0% found this document useful (0 votes)
16 views397 pages

Kalwari Bypass DPR Consultancy RFP

Uploaded by

bhattanoop.tes
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
16 views397 pages

Kalwari Bypass DPR Consultancy RFP

Uploaded by

bhattanoop.tes
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 397

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.

REQUEST FOR PROPOSAL (RFP)

November, 2024

Superintending Engineer
National Highway Circle, PWD,
Lucknow – 226001

1
INDEX

Sl. No. Content Page No.


1 Notice Inviting Tender (NIT)
2 Letter of Invitation
3 Annex -I : Details of the Proposed Stretch
4 Annex-II : Procedure of Assessment of Least Cost to <Agency> under special
circumstances
5 Data Sheet
6 Appendix - I : Terms of Reference
7 Supplement -I: Additional Requirements for Hill Roads
8 Supplement - II: Additional Requirements for Bridges
9 Supplement - III : Additional requirement for safety audit
10 Enclosure - I : Manning Schedule
11 Enclosure - II : Qualification Requirements of Key Personnel
12 Enclosure - III: Schedule for Submission of Reports and Documents and format of
submission of reports and documents.
13 Enclosure - IV: Format for submission of reports and documents
14 Appendix – II : Formats for Eligibility
15 Appendix - III : Formats for Technical Proposals
16 Appendix - IV: Formats for Financial Proposals
17 Appendix - V: Detailed Evaluation Criteria
18 Appendix - VI: Draft Contract Agreement
19 Appendix – VII: DPR Checklist for 8 stages [Stage 1: Inception Report, Stage
2: Feasibility Report, Stage 3: LA & Clearances I, Stage 4: Detailed Project
Report, Stage 5: Technical Schedules, Stage 6: LA & Clearances II]: Stage 7:
Award Determination(Structures), Stage 8: Land Possession Report (Structures)
20 Appendix- VIII: Sample Executive Summary of Detailed Project Report
21 Appendix- IX: Criteria for Rating of DPR Consultant

2
OFFICE OF THE SUPERINTENDING ENGINEER
NH-CIRCLE, PWD, LUCKNOW, UTTAR PRADESH
NIRMAN BHAWAN, 96- M.G. MARG, LUCKNOW-226001(U.P.)

No : 3883 /705C(1)-NH Circle/2024-25 Date- 16.11.2024

Notice Inviting Tender (NIT) [3rd Call]


1. Superintending Engineer, NH Circle, PWD, Lucknow (UP) has been assigned the the work 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.

Tentative
S.No. NH No. Section State
Length (Km)

1 2 3 4 5

227A Consultancy Services for Preparation of Detailed Uttar Pradesh 7.00 KM


1
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.

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.

5. Bid must be submitted online at e-tender portal of MoRT&H https://eprocure.gov.in on or before


18.12.2024 at 11:00 Hrs.

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

i) Deadline for downloading of bid : 18.12.2024 a t 11:00 Hrs.


ii) Last date for submission of queries : 09.12.2024
iii) Pre bid meeting : 09.12.2024 a t 12:00 Hrs.
iv) Deadline for Submission of bids : 18.12.2024 at 11:00 Hrs.
3
(Praveen Kumar)
Superintending Engineer

Copy for information & necessary action to:

1. Chief Engineer- Zone-1, MoRTH, New Delhi. (By Email: - zone1morth@gmail.com)


2. Chief Engineer-Regional Officer, MoRTH, Lucknow. (By Email:rolkorth@gmail.com)
3. Chief Engineer (NH) UPPWD, Lucknow. (By Email:cenhpwd@gmail.com)
4. Executive Engineer, NH Division, PWD, Basti for uploading the bid document on web site.
(Email:nhpwdbasti@gmail.com)

Superintending Engineer

4
Letter of Invitation (LOI)

Ref: 3883 / 705C(1)-NH Circle/2024-25 Date- 16.11.2024


Dear Sir,

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.

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 most preferred bidder (H-1) for each package
would be determined on the basis of Quality and Cost as mentioned in the RFP.
Award of work to a Consultant with “a Particular Team” either as sole or as in

5
JV/Association shall be limited to one package only. Joint venture shall not
have more than two firms.

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 Consultant with “a Particular Team” shall be determined on
the basis of least cost to Chief Engineer - Regional Officer MoRTH, Lucknow
considering the financial quote of H-1 bidder and H-2 bidder limited to those
packages, which shall be worked out as per the procedure given in the RFP.
The consultants are hereby invited to submit proposals in the manner
prescribed in the RFP.
1.4 The consultants shall submit proposals either in sole capacity or in JV or in
Association. In case of Joint Venture, the maximum number of Joint Venture
partners is limited to 2 (i.e. one lead + 1 JV partner). The Applicant whether a
sole applicant or joint venture may include an Associate company also. Any
entity which has been barred by the Ministry of Road Transport and Highways
(MORTH) or its implementing agencies for the works of Expressways, National
Highways, ISC and EI Works and the bar subsists as on the date of application,
would not be eligible to submit the bid, either individually or as a member of a
Joint Venture.

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.

1.8 The proposals must be properly signed as detailed below:

1.8.1 i. by the proprietor in case of a proprietary firm


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

6
iv. by the authorized representative in case of Joint Venture.

1.8.2 In case a Joint Venture/Association of firms, the proposal shall be


accompanied by a certified copy of legally binding Memorandum of
Understanding (MOU) on a stamp paper of Rs.100, signed by all firms to the
joint venture confirming the following therein:

i. Date and place of signing

ii. Purpose of Joint Venture/Association (must include the details of contract


works for which the joint venture has been invited to bid)

iii. A clear and definite description of the proposed administrative arrangements


for the management and execution of the assignment. Name of Lead Firm and
other partner of JV should be clearly defined in the MOU

iv. Delineation of duties/ responsibilities and scope of work to be undertaken by


each firm along with resources committed by each partner of the
JV/Association for the proposed services

v. An undertaking that the JV firms are jointly and severally liable to the Employer
for the performance of the services

vi. The authorized representative of the joint venture/Association shall give a


Letter of Association, MOU as in i) to vi above except v, letter of Authorization,
copies of GPA/SPA for the person signing the documents and a certificate of
incorporation.
1.8.3 In case of Joint venture, one of the firms which preferably have relatively
higher experience, will act as the lead firm representing the Joint Venture.
The duties, responsibilities and powers of such lead firm shall be specifically
included in the MOU /agreement. It is expected that the lead partner would be
authorized to incur liabilities and to receive instructions and payments for and
on behalf of the Joint Venture. Payment to be made to the JV can also be made
to the account of the JV. For a JV to be eligible for bidding, the experience of
lead partner and other partner should be as indicated in data sheet.
1.8.4 A firm can bid for a project either as a sole consultant or in the form of joint
venture with other consultant or in association with any other consultant.
However, alternative proposals i.e. one as sole or in JV with other consultant
and another in association / JV with any other consultant for the same package
will be summarily rejected. In such cases, all the involved proposals shall be
rejected.

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

The proposal must be prepared in three parts viz.

Part 1: Proof of eligibility


Part 2: Technical
Proposal Part 3:
Financial Proposal

3.1 Document in support of proof of eligibility

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:

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

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

The above details are to be submitted through INFRACON only.

(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.

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


accompanied by a certified copy of legally binding Memorandum of
Understanding (MOU) on a stamp paper of Rs.100, signed by all firms to the joint
venture/ Association as detailed at para 1.8.2 above.
(viii) Consultants shall comply with the provisions of Integrity Pact (IP) as given in
Form T-12 and the Integrity Pact (IP) duly signed by Authorized signatory shall
be submitted by the Consultant with technical Proposal & shall be part of the
Contract Agreement.

(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.

3.1.2 The minimum essential requirement in respect of eligibility has been


indicated in the data sheet, the proposal found deficient in any respect
ofthese requirements will not be considered for further evaluation.
3.1.3 Requirements with respect to Technical Capacity Provision for maximum number of
consultancy services to be awarded to one consultant:
(i) The maximum number of consultancy services to be awarded to one consultant
will be governed by the following provisions:

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

1 No. of key professionals on full time 4 25 40 60


employment with the consultant
(minimum for last one year)

2 Max. no. of DPR/AE/IE/CSC 8 16 30 50


consultancy assignments to be
awarded to one particular consultant
including ongoing consultancy
services at a time on National
Highways or centrally sponsored road
works of MoRTH including its
executing agencies
3 Max. no. of DPR consultancy assignments to 6 13 24 40
be awarded to one particular consultant
including ongoing consultancy services at a
time on National Highways or centrally
sponsored road works of MoRTH including
its executing agencies out of the total
number in Sl. No. 2
4 Maximum no. of DPR consultancy 3 7 12 20
assignments to be awarded in one financial
year to one particular consultant
including ongoing consultancy services at a
time on National Highways or centrally
sponsored road works of
MoRTH including its executing agencies out
of the total number in Sl. No. 3.

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

(d) Assignments having less than 6 months contract period.

(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.

Sample Illustration for determination of Technical Capacity is given below.


1. Illustration for Determination of Technical Capacity(Sole Applicant)
1 2 3 4 5 6 7
Average No. of Key Max. no. of Maximum no. Total DPR consultancy Remaining
Annual Professionals consultancy of DPR ongoing/ assignments DPR
Turnover of on full time assignments consultancy awarded awarded in CFY consultancy
firm in last rolls (minimum to be assignments consultancy (nos.) assignments
3 FY (from for last one awarded to be assignments that can be
consultancy year) with the to the awarded (nos.) awarded to
services) of consultancy consultant to the the
the firm (sole consultant consultant
consultant applicant) (sole (nos.) in CFY
including applicant)
ongoing including
consultancy ongoing
services at a consultancy
time on services at a
National time on
Highways National
or Highways
centrally or centrally
sponsored sponsored
road works of road works of
MoRTH MoRTH
Including including
its its
executing executing
agencies agencies

11
In one
financial year

Total DPR Total DPR IE/AE/SC


1 2 3A 3B 4 5A 5B 5C 6 7
10 26 8 6 3 6 1 5 1 2*

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

1 No. of key professionals on full time 4 25 40 60


employment with the consultant (minimum
for last one year)

2 Max. no. of DPR/AE/IE/CSC/PMC 8 16 30 50


consultancy assignments to be awarded to
one particular consultant including ongoing
consultancy services at a time on National
Highways or centrally sponsored road
works of MoRTH including its executing
agencies
3 Max. no. of DPR consultancy assignments 6 13 24 40
to be awarded to one particular consultant
including ongoing consultancy services at a
time on National Highways or centrally
sponsored road works of MoRTH including
its executing agencies out of the total
number in Sl. No. 2
4 Maximum no. of DPR consultancy 3 7 12 20
assignments to be awarded in one financial
year to one particular consultant
including ongoing consultancy services at a
time on National Highways or centrally
sponsored road works of MoRTH including
its executing agencies outof the total
number in Sl. No. 3.

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.

Sample Illustration for determination of Technical Capacity is given below.


2. Illustration for Determination of Technical Capacity (Sole Applicant)

(1) (2) (3) (4) (5) (6) (7)


Average No. of Key Max. no. of Maximum no. Total DPR Remaining DPR
Annual Professionals consultancy of ongoing/ consultancy consultancy
Turnover of on full time assignments to DPR awarded assignments assignments that
firm in last rolls (minimum be consultancy consultancy awarded in can be awarded to
3 FY (from for last one awarded to the assignments to assignments CFY (nos.) the
consultancy year) consultant be (nos.) consultant(nos.) in
services) of with the (sole awarded to the CFY
the consultancy applicant) consultant
consultant firm including (sole
ongoing applicant)
consultancy including
services at a ongoing
time on consultancy
National services at a
Highways time on
or centrally National
sponsored Highways
road works of or centrally
MoRTH sponsored
including road works of
its MoRTH
executing including
agencies its

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 Technical Proposal

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:

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


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

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.

The above details are to be submitted through INFRACON only.

iv) Site Appreciation: limited to four A4 size pages in 1.5 space and 12 font
including photographs, if any (Form-T-4).

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


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

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

(b). Geo-technical Investigation

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

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.

3.2.4 CVs of Key Persons:

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.

x. Availability of few key personnel engaged for preparation of Detailed Project


Report for the envisaged project may be ensured during first 3 to 4 months
after start of the civil work at site during the period of survey and review of
DPR by the Supervision consultant/Authority Engineer. For this purpose, payment
shall be made as per actual site deployment of the key personnel at the man
month rates quoted by the firm in their financial proposal.

xi. It may please be noted that in case the requirement of the „Experience‟ of the
firm/consortium as mentioned in the “Proof of Eligibility‟ is met by any foreign
company, their real involvement for the intended project shall be mandatory.
This can be achieved either by including certain man-months input of key
experts belonging to the parent foreign company, or by submitting at least the
draft feasibility report and draft DPR duly reviewed by the parent firm and their
paying visit to the site and interacting with 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).

xii. In case a firm is proposing key personnel from educational/research institutions, a


„No Objection Certificate‟ from the concerned institution should be enclosed
with the CV of the proposed key personnel committing his services for the
instant project.

* This is to be modified as per project requirement.

3.2.5 The technical proposal must not include any financial information.

3.3 Financial Proposal

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.

3.3.4 Consultants are required to charge only rental of equipment(s) / software(s)


use so as to economize in their financial bid.

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.

4.3 The proposal must contain no interlineations or overwriting except as


necessary to correct errors made by the Consultants themselves, in which
cases such corrections 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

5.1 Stage I- Proof of Eligibility

The proposals would be evaluated by a committee constituted by Chief Engineer


- Regional Officer, MoRTH, Lucknow. A three- stage procedure will be adopted in
18
Evaluating the proposal. In the first stage- Proof of Eligibility, it will be
examined as to whether:

i) The proposal is accompanied by proof /transaction receipt of depositing online


document fee.
ii) The firms(s) have required experience
iii) The firms(s) have required turnover
iv) The documents are properly signed by authorized signatories and whether the
proposal contains proper POA as mentioned at para 1.8.1 above.
v) The proposals have been received on/ or before the deadline of submission.
vi) In case a Joint Venture/Association of firms, the proposal shall be accompanied
by a certified copy of legally binding Memorandum of Understanding (MoU) on a
stamp paper of Rs. 100/- signed by all firms to the Joint Venture/Association as
detailed at para 1.8.2 above.
vii) The determination of technical capacity of the bidding consultant shall
be evaluated as per Form-T11 in Appendix-III Formats for technical
proposals.
In case answers to any of the above items is „No‟ the bid shall be declared as non-
responsive and shall not be evaluated further.
A consultant satisfying the minimum eligibility criteria as mentioned
hereinabove and more specifically in Data Sheet shall be construed as
shortlisted for further evaluation of Technical Proposals.

5.2 Stage II- Technical evaluation

In the second stage the Technical proposal shall be evaluated as per the
detailed evaluation criteria given in Data Sheet.

A proposal securing 80 points shall be declared pass in the evaluation

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 Stage III- Evaluation of Financial Proposal

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.

Proposals will finally be ranked according to their combined technical (ST)


and Financial (SF) scores using the weights indicated in the Data Sheet:

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.

5.5 Most Preferred Bidder (H-1).

For a particular package, a Consultant with a “particular Team” having the


maximum Combined score (S) shall be declared as the most preferred bidder (H-1).

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.

6.4 Notwithstanding anything to the contrary contained in this Agreement, the


Parties agree that in the event of failure of the Consultant to provide the
Performance Security in accordance with the provisions of Clause 6.1 and 6.2
within the time specified therein or such extended period as may be provided
by the Authority, in accordance with the provisions of Clause 6.3, all rights,
privileges, claims and entitlements of the Consultant under or arising out of this
Agreement shall be deemed to have been waived by, and to have ceased with the
concurrence of the Consultant and the LoA shall be deemed to have been
withdrawn by mutual agreement of the Parties. Authority may take action to
debar such firms for future projects for a period of 1-2 year.

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:

i) Notice Inviting Tender (NIT)

ii) Request For Proposal (RFP)

iii) Replies to pre-bid queries, if any

iv) Amendments / corrigendum to RFP

v) List of bidders who submitted the bids up to the deadline of submission

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

ix) Final Score of qualified bidders

ix) Name of the bidders who is awarded the Contract

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;

(ii) “fraudulent practice” means a misrepresentation or omission of facts in


order to influence a selection process or the execution of a contract;

(iii) “collusive practices” means a scheme or arrangement between two or more


consultants with or without the knowledge of the Client, designed to establish
prices at artificial, non-competitive levels;

(iv) “coercive practices” means harming or threatening to harm, directly or


indirectly, persons or their property to influence their participation in a
procurement process, or affect the execution of a contract.
(b) will reject a proposal for award if it determines that the Consultant recommended
for award has, directly or through an agent, engaged in corrupt, fraudulent,
collusive or coercive practices in competing for the contract in question;

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

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


submit a proposal.

Thanking you.

Yours Sincerely,

Superintending Engineer,
NH Circle, PWD, Lucknow

Encl. as above

24
ANNEX-1

Details of the stretch proposed for DPR preparation

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.

S. NH No. Section State Tentative Package No. Estimated Cost


No. Length (in (in INR)
km)
1 2 3 4 5 6 7
1 227 A Consultancy Services -
for Preparation of Uttar Pradesh 7.00 KM N/A
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

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


Package no. Name of Consultants and Financial Quotes (Rs in lakhs)
Package-1 P (team-1) Q W X T Y
230 lakhs 200 lakhs 240 lakhs 220 lakhs 200 lakhs 230 lakhs
Package-2 V U(team-1) X P (team-2) T Y
240 lakhs 210 lakhs 240 lakhs 220 lakhs 200 lakhs 230 lakhs
Package-3 V P(team-1) U(team-1) R (team-2) X Y
200 lakhs 230 lakhs 250 lakhs 230 lakhs 220 lakhs 200 lakhs
Package-4 R (team-1) T U (team-2) P (team-2) Y X
250 lakhs 220 lakhs 250 lakhs 260 lakhs 220 lakhs 245 lakhs
Package-5 R (team-1) V S U(team-2) W T
220 lakhs 240 lakhs 260 lakhs 250 lakhs 220 lakhs 240 lakhs
Package-6 Q T S P (team-2) W U (team-2)
210 lakhs 240 lakhs 250 lakhs 220 lakhs 200 lakhs 230 lakhs
Package-7 R (team-1) U (team-1) Q S W Y
200 lakhs 220 lakhs 240 lakhs 255 lakhs 230 lakhs 240 lakhs
Package-8 V R(team-1) W S P (team-1) Y
190 lakhs 250 lakhs 220 lakhs 240 lakhs 255 lakhs 240 lakhs

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

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


Package No. Name of Consultants and Financial Quotes (Rs in lakhs)
Package-2 V U(team-1) X P (team-2) T Y
240 lakhs 210 lakhs 240 lakhs 220 lakhs 200 lakhs 230 lakhs
Package-3 V U(team-1) R (team-2) X Y
200 lakhs 250 lakhs 230 lakhs 220 lakhs 200 lakhs
Package-4 R (team-1) T U (team-2) P (team-2) Y X
250 lakhs 220 lakhs 250 lakhs 260 lakhs 220 lakhs 245 lakhs
Package-5 R (team-1) V S U (team-2) W T
220 lakhs 240 lakhs 260 lakhs 250 lakhs 220 lakhs 240 lakhs
Package-7 R (team-1) U (team-1) S W Y
200 lakhs 220 lakhs 255 lakhs 230 lakhs 240 lakhs
Package-8 V R(team-1) W S Y
190 lakhs 250 lakhs 220 lakhs 240 lakhs 240 lakhs

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

(i) After the award of Package-1 to Consultant –P (team-1) and Package -6 to


Consultant – Q and also considering that a Consultant with a particular team can be
awarded only one work, the details of H-1 and H-2 / New H-2 in the remaining 6

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

H-1 H-2 / New Remarks


H-2
Package-2 V U(team-1)
240 lakhs 210 lakhs
Package-3 V U(team-1) Since Consultant P (Team-1) is awarded
200 lakhs 250 lakhs Package-1, Consultant U (team-1) becomes thenew H-2

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

H-1 H-2 / New Financial Bid of H-2/ NewH-2 Remarks


H-2 minus Financial Bid of H-1

Package-2 V U(team-1) 210-240 = (-) 30 lakhs


240 210 lakhs
lakhs
Package-3 V U(team-1) 250 – 200 = (+) 50 H-2 minus H-1 is Maximum. Hence
lakhs Consultant V shall beawarded Package-3
200 250 lakhs
lakhs

Package-8 V W 220 – 190 = (+) 30


lakhs

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:

H-1 H-2 / New Financial Bid of H-2/ New H-2 Remarks


H-2 minus Financial Bid ofH-1

Package-4 R (team- T 220-250 = (-) 30 lakhs


1)
250 lakhs 220 lakhs
Package-5 R (team- S 260 – 220 = (+) 40 lakhs H-2 minus H-1 is Maximum. Hence Consultant – R
1) (team- 1)shall be awarded Package- 5
220 lakhs 260 lakhs

Package-7 R (team- U (team-1) 220 – 200 = (+) 20 lakhs


1)
200 lakhs 220 lakhs

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

H-1 (New H- H-2 (New Remarks


1) H-2)
Package-2 U(team-1) X Since Consultant V is awarded Package-3 , Consultant U (team-1) becomes
the new H-1and Consultant X becomes the new H-2
210 lakhs 240 lakhs

Package-4 T U (team-2) Since Consultant -R(team-1) is awardedPackage-5 , Consultant T becomes the


new H-1 and Consultant U (team-2) becomes the new H-2
220 lakhs 240 lakhs

Package-7 U (team-1) S Since Consultant R(team-1) is awarded Package-5 , Consultant U (team-1)


becomes the new H-1 and Consultant S becomes the new H-2
220 lakhs 255 lakhs

Package-8 W S Since Consultant V is awarded Package-3 , Consultant W becomes the new


H-1 and Consultant S becomes the new H-2
220 lakhs 240 lakhs

(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

H-1 H-2 / Financial Bid of H-2/ New Remarks


New H-2 H-2 minus Financial Bid ofH-
1
Package-2 U(team- X 240-210 =(+)30 lakhs
1)
210 lakhs 240 lakhs
Package-7 U (team-1) S 255 – 220 = (+) 35 lakhs H-2 minus H-1 is Maximum. Hence Consultant – U (team-
1) shall beawarded Package- 7
220 lakhs 255 lakhs

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

H-1 (New H- H-2 (New Remarks


1) H-2)
Package-2 X A (team- Since Consultant V is awarded Package-3 and Consultant U (team-1) is awarded
2) package- 7 , Consultant X becomes the new H-1 and Consultant P(team-2)
240 lakhs 220 lakhs becomes the new H-2

(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

Package No. Name of Consultants awarded packages


Package-1 Consultant- P (team-1)
Package-2 Consultant- X
Package-3 Consultant- V
Package-4 Consultant- T
Package-5 Consultant- R (team-1)
Package-6 Consultant- Q
Package-7 Consultant- U (team-1)
Package-8 Consultant- W

30
DATA SHEET
I (References to corresponding paragraphs of LOI are mentioned alongside)

1. The Name of the Assignment and description of project as mentioned in Annex-


I (Ref. Para 1.1)

S. NH No. Section State Tentative Package


No. Length No.
( Km)
1 2 3 4 5 6

1 Consultancy Services for


227 A Preparation of Detailed Project
Report (DPR) for Construction Uttar Pradesh 7.000 N.A.
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. The name of the Client is : Chief Engineer(NH), PWD, Lucknow

3. Duration of the Project: Duration of the project 180 days.


* The time period for DPR preparation may be fixed as follows:
Sl. Type of Project Size (km) Duration
1 Widening & upgradation to 2 lanes with paved Upto 50 10
shoulders 50-100 12
>100 15
2 Widening & upgradation to 4/6 lanes with paved Upto 50 12
shoulders from 2L/2L+PS 50-100 15
>100 18
3 Widening & upgradation to 6 lanes with paved Upto 50 10
shoulders from 4L+PS 50-100 12
>100 15
4 Green Field Expressways Upto 50 18
50-100 21
>100 24
5 Stand alone bypass Upto 20 10
>20 12
6 Stand alone bridge/tunnel Duration to be decided for individual cases
depending on size and complexity

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.

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

Date: 09.12.2024

Time: 12:00 Hrs.

31
Venue Superintending Engineer, NH Circle, PWD, Lucknow

32
Pre-proposal conference shall be held through hybrid mode i.e. physical & video conferencing.

5 The Documents are:

i. Appendix-I: Terms of Reference (TOR)

ii. Appendix-II Formats for Proof of Eligibility

iii. Appendix-III: Formats for Technical Proposal

iv. Appendix-IV: Formats for Financial Proposal

v. Appendix-V: Detailed Evaluation Criteria

vi. Appendix –VI Draft Contract Agreement

vii. Appendix –VII DPR Checklist

viii. Appendix –VIIII Sample Executive Summary

ix. Appendix-IX Rating Criteria for DPR Consultant

(Ref. Para 2.1)

6. Deleted

7. Tax and Insurance (Ref. Para 3.3.2)

(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

10. The date, time and Address of proposal submission are

Date 18.12.2024

Time 11:00 Hrs.

Address: (i) SE, NH Circle, PWD, Lucknow


(ii) Chief Engineer (NH), PWD, Lucknow
(Ref. Para 4.4)

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)

Table-1: Minimum Eligibility Requirements

Sr. Minimum experience and performance of Preparation of DPR of Highways Annual


No. / Bridges in the last 7 years (NH/SH/Equivalent) (for past performance attach average
undertaking for any litigation history/ and arbitration). turnover

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

12.2 Second stage technical evaluation (Refer 5.2)

S. No. Description Points


1 Firm's relevant experience in last 7 years 50
Material testing, survey & investigation, equipment and software proposedto be used
2 10

3 Qualification and Relevant experience of the proposed key personnel 40

34
Total 100

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

A. Firm's relevant experience in last 7 years (50)


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

S. No. Description Maximum Sub-


Points Points
1 Specific experience of the DPR consultancy related to the assignment 20
foreligibility
1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane projects 10
1.1.1 > 1 but <=2 the indicative Length of the package applied for 6
1.1.2 >2 but<=3 times the indicative length of the package applied for 7
1.1.3 > 3 but <=4 times the indicative length of the package applied for 8
1.1.4 > 4 but <=5 times the indicative length of the package applied for 9
1.1.5 > 5 times the indicative length of the package applied for 10
1.2 DPR for 2/4/6 laning projects each equal to or more than 40 % of 10
indicative length of a package applied for (or Feasibility Study for 2/4/6
laning projects each equal to or more than 60 % of indicative length of a
package applied for)
1.2.1 1 project 6
1.2.2 2 projects 7
1.2.3 3 projects 8
1.2.4 4 projects 9
1.2.5 ≥ 5 projects 10
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 5
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

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.

3.3.1 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 Highway Professionals * working with the firm 10

4.1 <10 nos. 0

4.2 10-19 nos. 7

4.3 20-29 nos. 8

4.4 > 30 nos. 9

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

5.1.2 > 0 but <=2.5 2.0

5.1.3 >2.5 but<=5 1.5

5.1.4 >5 but<=7.5 1.0

5.1.5 >7.5 but <=10 0.5

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

5.2.2 > 0 but <=4 2.0

5.2.3 >4 but <=8 1.5

5.2.4 >8 but <=12 1.0

5.2.5 >12 but<=16 0.5

5.2.6 >16 0.0

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

5.3.2 >3 but <=6 months 2.0

5.3.3 >6 but <=9 months 1.5

5.3.4 >9 but <=12 months 1.0

5.3.5 >12 months 0.0

5.4 Average use of new materials/waste materials/new technology used in 2.5


last 5 DPRs prepared by the firm as percentage of total cost of civil
works
5.4.1 <=2.5 0.0

5.4.2 >2.5 but <=5 1.0

5.4.3 >5 but <=7.5 1.5

5.4.4 >7.5 but<=10 2.0

5.4.5 >10 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:

S. No. Description Maximum Sub-


Points Points
1 Specific experience of the DPR consultancy related to the assignment for eligibility 15

1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane projects 8


1.1.1 > 1 but <=2 the indicative Length of the package applied for 4
1.1.2 >2 but <=3 times the indicative length of the package applied for 5
1.1.3 > 3 but <= 4 times the indicative length of the package applied for 6
1.1.4 > 4 but <=5 times the indicative length of the package applied for 7
1.1.5 > 5 times the indicative length of the package applied for 8
1.2 DPR for 2/4/6 laning projects each equal to or more than 40 % of indicative length of a package 7
applied for (or Feasibility Study for 2/4/6 laning projects each equal to or more than 60 % of
indicative length of a package applied for)

1.2.1 1 project 3
1.2.2 2 projects 4
1.2.3 3 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:

B. Material testing, survey and investigation, equipment and software


proposed to be used (10)

S. No. Description Maximum Sub-


Points Points
1 Availability of Material Testing Facilities with persons/resources having operational skills of 1
the equipment
1.1 Owned* (Available In House) 1.0
* Shall be ascertained through the ownership evidence uploaded on INFRACON in regard to
major equipment required for testing of materials to be used for construction of Highway
Project.
2 Availability of Field Investigation Facilities with persons/resources having 2
operationalskills of the equipment
2.1 Owned** (Available In House) 2.0
** Shall be ascertained through ownership evidence uploaded on INFRACON for
construction of Highway Project.
3 Availability of Office Equipment and Software with persons/resources having operational 1.5
skills of the equipment
3.1 Owned*** (Available In House) 1.5
*** Shall be ascertained through ownership evidence uploaded on INFRACON for key hardware/software required for Highway
consultancy assignment.
4 Experience in LIDAR or better technology for topographic survey(Infrastructure 3.5
sector)
4.1 1 project 1

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

* Shall be ascertained through the ownership evidence uploaded on INFRACON in


regard to major equipment’s required for testing of materials to be used for
construction of Highway Project.
Note:1- The experience of firm in Lidar or equivalent technology, GPR and
Induction Locator or equivalent technologies and Experience in digitization of
cadastral maps for land acquisition shall be supported by experience certificate.
The experience of a firm in Lidar or equivalent technology, GPR and Induction
Locator or equivalent technologies and Experience in Digitization of cadastral maps
for land acquisition for a private concessionaire/contractor shall be considered only
if the experience certificate is authenticated by the concerned competent
Government department/authority. In case of overseas experience the weightage
to be assigned to the certificate for experience in use of the equipment, a self-
certificate followed by the client certificate may be accepted.
Note:2- In case ownership document of equipment of Consultancy/Associate Firm is
found to be false, the consultancy/ Associate firm, as the case may be, shall be put
on holiday listing (temporary debarment) for a period upto 12 months.
List of minimum essential equipment which the firm must possess for eligibility:
Material Testing Facilities
a. Aggregate testing facility including flakiness index, elongation index, abrasion,
impact,crushing, stripping value etc.
b. Soil testing facility including Atterberg limits, soil classifications, moisture
content, density, CBR value, etc.
Field Investigation Facilities
a. Falling weight deflectometer
b. Roughometer or equivalent / better
c. DGPS and Total station with appropriate software or equivalent / better
d. Drone with LiDAR sensor or better with appropriate processing software
e. Ground Penetrating Radar (GPR), hand held GPS, Laser Distance Measuring Instrument
Office Equipment and Software

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

C. Qualification and relevant experience of the proposed key personnel (40)

The weightage for various key staff is as

under: C-1 Normal Highway Project:

S. No. Key personnel Points


1 Team Leader cum Highway Engineer 12
2 Bridge Engineer 10
3 Highway Engineer 10
4 Traffic / Road Signage / Marking and Safety Expert 8
Total 40

C-2 Standalone Bridge Project:

S. No. Key personnel Points


1 Team Leader cum Bridge Engineer 12
2 Highway Engineer 10
3 Bridge Structural Engineer 10
4 Material cum Geotechnical Engineer 8
Total 40

C-3 Standalone Tunnel Project:

S. No. Key personnel Points


1 Team Leader cum Tunnel Expert 12
2 Tunnel Design Expert 10
3 Geotechnical Engineer 10
4 Geophysicist/Geologist 8
Total 40

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

12.3 Detailed evaluation criteria which is to be used for evaluation of technical


bids is as indicated at Appendix-V.

The Consultant should carryout self-evaluation based on the evaluation


criteria at Appendix-V. While submitting the self-evaluation along with bid,
Consultant shall make references to the documents submitted in their
proposal which have been relied upon in self-evaluation Result of technical
evaluation shall be made available on the website giving opportunity to the
bidders to respond within 7 days in case they have any objection

12.4 Third stage – Evaluation of Financial proposal

Financial Proposals of all Qualified Consultants in accordance with clause 5.2


and 5.3 of Letter of Invitation shall be opened.

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.

The Factors are:

The weight given to Technical Proposal (T) = 0.80


The weight given to Financial Proposal (F) = 0.20

13. The common currency is “Indian Rupee”. (Ref. Para 3.3.3)

Consultant have to quote in Rupees both for domestic Consultant as well as Foreign
Consultants

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


commence the Services within fifteen days of the date of effectiveness of the
contract at locations as required for the project stretch stated in TOR. (Ref.
Para 1.2 of LOI and 2.3 of GCC/SC)

44
APPENDIX-I

TERMS OF REFERENCE (TOR)

(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.

Terms of Reference for Consultancy Services (TOR)

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.

3.1.7 Protection of the acquired RoW against any possible encroachments is


extremely important. Boundary stones be provided at the end of the RoW as
per provisions of IRC: SP:84 and also supplemented as per Circular dated
08.12.2015 issued by MoRT&H. The boundary pillars alone, which are subject
to removal with passage of time, may not be enough to save against
encroachments. As such, the typical cross- section of a Highway Road is being re-
visited separately with the intention of providing permanent features in this behalf.
For a typical RoW of 60 mtrs, starting from one end, these will require the
following:

(a) 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.

(c) Earmark width of 1.5 mtrs for construction of a drain so as to be able to


capture the rainwater flow from the Service Road (wherever provided) and
the main carriageway.

(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

(f) A Mirror Image on the other end.

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.

3.3 Role and Responsibilities at different stages of Land Acquisition

The Consultant in the process of his deliverables, is expected to:

(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.

3.5 The provision of embankments shall be kept minimum so as to save land as


well as earth which are scarce resources. This can be decided on case to case
basis with due deliberations. However, economic considerations may also be
given due weightage before deciding the issue.

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.

4.6 Quality Assurance Plan (QAP)

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.

2. Data formats for report and investigation results

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
of Uttar Pradesh after the commencement of services.

4.7 Review of Data and Documents

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.

4.8. Social Analysis

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 .

4.9 Traffic Surveys

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

4.9.1 Number and Location of Survey Stations

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

Sl. No. Description Number of Survey Stations


1. Classified Traffic Volume Count 3
2. Origin-Destination and Commodity Movement Characteristics Minimum 2

3. Axle Loading Characteristics 2


4. Intersection Volume Count All Major Intersections

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.

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


traffic survey stations shall be finalized in consultation with State PWD Uttar
Pradesh prior to start of the traffic survey.

4.9.2. Classified Traffic Volume Count Survey

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


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

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

(a) Classification of vehicles: better than 95%

(b) Counting of vehicles: better than 98%

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

(a) Classification of vehicles: better than 90%

(b) Counting of vehicles: better than 95%

For verification of above accuracy levels, audit of raw ATCC shall be done
by the consultant on a sampling basis and should submit a certificate in this
regard.

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


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

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

LCV LCV-Passenger LCV-Freight

Truck MCV : 2-Axle Rigid Chassis


HCV : 3-Axle Rigid Chassis
MAV Semi Articulated
Articulated

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

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

4.9.3. Origin Destination and Commodity Movements Surveys

1. The consultants shall carry out 1-day (24 hour, both directions) O-D and
commodity movement surveys at locations finalized in consultation with 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.

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


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

3. The trip matrices shall be worked out for each vehicle type information on
weight for trucks should be summed up by commodity type and the results
tabulated, giving total weight and average weight per truck for the various
commodity types. The sample size for each vehicle type shall be indicated on the
table and also in the graphical representations.

4. The data derived from surveys shall also be analyzed to bring out the lead and
load characteristics and desire line diagrams. The data analysis should also
bring out the requirement for the construction of bypasses.

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.

4.9.4. Turning Movement Surveys

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

2. The methodology for the surveys shall be as per IRC: SP: 41-1994. The details
including location and duration of surveys shall be finalized in consultation with
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.

4.9.5. Axle Load Surveys

1. Axle load surveys in both directions shall be carried out at suitable location(s)
in the project road stretch on a random sample basis normally for trucks only
(both empty and loaded trucks) for 2 normal days - (24 hours) at special count
stations to be finalized in consultation with 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:

1. These shall be conducted to determine if provision of viaduct for


pedestrians/animals is necessary to improve the traffic safety.

2. Consultant shall leverage information from local consultations, inputs from


local governmental/ non-governmental agencies in selecting sites for checking
pedestrian/ animal crossing traffic surveys.

3. Surveys for provision of pedestrian crossings shall minimum be conducted at all


junctions being replaced by grade separators.

4.9.8 Truck Terminal Surveys

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

4.10. Traffic Demand Estimates

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.

2. The values of elasticity of transport demand shall be based on the prevailing


practices in the country. The Consultants shall give complete background
including references for selecting the value of transport demand elasticity.

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.

4. Traffic projections should be based on sound and proven forecasting


techniques. In case traffic demand estimated is to be made on the basis of a
model, the application of the model in the similar situation with the validation
of the results should be established. The traffic projections should also bring
out the possible impact of implementation of any competing facility in the near
59
future. The demand estimates should also take into account the freight and
passenger traffic along the major corridors that may interconnect with the
project. Impact of toll charges on the traffic estimates should be estimated.

5. The methodology for traffic demand estimates described in the preceding


paragraphs is for normal traffic only. In addition to the estimates for normal
traffic, the Consultants shall also work out the estimates for generated, induced
and diverted traffic.

6. The traffic forecasts shall also be made for both diverted and generated traffic.
7. Overall traffic forecast thus made shall form the basis for the design of each
pavement type and other facilities/ancillary works.

4.11. Engineering Surveys and Investigations

4.11.1. Reconnaissance and Alignment

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.

2. The detailed ground reconnaissance may be taken up immediately after the


study of maps and other data. The primary tasks to be accomplished during the
reconnaissance surveys include;

(i). topographical features of the area;


(ii). typical physical features along the existing alignment within and outside ROW
i.e. land use Pattern;
(iii). possible alignment alternatives, vis-a-vis, scheme for the construction of
additional lanes parallel to the existing road;
(iv). realignment requirements including the provision of bypasses, ROBs / Flyovers
and via-duct for pedestrian crossings with possible alignment alternatives;
(v). preliminary identification of improvement requirements including treatments
and measures needed for the cross-roads;
(vi). traffic pattern and preliminary identification of traffic homogenous links;
(vii). sections through congested areas;
(viii). inventory of major aspects including land width, terrain, pavement type,
carriageway type, bridges and structures (type, size and location),
intersections(type, cross-road category, location) urban areas (location, extent),
geologically sensitive areas, environmental features:
(ix). critical areas requiring detailed investigations; and,
(x). Requirements for carrying out supplementary investigations.
(xi). soil (textural classifications) and drainage conditions
(xii). Type and extent of existing utility services along the alignment (within
ROW).

60
(xiii). Typical physical features along the approach roads

Possible bridge locations, land acquisition problems, nature of crossings, likely


lengthof approaches and bridge, firmness of banks, suitability of alignment of
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.

4.11.2. Topographic Surveys

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

(d). Cross section of the highway at every 50 m in drawing format.


(e). Develop a digital elevation/surface model (bare earth model from survey
data) digital terrain model combining topographic data from LiDAR, road
inventory and other available sources of data for use while modeling the
road alignment and road and structure design.
(f). For land based surveys, Mobile LiDAR (Light Detection and Ranging) or
better technology that can meet above requirements shall be adopted. For
aerial based surveys, Aerial Mobile LiDAR (Light Detection and Ranging) or
better technology that can meet above requirements shall be adopted.
Where possible, mobile/terrestrial LiDAR and total station or better studies
should be used to supplement aerial LiDAR for the final alignment chosen.
Aerial based surveys shall be used as the primary source of topographical
data only in cases where a new/green field alignment is being planned
and/or major junctions are being planned where it is necessary to
significantly increase the survey corridor beyond the capabilities of mobile
LiDAR. In shadow areas such as invert levels below culverts, terrestrial
LiDAR shall be used where LiDAR or better technologies cannot survey
accurately, traditional methods of Total Station/ Auto Level shall be used to
complete the study.
(g). In case of mobile LiDAR or better technology, 360 degree panoramic images
of the entire highway length and adjoining areas of interest shall be
submitted. In case of aerial LiDAR or better technology, ortho-images of the
entire highway length and adjoining areas of interest shall be submitted.
(h). The detailed field surveys would essentially include the following activities:
i. Topographic Surveys along the Existing Right of Way (ROW): Carrying
out topographic survey using LiDAR or better technology along the
existing road and realignments, wherever required and properly
referencing the same with reference pillars fixed on either side of the
center-line at safe places within the ROW
ii. The detailed field surveys would essentially include the topographic
surveys along the proposed location of bridge and alignment of
approach road.
iii. The detailed topographic surveys should be carried out along the
approach roads alignment and location of bridge approved by State PWD
Uttar Pradesh.
iv. Collection/ Extraction of details for all features such as structures
(bridges, culverts etc.) utilities, existing roads, electric and telephone
installations (both O/H as well as underground), huts, buildings, fencing
and trees (with girth greater than 0.3metre) oil and gas lines etc.
falling within the extent of survey.

4. The width of survey corridor will generally be as given under:

(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.

8. The surveyed alignment shall be transferred on to the ground as under:

i. Reference Pillar and Bench Mark / Reference pillar of size 15 cm X 15 cm X 45cm


shall be cast in RCC of grade M 15 with a nail fixed in the center of the top surface.
The reference pillar shall be embedded in concrete up to a depth of 30cm with CC
M10 (5 cm wide all around). The balance 15 cm above ground shall be painted yellow.
The spacing shall be 250m apart, incase Bench Mark Pillar coincides with Reference
Pillar, only one of the two need be provided.
ii. Establishing Bench marks at site connected to GTS Bench marks at a interval of
250 meters on Bench mark pillar made of RCC as mentioned above with RL and
BM No. marked on it with red paint.
iii. Boundary Pillars- Wherever the proposed alignment follows the existing
alignment, the boundary pillars shall be fixed by the DPR consultant 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.
Boundary pillars shall be strictly provided as per IRC: 25:1967.

4.11.2.1 Longitudinal and Cross-Sections

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.

3. Consultants shall also develop an as-is map of the road including:

i. Geo-referenced digital map of as-is project highway


ii. Earth surface, road layers, utilities, buildings and trees with feature data
extracted and mapped in layers, marked on the map and tabulated data provided
separately.
iii. All road, surface, sub surface inventory, pavement investigation and soil survey
data to be super-imposed as layers using geo-referencing data
4.11.2.2 Details of utility Services and Other Physical Features

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.

3. The information collected during reconnaissance and field surveys shall be


shown on a strip plan so that the proposed improvements can be appreciated
and the extent of land acquisition with LA schedule, utility removals of each
type etc. assessed and suitable actions can be initiated. Separate strip plan for
each of the services involved shall be prepared for submission to the concerned
agency.

4.11.3. Road and Pavement Investigations

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.

4.11.3.1 Road Inventory Surveys

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:

i. Terrain (flat, rolling, mountainous);


64
ii. Land-use (agricultural, commercial, forest, residential etc) @ every kilometer;
iii. Carriageway width, surfacing type @ every 500m and every change of
feature whichever is earlier;
iv. Shoulder surfacing type and width @ every 500m and every change of
feature whichever is earlier;
v. Sub-grade / local soil type (textural classification) @ every 500m and every
change of feature whichever is earlier;
vi. Horizontal curve; vertical curve
vii. Road intersection type and details, at every occurrence;
viii. Retaining structures and details, at every occurrence;
ix. Location of water bodies (lakes and reservoirs), at every occurrence;
x. Height of embankment or depth of cut @ every 200m and every change of
feature whichever is earlier.
xi. Land width i.e. ROW
xii. Culverts, bridges and other structures (type, size, span arrangement and location)
xiii. Roadside arboriculture
xiv. Existing utility services on either side within ROW. There shall be a provision of
utility corridor for appropriate categories / combination of utilities in the
construction of new 4/6 laning of National Highways. Such structures shall be
located at appropriate location preferably as close to the extreme edge of Right
of Way (RoW). In this connection, guidelines contained in IRC:98 shall be
followed.
xv. General drainage conditions
xvi. Design speed of existing road

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.

4.11.3.2 Pavement Investigation

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)

2. Road and Pavement Condition Surveys

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

 cracking (narrow and wide cracking), % of pavement area affected;


 raveling, % of pavement area affected;
 potholing, % of pavement area affected;
 edge break, length (m); and,
 rut depth, mm

Shoulder Condition

 Paved: Same as for pavement


Unpaved: material loss, rut depth and corrugation,
Edge drop, mm.

Embankment Condition

General condition; and


extent of slope erosion
ii. The objective of the road and pavement condition surveys shall be to identify
defects and sections with similar characteristics. All defects shall be systematically
referenced, recorded and quantified for the purpose of determining the mode of
rehabilitation.
iii. In addition to visual means, the pavement condition surveys shall be carried out
using Network Survey vehicles mounted with equipment’s such as high resolution
cameras, digital laser profilometer, transverse profiler- the data from which
should be geo- referenced using a DGPS receiver and in vehicle data processing
software or equivalent technology to accurately measure the pavement surface
properties covered earlier. This pavement condition survey shall also be used as
a repository for civil work and shall be carried out as per the directions of
MoRT&H/State PWD Uttar Pradesh.
iv. Supplemented by actual measurements and in accordance with the widely
accepted methodology (AASHTO, IRC, OECD, TRL and World Bank Publications)
adapted to meet the study requirements. The measurement of rut depth would
be made using standard straight edges.
v. The shoulder and embankment conditions shall be evaluated by visual means
and the existence of distress modes (cuts, erosion marks, failure, drops) and
extent (none, moderate, frequent and very frequent) of such distress
manifestations would be recorded.
vi. For sections with severe distresses, additional investigations as appropriate
shall be carried out to determine the cause of such distresses.
vii. Middle 200m could be considered as representative sample for each one km. of
road and incase all other things are considered similar.

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

i. The roughness surveys shall be carried out using a network survey


vehicle mounted laser profilometer or better technology with
specifications as described in para 2 above

i (a) In addition, the following criteria should be met by the process of


defect detection:

 Roughness measurement with outputs of both raw longitudinal profiles and


IRI calculation shall be reported at 100m referenced to the preceding LRP.
The roughness must meet ASTM-E950 (equivalent to Class I road profiler).

 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.

4. Pavement Structural Strength

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.

3. The testing for subgrade soil shall include:

(i). in-situ density and moisture content at each test


pit (ii). Field CBR using DCP at each test pit
(iii). Characterization (grain size and Atterberg limits) at each test pit and,
(iv). Laboratory moisture-density characteristics (modified AASHTO compaction);
(v). Laboratory CBR (unsoaked and 4-day soak compacted at three energy levels) and swell.

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.

4.11.4 Investigations for Bridges and Structure

4.11.4.1 Inventory of Bridges, Culverts and Structures

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


viaducts, ROBs/RUB and other grade separated structures, culverts, etc.) along
the road under the project. The inventory for the bridges, viaducts and ROBs
68
shall include the parameters required as per the guidelines of IRC-SP:35. The
inventory of culverts shall be presented in a tabular form covering relevant
physical and hydraulic parameters.

4.11.4.2 Hydraulic and Hydrological Investigations

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.

2. The consultant shall also collect information on observed maximum depth of


scour.
3. In respect of major bridges, history of hydraulic functioning of existing bridge,
if any, under flood situation, general direction of river course through structure,
afflux, extent and 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 design of bridges. The details
of any future planned work that may affect the river hydraulics shall be studied
and considered.

4. The Consultants shall make a desk study of available data on topography


(topographic maps, stereoscopic aerial photography), storm duration, rainfall
statistics, top soil characteristics, vegetation cover etc. so as to assess the
catchment areas and hydraulic parameters for all existing and proposed drainage
provisions. The findings of the desk study would be further supplemented and
augmented by a reconnaissance along the area. All-important hydrological
features shall be noted during this field reconnaissance.

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.

4.11.4.3 Condition Surveys for Bridges, Culverts and Structures

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.

5. Consultant shall carryout necessary surveys and investigations to establish the


remaining service life of each retainable bridge or structure with and without
the proposed strengthening and rehabilitation according to acceptable
international practice in this regard.

4.11.4.4 Geo-technical Investigations and Sub-Soil Exploration

1. The Consultants shall carry out geo-technical investigations and sub-surface


explorations for the proposed Bridges / Road over bridges/ tunnels/ viaducts/
interchanges etc., along high embankments and any other location as necessary
for proper design of the works and conduct all relevant laboratory and field
tests on soil and rock samples. The minimum scope of geo-technical
investigations for bridge and structures shall be as under:

S. Description Location of Boring


No.
1 Overall length = 6 – 30 m One abutment location and at least one intermediate location between abutments
for structures having more than one span

2 Overall length = 30 – 60 m One abutment location and at least one intermediate location between abutments
for structures having more than one span.

3 Overall length >60 m Each abutment and each pier locations.

2. The deviation(s), if any, by the Consultants from the scheme presented above
should be approved by State PWD of Uttar Pradesh.

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

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.

4. Geotechnical Investigations and Sub soil Exploration shall be carried out to


determine the nature and properties of existing strata in bed, banks and
approaches with trial pits and bore hole sections showing the levels, nature and
properties of various strata to a sufficient depth below the level suitable for
foundations, safe intensity of pressure on the foundation strata, proneness of site
to artesian conditions, seismic disturbance and other engineering properties of
soil etc. Geotechnical investigation and Sub-soil Exploration will be done as per
IRC 78.

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.

4.11.5. Material Investigations

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.

“Environment friendly materials”

“As per MORTH circular No. RW /NH-33044/53/2013-S&R(R) dated 20th


November, 2013, alternative pavement materials and technologies for road
construction shall be assessed and compared in the design stage. The
alternative resulting in substantial reduction in GHG emission and with least life
cycle cost shall be recommended for implementation.

Technical and economic feasibility of using industrial byproducts, recyclable


and waste materials shall be assessed depending on their availability in the
concerned region.

2. It is to be ensured that no material shall be used from the right-of-way except


by way of leveling the ground as required from the construction point of view,
or for landscaping and planting of trees etc. or from the cutting of existing
ground for obtaining the required formation levels.
71
3. Environmental restrictions, if any, and feasibility of availability of these sites to
prospective civil works contractors, should be duly taken into account while
selecting new quarry locations.

4. The Consultants shall make suitable recommendations regarding making the


borrow and quarry areas after the exploitation of materials for construction of
works.

5. The Material Investigation aspect shall include preparation and testing of


bituminous mixes for various layers and concrete mixes of different design mix
grades using suitable materials (binders, aggregates, sand filler etc.) as
identified during Material Investigation to conform to latest MoRT&H
specification.
4.12 Detailed Design of Road and Pavements, Bridges, Structures

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.

4.12.2. Design Standards

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.

4.12.3. Geometric Design

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.

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


crossings (viaducts) for large cross traffic of pedestrians and / or animals on the
basis of passenger and animal cross traffic surveys conducted.

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

1. The detailed design of pavement shall involve:

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.

2. The design of pavement shall primarily be based on IRC publications.

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.

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


and cold/hot pavement recycling should be duly considered by the consultant for
achieving economy. The use of technology particularly environment friendly
technology viz. recycling of bituminous mixes, warm mixes and soil stabilization
etc. should be adopted wherever feasible. Clause 519 of the “Specifications for
Road and Bridge Works” (Fifth Revision) covers specifications for recycling of
existing bituminous pavement materials to upgrade the pavements. These
provisions notwithstanding, recycling of existing bituminous materials is yet to
be implemented in most of the State PWD of Uttar Pradesh projects. The
reclaiming and reprocessing of pavement materials involve both design (how the
pavement should be designed using reclaimed materials with the given
properties) and technology (the methods to reclaim and reprocess, equipment,
knowhow and quality) issues. After addressing these issues, the recycling of
pavements will be environmentally and economically better option for
rehabilitation, repair or reconstruction compared to the use of fresh or virgin
materials. Indian Road Congress has published IRC: 120-2015 on “recommended
practice for recycling of bituminous pavements” giving a detailed procedure for
its implementation

7. 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.

4.12.5. Design of Embankments

1. The embankments design should provide for maximum utilization of locally


available materials consistent with economy. Use of fly ash wherever available
with in economical leads must be considered. In accordance with Government
instructions, use of fly ash within 300 km from Thermal Power Stations is
mandatory as per extra ordinary Gazette Notification No. S.O. 254 (E) Part
Section – III – Sub Section (ii) dated 25th January, 2016 and subsequent
amendment, if any of Ministry of Environment, Forest and Climate change, New
Delhi.

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.

4.12.6. Design of Bridges and Structures

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.

4. GAD for bridges/structures across irrigation/water way channels shall be got


approved from the concerned Irrigation/Water way Authorities. Subsequent to
approval of GAD and alignment plan by MoRT&H/ State PWD of Uttar Pradesh,
the Consultants shall prepare detailed design as per IRC codes/guidelines for all
components of the bridges and structures.

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.

6. Dismantling/ reconstruction of existing structures shall be avoided as far as


possible except where considered essential in view of their poor structural
conditions/ inadequacy of the provisions etc.

7. The existing structures having inadequate carriageway width shall be


widened/reconstructed in part or fully as per the latest MoRT&H guidelines.
The Consultant shall furnish the detailed design and working drawings for
carrying out the above improvements.

8. Suitable repair / rehabilitation measures shall be suggested in respect of the


existing structures as per IRC-SP:40 along with their specifications, drawings and
cost estimate in the form of a report. The rehabilitation or reconstruction of the
structures shall be suggested based on broad guidelines for rehabilitation and
strengthening of existing bridges contained in IRC-SP:35 and IRC-SP:40.

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.

4.12.7. Drainage System

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.

3. The designed drainage system should show locations of turnouts/outfall points


with details of outfall structures fitting into natural contours. A separate
drawing sheet covering every 5 km. stretch of road shall be prepared.

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.

5. The rain water harvesting requirements be assessed taking into consideration


the Ministry of Environment & Forest Notification Dt. 14.01.1997 (as amended
on 13.01.1998, 05.01.1999 & 06.11.2000). The construction of rainwater
harvesting structure is mandatory in and around water scarce / crisis areas notified
by the Central Ground Water Board. The provisions for rainwater harvesting be
executed as per the requirements of IRC:SP:42-2014 (Guidelines for Road
Drainage) and IRC:SP:50-2013 (Guidelines on Urban Drainage).

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.

4.12.9. Arboriculture and Landscaping

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.

4.12.12 Miscellaneous Works

1. The Consultants shall make suitable designs and layout for


miscellaneous works including rest areas, bus bays, vehicle parking
areas, telecommunication facilities etc. wherever appropriate.

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.

4.13 Environment and Social Impact Assessment

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.

4.13.1 Environmental Impact Assessment

Environment impact assessment or initial environment examination be carried


out in accordance with ADB‟s Environmental Assessment Requirements of ADB
1998 guidelines for selected infrastructure projects 1993 as amended from
time to time
/World Bank Guidelines / Government of India Guidelines, as applicable

1. The consultant should carry out the preliminary environmental


screening to assess the direct and induced impacts due to the project.
80
2. The consultant shall ensure to document baseline conditions relevant to
the project with the objective to establish the benchmarks.

3. The consultant shall assess the potential significant impacts and


identify the mitigation measures to address these impacts adequately.

4. The consultant shall do the analysis of alternatives incorporating


environmental concerns. This should include with and without scenario
and modification incorporated in the proposed project due to
environment considerations.

5. The consultant shall give special attention to the environmental


enhancement measures in the project for the following:

(a) Cultural property enhancement along the highways


(b) Bus bays and bus shelters including a review of their location,
(c) Highway side landscape and enhancement of the road junctions,
(d) Enhancement of highway side water bodies, and
(e) Redevelopment of the borrow areas located on public land.

6. The consultant shall prepare the bill-of-quantities (BOQ) and technical


specifications for all items of work in such a way that these may be
readily integrated to the construction contracts.

7. The consultant shall establish a suitable monitoring network with regard


to air, water and noise pollution. The consultant will also provide
additional inputs in the areas of performance indicators and monitoring
mechanisms for environmental components during construction and
operational phase of the project.
8. The consultant shall provide the cost of mitigation measures and ensure
that environmental related staffing, training and institutional
requirements are budgeted in project cost.

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.

11. The consultant shall assist in providing appropriate input in preparation


of relevant environment and social sections of BPIP.

12 Provision should be made for Noise Barriers wherever (especially where


project highway passes through dense habitation) required as a
mitigation measure against noise pollution and nuisance. Their location,
dimension, type, material and shapes should be determined and defined
in environment impact assessment studies forming part of DPR.

4.13.2 Social Assessment


1 The consultant would conduct base line socio-economic and census survey to

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

land under various Acts.

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.

 Assessment on the impact of the project on the poor and vulnerable


groups along the project road corridor.
 Based on the identified impacts, developing entitlement matrix for the
project affected people.
 Assessment on social issues such as indigenous people, gender,
HIV/AIDS, labourers including child labour.
 Implementation budgets, sources and timing of funding and schedule of tasks.
 Responsibility of tasks, institutional arrangements and personnel for
delivering entitlement and plans to build institutional capacity.
 Internal and external monitoring plans, key monitoring indicators and
grievance redress mechanism.
 Incorporating any other suggestions of the ADB/ World Bank/ MoRT&H,
till the acceptance of the reports by the ADB/ World Bank/ MoRT&H>

4.13.4 Reporting Requirements of EIA

 The consultant would prepare the stand-alone reports as per the


requirement of the ADB/World Bank /MoRT&H, as applicable, with
contents as per the following:
 Executive Summary
 Description of the Project
 Environmental setting of the project.
 Identification and categorization of the potential impacts (during pre-
construction, construction and operation periods).
 Analysis of alternatives (this would include correlation amongst the
finally selected alternative alignment/routing and designs with the
avoidance and environmental management solutions).
 The public consultation process.
82
 Policy, legal and administrative framework. This would include mechanisms
at the states and national level for operational policies. This would also
include a description of the organizational and implementation
mechanism recommended for this project.
 Typical plan or specific designs for all additional environmental items as
described in the scope of work.
 Incorporating any other as per the suggestions of the ADB/ World Bank /
MoRT&H, till the acceptance of the reports by the ADB/ World Bank/
MoRT&H, as applicable.
 EMP Reports for Contract Package based on uniform methodology and
processes. The consultant will also ensure that the EMP has all the
elements for it to be a legal document. The EMP reports would include
the following:
 Brief description of the project, purpose of the EMP, commitments on
incorporating environmental considerations in the design, construction
and operations phases of the project and institutional arrangements for
implementing the EMP.
 A detailed EMP for construction and operational phases with recourse to
the mitigation measures for all adverse impacts.
 Detailed plans for highway-side tree plantation (as part of the
compensatory afforestation component).
 Environmental enhancement measure would be incorporated.
 Enhancement measures would include items described in the scope of
work and shall be complete with plans, designs, BOQ and technical
specifications.
 Environmental monitoring plans during and after construction including
scaling and measurement techniques for the performance indicators
Selected for monitoring.
 The EMP should be amendable to be included in the contract documents for the
works.
 Incorporating any other as per the suggestions of the ADB/ World Bank/
MoRT&H, till the acceptance of the reports by the ADB/ World Bank
/MoRT&H as applicable.

4.13.5 Reporting requirements of RAP

Analysis on the resettlement plan be conducted based on ADBs Hand Book on


Resettlement, A Guide to Good practice 1998 as amended time to time/ World
Bank Guidelines / Government of India Guidelines, as applicable.

 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 Land Acquisition

5.1.1 Overall program management of all activities pertaining to Land


Acquisition

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

i. Ensure prompt official communication (including delivery of documents and


notifications) between the office of Competent Authority for Land Acquisition
(CALA) and State PWD Uttar Pradesh.

5.1.1.4 Support CALA and Executive Engineer NH Division, PWD, Basti with
manpower and resources CALA throughout land acquisition process

i. Ensure presence of adequate manpower like surveyors, revenue inspectors,


84
assistants, peons, computer operators as required to support CALA, Executive
Engineer NH Division, PWD, Basti, RO in the LA process corresponding to
respective project
ii. Ensure comprehensive quality checks (4 Eye Checks) for all the notifications
prepared before submission in the Bhoomi Rashi portal

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

i. Index Map: Document showing alignment of proposed highway overlaid on a


detailed political map of the region
ii. Alignment plan: Engineering plan detailing relative position of Proposed Right of
Way to existing road, bypasses, realignments significant structures, affected
villages and chainage
iii. MoRT&H project sanction document detailing chainage, length, scheme code and
land acquisition requirements (Total Land Required, Land available, land to be
acquired etc.)

5.1.2.2 Conduct enquiry at Village Administrative Office along approved alignment to


ensure inclusion of all villages

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

i. Conduct an alignment walk-through and ensure details of the ground control


points include village stones, suitable land details and permanent geographical
features are collected
ii. Ensure a minimum of 10 control points are identified and geo-referenced for
every 1 km
iii. Ensure the Geo-location information from the control points are imported into
the GIS system, to aid in superimposition of alignment map and the digitized
village map. Suitable land details and features should also be added to the GIS
system to enable review of individual land parcels.

5.1.3.4 Ensure accurate digitization and projection of village maps on GIS system

i. Consultant should ensure complete digitization of the area containing the


Proposed Right of Way
ii. Where digitized revenue maps are unavailable or are deemed to be insufficient
for the purposes of this project, the consultant shall digitize the survey maps of the
area falling in and surrounding the existing and PROW, keeping the following in
mind:
1. Create digitized maps of individual survey numbers using the procedure used
by the land revenue department to recreate revenue maps such as using
ladder diagrams, grid dimensions etc., using CollabLand software, wherever
possible
2. Input numerical measurements mentioned in the ladder diagram/grid
dimensions/survey boundaries in CollabLand or similar software to ensure
accuracy of digital map
3. Stitch the digitized survey maps to recreate a scaled and digitized village
map depicting all the survey numbers affected by the proposed right of way
iii. Ensure that the digitized map exactly matches the original map like a contact
print and contain all information contained in the original survey map
iv. Ensure an accuracy of 1mm or higher in a scale as per IRC SP 19.
v. In digitization and feature addition, the consultant shall endeavor to follow any
standards, requirements and formats laid down by the relevant state/ central
government agency for land ownership and revenue management or that set by
the authority involved in digitization of land records
1. Where applicable, the consultant shall share back the digitized cadastral
maps in both soft and hard copy with the relevant local agency or state
government

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

5.1.3.7 Accurately identify extent of area encroached by alignment in survey


numbers/sub division numbers using appropriate software (ArcGIS/AutoCAD,
etc) based on the superimposition of the alignment map on the digitized
village map

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

5.1.3.10 Co-ordinate submission of copies of LA plan and Alignment map to CALA


offices through Executive Engineer NH Division, PWD, Basti required for
verification of 3A draft in the format prescribed by the CALA Office
5.1.3.11 Facilitate CALA staff in verification of the draft 3A document

5.1.3.12 Assist CALA staff in preparation of 3A notification, preamble and


forwardingletter to be forwarded to Executive Engineer NH Division, PWD,
Basti

5.1.3.13 Assist Executive Engineer NH Division, PWD, Basti in uploading 3A notification


(as declared by CALA) along with preamble on Bhoomi Rashi

i. Provide computer operators to upload 3A notification on Bhoomi Rashi


ii. Ensure the 3A submitted on Bhoomi Rashi matches the signed copy verbatim and
no changes are made

5.1.3.14 Provide copy of 3A Gazette notification to the office of the CALA on publication
in the Gazette

5.1.3.15 Prepare 3A notification in vernacular language to be sent to newspaper for


3A(3) notification

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

i. Ensure submission of 3A to the Executive Engineer NH Division, PWD, Basti


in prescribed format within 30 days of 3a publication
ii. Ensure publishing of 3A in Gazette by pursuing the same with relevant
stakeholder within 14 days of submission of final 3A to the Executive Engineer
NH Division, PWD, Basti
iii. Provide adequate manpower including but not limited to AutoCAD draftsmen,
liaison officers, computer operators, retired tahsildars, etc. to ensure mandated
timelines aremet
iv. Ensure adequate resources including but not limited to computers, software
licenses, scanner, printer etc. are deployed to ensure mandated timelines are
met

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

5.1.4.3 Provide copies of newspaper publication/ notices of 3C notification to the office


of the CALA
5.1.4.4 Assist CALA staff in receiving and compiling of objections

5.1.4.5 Assist CALA during objection hearings, recording of hearings, ensuring


compliance of corresponding orders and notification of final CALA order to
petitioners

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

5.1.5.2 Ensure laying of boundary pillars in an accurate and expedited manner

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

5.1.5.4 Assist land revenue department in conducting pre-scrutiny

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

5.1.6.2 Co-ordinate submission of copies of 3D draft and scrutinized JMS Statements


to theoffice of the CALA for verification

5.1.6.3 Facilitate CALA staff in verification of the draft 3D version

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

i. Provide computer operators to upload 3D notification on Bhoomirashi


ii. Ensure the 3D submitted on Bhoomirashi matches the signed copy verbatim and
no changes are made

5.1.6.6 Provide copy of 3D Gazette notification to the office of the CALA on publication
in the Gazette

5.1.6.7 Prepare 3D notification in vernacular language to be sent to newspaper

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 Assist the CALA in the declaration of award (3G)

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

5.1.7.3 Provide 1 copy of newspaper notification of 3D and claim invitation to CALA,


Ward, Panchayat, Circle office, police station and Collector office.

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)

5.1.8.4 Co-ordinate collection of certificate of possession from CALA

5.1.9 Publication of Gazette Notifications relating to Land Acquisition:

5.1.9.1 Cost for publication of Gazette Notifications relating to land acquisition in


Newspapers shall be borne by the MoRT&H.

5.2 Utility shifting proposal and estimates

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

2. Deploy ground penetrating radar, inductor locators or better technology to


accurately map the location, type and size of utilities in the ROW of the project
road as required in the section of this TOR

3. Develop a detailed strip plan and digitized maps showing:

i. type, size and current location of all the utilities identified


ii. relative offset from the centerline
iii. existing right of way

5.2.2 Plan for utilities in future road design

1. Consultants need to identify utilities that will require shifting to enable


construction of the proposed project road

2. Incorporate space required for elevated and under-ground utilities corridors


and utilities crossings as required for existing and future utilities in consultation
with user departments

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

3. Prepare necessary details, documents and suggested relocation plan to be


submitted to user department

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

5.2.4 Estimates and approvals

1. Consultants need to obtain draft utilities shifting proposal from user


departments for all utilities identified for shifting along project road

2. Prepare utility shifting cost estimates using latest schedule of rates and obtain
approval from user departments

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


required declarations and submit to State PWD Uttar Pradesh for approval

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

5.3 Estimation of Quantities and Project Costs

1. The Consultants shall prepare detailed estimates for quantities (considering


designs and mass haul diagram) and project cost for the entire project (civil
packages wise), including the cost of environmental and social safeguards
proposed based on MoRT&H‟s Standard Data Book and market rate for the
inputs. The estimation of quantities shall be based on detailed design of various
components of the projects. The estimation of quantities and costs would have
to be worked out separately for civil work Package as defined in this TOR.

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.

3. The project cost estimates so prepared for MoRT&H/ADB/WB projects are to be


checked against rates for similar on-going works in India under MoRT&H/World
Bank/ ADB financed road sector projects.

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.

6.1. Economic Analysis

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:

Scenario – I Base Costs and Base Benefits


Scenario - II Base Costs plus 15% and Base Benefits
Scenario - III Base Costs and Base Benefits minus
15%

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.

6.2 Financial Analysis

6.2.1 Need for financial analysis

1. It is envisaged that project stretches should be implemented in a commercial,


PPP funded format
2. Therefore, the Consultant will need to study the financial viability of the project
under various available commercial formats and suggest a mode of funding and
execution that is most likely to be successful
3. The consultant shall study the financial viability of the project under several
different traffic volume, user fee scenarios and funding options to arrive at the
optimal execution mode and funding modalities

6.2.2 Financial analysis of the project

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.

6.2.3 Outputs from financial analysis

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 Bidding process

6.3.1 Consultant shall assist the authority in preparing the required bid documents and
support the authority through the bidding process

6.3.2 Preparation of documents

95
1. The consultant shall prepare all required bid documents and technical
schedules required for the bidding of the project

2. The Consultants shall prepare separate documents for each type of


contract (EPC/PPP) for each package of the DPR assignment

3. The consultant shall assist authority in reviewing bid documents and in


making any changes required basis their findings or the and finalising bid
documents
4. The consultant shall assist the authority in collecting and providing all
required supporting documents for initiating bid as defined by the SOP for
contracting

5. 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 Uttar Pradesh.
a. To enable this, consultant should study the financial viability and financial
options for the project for modes such as BOT Toll/ Annuity during the
feasibility stage.

6. Provide any and all clarifications required by the authority or other


functionaries such as the financial consultant and legal advisor as
required for the financial appraisal and legal scrutiny of the Project
Highway and Bid Documents.

7. 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.

a. It is suggested that consultant should go through the EPC/ PPP documents of


ministry before bidding the project.

6.3.3 Support during the bidding process

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

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


consultant during all interaction with potential bidders including pre-bid
conference, meetings, site visits etc.

3. During the bid process for a project, the consultant shall support the
authority in:

a. Responding to all pre-bid technical queries


b. Preparation of detailed responses to the written queries raised by the bidders

4. The consultant shall assist MoRT&H/ State PWD Uttar Pradesh and its
functionaries as needed in the evaluation of technical bids

7. Time period for the service

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

1. The Consultants shall be required to form a multi-disciplinary team for this


assignment. The consultants‟ team shall be manned by adequate number of
experts with relevant experience in the execution of similar detailed design
assignments.

2. List of suggested key personnel to be fielded by the consultant with appropriate


man- month of consultancy services is given in Enclosure-I as per client's
assessment.

3. A Manning Schedule for key personnel mentioned above is enclosed as


Enclosure-I along with broad job- description and qualification as Enclosure-II.
The information furnished in Enclosures-I & II are to assist the Consultants to
understand the client‟s perception about these requirements and shall be taken
by the Consultants for the purpose of Financial Proposal and deployment schedule
etc. in technical proposal to be submitted by them. Any deviation proposed may be
recorded in the comments on TOR. All the key personnel mentioned will be
evaluated at the time of evaluation of technical proposal. Consultants are advised
in their own interest to frame the technical proposal in an objective manner as
far as possible so that these could be properly assessed in respect of points to
be given as part of evaluation criteria as mentioned in Data sheet. The bio-data
of the key personnel should be signed on every sheet by the personnel
concerned and the last sheet of each bio-data should also be signed by the
authorizedsignatory of the Consultants.

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.

No Stage Key activities Report/deliverable submitted


1 Inception Project planning and mobilization Inception Report and QAP
2 Feasibility Alignment finalization, preliminarysurveys Alignment Options Report and
Feasibility Report
3 LA and Clearances I LA, utilities identification; creation ofdraft Strip Plan, LA Report (3a, 3A),
notifications and proposals Clearances and Utility Shifting
proposals
4 DPR Detailed design of highway, preparation Draft DPR Report, Final DPR Report,
of detailed project report with drawings documents and drawings

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

7 LA III- Award Land acquisition award determination 3G Report


Determination
8 LA IV- Possession Obtaining possession of land Land Possession Report

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

For stages 7 and 8 consultant will be required to submit a report at the


completion of 90% of the activities for that stage. In addition, an updated
report will need to be submitted at the completion of all land acquisition
activities covering receipt of 100% of the land possession certificates for the land
parcels pertaining to the project road.

9.3 Timelines for the submission of reports and documents

Consultant shall be required to complete, to the satisfaction of the client, all


the different stages of study within the time frame indicated in the schedule of
submission in para 10 pertaining to Reports and Documents for becoming eligible
for payment for any part of the next stage.

10 Reports and Documents to be submitted by the Consultant to MoRT&H/ State PWD


Uttar Pradesh.

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.

3. DPR Deliverables in each stage of project

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

3. Consultants are also advised to refer to ENCLOSURE-IV

4. Formats for submission of Reports and Documents to understand any


additionalformat and content requirements

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)

1. The report shall cover the following major aspects:

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

2. The requirements, if any, for the construction of bypasses should be identified


on the basis of data derived from reconnaissance and traffic studies. The
available alignment options should be worked out on the basis of available
maps. The most appropriate alignment option for bypasses should be identified
on the basis of site conditions and techno-economic considerations. Inception
Report should include the details regarding these aspects concerning the
construction of bypasses for approval by MoRT&H/ State PWD Uttar Pradesh.

i. Bypasses should be identified on the basis of data derived from reconnaissance


and initial traffic information/traffic studies
ii. The available alignment options should be worked out on the basis of available
topographic maps, publicly available mapping services or remote sensing based
topography and land use maps
iii. The most appropriate alignment option for bypasses should be identified on the
basis of site conditions and techno-economic considerations

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

2. Alignment options should include but not be limited to:

(i) Greenfield sections of the road


(ii) New alignments due to lack of RoW, opportunity to shorten road etc.
(iii) New/Re-alignment to cater to local traffic and o-d points
(iv) Re-alignment due to changes in local network and/or surrounding road network
(v) Bypasses as suggested and approved in alignment report
(vi) Re-alignment due to need to improve road geometry
(vii) Provision of ROBs, flyovers and other structures

3. The alignment report shall contain:

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

a. Consultant will enable authority to visualize and compare alignment options


by providing alignment options in a GIS environment that should include, but
not be limited to:

i. Road alignment alternative centerlines


ii. Digital elevation model of the region
iii. Land use / land cover information
iv. Hydrology information
v. Surrounding road network including key NH, SH, MDR and ODRs
vi. Key O/D points and urban settlements
vii. High resolution satellite/airborne imagery of the region

10.4 Feasibility Report

1. The consultant shall commence the Feasibility Study of the project in


accordance withthe accepted IR and the report shall contain the following:

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:

i. Technical Specifications: The MORT&H‟s Technical Specifications for Road and


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

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.

4. The Final Feasibility Study Report incorporating comments, revisions and


modifications suggested by MoRT&H/ State PWD Uttar Pradesh shall be submitted
within 15 days of receipt of comments from MoRT&H/ State PWD Uttar Pradesh on
draft feasibility study 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:

i. Kilometre-wise Land Acquisition Plan (LAP) and schedule of ownership


thereof and Costs as per Revenue Authorities and also based on realistic
rates.
ii. Details of properties, such as buildings and structures falling within the
right- of way and costs of acquisition based on realistic rates.
iii. Kilometre-wise Utility Relocation Plan (URP) and costs for relocation per
civil construction package as per concerned authorities.
iv. Kilometre-wise account in regard to felling of trees of different type and
girth and value estimate of such trees based on realistic rates
obtainable from concerned District forest office.

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.

3. The Land Acquisition Plan shall be prepared after digitization of cadastral/land


revenue maps as per clause of this TOR

i. Land parcels identification should be verified by superimposing the proposed


road corridor RoW on the geo-located cadastral map to ensure all affected land
parcels have been accounted for and land area to be acquired is accurately
determined

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

i. All required details on land parcels to be acquired


ii. Copies draft 3a and 3A notifications and approvals from MoRT&H
iii. Copies of published notifications, communication with CALAs and current status
land acquisition process
iv. Village, district and CALA wise summary of land to be acquired, current
status ofprocess and notifications published

6. The estimated cost of land acquisition shall invariably be worked out


realistically for all projects before finalization of 3(D) notifications for
publication so as enable taking a conscious decision regarding the feasibility of
acquiring the land or exploring of other alternatives (such as following alternative
alignments, etc.).

7. The land acquisition report should be prepared in consultation with affected


persons, non-governmental organisations and concerned government agencies
and should cover land acquisition and resettlement plan and estimated costs of
resettlement andrehabilitation of affected persons.
10.7 Utility relocation plan

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

2. The utility relocation shall contain details regarding:

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

10.8 Clearances report

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

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


clearances required presented along with the strip plan including, but not
limited to:

i. Requirements for environmental clearances along the project corridor


ii. Requirements for forest clearances including type of forest affected, extent of
land area needing diversion
iii. Account of required felling of trees of different type and girth and value
estimate ofsuch trees based on realistic rates obtainable from concerned District
forest office
iv. Plan of compensating afforestation, its land requirement with specific
locations andcost involved for undertaking all activities in this regard.
v. Requirements for wildlife clearances
vi. Requirements for CRZ clearances
vii. ROB/RUBs along the project corridor to be constructed, widened or modified in
anyform requiring clearances from the railways
viii. Clearances from Irrigation Authorities regarding Irrigation structures, etc.

3. The clearances report shall also include:

i. Details of proposals made to concerned agencies and departments

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)

1. The draft DPR Submission shall consist of construction package-wise Main


Report, Design Report, Materials Report, Engineering Report, Drainage Design
Report, Economic and Financial Analysis Report, Environmental Assessment
Report including Resettlement Action Plan (RAP), Package-wise bid Documents
and Drawings.

2. The Report volumes shall be submitted as tabulated in para 10 above.

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

Reports

i. Volume-I, Main Report: This report will present the project


background, social analysis of the project, details of surveys and
investigations carried out, analysis and interpretation of survey and
investigation data, traffic studies and demand forecasts designs, cost
estimation, environmental aspects, economic and commercial analyses
and conclusions. The report shall include Executive Summary giving brief
accounts of the findings of the study and recommendations. A sample
executive summary has been enclosed in Appendix VIII.

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.

iv. Volume - IV, Environmental Assessment Report including Environmental


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

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


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

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:

 Horizontal Alignment and Longitudinal Profile.


 Cross-section @ 50m interval along the alignment within ROW
 Typical Cross-Sections with details of pavement structure.
 Detailed Working Drawings for individual Culverts and Cross Drainage
Structures.
 Detailed Working Drawings for individual Bridges, tunnels and Structures.
 Detailed Drawings for Improvement of At-Grade and Grade-Separated
 Intersections and Interchanges.
 Drawings for Road Sign, Markings, Toll Plazas, and other Facilities.
 Schematic Diagrams (linear chart) indicating but be not limited to be following:
 Widening scheme;
 Locations of median openings, intersections, interchanges, underpasses,
overpasses, bypasses;
 Locations of service roads;
 Location of traffic signals, traffic signs, road markings, safety features; and,
 Locations of toll plaza, parking areas, weighing stations, bus bays, rest
areas, if any.
 Drawings for toll plaza, Bus Bays, Parking areas, Rest areas, weighing stations
etc. All drawings will be prepared in A2 size sheets. The format for plan,
cross section and profile drawings shall be finalized in consultation with the
concerned MoRT&H/ State PWD Uttar Pradesh officers. The drawings shall
also include details of all BM and reference pillars, HIP and VIP. The co-
ordinates of all points should be referenced to a common datum,
preferably GTS referencing system. The drawings shall also include the
locations of all traffic safety features including traffic signals, signs,
markings, crash barriers, delineators and rest areas, busbays, parking areas
etc.
 The typical cross-section drawings should indicate the scheme for future
widening of the carriageway. The proposed cross-sections of road segment
passing through urban areas should indicate the provisions for pedestrian
movements and suitable measures for surface and sub-surface drainage and
lighting, as required.
 Digital drawings of proposed highway and features

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

(x) Volume X, Drainage Plan:


 DPRs should be submitted in two volumes (Main and Drainage Plan separately). The
DPR should have proper drainage plan prepared on basis of contours of the area,
outlet availability and discharge requirements including discharge at the outfall from
drains of local bodies.
 Preferably underground drains with well sized and well-spaced manholes may be
provided to take care of cleaning. Wherever possible self- cleaning cross-section of
drains may be adopted.

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.

4. The draft Detailed Project report of specialized projects will be scrutinized by


the Peer Review consultant appointed by MoRT&H/ State PWD Uttar Pradesh .The
peer Review Consultant will be retired professional in the field, drawn from the
various Central/State Highway/Road Work departments having adequate
knowledge in the field. One professional will be earmarked from the standing
panel of Peer Review consultant approved by MoRT&H/ State PWD Uttar Pradesh for
each DPR. The Peer Review consultant will scrutinize the draft DPR within 15
days of submission and the observations will be complied with and incorporated in
the final DPR.

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

1. The Final package-wise DPR consisting of Main Report, Design Report, Drainage
Design Report and Materials Report, incorporating all revisions deemed relevant
following receipt of the comments from 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

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


from the Master Contract/Concession Agreement maintained by the authority
with all required modifications and inclusions made with reference to the
b. The agreement submitted shall contain all required technical schedules updated
with the pertinent project details and data required
c. Draft agreement and schedules shall be finalised in consultation with the authority
and submitted for further processing and use with the contractor/concessionaire
awarded the bid packages

109
STAGE: 6
10.12 LA & Clearances II

Report Land acquisition

report II

1. The consultant shall prepare and submit a second report on Land


Acquisition providing details of further land acquisition activity, relevant
documentation and notifications until 3D and report the outcomes of the
joint measurement survey

2. The land acquisition report shall contain:

i. Current status of land acquisition at a village, district and CALA level


ii. Dates and details of all land acquisition related notifications published,
proceedings/hearings held and objections raised
iii. Draft, final (as declared by CALA where applicable) and published 3a, 3A
and 3Dnotifications
iv. Date of joint measurement survey by village, key proceedings and outcomes
v. Detailed schedule of information regarding land to be acquired with
information on land area, land type, nature of land use, ownership status,
and area to be acquired by survey number and list of structures by plot
vi. The report shall also contain updated sketches of alignment, updated land
parcels to be acquired
vii. All relevant information in this report shall be verified by the consultant with
the land revenue department, and CALA office

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

3. The accompanying report on clearances shall include:

i. An updated list of all clearances required, current status, expected


completion date in case the clearance is pending, key issues and suggested
next steps
ii. Details of all public hearings, consultations and meetings conducted in the
process of obtaining the required clearances
iii. Date/details of proposals submitted and estimated date for issue of clearances
iv. Date and details of all joint measurement and site inspection surveys completed
v. Date of final approval of clearances if any
vi. Copies of all clearances obtained

Utilities Report II
1. Consultant shall obtain final utility clearances from the relevant user
agenciesto enable shifting of the utilities from project road

2. A report shall be submitted on the final completion status and costs of


utilities shifting along with other final clearances and land acquisition II
report

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


utilities shifting: type and extent of utility, length of road affected,
chainage, user agency, point of contact and approver at agency, date of
approval at agency and MoRT&H/ State PWD Uttar Pradesh, shifting
estimate, agency/super vision fees, executing agency – user agency or
MoRT&H/ State PWD Uttar Pradesh

4. In addition, for each utility to be shifted, the report shall contain:

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

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


MoRT&H/ State PWD Uttar Pradesh of award declared for 90% of area as per
LA plan or as per thetimeline as given in Enclosure III, whichever is
earlier

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


required details upon approval of award by MoRT&H/ State PWD Uttar
Pradesh of 100% of land required to be acquired

c. The Land award report shall contain details of:

i. Summary of compensation award status by village including:


1. total private and public land being acquired for the project (sq. m) - by village
2. date of 3A& 3D, final award by CALA, approval by <Agency> by village
3. variation of land area and nature of land use against that notified in 3D
with reasons
4. Total award declared by village, claims made by beneficiaries and status
of disbursement
ii. In detail for each village:
1. Updated land acquisition tracker containing parcel-wise status of each
notification, award and disbursement
2. Method used by CALA for arrival on market value
3. Valuation report and details of Award calculation
4. Claims report (received under sub-section 3 of 3G)
5. Copies of notifications published, certificates received
6. Deviations in area according to CALA from provisions under sec. 26-30
iii. Key issues being faced in completing land acquisition and tentative
timeline forcompletion
iv. A GIS map containing digitised details of land parcels shall be updated
with allrelevant land possession details and supplied in the agreed digital
format

112
10.14 Submission of land possession report

a) The consultant shall submit a report on status of land possession upon


receiving land possession certificates for 90% of area as per LA plan or as
perthe timeline as given in Enclosure III, whichever is earlier

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


required details upon completion of 100% of land possession certificates

c) The land possession report shall contain

i. Summary of land possession status by village including:

 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

 Status of disbursement on the date of receipt of land possession certificate

ii. Key issues being faced in completing land acquisition and tentative
timeline forcompletion

iii. Land possession certificates as received from CALA by village


iv. Updated land acquisition tracker containing parcel-wise status of each
notification and disbursement status

v. A GIS map containing digitised details of land parcels shall be updated


with allrelevant land possession details and supplied in the agreed digital
format

11. Interaction with MoRT&H/ State PWD Uttar Pradesh

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. The Consultant will be paid consultancy fee as a percentage of the contract


values as per the schedule given in the Draft Contract Agreement.

13. Data and Software

1. 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

b. If required by MoRT&H/ State PWD Uttar Pradesh the consultant shall


arrange at their own costnecessary software for viewing and
measurement of imagery/ point cloud data.

i. Engineering Investigations and Traffic Studies: Road Inventory, Condition,


Roughness, Test Pit (Pavement composition), Falling Weight Deflectometer
(FWD) Material Investigation including test results for subgrade soils, Traffic
Studies(traffic surveys), axle load surveys, Sub-soil Exploration, Drainage
Inventory, Inventory data for bridge and culverts indicating rehabilitation,
new construction requirement etc. in MS EXCEL or any other format which
could be imported to widely used utility packages.

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

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

iv. Economic and Financial Analysis

2. Software: 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

Sr. Clause No. Additional points


No. of TOR
1. 2.2 a) Provisions of tunnels if required.

2. 2.3 a) Design of tunnels, if required


b) Design of protective works, slope stabilization measures, erosion control measures, land
slide control/protection measures snow drift control/snow clearance measures, avalanche
protection measures, if required
3. 3 Feasibility study and preparation of detailed project report for hill roads shall be done in
accordance with best international practices and wherever practicable/feasible steep
gradients and hair pin bends may be avoided by realignments by provision of structures and
provision of tunnels if required
4. 4.1 a) Inventory and condition survey for tunnels, if required.
b) Identification of faults in rock strata and impact of faults in design of tunnels, if required
c) Detailed design of road considering and incorporating specific aspects related to hill region
like terrain, topographic conditions, extreme weather conditions, altitude effects etc.
d) Design of protective works, slope stabilization measures, erosion control measures, land
slide control/protection measures, snow drift control/snow clearance measures, avalanche
protection measures, if required
e) Design of scenic overlooks/watering points etc.

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.

6. 4.7 Review of data and documents pertaining to


a) Terrain and soil condition
b) Condition of tunnels, if required.
c) Sub-surface and geo-technical data for existing tunnels, if required.
d) Drawing and details of existing tunnels, if required.
e) Existing protective works, erosion control and land slide control/protection works, slope
stabilization measures, snow drift control measures, avalanche protection measures
f) Existing land slide and snow clearance facilities
g) Geological details of rock strata in the area in case of tunnels

7. 4.11.1(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.

10. 4.11.3.1 (1) The inventory data shall also include:


a) General elevation of road indicating maximum & minimum heights negotiated by main ascents
& descents and total no. of ascents & descents.
b) Details of road gradients, lengths of gentle & steep slopes, lengths & location of stretches in
unstable areas, areas with cliffs, areas with loose rocks, land slide prone areas, snow drift prone
areas, no. & location of hairpin bends etc.
c) Details of tunnels
d) Details & types of protective structures, erosion & land slide control/protection measures,
snow drift control measures, avalanche protection/control measures etc.
11. 4.11.3.2 (2) Pavement:
a) Location of crust failures along with their causes
b) Conditions of camber/cross falls/super elevations etc., whether affected bysubsidence
Embankment: Extent of slope erosion on hill and valley side

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.

24. 10.9.3 Volume II: Design Report (Part II)


Part II of Design Report shall also deal with design of tunnels, if required anddesign of other
protection/control structures.
Volume IX: Drawing VolumeThis shall also include
:
a) Detailed working drawings for tunnels, if required.
b) Detailed working drawings for protection/control structures

118
SUPPLEMENT-II
ADDITIONAL REQUIREMENTS FOR BRIDGES

Sr. Clause No.of Additional points


No. TOR
1 4.1 For standalone bridge projects the scope of work shall include detailed design of approach
road extending at least up to 2 km on either side ofthe bridge

1. 4.11.4.2(6) Model Studies for Bridges


1. Objective
Physical/ Mathematical Model study for detailed Hydraulic / Hydrologic investigations
regarding the proposed bridge for hydraulic design of the bridge and assessment and
hydraulic design of required river training works.
2. Methodology
Physical/Mathematical Model study shall be carried out at a reputed/recognized
institution. The consultant will be responsible for identifying the institution, supplying
Information /Documents /Data required for modal studies as indicated in para 4 below and
coordinating the model study with the institution concerned
3. Scope of Work
3.1 Physical Model study
Physical modeling with appropriate model scale for Hydraulic and HydrologicInvestigations to:
i) Finalize span arrangement causing uniformity in flow distribution, and workout the alignment
and orientation of river training works and bridge axis.
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, extent and 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.
3.2 Mathematical Model study
Mathematical modeling for detailed Hydraulic / Hydrologic investigationsregarding the
proposed new bridge to:
i) Finalize the site/location of the proposed new bridge based on mathematical modeling.

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.

Stage F-During Feasibility Study

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

A1 : General Departures from standards


Cross-sectional variation
Drainage
Climatic conditions
Landscaping
Services apparatus
Lay-byes
Footpath
Pedestrian crossings
Access (minimize number of private accesses)
Emergency vehicles
Public Transport
Future widening
Staging of contracts
Adjacent development
A2 : Local Alignment Visibility
New/Existing road interface
Safety Aids on steep hills
A3 : Junctions Minimise potential conflicts

121
122
123
124
ENCLOSURE-I

Normal Highway Project

MANNING SCHEDULE

Sr. Key Personnel Total Project Assignment 180 days*


No
At site (man At design office(man Total Time Period
month) month) (man month)
1 Team Leader Cum Senior Highway Engineer 4 2 6
2 Senior Bridge Engineer 2 2 4
3 Highway cum Pavement Engineer 3 3 6
4 Material-cum-Geo-technical Engineer – 4 2 6
Geologist
5 Senior Survey Engineer 2 2 4
6 Traffic and Safety expert 3 1 4
7 Environmental Specialist 2 1 3
8 Quantity Surveyor / Documentation Expert 3 3 6
9 Land Acquisition Expert 4 2 6
10 Utility Expert 2 1 3
Total 29 19 48
* For other duration of the Projects, it should be modify accordingly.
1. Consultants have to provide a certificate that all the key personnel as envisaged
in the Contract Agreement have been actually deployed in the projects. They
have to furnish the certificate at the time of submission of their bills to MoRT&H/
State PWD Uttar Pradesh from time to time.

2. The requirement of tunnel/s is to be assessed strictly as per site requirement


duringthe detailed study after mobilisation of Consultant on site.

In case Tunnels are to be constructed, necessary input of Tunnel Experts


shall beprovided in addition to above mentioned Manpower requirement.

Tunnel expert, if required, the remuneration may be provided equivalent to


Team Leader remuneration and time period shall be decided by Regional Officer,
MoRT&H, Lucknow.

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

If delay in LA process occurs beyond the reasonable control of consultant, the


extension of LA team staff/s along with logistic support/transportation shall be
granted by Nodal Project Director and beyond further 6 months, Regional
Officer, MoRT&H is empowered to grant extension to LA team staff/s.

125
A. Standalone Bridge Projects

Sr. Key Personnel Total Project Assignment 180 days*


No
At site (man At design office(man Total Time Period (man
month) month) month)

1 Team Leader cum Sr. Bridge Engineer 4 2 6


2 Highway cum Pavement Engineer 2 4 6
3 Bridge / Structural Engineer 2 2 4
4 Material-cum-Geo-technical Engineer-Geologist 4 2 6
5 Senior Survey Engineer 2 2 4
6 Senior Geologist 2 2 4
7 Environmental Specialist 2 2 4
8 Quantity surveyor /Documentation Expert 2 1 3
Total 20 17 37

B. Standalone Tunnel Projects

Sr. Key Personnel Total Project Assignment 300 days*


No
At site (man At design office(man Total Time Period(man
month) month) month)
1 Team Leader Cum Senior Tunnel Engineer 6 4 10
2 Tunnel Design Expert 2 8 10
3 Senior Geophysicist 3 3 6
4 Senior Geotechnical Engineer 6 4 10
5 Senior E& M Expert 2 4 6
6 Senior Geologist 6 4 10
7 Senior Survey Engineer 4 2 6
8 Environmental Specialist 2 2 4
9 Material Engineer 6
10 Highway cum Pavement Engineer 4
11 Quantity Surveyor/Documentation Expert 4
Total 31 31 76

126
ENCLOSURE-II
Qualification and Experience Requirement of Key Personnel

Team Leader Highway Engineer

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}.

ii) Essential Experience


a)Total Professional Min. 12 years.
Experience
b) Experience in Min. 8 years in Planning, project preparation and design of Highway projects,
Highwayprojects including 2/4/6 laning of NH/SH/ expressways. For hill roads, respective hill roads
experience is required.
c) Experience in similar In Feasibility of two / Four/Six Laning works and DPR/IC/ Construction Supervision
capacity(Either as Team of Two/Four/six laning of major highway projects(NH/SH/Expressways)/ feasibility
Leader or in Similar capacity cum detailed project report of two/ four laning projects of minimum aggregate
) length of 80 km. For hill roads, respective hill roads experience is required.

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

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.

iii) Age Limit 65 years on the date of submission of Proposal

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

Material Engineer – cum – Geotechnical Engineer

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

Desirable Masters in Remote Sensing/Photogrammetry or equivalent

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

Traffic / Road Signage / Marking and Safety Expert

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

Desirable Post Graduate in Environmental Engineering


ii) Essential
Experience
a) Total Professional Min. 06 years
Experience
b) Experience in Min. 5 years in environment impact assessment and permitting of highway projects (2/4/6
Highway Projects laning)
c) Experience in Environmental Specialist in at least two highway projects (2/4/6 laning)
similar capacity

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

c) Experience in Quantity Surveyor in highway projects (NH/SH/Expressways) involving two/four/six laning of


similar capacity 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

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.

b) Role specific Min 10 years in Land acquisition for government/ authorityprojects


experience
iii) Age Limit 65 years on the date of submission of bid

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.

iii) Age Limit 65 years on the date of submission of bid

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

Desirable Masters in Structural Engineering / Bridge Engineering/Foundation


Engineering/ Hydraulics
ii) Essential Experience
a)Total Professional Min. 12 years
Experience
b) Experience in Bridge Min. 6 years in major Bridge Construction / Development Project.
projects
c) Experience in similar He should have handled as Team Leader/Project Manager or similar capacity of at
capacity (Eitheras Team least Two projects in Construction Supervision / IC involving 4 laning/6-
Leader or in Similar capacity laning/Expressway of minimum 50km length and atleast two major bridge of a length
) 500 mtr. (Excluding approaches).

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

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

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)

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

iii) Age Limit 65 years on the date of submission of Proposal

134
Enclosure-II(contd.)
Qualification and Experience Requirement of Key Personnel

Team Leader cum Tunnel Expert

I Educational
Qualification
Graduate in Civil Engineering/Tunnel Engineering/Mining Engineering
Essential

Post Graduate in Civil Engineering/Tunnel Engineering/Mining Engineering


Desirable

II Essential
Experience
a)Total Min. 10 years
Professional
Experience
(i) Professional experience in handling major tunnel projects (Road/Rail/Metro)

(ii) Experience in major tunnel construction/construction supervision projects


(Road/Rail/Metro)
(iii) Experience in preparation of DPR or Feasibility report of major tunnel projects
b)Experience in (Road/Rail/Metro)
Tunnel projects
(iv) Experience in DPR preparation of minimum 5 km Tunnel length

(v) Experience in construction/construction supervision/ preparation of DPR/feasibility report of


major tunnel projects (Road/Rail/metro) using NATM

(i) Experience as Team Leader or similar capacity in major tunnel construction/construction


supervision 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.)

Qualification and Experience Requirement of Key Personnel

Tunnel Design Expert

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)

(ii) Experience of major tunnel construction/construction supervision projects


b) Experience in
(Road/Rail/Metro)
Tunnel projects
(iii) Experience in preparation of DPR or Feasibility report of major tunnel projects
(Road/Rail/Metro)
(i) Professional(Structural) Experience as Tunnel Design Engineer

(ii) Experience as Tunnel Design Engineer (Structural) of major tunnel construction/construction


supervision 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.)

Qualification and Experience Requirement of Key Personnel

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)

(ii) Experience in major tunnel construction/construction supervision projects


b) Experience in
(Road/Rail/Metro)
Tunnel Projects
(iii) Experience in preparation of DPR or Feasibility report of major tunnel projects
(Road/Rail/Metro)
(i) Professional Experience as Senior Geotechnical Engineer
(ii) Experience as Senior Geotechnical Engineer or construction/construction
supervision 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)

(iv) Experience as Senior Geotechnical Engineer or similar capacity 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

137
Enclosure-II (contd.)

Qualification and Experience Requirement of Key Personnel

Geophysicist

I Educational Qualification
Graduate in Geophysics/Geo science/ Earth science or equivalent.
Essential

Post Graduation in Geophysics/Geo science/ Earth science or equivalent


Desirable

II Essential
Experience

a) Total Professional Min. 10 years


Experience
(i) Professional Experience in handling tunnel/ mineral and oil exploration projects

(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

(iii) Processing, Interpreting, generating 3D resistivity model of


b) Experience in AEM survey‟s raw data for tunneling/mineral and oil exploration or any other similar work for area
Relevant works 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)

III Age Limit 65 years on the date of submission of proposal

138
Enclosure-II (contd.)

Qualification and Experience Requirement of Key Personnel

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.)

Qualification and Experience Requirement of Key Personnel

Material Engineer

i) Educational Qualification
Graduate in Civil Engineering/Material Science and Engineering or equivalent
Essential

Post-graduation in Material Science and Engineering or equivalent


Desirable

ii) Essential Experience


a) Total Professional Min. 12 years
Experience
Minimum 8 years on Tunnel projects in design and /or construction. Experience onTunnel
b) Experience in
projects shall be preferred.
Highway Projects
Material Engineer on highway projects (2/4/6 lane NH/SH/Expressway) of minimum
c) Experience in
aggregate length of 80 km.
similar capacity
It is mandatory for the key personnel to have attended training course on "Preparation of
d)Training
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

140
ENCLOSURE-III
Schedule for submission of Reports and Documents

Stage Activity No. of copies Time Period in days from


No. date of commencement
1 Monthly Reports 3 th
By 10 day of every
month
2 Inception Report
(i) Draft Inception Report including QAP 3 13
Document
(ii) Inception Report including QAP 3 18
Document
3 F.S. REPORT
i) Draft Feasibility Study Report including optionstudy report 4 36
including draft 3(a) report
1 45
ii) Comments of client
4
iii) Final Feasibility Study Report incorporatingcompliance of 54
comments of Client
4 LA & Clearances I Report
i) Draft LA & Clearances I Report including draft 4 63
3(A) report
ii) Comments of client 1 72
iii) Final LA & Clearances I Report incorporating 4 81
compliance of comments of Client
5 Detailed Project Report
i) Draft DPR 4 108
ii) Comments of client 1 126
6
iii) Final DPR incorporating compliance ofcomments of 144
Client
6 Technical Schedules
i) Draft Technical Schedules 4 108
ii) Comments of client 1 126
6
iii) Final technical schedule 144
7 Land Acquisition II 4 108
Submission of draft 3D publication report
8 Land Acquisition III, Award determination (3G) 144
9 Project Clearances & LA IV Report 6
Approval of Project clearances from Original letters from 180
Concerned agencies e.g. from MOEF; Rly for the concerned
approval of GAD and detail engineering drawing agencies and 5
of ROB/RUB; Irrigation Dept., Utility Report and photocopies of
Possession of Land each

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.

Stage Activity Time Period in days from date ofsubmission


No. of Comment and acceptance by PD/RO

1 Inception Report 7 days


2 Feasibility Study Report
i) Draft Feasibility Study Report including optionstudy 15days7 days
report including draft 3(a) report
ii) Final feasibility Study report

3 LA & Clearances Report


i) Draft LA & Clearances Report 15 days
ii) Final LA & Clearances Report incorporating 7 days
compliance of comments of Client
4 Detailed Project Report
i) Draft DPR 30 days
ii) Final DPR incorporating compliance of commentsof 7 days
Client
5 Technical Schedules
i) Draft Technical Schedules 30 days
ii) Final technical schedule 7 days

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.

Note 1: Approval/comments shall be communicated by the Client to the Consultant


within the time period shown in the schedule above. If no approval/comments are
furnished within the indicated time period by the Client, it will be considered as
deemed approval. Notwithstanding the deemed approval of submission(s), the
Consultant will remain responsible for correctness of the submissions.

140
ENCLOSURE-IV
Formats for submission of Reports and Documents

1. Standard formats for deliverables

i. During the course of the assignment to prepare detailed project report,


several reports, drawings and documents will need to be submitted by the
consultantsto MoRTH/State PWD Uttar Pradesh.
ii. For the purposes of submission, format requirements have been laid out
for some of the reports and drawing deliverables in this enclosure, which
shall beadhered to strictly
iii. In addition, consultants are to align and agree with MoRTH/State PWD
Uttar Pradesh officials the format of submission for all reports, during the
inception stage as mentioned in clause 10.2 of this terms of reference

2. Format for submission of report deliverables

2.1 Printed hard copies of reports

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

2.2 Digital copies of reports

1. Every report shall also be submitted in digital format to the authority in the
followingformats:

i. The final report as submitted in the portable document format (.pdf)


ii. An editable document in the relevant Open Document Format for Office
Applications (ODF) and if available the relevant Microsoft Office
document format (MS Office)
iii. All tables and models used to and referred to in the reports shall also be
submitted as spread-sheets in the relevant ODF format and MS Office
format
iv. The digital copies of reports shall be submitted in the form of removable
storage devices (CD or USB pen drive) and also hosted on a secured
online document storage and retrieval platform as described in clause 2
Data products

2. The removable storage device submitted at each deliverable stage shall contain:

i. Reports for that stage


ii. All draft and final reports previously submitted
iii. Correspondence with MoRTH/State PWD Uttar Pradesh.
iv. Clients‟ comments on submitted reports
v. Any communication, letters and approvals to and from other government

141
And local agencies and any other relevant body
vi. An updated index of all the contents on the removable storage device

3. Every submission will be accompanied by a table of contents and index of all


documents submitted for ease of reference

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.

Sr Data product Contents required (definition) Data format


No

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 Engineering surveys and investigations

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

used, corrections applied is any. Data: Surveybenchmarks, Independent Exchange


benchmark points, location data points Format (RINEX)

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 Proposed roadway designs

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

3 Online hosting and archival of deliverables

3.1 Hosting deliverables online

i. The consultant shall store all deliverables from this assignment on a


secure online file hosting platform that is remotely accessible by
authorised users onthe world wide web
ii. The consultant shall provide read only access to all relevant officers of
MoRTH/State PWD Uttar Pradesh and provide further access to additional
users as and when requested by MoRTH/State PWD Uttar Pradesh.
iii. Consultant shall provide a point of contact for access to these files,
solving any technical issues and shall respond to all requests in a timely
manner
iv. Consultant shall ensure that the files are hosted in a platform that
conforms to any file hosting and file sharing security standards as may be
laid down by thegovernment of India

3.2 Deliverables to be hosted

i. Data and deliverables to be hosted in an online accessible format shall


includebut not be limited to:
ii. All draft and final deliverables in the digital formats prescribed in this TOR
andin file formats in wide use where formats are not specified
iii. Data, images and videos from all surveys and investigations conducted of
thisenclosure
iv. All correspondence to and from MoRTH/State PWD Uttar Pradesh including
clients‟ comments on submitted reports
v. Any communication, letters and approvals to and from other government
localagencies and any other relevant body
vi. The platform shall also contain an index and table of contents of
informationbeing hosted for ease of access and use

3.3 Time period and costs

i. Access to above mentioned files will be provided till the end of


construction (final commercial operations date of contractor/
concessionaire) of all packages that form a part of this assignment at the
cost of the consultant
ii. Access to additional users shall also be at no additional cost to the authority

145
APPENDIX-II
Proof of Eligibility

Form-E1

Letter of Proposal (On Applicant‟s letter


head)
(Date and Reference) To, **********
To,
Chief Engineer-(NH)
UPPWD, Lucknow

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.

2. All information provided in the Proposal uploaded on INFRACON and in the


Appendices is true and correct and all documents accompanying such Proposal
are true copies of their respective originals.

3. This statement is made for the express purpose of appointment as the


Consultant for the aforesaid Project.

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.

11. I/We further certify that no investigation by a regulatory authority is pending


either against us or against our Associates or against our CEO or any of our
Directors/Managers/employees.

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

faithfully, (Signature, name and designation of the

authorized signatory) (Name and seal of the

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:

Assignment Name: Country:


Location within Country : Professional Staff Providedby your firm:

Name of Client : No. of Staff :


Address : No. of Staff Months :
Start Date Completion Date(Month / Approx. Value of
(Month / Year) Services : (in INR/current USD) :
Year)
Name of JV/Association Firm(s) if any : No. of Months of Professional Staff provided byAssociated
Firm(s)
Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member/Associate
Narrative Description of Project :
Description of Actual Services Provided by your Company:

Signature of Authorized Representative

(Certificate from Employer regarding experience should be furnished)

149
APPENDIX-II
Form-
E150
Financial Capacity of the Applicant

Name of Applicant:

Sr. [Financial Year]* Annual Revenue (Rs/US $ in


No. million)
1 Year preceding the year in which the proposal is
invited (2023-24)
2 Year preceding the year in which the proposal is
invited by 2 years (2022-23)
3 Year preceding the year in which the proposal is
invited by 3 years (2021-22)
4 Year preceding the year in which the proposal is
invited by 4 years (2020-21)
5 Year preceding the year in which the proposal is
invited by 5 years (2019-20)
Certificate from the Statutory Auditor$

This is to certify that ------------- (name of the Applicant) has received the payments shown above against
the respective years on account of Consultancy Services.

Name of the audit firm Seal of the audit firm Date

(Signature, name and designation of the authorized signatory)

$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:

*Financial year to be modified as applicable

Please do not attach any printed Annual Financial Statement.

150
APPENDIX-II
Form-
E151
(Deleted)

151
APPENDIX-III

(Form-T1)

TECHNICAL PROPOSAL

FROM: TO:

Sir:

Subject Consultancy Service for

Regarding Technical Proposal

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


herewith enclose Technical Proposal for selection of my/our firm/organization as
Consultant for

Yours faithfully,

Signature

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:

Assignment Name: Country:


Location within Country : Professional Staff Provided by your firm:
Name of Client : No. of Staff :
Address : No. of Staff Months :
Start Date (Month / Completion Date(Month / Approx. Value of Services : (in INR/current USD) :
Year) Year)
Name of JV/Association Firm(s) if any : No. of Months of Professional Staff provided by
Associated Firm(s)
Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member/Associate
Narrative Description of Project :
Description of Actual Services Provided by your Company:

Signature of Authorised Representative

(Certificate from Employer regarding experience should be furnished

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

Sr .No. Name Position Task

Assignment 1.

2.

3.

4.

……

II. Support Staff

Sr. No. Name Position Task Assignment

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

a) proposed alignment and bypass required

b) land acquisition requirements

c) access control, rehabilitation of existing road, drainage and utilities

d) adoption of superior technology along with proof (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

3. In case laboratory is located at a distance of more than 400 km from the


project site, state arrangements made / proposed to be made for testing of
materials

4. In case answer to 1 is Outsourced / Not Available state arrangements made /


proposed to be made for testing of materials.

158
Form-
Facility for Field investigation and Testing

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

a) Geo-technical investigation Available (created in-house at site)/


Outsourced/ Not Available

b) Pavement investigation Available (created in-house at site)/ Outsourced/


Not Available

2. In case answer to 1 is Available (created in-house at site) a list of field


investigation and testing equipments available in-house

3. In case answer to 1 is Outsourced/ Not Available arrangements made/proposed


to bemade for each of above 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

Relevant Services Carried Out 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:

Assignment Name: Country:


Location within Country : Professional Staff Provided by your firm:
Name of Client : No. of Staff :
Address : No. of Staff Months :
Technology Used:
Start Date Completion Date Approx. Value of Services : (in INR/current USD) :
(Month / Year) (Month / Year)
Name of JV/Association Firm(s) if any : No. of Months of Professional Staff provided by Associated
Firm(s)
Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member/Associate
Narrative Description of Project :
Description of Actual Services Provided by your Company:

Signature of Authorised Representative

(Certificate from Employer regarding experience should be furnished)

160
Form-
Office Equipment and software

Attach a list of office equipment and software owned by the Applicant

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

Position in the Team:

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

(Name of Key Personnel)

163
UNDERTAKING FROM CONSULTING FIRM

Name of Work:

The undersigned on behalf of ....................... (Name of Consulting Firm) with


…………….(INFRACON ID) certify that none of the Key Personnel included in our team
to the best of our knowledge has left his/her assignment with any consulting/
contracting firm engaged by MoRT&H /NHAI/NHIDCL/ IAHE/BRO/ State PWD or any
other MoRTH implementing agency. We also confirm the truthfulness of the
credentials uploaded by our firm/JV Member/Associate and all the Key Personnel
proposed in our team on INFRACON.

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


Key Personnel is found contrary to what has been uploaded on INFRACON, the Client
would be at liberty to remove the concerned personnel from the present assignment
and debar our firm/JV Member/Associate / Key Personnel for an appropriate period
to be decided by the Client.

Date:

Place

: Signature

(Name of Authorized Signatory)

164
A-4
Form T-11

Format for Technical Capacity of Applicants

(TO BE FILLED BY THE SOLE CONSULTANT & IN CASE OF JV, SEPARATELY BY JV MEMBERS BIDDING
FOR THE ASSIGNMENT)

(i) No. of Key Professionals on full time roll:

Sl. Name of the Key Professional Designation Continuous Nos. of Years with the firm
No. Employment from (Date)

Note: Attach copy of Form-26AS to certify permanent. However, Director of the


Consultant‟s company is not required to submit Form-26AS.

(ii) Details of all in-hand DPR projects or DPR projects awarded by


MoRTH or its executing agencies for NH works and centrally
sponsored road works:

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

Format for undertaking by the firm for DPR Projects:

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.

Date ............. (dd/mm/yyyy)

[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:

Sl. Project Civil works Start Scheduled Whether In case of JV,


No. Description Provisionally Date Completion awarded in share of
completed or Current Financial Contract Fee
Original assignment Year (%)
period+ one year
lapsed

(Yes/ No) (Yes/ No)

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.

Date ............. (dd/mm/yyyy)

[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

INTEGRITY PACT FORMAT

(To be executed on plain paper and submitted along with Technical


Bid/Tender documents for tenders having a value of Rs. 5 cr or above for
Consultancy projects and 100 cr. or above for Construction projects. To be
signed by the Bidder and same signatory competent/ authorized to sign the
relevant contract on behalf of the MoRTH)

This integrity Pact is

made at on this day of 2016. BETWEEN

[President of India through Ministry of

Road Transport & Highways, Government

of India represented by Director General

(Road Development) & Special Secretary,

Transport Bhawan, 1- Parliament Street

New Delhi-110001], (hereinafter referred

to as the “Principal/Owner”

which expression shall, unless repugnant to the context or meaning thereof,

include its administrators, successors and assigns) AND

{Name and address of the Firm/Company}, (hereinafter referred to as “The


Bidder(s)/Contractor(s)/Concessionaire(s)/Consultant(s)” and which
expression shall unless repugnant to be meaning or context thereof include
its successors and permitted assigns.)

Preamble

Whereas, the Principal has floated the Tender {NIT


No……….dtd…………………..} (here in after referred to as “Tender/Bid”) and
intends to award, under laid down organizational procedure, contract/s for
{Name of the work} (herein after referred to as the “Contract”).
And Whereas the Principal values full compliance with all relevant laws of
the land, rules of land, regulations, economic use of resources and of
fairness/ transparency in its relations with its Bidder(s) and/ or
Contractor(s)/Concessionaire(s)/Consultant(s).
168
And whereas to meet the purpose aforesaid, both the parties have agreed
to enter into this Integrity Pact (hereafter referred to as “Integrity Pact” or
“Pact”) the terms and conditions of which shall also be read as integral part
and parcel of the Tender documents and contract between the parties.

Now, therefore, in consideration of mutual covenants contained in this


pact, the parties hereby agree as follows and this pact witnesses as under:

Article-1: Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent
corruption and to observe the following principles: -

(a) No employee of the Principal, personally or through family members,


will in connection with the Tender for, or the execution of a Contract,
demand, take a promise for or accept, for self, or third person, any
material of immaterial benefit which the person is not legally entitled to.

(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.

(2) If the Principal obtains information on the conduct of any of its


employees which is a criminal offence under the IPC/PC Act or any other
Statutory Acts or if there be a substantive suspicion in this regard, the
Principal will inform the Chief Vigilance Officer and in addition can initiate
disciplinary actions as per its internal laid down

Rules/Regulations.

Article – 2: Commitments of the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s).

The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) commit


himself to take all measures necessary to prevent corruption. He commits
himself to observe the following principles during his participation in the
tender process and during the contract execution.

(a) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not,


directly or through any other person or firm, offer, promise or give to any
of the Principal‟s employees involved in the tender process or the execution
of the contract or to any third person any material or other benefit which
he/she is not legally entitled to, in order to obtain in exchange any
advantage of any kind whatsoever during the tender process or during the
execution of the contract.

(b) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not


enter with other Bidders into any undisclosed agreement or understanding,
whether formal or informal.

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.

(c) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not


commit any offence under the relevant IPC/PC Act and other Statutory
Acts; further the Bidder(s)/Contractor(s)/Concessionaire(s)/Consultant(s)
will not use improperly, for purposes of completion or personal gain, or pass
on to others, any information or document provided by the Principal as part
of the business relationship, regarding plans, technical proposals and
business details, including information contained or transmitted
electronically.

(d) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of


foreign origin shall disclose the name and address of the Agents/
Representatives in India, if any. Similarly, the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) of Indian Nationality shall furnish the name
and address of the foreign principle, if any.

(e) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will,


when presenting his bid, disclose any and all payments he has made, is
committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract. He shall also
disclose the details of services agreed upon for such payments.

(f) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not


instigate third persons to commit offences outlined above or be an
accessory to such offences.

(g) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not


bring any outside influence through any Govt. bodies/quarters directly or
indirectly on the bidding process in furtherance of his bid.

Article - 3 Disqualification from tender process and 9 exclusion from future contracts.

(1) If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s), before


award or during execution has committed a transgression through a
violation of any provision of Article-2, above or in any other form such as to
put his reliability or credibility in question, the Principal is entitled to
disqualify the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)
from the tender process.

(2) If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) has


committed a transgression through a violation of Article-2 such as to put his
reliability or credibility into question, the Principal shall be entitled to
exclude including blacklist and put on holiday the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) for any future tenders/ contract award
process. The imposition and duration of the exclusion will be determined by
the severity of the transgression. The severity will be determined by the
Principal taking into consideration the full facts and circumstances of each
case particularly taking into account the number of transgressions, the
position of the transgressors within the company hierarchy of the Bidder(s)/
Contractor(s)/Concessionaire(s)/ Consultant(s) and the amount of the
damage. The exclusion will be
170
imposed for a maximum of 3 years.

(3) A transgression is considered to have occurred if the Principal after due


consideration of the available evidence concludes
that “On the basis of facts available there are no material doubts”.

(4) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) with its


free consent and without any influence agrees and undertakes to respect
and uphold the Principal‟s absolute rights to resort to and impose such
exclusion and further accepts and undertakes not to challenge or question
such exclusion on any ground, including the lack of any hearing before the
decision to resort to such exclusion is taken. This undertaking is given freely
and after obtaining independent legal advice.

(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.

(6) On occurrence of any sanctions/ disqualification etc arising out from


violation of integrity pact, the Bidder(s)/ Contractor(s)/ Concessionaire(s)/
Consultant(s) shall not be entitled for any compensation on this account.

(7) Subject to full satisfaction of the Principal, the exclusion of the


Bidder(s)/ Contractor(s)/Concessionaire(s)/ Consultant(s) could be revoked
by the Principal if the Bidder(s)/Contractor(s)/ Concessionaire(s)/
Consultant(s)can prove that he has restored/ recouped the damage caused
by him and has installed a suitable corruption prevention system in his
organization.
Article – 4: Compensation for Damages.

(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.

(2) In addition to 1 above, the Principal shall be entitled to take recourse to


the relevant provisions of the contract related to Termination of Contract
due to Contractor/Concessionaire/Consultant‟s Default. In such case, the
Principal shall be entitled to forfeit the Performance Bank Guarantee of the
Contractor/ Concessionaire/ Consultant and/ or demand and recover
liquidated and all damages as per the provisions of the contract/concession
agreement against Termination.

Article – 5: Previous Transgressions

(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.

Article – 6: Equal treatment of all Bidders/ Contractors/ Concessionaires/


Consultants/Subcontractors.

(1) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)


undertake(s) to demand from all sub-contractors a commitment in
conformity with this Integrity Pact, and to submit it to the Principal before
contract signing.

(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

not sign this Pact or violate its provisions.

Article – 7: Criminal charges against violating Bidder(s)/


Contractor(s)/ Concessionaire(s)/Consultant(s)/ Sub-contractor(s).

If the Principal obtains knowledge of conduct of a Bidder/ Contractor/


Concessionaire/Consultant or subcontractor, or of an employee or a
representative or an associate of a Bidder/Contractor/ Concessionaire/
Consultant or Subcontractor, which
constitutes corruption, or if the Principal has substantive suspicion in this
regard, the Principal will inform the same to the Chief Vigilance Officer.

Article- 8: Independent External Monitor (IEM)

(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.

(2) The Monitor is not subject to instructions by the representatives of the


parties and performs his functions neutrally and independently. He reports
to the Director General (Road Development) & Special Secretary.

(3) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)accepts


that the Monitor has the right to access without restriction to all project
documentation of the Principal including that provided by the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s). The Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s)will also grant the Monitor,
upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation. The same is applicable
to Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder(s)/Contractor(s)/Subcontractor(s)
with confidentiality. (4) The Principal will provide to the Monitor sufficient
172
information about all meetings among the parties related to the Project
provided such meetings could have an impact on the contractual relations
between the Principal and the Contractor. The parties offer to the Monitor
the option to participate in such meetings.

(5) As soon as the Monitor notices, or has reason to believe, a violation of


this Pact, he will so inform the Management of the Principal and request
the Management to discontinue or take corrective action, or to take other
relevant action. The monitor can in this regard submit non-binding
recommendations. Beyond this, the Monitor has no right to demand from
the parties that they act in a specific manner, refrain from action or
tolerate action.

(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.

Article – 9 Pact Duration

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.

Article - 10 Other Provisions.

(1) This pact is subject to Indian Law. Place of performance and jurisdiction
is the Registered Office of the Principal, i.e. New Delhi.

(2) Changes and supplements as well as termination notices need to be made

in writing.

(3) If the Bidder/Contractor/Concessionaire/Consultant is in a partnership


or a consortium Joint Venture partner, this pact must be signed by all
partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be


173
invalid, the remainder of this agreement remains valid. In this case, the
parties will strive to come to an agreement to their original intentions.

(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:-

(For & On behalf of the Principal)

Office Seal) (For & On

behalf of the Bidder/

Contractor/Concessionai

re/ Consultant)

Place

Date
Witnessed
Witness 1:(Name & Address)

Witness 2: (Name & Address)

{COUNTERSIGNED and accepted by:

JV Partner}

174
APPENDIX-IV
(Form-I)

FINANCIAL PROPOSALS

FROM: TO:

Sir:

Subject: Consultants‟ Services for

Regarding Price Proposal

I/We Consultant/consultancy firm herewith enclose


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

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)

Format of Financial Proposal

Summary of Cost in Local

Currency

No. Description Amount (LC)*


(INR)
I Local Consultants
Remuneration for Local Staff (inclusive of per diem allowance)
II Support Staff (inclusive of per diem allowance)
III Transportation
IV Duty Travel to Site
V Office Rent
VI Office Supplies, Utilities and Communication
VII Office Furniture and Equipment (Rental)
VIII Reports and Document Printing
IX Surveys & InvestigationsTopographical Survey
AB Investigations
C Net Work Survey and GPR

X Cost of supply and fixing Boundary Pillars


XI Land Acquisition Team including support staff andlogistics/transportation

Subtotal Local Consultants :


Foreign Consultants
F-I Remuneration for Expatriate Staff
F-II Mobilization and Demobilization
Total Cost Net of Tax :
Taxesand I. Income Tax (Expatriate)
Duties ll. Other Taxes/ Duties (if any) Specify clearly

Total cost net of Goods & service tax**


Goods & Service Tax
TOTAL COSTS (Including GST)

LC* Local Currency

** Total Cost Net of Goods & Service Tax shall be considered for financial

evaluation Note: No escalation will be payable during the services except

where period of consultancy services is more than 18 months. In such cases,


176
payment for any stage shall be modified (+/-) by following formula:

Price adjustment (Rs.)=0.85*payment percentage for particular stage*contract

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

quarter of Oct-Dec 2015.

Insurances shall not be allowed separately. These will be incidental to main items.

Rates for all items shall be quoted in figures as well as in words.

177
(Form-III)
Estimate of Local Currency Costs

I. Remuneration for Local Staff (including per diem allowance)

(Normal Highway Project)

Sr. No. Position Name Rate (INR) Staff Month Amt.(INR)


Professional Staff
1 Team Leader cum Highway Engineer 6
2 Bridge Engineer 4
3 Highway Engineer 6
4 Material-cum-GeotechnicalEngineer 6

5 Survey Engineer 4
6 Traffic and Safety Expert 4
7 Environmental Specialist 3

8 Quantity Surveyor 6

9 Land Acquisition Expert 6


10 Utility Expert 3
Sub-Total: 48

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

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)

Sr. Position Name Rate (INR) Staff Month Amt.(INR)


No.
Professional Staff
1 Team Leader cum BridgeEngineer 6

2 Bridge Structural Engineer 4


3 Highway Engineer 6
4 Material-cum-Geotechnical 6
Engineer
5 Survey Engineer 4
6 Geologist 4
7 Environmental Specialist 4

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

Sr. Position Name Rate (INR) Staff Month Amt.(INR)


No.
Professional Staff
1 Team Leader TunnelEngineer 10

2 Tunnel Design Expert 10


3 Geophysicist 6
4 Geotechnical Engineer 10
5 E&M Expert 6

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

II. Support Staff

No. Position Name Staff Billing Rate( INR) Amount( INR)


Months
1 Office Manager
06
2 Typist 06
3 Office Boy 06
4 Night Watchman 06
Total :

III. Transportation (Fixed costs)

S. Description Qty. Nos. of Rate/Month Amount


No months (INR) (INR)

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)

Trips Rates No. of Trips Amount (INR)

V. Office Rent (Fixed Costs)

The rent cost includes maintenance, cleaning, repairs,

etc.06 months x

Total__

VI. Office Supplies, Utilities and Communication (Fixed Costs)

No. Item Months MonthlyRate (INR) AmountIn INR.

1 Office Supplies Drafting 06


2 Supplies Computer
06
3 Running Costs 06
4 Domestic and International 06
Communication

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

VII. Office Furniture and Equipment (Rental)

No. Description Unit Quantity Rate( INR) Amount(INR )

1 Office Furniture and Equipment LS


Total

VIII. Reports and Document Printing

No. Description No. of Copies Rate per Copy(INR. ) Amount (INR)

1 Monthly Report 3 Per Month


2 Inception Report & QAP 3
3 Environment and Social Impact ScreeningReport 4

4 Draft Feasibility Report 4


5 Final Feasibility Report 6
6 Strip Plan with L.A. Reports 6
7 Draft LA and Clearances I Report 4
8 Final LA and Clearances I Report 4

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

A. Topographical Survey (Fixed Rate)

No. Item Kms Rate per Amount


Km (INR)
(INR
)
1 Topographic Survey including hire charges for equipment and supply of survey teams
comprising of project survey filed staff etc. inclusive of cost of materials, labourer

2 Detailed topographic surveys using mobile/ aerialLiDAR or better technology

B. Investigation (Fixed cost)

No. Description Quantity Amount (INR)


1 Road and Bridge Inventory
2 FWD Test and Pavement Evaluation
3 Roughness Survey
4 Axle Load Survey
5 Material Survey and Investigation

182
6 Sub-grade Investigation
7 Traffic Survey
8 Socio-economic & Census Survey/Studies

9 Land Acquisition Studies


10 Any other investigations/surveys
11 *Sub-Soil Investigation (Boring) Rate Qty. Amount (Rs)
a) Boring in all type of soils (otherthan hard 1500m (forprojects of length
rock) < 110 km) or 2000m (forprojects of length
> 110 km)
200m (forprojects of length
< 110 km) or 300m (for projects of
length
b) Boring in hard rock > 110 km)

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.

C. Net Work Survey and GPR

No. Description Unit Quantity Rate( Amount


INR) (INR )
1 Network Survey of the existing Highways as arepository for civil Job 1
work as per directions from Authority.
2 GPR Survey for detection of underground utilities Job 1
Total

X. Cost of supply and fixing Boundary Pillars

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

(A) Land acquisition Team including support staff:

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)

(B) Logistics for Land acquisition Team:

S. No. Item particulars Number Months Rate (INR) Amount (INR)


1 Computer including necessary peripherals 2 6

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)

I. Remuneration of Expatriate Staff including per diem allowances

II. Mobilization and Demobilization

1. International Airfares (Fixed costs)

2 Inland Travel in Home Country (Fixed

Costs) Lump Sum ……

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

incidentals)(fixed cost)

Lump Sum …….

185
TENTATIVE QUANTITIES FOR SUB-SOIL INVESTIGATIONS

(BORING) (Form –V)

186
APPENDIX-V

DETAILED EVALUATION CRITERIA

1. First Stage Evaluation -Proof of Eligibility (Para 12.1 of Data Sheet)

1.1 Eligibility criteria for sole applicant firm.

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.

S. Package Tentative Minimum AggregateLength Minimum length of a Eligible Project (2/4/6lane)


No. No. Length required
DPR/ Feasibility =Tentative DPR = 0.4 x Feasibility = 0.6 xTentative
Length Tentative Length
Length
1 2 3 4 5 6

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.

(Financial Year to be modified as applicable)

1.2 Eligibility criteria for Lead Partner/Other Partner in case of JV.

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:

(Financial Year to be modified as applicable)

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

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


Firm/Lead Partner in a JV/Other Partner in a JV/As Associate

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%

(ii) The experience of a firm in preparation of DPR for a private


Concessionaire/contractor shall not be considered.

188
2. Second Stage Evaluation -Technical Evaluation (Para 12.2 of Data

Sheet) A Firm‟s Relevant Experience (50)

For standard highways, 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 20

1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane projects 10


1.1.1 > 1 but <=2 the indicative Length of the package applied for 6
1.1.2 >2 but<=3 times the indicative length of the package applied for 7
1.1.3 > 3 but <=4 times the indicative length of the package applied for 8
1.1.4 > 4 but <=5 times the indicative length of the package applied for 9
1.1.5 > 5 times the indicative length of the package applied for 10
1.2 DPR for 2/4/6 laning projects each equal to or more than 40 % of indicative length of a package 10
applied for (or Feasibility Study for 2/4/6 laning projects each equal to or more than 60 % of
indicative length of a package applied for)
1.2.1 1 project 6
1.2.2 2 projects 7
1.2.3 3 projects 8
1.2.4 4 projects 9
1.2.5 ≥ 5 projects 10
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 5
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 3


crore

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.

3.3.1 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 Highway Professionals * working with the firm 10

4.1 <10 nos. 0

4.2 10-19 nos. 7

4.3 20-29 nos. 8

4.4 > 30 nos. 9

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

*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 price in last 5 DPRs 2.5
prepared by the firm

5.1.1 0 2.5

5.1.2 > 0 but <=2.5 2.0

5.1.3 >2.5 but<=5 1.5

5.1.4 >5 but<=7.5 1.0

5.1.5 >7.5 but <=10 0.5

5.1.6 >10 0.0

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

5.2.2 > 0 but <=4 2.0

5.2.3 >4 but <=8 1.5

5.2.4 >8 but <=12 1.0

5.2.5 >12 but<=16 0.5

5.2.6 >16 0.0

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)

5.3.1 <=3 months 2.5

5.3.2 >3 but <=6 months 2.0

5.3.3 >6 but <=9 months 1.5

5.3.4 >9 but <=12 months 1.0

5.3.5 >12 months 0.0

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

5.4.1 <=2.5 0.0

5.4.2 >2.5 but <=5 1.0

5.4.3 >5 but <=7.5 1.5

5.4.4 >7.5 but<=10 2.0

5.4.5 >10 2.5

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

1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane projects 8


1.1.1 > 1 but <=2 the indicative Length of the package applied for 4
1.1.2 >2 but <=3 times the indicative length of the package applied for 5
1.1.3 > 3 but <= 4 times the indicative length of the package applied for 6
1.1.4 > 4 but <=5 times the indicative length of the package applied for 7
1.1.5 > 5 times the indicative length of the package applied for 8
1.2 DPR for 2/4/6 laning projects each equal to or more than 40 % of indicative length of a package 7
applied for (or Feasibility Study for 2/4/6 laning projects each equal to or more than 60 % of
indicative length of a package applied for)

1.2.1 1 project 3
1.2.2 2 projects 4
1.2.3 3 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:

A. 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)

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

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


Firm/Lead Partner in a JV/Other Partner in a JV/As Associate

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%

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)

S. No. Description Maximum Sub-


Points Points
1 Availability of Material Testing Facilities with persons/resources havingoperational skills of 1
the equipment
1.1 Owned* (Available In House) 1.0
* Shall be ascertained through the ownership evidence uploaded on INFRACON in regard to
major equipment required for testing of materials to be used for construction of Highway
Project.
2 Availability of Field Investigation Facilities with persons/resources havingoperational skills 2
of the equipment
2.1 Owned** (Available In House) 2.0
** Shall be ascertained through ownership evidence uploaded on INFRACON for
construction of Highway Project.
3 Availability of Office Equipment and Software with persons/resources havingoperational skills 1.5
of the equipment
3.1 Owned*** (Available In House) 1.5
*** Shall be ascertained through ownership evidence uploaded on INFRACON for key hardware/software required for Highway
consultancy assignment.
4 Experience in LIDAR or better technology for topographic survey(Infrastructure 3.5
sector)
4.1 1 project 1
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

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

* Shall be ascertained through the ownership evidence uploaded on INFRACON in


regard to major equipments required for testing of materials to be used for
construction of Highway Project.
Note:1- The experience of firm in Lidar or equivalent technology, GPR and
Induction Locator or equivalent technologies and Experience in digitization of
cadastral maps for land acquisition shall be supported by experience certificate.
The experience of a firm in Lidar or equivalent technology, GPR and Induction
Locator or equivalent technologies and Experience in Digitization of cadastral maps
for land acquisition for a private concessionaire/contractor shall be considered only
if the experience certificate is authenticated by the concerned competent
Government department/authority. In case of overseas experience the weightage
to be assigned to the certificate for experience in use of the equipment, a self-
certificate followed by the client certificate may be accepted.
Note:2- In case ownership document of equipment of Consultancy/Associate Firm is
found to be false, the consultancy/ Associate firm, as the case may be, shall be put
on holiday listing (temporary debarment) for a period upto 12 months.
List of minimum essential equipment which the firm must possess for eligibility:

Material Testing Facilities


a. Aggregate testing facility including flakiness index, elongation index, abrasion,
impact,crushing, stripping value etc.
b. Soil testing facility including Atterberg limits, soil classifications, moisture content,
density, CBR value, etc.
Field Investigation Facilities
a. Falling weight deflectometer
b. Roughometer or equivalent / better
c. DGPS and Total station with appropriate software or equivalent / better
d. Drone with LiDAR sensor or better with appropriate processing software
e. Ground Penetrating Radar (GPR), hand held GPS, Laser Distance Measuring Instrument
Office Equipment and Software
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. AutoPlotter 10.9 or better

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)

2.4.1 TEAM LEADER cum 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./ Construction Management/ Transportation [AICTE Approved] 5

II Relevant Experience & Adequacy for the Project 70


a) Total Professional Experience 15
<12 years 0
≥12 but <14 years 11
≥14 but <16 years 12
≥16 but < 18 years 13
≥18 but <20 years 14
≥ 20 years 15
(b) Experience in Highway Projects- Experience in Planning, project preparationand design of Highway 25
Projects (2/4/6 laning of NH / SH / Expressways)
<8 years 0
≥8 but <10 years 17
≥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) In Feasibility of 2/4/6 laning works or DPR/IC/Construction Supervision of major highway projects i.e. 20
2/4/6 laning of NH/SH/Expressways in Similar Capacity ( Minimum Aggregate length of 80 km )

< 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

II Relevant Experience & Adequacy for the Project 70


a) Total Professional Experience 15
<8years 0
≥8 but <10 years 11
≥10 but <12 years 12
≥12 but < 14 years 13
≥14 but <16 years 14
≥ 16 years 15
(b) Experience in Highway Projects - Experience in Design/ Pavement Design 25
of Highway Projects (2/4/6 laning of NH/SH/Expressways)
<6 years 0
≥6 but <8 years 17
≥8 but <10 years 19
≥10 but < 12 years 21
≥12 but <14 years 23
≥ 14 years 25
c) Experience in Similar Capacity 30
(i) In Design/ Pavement Design of Highway Projects (2/4/6 laning of 30
NH/SH/Expressways) in Similar Capacity (Minimum aggregate length 80 km)
<2 projects 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
Add 0.5 marks for each subsequent year
subject to maximum of 2 marks
Total 100

200
2.4.3 BRIDGE ENGINEER

S. Description Max.
No. Points

I General Qualification 25
i) Degree in Civil Engineering or equivalent[AICTEApproved] 20

ii) Post Graduation in Structural Engineering/ Foundation Engineering/Hydraulics[AICTE 5


Approved]
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<8 years 0
≥8 but <10 years 11
≥10 but <12 years 12
≥12but <14 years 13
≥14 but <16 years 14
≥ 16 years 15
b) Experience in Bridge Projects 25

(i) Experience in project preparation and design of bridge projects 20


< 6 years 0
≥6 but <8 years 12
≥8 but <10 years 14
≥10 but <12 years 16
≥12 but <14 years 18
≥ 14 years 20
(ii) Experience of 2/4 lane configuration bridges 5
<2 Projects 0
2 projects 3
3 projects 3.5
4 4 projects 4.0
5 projects 4.5
> 5 projects 5
c) Experience as Senior Bridge Engineer or Similar Capacity in Highway Design Consultancy Projects (2/4/ 30
laning of NH/SH/Expressways) involving design of Major Bridges ( minimum 2 nos. of length more tha
200m)

<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

S. No. Description Max.


Points
I General Qualification 25
i) Degree or equivalent in Civil Engineering / Diploma in Civil Engineering / Diploma in Surveying[AICTE 20
Approved]
ii) Post Graduation in Remote Sensing/Photogrammetry or equivalent [AICTE Approved] 5

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 14
b) Experience in Highway Projects 15 25
i) Experience in Similar Projects (2/4/6 laning of NH / SH / Expressways) inproject preparation/ 20
Construction / Construction Supervision
<6 years 0
6 -8 years 15
>8-10 years 17
>10 years 20
ii) Knowledge and understanding of modern Computer based methodof Surveying 5

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

S. No. Description Max.


Points
I General Qualification 25
i) Degree in Civil Engineering / Environmental Engineering or Post Graduate in Environmental 20
Sciences[AICTE Approved]
ii) Post-Graduation in Environmental Engineering [AICTE Approved] 5
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<6 years 0
6-8 years 11
>8-10 years 13
>10 years 15
b) Experience in Highway Projects- Experience in Environment impact assessment of Highway Projects 25
(2/4/6 laning of NH/SH/Expressways)
<5 years 0
5 -7 years 19
>7-10 years 22
>10 years 25
c) Experience as Environmental Specialist or in Similar Capacity in HighwayProjects(2/4/6 laning of 30
NH/SH/Expressways)
<2 projects 0
2- 4 projects 24
5-7 projects 27
>7 projects 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

207
QUANTITY SURVEYOR

S. No. Description Max.


Points
I General Qualification 25
i) Graduation or equivalent in Civil Engineering / Certificate course from „Institution of Quantity 20
Surveying‟[AICTE Approved]
ii) GraduationApproved] or Equivalent in Civil Engineering[AICTE 5

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- Experience in preparation of Bill of Quantities, Contract 25
documents and documentation for major highwayprojects (2/4/6 laning of NH/SH/Expressways)

<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

S. Description Max. Points


No.
I General Qualification 25
i) Graduation or equivalent 20
ii) Post Graduation 5
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<15 years 0
15-17 years 11
>17-20 years 13
>20 years 15
b) Experience in Land Acquisition works of Government/Authority 20
<10 years 0
10 -12 years 15
>12-15 years 17
>15 years 20
c) Experience in Land Acquisition works in Highway/road sector 25
Nil project 0
1 project 19
2 projects 22
3 projects 25
d) Retired Revenue officer at the level of ADM/SDM / Tehsildar 10
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

209
2.4.10 UTILITY EXPERT

S. No. Description Max.


Points
I General Qualification 25
i) Graduation or equivalent 20
ii) Post Graduation 5
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<10 years 0
>10-12 years 11
>12-15 years 13
>15 years 15
b) Experience in Utility estimation and its laying/ erection 30
<8 years 0
>8 -10 years 24
>10-12 years 27
>12 years 30
c) Experience in Utility shifting estimation and its laying/ erection along Highway/ roads 25

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

S. No. Description Max.


Points
I General Qualification 25
i) Degree in Civil Engineering or equivalent [AICTE Approved] 20
ii) Post Graduation in Structural Engineering, Degree/Diploma/Certificate in Construction Management 5

II Relevant Experience & Adequacy for the Project 70


a) Total Professional Experience 15
<12 years 0
≥12 but <14 years 11
≥14 but <16 years 12
≥16 but < 18 years 13
≥18 but <20 years 14
≥ 20 years 15
(b) Experience in Bridge Project - Experience in major Bridge Construction /Development Project 25

< 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

ii) Post Graduation in Structural Engineering/ Bridge Engineering[AICTE Approved] 5

II Relevant Experience & Adequacy for the Project 70


a) Total Professional Experience 15
<8 years 0
≥8 but <10 years 11
≥10 but <12 years 12
≥12 but < 14 years 13
≥14 but <16 years 14
≥ 16 years 15
b) Experience in Bridge Projects 25
(i) Experience in project preparation and design of bridge projects 25
<5 years 0
≥5 but <7 years 17
≥7 but <9 years 19
≥9 but < 11 years 21
≥11 but <13 years 23
≥ 13 years 25
c) Experience as Senior Bridge Engineer or Similar Capacity in Highway Design 30
Consultancy Projects (2/4/6 laning of NH/SH/Expresswaysinvolving design of Major Bridges (
minimum 2 nos. of length more than200m)

<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

(i) Experience as Team Leader or similar capacity in major tunnel 7


construction/construction supervision projects (Road/Rail/Metro)
2 projects 5
3 projects 5
4 projects 6
>4 projects 7
(ii) Experience as Team Leader or similar capacity in preparation of DPR orFeasibility report of
major tunnel projects (Road/Rail/Metro) 8
2 projects 4
3 projects 5
4 projects 6
5 projects 7
>5 projects 8
III 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

216
2.4.14 Tunnel Design Expert

Sr. No. Description Max.


Points
I General Qualification 25
i) Degree in Civil/ Mining Engineering 20
ii) Post Graduation in Design/Structural Engineering or equivalent 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 24
(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
≥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

≥8 but <9 years 7

≥ 9 years 8

(ii) Experience as Tunnel Design Engineer (Structural) of major tunnelconstruction/construction


supervision 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
(iii) Experience as Tunnel Design Engineer (Structural) of major tunnel forpreparation of DPR 8
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
(iv)Experience as Tunnel Design Engineer (Structural) in preparation of DPR/ Feasibility report 7
of major tunnel projects (Road/Rail/Metro) using NATM

< 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

S. No. Description Max.


Points
I General Qualification 25
i) Degree in Civil Engineering/Mining Engineering / Engineering Geology 20
Post Graduation in Geotechnical Engineering /Foundation Engineering/Rock Mechanics/Geo
ii) science or equivalent 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 24
(i) Professional experience in handling major tunnel projects(Road/Rail/Metro)
8
<8 years 0
≥8 but <10 years 4
≥10 but <12 years 5
≥12 but < 14 years 6
≥14 but <16 years 7
≥ 16 years 8
(ii) Experience in major tunnel construction/construction supervisionprojects 8
(Road/Rail/Metro)
<8 years 0
≥8 but <10 years 4
≥10 but <12 years 5
≥12 but < 14 years 6
≥14 but <16 years 7
≥ 16 years 8
(iii)Experience in preparation of DPR or Feasibility report of major tunnelprojects
(Road/Rail/Metro) 8
<8 years 0
≥8 but <10 years 4
≥10 but <12 years 5
≥12 but < 14 years 6

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

Sr. Description Max.


No. Points
I General Qualification 25
i) Graduate in Geophysics/Geo science/ Earth science or equivalent 20
ii) Post Graduation in Geophysics/Geo science/ Earth Science or equivalent 5
II Relevant Experience & Adequacy for the Project 65
a) Total Professional Experience 15
<10 years 0
≥10 but <12 years 8
≥12 but <14 years 9
≥14 but < 16 years 11
≥16 but <18 years 13
≥ 18 years 15
b) Experience in Relevant works 50
(i) Professional Experience in handling tunnel/ mineral and oil explorationprojects 12

<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

Assumptions to be made regarding Similar Capacity for various positions.

224
Assumptions to be made regarding Similar Capacity for various
positions
1. Team Leader cum Senior Highway Engineer

i) On behalf of Consultant / Contractor: Team Leader/Senior Highway

Engineer.

ii) In Government Organizations: Superintending Engineer (or

equivalent) and above

2. Senior Bridge Engineer

i) On behalf of Consultant: Senior Bridge Engineer/Bridge

Engineer/ Bridge Design

Engineer

ii) In Government Organizations: Executive Engineer (or equivalent)

and above

3. Highway cum Pavement Engineer

i) On behalf of Consultant: Highway Engineer/Highway Design

Engineer/Pavement Engineer.

ii) In Government Organizations: Executive Engineer (or equivalent)

and above

4. Material Engineer cum Geo Technical Engineer- Geologist

i) On behalf of Consultant: Material Engineer/Material

Expert/Geo Technical

Engineer

ii) In Government Organizations: Executive Engineer (or equivalent) and


above

Material Engineer/Material
Expert/Geo Technical
Engineer/Manager (Material)

225
5. Traffic and Safety Expert

i) On behalf of Consultant: Traffic


Engineer/Transportation
Engineer/Road Safety Expert

ii) In Government Organizations: Executive Engineer (or equivalent) and above

iii) On behalf of Contractor: Traffic Engineer/Transportation

Engineer/ Road Safety Expert

6. Senior Survey Engineer

i) On behalf of Consultant: Senior Survey Engineer/ Survey

Engineer/ Senior Surveyor

ii) In Government Organizations: Surveyor/Engineer (or


equivalent)
iii) On behalf of Contractor: Senior Survey Engineer/Survey

Engineer/ Senior Surveyor

7. Environmental Specialist

i) On behalf of Consultant /Contractor: Environmental Engineer/

Environmental Specialist/

Environmental Expert

ii) In Government Organization: Officers who has dealt

environment/forest matter.

8. Quantity Surveyor/Documentation Expert

i) On behalf of Consultant /Contractor: Quantity Surveyor

(ii) In Government Organizations:Assistant Engineer (or equivalent)

9. Land Acquisition Expert

i) On behalf of Consultant /Contractor: Land Acquisition


Expert

(ii) In Government Organizations:ADM, SDM, Tehsildar,

10. UTILITY Expert

i) On behalf of Consultant /Contractor: Utility Expert

226
(ii) In Government Organizations: Executive Engineer (or equivalent) and above.

11. Team Leader cum Senior Tunnel Expert

i) On behalf of the Consultant/Contractor: Team Leader/Senior Highway Engineer.

ii) In Government Organizations: Superintending Engineer (or equivalent)


and above

12. Tunnel Design Engineer

i) On behalf of the Consultant/Contractor: Tunnel Design Engineer

ii) In Government Organizations: -----------

13. Senior E&M Expert

i) On behalf of the Consultant/Contractor: Senior E&M Expert (Tunnels)

ii) In Government Organizations: ------------

14. Senior Geologist:

i) On behalf of the Consultant/Contractor: Geologist

ii) In Government Organizations: Geologist

15. Material Engineer

i) On behalf of the Consultant/Contractor: Material Engineer/ Material Expert

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

DRAFT CONTRACT AGREEMENT

Between

<Agency>

<Address>

And

M/s ………………………………….….. in JV with M/s ……………….……………. And in


Association with M/s ……………………………..

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.

(From km to km of NH in the State of … )

228
CONTENTS

Sl. No. Description Page No. I.

CONTRACT FOR CONSULTANT’S SERVICESII

GENERAL CONDITIONS OF CONTRACT

1. General Provisions

1.1 Definitions

1.2 Relation between the Parties

1.3 Law Governing the Contract

1.4 Language

1.5 Headings

1.6 Notices

1.7 Location

1.8 Authority of Member in Charge

1.9 Authorized Representatives

1.10 Taxes and Duties

2. Commencement, Completion, Modification and Termination of Contract

2.1 Effectiveness of Contract

2.2 Termination of Contract for Failure to Become Effective

2.3 Commencement of Services

2.4 Expiration of Contract

2.5 Entire Agreement

2.6 Modification

2.7 Force Majeure

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

2.9.1 By the Client


2.9.2 By the Consultants
2.9.3 Cessation of Rights and Obligations
2.9.4 Cessation of Services
2.9.5 Payment upon Termination
2.9.6 Disputes about Events of Termination

3. Obligations of the Consultants

3.1 General

3.1.1 Standard of Performance

3.1.2 Law Governing Services3.2 Conflict of Interests

3.2.1 Consultants not to Benefit from Commissions, discounts etc.

3.2.2 Consultants and Affiliates not to be otherwise interested in Project

3.2.3 Prohibition of Conflicting Activities

3.3 Confidentiality

3.4 Liability of the Consultants

3.5 Insurance to be taken out by the Consultants

3.6 Accounting, Inspection and Auditing

3.7 Consultants‟ Actions requiring Client‟s prior Approval

3.8 Reporting Obligations

3.9 Documents prepared by the Consultants to be the Property of the Client

3.10 Equipment and Materials furnished by the Client

230
4. Consultants‟ Personnel

4.1 General

4.2 Description of Personnel

4.3 Approval of Personnel

4.4 Working Hours, Overtime, Leave etc.

4.5 Removal and/or Replacement of Personnel

4.6 Resident Project Manager

5. Obligations of the Client

5.1 Assistance and Exemptions

5.2 Access to Land

5.3 Change in the Applicable Law

5.4 Services, Facilities and Property of the Client

5.5 Payment

6. Payment to the Consultants

6.1 Cost Estimates; Ceiling Amount

6.2 Currency of Payment

6.3 Mode of Billing and Payment

7. Responsibility for accuracy of the project document

7.1 General

7.2 Retention money

7.3 Penalty

7.4 Action for deficiency in services

8. Fairness and Good Faith

8.1 Good Faith

8.2 Operation of the Contract

9. SETTLEMENT OF DISPUTES

9.1 Amicable Settlement

9.2 Dispute Settlement

231
III. SPECIAL CONDITIONS OF CONTRACT

IV. APPENDICES

Appendix A: Terms of reference containing, inter-alia, the Description of


the Services and Reporting Requirements

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


Personnel, Task assignment, work programme, manning
schedule, qualification requirements of key personnel, schedule
for submissionof various report.

Appendix C: Hours of work for Consultants‟

Personnel Appendix D: Duties of the Client

Appendix E: Cost Estimate

Appendix F: Copy of letter of invitation

Appendix G: Copy of letter of acceptance

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

Appendix I: Minutes of the Pre-bid meeting

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,

on the other hand, M/s ------------------------------------------ in JV with ----------------------------------


and in Association with .................................. (hereinafter called the “Consultants”).

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;

NOW THEREFORE the parties hereto hereby agree as follows:

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


part ofthis Contract:

(a) The General Conditions of Contract (hereinafter called “GC”);

(b) The Special Conditions of contract (hereinafter called “SC”);

(c) The following Appendices:

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


and Reporting Requirements

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


Personnel, Task assignment, work programme, manning schedule,
qualification requirements of key personnel, and schedule for submission
of various report.

Appendix C: Hours of work for Consultants‟

Personnel Appendix D: Duties of the Client

Appendix E: Cost Estimate

Appendix F: Copy of letter of

invitation Appendix G: Copy of letter of

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.

FOR AND ON BEHALF OF Witness

(<Agency>)

1. Signature Name

Address

By

Authorized Representative 2. Signature

Name Address

FOR AND ON BEHALF OF Witness

(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;

(e) “GC” means these General Conditions of Contract;

(f) “Government” means the Government of India;

(g) “local currency” means the currency of the Government;

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


consortium of more than one entity, means any of these entities, and
“Members” means all ofthese entities;

(i) “Personnel” means persons hired by the Consultants or by any Sub


consultant as employees and assigned to the performance of the Services
or any part thereof; “foreign Personnel” means such persons who at the
time of being so hired had their domicile outside India; and “local
Personnel” means such persons who at the time of being so hired had
their domicile inside India;

(j) “Party” means the Client or the Consultants, as the case may be, and
Parties means both of them;

(k) “Services” means the work to be performed by the Consultants pursuant to


this Contract for the purposes of the Project, as described in Appendix A
hereto;

(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

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


and servant or of agent and principal as between the Client and the
Consultants. The Consultants, subject to this Contract, have complete charge
of Personnel performing the Services and shall be fully responsible for the
Services performed by them or on their behalf hereunder.

1.3 Governing Law and Jurisdiction

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.

1.5 Table of Contents and Headings

The table of contents, headings or sub-headings in this agreement are for


convenience for reference only and shall not be used in, and shall not limit,
alter or affect the construction and 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.

1.6.2 Notice will be deemed to be effective as 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

The Services shall be performed at such locations as are specified in Letter of


Acceptance (Appendix-G) hereto and, where the location of a particular task is
not so specified, at such locations, whether in India or elsewhere, as the Client
may approve.

1.8 Authority of Member in Charge

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

Any action required or permitted to be taken, and any document required or


permitted to be executed, under this Contract by the Client or the Consultants
may be taken or executed by the officials specified in the SC.

1.10 Taxes and Duties

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.

2. COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION OF


CONTRACT

2.1 Effectiveness of Contract

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.

2.2 Termination of Contract for Failure to Become Effective

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.

2.3 Commencement of Services

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.

2.4 Expiration of Contract

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.

2.5 Entire Agreement

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

Modification of the terms and conditions of this Contract, including any


modification of the scope of the Services, may only be made by written agreement
between the Parties. Pursuant to Clause GC 8.2 hereof, however, each party
shall give due consideration toany proposals for modification made by the other
Party.
2.7 Force Majeure

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.

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


make anypayment required hereunder.

2.7.2 No Breach of Contract

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.

2.7.3 Measures to be Taken

(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.

2.7.4 Extension of Time

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

During the period of their inability to perform the Services as a result of an


event of Force Majeure, the Consultants shall be entitled to be reimbursed for
additional costs reasonably and necessarily incurred by them during such period
for the purposes of the Services and in reactivating the Services after the end of
such period.

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

2.9.1 By the Client

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:

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


obligations are under, as specified in a notice of suspension pursuant to
Clause

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.

2.9.2 By the Consultants

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;

(b) if the Client is in material breach of its obligations pursuant to this


Contract and has not remedied the same within forty-five (45) days (or
such longer period as the Consultants may have subsequently approved
in writing) following the receipt by the Client of the Consultants‟
notice specifying suchbreach;

(c) if, as the result of Force Majeure, the Consultant are unable to
perform 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.

2.9.3 Cessation of Rights and Obligations

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


upon expiration of this Contract pursuant to Clause 2.4 hereof, all rights and
obligations of the Parties hereunder shall cease, except (i) such rights and
obligations as may have accrued on the date of termination or expiration, (ii)
the obligation of confidentiality set forth in Clause 3.3 hereof, (iii) the
Consultant‟s obligation to permit inspection, copying and auditing of their
accounts and records set forth in Clause 3.6 (ii) hereof, and (iv) any right which
242
a Party may have under the Applicable Law.

2.9.4 Cessation of Services

Upon termination of this Contract by notice of either Party to the other


pursuant to Clauses 2.9.1 or 2.9.2 hereof, the Consultants shall, immediately
upon dispatch or receipt of such notice, take all necessary steps to bring the
Services to a close in a prompt and orderly manner and shall make every
reasonable effort to keep expenditures for this purpose to a minimum. With
respect to documents prepared by the Consultants and equipment and materials
furnished by the Client, the Consultants shall proceed as provided, respectively,
by Clauses 3.9 or 3.10 hereof.

2.9.5 Payment upon Termination

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):

(i) remuneration pursuant to Clause 6 hereof for Services satisfactorily


performed prior to the effective date of termination.
(ii) reimbursable expenditures pursuant to Clause 6 hereof for
expenditures actually incurred prior to the effective date of
termination; and

(iii) except in the case of termination pursuant to paragraphs (a) through


(d) of Clause 2.9.1 hereof, reimbursement of any reasonable cost
incident to the prompt and orderly termination of the Contract
including the cost of the return travel of the Consultants‟ personnel and
their eligible dependents.

2.9.6 Disputes about Events of Termination

If either Party disputes whether an event specified in paragraphs (a) through


(e) of Clause 2.9.1 or in Clause 2.9.2 hereof has occurred, such Party may,
within forty-five
(45) days after receipt of notice of termination from the other Party, refer the
matter to arbitration pursuant to Clause 8 hereof, and this Contract shall not
be terminated on account of such event except in accordance with the terms of
any resulting arbitralaward.
2.9.7

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.

2.9.7.2 Should a Party intend to foreclose this Agreement by mutual consent,


the intending Party shall issue a notice to the other Party and upon issuance of
such notice, the other Party may within 15 days from receipt of such notice
either agree to such foreclosure or raise objection(s) to the same by intimating
either of the two possible positions to the intending Party in writing. In case
the contract is foreclosed on mutual consent, payment upto the completed

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.

2.9.7.3 If at inception stage or feasibility stage, Client desires to foreclose the


contract, the contract will be foreclosed with mutual consent up to that stage
and the Consultant‟s consent is implied without exception.

2.9.7.4 Any attempt or endeavour for foreclosure by mutual agreement shall


be without prejudice to the rights and obligations of the Parties herein and the
factum of such an attempt or exercise shall not stop either of the Parties from
discharging their contractual obligations under this Agreement.

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. OBLIGATIONS OF THE CONSULTANTS

3.1 General

3.1.1 Standard of Performance

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.

3.1.2 Law Governing Services

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.

3.2 Conflict of Interests

3.2.1 Consultants not to Benefit from Commissions, Discounts, etc.

The remuneration of the Consultants pursuant to Clause 6 hereof shall


constitute the Consultants' sole remuneration in connection with this Contract
or the Services and the Consultants shall not accept for their own benefit any
trade commission, discount or similar payment in connection with activities
pursuant to this Contract or to the Services or in the Discharge of their
obligations hereunder, and the Consultants shall use their best efforts to ensure
that any Sub consultants, as well as the Personnel and agents of either of them,
similarly shall not receive any such additional remuneration.

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.

3.2.3 Prohibition of Conflicting Activities

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.

3.4 Liability of the Consultants

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.

3.5 Insurance to be taken out by the Consultants

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.

3.6 Accounting, Inspection and Auditing

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:

(a) appointing such members of the Personnel as are listed in Appendix B;

(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;

(c) any other action that may be specified in the SC.

3.8 Reporting Obligations

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.

3.9 Documents prepared by the Consultants to be the Property of the Client

All plans, drawings, specifications, designs, reports and other documents


prepared by the Consultants in performing the Services shall become and remain
the property of the Client, and the Consultants shall, not later than upon
termination or expiration of this Contract, deliver all such documents to the
Client, together with a detailed inventory thereof. The Consultants may retain a
copy of such documents. Restrictions about the future use of these documents,
shall be as specified in the SC.

3.10 Equipment and Materials furnished by the Client

Equipment and materials made available to the Consultants by the Client, or


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

4. CONSULTANTS' PERSONNEL

4.1 General

The Consultants shall employ and provide such qualified and experienced
Personnelas are required to carry out the Services.

4.2 Description of Personnel

(a) The titles, agreed job descriptions, minimum qualification and

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.

(b) If required to comply with the provisions of Clause 3.1.1 of this


Contract, adjustments with respect to the estimated periods of
engagement of Key Professional / Sub Professional Personnel set forth in
Appendix B may be made by the Consultants by written notice to the
Client, provided

(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.

4.3 Approval of Personnel

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.

4.4 Working Hours, Overtime, Leave, etc.

(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 Removal and/or Replacement of Key Personnel

Removal and/or replacement of Key Personnel shall be regulated as under:

4.5.1 In case notice to commence services pursuant to Clause 2.1 of this


Contract is not ordered by Client within 120 days of signing of contract the key
personnel can excuse themselves on valid grounds, e.g., selection on some
other assignment, health problem developed after signing of contract, etc.
In such a case no penalty shall be levied on the Firm or on the person
concerned. The firm shall however be asked to give a replacement by
an equal or better scoring person, whenever mobilization is ordered.

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.

4.5.4 Replacement after original contract period is over:

There shall be no limit on the replacements and no reduction in remunerations


shallbe made. The replacement shall however be of equal or better score.

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.

4.5.7 In case, person permanently employed with the firm is to be replaced,


technical score of both the CVs shall be compared excluding the marks given
for employment with firm. Replacement would be allowed when the Technical
Score (excluding the marks given for employment with firm) of the new key
person is equal or better than the existing key person's Technical Score
excluding marks assigned for permanent employment with the firm. However,
the remuneration of such replacement shall be reduced on proportionate basis
in case the overall score of the replacement person is less than the
overall score of original person.

4.6 Resident Team Leader and Coordinator

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;

(c) facilitate prompt clearance through customs of any property required


for the Services;

(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;

5.2 Access to Land

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.

5.3 Change in the Applicable Law

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),

5.4 Services, Facilities and Property of the Client

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

In consideration of the Services performed by the Consultants under this Contract,


the Client shall make to the Consultants such payments and in such manner as is
provided by Clause 6 of this Contract.

6. PAYMENT TO THE CONSULTANTS

6.1 Cost Estimates: Ceiling Amount

(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.

(c) Notwithstanding Clause 6.1(b) hereof, if pursuant to Clauses 5.4 hereof,


the Parties shall agree that additional payments shall be made to the
Consultants in order to cover any necessary additional expenditures not
envisaged in the cost estimates referred to in Clause 6.1(a) above, the
ceiling set forth in Clause 6.1(b) above shall be increased by the amount
or amounts, as the case may be, of any such additional payments.

6.2 Currency of Payment

(a) The payment shall be made in Indian Rupees.

6.3 Mode of Billing and Payment

Billing and payments in respect of the Services shall be made as follows:-

(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.

(b) Payment Schedule

Sr. Item Payment %


No.
1 Submission of final QAP and Inception Report 10%
2 Approval of final Alignment Report 5%
3 Submission of final feasibility Report 5%
4 Submission Of 3a Notification, Draft 3 A And Approval Of Final LandAcquisition Report containing 5%
details of 3a, 3A

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%

7 Approval of final DPR report, documents and drawings(Refer Note-2) 10%


8 Approval of bid documents and draft civil works contract agreement alongwith technical schedules. 5%

9 3D publication for all land parcels identified in item 4 above and submissionof Land Acquisition II report 10%

10 Stage II clearance approval and submission of final clearances II report 5%


11 Final approval of utilities shifting estimates and submission of Utilities IIreport 2.5%

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.

Note: Consultants have to provide a certificate that all key personnel as


envisaged in the Contract Agreement has been actually deployed in the project.
They have to submit this certificate at the time of submission of bills to State
PWD Uttar Pradesh/MoRTHfrom time to time.

* The Concerned Project Director or his authorized representative shall


ensure and certify at least 5% test check of all the data collected by the
Consultant before releasing the payment to the Consultant.
Note-2: Payment for geotechnical investigations shall be made on submission of
geotechnical investigation report by the Consultant for the amount quoted by the
Consultant in its financial proposal but limited to 2.5% of ceiling amount of
contract +/- the variation amount due to increase/decrease in total length of soil
exploration as approved by Client. Payment on approval of final DPR, documents
and drawings will be the amount determined by subtracting the amount paid for
geotechnical investigations from 10% of the contract value +/- the variation
amount due to increase/decrease in total length of soil exploration as approved by
Client.
Note:3 Approval of any submission or stage will include deemed approval in
accordance with Note:1 below Enclosure III to ToR “Schedule for approval of
Reports and Documents by PD after submission by Consultant”.

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.

(g) Efforts need to be made by the Consultant to submit the schedule


reports of each road stretch / s of a package. However, due to reasons
beyond the reasonable control of Consultant, if the schedule
submission of reports / documents of each road stretch /s of a package is
not done, the payment shall be made on pro-rata basis.

(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. Responsibility for Accuracy of Project Documents

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

An amount equivalent to 5% of the contract value shall be retained at the end


of the contract for accuracy of design and quantities submitted and the same
will be released at earlier of project COD or 3 years from start of civil work.

7.3. Penalty

7.3.1. Penalty for Error/Variation

i. If variation in project cost occurs due to Change of scope requests of more


than 10% of the total project cost as estimated by the consultant and these
change of scope requests arise due to deficiencies in the design provided by the
consultant, the penalty equivalent to 4% of the contract value shall be imposed.
For this purpose retention money equivalent to 4% of the contract value will be
forfeited. This shall exclude any additional/deletion of items/works ordered by
the client during the execution

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.

iii. If there is a variation in quantities of various itmes of utilities shifting during


the execution of the project upto an extent of +/- 10% of the quantity
estimated by the design consultant, 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

iii) For inaccuracies in survey/investigation/design work the penalties shall be

254
Imposed as per details given in Table below:

Sr. Item Penalty (%age of contract


No. value)
1 Topographic Surveys 1.0 to 1.5
a) The horizontal alignment does not match with ground condition.
b) The cross sections do not match with existing ground.
c) The co-ordinates are defective as instruments of desired accuracy not used.
2 Geotechnical Surveys 1.0 to 1.5
a) Incomplete surveys
b) Data not analyzed properly
c) The substrata substantially different from the actual strata found during
construction.
3 Traffic data found to be varying by more than 25% on resurvey at a later date,unless 0.5 to 1.0
there are justifiable reasons.
4 Axle load data found to be varying by more than 25% on resurvey at a laterdate, 0.5 to 1.0
unless there are justifiable reasons.
5 Structural Designs found to be unsafe or grossly over designed The firm shall be
considered as non-
performing as per para
7.4.2.

7.3.2 Penalty for delay

In case of delay in completion of services, a penalty equal to 0.05% of the contract


price per day subject to a maximum 5% of the contract value will be imposed
and shall be recovered from payments due/performance security. However in
case of delay due to reasons beyond the control of the consultant, suitable
extension of time will be granted on case to case basis.

7.3.2.1 Penalty for wrong information in technical proposal

(a) If an information is found incorrect/fake/inflated in the CV, at any stage,


debarment of the key personnel from future MoRTH or its Executing Agencies
projects upto 2 years may be taken by MoRTH 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.

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.

(e) In case ownership document of equipment of Consultancy/Associate Firm is


found to be false, the consultancy/ Associate firm, as the case may be, shall be put
on holiday listing (temporary debarment) for a period upto 12 months.

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.

7.4 ACTION FOR DEFICIENCY IN SERVICES

7.4.1 Consultants liability towards the Client

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.

7.4.2 Debarring / Non Performing

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.

8. FAIRNESS AND GOOD FAITH

8.1 Good Faith

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.

8.2 Operation of the Contract


The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties
hereby agree that it is their intention that this Contract shall operate fairly as
between them, and without detriment to the interest of either of them, and
that, if during the term of this Contract either Party believes that this Contract
is operating unfairly, the Parties will use their best efforts to agree on such
action as may be necessary to remove the cause or causes of such unfairness,
but no failure to agree on any action pursuant to this Clause shall give rise to a
dispute subject to arbitration in accordance with Clause 9 hereof.

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 Dispute Resolution

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

a) Parties may agree to appoint a sole arbitrator or, failing agreement on


the identity of such sole arbitrator within thirty(30) days after receipt
by the other Party of the proposal of a name for such an appointment by
the Party who initiated the proceedings, either Party may apply to the
President, Indian Roads Congress, New Delhi for a list of not fewer than
five nominees and, on receipt of such list, the Parties shall alternately
strike names therefrom, and the last remaining nominee on the list shall
be sole arbitrator for the matter in dispute. If the last remaining
nominee has not been determined in this manner within sixty (60) days
of the date of the list, the president, Indian Roads Congress, New Delhi,
shall appoint, upon the request of either Party and from such list or

257
otherwise, a sole arbitrator for the matter in dispute.

9.4.3 Substitute Arbitrator

SubstituteArbitrator If for any reason an arbitrator is unable to perform his


function, a substitute shall be appointed in the same manner as the original
arbitrator.

9.4.4 Qualifications of Arbitrator

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

In any arbitration proceeding hereunder:

(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

Sum in dispute Model fee


Up to Rs.5,00,000(Five Lakh) Rs. 45,000
Above Rs 5,00,000(Five Lakh) and upto Rs Rs 45,000 plus 3.5 per cent of the claim amount
20,00,000(Twenty Lakh) over and above Rs 5,00,000 (Five Lakh)
Above Rs 20,00,000(twenty Lakh) and upto Rs 97,500 plus 3 percent of the claim amount over
Rs 1,00,00,000 (One Crore) and above Rs 20,00,000
(Twenty Lakh)
Above Rs 1,00,00,000 (One Crore) and up Rs 3,37,500 plus 1 percent of the claim amount over
to Rs 10,00,00,000(Ten and above Rs
Crore) 1,00,00,000(One Crore)
Above 10,00,00,000 (Ten Crore) and up Rs 12,37,500 plus 0.75 per cent of the claim amount

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.

10. Change of Scope

Change of Scope on account of variation in length of project highway, change


from brown field to green field, change in lane configuration etc. shall be dealt
as follows:

10.1 During the course of consultancy services in case it is considered


necessary to increase/decrease the scope of services (of total length as
compared to indicative length as given in the Annex-1 of Letter of Invitation of
the RFP) or change from brown field to green field by the Client the same shall
be notified by Change of Scope notice. Similarly, if the Consultant determines
that change of scop e is needed, it will inform the same to the Client. The
Client will examine and shall either reject the proposal or issue change of
scope notice.

10.1.1 The Consultancy fee shall be revised on account of change of length as


below:

i) In case there is increase/ decrease in total length of project compared


to the indicative length as given in the Annex-1 to Letter of Invitation of the
RFP, the consultancy fee shall be increased/ decreased in the same proportion
in which the length of the project road is increased/ decreased, if the
increase/decrease in length is upto 25% of original length. Beyond 25% of the
original length, revised consultancy fee shall be mutually decided by the
Consultant and the Client.

ii) Increase/decrease in length on account of realignment/bypasses shall


not be considered as change of scope. However, the total length of the project
highway (including bypasses and realignment) along the finally approved
alignment shall be compared with the indicative length in the Annex-1 to Letter
of Invitation of the RFP for the purpose of calculation of enhancement of
consultancy fee.

10.1.2 In case the project highway or part of it is proposed to be designed as


green field project whereas it is not so specifically mentioned in the Annex-1 to
Letter of Invitation of the RFP, the consultancy fee applicable for the affected
part of the project highway shall be enhanced by 5%.

10.2 In case of increase in configuration of lanes in the project after the


submission under a particular stage, the original consultancy fee shall be
enhanced by 10%.

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”

1.4 The language is: English

1.6.1 The addresses are:

For the Client : <Agency>, <Address>

Attention : <Agency>, <Address>

Extn ..... ; Fax: 011-

………..

E-mail: <Email>

For the Consultants:

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

1.6.2 Notice will be deemed to be effective as follows:

(a) in the case of personal delivery or registered mail, on delivery;

(b) In the case of facsimiles, 24 hours following confirmed transmission.

(c) In case of E mail, 24 hours following confirmed transmission.

1.8 Entity to Act as Member in charge (In case of Joint Venture of Consultants)
with orwithout an Associate: - ………………………..

1.9 The Authorized Representatives are:

For the Client : ( -- )

Director, <Agency> ( -- )

For the Consultant: Name

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.

2.1 The effectiveness conditions are the following:

a) The contract has been approved by Ministry.

b) The consultant will furnish within 15 days of the issue of letter of


acceptance, an unconditional Bank Guarantee an amount equivalent to
10% of the total contract value to be received by him 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 500 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 lead partner of JV 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.

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.

3.4 Limitation of the Consultants‟ Liability towards the Client

(a) Except in case of negligence or willful misconduct on the part of the


Consultants or on the part of any person or firm acting on behalf of the
Consultants in carrying out the Services, the Consultants, with respect to damage
caused by the Consultants to the Client‟s property, shall not be liable to the
Client:

(i) for any indirect or consequential loss or damage; and


(ii) for any direct loss or damage that exceeds (A) the total payments for Professional
Fees and Reimbursable Expenditure 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.

(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.

3.5 The risks and the coverage shall be as follows:

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.

(d) Employer‟s liability and workers‟ compensation insurance in respect of the


Personnel of the Consultants and of any Sub consultant, in accordance with the
relevant provisions of the Applicable Law, as well as, with respect to such
Personnel, any such life, health, accident, travel or other insurance as may be
appropriate; and all insurances and policies should start from the date of
commencement of services and remain effective as per relevant requirements
of contract agreement.

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)

6.3 (a) No advance payment will be made.

6.3 (e) The interest rate is: @ 12% per annum

6.3 (f) The account is:

Account Number:

264
IFSC Code :

9.2 Disputes shall be settled by arbitration in accordance with the following provisions:

9.2.1 Selection of Arbitrators

Each dispute submitted by a Party to arbitration shall be heard by a sole arbitrator to

a) Parties may agree to appoint a sole arbitrator or, failing agreement on


the identity of such sole arbitrator within thirty(30) days after receipt by
the other Party of the proposal of a name for such an appointment by
the Party who initiated the proceedings, either Party may apply to the
President, Indian Roads Congress, New Delhi for a list of not fewer than
five nominees and, on receipt of such list, the Parties shall alternately
strike names therefrom, and the last remaining nominee on the list shall
be sole arbitrator for the matter in dispute. If the last remaining
nominee has not been determined in this manner within sixty (60) days of
the date of the list, the president, Indian Roads Congress, New Delhi,
shall appoint, upon the request of either Party and from such list or
otherwise, a sole arbitrator for the matter in dispute.

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>

In consideration of <Agency> (hereinafter referred as the “Client”, which expression


shall, unless repugnant to the context or meaning thereof include its successors,
administrators and assigns) having awarded to
M/s.………………………………………………having its office at
……………….. (Hereinafter referred to as the “Consultant” which expression shall
repugnant to the context or meaning thereof, include its successors, administrators,
executors and assigns), a contract by issue of client‟s Contract Agreement no. / Letter
of Acceptance No. ………………..
dated .............. and the same having been unequivocally accepted by the Consultant,
resulting in a Contract valued at Rs…………../- (Rupees ............................) excluding Goods
& service tax for “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. (Hereinafter called the “Contract”), and the
Consultant having agreed to furnish a Bank Guarantee to the Client as “Performance
Security as stipulated by the Client in the said contract for performance of the above
Contract amounting to Rs.……………./- (Rupees ................ ).

We, ……………………………..having registered office at , a body registered/constituted


under the ……………………….(hereinafter referred to as the Bank), which expression
shall, unless repugnant to the context or meaning thereof, include its successors,
administrators, executors and assigns) do hereby guarantee and undertake to pay the
client immediately on demand any or, all money payable by the
Consultant to the extent of Rs.
…………..(Rupees………..………………..) as aforesaid at any time up to.. without any demur,
reservation, contest, recourse or protest and/or without any reference to the
consultant. Any such demand made by the client on the bank shall be conclusive and
binding notwithstanding any difference between the Client and the Consultant or any
dispute pending before any Court, Tribunal, Arbitrator or any other authority. We
agree that the Guarantee herein contained shall be irrevocable and shall continue to
be enforceable till the Client discharges this guarantee.

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.

b) This Bank Guarantee shall be valid up to …………..

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).

(Signature of the Authorized Official)

(Name & Designation with Bank Stamp)

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) ☐

2.10 Existing right of way details Yes ☐ No ☐ NA



Number/ Location of major and minorbridges
2.11 Yes ☐ No ☐ NA

Number/ Location of level crossings
2.12 Yes ☐ No ☐ NA

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

276
2.14 Any other details relevant to the project Yes ☐ No ☐ NA NA

3 Approach Methodology Yes ☐ No ☐ NA NA

3.1 Engineering survey and investigations Yes ☐ No ☐ NA NA

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 and
3.4 Yes ☐ No ☐ NA NA
financing options

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

277
Details / Specifications
S.No SECTION OF THE REPORT YES/NO/NA Remarks

Task Assignment and Manning


4 Yes ☐ No ☐ NA ☐ NA
Schedule
4.1 Number of key personnel provided Yes ☐ No ☐ NA ☐
Specific tasks assigned to each key
4.2 Yes ☐ No ☐ NA ☐ NA
personnel
4.3 Manning schedule for key personnel Yes ☐ No ☐ NA ☐ NA
4.4 Number of key personnel deployed at site Yes ☐ No ☐ NA ☐
5 Performa for data collection Yes ☐ No ☐ NA ☐ NA
Indicative design standards and cross
6
sections Yes ☐ No ☐ NA ☐ NA
7 Development plans Yes ☐ No ☐ NA ☐ NA
Overview of development plans being
7.1 Yes ☐ No ☐ NA ☐ NA
implemented/ proposed by local bodies
Overview of impact of such development
7.2 Yes ☐ No ☐ NA ☐ NA
plans
8 Quality Assurance Plan Yes ☐ No ☐ NA ☐ NA
8.1 Engineering surveys and investigation Yes ☐ No ☐ NA ☐ NA
8.2 Traffic surveys Yes ☐ No ☐ NA ☐ NA
Material geo-technical and sub-soil
8.3 Yes ☐ No ☐ NA ☐ NA
investigations
8.4 Road and pavement investigations Yes ☐ No ☐ NA ☐ NA
Investigation and design of bridges and
8.5 Yes ☐ No ☐ NA ☐ NA
structures
8.6 Environment and R&R assessment Yes ☐ No ☐ NA ☐ NA
8.7 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA
8.8 Drawing and documentation Yes ☐ No ☐ NA ☐ NA
8.9 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
Discussion of draft QAP document with
8.10 Yes ☐ No ☐ NA ☐ NA
client
8.11 Approval of final QAP document by client Yes ☐ No ☐ NA ☐ NA
9 Draft design Standards Yes ☐ No ☐ NA ☐ NA
Geometric design standards of highway
9.1 Yes ☐ No ☐ NA ☐ NA
(Plain)
Geometric design standards of highway
9.2 Yes ☐ No ☐ NA ☐ NA
(Hilly)
10 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
10.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and scope
10.2 Yes ☐ No ☐ NA ☐ NA
as per RFP
10.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA
Compliance report prepared on client
10.4 Yes ☐ No ☐ NA ☐ NA
observations

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 ☐

7.14 Review of topographical survey by client Yes ☐ No ☐ NA


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 ☐

Sources of water for construction specifiedas per IS: 456


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

15.2 Details of existing RoW Yes ☐ No ☐ NA


NA ☐
15.3 Details of proposed RoW Yes ☐ No ☐ NA
NA ☐
Details about ownership of land to beacquired
15.4 Yes ☐ No ☐ NA
NA ☐
Strip plan basis reconnaissance andtopographic
15.5 Yes ☐ No ☐ NA
surveys
NA ☐
Strip plan reviewed and approved by theclient
15.6 Yes ☐ No ☐ NA
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

Topographical Survey using LiDAR (or equivalent


technology) as per IRC:SP:19
4.2 Yes ☐ No ☐ NA NA
 Gradient

 Terrain
Pavement composition and conditionsurvey as per
4.3 Yes ☐ No ☐ NA NA
IRC:SP:19

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

Pavement deflection survey as per IRC81-1997


10.13 Yes ☐ No ☐ NA NA

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

11 Materials Report Yes ☐ No ☐ NA NA

11.1 Material investigations as per IRC:10 Yes ☐ No ☐ NA NA

11.2 Review of material investigations by client Yes ☐ No ☐ NA NA

11.3 Multiple borrow areas identified Yes ☐ No ☐ NA NA

11.4 Material survey as per IRC: SP: 19 Yes ☐ No ☐ NA NA

11.5 Review of material survey by client Yes ☐ No ☐ NA NA

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

1 Bid documents- EPC Yes ☐ No ☐ NA ☐ NA

2 Bid documents- BOT/PPP Yes ☐ No ☐ NA ☐ NA

3 Bid documents- other, if any Yes ☐ No ☐ NA ☐ NA


4 Draft concession agreement Yes ☐ No ☐ NA ☐ NA
Schedule D - Specifications and
4
standards Yes ☐ No ☐ NA ☐ NA

5 Any other relevant details Yes ☐ No ☐ NA ☐ NA

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

10.7.5 Verification of area to be acquired – bysurvey


number Yes ☐ No ☐ NA ☐ NA

10.7.6 List of structures on each plot Yes ☐ No ☐ NA ☐ NA


10.7.7 Sketches of updated alignment by village Yes ☐ No ☐ NA ☐ NA
10.7.8 Verification from Land revenue department Yes ☐ No ☐ NA ☐ NA
10.7.9 Verification by CALA office 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 ☐

Valuation report and details of award calculation-


3.2 verification by state authorityto be included Yes ☐ No ☐ NA NA

3.3 Claims report Yes ☐ No ☐ NA NA

3.4 Copies of notifications published Yes ☐ No ☐ NA NA

Copies of land possession certificatesreceived
3.5 Yes ☐ No ☐ NA NA

4 Conclusions and recommendations Yes ☐ No ☐ NA NA

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 ☐

3.2 Final award and claims report Yes ☐ No ☐ NA NA



Copies of notifications published, landpossession
3.3 Yes ☐ No ☐ NA NA
certificates received

4 Conclusions and recommendations Yes ☐ No ☐ NA NA

4.1 Conclusions and recommendations Yes ☐ No ☐ NA NA

Report fulfils project objectives andscope as per
4.2 Yes ☐ No ☐ NA NA
RFP

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

315

Compliance report prepared on clientobservations


4.4 Yes ☐ No ☐ NA NA

GIS Map containing digitsed details of land parcels
5 acquired with all relevantdetails Yes ☐ No ☐ NA NA

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 ☐

Sources of Manufactured Items specified


 Details of Suppliers with Distancefrom
10.3 Yes ☐ No ☐ NA NA
Project Site

 Cost of Material/Transportation
Source of Water for construction specifiedas per
10.4 Yes ☐ No ☐ NA NA
IS:456

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

Determination of whether ROB or RUBis
11
appropriate Yes ☐ No ☐ NA NA

Justification of whether ROB or RUBshould be
11.1 Yes ☐ No ☐ NA NA
built

11.2 Review of justification by client Yes ☐ No ☐ NA NA

12 Alignment Options Study Yes ☐ No ☐ NA NA

326
At least two alignments proposed
12.1 Yes ☐ No ☐ NA NA
 Details of Alignments on Map

12.2 Review of options with client Yes ☐ No ☐ NA NA

12.2.1 Review of options with local authority Yes ☐ No ☐ NA NA

Length of the project along proposedalignment
12.3 Yes ☐ No ☐ NA NA
options

Land Acquisition required along alignmentoptions
12.4 Yes ☐ No ☐ NA NA

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

16 Economic and financial analysis Yes ☐ No ☐ NA NA



16.1 Estimated cost details Yes ☐ No ☐ NA NA

16.2 Projected revenues details Yes ☐ No ☐ NA NA

16.3 Assumptions stated Yes ☐ No ☐ NA NA

Analysis and results
 IRR
16.4 Yes ☐ No ☐ NA NA
 Sensitivity Analysis

 Financial Viability

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 ☐

Details of Existing Level Crossing


 Number of Railway Tracks
1.3  Type of Railway Tracks Yes ☐ No ☐ NA
(Broad/Metre/Narrow) ☐
 No. of trains per day
Justification for need of an ROB/RUB (onbasis of TVU
1.4
count) Yes ☐ No ☐ NA NA

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

Overview of existing pavement conditions
 Number of Lanes
1.6 Yes ☐ No ☐ NA
 Type of Pavement ☐
(Flexible/Rigid/Surfaced/Unsurfaced)
1.7 Existing right of way details Yes ☐ No ☐ NA

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

2 Social analysis of the project Yes ☐ No ☐ NA NA

Project impact on stakeholders such aslocal people
2.1 Yes ☐ No ☐ NA NA

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 ☐

Sources of Manufactured Items specified


 Details of Suppliers with Distancefrom Project
3.19 Yes ☐ No ☐ NA
Site
NA ☐
 Cost of Material/Transportation
Sources of environmentally friendly construction
3.19.1 materials identified as perMoRT&H circular Yes ☐ No ☐ NA
NA ☐
Source of Water for construction specifiedas per IS:456
3.20 Yes ☐ No ☐ NA
NA ☐
3.21 Any other details relevant to the project Yes ☐ No ☐ NA
NA ☐
4 Traffic surveys and analysis Yes ☐ No ☐ NA
NA ☐
Classified traffic volume counts usingIHMCL data (7
4.1 Yes ☐ No ☐ NA
day)
NA ☐
4.2 Traffic projection as per IRC:108 Yes ☐ No ☐ NA
NA ☐
4.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA
NA ☐
4.4 Current and Projected PCU Yes ☐ No ☐
NA ☐
4.5 Current and Projected TVU Yes ☐ No ☐
NA ☐
4.6 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA
NA ☐
4.7 Any other details relevant to the project Yes ☐ No ☐ NA
NA ☐
Determination of whether ROB or RUBis appropriate
5 Yes ☐ No ☐ NA
NA ☐
Justification of whether ROB or RUBshould be built
5.1 Yes ☐ No ☐ NA
NA ☐
6 Alignment Options Study Yes ☐ No ☐ NA

342
NA ☐

At least two alignments proposed


6.1 Yes ☐ No ☐ NA
 Details of Alignments on Map
NA ☐
Length of the project along proposedalignment
6.2 Yes ☐ No ☐ NA
options
NA ☐
Land Acquisition required along alignmentoptions
6.3 Yes ☐ No ☐ NA
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 ☐

Details of Proposed Superstructure Design


 Type
7.7 Yes ☐ No ☐ NA
 Details of Material Use Proposed
NA ☐
 Drawings of Cross-Sections

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

7.10 Details of Drainage Structures Proposed Yes ☐ No ☐ NA NA



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

8 Cost estimates Yes ☐ No ☐ NA NA

Summary of Cost Estimates (Referfollowing
8.1 Yes ☐ No ☐ NA
subsection)

8.2 Detailed Abstract of Cost Yes ☐ No ☐ NA NA

8.3 Detailed Bills of Quantity Yes ☐ No ☐ NA NA

8.4 Detailed Rate Analysis Yes ☐ No ☐ NA NA

9 Financial Viability Yes ☐ No ☐ NA NA

9.1 Estimated cost details Yes ☐ No ☐ NA NA

9.2 Projected revenues details Yes ☐ No ☐ NA NA

9.3 Assumptions stated Yes ☐ No ☐ NA NA

Analysis and results
 IRR
9.4 Yes ☐ No ☐ NA
 Sensitivity Analysis

 Financial Viability
10 Land Acquisition Study Yes ☐ No ☐ NA NA

Land Acquisition Details
 Total Land Required
10.1 Yes ☐ No ☐ NA
 Land Area already available

 Area of Land to be Acquired
10.3 Details of LA Cost Yes ☐ No ☐ NA

11 Utility Shifting Study Yes ☐ No ☐ NA NA

346

11.1 Results of GPR investigation Yes ☐ No ☐ NA NA



Utility relocation plan with existing / proposed location
11.2 showing existing RoWand topographic details Yes ☐ No ☐ NA NA

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

12 General Arrangement Drawing Yes ☐ No ☐ NA NA

12.1 Elevation of Railway Portion Yes ☐ No ☐ NA NA

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

S.No. Particulars Cost Estimate(in '000)


1 Cost of ROB Portion
Foundation
Substructure
Superstructure
Total-ROB Portion

2 Cost of Viaduct
Foundation
Substructure
Superstructure
Total-Viaduct

3 Cost of Approach Road

4 Cost of RE Wall

5 Cost of Service Road

6 Miscellaneous Costs
Cost of Subway
Cost of Toll Plaza
Cost of Culverts
Any Other Costs

Civil Cost of the Project


7 Contingencies @x%
Total Civil Cost

8 Supervision Charges @x%


9 Cost of Quality Control @x%
10 Maintenance Charges @x%
11 Escalation Costs @x%
12 Land Acquisition Costs
13 Utility Shifting Costs
14 Any Other Costs

Total Cost of the Project

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

2 Bid documents- Other, if any Yes ☐ No ☐ NA ☐ NA


3 Draft concession agreement Yes ☐ No ☐ NA ☐ NA
3 Schedule C - Project facilities Yes ☐ No ☐ NA ☐ NA
Schedule D - Specifications and
4
standards Yes ☐ No ☐ NA ☐ NA

5 Any other relevant details 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

10.7.6 List of structures on each plot Yes ☐ No ☐ NA ☐ NA


10.7.7 Sketches of updated alignment Yes ☐ No ☐ NA ☐ NA
10.7.8 Verification from Land revenue department Yes ☐ No ☐ NA ☐ NA
10.7.9 Verification by CALA office Yes ☐ No ☐ NA ☐ NA

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

Total award calculated and details ofdeviation from


2.5 Yes ☐ No ☐ NA NA
RFCTLARR act

3 In detail Yes ☐ No ☐ NA NA

Updated land acquisition tracker withparcel-wise
status of:
3.1  Notifications Yes ☐ No ☐ NA NA
 Award ☐
 Disbursement
Valuation report and details of awardcalculation-
3.2 verification by state authority to be included Yes ☐ No ☐ NA NA

3.3 Claims report Yes ☐ No ☐ NA NA

3.4 Copies of notifications published Yes ☐ No ☐ NA NA

Copies of land possession certificatesreceived
3.5 Yes ☐ No ☐ NA NA

4 Conclusions and recommendations Yes ☐ No ☐ NA NA
356

4.1 Conclusions and recommendations Yes ☐ No ☐ NA NA



Report fulfils project objectives andscope as per
4.2 Yes ☐ No ☐ NA NA
RFP

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

Status of disbursement on date of receiptof Land


2.3 Yes ☐ No ☐ NA NA
possession certificate

Key issues being faced in completing landacquisition, if
2.4 Yes ☐ No ☐ NA NA
any

3 In detail Yes ☐ No ☐ NA NA

Updated land acquisition tracker withstatus of:
 Notifications
3.1  Award Yes ☐ No ☐ NA NA
 Disbursement ☐

3.2 Final award and claims report Yes ☐ No ☐ NA NA



Copies of notifications published, landpossession
3.3 Yes ☐ No ☐ NA NA
certificates received

4 Conclusions and recommendations Yes ☐ No ☐ NA NA

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

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

Sample Executive Summary of Detailed Project Report

<Name & Logo of the Agency>


(Ministry of Road Transport & Highways)
Government of India

Executive summary of detailed project report for:

[Project name, stretch, state]

DPR Consultant

[Name and logo of consulting agency]

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

The <Agency> proposes to implement the <re> the development, maintenance


and management of the <NH-xx> stretch from <Origin> to <Destination> from chainage
<aa km> to <bb km> into <proposed improvement, xx lane road/ expressway etc.>
under the NHDP Phase V programme. The proposed project road has been selected to
<primary reason for project- e.g. to improve connectivity and ease congestion between
aa bb>

<Consultant> was appointed in <mm/yyyy> to prepare the detailed project


report for the project road, and this executive summary covers is submitted along with
the <draft/final>detailed project report to cover the key aspects of the project.

<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>.

Figure 1: Location of project road

2.1. Key features of project

Table 1: Key features of project

Attributes Details
NH No Xx (old) Yy (new)

Origin- Destination Origin-destination


Origin point Lat/long – destination point lat/long
Via towns Town 1, 2, 3, 4
Existing carriageway 2L (7.0m) over 80% of the road stretch with 4L (16.0m) in 20% of thestretch in some
urban locations
Service lanes and slip roads Service lanes of 2-4m width for 16 km, largely in urban areas
Shoulder 2L has paved shoulder of 1-2m width
Condition of existing pavement Good to fair
Right of way Typically 45 m along entire stretch
Land use along project road Predominant land use in the area is agricultural (60% on LHS, 50% onRHS), with the rest
being urban and forest area (20% on LHS, RHS)
Traffic on the stretch Largely commercial, with trucks accounting for 80% of vehicle volume
Toll infrastructure There are no toll plazas in the current stretch
Terrain Primarily plain and rolling, passing through x settlements

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

Figure 2: Key plan of existing project road

367
3. Traffic demands on project road

3.1. Traffic volume surveys

For the purposes of traffic projections and lane design, <xx> individual sections of
roadwere considered:

Table 2: Traffic survey locations

Volume Count
Length
Section Chainages Locations Remarks
(Kms)

Km 163.0 - Km 177.0, Kasia/Tonta mines near192.000


1 29.0
192.0 45.0
End point of proposedKoida bypass at
Km 192.0 -
2 27.0 Km 201.50 km 218.250
219.0

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:

Table 3: Results of traffic surveys conducted

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

3.2. Axle load survey

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

Table 4: Axle load survey results

Mode Section 1 Section 2 Section 2


Observed-at Observed-at
Observed- at chainage xx chainage xx
Recommended Recommended Recommended
chainage xx

LCV 0.47 0.47 0.45 0.45


2-
3.97 3.97 3.57 3.97
axle
3-
3.63 3.63 3.26 3.26
axle
MAV 4.92 4.92 4.07 4.07
Bus 0.78 0.82 0.82 0.82

3.3. Traffic volume forecast

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:

Table 5: Projected traffic load on project road in MSA


MSA In x+15 In x+30
Section LHS RHS LHS RHS
1 23.31 22
2 33 40

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

Classified direction wise turning movement surveys were conducted at <x>


intersections to determine the need for re-design and addition of structure at the
intersection

Table 6: Turning movement survey results

370
4. Pavement and corridor surveys

4.1. Pavement condition and distress seen

The overall pavement condition <description of overall pavement condition- e.g.


from poor to very poor, with high roughness and significant presence of potholes and
raveling>

Table 7: Condition survey of existing pavement

Length affected, in Kms


Type ofdistress
Area Area 10 %- Area 25 %- Area 50 %- Area
<=10 25 % 50 % 75% >75 %
%
Total Cracking
36 70 0 0 0

Potholes 28 23 55 0 0
Patching 44 61 1 0 0
Raveling 80 4 22 0 0
<other categories
seen>

Total 106 106 106 106 106

4.2. Pavement composition

The existing pavement structure is a <rigid/flexible/inverted etc.> pavement


consisting of sub-grade and <x> additional layers. The summary of pavement composition
seen is as follows

Table 8: Composition of existing pavement

Granular course(mm) Xx (mm)


Bituminous course (mm)
Section
Min Max Min Max Min Max
1 50 350 100 600
2 40 300 80 500
X

4.3. Pavement strength

<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

4.4. Sub-grade soil survey

Extensive review of available soil information and testing was done to


understand thesub-grade characteristics. Summary of soil investigation surveys is as
follows:

Table 10: Soil investigation survey results

Attribute Results Comments


Sub-grade CBR range (%) 0.6%-14% Low over large lengths of section
Degree of compaction (% of MDD) ~95% Sufficient as per MoRTH guidelines
Swelling ratio (%) 2.5 to 32% Significant variation seen acrossstretch

<other attributes>

Table 11: Soil types observed

Soil type % of length Plasticity index Comments


Clayey sand (SC) 34% 3 to 15 Poorly graded sand claymixture

Silty sand (SM) 9% Non-plastic Poorly graded


Clayey gravel (GC) 9% 11 to 13 Mixture of gravel, sandand silt

372
5. Improvement proposals

5.1. Proposed alignment

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>.

Figure 3: Map showing proposed alignment of project road

5.2. Bypasses proposed

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

Table 12: Proposed by-passes along project length

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>.

5.4. Widening scheme

Basis traffic information available, level of service requirements and consultation with
<<AGENCY> , local authorities etc.>, the following lane configuration is adopted for the
projectroad:

Table 13: Lane configuration planned for project road

Chainage Traffic forecast


Start End k PCUs in20xx Servicelanes
Section Lane config. Comments

1 0.00 2.400 43.5 6 Yes High urban trafficinflux

2 2.400 60.400 16.4 4 No


3
xx

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:

Table 14: Summary of widening type proposed

Sl no Type of widening Length, Km


1 Concentric 2.400
2 Eccentric, Right 34.600
3 Eccentric, Left 33.800
4 Green field 16.000

5.5. Pavement design

5.5.1. Design period, loading and pavement type

Using the projected traffic, VDF values,lane and directional distribution


factors, the design traffic loading used for the project is <xx to yy> MSA.

Through preliminary design and lifecycle comparisons, the


<flexible/rigid/inverted> type of pavement was chosen for construction with a design
life of <xx> years as per
374
<IRC/MoRTH/<AGENCY> standards/request> has been considered for design.

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

5.5.3. Pavement composition for new carriageway

The proposed pavement composition for the new sections carriageway


basis
<standards>, subgrade strength and design traffic is:

Table 15: Proposed pavement composition

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

5.5.4. Strengthening of existing pavement

The strengthening requirements for the existing pavement have been estimated
fromt eh deflection measurements and estimated traffic loadings. The designed overlay
proposed isas below:

Table 16: Overlay thickness required

Characteristicdeflection Overlay thickness (mm)


Chainage Distance
Section
Start End Km Mm DBM Xx
1 0.400 2.400 2.000 1.6 95 40
2 2.400 10.000 7.600 1.3 50 40
X

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:

Table 17: Pavement composition for service road

Layer Layer Thickness in mm


SDBC 25
DBM 50
WMM 250
GSB 150

5.6. Design of structures

Along the project stretch, there are several bridges, culverts,


under/overpasses andflyovers. A summary of the total number and proposed additions
is given in the table below

Table 18: Proposed improvement to structures along project road

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

Table 19: Proposed intersection improvement

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

5.8. Toll plazas

Based on the traffic surveys, O-D surveys and layout of project road, <xx> toll
plazas are proposed along the project road:

Table 20: Location of current and proposed toll plazas


Sl Existing Design Existing no of Proposed noof
Location
No chainage chainage lanes lanes
1 20.400 22.600 Near origin 2 6
2 95.000 101.500 Near via-nagar junction New 6
x xx Xx

5.9. Wayside amenities proposed

<local discussions, discussions with authority, demand modelling etc.> was


conducted to locate various way-side amenities across the project road. A summary of
the improvementsproposed is given below:

Table 21: Proposed user amenities along project stretch


Sl no Amenity type Current Proposed Comments
1 Passenger rest stops 0 2
2 Truck lay-byes 5 15 High demand due to urban areas along stretch
3 Bus bays 4 10 Limited increase due to scarcity of land
4 Bus shelters 2 34 Proposed in lieu of bus-bays
5 Petrol bunks 1 5 Severe shortage along stretch
6

379
6. Environmental impact assessment

6.1. Impact and clearances needed

A environmental impact study was undertaken during the process of creating


the detailed project report to understand impact of the project road on the
surrounding ecology and environment. The project road is categorized as a category
<xx> project by the MoEF and as it is <xx km> in length, it <will/will not> require
environmental clearances.

The proposed project <involves/does not involve> the acquisition of


forest/ecologically sensitive land, felling of trees and will impact wildlife habitat and will
hence require individual clearances for each. A summary of the environmental impact and
clearances required is provided below

Table 22: Environmental impact and clearances required

Sl Impact type Description Clearance status


No
1 Environmental Required due to nature of project, Form 1 submitted dd/mm/yyyy and
clearance category „A‟ environmental clearance obtained on
dd/mmm/yyyy
2 Diversion of 27.72 ha of land in <xx> district will Stage II clearance in progress
forest land need to be acquired
3 Trees in RoW 28,460 trees need to be enable To be taken
road expansion

6.2. Cost of environmental mitigation

The Environmental Mitigation and Management Costs were developed based on


the estimation of resources required to implement the mitigation measures proposed
and also number of places where intervention is required. Environmental mitigation
cost for the proposed project is Rs. <xx> cr.

380
7. Social impact assessment and Land acquisition

7.1. Social impact assessment

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>

7.2. Land acquisition requirements

The state and district wise details and status of land acquisition as on the date
of publishing of this report is as follows:

Table 23: Districtwise land acquisition requirements and status

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>.

7.3. Key risks envisaged in land acquisition

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:

 <Highlight any risks foreseen along with chainage and ha affected>

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>

8.1. Utilities shifting estimates

Table 24: Key utilities shifting requirements

Sl Utility Chainage Agency Shifting Estimated Supervision % Current


No affected required cost status
(INR cr)
1 66kV 123.00- UPVVNL 19km of ~140 cr 15% Final
powerline 145.00 overhead approval
cable, 4 road obtained
crossings

8.2. Total cost of utilities shifting

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>.

Table 25: Summary of project cost

No Item Amount in Cr Amount in %


Civil construction cost
1 Site clearance and dismantling 60 2%
2 Earth Work
3 Base courses
4 Paving courses
5a Repair and rehabilitation of structures
5b Bridges
5c Culverts
5d PUP/VUP
5e Flyover and overpass
5f Drainage, protective works and other services
5g RE/toe walls
6 Junctions and interchanges
7 Toll plazas
8 User amenities
9 Traffic signs, road markings, other appurtenences
10 Miscellaneous
11 Maintenance of road during construction
A Total civil cost
12 Add contingencies @ x% on Z
B Estimated project cost
13 Construction supervision @ x% on Z
14 Agency charges @ x% on Z
15 Quality control changes @ x% on Z
16 Road safety cell audit charges @ x% on Z
17 Maintenance costs @ x% on Z
18 Escalation @ x% on Z
C Total project cost
19 R&R cost
20 Environment cost
21 Cost of shifting utilities
22 LA compensation cost
D Total capital cost

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.

<retain only relevant sections>

10.1. Borrow pits for soil

Material investigation of <xxx> locations indicates that soil suitable for


embankment (of CBR>xx% and density yy g/cc) and for sub-grade (CBR>xx% and density
yy g/cc) is available at an average lead of aa to bb km for the project stretch.

<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>

10.4. Fly ash

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

Bulk bitumen of the <required grades> is available <closest sources> with an


average lead of <xx km>. For the project road <grade> of bitumen has been proposed
for <yy layer> due to <reason> and <grade of bitumen> has been proposed for <zz layer>
due to <reason>.

10.6. Cement

Bulk bitumen of the <required grades> is available <closest sources> with an


average lead of <xx km>. For the project road <grade> of bitumen has been proposed
for <yy layer> due to <reason> and <grade of bitumen> has been proposed for <zz layer>
due to <reason>.

384
Other local material available

Details of other local material available for construction

Table 26: Locally available and alternative materials

Sl No Material Source

1 Hume pipes Local hume pipe factory in xx yy

2 Xx xxxx

10.7. Key risks

Despite the best efforts of the consultant, there continue to be some


materials andsections of the project road where material will have to brought from
significant leads.

Table 27: Key risks envisaged in material procurement

Sl No Chainage Material Closest source

1 Entire project Bitumen Closest available source is Mumbai at a lead of900 km

2 223.00+ Soil of CBR >10% No borrow pit in vicinity, minimum lead of 40 km

385
10.8. Location of material sources

Figure 4: Key plan showing location of potential borrow pits tested

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.

A summary of these opportunities is provided here.

Table 28: Key value engineering opportunities identified

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

12.1. Economic analysis of the project

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.

The various sensitivity scenarios considered were as follows:

0. Base case: Base cost and base benefits

1. Sensitivity 1: Base cost plus xx% and base benefits

2. Sensitivity 2: Xx

3. Sensitivity 3: Xx

The results of the base case and sensitivity analysis are presented below:

Table 29: Economic return analysis

RUCS HDM 4
Option Sensitivity Case NPV (in millionRs.) NPV (in millionRs.)
EIRR (in %) EIRR (in %)

Base Case 0 19199 30.31 2788.5 14.1


Sensitivity 1 18041 27.51 1362.6 12.9
With time
Sensitivity 2 15147 27.1 943.3 12.8
Sensitivity 3 13989 24.56 -ve 11.7
Base Case 0 19199 30.31 2788.5 14.1
Sensitivity 1 18041 27.51 1362.6 12.9
Without time
Sensitivity 2 15147 27.1 943.3 12.8
Sensitivity 3 13989 24.56 -ve 11.7

12.2. Financial analysis

12.2.1. Potential for toll revenue

The projected tollable traffic basis traffic survey and forecasts at the <xx> toll
plazas suggested in year <xx> is given below

Table 30: Tollable traffic on project stretch

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

12.2.2. Results of financial analysis

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

In consultation with <AGENCY> , it is proposed to complete the proosed project


road in a period of <xx> months. Planning for the project packaging, bidding process
and construction was conducted as a part of this project.

13.1. Packaging

Given the length of the project, the entire project is planned to be bid out in
<xx> packages with <yy> packages.

<include table of package details if more than 1 package>

13.2. Bidding mode and timelines

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:

 Submission of bid documents to authority dd/mmm/yyyy


 Review and finalization of documents dd/mmm/yyyy
 Launch of tender dd/mmm/yyyy
 Tender close date dd/mmm/yyyy
 Tentative date for award of project dd/mmm/yyyy

13.3. Construction time and planning

Upon reviewing the improvements planned and in consultation with <AGENCY> ,


the design and construction period for this project has been arrived at <xx> months from
the date of appointment of the contractor/concessionaire. To enable this construction
schedule, a detailed construction plan and timeline has been included in the detailed
project report. This also includes a traffic management and lane closure plan for the
period of construction.

390
14. Conclusions and recommendation

The <expansion/rehabilitation> of the project road from <source> to


<destination>, chainage <a> to <b> on NH <x> in the states of <state 1, state 2> to <n>
lane configuration is recommended for implementation by <AGENCY> as the project is
likely to <1 line justification/ need of project: provide much needed connectivity/improve
connectivity/provide higher level of service/rehabilitate the road etc, is needed
urgently>.

The project as envisaged is economically viable with an estimated EIRR >12%.


The project with a 30 year concession period is expected to return an equity IRR of
<xx%> with
<yy%> <grant/premium> and is hence recommended for implementation in the
<BOT/EPC/HAM> mode.

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:

Sl. KPI DESCRIPTION Total Marks Marks Supporting


No. Obtained Documents to
be submitted by
the consultant
Category I: Quality of DPR
Change of Cumulative sum of change of scope (net of 20
scope and positive and negative) and de-scoping (Positive
de-scoping value of each CoS order and de-scoping to be summed
up)
Percentage of Marks
contract price
0 20
>0%?5% 15
>5%?10% 10
>10%?15% 5
>15% 0
Traffic Percentage variation of projected traffic in the year 5
accuracy of commencement of construction with actual IHMCL
data, data from adjacent toll plaza or any other
source choosen by the client.
Percentage Marks
variation
>0%?3% 5
>3%?5% 3.75
>5%?10% 2.5
>10% 0
RoW variation Percentage area variation of acquired land (Private 4
land) during construction.
Percentage Marks
variation
0% 4
>0%?5% 3
>5%?10% 2
>10% 0
Utility shifting Percentage variation in utility shifting cost during 4
execution.
Percentage Marks
variation
0% 4
>0%?5% 3
>5%?10% 2
>10% 0
Use of new Use of new material/waste material/new 4 i) Self certified
material technology as a percentage of total cost. calculations for % use
Percentage Marks of new
variation material/waste
≥5% 4 material/new
≥3%<5% 3 technology as a
≥1%<3% 2 percentage of
<1% 0 ii) Extract of relevant
pages of DPR.
Safety Attention to raod safety in basic design such as 4 i) Self certified
plan & profile, typical cross sections, statement showing
intersections roadsafety
etc. considerations in
Grading Marks basic design such as
Excellent 4 plan & profile,

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

You might also like