Kalwari Bypass DPR Consultancy RFP
Kalwari Bypass DPR Consultancy RFP
November, 2024
Superintending Engineer
National Highway Circle, PWD,
Lucknow – 226001
1
INDEX
2
OFFICE OF THE SUPERINTENDING ENGINEER
NH-CIRCLE, PWD, LUCKNOW, UTTAR PRADESH
NIRMAN BHAWAN, 96- M.G. MARG, LUCKNOW-226001(U.P.)
Tentative
S.No. NH No. Section State
Length (Km)
1 2 3 4 5
2. Proposals are hereby invited from eligible Consultants who meet the guidelines contained in Public
Procurement (Preference to Make in India) Order, 2017 (amended on 16.09.2020) for Consultancy
Services for Preparation of Detailed Project Report (DPR) for Construction of Kalwari Bypass- 2 lane with
Paved Shoulder for Kalwari town on NH-227A (Ram Janki Marg) KM-36 in the State of Uttar Pradesh.
Consultant submitting Proposal in sole capacity or as a member of joint venture or as an associate shall
meet the guidelines contained in Public Procurement (Preference to Make in India) Order, 2017 (amended
on 16.09.2020). The Letter of Invitation (LOI) and Terms of Reference (ToR) including Request for
Proposal (RFP) is available online on e-tender portal of https://eprocure.gov.in. The document can also be
downloaded from (https://infracon.nic.in). Cost of the Document in the form of a Non-refundable
document fee of Rs.5,000 (Rupees Five Thousand only) must be submitted through online portal
“BHARAT KOSH” Portal only in favour of Regional Pay and Accounts Officer, MoRT&H, Lucknow, DDO Code:
235040 at the time of Submission of Bid proposal, specifying the tender id and bid due date.
3. The RFP has also been uploaded on “INFRACON” (www.infracon.nic.in). As such before submitting
the proposal the Consultant shall mandatorily register and enlist themselves (the firm and all key
personnel), on the MoRTH portal “INFRACON” and furnish registration details along with its RFP. A
copy of Infracon Operation Procedure is also enclosed for bidder‟s reference.
4. All the bidders registered on Infracon shall form a Team on Infracon and which would be assigned unique
Infracon Team ID. Bidders while submitting the proposal shall quote the Infracon Team ID.
Superintending Engineer
4
Letter of Invitation (LOI)
Sub: Consultancy Services for Preparation of Detailed Project Report (DPR) for
Construction of Kalwari Bypass- 2 lane with Paved Shoulder for Kalwari town on NH-227A
(Ram Janki Marg) KM-36 in the State of Uttar Pradesh.
1. Introduction
1.1 The MoRT&H has been has been entrusted with the assignment of Consultancy
Services for Preparation of Detailed Project Report (DPR) for for Construction of
Kalwari Bypass- 2 lane with Paved Shoulder for Kalwari town on NH-227A (Ram
Janki Marg) KM-36 in the State of Uttar Pradesh. Superintending Engineer, NH
Circle, PWD, Lucknow now invites proposal from technical consultants for carrying
out detailed project report as per details given in Annexure-1.
1.2 A brief description of the assignment and its objectives are given in the
Appendix-I, “Terms of Reference”.
1.3 The Superintending Engineer, NH Circle, PWD, Lucknow invites Proposals (the
“Proposals”) from eligible consultants who meet the guidelines contained in
Public Procurement (Preference to Make in India) Order, 2017 (amended on
16.09.2020) through e-tender (online bid submission) for selection of
Technical Consultant (the “Consultant”) who shall prepare detailed project
report (DPR).The consultant should have expertise in carrying out similar kind
of job, in similar geographical location (particularly for hill road projects).
Consultants are here by invited to submit proposal in the manner as prescribed
in the RFP document.
A Consultant with “a Particular Team” may submit proposals for more than one
package. However, a Consultant is not allowed to bid for a package with more than
one team. For the sake of clarity, it is mentioned that one consultant cannot
submit two proposals/ bids for the same package. A consultant (either as sole
or as in JV/Association) can be awarded only up to 2 packages. A Consultant
with “a Particular Team” may submit only one “proof of eligibility (Part 1)” and
“Technical Proposal (Part II)” for any number of packages applied for by them.
However, the packages for which a Consultant with “a Particular Team” applies
should be clearly mentioned.
5
JV/Association shall be limited to one package only. Joint venture shall not
have more than two firms.
1.5 To obtain firsthand information on the assignment and on the local conditions,
the consultants are encouraged to pay a visit to the client, local State PWDs and
the project site before submitting a proposal and attend a pre-proposal
conference. They must fully inform themselves of local and site conditions and
take them into account in preparing the proposal.
1.6 Financial Proposals will be opened only for the firms found to be eligible and
scoring qualifying marks in accordance with Para 5 hereof. The consultancy
services will be awarded to the highest ranking consultant on the basis of
Quality and Cost.
1.7 Please note that (i) costs of preparing the proposal and of negotiating the
contract, including visits to the Client, etc., are not reimbursable as a direct
cost of the assignment; and (ii) Client is not bound to accept any of the
proposals submitted and reserve the right to reject any or all proposals without
assigning any reasons.
6
iv. by the authorized representative in case of Joint Venture.
v. An undertaking that the JV firms are jointly and severally liable to the Employer
for the performance of the services
1.9 Pre-proposal conference shall be held on the date, time and venue given
in Data Sheet.
1.10 The Applicant, by submitting its Application pursuant to this RFP, shall be
deemed to have acknowledged that without prejudice to the Chief Engineer -
Regional Officer MoRTH, Lucknow any other right or remedy hereunder or in
law or otherwise, the Applicant shall be debarred from participating in the
future projects of the Chief Engineer - Regional Officer MoRTH, Lucknow in
the following situations:
(a) If an Applicant withdraws its Proposal during the period of its validity as
7
Specified in this RFP and as extended by the Applicant from time to time.
(b) In the case of a Selected Applicant, if the Applicant fails to sign the Agreement.
2. Documents
2.1 To enable you to prepare a proposal, please find and use the attached documents
listed in the Data Sheet.
2.2 Consultants requiring a clarification of the documents must notify the Client,
in writing, by 09.12.2024 17:00 Hrs. Any request for clarification in writing or
by telefax/e-mail must be sent to the Client‟s address indicated in the Data
Sheet. The Client will uploadreplies to pre-bid queries on its website.
2.3 At any time before the submission of proposals, the Client may, for any reason,
whether at its own initiative or in response to a clarification requested by a
Consulting firm, modify the Documents by amendment or corrigendum. The
amendment will be uploaded on https://eprocure.gov.in and
www.infracon.nic.in website. The Client may at its discretion extend the
deadline for the submission of proposals and the same shall also be uploaded
on https://eprocure.gov.in and www.infracon.nic.in website.
3. Preparation of Proposal
3.1.1 The minimum essential requirement in respect of eligibility has been indicated
in the Data Sheet. The proposal found deficient in any respect of these
requirements will not be considered for further evaluation. The following
documents must be furnished in support of proof of eligibility as per Formats
given in Appendix-II:
(ii) Firm‟s relevant experience and performance for the last 7 years: Project
sheets in support of relevant experience as per Form-E2/T3 supported by the
experience certificates from clients in support of experience as specified in data
sheet for the project size preferably in terrain of similar nature as that of
proposed project shall be submitted on Infracon portal in input data sheet.
Certificate should indicate clearly the firms Design/DPR experience, in 2/4-/6-
laning of highway, structures like bridges, Viaducts, tunnels, hill slope
stabilization, rock bolting, ground improvement, etc. Scope of services rendered
by the firm should be clearly indicated in the certificate obtained from the
client. The information given in Form E2/T3 shall also be considered as part of
8
Technical Proposal and shall be evaluated accordingly. The Consultants are therefore
advised to see carefully the evaluation criteria for Technical Proposal and submit
the Project Sheets accordingly.
(iii) Firm‟s turnover for the last 5 years: A tabular statement as in Form E3 showing
the turnover of the applicant firm(s) for the last five years beginning with the last
financial year certified by the Chartered Account along with certified copies of
the audit reports shall be submitted in support of the turnover shall be
submitted on Infracon Portal ininput data sheet.
The above details are to be submitted through INFRACON only.
(iv) Document fee: The non-refundable fee for the document amounting to Rs.
5000/- (Five thousand only) is to be submitted online in BHARAT KOSH
portal account. The proof/ transaction receipt of depositing online fee must
be furnished while submitting the proposal. However, Consultants who are
Micro and Small Enterprises are exempt from payment of Document Fee. Such
Consultants will be required to submit documentary evidence of their being
Micro or Small Enterprise both in CPPP and in hard copy.
(v) Deleted
(vi) Power of Attorney on a stamp paper of Rs.100 and duly notarized authorizing to
submit the proposal.
(ix) A Consultant is required to submit along with its Technical Proposal, a self -
certification that the services offered meets the local content requirement for
„Class-I Local supplier‟/‟Class-II Local Supplier‟ as the case may be. In case the
Consultant has not submitted the aforesaid certification, the Consultant will be
treated as „Non-Local supplier‟. The definition of Class-I Local Supplier, Class-II
Local Supplier, Non-Local Supplier and Local Content shall be as given in Public
Procurement (Preference to Make in India) Order, 2017 (amended on
16.09.2020). In case of procurement of a value in excess of Rs. 10 crores, the
„Class-I Local supplier‟/‟Class-II Local Supplier‟ shall provide a certificate from
the statutory auditor or cost auditor of the company (in case of companies) or
from a practicing cost accountant or practicing chartered accountant (in respect
suppliers other than companies) giving the percentage of local content.
9
Sl. Average Annual Turnover of Firm Upto More than More More
No. in last 3 Financial Years Rs. 10 Rs. 10 crores than than
(from Consultancy Services) Crores but less Rs. 30 Rs. 60
than/equal crores but Crores
to Rs. 30 less
Crores than/equal to
Rs. 60 Crores
Note: (1) Both the conditions of turn over and number of key professionals on full time employment with the
consultant have to be satisfied to be eligible for award of maximum no. of consultancy assignments mentioned in Sr.
No. 2, 3 & 4 of the above table. In case one condition is fulfilled for higher slab but the other condition is fulfilled for
lower slab, consultant will be eligible for award of maximum number of consultancy assignments corresponding to the
condition meeting lower slab.
(2) (i) In case of JV bidding for the current assignment, the weighted average of turnover and key professionals of the
JV will be determined considering the ratio of participation of the JV members in the current assignment. The total
consultancy assignments, DPR consultancy assignments and cap on the DPR consultancy assignments that can be
awarded to the JV during CFY shall be determined in accordance with the note 1 above with respect to the weighted
10
turnover and number of key professionals. The ongoing consultancy assignments (total & DPR) shall be determined by
simple summation of the respective figures of individual members.
Further, in case technical capacity of both the JV members make them ineligible for award of a single DPR consultancy
assignment individually, JV will not be eligible for award of any consultancy assignment based on the weighted average
of turnover and key professionals of the JV members.
(ii) The consulting firms should be encouraged to carry out a mix of DPR and Supervision Assignments like
IE/AE/Construction Supervision Consultants (CSC).
(iii) The following assignments would not be counted as ongoing consultancy services for the purpose of
determination of technical capacity as above.
(a) IE/AE/CSC assignments where original assignment period + one year is lapsed or provisional completion of civil
work is issued, whichever is earlier;
(b) DPR assignments where either (i) the bids for civil works have been received; or (ii) original assignment period
+ one year has lapsed;
(c) Special Projects like tunnel, stand-alone bridge, emergency landing facility, etc.; and
(iv) For the purpose of calculation of maximum no. of consultancy assignments, the assignments awarded on the
date of opening of financial proposal and in progress will be taken into consideration as utilized capacity. Projects of
MoRTH and its executing agencies (awarded/ in progress) only shall be considered for the purpose. The Consultant shall
provide these details and they shall be solely responsible for accuracy of such details provided.
(v) The applicants shall submit copies of Form-26 AS in the proposal in order to certify their permanent key
personnel (as given in Sr. No. 1 of above table).
(vi) The applicants shall submit the requisite details for determination of technical capacity in the prescribed
format Technical Capacity (Form T-11) enclosed.
11
In one
financial year
Sl. Average Annual Turnover of Firm in Upto More than More More
No. last 3 Financial Years (from Rs. 10 crores than than
Consultancy Services) but less Rs. 30 Rs. 60
than/equal crores but Crores
Rs. 10 to Rs. 30 less
Crores Crores than/equal to
Rs. 60 Crores
Note: (1) Both the conditions of turn over and number of key professionals on full time employment with the
consultant have to be satisfied to be eligible for award of maximum no. of consultancy assignments mentioned in Sr.
No. 2, 3 & 4 of the above table. In case one condition is fulfilled for higher slab but the other condition is fulfilled for
lower slab, consultant will be eligible for award of maximum number of consultancy assignments corresponding to the
condition meeting lower slab.
12
(2) (i) In case of JV bidding for the current assignment, the weighted average of turnover and key professionals of the
JV will be determined considering the ratio of participation of the JV members in the current assignment. The total
consultancy assignments, DPR consultancy assignments and cap on the DPR consultancy assignments that can be
awarded to the JV during CFY shall be determined in accordance with the note 1 above with respect to the weighted
turnover and number of key professionals. The ongoing consultancy assignments (total & DPR) shall be determined by
simple summation of the respective figures of individual members.
Further, in case technical capacity of both the JV members make them ineligible for award of a single DPR consultancy
assignment individually, JV will not be eligible for award of any consultancy assignment based on the weighted average
of turnover and key professionals of the JV members.
(viii) The consulting firms should be encouraged to carry out a mix of DPR and Supervision Assignments like
IE/AE/Construction Supervision Consultants (CSC)/PMC.
(ix) The following assignments would not be counted as ongoing consultancy services for the purpose of
determination of technical capacity as above.
(e) IE/AE/CSC/PMC assignments where original assignment period + one year is lapsed or provisional completion of
civil work is issued, whichever is earlier;
(f) DPR assignments where either (i) the bids for civil works have been received; or (ii) original assignment period
+ one year has lapsed;
(g) Special Projects like tunnel, stand-alone bridge, emergency landing facility, etc.; and
(h) Assignments having less than 6 months contract period.
(x) For the purpose of calculation of maximum no. of consultancy assignments, the assignments awarded on the
date of opening of financial proposal and in progress will be taken into consideration as utilized capacity. Projects of
MoRTH and its executing agencies (awarded/ in progress) only shall be considered for the purpose. The Consultant shall
provide these details and they shall be solely responsible for accuracy of such details provided.
(xi) The applicants shall submit copies of Form-26 AS in the proposal in order to certify their permanent key
personnel (as given in Sr. No. 1 of above table).
(xii) The applicants shall submit the requisite details for determination of technical capacity in the prescribed
format Technical Capacity (Form T-11) enclosed.
13
executing
agencies in one
financial year
1 2 3A 3B 4 5A 5B 5C 6 7
10 26 8 6 3 6 1 5 1 2*
*Compare 3B – 5B with 3A – 5A and take lower of the two and in this case, it is 2 (X). Compare 4-6 with X and take lower
of the two and in this case, it is 2 (Y). Hence, Y is the remaining DPR consultancy assignments that can be awarded to
the consultant during the CFY.
3.2.1 You are expected to examine all terms and instructions included in the
Documents. Failure to provide all requested information will be at your own risk
and may result inrejection of your proposal.
3.2.2 During preparation of the technical proposal, you must give particular attention
to thefollowing:
3.2.3 The technical proposal shall be submitted strictly in the Formats given in
Appendix- III and shall comprise of following documents:
i) Forwarding letter for Technical proposal duly signed by the authorized person
on behalf of the bidder, as in Form-T-1
ii) Details of projects for which Technical and Financial Proposals have been
submitted by a Consultant with a particular Team as in Form-T-2
iii) Firm‟s references - Relevant Services carried out in the last seven years as per
Form- E2/T-3. This information submitted as part of Proof of Eligibility shall be
evaluated and need not be submitted again as a part of the Technical proposal.
iv) Site Appreciation: limited to four A4 size pages in 1.5 space and 12 font
including photographs, if any (Form-T-4).
vi) Proposed methodology for the execution of the services illustrated with bar
charts of activities, including any change proposed in the methodology of
services indicated in the TOR, and procedure for quality assurance: The
proposed methodology should be accompanied by the consultants initial view, key
challenges they foresee and potential solutions suggested regarding: a) proposed
alignment and bypass required, b) land acquisition requirements, c)access
control, rehabilitaton of existing road, drainage and utilities, d) adoption of
superior technology along with proof: limited to six A4 size pages in 1.5 space
14
and 12 font including photographs, if any for items a to c, (Form-T- 6) and
information in Form-T-8 (as covered in para viii below) for item d
vii) The proposal should clearly identify and mention the details of Material Testing
lab facilities to be used by the Consultants for the project (Form-T-7). In this
connection, the proposals of the Consultants to use in-house lab facilities up to
a distance of maximum 400 km from the project site being feasible would be
accepted. For all other cases suitable nearby material Testing Laboratory shall
be proposed before Contract Agreement is executed.
viii) The proposal shall indicate as to whether the firm is having the facilities for
carrying out the following field activities or these are proposed to be outsourced
to specialized agencies in the Form- T-8.
(a).Pavement Investigation
In case the consultant envisages outsourcing any or all of the above services to
the expert agencies, the details of the same indicating the arrangement made
with the agencies need to be furnished. These agencies would however, be
subject to approval of the client to ensure quality input by such agencies before
award of the work. For out-sourced services, proposed firms/consultants should
have such experience on similar projects
ix) Details of office equipment and software owned by the firm in Form-T9
x) CVs of following 4 (four) key Personnel may be submitted only through Infracon in
Form–T-10
[Team Leader cum Highways Engineer, Bridge Engineer, Highway Engineer & Traffic / Road Signage /
Marking and Safety Expert in case of Normal Highway Project]
[Team Leader cum Bridge Engineer, Highway Engineer, Bridge/Structural Engineer &
Material cum Geo-Technical Engineer in case of Standalone Bridge Project]
[Team Leader cum Tunnel Expert, Tunnel Design Expert, Geo- Physicist/Geologist &
Geotechnical Engineer in case Standalone Tunnel Project].
For remaining key personnel, the CVs need to be submitted for approval prior to signing of
contract.
xi) The bidders shall submit the additional details in Form–T-11 for technical proposal.
xii) In case consultant firms experience or document such as Form E2/T3, Form E3, References
(client certificate) is found to be false at any stage i.e. from bidding to completion of
services, the consultancy contract shall be terminated and consultant firm shall be debarred
for a period of 2 years.
i) The CVs of the four key personnel as mentioned in para 3.2.3(x) above in the
format as per Form T-10 is to be furnished on Infracon portal. It may please be
ensured that the format is strictly followed and the information furnished
therein is true and correct. The CV must indicate the work in hand and the
duration till which the person will be required to be engaged in that assignment.
The Firm shall ensure that details furnished in the CV by the personnel are
correct.
15
a. If an information is found incorrect/fake/inflated in the CV, at any stage,
Debarment of the key personnel from future MoRT&H or its Executing Agencies
projects upto 2 years may be taken by MoRT&H or its Executing Agencies.
b. In case, the information contained in the CV for the duration in which the key
personnel was employed by the firm, proposing his candidature is found
incorrect/fake/inflated at any stage, action including termination of the
consultancy agreement and debarment of the firm upto 2 years from future
MoRTH or its Executing Agencies projects shall be taken by MoRTH or its
Executing Agencies.
c. In case, the information contained in the CV is found incorrect/fake/inflated at
any stage, the consultancy firms shall have to refund the salary and perks drawn
in respect of the person apart from other consequences.
ii. The minimum requirements of Qualification and Experience of all key personnel are
listed in Enclosure-II of TOR. CV of a person who does not meet the minimum
experience requirement as given at enclosure-II of TOR shall be evaluated and
the marks obtained shall be taken into consideration during evaluation of
Technical Proposal (except Team leader). However if a firm with such key
personnel is declared the “most preferred bidder” for a particular package,
such key personnel should be replaced before signing of contract with a
person meeting requirements of Qualification and Experience as given at
enclosure-II of TOR and whose CV secures 75 % marks and above. If proposed
key personnel does not possess the minimum (essential) educational
qualification as given at enclosure-II of TOR, zero marks shall be assigned to
such CV and such CV shall not be evaluated further. The CV of the proposed
Team Leader should score at least 75 % marks otherwise the entire proposal
shall be considered to have failed in the evaluation of Technical Proposals
and shall not be considered for opening of Financial Proposals.
iii. [Team Leader, Highway cum Pavement Engineer, Senior Bridge Engineer, Geo-
technical cum material engineer Senior Survey Engineer, Tunnel Design Expert,
Senior Geotechnical Engineer and Senior Geo Physicist]* should be available
from beginning of the project. Other Key Personnel with intermittent input are
allowed to be deployed/proposed in 2 teams at a time. If same CV is submitted
by two or more firms, zero marks shall be given for such CV for all the firms.
iv. The availability of key personnel must be ensured for the duration of project as
per proposed work program. If a firm claims that a key personnel proposed by
them isa permanent employee of the firm (the personnel should have worked in
the firm continuously for a period of at least 1 year), a certificate to the effect
be furnished by the firm.
v. The age limit for key personnel is 65 years as on the date of bid submission. The
proof of age and qualification of the key personnel must be furnished in the
technical proposal.
vi. An undertaking from the key personnel must be furnished that he/she will be
available for entire duration of the project assignment and will not engage
himself/herself in any other assignment during the period of his/her assignment on
the project. After the award of work, in case of non-availability of key personnel
in spite of his/her declaration, he/she shall be debarred for a period of two
years for all projects of MoRT&H/State PWD/NHAI/NHIDCL/BRO.
vii. Age limit for supporting staff to be deployed on project is 65 years as on the date of bid
16
submission.
viii. A good working knowledge of English Language is essential for key professional
staff on this assignment. Study reports must be in English Language.
ix. Photo, contact address and phone/mobile number of key personnel should be
furnished in the CV.
xi. It may please be noted that in case the requirement of the „Experience‟ of the
firm/consortium as mentioned in the “Proof of Eligibility‟ is met by any foreign
company, their real involvement for the intended project shall be mandatory.
This can be achieved either by including certain man-months input of key
experts belonging to the parent foreign company, or by submitting at least the
draft feasibility report and draft DPR duly reviewed by the parent firm and their
paying visit to the site and interacting with Agency . In case of key personnel
proposed by the foreign company, they should be on its pay roll for at least last
six months (from the date of submission).
3.2.5 The technical proposal must not include any financial information.
3.3.1 The Financial proposal should include the costs associated with the assignment.
These shall normally cover: remuneration for staff (foreign and local, in the
field, office etc.), accommodation, transportation, equipment, printing of
documents, surveys, geotechnical investigations etc. This cost should be broken
down into foreign and local costs. Your financial proposal should be prepared
strictly using, the formats attached in Appendix – IV. Your financial proposal
should clearly indicate the amount asked for by you without any assumptions of
conditions attached to such amounts. Conditional offer or the proposal not
furnished in the format attached in Appendix-IV shall be considered non-
responsive and is liable to be rejected.
3.3.2 The financial proposal shall take into account all types of the tax liabilities and
cost of insurance specified in the Data Sheet.
3.3.3 Costs shall be expressed in Indian Rupees in case of domestic as well as for
foreign Consultant. The payments shall be made in Indian Rupees by the
17
MoRT&H and the Consultant themselves would be required to obtain foreign
currency to the extent quoted and accepted by MoRT&H. Rate for foreign
exchange for payment shall be at the rate established by RBI applicable at the
time of making each payment installment on items involving actual transaction
in foreign currency. No compensation done to fluctuation of currency exchange
rate shall be made.
4. Submission of Proposals
4.1 The Applicants shall submit the proposal (Proof of Eligibility and Technical
Proposal) comprising the documents as mentioned under clause 3.1.1 and 3.2.3
respectively to meet the requirements of „Proof of Eligibility‟ and „Technical
Proposal‟ online only. A Consultant with “a Particular Team” may submit only
one proposal of “proof of eligibility (Part 1 Para 5.1 i, ii &vii)” and “Technical
Proposal (Part II)” to Chief Engineer - Regional Officer, MoRT&H, Lucknow for all
the packages applied by them with a particular team on or before the deadline
of submission of bids. A consultant can apply for a particular package with one
team only. The packages for which a Consultant with “a Particular Team” applies
should be clearly mentioned in their proposal. However, Consultants are
required to submit a copy of Proof of Eligibility and Technical Proposal online
separately for each package. Financial proposal for each package are to be
submitted separately. Financial proposal are only to be submitted online and no
hard copy of the financial proposal should be submitted.
The document listed in para 3.1.1 (iv), (vi), (vii) shall be submitted in original
by the H-1 bidder to the Authority before issue of LOA.
4.2 The proposal must be prepared in indelible ink and must be signed by the
authorized representative of the consultants. The letter of authorization must
be confirmed by a written power of attorney accompanying the proposals. All
pages of the Proof of Eligibility and Technical Proposal must be initialed by the
person or persons signing the proposal.
4.4 Your proposal must be valid for the number of days stated in the Data Sheet
from the closing date of submission of proposal.
5. Proposal Evaluation
In the second stage the Technical proposal shall be evaluated as per the
detailed evaluation criteria given in Data Sheet.
Technical Proposal: The technical proposal should score at least 80 points out
of 100 to be considered for financial evaluation. The CV of the proposed Team
Leader should score at least 80 % marks otherwise the entire proposal shall be
considered to have failed in the evaluation of Technical Proposals and shall not
be considered for opening of Financial Proposals.
5.3.1 In case for a particular package, only one firm is eligible for opening of
Financial Proposals, the Financial Proposal shall not be opened, the bids for
that package shall be cancelled and Chief Engineer - Regional Officer, MoRTH,
Lucknow shall invite fresh bids for this package. For financial evaluation, total
cost of financial proposal excluding Goods & Service Tax shall be considered.
Goods & Service Tax shall be payable extra.
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, then their cost will be considered as NIL but
19
the consultant shall however be required to carry out such obligations without
any compensation. In case, if client feels that the work cannot be carried out
within overall cost of financial proposal, the proposal can be rejected. The
client shall correct any computational errors and correct prices in various
currencies to the single currency specified in Data Sheet. The evaluation shall
exclude those taxes, duties, fees, levies and other charges imposed under the
applicable law & applied to foreign components/ resident consultants.
5.3.3 For a package, the procedure as mentioned at Clauses 5.3.4, 5.4 and, 5.5 as
mentioned below shall be followed for determining the “most preferred bidder (H-
1 bidder)” for this package.
5.3.4 All the bid prices which are 25% or more below average bid prices will be given
financial score (SF) of 100 points. The financial score of other bidders shall be
computed as follows:
SF=100*amount equal to 25% below average bid prices/bid price of the
particular bidder
5.4 Combined evaluation of Technical and Financial Proposals.
S= STxT + SFxf
Where,
S= Combined Score,
ST= Technical Score out of
100 SF= Financial Score out
of 100
T and f are values of weightage for technical and financial proposals
respectively as given in the Data Sheet.
5.6 In case work has to be awarded for multiple packages, award of work to a
Consultant with “a Particular Team” either as sole or as in JV/Association shall
be limited to one package only. At first, Consultants who become H-1 in one
package each shall be assigned the respective package. Then packages in
which a Consultant with “a Particular Team” turns out to be the most
preferred bidder (H-1) in more than one package shall be considered. In case, a
Consultant with “a Particular Team” turns out to be the most preferred bidder (H-
1) in more than one package, the package which is to be awarded to this team
of a consultant shall be determined on the basis of least cost to Chief Engineer -
Regional Officer MoRTH Lucknow considering the Financial Quote of H-1
20
bidder and H-2 Bidder limited to those packages. Procedure to be followed for
awarding work based on QCBS including assessment of least cost to Chief
Engineer - Regional Officer MoRTH Lucknow under special circumstances i.e.
When a Consultant with “a Particular Team” turns out to be the most preferred
bidder (H-1) in more than one package is given at given at Annex-II.
6. Performance Security
6.1 The consultant will furnish within 15 days of the issue of Letter of Acceptance
(LOA), an unconditional Bank Guarantee equivalent to 10% of the total contract
value from a Nationalized Bank, IDBI or ICICI/ ICICI Bank/ Foreign Bank/ EXIM
Bank / Any Scheduled Commercial Bank approved by RBI having a net worth of
not less than Rs.1000 crore as per latest Annual Report of the Bank. In the case
of a Foreign Bank (issued by a Branch in India) the net worth in respect of
Indian operations shall only be taken into account. In case of Foreign Bank, the
BG issued by Foreign Bank should be counter guaranteed by any Nationalized
Bank in India. In case of JV, the BG shall be furnished on behalf of the JV or by
the lead member of the JVs for an amount equivalent to 10% of the total contract
value to be received by him towards Performance Security valid for a period of
three years beyond the date of completion of services, or end of civil works
contract, whichever earlier. The Bank Guarantee will be released by
MoRTH/State PWD upon expiry of 3 years beyond the date of completion of
services, or end of civil works contract, whichever earlier, provided rectification
of errors if any, found during implementation of the contract for civil work and
satisfactory report by MoRTH/State PWD in this regard is issued. However, if
contract is foreclosed / terminated by MoRTH/State PWD at Inception Stage,
with no fault of Consultant, Performance Security shall be released within
three months from date of foreclosure / termination.
Alternatively, the Consultant may submit a single Bank Guarantee as Performance
Security to cover the performance of all the consultancy assignments being
undertaken by the Consultant for the Client for the amount indicated below. If any
part of the Omnibus Bank Guarantee has been encashed by the Client, whether
before submission of Proposal, during pendency of the Proposal evaluation or
during pendency of the Contract, the Consultant shall re-equip the Omnibus Bank
Guarantee within a period of 3 working days. The Consultant may initially provide
the Omnibus Bank Guarantee towards Performance Security for a period of two
years provided that it shall procure the extension of the validity of the
Performance Security at least one month prior to the date of expiry thereof. Once
the appropriate single Bank Guarantee for Performance Security has been
submitted by the Consultant, the existing BGs shall be returned. The Bank
Guarantee be submitted in prescribed Proforma.
Performance Security
Cumulative Value of Consultancy Fee as per Ongoing BG Value (Rs. In
Contracts (Rs. In Crores) Crores)
0-10 0.2
10-20 0.4
21
20-30 0.5
30-40 0.6
40-60 0.8
60-80 1.0
80-100 1.2
100-150 1.5
150-200 1.75
>200-250 2.0
6.2 Further, in case where the bid of the successful consulting firm is less than 85%
of the average of all bids received, the successful consulting firm shall have to
submit an Additional Performance Security (APS) in the form of a Bank
Guarantee for 30% of the differential value between the successful bid and
average of all the bids received. The BG shall be valid for a period of [06+02]
months i.e. upto 2 months beyond the expiry of the Contract of 06 months. The
other requirements of APS are same as those of Performance Security.
6.3 In the event the Consultant fails to provide the security within 15 days of date
of LOA, it may seek extension of time for a period of 15 (Fifteen) days on
payment of damages for such extended period in a sum of calculated at the rate
of 0.05% (Zero Point Zero Five Percent) of the Bid price for each day until the
performance security is provided. For the avoidance of doubt the agreement
shall be deemed to be terminated on expiry of additional 15 days‟ time period.
7. Penalty
The consultant will indemnify for any direct loss or damage that accrue due to
deficiency in services in carrying out Detailed Project Report. Penalty shall be
imposed on the consultants for poor performance/ deficiency in service as
expected from the consultant and as stated in General Conditions of Contract.
8. Award of Contract
The Client shall issue letter of award to selected Consultant and ask the
Consultant to provide Performance Security as in Para 6 above. If the selected
Consultant fail to provide performance security within the prescribed time or the
22
Consultant fail to sign the Contract Agreement within prescribed time, the
Client may invite the 2nd highest ranking bidder Consultant and follow the
procedure outlined in Para 8 and 9 of this Letter of Invitation.
9. Signing of Contract Agreement
After having received the performance security and verified it, the Client shall
invite the selected bidder for signing of Contract Agreement on a date and time
convenient to both parties within 15 days of receipt of valid Performance
Security.
10. The Client shall keep the bidders informed during the entire bidding process and
shall host the following information on its website:
vi) List of bidders who did not pass the eligibility requirements, stating the broad
deficiencies
vii) List of bidders who did not pass the Technical Evaluation stating the reasons.
viii) List of bidders along with the technical score, who qualified for opening the
financial bid
11. It is the MoRT&H policy that the consultants observe the highest standard of
ethics during the selection and execution of such contracts. In pursuance of
this policy, the MoRT&H:
(a) Defines, for the purpose of this paragraph, the terms set forth below as follows:
(i) “corrupt practice” means the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the action of a
public official in the selection process or in contract execution;
23
(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to
be awarded a contract if it at any time determines that the firm has engaged in
corrupt or fraudulent practices in competing for, or in executing, a contract; and
(d) will have the right to require that a provision be included requiring consultants to
permit the Employer to inspect their accounts and records relating to the
performance of the contract and to have them audited by authorized
representatives of Employer.”
12. Confirmation
Thanking you.
Yours Sincerely,
Superintending Engineer,
NH Circle, PWD, Lucknow
Encl. as above
24
ANNEX-1
Consultancy Services for Preparation of Detailed Project Report (DPR) for Construction of Kalwari
Bypass- 2 lane with Paved Shoulder for Kalwari town on NH-227A (Ram Janki Marg) KM-36 in the State of
Uttar Pradesh.
25
ANNEX-II
Procedure of Awarding Work based on QCBS including Assessment of Least Cost
to Chief Engineer - Regional Officer MoRTH Lucknow under Special
Circumstances i.e. When a Consultant with a particular team becomes H-1
bidder in more than one package
A Consultant with a particular Team can apply for any number of packages with
one team. However, Award of work to a Consultant with “a Particular Team” either as
sole or as in JV/Association shall be limited to one package only. Following procedure
shall be followed for the selection of the most preferred bidder for the consultancy
assignment:
1. At first, Consultants who become H-1 in one package each shall be assigned
the respective package. Then packages in which a Consultant with “a
Particular Team” turns out to be the most preferred bidder (H-1) in more than
one package shall be considered. In case, a Consultant with “a Particular
Team” turns out to be the most preferred bidder (H-1) in more than one
package, the package which is to be awarded to this team of a consultant shall
be determined on the basis of least cost to MoRT&H considering the Financial
Quote of H-1 bidder and H-2 Bidder limited to those packages which shall be
worked out as per procedure illustrated with an example as mentioned below.
2. Suppose there are 8 packages namely Package-1, Package-2, Package -3, Package-
4, Package -5, package -6, package-7 and Package-8 respectively. It is also
assumed that 10 consultants namely P, Q, R, S, T, U, V, W, X and Y has applied for
these packages. It is also assumed that three Consultants namely P, R and U has
applied with two Teams and the remaining Consultants have applied with only one
team. It is also assumed that the following is the position of various firms after
opening of the Financial proposals (and after arithmetic corrections if any of the
Financial bids) of the packages and after applying QCBS
26
The different packages shall be awarded to consultants as mentioned below:
2.1 Step-1:
In this case, Consultants P (team-1) and Q are the H-1 in only one package each
namely package-1 and package-6 respectively. Consultant V is H-1 in 3 packages
namely Package-2, Package-3 and Package-8 respectively. Consultant R (team-
1) is H-1 in 3 packages namely Package-4, Package-5 and Package-7 respectively.
Since Consultant P (team-1) is H-1 in Package-1 only and Consultant Qis H-1 in
Package-6 only, Consultant P (team-1) shall be awarded Package-1 and
Consultant Q shall be awarded Package-6.
2.2 Step-2:
After Consultant P (team-1) is awarded Package-1 and Consultant Qis
awarded Package-6, the scenario for the remaining 6 packages is as given
below .P (team- 1) and Q occurring anywhere else stands deleted as they have
already been awarded one work each
Consultant V shall be awarded only one package out of the 3 packages for which it is H-1
namely Package-2, Package-3 and Package-8 respectively. Similarly Consultant R (team-
1) shall be awarded only one package out of the 3 packages for which it is H-1
namelyPackage-4, Package- 5 and Package-7 respectively. The determination of package to
be awarded to Consultant V and Consultant R (team-1) shall be worked out in a single
step (i.e. one at a time) .New H-1 for the remaining packages (4 packages) shall be
worked out only after determination of packages to be awarded to the H-1 bidders at
this stage [i.e. Consultant V and R (Team-1) in the instant case] in one step .
Determination of Package to be awarded to each of Consultant V and Consultant R (team-
1) shall be worked out as follows
27
Packages are as mentioned below .Since V is H-1 in more than one package and
shall be awarded one of these packages, V has been deleted from all other
packages .Similarly, since R(Team-1) in more than one package and shall be
awarded one of these packages, R (Team-1) has been deleted from all other
packages
Package-4 R (team- T
1)
250 lakhs 220 lakhs
Package-5 R (team- S
1)
220 lakhs 260 lakhs
Package-7 R (team- U (team-1)
1)
200 lakhs 220 lakhs
Package-8 V W Consultant-R(team-1) has not been considered as H-2 since Consultant –C (team-1) is
to be awarded one package out of the packages 4,5 and 7 in which it is H-1. Hence
190 lakhs 220 lakhs
Consultant – W is the new H-2
(ii) Package to be awarded to Consultant –V who is H-1 in three packages namely Package
- 2, 3 and 8 respectively shall be determined on the basis of least cost to MoRT&H
considering the Financial Quote of H-1 bidder and H-2 Bidder limited to those packages
The situation for least cost to MoRT&H shall be when the firm with Consultant –G is
awarded the package for which Financial Bid of second ranked team (H-2) minus
Financial Bid of the first ranked team (H-1) is maximum. The same is illustrated as
given below
28
In a similar way, Package to be awarded to Consultant – R (team-1) who is H-1 in
three packages namely Package -4, 5 and 7 respectively shall be determined as
illustrated below:
2.3 Step-3
(i) After the award of the above mentioned 4 packages namely, Package-1 to
Consultant–P (team-1), Package -6 to Consultant –Q, Package -3 to Consultant –
V, Package -5 to Consultant –R (team-1) and also considering that a Consultant
with a particular team can be awarded only one work, the details of new H-1
and New H-2 in the remaining 4 packages are as mentioned below
(ii) Consultant T is the new H-1 for only one package namely Package-4. Similarly
Consultant W is the new H-1 for only one package namely Package-8.
Accordingly Package- 8 shall be awarded to Consultant–W and Package -4
shall be awardedto Consultant–T.
2.4 Step-4:
29
Consultant U (team-1) is the new H-1 for package- 2 and Package-7 respectively and
Consultant U (team-1) shall be awarded only one package out of this 2 packages.
Package to be awarded to Consultant –U (team-1) shall be determined as illustrated
below
2.5 Step-5 :
(i) After the award of the above mentioned 7 packages namely, Package-1 to
Consultant–P (team-1) , Package -6 to Consultant –Q, Package -3 to Consultant –
V, Package -5 to Consultant –R (team-1), Package-4 to Consultant -T, Package -
8 to Consultant-W, package-7 to Consultant –U (team-1) team and also
considering that a Consultant with a particular team can be awarded only one
work , the details of new H-1 and / New H-2 in the remaining package i.e.
package -2 is as mentioned below
(ii) Consultant X is the new H-1 for only one package namely Package-2.
Accordingly, Package -2 shall be awarded to Consultant –X.
3. Thus as per the above mentioned procedure the 8 packages are awarded to
the following Consultant at the Financial Quoted (after arithmetic
Corrections) by them for the respective packages
30
DATA SHEET
I (References to corresponding paragraphs of LOI are mentioned alongside)
In case the project is located in hilly region in more than 50% length, the time period as
mentioned above shall be increased by 25%.
Time period may also be suitably increased in case the project has tunnel/long span bridge.
Date: 09.12.2024
31
Venue Superintending Engineer, NH Circle, PWD, Lucknow
32
Pre-proposal conference shall be held through hybrid mode i.e. physical & video conferencing.
6. Deleted
(i). The Consultants and their personnel shall pay all taxes (including Goods &
service tax), custom duties, fees, levies and other impositions levied under
the laws prevailing seven days before the last date of submission of the
bids. The effects of any increase / decrease of any type of taxes levied by the
Government shall be borne by the Client / Consultant, as appropriate.
(ii). Limitations of the Consultant‟s Liability towards the Client shall be as per
Clause 3.4 of Draft Contract Agreement
(iii). The risk and coverage shall be as per Clause 3.5 of Draft Contract Agreement.
8. Deleted
9. Deleted
Date 18.12.2024
11. Proposal Validity period (Number of days): 120 days (Ref. Para 4.5)
33
12. Evaluation criteria: (Ref. Para 3 & 5)
12.1 First stage evaluation – eligibility requirement. (Ref. Para 3.1 & 5.1)
1 A Firm applying for a package should have Experience of preparation of Detailed Annual average turnover
Project Report of two/four/six lane / Feasibility of Two/ four/ six lane projects of for last
aggregate length equal to the indicative length of the package (i.e. 100km if the indicative 5 years of the firm
length of the package is 100 km). Firm should have also prepared DPR for at least one should be equal to or
project of 2/4/6laning of minimum 40% of the indicative length of the package (i.e. 40 more than Rs.5.00
km if the indicative length of the package is 100 km )or Feasibility Study of two/four/six Crores.
laning of minimum 60% of the indicative length of the package (i.e. 60 km if the indicative
length of the package is 100 km )
Note: The experience of a firm in preparation of DPR for a private
concessionaire/contractor shall not be considered.
(i) The sole applicant shall fulfill all the requirements given in Table-1.
(ii) In case of JV, the Lead Partner should fulfill at least 75% of all eligibility
requirements and the other partner shall fulfill at least 50% of all
eligibility requirements.
(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 projects as a lead partner in a JV, 75% weightage shall be given. If the
applicant firm have prepared the DPR projects as the other partner (not
lead partner) in a JV 50% weightage shall be given. If the applicant firm
have prepared the DPR/FS projects as an associate,25% weightage shall be
given.
(iv) Similar project means 2/4/6 lane as applicable for the project for which RFP is
invited. For 2-lane projects experience of 4/6 lane also to be considered
with a multiplication factor of 1.5. Experience of 4/6 lane shall be
considered interchangeably for 4/6 laning projects. For 4/6 laning projects,
experience of 2 lane will be considered with a multiplication factor of 0.4,
but only for those 2 lane projects whose cost of consultancy services was
more than Rs.1.0 crore
34
Total 100
35
S. No. Description Maximum Sub-
Points Points
3.2.3 Firm Average Turnover of last 5 years > 10 but < 25 crore 3
3.3 Two lanes more than 200 km or 4/6 lanes above 120 km in length.
3.3.3 Firm Average Turnover of last 5 years > 20 but < 40 crore 3
4.5 Additional one mark will be given if minimum 20% of the above key 1
personnel have M.Tech in any field of civil engineering
*The professionals who possess degree in Civil Engineering/Transport
Planning/Transport Economics/Traffic
Management/Geology/Environment Science or Engineering and 8 years
Experience in highway/bridge/tunnel with employment in the firm for
more than one year. The current Employment Certificate shall be
uploaded by Key Personnel on INFRACON.
5 Quality of Past Performance (based on self certification) 10
5.1 Average CoS (net of positive and negative) as percentage of contract 2.5
price in last 5 DPRs prepared by the firm
5.1.1 0 2.5
36
5.1.6 >10 0.0
37
S. No. Description Maximum Sub-
Points Points
5.2 Average area variation as percentage of acquired private land as per 1st 2.5
3D notification in last 5 DPRs prepared by the firm
5.2.1 0 2.5
5.3 Average delay in land acquisition in last 5 DPRs prepared by the firm 2.5
(delay in 90% site possession wrt contract period)
5.3.1 <=3 months 2.5
38
For special projects such as special bridges, tunnels and expressways that require
specialized capabilities and skill sets, the following is the break-up:
1.2.1 1 project 3
1.2.2 2 projects 4
1.2.3 3 projects 5
1.2.4 4 projects 6
1.2.5 ≥ 5 projects 7
2 DPR of Bridge having length more than 200 m 5
2.1 1 bridge 1
2.2 2 bridges 2
2.3 3 bridges 3
2.4 4 bridges 4
2.5 ≥ 5 bridges 5
3 Specific experience of firms in terms of turnover 5
3.1 Two Lane up to 50 km length or 4-lane up to 30 km length
3.1.1 Firm‟s Average Turnover of last 5 years > 25 crore 5
3.1.2 Firm Average Turnover of last 5 years 10 - 25 crore 4
3.1.3 Firm Average Turnover of last 5 years > 5 but < 10 crore 3
3.2 Two lane 50-200 km length or 4/6 lane 30-120 km length
3.2.1 Firm‟s Average Turnover of last 5 years > 50 crore 4
3.2.2 Firm Average Turnover of last 5 years 25 - 50 crore 4
3.2.3 Firm Average Turnover of last 5 years > 10 but < 25 crore 3
3.3 Two lanes more than 200 km or 4/6 lanes above 120 km in length.
3.3.1 Firm‟s Average Turnover of last 5 years > 75 crore 5
3.3.2 Firm Average Turnover of last 5 years 40 - 75 crore 4
3.3.3 Firm Average Turnover of last 5 years > 20 but < 40 crore 3
39
S. No. Description Maximum Sub-
Points Points
4 DPR for special category projects (Special bridges/ tunnels or expressways,
whichever applicable). It is to be noted that either 4.1 or
4.2 shall be applicable, and not both.
4.1 DPR of number of special bridges/ tunnels (if applicable) 5
4.1.1 1 project 1
4.1.2 2 projects 2
4.1.3 3 projects 3
4.1.4 4 projects 4
4.1.5 ≥ 5 projects 5
4.2 Aggregate length of DPR/ Feasibility study for expressways 5
4.2.1 Up to 50 km 2
4.2.2 50km to 100 km 3
4.2.3 100km to 150 km 4
4.2.4 > 150 Km 5
5 Highway Professionals * working with the firm 10
5.1 <10 nos. 0
5.2 10-19 nos. 7
5.3 20-29 nos. 8
5.4 > 30 nos. 9
5.5 Additional one mark will be given if minimum 20% of the above key personnel have M.Tech in any 1
field of civil engineering
*The professionals who possess degree in Civil Engineering/Transport Planning/Transport
Economics/Traffic Management/Geology/Environment Science or Engineering and 8 years'
Experience in highway/bridge/tunnel with employment in the firm for more than one year. The
current Employment Certificate shall be uploaded by Key Personnel on INFRACON.
6 Quality of Past Performance (based on self-certification) 10
6.1 Average CoS (net of positive and negative) as percentage of contract price in last 5 DPRs prepared by 2.5
the firm
6.1.1 0 2.5
6.1.2 > 0 but <=2.5 2.0
6.1.3 > 2.5 but <=5.0 1.5
6.1.4 > 5.0 but <=7.5 1.0
6.1.5 > 7.5 but <=10.0 0.5
6.1.6 >10 0.0
6.2 Delay in completion of DPR as percentage of original contract period in last 5 DPRs prepared by 2.5
the firm
6.2.1 0 2.5
6.2.2 > 0 but <= 25 2.0
6.2.3 >25 but <= 50 1.5
6.2.4 >50 but <= 75 1.0
6.2.5 >75 but <=100 0.5
40
S. No. Description Maximum Sub-
Points Points
6.2.6 >100 0.0
6.3 Average delay in land acquisition in last 5 DPRs prepared by the firm (delay in 90% site possession 2.5
wrt contract period)
6.3.1 <=3 months 2.5
6.3.2 >3 but <=6 months 2.0
6.3.3 >6 but <=9 months 1.5
6.3.4 >9 but <=12 months 1.0
6.3.5 >12 months 0
6.4 Average use of new materials/waste materials/new technology used in last 5 DPRs prepared by 2.5
the firm as percentage of total cost of civil works
6.4.1 <=2.5 0
6.4.2 >2.5 but <=5 1.0
6.4.3 >5.0 but <=7.5 1.5
6.4.4 >7.5 but <=10 2.0
6.4.5 >10 2.5
Note: In case feasibility study is a part of DPR services the experience shall be counted
in DPR only. In case bridge is included as part of DPR of highway the experience will be
(1) and (2) Note:
41
S. No. Description Maximum Sub-
Points Points
4.2 2 projects 2
4.3 3 projects 2.5
4.4 4 projects 3.0
4.5 ≥ 5 projects 3.5
5 Experience in using GPR and Induction Locator or better technologies fordetection of sub- 1
surface utilities (Infrastructure sector)
5.1 1 project 0.25
5.2 2 projects 0.50
5.3 3 projects 0.75
5.4 ≥ 4 projects 1.00
6 Experience in digitization of cadastral maps for land surveys 1
6.1 Area upto 100 ha 0.50
6.2 Area between 100-500 ha 0.75
6.3 Area > 500 ha 1.0
42
a. Office equipment setup includingComputer, plotter, A0
printer etc.
b. MX/ Open Roads or equivalent / better
c. AutoCAD
d. MIDAS or equivalent / better
e. Road Estimator 9.9 or better
f. Auto Plotter 10.9 or better
g. MS Project or Primavera or equivalent
h. HDM-4 or equivalent
The number of points assigned during the evaluation of qualification and competence of key
staff are as given below:
43
S. No. Description MaximumPoints Sub-Points
1 General Qualification 25
1.1 Essential education qualification 20
1.2 Desirable education qualification 5
2 Relevant experience and adequacy for the project 70
2.1 Total professional experience 15
2.2 Experience in Highway/Bridge/Tunnel Projects 25
2.3 Experience in Similar Capacity 30
3 Employment with the Firm 5
3.1 Less than 1 Year 0
3.2 1 year 3
3.3 Add 0.5 marks for each subsequent year subject to maximum of 2 marks
The consultancy services will be awarded to the consultant scoring highest marks
in combined evaluation of Technical and Financial proposals in accordance with
clause 1.3 and 5.4 hereof.
Consultant have to quote in Rupees both for domestic Consultant as well as Foreign
Consultants
44
APPENDIX-I
(Agency may suitably modify the ToR in respect of Standalone Bridge &
Tunnel Projects)
Consultancy Services for Preparation of Detailed Project Report (DPR) for Construction of Kalwari
Bypass- 2 lane with Paved Shoulder for Kalwari town on NH-227A (Ram Janki Marg) KM-36 in the
State of Uttar Pradesh.
1. General
1.1 The MoRT&H has been entrusted with the assignment of Consultancy Services
for Preparation of Detailed Project Report (DPR) for Construction of Kalwari Bypass- 2
lane with Paved Shoulder for Kalwari town on NH-227A (Ram Janki Marg) KM-36 in the
State of Uttar Pradesh. Superintending Engineer, NH Circle, PWD, Lucknow now
invites proposal from technical consultants for carrying out detailed project
report as per details given in Annexure-1.
1.2 CE(NH), PWD, Liucknow will be the employer and executing agency through SE, NH
Circle, PWD, Lucknow for the consultancy services and the standards of output
required from the appointed consultants are of international level both in terms
of quality and adherence to the agreed time schedule. The consultancy firm will
solely be responsible for submission of quality work in stipulated period.
1.3 Ministry has recently awarded works of consultancy services for construction of
ROBs for replacing level crossings in various states. In case a level crossing exists in
a project reach, consultant is required to co-ordinate with those consultants
and finalize the alignment & configuration of road accordingly. However, if the
same is not covered in the above assignment of DPR/feasibility study awarded
by Ministry, the consultant under this assignment shall be responsible for
preparing DPR for such level crossings.
2. Objective
2.1 The main objective of the consultancy service is to establish the technical,
economical, and financial viability of the project and prepare detailed project
reports ( D P R ) for Construction of Kalwari Bypass- 2 lane with Paved Shoulder for
Kalwari town on NH-227A (Ram Janki Marg) KM-36 in the State of Uttar Pradesh.
2.2 The viability of the project shall be established taking into account the
requirements with regard to Preparation of Detailed Project Report (DPR) for
Construction of Kalwari Bypass- 2 lane with Paved Shoulder for Kalwari town on NH-
227A (Ram Janki Marg) KM-36 in the State of Uttar Pradesh, road safety features,
quantities of various items of works and cost estimates and economic analysis
within the given time frame.
2.3 The Detailed Project Report (DPR) would inter-alia include design of bridges,
design of service roads, quantities of various items, detailed working drawings,
45
Detailed cost estimates, economic and financial viability analyses,
environmental and social feasibility, social and environmental action plans as
appropriate and documents required for tendering the project on commercial
basis for international / local competitive bidding.
2.4 The DPR consultant should ensure detailed project preparation incorporating
aspects of value engineering, quality audit and safety audit requirement in design
and implementation. The Consultant shall ensure to carry out Road Safety Audit at
various stages as per supplement-III (Additional Requirement for Safety Audit) of
TOR.
2.5 The consultant should, along with Feasibility Report, clearly bring out through
financial analysis the preferred mode of implementation on which the Civil
Works for the stretches are to be taken up. The consultant should also give cost
estimates along with feasibility report/ detailed Project Report.
2.6 If at inception stage or feasibility stage, employer desires to terminate the
contract, the contract will be terminated after payment up to that stage.
3. Scope of Services
The general scope of services is given in the sections that follow. However, the
entire scope of services would, inter-alia, include the items mentioned in the
Letter of Invitation, terms of reference, general contract and any supplements
and appendices to these documents.
3.1 RoW and Land related aspects
3.1.1 The Right of Way norms for National Highways should be as under:
(i) Expressways 90 m
(ii) Economic Corridors and major National Highways requiring provisions for Service 70 m
Roads andplanned for expansion to 8-lanes
(iii) National Highways with planed capacity to 6-lane Configuration 60 m
(iv) National Highways with planned capacity to 4-lane 45 m
(v) NH with planned capacity to two-lane + PS configuration requiring provision of Service 30 m
Roads
3.1.2 In case of upgradation of an existing two lane Highway to a 4/6/8 lane
configuration, a comparative cost-benefit analysis shall necessarily be carried out
while recommending development of existing route/alignment vis-a-vis alternate
option of a green –field alignment. While carrying out the cost benefit analysis
of both the options, the following factors shall be considered:
(i) Extant of land acquisition and the associated costs;
(ii) Number of structures required to be acquired along their extant and costs.
(iii) The quantum of utilities and costs required for their shifting.
(iv) The extent of tree –felling and the associated cost & time for
obtaining therequisite permissions.
3.1.3 However, green-field option may not be resorted to in cases where growth of
traffic is such that ultimate capacity does not require widening beyond 4 lanes in
future.
3.1.4 In case the green field alignment option works out to be a preferred option, then-
46
(i) RoW width to be acquired shall be intimated to the Consultant by the client
on completion of feasibility study. No positive or negative variation to the
price shall be made on this account.
(ii) The lane status of the highway should be decided depending on the
anticipated traffic and ROW available. However, carriageway shall be placed
in such a manner that additional land is left adjacent to the median for
future expansion.
(iii) The highway shall have provision for service roads in inhabited areas,
preferably of 10 mtrs width, with maximum access –control for the main
carriage way .
(iv) Access to the towns/cities/establishments located on the existing
National Highway, may be provided through spurs from the green field
route.
3.1.5 All efforts shall be made to avoid any road alignment through National Parks
and Wild life Sanctuaries, even if it requires taking a long route/bypass.
However, where it becomes absolutely unavoidable and necessary to keep the
alignment through such reserve forest / restricted areas, minimum land would
be acquired such that highway can be provided except the service road so as to
meet all design requirements.
3.1.6 Similarly, though it may be difficult, while determining the alignment for any
bypass, efforts be made to see if these could be along the revenue boundaries
of two revenue estates thereby minimizing the compulsions of land owners /
farmers for cross-overs to the other side. In case such an alignment is not found
feasible, it should be ensured that access to common facilities for the local
people (e.g. schools, Healthcare facilities etc.) is maintained only on one side of
the alignment, thereby minimizing the need for cross-over for day-to-day life.
(a) Use barricading of the RoW with plantation of hedge-like species (Ficus/
Poplars) within a 3m wide strip area, dug up to 0.6 to 0.9 mtrs, of which 2.0
mtrs to serve as a Utility Corridor.
(b) Provision of a Service Road (along the inhabited area) with its drainage
slope towards the drain / area reserved for Strip Plantation, for a width of
9.0 mtrs.
(d) Three lane with paved shoulders: Main carriageway – 10.5 mtrs, paved shoulder –
2.5 mtr and earthen shoulder – 1.5 mtr.
47
(e) Median – 5.0 mtrs (effective width 4.5 m), and
3.1.8 With regard to land acquisition, tree felling, utility shifting across the alignment,
Ministry’s Guidelines issued vide letter no. NH -15017/21/2018-P&M dated 10th
May, 2018, or any amendment thereof, may be adhered to.
3.2 Provisions of short bypasses, service roads, alignment corrections, improvement
of intersections shall be made wherever considered necessary, practicable and
cost effective. However, bypasses proposals should also be considered,
wherever in urban areas, improvement to <2lane> of the existing road is not
possible.
(i) To delineate and propose the most optimal alignment and take care
of geometrics of the road to meet safety parameters while finalizing
the DPR;
(ii) Identify and avoid (to the extent feasible) all such structures
(religious structures, public utilities cremation grounds, private
structures) in the RoW of the road project that could become major
hindrances at the time of project execution;
(iii) Procure or create digitized, geo referenced cadastral/land revenue
maps for the purpose of land acquisition activities. Where state
governments of local agencies have already digitized cadastral maps,
the consultant shall arrange to procure such maps. The digitized map
should exactly match the original map so that the dimensions and
area of plots can be extracted from the map itself.
(iv) Co-ordinate collection of all relevant land revenue records (including
Khasra maps, Khatoni, Jamabandi etc.) from the local land revenue
administration office required for preparation of Draft notification
under Section 3A of the NH Act.
(v) Identify and list all land parcels that need to be acquired as part of
project road. Conduct Joint measurement survey in conjunction with
CALA, the Executing Agency and the Land Revenue Department to
verify land records.
(vi) Assist the CALA and the Project Executing agency in preparation of
statutory notification under Sections 3A, the CALA during hearing of
objections received under Section 3C, recording of hearings and
completion of this process, preparation of draft notification under
Section 3D and completion of the LA process at every stage, timely
publication of notifications and public notices in newspapers at every
stage;
(vii) Clear identification and preparation of an inventory of the assets
attached to the land under acquisition (e.g. Structures, trees, crops
or any such assets which should be valued for payment of
48
compensation);
(viii) Co-ordination with offices of various departments like Land Revenue
Office (or Tehsil), Registrar office and other State departments
(public works department, horticulture department, forest
department etc.) for evaluation of assets (Structures, tree, crops
etc.) attached to the land and liaison with respective State authority
for authentication of the valuation.
(ix) Prepare and inventory of all the utilities (electrical/water supply
lines/gas pipelines etc.–
(x) both linear and cross overs) and all such structures (religious
structure, public utilities, cremation grounds, private structures) in
the RoW of the road project that could become major hindrances at
the time of project execution;
(xi) Carefully avoid location of any Flyover/VUP/elevated structure
where a high tension electricity line (66/132/220/400 KV etc.) is
crossing over so as to avoid raising of such line at such point, while
designing the road projects;
(xii) Assist in demarcation of the acquired land and installation of the
boundary stones/pillars/peg makings along the RoW of the alignment;
(xiii) Identification of land parcels missed out from acquisition in the first
round and assist the Authority and the CALA in preparation of Draft
Notification for acquisition of the land under missing plots.
3.4 Approach to the provision and specifications for Structures:
3.4.1 The structures on roads viz. Bridges, ROBs (Road Over Bridges, and Flyovers),
RUBs (Road Under Bridges) etc. are designed for more than 50 years. It is difficult
to increase the width of the structures at a later date which may also have
larger financial implications apart from construction related issues in running
traffic. Therefore, it has been decided to keep provision for all the structures
including approaches comprising of retaining structures as 6-lane (length of such
approaches shall, in no case, be less than 30m on either side) on all the four-lane
highways except in the following cases (i) Reserve Forest (ii) Wild life Areas (iii)
Hilly Areas (iv) Urban Areas where site condition do not permit this. Wherever
elevated sections are designed through any inhabited areas, these should be six-
lane structures supported on single piers so that the road underneath serves as
effective service roads on both sides.
3.4.2 Highway projects shall be designed for separation of local traffic especially for
Vulnerable Road Users (VRUs), for longitudinal movements and crossing
facilities through viaduct(s) located at convenient walking distance. Provision of
PUPs and CUPs with size of 7.0m x 3.0m, as specified in para 2.10 of the IRC
specifications, has proved to be insufficient 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 so often used for
agricultural operations. As traffic on cross roads is increasing day-by-day, it has
been decided to substitute the provision of Pedestrian Underpass (PUP) /
49
Cattle Underpass (CUP) [for para 2.10 of IRC specifies the dimensions of 7.0m x
3.0m] with a LVUP with a minimum size of 12 (lateral clearance) x 4m (vertical
clearance). Out of 12m lateral width, 2.5m width on one side shall be raised
for pedestrian sidewalks with grills to make pedestrian movement convenient
and safe. A third smaller dimension VUP-SVUP (4m*7m) for all cross roads
carriageway width lesser than 5.5m may also be considered. Thus, VUPs would
be of three grades i.e.VUP-5.5mx20m; LVUP-4mx12m; and SVUP-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
the crossing facilities through service roads shall also be explored. Further, the
bed level of these crossings shall not be depressed as any such depression, in
the absence of proper drainage facilities becomes water-logged rendering the
same unusable. Ideally, the bed level of the crossings should be a bit higher
with proper connectivity to a drain, which could serve the drainage
requirements of the main carriageway, the underpass and the service road as
well.
3.4.3 Wherever the alignment of 4-lane Highway road project is retained in-situ
while passing through inhabited areas (e.g. villages), it should be ensured that
Service Roads are provided on both sides of the carriageway, connected
underneath with a cross- over structure (VUP/ LVUP/SVUP). Thus each
habitation should preferably have crossing facility at the highways with a
vertical clearance of 4 mtrs.
3.4.4 To ensure that bypass once constructed serves the intended purpose during its life, all
the bypasses shall be well designed and access controlled. The entry / exit from /
to side roads shall be controlled such that they are grade separated at major roads
or at spacing not less than 5 kms. Side roads at closer spacing shall be connected
to the service roads on either side and taken to major roads for provision of grade
separated interchange.
3.6 The Consultant shall study the possible locations and design of toll plaza if
applicable to the project. Wayside amenities Land (minimum 5 acres, length and
depth preferably in the ratio of 3:2) shall also be acquired for establishment of
Way-side amenities at suitable locations at distances varying between 30 to 50
kms on both sides of the Highway. The local and slow traffic may need
segregation from the main traffic and provision of service roads and fencing
may be considered, wherever necessary to improve efficiency and safety.
3.7 The Consultant will also make suitable proposals for widening/improvement of
the existing road and strengthening of the carriageways, as required at the
appropriate time to maintain the level of service over the design period. The
Consultants shall prepare documents for EPC/PPP contracts for each DPR
assignment.
3.8 All ready to implement „good for construction‟ drawings shall be prepared
incorporating all the details.
50
3.9 Environmental Impact Assessment, Environmental Management Plan and
Rehabilitation and Resettlement Studies shall be carried out by the Consultant
meeting the requirements of the lending agencies like ADB/ World Bank/JICA,
etc.
3.10 Wherever required, consultant will liaise with concerned authorities and
arrange all clarifications. Approval of all drawings including GAD and detail
engineering drawings will be got done by the consultant from the Railways.
However, if Railways require proof checking of the drawings prepared by the
consultants, the same will be got done by MoRT&H/State PWD of Uttar Pradesh and
payment to the proof consultant shall be made by MoRT&H directly. Consultant
will also obtain final approval from Ministry of Environment and Forest for all
applicable clearances. Consultant will also obtain approval for estimates for
shifting of utilities of all types from the concerned authorities and State PWD of
Uttar Pradesh. Consultant is also required to prepare all Land Acquisition papers
(i.e., all necessary schedule and draft 3a, 3A, and 3D, 3G notification as per
L.A. act) for acquisition of land either under NHAct or State Act.
3.11 The DPR consultant may be required to prepare the Bid Documents, based on
the feasibility report, due to exigency of the project for execution if desired by
MoRT&H/State PWD of Uttar Pradesh.
3.12 Consultant shall obtain all types of necessary clearances required for
implementation of the project on the ground from the concerned agencies. The
client shall provide the necessary supporting letters and any official fees as per
the demand note issued by such concerned agencies from whom the clearances
are being sought to enable implementation.
3.13 The consultant shall prepare separate documents for BoT as well as EPC
contracts at Feasibility stage / DPR stage. The studies for financing options like
BoT, Annuity, EPC will be undertaken in feasibility study stage.
3.14 The consultant shall be guided in its assignment by the Model Concession/
Contract Agreements for PPP/ EPC projects, as applicable and the Manual of
Specifications and Standards for two/ four/ six laning of highways published by
IRC (IRC:SP:73 or IRC:SP:84 or IRC:SP:87, as applicable) along with relevant
IRC codes for design of long bridges.
3.15 The consultant shall prepare the bid documents including required schedules
(as mentioned above) as per EPC/ PPP documents. For that it is suggested that
consultant should also go through the EPC/PPP documents of ministry before
bidding the project. The Consultant shall assist the MoRT&H/State PWD Uttar
Pradesh and the Legal Adviser by furnishing clarifications as required for the
financial appraisal and legal scrutiny of the Project Highway and Bid
Documents.
3.16 Consultant shall be responsible for sharing the findings from the preparation
stages during the bid process. During the bid process for a project, the
consultant shall support the authority in responding to all technical queries,
and shall ensure participation of senior team members of the consultant
during all interaction with potential bidders including pre-bid conference,
meetings, site visits etc. In addition, the consultant shall also support
preparation of detailed responses to the written queries raised by the bidders.
4. General
51
4.1 Primary Tasks
General Scope of Services shall cover but be not limited to the following major
tasks (additional requirements for Preparation of Detailed Project Report for Hill
Roads and Major Bridges are given in Supplement I and II respectively):
i. Review of all available reports and published information about the project
road and the project influence area;
ii. Environmental and social impact assessment, including such as related to
cultural properties, natural habitats, involuntary resettlement etc.
ii (a). Public consultation, including consultation with Communities located along
the road, NGOs working in the area, other stake-holders and relevant
Government departments at all the different stages of assignment (such as
inception stage, feasibility stage, preliminary design stage and once final
designs are concretized).
iii. Detailed Reconnaissance;
iv. Identification of possible improvements in the existing alignment and
bypassing congested locations with alternatives, evaluation of different
alternatives comparison on techno-economic and other considerations and
recommendations regarding most appropriate option;
v. Traffic studies including traffic surveys and Axle load survey and demand
forecasting for next thirty years;
vi. Inventory and condition surveys for road;
vii. Inventory and condition surveys for bridges, cross-drainage structures,
other Structures, river Bank training/Protection works and drainage
provisions;
viii. Detailed topographic surveys using LiDAR equipped with minimum
engineering grade system or any other better technology having output
accuracy not less than (a) specified in IRC SP 19 (b) Total Station (c) GPS/
DGPS. The use of conventional high precision instruments i.e Total Station
or equivalent can be used at locations such as major bypasses, water bodies
etc. where it may not be possible to survey using LiDAR. Use of mobile /
Aerial LiDAR survey is preferable.
ix. Pavement investigations;
x. Sub-grade characteristics and strength: investigation of required sub-grade
and sub-soil characteristics and strength for road and embankment design and
sub soil investigation;
xi. Identification of sources of construction materials;
xii. Detailed design of road, its x-sections, horizontal and vertical alignment
and design of embankment of height more than 6m and also in poor soil
conditions and where density consideration require, even lesser height
embankment. Detailed design of structures preparation of GAD and
construction drawings and cross-drainage structures and underpasses etc.
xiii. Identification of the type and the design of intersections;
xiv. Design of complete drainage system and disposal point for storm water
xv. Value analysis / value engineering and project costing;
xvi. Economic and financial analyses;
52
xvii. Contract packaging and implementation schedule.
xviii Strip plan indicating the scheme for carriageway widening, location of all
existing utility services (both over- and underground) and the scheme for
their relocation, trees to be felled, transplanted and planted and land
acquisition requirements including schedule for LA: reports documents and
drawings arrangement of estimates for cutting/ transplanting of trees and
shifting of utilities from the concerned department;
xix Develop 3D engineered models of terrain and elevation, as-is project
highway, proposed and project highway along with all features, current and
proposed structures, current and proposed utilities and land acquisition
plans.
xx To find out financial viability of project for implementation and suggest the
preferred mode on which the project is to be taken up.
xxi. Preparation of detailed project report, cost estimate, approved for
construction Drawings, rate analysis, detailed bill of quantities, bid
documents for execution of civil works through budgeting resources.
xxii. Design of toll plaza and identification of their numbers and location and
office cum residential complex including working drawings
xxiii. Design of weighing stations, parking areas and rest areas.
xxiv. Any other user oriented facility en-route toll facility.
xxv. Tie-in of on-going/sanctioned works of MORT&H/ State PWD Uttar Pradesh / other agencies.
xxvi. Preparation of social plans for the project affected people as per policy
of the lending agencies/ Govt. of India R&R Policy.
4.2 While carrying out the field studies, investigations and design, the development
plans being implemented or proposed for future implementation by the local
bodies, should be taken into account. Such aspect should be clearly brought out
in the reports and drawings.
4.3 The consultant shall study the possible locations and design of toll plaza,
wayside amenities required and arboriculture along the highway shall also be
planned.
4.4 The local and slow traffic may need segregation from the main traffic and
provision of service roads and physical barrier including fencing may be
considered, wherever necessary to improve efficiency and safety.
4.5 Standards and Codes of Practices
1. All activities related to field studies, design and documentation shall be done
as per the latest guidelines/ circulars of MoRT&H and relevant publications of
the Indian Roads Congress (IRC) and Bureau of Indian Standards (BIS). For
aspects not covered by IRC and BIS, international standards practices, may be
adopted. The Consultants, upon award of the Contract, may finalize this in
consultation with MoRT&H/State PWD of Uttar Pradesh and reflect the same in
the inception report.
2. All notations, abbreviations and symbols used in the reports, documents and
drawings shall be as per IRC:71.
53
1. (i) The Consultants should have detailed Quality Assurance Plan (QAP) for all field
studies including topographic surveys, traffic surveys, engineering surveys and
investigations, design and documentation activities. The quality assurance
plans/procedures for different field studies, engineering surveys and
investigation, design and documentation activities should be presented as
separate sections like engineering surveys and investigations, traffic surveys,
material geo-technical and sub-soil investigations, 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
tractability of project documents etc. Further, additional information as per
format shall be furnished regarding the details of personal who shall be
responsible for carrying out/preparing and checking/verifying various activities
forming part of feasibility study and project preparation, since inception to the
completion of work. The detailed Draft QAP Document must be discussed and
finalized with the concerned MoRT&H/State PWD Uttar Pradesh officers
immediately upon the award of the Contract and submitted as part of the
inception report.
(ii) It is imperative that the QAP is approved by MoRT&H/State PWD of Uttar Pradesh
before the Consultants start thefield work.
i. Required data formats for some reports, investigations and documents are
discussed in ENCLOSURE-IV
iv. The proposed data forms will need to be submitted for the approval of MoRT&H/State PWD
of Uttar Pradesh after the commencement of services.
1. The Consultants shall collect the available data and information relevant for the
Study. The data and documents of major interest shall include, but not be
limited to, the following:
54
i. Climate;
ii. Road inventory
iii Road condition, year of original construction, year and type of
major maintenance/rehabilitation works;
iv. Condition of bridges and cross-drainage structures;
v. sub-surface and geo-technical data for existing bridges;
vi. Hydrological data, drawings and details of existing bridges;
vii Existing geological maps, catchment area maps, contour plans etc. for the
project area viii Condition of existing river bank / protection works, if any.
ix. Details of sanctioned / on-going works on the stretch sanctioned by
MoRT&H/other agencies for Tie-in purposes
x. Survey and evaluation of locally available construction materials;
xi. Historical data on classified traffic volume (preferably for 5 years or more);
xii. Origin-destination and commodity movement characteristics; if available
xiii. Speed and delay characteristics; if available;
xiv. Commodity-wise traffic volume; if available;
xv. Accident statistics; and,
xvi. Vehicle loading behavior (axle load spectrum), if available.
xvii Type and location of existing utility services (e.g. Fibre Optical Cable, O/H
and U/G Electric, Telephone line, Water mains, Sewer, Trees etc.)
xviii Environmental setting and social baseline of the project.
The social analysis study shall be carried out in accordance with the
MORT&H/World Bank/ADB Guidelines. The social analysis report will, among
other things, provide a socio-economic profile of the project area and address
in particular, indigenous people, communicable disease particularly HIV/AIDS
poverty alleviation, gender, local population, industry, agriculture, employment,
health, education, health, child labor, land acquisition and resettlement .
1. The type of traffic surveys and the minimum number of survey stations shall
normallybe as under, unless otherwise specifically mentioned.
55
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
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 State PWD Uttar Pradesh, 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.
2. Consultant shall use ATCC systems that can meet the following accuracy levels
after validation/ calibration:
Before validation and calibration, the ATCC system shall meet the following
accuracy levels:
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.
4. 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:
56
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
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.
1. The consultants shall carry out 1-day (24 hour, both directions) O-D and
commodity movement surveys at locations finalized in consultation with State
PWD Uttar Pradesh. 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.
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.
57
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.
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
State PWD Uttar Pradesh 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.
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 orin future shall be identified.
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 State PWD Uttar Pradesh. 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.
58
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:
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.
1. The consultants shall make traffic demand estimates and establish possible
traffic growth rates in respect of all categories of vehicles, taking into account the
past trends, annual population and real per capita growth rate, elasticity of
transport demand in relation to income and estimated annual production
increase. The other aspects including socio-economic development plans and
the land use patterns of the region having impact on the traffic growth, the
projections of vehicle manufacturing industry in the country, development plans
for the other modes of transport, O-D and commodity movement behavior
should also be taken into account while working out the traffic demand
estimates.
3. It is envisaged that the project road sections covered under this TOR would be
completed and opened to traffic after 3 years. The traffic demand estimates
shall be done for a further period of 30 years from completion of two/four
lane. The demand estimates shall be done assuming three scenarios, namely,
optimistic, pessimistic and most likely traffic growth. The growth factors shall
be worked out for five-yearly intervals.
6. The traffic forecasts shall also be made for both diverted and generated traffic.
7. Overall traffic forecast thus made shall form the basis for the design of each
pavement type and other facilities/ancillary works.
1. The Consultants should make an in-depth study of the available land width
(ROW) topographic maps, satellite imageries and air photographs of the project
area, geological maps, catchment area maps, contour plans, flood flow data and
seismological data and other available relevant information collected by them
concerning the existing alignment. Consultant himself has to arrange the
required maps and the information needed by him from the potential sources.
Consultant should make efforts for minimizing land acquisition. Greater use of
technology for LA be adopted by the consultant at the DPR stage so as to have a
precise land acquisition process.
60
(xiii). Typical physical features along the approach roads
3. The data derived from the reconnaissance surveys are normally utilized for
planning and programming the detailed surveys and investigations. All field
studies including the traffic surveys should be taken up on the basis of
information derived from the reconnaissance surveys.
4. The data and information obtained from the reconnaissance surveys should be
documented. The data analysis and the recommendations concerning alignment
and the field studies should be included in the Inception Report. The data obtained
from the reconnaissance surveys should form the core of the database which
would be supplemented and augmented using the data obtained from detailed
field studies and investigations.
5. The data obtained from the reconnaissance surveys should be compiled in the
tabular as well as graphical (chart) form indicating the major physical features
and the proposed widening scheme for MoRT&H/ State PWD Uttar Pradesh
comments. The data and the charts should also accompany the rationale for the
selection of traffic survey stations.
1. The basic objective of the topographic survey would be to capture the essential
ground features along the alignment in order to consider improvements and for
working out improvements, rehabilitation and upgrading costs. The detailed
topographic surveys should normally be taken up after the completion of
reconnaissance surveys.
2. The carrying out of topographic surveys will be one of the most important and
crucial field tasks under the project. Technologies which can meet the following
accuracy levels shall be adopted. For land based surveys (a) Fundamental
horizontal accuracy of 5cm or better (b) Fundamental vertical accuracy of 5cm
or better (c) More than 50 points shall be measured per sq. m and for aerial
based surveys (a) Fundamental horizontal accuracy of 5 cm or better (b)
Fundamental vertical accuracy of 5 cm or better (c) More than 10 points shall
be measured per sq. m. To establish accuracy, a check point survey using DGPS
(for horizontal accuracy) and Auto Level (for vertical accuracy) shall be carried
out to establish the fundamental horizontal and vertical accuracy. A minimum
of 25 check points, or check points once every 4 km should be established, and
these should be strictly different from any geo-referencing or control network
points.
3. The following are the set of deliverables which should be submitted after
completion of survey:
(a). Raw DGPS data for the entire highway length and adjoining areas of interest
(b). Point cloud data or equivalent for the entire highway length and adjoining
areas of interest in a format/ platform as per industry good practice which
shall be amenable to operations by MoRT&H/ State PWD Uttar Pradesh /
Consultant. State PWD Uttar Pradesh may decide about format/ platform of
point cloud data
61
(c). Topographic map of scale as per IRC SP 19 of the entire highway
length and Contour map of 50 cm of entire highway length and adjoining
areas of interest
(i). The width of the survey corridor should take into account the layout of the
existing alignment including the extent of embankment and cut slopes and the
general ground profile. While carrying out the field surveys, the widening
scheme (i.e. right, left or symmetrical to the center line of the existing
carriageway) should be taken into consideration so that the topographic surveys
cover sufficient width beyond the center line of the proposed divided
62
carriageway. Normally the surveys should extend a minimum of 30 m beyond
either side of the center line of the proposed divided carriageway or land
boundary whichever is more
(ii). In case the reconnaissance survey reveals the need for bypassing the congested
locations, the traverse lines would be run along the possible alignments in order
to identify and select the most suitable alignment for the bypass. The detailed
topographic surveys should be carried out along the bypass alignment approved
by MoRT&H. At locations where grade separated intersections could be the
survey should be maintained which would also provide information about traffic,
soil, drainage etc.
(iii). The width of the surveyed corridor will be widened appropriately where
developments and / or encroachments have resulted in a requirement for
adjustment in the alignment, or where it is felt that the existing alignment can
be improved upon through minor adjustments.
(iv). Where existing roads cross the alignments, the survey will extend a minimum
of100 m either side of the road center line and will be of sufficient width to allow
improvements, including at grade intersection to be designed.
The topographic surveys for longitudinal and cross-sections shall cover the
following:
i. Longitudinal section levels along final center line shall be taken at every 10 m
interval. The levels shall be taken at closer intervals at the curve points, small
streams, and intersections and at the locations of change in elevation. The
interval shall also be modified as per IRC: SP-19 for rolling, mountainous &
steep terrain.
ii. Cross sections at every 50 m interval in full extent of survey covering sufficient
number of spot levels on existing carriageway and adjacent ground for profile
correction course and earth work calculations. Cross sections shall be taken at
closer interval at curves. The interval shall be modified as per IRC SP 19 for rolling,
mountainous & steep terrain.
iii. Longitudinal section for cross roads for length adequate for design and quantity
estimation purposes.
iv. Longitudinal and cross sections for major and minor streams shall cover Cross
section of the channel at the site of proposed crossing and few cross sections at
suitable distance both upstream and downstream, bed level upto top of banks
63
and ground levels to a sufficient distance beyond the edges of channel, nature
of existing surface soil in bed, banks & approaches, longitudinal section of
channel showing site of bridge etc. These shall be as per recommendations
contained in IRC Special Publication No. 13 (Guidelines for the Design of Small
Bridges and Culverts) and provisions of IRC:5 (“Standard Specifications & Code
of Practice for Road Bridges, Section 1 – General Features of Design”).
2. At feasibility study stage cross sections at 50m interval may be taken.
1. The Consultants shall collect details of all important physical features along the
alignment. These features affect the project proposals and should normally
include buildings and structures, monuments, burial grounds, cremation
grounds, places of worship, railway lines, stream / river / canal, water mains,
sewers, 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 on the adequate
allowance for possible shifting of the central lines at some of the intersections
locations.
2. Consultant shall also map out sub-surface utilities. Accurate mapping and
resolution of all sub-surface utilities up to a depth of 4 m shall be carried out.
Differentiation between sub-surface utilities such as live electric cables, metallic
utilities and other utilities shall be indicated and sub-surface utilities radargrams
further processed into utility maps in formats such as PDF, JPEG and AutoCAD
shall be furnished. To meet the accuracy levels, consultant shall use Ground
Penetrating Radar, Induction Locator or better technologies.
The Consultants shall carry out detailed field studies in respect of road and
pavement. The data collected through road inventory and pavement
investigations should be sufficient to meet the input requirements of HDM-IV.
1. Detailed road inventory surveys shall be carried out to collect details of all existing
road and pavement features along the existing road sections. The inventory
data shall include but not limited to the following:
2. The data should be collected in sufficient detail. The data should be compiled
and presented in tabular as well as graphical form. The inventory data would be
stored in computer files using simple utility packages, such as EXCEL.
1. Pavement Composition
i. The data concerning the pavement composition may be already available with
the PWD. However, the consultants shall make trial pits to ascertain the
pavement composition. The test pit interval will be as per Para 4 below.
ii. For each test pit, the following information shall be recorded:
test pit reference (Identification number, location):
pavement composition (material type and thickness); and
subgrade type (textural classification) and condition (dry, wet)
embankment (composition and geometry)
i. Detailed field studies shall be carried out to collect road and pavement surface
conditions. The data should generally cover:
pavement condition (surface distress type and extent);
shoulder condition;
embankment condition; and
65
drainage condition
Pavement Condition
Shoulder Condition
Embankment Condition
Drainage Condition
General condition
Connectivity of drainage turnouts into the natural topography
Condition in cut sections
Condition at high embankments
66
The data obtained from the condition surveys should be analyzed and the road
segments of more or less equal performance may be identified using the criteria
given in IRC: 81-1997.
3. Pavement Roughness
The IRI shall be determined for both wheel paths over a minimum length
of 250m for a minimum of 6 calibration sites with a roughness range
between 2m/km and 8m/km. Calibration shall be made for speeds of 20,
30, 40, 50, 60 km/h.
ii. The surveys shall be carried out along the outer wheel paths. The surveys
shall cover a minimum of two runs along the wheel paths for each
direction.
iii. The results of the survey shall be expressed in terms of BI and IRI and
shall be presented in tabular and graphical forms. The processed data shall
be analyzed using the cumulative difference approach to identify road
segments homogenous with respect to surface roughness.
1. The Consultants shall carry out structural strength surveys for existing
pavements using Falling Weight Deflectometer (FWD) in accordance with IRC
115 or IRC 117 as the case may be.
i. It is suggested that the deflection surveys may be carried out as per the scheme
given below:
mainline testing; and,
Control section testing.
ii. The deflection tests for the mainline shall be carried out at every 500 m along
the road sections covered under the study. The control section testing shall
involve carrying out deflection testing for each 100 m long homogenous road
segment along the road sections. The selection of homogenous segment shall be
based on the data derived from pavement condition surveys. The total length of
such homogenous segments shall not be less than 100 m per kilometer. The
deflection measurements for the control section testing should be at an interval
of not more than 10 m.
iii. Test pits shall be dug at every 500 m and also along each homogeneous road
segment to obtain pavement composition details (pavement course, material
type and thickness) so as to be able to study if a correlation exists between
deflection and composition. If so, the relationship may be used while working
out the overlay thickness for the existing pavement.
iv. Falling weight deflectometer surveys may not be carried out for severely
distressed sections of the road warranting reconstruction. The
67
Consultants,Immediately upon the award of the contract, shall submit to State
PWD Uttar Pradesh the scheme describing the testing schedule including the
interval. The testing scheme shall be supported by data from detailed
reconnaissance surveys.
v. It is mandatory for the consultant to use Falling weight deflectometer or
alternative better technique for the evaluation of pavement strength, details of
such methods or innovative features for deflection testing using Falling weight
deflectometer along with the methodology for data analysis, interpretation and
the use of such data for pavement overlay design purposes using IRC or any
other widely used practices, such as AASHTO guidelines, should be got approved
by State PWD of Uttar Pradesh. The sources of such methods should be properly
referenced.
4.11.3.3 Subgrade Characteristics and Strength
2. Based on the data derived from condition (surface condition, roughness) and
structural strength surveys, the project road section should be divided into
segments homogenous with respect to pavement condition and strength. The
delineation of segments homogenous with respect to roughness and strength
should be done using the cumulative difference approach (AASHTO, 1993).
2. The data on soil classification and mechanical characteristics for soils along the
existing alignments may already be available with the PWD. The testing scheme
is, therefore, proposed as given under:
(i). For the widening (2-Laning) of existing road within the ROW, the Consultants shall
test at least three sub-grade soil samples for each homogenous road segment or
three samples for each soil type encountered, whichever is more.
(ii). For the roads along new alignments, the test pits for sub grade soil shall be
@5km or for each soil type, whichever is more. A minimum of three samples
should be tested corresponding to each homogenous segment.
4. For problematic soils, the testing shall be more rigorous. The characteristics
with regard to permeability and consolidation shall also be determined for these
soils. The frequency of sampling and testing of these soils shall be finalized in
consultation with the State PWD of Uttar Pradesh officers after the problematic
soil types are identified along the road sections.
5. The laboratory for testing of material should be got approved from State PWD
of Uttar Pradesh before start of work.
1. The hydrological and hydraulic studies shall be carried out in accordance with
IRC Special Publication No. 13 (“Guidelines for the Design of Small Bridges and
Culverts”) and IRC:5 (“Standard Specifications & Code of Practice for Road
Bridges, Section I General Feature of Design”). These investigations shall be
carried out for all existing drainage structures along the road sections under the
study.
5. The Consultants shall collect information on high flood level (HFL), low water
levels (LWL), high tide level (HTL), low tide level (LTL) where applicable,
discharge velocity etc. from available past records, local inquiries and visible signs,
if any, on the structural components and embankments. Local inquiries shall also
be made with regard to the road sections getting overtopped during heavy rains.
6. Conducting Model studies for bridges is not covered in the scope of consultancy
services. If Model study is envisaged for any bridge, requirement of the same
shall be spelt out in the RPF documents separately indicating scope and time
frame of such study. Salient features of the scope of services to be included for
model study are given in the supplement- II Terms of Reference.
1. The Consultants shall thoroughly inspect the existing structures and shall
prepare a report about their condition including all the parameters given in the
Inspection pro- forma of IRC-SP:35. The condition and structural assessment
survey of the bridges / culverts / structures shall be carried out by senior
experts of the Consultants.
3. For the bridges identified to be in a distressed condition based upon the visual
69
condition survey, supplementary testing shall be carried out as per IRC-SP:35 and
IRC- SP:40. Selection of tests may be made based on the specific requirement
of the structure.
3. The assessment of the load carrying capacity or rating of existing bridges shall
be carried out under one or more of the following scenarios:
i. when the design live load is less than that of the statutory commercial vehicle
plying or likely to ply on bridge;
ii. if during the condition assessment survey and supplementary testing the bridge
is found to indicate distress of serious nature leading to doubt about structural
and / or functional adequacy, and
iii. Design live load is not known nor are the records and drawings available.
4. The evaluation of the load carrying capacity of the bridge shall be carried out as
per IRC-SP:37 (“Guidelines for Evaluation of Load Carrying Capacity of
Bridges”). The analytical and correlation method shall be used for the
evaluation of the load carrying capacity as far as possible. When it is not
possible to determine the load carrying capacity of the bridge using analytical
and correlation method, the same shall be carried out using load testing. The
consultant has to exhaust all other methods of evaluation of strength of bridges
before recommending to take up load testing of bridges. Road closure for
testing if unavoidable shall be arranged by State PWD of Uttar Pradesh for
limited duration say 12 hours or so.
2 Overall length = 30 – 60 m One abutment location and at least one intermediate location between abutments
for structures having more than one span.
2. The deviation(s), if any, by the Consultants from the scheme presented above
should be approved by State PWD of Uttar Pradesh.
70
from adjacent crossings over the same waterway (existing highway and railway
bridges) indicates that subsurface variability is such that boring at the suggested
spacing will be insufficient to adequately define the conditions for design
purposes, the Consultants shall review and finalize the bore hole locations in
consultation with the State PWD of Uttar Pradesh officers.
5. The scheme for the borings locations and the depth of boring shall be prepared
by the Consultants and submitted to State PWD of Uttar Pradesh for approval.
These may be finalized in consultation with State PWD of Uttar Pradesh.
6. The sub-soil exploration and testing should be carried out as per IS 1892. The
soil testing reports shall be in the format prescribed in relevant IRC Codes.
7. For the approach road pavement, bore holes at each major change in pavement
condition or in deflection readings or at 2 km intervals whichever is less shall
be carried out to a depth of at least 2 m below embankment base or to rock
level and are to be fully logged. Appropriate tests to be carried out on samples
collected from these bore holes in NABL accredited laboratory to determine the
suitability of various materials for use in widening of embankments or in parts
of new pavement structure.
1. The Consultants shall identify sources (including use of fly-ash/ slag), quarry sites
and borrow areas, undertake field and laboratory testing of the materials to
determine their suitability for various components of the work and establish
quality and quantity of various construction materials and recommend their use
on the basis of techno- economic principles. The Consultants shall prepare mass
haul diagram for haulage purposes giving quarry charts indicating the location
of selected borrow areas, quarries and the respective estimated quantities.
4.12.1. General
1. The Consultants are to carryout detailed designs and prepare working drawings for
the following:
i. High speed highway with divided carriageway configuration complete in all
respects with service roads at appropriate locations;
ii. Design of pavement for the additional lanes and overlay for the existing road,
paved shoulders, medians, verges;
iii. Bridges, viaduct/subways and other grade separated structures including
ROBs/RUBs etc.
iv. At-grade and grade-separated intersections, interchanges (if required);
v. ROB for railway crossings as per the requirement and the standards of the Indian
Railways; and,
vi. Prepare alignment plans, longitudinal sections and cross-sections@ 50mintervals;
vii. Designs for road furniture and road safety/traffic control features;
viii. Designs and drawings for service road/under passes/overpass / cattle passes
tree planting/fencing at locations where necessary / required
ix. Toll plazas and office-cum-residential complex for MoRT&H (one for each civil
contract package)
x. Short bypasses at congested locations
xi. Drainage design showing location of turnouts, out falling structures, separate
drawings sheet for each 5 km. stretch.
xii. Bridges and structures rehabilitation plan with design and drawings
xiii. Traffic amenities (Parking Areas, Weighing Station and Rest Areas, etc.).
xiv. Design of pavement for approach road
xv. Design of river bank protection / training works. Innovative type of structures
with minimum joints, aesthetically, pleasing and appropriate to the topography of
the region shall be designed wherever feasible.
1. The Consultants shall evolve Design Standards and material specifications for the
Study primarily based on IRC publications, MoRT&H Circulars and relevant
recommendations of the international standards for approval by MoRT&H/ State
72
PWD of Uttar Pradesh.
2. The Design Standards evolved for the project shall cover all aspects of detailed
design including the design of geometric elements, pavement design, bridges
and structures, traffic safety and materials.
1. The design of geometric elements shall, therefore, take into account the
essential requirements of such facilities.
2. Based on the data collected from reconnaissance and topographic surveys, the
sections with geometric deficiencies, if any, should be identified and suitable
measures for improvement should be suggested for implementation.
3. The data on accident statistics should be compiled and reported showing accident
type and frequency so that black spots are identified along the project road
section. The possible causes (such as poor geometric features, pavement condition
etc.) of accidents should be investigated into and suitable cost-effective
remedial measures suggested for implementation.
4. The detailed design for geometric elements shall cover, but not be limited to
the following major aspects:
i. horizontal alignment;
ii. longitudinal profile;
iii. cross-sectional elements, including refuge lane (50m) at every 2kms.
iv. junctions, intersections and interchanges;
v. bypasses; and,
vi. service roads as and when require i.e built up area.
5. The alignment design shall be verified for available sight distances as per the
standard norms. The provision of appropriate markings and signs shall be made
wherever the existing site conditions do not permit the adherence to the sight
distance requirements as per the standard norms.
6. The consultants shall make detailed analysis of traffic flow and level of service
for the existing road and workout the traffic flow capacity for the improved
project road. The analysis should clearly establish the widening requirements
with respect to the different horizon periods taking into account special
problems such as road segments with isolated steep gradients.
7. In the case of closely spaced cross roads the Consultant shall examine different
options such as, providing grade separated structure for some of them with a
view to reduce number of at-grade crossings, services roads connecting the cross-
roads and closing access from some of the intersections and prepare and furnish
appropriate proposals for this purpose keeping in view the cost of improvement,
impact on traffic movement and accessibility to cross roads. The detailed drawings
and cost estimate should include the provisions for realignments of the existing
cross roads to allow such arrangements.
73
9. The Consultant shall also prepare details for at-grade junctions, which may be
adopted as alternative to the grade separated structures. The geometric design
of interchanges shall take into account the site conditions, turning movement
characteristics, level of service, overall economy and operational safety.
10. The Consultants shall prepare design and other details in respect of the parallel
service roads in urbanized locations and other locations to cater to the local
traffic, their effect of the viability of the project on commercial basis if service
roads are constructed as part of the project and the implications of not
providing the service roads.
11. The consultant shall prepare complete road and pavement design including
drainage for new bypass option identified around congested town in-route.
4.12.4. Pavement Design
i. strengthening of existing road pavement and design of the new pavement if any,
if the findings of the traffic studies and life-cycle costing analysis confirm the
requirement for widening of the road beyond 2lane undivided carriageway
standard;;
ii. pavement design for bypasses; and,
iii. design of shoulders.
3. The design of pavement shall be rigorous and shall make use of the latest Indian
and International practices. The design alternatives shall include both rigid
and flexible design options. The most appropriate design, option shall be
established on life-cycle costing and techno-economic consideration.
4. For the design of pavement, each set of design input shall be decided on the
basis of rigorous testing and evaluation of its suitability and relevance in respect
of in-service performance of the pavement. The design methodology shall
accompany the design proposals and shall clearly bring out the basic
assumptions, values of the various design inputs, rationale behind the selection
of the design inputs and the criteria for checking and control during the
implementation of works. In other words, the design of pavement structure
should take due account of the type, characteristics of materials used in the
respective courses, variability of their properties and also the reliability of
traffic predictions. Furthermore, the methodology adopted for the design of
pavement shall be complete with flowcharts indicating the various steps in the
design process, their interaction with one another and the input parameter
required at each step.
5. For the design of overlays for the existing 2-lane pavement, the strengthening
requirement shall duly take into account the strength of the existing pavement vis-
à- vis the remaining life. The overlay thickness requirements shall be worked out
for each road segment homogenous with respect to condition, strength and sub-
grade characteristics. The rehabilitation provisions should also include the provision
of regulating layer. For existing pavement with acceptable levels of cracking,
provision of a crack inhibiting layer should also be included.
5 (a) For rehabilitation and strengthening, consultant shall consider the alternatives of
rehabilitating the existing pavement, overlaying with the same or alternate
74
pavement type (e.g. white/black topping) and also the option of removal and
replacement of existing pavement layers and chose the best alternative basis
lifecycle costing, and any local considerations such as material availability, time
available for construction etc.
7. The paved shoulders shall be designed as integral part of the pavement for the
main carriageway. The design requirements for the carriageway pavement shall,
therefore, be applicable for the design of shoulder pavements. The design of
granular shoulder should take into account the drainage considerations besides
the structural requirements.
8. The pavement design task shall also cover working out the maintenance and
strengthening requirements and periodicity and timing of such treatments.
2. The Consultants shall carry out detailed analysis and design for all
embankments of height greater than 6 m based on relevant IRC publications.
3. The design of embankments should include the requirements for protection works
and traffic safety features.
1. The data collected and investigation results shall be analyzed to determine the
following:
75
i. HFL
ii. LWL
iii. LBL
iv. Erodibility of bed/scour level
v. Design discharge
vi. Linear waterway and effective linear waterway
vii. Likely foundation depth
viii. Safe bearing capacity
ix. Engineering properties of sub soil
x. Artesian conditions
xi. Settlement characteristics
xii. Vertical clearance
xiii. Horizontal clearance
xiv. Free board for approach road
xv. Severity of environment with reference to corrosion
xvi. Data pertaining to seismic and wind load
xvii. Requirement of model study etc.
2. The Consultant shall prepare General Arrangement Drawing (GAD) and Alignment
Plan showing the salient features of the bridges and structures proposed to be
constructed/ reconstructed along the road sections covered under the Study.
These salient features such as alignment, overall length, span arrangement,
cross section, deck level, founding level, type of bridge
components(superstructure, substructure, foundations, bearings, expansion
joint, return walls etc.) shall be finalized based upon hydraulic and geo-
technical studies, cost effectiveness and ease of construction. The GAD
shall be supplemented by Preliminary designs. In respect of span
arrangement and type of bridge a few alternatives with cost-benefit
implications should be submitted to enable MoRT&H/ State PWD of Uttar
Pradesh to approve the best alternative. After approval of alignment and
GAD the Consultant shall prepare detailed design as per IRC codes
/guidelines and working drawings for all components of bridges and
structures.
3. The location of all at-grade level crossings shall be identified falling across the
existing level crossings for providing ROB at these locations. The Consultants
shall prepare preliminary GAD for necessary construction separately to the
Client. The Consultant shall pursue the Indian Railways Authorities or/and any
statutory authority of State/Central Government for approval of the GAD from
concerned Authorities.
5. Subsequent to the approval of the GAD and Alignment Plan by MoRT&H/ State PWD
76
of Uttar Pradesh and Railways, the Consultant shall prepare detailed design as
per IRC and Railways guidelines and working drawings for all components of the
bridges and structures. The Consultant shall furnish the design and working
drawings for suitable protection works and/or river training works wherever
required.
9. Subsequent to the approval of the GAD and the alignment plan by MoRT&H/
State PWD of Uttar Pradesh, detailed design shall also be carried out for the
proposed underpasses, overpasses and interchanges.
10. The Consultants shall also carry out the design and make suitable
recommendations for protection works for bridges and drainage structures.
11. In case land available is not adequate for embankment slope, suitable design
for RCC retaining wall shall be furnished. However, RES wall may also be
considered depending upon techno-economic suitability to be approved by MoRT&H/
State PWD of Uttar Pradesh.
12. All the bridge structures having a length of 100 m or less can be used for
tapping of water for serving dual purpose i.e., to cross the water body or to
store water, if technically feasible. Therefore, such structures shall be designed as
bridge cum barrage structures (bridge cum bandhara). Ministry‟s guidelines in
this regard issued vide letter no. RW/NH-34066/89/2015-S&R(B) dated
18.04.2017 may be referred.
1. The requirement of roadside drainage system and the integration of the same
with proposed cross-drainage system shall be worked out for the entire length of
the project road section.
2. In addition to the roadside drainage system, the Consultants shall design the
special drainage provisions for sections with super-elevated carriageways, high
embankments and for road segments passing through cuts. The drainage
provisions shall also be worked out for road segments passing through urban
areas.
4. The project highway shall be designed to have well designed efficient drainage
77
system, which shall be subsurface, as far as possible. While constructing the
underpasses, the finished road level shall be determined so as to ensure that
the accumulation of rain water does not take place and run-off flows at
the natural ground level. The drains, wherever constructed, shall be
provided with proper gradient and connected to the existing outlets for
final disposal.
6. All the bridge structures having a length of 100m or less can be used for tapping
of water for serving dual purpose i.e. to cross the water body and to store
water, if technically feasible. Therefore, such structures should be designed as
bridge cum barrage structures (bridge cum bandhara). Ministry‟s guidelines in
this regard issued vide letter no. RW/NH-34066/59/2015-S&R(B) dated
18.04.2017 may be referred.
7. The locations of the culverts should be planned in such a way that the proposed
culvert covers optimum catchment area & the location shall be decided on the
basis of topographical survey, local rainfall data, gradient of natural ground and
enquiry from the local habitants. All culverts should preferably be box culverts
as pipe culverts get filled up with silt, which is rarely cleared.
4.12.8. Traffic Safety Features, Road Furniture and Road Markings
1. The Consultants shall design suitable traffic safety features and road furniture
including traffic signals, signs, markings, overhead sign boards, crash barriers,
delineators etc. The locations of these features shall be given in the reports
and also shown in the drawings.
2. The Consultant should make the provisions for “the overhead (gantry-mounted)
signs on roads with two or more lanes in the same direction” as per provisions of
IRC-67. The minimum height of gantry mounted sign be 5.5 m above the highest
point at the carriageway.
3. Road safety shall be the focus of design. The roads shall be forgiving, having
self- explaining alignment, safe designed intersections / interchanges
segregation and safe crossing facilities for VRUs with crash barriers at hazardous
locations. The details of traffic signs and pavement markings with their
locations, types and configuration shall be shown on the plan so that they are
correctly provided.
4. DPR shall undergo the exercise of Road Safety Audit through the Road Safety
Auditor (separate from design team) and recommendations mentioned be
incorporated.
5. Road markings and proper signage constitute another important aspect of the
Road safety. The DPR shall contain a detailed signage plan, indicating the
places, directions, distances and other features, duly marked on the chainage
plan. It shall specify the suitable places where FoBs are to be provided. Road
marking and signage plan shall be included in DPR and shall be specifically
approved by the MoRT&H/ State PWD Uttar Pradesh.
78
6. Advanced Traffic Management System (ATMS) shall be in place for all 4/6
lane roads of MoRT&H being put to tolling. This would provide real time
information, guidance and emergency assistance to users. ATMS would include
outdoor equipment including emergency call boxes, variable message sign systems,
meteorological data system, close circuit TV camera (CCTV) system in addition to
any other equipment required to meet the objective. Indoor equipment would
include large display board, central computer with Network Management System,
CCTV monitor system and management of call boxes system with uninterrupted
power supply, all housed in a central control centre. In this connection, MoRT&H‟s
policy circular no.11041/218/2007-Admn dated 15.09.2016 may be referred.
7. As availability of suitable sight distance has a large effect on road safety, the
alignment of all the NHs should be finalized in such a way so as to have double the
stopping sight distance available to the road users at all locations.
The Consultants shall work out appropriate plan for planting of trees (specifying
type of plantation), horticulture, floriculture on the surplus land of the right-of
way with a view to beautify the highway and making the environment along the
highway pleasing. These activities should be included in the TOR for
contractor/concessionaire and the cost of these activities shall also be added to
the total project cost for civil works. The existing trees / plants shall be
retained to the extent possible. The Transplantation of trees shall also be
proposed wherever feasible.
4.12.10. Toll Plaza
1. The Consultants shall identify the possible toll plaza location(s) based on the
data and information derived from the traffic studies and a study of the existing
physical features including the availability of land. The location of the plaza should
keep in view that the project road is to be developed as a partially access
controlled highway facility and it is required to collect toll on rational basis from
as much of the vehicular traffic as possible consistent with economy of
collection and operations. The location of the toll plaza should be finalized in
consultation with MoRT&H/ State PWD Uttar Pradesh.
2. The minimum number of toll lanes at the toll plazas should be carefully designed
taking into consideration the projected peak hour toll able traffic, permissible
service time, adopted toll collection system and the capacity of service lanes. The
number of lanes at any toll plaza would, however, be not less than four times the
number of lanes for which the highway has been designed. Eventually, all the lanes
have to be designed / equipped with Electronic Toll Collection (ETC) systems and
one lane at the extreme outer side for Over Dimensioned Vehicles (ODV) should
be earmarked in each direction.
3. Car lanes and lanes for commercial vehicles shall be earmarked at the toll plaza
with outer lanes earmarked for the commercial vehicles. At least 50% of the
total lanes on each side shall be equipped with weigh-in-motion facility for
dedicated use by commercial vehicles followed by a static weigh bridge on
either side. Number of lanes with weigh-in-motion facility may be suitably
increased depending on proportion of commercial vehicles in total traffic
Provision should be kept for acquisition and earmarking of about one acre area
for parking of the overloaded vehicles.
79
4. Toll Plaza shall be designed as per IRC 84.
4.12.11. Weighing Station, Parking Areas and Rest Areas
1. The consultant shall select suitable sites for weighing stations, parking areas
and rest areas and prepare suitable separate designs in this regard. The common
facilities like petrol pump, first-aid medical facilities, police office, restaurant,
vehicle parking etc. should be included in the general layout for planning. For
petrol pump, the guidelines issued by OISD of Ministry of Petroleum shall be
followed. The facilities should be planned to be at approximately 50 km
interval. At least each facility (1 no.) is foreseen to be provided for this project
stretch. Weighing stations can be located near toll plazas so that overloaded
vehicles can be easily identified and suitably penalized and unloaded before
being allowed to proceed further. The type of weighing system suitable for the
project shall be brought out in the report giving merits of each type of the state-
of-the art and basis of recommendations for the chosen system.
2. The Consultant should take into consideration the provisions for persons with
disabilities (PwD) in way side amenity centers / rest areas and provide ramp
facilities, exit / entrance door with minimum clear opening of 900 mm and special
toilet facilities for use of handicapped persons. The consultant shall also take
into consideration, the provisions for Pedestrians facilities as per IRC-103.
2. The Consultants shall prepare the detailed scheme and lay out plan for the
works mentioned in Para 1.
3. The Consultants shall prepare detailed plan for the traffic management
and safety during the construction period.
The consultant shall under take the detailed environmental and social impact
assessment in accordance with the standard set by the Government of India for
projects proposed to be funded by MORT&H. In respect of projects proposed to
be funded by ADB loan assistance, Environmental Assessment Requirements,
Environmental Guidelines for selected infrastructure projects, 1993 of Asian
Development Bank shall be followed. Similarly, for projects proposed to be
funded by World Bank loan assistance, World Bank Guidelines shall be followed.
9. The consultant shall prepare the application forms and obtain forestry
and environmental clearances from the respective authorities including
the SPCBs and the MOEF on behalf of MoRT&H/ State PWD Uttar Pradesh.
The consultants will make presentation, if required, in defending the
project to the MOEF Infrastructure Committee.
10. The consultant shall identify and plan for plantation and
Transplantation of the suitable trees along the existing highway in
accordance with IRC guidelines.
81
assess the impacts on the people, properties and loss of livelihood. The
socioeconomic survey will establish the benchmark for monitoring of R&R
activities. A social assessment is conducted for the entire project to identify
mechanisms to improve project designs to meet the needs of different
stakeholders. A summary of stakeholder discussions, issue raised and how the
project design was developed to meet stakeholders need would be prepared.
2 The consultant shall prepare Land Acquisition Plan and assist in acquisition of
0
4.13.3 The consultant would prepare Resettlement and Rehabilitation Plan and assess
feasibility and effectiveness of income restoration strategies and suitability and
availability to relocation sites. The resettlement plan which accounts for land
acquisition and resettlement impacts would be based on a 25% socio-economic
survey and 100 % census survey of project affected people which provides the
complete assessment of the number of affected households and persons,
including common property resources. All untitled occupants are recorded at the
initial stages and identify cards will be issued to ensure there is no further influx
of people in to the project area. All consultations with affected persons (to
include list of participants) should be fully documented and records made
available to MoRT&H/ State PWD Uttar Pradesh.
Executive summary
Description of project
Objectives of the project.
The need for Resettlement in the Project and evaluation of
measures to minimize resettlement.
83
Description and results of public consultation and plans for continued
participation of PAPs.
Definition of PAPs and the eligibility criteria.
Census and survey results-number affected, how are they affected and
what impacts will they experience.
Legal and entitlement policy framework-support principles for different
categories of impact.
Arrangements for monitoring and evaluation (internal and external)
Implementation schedule for resettlement which is linked to the civil
works contract
A matrix of scheduled activities linked to land acquisition procedures to
indicate clearly what steps and actions will be taken at different stages and
the time frame
The payment of compensation and resettlement during the
acquisition process
An itemized budget (replacement value for all assets) and unit
costs for different assets
5.1.1.1 Coordinate all activities necessary for accurate and timely publication of
notifications as per NH Act including but not limited to
i. Identify all land parcels that need to be acquired as part of project highway
ii. Conduct Joint Measurement Survey in conjunction with CALA, State PWD Uttar Pradesh and
state
revenue department to verify land records
iii. Conduct valuation of land and associated assets (structures, trees, crops etc.) and
liaison with authorities of State Government for authentication of the valuation
5.1.1.2 Liaison with relevant state departments throughout land acquisition process
i. Liaison with State Government departments including but not limited to Land
Revenue Office (or Tehsil), Sub - Registrar office, Directorate of Surveys and with
other State departments (like Public works department, horticulture department
etc.) to expedite the land acquisition process
ii. Co-ordinate collection of all the necessary land record documents and
information required to support CALA/CALA staff during the LA process
5.1.1.3 Facilitate communication between Executive Engineer NH Division, PWD, Basti and
CALA throughout land acquisition process
5.1.1.4 Support CALA and Executive Engineer NH Division, PWD, Basti with
manpower and resources CALA throughout land acquisition process
5.1.2 Assist CALA and Executive Engineer NH Division, PWD, Basti in the publication of
notifications
5.1.2.1 Provide copy of following documents to PIU - 1 soft copy (less than 3MB
combined) + 1 hard copy, on finalization of alignment and approval of the
alignment from the competent authority
5.1.2.3 Ensure correct spelling of taluks and villages according to local revenue
records (Jamabandi) or State Government land record website. The same
should be done for English and Hindi
5.1.2.4 Obtain approval of taluk names, village names and other details mentioned in 3a
from CALA office
5.1.2.5 Co-ordinate with Executive Engineer NH Division, PWD, Basti and District
Collector/State Government in obtaining appointment order for CALA
5.1.2.6 Co-ordinate with NIC to ensure correct village names and spelling are included
in Bhoomi Rashi portal
5.1.2.7 Assist Executive Engineer NH Division, PWD, Basti in creating 3a notification and preamble
on Bhoomi Rashi along with all supporting documents in format prescribed tobe sent for
approval to MoRT&H HQ
5.1.3 Assist CALA and Executive Engineer NH Division, PWD, Basti in the publication of 3A
notification
5.1.3.1 Co-ordinate collection of all village maps from state land revenue department
i. Ensure all village maps are collected from the Taluk Office/Regional Deputy Director
of Survey and Land Records and bear a saleable copy mark.
5.1.3.2 Co-ordinate collection of all survey maps for all the affected survey numbers
in the proposed right of way from state land revenue department
i. Ensure collection of digitized survey maps from the state revenue department
prepared using CollabLand software of NIC for the purposes of land acquisition
activities, wherever available
85
ii. Ensure all survey maps collected are scaled to 1:500, 1:1000 or 1:2000
iii. Ensure survey maps contain all necessary information including boundary
dimensions, ladder diagrams, topographical details, sub division details and
adjoining survey numbers as available, in line with the norms of the State
Government
iv. Verify the level of accuracy in the maps and their suitability for the purposes of
supporting the land acquisition effort for the project road in terms of both
dimensional accuracy and details available
v. Ensure consistency between the revenue maps and other land records (Record of
Rights, Tenancy and Crops /A-Register etc.) and correct the maps/records in
case of inconsistency. Ensure, the corrected maps are vetted by the Village
Administrative Officer
5.1.3.3 Ensure collection of geo referenced control points capable of being imported into
appropriate GIS system
5.1.3.4 Ensure accurate digitization and projection of village maps on GIS system
86
5.1.3.5 Ensure accurate projection of survey revenue maps on Google Earth or similar
GIS software necessarily having the following layers
i. Alignment Map
ii. Digitized Village Map
iii. Topographical details as collected during topographical survey using
LiDAR/Drone Imaging
iv. Geo-referenced control points imported into GIS software
5.1.3.6 Ensure proper superimposition of the alignment map, digitized village map by
accurately matching the topographical details and geo-referenced ground
control points on both the layers.
i. Divide the village maps at every 500 meters (in case of the same village) to
ensure proper projection of the planar map on Google Earth or equivalent
ii. Adjust the digitized map to exactly match the ground situation using the geo-
referenced ground control points identified
5.1.3.8 Co-ordinate collection all the relevant revenue records from state revenue
department required to ascertain type and nature of land
i. Collect the updated land revenue records with details on survey numbers, sub-
division, land type, land nature and owner from the Taluk office
5.1.3.9 Prepare and submit 3A draft and LA plan in the format prescribed by MoRT&H
5.1.3.14 Provide copy of 3A Gazette notification to the office of the CALA on publication
in the Gazette
i. Ensure the translated 3A sent to the newspaper matches the 3A Gazette copy
verbatim and no changes are made
87
5.1.3.16 Co-ordinate with the CALA to get a signed copy of the press ready version along
with the file reference number needed for future reference at the CALA office
5.1.3.17 Assist Executive Engineer NH Division, PWD, Basti in coordinating with newspaper
agency to ensure publication of 3Anotification in 2 newspapers: 1Vernacular + 1
Other
5.1.3.18 Provide copies of newspaper publication of 3A notification to the CALA and Executive
Engineer NH Division, PWD, Basti
5.1.3.19 Ensure all activities are planned and adequate manpower is made available to
ensure the prescribed timelines are adhered to
5.1.4 Assist CALA and Executive Engineer NH Division, PWD, Basti in conduction of
3C enquiry and compilation offinal orders
5.1.4.1 Co-ordinate with CALA for scheduling public hearings as necessitated by section
3C of NH Act 1956
5.1.4.2 Assist CALA staff in sending notices to petitioners on respective hearing dates
either through newspaper notifications to be published in 2 newspapers: 1
Vernacular + 1 other or through respective village administrative offices
5.1.4.6 Assist CALA staff in dispatching and ensuring delivery of final 3C orders to
petitioners in a timely manner and obtain acknowledgement of receipt of 3C
orders from the aggrieved parties
5.1.5 Assist CALA and Executive Engineer NH Division, PWD, Basti in conducting Joint
Measurement Survey
5.1.5.1 Co-ordinate with the CALA office and state government departments and obtain
all permissions necessary to conduct JMS and center line marking
88
i. Ensure use of Differential GPS or Total Station systems to conduct center line marking
ii. Ensure placing of boundary pillars (left and right) and the center line peg (in
case of brownfield sections), center line pillar (in case of greenfield sections) at
50-meter intervals, clearly demarcating the Proposed Right of Way.
iii. Ensure all boundary pillars are provided and planted as per IRC:25:1967
iv. Ensure that the boundary stones are secured at location
v. Provide daily reports to Executive Engineer NH Division, PWD, Basti and CALA
office by mail indicating progress of boundary stone marking in terms of length and
chainage covered
vi. Retain a Total Station system, controller and a prism holder for the entire
duration of the JMS to ensure prompt assistance to the survey team
5.1.5.3 Ensure accurate and timely conduction of JMS for the complete length of the project
i. Provide scaled revenue maps, latest ownership records, village map and other
revenue documents necessary for conducting JMS
ii. Arrange retired revenue sub inspectors of survey and chainmen to conduct Joint
Measurement Survey at the consultant‟s cost
iii. Ensure accurate measurement of revenue survey plots with respect to PROW of
project, by identifying physical features present on the ground & the survey
sketches, measuring the distance of the PROW stone from the physical features
and marking the distance on the survey sketch
iv. Ensure marking of PROW on scaled revenue maps indicating extent of
encroachment into survey numbers/sub division numbers
v. Ensure surveyors collect details of structures and trees present in sub-divisions
during JMS
vi. Ensure accurate calculation of area affected in each sub-division
vii. Ensure sub-division records are prepared as per the guidelines of the state
revenue surveyor clearly indicating the name of the land owner as per latest
ownership record
viii. Ensure sub-division records divide affected sub-divisions clearly indicating
portion ofland vested with the owner and portion of land acquired by MoRT&H
ix. Ensure submission of JMS records in format expected by the CALA office along
with all supporting documents
x. Co-ordinate with local land revenue office in updating of all land records as per
sub- division records submitted to CALA office, including vesting of acquired
land in the name of Government of India, post publication of the 3D notification
xi. Provide daily reports to Executive Engineer NH Division, PWD, Basti and CALA office
by mail indicating progress of JMS in terms of length, villages and number survey
numbers covered
i. Ensure all records are submitted at Taluk office in the correct format
ii. Facilitate creation of new sub-divisions based on the sub division records submitted
by the survey team, including vesting of acquired land in the name of Government of
India, post publication of the 3D notification
iii. Provide daily reports to Executive Engineer NH Division, PWD, Basti and CALA
office by mail indicating progress of pre-scrutiny in terms of number of villages
covered
89
5.1.5.5 Co-ordinate with CALA team and Executive Engineer NH Division, PWD, Basti to facilitatesite
inspection
5.1.6 Assist CALA and Executive Engineer NH Division, PWD, Basti in the publication of 3D
notification
5.1.6.1 Prepare 3D draft based on 3A notification and scrutinized JMS statements in the
format prescribed by MoRT&H
i. Ensure presence of surveyors to clarify/rectify any issue that may arise during
verification, both during on-ground inspection as well as during the document verification
5.1.6.4 Assist CALA staff in preparation of 3D notification, preamble and forwarding letter tobe
forwarded to Executive Engineer NH Division, PWD, Basti
5.1.6.5 Assist Executive Engineer NH Division, PWD, Basti in uploading 3D notification (as
declared by CALA) along with preamble on Bhoomirashi
5.1.6.6 Provide copy of 3D Gazette notification to the office of the CALA on publication
in the Gazette
i. Ensure the translated 3D sent to the newspaper matches the 3D Gazette copy
verbatim and no changes are made
5.1.6.8 Co-ordinate with the CALA to get a signed copy of the press ready version along
withthe file reference number needed for future reference at the CALA office
5.1.6.9 Assist Executive Engineer NH Division, PWD, Basti in coordinating with newspaper
agency to ensure publication of 3Anotification in 2 newspapers: 1Vernacular + 1
Other
5.1.6.10 Provide copies of newspaper publication of 3D notification to the CALA and Executive
Engineer NH Division, PWD, Basti
5.1.6.11 Ensure all activities are planned and adequate manpower is made available to
ensurethe prescribed timelines are adhered to
i. Ensure submission of 3D statement along with sub-division records to the PIU in
prescribed format within 45 days of 3A publication
ii. Ensure publishing of 3D in Gazette by pursuing the same with relevant
stakeholder within 15 days of submission of final 3D to the Executive Engineer
NH Division, PWD, Basti
iii. Provide adequate manpower including but not limited to surveyors, revenue
inspectors, chain-men, liaison officers, computer operators, central line marking
teams, helpers, etc. to ensure mandated timelines are met
90
iv. Ensure adequate resources including but not limited to computers, boundary
pillars, Total Station/DGPS systems, vehicles etc. are deployed to ensure
mandated timelines are met
5.1.7.1 Assist CALA in drafting public notice inviting claims (under sub-section 3 of section
3G) from all persons interested in the land to be acquired and 3D notification to
be published in 2 local newspaper - 1 vernacular and 1 other.
5.1.7.2 Co-ordinate with Executive Engineer NH Division, PWD, Basti /CALA on publishing
of claim invitation notification in 2 local newspapers - 1 vernacular and 1
other. The public notice inviting claims (undersub-section 3 of section 3G) from all
persons interested in the land to be acquired can be issued along with the
newspaper publication of 3D notification
5.1.7.4 Assist CALA during claim hearings, record hearings and compliance of
correspondingorders
i. Collate ownership claims and the documents received during the claim hearings
ii. Assist the office of the CALA in verifying the claims and in finalizing the land owners
5.1.7.5 Assist CALA office in collection of sales statistics and market value (Guideline
value/ Collector rates) from the relevant State Government department
i. Collect the sales statistics for 3 years prior to the date of the 3A notification
from the Sub-Registrar‟s Office
ii. Assess the sales statistics to evaluate the nature of land for all the sale deeds
based on the land records available with the State Government (Chitta/ A-
Register, etc.)
iii. Compute the average of the top 50% of the sales statistics after eliminating the
outliers, with proper justification
iv. Collect the Guideline Value/ Prevalent market rates, as issued by the order of
the Competent Authority of the State Government for all the relevant villages
v. Collect the details of the sales of land for public purpose through private
negotiation inthe recent past for similar type of land
5.1.7.6 Compute land valuation for the all the affected survey numbers in line with
RFCTLARR Act and the guidelines issued by MoRTH
5.1.7.7 Conduct valuation of land related assets (Structures, trees, crops etc.) and
liaison with respective State authority including but not limited to State Public
Works Department, Agriculture, Horticulture, Forest Department, etc. for
authentication of the valuation.
5.1.7.8 Assist CALA in 3G award preparation and in drafting 3G award documents along
with the required annexures including but not limited to preparation of field
book which contains award by each beneficiary, list of sales statistics
considered for finalizing the market value, etc.
5.1.8 Assist Executive Engineer NH Division, PWD, Basti in obtaining possession of land
5.1.8.1 Co-ordinate delivery of confirmation letter of deposit from Executive Engineer NH Division,
91
PWD, Basti to CALA
5.1.8.2 Assist CALA staff in drafting notification for beneficiaries for award collection
and vacating the land within 60 days (under section 3E)
5.1.8.3 Co-ordinate serving of notice to all beneficiaries for collection of award and to
vacate the land within 60 days (under section 3E)
5.2.1 Identify type and location of all existing utilities within the proposed ROW
1. Consultant will review information available with all utilities agencies in the
region, consult maps/plans available with State PWD Uttar Pradesh, MoRTH and
state road agencies, consult with locals and municipal bodies to ascertain the
presence and location of utilities , including but not limited to water-mains,
gas, telephone, electricity and fiber-optic installations in and around the
project road
92
5.2.3 Develop a utilities relocation plan
1. Consultants need to develop and submit a utilities relocation plan in consultation with
State PWD Uttar Pradesh and user departments clearly identifying current utilities
and suggested relocations along with crossings as required
2. Plan and conduct discussions, consultations and joint site visits required for the
planning of utilities shifting and the development of required drawings and
proposals
4. Develop initial cost estimates based on suggested relocation plan and the latest
available schedule of rates for inclusion in the cost of the project at the time of
approval
2. Prepare utility shifting cost estimates using latest schedule of rates and obtain
approval from user departments
4. Work with user department, State PWD Uttar Padesh as required to incorporate
any changes requested in shifting proposal and cost estimate
5. Obtain all required utilities shifting proposal estimates and required approvals
from both user departments and MoRT&H/State PWD Uttar Pradesh within the
time stipulated in DPR contract
2. The Consultants shall make detailed analysis for computing the unit rates for
the different items of works. The unit rate analysis shall duly take into account
the various inputs and their basic rates, suggested location of plants and
respective lead distances for mechanized construction. The unit rate for each
item of works shall be worked out in terms of manpower, machinery and
materials.
93
4. The Consultant should work out the quantity of Bitumen, Steel and Cement likely
to be used in the project and indicate in the summary sheet.
6. Viability and Financing Options and Bidding process
1. The Project Road should be divided into the traffic homogenous links based on
the findings of the traffic studies. The homogenous links of the Project Road
should be further subdivided into sections based on physical features of road and
pavement, sub- grade and drainage characteristics etc. The economic and
commercial analysis shall be carried out separately for each traffic homogenous
link as well as for the Project Road.
2. The values of input parameters and the rationale for their selection for the
economic and commercial analyses shall be clearly brought out and got
approved by MoRT&H & State PWD Uttar Pradesh.
3. For models to be used for the economic and the commercial analyses, the
calibration methodology and the basic parameters adapted to the local conditions
shall be clearly brought out and got approved by MoRT&H & State PWD Uttar
Pradesh.
4. The economic and commercial analyses should bring out the priority of the
different homogenous links in terms of project implementation.
1. The Consultants shall carry out economic analysis for the project. The analysis
should be for each of the sections covered under this TOR. The benefit and cost
streams should be worked out for the project using HDM-IV or other
internationally recognized life- cycle costing model.
2. The economic analysis shall cover but be not limited to be following aspects:
i. assess the capacity of existing roads and the effects of capacity constraints on
vehicle operating costs (VOC);
ii. calculate VOCs for the existing road situation and those for the project;
iii. quantify all economic benefits, including those from reduced congestion, travel
distance, road maintenance cost savings and reduced incidence of road
accidents; and,
iv. estimate the economic internal rate of return (EIRR) for the project over a 30-
year period. In calculating the EIRRs, identify the tradable and non- tradable
components of projects costs and the border price value of the tradable
components.
v. Saving in time value.
3. Economic Internal Rate of Return (EIRR) and Net Present Value (NPV), “with
“and “without time and accident savings” should be worked out based on these
cost-benefit stream. Furthermore, sensitivity of EIRR and NPV worked out forth
different scenarios as given under:
94
Scenario – IV Base Costs plus 15% and Base Benefits minus 15%
The sensitivity scenarios given above are only indicative. The Consultants shall
select the sensitivity scenarios taking into account possible construction delays,
construction costs overrun, traffic volume, revenue shortfalls, operating costs,
exchange rate variations, convertibility of foreign exchange, interest rate
volatility, non-compliance or default by contractors, political risks and force
majeure.
4. The economic analysis shall take into account all on-going and future road and
transport infrastructure projects and future development plans in the project
area.
1. The Consultants shall in consultation with MoRT&H & State PWD Uttar Pradesh
finalize the format for the analysis and the primary parameters and scenarios that
should be taken into account while carrying out the commercial analysis
2. The Financial analysis for the project should cover financial internal rate of
return, projected income statements, balance sheets and fund flow statements
and should bring out all relevant assumptions.
3. The financial analysis should cover identification, assessment, and mitigating
measures for all risks associated with the project. The analysis shall cover, but
be not limited to, risks related to construction delays, construction costs overrun,
traffic volume, revenue shortfalls, operating costs, exchange rate variations,
convertibility of foreign exchange, interest rate volatility, non-compliance or
default by contractors, political risks and force majeure.
4. The sensitivity analysis should be carried out for a number of probabilistic scenarios.
1. The financial model so developed shall be handed over to and be the property of
MoRT&H & State PWD Uttar Pradesh.
2. The consultant shall also suggest positive ways of enhancing the project viability
and furnish different financial models for implementing on BOT format
6.3.1 Consultant shall assist the authority in preparing the required bid documents and
support the authority through the bidding process
95
1. The consultant shall prepare all required bid documents and technical
schedules required for the bidding of the project
1. Consultant shall support MoRT&H/ State PWD Uttar Pradesh through the
entire bid process and shall be responsible for sharing the findings from
the preparation stages during the bidprocess
3. During the bid process for a project, the consultant shall support the
authority in:
4. The consultant shall assist MoRT&H/ State PWD Uttar Pradesh and its
functionaries as needed in the evaluation of technical bids
1. Time period envisaged for the study of the project is indicated in Annex-I to
96
LOI. The final reports, drawings and documentation shall be completed within
this time schedule.
2. MoRT&H/ State PWD Uttar Pradesh shall arrange to give approval on all
sketches, drawings, reports and recommendations and other matters and
proposals submitted for decision by the Consultant in such reasonable time so as
not to delay or disrupt the performance of the Consultant‟s services.
8. Project Team and Project Office of the Consultant
4. The Consultants shall establish an office at the project site manned by senior
personnel during the course of the surveys and investigations. All the project
related office work shall be carried out by the consultant in their site office unless
there are special reasons for carrying out part of the office work elsewhere for
which prior approval of MoRT&H/ State PWD Uttar Pradesh shall be obtained.
The address of the site office including the personnel manning it including their
Telephone and FAX numbers will be intimated by the Consultant to
MoRT&H/ State PWD Uttar Pradesh before commencement of the services.
5. All key personnel and sub professional staff of the DPR Consultants shall use the
fingerprint based (biometric) attendance system for marking their daily
attendance. Attendance shall be marked at least once a day and anytime during
the day. Biometric Attendance System shall be installed by the DPR Consultants
at its own cost at the site office and design office in order to facilitate the
attendance marking. A copy of attendance records shall be attached at the
time of submission of their bills to the MoRT&H/ State PWD Uttar Pradesh
from time to time. Proper justification shall be provided for cases of absence of
key personnel/ sub-professional staff which do not have prior approval from Project
Director of Concerned stretch. If MoRT&H/ State PWD Uttar Pradesh so desires,
it shall facilitate electronic linking of the attendance system with the Central
Monitoring System of MoRT&H.
97
9. Reports to be submitted by the Consultant to MoRT&H/ State PWD Uttar Pradesh.
9.1 All reports, documents and drawings are to be submitted separately for each of
the traffic homogenous link of the Project Road. The analysis of data and the
design proposals shall be based on the data derived from the primary surveys
and investigations carried out during the period of assignment. The sources of
data and model relationships used in the reports shall be indicated with
complete details for easy reference.
9.2 Project preparation activities will be split into eight stages as brought out below.
5 Technical Preparation of bid documents and Civil Works Contract Agreement and
Schedules technical schedules Schedules
6 (i) LA II Land acquisition process, obtaining final JMS and 3D Report, Final Project
(ii) Project utilities estimates and required Clearances and Utilities Report
Clearances clearances
Preliminary design work should commence without waiting for feasibility study
to becompleted. Stage 3, 5 and 6 shall run in parallel with Stage 2 and 4
1. The Consultant shall submit to the client the reports and documents in bound
volumes (and not spiral binding form) after completion of each stage of work as per
98
the schedule and in the number of copies as given in Enclosure-III. Further, the
reports shall also be submitted in floppy diskettes / CD‟s in addition to the
hardcopies as mentioned in Enclosure-III. Consultant shall submit all other
reports mentioned specifically in the preceding paras of the TOR.
2. The time schedule for various submissions prescribed at Sl. No.1 above shall be strictly
adhered to. No time overrun in respect of these submissions will normally be
permitted. Consultant is advised to go through the entire terms of reference
carefully and plan his work method in such a manner that various activities
followed by respective submissions as brought out at Sl.No.1 above are
completed as stipulated. Consultant is, therefore, advised to deploy sufficient
number of supporting personnel, both technical and administrative, to
undertake the project preparation activities in construction package (Section)
simultaneously. As far as possible, the proposal should include complete
information such as number of such persons, name, position, period of
engagement, remuneration rate etc. The Consultant is also advised to start
necessary survey works from the beginning so as to gain time in respect of various
other activities in that stage.
1. The key stages, activities and deliverables for the detailed project report
are asdescribed in these documents
2. The following section describes the detailed requirements for each report that
needsto be submitted
5. All reports must be submitted along with the relevant checklist form
completed andsigned off by the consultant
STAGE 1
10.1 Quality Assurance Plan (QAP) Document
1. Immediately upon the award, the Consultants shall submit four copies of the
QAP document covering all aspects of field studies, investigations design and
economic financial analysis. The quality assurance plans/procedures for
different field studies, engineering surveys and investigation, design and
documentation activities should be presented as separate sections like
engineering surveys and investigations, traffic surveys, material geo-technical
and sub-soil investigations, 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 project documents
etc. Further, additional information as per format shall be furnished regarding
the details of personnel who shall be responsible for carrying out/preparing and
checking/verifying various activities forming part of feasibility study and
project preparation, since inception to the completion of work. The field and
design activities shall start after the QAP is approved by MoRT&H/ State PWD
Uttar Pradesh.
99
2. Data formats for report and investigation result submission
i. Required data formats for some reports, investigations and documents are
discussed in ENCLOSURE-IV
ii. Formats for submission of Reports and Documents.
iii. The consultants will need to propose data formats for use in all other field
studies and investigations not covered in enclosure IV.
iv. The proposed data forms will need to be submitted for the approval of MoRT&H/
State PWD Uttar Pradesh afterthe commencement of services.
10.2 Inception Report (IR)
i. Project appreciation;
ii. Detailed methodology to meet the requirements of the TOR finalized in
consultation with the MoRT&H/ State PWD Uttar Pradesh officers; including
scheduling of various sub activities to be carried out for completion of various
stages of the work; stating out clearly their approach & methodology for project
preparation after due inspection of the entire project stretch and collection/
collation of necessary information;
iii. Task Assignment and Manning Schedule;
iv. Work programme;
v. Proforma for data collection;
vi. Design standards and proposed cross-sections;
vii. Key plan and Linear Plan;
viii. Development plans being implemented and / or proposed for implementation in
the near future by the local bodies and the possible impact of such development
plans on the overall scheme for field work and design for the study;
ix. Quality Assurance Plan (QAP) finalized in consultation with MoRT&H/ State PWD Uttar
Pradesh.;
x. Draft design standards; and
10
0
STAGE 2: Feasibility Report
10.3 Alignment options report
1. Basis review of the existing project road, local traffic patterns and initial
reconnaissance surveys, the consultant shall present possible alignment
alternatives for the project road
i. Drivers for re-alignment of road and re-alignment needed as discussed in para 2 above
ii. Alignment alternatives for each section where re-alignment of road is needed
iii. Analysis of alignment alternatives bringing out the pros and cons of each
alternative including, but not limited to: new construction required, land
acquisition requirements, environmental impact, utilities and structures affected,
cost of construction, road geometry and road safety aspects, input from local
consultation, MoRT&H/ State PWD Uttar Pradesh views
iv. Recommendations from among the alignment options presented for the authority
to consider
i. Executive summary
ii. Overview of MoRT&H organization and activities, and project financing and cost
recovery mechanisms
10
1
iii. Project description including possible alternative alignments/bypasses and
technical/engineering alternatives
iv. Methodology adopted for the feasibility study
v. Socioeconomic profile of the project areas
vi. Indicative design standards, methodologies and specifications
vii. Traffic surveys and analysis
viii. Environmental screening and preliminary environmental assessment
ix. Initial social assessment and preliminary land acquisition/resettlement plan
x. Cost estimates based on preliminary rate analysis and bill of quantities,
xi. Cost analysis of all alternate identified alignments
xii. Economic and financial analysis
xiii. Conclusions and recommendations
2. In view of para 1 above the consultant has to submit the following documents
in sixsets:
ii. Rate Analysis: This volume will present the analysis of rates for all items of works.
The details of unit rate of materials at source, carriage charges, any other
applicable charges, labour rates, and machine charges as considered in arriving
at unit rates will be included in this volume.
iii. Cost Estimates: This volume will present the each item of work as well as a
summary of total cost.
iv. Bill of Quantities: This volume shall contain the detailed Bill of Quantities for all
items of works
3. The basic data obtained from the field studies and investigations shall be
submitted ina separate volume as an Appendix to Feasibility Report.
10
2
STAGE 3:
10.5 Strip Plan and Clearances
1. The Consultants shall submit the following documents:
i. Details of the center line of the proposed widened NH along with the existing
and proposed right-of-way limits to appreciate the requirements of land
acquisition;
ii. The information concerning the area including ownership of land to be acquired for
the implementation of the project shall be collected from the revenue and other
concerned authorities and presented along with the strip plans;
iii. Strip plans showing the position of existing utilities and services indicating
clearly theposition of their relocation;
iv. Details for various clearances such as environment and forest clearances;
v. Separate strip plan showing shifting / relocation of each utility services in
consultation with the concerned local authorities;
vi. The utility relocation plans should clearly show existing right-of-way and
pertinent topographic details including buildings, major trees, fences and other
installations such as water-mains, telephone, telegraph and electricity poles, and
suggest relocation of the services along with their crossings the highway at
designated locations as required and prepare necessary details for submission to
the Service Departments;
vii. Detail schedules for acquisition of additional land and additional properties in
consultation with the revenue authorities; and
viii. Land Acquisition Plan shall be prepared after digitization of cadastral / land
revenue maps. The digitized map shall exactly match the original map, like a
contact print, since the dimensions and area of plots, or the whole village is to
be extracted from the map itself. An accuracy of 1mm or higher in a map of
scale as per IRC SP 19 shall be ensured.
2. The strip plans and land acquisition plan shall be prepared on the basis of data
fromreconnaissance and detailed topographic surveys.
3. The Report accompanying the strip plans should cover the essential aspects as
givenunder:
4. The strip plans shall clearly indicate the scheme for widening. The views and
suggestions of the concerned State PWDs should be duly taken into account
while working out the widening scheme (left, right or symmetrical). The
widening scheme shall be finalized in consultation with MoRT&H/ State PWD
Uttar Pradesh.
5. Kilometre-wise Strip Plans for section (Package) shall be prepared separately for
103
eachconcerned agency and suggested by MoRT&H/ State PWD Uttar Pradesh.
10.6 Land Acquisition Report
1. Consultant shall submit a detailed land acquisition plan that provides details on
kilometre-wise land acquisition requirements, all required details and draft
notifications made.
2. The Land acquisition plan and report shall be prepared and submitted for each
section (package). Details shall also be submitted in land acquisition proforma to
be supplied by MoRT&H/ State PWD Uttar Pradesh, in both Hindi and English
languages.
4. The land acquisition plan shall present details concerning the land area to be
acquiredin conjunction with the strip plan:
i. Kilometer-wise existing and proposed RoW on either side of the proposed centreline
ii. Detail schedules of additional land to be acquired, land ownership and other
required details as per revenue records
iii. Details of properties, such as buildings and structures falling within the right-of way
iv. Costs of acquisition as per revenue authorities and also based on realistic
market derived rates
v. Detail schedules for acquisition of additional land and additional properties in
consultation with the revenue authorities;
5. The land acquisition plan shall report the progress of the land acquisition
process under the NH Land Acquisition act
104
1. The consultant shall prepare a kilometre-wise Utility Relocation Plan (URP) and
costs for relocation per civil construction package as per estimates from
concerned authorities
i. All utilities identified in the existing and proposed road RoW such as water-
mains, telephone, telegraph and electricity poles
ii. Those utilities that will require shifting to enable construction of the project road
iii. All necessary details required for submission of utilities shifting proposals to the
concerned user agencies
iv. Copies of utilities shifting proposals made to the concerned user agencies along
with suggested relocation of services along with their crossings across the
project road at designated locations as required
v. Details of consultations made with local people and user agencies
vi. Preliminary scheme for shifting and cost estimates for shifting as per the
concerned authorities
vii. Separate strip plan showing shifting/relocation of each utility services
prepared inconsultation with the concerned local authorities
viii. Draft map and plans showing road centerline, existing right of way, proposed
right of way, pertinent topographic details and existing and proposed location of
utilities
1. The consultant shall prepare a report regarding all other clearances required to
enable the construction of the project road such as environment, forest, tree
cutting and railways clearances
105
ii. Date of submission of clearances proposals, Environmental impact assessment
report to the competent authority
iii. Copies of all actual clearance proposals made or drafts of proposals yet to be submitted
iv. Information regarding points of contact, current status of proposals made, key
issues raised and clear next steps to obtaining clearances
4. The consultant shall also assist in attending to queries raised/ furnishing of
clarifications towards securing applicable clearances.
STAGE: 4
10.9 Draft Detailed Project Report (DPR)
3. The Documents and Drawings shall be submitted for the Package and shall be in
the following format:
Reports
The Report shall also include maps, charts and diagrams showing locations
and details of existing features and the essential features of
improvement and upgrading. The Environmental Impact Assessment
(EIA) Report for contract package shall be submitted as a part of the
main report.
The basic data obtained from the field studies and investigations and
input data used for the preliminary design shall be submitted in a
separate volume as an Appendix to Main Report.
ii. Volume - II, Design Report: This volume shall contain design
calculations, supported by computer printout of calculations wherever
applicable. The Report shall clearly bring out the various features of
design standards adopted for the study. The design report will be in two
parts. Part-I shall primarily deal with the design of road features and
pavement composition while Part-II shalldeal with the design of bridges,
tunnels and cross-drainage structures. The sub-soil exploration report
including the complete details of boring done, analyses and
interpretation of data and the selection of design parametres shall be
included as an Appendix to the Design Report.
The detailed design for all features should be carried out as per the
106
requirements of the Design Standards for the project. However, there
may be situations wherein it has not been possible to strictly adhere to
the design standards due to the existing site conditions, restrictions and
other considerations. The report should clearly bring out the details of
these aspectand the standards adopted.
iii. Volume - III, Materials Report: The Materials Report shall contain
details concerning the proposed borrow areas and quarries for construction
materials and possible sources of water for construction purposes. The
report shall include details on locations of borrow areas and quarries
shown on maps and charts and also the estimated quantities with mass
haul diagram including possible end use with leads involved, the details
of sampling and testing carried out and results in the form of important
index values with possible end use thereof.
The materials Report shall also include details of sampling, testing and
test results obtained in respect physical properties of subgrade soils.
The information shall be presented in tabular as well as in graphical
representations and schematic diagrams. The Report shall present soil
profiles along the alignment.
The material Report should also clearly indicate the locations of areas
with problematic soils. Recommendations concerning the improvement
of such soils for use in the proposed construction works, such as
stabilization (cement, lime, mechanical) should be included in the
Report.
vi. Volume - VI, Rate Analysis: This volume will present the analysis of rates
for all items of works. The details of unit rate of materials at source,
carriage charges, any other applicable charges, labour rates, machine
charges as considered in arriving at unit rates will be included in this
volume.
vii. Volume - VII, Cost Estimates: This volume will present the contract
package wise cost of each item of work as well as a summary of total
cost.
viii. Volume - VIII, Bill of Quantities: This volume shall contain the package-
wisedetailed Bill of Quantities for all items of works.
ix. Volume - IX, Drawing Volume: All drawings forming part of this volume
shall be „good for construction‟ drawings. All plan and profile drawings
will be prepared in scale 1:250V and 1:2500H scale to cover one km in
one sheet. In addition this volume will contain „good for construction‟
107
drawings for the following:
a. The consultant shall deliver the final road alignment geometry, proposed
road way model and all proposed structures in a 3D engineered model
with all therequired features as proposed in Enclosure IV
b. The consultant shall also provide digital versions of all drawings stated in
para 1 above in the format proposed in Enclosure IV
108
Drainage Plan in DPR will be checked through a joint inspection with the engineers of
local body/ Development Authority etc. so that Drainage Plan is totally integrated
with the local body Drainage Plan.
The drain covers should be strong enough to withstand the weight of Light
commercial vehicles, wherever required.
Stretch of the NH passing through a town can have multiple drainage plans/ sub
plans due to different contours or due to having different outlets.
The cross-sections of drains being shown presently in Schedule-B (Typical Cross-
Sections) & details of drains being mentioned in Schedule-C (length & type of drains)
shall not be mentioned in future as it will vary from location to location based on
drainage plan. The scope of drains in the project shall be on the basis of Drainage
Plan drawn at each location and such Drainage Plan shall be made part of Scope of
Project.
1. The Final package-wise DPR consisting of Main Report, Design Report, Drainage
Design Report and Materials Report, incorporating all revisions deemed relevant
following receipt of the comments from MoRT&H/ State PWD Uttar Pradesh on the
draft DPR shall be submitted as per theschedule given in Enclosure-III.
STAGE: 5
10.11 Bid documents and Technical Schedules
1. Bid documents
a. The consultant shall prepare bid documents for EPC, PPP or other modes of
contracting as suggested by MoRT&H/ State PWD Uttar Pradesh
b. Individual bid documents will be submitted for each mode suggested and for
each individual package or section identified for execution
c. Consultant shall assemble and provide all supporting documents from the DPR
assignment that will be required for the bid, in the format required by the
contracting SOP in force at the time of bidding or as maybe required by the
authority
2. Technical Schedules
109
STAGE: 6
10.12 LA & Clearances II
report II
110
Clearances Report II
1. The consultant shall obtain all the necessary project related clearances
such as environment, forest and wildlife clearance from MOEF, Railways
in respect of ROB/ RUBs, Irrigation Deptt, CRZ clearances from
concerned authorities, and any other concerned agencies by the end of
this stage
2. The final approvals shall be obtained and submitted to MoRT&H/ State PWD
Uttar Pradesh so that project implementation can begin straight away
Utilities Report II
1. Consultant shall obtain final utility clearances from the relevant user
agenciesto enable shifting of the utilities from project road
i. Copies of actual approvals granted at user agency and MoRT&H/ State PWD Uttar
Pradesh Cost estimates and shifting plans approved, demand note from agency
ii. Approved utilities shifting proposal including strip plan showing scheme of shifting
iii. Map and design/engineering drawings of existing utility and shifting to be
executed
iv. Details of approved contractors, schedule of rates for state and bank
account/deposit details for agency
v. Finance pro-forma, utilities checklist, no upgradation certificate and
otherdocumentation as maybe required by MoRT&H/ State PWD Uttar
Pradesh at the time of approval
111
Stage 7: Award Determination
10.13 Submission of Award Determination Report
112
10.14 Submission of land possession report
total private and public land being acquired for the project (sq. m) - by village
date of final award by CALA, approval by MoRT&H/ State PWD Uttar Pradesh,
notification (3E) to owners and receipt of land possession certificates from
CALA by village
ii. Key issues being faced in completing land acquisition and tentative
timeline forcompletion
1. During entire period of services, the Consultant shall interact continuously with
MoRT&H/ State PWD Uttar Pradesh and provide any clarification as regards
methods being followed and carryout modification as suggested by MoRT&H/
State PWD Uttar Pradesh. A programme of various activities shall be provided to
<Agency> and prior intimation shall be given to MoRT&H/ State PWD Uttar Pradesh
regarding start of key activities such as boring, survey etc. so that
inspections of
MoRT&H/ State PWD Uttar Pradesh officials could be arranged in time.
2. The MoRT&H/ State PWD Uttar Pradesh officers and other Government officers may
visit the site at any time, individually or collectively to acquaint/ supervise the
field investigation and survey works. MoRT&H/ State PWD Uttar Pradesh may also
appoint a Proof Consultant to supervise the work of the DPR consultant including
inter-alia field investigation, survey work, Design work and preconstruction
activities
3. The consultant shall be required to send 3 copies of concise monthly Progress
Report by the 5th day of the following month to the designated officer at his
Head Quarter so that progress could be monitored by the MoRT&H/ State PWD
Uttar Pradesh. These reports will indicate the dates of induction and de-
induction of various key personnel and the activities performed by them.
Frequent meetings with the consultant at site office or in Delhi are foreseen during
the currency of project preparation.
4. All equipment, software and books etc. required for satisfactory services for
113
this project shall be obtained by the Consultant at their own cost and shall be
their property.
12. Payment Schedule
1. a. Consultants shall also deliver to MoRT&H/ State PWD Uttar Pradesh all basic
as well as the processed data from all field studies and investigations,
report, appendices, annexure, documents and drawings in a digital
format as described in Enclosure IV over the course of this assignment
and at the submission of the final report in the form of a removable
storage device (CD or USB pen drive) and hosted in a secure online file
hosting platform
ii. Topographic Surveys and Drawings: All topographic data would be supplied
in (x, y, z) format along with complete reference so that the data could be
imported into any standard highway design software. The drawing files would
be submitted in dxf or dwg format.
iii. Rate Analysis: The Consultant shall submit the rate analysis for various
works items including the data developed on computer in this relation so that
it could be used by the Authority later for the purpose of updating the cost
of the project.
2. Software: The Consultant shall also hand-over to MoRT&H/ State PWD Uttar
Pradesh Pen drive/CD‟s containing any general software including the financial
model which has been specifically developed for the project.
3. The Pen drive /CD‟s should be properly indexed and a catalogue giving
contents of all Pen drive/ CD‟s and print-outs of the contents (data from
field studies topographic data and drawings) should be handed over to MoRT&H/
State PWD Uttar Pradesh at the time of submission of the Final Report.
4. Consultant shall include editable soft copies of the final versions of all
documents, including but not limited to the strip plan, plan & profile drawings,
cross sections of right of way and details of structures as well as any cost
workings.
114
SUPPLEMENT-I
ADDITIONAL POINTS TO BE CONSIDERED FOR HILL ROADS IN ADDITION TO
POINTS COVERED IN MAIN TOR
5. 4.5 (1) All activities related to field studies, design and documentation shall be done as per the latest
guidelines/circulars of MORT&H and relevant publications of the Indian Roads Congress
(IRC)/Bureau of Indian Standards (BIS) for hill roads. For aspects not covered by IRC and BIS,
international standard practices, such as, British and American Standards may be adopted.
7. 4.11.1(1) The Consultant should make an in depth study of available geological and
115
Sr. Clause No. Additional points
No. of TOR
Meteorological maps of the area.
8. 4.11.1(2) The primary tasks to be accomplished during the reconnaissance survey shall alsoinclude:
a) details of terrain (steep or mountainous), cliffs and gorges, general elevation of the road
including maximum heights negotiated by main ascents and descents, total number of ascents and
descents, hair pin bends, vegetation etc.
b) Climatic conditions i.e. temperature, rainfall data, snowfall data, fog conditions, unusual
weather conditions etc.
c) Realignment requirements including provision of tunnels, if required.
d) Inventory of tunnels and geologically sensitive areas like slip prone areas, areas subject to
landslides, rockfall, snow drifts, erosion, avalanche activity etc.
9. 4.11.2.1 (3.ii) Cross sections shall be taken at every 25 m. in case of hill roads and at points of appreciable
changes in soil conditions. While taking cross sections, soil conditionsshall also be recorded.
12. -- Condition Surveys & Investigation for Slope Stabilization, Erosion Control, Landslide
Correction/Protection & Avalanche Protection Measures:
a) Inventory & Condition Surveys of Existing Protective/Control Measures:
The consultant shall make an inventory of all the structures related to Slope Stabilization,
Erosion Control, Landslide Control/protection, Avalanche Protection etc. This shall include details
of effectiveness of control measures already done and condition of protective/control
structures.
b) Landslide Investigation
This shall be carried out to identify landslide prone areas, to suggest preventive measures or
alternate routes that are less susceptible to landslide hazard. Further in existing slide areas this
shall help to identify factors responsible for instability and to determine appropriate control
measures needed to prevent or minimize recurring of instability problems. Initial preliminary
studies shall be carried out using
116
Sr. Clause No. Additional points
No. of TOR
available contour maps, topographical maps, geological/geo-morphological maps, aerial
photographs etc. for general understanding of existing slide area and to identify potential slide
areas. This shall be followed by further investigations like geological/geotechnical/hydrological
investigation to determine specific site conditions prevailing in the slide area as per relevant
IRC specifications/publications, MORT&H circulars and relevant recommendations of the
international standards for hill roads. The result of the investigations shall provide basis for
engineering analysis and the design of protection/remedial measures.
13. 4.11.4.4 a) For tunnels if required, geotechnical and subsurface investigation shall be done as per
IRC:SP:91.
b) Geotechnical and subsurface investigation and testing for tunnels shall be carried out
through the geotechnical Consultants who have the experience of geotechnical and subsurface
investigation in similar project.
14. 4.12.1 (1) The Consultant shall also carry out detailed designs and prepare working designsfor the following:
a) cross sections at every 25 m intervals
b) Slope stabilization and erosion control measures
c) Design of protection/control structures in areas subject to subsidence,landslides, rock
fall, rock slide, snow drifts, icing, scour, avalanche activity etc.
d) Design of protective structures in slip prone and unstable areas
e) Design of scenic overlooks, watering points etc.
f) Safety features specific to hill roads
15. 4.12.2 (1) The Consultant shall evolve Design Standards and material specifications for the Study primarily
based on IRC publications, MORT&H Circulars and relevant recommendations of the
international standards for hill roads for approval by MoRT&H/ State PWD Uttar Pradesh
The Design Standards evolved for the project shall cover all aspects of detailed design including the
4.12.2 (2) design of geometric elements, pavement design, bridges and structures, tunnels if required, traffic
safety and materials.
16. 4.12.3 Wherever practicable/feasible hairpin bends and steep gradients shall be avoided by realignments,
provision of structures or any other suitable provisions.
17. 4.12.4 While designing pavement for hill roads specific aspects relevant to hill regions like terrain &
topographic conditions, weather conditions, altitude effects etc. shall be duly considered and
suitably incorporated in design so that pavement is able to perform well for the design traffic
and service life. Effects of factors like heavyrainfall, frost action, intensive snow and avalanche
activity, thermal stresses due to temperature difference in day and night, damage by tracked
vehicles during snow clearance operations etc. must also be considered along with traffic intensity,
its growth, axle loads and design life.
18. 4.12.5(3) The design of embankments should include the requirements for protection worksand traffic safety
features including features specific to hill roads.
117
Sr. Clause Additional points
No. No.of
TOR
19. 4.12.6 Design and Drawing of Tunnels:
The Consultant shall prepare design and drawings for tunnels, if required as per the results of
feasibility study, as per the relevant specifications of IRC:SP:91/MORT&H and other
international specifications.
20. 4.12.7 a) Topography of hills generates numerous water courses and this coupled with continuous gradients
of roads in hills and high intensity of rainfall calls for effectivedrainage of roads. The drainage system
shall be designed to ensure that the water flowing towards the road surface may be diverted and
guided to follow a definite path by suitable provision of road side drains, catch water drains,
interceptors etc.and flow on valley side is controlled so that stability is not affected.
b) Further, adequate provision shall be made for sub-surface/subgrade drainage to take care of
seepage through the adjacent hill face of the road & underground water flows.
21. 4.12.8 The Consultant shall design suitable traffic safety features and road furniture including traffic
signals, signs, markings, overhead sign boards, crash barriers, delineators etc. including any feature
specific to hill roads. The locations of these features shall be given in the reports and also shown in
the drawings.
22. 4.12.11 The Consultant shall make suitable designs and layout for miscellaneous works including rest
areas, bus bays, vehicle parking areas, telecommunication facilities,
scenic overlooks, watering points etc. wherever appropriate.
23. 10.9.3 Volume II: Design Report :
a) Inventory of protection measures and other structures b) Inventory of tunnels,if required.
b) Proposed preliminary designs for tunnels, if required.
Volume III: Drawings
a) Drawings for protection/control measures and other structures
b) Drawings for tunnels, if required.
118
SUPPLEMENT-II
ADDITIONAL REQUIREMENTS FOR BRIDGES
119
ii) Provide information on estimated/observed maximum depth of scour.
iii) Provide information on required river training works for proposed bridge
iv) Provide hydraulic design for the bridge and the required river training works.
v) Quantify the general direction of river course through bridge, afflux, extentand magnitude of flood,
effect of backwater, if any, aggradation/degradation of bed, evidence of scour etc. shall be used to
augment the available hydrological data. The presence of flood control/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 be studied and considered in Hydraulic design of
proposed bridge. The details of any planned work in the immediate future that may affect the
river hydraulics shall be studied and considered.
vi) Analyze effects of Wind Load on the Structures
4. Information/Documents/Data required for Physical /MathematicalModel study
i) Plan layouts showing the locations of the proposed bridge as well as the existing bridges /barrages
etc., in the vicinity of the proposed bridge with the chainages with respect to a standard reference
marked on it.
ii) High flood discharges and corresponding flood levels at the locations of the existing bridges in the
vicinity of the proposed bridge.
iii) General arrangement drawing (GAD) of the existing bridges showing number of spans, pier and well
dimensions, founding levels, maximum scour level, the design discharge and the HFL, guide bund
details. On this, the planform of the river course with the bridge alignment may also be shown as far
as possible.
iv) General arrangement drawing (GAD) of the proposed new bridge showingnumber of spans, pier and
foundation dimensions. On this, the plan form of the river course with the bridge alignment may
also be shown as for as possible.
v) River cross sections at 500m longitudinal spacing (maximum) up to a distance of 2 times the
bridge total length on the upstream side and up to a distance equal to the bridge total length on the
downstream with right bank and left bank clearly marked on it. At least one cross section to be
provided at the location of the proposed bridge. At each cross section, the bed levels to be taken at a
maximum lateral distance of 8 m in flow section and at 25 m in non-flow section respectively. The
abrupt variations in the bed levels to be captured by taking measurements at closer locations both
in longitudinal as well as lateral directions.
vi) The cross sections, as for as possible, from high bank to high bank.
vii) The longitudinal profile of the river along the length of the proposedalignment.
viii) Size distribution of the river bed material and the bore log data at differentlocations at the site of
the proposed bridge.
ix) The series of annual peak rainfall and flood of the river for at least 30 yearsperiod
120
SUPPLEMENT-III
ADDITIONAL REQUIREMENT FOR SAFETY AUDIT
The use of checklists is highly recommended as they provide a useful “aide memoire”
for the audit team to check that no important safety aspects are being overlooked.
They also give to the project manager and the design engineer a sense of
understanding of the place of safety audit in the design process. The following lists have
been drawn up based on the experience of undertaking systematic safety audit
procedures overseas. This experience indicates that extensive lists of technical details
has encouraged their use as “tick” sheets without sufficient thought being given to the
processes behind the actions. Accordingly, the checklists provide guidelines on the
principal issues that need to be examined during the course of the safety audits.
1. The audit team should review the proposed design from a road safety
perspective andheck the following aspects
CONTENTS ITEMS
Aspects to be checked A. Safety and operational implications of proposed alignment and junction strategy with
particular references to expected road users and vehicle types likely to use the road.
B. Width options considered for various sections.
C. Departures from standards and action taken.
D. Provision of pedestrians, cyclists and intermediate transport
E. Safety implications of the scheme beyond its physical limits i.e.how the scheme fits into
its environs and road Hierarchy
121
122
123
124
ENCLOSURE-I
MANNING SCHEDULE
3. The Consultant shall provide one Land Acquisition Expert along with allied team
and supporting logistic as envisaged in Clause 5.1.5.1 of TOR for each 100 km
stretches proposed for DPR preparation or part thereof
125
A. Standalone Bridge Projects
126
ENCLOSURE-II
Qualification and Experience Requirement of Key Personnel
i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent as approved by AICTE.
Desirable Post graduate in Civil Engineering / Construction Management /Transportation)
{AICTE Approved}.
d)Training It is mandatory for the key personnel to have attended training course on
"Preparation of Feasibility Study and DPR for Highway Projects" conducted by Indian
Academy of Highway Engineers (IAHE) or any other institute specifically approved
by MoRTH for minimum 6 days duration.
Bridge Engineer
i) Educational
Qualification
Essential Graduate in Civil Engineering or equivalent
Desirable Masters in Structural Engineering / Bridge Engineering/Foundation Engineering/ Hydraulics
ii) Essential
Experience
a)Total Professional Min. 8 years
Experience
b) Experience in Min.06 years in project preparation and design of bridge projects.
Bridge projects
c) Experience in Bridge Engineer in highway design
similar capacity consultancy projects (2/4/6 lane NH/SH/ Expressways)involving design of minimum two major
bridges (length more than 200 m)
127
d)Training It is mandatory for the key personnel to have attended training course on "Preparation of
Feasibility Study and DPR for Highway Projects" conducted by Indian Academy of Highway Engineers
(IAHE) or any other institute specifically approved by MoRTH for minimum 6 days duration.
128
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL
Highway Engineer
i) Educational
Qualification
Essential Degree in Civil Engineering
Desirable Masters in Civil Engineering
ii) Experience
a)Total Professional Min. 08 years
Experience
b) Experience in Minimum 06 years‟ experience in pavement design andmaintenance of highways
Highway projects
c) Experience in Pavement design for major highway projects (2/4/6 lane NH/SH/Expressways) of minimum 2
similar capacity projects
d)Training It is mandatory for the key personnel to have attended training course on "Preparation of
Feasibility Study and DPR for Highway Projects" conducted by Indian Academy of Highway
Engineers (IAHE) or any other institute specifically approved by MoRTH for minimum 6 days
duration.
iii) Age Limit 65 years on the date of submission of Proposal
i) Educational
Qualification
Essential Graduate in Civil Engineering or M.Sc. Geology
Desirable Masters in Foundation Engineering / Soil Mechanics / Phd in Geology /Geo-Tech Engineering
ii) Essential
Experience
a) Total Min. 8 years
Professional
Experience
b) Experience in Min. 6 years on similar projects in design and/or construction
Highway Projects
c) Experience in Material cum Geo-technical Engineer on highway projects (2/4/6 lane
similar capacity NH/SH/Expressways) of minimum aggregate length of 80 km.
d)Training It is mandatory for the key personnel to have attended training course on "Preparation of
Feasibility Study and DPR for Highway Projects" conducted by Indian Academy of
Highway Engineers (IAHE) or any other institute specifically approved by MoRTH for
minimum 6 days duration.
iii) Age Limit 65 years on the date of submission of Proposal
129
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL
Survey Engineer
i) Educational
Qualification
Essential Graduate or equivalent in Civil Engineering or Diploma in Civil Engg or Diploma in Surveying
ii) Essential
Experience
a) Total Min. 8 years
Professional
Experience
b) Experience in Min. 6 years on similar projects in project preparation and construction & thorough
Highway projects understanding of modern computer based methods of surveying
c) Experience in Survey Engineer for projects preparation of highway project (NH/SH/Expressways) involving
similar capacity 2/4/6- laning of minimum aggregate length of 80 km.
d)Training It is mandatory for the key personnel to have attended training course on "Preparation of
Feasibility Study and DPR for Highway Projects" conducted by Indian Academy of Highway
Engineers (IAHE) or any other institute specifically approved by MoRTH for minimum 6 days
duration
iii) Age Limit 65 years on the date of submission of Proposal
i) Educational
Qualification
Essential Graduate in Civil Engineering
Desirable Masters in Traffic Engineering/Transportation Engineering
/ Transport Planning
ii) Essential
Experience
a) Total Professional Min. 06 years
Experience
b) Experience in Min. 05 years on similar projects.
Highway projects
c) Experience in Traffic Engineer in highway Projects (NH/SH/Expressways) involving 2/4/6 laning of minimum
similar capacity aggregate length of 80 km.
d)Training It is mandatory for the Road Safety Expert to have completed at least 15 days‟ certification course
on Road Safety Audit from IAHE/IITs/NITs/CRRI. The CV of the proposed key personnel not having
completed minimum 15 days certification course
shall not be evaluated.
iii) Age Limit 65 years on the date of submission of Proposal
130
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL
Environmental Specialist
i) Educational
Qualification
Essential Graduate in Civil Engineering / Environment Engineering / Masters in Environment Science
d)Training It is mandatory for the key personnel to have attended training course on
"Preparation of Feasibility
Study and DPR for Highway Projects" conducted by Indian Academy of
Highway Engineers (IAHE) or any other institute specifically approved by
MoRTH for minimum 6 days duration
iii) Age Limit 65 years on the date of submission of bid
Quantity Surveyor
i) Educational
Qualification
Essential Graduate or equivalent in Civil Engineering / Certificate course from „Institution of
Quantity Surveying‟
Desirable
ii) Essential
Experience
a) Total Professional Min. 8 years
Experience
b) Experience in Min. 6 years in Preparation of Bill of Quantities, Contract documents and
Highway Projects documentation for major highway projects involving two/ four laning
d)Training It is mandatory for the key personnel to have attended training course on "Preparation of Feasibility
Study and DPR for Highway Projects" conducted by Indian Academy of Highway Engineers (IAHE) or
any other institute specifically approved by MoRTH for minimum 6 days duration
iii) Age Limit 65 years on the date of submission of Proposal
131
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL
Land acquisition expert
i) Educational Qualification
Essential Graduate or equivalent
ii) Essential Experience
a) Total Professional 15 years as Deputy-Tehsildar or above Desirable: Ex- revenue officers like Ex-ADM/SDM,
Experience Ex-Tehsildar, Ex-Deputy-Tehsildar etc.
Utility expert
i) Educational
Qualification
Essential Graduate or equivalent in major engineering disciplinesviz. mechanical/ electrical/ civil
engineering
ii) Essential Experience
a) Total Professional Min 10 years Desirable: Ex- officers or engineers fromutility agencies
Experience
b) Role specific Min. 8 years in Utility estimation and relocation/ erection of electric/ gas/ other
experience utilities Desirable: Experience with utilities along the highway/road.
132
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL
TEAM LEADER CUM BRIDGE ENGINEER
i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent as approved by AICTE
d)Training It is mandatory for the key personnel to have attended training course on
"Preparation of Feasibility Study and DPR for Highway Projects" conducted by Indian
Academy of Highway Engineers (IAHE) or any other institute specifically approved by
MoRTH for minimum 6 days duration
Bridge/Structural Engineer
i) Educational
Qualification
Essential Graduate in Civil Engineering or equivalent
Desirable Masters in Structural Engineering / Bridge Engineering/Foundation Engineering/
Hydraulics
ii) Essential
Experience
a)Total Min. 8 years
Professional
Experience
b) Experience in Min. 05 years in project preparation and design ofbridge projects.
Bridge projects
133
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL
d)Training It is mandatory for the key personnel to have attended training course on “Preparation of Feasibility
Study and DPR for Highway Projects” conducted by Indian Academy of Highway Engineers (IAHE) or
any other institute specifically approved by MoRTH for minimum 6 days duration
134
Enclosure-II(contd.)
Qualification and Experience Requirement of Key Personnel
I Educational
Qualification
Graduate in Civil Engineering/Tunnel Engineering/Mining Engineering
Essential
II Essential
Experience
a)Total Min. 10 years
Professional
Experience
(i) Professional experience in handling major tunnel projects (Road/Rail/Metro)
c)Experience in
similar capacity (ii) Experience as Team Leader or similar capacity in preparation of DPR or Feasibility
report of major tunnel projects (Road/Rail/Metro)
d)Training It is mandatory for the key personnel to have attended training course on "Preparation of
Feasibility Study and DPR for Highway Projects" conducted by Indian Academy of Highway Engineers
(IAHE) or any other institute specifically approved by MoRTH for minimum 6 days duration
III Age Limit 65 years on the date of submission of proposal
135
Enclosure-II (contd.)
I Educational
Qualification
Essential Degree in Civil/ Mining Engineering
Desirable Post Graduation in Design/ Structural Engineering or equivalent.
II Essential
Experience
a)Total Min. 10 years
Professional
Experience
(i) Professional Experience in handling major tunnel projects (Road/Rail/Metro)
c) Experience in
similar capacity (iii) Experience as Tunnel Design Engineer (Structural) of major tunnel for preparation of DPR
projects (Road/Rail/Metro)
(iv) Experience as Tunnel Design Engineer (Structural) in preparation of DPR/ Feasibility
report of major tunnel projects (Road/Rail/Metro) using NATM
d)Training It is mandatory for the key personnel to have attended training course on "Preparation of Feasibility
Study and DPR for Highway Projects" conducted by Indian Academy of Highway Engineers (IAHE) or
any other institute specifically approved by MoRTH for minimum 6 days duration
III Age Limit 65 years on the date of submission of Proposal
136
Enclosure-II (contd.)
Geotechnical Engineer
I Educational Qualification
Essential Civil Engineering/Mining Engineering / Engineering Geology
Geotechnical Engineering /Foundation Engineering/Rock Mechanics/Geo science or
Desirable
equivalent
II Essential
Experience
a) Total Min. 10 years
Professional
Experience
(i) Professional experience in handling major tunnel projects (Road/Rail/Metro)
c) Experience in (iii) Experience as Senior Geotechnical Engineer or similar capacity in preparation of DPR
similar capacity or Feasibility report of major tunnel projects (Road/Rail/Metro)
d)Training It is mandatory for the key personnel to have attended training course on "Preparation of
Feasibility Study and DPR for Highway Projects" conducted by Indian Academy of Highway
Engineers (IAHE) or any other
institute specifically approved by MoRTH for minimum 6 days duration
III Age Limit 65 years on the date of submission of proposal
137
Enclosure-II (contd.)
Geophysicist
I Educational Qualification
Graduate in Geophysics/Geo science/ Earth science or equivalent.
Essential
II Essential
Experience
(ii) Experience of carrying out AEM survey for tunneling/ mineral and oil exploration or any other
similar work for area of more than 2.7 sq km
(iv) Experience in carrying out AEM survey, processing, interpreting, generating 3D resistivity
of AEM survey‟s raw data for major tunnel work (Rail/Road/Metro)
138
Enclosure-II (contd.)
Geologist
i) Educational Qualification
Essential Post Graduate Degree in Geology/Related field.
Desirable Phd in Geology/Related fields.
ii) Essential Experience
a)Total Professional Min. 10 years
Experience
He should have a minimum 10 years of professional experience and should have involved in
b) Experience in project preparation/ DPR/ Tunnel Design for atleast two major Tunnel projects.
Tunnel projects
He should have experience in similar capacity per five years on Design/ Construction/
Supervision of Tunnel Projects.
c) Experience in
similar capacity The minimum cost of the project handled in the similar capacity should be 2500
Millions.
iii) Age Limit 65 years on the date of submission of Proposal
E&M Expert
i) Educational Qualification
Essential Degree in Electrical/Mechanical Engineering.
Desirable Post Graduation in Degree in Electrical/Mech Engineering.
ii) Essential Experience
a) Total Professional Min. 10 years
Experience
10 years in Tunnel Projects and should have worked for atleast five years as an E&M Expert
b) Experience in Tunnel for Tunnel Design/ Construction projects.
projects
He should have handled atleast two tunneling projects in similar capacity.
c) Experience in similar
capacity
iii) Age Limit 65 years on the date of submission of Proposal
139
Enclosure-II (contd.)
Material Engineer
i) Educational Qualification
Graduate in Civil Engineering/Material Science and Engineering or equivalent
Essential
140
ENCLOSURE-III
Schedule for submission of Reports and Documents
The checklist for different stages of submission of report has been enclosed as
under and the same shall be appended with proper references and page
numbering. The checklist/s shall be appended with the report without which no
payment shall be made.
139
Schedule for approval of Reports and Documents by PD
After submission by Consultant.
The checklist for different stages of submission of report has been enclosed as
under and the same shall be appended with proper references and page
numbering. The checklist/s shall be appended with the report without which no
payment shall be made.
140
ENCLOSURE-IV
Formats for submission of Reports and Documents
i. All reports and documents shall be submitted in both printed hard copy
and digital formats
ii. For hard copies, the consultant shall submit bound volumes (and not in
spiral binding form) after completion of each stage of work as per the
schedule and in the number of copies as given in Enclosure III
1. Every report shall also be submitted in digital format to the authority in the
followingformats:
2. The removable storage device submitted at each deliverable stage shall contain:
141
And local agencies and any other relevant body
vi. An updated index of all the contents on the removable storage device
2 Data products
1. During the course of the assignment, the consultant shall perform several
surveys and collect data that will be used for the design of the road and
delivered to the client.
2. Consultants are encouraged to keep commonly available software and data
packages, and typical uses for data while deciding final formats of data within
the constraints ofthis document or where a format has not been defined
3. As required in relevant clause, consultants are required to agree with
MoRTH/State PWD Uttar Pradesh all actual data formats proposed to be used
for the project
4. In order to standardise data formats and simplify hand over and re-use of data,
somerequirements for minimum content and format are laid down below.
0 Formats to beused List of data, drawing and design outputs, reporting format, CSV or ODF sheet,
digital format suggested, key data to be included (column .xlsx optional
headers), units and system to be used
1 Traffic surveys
1.1 List of traffic Point no, location coordinates (lat, long), location of survey point, CSV or ODF sheet,
survey points chainage, no lanes/type of junction, type of survey, date of .xlsx optional
survey, length of survey, any commentary,
equipment/technique used, link to survey output
1.2 Classified traffic Survey point, survey location, location id (ihmcl), no of lanes, Raw data: IHMCL
volume count chainage, location coordinates (lat, long), date, time and period of Traffic survey data
survey survey format
Processed, corrected
with AADT: CSV or
ODF sheet, .xlsx
optional
1.3 O-D, turning Survey point, survey location, location lat, long, chainage, CSV or ODF sheet,
movement, axle load date, time, period of survey, technique/equipment used in .xlsx optional
and othersurveys addition to the survey data itself
2.1 Raw DGPS data Notes must contain Date, time of survey, equipment CSV or ODF, Receiver
142
Sr Data product Contents required (definition) Data format
No
2.2 LiDAR point Notes must contain Date, time of survey, equipment, summary post LASer file format for
cloud processing applied. Data: Survey benchmarks, data points, point exchange
cloud of entire project corridor as defined in CSV sheet, .xlsx
optional
2.3 Images 360 Deg/ ortho images of entire project road way Geographic Tagged
Image File Format
(GeoTIFF)
2.4 Video Traverse video of entire project length Audio video interleave
(.avi) or MPEG-4 file
(.mp4)
2.5 Topographic Scale of map in accordance with IRC SP 19, 50 cm contours with Contours: geo-
map roadway marked on maps referenced shape files
+ contours (.shp) or .dxf files,
.dwg/.dgn files options
2.6 Digital elevation Digital terrain modeled from aerial and ground surveys Digital elevation model
model in USGS Spatial Data
transfer standard
(SDTS) format
2.7 Longitudinal Location of cross section - existing, design chainage,lat, long, Cross .dxf files, .dwg/.dgn files
andcross section drawing options
sections
2.8 As-is road map 3D digital map of as-is project highway containing earth surface, Digital terrain model
road layers, utilities, buildings and trees with feature data extracted and maps in
and mapped in layers, marked on the map and tabulated data LandXML/.dxf format,
provided separately. All road, surface, sub surface inventory, .dwg/.dgn files options
pavement investigation and soil survey data to be super-imposed Separate CSV or ODF
as layers sheet, .xlsx optional of
feature data in addition
to map
2.9 Details of utility type of utility, no, class and category of utility installation (e.g. CSV or ODF sheet,
66 kV xlpe), location, distance from centerline, user agency .xlsx optional
2.10 Utility maps geo-referenced schematic map, existing and design road centerline, georeferenced shapefiles
type of utility, size, no, class and category (.shp) and drawings in
.dxf format
2.11 Road All data as required in clause 4.11.3.1, geo-referencing for each CSV or ODF sheet
invento row of data in lat, long form
rysurveys
143
Sr Data product Contents required (definition) Data format
No
2.12 Pavement Test pit reference id, location, chainage, geo- reference (lat, long), CSV or ODF sheet
investigation pavemet composition - layer no, material type, thickness, sub grade
type, and condition
2.13 Pavement condition Data as required in clause 4.11.3.2, along withlocation/chainage CSV or ODF sheet
survey and geo-reference for all data
2.14 Pavement FWD results as per IRC guidelines, geo-referencingfor test points CSV or ODF sheet
structural
strength
2.15 Sub-grade andsoil In the format of the testing lab, summary details mustbe tabulated and Summary in CSV
strength must include: test pit no, location, chianage, lat/long, date, time of orODF sheet
test, tester/lab details,in-situ density, moisture content, field CBR,
characterization, in-lab moisture and density, lab CBR
3.1 Proposed Georeferenced centerline horizontal and verticalalignment for the Geometry or
alignment road shape files
geometry To be presented superimposed on surface map,satellite imagery and : .shp/.dxf,
digital elevation model of region .dwg/.dgnfiles
options
3.2 Final alignment Georeferenced centerline horizontal and vertical alignment for the Geometry or
geometry road. Additional detail on lanes, super elevation, junctions, shape files
structures, under/overpasses, PUP/CUP, wayside amenities etc : .shp/.dxf,
.dwg/.dgnfiles
options
3.3 Proposed roadway Proposed digital roadway model and design data- including .dxf/.dtm
model embankment, road way, road layers, roadside amenities, signals, road
furniture, markings and other construction elements in 3D
3.4 Proposed Geo referenced location and alignment, 3D model of structure and .dxf/.dtm
structures appurtenances, cross section, plan and profile drawings for construction
as per IRC
3.5 Proposed highway Roadway cross sections for homogenous sections .dxf files
cross Digital surface
sections model in
.dxf format
4 Other deliverables
4.1 Digitized cadastral Digitized revenue map overlaid with key land marks, land size, survey Geometry or
maps number and owner ship data, with >1mm accuracy on a scale in shape files
accordance with IRC SP 19. : .shp/.dxf,
.dwg/.dgnfiles
144
options
4.2 Financial analysis Spreadsheet model with instructions, index and containing all ODF sheets, MS
inputs and assumptions, time series construction and operating office
costs, revenues, financing and equity cash flows, NPV/IRR,
sensitivity scenarios and results
145
APPENDIX-II
Proof of Eligibility
Form-E1
146
Sub: Appointment of Consultant for preparation of Detailed Project Report for ……………...
Dear Sir,
With reference to your RFP Document dated ………, I/we i.e M/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 and unqualified.
4. I/We shall make available to the Authority any additional information it may
deem necessary or require for supplementing or authenticating the Proposal.
5. I/We acknowledge the right of the authority to reject our application without
assigning any reason or otherwise and hereby waive our right to challenge the
same on any account whatsoever.
6. I/We certify that in the last three years, we or any of our Associates have neither
failed to perform on any contract, as evidenced by imposition of a penalty by an
arbitral or judicial authority or a judicial pronouncement or arbitration award
against the Applicant, nor been expelled from any project or contract by any
public authority nor have had any contract terminated by any public authority
for breach on our part.
7. I/We understand that you may cancel the Selection Process at any time and that you
are neither bound to accept any Proposal that you may receive nor to select the
Consultant, without incurring any liability to the Applicants in accordance with
Clause 1.7 of the RFP document.
8. I/We declare that we/any member of the consortium, are/is not a Member
of anyother Consortium applying for Selection as a Consultant.
9. I/We certify that in regard to matters other that security and integrity of the
country, we or any of our Associates have not been convicted by a Court of Law or
indicted or adverse orders passed by a regulatory authority which would cast a
doubt on our ability to undertake the Consultancy for the Project or which
relates to a grave offence that outrages the moral sense of the community.
10. I/We further certify that in regard to matters relating to security and integrity
of the country, we have not been charge-sheeted by any agency of the
Government or convicted by a Court of Law for any offence committed by us or by
any of our Associates.
12. I/We hereby irrevocably waive any right or remedy which we may have at any
stage at law or howsoever otherwise arising to challenge or question any decision
147
taken by the Authority [and/ or the Government of India] in connection with the
selection of Consultant or in connection with the Selection Process itself in
respect of the above mentioned Project.
13. Deleted.
14. I/We agree and understand that the proposal is subject to the provisions of the
RFP document. In no case, shall I/we have any claim or right of whatsoever
nature if the Consultancy for the Project is not awarded to me/us or our
proposal is not opened orrejected.
15. I/We agree to keep this valid for 120 (One hundred and twenty) days from
the Proposal Due Date specified in the RFP.
16. A Power of Attorney in favor of the authorized signatory to sign and submit
this Proposal and documents is attached herewith.
17. In the event of my/our firm/consortium being selected as the Consultant, I/we
agree to enter into any Agreement in accordance with the form Appendix V of the
RFP. We agree not to seek any changes in the aforesaid form and agree to abide
by the same.
18. I/We have studied RFP and all other documents carefully and also surveyed the
Project site. We understand that except to the extent as expressly set forth in
the Agreement, we shall have no claim, right or title arising out of and
documents or information provided to us by the Authority or in respect of any
matter arising out of or concerning or relating to the Selection Process including
the award of Consultancy.
19. The Proof of Eligibility and Technical proposal are being submitted in separate
covers in hard copy (as per clause 4.1 of LoI) and INFRACON Team I.D no. .
Financial Proposal is being submitted online only. This Proof of Eligibility read
with Technical Proposal and Financial Proposal shall constitute the Application
which shall be binding on us.
20. I/We agree and undertake to abide by all the terms and conditions of the RFP
Document. In witness thereof, I/we submit this Proposal under and in accordance
with the termsof the RFP Document.
Yours
Applicant/Lead Member)
148
Appendix- II
Form-E2/T3
FIRM‟S REFERENCES
Relevant Services Carried out in the Last Seven Years (2010-11 onwards) Which Best
Illustrate Qualifications
The following information should be provided in the format below for each reference
assignment for which your firm, either individually as a corporate entity or as one of
the major companies within a consortium, was legally contracted by the client:
149
APPENDIX-II
Form-
E150
Financial Capacity of the Applicant
Name of Applicant:
This is to certify that ------------- (name of the Applicant) has received the payments shown above against
the respective years on account of Consultancy Services.
$In case he Applicant does not have a statutory auditor, it shall provide the certificate
from itschartered accountant that ordinarily audits the annual account of the Applicant.
Note:
150
APPENDIX-II
Form-
E151
(Deleted)
151
APPENDIX-III
(Form-T1)
TECHNICAL PROPOSAL
FROM: TO:
Sir:
Yours faithfully,
Signature
Full Name
Designatio
Address
(Authorized Representative)
152
(Form-T-2)
Details of projects for which Technical and Financial Proposals have been
submitted
Sl. No. Name of Project Consultancy Package No. Names of Proposed KeyPersonnel
153
Form-E2/T3
FIRM‟S REFERENCES
Relevant Services Carried out in the Last Seven Years Which Best Illustrate
Qualifications
The following information should be provided in the format below for each reference
assignment for which your firm, either individually as a corporate entity or as one of the
major companies within a consortium, was legally contracted by the client:
154
Form-
SITE APPRECIATION
Shall give details of site as per actual site visit and data provided in RFP and
collected from site supported by photographs to demonstrate that responsible
personnel of the Consultant have actually visited the site and familiarized with
the salient details/complexities and scope of services.
155
Form-
Composition of the Team Personnel and the task Which would be assigned
To each Team Member
I. Technical/Managerial Staff
Assignment 1.
2.
3.
4.
……
1.
2.
3.
4.
….
….
156
Form-
APPROACH PAPER ON METHODOLOGY PROPOSED FOR PERFORMING THE
ASSIGNMENT
The approach and methodology will be detailed precisely under the following topics.
1) Methodology for services, surveying, data collection [not more than 2 pages]
andanalysis
2) Quality Assurance system for consultancy assignment [not more than 1 page]
3) The key challenges foreseen and proposed solutions will be detailed precisely
underthe following topics
d) adoption of superior technology along with proof (to be submitted in Form T9)
Replies to items 3) a) to c) should be limited to six A4 size pages in 1.5 space and 12 font
including photographs, if any
157
Form-
Details of Material Testing Facility
1. State whether the Applicant has in-house Material Testing Facility Available /
Outsourced / Not Available
2. In case answer to 1 is Available, attach a list of Lab equipment and facility for
testing ofmaterials and location of laboratory
158
Form-
Facility for Field investigation and Testing
4. For experience in LIDAR or better technology for topographic survey, GPR and
Induction Locator or better technologies for detection of sub-surface utilities
and digitization of cadastral maps for land acquisition, references need to be
provided infollowing format:
159
REFERENCES
The following information should be provided in the format below for each reference
assignment for which your firm, either individually as a corporate entity or as one of the
major companies within a consortium, was legally contracted by the client:
160
Form-
Office Equipment and software
161
Form-
(Curriculum Vitae as per INFRACON)
CVs of the Key Personnel should be uploaded on INFRACON and the hard
copies of the CVs as uploaded on the INFRACON is to be submitted along with
the Technical Proposals.
162
UNDERTAKING FROM THE PROFESSIONAL
I,.................... (Name and INFRACON registered ID) have not left any assignment
with the consultants/ contractors engaged by Client viz. MoRT&H /NHAI/NHIDCL/
IAHE/BRO/ State PWD or any other MoRTH implementing agency without completing
my assignment. I will be available for the entire duration of the current project for
which I am being included in the team. If I leave this assignment in the middle of the
completion of the work, I may be debarred for an appropriate period to be decided by
Client. I shall also have no objection if my services are extended by Client for this
work in future.
I, the undersigned, also certify that to the best of my knowledge and belief, my
biodata, information and credentials uploaded on INFRACON portal truly describe
myself, my qualification and my experience. I shall be liable for any action, as deemed
fit, in case there isany mis-representation in this regard.
Date:
Place:
Signature
163
UNDERTAKING FROM CONSULTING FIRM
Name of Work:
Date:
Place
: Signature
164
A-4
Form T-11
(TO BE FILLED BY THE SOLE CONSULTANT & IN CASE OF JV, SEPARATELY BY JV MEMBERS BIDDING
FOR THE ASSIGNMENT)
Sl. Name of the Key Professional Designation Continuous Nos. of Years with the firm
No. Employment from (Date)
Sl. Project Bids for Civil Works Start Scheduled Whether awarded In case of JV,
No. Description received or Date Completion in Current share of
Original Financial Year Contract Fee (%)
assignment
period+ one year
lapsed
(Yes/ No)
(Yes/ No)
1 2 3 4 5 6 7
The undersigned on behalf of ----------- (name of consulting firm) certify that the firm do not
have any other in-hand/ awarded DPR project other than those listed above.
[Signature of
authorized
representative of
165
the Firm]
(iii) Details of all in-hand AE/ IE/ SC projects or AE/ IE/ SC awarded by
MoRTH or its executing agencies for NH works and centrally sponsored
road works:
1 2 3 4 5 6 7
Format for undertaking by the firm for in-hand AE/ IE/ SC Projects:
The undersigned on behalf of ----------- (name of consulting firm) certify that the firm do not
have any other in-hand/ awarded AE/ IE/ SC project other than those listed above.
[Signature of
authorized
representative of
the Firm]
Note 1:
The figures in Col 7 be rounded off to the nearest integer i.e. in case
remaining bid-capacity comes to 0.5 or more then it will be considered as
1, in case less than 0.5 then it will be considered as 0 (Zero).
Note 2:
Clarification for technical capacity utilised in case of JV with other firm than proposed in
current assignment.
In case Firm-1 proposes for new JV with other partner, then capacity
utilisation will be calculated on the basis of JV share in existing assignments
e.g.
JV in one project with 30% share:-One projectX0.3=0.3
JV in one project with 70% share:-One projectX0.7=0.7
JV in one project with 50% share:-One projectX0.5=0.5
JV in two projects with 80% share:-Two projectX0.8=1.6
The weighted utilization of the Capacity of Firm-1=3.1
166
Note 3:
The Consultant shall re-submit the bid capacity details as per above format at the time of
opening of Financial Bid.
167
A-5
Form T-12
to as the “Principal/Owner”
Preamble
(1) The Principal commits itself to take all measures necessary to prevent
corruption and to observe the following principles: -
(b) The Principal will, during the Tender process treat all Bidder(s) with
equity and reason. The Principal will in particular, before and during the
Tender process, provide to all Bidder(s) the same information and will not
provide to any Bidder(s) confidential/ additional information through which
the Bidder(s) could obtain an advantage in relation to the tender process or
the contract execution.
(c) The Principal will exclude all known prejudiced persons from the
process, whose conduct in the past has been of biased nature.
Rules/Regulations.
169
This applies in particular to prices, specifications, certifications, subsidiary
contract, submission or nonsubmission or bids or any other actions to
restrict competitiveness or to introduce cartelization in the bidding
process.
Article - 3 Disqualification from tender process and 9 exclusion from future contracts.
(5) The decision of the Principal to the effect that a breach of the
provisions of this Integrity Pact has been committed by the Bidder(s)/
Contractor(s)/ Concessionaire(s)/Consultant(s)shall be final and binding on
the Bidder(s)/ Contractor(s)/Concessionaire(s)/ Consultant(s), however, the
Bidder(s)/ Contractor(s)/Concessionaire(s)/ Consultant(s) can approach
IEM(s) appointed for the purpose of this Pact.
(1) If the Principal has disqualified the Bidder(s) from the tender process
prior to the award according to Arcticle-3, the Principal shall be entitled to
forfeit the Earnest Money Deposit/ Bid Security or demand and recover the
damages equivalent to Earnest Money Deposit/ Bid Security apart from any
other legal right that may have accrued to the Principal.
(1) The Bidder declares that no previous transgressions occurred in the last
3 years immediately before signing of this Integrity Pact with any other
Company in any country conforming to the anti corruption/ Transparency
International (TI) approach or with any other Public Sector Enterprise/
Undertaking in India or any Government Department in India that could
justify his exclusion from the tender process.
171
(2) If the Bidder makes incorrect statement on this subject, he can be
disqualified from the tender process or action for his exclusion can be taken
as mentioned under Article-3 above for transgressions of Article-2 and shall
be liable for compensation for damages as per Article-4 above.
(2) The Principal will enter into agreements with identical conditions as
this one with all Bidders/ Contractors/ Concessionaires/ Consultants and
subcontractors.
(3) The Principal will disqualify from the tender process all Bidders who do
(1) The Principal has appointed Shri. R.S. Gujral as Independent External
Monitor (herein after referred to as “Monitor”) for this Pact. The task of the
Monitor is to review independently and objectively, whether and to what
extent the parties comply with the obligations under this agreement.
(6) The Monitor will submit a written report to the Director General (Road
Development) & Special Secretary within 8 to 10 weeks from the date of
reference or intimation to him by the Principal and, should the occasion
arise, submit proposals for correcting problematic situations.
(7) If the Monitor has reported to the Director General (Road Development)
& Special Secretary, a substantiated suspicion of an offence under relevant
IPC/PC Act, and the Director General (Road Development) & Special
Secretary has not, within the reasonable time taken visible action to
proceed against such offence or reported it to the Chief Vigilance Officer,
the Monitor may also transmit this information directly to the Central
Vigilance Commissioner.
(8) The word 'Monitor' would include both singular and plural.
This Pact begins when both parties have legally signed it (in case of EPC i.e.
for projects funded by Principal and consultancy services). It expires for the
Contractor/ Consultant 12 months after his Defect Liability Period is over or
12 months after his last payment under the contract whichever is later and
for all other unsuccessful Bidders 6 months after this Contract has been
awarded. (In case of BOT Projects) It expires for the concessionaire 24
months after his concession period is over and for all other unsuccessful
Bidders 6 months after this Contract has been awarded. If any claim is
made/ lodged during his time, the same shall be binding and continue to be
valid despite the lapse of this pact as specified above, unless it is
discharged/ determined by Director General (Road Development) & Special
Secretary.
(1) This pact is subject to Indian Law. Place of performance and jurisdiction
is the Registered Office of the Principal, i.e. New Delhi.
in writing.
(5) Any disputes/ differences arising between the parties with regard to
term of this pact, any action taken by the Principal in accordance with this
Pact or interpretation thereof shall not be subject to any Arbitration.
(6) The actions stipulated in this Integrity Pact are without prejudice to any
other legal action that may follow in accordance with the provision of the
extent law in force relating to any civil or criminal proceedings.
In witness whereof the parties have signed and executed this Pact at the
place and date first done mentioned in the presence of following witness:-
Contractor/Concessionai
re/ Consultant)
Place
Date
Witnessed
Witness 1:(Name & Address)
JV Partner}
174
APPENDIX-IV
(Form-I)
FINANCIAL PROPOSALS
FROM: TO:
Sir:
Yours faithfully,
Signature
Full Name
Designation
Address
(Authorized Representative)
*The Financial proposal is to be filled strictly as per the format given in RFP.
175
(Form-II)
Currency
** Total Cost Net of Goods & Service Tax shall be considered for financial
price*L1/L0 where Lo and L1 are the average wage indices for the quarter
before the quarter in which base month falls and for the quarter before the
quarter in which date of supply falls; respectively. For example for a tender
opening on March 17, 2016 (base date), Lo would be average wage index for the
Insurances shall not be allowed separately. These will be incidental to main items.
177
(Form-III)
Estimate of Local Currency Costs
5 Survey Engineer 4
6 Traffic and Safety Expert 4
7 Environmental Specialist 3
8 Quantity Surveyor 6
Note - For proper assessment of utility estimates and proper drainage system provisions,
DPR consultant shall also engage an utility expert and drainage expert at sub-professional
level, with relevant technical expertise in respective fields.
178
(For Standalone Bridge Project)
8 Quantity Surveyor 3
Sub-Total: 37
Sub-Professional Staff (To be assessed by Consultant as per requirement ofassignment and one
sub-professional be a fresh graduate)
1
2
3
4
5
6
7
Sub-Total:
TOTAL
For Standalone Tunnel Project
179
6 Geologist 10
7 Environmental Specialist 4
8 Material Engineer 6
9 Highway Engineer 4
10 Quantity Surveyor 4
11 Survey Engineer 6
Sub-Total:
Sub-Professional Staff (To be assessed by Consultant as per requirement of
assignment and one sub-professional be a fresh graduate)
1
2
3
4
5
6
7
Sub-Total:
TOTAL
1 The vehicles provided by the Consultants shall include the cost for 06
rental, drivers, operation, maintenance, repairs, insurance, etc.
A. For use of consultants
Total
180
IV. Duty Travel to Site (Fixed Costs)
etc.06 months x
Total__
TOTAL:---------------------------
181
No. Description No. of Rate per Copy Amount
Copies (INR. ) (INR)
9 Draft Environmental Assessment report & RAP 4
10 Final Environmental Assessment report & RAP 6
11 Draft Detailed Design Report & Drawings etc. 4
Draft EMP 4
12 Draft Bidding Documents 4
13 Final Detailed Project Report with Bill of 6
Quantities, Cost Estimates, Updated Drawings
etc.
Final EMP
6
14 Final Bidding Documents 6
15 Draft 3(a) ,3(A) and 3(D) notification for landacquisition ( 3 9
copies each)
16 LA & Clearances II Report 6
Total
Note - In case of splitting of the project in packages after alignment is finalized, the additional
payment in respect of reports and document printing shall be made on prorate basis of accepted
financial proposal according to additional number of documents submitted, as mentioned above.
IX. Survey and Investigation
182
6 Sub-grade Investigation
7 Traffic Survey
8 Socio-economic & Census Survey/Studies
Total
Note: * Quantities of borings shall be taken from Financial Proposal Form No. V. For
financial evaluation, these quantities and rates quoted by the consultant will be
considered. However, Payment shall be made on the actual quantity of boring at rates
quoted above by the Consultant, which may be substantially more or less than the
estimated quantities.
Item Amount
(INR.)
Procuring and fixing boundary pillars and its installation, complete in all respect as per IRC:25,1967: Wherever
the proposed alignment follows the existing alignment, the boundary pillars shall be fixed at an interval of
200m on either side of proposed Right of Way. Wherever there is a proposal of realignment of the existing
Highway and/or construction of New Bypasses, Consultant shall fix boundary pillars along the proposed
alignment on the extreme boundary on either side of the project Highway at 50 m interval. (lumpsum )
183
XI Land Acquisition Team including support staff and logistics/
transportation
S. No. Position Name Number Rate (INR) Man Months Amount (INR)
1 Ex-Land RevenueInspector/Officer orequivalent TBN 1 06
2 Ex-Kanoogo/ Girdwar orequivalent TBN 1 06
3 Ex-Patwari or equivalent TBN 1 06
4 Typist TBN 2 06
5 Peon TBN 1 06
Total
Number of Land acquisition Teams
Grand Total for All Land acquisition Teams (A)
2 Printers 2 6
3 Vehicles (Bolero or equivalent) with monthly running limit of 4000 1 6
km
Total
Number of Land acquisition Teams
Grand Total (B)
Grand Total for All Land acquisition Teams and Logistics (A) + (B)
Note: The Consultant shall provide one Land Acquisition Expert along with allied team
and supporting logistic as envisaged in Clause 5.1.5.1 of TOR for each 100 km stretches
proposed for DPR preparation or part thereof subject to the condition that such 100 km
length shall not stretch beyond two adjoining Districts (for example total length of
package is 343 km, there will be four team). The inputs given in Form XI shall be
accordingly modified before issue of RFP”.
184
(Form-IV)
Estimate of Costs for Expatriate Consultants (in Indian Rupees)
incidentals)(fixed cost)
185
TENTATIVE QUANTITIES FOR SUB-SOIL INVESTIGATIONS
186
APPENDIX-V
The sole applicant firm shall satisfy the following 3 (Three) Nos. of criteria.
(a) & (b) Firm should have experience of preparation of DPR/Feasibility of 2/4/6 lane
of aggregate length as given below. The firm should have also prepared DPR/Feasibility of
at least one project of 2/4/6 laning of minimum length as indicated below in the last 7
years.
Note: Similar project means 2/4/6 lane as applicable for the project for which RFP is
invited. For 2-lane projects experience of 4/6 lane also to be considered with a
multiplication factor of
1.5. Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects.
For 4/6 laning projects, experience of 2 lane will be considered with a multiplication
factor of 0.4, but only for those 2 lane projects whose cost of consultancy services was
more than Rs.1.0 crore
(c) Annual Average Turn Over for the last 5 years {In cases where, Audited/Certified
copy of Balance Sheet for the FY 2023-24 is available, last five years shall be counted
from 2019-20 to 2023-24. However, where audited/certified copy of the Balance Sheet
for the FY 2023-24 is not available (as certified by the Statutory auditor) then in such
cases last five years shall be considered from 2018-19 to 2022-23} of the firm from
Consultancy services should be equalto more than Rs.5 crore.
In case of JV, the Lead Partner should fulfill at least 75% of all eligibility requirements
and the other partner shall fulfill at least 50% of all eligibility requirements as given at
1.1 above. Thus a Firm applying as Lead Partner/Other Partner in case of JV/Associate
should satisfy the following (a) & (b) Firm should have experience of preparation of
DPR/Feasibility of 4/6 lane of aggregate length as given below. The firm should have
also prepared DPR/Feasibility of at least one project of 4/6 laning of minimum length
as indicated below in the last 7 years (i.e. from 2017-18 onwards)
187
S. Package Minimum AggregateLength Minimum length of a Eligible Project (4/ 6 lane)
No. No. required of
DPR/ Feasibility km)
DPR Feasibility
Lead inJV Other Lead in Other Partner in Lead inJV Other
Partner inJV JV JV Partnerin JV
c ) Minimum Annual Average Turn Over for the last 5 years { In cases where,
Audited/Certified copy of Balance Sheet for the FY 2023-24 is available, last five years
shall be counted from 2019-20 to 2023-24. However, where audited/certified copy of
the Balance Sheet for the FY 2023-24 is not available (as certified by the Statutory
auditor) then in such cases last five years shall be considered from 2018-19 to 2022-23}
of a firm applying as Lead Partner/Other Partner in case of JV from Consultancy
services should be as given below:
No. Mode of Submission by a firm Annual Average Turn Over for the last 5 years
1 Lead Partner in a JV Rs.3.75 crore
2 Other Lead partner in a JV Rs.2.50 crore
No. Status of the firm in carrying out DPR/ Feasibility Study Weightage for experience
1 Sole firm 100%
2 Lead partner in a JV 75%
3 Other partner in a JV 50 %
4 As Associate 25%
188
2. Second Stage Evaluation -Technical Evaluation (Para 12.2 of Data
189
S. No. Description Maximum Sub-
Points Points
3.3 Two lanes more than 200 km or 4/6 lanes above 120 km in length.
3.3.3 Firm Average Turnover of last 5 years > 20 but < 40 crore 3
4.5 Additional one mark will be given if minimum 20% of the above key personnel have M.Tech in any 1
field of civil engineering
5.1 Average CoS (net of positive and negative) as percentage of contract price in last 5 DPRs 2.5
prepared by the firm
5.1.1 0 2.5
5.2 Average area variation as percentage of acquired private land as per 1st 3D notification in last 5 2.5
DPRs prepared by the firm
190
S. No. Description Maximum Sub-
Points Points
5.2.1 0 2.5
5.3 Average delay in land acquisition in last 5 DPRs prepared by the firm (delay in 90% site 2.5
possession wrt contract period)
5.4 Average use of new materials/waste materials/new technology used in last 5 DPRs prepared by 2.5
the firm as percentage of total cost of civil works
191
For special projects such as special bridges, tunnels and expressways that require
specialized capabilities and skill sets, the following is the break-up:
S. No. Description Maximum Sub-
Points Points
1 Specific experience of the DPR consultancy related to the assignment foreligibility 15
1.2.1 1 project 3
1.2.2 2 projects 4
1.2.3 3 projects 5
1.2.4 4 projects 6
1.2.5 ≥ 5 projects 7
2 DPR of Bridge having length more than 200 m 5
2.1 1 bridge 1
2.2 2 bridges 2
2.3 3 bridges 3
2.4 4 bridges 4
2.5 ≥ 5 bridges 5
3 Specific experience of firms in terms of turnover 5
3.1 Two Lane up to 50 km length or 4-lane up to 30 km length
3.1.1 Firm‟s Average Turnover of last 5 years > 25 crore 5
3.1.2 Firm Average Turnover of last 5 years 10 - 25 crore 4
3.1.3 Firm Average Turnover of last 5 years > 5 but < 10 crore 3
3.2 Two lane 50-200 km length or 4/6 lane 30-120 km length
3.2.1 Firm‟s Average Turnover of last 5 years > 50 crore 4
3.2.2 Firm Average Turnover of last 5 years 25 - 50 crore 4
3.2.3 Firm Average Turnover of last 5 years > 10 but < 25 crore 3
3.3 Two lanes more than 200 km or 4/6 lanes above 120 km in length.
3.3.1 Firm‟s Average Turnover of last 5 years > 75 crore 5
3.3.2 Firm Average Turnover of last 5 years 40 - 75 crore 4
3.3.3 Firm Average Turnover of last 5 years > 20 but < 40 crore 3
4 DPR for special category projects (Special bridges/ tunnels or expressways,
whichever applicable). It is to be noted that either 4.1 or
192
S. No. Description Maximum Sub-
Points Points
4.2 shall be applicable, and not both.
4.1 DPR of number of special bridges/ tunnels (if applicable) 5
4.1.1 1 project 1
4.1.2 2 projects 2
4.1.3 3 projects 3
4.1.4 4 projects 4
4.1.5 ≥ 5 projects 5
4.2 Aggregate length of DPR/ Feasibility study for expressways 5
4.2.1 Upto 50 km 2
4.2.2 50km to 100 km 3
4.2.3 100km to 150 km 4
4.2.4 > 150 Km 5
5 Highway Professionals * working with the firm 10
5.1 <10 nos. 0
5.2 10-19 nos. 7
5.3 20-29 nos. 8
5.4 > 30 nos. 9
5.5 Additional one mark will be given if minimum 20% of the above key personnel have M.Tech in any 1
field of civil engineering
*The professionals who possess degree in Civil Engineering/Transport Planning/Transport
Economics/Traffic Management/Geology/Environment Science or Engineering and 8 years
Experience in highway/bridge/tunnel with employment in the firm for more than one year. The
current Employment Certificate shall be uploaded by Key Personnel on INFRACON.
6 Quality of Past Performance (based on self certification) 10
6.1 Average CoS (net of positive and negative) as percentage of contract price in last 5 DPRs prepared by 2.5
the firm
6.1.1 0 2.5
6.1.2 > 0 but <=2.5 2.0
6.1.3 > 2.5 but <=5.0 1.5
6.1.4 > 5.0 but <=7.5 1.0
6.1.5 > 7.5 but <=10.0 0.5
6.1.6 >10 0.0
6.2 Delay in completion of DPR as percentage of original contract period in last 5 DPRs prepared by 2.5
the firm
6.2.1 0 2.5
6.2.2 > 0 but <= 25 2.0
6.2.3 >25 but <= 50 1.5
6.2.4 >50 but <= 75 1.0
6.2.5 >75 but <=100 0.5
6.2.6 >100 0.0
193
S. No. Description Maximum Sub-
Points Points
6.3 Average delay in land acquisition in last 5 DPRs prepared by the firm (delay in 90% site possession 2.5
wrt contract period)
6.3.1 <=3 months 2.5
6.3.2 >3 but <=6 months 2.0
6.3.3 >6 but <=9 months 1.5
6.3.4 >9 but <=12 months 1.0
6.3.5 >12 months 0
6.4 Average use of new materials/waste materials/new technology used in last 5 DPRs prepared by 2.5
the firm as percentage of total cost of civil works
6.4.1 <=2.5 0
6.4.2 >2.5 but <=5 1.0
6.4.3 >5.0 but <=7.5 1.5
6.4.4 >7.5 but <=10 2.0
6.4.5 >10 2.5
Note:
B. Similar project means 2/4/6 lane as applicable for the project for
which RFP is invited. For 2-lane projects experience of 4/6 lane also to
be considered with a multiplication factor of 1.5. Experience of 4/6 lane
shall be considered interchangeably for 4/6 laning projects. For 4/6
laning projects, experience of 2 lane will be considered with a
multiplication factor of 0.4, but only for those 2 lane projects whose cost
of consultancy services was more than Rs.1.0 crore
No. Status of the firm in carrying out DPR/ Feasibility Study Weightage for experience
194
3 Other partner in a JV 50 %
4 As Associate 25%
(ii) The experience of a firm in preparation of DPR for a private Concessionaire/contractor shall
not be considered.
195
B Material testing, survey and investigation, equipment and software
proposed to be used (10)
196
S. No. Description Maximum Sub-
Points Points
1 Availability of Material Testing Facilities with persons/resourceshaving operational 3
skills of the equipment
1.1 Owned* (Available In House) 3
1.2 Outsourced (Hire basis/Through Associate) 2.25
* Shall be ascertained through the ownership evidence uploaded on INFRACON in regard to major equipments
197
g. MS Project or Primavera or equivalent
h. HDM-4 or equivalent
2.4. Qualification and Competence of the Key Staff for adequacy of the
Assignment. (Para 12.2 of Data Sheet and Enclosure II of TOR)
< 80km 0
≥80 km but <100km 15
≥100 km but <150km 17
≥ 150km but <200 km 18
≥200 km but < 250 km 19
≥250 km 20
198
(ii) In Feasibility of 2/4/6 laning works or DPR/IC/Construction Supervision ofmajor highway projects 10
i.e. 2/4/6 laning of NH/SH/Expressways in Similar Capacity- Number of Projects
< 2 projects 0
2 projects 6
3 projects 7
4 projects 8
5 projects 9
> 5 projects 10
III Employment with Firm 5
< 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year
subject to maximum of 2 marks
Total 100
199
2.4.2 HIGHWAY ENGINEER
S. No. Description Max. Points
I General Qualification 25
i) Degree in Civil Engineering or equivalent [AICTE Approved] 20
ii) Post graduation in Civil Engg [AICTE Approved] 5
200
2.4.3 BRIDGE ENGINEER
S. Description Max.
No. Points
I General Qualification 25
i) Degree in Civil Engineering or equivalent[AICTEApproved] 20
<2 numbers 0
3 numbers 18
4 numbers 21
5 numbers 24
6 numbers 27
> 6 numbers 30
III Employment with Firm 5
Less than 1 Year 0
201
2.4.3 BRIDGE ENGINEER
1 year 3
Add 0.5 marks for each subsequent year subject tomaximum of 2 marks
Total 100
202
2.4.4 Traffic / Road Signage / Marking and Safety Expert
S. Description Max.
No. Points
I General Qualification 25
i) Degree in Civil Engineering[AICTE Approved] 20
ii) Post graduation in Traffic Engineering /Transportation Engineering / Transportation 5
Planning[AICTE Approved]
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<6 years 0
≥6 but <8 years 11
≥8 but <10 years 12
≥10 but < 12 years 13
≥12 but <14 years 14
≥ 14 years 15
b) Experience in Highway Projects – Experience on Similar Projects (2/4/6laning of NH/SH/ 20
Expressways)
<5 years 0
≥5 but <7 years 13
≥7 but <9 years 15
≥9 but < 11 years 17
≥11 but <13 years 19
≥ 13 years 20
c) Experience as Traffic and Safety Expert / Traffic Engineer or in Similar Capacity in Highway 25
Projects (2/4/6 laning of NH/SH/Expressways) (Minimum aggregate length 80 km)
<80km 0
≥80 km but <100km 17
≥100km but <150km 19
≥ 150km but <200 km 21
≥200 km but < 250 km 23
≥250km 25
d) 15 days‟ certification course on Road Safety Audit from IAHE/IITs/NITs/CRRI 10
No 0
Yes 10
III Employment with Firm 5
Less than 1 Year 0
1 year 3
203
2.4.4 Traffic / Road Signage / Marking and Safety Expert
Add 0.5 marks for each subsequent year subject tomaximum of 2 marks
Total 100
204
2.4.5 MATERIAL ENGINEER cum GEOTECHNICAL ENGINEER
S. Description Max.
No. Points
I General Qualification 25
i) Degree in Civil Engineering /M. Sc. in Geology[AICTE Approved] 20
ii) Post graduation in Foundation Engineering / Soil Mechanics / Geo Tech Engineering 5
or Phd in Geology[AICTE Approved]
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<8 years 0
8-10 years 11
>10-13 years 13
>13 years 15
b) Experience in Highway Projects – In Similar Projects (2/4/6 laning of NH/SH/Expressways) in 25
design and or Construction/ Construction Supervision
<6 years 0
6-9 years 19
>9 -11 years 22
>11 years 25
c) Experience as Material cum Geo-technical Engineer or in Similar capacity on Highway Projects (2/4/6 30
laning of NH/SH/Expressways) (Minimum aggregate length 80 km)
<80km 0
80km-150km 24
>150km – 250km 27
>250km 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year subject tomaximum of 2 marks
Total 100
205
2.4.6 SURVEY ENGINEER
Yes 5
No 0
c) Experience as Survey Engineer or in Similar Capacity for project preparation of highway project 30
(2/4/6 laning of NH/SH/Expressways) (Minimum AggregateLength of to 80km)
<80km 0
80km-150km 24
>150km-250km 27
>250km 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year subject tomaximum of 2 marks
Total 100
206
2.4.7 ENVIRONMENTAL SPECIALIST
Total 100
207
QUANTITY SURVEYOR
<6 years 0
6 -8 years 19
>8-10 years 22
>10 years 25
c) Experience as Quantity Surveyor / Documentation Expert or in SimilarCapacity in Highway Projects 30
(2/4/6 laning of NH/SH/Expressways) (Minimum Aggregate length of 80km)
<80km 0
80km-150km 24
>150km – 250km 27
>250km 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year subject tomaximum of
2 marks
Total 100
208
2.4.9 LAND ACQUISITION EXPERT
Total 100
209
2.4.10 UTILITY EXPERT
Nil project 0
1 project 19
2 projects 22
3 projects 25
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year subject to
maximum of 2 marks
Total 100
210
2.4.11 TEAM LEADER cum BRIDGE ENGINEER
< 8 years 0
≥8 but <10 years 14
≥10 but <12 years 19
≥12 but < 14 years 21
≥14 but <16 years 23
≥ 16 years 25
c) Experience in Similar Capacity 30
(i) As Team Leader/Project Manager or similar capacity of at least Two projects in Construction 20
Supervision / IC involving 4 laning/6-laning/ Expressway of minimum 50km length and atleast two
major bridge of a length 500 mtr. (Excluding approaches).
< 80km 0
≥80 km but <100km 15
≥100km but <150km 17
≥ 150km but <200 km 18
≥200 km but < 250 km 19
≥250 km 20
(ii) In Feasibility of 2/4/6 laning works or DPR/IC/Construction Supervisionof major highway projects i.e. 10
2/4/6 laning of NH/SH/Expressways in Similar Capacity- Number of Projects
< 2 projects 0
2 projects 6
3 projects 7
211
2.4.11 TEAM LEADER cum BRIDGE ENGINEER
4 projects 8
5 projects 9
5 projects 10
III Employment with Firm 5
< 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year subject to maximum of 2 marks
Total 100
212
2.4.12 Bridge Structural Engineer
S. Description Max.
No. Points
I General Qualification 25
i) Degree in Civil Engineering or equivalent[AICTE Approved] 20
<2 numbers 0
2 projects 18
3 projects 21
4 projects 24
5 projects 27
>5 projects 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
213
2.4.12 Bridge Structural Engineer
Add 0.5 marks for each subsequent year subject tomaximum of 2 marks
Total 100
214
S. No. Description Max.
Points
I General Qualification 25
i)Degree in Civil Engineering/Tunnel Engineering / Mining Engineering 20
ii)Post Graduation in Civil Engineering /Tunnel Engineering/Mining Engineering 5
II Relevant Experience & Adequacy for the Project 65
a) Total Professional Experience 10
<10 years 0
≥10 but <12 years 6
≥12 but <14 years 7
≥14 but < 16 years 8
≥16 but <18 years 9
≥ 18 years 10
(b) Experience in Tunnel Projects 40
(i) Professional experience in handling major tunnel projects (Road/Rail/Metro) 8
<8 years 0
≥8 but <9 years 4
≥9 but <10 years 5
≥10 but < 11 years 6
≥ 12 years 8
(ii) Experience in major tunnel construction/construction supervision projects(Road/Rail/Metro)
8
<8 years 0
≥8 but <9 years 4
≥9 but <10 years 5
≥10 but < 11 years 6
≥11 but <12 years 7
≥ 12 years 8
(iii)Experience in preparation of DPR or Feasibility report of major tunnel projects(Road/Rail/Metro)
8
<8 years 0
≥8 but <9 years 4
≥9 but <10 years 5
≥10 but < 11 years 6
≥11 but <12 years 7
≥ 12 years 8
(iv) Experience in DPR preparation of minimum 5 km Tunnel length 8
215
< 3 projects 0
3 projects 5
4 projects 6
5 projects 7
>5 projects 8
Experience in construction/construction supervision/ preparation ofDPR/feasibility report 8
(d) of major tunnel projects (Road/Rail/metro) using NATM
<8 years 0
≥8 but <9 years 4
≥9 but <10 years 5
≥10 but < 11 years 6
≥11 but <12 years 7
≥ 12 years 8
c) Experience in Similar Capacity 15
216
2.4.14 Tunnel Design Expert
<8 years 0
≥8 but <9 years 4
≥9 but <10 years 5
≥10 but < 11 years 6
≥11 but <12 years 7
≥ 12 years 8
(ii) Experience of major tunnel construction/construction supervisionprojects (Road/Rail/Metro) 8
<8 years 0
≥8 but <9 years 4
≥9 but <10 years 5
≥10 but < 11 years 6
≥11 but <12 years 7
≥ 12 years 8
(iii) Experience in preparation of DPR or Feasibility report of major tunnelprojects 8
(Road/Rail/Metro)
<8 years 0
≥8 but <9 years 4
≥9 but <10 years 5
≥10 but < 11 years 6
≥11 but <12 years 7
217
≥ 12 years 8
c) Experience in Similar Capacity 31
(i) Professional Experience as Tunnel Design Engineer (Structural) 8
<5 years 0
≥5 but <6 years 4
≥6 but <7 years 5
≥7 but < 8 years 6
≥ 9 years 8
< 3 projects 0
3 projects 4
4projects 5
5 projects 6
>5 projects 7
III Employment with Firm 10
Less than 1 Year 0
1-2 years 7.5
218
Add 0.5 marks for each subsequent year subject to maximum of 2.5 marks
Total 100
219
2.4.15 Geotechnical Engineer
220
≥14 but <16 years 7
≥ 16 years 8
c) Experience in Similar Capacity 31
(i) Professional Experience as Tunnel Design Engineer (Structural) 8
<5 years 0
≥5 but <7 years 4
≥7 but <9 years 5
≥9 but < 11 years 6
≥11 but <13 years 7
≥ 13 years 8
(ii) Experience as Senior Geotechnical Engineer or similar capacity in major tunnel 8
construction/construction supervision projects (Road/Rail/Metro)
<5 years 0
≥5 but <7 years 4
≥7 but <9 years 5
≥9 but < 11 years 6
≥11 but <13 years 7
≥ 13 years 8
(iii) Experience as Senior Geotechnical Engineer or similar capacity in preparation of DPR or
Feasibility report of major tunnel projects (Road/Rail/Metro)
8
<5 years 0
≥5 but <7 years 4
≥7 but <9 years 5
≥9 but < 11 years 6
≥11 but <13 years 7
≥ 13 years 8
(iv) Experience in construction/construction supervision/ preparation ofDPR/feasibility report 7
of major tunnel projects (Road/Rail/metro) usingNATM
<5 years 0
≥5 but <7 years 3
≥7 but <9 years 4
≥9 but < 11 years 5
≥11 but <13 years 6
≥ 13 years 7
III Employment with Firm 10
Less than 1 Year 0
221
1-2 years 7.5
Add 0.5 marks for each subsequent year subject to maximum of 2.5 marks
Total 100
222
2.4.16 Geophysicist
<8 years 0
≥8 but <10 years 7
≥10 but <12 years 9
≥12 but < 14 years 10
≥14 but <16 years 11
≥ 16 years 12
(ii) Experience of carrying out AEM survey for tunneling/ mineral and oilexploration or any other similar 12
work for area of more than 2.7 sq km
< 2 projects 0
2 projects 8
3 projects 9
4 projects 10
5 projects 11
>5 projects 12
(iii) Processing, Interpreting, generating 3D resistivity model of AEM survey‟s raw data for tunneling/ 12
mineral and oil exploration or any othersimilar work for area of more than 2.7 sq km
< 2 projects 0
2 projects 8
3 projects 9
4 projects 10
223
5 projects 11
>5 projects 12
(iv) Experience in carrying out AEM survey, processing, interpreting, generating 3D resistivity of 14
AEM survey‟s raw data for major tunnel work(Rail/Road/Metro)
< 3 projects 0
3 projects 8
4 projects 9
5 projects 10
6 projects 12
>6 projects 14
II Employment with Firm 10
Less than 1 Year 0
1-2 years 7.5
Add 0.5 marks for each subsequent yearsubject to maximum
of 2.5 marks
Total 100
224
Assumptions to be made regarding Similar Capacity for various
positions
1. Team Leader cum Senior Highway Engineer
Engineer.
Engineer
and above
Engineer/Pavement Engineer.
and above
Expert/Geo Technical
Engineer
Material Engineer/Material
Expert/Geo Technical
Engineer/Manager (Material)
225
5. Traffic and Safety Expert
7. Environmental Specialist
Environmental Specialist/
Environmental Expert
environment/forest matter.
226
(ii) In Government Organizations: Executive Engineer (or equivalent) and above.
Consultant has to assess the major utility shifting involved and propose the CV accordingly.
Note: While carrying out evaluation of key personnel, the experience in similar capacity
is also a criteria of evaluation and assumptions to be made regarding similar capacity
have been mentioned above. However, if a key personnel has worked in next lower
category to the similar capacity, the marks allotted to key personnel in the category
„experience in similar capacity‟ shall be reduced to two thirds of marks in this category.
This shall be applicable for evaluation of all key personnel.
227
APPENDIX-VI
Between
<Agency>
<Address>
And
For
228
CONTENTS
1. General Provisions
1.1 Definitions
1.4 Language
1.5 Headings
1.6 Notices
1.7 Location
2.6 Modification
229
2.7.1 Definition
2.7.2 No Breach of Contract
2.7.3 Measures to be Taken
2.7.4 Extension of Time
2.7.5 Payments
2.7.6 Consultation
Suspension
2.8 Suspension
2.9 Termination
3.1 General
3.3 Confidentiality
230
4. Consultants‟ Personnel
4.1 General
5.5 Payment
7.1 General
7.3 Penalty
9. SETTLEMENT OF DISPUTES
231
III. SPECIAL CONDITIONS OF CONTRACT
IV. APPENDICES
Appendix H(1): Format for Bank Guarantee for Performance Security for
individual work
Appendix H(2): Format for Bank Guarantee for Performance Security for a
numberof works
232
DRAFT CONTRACT FOR CONSULTANT‟S SERVICES
233
CONTRACT FOR CONSULTANTS‟ SERVICES
(1). Detail
Poroject report for Construction of Kalwari Bypass- 2 lane with
Paved Shoulder for Kalwari town on NH-227A (Ram Janki Marg) KM-36 in the
State of Uttar Pradesh
This CONTRACT (hereinafter called the “Contract”) is made on the ------ day of the month of
----------------- , between, on the one hand, ( ), Lucknow (hereinafter
called the“Client”) and,
WHEREAS
(A) the Client has requested the Consultants to provide certain consulting services
as defined in the General Conditions attached to this Contract (hereinafter
called the “Services”);
(B) the Consultants, having represented to the Client that they have the required
professional skills, personnel and technical resources, have agreed to provide
the Services on the terms and conditions set forth in this Contract;
acceptance
234
Appendix H: Copy of Bank Guarantee for Performance
235
Security Appendix-I: Minutes of the pre-bid meeting
236
2. The mutual rights and obligations of the Client and the Consultants shall be as set
forth in the Contract; in particular:
(a) The Consultants shall carry out the Services in accordance with the provisions
of the Contract; and
(b) Client shall make payments to the Consultants in accordance with the
provisions ofthe Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in
theirrespective names as of the day and year first above written.
(<Agency>)
1. Signature Name
Address
By
Name Address
(Consultant)
1. Signature
Name
Address
By
Authorized Representative 2.
Signature Name
Address
237
GENERAL CONDITIONS OF CONTRACT
1. GENERAL PROVISIONS
1.1 Definitions
Unless the context otherwise requires, the following terms whenever used in
this Contract have the following meanings:
(a) “Applicable Law means the laws and any other instruments having the force
of law in the Government‟s country as they may be issued and in force
from timeto time;
(b) “Contract” means the Contract signed by the Parties, to which these
General Conditions of Contract are attached, together with all the
documents listed in Clause 1 of such signed Contract;
(c) “Effective Date” means the date on which this Contract comes into force
and effect pursuant to Clause GC 2.1;
(d) “foreign currency” means any currency other than the currency of the
Government;
(j) “Party” means the Client or the Consultants, as the case may be, and
Parties means both of them;
(l) “SC” means the Special Conditions of Contract by which these General
Conditions of Contract may be amended or supplemented;
(m) “Sub consultant” means any entity to which the Consultants subcontract
anypart of the Services in accordance with the provisions of Clause GC
3.7; and
(n) “Third Party” means any person or entity other than the Government, the
Client, the Consultants or a Sub consultant.
237
1.2 Relation between the Parties
This Contract, its meaning and interpretation, and the relation between the
Parties shall be governed by the Applicable Laws of India and the Courts at
..........................................................................................shall
have exclusive jurisdiction over matters arising out of or relating to this
Agreement.
1.4 Language
This Contract has been executed in the language specified in the SC, which shall
be the binding and controlling language for all matters relating to the meaning
or interpretation of this Contract.
1.6 Notices
1.6.1 Any notice, request or consent required or permitted to be given or made pursuant
to this Contract shall be in writing. Any such notice, request or consent shall be
deemed to have been given or made when delivered in person to an authorized
representative of the Party to whom the communication is addressed, or when
sent by registered mail, facsimile or e- mail to such Party at the address
specified in the SC.
1.6.3 A party may change its address for notice hereunder by giving the other Party
notice of such change pursuant to the provisions listed in the SC with respect to
Clause GC 1.6.2.
1.7 Location
In case the Consultants consist of a joint venture of more than one entity, with
or without an Associate the Members hereby authorize the entity specified in
the SC to act on their behalf in exercising all the Consultants‟ rights and
238
obligations towards the Client under this Contract, including without limitation
the receiving of instructions and payments from the Client.
1.9 Authorized Representatives
Unless otherwise specified in the SC, the Consultants shall pay all such taxes,
duties, fees and other impositions as may be levied under the Applicable Law.
This Contract shall come into force and effect on the date of the Client‟s notice
to the Consultants instructing the Consultants to begin carrying out the Services.
This noticeshall confirm that the effectiveness conditions, if any, listed in the SC
have been met.
If this Contract has not become effective within such time period after the date
of the Contract signed by the Parties as shall be specified in the SC, either Party
may, by not less than four (4) weeks‟ written notice to the other Party, declare
this Contract to benull and void, and in the event of such a declaration by either
Party, neither Party shall have any claim against the other Party with respect
hereto.
The Consultants shall begin carrying out the Services at the end of such time
period after the Effective Date as shall be specified in the SC.
Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall
expire when services have been completed and all payments have been made at
the end of such time period after the Effective Date as shall be specified in the
SC. The Contract shall be treated as closed under following circumstances
except for projects spanning across 2 or more states or passing with wildlife
sanctuary or protected areas:
In case final DPR and 3D has been submitted and no further action is taken by the
Client, the DPR shall be considered as completed after 3 year or submission of both
final DPR and 3D notification, whichever is earlier.
One year after scheduled completion period when delay is not attributable to the
Consultant.
2.4.1In case the contract has expired in pursuance to Clause 2.4 of GC and later the
Client desires to get the DPR completed with/without modification of original scope and
the Consultant agrees to the same, the Client and the Consultant will sign a
supplementary agreement to get the DPR completed. The original financial proposal of
the consultant shall form the basis for payment of balance/additional services duly
239
enhanced by indexing to WPI (all commodities). The key personnel deployment will also
be firmed up in supplementary agreement keeping in view the key personnel proposed by
the Consultant in its original proposal.
This Contract contains all covenants, stipulations and provisions agreed by the
Parties. No agent or representative of either Party has authority to make, and
the Parties shallnot be bound by or be liable for, any statement, representation,
promise or agreementnot set forth herein.
2.6 Modification
2.7.1 Definition
(a) For the purposes of this Contract, “Force Majeure” means an event
which is beyond the reasonable control of a Party, and which makes a
Party‟s performance of its obligations hereunder impossible or so
impractical as reasonably to be considered impossible in the
circumstances, and includes, but is not limited to, war, riots, civil
disorder, earthquake, fire, explosion, storm, flood or other adverse
weather conditions, strikes, lockouts or other industrial action (except
where such strikes, lockouts or other industrial action are within the
power of the Party invoking Force Majeure to prevent), confiscation or
any other action by government agencies.
(b) Force Majeure shall not include (i) any event which is caused by the
negligence or intentional action of a Party or such Party‟s Sub consultants
or agents or employees, nor (ii) any event which a diligent Party could
reasonably have been expected to both (A) take into account at the time
of the conclusion of this Contract and (B) avoid or overcome in the
carrying out ofits obligations hereunder.
The failure of a Party to fulfill any of its obligations hereunder shall not be
considered to be a breach of, or default under, this Contract insofar as such
inability arises from an event of Force Majuere, provided that the Party affected
by such an event has taken all reasonable precautions, due care and reasonable
alternative measures, all with the objective of carrying out the terms and
conditions of this Contract.
(a) A party affected by an event of Force Majeure shall take all reasonable
240
measures to remove such Party‟s inability to fulfill its obligations
hereunderwith a minimum of delay.
(b) A party affected by an event of Force Majuere shall notify the other
Party of such event as soon as possible, and in any event not later than
fourteen (14) days following the occurrence of such event, providing
evidence of the nature and cause of such event, and shall similarly give
notice of the restoration of normal conditions as soon as possible.
(c) The Parties shall take all reasonable measures to minimize the
consequencesof any event of Force Majeure.
Any period within which a Party shall, pursuant to this Contract, complete any
action or task, shall be extended for a period equal to the time during which
such Party was unable to perform such action as a result of Force Majeure.
2.7.5 Payments
2.7.6 Consultation
Not later than thirty (30) days after the Consultants, as the result of an event of
Force Majeure, have become unable to perform a material portion of the Services,
the Parties shall consult with each other with a view to agreeing on appropriate
measures to be taken in the circumstances.
2.8 Suspension
The Client may, by written notice of suspension to the Consultants, suspend all
payments to the Consultants hereunder if the Consultants fail to perform any of
their obligations under this Contract, including the carrying out of the Services,
provided that such notice of suspension (i) shall specify the nature of the
failure, and (ii) shall request the Consultants to remedy such failure within a
period not exceeding thirty
(30) days after receipt by the Consultants of such notice of suspension.
2.9 Termination
The Client may, by not less than thirty (30) days‟ written notice of termination
to the Consultants (except in the event listed in paragraph (f) below, for which
there shall be a written notice of not less than sixty (60) days), such notice to
be given after the occurrence of any of the events specified in paragraphs (a)
through (f) of this Clause 2.9.1, terminate this Contract:
241
2.8 hereinabove, within thirty (30) days of receipt of such notice of
suspension or within such further period as the Client may have
subsequently approved in writing;
(b) if the Consultants become (or, if the Consultants consist of more than
one entity, if any of their Members becomes) insolvent or bankrupt or
enter into any agreements with their creditors for relief of debt or take
advantage of any law for the benefit of debtors or go into liquidation or
receivership whethercompulsory or voluntary;
(c) if the Consultants fail to comply with any final decision reached as a
result ofarbitration proceedings pursuant to Clause 8 hereof;
(d) if the Consultants submit to the Client a statement which has a material
effect on the rights, obligations or interests of the Client and which the
Consultants know to be false;
(e) if, as the result of Force Majeure, the Consultants are unable to
perform a material portion of the Services for a period of not less than
sixty (60) days; or
(f) if the Client, in its sole discretion and for any reason whatsoever,
decides toterminate this Contract.
The Consultants may, by not less than thirty (30) day‟s written notice to the Client,
such notice to be given after the occurrence of any of the events specified in
paragraphs (a) through (d) of this Clause 2.9.2, terminate this Contract:
(a) if the Client fails to pay any money due to the Consultants pursuant to
this contract and not subject to dispute pursuant to Clause 8 hereof
within forty- five(45) days after receiving written notice from the
Consultants that such payment is overdue;
(c) if, as the result of Force Majeure, the Consultant are unable to
perform a material portion of the Services for a period of not less than
sixty (60) days; or
(d) if the Client fails to comply with any final decision reached as a result
of arbitration pursuant to Clause 8 hereof.
Upon termination of this Contract pursuant to Clauses 2.9.1 or 2.9.2 hereof, the
Client shall make the following payments to the Consultants (after offsetting
against these payments any amount that may be due from the Consultant to the
Client):
2.9.7.1 Without prejudice to any provision of this Agreement, the Client and
Consultant may foreclose this Agreement by mutual consent in circumstances
which does not constitute either party‟s default without any liability or
consequential future liability for either party except as mentioned in this
Clause.
243
stage will be paid as per CI 6.3 (b) of GC and remuneration & logistics beyond
completed stage will be paid as per actual using the rates quoted in Consultants‟
financial proposal.
2.9.7.5 For the avoidance of doubt, it is clarified that such foreclosure will be
without prejudice to the Consultant and shall not affect the Consultant in any
way if it wishes to bid in future projects of the Client.
3.1 General
The Consultants shall perform the Services and carry out their obligations here
under with all due diligence, efficiency and economy, in accordance with
generally accepted professional techniques and practices, and shall observe
sound management practices, and employ appropriate advanced technology
and safe and effective equipment, machinery, materials and methods. The
Consultants shall always act, in respect of any matter relating to this Contract or
to the Services, as faithful advisers to the Client, and shall at all times support
and safeguard the Client's legitimate interests in any dealings with Sub
consultants or Third Parties.
The Consultants shall perform the Services in accordance with the Applicable Law
and shall take all practicable steps to ensure that any Sub consultants, as well
as the Personnel and agents of the Consultants and any Sub consultants,
comply with the Applicable Law. The Client shall advise the Consultants in
writing of relevant local customs and the Consultants shall, after such
notifications, respect such customs.
244
3.2.2 Consultants and Affiliates not to be otherwise interested in Project
The Consultants agree that, during the term of this Contract and after its
termination, the Consultants and any entity affiliated with the Consultants, as
well as any Sub consultant and any entity affiliated with such Sub consultant, shall
be disqualified from providing goods, works or services (other than the Services
and any continuation thereof) for any project resulting from or closely related
to the Services.
Neither the Consultants nor their Sub consultants nor the Personnel of either of
them shall engage, either directly or indirectly, in any of the following
activities:
(a) during the term of this Contract, any business or professional activities
in the Government's country which would conflict with the activities
assigned to them under this Contract; or
(b) after the termination of this Contract, such other activities as may be
specifiedin the SC.
3.3 Confidentiality
The Consultants, their Sub consultants and the Personnel of either of them
shall not, either during the term or within two (2) years after the expiration of
this Contract, disclose any proprietary or confidential information relation to
the Project, the Services, this Contract or the Client's business or operations
without the prior written consent of the Client.
Subject to additional provisions, if any, set forth in the SC, the Consultants'
liability under this Contract shall be as provided by the Applicable Law.
The Consultants (i) shall take out and maintain, and shall cause any Sub
consultants to take out and maintain, at their (or the Sub consultants', as the
case may be) own cost but on terms and conditions approved by the Client,
insurance against the risks, and for the coverage, as shall be specified in the
Special Conditions (SC), and (ii) at the Client's request, shall provide evidence
to the Client showing that such insurance has been taken out and maintained
and that the current premiums therefore have been paid.
The Consultants (i) shall keep accurate and systematic accounts and records in
respect of the Services hereunder, in accordance with internationally
accepted accounting principles and in such form and detail as will clearly
identify all relevant time charges and cost, and the bases thereof (including
the bases of the Consultants' costs and charges), and (ii) shall permit the Client
or its designated representative periodically, and up to one year from the
expiration or termination of this Contact, to inspect the same and make copies
thereof as well as to have them audited by auditors appointed by the Client.
245
3.7 Consultants' Actions requiring Client's prior Approval
The Consultants shall obtain the Client's prior approval in writing before taking
anyof the following actions:
(b) entering into a subcontract for the performance of any part of the
Services, it being understood (i)that the selection of the Sub-consultant and
the terms and conditions of the subcontract shall have been approved in
writing by the Client prior to the execution of the subcontract, and (ii)
that the Consultants shall remain fully liable for the performance of the
Services by the Sub-consultant and its Personnel pursuant to this
Contract;
The Consultants shall submit to the Client the reports and documents specified
in Appendix A/E here to, in the form, in the numbers and within the time
periods set forth in the said Appendix. Reporting stages, review progress and
checklist shall be asreflected in the DPR.
4. CONSULTANTS' PERSONNEL
4.1 General
The Consultants shall employ and provide such qualified and experienced
Personnelas are required to carry out the Services.
246
estimated periods of engagement in the carrying out of the Services
of each of the Consultants' Key Professional / Sub Professional
Personnel are described in Appendix B.
(i) that such adjustments shall not alter the originally estimated period of
engagement of any individual by more than 10% or one week, whichever is
larger, and
(ii) that the aggregate of such adjustments shall not cause payments under
this Contract to exceed the ceilings set forth in Clause 6.1 (b) of this
Contract. Any other such adjustments shall only be made with the Client's
written approval.
(c) If additional work is required beyond the scope of the Services specified
in Appendix A, the estimated periods of engagement of Key Personnel set
forth in Appendix B may be increased by agreement in writing between
the Client andthe Consultants.
The Key Personnel and Sub consultants listed by title as well as by name in
Appendix B are hereby approved by the Client. In respect of other Key
Personnel which the Consultants propose to use in the carrying out of the
Services, the Consultants shall submit to the Client for review and approval a
copy of their biographical data. If the Client does not object in writing (stating
the reasons for the objection) within twenty- one (21) calendar days from the
date of receipt of such biographical data, such Key Personnel shall be deemed
to have been approved by the Client.
(a) Working hours and holidays for Key Professional / Sub Professional
Personnel are set forth in Appendix C hereto. To account for travel time,
foreign Personnel carrying out Services inside the Government's country
shall be deemed to have commenced (or finished) work in respect of the
Services such number of days before their arrival in (or after their
departure from) the Government's country is specified in Appendix C
hereto.
(b) The Key Professional / Sub Professional Personnel shall not be entitled
to be paid for overtime nor to take paid sick leave or vacation leave
except as specified in Appendix C hereto, and except as specified in
such Appendix, the Consultants' remuneration shall be deemed to cover
these items. All leave to be allowed to the Personnel is included in the
staff- months of service set for in Appendix B. Any taking of leave by
Personnel shall be subject to the prior approval of the Client by the
Consultants, who shall ensure that absence for leave purposes will not
delay the progress and adequate supervision of the Services.
(c) All key personnel and sub professional staff of the DPR consultants shall
use the Aadhar based biometric attendance /geo-tagged selfie-based
247
attendance system for marking their daily attendance for the duration
in site office. Aadhar based biometric attendance /geo-tagged selfie-
based attendance system shall be marked at least once a day and any
time during the day. Aadhar based biometric attendance /geo-tagged
selfie- based attendance system shall be installed by the DPR
Consultants at its own cost at the site office in order to facilitate the
attendance marking. A copy of Aadhar based biometric attendance
/geo-tagged selfie-based attendance records shall be attached at the
time of submission of their bills to the <agency> Proper justification
shall be provided for cases of absence of key personal /sub-professional
staff which do not have prior approval from project director of
concerned stretch. If <Agency> so desires, it shall facilitate electronic
linking of the Aadhar based biometric attendance /geo-tagged selfie-
based attendance system with the central monitoring system of
<Agency>.
(d) Consultant will intimate concerned project Director/Project In charge
immediately after establishing its site office regarding installation
Aadhar based Biometric attendance /Geo-tagged selfie-based
attendance system and complete address of its site office.
4.5.2 In case notice to commence services is given within 120 days of signing of
contract the, the Authority expects all the Key Personnel specified in the
Proposal to be available during implementation of the Agreement. The
Authority will not consider any substitution of Key Personnel except under
compelling circumstances beyond the control of the Consultant and the
concerned Key Personnel. Such substitution shall be limited to not more than
three Key Personnel subject to equally or better qualified and experienced
personnel being provided to the satisfaction of the Authority. Replacement
of the Team Leader will not normally be considered and may lead to
disqualification of the Applicant or termination of the Agreement. Replacement
of one Key Personnel shall be permitted subject to reduction of
remuneration equal to 5 % (five per cent) of the total remuneration
specified for the Key Personnel who is proposed to be replaced. In case of
second replacement the reduction in remuneration shall be equal to 10% (ten
per cent) and for third and subsequent replacement, such reduction shall be
equal to 15% (fifteen per cent). The maximum age limit of replaced key
personnel shall be 65 years as on the date of submission of proposal for such
replacement. The Consultant shall make all endevours to ensure that
replacement of a Key Personnel is approved before the concerned Key
Personnel leaves the consultancy assignment, in any case the Consultant
shall submit replacement acceptable to Client not more than 3 weeks after
the Key Personnel leaves the consultancy assignment, failing which Client
may terminate the Contract in pursurance to Clause 2.9.1(a) of GC.
248
4.5.3 If the consultant finds that any of the personnel had made false representation
regarding his qualification and experience, he may request the Employer for
replacement of the personnel. There shall be no reduction in remuneration for
such replacement. The replacement shall however be of equal or better score.
The personnel so replaced shall be debarred from future projects for 2 years.
4.5.5 If the Employer (i) finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal action or (ii)
has reasonable ground to be dissatisfied with the performance of any of the
Personnel, then the consultant shall, at the Employer‟s written request specifying
the grounds therefore, forthwith provide a replacement with qualifications and
experience acceptable to him. For such replacement there will be no reduction in
remuneration.
4.5.6 If any member of the approved team of a consultant engaged by State PWD Uttar
Pradesh/MoRTH leaves that consultant before completion of the job, he shall be
barred for a period of 6 months to 24 months from being engaged as a team
member of any other consultant working (or to be appointed) for any other State
PWD Uttar Pradesh/MoRTH projects.
The person designated as the Team Leader of the Consultant‟s Personnel shall
be responsible for the coordinated, timely and efficient functioning of the
Personnel. Inaddition, the Consultant shall designate a suitable person from its
Head Office as Project Coordinator who shall be responsible for day to day
performance of the Services.
249
5. OBLIGATION OF THE CLIENT
5.1 Assistance and Exemptions unless otherwise specified in the SC, the Client shall
use itsbest efforts to ensure that the Government shall:
(a) provide the Consultants, Sub consultants and Personnel with work permits
and such other documents as shall be necessary to enable the
Consultants, Sub consultants or Personnel to perform the Services;
(b) assist for the Personnel and, if appropriate, their eligible dependents to
be provided promptly with all supporting papers for necessary entry and
exit visas, residence permits, exchange permits and any other documents
requiredfor their stay in India;
(d) issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and
effectiveimplementation of the Services;
The Client warrants that the Consultants shall have, free of charge, unimpeded
access to all land in the Government‟s country in respect of which access is
required for the performance of the Services. The Client will be responsible for
any damage to such land or any property thereon resulting from such access and
will indemnify the Consultants and each of the Personnel in respect of liability
for any such damage, unless such damage is caused by the default or
negligence of the Consultants or any Sub consultants or the Personnel of either
of them.
If, after the date of this Contract, there is any change in the Applicable Law with
respect to taxes and duties which increases or decreases the cost or reimbursable
expenses incurred by the Consultants in performing the Services, then the
remuneration and reimbursable expenses otherwise payable to the Consultants
under this Contract shall be increased or decreased accordingly by agreement
between the Parties hereto, and corresponding adjustments shall be made to the
ceiling amounts specified in Clause 6.1(b),
The client shall make available to the Consultants and the Personnel, for the
purposes of the Services and free of any charge, the services, facilities and
property described in Appendix D at the times and in the manner specified in said
Appendix D, provided that if such services, facilities and property shall not be made
available to the Consultants as and when so specified, the Parties shall agree on (i)
any time extension that may be appropriate to grant to the Consultants for the
performance of the Services, (ii) the manner in which the Consultants shall procure
any such services, facilities and property from other sources, and (iii) the additional
payments, if any, to be made to the Consultants as a result thereof pursuant to
Clause 6.1(c) hereinafter.
250
5.5 Payment
(a) An abstract of the cost of the Services payable in local currency (Indian
Rupees) is set forth in Appendix E.
(b) Except as may be otherwise agreed under Clause 2.6 and subject to
Clause 6.1(c), the payments under this Contract shall not exceed the
ceiling specified in the SC. The Consultants shall notify the Client as soon
as cumulative charges incurred for the Services have reached 80% of the
ceiling.
(a) The Client shall cause to be paid to the Consultants an advance payment as
specified in the SC, and as otherwise set forth below. The advance
payment will be due after provision by the Consultants to the Client of a
bank guarantee by a bank acceptable to the Client in an amount (or
amounts) and in a currency (or currencies) specified in the SC, such bank
guarantee (i) to remain effective until the advance payment has been fully
set off as provided in the SC, and ii) in such form as the Client shall have
approved in writing.
251
5 Submission of all utilities shifting proposals to user agencies and submissionof utilities relocation plan to 2.5%
Executing Authority
6 Submission of all stage I clearance proposals and submission of clearances report to Executing Authority 5%
9 3D publication for all land parcels identified in item 4 above and submissionof Land Acquisition II report 10%
12 Completion of award declaration (3G) for 90% of land parcels identified initem 9 and submission of 10%
Land Award report
13 Earlier of award of package to contractor/concessionaire or 6 months fromlaunch of tender process 10%
14 Receipt of land possession certificates (3E) for 90% of all land parcelsidentified in LA II report and 10%
submission of Land Possession report
15 Amount to be released at earlier of projects COD or 3 years from start of civilwork 5%
Total : 100%
16 Bonus on submission of draft 3A within 15 days of alignment finalization 1 % bonus
17 Bonus on submission of draft 3D within 60 days of draft 3 A. 2.5% bonus
18 Bonus on receipt of possession certificate (3E) for more than 90% of landidentified in item 9 above
within 165 days of draft 3 A. 5% bonus
19 Bonus on submission of utility shifting proposal including clearance within 60 days of alignment 1% bonus
finalization.
252
(c) No payment shall become eligible for the next stage till the consultant
completes to the satisfaction of the client the work pertaining to the
preceding stage. The payment for the work of sub-soil investigation
(Boring)will be as per plan approved by the client and will be paid as
per actual at the rates quoted by the consultants .The payment for the
quantity given by the client for boring will be deemed to be included
in the above mentioned payment schedule. Any adjustment in the
payment to the consultants will be made in the final payment only.
(d) The Client shall cause the payment of the Consultants in Para 6.4 (b)
above as given in schedule of payment within thirty (30) days after the
receipt by the Client of bills. Interests at the rate specified in the SC shall
become payable as from the above due date on any amount due by, but
not paid on, such due date.
(e) The final payment under this Clause shall be made only after the final
report and a final statement, identified as such, shall have been
submitted by the Consultants and approved as satisfactory by the
Client. The Services shall be deemed completed and finally accepted by
the Client and the final report and final statement shall be deemed
approved by the Client as satisfactory one hundred and eighty (180)
calendar days after receipt of the final report and final statement by
the Client unless the Client, within ninety(90) day period, gives written
notice to the Consultants specifying in detailed deficiencies in the
Services, the final report or final statement. The Consultants shall
thereupon promptly make any necessary corrections, and upon
completion of such corrections, the foregoing process shall be
repeated. Any amount which the Client has paid or caused to be paid in
accordance with this Clause in excess of the amounts actually payable
in accordance with the provisions of this Contract shall be reimbursed
by the Consultants to the Client within thirty (30) days after receipt by
the Consultants of notice thereof. Any such claim by the Client for
reimbursement must be made within twelve (12) calendar months
after receipt by the Client of a final report and a final statement
approved by the Client in accordance with the above.
(f) All payments under this Contract shall be made to the account of the
Consultants specified in the SC.
(h) Consultants will make payment of salary to all key personnel in their
respective bank accounts through electronic mode only. No cash
transaction w.r.t salary will be made. Proof of salary transfer through
electronic mode shall be submitted by the Consultant with his bill.
7.1 General
7.1.1 The Consultant shall be responsible for accuracy of the data collected, by him
directly or procured from other agencies/authorities, the designs, drawings,
253
estimates and all other details prepared by him as part of these services. He
shall indemnify the Authority against any inaccuracy in the work which might
surface during implementation of the project. The Consultant will also be
responsible for correcting, at his own cost and risk, the drawings including any re-
survey / investigations and correcting layout etc. if required during the execution
of the Services.
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 shall not be accepted. 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 The survey control points established by the Consultant shall be protected
by the Consultants till the completion of the Consultancy Services.
7.2. Retention Money
7.3. Penalty
ii. If there is a discrepancy in land to be acquired during the execution of the project
upto an extent of +/- 2% of the area of land, a penalty equivalent to 3% of the
contract value shall be imposed. For this purpose retention money equivalent to
3% of the contract value will be forfeited. This shall exclude any
additional/deletion of items/works ordered by the client during the execution.
For discrepancy of more than + / - 2% of the area of land to be acquired, the
firm shall be declared as non performing as per para 7.4.2.
254
Imposed as per details given in Table below:
(b) In case, the information contained in the CV for the duration in which the key
personnel was employed by the firm, proposing his candidature is found
incorrect/fake/inflated at any stage, action including termination of the
consultancy agreement and debarment of the firm upto 2 years from future MoRTH
or its Executing Agencies projects shall be taken by MoRTH or its Executing
Agencies.
255
(d) Incase consultant firms experience or document such as Form E2/T3, Form E3,
References (client certificate) is found to be false at any stage i.e. from bidding to
completion of services, the consultancy contract shall be terminated and
consultant firm shall be debarred for a period of 2 years.
7.3.3 Total amount of recovery from all penalties shall be limited to 8% of the
Consultancy Fee.
7.3.4 MoRT&H is in process of evolving performance based rating system for DPR
Consultants. Performance of Consultants shall be monitored by MoRT&H and will
be taken into account in technical evaluation of future DPR projects. For this
purpose, performance of Consultant in the current project shall also be taken
into account to create rating of Consultant.
Consultant shall be liable to indemnify the client for any direct loss or damage
accruedor likely to accrue due to deficiency in service rendered by him.
In case of major deficiencies in the Detailed Project Report involving time and
cost overrun and adverse effect on reputation of <Agency>, the firm shall be
declared as non-performing and the firm will not be eligible for participating in
future projects of the Ministry (including NHAI, NHIDCL, BRO, etc.) for a period
of 5 years. Decision as to major deficiencies by Client shall be final and binding.
However, the Consultant will be given an opportunity to present its case before
it is declared non-performer by the Client.
The Parties undertake to act in good faith with respect to each other‟s rights under
this Contract and to adopt all reasonable measures to ensure the realization of
the objectives of this Contract.
9. SETTLEMENT OF DISPUTES
256
9.1 Amicable Settlement
The Parties shall use their best efforts to settle amicably all disputes arising out
of or in connection with this Contract or the interpretation thereof.
9.2.1 Any dispute, difference or controversy of whatever nature howsoever arising under or
out of or in relation to this Agreement (including its interpretation) between the
Parties, and so notified in writing by either Party to the other Party (the “Dispute”)
shall, in the first instance, be attempted to be resolved amicably in accordance with
the conciliation procedure set forth in Clause 9.3.
9.2.2 The Parties agree to use their best efforts for resolving all Disputes arising under or in
respect of this Agreement promptly, equitably and in good faith, and further agree to
provide each other with reasonable access during normal business hours to all non –
privileged records, information and data pertaining to any dispute.
9.3 Conciliation
In the event of any Dispute between the Parties, either Party may call upon
[Chairman of MoRTH&H / DG ] and the Chairman of the Board of Directors of
the Consultant or a substitute thereof for amicable settlement, and upon
such reference, the said persons shall meet no later than 10(ten) days from
the date of reference to discuss and attempt to amicably resolve the
Dispute. If such meeting does not take place within the 10(ten) day period
or the Dispute is not amicably settled within 15(fifteen) days of the meeting
or the Dispute is not resolved as evidenced by the signing of written terms
of settlement within 30 (thirty) days of the notice in writing referred to in
Clause 9.2.1 or such longer period as may be mutually agreed by the Parties,
either Party may refer the Dispute to arbitration in accordance with the
Provisions of Clause 9.4.
9.4 Arbitration
9.4.1. Any Dispute which is not resolved amicably by conciliation, as provided in Clause
9.3, shall be finally decided by reference to arbitration by a Sole Arbitrator
appointed in accordance with Clause 9.4.2. Such arbitration shall be held in
accordance with the provisions of the Arbitration and Conciliation Act, 1996 as
amended. The venue of such arbitration shall be Lucknow, Uttar Pradesh and
the language of arbitration proceedings shall be English.
9.4.2 Each dispute submitted by a Party to arbitration shall be heard by a sole
arbitrator to be appointed as per the procedure below
257
otherwise, a sole arbitrator for the matter in dispute.
The sole arbitrator selected pursuant to Clause 8.2.1 hereof shall be expert with
extensive experience in relation to the matter in dispute.
9.4.5 The Arbitrators shall make a reasoned award (the “Award”). Any Award made in
any arbitration held pursuant to this Clause 9 shall be final and biding on the
Parties as from the date it is made, and the Consultant and the Authority agree
and undertake to carry out such Award without delay.
9.4.6 The Consultant and the Authority agree that an Award may be enforced against
the Consultant and/or the Authority, as the case may be, and their respective
assets wherever situated.
9.4.7. This Agreement and the rights and obligations of the Parties shall remain in full
force and effect, pending the Award in any arbitration proceedings hereunder
9.4.8 Miscellaneous
(a) Proceedings shall, unless otherwise agreed by the parties be held in Lucknow, Uttar
Pradesh.
(b) The English language shall be the official language for all purposes;
(c) The decision of sole arbitrator shall be final and binding and shall be
enforceablein any court of competent jurisdiction, and the Parties hereby
waive any objections to or claims of immunity in respect of such
enforcement; and
(d) The schedule of Expenses and Fee payable to the Arbitrator shall be as under
258
to Rs 20,00,00,000 over and above Rs
(Twenty Crore) 10,00,00,000 (Ten Crore)
Above Rs 20,00,00,000 (Twenty Crore) Rs 19,87,500 plus 0.5 per cent of the claim amount
over and above Rs
20,00,00,000(Twenty Crore) with a ceiling of Rs
30,00,000 (Thirty Lakh)
Note: Being sole arbitrator, an additional amount of twenty five per cent on the fee set out above
shall be paid. The above fee is to be shared equally by both the parties to the arbitration
i.e. claimant and respondent, which is inclusive of fee of arbitrator for claim and counter
claims i.e. total “Sum in Dispute”, reading charges, declaration/publishing of award. The
expenses, such as stay and travelling charges will be paid as per Client‟s guidelines.
259
10.3 In case there is change of mode of delivery i. e. EPC/HAM/BOT (Toll)
etc.is done after submission of Final DPR, the original consultancy fee shall be
enhanced by 2.5%.
10.4 In case of revision of DPR is done after submission of Final DPR due to
revision in standards/guidelines of Indian Roads Congress/MoRTH, the original
consultancy fee shall be enhanced by 2.5%.
11. The Consultant shall be evaluated based on its performance in this consultancy
services as per rating system given in Appendix- IX and the said rating of the Consultant
will be utilised in subsequent proposal evaluation.
260
SPECIAL CONDITIONS OF CONTRACT
Number of GC
Clause
261
A. Amendments of, and Supplements to, Clauses in the General Conditions
1.1(a) The words “in the Government‟s country” are amended to read “in INDIA”
………..
E-mail: <Email>
Attention: Name
Designation
Address
Tel: Fax: E-mail address
1.8 Entity to Act as Member in charge (In case of Joint Venture of Consultants)
with orwithout an Associate: - ………………………..
Director, <Agency> ( -- )
Designation
1.10 The Consultants and the personnel shall pay the taxes, duties, fees, levies and
otherimpositions levied under the existing, amended or enacted laws
(prevailing 7 days before the last date of submission of bids) during life
262
of this contract and the Client shall perform such duties in regard to the
deduction of such tax as may be lawfully imposed.
2.2 The time period shall be “four months” or such other time period as the
parties mayagree in writing.
2.3 The time period shall be “fifteen days” or such other time period as the
Parties mayagree in writing.
2.4 The time period shall be ---- months or such other time period as the parties may
agree in writing.
(b) This limitation of liability shall not affect the Consultants‟ liability, if
any, for damage to Third Parties caused by the Consultants or any person or
firm acting on behalf of the Consultants in carrying out the Services.
263
(a) Third Party motor vehicle liability insurance as required under Motor Vehicles
Act, 1988 in respect of motor vehicles operated in India by the Consultants or
their Personnel or any Sub consultants or their Personnel for the period of
consultancy.
(b) Third Party liability insurance with a minimum coverage, for Rs.1.00 million
be appointed as per the procedure below.
(c) (i) The Consultant shall provide to <Agency> Professional Liability Insurance (PLI) for
a period of Five years beyond completion of Consultancy services or as per
Applicable Law, whichever is higher.
(ii) The Consultant will maintain at its expense PLI including coverage for errors and
omissions caused by Consultant‟s negligence in the performance of its duties
under this agreement, (A) For the amount not exceeding total payments for
Professional Fees and Reimbursable Expenditures made or expected to be made to
the Consultants hereunder OR (B) the proceeds, the Consultants may be entitled
to receive from any insurance maintained by the Consultants to cover such a
liability, whichever of (A) or
(B) is higher.
(iii) The policy should be issued only from an Insurance Company operating in India.
(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 amountless than stated in the contract.
(v) If the Consultant enters into an agreement with <Agency> in a joint venture or
„in association‟, the policy must be procured and provided to <Agency> by the
joint venture/in association entity and not by the individual partners of the joint
venture/ association.
(vi) The contract may include a provision thereby the Consultant does not cancel the
policy midterm without the consent of <Agency>. The insurance company may
provide an undertaking in this regard.
3.9 The Consultants shall not use these documents for purposes unrelated to this
Contractwithout the prior written approval of the Client.
4.6 The person designated as Team Leader cum Senior Highway Engineer in
Appendix B shall serve in that capacity, as specified in Clause 4.6.
6.1 (b) The ceiling amount in local currency is Rs……… Excluding Goods & Service Tax)
Account Number:
264
IFSC Code :
9.2 Disputes shall be settled by arbitration in accordance with the following provisions:
265
Appendix A
Terms of reference containing, inter-alia, the Description of the Services and
Reporting Requirements
266
Appendix B
Consultants‟ Sub consultants, Key Personnel and Sub Professional Personnel
267
Appendix C
Hours of work for Consultants‟ Personnel
The Consultant‟s personnel shall normally work for 8 hours in a day and six days a
week. Normally Sundays shall be closed for working. In addition they shall also be
allowed to avail holidays as observed by the Client‟s office in the relevant state
without deduction of remunerations. In case any person is required to work on Sunday
or Holiday due to exigency of work, he/she shall be given compensatory leave within
the next 15 days.
268
Appendix D
Duties of the Client
269
Appendix E
Cost Estimate
270
Appendix F:
Copy of letter of invitation
271
Appendix G:
Copy of letter of acceptance
272
Appendix – H
Format for Bank Guarantee for Performance Security BANK GUARANTEE FOR
PERFORMANCE SECURITY
To,
<Agency, Address>
The Client shall have the fullest liberty without affecting in any way the liability of
the Bank under this Guarantee, from time to time to vary or to extend the time for
performance of the contract by the Consultant. The Client shall have the fullest
liberty without affecting this guarantee, to postpone from time to time the exercise of
any powers vested in them or of any right which they might have against the consultant
and to exercise the same at any time in any manner, and either to enforce or to forbear
to enforce any covenants, contained or implied, inthe Contract between the Client and
the Consultant any other course or remedy or security available to the Client. The
bank shall not be relieved of its obligations under these presents by any exercise by
the Client of its liberty with reference to the matters aforesaid or any of them or by
reason of any other act or forbearance or other acts of omission or commission on the
part of the Client or any other indulgence shown by the Client or by any other matter
or thing whatsoever which under law would but for this provision have the effect of
273
relieving the Bank.
The Bank also agrees that the Client at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance without
proceeding against the Consultant and notwithstanding any security or other
guarantee that the Client may have in relation to the Consultant‟s liabilities.
Notwithstanding anything contained herein,
a) Our liability under this Bank Guarantee is limited to
Rs. ……………….(Rupees .................... ) and it shall remain in force up to and
including
…………and shall be extended from time to time for such period as may be desired
by M/s.............. , on whose behalf this guarantee has been given.
c) We are liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or before
(date of expiry of Guarantee).
NOTE:
(i) The bank guarantee(s) contains the name, designation and code number of the
officer(s) signing the guarantee(s).
(ii) The address, telephone no. and other details of the Head Office of the Bank as
well as ofissuing branch should be mentioned on the covering letter of issuing Branch.
(iii) The bank guarantee for Rs 10,000 and above is signed by at least two officials (or
as perthe norms prescribed by the RBI in this regard).
274
Appendix I: Minutes of Pre-bid meeting
275
APPENDIX-VII
DPR Checklist – Stage 1 – Inception Report
(Pavements)
General Details
Project Name
Consultant's Name
Date of Review
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA NA
☐
2 Project Appreciation Yes ☐ No ☐ NA NA
☐
2.1 Location of site office Yes ☐ No ☐ NA
☐
Review of scope of ToR and gapidentification
2.2 Yes ☐ No ☐ NA NA
☐
Key departments identified for variousdocuments
2.3 Yes ☐ No ☐ NA
☐
Start and end location of project verifiedwith client
2.4 Yes ☐ No ☐ NA
(Mention details)
☐
Project description
2.5 Start and End Chainage Yes ☐ No ☐ NA
Village/District ☐
Project location map
2.6 On State Map Yes ☐ No ☐ NA NA
On District Map ☐
2.7 Site photos and data of project alignment Yes ☐ No ☐ NA NA
☐
2.8 Overview of land use plans Yes ☐ No ☐ NA NA
☐
Overview of existing pavement conditions
Number of Lanes
2.9 Yes ☐ No ☐ NA
Type of Pavement
(Flexible/Rigid/Surfaced/ Unsurfaced) ☐
277
Details / Specifications
S.No SECTION OF THE REPORT YES/NO/NA Remarks
278
DPR Checklist – Stage 2 – Feasibility Report (Pavements)
General Details
Project Name
Consultant's Name
Date of Review
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA
NA ☐
Overview of client organization /activities
2 Yes ☐ No ☐ NA
NA ☐
Methodology adopted for feasibilitystudy
3 Yes ☐ No ☐ NA
NA ☐
Socioeconomic profile of the projectareas
4 Yes ☐ No ☐ NA
NA ☐
Regional economic profile basis last 10years data as per
4.1 Yes ☐ No ☐ NA
IRC
NA ☐
Economic profile of project influence areabasis last 10
4.2 Yes ☐ No ☐ NA
years data as per IRC
NA ☐
Socio Economic status of project influencearea
4.3 Yes ☐ No ☐ NA
NA ☐
Indicative design standards, methodologies, and
5
specifications Yes ☐ No ☐ NA
NA ☐
6 Traffic surveys and analysis Yes ☐ No ☐ NA
NA ☐
Classified traffic volume counts usingIHMCL data (7
6.1 Yes ☐ No ☐ NA
day data)
NA ☐
Traffic projection methodology as perIRC:108
6.2 Yes ☐ No ☐ NA
NA ☐
6.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA
NA ☐
6.4 Current and Projected PCU Yes ☐ No ☐
NA ☐
6.5 Current and Projected TVU Yes ☐ No ☐
NA ☐
6.6 Origin destination surveys as per IRC: 102 Yes ☐ No ☐ NA
NA ☐
279
6.7 Speed and delay studies as per IRC:102 Yes ☐ No ☐ NA
NA ☐
Traffic surveys for the design of roadjunctions as per
6.8 Yes ☐ No ☐ NA
data in IRC: SP:41
NA ☐
Analysis for replacing railway level crossings with over
6.9 Yes ☐ No ☐ NA
bridges/ subways
NA ☐
6.10 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA
NA ☐
280
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
6.11 Any other details relevant to the project Yes ☐ No ☐ NA
NA ☐
Traffic surveys monitored and reviewed bythe client
6.12 Yes ☐ No ☐ NA
NA ☐
7 Reconnaissance survey Yes ☐ No ☐ NA
NA ☐
7.1 Road Inventory Survey as per IRC:SP:19 Yes ☐ No ☐ NA
NA ☐
7.2 Review of Road Inventory survey by client Yes ☐ No ☐ NA
NA ☐
Chainage wise details of pavementcomposition
7.3 Yes ☐ No ☐ NA
survey
NA ☐
Geological Survey
7.4 Geological Map of the Area Yes ☐ No ☐ NA
Seismicity NA ☐
Climatic Conditions
Temperature
7.5 Yes ☐ No ☐ NA
Rainfall
NA ☐
Wind
Pavement composition and conditionsurvey as per
7.6 Yes ☐ No ☐ NA
IRC:SP:19
NA ☐
Review of pavement composition andcondition survey
7.7 Yes ☐ No ☐ NA
by client
NA ☐
Pavement roughness survey as perIRC:SP:16
7.8 Yes ☐ No ☐ NA
NA ☐
Review of pavement roughness survey byclient
7.9 Yes ☐ No ☐ NA
NA ☐
Pavement structural strength survey asper IRC:81
7.10 Yes ☐ No ☐ NA
NA ☐
Review of pavement structural strengthsurvey by client
7.11 Yes ☐ No ☐ NA
NA ☐
7.12 Sub grade characteristics and strengths Yes ☐ No ☐ NA
NA ☐
Topographical survey as per IRC:SP:19using LiDAR
Gradient
7.13 Yes ☐ No ☐ NA
Terrain NA ☐
281
Inventory of bridges, culverts andstructures
7.15 Yes ☐ No ☐ NA
NA ☐
Condition survey for bridges, culverts andstructures
7.16 Yes ☐ No ☐ NA
NA ☐
Review of condition survey for bridges,culverts and
7.17 Yes ☐ No ☐ NA
structures by client
NA ☐
282
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
7.18 Any other details relevant to the project Yes ☐ No ☐ NA
NA ☐
8 Geotechnical Survey Yes ☐ No ☐ NA
NA ☐
Geo-technical and sub-soil explorations asper IRC:78
8.1 Yes ☐ No ☐ NA
NA ☐
Bore holes dug for every pier andabutment
8.2 Yes ☐ No ☐ NA
NA ☐
Review of geo-technical and sub-soilexplorations by
8.3 Yes ☐ No ☐ NA
client
NA ☐
Field testing, soil sampling, laboratory testing in accordance
8.4 with BIS/ AASHTO/BS Yes ☐ No ☐ NA
NA ☐
Recommendation of Foundation Type andDepth
8.5 Yes ☐ No ☐ NA
NA ☐
8.6 Any other details relevant to the project Yes ☐ No ☐ NA
NA ☐
9 Hydraulic and Hydrological Survey Yes ☐ No ☐ NA
NA ☐
Hydraulic and hydrological investigationsas per IRC:SP:13
9.1 Yes ☐ No ☐ NA
and IRC:5
NA ☐
9.2 High Flood Level specified Yes ☐ No ☐ NA
NA ☐
9.3 Depth of Water Table specified Yes ☐ No ☐ NA
NA ☐
9.4 Ponded Water Level specified Yes ☐ No ☐ NA
NA ☐
9.5 Any other details relevant to the project Yes ☐ No ☐ NA
NA ☐
Review of hydrological investigations byclient
9.6 Yes ☐ No ☐ NA
NA ☐
10 Materials Survey Yes ☐ No ☐ NA
NA ☐
Materials Survey conducted as perIRC:SP:19
10.1 Yes ☐ No ☐ NA
NA ☐
Sources of Naturally OccurringAggregates
specified
10.2 Details of Borrow Pits withDistance from Yes ☐ No ☐
Project Site NA ☐
Cost of Material/ Transportation
283
Sources of Manufactured Items specified
Details of suppliers with distancefrom project site
10.3 Yes ☐ No ☐ NA
Cost of material/ transportation NA ☐
284
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Environmental screening/ preliminaryenvironmental
11
assessment Yes ☐ No ☐ NA
NA ☐
Analysis basis Initial EnvironmentExamination in
11.1 Yes ☐ No ☐ NA
IRC: SP: 19
NA ☐
Recommended feasible mitigationmeasures
11.2 Yes ☐ No ☐ NA
NA ☐
Initial social assessment/ preliminaryLA resettlement
12
plan Yes ☐ No ☐ NA
NA ☐
Analysis basis Initial EnvironmentExamination in
12.1 Yes ☐ No ☐ NA
IRC: SP: 19
NA ☐
Details of consultation with potentiallyaffected
12.2 Yes ☐ No ☐ NA
persons
NA ☐
Names/ Details of consultation with localNGOs
12.3 Yes ☐ No ☐
NA ☐
Names/ Details of consultation withmunicipal
12.4 Yes ☐ No ☐
authorities
NA ☐
12.5 Preliminary resettlement plan Yes ☐ No ☐ NA
NA ☐
12.6 Any other details relevant to the project Yes ☐ No ☐ NA
NA ☐
13 Cost estimates Yes ☐ No ☐ NA
NA ☐
13.1 Item rates and rate analysis Yes ☐ No ☐ NA
NA ☐
13.2 Escalation Yes ☐ No ☐ NA
NA ☐
14 Economic and financial analysis Yes ☐ No ☐ NA
NA ☐
14.1 Estimated cost details Yes ☐ No ☐ NA
NA ☐
14.2 Projected revenues details Yes ☐ No ☐ NA
NA ☐
14.3 Assumptions stated Yes ☐ No ☐ NA
NA ☐
Analysis and results (IRR, SensitivityAnalysis,
14.4 Yes ☐ No ☐ NA
Financial Viability)
NA ☐
15 Strip plan and Alignment Yes ☐ No ☐ NA
NA ☐
15.1 Details of center line of proposed highway Yes ☐ No ☐ NA
285
NA ☐
286
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
16 Alignment Options Study Yes ☐ No ☐ NA
NA ☐
At least two alignments proposed
16.1 Yes ☐ No ☐ NA
Details of Alignments on Map
NA ☐
16.2 Review of options with client Yes ☐ No ☐ NA
NA ☐
16.2.1 Review of options with local authority Yes ☐ No ☐ NA
NA ☐
Length of the project along proposedalignment
16.3 Yes ☐ No ☐
options
NA ☐
Land Acquisition required along alignmentoptions
16.4 Yes ☐ No ☐
NA ☐
16.4.1 Environmental impact of each option Yes ☐ No ☐
NA ☐
Review of road geometry and safety foreach option
16.4.2 Yes ☐ No ☐
NA ☐
16.5 Cost Estimates of alternatives Yes ☐ No ☐
NA ☐
Recommended Alignment withJustification
16.6 Yes ☐ No ☐ NA
NA ☐
16.7 Any other details relevant to the project Yes ☐ No ☐ NA
NA ☐
17 Technical Specifications Yes ☐ No ☐ NA
NA ☐
MoRTH technical specifications for Roadsand Bridge
17.1 Yes ☐ No ☐ NA
works followed
NA ☐
17.2 Details of technical specifications Yes ☐ No ☐ NA
NA ☐
18 Rate Analysis Yes ☐ No ☐ NA
NA ☐
Rate analysis for all relevant items as perlatest SoR
18.1 Yes ☐ No ☐ NA
NA ☐
19 Cost Estimates Yes ☐ No ☐ NA
NA ☐
Cost estimates for all relevant items as perlatest SoR
19.1 Yes ☐ No ☐ NA
NA ☐
20 Bill of quantities Yes ☐ No ☐ NA
NA ☐
21 Conclusions and recommendations Yes ☐ No ☐ NA
NA ☐
287
21.1 Conclusions and recommendations Yes ☐ No ☐ NA
NA ☐
Report fulfils project objectives and scopeas per RFP
21.2 Yes ☐ No ☐ NA
NA ☐
21.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA
NA ☐
Compliance report prepared on clientobservations
21.4 Yes ☐ No ☐ NA
NA ☐
288
DPR Checklist – Stage 3 – LA and Clearances I Report (Pavements)
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA NA
☐
2 Strip plan- additional details added Yes ☐ No ☐ NA NA
☐
Details of centreline, existing structures,road furniture
2.1 Yes ☐ No ☐ NA NA
and other features
☐
2.2 Widening scheme Yes ☐ No ☐ NA NA
☐
New construction/ reconstruction ofstructures
2.3 Yes ☐ No ☐ NA NA
and amenities
☐
2.4 Existing and proposed right of way Yes ☐ No ☐ NA NA
☐
2.5 Clearances impacting each chainage Yes ☐ No ☐ NA NA
☐
3 Forest Clearance Yes ☐ No ☐ NA NA
☐
3.1 Requirement for forest clearance identified Yes ☐ No ☐ NA NA
☐
Date/ Details of initial consultation withcompetent
3.2 Yes ☐ No ☐ NA
authority
☐
Details/cost of trees being felled basisconcerned
3.3 Yes ☐ No ☐ NA
District Forest Office
☐
Date of submission of proposal for forestclearance
3.4 Yes ☐ No ☐ NA NA
☐
3.5 Review of proposal by client Yes ☐ No ☐ NA NA
☐
4 Wildlife Clearance Yes ☐ No ☐ NA NA
☐
Requirement for wildlife clearanceidentified
4.1 Yes ☐ No ☐ NA NA
☐
289
Date/ Details of initial consultation withcompetent
4.2 Yes ☐ No ☐ NA
authority
☐
Details/cost of trees being felled basisconcerned
4.3 Yes ☐ No ☐ NA
District Forest Office
☐
Date of submission of proposal for wildlifeclearance
4.4 Yes ☐ No ☐ NA
☐
4.5 Review of proposal by client Yes ☐ No ☐ NA NA
☐
5 Utility Clearances (Electricity) Yes ☐ No ☐ NA NA
☐
290
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
5.1 Identification of overground utilities Yes ☐ No ☐ NA NA
☐
Identification of underground utilities usingGPR, Induction
5.2 Locator or equivalent technologies Yes ☐ No ☐ NA NA
☐
Name/ Details of consultation with localauthority/
5.3 Yes ☐ No ☐ NA
people
☐
Utility relocation plan with existing / proposed location
5.4 showing existing RoWand topographic details Yes ☐ No ☐ NA NA
☐
5.5 Cost for relocation as per authority Yes ☐ No ☐ NA
☐
Date of proposal submission to competentauthority
5.6 Yes ☐ No ☐ NA
☐
Review of utility relocation plan/ proposalby client
5.7 Yes ☐ No ☐ NA NA
☐
6 Utility Clearances (Water) Yes ☐ No ☐ NA NA
☐
6.1 Identification of overground utilities in RoW Yes ☐ No ☐ NA NA
☐
Identification of underground utilities usingGPR, Induction
6.2 Locator or equivalent technologies Yes ☐ No ☐ NA NA
☐
Name/ Details of consultation with localauthority/
6.3 Yes ☐ No ☐ NA
people
☐
Utility relocation plan with existing / proposed location
6.4 showing existing RoWand topographic details Yes ☐ No ☐ NA NA
☐
6.5 Cost for relocation as per authority Yes ☐ No ☐ NA
☐
Date of proposal submission to competentauthority
6.6 Yes ☐ No ☐ NA NA
☐
Review of utility relocation plan/ proposalby client
6.7 Yes ☐ No ☐ NA NA
☐
7 Utility Clearances (Others) Yes ☐ No ☐ NA NA
☐
7.1 Identification of overground utilities in RoW Yes ☐ No ☐ NA NA
☐
Identification of underground utilities usingGPR, Induction
7.2 Locator or equivalent technologies Yes ☐ No ☐ NA NA
☐
291
Name/ Details of consultation with localauthority/
7.3 Yes ☐ No ☐ NA
people
☐
Utility relocation plan with existing / proposed location
7.4 showing existing RoWand topographic details Yes ☐ No ☐ NA NA
☐
7.5 Cost for relocation as per authority Yes ☐ No ☐ NA
☐
292
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Date of proposal submission to competentauthority
7.6 Yes ☐ No ☐ NA
☐
Review of utility relocation plan/ proposalby client
7.7 Yes ☐ No ☐ NA NA
☐
8 Railway Clearances Yes ☐ No ☐ NA NA
☐
Identification of ROB/ RUB on projectcorridor
8.1 Yes ☐ No ☐ NA NA
☐
Initial consultation with competentauthority
8.2 Yes ☐ No ☐ NA NA
☐
Date of proposal submission to competentauthority
8.3 Yes ☐ No ☐ NA
☐
8.4 Review of GAD/ proposal by client Yes ☐ No ☐ NA NA
☐
9 Other Clearances Yes ☐ No ☐ NA NA
☐
Requirement for other clearancesidentified
9.1 Yes ☐ No ☐ NA NA
☐
Date of proposal submission to competentauthority
9.2 Yes ☐ No ☐ NA
☐
9.3 Review of proposal by client Yes ☐ No ☐ NA NA
☐
10 Land Acquisition Yes ☐ No ☐ NA NA
☐
Detailed schedule about acquisition oflandholdings as
10.1 Yes ☐ No ☐ NA NA
per land records
☐
10.2 Consultation with affected persons Yes ☐ No ☐ NA NA
☐
10.3 Name/ Details of consultation with NGOs Yes ☐ No ☐ NA
☐
Name/ Details of consultation withconcerned
10.4 Yes ☐ No ☐ NA
government agencies
☐
Total land required, land area already available , land
10.5 Yes ☐ No ☐ NA
to be acquired identified
☐
Review of land acquisition using digitalcadastral map
10.6 Yes ☐ No ☐ NA NA
by client
☐
10.7 Draft 3a notification submitted Yes ☐ No ☐ NA NA
☐
293
10.8 Review of 3a notification by client Yes ☐ No ☐ NA NA
☐
10.9 Date of 3a gazette notification Yes ☐ No ☐ NA
☐
10.10 Draft 3a notification submitted Yes ☐ No ☐ NA NA
☐
10.11 Review of 3A notification by client Yes ☐ No ☐ NA NA
☐
10.12 Date of 3A gazette notification Yes ☐ No ☐ NA
☐
11 Conclusions and recommendations Yes ☐ No ☐ NA NA
☐
11.1 Conclusions and recommendations Yes ☐ No ☐ NA NA
☐
294
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Report fulfils project objectives and scopeas per
11.2 Yes ☐ No ☐ NA ☐ NA
RFP
11.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA
Compliance report prepared on client
11.4 Yes ☐ No ☐ NA ☐ NA
observations
295
DPR Checklist – Stage 4 – Detailed Project Report (Pavements)
General Details
Project Name
Consultant's Name
Date of Review
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Main Report Yes ☐ No ☐ NA NA
☐
2 Introduction and project background Yes ☐ No ☐ NA NA
☐
Overview of project location, projectobjectives
2.1 Yes ☐ No ☐ NA NA
etc.
☐
Overview of report structure, deliverablesetc.
2.2 Yes ☐ No ☐ NA NA
☐
3 Social analysis of the project Yes ☐ No ☐ NA NA
☐
Project impact on stakeholders such aslocal people
3.1 Yes ☐ No ☐ NA NA
☐
Project impact on residential, commercialand public
3.2 Yes ☐ No ☐ NA NA
properties
☐
3.3 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
4 Reconnaissance survey Yes ☐ No ☐ NA NA
☐
Geometric Features of the Existing RoadDesign Speed
Sight distance details
Horizontal Alignment Details
4.1 Yes ☐ No ☐ NA
Vertical Alignment Details
☐
Height of Embankment
296
Pavement roughness survey as perIRC:SP:16
4.4 Yes ☐ No ☐ NA Na
☐
Pavement structural strength survey asper IRC:81
4.5 Yes ☐ No ☐ NA NA
☐
297
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Geological Survey
4.6 Geological Map of the Area Yes ☐ No ☐ NA
Seismicity NA ☐
Climatic Conditions
Temperature
4.7 Yes ☐ No ☐ NA
Rainfall
NA ☐
Wind
Land Use along the existing alignment
4.8 Map of the Project Area depicting Yes ☐ No ☐ NA
Agricultural/Habitation/Forest Area NA ☐
Details of Existing Structures
Map of the Project Area depicting
4.9 Yes ☐ No ☐ NA
Hutments/Buildings/Temples/Public Building/Any Other
NA ☐
Significant Structure
4.10 Inventory and condition survey of culverts Yes ☐ No ☐ NA
NA ☐
Geo-technical and sub-soil explorationsas per IRC:78
4.11 Yes ☐ No ☐ NA
NA ☐
Number of Bore holes dug (holes forevery pier and
4.12 Yes ☐ No ☐
abutment)
NA ☐
Field testing, soil sampling, laboratorytesting as per IRC:
4.13 Yes ☐ No ☐ NA
78
NA ☐
Recommendation of Foundation Type andDepth
4.14 Yes ☐ No ☐
NA ☐
4.15 Hydrological investigations as per IRC:5 Yes ☐ No ☐ NA
NA ☐
4.16 High Flood Level specified Yes ☐ No ☐ NA
NA ☐
4.17 Depth of Water Table specified Yes ☐ No ☐ NA
NA ☐
4.18 Ponded Water Level specified Yes ☐ No ☐ NA
NA ☐
Materials Survey conducted as perIRC:SP:19
4.19 Yes ☐ No ☐ NA
NA ☐
Sources of Naturally OccurringAggregates specified
Details of Borrow Pits withDistance from
4.20 Project Site Yes ☐ No ☐
Cost of Material/Transportation NA ☐
298
Sources of environmentally friendly construction materials
4.20.1 identified as perMoRT&H circular Yes ☐ No ☐ NA
NA ☐
299
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Sources of Manufactured Items specified
Details of Suppliers withDistance from
4.21 Yes ☐ No ☐ NA NA
Project Site
☐
Cost of Material/Transportation
Source of Water for construction specifiedas per IS:456
4.22 Yes ☐ No ☐ NA NA
☐
4.23 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
Traffic studies and demand forecastdesigns
5 Yes ☐ No ☐ NA NA
☐
Classified traffic volume counts usingIHMCL data (7
5.1 Yes ☐ No ☐ NA NA
day data)
☐
Traffic projection methodology as perIRC:108
5.2 Yes ☐ No ☐ NA NA
☐
5.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA NA
☐
5.4 Current and Projected PCU Yes ☐ No ☐ NA
☐
5.5 Current and Projected TVU Yes ☐ No ☐ NA
☐
Origin destination surveys as per IRC:102
5.6 Yes ☐ No ☐ NA NA
☐
5.7 Speed and delay studies as per IRC:102 Yes ☐ No ☐ NA NA
☐
Traffic surveys for the design of roadjunctions as per
5.8 Yes ☐ No ☐ NA NA
data in IRC: SP:41
☐
Analysis for replacing railway level crossings with over
5.9 Yes ☐ No ☐ NA NA
bridges/ subways
☐
5.10 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA NA
☐
5.11 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
Traffic surveys monitored and reviewedby the client
5.12 Yes ☐ No ☐ NA NA
☐
6 Cost estimates Yes ☐ No ☐ NA NA
☐
6.1 Project costing as per latest SoR Yes ☐ No ☐ NA NA
☐
7 Environmental aspects Yes ☐ No ☐ NA NA
☐
300
7.1 Environment profile of the project region Yes ☐ No ☐ NA NA
☐
Details of Public consultation at residentialand commercial
7.2 Yes ☐ No ☐ NA NA
settlements affected
☐
7.3 Impact analysis and mitigation measures Yes ☐ No ☐ NA NA
☐
8 Economic and commercial analysis Yes ☐ No ☐ NA NA
☐
8.1 Estimated cost details Yes ☐ No ☐ NA NA
☐
8.2 Projected revenues details Yes ☐ No ☐ NA NA
☐
301
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
8.3 Assumptions stated Yes ☐ No ☐ NA NA
☐
Analysis and results (IRR, SensitivityAnalysis,
8.4 Yes ☐ No ☐ NA NA
Financial Viability)
☐
8.5 Conclusions and recommendations Yes ☐ No ☐ NA NA
☐
Financial model shared with client andreviewed
8.6 Yes ☐ No ☐ NA NA
☐
9 Conclusions and recommendations Yes ☐ No ☐ NA NA
☐
Report fulfils project objectives and scopeas per RFP
9.1 Yes ☐ No ☐ NA NA
☐
9.2 Report reviewed for errors and omissions Yes ☐ No ☐ NA NA
☐
Compliance report prepared on client
9.3 Yes ☐ No ☐ NA NA
observations
☐
10 Design Report Yes ☐ No ☐ NA NA
☐
10.1 Highway improvement proposals Yes ☐ No ☐ NA NA
☐
10.2 Highway geometric designs Yes ☐ No ☐ NA NA
☐
10.3 Roadside drainage Yes ☐ No ☐ NA NA
☐
10.4 Intersections Yes ☐ No ☐ NA NA
☐
10.5 Urban service roads Yes ☐ No ☐ NA NA
☐
10.6 Bus-stops Yes ☐ No ☐ NA NA
☐
10.7 Toll plazas Yes ☐ No ☐ NA NA
☐
10.8 Pedestrian crossings Yes ☐ No ☐ NA NA
☐
10.9 Utility relocation Yes ☐ No ☐ NA NA
☐
10.10 Pavement Yes ☐ No ☐ NA NA
☐
10.11 Structures Yes ☐ No ☐ NA NA
☐
10.12 Any other details relevant to the project Yes ☐ No ☐ NA NA
302
☐
303
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Geo-technical and sub-soil explorationsas per IRC:78
11.6 Yes ☐ No ☐ NA NA
☐
Review of geo-technical and sub-soilexplorations by
11.7 Yes ☐ No ☐ NA NA
client
☐
Field testing, soil sampling, laboratory testing in
11.8 accordance with BIS/ AASHTO/BS Yes ☐ No ☐ NA NA
☐
Pavement composition and conditionsurvey as per
11.9 Yes ☐ No ☐ NA NA
IRC:SP:19
☐
Review of pavement composition andcondition
11.10 Yes ☐ No ☐ NA NA
survey by client
☐
Pavement roughness survey as perIRC:SP:16
11.11 Yes ☐ No ☐ NA NA
☐
Review of pavement roughness survey byclient
11.12 Yes ☐ No ☐ NA NA
☐
Pavement structural strength survey asper IRC:81
11.13 Yes ☐ No ☐ NA NA
☐
Review of pavement structural strengthsurvey by
11.14 Yes ☐ No ☐ NA NA
client
☐
Water sample tests as per MoRTHspecifications
11.15 Yes ☐ No ☐ NA NA
☐
11.16 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
Environmental Assessment Report/ Resettlement and
12
Rehabilitation Plan Yes ☐ No ☐ NA NA
☐
Option for alignment alternativesconsidered and
12.1 Yes ☐ No ☐ NA NA
conclusions
☐
Land environment data collection anddetails/
12.2 Yes ☐ No ☐ NA NA
impact/ mitigation measures
☐
Air environment data collection anddetails/ impact/
12.3 Yes ☐ No ☐ NA NA
mitigation measures
☐
Water resources details/ impact/mitigation
12.4 Yes ☐ No ☐ NA NA
measures
☐
Noise environment details/ impact/mitigation
12.5 Yes ☐ No ☐ NA NA
measures
☐
Biological environment details/ impact/mitigation
12.6 Yes ☐ No ☐ NA NA
measures
☐
304
12.7 Details of public consultation Yes ☐ No ☐ NA NA
☐
Environment monitoring and managementplan
12.8 Yes ☐ No ☐ NA NA
☐
12.9 Details of social impact assessment Yes ☐ No ☐ NA NA
☐
305
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Details of resettlement and rehabilitationaction
12.10 Yes ☐ No ☐ NA NA
plan
☐
12.11 Measures to minimize resettlement Yes ☐ No ☐ NA NA
☐
Details of public consultation with
12.12 Yes ☐ No ☐ NA NA
stakeholders
☐
Details of implementation arrangement /budget
12.13 Yes ☐ No ☐ NA NA
☐
12.14 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
13 Technical Specifications Yes ☐ No ☐ NA NA
☐
MoRTH technical specifications for Roadsand Bridge
13.1 Yes ☐ No ☐ NA NA
works followed
☐
13.2 Details of technical specifications Yes ☐ No ☐ NA NA
☐
14 Rate Analysis Yes ☐ No ☐ NA NA
☐
Rate analysis for all relevant items as perlatest SoR
14.1 Yes ☐ No ☐ NA NA
☐
15 Cost Estimates Yes ☐ No ☐ NA NA
☐
Cost estimates for all relevant items asper latest
15.1 Yes ☐ No ☐ NA NA
SoR
☐
16 Bill of quantities Yes ☐ No ☐ NA NA
☐
17 Drawing Volume Yes ☐ No ☐ NA NA
☐
18 Digital drawings of road
18.1 Highway cross sections Yes ☐ No ☐ NA
☐
3D engineered models of:
Road alignment geometry
18.2 Yes ☐ No ☐ NA
Proposed highway
☐
Proposed structures
306
DPR Checklist – Stage 5 – Technical Schedules (Pavements)
General Details
Project Name
Consultant's Name
Date of Review
Details / Specifications
S.No SECTION OF THE REPORT YES/NO/NA Remarks
307
DPR Checklist – Stage 6 – LA and Clearances II Report (Pavements)
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA NA
☐
2 Environment Clearance Yes ☐ No ☐ NA NA
☐
2.1 Details of public hearings completed Yes ☐ No ☐ NA
☐
Date of final environment clearance bycompetent
2.2 Yes ☐ No ☐ NA
authority
☐
3 Forest Clearance Yes ☐ No ☐ NA NA
☐
Date/ Details of Joint site inspection withDFO/
3.1 Yes ☐ No ☐ NA
competent authority
☐
Date of Stage I forest clearance approvalby
3.2 Yes ☐ No ☐ NA
competent authority
☐
Date of final forest clearance approval bycompetent
3.3 Yes ☐ No ☐ NA
authority
☐
4 Wildlife Clearance Yes ☐ No ☐ NA NA
☐
Date/ Details of joint site inspection withDFO/
4.1 Yes ☐ No ☐ NA
competent authority
☐
Date of final wildlife clearance approval bycompetent
4.2 Yes ☐ No ☐ NA
authority
☐
5 Utility Clearances (Electricity) Yes ☐ No ☐ NA NA
☐
Date/ Details of Joint site inspection withcompetent
5.1 Yes ☐ No ☐ NA
authority
☐
Date of estimate submission by competentauthority
5.2 Yes ☐ No ☐ NA
☐
Date of estimate approval by competentauthority
5.3 Yes ☐ No ☐ NA
☐
308
DPR Checklist – Stage 6 – LA and Clearances II Report (Pavements)
Approved utility shifting proposal includingstrip plan
5.4 Yes ☐ No ☐ NA
☐
Details of approved contractors, SoR anddeposit
5.5 Yes ☐ No ☐ NA NA
details for user agency
☐
Utilities checklist, no upgradationcertificate
5.6 Yes ☐ No ☐ NA
attached
☐
309
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Date of estimate submission by competentauthority
6.2 Yes ☐ No ☐ NA
☐
Date of estimate approval by competentauthority
6.3 Yes ☐ No ☐ NA
☐
Approved utility shifting proposal includingstrip plan
6.4 Yes ☐ No ☐ NA
☐
Details of approved contractors, SoR anddeposit
6.5 Yes ☐ No ☐ NA NA
details for user agency
☐
Utilities checklist, no upgradationcertificate
6.6 Yes ☐ No ☐ NA
attached
☐
Date of estimate submission by competentauthority
7.2 Yes ☐ No ☐ NA
☐
Date of estimate approval by competentauthority
7.3 Yes ☐ No ☐ NA
☐
Approved utility shifting proposal includingstrip plan
7.4 Yes ☐ No ☐ NA
☐
Details of approved contractors, SoR anddeposit
7.5 Yes ☐ No ☐ NA NA
details for user agency
☐
Utilities checklist, no upgradationcertificate
7.6 Yes ☐ No ☐ NA
attached
☐
Date of final approval of GAD bycompetent
8.2 Yes ☐ No ☐ NA
authority
☐
9 Other Clearances Yes ☐ No ☐ NA NA
☐
Date of final approval by competentauthority
9.1 Yes ☐ No ☐ NA
☐
10 Land Acquisition Yes ☐ No ☐ NA NA
☐
10.1 Draft 3a notification submitted Yes ☐ No ☐ NA
☐
10.2 Review of 3a notification by client Yes ☐ No ☐ NA
☐
10.3 Date of 3a gazette notification Yes ☐ No ☐ NA
☐
10.4 Draft 3a notification submitted Yes ☐ No ☐ NA
☐
10.5 Review of 3A notification by client Yes ☐ No ☐ NA
☐
310
10.6 Date of 3A gazette notification Yes ☐ No ☐ NA
☐
Date of Joint Measurement Survey withcompetent
10.7 Yes ☐ No ☐ NA
authority
☐
10.7.1 Date of survey - village wise Yes ☐ No ☐ NA NA
☐
10.7.2 Land type –by survey number Yes ☐ No ☐ NA NA
☐
10.7.3 Nature of Land –by survey number Yes ☐ No ☐ NA NA
☐
311
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
10.7.4 Ownership status of plots- by surveynumber
Yes ☐ No ☐ NA ☐ NA
312
1.1.1 DPR Checklist – Stage 7 – Award determination (Pavements)
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA NA
☐
2 Village level summary Yes ☐ No ☐ NA NA
☐
Total private and public land beingacquired
2.1 Yes ☐ No ☐ NA NA
☐
Variation in area and nature of landagainst 3D
2.2 Yes ☐ No ☐ NA NA
with justification
☐
2.3 Method used by CALA to arrive at award Yes ☐ No ☐ NA NA
☐
Date of award by CALA and approval by
2.4
<Agency> along with valuation report
Total award calculated and deviation fromRFCTLARR
2.5 Yes ☐ No ☐ NA NA
act
☐
3 In detail for each Village Yes ☐ No ☐ NA NA
☐
Updated land acquisition tracker withstatus of:
Notifications
3.1 Award Yes ☐ No ☐ NA NA
Disbursement ☐
313
4.1 Conclusions and recommendations Yes ☐ No ☐ NA NA
☐
Report fulfils project objectives and scopeas per RFP
4.2 Yes ☐ No ☐ NA NA
☐
4.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA NA
☐
Compliance report prepared on clientobservations
4.4 Yes ☐ No ☐ NA NA
☐
314
1.1.2 DPR Checklist – Stage 8 – Land possession report
(Pavements)
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA NA
☐
2 Village level summary Yes ☐ No ☐ NA NA
☐
Total private and public land beingacquired
2.1 Yes ☐ No ☐ NA NA
☐
Date of final award by CALA andapproval by
2.2
<Agency>
Status of disbursement on date of receiptof Land
2.3 Yes ☐ No ☐ NA NA
possession certificate
☐
Key issues being faced in completingland
2.4 Yes ☐ No ☐ NA NA
acquisition, if any
☐
3 In detail for each Village Yes ☐ No ☐ NA NA
☐
Updated land acquisition tracker withstatus of:
Notifications
3.1 Award Yes ☐ No ☐ NA NA
Disbursement ☐
315
☐
316
Annexure III: Checklists for Structures such as ROB/ RUB
DPR Checklist – Stage 1 – Inception Report (Structures)
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA NA
☐
2 Project Appreciation Yes ☐ No ☐ NA NA
☐
2.1 Location of site office Yes ☐ No ☐ NA
☐
Review of scope of ToR and gapidentification
2.2 Yes ☐ No ☐ NA NA
☐
Details of key departments fordocuments
2.3 Yes ☐ No ☐ NA
☐
Project description
Existing LC number
2.4 Yes ☐ No ☐ NA
Start and End Chainage
☐
Village/District
Project location map
On State Map
2.5 On District Map Yes ☐ No ☐ NA
Latitude & LongitudeCoordinates of ☐
the LC
Details of Existing Level Crossing
Number of Railway Tracks
2.6 Type of Railway Tracks Yes ☐ No ☐ NA
(Broad/Metre/Narrow) ☐
No. of trains per day
Justification for need of an ROB/RUB(on basis of TVU
2.7 Yes ☐ No ☐ NA NA
count)
☐
2.8 Overview of land use plans Yes ☐ No ☐ NA NA
☐
317
Overview of existing pavementconditions
Number of Lanes
2.9 Type of Pavement Yes ☐ No ☐ NA
(Flexible/Rigid/Surfaced/Unsurfaced) ☐
318
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
2.10 Existing right of way details Yes ☐ No ☐ NA
☐
2.11 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
3 Approach Methodology Yes ☐ No ☐ NA NA
☐
3.1 Engineering survey and investigations Yes ☐ No ☐ NA NA
☐
Design of road, pavements andstructures
3.2 Yes ☐ No ☐ NA NA
☐
Environment and social impactassessment
3.3 Yes ☐ No ☐ NA NA
☐
Estimation of project cost, viability andfinancing
3.4 Yes ☐ No ☐ NA NA
options
☐
3.5 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
Task Assignment and ManningSchedule
4 Yes ☐ No ☐ NA NA
☐
4.1 Number of key personnel provided Yes ☐ No ☐ NA
☐
Specific tasks assigned to each keypersonnel
4.2 Yes ☐ No ☐ NA NA
☐
4.3 Manning schedule for key personnel Yes ☐ No ☐ NA NA
☐
Number of key personnel deployed atsite
4.4 Yes ☐ No ☐ NA
☐
5 Performa for data collection Yes ☐ No ☐ NA NA
☐
Indicative Design standards andcross sections
6 Yes ☐ No ☐ NA NA
☐
7 Development plans Yes ☐ No ☐ NA NA
☐
Overview of development plans being implemented/
7.1 Yes ☐ No ☐ NA NA
proposed by local bodies
☐
Overview of impact of suchdevelopment
7.2 Yes ☐ No ☐ NA NA
plans
☐
8 Quality Assurance Plan Yes ☐ No ☐ NA NA
☐
8.1 Engineering surveys and investigation Yes ☐ No ☐ NA NA
☐
319
8.2 Traffic surveys Yes ☐ No ☐ NA NA
☐
Material geo-technical and sub-soil
8.3 Yes ☐ No ☐ NA NA
investigations
☐
8.4 Road and pavement investigations Yes ☐ No ☐ NA NA
☐
Investigation and design of bridges andstructures
8.5 Yes ☐ No ☐ NA NA
☐
8.6 Environment and R&R assessment Yes ☐ No ☐ NA NA
☐
8.7 Economic and financial analysis Yes ☐ No ☐ NA NA
☐
320
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
8.8 Drawing and documentation Yes ☐ No ☐ NA NA
☐
Discussion of draft QAP document withclient
8.9 Yes ☐ No ☐ NA NA
☐
Approval of final QAP document byclient
8.10 Yes ☐ No ☐ NA NA
☐
8.11 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
9 Draft design standards Yes ☐ No ☐ NA NA
☐
Geometric design standards of bridges(Plain)
9.1 Yes ☐ No ☐ NA NA
☐
Geometric design standards of bridges(Hilly)
9.2 Yes ☐ No ☐ NA NA
☐
9.3 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
10 Conclusions and recommendations Yes ☐ No ☐ NA NA
☐
10.1 Conclusions and recommendations Yes ☐ No ☐ NA NA
☐
Report fulfils project objectives andscope as
10.2 Yes ☐ No ☐ NA NA
per RFP
☐
Report reviewed for errors andomissions
10.3 Yes ☐ No ☐ NA NA
☐
Compliance report prepared on client
10.4 Yes ☐ No ☐ NA NA
observations
☐
321
DPR Checklist – Stage 2 – Feasibility Report (Structures)
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA NA
☐
Overview of client organization /activities
2 Yes ☐ No ☐ NA NA
☐
Methodology adopted for feasibilitystudy
3 Yes ☐ No ☐ NA NA
☐
Socioeconomic profile of the projectareas
4 Yes ☐ No ☐ NA NA
☐
Regional economic profile basis last 10years data as
4.1 Yes ☐ No ☐ NA NA
per IRC
☐
Economic profile of project influence areabasis last 10
4.2 Yes ☐ No ☐ NA NA
years data as per IRC
☐
Socio Economic status of project influencearea
4.3 Yes ☐ No ☐ NA NA
☐
Indicative design standards, methodologies, and
5
specifications Yes ☐ No ☐ NA NA
☐
6 Traffic surveys and analysis Yes ☐ No ☐ NA NA
☐
Classified traffic volume counts usingIHMCL data
6.1 Yes ☐ No ☐ NA NA
(7 day)
☐
Traffic projection methodology as perIRC:108
6.2 Yes ☐ No ☐ NA NA
☐
6.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA NA
☐
6.4 Current and Projected PCU Yes ☐ No ☐ NA
☐
6.5 Current and Projected TVU Yes ☐ No ☐ NA
☐
6.6 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA NA
☐
322
6.7 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
Traffic surveys monitored and reviewed bythe client
6.8 Yes ☐ No ☐ NA NA
☐
7 Reconnaissance survey Yes ☐ No ☐ NA NA
☐
7.1 Road Inventory as per IRC:SP:19 Yes ☐ No ☐ NA NA
☐
7.2 Review of Road Inventory Survey by client Yes ☐ No ☐ NA NA
☐
323
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Geometric Features of the Existing Road
Design Speed
Sight distance elements
7.3 Yes ☐ No ☐ NA
Horizontal Alignment Details
NA ☐
Vertical Alignment Details
Height of Embankment
Topographical Survey as per IRC:SP:19using LiDAR or
equivalent technology
7.4 Yes ☐ No ☐ NA
Gradient
NA ☐
Terrain
7.5 Review of topographical survey by client Yes ☐ No ☐ NA
NA ☐
Pavement composition and conditionsurvey as per
7.6 Yes ☐ No ☐ NA
IRC:SP:19
NA ☐
Geological Survey
7.7 Geological Map of the Area Yes ☐ No ☐ NA
Seismicity NA ☐
Climatic Conditions
Temperature
7.8 Yes ☐ No ☐ NA
Rainfall
NA ☐
Wind
Land Use along the existing alignment
7.9 Map of the Project Area depicting Yes ☐ No ☐ NA
Agricultural/Habitation/Forest Area NA ☐
Details of Existing Structures
7.10 Map of the Project Area depicting Yes ☐ No ☐ NA
Hutments/Buildings/Temples/Public Building/Any Other
NA ☐
Significant Structure
7.11 Inventory and condition survey of culverts Yes ☐ No ☐ NA
NA ☐
7.12 Any other details relevant to the project Yes ☐ No ☐ NA
NA ☐
8 Geotechnical Survey Yes ☐ No ☐ NA
NA ☐
Geo-technical and sub-soil explorations asper IRC:78
8.1 Yes ☐ No ☐ NA
NA ☐
Number of Bore holes dug (holds for everypier and abutment)
8.2 Yes ☐ No ☐
NA ☐
Review of geo-technical and sub-soilexplorations by
8.3 Yes ☐ No ☐ NA
client
NA ☐
324
Field testing, soil sampling, laboratorytesting as per
8.4 Yes ☐ No ☐ NA
IRC:78
NA ☐
Recommendation of Foundation Type andDepth
8.5 Yes ☐ No ☐
NA ☐
325
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
8.6 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
9 Hydraulic & Hydrological Survey Yes ☐ No ☐ NA NA
☐
Hydrological investigations as per IRC:5and IRC: 13
9.1 Yes ☐ No ☐ NA NA
☐
9.2 High Flood Level specified Yes ☐ No ☐ NA NA
☐
9.3 Depth of Water Table specified Yes ☐ No ☐ NA NA
☐
9.4 Ponded Water Level specified Yes ☐ No ☐ NA NA
☐
9.5 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
9.6 Review of Hydrological Survey by the client Yes ☐ No ☐ NA NA
☐
10 Materials Survey Yes ☐ No ☐ NA NA
☐
Materials Survey conducted as perIRC:SP:19
10.1 Yes ☐ No ☐ NA NA
☐
Sources of Naturally Occurring Aggregatesspecified
Details of Borrow Pits withDistance
10.2 from Project Site Yes ☐ No ☐ NA
Cost of Material/Transportation ☐
327
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
12.5 Cost Estimates of alternatives Yes ☐ No ☐ NA NA
☐
12.6 Recommended Alignment with Justification Yes ☐ No ☐ NA
☐
Skew Angle of Proposed AlignmentSpecified
12.7 Yes ☐ No ☐ NA
☐
12.7.1 Environmental impact of each option Yes ☐ No ☐ NA
☐
Review of road geometry and safety foreach
12.7.2 Yes ☐ No ☐ NA NA
option
☐
12.9 Traffic Diversion Route Specified Yes ☐ No ☐ NA NA
☐
12.10 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
Environmental screening/ preliminary
13
environmental assessment Yes ☐ No ☐ NA NA
☐
Analysis basis Initial EnvironmentExamination
13.1 Yes ☐ No ☐ NA NA
in IRC: SP: 19
☐
Recommended feasible mitigationmeasures
13.2 Yes ☐ No ☐ NA NA
☐
Initial social assessment/ preliminary LA
14
resettlement plan Yes ☐ No ☐ NA NA
☐
Analysis basis Initial EnvironmentExamination
14.1 Yes ☐ No ☐ NA NA
in IRC: SP: 19
☐
Details of consultation with potentiallyaffected
14.2 Yes ☐ No ☐ NA NA
persons
☐
14.3 Details of consultation with local NGOs Yes ☐ No ☐ NA NA
☐
Details of consultation with municipal
14.4 Yes ☐ No ☐ NA NA
authorities
☐
14.5 Preliminary resettlement plan Yes ☐ No ☐ NA NA
☐
14.6 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
15 Cost estimates Yes ☐ No ☐ NA NA
☐
15.1 Item rates and rate analysis Yes ☐ No ☐ NA NA
☐
15.2 Escalation Yes ☐ No ☐ NA NA
328
☐
329
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
16.5 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
17 Strip Plan NA
17.1 Details of center line of proposed structure Yes ☐ No ☐ NA NA
☐
17.2 Details of existing RoW Yes ☐ No ☐ NA
☐
17.3 Details of proposed RoW Yes ☐ No ☐ NA
☐
Details about ownership of land to beacquired
17.4 Yes ☐ No ☐ NA NA
☐
Strip plan basis reconnaissance andtopographic
17.5 Yes ☐ No ☐ NA NA
surveys
☐
Strip plan reviewed and approved by theclient
17.6 Yes ☐ No ☐ NA NA
☐
17.7 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
11 Strip plan- additional details added Yes ☐ No ☐ NA NA
☐
Details of centreline, existing structures,road
11.1 Yes ☐ No ☐ NA NA
furniture and other features
☐
11.2 Widening scheme Yes ☐ No ☐ NA NA
☐
New construction/ reconstruction ofstructures
11.3 Yes ☐ No ☐ NA NA
and amenities
☐
11.4 Existing and proposed right of way Yes ☐ No ☐ NA NA
☐
11.5 Clearances impacting each chainage Yes ☐ No ☐ NA NA
☐
330
DPR Checklist – Stage 3 – LA and Clearances I Report (Structures)
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA NA
☐
2 Environment Clearance Yes ☐ No ☐ NA NA
☐
Requirement for environment clearanceidentified
2.1 Yes ☐ No ☐ NA NA
☐
Date/ Details of Initial consultation withcompetent
2.2 Yes ☐ No ☐ NA
authority
☐
Date of submission of draft EIA report/proposal for
2.3 Yes ☐ No ☐ NA NA
clearance
☐
2.4 Review of proposal/ EIA report by client Yes ☐ No ☐ NA NA
☐
3 Forest Clearance Yes ☐ No ☐ NA NA
☐
3.1 Requirement for forest clearance identified Yes ☐ No ☐ NA NA
☐
Date/ Details of initial consultation withcompetent
3.2 Yes ☐ No ☐ NA
authority
☐
Details/cost of trees being felled basisconcerned
3.3 Yes ☐ No ☐ NA
District Forest Office
☐
Date of submission of proposal for forestclearance
3.4 Yes ☐ No ☐ NA NA
☐
3.5 Review of proposal by client Yes ☐ No ☐ NA NA
☐
4 Wildlife Clearance Yes ☐ No ☐ NA NA
☐
4.1 Requirement for wildlife clearance identified Yes ☐ No ☐ NA NA
☐
Date/ Details of initial consultation withcompetent
4.2 Yes ☐ No ☐ NA
authority
☐
331
Details/cost of trees being felled basisconcerned
4.3 Yes ☐ No ☐ NA
District Forest Office
☐
Date of submission of proposal for wildlifeclearance
4.4 Yes ☐ No ☐ NA
☐
4.5 Review of proposal by client Yes ☐ No ☐ NA NA
☐
5 Utility Clearances (Electricity) Yes ☐ No ☐ NA NA
☐
5.1 Identification of overground utilities Yes ☐ No ☐ NA NA
☐
332
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Identification of underground utilities usingGPR, Induction
5.2 Locator or equivalent technologies Yes ☐ No ☐ NA NA
☐
Name/ Details of consultation with localauthority/
5.3 Yes ☐ No ☐ NA
people
☐
Utility relocation plan with existing / proposed location
5.4 showing existing RoWand topographic details Yes ☐ No ☐ NA NA
☐
5.5 Cost for relocation as per authority Yes ☐ No ☐ NA
☐
Date of proposal submission to competentauthority
5.6 Yes ☐ No ☐ NA
☐
Review of utility relocation plan/ proposalby client
5.7 Yes ☐ No ☐ NA NA
☐
6 Utility Clearances (Water) Yes ☐ No ☐ NA NA
☐
6.1 Identification of overground utilities in RoW Yes ☐ No ☐ NA NA
☐
Identification of underground utilities usingGPR, Induction
6.2 Locator or equivalent technologies Yes ☐ No ☐ NA NA
☐
Name/ Details of consultation with localauthority/
6.3 Yes ☐ No ☐ NA
people
☐
Utility relocation plan with existing / proposed location
6.4 showing existing RoWand topographic details Yes ☐ No ☐ NA NA
☐
6.5 Cost for relocation as per authority Yes ☐ No ☐ NA
☐
Date of proposal submission to competentauthority
6.6 Yes ☐ No ☐ NA NA
☐
Review of utility relocation plan/ proposalby client
6.7 Yes ☐ No ☐ NA NA
☐
7 Utility Clearances (Others) Yes ☐ No ☐ NA NA
☐
7.1 Identification of over ground utilities in RoW Yes ☐ No ☐ NA NA
☐
Identification of underground utilities usingGPR, Induction
7.2 Locator or equivalent technologies Yes ☐ No ☐ NA NA
☐
Name/ Details of consultation with localauthority/
7.3 Yes ☐ No ☐ NA
people
☐
333
Utility relocation plan with existing / proposed location
7.4 showing existing RoWand topographic details Yes ☐ No ☐ NA NA
☐
7.5 Cost for relocation as per authority Yes ☐ No ☐ NA
☐
Date of proposal submission to competentauthority
7.6 Yes ☐ No ☐ NA
☐
334
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Review of utility relocation plan/ proposalby client
7.7 Yes ☐ No ☐ NA NA
☐
8 Railway Clearances Yes ☐ No ☐ NA NA
☐
Identification of ROB/ RUB on projectcorridor
8.1 Yes ☐ No ☐ NA NA
☐
8.2 Initial consultation with competent authority Yes ☐ No ☐ NA NA
☐
Date of proposal submission to competentauthority
8.3 Yes ☐ No ☐ NA
☐
8.4 Review of GAD/ proposal by client Yes ☐ No ☐ NA NA
☐
9 Other Clearances Yes ☐ No ☐ NA NA
☐
9.1 Requirement for other clearances identified Yes ☐ No ☐ NA NA
☐
Date of proposal submission to competentauthority
9.2 Yes ☐ No ☐ NA
☐
9.3 Review of proposal by client Yes ☐ No ☐ NA NA
☐
10 Land Acquisition Yes ☐ No ☐ NA NA
☐
Detailed schedule about acquisition oflandholdings as
10.1 Yes ☐ No ☐ NA NA
per land records
☐
10.2 Consultation with affected persons Yes ☐ No ☐ NA NA
☐
10.3 Name/ Details of consultation with NGOs Yes ☐ No ☐ NA
☐
Name/ Details of consultation withconcerned
10.4 Yes ☐ No ☐ NA
government agencies
☐
Total land required, land area already available , land to
10.5 Yes ☐ No ☐ NA
be acquired identified
☐
Review of land acquisition using digitalcadastral map
10.6 Yes ☐ No ☐ NA NA
by client
☐
11 Strip plan- additional details added Yes ☐ No ☐ NA 11
NA ☐
Details of centreline, existing structures, road
11.1 furniture and otherfeatures Yes ☐ No ☐ NA 11.1
NA ☐
335
11.2 Widening scheme Yes ☐ No ☐ NA 11.2
NA ☐
New construction/ reconstruction ofstructures
11.3
and amenities Yes ☐ No ☐ NA 11.3
NA ☐
11.4 Existing and proposed right of way Yes ☐ No ☐ NA 11.4
NA ☐
11.5 Clearances impacting each chainage Yes ☐ No ☐ NA 11.5
NA ☐
12 Conclusions and recommendations Yes ☐ No ☐ NA NA
☐
12.1 Conclusions and recommendations Yes ☐ No ☐ NA NA
☐
336
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Report fulfils project objectives and scopeas per
12.2 Yes ☐ No ☐ NA ☐ NA
RFP
12.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA
Compliance report prepared on client
12.4 Yes ☐ No ☐ NA ☐ NA
observations
337
DPR Checklist – Stage 4 – Detailed Project Report (Structures)
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Project background Yes ☐ No ☐ NA NA
☐
Project description
Existing LC number
1.1 Yes ☐ No ☐ NA
Start and End Chainage
☐
Village/District
Project location map
On State Map
1.2 On District Map Yes ☐ No ☐ NA
Latitude & Longitude Coordinatesof the LC ☐
338
Project impact on residential, commercialand public
2.2 Yes ☐ No ☐ NA NA
properties
☐
2.3 Any other details relevant to the project Yes ☐ No ☐ NA NA
☐
339
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
3 Reconnaissance survey Yes ☐ No ☐ NA
NA ☐
Geometric Features of the Existing Road
Design Speed
Sight distance details
3.1 Yes ☐ No ☐
Horizontal Alignment Details
NA ☐
Vertical Alignment Details
Height of Embankment
Topographical Survey using LiDAR or equivalent technology
as per IRC:SP:19
3.2 Yes ☐ No ☐ NA
Gradient
NA ☐
Terrain
Pavement composition and conditionsurvey as per
3.3 Yes ☐ No ☐ NA
IRC:SP:19
NA ☐
Geological Survey
3.4 Geological Map of the Area Yes ☐ No ☐ NA
Seismicity NA ☐
Climatic Conditions
Temperature
3.5 Yes ☐ No ☐ NA
Rainfall
NA ☐
Wind
Land Use along the existing alignment
3.6 Map of the Project Area depicting Yes ☐ No ☐ NA
Agricultural/Habitation/Forest Area NA ☐
Details of Existing Structures
3.7 Map of the Project Area depicting Yes ☐ No ☐ NA
Hutments/Buildings/Temples/Public Building/Any Other
NA ☐
Significant Structure
3.8 Inventory and condition survey of culverts Yes ☐ No ☐ NA
NA ☐
Geo-technical and sub-soil explorations asper IRC:78
3.9 Yes ☐ No ☐ NA
NA ☐
Number of Bore holes dug (holds for everypier and
3.10 Yes ☐ No ☐
abutment)
NA ☐
Field testing, soil sampling, laboratorytesting as per IRC:
3.11 Yes ☐ No ☐ NA
78
NA ☐
Recommendation of Foundation Type andDepth
3.12 Yes ☐ No ☐
NA ☐
Hydraulic and Hydrological investigationsas per IRC:5
3.13 Yes ☐ No ☐ NA
NA ☐
340
3.14 High Flood Level specified Yes ☐ No ☐ NA
NA ☐
3.15 Depth of Water Table specified Yes ☐ No ☐ NA
NA ☐
341
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
3.16 Ponded Water Level specified Yes ☐ No ☐ NA
NA ☐
Materials Survey conducted as perIRC:SP:19
3.17 Yes ☐ No ☐ NA
NA ☐
Sources of Naturally Occurring Aggregatesspecified
Details of Borrow Pits withDistance from
3.18 Project Site Yes ☐ No ☐
Cost of Material/Transportation NA ☐
342
NA ☐
343
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
6.4 Cost Estimates of alternatives Yes ☐ No ☐ NA
NA ☐
Recommended Alignment withJustification
6.5 Yes ☐ No ☐
NA ☐
Skew Angle of Proposed AlignmentSpecified
6.6 Yes ☐ No ☐
NA ☐
6.7 Traffic Diversion Route Specified Yes ☐ No ☐ NA
NA ☐
6.8 Any other details relevant to the project Yes ☐ No ☐ NA
NA ☐
7 Design Specifications Yes ☐ No ☐ NA
NA ☐
7.1 Number of Lanes Yes ☐ No ☐
NA ☐
Width of ROB
Width of Carriageway
7.2 Width of Safety Kerbs Yes ☐ No ☐
Width of Footpath NA ☐
Any other
Proposed Number of Lanes on ROB in linewith PCU as per
7.3 Yes ☐ No ☐ NA
latest MoRTH guidelines
NA ☐
Proposed Length of the Project
Length of ROB
Length of Viaduct
7.4 Yes ☐ No ☐
Length of RE Wall
NA ☐
Length of Approach Road
Length of Service Road
Span Arrangement
7.5 Span Length Yes ☐ No ☐
Number of Spans NA ☐
Are all spans of standardised length as perRailways
standards (https://ircep.gov.in/RCApproval/)
7.6 If non-standardised, suitablejustification Yes ☐ No ☐ NA
provided NA ☐
344
Details of Proposed Substructure DesignType
Details of Material Use Proposed
7.8 Yes ☐ No ☐ NA
Drawings of Cross-Sections
NA ☐
345
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Details of Proposed Pavement DesignType
Details of Material Use Proposed
Thickness
7.9 Yes ☐ No ☐ NA NA
Design MSA
☐
Drawings of Cross-Sections
346
☐
347
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
12.2 Plan of Railway Portion Yes ☐ No ☐ NA NA
☐
12.3 General Elevation Yes ☐ No ☐ NA NA
☐
General Plan (showing completeROB/RUB
12.4 Yes ☐ No ☐ NA NA
along with diversion)
☐
12.5 Key Plan Yes ☐ No ☐ NA NA
☐
12.6 Cross-Section of Railway Portion Yes ☐ No ☐ NA NA
☐
3D engineered models of:
Existing structure, if any
12.7 Yes ☐ No ☐ NA
Proposed structure
☐
Utilities and other features in RoW
348
Cost Summary Table
2 Cost of Viaduct
Foundation
Substructure
Superstructure
Total-Viaduct
4 Cost of RE Wall
6 Miscellaneous Costs
Cost of Subway
Cost of Toll Plaza
Cost of Culverts
Any Other Costs
349
DPR Checklist – Stage 5 – Technical Schedules (Structures)
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Bid documents- EPC Yes ☐ No ☐ NA ☐ NA
350
DPR Checklist – Stage 6 – LA and Clearances II Report (Structures)
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA NA
☐
2 Environment Clearance Yes ☐ No ☐ NA NA
☐
2.1 Details of public hearings completed Yes ☐ No ☐ NA
☐
Date of final environment clearance bycompetent
2.2 Yes ☐ No ☐ NA
authority
☐
3 Forest Clearance Yes ☐ No ☐ NA NA
☐
Date/ Details of Joint site inspection withDFO/
3.1 Yes ☐ No ☐ NA
competent authority
☐
Date of Stage I forest clearance approvalby
3.2 Yes ☐ No ☐ NA
competent authority
☐
Date of final forest clearance approval bycompetent
3.3 Yes ☐ No ☐ NA
authority
☐
4 Wildlife Clearance Yes ☐ No ☐ NA NA
☐
Date/ Details of joint site inspection withDFO/
4.1 Yes ☐ No ☐ NA
competent authority
☐
Date of final wildlife clearance approval bycompetent
4.2 Yes ☐ No ☐ NA
authority
☐
5 Utility Clearances (Electricity) Yes ☐ No ☐ NA NA
☐
Date/ Details of Joint site inspection withcompetent
5.1 Yes ☐ No ☐ NA
authority
☐
Date of estimate submission by competentauthority
5.2 Yes ☐ No ☐ NA
☐
Date of estimate approval by competentauthority
5.3 Yes ☐ No ☐ NA
☐
351
5.4 Approved utility shifting proposal Yes ☐ No ☐ NA
☐
Details of approved contractors, SoR anddeposit details
5.5 Yes ☐ No ☐ NA NA
for user agency
☐
Utilities checklist, no upgradationcertificate
5.6 Yes ☐ No ☐ NA
attached
☐
Date of estimate submission by competentauthority
6.2 Yes ☐ No ☐ NA
☐
352
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Date of estimate approval by competentauthority
6.3 Yes ☐ No ☐ NA
☐
6.4 Approved utility shifting proposal Yes ☐ No ☐ NA
☐
Details of approved contractors, SoR anddeposit
6.5 Yes ☐ No ☐ NA NA
details for user agency
☐
Utilities checklist, no upgradationcertificate
6.6 Yes ☐ No ☐ NA
attached
☐
Date of estimate submission by competentauthority
7.2 Yes ☐ No ☐ NA
☐
Date of estimate approval by competentauthority
7.3 Yes ☐ No ☐ NA
☐
7.4 Approved utility shifting proposal Yes ☐ No ☐ NA
☐
Details of approved contractors, SoR anddeposit
7.5 Yes ☐ No ☐ NA NA
details for user agency
☐
Utilities checklist, no upgradationcertificate
7.6 Yes ☐ No ☐ NA
attached
☐
Date of final approval of GAD bycompetent
8.2 Yes ☐ No ☐ NA
authority
☐
9 Other Clearances Yes ☐ No ☐ NA NA
☐
Date of final approval by competentauthority
9.1 Yes ☐ No ☐ NA
☐
10 Land Acquisition Yes ☐ No ☐ NA NA
☐
10.1 Draft 3a notification submitted Yes ☐ No ☐ NA NA
☐
10.2 Review of 3a notification by client Yes ☐ No ☐ NA NA
☐
10.3 Date of 3a gazette notification Yes ☐ No ☐ NA
☐
10.4 Draft 3a notification submitted Yes ☐ No ☐ NA NA
☐
10.5 Review of 3A notification by client Yes ☐ No ☐ NA NA
☐
10.6 Date of 3A gazette notification Yes ☐ No ☐ NA
☐
353
Date of Joint Measurement Survey withcompetent
10.7 Yes ☐ No ☐ NA
authority
☐
10.7.1 Date of survey Yes ☐ No ☐ NA NA
☐
10.7.2 Land type –by survey number Yes ☐ No ☐ NA NA
☐
10.7.3 Nature of Land –by survey number Yes ☐ No ☐ NA NA
☐
10.7.4 Ownership status of plots- by surveynumber
Yes ☐ No ☐ NA NA
☐
10.7.5 Verification of area to be acquired – bysurvey
Yes ☐ No ☐ NA NA
number
☐
354
Details/ Specifications
S.No SECTION OF THE REPORT YES/NO/NA Remarks
355
1.1.3 DPR Checklist – Stage 7 – Award determination (Structures)
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA NA
☐
2 Village level summary Yes ☐ No ☐ NA NA
☐
Total private and public land beingacquired
2.1 Yes ☐ No ☐ NA NA
☐
Variation in area and nature of landagainst 3D with
2.2 Yes ☐ No ☐ NA NA
justification
☐
Method used by CALA to arrive ataward
2.3 Yes ☐ No ☐ NA NA
☐
Date of award by CALA and approvalby <Agency>
2.4 along with valuation report
357
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Report reviewed for errors and
4.3 Yes ☐ No ☐ NA ☐ NA
omissions
Compliance report prepared on client
4.4
observations Yes ☐ No ☐ NA ☐ NA
358
1.1.4 DPR Checklist – Stage 8 – Land possession report (Structures)
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA NA
☐
2 Village level summary Yes ☐ No ☐ NA NA
☐
Total private and public land beingacquired
2.1 Yes ☐ No ☐ NA NA
☐
Date of final award by CALA and approvalby <AGENCY>
2.2
359
Compliance report prepared on clientobservations
4.4 Yes ☐ No ☐ NA NA
☐
GIS Map containing digitised details of land parcels
Yes ☐ No ☐ NA
5 acquired with all relevant details NA
☐
360
APPENDIX VIII
DPR Consultant
361
Table of Contents
1 Introduction 293
2 Project overview 294
2.1 Key features of project 294
2.2 Key plan of existing project stretch 296
3 Traffic demands on project road 297
3.1 Traffic volume surveys 297
3.2 Axle load survey 298
3.3 Traffic volume forecast 298
3.4 Turning movement surveys 299
4 Pavement and corridor surveys 300
4.1 Pavement condition and distress seen 300
4.2 Pavement composition 300
4.3 Pavement strength 300
4.4 Sub-grade soil survey 301
5 Improvement proposals 302
5.1 Proposed alignment 302
5.2 Bypasses proposed 302
5.3 Road geometry 303
5.4 Widening scheme 303
5.5 Pavement design 303
5.6 Design of structures 305
5.7 Intersections and grade separators 306
5.8 Toll plazas 306
5.9 Wayside amenities proposed 306
6 Environmental impact assessment 307
6.1 Impact and clearances needed 307
6.2 Cost of environmental mitigation 307
7 Social impact assessment and Land acquisition 308
7.1 Social impact assessment 308
7.2 Land acquisition requirements 308
7.3 Key risks envisaged in land acquisition 308
8 Utilities shifting and clearances 309
8.1 Utilities shifting estimates 309
8.2 Total cost of utilities shifting 309
362
9 Project cost estimates 310
10 Material investigation 311
10.1 Borrow pits for soil 311
10.2 Sand 311
10.3 Gravel 311
10.4 Fly ash 311
10.5 Bitumen 311
10.6 Cement 311
10.7 Other local material available 312
10.8 Key risks 312
10.9 Location of material sources 313
11 Potential for value engineering and innovative technologies 314
12 Economic and financial analysis 315
12.1 Economic analysis of the project 315
12.2 Financial analysis 315
13 Execution plan 317
13.1 Packaging 317
13.2 Bidding mode and timelines 317
13.3 Construction time and planning 317
14 Conclusions and recommendation 318
363
1. Introduction
<Any special circumstances or requests made by the Authority for the project
that affect the consultancy assignment e.g.: <Agency> desired to restructure project
into two packages, bifurcating the project road at Betulnagar, this report has been
revised and resubmitted providing improvement proposals and bid documents
separately for the two stretches>
364
2. Project overview
As described earlier the project road lies on NH xx (previously NH yy) and connects
<origin> with <destination>, passing through the states of <state 1, state 2>. The proposed
project alignment passess through <towns/ junctions a, b, c, d> for a total length of <xx km>.
Attributes Details
NH No Xx (old) Yy (new)
365
Attributes Details
Structures along stretch 69 structures- 3 ROBs, 7 major bridges, 2 flyovers, 9 minor bridges, 16VUP/PUPs and
32 culverts
User amenities along stretch 32 bus shelters, 7 truck lay-byes, and 1 rest area
Key utilities in the proposed RoW 4 km 66 kV UG line with 3 crossings, 30in water main for 7.3 km
Forest Stretches along RoW Xx km of road from <point a> to <point b> crosses <type of forest>
<forest name>
Rail crossings along RoW Railway LC no <x> at chainage yy on the <origin station> to <destinationstation> rail
line at railway chainage zz
Other clearance related aspects <please describe any other clearances that will be required for theproject>
366
2.2. Key plan of existing project stretch
367
3. Traffic demands on project road
For the purposes of traffic projections and lane design, <xx> individual sections of
roadwere considered:
Volume Count
Length
Section Chainages Locations Remarks
(Kms)
Traffic volume surveys for the project road were < available from IHMCL for x
locations> and were carried out at <x> additional locations along the project road
in the month of
<mm/yyyy>. The results are as follows:
Homogenous section 1 1 2
Chainage 45.00 177.00 201.50
Source of data IHMCL Consultant Consultant
Bicycle 47 75 61
2 Wheeler 3320 3288 2630
3 Wheeler 32 47 30
Tractor 24 18 22
Tractor with Trailer 389 385 341
2 Axle SCV 436 386 388
LMV 2 axle 3561 3545 3327
LCV 2 Axle 577 603 563
2 Axle Truck or Bus 908 987 1014
3 Axle Truck or Bus 1142 1062 1086
Multi Axle Vehicles MAV 2033 1962 1994
Oversized Vehicle OSV 2 1 3
368
Cycle 0 0 0
Earth Moving Equipment 0 0 0
AADT (in vehicles) 12471 12359 11459
AADT (in PCUs) 34000 xx xx
Axle load surveys were conducted at <x> locations using <xxxx> to understand
the actual load spectrum of commercial vehicles plying on the prject road. The results
of the load survey, were converted to Vehicle Damage Factor (VDF) using equivalency
factors from <IRCxx> for the purpose of MSA calculations
Traffic volume forecast was developed using the <xx> method and converted to
Million Standard Axles (MSA) for the purposes of pavement design. The cumulative load
in MSA for each section is given as under for various horizon years:
369
3.4. Turning movement surveys
Peak Hour
Total Grade
SL. Existing VolumePCU Peak Intersection
Location Volume separator
No. Chainage Hour type
PCU proposed
17:00 - 3 arm No
1 0.300 xxx 30988 1915
18:00
09:00 - 4 arm No
2 6.200 xxx 28077 1962
10:00
15:00 - 5 arm Yes
3 10.200 xxx 53333 3599
16:00
10:00 - 4 arm Yes
4 28.000 xxx 64315 3884
11:00
370
4. Pavement and corridor surveys
Potholes 28 23 55 0 0
Patching 44 61 1 0 0
Raveling 80 4 22 0 0
<other categories
seen>
<xxx FWD/BBD> was carried out to test the strength of the existing pavement,
and the characteristic deflection values have been calculated for each homogeneous
section of road toenable design of an overlay for the road.
371
Table 9: Strength of existing pavement
Characteristicdeflection
Chainage Distance
Section
Start End Km Mm
1 0.400 2.400 2.000 1.6
2 2.400 10.000 7.600 1.3
X
<other attributes>
372
5. Improvement proposals
The final alignment chosen for the project in consultation with <xx, yy> will <be
along current project road/ pass through xx, yy new towns- short description of
alignment with changes if any>.
Given increasing urban traffic and congestion and the lack of available RoW in
urban areas through the project route, <x> urban areas are proosed to be by-passed in
the proposedproject alignment
Bypass plan
Urban area tobe
Start End Length Key driver for by-pass
bypassed
chainage chainage proposed
Nagar 1 45.000 52.000 21.000 Heavy local traffic of ~10,000 PCUs
in town limits
Xxxx
373
5.3. Road geometry
The project road has been re-designed to accommodate speeds of <xx>, adopted as per
<standard or consultation with <AGENCY> >. Enabling this higher speed will require re-
design and re-alignemnt of the road in certain sections given their <description of poor
geometry>.
Basis traffic information available, level of service requirements and consultation with
<<AGENCY> , local authorities etc.>, the following lane configuration is adopted for the
projectroad:
Basis availability of RoW and land acquisition constraints, a widening scheme has
been proposed that makes optimum use of existing ROW and minimizes need for land
acquisition in urban areas, a summary of which is given below:
375
5.5.2. Design sub-grade strength
Considering the soil investigations conducted in the prject road area, and the
availability of suitable soil in the region, the following sub-grade strength has been
assumed to vary from <xx%> to <yy%> for various sections of the highway
Sub-gradestrength Pavementloading
Design Chainage Layer thickness (mm)
Section
Start End Min % CBR MSA GSB WMM DBM BC xx
1 0.400 2.400 10% 40 200 250 95-125 40
2 2.400 10.000 8%
X
The strengthening requirements for the existing pavement have been estimated
fromt eh deflection measurements and estimated traffic loadings. The designed overlay
proposed isas below:
376
5.5.5. Pavement design for service lanes
Pavement for service lanes is designed for MSA of xx-yy with a design CBR of
~xx%. The composition for the <flexible/rigid> service lane pavement along the project
corridor is as follows:
Sl Construct in New
Structure Existing Dismantle Widen Reconstruct Total
No parallel construction
1 Major bridge 4 1 - 1 2 3 7
2 Minor bridge
3 Flyover
4 Vehicle
overpass
5 Vehicle
underpass
6 Passengerunder
pass
7 Culverts
8 xxx
377
5.7. Intersections and grade separators
Based on the traffic and turning movement surveys conducted, <xx> junctions
have been identified for redesign or grade separation, the details of which are given
below
SL. Existing Est total vol (kPCU) Est Peak HourVol (k PCU)
Location Improvement proposed
No. Chainage
Grade separator
1 10.200 xxx 53333 3599
Grade separator
2 28.000 xxx 64315 3884
Based on the traffic surveys, O-D surveys and layout of project road, <xx> toll
plazas are proposed along the project road:
379
6. Environmental impact assessment
380
7. Social impact assessment and Land acquisition
The existing RoW (x-y m) is <adequate/ in adequate> for the proposed widening
and RoW requirements as required by <<AGENCY> /Authority>. This will lead to the
additional acquisition of <xx>Ha across the states of <states1, 2>, affecting a total of
<yy> villages in <zz> districts. In addition to structures found to be encroaching the
current Row, the required acquisition is poised to affect <xx> residential and <yy>
other structures.
Preliminary interactions have been held with locals to understand their issues
and concerns and help communicate the project plan and its impact on them. The key
concerns oftitle and non-title holders centered around:
<Key issues expressed over and above land being acquired, and
compensation norms>
The state and district wise details and status of land acquisition as on the date
of publishing of this report is as follows:
Private landto be
Total land 3A done, 3D
Village and acquired (Ha) 3A pending 3D
State required(Ha) pending (Ha)
Chainage (Ha) completed
Thane (xx
Maharashtra 137 90 10 70 10
to yy)
Gujarat <aaa> 454 400 20 300 80
Gujarat <bbb> 588 588 60 500 28
Gujarat <ccc> 688 320 80 160 80
A total of <xx cr> is expected to be awarded for the acquisition of land required for
this project. The land acquisition process is underway with a total of <xx> CALAs
appointed, and 90% of land is expected to be in possession by <xx, 20xx>.
Despite the best efforts of the consultant and various lad acquisition teams
working to complete land acquisition, it is envisaged that acquiring possession of the
RoW for some specific sections of the project road may prove to be difficult or be
delayed inordinately. Suchpotential risks are highlighted below:
381
8. Utilities shifting and clearances
Utilities belonging to <x> user agencies have been identified that fall within the
project road ROW and will need to be shifted to enable road construction. Shifting
proposals have been submitted to the user agencies and initial estimates have been
received from the concerned agencies. The process of site inspection, review and
revision of the proposals for utilities shifting is in process.
<To enable better management of utilities and installation going forward, all
utilities are being shifted underground/into a utilitiy corridor/out of the road RoW/
utilities trench isbeing planned as part of construction>
The total cost of utilities shifting for all the utilities identified in the road RoW
is estimated to be <xx cr> with supervision charges of <yy cr> being paid as supervision
chargesto the <z> concerned agencies.
382
9. Project cost estimates
The cost estimates for the project has been carried out based on detailed design,
bill ofquantities, and the schedule of rates for <state/district/authority> of year <xx-yy>.
383
10. Material investigation
Material investigations were carried out to explore the availability and identify
sources of suitable material for the construction of the road.
<include details on additional material sources like construction rubble, moorum etc>
10.2. Sand
Sand is available in <close proximity> of the project site. Test results show that xx
of yy sand sources satisfy the minimum requirement for use in the project.
<Include details of additional potential for sources such as pond bed desilting,
other excavation happening>
10.3. Gravel
Several quarries were identified for sourcing aggregates in the project zone. Xx
of yy quarries were found to be suitable for use in the construction of the road.
<further details ongravel available and suitability for construction>
Fly ash is available in close proximity of the project road due to the presence of
<xx steel plant/power plant>. Test results show that the available fly ash
<satisfies/does not satisfy> the minimum requirement of <specification> to use as
<material for embankment/cement mixture/other layers>. The fly ash available has
density greater than xx g/cc and shows an OCM of xx-yy%. <the fly ash located isnon
plastic>
10.5. Bitumen
10.6. Cement
384
Other local material available
Sl No Material Source
2 Xx xxxx
385
10.8. Location of material sources
386
11. Potential for value engineering and innovative technologies
Throughout the detailed design of the project, several opportunities for value
engineering and introduction of new technology were explored that will help in
reducing the cost of the project or increase quality and longevity of project road. Approval
of these elements as part of the construction design and suitable instructions to all
stakeholders of the project can help significantly lower the projected cost of
construction.
Sl
Value engineering opportunity Potential impact
No
1 Use of inverted pavement with a cement stabilizedbased and 40% reduction in layer thicknessand
granular material in the base layer ~15% reduction in TPC
387
12. Economic and financial analysis
The EIRR and NPV of the project has been carried out using <model/software>
under multiple scenarios, and the project returns <justify/do not justify> construction
given an EIRR of xx in the best case and yy in the worst case.
2. Sensitivity 2: Xx
3. Sensitivity 3: Xx
The results of the base case and sensitivity analysis are presented below:
RUCS HDM 4
Option Sensitivity Case NPV (in millionRs.) NPV (in millionRs.)
EIRR (in %) EIRR (in %)
The projected tollable traffic basis traffic survey and forecasts at the <xx> toll
plazas suggested in year <xx> is given below
1 @ Chainage 45.000
Toll Plaza 2
1
Traffic type Total Tollable
Bicycle 47 0
388
2 Wheeler 3320 0
3 Wheeler 32 0
Tractor 24 0
Tractor with Trailer 389 385
2 Axle SCV 436 386
LMV 2 axle 3561 3545
LCV 2 Axle 577 603
2 Axle Truck or Bus 908 800
3 Axle Truck or Bus 1142 1062
Multi Axle Vehicles MAV 2033 1962
Oversized Vehicle OSV 2 1
Earth Moving Equipment 0 0
AADT (in vehicles) 12471 6500
With the most likely traffic scenario and assumed costs of construction,
maintenance, financing and tolling over the period of the project, the return on equity
at various periods of concession was calculated. Equity IRR for this project will pass
<15%> in year <x> of this project, hence it <is/is not> possible to bid the project
Figure 5: Equity IRR with increasing concession period for project road
389
13. Execution plan
13.1. Packaging
Given the length of the project, the entire project is planned to be bid out in
<xx> packages with <yy> packages.
The authority has proposed to initiate bidding of the project under <bot/epc/ham>
mode <with a grant/premium of xx %>. The tentative timeline for this is:
390
14. Conclusions and recommendation
Table 31: Salient features and key financial aspects of the project road a
Project road
Project road length Xx km
Connecting <origin>- <destination>
On national highway NH No
Proposed features Current road Proposed
Lanes 2 4
Bypasses proposed - 5
Major junctions 5 5
Minor Junctions 18 18
Grade separated interchanges 1 4
Major Bridges 4 6
Minor Bridges 19 21
ROBs 1 3
Culverts 120 200
Vehicle/Pedestrian under/overpasses 16 25
Service roads (kms) 14 32
Slip roads (kms) 8 9
Toll plazas (no) - 2
Bus bays (no) 4 15
Truck lay-byes (no) 2 8
Rest areas (no) 2 6
Financial implications INR Cr/%
Total capital cost 1595
Total project cost 1486
Civil construction cost (incl. contingency) 1249
391
Preconstruction expenses 110
Land acquisition 40
Utilities shifting 30
Rehabilitiation and resettlement costs 20
Other pre-construction expenses 20
Implementation mode proposed BOT (Toll)
Total project cost 1486
Concession period 18 years
<Authority> support (Grant/Premium) 18%
Estimated NPV 50
Project IRR 12%
Equity IRR 15%
392
Appendix-IX
Criteria for rating of DPR Consultants performance in individual NH Projects
PROJECT NAME:
Name of Consultant:
STATE: Names of JV partners/associates with % of Shareholding:
393
Very good 3 typical cross sections,
Good 2 intersections etc.
Poor 0 ii) Extract of relevant
pages of DPR.
Functional Appreciation of functional utility of provisions like 4
utility of service road, footpath, underpass, median
provisions opening,
bus-bay, truck lay-bye etc.
Grading Marks
Excellent 4
Very good 3
Good 2
Poor 0
Cost Variation of project cost with respect to normative 5 i) Self certified
optimization cost. calculation of cost
Percentage Marks based on normative
Excess cost.
≤0% 5
>0%≤5% 3.75
>5%≤10% 2
>10% 0
Category II: Adherence to timelines
Land % delay period in land acquisition [(Actual Date
Acquisition of Submission - Stipulated Submission Date) /
(Stipulated Submission Date in Agreement - Date of
Commencement)]*100
i) 3A 4
Delay Marks
Percentage
0% 4
>0%≤5% 3
>5%≤10%
2
>10% 0
ii) 3D 4
Delay Percentage Marks
0% 4
>0%≤5% 3
>5%≤10% 2
>10% 0
iii) 3G 4
Delay Percentage Marks
0% 4
>0%≤5% 3
>5%≤10% 2
>10% 0
Forest % delay period [(Actual Date of Clearance - 6
Clearance Stipulated Date of Clearance) / (Stipulated
Submission Date in Agreement - Date of
Commencement)] *100
Delay Percentage Marks
0% 6
>0%≤10% 4
>10%≤20% 3
>20% 0
394
Submission of % delay period [(Actual Date of Submission - 3
DPR Stipulate Submission Date) / (Stipulated
Submission Date in Agreement - Date of
Commencement)] *100 in submission of alignment
plan.
Delay Percentage Marks
0% 3
>0%≤10% 2.25
>10%≤20% 1.5
>20% 0
% delay period [(Actual Date of Submission - 3
Stipulate Submission Date) / (Stipulated
Submission Date in Agreement - Date of
Commencement)] *100 in submission of final
feasibility report.
Delay Percentage Marks
0% 3
>0%≤10% 2.25
>10%≤20% 1.5
>20% 0
% delay period [(Actual Date of Submission - 5
Stipulate Submission Date) / (Stipulated
Submission Date in Agreement - Date of
Commencement)] *100 in submission of final DPR
Delay Marks
Percentage
0% 5
>0%≤10% 3.75
>10%≤20% 2.5
>20% 0
GAD Approval % delay period [(Actual Date of approval - 6
Stipulated Date of approval) / (Stipulated
approval Date in Agreement - Date of
Commencement)] *100
Delay Marks
Percentage
0% 6
>0%≤10% 4
>10%≤20% 3
>20% 0
Category III: Overall Project Management
Adverse No of adverse notices issued to the consultant 5
Notices
No Marks
0 5
01-05 3.75
06-10 2.5
>10 0
Key Personnel No of times key personnel deployed in the 10 Self certified
project were changes (Except for reasons other statement with
than unforeseen circumstances e.g. position, dates of
reassignment on some other assignment by replacements done.
competent authority,
health problem developed after signing of
contract)
No Marks
0 10
01-02 7.5
03-04 5
>4 0
100
(Signature)
Name of Consultant's Authorized Representative
395