. Incaseanswerto1isOutsourced/NotAvailablearrangementsmade/proposedtobemadefor
each of above Field investigation and testing

Page93of143
REFERENCES

RelevantServicesCarriedWhichBestIllustrateQualifications

Thefollowinginformationshouldbeprovidedintheformatbelowforeachreferenceassignmentforw
hichyourfirm,eitherindividuallyas
acorporateentityorasoneofthemajorcompanieswithinaconsortium,waslegallycontractedbythecli
ent:

AssignmentName: Country:
LocationwithinCountry: ProfessionalStaffProvidedbyyourfirm:

NameofClient: No.ofStaff:
Address: No.ofStaffMonths:
TechnologyUsed:
StartDate(Month/Y CompletionDate(Month/Y Approx.Valueof
ear) ear) Services:(inINR/currentUSD):

NameofJV/AssociationFirm(s)ifany: No.ofMonthsofProfessionalStaffprovidedby
AssociatedFirm(s)
StatusofyourCompanyintheAssignmenti.e.,Sole/LeadMember/OtherMember/Associate
NarrativeDescriptionofProject:
DescriptionofActualServicesProvidedbyyourCompany:

SignatureofAuthorisedRepresentative

(CertificatefromEmployerregardingexperienceshouldbefurnished)

Page94of143
Form–T10
OfficeEquipmentandsoftware
AttachalistofofficeequipmentandsoftwareownedbytheApplicant

Page95of143
Form-T11
FormatofCurriculumVitae(CV)ForProposedKeyStaff Photo

1. ProposedPosition:

2. NameofStaff:

32. DateofBirth(Pleasefurnishproofofage)

4. Nationality:
5. EducationalQualification:

(Summarizecollege/universityandotherspecializededucationofstaffmember,givingnames of
schools, dates attended and degrees obtained). (Please furnish proof of
qualification)ContactAddresswithPhoneandmobilenumbers:
6. MembershipofProfessionalSocieties:Publication:
7. (Listofdetailsofmajortechnicalreports/paperspublishedinrecognizednationalandinternationaljourn
als)
EmploymentRecord:
8.
(Starting with present position, list in reversed order, every employment held. List all
positionsheld by staff member since graduation, giving dates, names of employing organization,
title ofpositions held and location of assignments. For experience period of specific assignment
must beclearlymentioned,alsogiveclientreferences,whereappropriate).
9. SummaryoftheCV
(Furnish a summary of the above CV. The information in the summary shall
beprecise and accurate. The information in the summary will have bearing on
theevaluationoftheCV).
A) Education:
i) Fieldofgraduationandyear
ii) Fieldofpost-graduationandyear
iii) Anyotherspecificqualification
B) Experience
i) Totalexperienceinhighways: Yrs.
ii) Responsibilitiesheld:a) Yrs.
b ) Yrs.
c )Yrs.
iii) Relevantexperience: Yrs.
C) PermanentEmploymentwiththefirm:Ifye Yrs.
s,howmanyyears:

Page96of143
Ifno,whatistheemployment:A
rrangementwiththefirm?
Certification:

1 I am willing to work on the project and I will be available for entire duration
ofthe project assignment and I will not engage myself in any other
assignmentduringthecurrencyofthisassignmentontheproject
2 I,theundersigned,certifythattothebestofmyknowledgeandbelief,thisbiodatacorrect
lydescribesmyselfmyqualificationandmyexperience.

SignatureoftheCandidate

Place
Date

SignatureoftheAuthorizedRepresentativeofthefirm
Place
Date
Note: Each page of the CV shall be signed in ink by both the staff member and
theAuthorizedrepresentativeofthefirm.Photocopieswillnotbeconsideredforevaluation.

UNDERTAKINGFROMTHEPROFESSIONAL

I, ............................ (Name and Address) have not left any assignment with
theconsultantsengaged by R & B DEPARTMENT / contracting firm (firm to be supervised
now) for anycontinuing works without completing my assignment. I will be available for
theentiredurationofthecurrentproject(named).IfIleavethisassignmentinthemiddleofthe
completionofthework,I maybedebarredfor anappropriateperiod tobedecided byR & B
DEPARTMENT .I have alsono objection, if my services are extended by R &
BDEPARTMENTforthisworkinfuture.

UNDERTAKINGFROMCONSULTINGFIRM

Theundersignedonbehalfof
(nameofconsultingfirm)certifythatShri(nameofthepro
posedpersonnelandaddress)tothebestofourknowledgehasnotlefthisassignmentwithanyotherc
onsulting firmengaged
byR&BDEPARTMENT/contractingfirm(firmtobesupervisednow)fortheongoingprojects.W
eunderstandthatiftheinformationaboutleavingthepastassignmentwithR&BDEPARTMENTw
ithoutcompletinghisassignmentis known to R & B DEPARTMENTwould be at liberty to
remove the personnel from thepresent assignment and debarred him for an appropriate
period to be decided by R & BDEPARTMENT .

Page97of143
(Form-I)
FINANCIALPROPOSALS

FROM: TO:
…………………………………. ………………………………….
……………………………………. ……………………………………
………………………….. ……………………………………..

Sir,

Subject: Consultant‟s service for


………………………………………………………….

RegardingPriceProposal

I/We............................................................... Consultant/consultancyfirmherewithenclose

*Price proposal for selection of my/our firm/ organization as Consultant for


……………………….

Yoursfaithfully,

Signature

FullName

Designation

Address

(AuthorizedRepresentative)

*TheFinancialproposalistobefilledstrictlyasperformatgiveninRFP

Page98of143
Annexure-IV
FormatofFinancialProposal
SummaryofCostinLocalCurrency

FIN-2SUMMARYOFCOST

Amount
Item (inRs.)(includingG
Description
No. ST)

1 3 4
1 Consultancy Services for Feasibility study and preparation of Detailed
Project Report, Land Acquisition, Forest Clearance and Utility
Shifting for Development of High-Speed Corridor Of Surat-Sachin
Navsari Road Km 13/4 to 21/4 under Surat (R & B) Division No.1
Surat Gujarat

Topographical survey using latest equipment’s & trends showing all important
features within highway boundary and on either side of the highway
boundary for approaches/carriageway and 7 day traffic survey classified
direction, spot speed & delay survey for the site of SIX LANNING Road with
survey drawings in 3 copies and one soft copy. Preparation of GAD and block
estimates for the SIX LANNING of Road above said chainage of (1)Surat-
Sachin-Surat Road Km 13/4 to 21/4 (SH-06) road as per MORTH and
prevailing norms of national highways with soil investigation works, soil
reports, traffic survey, topographic survey preparation and approval of the
GAD/MOU from R&B Authority including making corrections/modifications
suggested by concerned authority. Making all correspondence with concerned
authority for the approval of GAD including submission of all required
documents to the concerned authority and additional three copies with soft
copy to Road & Bldg Division No.1, Surat. Including all structural design &
drawing as per MORTH & IS & also proof checking of design & drawing from
the design (R&B) circle, Gandhinagar and getting Administrative Approval. As
well as preparation of proposal of land acquisition, proposal of utility shifting ,
proposal of forest clearance & proposal for seeking permission of concerned
dept. and getting approval of concern Dept. to execute the SIX LANNING of
Road including corresponded with concerned dept. & will get approval. Also
prepared plans & methods for construction and traffic management during
construction & after construction. Also prepare planning and design of
general arrangement for drainage of rain water during monsoon.

Page99of143
Preparation of detailed cost ESTIMATES (With Drawing) and DTP for
this work on the basis of Surat district SOR of R&B Dept. and draft
tender papers (DTP) including detailed specification of the SIX LANNING
of Road in above said chainage of road, as per prevailing norms of R&B
Dept. with all required documents, including making
corrections/modifications suggested by Executive Engineer, R&B Dept,
Surat and getting technical approval of Estimates and DTP. Above item
must be quote including all transportation, survey equipment’s, all
necessary equipment’s, lodging, boarding, labour, technical staff etc
complete. Also including all taxes (including GST).

Inwords:..............................................................................................................................................................

(IncludingGST&allotherapplicabletaxes)

1. Insurancesshallnotbeallowedseparately.Thesewillbeincidentaltomainitems.

2. Rate quoted should be including GST & all other applicable taxes and no reimbursement will be made by R & B
Department.

SignatureofTenderer

Page100of143
LumpSum (Form-V)

Deleted

Page101of143
DETAILEDEVALUATIONCRITERIA

1. FirstStageEvaluation-ProofofEligibility(Para 12.1 ofDataSheet)


1.1 Eligibilitycriteriaforsoleapplicantfirm.
The sole applicant firm shall satisfy the following 3 (Three) Nos.
ofcriteria.
(a) &(b)FirmshouldhaveexperienceofpreparationofDetailedProjectReport/Detailed
Engineering Design of 4/6 Lane of SH/NH projects of aggregatelength of 100 km.
The firm should have also prepared DPR/Detailed EngineeringDesign of 4L/6L
Bridge/flyover (SH/NH/Express Way) having length more than
200masindicatedbelowinthelast7years(i.e.from2015-16onwards)

(c) AnnualAverageTurnOverforthelast5years{lastfiveyearsshallbecountedfrom2017-18
to 2021-22} of the firm from Consultancy services should be equal to more thanINR5.0
(five)Crores.

1.2 EligibilitycriteriaforLeadPartner/OtherPartnerincaseofJV-Deleted.

c) MinimumAnnualAverageTurnOverforthelast5years{lastfiveyearsshallbecountedfrom2018-
19to2022-23}of afirmshouldbeasgivenbelow:

No. Statusofthefirmincarrying Weightageforexperience


outDPR/FeasibilityStudy
1 Solefirm 100%

Note:(i)WeightagewillbegivenasperactualweightagethefirmwhohaveworkedinJV.
i.e.ifafirmhavingstakeof40%inpastexperiencehisturnoverworthRs.40%shallbeconsidered.
(ii)TheexperienceofafirminpreparationofDPRforaprivateConcessionaire/contractorshallnotbe
considered

2. SecondStageEvaluation-TechnicalEvaluation(Para12.2ofDataSheet)

2.1 Firm‟sRelevantExperienceinlast7years

Forstandardhighways,thefollowingisthebreak-up:

Maximum Sub
S.No. Description
Points Points
1 SpecificexperienceoftheDPRconsultancyrelatedtothe 12.0
assignmentforeligibility
1.1 AggregateLengthofDPR/DetailedEngineeringDesignof4/6 6.0
laneprojects(ProjectLength100Km).
1.1.1 MorethantheindicativeLengthoftheproject 5.0
1.1.2 Morethan2timestheindicativelengthoftheproject 5.5

Page102of143
1.1.3 Morethan3timestheindicativelengthoftheproject 6.0
1.2 DPR for 4/6 laning projects each equal to or more than 40 % 6.0
ofindicativelengthofapackageappliedfor(orFeasibilityStudyfor4/
6laningprojectseachequaltoormorethan60%ofindicativelengthofa
packageappliedfor)

1.2.1 1Project 5.0


1.2.2 2Projects 5.5
1.2.3 3Projects 6.0
2. DPR/DetailedEngineeringDesignof4L/6LBridges/flyover 6
havingbridgelengthmorethan200m(SH/NH/ExpressWay)

2.1 1bridges 4
2.2 2bridges 4.5
2.3 3bridges 5
2.4 4Bridges 5.5
2.5 5Bridgesormore 6
Specificexperienceoffirmsintermsofturnover 5
3
3.1 Firm‟sAverageTurnoveroflast5years>=1.5crore 5

S.No. Maximum Sub


Description
Points Points

3.2 FirmAverageTurnoveroflast5years>=50Lacsbut<1.5crore 4
3.3 FirmAverageTurnoveroflast5years<50Lacs 0

4 HighwayProfessionals*workingwiththefirm 2
<10nos.
4.1 0
10-20nos.
4.2 1
> 20nos.
4.2 2
Total 25
*TheprofessionalswhopossessdegreeinCivilEngineering/TransportPlanning/TransportEconomics/Traffic
Management/Geology/EnvironmentScienceorEngineeringand5years.Experienceinhighway/bridge/tunnelwithemploymentinthefir
mformorethanoneyear.

Note:IncasebridgeisincludedaspartofDPRofhighwaytheexperiencewillbe(1)and(2)
No. StatusofthefirmincarryingoutD Weightageforexperience
PR/FeasibilityStudy
1. Solefirm 100%
2. LeadpartnerinaJV 75%
3. OtherpartnerinaJV 50%
4. AsAssociate 25%

Note:(i)WeightagetobegivenwhenexperiencebyaFirmasSoleFirm/LeadPartnerinaJV/OtherP
artnerinaJV/AsAssociate.
Page103of143
(ii)TheexperienceofafirminpreparationofDPRforaprivateConcessionaire/Contractorshallnotb
econsidered.

2.2 AdequacyoftheproposedworkplanandmethodologyinrespondingtotheTOR

S.No. Description Points


1 Siteappreciation 2
2 CommentsonTOR 2
3 Teamcompositionandtaskassignment 1
4 Methodology 2
5 AttendanceofPreBidMeeting 3
6 Regional/HeadOfficeInGujarat State 5
Total 15

Ratinggivenbelowshallbeapplicableonallabove

BelowAverage(50%)Average(75%)Good(90%)Excellent
(100%)

2.3 QualificationandCompetenceoftheKeyStaffforadequacyoftheAssignment.(Para12.2ofDataSheeta
ndEnclosureIIofTOR)

2.3.1
Sr. Description Max.Points
No. TeamLeadercumPrincipal HighwayEngineer
I GeneralQualification 25
i) DegreeinCivilEngineeringorequivalent 20
ii) MastersinHighway/Traffic&TransportationEngineering 5

II RelevantExperience&AdequacyfortheProject 65
a) TotalProfessionalExperience 15
<20years 0
20-25years 11
>25-28years 13
>28years 15
(b) ExperienceinHighwayProjects- 25
ExperienceinPlanning,projectpreparation and design
of Bridge Projects(4/6laning
ofþNH/SH/Expressways)
<15years 0
15-20years 17
>20-25years 21
>25years 25
c) ExperienceinSimilarCapacity 25

Page104of143
(i) InFeasibilityof4/6laningworksorDPR/IC/ConstructionSupervisionofHi 15
ghwayProjectsi.e. 4/6laning
ofNH/SH/ExpresswaysinSimilarCapacity(
MinimumAggregatelength)

Page105of143
<20km 0
30km-20km 11
>50 km-30km 13
>50km 15
(ii) InFeasibilityof4/6laningworksorDPR/IC/ConstructionSupervisionof 10
HighwayProjects i.e. 4/6laning of NH/SH/Expressways
inSimilarCapacity- NumberofProjects
2projects 6
3-5projects 8
Morethan5projects 10
III EmploymentwithFirm 10
Lessthan1Year 0
1-2years 5
morethan2years 10
Total 100

Sr. Description Max.Points


No. Principal BridgeEngineer
I GeneralQualification 25
i) DegreeinCivilEngineeringorequivalent 20
ii) MastersinStructuralEngineer 5

II RelevantExperience&AdequacyfortheProject 65
a) TotalProfessionalExperience 15
<20years 0
20-25years 11
>25-28years 13
>28years 15
(b) Experiencein Bridge Projects - Experience in Planning, project 25
preparation and design of Bridge Projects (4/6laning
ofNH/SH/Expressways)
<15years 0
15-20years 17
>20-25years 21
>25years 25
c) ExperienceinSimilarCapacity 25
(i) In Feasibility of 4/6laning works or DPR/IC/Construction 15
SupervisionofmajorBridges/flyover/gradeseparatorsi.e.4/6laningofNH/
SH/ExpresswaysinSimilarCapacity(MinimumAggregatelength

<200m 0
200m-300m 11
> 300m-400m 13
> 400m 15

Page106of143
(ii) InFeasibilityof4/6laningworksorDPR/IC/Construction 10
Supervisionof major Bridges/flyover/grade separators
i.e.4/6laning of
2projects 6
3-5projects 8
Morethan5projects 10
III EmploymentwithFirm 10
Lessthan1Year 0
1-2years 5
>2years 10

Sr. Description Max.Points


No. Senior HighwayEngineer
I GeneralQualification 25
i) DegreeinCivilEngineeringorequivalent 20
ii) MastersinHighway/Engineering/ 5
TransportationEngineering
II RelevantExperience&AdequacyfortheProject 65
a) TotalProfessionalExperience 15
<15years 0
15-20years 11
>20-25years 13
>25years 15
(b) ExperienceinHighwayProjects-ExperienceinhighwayDesign/Pavement 25

<10years 0
10-15years 17
>15-20years 21
>20years 25
c) ExperienceinSimilarCapacity 25
(i) In Highway Design/ Pavement Design of Highway Projects (4/6Laning 15
ofNH/SH/Expressways) NH/SH/Expressways) in Similar Capacity.
(Minimumaggregatelength50km)
<20km 0
30km-20km 11
>50 km-30km 13
>50km 15
(ii) InHighwayDesign/ Pavement Design of Highway Projects 10
(4/6laningofNH/SH/Expressways)inSimilarCapacity-NumberofProjects
2projects 6
3-5projects 8
Morethan5projects 10
III EmploymentwithFirm 10

Lessthan1Year 0

Page107of143
1-2years 5
morethan2years 10
Total 100

S.No. Description Max.Points


Senior Bridge
Engineer
I GeneralQualification 25
i) DegreeorequivalentinCivilEngineering 20

ii) Mastersin Bridge Engineering 5

II RelevantExperience&Adequacyforthe 65
a) TotalProfessionalExperience 15
<15years 0
15-20years 11
>20-25years 13
>25years 15
b) ExperienceinHighwayProjects 25
i) ExperienceinSimilarProjects(4/6laningofNH/SH/Expressways) 20
inprojectpreparation/Construction/ConstructionSupervision
<5years 0
5-7years 12
>7-10years 16
>10years 20
ii) KnowledgeandunderstandingofModernComputerbasedmethodofSu 5
rveying
Yes 5
No 0
c) Experience as Senior Bridge Engineer Engineer or in Similar Capacity 25
for
projectpreparationofhighwayproject(4/6laningofNH/SH/Expressways)
(MinimumAggregateLengthofto50km)
<20km 0
30km-20km 19
>50 km-30km 22
>50km 25
III EmploymentwithFirm 10

Lessthan1Year 0
1-2years 5
morethan2years 10
Total 100

Page108of143
S.No. DescriptionJunior Max.Points
Engineer

I GeneralQualification 25
i) DegreeinCivilEngineering 20
ii) MastersinHighway Engineering/Bridge Engineering 5

II RelevantExperience&AdequacyfortheProject 65

a) TotalProfessionalExperience 15
<2years 0
2-3years 11
>3-5years 13
>5 years 15
b) ExperienceinHighwayProjects-ExperienceonSimilar 20
Projects(4/6laningofNH/SH/Expressways)
<1years 0
1-2years 12
>2-3years 16
>3 years 20
c) Experience 25
asinSimilarCapacityinHighwayProjects(4/6laningofNH/SH/Express
ways)(Minimumaggregatelength150
km)
<20km 0
30km-20km 17
>50 km-30km 21
>50km 25
d) Trainingin CRRIpertaining to Road 5
Safety(Minimum7Days)
NotHavingtraining 0 0
HavingTraining 5 5
III EmploymentwithFirm 10

Lessthan1Year 0
1-2years 5
morethan2years 10
Total 100

Page109of143
S.No. Description Max.Points
MaterialCumGeoTechnicalEngineer
I GeneralQualification 25
i) DegreeinCivilEngineering/M.Sc.inGeology 20
ii)MastersinFoundationEngineering/SoilMechanics/PhdinGeology/GeoTechEnginee 5
ring
II RelevantExperience&Adequacyforthe 65
Project
a) TotalProfessionalExperience 15
<15years 0
15-20years 11
>20-25years 13
>25years 15
b) ExperienceinHighwayProjects- 25
InSimilarProjects(4/6laningofNH/SH/Expressways) in
design and or Construction/ Construction
Supervision
<8years 0
8-10years 17
>10-12years 21
>12years 25
c) ExperienceasMaterialcumGeo- 25
technicalEngineerorinSimilarcapacityonHighwayProjects(4/6laningofNH/SH
/Expressways)(Minimumaggregate
length50km)
<20km 0
30km-20km 19
>50 km-30km 22
>50km 25
III EmploymentwithFirm 10

Lessthan1Year 0
1-2years 5
morethan2years 10
Total 100

Page99of143
S.No. DescriptionHighwa Max.Points
y Engineers
I GeneralQualification 25
i) GraduationorequivalentinCivilEngineering 20

ii) Masters in Highway Engineering / Transportation Engineering 5


II RelevantExperience&Adequacyforthe 65
a) TotalProfessionalExperience 15
<3years 0
3-5years 11
>5-7years 13
>7years 15
b) Experience in Highway Projects- Experience in preparation of Bill of 25
Quantities,Contractdocumentsanddocumentationformajorhighwayproject
s(4/6laningofNH/SH/Expressways)
<2years 0
2-3years 17
>3-5years 21
>5years 25
c) ExperienceasQuantitySurveyororinSimilarCapacityinHighwayProje 25
cts(4/6laningofNH/SH/Expressways)(Minimum
Aggregate lengthof150km)
<20km 0
30km-20km 19
>50 km-30km 22
>50km 25
III EmploymentwithFirm 10

Lessthan1Year 0
1-2years 5
morethan2years 10
Total 100

Page100of143
S.No. Description Max.Points
Retired Revenue Officer for Land
Acquisition
I GeneralQualification 35
i) Retires Revenue Officer 25

ii) Work Experience in Land Acquisition 10


During the Service

II RelevantExperience&AdequacyforthePro 55
ject
a) TotalProfessionalExperience 25
<10years 0
10-15years 16
>15-20years 19
>20years 25
b) ExperienceinHighwayProjects 30
i) ExperienceinSimilarProjects(4/6laningofNH/SH/Expressways)inDP 25
R/Construction/ConstructionSupervision
<5years 0
5-7years 16
>7-10years 19
>10years 25
ii) Knowledge in Project Documentation & Contractual 5
issuesinTransportation/HighwaysProjects
Yes 10
No 0
III EmploymentwithFirm 10

Lessthan1Year 0
1-2years 5
morethan2years 10
Total 100

Page101of143
S.No. Description Max.Points
Environment & Social Expert
I GeneralQualification 35
i) Graduate in Environmental Engineering 20
ii) M.E. Environmental Engineering 05

II RelevantExperience&AdequacyfortheProject 55

a) TotalProfessionalExperience 15
<10years 0
10-13years 16
>13-15years 19
>15years 25
b) ExperienceinHighwayProjects 30
i) ExperienceinSimilarProjects(4/6laningofNH/SH/Expressways)in 20
DPR/Construction/ConstructionSupervision
<5years 0
5-7years 16
>7-10years 19
>10years 25
ii) Knowledge in Project Financing and Advisory in 5
Transportation/HighwaysProjects
Yes 10
No 0
III EmploymentwithFirm 10

Lessthan1Year 0
1-2years 5
morethan2years 10
Total 100

Page102of143
Appendix-VI

DRAFTCONTRACTAGREEMENT

Between

ExecutiveEngineer,SuratRoadandBuildingDivision
No.1,Surat

And

M/s……………………………………………………………….

For

ConsultancyServicesforDetailedProjectReportfor

Page103of143
CONTENTS

I CONTRACTFORCONSULTANT‟SSERVICES
II GENERALCONDITIONSOFCONTRACT

1. GeneralProvisions
1.1 Definitions
1.2 RelationbetweentheParties
1.3 LawGoverningtheContract
1.4 Language
1.5 Headings
1.6 Notices
1.7 Location
1.8 AuthorityofMemberin
1.9 AuthorizedRepresentatives
1.10 TaxesandDuties

2. Commencement,Completion,ModificationandTerminationofContract
2.1 EffectivenessofContract
2.2 TerminationofContractforFailuretoBecomeEffective
2.3 CommencementofServices
2.4 ExpirationofContract
2.5 EntireAgreement
2.6 Modification
2.7 ForceMajeure
2.7.1 Definition
2.7.2 NoBreachofContract
2.7.3 MeasurestobeTaken
2.7.4 ExtensionofTime
2.7.5 Payments
2.7.6 Consultation
2.8 Suspension
2.9 Termination
2.9.1 BytheClient
2.9.2 BytheConsultants
2.9.3 CessationofRightsandObligations
2.9.4 CessationofServices
2.9.5 PaymentuponTermination
2.9.6 DisputesaboutEventsofTermination

3. ObligationsoftheConsultants
3.1 General
3.1.1 StandardofPerformance
3.1.2 LawGoverningServices3.2ConflictofInterests
3.2.1 ConsultantsnottoBenefitfromCommissions,discountsetc.

Page105of143
3.2.2 ConsultantsandAffiliatesnottobeotherwiseinter
estedinProject
3.2.3 ProhibitionofConflictingActivities
3.3 Confidentiality
3.4 LiabilityoftheConsultants
3.5 InsurancetobetakenoutbytheConsultants
3.6 Accounting,InspectionandAuditing
3.7 Consultants‟ActionsrequiringClient‟spriorApproval
3.8 ReportingObligations
3.9 DocumentspreparedbytheConsultantstobetheofthe
Client
3.10 EquipmentandMaterialsfurnishedbytheClient

4. Consultants„Personnel
4.1 General
4.2 DescriptionofPersonnel
4.3 ApprovalofPersonnel
4.4 WorkingHours,Overtime,Leaveetc.
4.5 Removaland/orReplacementof
4.6 ResidentProjectManager

5. ObligationsoftheClient
5.1 AssistanceandExemptions
5.2 AccesstoLand
5.3 ChangeintheApplicableLaw
5.4 Services,FacilitiesandPropertyoftheClient
5.5 Payment

6. PaymenttotheConsultants
6.1 CostEstimates;CeilingAmount
6.2 CurrencyofPayment
6.3 ModeofBillingandPayment

7. Responsibilityforaccuracyoftheprojectdocument
7.1 General
7.2 Retentionmoney
7.3 Penalty
7.4 Actionfordeficiencyinservices

8. FairnessandGoodFaith
8.1 GoodFaith
8.2 OperationoftheContract

9. SETTLEMENTOFDISPUTES
9.1 AmicableSettlement

Page106of143
9.2 DisputeSettlement

III. SPECIALCONDITIONSOFCONTRACT

IV. APPENDICES

AppendixA:Termsofreferencecontaining,inter-alia,the
DescriptionoftheServicesandReportingRequirements

AppendixB:Consultants‟Subconsultants,KeyPersonnelandSubProfessionalPersonnel,Ta
skassignment,workprogramme,manningschedule,qualificationrequiremen
tsofkeypersonnel,scheduleforsubmissionofvariousreport.
AppendixC:HoursofworkforConsultants‟PersonnelAppendixD:D
utiesof theClient
AppendixE:CostEstimate
AppendixF: MinutesofFinancial/ContractNegotiationswiththeConsultantAppendixG
:Copyofletterofinvitation
AppendixH:Copyofletterofacceptance
AppendixI:FormatforBankGuaranteeforPerformanceSecurity(forindividualwork)BankGuara
nteeforPerformanceSecurity

Page107of143
Appendix J:Reply to Quarries of the BidderDRAFTCONTRACTFOR
CONSULTANT‟SSERVICES

ConsultancyServicesforfeasibilitystudyandpreparationofDetailedProjectReportforimprove
mentof In the state
ofGujarat.

ThisCONTRACT(hereinaftercalledthe“Contract”)ismadeonthe ------------ dayofthe


monthof----------------
201,between,ontheonehand,R&BDEPARTMENT(hereinaftercalledthe“Client”)
and,
ontheotherhand,M/s---------------------------------------- .....................(hereinafter
calledthe“Consultants”).

WHEREAS
(A) theClienthasrequestedtheConsultantstoprovidecertainconsultingservicesasdefinedintheGen
eralConditionsattachedtothisContract(hereinaftercalledthe“Services”);

(B) theConsultants,havingrepresentedtotheClientthattheyhavetherequiredprofessionalskills,
personnel and technical resources, have agreed to provide the Services on
thetermsandconditionssetforthinthisContract;

NOWTHEREFOREthepartiesheretoherebyagreeasfollows:

1
Thefollowingdocumentsattachedheretoshallbedeemedtoformanintegralpartoft
hisContract:
(a) TheGeneralConditionsofContract(hereinaftercalled“GC”);
(b) TheSpecialConditionsofcontract(hereinaftercalled“SC”);
(c) ThefollowingAppendices:

AppendixA:Termsofreferencecontaining,inter-
alia,theDescriptionoftheServicesandReportingRequirements

Appendix B: Consultants‟ Sub consultants, Key Personnel and Sub Professional


Personnel, Task assignment, work programme, manning
schedule,qualificationrequirementsofkeypersonnel,andscheduleforsubmissi
onofvariousreport.

AppendixC:HoursofworkforConsultants‟PersonnelAppendixD:
DutiesoftheClient

AppendixE: CostEstimate
AppendixF:MinutesofFinancial/ContractNegotiationswiththeConsultantAppendix

G:Copyofletterofinvitation

Page108of143
AppendixH:Copyofletterofacceptance

AppendixI:

CopyofBankGuaranteeforPerformanceSecurityApp

endix-J: ReplytoQuarriesoftheBidder

2. ThemutualrightsandobligationsoftheClientandtheConsultantsshallbeassetforth
intheContract;inparticular:

(a) TheConsultantsshallcarryouttheServicesinaccordancewiththeprovisionsoftheContr
act;and

(b) ClientshallmakepaymentstotheConsultantsinaccordancewiththeprovisi
onsoftheContract.

INWITNESSWHEREOF,thePartiesheretohavecausedthisContracttobesignedintheirrespectivena
mesasofthedayand yearfirstabovewritten.

FORANDONBEHALFOF Witness
R&BDEPARTMENT
1
Signatu
reName
Address
By
AuthorizedRepresentative 2.
Signatu
reName
Address

FORANDONBEHALFOF Witness
(Consultant)

1.
Signatu
reName
Address
By
AuthorisedRepresentative 2.
Signatu
reName
Address

Page109of143
Page110of143
GENERALCONDITIONSOFCONTRACT

1. GENERALPROVISIONS
1.1 Definitions
Unlessthecontextotherwiserequires,thefollowingtermswheneverusedinthisContracthasthef
ollowingmeanings:

(a) “Applicable Law means the laws and any other instruments having the force
oflawin the Government‟s country as they may be issued and in force from time
totime;

(b) “Contract” means theContract signed by theParties,towhich these


GeneralConditions of Contract are attached, together with all the documents listed
inClause1ofsuchsignedContract;

(c) “EffectiveDate”meansthedateonwhichthisContractcomesintoforceandeffectpursua
nttoClauseGC2.1;
(d) “foreigncurrency”meansanycurrencyotherthanthecurrencyoftheGovernment;
(d) “GC”meanstheseGeneralConditionsofContract;
(i) “Government”meanstheGovernmentofIndia;
(ii) “localcurrency”meansthecurrencyoftheGovernment;
(iii) “Member”,incasetheConsultantsconsistofajointventureorconsortiumofmorethan one
entity, means any of these entities, and “Members” means all of theseentities;

(iv) “Personnel”meanspersonshiredbytheConsultantsorbyanySubconsultant
as employees and assigned to the performance of the Services or any part
thereof;“foreignPersonnel”meanssuchpersonswhoatthetimeofbeingsohiredhadthei
rdomicileoutsideIndia;and“localPersonnel”meanssuchpersonswhoatthetimeofbein
gsohiredhadtheirdomicileinsideIndia;

(j) “Party”meanstheClientortheConsultants,asthecasemaybe,andPartiesmeansbothofthe
m;

(k) “Services”meanstheworktobeperformedbytheConsultantspursuanttothisContr
actforthepurposesoftheProject,asdescribedinAppendixAhereto;

(l) “SC”meanstheSpecialConditionsofContractbywhichtheseGeneralConditi
onsofContractmaybeamendedorsupplemented;

(m) “Subconsultant”meansanyentitytowhichtheConsultantssubcontractanypartoftheServi
cesinaccordancewiththeprovisionsofClauseGC3.7;and

(n) “ThirdParty”meansanypersonorentityotherthantheGovernment,theClient,theConsulta
ntsoraSubconsultant.

Page111of143
1.2 RelationbetweentheParties
Nothingcontainedhereinshallbeconstruedasestablishingarelationofmasterandservantor of
agent and principal as between the Client and the Consultants. The Consultants,subject to
this Contract, have complete charge of Personnel performing the Services
andshallbefullyresponsiblefortheServicesperformedbythemorontheirbehalfhereunder.

1.3 GoverningLawandJurisdiction
This Contract, its meaning and interpretation, and the relation between the Parties shall
begovernedbytheApplicableLawsofIndiaandtheCourtsatGandhinagarshallhaveexclusivejuri
sdictionovermattersarisingoutoforrelatingtothisAgreement.
1.4 Language
This Contract has been executed in the language specified in the SC, which shall be
thebinding and controlling language for all matters relating to the meaning or
interpretation ofthisContract.

1.5 TableofContentsandHeadings
Thetableofcontents,headingsorsub-
headingsinthisagreementisforconvenienceforreferenceonlyandshallnotbeusedin,andshal
lnotlimit,alteroraffecttheconstructionandinterpretationofthisContract.

1.6 Notices
1.6.1 Any notice,requestor consent required or permitted to be given or made pursuant toThis
Contract shall be in writing. Any such notice, request or consent shall bedeemed to
have been given or made when delivered in person to an
authorizedrepresentativeofthePartytowhomthecommunicationisaddressed,orwhense
ntbyregisteredmail,facsimileore-mailtosuchPartyattheaddressspecifiedintheSC.
1.6.2 NoticewillbedeemedtobeeffectiveasspecifiedintheSC.
1.6.3 A party may change its address for notice hereunder by giving the
otherParty notice of such change pursuant to the provisions listed in the
SC withrespecttoClauseGC1.6.2.

1.7 Location

TheServicesshallbeperformedatsuchlocationsasarespecifiedinLetterofacceptance(Appen
dix-
I)heretoand,wherethelocationofaparticulartaskisnotsospecified,atsuchlocations,whetheri
nIndiaorelsewhere,astheClientmayapprove.

1.8 AuthorityofMemberinCharge
IncasetheConsultantsconsistofajointventureofmorethanoneentity,withorwithoutanAssociate
theMembersherebyauthorizetheentityspecifiedintheSCtoactontheirbehalfin exercising the
entire Consultants‟ rights and obligations towards the Client under thisContract, including
without limitation the receiving of instructions and payments from theClient.

1.9 AuthorizedRepresentatives
Anyactionrequiredorpermittedtobetaken,andanydocumentrequiredorpermittedtobe

Page112of143
executed,underthisContractbytheClientortheConsultantsmaybetakenorexecutedbytheoffici
alsspecifiedintheSC.

1.10 TaxesandDuties
Unless otherwise specified in the SC, the Consultants shall pay all such taxes, duties,
feesand other impositions as may be levied under the Applicable Law GST shall be paid
by R&BDEPARTMENTseparatelyasperprevailingnorms.

2. COMMENCEMENT,COMPLETION,MODIFICATIONANDTERMINATIONOF
CONTRACT

2.1 EffectivenessofContract
This Contract shall come into force and effect on the date of the Client‟s notice to
theConsultantsinstructingtheConsultantstobegincarryingouttheServices.Thisnoticeshallcon
firmthattheeffectivenessconditions,ifany,listedintheSChavebeenmet.

2.2 TerminationofContractforFailuretoBecomeEffective
If this Contract has not become effective within such time period after the date of
theContract signed by the Parties as shall be specified in the SC, either Party may, by not
lessthan four (4)weeks‟ writtennotice tothe other Party,declare thisContracttobe nullandvoid,
and in the event of such a declaration by either Party, neither Party shall have
anyclaimagainsttheotherPartywithrespecthereto.

2.3 CommencementofServices
The Consultants shall begin carrying out the Services at the end of such time period
aftertheEffectiveDate asshallbespecifiedintheSC.

2.4 ExpirationofContract
UnlessterminatedearlierpursuanttoClauseGC2.9hereof,thisContractshallexpirewhenservices have
been completed and all payments have been made at the end of such
timeperiodaftertheEffectiveDateasshallbespecifiedintheSC.

2.5 EntireAgreement
ThisContractcontainsallcovenants,stipulationsandprovisionsagreedbytheParties.Noagent or
representative of either Party has authority to make, and the Parties shall not
beboundbyorbeliablefor,anystatement,representation,promiseoragreementnotsetforthherein.

2.6 Modification
ModificationofthetermsandconditionsofthisContract,includinganymodificationofthescope
of the Services, may only be made by written agreement between the Parties.Pursuant to
Clause GC 7.2 hereof, however, each party shall give due consideration to
anyproposalsformodificationmadebytheotherParty.

2.7 ForceMajeure
2.7.1 Definition
(a) ForthepurposesofthisContract,“ForceMajeure”meansaneventwhichis

Page113of143
of its obligations hereunder impossible or so impractical as reasonably to
beconsideredimpossibleinthecircumstances,andincludes,butisnotlimitedto,actof
god, war, riots, civil disorder, earthquake, fire, explosion, storm, flood orother
adverse weather conditions, strikes, lockouts or other industrial action(except
where such strikes, lockouts or other industrial action are within
thepowerofthePartyinvokingForceMajeuretoprevent),confiscationoranyotheracti
onbygovernmentagencies.
(b) Force Majeure shall not include (i) any event which is caused by the
negligenceor intentional action of a Party or such Party‟s Sub consultants or
agents oremployees,nor
(ii) anyeventwhichadiligentPartycouldreasonablyhavebeenexpectedtoboth
(A) takeintoaccountatthetimeoftheconclusionofthisContractand(B)avoidoroverc
omeinthecarryingoutofitsobligationshereunder.

(c) Force Majeure shall not include insufficiency of funds or failure to make
anypaymentrequiredhereunder.

2.7.2 NoBreachofContract
ThefailureofaPartytofulfillanyofitsobligationshereundershallnotbeconsideredtobe a
breach of, or default under, this Contract insofar as such inability arises from anevent
of Force Majeure, provided that the Party affected by such an event has taken
allreasonable precautions,duecare andreasonable alternative measures, all with
theobjectiveofcarryingoutthetermsandconditionsofthisContract.

2.7.3 MeasurestobeTaken
(a) ApartyaffectedbyaneventofForceMajeureshalltakeallreasonablemeasurestoremovesuchParty
‟sinabilitytofulfillitsobligationshereunderwithaminimumofdelay.

(b) ApartyaffectedbyaneventofForceMajeureshallnotifytheotherPartyofsucheventas soon as


possible, and in any event not later than fourteen (14) days following
theoccurrenceofsuch
event,providingevidenceofthenatureandcauseofsuchevent,andshallsimilarlygivenoticeofthere
storationofnormalconditionsassoonaspossible.

(c) ThePartiesshalltakeallreasonablemeasurestominimizetheconsequencesofanyeventofForce
Majeure.

2.7.4 ExtensionofTime
AnyperiodwithinwhichaPartyshall,pursuanttothisContract,completeanyactionortask,sha
llbeextendedforaperiodequaltothetimeduringwhichsuchPartywasunabletoperformsucha
ctionasaresultofForceMajeure.

2.7.5 Payments
DuringtheperiodoftheirinabilitytoperformtheServicesasaresultofaneventof

Page114of143
)

Force Majeure, the Consultants shall be entitled to be reimbursed for additional


costsreasonably and necessarily incurred by them during such period for the purposes
of theServicesandinreactivatingtheServicesaftertheendofsuchperiod.

2.7.6 Consultation
Not later than thirty (30) days after the Consultants, as the result of an event of
ForceMajeure, have become unable to perform a material portion of the Services, the
Partiesshallconsultwitheachotherwithaviewtoagreeingonappropriatemeasurestobetakeni
nthecircumstances.

2.8 Suspension
TheClientmay,bywrittennoticeofsuspensiontotheConsultants,suspendallpaymentsto the
Consultants hereunder after expiry of 7 days notice if the Consultants fail toperform any
of their obligations under this Contract, including the carrying out of theServices,
provided that such notice of suspension (i) shall specify the nature of thefailure, and (ii)
shall request the Consultants to remedy such failure within a period
notexceedingthirty(30)daysafterreceiptbytheConsultantsofsuchnoticeofsuspension.

2.9 Termination
2.9.1 BytheClient
The Client may, by not less than thirty (30) days‟ written notice of termination to
theConsultants (except in the event listed in paragraph (f) below, for which there shall
be awrittennoticeofnotlessthansixty
(60)days),suchnoticetobegivenaftertheoccurrenceofanyoftheeventsspecifiedinparagraph
s(a)through(f)ofthisClause2.9.1,terminatethisContract:

(a) if the Consultants fail to remedy a failure in the performance of their


obligationsareunder,asspecifiedinanoticeofsuspensionpursuanttoClause2.8herein
above, within thirty (30) days of receipt of such notice of suspension orwithin
such further period as the Client may have subsequently approved inwriting;
(b) if the Consultants become (or, if the Consultants consist of more than one
entity,ifanyoftheirMembersbecomes)insolventorbankruptorenterintoanyagreeme
nts with their creditors for relief of debt or take advantage of any law
forthebenefitofdebtorsorgointoliquidationorreceivershipwhethercompulsoryorvol
untary;
(c) if the Consultants fail to comply with any final decision reached as a result
ofarbitrationproceedingspursuanttoClause8hereof;

(d) iftheConsultantssubmittotheClientastatementwhichhasamaterialeffectontherights,
obligations or interests of the Client and which the Consultants know to befalse;

(e) if,astheresultofForceMajeure,theConsultantsareunabletoperformamaterialportio
noftheServicesforaperiodofnotlessthansixty(60)days;or

Page115of143
(f) if the Client, inits sole discretion and for any reason whatsoever, decides to
terminatethisContract atanystage.

2.9.2 BytheConsultants
TheConsultantsmay,bynotlessthanthirty(30)day‟swrittennoticetotheClient,suchnotice to be
given after the occurrence of any of the events specified in paragraphs
(a)through(d)ofthisClause2.9.2,terminatethisContract:
(a) if the Client fails to pay any money due to the Consultants pursuant to this
contractandnotsubjecttodisputepursuanttoClause8hereofwithinforty-
five(45)daysafterreceivingwrittennoticefromtheConsultantsthatsuchpaymentisoverd
ue;
(b) iftheClientisinmaterialbreachofitsobligationspursuanttothisContractand
has not remedied the same within forty-five (45) days (or such longer period as
theConsultantsmayhavesubsequentlyapprovedinwriting)followingthereceiptbytheCl
ientoftheConsultants‟noticespecifyingsuchbreach;
(c) if,astheresultofForceMajeure,theConsultantareunabletoperformamaterialportion
oftheServicesforaperiodofnotlessthansixty(60)days;or
(d) iftheClientfailstocomplywithanyfinaldecisionreachedasaresultofarbitrationpursuan
ttoClause8hereof.

2.9.3 CessationofRightsandObligations
Upon termination of this Contract pursuant to Clauses 2.2 or 2.9 hereof, or upon
expirationof this Contract pursuant to Clause 2.4 hereof, all rights and obligations of the
Partieshereundershallcease,except(i)suchrightsandobligationsasmayhaveaccruedonthedateo
f termination or expiration, (ii) the obligation of confidentiality set forth in Clause
3.3hereof, the Consultant‟s obligation to permit inspection, copying and auditing of
theiraccountsandrecordssetforthinClause3.6(ii)hereof,and(iv)anyrightwhichaPartymayhave
undertheApplicableLaw.
2.9.4 CessationofServices
UponterminationofthisContractbynoticeofeitherPartytotheotherpursuanttoClauses
2.9.1or 2.9.2 hereof, the Consultants shall, immediately upon dispatch or receipt of
suchnotice, take all necessary steps to bring the Services to a close in a prompt and
orderlymanner and shall make every reasonable effort to keep expenditures for this
purpose to aminimum. With respect to documents prepared by the Consultants and
equipment
andmaterialsfurnishedbytheClient,theConsultantsshallproceedasprovided,respectively,byCl
auses3.9or3.10hereof.

2.9.5 PaymentuponTermination
UponterminationofthisContractpursuanttoClauses2.9.1or2.9.2hereof,theClientshallmakethe
followingpaymentstotheConsultants(afteroffsettingagainstthesepaymentsanyamountthatma
ybeduefromtheConsultanttotheClient):

(i) RemunerationpursuanttoClause6hereofforServicessatisfactorilyperformedpriortothe
effectivedateoftermination.
(ii) reimbursableexpenditurespursuanttoClause6hereofforexpendituresactually

Page116of143
incurredpriortotheeffectivedateoftermination;and
(iii) exceptinthecaseofterminationpursuanttoparagraphs(a)through(d)ofClause
2.9.1hereof,reimbursementofanyreasonablecostincidenttothepromptandorderlytermin
ationoftheContractincludingthecostofthereturntraveloftheConsultants„personneland
theireligibledependents.
2.9.6 DisputesaboutEventsofTermination

IfeitherPartydisputeswhetheraneventspecifiedinparagraphs(a)through(e)ofClause
2.9.1orinClause2.9.2hereofhasoccurred,suchPartymay,withinforty-
five(45)daysafterreceiptofnoticeofterminationfromtheotherParty,referthemattertoarbitration
pursuanttoClause8hereof,andthisContractshallnotbeterminatedonaccountofsucheventexcept
inaccordancewiththetermsofanyresultingarbitralaward.

3. OBLIGATIONSOFTHECONSULTANTS

3.1 General

3.1.1 StandardofPerformance
The Consultants shall perform the Services and carry out their obligations here under
withallduediligence,efficiencyandeconomy,inaccordancewithgenerallyacceptedprofessiona
l techniques and practices, and shall observe sound management practices, andemploy
appropriate advanced technology and safe and effective equipment,
machinery,materialsandmethods.TheConsultantsshallalwaysact,inrespectofanymatterrelati
ngtothis Contract or to the Services, as faithful advisers to the Client, and shall at all
timessupport and safeguard the Client's legitimate interests in any dealings with Sub
consultantsorThirdParties.

3.1.2 LawGoverningServices

TheConsultantsshallperformtheServicesinaccordancewiththeApplicableLawandshalltake
all practicable steps to ensure that any Sub consultants, as well as the Personnel andagents
of the Consultants and any Sub consultants, comply with the Applicable Law. TheClient
shall advise the Consultants in writing of relevant local customs and the
Consultantsshall,aftersuchnotifications,respectsuchcustoms.

3.2 ConflictofInterests

3.2.1 ConsultantsnottoBenefitfromCommissions,Discounts,etc.

The remuneration of the Consultants pursuant to Clause 6 hereof shall constitute the
Consultants'sole remuneration in connection with this Contract or the Services and the
Consultants shall
notacceptfortheirownbenefitanytradecommission,discountorsimilarpaymentinconnectionwithactiv
ities pursuant to this Contract or to the Services or in the Discharge of their obligationshereunder,
and the Consultants shall use their best efforts to ensure that any Sub consultants,
aswellasthePersonnelandagentsofeitherofthem,similarly shallnotreceiveany suchadditional

Page117of143
remuneration.

3.2.2 ConsultantsandAffiliatesnottobeotherwiseinterestedinProject

TheConsultantsagreethat,duringthetermofthisContractandafteritstermination,theConsultants and
any entity affiliated with the Consultants, as well as any Sub consultant and anyentity affiliated
with such Sub consultant, shall be disqualified from providing goods, works orservices (other than
the Services and any continuation thereof) for any project resulting from
orcloselyrelatedtotheServices.

3.2.3 ProhibitionofConflictingActivities

NeithertheConsultantsnortheirSubconsultantsnorthePersonnelofeitherofthemshalle
ngage,eitherdirectlyorindirectly,inanyofthefollowingactivities:

(a) duringthetermofthisContract,anybusinessorprofessionalactivitiesintheGovernment'scountryw
hichwouldconflictwiththeactivitiesassignedtothemunderthisContract;or

(b) aftertheterminationofthisContract,suchotheractivitiesasmaybespecifiedintheSC.

3.3 Confidentiality

The Consultants, their Sub consultants and the Personnel of either of them shall not,
eitherduring the term or within two (2) years after the expiration of this Contract, disclose
anyproprietaryorconfidentialinformationrelationtotheProject,theServices,thisContractorthe
Client'sbusinessoroperationswithoutthepriorwrittenconsentoftheClient.

3.4 LiabilityoftheConsultants

Subjecttoadditionalprovisions,ifany,setforthintheSC,theConsultants'liabilit
yunderthisContractshallbeasprovidedbytheApplicableLaw.

3.5 InsurancetobetakenoutbytheConsultants

The Consultants (i) shall take out andmaintain,andshallcauseanySubconsultantstotakeout


and maintain, at their (or the Sub consultants', as the case may be) own cost but onterms
and conditions approved by the Client,insuranceagainst therisks, andfor
thecoverage,asshallbespecifiedintheSpecialConditions(SC),and(ii)attheClient'srequest,shall
provide evidence to the Client showing that such insurance has been taken out
andmaintainedandthatthecurrentpremiumsthereforehavebeenpaid.

3.6 Accounting,InspectionandAuditing

TheConsultants(i)shallkeepaccurateandsystematicaccountsandrecordsinrespectoftheServices
hereunder,inaccordancewithinternationallyacceptedaccountingprinciples

Page118of143
and in such form and detail as will clearly identify all relevant time charges and cost,
andthe bases thereof (including the bases of the Consultants' costs and charges), and (ii)
shallpermit the Client or its designated representative periodically, and up to one year
from theexpiration or termination of this Contact, to inspect the same and make copies
thereof aswellastohavethemauditedbyauditorsappointedbytheClient.

3.7 Consultants'ActionsrequiringClient'spriorApproval

The Consultants shall obtain the Client's prior approval in writing before taking any of
thefollowingactions:

(a) appointingsuchmembersofthePersonnelasarelistedinAppendixB;
(b) entering into a subcontract for the performance of any part of the Services, it
beingunderstood (i)that the selection of the Sub-consultant and the terms and
conditions
ofthesubcontractshallhavebeenapprovedinwritingbytheClientpriortotheexecutionofthes
ubcontract,and(ii)thattheConsultantsshallremainfully liablefortheperformance of the
Services by the Sub-consultant and its Personnel pursuant to thisContract;
(c) anyotheractionthatmaybespecifiedintheSC.

3.8 ReportingObligations

The Consultants shall submit to the Client the reports and documents specified in Appendix
A/Ehereto,intheform,inthenumbersandwithinthetimeperiodssetforthinthesaidAppendix.

3.9 DocumentspreparedbytheConsultantstobethePropertyoftheClient

Allplans,drawings,specifications,designs,reportsandotherdocumentspreparedbytheConsultantsinp
erformingtheServicesshallbecomeandremainthepropertyoftheClient,andtheConsultants shall, not
later than upon termination or expiration of this Contract, deliver all suchdocuments to the Client,
together with a detailed inventory thereof. The Consultants may retain
acopyofsuchdocuments.RestrictionsaboutthefutureuseofthesedocumentsshallbeasspecifiedintheSC
.

3.10 EquipmentandMaterialsfurnishedbytheClient

Equipment and materials made available to the Consultants by the Client, or purchased by
theConsultants with funds provided by the Client, shall be the property of the Client and shall
bemarked accordingly. Upon termination or expiration of this Contract, the Consultants shall
makeavailable to the Client an inventory of such equipment and materials and shall dispose of
suchequipmentandmaterialsinaccordancewiththeClient'sIinstructions.Whileinpossessionofsuchequ
ipment and materials, the Consultants, unless otherwise instructed by the Client in writing,
shallinsuretheminanamountequaltotheirfullreplacementvalue.

Page119of143
4. CONSULTANTS'PERSONNEL

4.1 General

TheConsultantsshallemployandprovidesuchqualifiedandexperiencedPersonnelasarerequiredtocarryout
theServices.

4.2 DescriptionofPersonnel

(a) The titles, agreed job descriptions, minimum qualification and estimated periods
ofEngagementinthecarryingoutoftheServicesofeachoftheConsultants'KeyProfessional/SubProf
essionalPersonnelaredescribedinAppendixB.

(b) If required to comply with the provisions of Clause 3.1.1 of this Contract, adjustments
withRespect to the estimated periods of engagement of Key Professional / Sub
ProfessionalPersonnelsetforthinAppendixBmaybemadebytheConsultantsbywrittennoticeto
theClient,provided
(i) that such adjustments shall not alter the originally estimated period of engagement
ofanyindividualbymorethan10%oroneweek,whicheverislarger,and
(ii) that the aggregate of such adjustments shall not cause payments under this Contract
toexceedtheceilingssetforthinClause6.1(b)ofthisContract.Anyothersuchadjustmentsshal
lonlybemadewiththeClient'swrittenapproval.

(c) IfadditionalworkisrequiredbeyondthescopeoftheServicesspecifiedinAppendixA,theestimat
edperiodsofengagementofKey PersonnelsetforthinAppendixBmay
beincreasedbyagreementinwritingbetweentheClientandtheConsultants.

4.3 ApprovalofPersonnel
TheKeyPersonnelandSubconsultantslistedbytitleaswellasbynameinAppendixBarehereby
approved by the Client. In respect of other Key Personnel which the
ConsultantsproposetouseinthecarryingoutoftheServices,
theConsultantsshallsubmittotheClientfor review and approval a copy of their biographical
data. If the Client does not object
inwriting(statingthereasonsfortheobjection)withintwenty-
one(21)calendardaysfromthedateofreceiptofsuchbiographicaldata,suchKeyPersonnelshallb
edeemedtohavebeenapprovedbytheClient.
4.4 WorkingHours,Overtime,Leave,etc.
(a) WorkinghoursandholidaysforKeyProfessional/SubProfessionalPersonnelaresetforthin
Appendix C hereto. To account for travel time, foreign Personnel carrying out
ServicesinsidetheGovernment'scountryshallbedeemed
tohavecommenced(orfinished)workinrespect of the Services such number of days before
their arrival in (or after their
departurefrom)theGovernment'scountryasisspecifiedinAppendixChereto.
(b) The Key Professional / Sub Professional Personnel shall not be entitled to be paid
forovertime nor to take paid sick leave or vacation leave except as specified in Appendix
Chereto, and except as specified in such Appendix, the Consultants' remuneration shall
bedeemedtocovertheseitems.AllleavetobeallowedtothePersonnelis
includedinthe

Page120of143
staff- months of service set for in Appendix B. Any taking of leave by Personnel shall
besubjecttothepriorapprovaloftheClientbytheConsultants,whoshallensurethatabsenceforlea
vepurposeswillnotdelaytheprogressandadequatesupervisionoftheServices.

4.5 Removaland/orReplacementofPersonnel
Removaland/orreplacementofPersonnelshallberegulatedasunder:

4.5.1 In case notice to commence services pursuant to Clause 2.1 of this Contract is not
orderedbyClientwithin120daysofnegotiationsthekeypersonnelcanexcusethemselvesonvalid
grounds, e.g., selection on some other assignment, health problem developed after
contractnegotiation, etc. In such a case no penalty shall be levied on the Firm or on the
personconcerned. The firm shall however be asked to give a replacement by an equal or
betterscoringperson,whenevermobilizationisordered.
4.5.2 Incasenoticetocommenceservicesisgivenwithin120daysofnegotiationsthereplacementshall
beasbelow:
a. Replacementupto33%:Replacementshallbebyanequalorbetterscoringperson.
Reductioninremunerationsforthebalanceperiodshallbe@5%ofthemonthlyrate.
b. Replacement of more than 33% and up to 50%: Replacement shall be by an equal
orbetterscoringperson.Reductioninremunerationsforthebalanceperiodshallbe@10%ofth
emonthlyrate.
c. Replacement beyond 50% and upto 66%. Replacement shall be by an equal or
betterscoringperson.Reductioninremunerationsforthebalanceperiodshallbe@15%ofthe
monthlyrate.
d. Replacement beyond 66 %shall normally not be considered. However in
exceptionalcircumstances,whereitbecomesabsolutelyessentialtheremunerationsofthesub
stituteshall be reduced by 50 % of the original person replaced. Replacement shall be
by
anequalorbetterscoringperson,TheDepartmentmayinitiateactionfortermination/debarme
nt of such consultant for future projects of R & B
DEPARTMENTforaperiodof6monthsto24monthsdependingupontheseverityofcase.

4.5.3 Replacementafteroriginalcontractperiodisover:

Thereshallbenolimitonthereplacementsandnoreductioninremunerationsshallbemade.Therepla
cementshallhoweverbeofequalorbetterscore.

4.5.4 IftheEmployer(i)findsthatanyofthePersonnelhascommittedseriousmisconductorhasbeencha
rgedwithhavingcommittedacriminalactionor(ii)hasreasonablegroundtobedissatisfied with
the performance of any of the Personnel, then the consultant shall, at theEmployer‟s
written request specifying the grounds therefore, forthwith provide
areplacementwithqualificationsandexperienceacceptabletohim.

4.5.5 Iftheteamleaderoranyotherkeypersonnel/specialistconsideredpivotaltothe
projectisreplaced,thesubstitutemaybeinterviewedbyR&BDEPARTMENTtoassesstheirmeritan
dsuitability.

4.5.6 Ifanymemberoftheapprovedteamofaconsultant engaged by R &


BDEPARTMENTleavesthatconsultantbeforecompletionofthejob,heshallbebarredforaperi
odof6monthsto24
monthsfrombeingengagedasateammemberofanyotherconsultantworking(ortobe

Page121of143
appointed) for any other R &
BDEPARTMENTprojects.

4.5.7 Inexceptionalsituationswherethereplacementwithequivalentorbetterqualification is
not available, replacement with lower qualifications than the originallyapproved may be
Accepted with reduction in remuneration as per the procedure prescribedbelow. This kind
of relaxation shall however, be limited to replacement of 2 key personnelonly.
i) Thenewproposedpersonnelasareplacementhastobeevaluatedasperthecriteriafixedattheti
meofevaluationoforiginalproposalandmarks/ratingandthen:
-If the original personnel (included in the original proposal based on which the
contractwasawarded)istobereplacedattheinstructionofR&BDEPARTMENTandthenewpro
posed personnel is having less qualification/ experience i.e marks/rating (butfulfilling the
minimum requirement as per TOR), his remuneration would be reduced by15% over and
above the stipulated conditions in the contract because of less qualifiedpersonnel

-If the original personnel (included in Contract Agreement) is to be replaced by


theConsulting firm and the new proposed personnel is having less qualification/
experience(marks/rating),thenhisremunerationwouldbedecreasedproportionallyincompari
sontothemarksoftheoriginalpersonnel.Thiswillalsotakeintoaccountthecontractconditionan
d if the proposed reduction is less than that stipulated in contract condition, it would
beasperthecontractprovision.

It will be ensured that the new proposed personnel should score at least 75% of the
marksof the originally approved key personnel. Both the Consulting firm and the
proposedpersonnel should give the undertaking in the format available in Form VII of
Appendix IIalongwiththereplacementCV.

ii) TheCVshouldbesignedbypersonnelandtheconsultingfirmineverypage.IftheCVis found


incorrect at later date, the personnel accepted would be removed from theassignment and
debarred from further R & B DEPARTMENTworks for an appropriateperiodtobedecided
byR&BDEPARTMENTandthenew proposed personnel in placeof removed personnel
would be paid 15% less salary than the original personnel.
15%reductioninthesalarywillbeimposedaspenaltyforsubmittingtheincorrectinformation.Th
is penalty will be imposed only once. If the same consulting firm submits
incorrectinformation again second time, necessary action will be taken by R & B
DEPARTMENTtoblacklistthefirm.
4.6 ResidentProjectManager

IfrequiredbytheSC,theConsultantsshallensurethatatalltimesduringtheConsultants'performa
nce of the Services in the Government's country a resident project
manager,acceptabletotheClient,shalltakechargeoftheperformanceofsuchServices.

Page122of143
5. OBLIGATIONOFTHECLIENT

5.1 AssistanceandExemptions
UnlessotherwisespecifiedintheSC,theClientshalluseitsbesteffortstoensurethatthe

Governmentshall:
(a) provide the Consultants, Sub consultants and Personnel with work permits and such
otherdocuments as shall be necessary to enable the Consultants, Sub consultants or
Personnel toperformtheServices;

(b) assistforthePersonneland,ifappropriate,theireligibledependentstobeprovidedpromptly with


all supporting papers for necessary entry and exit visas, residence
permits,exchangepermitsandanyotherdocumentsrequiredfortheirstayinIndia;

(c) facilitatepromptclearancethroughcustomsofanypropertyrequiredfortheServices;

(d) issuetoofficials,agentsandrepresentativesoftheGovernmentallsuchinstructionsasmaybeneces
saryorappropriateforthepromptandeffectiveimplementationoftheServices;

5.2 AccesstoLand

The Client warrants that the Consultants shall have, free of charge, unimpeded access to
alllandintheGovernment’scountryinrespectofwhichaccessisrequiredfortheperformanceof the
Services. The Client will be responsible for any damage to such land or any
propertythereon resulting from such access and will indemnify the Consultants and each of
thePersonnel in respect of liability for any such damage, unless such damage is caused by
thedefaultornegligenceoftheConsultantsoranySubconsultantsorthePersonnelofeitherofthem.

5.3 ChangeintheApplicableLaw

If, after the date of this Contract, there is any change in the Applicable Law with respect
totaxes and duties which increases or decreases the cost of the Consultants in performing
theServices to the extent of more than 5 percent of their quoted cost, then the amount
payableto the Consultants under this Contract shall be increased or decreased accordingly
byagreement between the Parties hereto, and corresponding adjustments shall be made to
theceilingamountsspecifiedinClause6.1(b),

5.4 Services,FacilitiesandPropertyoftheClient

TheclientshallmakeavailabletotheConsultantsandthePersonnel,forthepurposesoftheService
sandfreeofanycharge,theservices,facilitiesandpropertydescribedinAppendixD at the times
and in the manner specified in said Appendix D, provided that if suchservices, facilities
and property shall not be made available to the Consultants as and
whensospecified,thePartiesshallagreeon(i)anytimeextensionthatmaybeappropriateto

Page123of143
grant to the Consultants for the performance of the Services, (ii) the manner in which
theConsultantsshallprocureanysuchservices,facilitiesandpropertyfromothersources,and
(iii)theadditionalpayments,ifany,tobemadetotheConsultantsasaresultthereofpursuanttoClause
6.1(c)hereinafter.

5.5 Payment

InconsiderationoftheServicesperformedbytheConsultantsunderthisContract,theClientshallm
aketotheConsultantssuchpaymentsandinsuchmannerasisprovidedbyClause6ofthisContract.

6. PAYMENTTOTHECONSULTANTS

6.1 CostEstimates;CeilingAmount

(a)
AnabstractofthecostoftheServicespayableinlocalcurrency(IndianRupees)issetforthinA
ppendixE.

6.2 CurrencyofPayment
(a) ThepaymentshallbemadeinIndianRupees.

6.3 ModeofBillingandPayment
BillingandpaymentsinrespectoftheServicesshallbemadeasfollows:-

Sr.No. Activity %Release

1. Upon submission of Inception Report inclusive of details of works 10%


carried out showing details of inventory, survey, geo-technical
investigation, progress in preparation of proposed GAD,
2. Draft Project report covering all project details sought in TOR 10%
inclusive of Bill of Quantities, Cost Estimates, Traffic management
plan, General Arrangement Drawing with all required information.
3. Clearance of forest & utility shifting like electrical line, telephone line, 15%
gas line, drainage line , water supply line and other utilities and
getting approval of concern Department
4. Final project report with GAD, Detailed Bill of Quantities & Cost 20%
estimates, drawing of approaches, All documents/information
required for submission to Highway Authority with modifications if
any for submission to Highway and approval from NHAI and R&B
Design circle Gandhinagar with all necessary corrections as and
when required and getting approved the same
5. After submission and approval of Draft Tender Papers 15%

6. Preparation of structural Design including approval of Design (R&B) 20%


Circle Gandhinagar
7 After Defect Liability Period 10

Total 100%

Page124of143
Note: Consultants have to provide a certificate that all key personnel as envisaged in the
ContractAgreementhasbeenactuallydeployedintheproject.Theyhavetosubmitthiscertificateatthetimeofs
ubmissionofbillstoR&BDEPARTMENTfromtimetotime.
(c) No payment shall become eligible for the next stage till the consultant completes to
thesatisfaction of the client the work pertaining to the preceding stage. The payment for
theworkofsub-
soilinvestigation(Boring)willbeasperplanapprovedbytheclientandwillbepaidas
peractualattheratesquotedbytheconsultants. Thepaymentforthe quantitygivenby the client
for boring will be deemed to be included in the above-mentioned paymentschedule. Any
adjustment in the payment to the consultants will be made in the finalpaymentonly.
(d) The Client shall cause the payment of the Consultants in Para 6.4 (b) above as given
inschedule of payment within thirty (30) days after the receipt by the Client of bills.
Interestsat the rate specified in the SC shall become payable as from the above due date on
anyamountdueby,butnotpaidon,suchduedate.
(e) The final payment under this Clause shall be made only after the final report and a
finalstatement,identifiedassuch,shallhavebeensubmittedbytheConsultantsandapprovedassati
sfactory by the Client. The Services shall be deemed completed and finally accepted
bytheClientandthefinalreportandfinalstatementshallbedeemedapprovedbytheClientassatisfa
ctory one hundred and eighty (180) calendar days after receipt of the final report andfinal
statement byte Client unless the Client, withinninety (90) day period, gives
writtennoticetotheConsultantsspecifyingindetaileddeficienciesintheServices,thefinal

reportorfinalstatement.TheConsultantsshallthereuponpromptlymakeanynecessarycorrections,and
upon completion of such corrections, the foregoing process shall be repeated. Any amountwhich
the Client has paid or caused to be paid in accordance with this Clause in excess of theamounts
actually payable in accordance with the provisions of this Contract shall be reimbursed
bytheConsultantstotheClientwithinthirty(30)daysafterreceiptbytheConsultantsofnoticethereof.Any
such claim by the Client for reimbursement must be made within twelve (12) calendar
monthsafterreceiptbytheClientofafinalreportandafinalstatementapprovedbytheClientinaccordancewi
ththeabove.

(f) AllpaymentsunderthisContractshallbemadetotheaccountoftheConsultantsspecifiedintheSC.

7. ResponsibilityforAccuracyofProjectDocu
ments

7.1 General

7.1.1 The Consultant shall be responsible for accuracy of the data collected, by him directly
orprocured from other agencies/authorities, the designs, drawings, estimates and all
otherdetails prepared by him as part of these services. He shall indemnify the Authority
againstany inaccuracy in the work which might surface during implementation of the
project.
TheConsultantwillalsoberesponsibleforcorrecting,athisowncostandrisk,thedrawings

Page125of143
including any re-survey / investigations and correcting layout etc. if required during
theexecutionoftheServices.
7.1.2 The Consultant shall be fully responsible for the accuracy of design and drawings of the bridges
and structures. All the designs and drawings for bridges and structures including all their
components shall be fully checked by a Senior Engineer after completion of the designs. All
drawings for bridges and structures shall be duly signed by the (a) Designer, (b) Senior
Checking Engineer, and (c) Senior Bridge / Structure Expert. The designs and drawings not
signed by the three persons mentioned above and without approval letter of Design circle,
R&B Department, Gandhinagar shall not be accepted. It is duty of the consultant that all
drawings for bridges, structures & highways etc. must be approved & checked by R&B
Design circle, Gandhinagar or Competent authority/Govt. Department. The Consultant
shall indemnify the Client against any inaccuracy / deficiency in the designs and drawings of
the bridges and structures noticed during the construction and even thereafter and the Client
shall bear no responsibility for the accuracy of the designs and drawings submitted by the
Consultants.

7.1.3 ThesurveycontrolpointsestablishedbytheConsultantshallbeprotectedbytheC
onsultantstillthecompletionoftheConsultancyServices.

7.2. RetentionMoney

An amount equivalent to 10% of the contract value shall be retained at the end of the contract for
accuracy of design and quantities submitted and the same will be released after the completion of civil contract
works and submission of final project report. The retention money will however be released by the Client on
substitution by Bank Guarantee of the same amount valid up to the period as above.

Page126of143
7.3. Penalty

7.3.1. PenaltyforError/Variation

i) If variation in any of the main quantities of work like earth work including sub
grade,GSB, WMM, Bituminous works (BM/DBM/AC/BC), drains, total concrete
quantitiesand reinforcing steel in bridge works or overall project cost, found during
execution ismorethan+/-
15%,thepenaltyequivalentto5%ofthecontractvalueshallbeimposed.Forthispurpose,retent
ionmoney equivalentto5%ofthecontractvaluewillbeforfeited. This shall exclude any
additional/deletion of items/works ordered during theexecution

ii) Forinaccuraciesinsurvey/investigation/designworkthepenaltiesshallbeimposedasperd
etailsgiveninTablebelow:

Sl. Item Penalty(%ageof


No. contractvalue)
1 TopographicSurveys 0.5to1.0
a)Thehorizontalalignmentdoesnotmatchwithground
condition.
b)Thecrosssectionsdonotmatchwithexistingground.
c)Theco-ordinatesaredefectiveasinstrumentsof
desiredaccuracynotused.
2 GeotechnicalSurveys 0.5to1.0
a)Incompletesurveys
b)Datanotanalysedproperly
c)Thesubstratasubstantiallydifferentfromtheactual
stratafoundduringconstruction.
3 Trafficdatafoundtobevaryingbymorethan25%onresurveyat 0.2to0.5
alaterdate,unlesstherearejustifiablereasons.

4 Axleloaddatafoundtobevaryingbymorethan25%onresurve 0.20to0.5
yatalaterdate,unlesstherearejustifiablereasons.

5 StructuralDesignsfoundtobeunsafeorgrosslyoversafe. 1.0to2.0

7.3.2 Penaltyfordelay

In case of delay in completion of services, a penalty equal to 1.0% of the contract


priceper day subject to a maximum 10% of the contract value will be imposed and shall
berecovered from payments due/performance security. However, in case of delay due
toreasonsbeyondthecontroloftheconsultant,suitableextensionoftimewillbegranted.
7.3.3 Totalamountofrecoveryfromallpenaltiesshallbelimitedto10%oftheConsultancyFee.

Page127of143
7.4 ACTIONFORDEFICIENCYINSERVICES

7.4.1 ConsultantsliabilitytowardstheClient
Consultantshallbeliabletoindemnifytheclientforanydirectlossordamageaccruedorlikelyto
accrueduetodeficiencyinservicerenderedbyhim.

7.4.2 Warning/Debarring

In addition to the penalty as mentioned in para 7.3, warning may be issued to the
erringconsultants for minor deficiencies. In the case of major deficiencies in the
DetailedProjectReportinvolvingtimeandcostoverrunandadverseeffectonreputationofR &
B DEPARTMENT , other penal action including debarring for certain period
mayalsobeinitiatedasperpolicyofR&BDEPARTMENT.

8 FAIRNESSANDGOODFAITH

8.1 GoodFaith
The Parties undertake to act in good faith with respect to each other’s rights under
thisContract and to adopt all reasonable measures to ensure the realization of the objectives
ofthisContract.

8.2 OperationoftheContract
ThePartiesrecognizethatitisimpracticalinthisContracttoprovideforeverycontingencywhich
may arise during the life of the Contract, and the Parties hereby agree that it is
theirintention that this Contract shall operate fairly as between them, and without detriment
tothe interest of either of them, and that, if during the term of this Contract either
PartybelievesthatthisContractisoperatingunfairly,thePartieswillusetheirbesteffortstoagreeon
suchactionasmaybenecessarytoremovethecauseorcausesofsuchunfairness,butnofailure to
agree on any action pursuant to this Clause shall give rise to a dispute subject
toarbitrationinaccordancewithClause9hereof.

1. SETTLEMENTOFDISPUTES

a. AmicableSettlement
The Parties shall use their best efforts to settle amicably all disputes arising out of or
inconnectionwiththisContractortheinterpretationthereof.
b. DisputeSettlement
AnydisputebetweenthePartiesastomattersarisingpursuanttothisContractwhichcannotbe
settled amicably within thirty (30) days after receipt by one Party of the other
Party‟srequest for such amicable settlement may be submitted by either Party for
settlement inaccordance with the provisions specified in
the SC.

Page128of143
2. ChangeofScope
The change of Scope on account of variation of total length as well as 4 laned length
ofprojectHighwayfromtheindicativelengthasgivenatAnnex-
1ofLetterofInvitationoftheRFPshall bedealtasfollows

i) Duringthecourseofconsultancyservicesincaseitisconsiderednecessarytoincrease/decreas
e the scope of services (of total length or 4 laned length as compared
toindicativeLengthasgivenintheRFP)bytheclientthesameshallbenotifiedbyChangeof
scope notice. Similarly, if the Consultant determines that change of scope is
needed,heshall
informofthesametotheClient.TheClientwillexamineandshalleitherrejecttheproposaloriss
uechangeofscopenotice.

ii) TheConsultancyfeeshallberevisedonaccountofchangeofscopeasbelow:
- Incasethetotallengthofprojectincrease/decreaseuptomore10%ofindicativelength
givenintheRFP:NochangeinConsultancyFees
- In case the increase/ decrease in total length of project is more than 10 % of
theindicativelengthasgivenintheRFP:Theconsultancyfeeshallbeincreased/decreased
inthesameproportioninwhichthelengthoftheprojectroadisincreased/decreasedbeyond10%.

- In casethelengthof4 laneroadisincreasedupto10%ofthelengthasindicatedin
theRFP:NochangeinConsultancyFees

- Incasethelengthof4laneroadisincreasedbymorethan10%ofthelengthasindicatedintheRFP:
Theconsultancyfeeshallbeincreasedby0.25timestheaveragequotedrate(Rsperkm)forthein
creasedlengthof4lanebeyond10%

Length of Bypass / realignment shall


notbetreatedasadditionallytotheexistinglengthofthehighwayforthepurpo
seofchange/variationinlength.Increase/decreaseinlengthonaccountof
bypassesshallnotbeconsideredaschangeofscope.
However,thetotallengthoftheprojecthighway(includingbypassesand
realignment) along the finally approved alignment shall
becompared with the indicative length in the RFP for the purpose
ofvariation.
SPECIALCONDITIONSOFCONTRACT
Numberof
GCClause
A.Amendmentsof,andSupplementsto,ClausesintheGeneralConditions
1.1(a)Thewords“intheGovernment’scountry”areamendedtoread“inINDIA”
1.4 Thelanguageis:English
1.6.1 Theaddressesare:
FortheClient:TheExecutiveEngineer,SuratR&BDivision No.1,Nanpura
Surat,-395001

Page129of143
E-mail:rnb.nav@gmail.com
FortheConsultants:
Attention:
Name
Designation
Address
Tel: Fax: E-mailaddress

1.6.2 Noticewillbedeemedtobeeffectiveasfollows:

(a) inthecaseofpersonaldeliveryorregisteredmail,ondelivery;
(b) Inthecaseoffacsimiles,24hoursfollowingconfirmedtransmission.
(c) IncaseofEmail,24hoursfollowingconfirmedtransmission.

1.8 EntitytoActasMemberincharge(IncaseofJointVentureofConsultants)withorwithoutanAssociat
e:

1.9 TheAuthorizedRepresentativesare:

FortheClient:
Nam
eDesignatio
n
FortheConsultant: Name
Designation
1.10 The Consultants and the personnel shall pay the taxes, duties, fees, levies
andother impositions levied under the existing, amended or enacted laws (prevailing 7
daysbeforethelastdateofsubmissionofbids)duringlifeofthiscontractandtheClientshallperf
ormsuchdutiesinregardtothedeductionofsuchtaxasmaybelawfullyimposed.

2.1 Theeffectivenessconditionsarethefollowing:

a) The contracthasbeenapprovedbyR&BDEPARTMENT.

b) Theconsultantwillfurnishwithin7daysof the issue of letter


ofacceptance
anunconditionalBankGuaranteefromaNationalizedBank,IDBIor
ICICI/ICICIBank/ForeignBank/EXIMBank/AnyScheduledCommercialBankapprovedby
RBI having a net worth of not less than 500 crore as per latest Annual Report of
theBank.InthecaseofaForeignBank(issuedbyaBranchinIndia)thenetworthinrespectofIndian
operations shall only be taken into account. In case of Foreign Bank, the BG issuedby
Foreign Bank should be counter guaranteed by any Nationalized Bank in India. The
BGshall be furnished for an amount equivalent to 5 % of the total contract value to be
receivedby him towards Performance Security valid for a period of three years beyond the
date ofcompletionof services.

2.2 Thetimeperiodshallbe“sixmonths”orsuchothertimeperiodasthepartiesmayagreein
writing.
2.3 The timeperiodshallbe“sevendays”orsuchothertimeperiodastheParties may

Page129of143
agreeinwriting.

Page129of143
2.4 Thetimeperiodshallbe -----------monthsorsuchothertimeperiodasthepartiesmayagree
inwriting.
3.4 LimitationoftheConsultants‟LiabilitytowardstheClient
(a) ExceptincaseofnegligenceorwillfulmisconductonthepartoftheConsultantsoronthe part
of any person or firm acting on behalf of the Consultants in carrying out theServices,
the Consultants, with respect to damage caused by the Consultants to
theClient‟sproperty,shallnotbeliabletotheClient:
(i) foranyindirectorconsequentiallossordamage;and
(ii) foranydirectlossordamagethatexceeds(A)thetotalpayments for
ProfessionalFeesandReimbursableExpendituremadeorexpectedtobemadetotheConsu
ltantshereunder,or(B)theproceedstheConsultantsmaybeentitledtoreceivefromanyinsu
rancemaintainedbytheConsultantstocoversuchaliability,whicheverof(A)or
(B) ishigher.
(b) ThislimitationofliabilityshallnotaffecttheConsultants‟liability,ifany,fordamagetoThird
Parties caused by the Consultants or any person or firm acting on behalf of
theConsultantsincarryingouttheServices.
3.5 Therisksandthecoverageshallbeasfollows:
(a) ThirdPartymotorvehicleliabilityinsuranceasrequiredunder
MotorVehiclesAct,1988inre
spectofmotorvehiclesoperatedinIndiabytheConsultantsortheirPersonneloranySubconsultantso
rtheirPersonnelfortheperiodofconsultancy.
(b) ThirdPartyliabilityinsurancewithaminimumcoverage,forRs.1.00millionfortheperiodofcons
ultancy.

(c) (i) TheConsultantshallprovide


toR&BDEPARTMENTProfessionalLiabilityInsurance(PLI)foraperiodof
FiveyearsbeyondcompletionofConsultancyservicesorasperApplicableLaw,whicheverishighe
r.

(ii)TheConsultantwillmaintainatitsexpensePLIincludingcoverageforerrorsandomissionscausedbyC
onsultant‟snegligenceintheperformanceofitsdutiesunderthisagreement,(A)For the amount
not exceeding total payments for Professional Fees and ReimbursableExpenditures made
or expected to be made to theConsultants hereunder OR (B) theproceeds, the Consultants
may be entitled to receive from any insurance maintained by
theConsultantstocoversuchaliability,whicheverof(A)or(B)ishigher.

iii) ThepolicyshouldbeissuedonlyfromanInsuranceCompanyoperatinginIndia.

iv) The policy must clearly indicate the limit of indemnity in terms of “Any One
Accident”(AOA) and “Aggregate limit on the policy” (AOP) and in no case should be for
an amountlessthanstatedinthecontract.
v) IftheConsultantentersintoanagreementwithR&BDEPARTMENTinajointventureor
„inassociation‟,thepolicymustbeprocuredandprovidedtoR&BDEPARTMENTbythejointventure/i
nassociationentityandnotbytheindividualpartnersofthejointventure/association.
vi) ThecontractmayincludeaprovisiontherebytheConsultantdoesnotcancelthepolicymidtermwitho
uttheconsentofR&BDEPARTMENT.Theinsurancecompanymayprovidean

Page130of143
undertakinginthisregard.

(d) Employer‟s liability and workers‟ compensation insurance in respect of the Personnel of
theConsultants and of any Sub consultant, in accordance with the relevant provisions of
theApplicable 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 and policies
should
startfromthedateofcommencementofservicesandremaineffectiveasperrelevantrequirementso
fcontractagreement.

3.9
TheConsultantsshallnotusethesedocumentsforpurposesunrelatedtothisContract
withoutthepriorwrittenapprovaloftheClient.

4.6
ThepersondesignatedasTeamLeadercumSeniorHighwayEngineerinAppendixBsha
llserveinthatcapacity,asspecifiedinClause4.6.

6.1(b)TheceilingamountinlocalcurrencyisRs.......…………..ExcludingGoodsandServicesTax)

6.3(a)Noadvancepaymentwillbemade.
6.3(e)Theinterestrateis:@12%perannum
6.3(f)Theaccountis:
9.2 Disputesshallbesettledbyarbitrationinaccordancewiththefollowingprovisions:
9.2.1 SelectionofArbitrators
EachdisputesubmittedbyaPartytoarbitrationshallbeheardbyasolearbitratororanarbitrationpanel
composedofthreearbitrators,inaccordancewiththe
followingprovisions:

(a) Where the Parties agree that the dispute concerns a technical matter, they may agree
toappoint a sole arbitrator or, failing agreement on the identity of such sole arbitrator
withinthirty (30) days after receipt by the other Party of the proposal of a name for such
anappointment by the Party who initiated the proceedings, either Party may apply to
thePresident, Indian Roads Congress, New Delhi, for a list of not fewer than five
nomineesand,onreceiptofsuchlist,thePartiesshallalternatelystrikenamestherefrom,andthelast
remainingnomineeonthelistshallbethesolearbitratorforthematterindispute.Ifthelastremaining
nominee has not been determined in this manner within sixty (60) days of thedate of the
list, the president, Indian Roads Congress, New Delhi, shall appoint, upon therequest of
either Party and from such list or otherwise, a sole arbitrator for the matter indispute.
(b) Where the Parties do not agree that the dispute concerns a technical matter, the Client
andthe Consultants shall each appoint one arbitrator, and these two arbitrators shall
jointlyappoint a third arbitrator, who shall chair the arbitration panel. If the arbitrators
named bythe Parties do not succeed in appointing a third arbitrator within thirty (30) days
after thelater of the two arbitrators named by the Parties has been appointed, the third
arbitratorshall, at the request of either Party, be appointed by Secretary, the Indian Council
ofArbitration, New Delhi.

Page129of143
(c) If, in a dispute subject to Clause SC 9.2.1 (b), one Party fails to appoint its
arbitratorwithin thirty (30) days after the other Party has appointed its arbitrator, the
Party whichhas named an arbitrator may apply to the Secretary, Indian Council of
Arbitration,NewDelhi,to appoint a sole arbitrator for the matter in dispute, and the
arbitratorappointedpursuanttosuchapplicationshallbethesolearbitratorforthatdispute.

9.2.2 RulesofProcedure

ArbitrationproceedingsshallbeconductedinaccordancewithprocedureoftheArbitration
&ConciliationAct1996,ofIndiaunlesstheConsultantisaforeignnational/firm,wherearbitra
tionproceedingsshallbeconductedinaccordancewiththerulesofprocedureforarbitrationoft
heUnitedNationsCommissiononInternationalTradeLaw(UNCITRAL)asinforceonthedat
eofthisContract.

9.2.3 SubstituteArbitrators

If for any reason an arbitrator is unable to perform his function, a substitute


shallbeappointedinthesamemannerastheoriginalarbitrator.

9.2.4 QualificationsofArbitrators

Thesolearbitratororthethirdarbitratorappointedpursuanttoparagraphs(a)through(c)of
Clause 8.2.1 hereof shall be an internationally recognized legal or technical
expertwithextensiveexperienceinrelationtothematterindispute.

9.2.5 Miscellaneous

In any arbitration
proceedinghereunder.

(a) Proceedingsshall,unlessotherwiseagreedbytheParties,beheldinDELHI

(b) the English language shall be the official language for

allpurposes;and
[Note:EnglishlanguagemaybechangedtoanyotherLanguage,withtheagree
mentofboththeParties.]

(c) the decision of the sole arbitrator or of a majority of the arbitrators (or of the
thirdarbitrator if there is no such majority) shall be final and binding and shall be
enforceablein any court of competent jurisdiction, and the Parties hereby waive
any objections to orclaimsofimmunityinrespectofsuchenforcement.

AppendixB
Page134of143
Consultants‟Subconsultants,KeyPersonnelandSubProfessionalPersonnel

Page135of143
AppendixC

HoursofWorkforConsultant‟sPersonnel

TheConsultant‟spersonnelshallnormallyworkfor8hoursinadayandsixdaysaweek.NormallySundays
shall be closed for working. In addition they shall also be allowed to avail holidays
asobservedbytheClient‟sofficeintherelevantstatewithoutdeductionofremunerations.Incaseanyperson is
required to work on Sunday or Holiday due to exigency of work, he/she shall be
givencompensatoryleavewithinthenext15days.

Page136of143
AppendixD

DutiesofClient

Page137of143
AppendixE

CostEstimate

Page138of143
AppendixF

MinutesofFinancial/ContractNegotiationswiththeConsultant

Page139of143
AppendixG
CopyofLetterofInvitation

Page140of143
AppendixH
CopyofLetterofAcceptance

Page141of143
AppendixI

FormatforBankGuaranteeforPerformanceSecurity(Forindividualwork)BANK
GUARANTEEFORPERFORMANCESECURITY

To,

The Executive
Engineer,SuratR & B
Division No.1,
Nanpura
Surat, Gujarat-395001

Inconsiderationof“TheExecutiveEngineer,SuratR&BDivision No.1,NanpuraSuratGujarat-
395001”(hereinafterreferredasthe“Client”,whichexpressionshall,unlessrepugnanttothecontextormeanin
gthereofincludeitssuccessors,administratorsandassigns)havingawardedto
M/s.......................................................................havingitsofficeat..............................................
(Hereinafterreferredtoasthe“Consultant”whichexpressionshallrepugnanttothecontextormeaningthere
of,includeitssuccessors,administrators,executorsandassigns),acontractby
issueofclient‟sContractAgreementno./LetterofAcceptanceNo ................................................. dated
.......................andthesamehavingbeenunequivocallyacceptedbytheConsultant,resultingin
aContractvaluedatRs..................../-(Rupees..................................) Excluding Goods
andServicesTaxfor
“ConsultancyServicesforDetailedProjectReportof<ProjectDescription>
.........................................................(TotalLength-..............)onSH/s- ................ inthestatesof
............... (Hereinafter called the “Contract”), and the Consultant having agreed to furnish a
BankGuaranteetotheClientas“PerformanceSecurityasstipulatedbytheClientinthesaidcontractforper
formanceoftheaboveContractamountingtoRs /-(Rupees).
We,..................................................havingregisteredofficeat .......................................... ,abody
registered/constitutedunderthe ........................................... (hereinafterreferredtoastheBank),
whichexpressionshall,unlessrepugnanttothecontextormeaningthereof,includeitssuccessors,admini
strators, executors and assigns) do hereby guarantee and undertake to pay
theclientimmediatelyondemandanyor,allmoneypayablebytheConsultanttotheextentofRs.
...............(Rupees.......................................)asaforesaidatanytimeupto ............................ withoutany
demur, reservation, contest, recourse or protest and/or without any reference to the consultant.
Anysuchdemandmadebytheclientonthebankshallbeconclusiveandbindingnotwithstandinganydiffe
rence between the Client and the Consultant or any dispute pending before any
Court,Tribunal,Arbitratororanyotherauthority.WeagreethattheGuaranteehereincontainedshallbeir
revocableandshallcontinuetobeenforceabletilltheClientdischargesthisguarantee.

TheClientshallhavethefullestlibertywithoutaffectinginanywaytheliabilityoftheBankunderthisGuaran
tee,fromtimetotimetovary
ortoextendthetimeforperformanceofthecontractbytheConsultant.TheClientshallhavethefullestliberty
withoutaffectingthisguarantee,topostponefromtimetotimetheexerciseofanypowersvestedinthemorofa
ny
rightwhichtheymighthaveagainsttheconsultantandtoexercisethesameatanytimeinanymanner,andeithe
rto

Page142of143
enforce or to forbear to enforce any covenants, contained or implied, in the Contract between
theClientandtheConsultantanyothercourseorremedyorsecurityavailabletotheClient.Thebankshall
not be relieved of its obligations under these presents by any exercise by the Client of itsliberty
with reference to the matters aforesaid or any of them or by reason of any other act orforbearance
or other acts of omission or commission on the part of the Client or any
otherindulgenceshownbytheClientorbyanyothermatterorthingwhatsoeverwhichunderlawwouldbut
forthisprovisionhavetheeffectofrelievingtheBank.

TheBankalsoagreesthattheClientatitsoptionshallbeentitledtoenforcethisGuaranteeagainstthe Bank
as a principal debtor, in the first instance without proceeding against the Consultant
andnotwithstanding any security or otherguarantee that theClientmay have in relationto
theConsultant’sliabilities.

Notwithstandinganythingcontainedherein,

a) OurliabilityunderthisBankGuaranteeislimitedtoRs.
.......................(Rupees ........................................... )anditshallremaininforceupto
andincludingandshallbeextendedfromtimetotimeforsuchperiodas
maybedesiredbyM/s .................................... ,onwhosebehalfthisguaranteehasbeen
given.

b) ThisBankGuaranteeshallbevalidupto....................................................................

c) We are liable to pay the guaranteed amount or any part thereof under this
BankGuaranteeonlyandonlyifyouserveuponusawrittenclaimordemandonorbefore.
...................................... (dateofexpiryofGuarantee).

(SignatureoftheAuthorisedOfficial)(Na
me&DesignationwithBankStamp)
NOTE:
(i) Thebankguarantee(s)containsthename,designationandcodenumberoftheoffice
r(s)signingtheguarantee(s).
(ii) Theaddress,telephoneno.andotherdetailsoftheHeadOfficeoftheBankaswellasofissuingb
ranchshouldbementionedonthecoveringletterofissuingBranch.
(iii) ThebankguaranteeforRs.10,000andaboveissignedbyatleasttwoofficials(orasperthenorms
prescribedbytheRBIinthisregard).

Page143of143
AppendixJ

ReplytoQuarriesoftheBidder

Page144of144
Name of Work:-Consultancy Services for Feasibility study and preparation of Detailed Project Report,
Land Acquisition, Forest Clearance and Utility Shifting for Development of High-Speed Corridor Of
Surat-Sachin Navsari Road Km 13/4 to 21/4 under Surat (R & B) Division No.1 Surat Gujarat.

Schedule - B
Sr No Item Qty Unit Amount in Rs
Item No. 1, 1 Job 49,99,400.00
Topographical survey using latest equipment’s &
trends showing all important features within
highway boundary and on either side of the
highway boundary for approaches/carriageway
and 7 day traffic survey classified direction, spot
speed & delay survey for the site of SIX LANNING
Road with survey drawings in 3 copies and one
soft copy. Preparation of GAD and block estimates
for the SIX LANNING of Road above said chainage
of (1)Surat-Sachin-Surat Road Km 13/4 to 21/4
(SH-06) road as per MORTH and prevailing norms
of national highways with soil investigation works,
soil reports, traffic survey, topographic survey
preparation and approval of the GAD/MOU from
R&B Authority including making
corrections/modifications suggested by concerned
authority. Making all correspondence with
concerned authority for the approval of GAD
including submission of all required documents to
the concerned authority and additional three
copies with soft copy to Road & Bldg Division
No.1, Surat. Including all structural design &
drawing as per MORTH & IS & also proof checking
of design & drawing from the design (R&B) circle,
Gandhinagar and getting Administrative Approval.
As well as preparation of proposal of land
acquisition, proposal of utility shifting , proposal

Page144of144
of forest clearance & proposal for seeking
permission of concerned dept. and getting
approval of concern Dept. to execute the SIX
LANNING of Road including corresponded with
concerned dept. & will get approval. Also
prepared plans & methods for construction and
traffic management during construction & after
construction. Also prepare planning and design of
general arrangement for drainage of rain water
during monsoon.

Preparation of detailed cost ESTIMATES (With


Drawing) and DTP for this work on the basis of Surat
district SOR of R&B Dept. and draft tender papers
(DTP) including detailed specification of the SIX
LANNING of Road in above said chainage of road, as
per prevailing norms of R&B Dept. with all required
documents, including making
corrections/modifications suggested by Executive
Engineer, R&B Dept, Surat and getting technical
approval of Estimates and DTP. Above item must be
quote including all transportation, survey equipment’s,
all necessary equipment’s, lodging, boarding, labour,
technical staff etc complete. Also including all taxes
(including GST).

Total 49,99,400.00

TOTAL (in Words) Rs. Forty-Nine Lacs Ninety-Nine Thousand Four Hundred Only.

Deputy Executive Engineer Executive Engineer


Surat (R & B) Sub Division No.2 Surat (R & B) Division No.1
Surat Surat
Page144of144
Page144of144

You might also like