0% found this document useful (0 votes)
7 views376 pages

RFP 5

Uploaded by

ANKIT DWIVEDI
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)
7 views376 pages

RFP 5

Uploaded by

ANKIT DWIVEDI
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/ 376

Consultancy Services for Preparation of Detailed Project Report for

Construction of 4-Lane Access Controlled High Speed Corridor starting


from Siliguri to Guwahati and connecting Jorabat in the States of West
Bengal and Assam

REQUEST FOR PROPOSAL (RFP)

June, 2025

National Highways Infrastructure Development Corporation Limited


1st & 2nd Floor, Tower A, World Trade Centre, Nauroji Nagar, New Delhi –
110029

1
INDEX

Sl. No. Table of Content Page No.


1 Notice Inviting Tender (NIT) 4-5
2 Letter of Invitation 6-29
3 Annex -I : Details of the Proposed Stretch 30-31
4 Annex-II : Procedure of Assessment of Least Cost to NHIDCL under special
32-37
circumstances
5 Data Sheet 38-51
6 Appendix - I : Terms of Reference 52-137
7 Supplement -I: Additional Requirements for Hill Roads 138-142
8 Supplement - II: Additional Requirements for Bridges 143-145
9 Supplement - III : Additional requirement for safety audit 146-149
10 Enclosure - I : Manning Schedule 150-152
11 Enclosure - II : Qualification Requirements of Key Personnel 153-164
12 Enclosure - III: Schedule for Submission of Reports and Documents and format
165-166
of submission of reports and documents.
13 Enclosure - IV: Format for submission of reports and documents 167-172
14 Appendix – II : Formats for Eligibility 173-178
15 Appendix - III : Formats for Technical Proposals 179-198
16 Appendix - IV: Formats for Financial Proposals 199-210
17 Appendix - V: Detailed Evaluation Criteria 211-241
18 Appendix - VI: Draft Contract Agreement 242-287
19 Appendix – VII: DPR Checklist for 8 stages [Stage 1: Inception Report, Stage 2: 288-334
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 335-357
21 Appendix- IX: Criteria for Rating of DPR Consultant 358-361
22 NHIDCL Office Order for mandatory E-BG 362-372

2
Ministry of Road Transport and Highways
Government of India

NOTICE INVITING TENDER (NIT)

1. National Highways Infrastructure Development Corporation Limited [hereinafter referred to


as the NHIDCL] has decided to take up the work of Consultancy Services for preparation
of Detailed Project Report for Consultancy Services for Preparation of Detailed Project
Report for Construction of 4-Lane Access Controlled High Speed Corridor starting from
Siliguri to Guwahati and connecting Jorabat in the States of West Bengal and Assam (as
per Annexure-I).

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 “preparation of Detailed Project Report of Consultancy Services for Construction of 4-
Lane Access Controlled High Speed Corridor starting from Siliguri to Guwahati and
connecting Jorabat in the States of West Bengal and Assam”. 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 NHIDCL website
(www.nhidcl.com). Cost of the Document in the form of a Non-refundable document fee of
Rs.5,000 (Rupees Five Thousand only) +18% GST (Rs. 5,900/-) must be submitted into
the bank account of the NHIDCL through the online facility provided by the IndusInd Bank.
(For details refer at Clause 3.1.1 (iv) of the LOI).

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 MoRTH https://eprocure.gov.in on or


before Bid due date i.e 03.07.2025 (1500 Hrs).

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

Event Description Date


1 Invitation of RFP (NIT) 04.06.2025

3
Event Description Date
2 Bid document download /Start Date 04.06.2025 (1700 Hrs)
3 Clarification Start Date( Pre Bid Queries) 04.06.2025(1700 Hrs)
4 Clarification End Date(Last date for receipt of pre bid 18.06.2025 (1200 Hrs)
query)
5 Pre-bid meeting at venue 19.06.2025 at 1500 Hrs at
NHIDCL-HQ

6 Authority response to queries latest by 24.06.2025


7 Bid Due Date (online & physical copy) 03.07.2025 at 1500 Hrs
8 Opening of Technical BIDs at venue 04.07.2025 after 1530 Hrs
9 Date of uploading list of Technically Qualified To be intimated later
Applicants
10 Date of Opening of Financial Bids of To be intimated later
Qualified Applicants
11 Letter of Acceptance (LOA) To be intimated later
12 Return of signed duplicate copy of LOA To be intimated later
13 Validity of BID 120 days from bid due date

Yours sincerely,

(Ankush Mehta)
General Manager (Technical)
NHIDCL, HQ.
1 Floor, Tower A, World Trade Centre,
st

Nauroji Nagar, New Delhi- 110029


Contact No.: 011-26768956
Email: Sikkim_wb.hq@nhidcl.com

Website: https://eprocure.gov.in/eprocure/app & www.infracon.nic.in

4
Page 5 of 376
Letter of Invitation (LOI)

NHIDCL/DPR/Siliguri-Guwahati/2025-26/ Dated :

Dear Sir,

Sub: Consultancy Services for Preparation of Detailed Project Report for Construction
of 4-Lane Access Controlled High Speed Corridor starting from Siliguri to Guwahati and
connecting Jorabat in the States of West Bengal and Assam

1. Introduction

1.1 NHIDCL has decided to take up the Consultancy Services for preparation of Detailed
Project Report for Consultancy Services for Preparation of Detailed Project Report for
Construction of 4-Lane Access Controlled High Speed Corridor starting from Siliguri to
Guwahati and connecting Jorabat in the States of West Bengal and Assam. NHIDCL
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 NHIDCL 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 upto 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 JV/Association shall be
limited to one package only. Joint venture shall not have more than two firms.

Page 6 of 376
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 NHIDCL
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).

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

Page 7 of 376
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.

1.8.5 Only firms from a country or countries, or a class of countries which shares land border
with India are restricted to participate in the bid and any Bidder from a country or
countries, or a class of countries which shares land border with India are not eligible
either individually or as a member of a joint Venture or as an associate. Participating
firms having origin from foreign countries are required to get themselves registered with
appropriate authorities before taking up assignments in India. The copy of
registration / its status / accorded approval from all concerned Competent
Authority in India shall be enclosed in the Technical proposal.

Page 8 of 376
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 NHIDCL any other right or remedy
hereunder or in law or otherwise, the Applicant shall be debarred from participating in
the future projects of the NHIDCL in the following situations 6

(a) If an Applicant withdraws its Proposal during the period of its validity as
specified in this RFP and as extended by the Applicant from time to time.

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

2. Documents

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 the date and time mentioned in NIT. 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 upload replies 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 NHIDCL website. The Client may at its discretion extend the deadline for
the submission of proposals and the same shall also be uploaded on NHIDCL 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.

Page 9 of 376
(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
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 in input data sheet.

The above details are to be submitted through INFRACON only.

(iv) Document fee: The fee for the document is amounting to Rs.5,000 (Rupees
Five Thousand only) +18% GST (Rs. 5,900/-). The bidder will have the facility
to deposit the tender fees in to the bank account of NHIDCL through the online
facility provided by IndusInd Bank. No amount may be deposited directly in the
bank account of NHIDCL. The payment through bank portal will facilitate
issuance of invoice for the tender fee. Bidders may refer below steps to do the
transaction for payment of EMD and tender fee via payment gateway/generate
NEFT/RTGS Challan by visiting website as given below Visit Indus Collect
website : https://induscollect.indusind.com/pay/index.php .

(v) Bid Security:


The Consultant shall furnish as part of its Proposal, a Bid Security of
Rs. 2,00,000/- (Rupees Two lakhs only) in the form of e- Bank
Guarantee (as per the format specified in Appendix B11 of this RFP
document) or in the form of Demand Draft (the “Bid Security”) or may
be deposited through online facility provided by the IndusInd Bank in
favour of National Highways & Infrastructure Corporation Ltd. payable
at New Delhi, valid for 45 days beyond the validity of the Proposal. The
Proposal submitted without Bid Security will be summarily rejected. The
Bid Security of the successful Consultant will be returned when the
Consultant has signed the Contract Agreement with the Client and has
furnished the required Performance Guarantee as specified in the
document within 15 days from the receipt of the Letter of Acceptance.

Page 10 of 376
The Bid Security will be forfeited:

The Bid Security will be forfeited:


(a) If a Bidder withdraws its bid during the period of bid validity, or
(b) If the Bidder fails to accept the Employer’s corrections of
arithmetic errors in the Bidder’s bid (if any), or
(c) If the Successful Bidder fails to sign the contract agreement with
the Employer within the prescribed period, or
(d) If the Successful Bidder fails to furnish the Performance Security
within the stipulated time.
Unqualified bidders would be informed regarding their non qualification,
without any explanation and thereafter Bid Security would be returned
unopened after the evaluation of the financial proposal and signing the
contract agreement with the successful bidder.
For further details and step by step process regarding e-BG and online
payment, NHIDCL Office Order dated 22nd March 2023 may be referred,
which is attached as Appendix-A.

(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 Authorised 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.

Page 11 of 376
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 of these 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:

More than More than


Rs. 10 Rs. 30
More
Average Annual Turnover of Firm Upto crores but crores but
Sl. than
in last 3 Financial Years (from Rs. 10 less less
No. Rs. 60
Consultancy Services) Crores than/equal than/equal
Crores
to Rs. 30 to Rs. 60
Crores 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 6 13 24 40
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 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

Page 12 of 376
More than More than
Rs. 10 Rs. 30
More
Average Annual Turnover of Firm Upto crores but crores but
Sl. than
in last 3 Financial Years (from Rs. 10 less less
No. Rs. 60
Consultancy Services) Crores than/equal than/equal
Crores
to Rs. 30 to Rs. 60
Crores Crores
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
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

Page 13 of 376
(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 Total DPR Remaining
Annual Professionals consultancy no. of DPR ongoing/ consultancy DPR
Turnover of on full time assignments consultancy awarded assignments consultancy
firm in last rolls to be assignments consultancy awarded in CFY assignments
3 FY (from (minimum for Awarded to to be assignments (nos.) that can be
consultancy last one year) consultant awarded to (nos.) awarded to
services) of with (sole consultant consultant
consultant consultancy applicant) (sole (nos.) in
firm including applicant) CFY
ongoing including
consultancy ongoing
services at a consultancy
time on services at a
National time on
Highways or National
centrally Highways or
sponsored centrally
road works sponsored
of MoRTH road works
Including its of MoRTH
executing including its
agencies executing
agencies in
one financial
year
Total DPR Total DPR IE/AE/SC
1 2 3A 3B 4 5A 5B 5C 6 7

Page 14 of 376
10 26 8 6 3 6 1 5 1 2*

More than More than


Rs. 10 crores Rs. 30 More
Upto
Sl. Average Annual Turnover of Firm in last 3 but less than crores but than Rs.
Rs. 10
No. Financial Years (from Consultancy Services) / equal to Rs. less than/ 60
Crores
30 equal to Rs. Crores
Crores 60 Crores
1 No. of key professionals on full time employment 4 25 40 60
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 to be 6 13 24 40
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 assignments 3 7 12 20
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.

(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

Page 15 of 376
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.

(a) IE/AE/CSC/PMC 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.

(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.

Page 16 of 376
2. Illustration for Determination of Technical Capacity (Sole Applicant)

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


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

Page 17 of 376
3.2.2 During preparation of the technical proposal, you must give particular attention to the
following:

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


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

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, rehabilitation of existing road, drainage and utilities, d)
adoption of superior technology along with proof: limited to six A4 size pages in
1.5 space and 12 font including photographs, if any for items a to c, (Form-T-
6) and information in Form-T-8 (as covered in para viii below) for item d

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

Page 18 of 376
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 Sr. Highway Engineer, Sr. Bridge Engineer, Highway cum
Pavement Engineer & Traffic / Road Safety Expert in case of Normal Highway
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.

Page 19 of 376
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.

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 a
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 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.

iii. [Team Leader cum Sr. Highway Engineer, Highway cum Pavement Engineer,
Senior Bridge Engineer, Geo- technical cum material engineer, Senior Survey
Engineer]* 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 programme. If a firm claims that a key personnel proposed
by them is a 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.

Page 20 of 376
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 MoRTH/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 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 MoRTH . 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.

Page 21 of 376
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 NHIDCL
and the Consultant themselves would be required to obtain foreign currency to the
extent quoted and accepted by NHIDCL. 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 equipments / 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 NHIDCL 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

Page 22 of 376
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 NHIDCL. A three-


stage procedure will be adopted in 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.

Page 23 of 376
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 NHIDCL 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 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:

Page 24 of 376
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 NHIDCL considering the Financial Quote of H-1 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 NHIDCL 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

Page 25 of 376
NHIDCL 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 NHIDCL
in this regard is issued. However, if contract is foreclosed / terminated by NHIDCL at
Inception Stage, with no fault of Consultant, Performance Security shall be released
within three months from date of foreclosure / termination.

For E-BGs, Entity ID of NHIDCL is AAECN7759E, which may be quoted for getting E-
BG. The E-BGs shall be valid for 45 days beyond the validity of the bid. The bank
details (Bank Name, IFSC etc.) are given below :
S. No. Particulars Details
1. Name of Beneficiary MD-NHIDCL
2, Beneficiary Bank Account No. 90621010002659
3. Beneficiary Bank Branch Name and Canara Bank, Transport Bhawan, 1st
Address Parliament Street, New Delhi110001
4. Beneficiary Bank Branch IFSC CNRB0019062

No BG shall be accepted in the physical form. For Further details, the bidders may visit
the website of National E Governance Services Limited at https://nesl.co.in/e-bg/ .
Also, the bidders may refer to the Office Order of NHIDCL displayed on the website
https://nhidcl.com/wpcontent/uploads/2023/03/Notice-for-e-PBG-Tender-Fee-and-
EMD.pdf for ready reference. (copy attached at page no 362 to 372)

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
20-30 0.5
30-40 0.6

Page 26 of 376
Performance Security
Cumulative Value of Consultancy Fee as per Ongoing BG Value (Rs. In
Contracts (Rs. In Crores) Crores)
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 [xx+2] months i.e. upto 2 months beyond the expiry of
the Contract of [xx] 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

Page 27 of 376
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 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.

While bidding is open to persons from any country, the following provisions shall apply:

(a) Where, on the date of the Application, not less than 50% (fifty percent) of the
aggregate issued, subscribed and paid up equity share capital in the H-1 Bidder or
its Member is held by persons resident outside India or where a Bidder or its Member
is controlled by persons resident outside India, then the eligibility and award of the
project to such H-1 Bidder shall be subject to approval of the competent authority
from national security and public interest perspective as per the instructions of the
Government of India applicable at such time. The decision of the authority in this
behalf shall be final and conclusive and binding on the Bidder.

(b) Further, where the LoA of a project has been issued to an agency, not covered under
the category mentioned above, and it subsequently wishes to transfer its share
capital in favour of another entity who is a resident outside India or where a Bidder
or its Member is controlled by persons resident outside India and thereby the equity
capital of the transferee entity exceeds 50% or above, any such transfer of equity
capital shall be with the prior approval of the competent authority from national
security and public interest perspective as per the instructions of the Government of
India applicable at such point in time.

(2) The holding or acquisition of equity control, as above shall include direct or
indirect holding, acquisition, including by transfer of the direct or indirect legal or
beneficial ownership or control, by persons acting for themselves or in concert and
in determining such holding or acquisition, the Authority shall be guided by the
principles, precedents and definitions contained in the Securities and Exchange
Board of India (Substantial Acquisition of Shares and Takeovers) Regulations, 2011,
or any substitute thereof, as in force on the date of such acquisition.

(3) The Bidder shall promptly inform the authority of any change in the
shareholding, as above, and failure to do so shall render the Bidder liable for
disqualification from the Bidding process.

(4) In case the H-1 Applicant under (a) above is denied the security clearance, for
whatsoever reasons, then the combined technical and financial scores of remaining
eligible bidders shall be re-assessed, and first ranked Applicant shall be awarded the
assignment, subject to security clearance, if required. In the event of non-availability
of another eligible Bidder, the bid process shall be annulled and fresh bids invited.

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

Page 28 of 376
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
x) Name of the bidders who is awarded the Contract

11. It is the NHIDCL policy that the consultants observe the highest standard of ethics
during the selection and execution of such contracts. In pursuance of this policy, the
NHIDCL:

(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;

(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to

Page 29 of 376
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,

(Ankush Mehta)
General Manager (Technical)
NHIDCL, HQ.
1st Floor, Tower A, World Trade Centre,
Nauroji Nagar, New Delhi- 110029
Contact No.: 011-26768956
Email: Sikkim_wb.hq@nhidcl.com

Page 30 of 376
ANNEX-1

Standards for development of High-speed Corridors

The standards for development of High-Speed Corridors have been defined considering
prevailing vehicle specifications, traffic conditions and driver behavior in the country. The
details are provided in the table below:

S. No. Parameters Access Controlled National Highways

1 Design Speed 100 kmph

2 Achievable Average Speed 80 kmph

3 Access Fully Access Controlled

 utilize existing NH-17 to the extent


possible
4 Alignment
 Connecting spur to Jorabat
(Assam-Meghalaya Border)

5 Traffic Lane Width 3.50 m

Closed tolling where users pay for the


6 Tolling
length travelled

7 Right of Way 60/70 m

Emergency Landing Facilities (ELF) for


8 Additional Provision
aircraft

Page 31 of 376
Details of the stretch proposed for DPR preparation
Tentative
S. Completion
Corridor Name Section State length
No. Period
(km)
Consultancy Services for
Preparation of Detailed
Project Report for
Construction of 4-Lane
Siliguri-
Access Controlled High
Guwahati West
Speed Corridor starting from
1 & Bengal & 400 12 Months
Siliguri to Guwahati and
connecting Assam
connecting Jorabat in the
Jorabat
States of West Bengal and
Assam

Page 32 of 376
ANNEX-II

Procedure of Awarding Work based on QCBS including Assessment of Least Cost to


NHIDCL 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 NHIDCL
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

Page 33 of 376
H-1 H-2 H-3 H-4 H-5 H-6
Package-8 V R(team-1) W S P (team-1) Y
190 lakhs 250 lakhs 220 lakhs 240 lakhs 255 lakhs 240 lakhs

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)

Page 34 of 376
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 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 H-2 Remarks
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 the new H-2
Package-4 R (team-1) T
250 lakhs 220 lakhs
Package-5 R (team-1) S
220 lakhs 260 lakhs
Package-7 R (team-1) U (team-1)
200 lakhs 220 lakhs
Package-8 V W Consultant-R(team-1) has not been
190 lakhs 220 lakhs 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 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 NHIDCL considering the
Financial Quote of H-1 bidder and H-2 Bidder limited to those packages The situation for least
cost to NHIDCL 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

Financial Bid of H-2/


H-2 / New
H-1 New H-2 minus Remarks
H-2
Financial Bid of H-1
Package-2 V U(team-1) 210-240 = (-) 30 lakhs
240 210 lakhs
lakhs

Page 35 of 376
Financial Bid of H-2/
H-2 / New
H-1 New H-2 minus Remarks
H-2
Financial Bid of H-1
Package-3 V U(team-1) 250 – 200 = (+) 50 H-2 minus H-1 is
200 250 lakhs lakhs Maximum. Hence
lakhs Consultant V shall be
awarded Package-3
Package-8 V W 220 – 190 = (+) 30
lakhs

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:

Financial Bid of H-2/


H-2 / New
H-1 New H-2 minus Remarks
H-2
Financial Bid of H-1
Package-4 R (team-1) T 220-250 = (-) 30 lakhs
250 lakhs 220 lakhs
Package-5 R (team-1) S 260 – 220 = (+) 40 H-2 minus H-1 is
lakhs Maximum. Hence
220 lakhs 260 lakhs
Consultant – R (team- 1)
shall be awarded
Package- 5
Package-7 R (team-1) U (team-1) 220 – 200 = (+) 20
lakhs
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-1) H-2 (New H-2) Remarks


Package-2 U(team-1) X Since Consultant V is awarded Package-3
210 lakhs 240 lakhs , Consultant U (team-1) becomes the
new H-1 and Consultant X becomes the
new H-2
Package-4 T U (team-2) Since Consultant -R(team-1) is awarded
220 lakhs 240 lakhs Package-5 , Consultant T becomes the
new H-1 and Consultant U (team-2)
becomes the new H-2
Package-7 U (team-1) S Since Consultant R(team-1) is awarded

Page 36 of 376
H-1 (New H-1) H-2 (New H-2) Remarks
220 lakhs 255 lakhs Package-5 , Consultant U (team-1)
becomes the new H-1 and Consultant S
becomes the new H-2
Package-8 W S Since Consultant V is awarded Package-3
220 lakhs 240 lakhs , Consultant W becomes the new H-1
and Consultant S becomes the new H-2

(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 awarded to Consultant–T.

2.4 Step-4:

Consultant U (team-1) is the new H-1 for package- 2 and Package-7 respectively and
Consultant U (team-1) shall be awarded only one package out of this 2 packages. Package to
be awarded to Consultant –U (team-1) shall be determined as illustrated below

Financial Bid of H-2/


H-2 / New
H-1 New H-2 minus Remarks
H-2
Financial Bid of H-1
Package-2 U(team-1) X 240-210 =(+)30
210 lakhs 240 lakhs lakhs

Package-7 U (team-1) S 255 – 220 = (+) 35 H-2 minus H-1 is Maximum.


220 lakhs 255 lakhs lakhs Hence Consultant – U
(team- 1) shall be awarded
Package- 7

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- 1) H-2 (New H- Remarks


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

Page 37 of 376
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

Page 38 of 376
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)

(The Name of project and Package No. should be indicated in the format given in the
technical proposal)

2. The name of the Client is : NHIDCL

3. Duration of the Project: 12 months

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

Date: 19.06.2025
Time: 03:00 PM
Venue: 1st Floor, Tower A, World Trade Centre, Nauroji Nagar, New Delhi 110029 or VC
link shall be provided

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

Page 39 of 376
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: 03.07.2025
Time: 1500 hrs
Address : 1st Floor, Tower A, World Trade Centre, Nauroji Nagar, New Delhi 110029

(Ankush Mehta)
General Manager (Technical)
NHIDCL, HQ.
1st Floor, Tower A, World Trade Centre,
Nauroji Nagar, New Delhi- 110029
Contact No.: 011-26768956
email: Sikkim_wb.hq@nhidcl.com

(Ref. Para 4.4)

11. Proposal Validity period (Number of days): 120 days (Ref. Para 4.5)

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

Minimum experience and performance of Preparation of


Sr. DPR of Highways/ Bridges in the last 7 years Annual average
No. (NH/SH/Equivalent) (for past performance attach turnover
undertaking for any litigation history/ and arbitration).
1 A Firm applying for a package should have Experience of Annual average
preparation of Detailed Project Report of two/four/six lane / turnover for last 5
Feasibility of Two/ four/ six lane projects of aggregate length years of the firm
equal to the indicative length of the package (i.e. 100km if the should be equal
indicative length of the package is 100 km). Firm should have to or more than
also prepared DPR for at least one project of 2/4/6laning of Rs.5.00 Crores.
minimum 40% of the indicative length of the package (i.e. 40 km
if the indicative length of the package is 100 km )or Feasibility
Study of two/four/six 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)

Page 40 of 376
Note: The experience of a firm in preparation of DPR for a private
concessionaire/contractor shall not be considered.
Indicative length is 400 km

(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. Description Points
No.
1 Firm's relevant experience in last 7 years 50

2 Material testing, survey & investigation, equipment and software proposed to 10


be used
3 Qualification and Relevant experience of the proposed key personnel 40
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. Description Maximum Sub-


No. Points Points
1 Specific experience of the DPR consultancy related to 20
the assignment for eligibility

Page 41 of 376
S. Description Maximum Sub-
No. Points Points
1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane 10
projects
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 7
for
1.1.3 > 3 but <=4 times the indicative length of the package 8
applied for
1.1.4 > 4 but <=5 times the indicative length of the package 9
applied for
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 10
40 % of 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
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

Page 42 of 376
S. Description Maximum Sub-
No. Points Points
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 1
above key 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 2.5


of contract 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
5.1.6 >10 0.0
5.2 Average area variation as percentage of acquired private 2.5
land as per 1st 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 2.5
by the firm (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

Page 43 of 376
S. Description Maximum Sub-
No. Points Points
5.4 Average use of new materials/waste materials/new 2.5
technology used in 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

For special projects such as special bridges, tunnels and expressways that
require specialized capabilities and skill sets, the following is the break-up:
S. Description Maximum Sub-
No. Points Points
1 Specific experience of the DPR consultancy related to 15
the assignment for eligibility
1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane 8
projects
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 5
for
1.1.3 > 3 but <= 4 times the indicative length of the package 6
applied for
1.1.4 > 4 but <=5 times the indicative length of the package 7
applied for
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 7
40 % of 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 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

Page 44 of 376
S. Description Maximum Sub-
No. Points Points
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 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 5
expressways
4.2.1 Upto 50 km 2

Page 45 of 376
S. Description Maximum Sub-
No. Points Points
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 1
above key 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.
6 Quality of Past Performance (based on self certification) 10
6.1 Average CoS (net of positive and negative) as percentage of 2.5
contract price in last 5 DPRs prepared by 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 2.5
contract period in last 5 DPRs prepared by 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

Page 46 of 376
S. Description Maximum Sub-
No. Points Points
6.2.6 >100 0.0
6.3 Average delay in land acquisition in last 5 DPRs 2.5
prepared by the firm (delay in 90% site possession 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 2.5
technology used in last 5 DPRs prepared by 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. Description Maximum Sub-


No. Points Points
1 Availability of Material Testing Facilities with 1
persons/resources having operational skills of 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 2
persons/resources having operational skills of the

Page 47 of 376
S. Description Maximum Sub-
No. Points Points
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 1.5
persons/resources having operational 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 3.5
survey (Infrastructure 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 1
technologies for detection of sub-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 1
surveys
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 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

Page 48 of 376
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 including Computer, 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
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 Sr. Highway Engineer 12

Page 49 of 376
2 Sr. Bridge Engineer 10
3 Highway cum Pavement Engineer 10
4 Traffic / Road Safety Expert 8
Total 40

The number of points assigned during the evaluation of qualification and competence
of key staff are as given below:

S. Description Maximum Sub-


No. Points 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.

Page 50 of 376
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)

Page 51 of 376
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 for Consultancy Services
for Preparation of Detailed Project Report for Construction of 4-Lane Access Controlled
High Speed Corridor starting from Siliguri to Guwahati and connecting Jorabat in the
States of West Bengal and Assam

Terms of Reference for Consultancy Services (TOR)

1. General

1.1 NHIDCL has decided to take up the work of Consultancy Services for Preparation of
Detailed Project Report for Construction of 4-Lane Access Controlled High Speed
Corridor starting from Siliguri to Guwahati and connecting Jorabat in the States of West
Bengal and Assam. NHIDCL now invites proposal from Technical consultants for
carrying out detailed project report as per details given in Annexure-1.

1.2 NHIDCL will be the employer and executing agency 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 for
rehabilitation and upgrading of the existing road to 4/6/8 lane configuration. These
corridors are proposed for development to at least 4-lane access-controlled
Highways/Expressway standard along with development of Emergency landing
facilities, however, DPR for access controlled/Expressway with 6-laning/8-laning may
be required, in certain stretches, depending upon traffic. The selected Consultant shall
mandatorily consult State/Central Governments, authorities, Corporations and bodies
dealing with works related to freight movement to assess the project requirement.

Page 52 of 376
2.2 The viability of the project shall be established taking into account the requirements
with regard to rehabilitation, upgrading and improvement based on highway design,
pavement design, provision of service roads wherever necessary, type of
intersections, rehabilitation and widening of existing and/or construction of new bridges
and structures, 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 detailed highway design,
design of pavement and overlay with options for flexible or rigid pavements, design of
bridges and cross drainage structures and grade separated structures, design of
service roads, quantities of various items, detailed working drawings, detailed cost
estimates, economic and financial viability analyses, environmental and social
feasibility, social and environmental action plans as appropriate 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 terminated/ foreclose the
contract, the contract will be terminated/ foreclosed after payment up to that stage.

2.7 The feasibility of up-gradation of existing developed/under development 4-lane corridor


to High Speed Corridor as per standards defined in Annexure-1 of LOI along existing
alignment/proposed alignment may be compulsorily explored with necessary
provisions for access control, re-alignment in limited portion, provision of structures,
grade separators, etc. wherever needed as one of the alignment option in feasibility
report. The alignment shall utilize NH-17 to the extent possible. The requisite
design speed/ Achievable Average Speed must be achieved while exploring such
feasibility with appropriate provisions.

2.8 Employer will intimate consultant with notice to proceed or foreclose within 60 days of
submission of final feasibility report. The consultant should proceed accordingly.

2.9 Consultant may be on boarded on any portal (e.g. Datalake, etc.) for uploading DPR
data at different stages by the employer. The consultant should follow the instructions
of the employer regarding the same.

Page 53 of 376
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 70 m
provisions for Service Roads and planned 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 30 m
provision of Service 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 the
requisite 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-

(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

Page 54 of 376
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
MoRTH. 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

Page 55 of 376
shoulder – 2.5 mtr and earthen shoulder – 1.5 mtr.

(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 4/6/8 lane 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 digitize 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, Khatiyan, 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

Page 56 of 376
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 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

Page 57 of 376
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) / Cattle Underpass (CUP) [for para 2.10 of IRC specifies
the dimensions of 7.0m x 3.0m] with aLVUP with a minimum size of 12 (lateral
clearance) x 4m (vertical clearance). 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

Page 58 of 376
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.

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
NHIDCL and payment to the proof consultant shall be made by NHIDC 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 NHIDCL. 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 NH
Act 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 NHIDCL.

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.

Page 59 of 376
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 NHIDCL 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

First, the Feasibility Study of the project shall have to be completed then only the
consultancy assignment shall be taken to DPR stage after specific instructions from
Authority based on the outcome of the Feasibility Study. The duration of the entire
assignment shall <to be kept as per costing guidelines.> which can be reduced only
in compelling circumstances with approval of NHIDCL. The broad components of
Feasibility Study and DPR Study are (but not limited to) the following:

Part-I: Components of Feasibility Study* (To be completed in < to be kept as per


costing guidelines >):

1. Traffic Study including axle load surveys

2. Alignment Options after verification through PMG Gati Shakti Portal

3. Preliminary Topographical Study

4. Broad Structural features including lane configuration

5. Lane Configuration and intersections/junctions/Service Roads

6. Utility Shifting Requirement along with Tentative Estimates

7. Forest/Environmental/CRZ Clearance Requirement

8. Tentative/Normative Cost estimate with reasonable accuracy

9. Land Acquisition Tentative cost assessment

10. Financial Feasibility of the Project for Authority from Socio-Economic


Prospect and strictly in Financial Prospects (for both flexible & rigid pavements).

Page 60 of 376
11. Proposing Mode of Contract Execution–EPC/HAM/BOT (Toll)/BOT
(Annuity).

Note: In case feasibility study is not to be done, the activities relevant to the DPR should
be added to the scope of work DPR i.e. Part-II below:

Part-II: Components of DPR Study (To be started from < to be kept as per costing
guidelines >):

1. NSV and FWD testing of existing pavements of brownfield alignments

2. Detailed Geotechnical Investigations

3. Hydrological Investigations

4. Detailed Pavement & Embankment Design and Costing (showing


different alternatives with cost comparison)

5. Detailed Structural Design

6. Detailed Designs of intersection

7. Road Furniture & Traffic Signage Plan

8. Drainage Plan

9. GIS mapping of ROW with sub-meter accuracy

10. Land Acquisition Activities (including laying of Row Boundary Stones)

11. Utility Shifting Estimates and relocation plan

12. Activities for obtaining Forest/Environmental/CRZ Clearance/Tree


Cutting Permission

13. Detailed Cost Estimation and comparison with normative costs

14. Tolling Scheme

15. ATMS scheme

16. Proofing of All Traffic Studies for the selected alignment

17. Financial Feasibility of the Project for Authority from Socio-Economic


Prospect and strictly in Financial Prospects (with detailed cost analysis)

18. Proposing Mode of Contract Execution–EPC/HAM/BOT (Toll)/BOT


(Annuity)

19. Detailed Topographical Study

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

Page 61 of 376
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

Page 62 of 376
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;

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/NHIDCL/ 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

Page 63 of 376
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 NHIDCL 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):

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 NHIDCL 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 NHIDCL before the Consultants start the
field work.

2. Data formats for report and investigation results

i. Required data formats for some reports, investigations and documents are

Page 64 of 376
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 NHIDCL
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:

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.

Page 65 of 376
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
normally be 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 Minimum 2
Characteristics
3. Axle Loading Characteristics 2
4. Intersection Volume Count All Major Intersections
5. Speed-Delay Characteristics Project Road Section
6. Pedestrian/animal cross traffic count All major inhabitations along
the highway
7. Turning movement surveys For all major intersections

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 NHIDCL, 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 NHIDCL 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

Page 66 of 376
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:

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.

Page 67 of 376
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 NHIDCL. These will be
essentially required around congested towns to delineate through traffic. The road side
interviews shall be carried out on random sample basis and cover all four-wheeled
vehicles. The location of the O-D survey and commodity movement surveys shall
normally be same as for the classified traffic count.

2. The location of origin and destination zones shall be determined in relation to each
individual station and the possibility of traffic diversion to the Project Road from/to other
road routes including bypasses.

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

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

5. The distribution of lead and load obtained from the surveys should be compared. The
axle load surveys shall normally be done using axle load pads or other sophisticated
instruments. The location(s) of count station(s) and the survey with those derived from
the axle load studies.

6. The commodity movement data should be duly taken into consideration while making
the traffic demand estimates.

4.9.4. Turning Movement Surveys

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

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

Page 68 of 376
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 or in
future shall be identified.

4.9.5. Axle Load Surveys

1. Axle load surveys in both directions shall be carried out at suitable location(s) in the
project road stretch on a random sample basis normally for trucks only (both empty and
loaded trucks) for 2 normal days - (24 hours) at special count stations to be finalized in
consultation with NHIDCL. However, a few buses may be weighed in order to get an
idea about their loading behavior. While selecting the location(s) of axle load survey
station(s), the locations of existing bridges with load restrictions, if any, should be taken
into account and such sites should be avoided.

2. Axle load surveys shall normally be done using axle load pads or other sophisticated
instruments. The location(s) of count station(s) and the survey methodology including
the data formats and the instrument type to be used shall be finalized before taking up
the axle load surveys

3. The axle load data should be collected axle configuration-wise. The number of
equivalent standard axles per truck shall be calculated on the basis of results obtained.
The results of the survey should bring out the VDF for each truck type (axle
configuration, if the calculated VDF is found to be below the national average, then
national average shall be used. Furthermore, the data from axle load surveys should
be analyzed to bring out the Gross Vehicle Weight (GVW) and Single Axle Load (SAL)
Distributions by truck type (axle configuration).

4. The Consultant shall ascertain from local enquiries about the exceptional live loads that
have used the highway in the past in order to assess the suitability of existing bridges
to carry such loads.

4.9.6. Speed-Delay Surveys

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

4.9.7 Pedestrian / animal cross traffic surveys:

Page 69 of 376
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 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

Page 70 of 376
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,

Page 71 of 376
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).

(xiii). Typical physical features along the approach roads

(xiv). Possible bridge locations, land acquisition problems, nature of crossings,


likely length of approaches and bridge, firmness of banks, suitability of
alignment of approach roads.

3. The data derived from the reconnaissance surveys are normally 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 NHIDCL’s 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

Page 72 of 376
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 NHIDCL / Consultant. NHIDCL may decide about
format/ platform of point cloud data

(c). Topographic map of scale as per IRC SP 19 of the entire highway length and
adjoining areas of interest.

(d). Contour map of 50 cm of entire highway length and adjoining areas of interest

(e). Cross section of the highway at every 20 m at straight sections and at every 10
m at sharp curved sections in drawing format

(f). 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.

(g). 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.

(h). In case of mobile LiDAR or better technology, 360 degree panoramic images

Page 73 of 376
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.

(i). 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 centre-line at safe
places within the ROW

ii. The detailed field surveys would essentially include the topographic surveys
along the proposed location of bridge and alignment of approach road.

iii. The detailed topographic surveys should be carried out along the approach
roads alignment and location of bridge approved by NHIDCL.

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 centre line of the existing
carriageway) should be taken into consideration so that the topographic surveys
cover sufficient width beyond the centre line of the proposed divided
carriageway. Normally the surveys should extend a minimum of 30 m beyond
either side of the centre 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 NHIDCL. At locations where grade separated
intersections could be the obvious choice, the survey area will be suitably
increased. Field notes of 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

Page 74 of 376
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 centre line and will be of sufficient width to allow
improvements, including at grade intersection to be designed.

(v). Survey corridor width shall be based on the extent of possible cut slope and
embankment toe lines so that all land falling within the cut fill of the proposed
road corridor are covered.

5. General Specifications and reporting requirement for Topographic Survey for DPR
are as under:

I. The Ground Survey shall be carried out with GNSS (Global Navigation Satellite
System) under the static mode to establish Primary Control Grids, in the RTK (Real
Time Kinematics). These control points shall be established as an interval of not
more than 5 kms. The collected coordinate has to be in Global Coordinate System.
These Primary Control Points shall be established utilizing the known Horizontal
and Vertical Benchmark coordinates already established by authorized agency.
The data observation time for this survey (static) shall be for a minimum duration
of 2 hours for a point. The accuracy of these points has to be 3 mm + 0.1 ppm RMS
in Horizontal and 3.5 mm +0.4 ppm RMS in Vertical.

II. The secondary control points shall be established along the alignment for not more
than 250 ‘meters. The data observation time for this survey (static) shall be for a
minimum duration of 30 ‘minutes for each point. The vertical levels of these
secondary control points shall be established using Digital Levels. Traversing by
Total Station and Levelling by Digital-level be conducted, Every Loop of about 5
km shall be closed by Traversing and closing error be fixed and distributed by back
fly, Raw Data shall be supplied in Excel format for DGPS, TBM, Traverse and
corrected Traverse,

The detailed topographic Survey must be carried out using GNSS in the RTK (Real
Time Kinematics) mode with an accuracy of 8mm+1 Pym RMS in Horizontal and
15mm+1 ppm RMS in Vertical.

III. ‘The software used for Survey data collection shall have following capabilities:

 Availability of the Real Time satellite map to authenticate the alignment and other
‘survey parameters.

 Capturing the attributes and features along the alignment using predefined features
with provision of existing symbols and appropriate annotations and flexibility of
creating new Features like trees, ‘structures, water bodies, transmission towers, or

Page 75 of 376
other points of interest.

 Capturing the history log of collected data along with any correction made, for
Authentication of the data collected in the field. The parameters in the history log
shall be precision, correction/distribution of closing error, Tracked movement etc
should be as per specified Parameters to enable to accept the data.

 The data collected (point, features, co-ordinate information) along with log history
during survey shall be shared with the stakeholders in near real time using Cloud
Platform.

 The data so collected from Ground survey (Topography, features and over-ground
services) digital format shall be exported in standard formats including csv, dxf,
Landxml etc.

IV. The software used for demonstration of survey data in office shall have the
following capabilities:

 Capable to the collected data (point, features, co-ordinate information) along with
log history during survey shall be viewed by the Stakeholders in near real time
using Cloud platform.

 Creating progressive 3D digitized terrain model demonstrating all the captured


existing feature (over/on) the ground surface upto desired height in ROW and in
additional location as per requirement, on the satellite map.

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

a. 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 centre of the top surface.
The reference pillar shall be embedded in concrete upto 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.

b. Establishing Bench marks at site connected to GTS Bench marks at a interval of250
metres on Bench mark pillar made of RCC as mentioned above with RL and BM No.
marked on it with red paint.

c. 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

Page 76 of 376
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 centre 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
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

Page 77 of 376
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 fibre 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);

ii. Land-use (agricultural, commercial, forest, residential etc) @ every kilometre;

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;

Page 78 of 376
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)

Page 79 of 376
 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

 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 equipments such as high
resolution cameras, digital laser profilometer, transverse profiler- the data from

Page 80 of 376
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 NHIDCL.

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

 Type of drain and outfalls

 Connectivity of drainage turnouts into the natural topography

 Drainage surface flow locations

 Phreatic line

 Condition in cut sections

 Condition at high embankments

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

Page 81 of 376
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 wheelpaths 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 kilometre. 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

Page 82 of 376
deflection and composition. If so, the relationship may be used while working
out the overlay thickness for the existing pavement.

iv. Falling weight deflectometre surveys may not be carried out for severely
distressed sections of the road warranting reconstruction. The Consultants,
immediately upon the award of the contract, shall submit to NHIDCL 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 deflectometre or


alternative better technique for the evaluation of pavement strength, details of
such methods or innovative features for deflection testing using Falling weight
deflectometre 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 NHIDCL. The sources of such methods should be properly
referenced.

4.11.3.3 Subgrade Characteristics and Strength

1. 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);

Page 83 of 376
(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 NHIDCL officers after the problematic soil types are identified along the road
sections.

5. The laboratory for testing of material should be got approved from NHIDCL 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 shall include the
parametres 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 parametres.

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 parametres for all existing and proposed drainage provisions. The findings of

Page 84 of 376
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.

7. Wherever gauging sites are established by CWC, PWD, or other agencies, the
consultant shall also collect annual maximum peak flood data from the respective
authorities for all available records. This data shall be utilized to determine the peak
flood as per relevant codal provisions. The observed flood data shall be included in the
Detailed Project Report (DPR).

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 parametres 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.

2. For the bridges identified to be in a distressed condition based upon the visual
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.

Page 85 of 376
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 NHIDCL 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. No. Description Location of Boring

1 Overall length = 6 – 30 One abutment location and at least one intermediate


m location between abutments for structures having more
than one span

2 Overall length = 30 – One abutment location and at least one intermediate


60 m 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 NHIDCL.

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

Page 86 of 376
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 NHIDCL for approval. These may be finalized in
consultation with NHIDCL.

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

Page 87 of 376
formation levels.

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 NHIDCL (one for each civil
contract package)

x. Short bypasses at congested locations

Page 88 of 376
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 NHIDCL.

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,

Page 89 of 376
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.

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 en-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

Page 90 of 376
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 parametre 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 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

Page 91 of 376
to upgrade the pavements. These provisions notwithstanding, recycling of existing
bituminous materials is yet to be implemented in most of the NHIDCL 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. The design of cut slopes should include the requirements for protection works and
traffic safety features. Slope protection may include, solutions like, Breast Walls,
Gabion walls, rock bolting, slope benching, etc., based on details design (as per
relevant IRC codes) of the cut slope in terms of type of soil / rock, drainage conditions,
etc.

5. The Consultant shall identify areas for excess cut material disposal and muck disposal
and design suitable slope protection measures as required to contain the disposed
material. The area identified shall be part of the Detail Design Report and to be
discussed with local authorities and NHIDCL Team for agreement. While proposing

Page 92 of 376
these areas compliance to Environmental and Social factors, like avoiding blockage of
water bodies, glaciers, streams/ river courses, avoiding human and animal habitats,
etc. also need to be maintained and documented.

4.12.6. Design of Bridges and Structures

1. The data collected and investigation results shall be analyzed to determine the
following:
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 NHIDCL 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.

Page 93 of 376
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 NHIDCL, 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 NHIDCL 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 NHIDCL, 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 NHIDCL.

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

Page 94 of 376
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 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

Page 95 of 376
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 NHIDCL.

6. Advanced Traffic Management System (ATMS) shall be in place for all 4/6 lane roads
of NHIDCL 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, MoRTH’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

Page 96 of 376
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 NHIDCL.

2. The minimum number of toll lanes at the toll plazas should be carefully designed taking
into consideration the projected peak hour tollable 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.

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-

Page 97 of 376
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 centres / 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/NHIDCL. 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.

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

Page 98 of 376
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 NHIDCL. 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.

Page 99 of 376
4.13.2 Social Assessment

1 The consultant would conduct base line socio-economic and census survey to
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 NHIDCL in
acquisition of 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
NHIDCL.
 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/ NHIDCL, till the
acceptance of the reports by the ADB/ World Bank/ NHIDCL

4.13.4 Reporting Requirements of EIA


 The consultant would prepare the stand-alone reports as per the requirement
of the ADB/World Bank /NHIDCL, as applicable, with contents as per the

Page 100 of 376


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.
 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 /
NHIDCL till the acceptance of the reports by the ADB/ World Bank/ NHIDCL ,
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

Page 101 of 376


the works.
 Incorporating any other as per the suggestions of the ADB/ World Bank/
NHIDCL, till the acceptance of the reports by the ADB/ World Bank /NHIDCL
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.
 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

Page 102 of 376


i. Identify all land parcels that need to be acquired as part of project highway
ii. Conduct Joint Measurement Survey in conjunction with CALA, NHIDCL 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 NHIDCL 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 NHIDCL

5.1.1.4 Support CALA and NHIDCL with manpower and resources CALA throughout land
acquisition process

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


assistants, peons, computer operators as required to support CALA, PIU, 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 NHIDCL in the publication of notifications

5.1.2.1 Provide copy of following documents to NHIDCL - 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

Page 103 of 376


iii. NHIDCL 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 NHIDCL 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 NHIDCL in creating 3a notification and preamble on Bhoomi Rashi along with
all supporting documents in format prescribed to be sent for approval to NHIDCL HQ

5.1.3 Assist CALA and NHIDCL 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

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

Page 104 of 376


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.

Page 105 of 376


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

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 NHIDCL

5.1.3.10 Co-ordinate submission of copies of LA plan and Alignment map to CALA offices
through NHIDCL required for verification of 3A draft in the format prescribed by the
CALA Office

Page 106 of 376


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 forwarding letter to
be forwarded to NHIDCL

5.1.3.13 Assist NHIDCL 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

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 NHIDCL in coordinating with newspaper agency to ensure publication of 3A


notification in 2 newspapers: 1 Vernacular + 1 Other

5.1.3.18 Provide copies of newspaper publication of 3A notification to the CALA and NHIDCL

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 NHIDCL 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 NHIDCL

iii. Provide adequate manpower including but not limited to AutoCAD draftsmen,
liaison officers, computer operators, retired tahsildars, etc. to ensure mandated
timelines are met

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 NHIDCL in conduction of 3C enquiry and compilation of final
orders

Page 107 of 376


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 NHIDCL 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

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 NHIDCL 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

Page 108 of 376


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 of land vested with the owner and portion of land acquired by NHIDCL

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 NHIDCL 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 MoRTH/Its agency and CALA office by mail indicating
progress of pre-scrutiny in terms of number of villages covered

5.1.5.5 Co-ordinate with CALA team and PIU to facilitate site inspection

5.1.6 Assist CALA and NHIDCL in the publication of 3D notification

Page 109 of 376


5.1.6.1 Prepare 3D draft based on 3A notification and scrutinized JMS statements in the
format prescribed by NHIDCL

5.1.6.2 Co-ordinate submission of copies of 3D draft and scrutinized JMS Statements to the
office 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 to
be forwarded to NHIDCL

5.1.6.5 Assist NHIDCL 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 with
the file reference number needed for future reference at the CALA office

5.1.6.9 Assist NHIDCL in coordinating with newspaper agency to ensure publication of 3A


notification in 2 newspapers: 1 Vernacular + 1 Other

5.1.6.10 Provide copies of newspaper publication of 3D notification to the CALA and NHIDCL

5.1.6.11 Ensure all activities are planned and adequate manpower is made available to ensure
the prescribed timelines are adhered to

i. Ensure submission of 3D statement along with sub-division records to the


NHIDCL 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 NHIDCL

Page 110 of 376


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

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 NHIDCL /CALA on publishing of claim invitation notification in 2 local
newspapers - 1 vernacular and 1 other. The public notice inviting claims (under sub-
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 corresponding
orders

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

Page 111 of 376


v. Collect the details of the sales of land for public purpose through private
negotiation in the 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 NHIDCL in obtaining possession of land

5.1.8.1 Co-ordinate delivery of confirmation letter of deposit from NHIDCL 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 NHIDCL.

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 NHIDCL, 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:

Page 112 of 376


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

5.2.3 Develop a utilities relocation plan

1. Consultants need to develop and submit a utilities relocation plan in


consultation with NHIDCL 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 NHIDCL for approval

4. Work with user department, NHIDCL 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 NHIDCL within the time stipulated in DPR

Page 113 of 376


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 NHIDCL/ADB/WB projects are to be


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

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 parametres and the rationale for their selection for the economic
and commercial analyses shall be clearly brought out and got approved by NHIDCL.

3. For models to be used for the economic and the commercial analyses, the calibration
methodology and the basic parametres adapted to the local conditions shall be clearly
brought out and got approved by NHIDCL.

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

Page 114 of 376


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%

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

Page 115 of 376


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 NHIDCL 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 NHIDCL.

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

1. The consultant shall prepare all required bid documents and technical

Page 116 of 376


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
NHIDCL.

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 NHIDCL through the entire bid process and shall be
responsible for sharing the findings from the preparation stages during the bid
process

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

Page 117 of 376


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

4. The consultant shall assist NHIDCL 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 Enclosure-I to
LOI. The final reports, drawings and documentation shall be completed within
this time schedule.

2. NHIDCL 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 authorized signatory 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

Page 118 of 376


unless there are special reasons for carrying out part of the office work
elsewhere for which prior approval of NHIDCL 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 NHIDCL 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

NHIDCL 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 NHIDCL so desires, it
shall facilitate electronic linking of the attendance system with the Central
Monitoring System of NHIDCL.

9. Reports to be submitted by the Consultant to NHIDCL

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 Inception Report and QAP


mobilization

2 Feasibility Alignment finalization, AlignmentOptions Report and


preliminary surveys Feasibility Report

3 LA and LA, utilities identification; Strip Plan, LA Report (3a, 3A),


Clearances I creation of draft Clearances and Utility Shifting
notifications and proposals & Draft TOR for EC,
proposals Draft GAD for ROB/RUB, Forest
/ wildlife diversion

Page 119 of 376


4 DPR Detailed design of Draft DPR Report, Final DPR
highway, preparation of Report, documents and
detailed project report drawings
with drawings

5 Technical Preparation of bid Civil Works Contract


Schedules documents and technical Agreement and Schedules
schedules

6 (i) LA II Land acquisition JMS and 3D Report, Final


process, obtaining final Project Clearances and Utilities
(ii) Project utilities estimates and Report
Clearances required clearances

7 LA III- Award Land acquisition award 3G Report


Determination determination

8 LA IV- Obtaining possession of Land Possession Report


Possession land

Preliminary design work should commence without waiting for feasibility study to be
completed. 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 NHIDCL

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 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

Page 120 of 376


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
as described in these documents

2. The following section describes the detailed requirements for each report that
needs to be submitted

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

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


additional format and content requirements

5. All reports must be submitted along with the relevant checklist form completed
and signed off by the consultant

Page 121 of 376


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
NHIDCL.

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
NHIDCL after the 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 NHIDCL 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;

Page 122 of 376


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 NHIDCL;
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 NHIDCL.

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

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

Page 123 of 376


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, NHIDCL 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

4. Options of alignment on latest available satellite imageries, traffic study


including O-D matrix, preliminary cost estimate for preferred alignment along-
with cost of land acquisition based on available record with Revenue
Departments. Further, a report on extent of forest land, wild life/SEZ, or any eco
sensitive zone in the influence of project alignment to be submitted. The
alignment option study should compulsorily include feasibility of development
of High Speed Corridor as per standards defined in Annexure-1 of LOI along

Page 124 of 376


existing developed/under development 4-lane corridor as mentioned in para
2.7. of TOR. The drone video / photographs of the proposed alignment shall be
provided.

10.4 Feasibility Report

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


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

i. Executive summary
ii. Overview of NHIDCL organization and activities, and project financing
and cost recovery mechanisms
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
six sets:

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.

Page 125 of 376


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 in a separate volume as an Appendix to Feasibility Report.

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


modifications suggested by NHIDCL shall be submitted within 15 days of receipt
of comments from NHIDCL on draft feasibility study report.

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 the position of their relocation;

iv. Details for various clearances such as environment and forest


clearances;

v. Separate strip plan showing shifting / relocation of each utility services


in consultation with the concerned local authorities;

vi. The utility relocation plans should clearly show existing right-of-way and
pertinent topographic details including buildings, major trees, fences and
other installations such as water-mains, telephone, telegraph and
electricity poles, and suggest relocation of the services along with their
crossings the highway at designated locations as required and prepare
necessary details for submission to the Service Departments;

vii. Detail schedules for acquisition of additional land and additional


properties in consultation with the revenue authorities; and

Page 126 of 376


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 from reconnaissance and detailed topographic surveys.

3. The Report accompanying the strip plans should cover the essential aspects
as given under:

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 NHIDCL.

5. Kilometre-wise Strip Plans for section (Package) shall be prepared separately


for each concerned agency and suggested by NHIDCL.

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 NHIDCL, in both Hindi and English languages.

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

Page 127 of 376


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
acquired in 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 NHIDCL

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 of process 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 and rehabilitation of affected persons.

Page 128 of 376


10.7 Utility relocation plan

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 in consultation 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 of such trees based on realistic rates obtainable from
concerned District forest office

Page 129 of 376


iv. Plan of compensating afforestation, its land requirement with specific
locations and cost 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 any form 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
including submission of Draft TOR for seeking Environmental Clearances,
GAD for ROB/RUB etc
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.

5. Further, for Environmental & Wildlife Clearances, the firm should have been
accredited by National Accreditation Board for Education and Training (NABET) for EIA.
In case NABET accreditation is not available, the DPR Consultant should have atleast 1
retired or Ex Indian Forest Service officer and 2 retired or Ex State Forest Service officers
on regular payroll each with over 15 years of service in Forest & Wildlife Department.

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:

Page 130 of 376


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.

Further, alignment design, slope protection measures, cross drainage and


bridge structures, tunnels, project facilities shall also form 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 shall deal with the design of bridges, tunnels and cross-
drainage structures, cut and fill slopes (slope protection type and stability
analysis). 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
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
aspect and the standards adopted.

iii. Volume - III, Materials Report: The Materials Report shall contain details
concerning the proposed borrow areas and quarries for construction
materials and possible sources of water for construction purposes. The
report shall include details on locations of borrow areas and quarries shown

Page 131 of 376


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, cut and fil slope material along the road, geological
information, geomorphological information. 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 control
norms 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-
wise detailed Bill of Quantities for all items of works.

ix. Volume - IX, Drawing Volume: All drawings forming part of this volume
shall be ‘good for construction’ drawings. All plan and profile drawings will
be prepared in scale 1:250V and 1:2500H scale to cover one km in one
sheet. In addition this volume will contain ‘good for construction’ drawings

Page 132 of 376


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 NHIDCL 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.

Page 133 of 376


 Detailed Working Drawings for slope protection measures
 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 the required 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.
 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.
Note: (a) The consultant shall deliver the final road alignment geometry
proposed –roadway model and all proposed structures in a 3D engineered
model with the required 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.

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


the Peer Review consultant appointed by NHIDCL. The peer Review

Page 134 of 376


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 NHIDCL 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 NHIDCL on the draft
DPR shall be submitted as per the schedule 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 NHIDCL

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

Page 135 of 376


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 3D notifications
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

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 NHIDCL 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

Page 136 of 376


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 agencies
to 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 NHIDCL, shifting estimate, agency/super vision fees, executing agency –
user agency or NHIDCL

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


i. Copies of actual approvals granted at user agency and NHIDCL
ii. Cost estimates and shifting plans approved, demand note from agency
iii. Approved utilities shifting proposal including strip plan showing scheme of
shifting
iv. Map and design/engineering drawings of existing utility and shifting to be
executed
v. Details of approved contractors, schedule of rates for state and bank
account/deposit details for agency
vi. Finance pro-forma, utilities checklist, no upgradation certificate and other
documentation as maybe required by NHIDCL at the time of approval
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

NHIDCL of award declared for 90% of area as per LA plan or as per the
timeline 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 NHIDCL of 100% of land required to be
acquired

Page 137 of 376


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 NHIDCL 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 for completion
iv. A GIS map containing digitised details of land parcels shall be
updated with all relevant land possession details and supplied in the
agreed digital format
Stage-8: Land Possession

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 per the 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)

Page 138 of 376


- by village

 date of final award by CALA, approval by NHIDCL, 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 for completion

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 all relevant land possession details and supplied in
the agreed digital format

11. Interaction with NHIDCL

1. During entire period of services, the Consultant shall interact continuously with

NHIDCL and provide any clarification as regards methods being followed and
carryout modification as suggested by NHIDCL. A programme of various
activities shall be provided to NHIDCL and prior intimation shall be given to
NHIDCL regarding start of key activities such as boring, survey etc. so that
inspections of NHIDCL officials could be arranged in time.

2. The NHIDCL officers and other Government officers may visit the site at any
time, individually or collectively to acquaint/ supervise the field investigation and
survey works. NHIDCL 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 NHIDCL. 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 this
project shall be obtained by the Consultant at their own cost and shall be their

Page 139 of 376


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 NHIDCL 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 NHIDCL the consultant shall arrange at their own cost


necessary 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 NHIDCL floppies/CD’s/Pen-


Drive containing any general software including the financial model which has
been specifically developed for the project.

3. The floppy diskettes/CD’s/Pen-Drive should be properly indexed and a catalogue

Page 140 of 376


giving contents of all floppies/CD’s and print-outs of the contents (data from field
studies topographic data and drawings) should be handed over to NHIDCL 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.

Page 141 of 376


SUPPLEMENT-I

ADDITIONAL POINTS TO BE CONSIDERED FOR HILL ROADS IN ADDITION TO POINTS


COVERED IN MAIN TOR
Sr. Clause No. Additional points
of TOR
No.
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.

Page 142 of 376


Sr. Clause No. Additional points
of TOR
No.

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 Meteorological maps of the area.
8. 4.11.1(2) The primary tasks to be accomplished during the reconnaissance survey
shall also include:
a) details of terrain (steep or mountainous), cliffs and gorges, general
elevation of the road including maximum heights negotiated by main
ascents and descents, total number of ascents and descents, hair pin
bends, vegetation etc.
b) Climatic conditions i.e. temperature, 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 conditions shall 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.

Page 143 of 376


Sr. Clause No. Additional points
of TOR
No.
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 by subsidence 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 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.

Page 144 of 376


Sr. Clause No. Additional points
of TOR
No.
14. 4.12.1 (1) The Consultant shall also carry out detailed designs and prepare
working designs for 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 NHIDCL.
4.12.2 (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, 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 heavy rainfall, 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 works and traffic safety features including features specific to
hill roads.
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

Page 145 of 376


Sr. Clause No. Additional points
of TOR
No.
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 effective drainage 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 and design of other protection/control structures.
Volume IX: Drawing Volume This shall also include :
a) Detailed working drawings for tunnels, if required.

b) Detailed working drawings for protection/control structures

Page 146 of 376


SUPPLEMENT-II

ADDITIONAL REQUIREMENTS FOR BRIDGES


Sr. Clause No.
Additional points
No. of 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 of the bridge
2 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 Hydrologic Investigations to:
i) Finalize span arrangement causing uniformity in flow
distribution, and work out 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

Page 147 of 376


Sr. Clause No.
Additional points
No. of TOR
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
investigations regarding the proposed new bridge to:
i) Finalize the site/location of the proposed new bridge based on
mathematical modeling.
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

4. Information/Documents/Data required for Physical


/Mathematical Model 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.

Page 148 of 376


Sr. Clause No.
Additional points
No. of TOR

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 plan form 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 showing number 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
proposed alignment.
viii) Size distribution of the river bed material and the bore log
data at different locations at the site of the proposed bridge.
ix) The series of annual peak rainfall and flood of the river for at
least 30 years period

Page 149 of 376


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 and heck the following aspects
CONTENTS ITEMS
Aspects to be A. Safety and operational implications of proposed alignment
checked 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

Page 150 of 376


 Staging of contracts
 Adjacent development
A2 : Local  Visibility
Alignment  New/Existing road interface
 Safety Aids on steep hills
A3 : Junctions  Minimise potential conflicts
CONTENTS ITEMS
 Layout
 Visibility
A4 : Non-Motorised road users Provision  Adjacent land
 Pedestrians
 Cyclists
 Non-motorised
vehicles
A5 : Signs and Lighting  Lighting
 Signs/Markings
A6 : Construction and Operation  Build ability
 Operational
 Network Management

Stage 1 – Completion of Preliminary Design

1. The audit team should review the proposed check the following aspects design from a
road safety perspective and check 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
B1 : General  Departures from standards
 Cross-sectional variation

Page 151 of 376


 Drainage
 Climatic conditions
 Landscaping
 Services apparatus
 Lay-byes
 Footpaths
 Pedestrian crossings
 Access (minimize number of private accesses)
 Emergency vehicles
 Public Transport
 Future widening
 Staging of contracts
 Adjacent development
B2 : Local Alignment  Visibility
 New/Existing road interface
 Safety Aids on steep hills
B3 : Junctions  Minimise potential conflicts
 Layout
 Visibility
B4 : Non-Motorised road  Adjacent land
users Provision
 Pedestrians
 Cyclists
 Non-motorised vehicles
B5 : Signs and Lighting  Lighting
 Signs/Markings
B6: Construction and  Build ability
Operation
 Operational
 Network Management

Stage 2 – Completion of Detailed Design

1. The audit team should satisfy itself that all issues raised at Stage 1 have been resolved.
Items may require further consideration where significant design changes have occurred.
2. If a scheme has not been subject to a stage 1 audit, the items listed in Checklists B1 to
B6 should be considered together with the items listed below.
CONTENTS ITEMS
Aspects to be A. Any design changes since Stage 1.

Page 152 of 376


checked B. The detailed design from a road safety viewpoint, including the
road safety implications of future maintenance (speed limits; road
signs and markings; visibility; maintenance of street lighting and
central reserves).
C1 : General  Departures from standards
 Drainage
 Climatic conditions
 Landscaping
 Services apparatus
 Lay-byes
 Access
 Skid-resistance
 Agriculture
 Safety Fences
 Adjacent development
C2 : Local  Visibility
Alignment  New/Existing road interface
C3 : Junctions  Layout
 Visibility
 Signing
 Lighting
 Road Marking
 T,X,Y-junctions
 All roundabouts
 Traffic signals
C4 : Non-  Adjacent land
Motorised road  Pedestrians
users Provision
 Cyclists
 Non-motorised vehicles
C5 : Signs and  Advanced direction signs
Lighting  Local traffic signs
 Variable message signs
 Other traffic signs
 Lighting
Network Management

Page 153 of 376


ENCLOSURE-I

A. Normal Highway Projects

MANNING SCHEDULE.

Total Project Assignment 365 days


Sr. At design Total Time
Key Personnel At site (man
No office (man Period (man
month)
month) month)
1 Team Leader Cum Senior Highway
6 6 12
Engineer
2 Senior Bridge/ Structural Engineer 4 4 8

3 Highway cum Pavement Engineer 4 4 8

4 Material-cum-Geo-technical
6 4 10
Engineer – Geologist
5 Senior Survey Engineer 8 4 12

6 Traffic and Safety expert 4 4 8


7 Environmental Specialist 2 2 4

8 Quantity Surveyor / Documentation


4 6 10
Expert
9 Land Acquisition Expert 6 4 10

10 Utility Expert 6 2 8
Sub-Total 50 40 90
Sub- Professional Staff
1 Assistant Highway Cum Pavement
12 x 4
Engineer (4 Nos.)
2 Survey Engineer (4 Nos.) 12 x 4
3 Assistant Quantity Surveyor /
12 x 4
Documentation Expert (4 Nos.)
4. Assistant Bridge/ Structural Engineer
8x2
(2 Nos).
5. Assistant Material cum Quality
10
Engineer
6. GIS Expert 8
7. CAD Expert 10
8. Hydrologist 4
9. ATMS & Toll Expert 2
10. Others / Additional sub- To be defined by

Page 154 of 376


professional*: DPR Consultant
a
b
c
d
e
f

Sub-Total 194

Total 284

* Additional sub-professionals, as required, shall be provided by DPR


Consultant at its own cost

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 NHIDCL from time to time.

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


the detailed study after mobilisation of Consultant on site.

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


provided 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, concerned,
NHIDCL.

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 CALA(s) for
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, NHIDCL is
empowered to grant extension to LA team staff/s.

Page 155 of 376


ENCLOSURE-II

Qualification and Experience Requirement of Key Personnel

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

Page 156 of 376


Sr. 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 Min. 8 years
Professional
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)
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

Highway cum Pavement 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 and
Highway projects maintenance of highways
c) Experience in Pavement design for major highway projects (2/4/6 lane
similar capacity NH/SH/Expressways) of minimum 2 projects
d)Training It is mandatory for the key personnel to have attended training
course on "Preparation of Feasibility Study and DPR for

Page 157 of 376


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 Professional Min. 8 years
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
similar capacity lane 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

Sr. 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

Page 158 of 376


a) Total Professional Min. 8 years
Experience

b) Experience in Min. 6 years on similar projects in project preparation and


Highway projects construction & thorough understanding of modern computer
based methods of surveying

c) Experience in Survey Engineer for projects preparation of highway project


similar capacity (NH/SH/Expressways) involving 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)
similar capacity involving 2/4/6 laning of minimum 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

Environmental Specialist

i) Educational
Qualification

Page 159 of 376


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
Highway Projects permitting of highway projects (2/4/6 laning)
c) Experience in Environmental Specialist in at least two highway projects
similar capacity (2/4/6 laning)

d)Training It is preferential 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
Highway Projects documents and documentation for major highway projects
involving two/ four laning
c) Experience in Quantity Surveyor in highway projects (NH/SH/Expressways)
similar capacity involving two/four/six 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

Page 160 of 376


minimum 6 days duration

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

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
Experience officers like Ex-ADM/SDM, Ex-Tehsildar, Ex-Deputy- Tehsildar
etc.
b) Role specific Min 10 years in Land acquisition for government/ authority
experience projects
iii) Age Limit 65 years on the date of submission of bid

Utility expert

i) Educational
Qualification
Essential Graduate or equivalent in major engineering disciplines viz.
mechanical/ electrical/ civil engineering
ii) Essential Experience
a) Total Professional Min 10 years Desirable: Ex- officers or engineers from utility
Experience agencies
b) Role specific Min. 8 years in Utility estimation and relocation/ erection of
experience electric/ gas/ other utilities Desirable: Experience with utilities
along the highway/road.
iii) Age Limit 65 years on the date of submission of bid

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

Page 161 of 376


Experience
a)Total Min. 12 years
Professional
Experience
b) Experience in Min. 6 years in major Bridge Construction / Development
Bridge projects Project.
c) Experience in He should have handled as Team Leader/Project Manager or
similar capacity similar capacity of at least Two projects in Construction
(Either as Team Supervision / IC involving 4 laning/6-laning/Expressway of
Leader or in Similar minimum 50km length and atleast two major bridge of a length
capacity ) 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 Professional Min. 8 years
Experience
b) Experience in Bridge Min. 05 years in project preparation and design of bridge
projects projects.

c) Experience in similar Bridge Engineer in highway design consultancy projects (2/4/6


capacity lane NH/SH/ Expressways) involving design of minimum
two major bridges(length more than 200 m)

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

Page 162 of 376


Team Leader cum Tunnel Expert

I Educational
Qualification
Graduate in Civil Engineering/Tunnel Engineering/Mining
Essential
Engineering
Post Graduate in Civil Engineering/Tunnel
Desirable
Engineering/Mining Engineering
II Essential
Experience
a)Total Professional Min. 10 years
Experience
b)Experience in (i) Professional experience in handling major tunnel projects
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 (Road/Rail/Metro)
(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

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


similar capacity tunnel construction/construction supervision projects
(Road/Rail/Metro)
(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

Tunnel Design Expert

I Educational
Qualification
Essential Degree in Civil/ Mining Engineering

Page 163 of 376


Desirable Post Graduation in Design/ Structural Engineering or
equivalent.
II Essential
Experience
a)Total Professional Min. 10 years
Experience
b) Experience in (i) Professional Experience in handling major tunnel
Tunnel projects projects (Road/Rail/Metro)
(ii) Experience of major tunnel construction/construction
supervision projects (Road/Rail/Metro)
(iii) Experience in preparation of DPR or Feasibility report of
major tunnel projects (Road/Rail/Metro)
(i) Experience as Tunnel Design Engineer
c) Experience in
Professional
similar capacity
Structural)
(ii) Experience as Tunnel Design Engineer (Structural) of
major tunnel construction/construction supervision projects
(Road/Rail/Metro)
(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

Geotechnical Engineer

I Educational Qualification
Essential Civil Engineering/Mining Engineering / Engineering Geology
Geotechnical Engineering /Foundation Engineering/Rock
Desirable
Mechanics/Geo science or equivalent
II Essential
Experience
a) Total Min. 10 years
Professional

Page 164 of 376


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

Qualification and Experience Requirement of Key Personnel Geophysicist

I Educational Qualification
Graduate in Geophysics/Geo science/ Earth science or
Essential
equivalent.
Post Graduation in Geophysics/Geo science/ Earth
Desirable
science or equivalent
II Essential
Experience

a) Total Professional Min. 10 years


Experience
b) Experience in (i) Professional Experience in handling tunnel/ mineral and
Relevant works 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

Page 165 of 376


(iii) Processing, Interpreting, generating 3D resistivity
model of AEM survey’s raw data for tunneling/mineral and
oil exploration or any other similar work for area of more than 2.7
sq km

(iv) Experience in carrying out AEM survey, processing,


interpreting, generating 3D resistivity of AEM survey’s raw data
for major tunnel work (Rail/Road/Metro)

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

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
b) Experience in He should have a minimum 10 years of professional experience
Tunnel projects and should have involved in project preparation/ DPR/ Tunnel
Design for atleast two major Tunnel projects.
c) Experience in He should have experience in similar capacity per five years on
similar capacity Design/ Construction/ Supervision of Tunnel Projects.
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
b) Experience in 10 years in Tunnel Projects and should have worked for
Tunnel projects atleast five years as an E&M Expert for Tunnel Design/
Construction projects.
He should have handled atleast two tunneling projects in similar
c) Experience in
capacity.

Page 166 of 376


similar capacity

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

Material Engineer

i) Educational Qualification
Graduate in Civil Engineering/Material Science and Engineering
Essential
or equivalent
Post-graduation in Material Science and Engineering or
Desirable
equivalent
ii) Essential Experience
a) Total Min. 12 years
Professional
Experience
Minimum 8 years on Tunnel projects in design and /or
b) Experience in
construction. Experience on Tunnel projects shall be preferred.
Highway Projects
Material Engineer on highway projects (2/4/6 lane
c) Experience in
NH/SH/Expressway) of minimum aggregate length of 80 km.
similar capacity
It is mandatory for the key personnel to have attended training
d)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

Page 167 of 376


ENCLOSURE-III
Schedule for submission of Reports and Documents

[PLEASE MODIFY AS PER PERIOD REQUIRED AS PER PARA 3 OF DATA SHEET]

Time Period in days


Stage
Activity No. of copies from date of
No.
commencement
1 Monthly Reports By the 10th day of
3
every month
2 Inception Report
(i) Draft Inception Report including QAP document 3 25
(ii) Inception Report including QAP Document 3 40
3 F.S. REPORT
i) Draft Feasibility Study Report including option study report 70
4
including draft 3(a) report
1 90
(ii) Comments of client
4 120
iii) Final Feasibility Study Report incorporating compliance of
comments of Client
4 LA & Clearances I Report
i) Draft LA & Clearances I Report including draft 3(A) report,
Draft TOR for EC, Draft GAD for ROB/RUB, Forest/wildlife 4 130
diversion
ii) Comments of client 1 145
iii) Final LA & Clearances I Report incorporating compliance
4 160
of comments of Client
5 Detailed Project Report
i) i) Draft DPR 240
4
ii) Comments of client 1 270
iii) Final DPR incorporating compliance of comments of Client 6 280

6 Technical Schedules
i) i) Draft Technical Schedules 4 240
ii) Comments of client 1 270
iii) Final technical schedule 6 280
7 Land Acquisition II- Submission of draft 3D publication
4 240
report
8 Land Acquisition III, Award determination (3G) 280
9 Project Clearances & LA IV Report 6
Approval of Project clearances from Concerned agencies Original letters
e.g. from MOEF; Rly for approval of GAD and detail from the
engineering drawing of ROB/RUB; Irrigation Dept., Utility concerned
365
Report and Possession of Land agencies and 5
photocopies of
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.

Page 168 of 376


Form- T
Schedule for approval of Reports and Documents by NHIDCL
after submission by Consultant.

Time Period in days from date


Stage
Activity of submission of Comment
No.
and acceptance by PD/RO
1 Inception Report 7 days
2 Feasibility Study Report 15 days
i) Draft Feasibility Study Report including option
study report including draft 3(a) report 60 days
(ii) Final feasibility Study report
3 LA & Clearances Report
Draft LA & Clearances Report & Draft TOR for EC, 15 days
Draft GAD for ROB/RUB, Forest/wildlife diversion
ii) Final LA & Clearances Report incorporating 25 days
compliance of comments of Client
4 Detailed Project Report
Draft DPR 30 days
ii) Final DPR incorporating compliance of 7 days
comments of Client
5 Technical Schedules
Draft Technical Schedules 30 days
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.

Page 169 of 376


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 consultants
to NHIDCL.

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 be
adhered to strictly

iii. In addition, consultants are to align and agree with NHIDCL 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
following formats:

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

Page 170 of 376


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 NHIDCL

iv. Clients’ comments on submitted reports

v. Any communication, letters and approvals to and from other government 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 of this document or where a format has not been defined

3. As required in relevant clause, consultants are required to agree with NHIDCL


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,
some requirements for minimum content and format are laid down below.

Sr
Data product Contents required (definition) Data format
No
0 Formats to be List of data, drawing and design outputs, reporting CSV or ODF
used format, digital format suggested, key data to be sheet, .xlsx
included (column headers), units and system to optional
be used
1 Traffic surveys
1.1 List of Point no, location coordinates (lat, long), location CSV or ODF
traffic of survey point, chainage, no lanes/type of sheet, .xlsx
survey points junction, type of survey, date of survey, length of optional
survey, any commentary, equipment/technique

Page 171 of 376


Sr
Data product Contents required (definition) Data format
No
used, link to survey output
1.2 Classified Survey point, survey location, location id (ihmcl), Raw data:
traffic volume no of lanes, chainage, location coordinates (lat, IHMCL Traffic
count survey long), date, time and period of survey survey data
format
Processed,
corrected with
AADT: CSV or
ODF sheet,
.xlsx optional
1.3 O-D, turning Survey point, survey location, location lat, long, CSV or ODF
movement, chainage, date, time, period of survey, sheet, .xlsx
axle load and technique/equipment used in addition to the optional
other surveys survey data itself
2 Engineering surveys and investigations
2.1 Raw DGPS Notes must contain Date, time of survey, CSV or ODF,
data equipment Receiver
used, corrections applied is any. Data: Survey Independent
benchmarks, benchmark points, location data Exchange
points Format (RINEX)
2.2 LiDAR point Notes must contain Date, time of survey, LASer file
cloud equipment, summary post processing applied. format for
Data: Survey benchmarks, data points, point exchange CSV
cloud of entire project corridor as defined in 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 Contours:geo-
map cm contours with roadway marked on maps referenced
+ contours shape files
(.shp) or .dxf
files, .dwg/.dgn
files options
2.6 Digital Digital terrain modeled from aerial and ground Digital elevation
elevation surveys model in USGS

Page 172 of 376


Sr
Data product Contents required (definition) Data format
No
model Spatial Data
transfer
standard
(SDTS) format
2.7 Longitudinal Location of cross section - existing, design .dxf files,
and cross chainage, lat, long, Cross section drawing .dwg/.dgn files
sections options
2.8 As-is road 3D digital map of as-is project highway containing Digital terrain
map earth surface, road layers, utilities, buildings and model and
trees with feature data extracted and mapped in maps in
layers, marked on the map and tabulated data LandXML/.dxf
provided separately. All road, surface, sub format,
surface inventory, pavement investigation and .dwg/.dgn files
soil survey data to be super-imposed as layers options
Separate CSV
or ODF sheet,
.xlsx optional of
feature data in
addition to map
2.9 Details of type of utility, no, class and category of utility CSV or ODF
utility installation (e.g. 66 kV xlpe), location, distance sheet, .xlsx
from centerline, user agency optional
2.10 Utility maps geo-referenced schematic map, existing and georeferenced
design road centerline, type of utility, size, no, shape files
class and category (.shp) and
drawings in .dxf
format
2.11 Road All data as required in clause 4.11.3.1, geo- CSV or ODF
inventor referencing for each row of data in lat, long form sheet
y surveys
2.12 Pavement Test pit reference id, location, chainage, geo- CSV or ODF
investigation reference (lat, long), pavemet composition - layer sheet
no, material type, thickness, sub grade type, and
condition
2.13 Pavement Data as required in clause 4.11.3.2, along with CSV or ODF
condition location/chainage and geo-reference for all data sheet
survey
2.14 Pavement FWD results as per IRC guidelines, geo- CSV or ODF
structural referencing for test points sheet
strength
2.15 Sub-grade and In the format of the testing lab, summary details Summary in

Page 173 of 376


Sr
Data product Contents required (definition) Data format
No
soil strength must be tabulated and must include: test pit no, CSV or ODF
location, chianage, lat/long, date, time of test, sheet
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 vertical Geometry or
alignment alignment for the road shape files
geometry To be presented superimposed on surface map, : .shp/.dxf,
satellite imagery and digital elevation model of .dwg/.dgn files
region options
3.2 Final Georeferenced centerline horizontal and vertical Geometry or
alignme alignment for the road. Additional detail on lanes, shape files
nt geometry super elevation, junctions, structures, : .shp/.dxf,
under/overpasses, PUP/CUP, wayside amenities .dwg/.dgn files
etc options
3.3 Proposed Proposed digital roadway model and design data- .dxf/.dtm
roadway including embankment, road way, road layers,
model roadside amenities, signals, road furniture,
markings and other construction elements in 3D
3.4 Proposed Geo referenced location and alignment, 3D model .dxf/.dtm
structures of structure and appurtenances, cross section,
plan and profile drawings for construction as per
IRC
3.5 Proposed Roadway cross sections for homogenous .dxf files Digital
highway cross sections surface model
sections in
.dxf format
4 Other deliverables
4.1 Digitized Digitized revenue map overlaid with key land Geometry or
cadastral marks, land size, survey number and owner ship shape files
maps data, with >1mm accuracy on a scale in : .shp/.dxf,
accordance with IRC SP 19. .dwg/.dgn files
options
4.2 Financial Spreadsheet model with instructions, index and ODF sheets,
analysis containing all inputs and assumptions, time MS office
series construction and operating costs,
revenues, financing and equity cash flows,
NPV/IRR, sensitivity scenarios and results

Page 174 of 376


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 on the world wide web
ii. The consultant shall provide read only access to all relevant officers of NHIDCL and
provide further access to additional users as and when requested by NHIDCL
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 the government of
India

3.2 Deliverables to be hosted

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


include but not be limited to:
ii. All draft and final deliverables in the digital formats prescribed in this TOR and
in file formats in wide use where formats are not specified
iii. Data, images and videos from all surveys and investigations conducted of this
enclosure
iv. All correspondence to and from NHIDCL including clients’ comments on
submitted reports
v. Any communication, letters and approvals to and from other government local
agencies and any other relevant body
vi. The platform shall also contain an index and table of contents of information
being 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

Page 175 of 376


APPENDIX-II
Proof of Eligibility

Form-E1

Letter of Proposal (On Applicant’s letter head)

(Date and Reference)


To,
ED(T), NHIDCL

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.

Page 176 of 376


8. I/We declare that we/any member of the consortium, are/is not a Member of any other
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 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 or
rejected.

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.

Page 177 of 376


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 terms of the RFP Document.

Yours faithfully,
(Signature, name and designation of the authorized signatory)
(Name and seal of the Applicant/Lead Member)

Page 178 of 376


Appendix- II

Form-E2/T3

FIRM’S REFERENCES
Relevant Services Carried out in the Last Seven Years (2017-18 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 Provided by your firm:

Name of Client : No. of Staff :

Address : No. of Staff Months :

Start Date Completion Date Approx. Value of


(Month / Year) (Month / Year) Services : (in INR/current USD) :

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:


(Certificate from Employer regarding experience should be furnished)

Signature of Authorized Representative

Page 179 of 376


Form- E3

Financial Capacity of the Applicant

Name of Applicant:
Sr. Annual Revenue
[2024-25]*
No. (Rs/US $ in million)
1 [2023-24]
2 2022-23
3 2021-22
4 2020-21
5 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 its
chartered 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.

Page 180 of 376


Form- E4
(Deleted)

Page 181 of 376


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


Designation
Address

(Authorized Representative)

Page 182 of 376


Details of projects for which Technical and Financial Proposals have been submitted

Sl. Name of Consultancy Package Names of Proposed Key


No. Project No. Personnel

Page 183 of 376


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
Year) Year) INR/current USD) :
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

Page 184 of 376


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.

Page 185 of 376


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.

….

….

Page 186 of 376


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] and
analysis

2) Quality Assurance system for consultancy assignment [not more than 1 page]

3) The key challenges foreseen and proposed solutions will be detailed precisely under
the 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

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
of materials 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.

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

Page 187 of 376


3. In case answer to 1 is Outsourced/ Not Available arrangements made/proposed to be
made 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 in
following format:

Page 188 of 376


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
(Month / Year) (Month / Year) USD) :
Name of JV/Association Firm(s) if No. of Months of Professional Staff provided by
any : 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)

Page 189 of 376


Office Equipment and software

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

Page 190 of 376


(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.

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 is
any mis-representation in this regard.

Date:

Place:

Signature

(Name of Key Personnel)

Page 191 of 376


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)

Page 192 of 376


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:

Continuous
Sl. Name of the Key Nos. of Years with the
Designation Employment from
No. Professional firm
(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 Start Scheduled Whether In case of JV,
No. Description Works received Date Completion awarded in share of
or Original Current Contract Fee
assignment Financial Year (%)
period+ one (Yes/ No)
year lapsed
(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 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:

Page 193 of 376


Sl. Project Civil works Start Scheduled Whether In case of
No. Description Provisionally Date Completion awarded in JV, share of
completed or Current Contract Fee
Original Financial Year (%)
assignment (Yes/ No)
period+ one year
lapsed
(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
Note 3:
The Consultant shall re-submit the bid capacity details as per above format at the time of
opening of Financial Bid.

Page 194 of 376


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 NHIDCL)

This integrity Pact is made at on this day of 2016.

BETWEEN

[THE NATIONAL HIGHWAYS & INFRASTRUCTURE DEVELOPMENT CORPORATION


LIMITED (NHIDCL), established under the Companies Act, 2013, represented by its Managing
Director, which has been entrusted with the responsibility of development, maintenance and
management of National Highways, having its office at 1st & 2nd Floor, Tower A, World Trade
Centre, Nauroji Nagar, New Delhi – 110029, hereinafter referred to as "The Principal" 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} (hereinafter 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).

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:

Page 195 of 376


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.

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

Page 196 of 376


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 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 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”.

Page 197 of 376


(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.

Page 198 of 376


(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

Page 199 of 376


the Monitor sufficient 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.

Page 200 of 376


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

Place

Date

Witnessed

Witness 1:(Name & Address)

Witness 2: (Name & Address)

{COUNTERSIGNED and accepted by:

JV Partner}

Page 201 of 376


APPENDIX-IV

(Form-I)

FINANCIAL PROPOSALS

FROM: TO:

Sir:

Subject: Consultants’ Services for Price Proposal- Regarding

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)

Page 202 of 376


*The Financial proposal is to be filled strictly as per the format given in RFP.

(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 & Investigations
AB Topographical Survey Investigations
C Network Survey and
GPR
X Cost of supply and fixing Boundary Pillars
XI Land Acquisition Team including support staff and logistics/
transportation
Subtotal Local Consultants :
Foreign Consultants
F-I Remuneration for Expatriate Staff
F-II Mobilization and Demobilization
Total Cost Net of Tax :
Taxes and 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, 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

Page 203 of 376


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.

Page 204 of 376


(Form-III)

Estimate of Local Currency Costs

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

(Normal Highway Project)

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


No. (INR)
Professional Staff
1 Team Leader cum Highway
12
Engineer
2 Senior Bridge Engineer 8
3 Highway cum Pavement Engineer 8
4 Material-cum-Geotechnical
10
Engineer
5 Senior Survey Engineer 12
6 Traffic and Safety Expert 8
7 Environmental Specialist 4
8 Quantity Surveyor 10
9 Land Acquisition Expert 10
10 Utility Expert 8
Sub-Total: 90
Sub-Professional Staff (one sub-professional be a fresh graduate)
1 Assistant Highway Cum Pavement
12 x 4
Engineer (4 Nos.)
2 Survey Engineer (4 Nos.) 12 x 4

3 Assistant Quantity Surveyor /


12 x 4
Documentation Expert (4 Nos.)
4. Assistant Bridge/ Structural Engineer 8x2
(2 Nos).
5. Assistant Material cum Quality 10
Engineer
6. GIS Expert 8

7. CAD Expert 10

8. Hydrologist 4

9. ATMS & Toll Expert 2

Page 205 of 376


To be defined
10. Others / Additional sub-professional*:
by DPR
Consultant

a.
b.
c.
d.
e.
f.
Sub-Total: 194
TOTAL 284

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.

* Additional sub-professionals, as required, shall be provided by DPR Consultant.

II. Support Staff

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

1 Office Manager
(2 No)
2 Typist (2 No)
3 Office Boy (2 12 x 2
No) 12 x 2
4 Night Watchman 12 x 2
(2 No) 12 x 2
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 4 x 12


the cost for rental, drivers, operation, maintenance,
repairs, insurance, etc.
A. For use of consultants ( 4 vehicles for 12 months)
Total

Page 206 of 376


IV. Duty Travel to Site (Fixed Costs)

All trips Lumpsum amount

V. Office Rent (Fixed Costs)

The rent cost includes maintenance, cleaning, repairs, etc. 12 months

Total__

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

No. Item Months Monthly Rate (INR) Amount In INR.

1 Office Supplies Drafting 12


12
2 Supplies Computer
12
3 Running Costs
12
4 Domestic and International
Communication

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

VII. Office Furniture and Equipment (Rental)

No. Description Unit Quantity Rate ( Amount (INR )


INR)

1 Office Furniture and Equipment LS


Total

VIII. Reports and Document Printing

No. Description No. of Copies Rate per Copy Amount


(INR. ) (INR)
1 Monthly Report 3 Per Month
2 Inception Report & QAP 3
3 Environment and Social Impact Screening 4
Report
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 & Draft 4
TOR for EC, Draft GAD for ROB/RUB,
Forest/wildlife diversion

Page 207 of 376


8 Final LA and Clearances I Report 4
9 Draft Environmental Assessment report & 4
RAP
10 Final Environmental Assessment report & 6
RAP
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 land 9
acquisition ( 3 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 400
supply of survey teams comprising of project survey filed staff
etc. inclusive of cost of materials, labourer

2 Detailed topographic surveys using mobile/ aerial LiDAR or 400


better technology

B. Investigation (Fixed cost)

No. Description Quantity Amount (INR)


1 Road and Bridge Inventory (through 3D NSV
and MBIU)

Page 208 of 376


2 FWD Test and Pavement Evaluation
3 Roughness Survey
4 Axle Load Survey
5 Material Survey and Investigation
6 Sub-grade Investigation
7 Traffic Survey (including all sub-surveys
such as axle load survey, O&D survey,
analysis etc. as per TOR)
8 Socio-economic & Census Survey/Studies
9 Land Acquisition Studies
10 Any other investigations/surveys
11 *Sub-Soil Investigation Rate Qty. Amount (Rs)
(Boring)
a) Boring in all type of soils 1500m (for projects of length
(other than hard rock) < 110 km) or 2000m (for
projects of length
> 110 km)

200m (for projects of


length
< 110 km) or 300m (for
b)Boring in hard rock projects of length
> 110 km)

13 Environmental Clearance/ Wildlife To be paid only if


Clearance Environmental/
Wildlife Clearance
is required in the
approved
alignment.
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. Network Survey and GPR

No. Description Unit Quantity Rate Amount


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

Page 209 of 376


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 )

XI. Land Acquisition Team including support staff and logistics/ transportation

(A) Land acquisition Team including support staff:

S. Position Name Number Rate Man Amount


No. (INR) Months (INR)
1 Ex-Land Revenue Inspector/Officer or equivalent TBN 1 10

2 Ex-Kanoogo/ Girdwar or equivalent TBN 1 10

3 Ex-Patwari or equivalent TBN 1 10


4 Typist TBN 1 10
5 Peon TBN 1 10
Total
Number of Land acquisition Teams (A)
Grand Total for All Land acquisition Teams (A)

(B) Logistics for Land acquisition Team:


S. Item particulars Number Months Rate Amount
No. (INR) (INR)
1 Computer including necessary peripherals 1 10

2 Printers 1 10
3 Vehicles (Bolero or equivalent) with monthly running limit 1 10
of 4000 km
Total
Number of logistics for Land acquisition
Teams (B)
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 CALA for stretches proposed for DPR
preparation.

Page 210 of 376


(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 …….

Page 211 of 376


TENTATIVE QUANTITIES FOR SUB-SOIL INVESTIGATIONS
(BORING) (Form –V)

Cumulative Tentative
Stretch Approximate Quantities ( in m )
S. Package
proposed NH No. Length (in State In soil In
No. No.
for DPR km) other than hard
hard rock rock
For projects
As per As per
of length < As per
List at As per List at List at
1 110 km List at 1500 200
Annex- Annex-1 Annex-
<Details of Annex-1
packages> 1 1
For projects
As per As per
of length < As per
List at As per List at List at
2 110 km> List at 2000 300
Annex- Annex-1 Annex-
Details of Annex-1
packages> 1 1

Page 212 of 376


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 Aggregate Length Minimum length of a Eligible


No. No. Length required Project (2/4/6 lane)
DPR/ Feasibility = Tentative DPR = 0.4 x Feasibility = 0.6 x
Length Tentative 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 equal to
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)

Page 213 of 376


S. Package Minimum Aggregate Length Minimum length of a Eligible Project (4/ 6 lane)
No. No. required of
DPR/ Feasibility km)
DPR Feasibility
Lead in JV Other Lead in Other Partner in Lead in JV Other
JV
Partner in JV JV Partner in
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 Annual Average Turn Over for the last 5 years
firm
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 Weightage for experience
Study
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.

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 for 20

Page 214 of 376


S. No. Description Maximum Sub-
Points Points
eligibility
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 10
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
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

Page 215 of 376


S. No. Description Maximum Sub-
Points Points
4.4 > 30 nos. 9
4.5 Additional one mark will be given if minimum 20% of the above key personnel 1
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 price 2.5
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
5.1.6 >10 0.0
5.2 st
Average area variation as percentage of acquired private land as per 1 3D 2.5
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 last 2.5
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

Page 216 of 376


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 15
eligibility
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 7
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 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 4.2 shall be
applicable, and not both.

Page 217 of 376


S. No. Description Maximum Sub-
Points Points
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 1
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.
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 2.5
5 DPRs prepared by 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 2.5
5 DPRs prepared by 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
6.3 Average delay in land acquisition in last 5 DPRs prepared by the firm (delay 2.5

Page 218 of 376


S. No. Description Maximum Sub-
Points Points
in 90% site possession 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 2.5
5 DPRs prepared by 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/ Weightage for


Feasibility Study 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.

B Material testing, survey and investigation, equipment and software proposed to


be used (10)

Page 219 of 376


S. No. Description Maximum Sub-
Points Points
1 Availability of Material Testing Facilities with persons/resources having 1
operational skills of 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 2
having operational skills 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 1.5
having operational 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 3.5
(Infrastructure 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 1
for detection of sub-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

S. No. Description Maximum Sub-


Points Points
1 Availability of Material Testing Facilities with persons/resources 3
having operational 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

Page 220 of 376


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 including Computer, 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

g. MS Project or Primavera or equivalent

h. HDM-4 or equivalent

Page 221 of 376


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 Sr. 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 5
Approved]

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 preparation 25
and design of Highway 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 20
highway projects i.e. 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
(ii) In Feasibility of 2/4/6 laning works or DPR/IC/Construction Supervision of major 10
highway projects i.e. 2/4/6 laning of NH/SH/Expressways in Similar Capacity-
Number of Projects
< 2 projects 0
2 projects 6

Page 222 of 376


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
2.4.2 Highway cum Pavement ENGINEER
S. Description Max.
No. 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 25
Design
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

Page 223 of 376


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

2.4.3 Sr. Bridge 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/ Foundation 5


Engineering/Hydraulics[AICTE 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

Page 224 of 376


c)Experience as Senior Bridge Engineer or Similar Capacity in Highway Design 30
Consultancy Projects (2/4/6 laning of NH/SH/Expressways) involving design of
Major Bridges ( minimum 2 nos. of length more than 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
1 year 3
Add 0.5 marks for each subsequent year subject to maximum of 2
marks
Total 100
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 (2/4/6 laning of 20
NH/SH/ 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

Page 225 of 376


c) Experience as Traffic and Safety Expert / Traffic Engineer or in Similar Capacity 25
in Highway 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 10
IAHE/IITs/NITs/CRRI
No 0
Yes 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
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 25
NH/SH/Expressways) in design and or Construction/ Construction Supervision

<6 years 0
6-9 years 19
>9 -11 years 22
>11 years 25

Page 226 of 376


c) Experience as Material cum Geo-technical Engineer or in Similar capacity on 30
Highway Projects (2/4/6 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 to maximum of 2 marks

Total 100
2.4.6. Sr. Survey Engineer
S. No. Description Max.
Points
I General Qualification 25
i) Degree or equivalent in Civil Engineering / Diploma in Civil Engineering / Diploma in 20
Surveying[AICTE Approved]

ii) Post Graduation in Remote Sensing/Photogrammetry or equivalent [AICTE 5


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 14
b) Experience in Highway Projects 15 25
i) Experience in Similar Projects (2/4/6 laning of NH / SH / Expressways) in 20
project preparation/ 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 method of 5
Surveying

Yes 5
No 0
c) Experience as Survey Engineer or in Similar Capacity for project preparation of 30
highway project (2/4/6 laning of NH/SH/Expressways) (Minimum Aggregate
Length of to 80km)

Page 227 of 376


<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 to maximum of 2
marks
Total 100
2.4.7 Environment Specialist
S. Description Max.
No. Points
I General Qualification 25
i) Degree in Civil Engineering / Environmental Engineering or Post Graduate in 20
Environmental 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 25
of Highway Projects (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 Highway 30
Projects(2/4/6 laning of 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 to maximum of 2 marks

Page 228 of 376


Total 100
2.4.8 Quantity Surveyor cum Documentation Expert
S. Description Max.
No. Points
I General Qualification 25
i) Graduation or equivalent in Civil Engineering / Certificate course from 20
‘Institution of Quantity Surveying’[AICTE Approved]
ii) Graduation Approved] 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 25
Quantities, Contract documents and documentation for major highway
projects (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 Similar 30
Capacity in Highway Projects (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 to
maximum of 2 marks
Total 100
2.4.9 Land Acquisition Expert
S. Description Max. Points
No.
I General Qualification 25
i) Graduation or equivalent 20
ii) Post Graduation 5

Page 229 of 376


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
2.4.10 Utility Expert
S. Description Max.
No. 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

Page 230 of 376


>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
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 5
Construction Management
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 / 25
Development Project
< 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

Page 231 of 376


(i) As Team Leader/Project Manager or similar capacity of at least Two projects in 20
Construction 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 Supervision of major 10
highway projects 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
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

Page 232 of 376


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 30
Design Consultancy Projects (2/4/6 laning of NH/SH/Expressways involving
design of Major Bridges ( minimum 2 nos. of length more than 200m)

<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
Add 0.5 marks for each subsequent year subject to maximum of 2
marks
Total 100

S. Description Max.
No. 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

Page 233 of 376


<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 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
≥ 12 years 8
(iii)Experience in preparation of DPR or Feasibility report of major tunnel projects 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
≥ 12 years 8
(iv) Experience in DPR preparation of minimum 5 km Tunnel length 8
< 3 projects 0
3 projects 5
4 projects 6
5 projects 7
>5 projects 8
(d) Experience in construction/construction supervision/ preparation of DPR/ 8
feasibility report 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

Page 234 of 376


3 projects 5
4 projects 6
>4 projects 7
(ii) Experience as Team Leader or similar capacity in preparation of DPR or 8
Feasibility report of major tunnel projects (Road/Rail/Metro)
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 year
subject to maximum of 2.5 marks
Total 100

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 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
≥ 12 years 8

Page 235 of 376


(ii) Experience of major tunnel construction/construction supervision 8
projects (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
≥ 12 years 8
(iii) Experience in preparation of DPR or Feasibility report of major tunnel 8
projects (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
≥ 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 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 Tunnel Design Engineer (Structural) of major tunnel for 8
preparation of DPR projects (Road/Rail/Metro)
<5 years 0
≥5 but <7 years 4
≥7 but <9 years 5

Page 236 of 376


≥9 but < 11 years 6
≥11 but <13 years 7
≥ 13 years 8
(iv)Experience as Tunnel Design Engineer (Structural) in preparation of DPR/ 7
Feasibility report 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
Add 0.5 marks for each subsequent year subject to maximum of 2.5 marks
Total 100

2.4.15 Geotechnical Engineer


S. Description Max. Points
No.
I General Qualification 25
i) Degree in Civil Engineering/Mining Engineering / Engineering Geology 20
ii) Post Graduation in Geotechnical Engineering /Foundation Engineering/Rock 5
Mechanics/Geo science or equivalent
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 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

Page 237 of 376


≥ 16 years 8
(ii) Experience in major tunnel construction/construction supervision 8
projects (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 tunnel 8
projects (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
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 8
major tunnel 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 8
preparation of DPR or Feasibility report of major tunnel projects
(Road/Rail/Metro)
<5 years 0
≥5 but <7 years 4
≥7 but <9 years 5

Page 238 of 376


≥9 but < 11 years 6
≥11 but <13 years 7

≥ 13 years 8
(iv) Experience in construction/construction supervision/ preparation of 7
DPR/feasibility report of major tunnel projects (Road/Rail/metro) using
NATM
<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
1-2 years 7.5
Add 0.5 marks for each subsequent year subject to maximum of 2.5 marks
Total 100

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 exploration 12
projects
<8 years 0
≥8 but <10 years 7
≥10 but <12 years 9
≥12 but < 14 years 10

Page 239 of 376


≥14 but <16 years 11

≥ 16 years 12
(ii) Experience of carrying out AEM survey for tunneling/ mineral and oil 12
exploration or any other similar 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 12
raw data for tunneling/ mineral and oil exploration or any other similar 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

(iv) Experience in carrying out AEM survey, processing, interpreting, generating 14


3D resistivity of 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 year subject to
maximum of 2.5 marks
Total 100
Assumptions to be made regarding Similar Capacity for various positions.

Page 240 of 376


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)
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

6. On behalf of Contractor: Traffic Engineer/Transportation


Senior Survey Engineer Engineer/ Road Safety Expert

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

Page 241 of 376


7. Environmental Specialist Engineer/ Senior Surveyor

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

(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:

Page 242 of 376


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.

Page 243 of 376


APPENDIX-VI

DRAFT CONTRACT AGREEMENT

Between

National Highways & Infrastructure Development Corporation Ltd.


Ministry of Road Transport & Highways
Government of India
1st & 2nd Floor,
Tower A, World Trade Centre, Nauroji Nagar,
New Delhi – 110029

And

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


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

For

Consultancy Services for Preparation of Detailed Project Report for Construction of 4-


Lane Access Controlled High Speed Corridor starting from Siliguri to Guwahati and
connecting Jorabat in the States of West Bengal and Assam

Page 244 of 376


CONTENTS

Sl. No. Description Page No. I.

CONTRACT FOR CONSULTANT’S SERVICES

II 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
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
2.7.7 Suspension
2.7.8

2.8 Suspension
2.9 Termination
2.9.1 By the Client

Page 245 of 376


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
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

Page 246 of 376


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

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 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

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 number of
works

Appendix I: Minutes of the Pre-bid meeting

Page 247 of 376


DRAFT CONTRACT FOR CONSULTANT’S SERVICES

CONTRACT FOR CONSULTANTS’ SERVICES

Consultancy Services for Preparation of Detailed Project Report for Construction of 4-


Lane Access Controlled High Speed Corridor starting from Siliguri to Guwahati and
connecting Jorabat in the States of West Bengal and Assam

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

This CONTRACT (hereinafter called the “Contract”) is made on the ---------- day of the month
of -----------------2018 , between, on the one hand, (NHIDCL), New Delhi (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 of
this 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

Page 248 of 376


Appendix F: Copy of letter of invitation Appendix G: Copy of letter of acceptance

Appendix H: Copy of Bank Guarantee for Performance Security

Appendix-I: Minutes of the pre-bid meeting

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 of
the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.

FOR AND ON BEHALF OF Witness

(NHIDCL)

1. Signature

2. Name

3. Address

By

2. Signature Name

FOR AND ON BEHALF OF Witness

(Consultant)

1. Signature Name Address

By

Authorized Representative 2. Signature Name

Address

Page 249 of 376


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 time to 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 of these
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 any part of
the Services in accordance with the provisions of Clause GC 3.7; and

Page 250 of 376


(n) “Third Party” means any person or entity other than the Government, the Client, the
Consultants or a Sub consultant.

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

Page 251 of 376


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 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 notice
shall 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 be
null 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

Page 252 of 376


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.

2.4.1 In 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 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 shall
not be bound by or be liable for, any statement, representation, promise or agreement
not 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 to any 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

Page 253 of 376


(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 of its obligations
hereunder.

(c) Force Majeure shall not include insufficiency of funds or failure to make any
payment 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
measures to remove such Party’s inability to fulfill its obligations hereunder with
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 consequences
of 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

Page 254 of 376


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

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 whether
compulsory or voluntary;

(c) if the Consultants fail to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause 8 hereof;

(d) if the Consultants submit to the Client a statement which has a material effect

Page 255 of 376


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 to
terminate 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 such breach;

(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 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

Page 256 of 376


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 arbitral
award.

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 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.

Page 257 of 376


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

Page 258 of 376


agents of either of them, similarly shall not receive any such additional remuneration.

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 specified in
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

Page 259 of 376


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.

3.7 Consultants' Actions requiring Client's prior Approval

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

Page 260 of 376


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 in an amount equal to their full replacement value.

4. CONSULTANTS' PERSONNEL

4.1 General

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

4.2 Description of Personnel

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

Page 261 of 376


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 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 MoRTH 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 MoRTH 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 MoRTH.

(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

Page 262 of 376


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.

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 shall


be 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 tobe 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.

Page 263 of 376


4.5.6 If any member of the approved team of a consultant engaged by NHIDCL 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 NHIDCL/ 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. In
addition, 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.

5. OBLIGATION OF THE CLIENT

5.1 Assistance and Exemptions unless otherwise specified in the SC, the Client shall
use its best 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 required for 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 effective
implementation of the Services;

5.2 Access to Land

The Client warrants that the Consultants shall have, free of charge, unimpeded access

Page 264 of 376


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.

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.

Page 265 of 376


(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 5%
Final Land Acquisition Report containing details of 3a, 3A
5 Submission of all utilities shifting proposals to user agencies 2.5%
and submission of utilities relocation plan to Executing
Authority
6 Submission of all stage I clearance proposals and 5%
submission of clearances report & submission of Draft TOR
for EC, Draft GAD for ROB/RUB, Forest/wildlife diversion to
Executing Authority
7 Approval of final DPR report, documents and drawings(Refer 10%
Note-2)
8 Approval of bid documents and draft civil works contract 5%
agreement along with technical schedules.

Page 266 of 376


9 3D publication for all land parcels identified in item 4 above 10%
and submission of Land Acquisition II report
10 Stage II clearance approval and submission of final 5%
clearances II report
11 Final approval of utilities shifting estimates and submission 2.5%
of Utilities II report
12 Completion of award declaration (3G) for 90% of land 10%
parcels identified in item 9 and submission of Land Award
report
13 Earlier of award of package to contractor/concessionaire or 6 10%
months from launch of tender process
14 Receipt of land possession certificates (3E) for 90% of all 10%
land parcels identified in LA II report and submission of Land
Possession report
15 Amount to be released at earlier of projects COD or 3 years 5%
from start of civil work
Total : 100%
16 Bonus on submission of draft 3A within 15 days of alignment 1 % bonus
finalization
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 5% bonus
90% of land identified in item 9 above within 165 days of
draft 3 A.
19 Bonus on submission of utility shifting proposal including 1% bonus
clearance within 60 days of alignment 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 NHIDCL
from 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

Page 267 of 376


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”.

(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

Page 268 of 376


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, 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.

Page 269 of 376


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

iv. For inaccuracies in survey/investigation/design work the penalties shall be imposed as


per details given in Table below:
Sr. Item Penalty (%age of
No. contract 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 0.5 to 1.0
at a later date, unless there are justifiable reasons.

Page 270 of 376


Sr. Item Penalty (%age of
No. contract value)
4 Axle load data found to be varying by more than 25% on 0.5 to 1.0
resurvey at a later date, 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.

(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.

Page 271 of 376


7.3.3 Total amount of recovery from all penalties shall be limited to 8% of the Consultancy
Fee.

7.3.4 NHIDCL is in process of evolving performance based rating system for DPR
Consultants. Performance of Consultants shall be monitored by NHIDCL 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 accrued
or 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 MoRTH, 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, 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

Page 272 of 376


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 [MD
of NHIDCL] 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 New Delhi 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

Page 273 of 376


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.

9.5 Substitute Arbitrator

Substitute Arbitrator 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.

9.4.3 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.

9.4.4 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.

9.4.5 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 Delhi.

(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
enforceable in 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

Page 274 of 376


Sum in dispute Model fee
Up to Rs.5,00,000(Five Lakh) Rs. 45,000
Above Rs 5,00,000(Five Lakh) and Rs 45,000 plus 3.5 per cent of the
upto Rs 20,00,000(Twenty Lakh) claim amount over and above Rs
5,00,000 (Five Lakh)
Above Rs 20,00,000(twenty Lakh) Rs 97,500 plus 3 percent of the claim
and upto Rs 1,00,00,000 (One amount over and above Rs
Crore) 20,00,000 (Twenty Lakh)
Above Rs 1,00,00,000 (One Crore) Rs 3,37,500 plus 1 percent of the
and up to Rs 10,00,00,000(Ten claim amount over and above Rs
Crore) 1,00,00,000(One Crore)
Above 10,00,00,000 (Ten Crore) Rs 12,37,500 plus 0.75 per cent of
and upto Rs 20,00,00,000 (Twenty the claim amount over and above Rs
Crore) 10,00,00,000 (Ten Crore)
Above Rs 20,00,00,000 (Twenty Rs 19,87,500 plus 0.5 per cent of the
Crore) 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

Page 275 of 376


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%.

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.

Page 276 of 376


SPECIAL CONDITIONS OF CONTRACT
Number of GC Clause

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 : Managing Director, NHIDCL, 1st & 2nd Floor, Tower A, World Trade
Centre, Nauroji Nagar, New Delhi – 110029

Attention : General Manager, NHIDCL, 1st & 2nd Floor, Tower A, World Trade Centre,
Nauroji Nagar, New Delhi – 110029. email :- Sikkim_wb.hq@nhidcl.com

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 or
without an Associate: - ………………………..

1.9 The Authorized Representatives are:

For the Client : ( -- )


Director, NHIDCL ( -- )
For the Consultant: Name Designation

1.10 The Consultants and the personnel shall pay the taxes, duties, fees, levies and other
impositions levied under the existing, amended or enacted laws (prevailing 7 days
before the last date of submission of bids) during life of this contract and the Client shall
perform such duties in regard to the deduction of such tax as may be lawfully imposed.

2.1 The effectiveness conditions are the following:

a) The contract has been approved by NHIDCL.

Page 277 of 376


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 may
agree in writing.

2.3 The time period shall be “fifteen days” or such other time period as the Parties may
agree 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:

(a) Third Party motor vehicle liability insurance as required under Motor Vehicles Act, 1988

Page 278 of 376


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

(c) (i) The Consultant shall provide to NHIDCL 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 amount less than stated in the contract.

(v) If the Consultant enters into an agreement with NHIDCL in a joint venture or ‘in
association’, the policy must be procured and provided to NHIDCL 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 of Consultant does not cancel
the policy midterm without the consent NHIDCL. 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 Contract
without 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

Page 279 of 376


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 :

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.

Page 280 of 376


Appendix A

Terms of reference containing, inter-alia, the Description of the Services and Reporting
Requirements

Page 281 of 376


Appendix B
Consultants’ Sub consultants, Key Personnel and Sub Professional Personnel

Page 282 of 376


Appendix D

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.

Duties of the Client

Page 283 of 376


Appendix E

Cost Estimate

Page 284 of 376


Appendix F:
Copy of letter of invitation

Page 285 of 376


Appendix G:

Copy of letter of acceptance

Page 286 of 376


Appendix – H
Format for Bank Guarantee for Performance Security BANK GUARANTEE FOR
PERFORMANCE SECURITY
To,
<NHIDCL, Address>

In consideration of NHIDCL (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 for Construction of 4-Lane Access Controlled High Speed Corridor
starting from Siliguri to Guwahati and connecting Jorabat in the States of West Bengal
and Assam (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,
in the 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 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,

Page 287 of 376


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).

The guarantee shall also be operatable at our …………… Branch at New Delhi, from
whom, confirmation regarding the issue of this guarantee or extension / renewal thereof
shall be made available on demand. In the contingency of this guarantee being invoked
and payment thereunder claimed, the said branch shall accept such invocation letter
and make payment of amounts so demanded under the said invocation.

The Guarantor/bank hereby confirms that it is on the SFMS (Structural Finance


Messaging System) platform & shall invariably send an advice of this Bank Guarantee
to the designated bank of [MoRT&H/NHAI/NHIDCL/State PWD/BRO], details of which
is as under:
S. No. Particulars Details
1. Name of Beneficiary MD-NHIDCL
2, Beneficiary Bank Account No. 90621010002659
3. Beneficiary Bank Branch Name and Canara Bank, Transport Bhawan, 1st
Address Parliament Street, New Delhi110001
4. Beneficiary Bank Branch IFSC CNRB0019062

(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 of issuing 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 per the norms prescribed by the RBI in this regard).

Page 288 of 376


BANK GUARANTEE FORMAT FOR BID SECURITY
(To be stamped in accordance with Stamp Act if any, of the country of issuing bank)

Ref.: Tender No. _________, dated ________

Bank Guarantee:

Date:
WHEREAS, (Name of Bidder) (hereinafter called “the
bidder”) has submitted his bid dated (date) for the Tender No.
_________, dated (hereinafter called “the Bid”).

KNOW ALL MEN by these presents that We,


[Nam
e of Bank) of
[Name of Country] having our registered office at

(hereinafter called “the Bank”) are bound unto [Name


of Client] (hereinafter called “the Client”) in the sum of Rs. (Rupees Lakhs
Only) for which payment will and truly to be made to the said Client the Bank
binds himself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this day of 201_

THE CONDITIONS of this obligation are:


1. If the Bidder withdraws his Bid during the period of bid validity specified in
the Bid document; or
2. If the Bidder does not accept the correction of arithmetical errors of his Bid
Price in accordance with the Instructions to Bidder; or
3. If the Bidder having been notified of the acceptance of his Bid by the Client
during the period of bid validity,
a. fails or refuses to execute the Form of Agreement in accordance with
the Instructions to Bidders, if required; or
b. fails or refuses to furnish the Performance Security, in accordance with
the Instructions to Bidders, we undertake to pay the Client up to the above
amount upon receipt of his first written demand, without the Client having to
substantiate his demand, provided that in his demand the Client will note that
the amount claimed by him is due to him owing to the occurrence of one or any
of the conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date 180 (one hundred
and eighty) days after the deadline for submission of bids as such deadline is
stated in the Instructions to Bidders or as it may be extended by the Client, notice
of which extension(s) to the Bank is hereby waived. Any demand in respect of
this Guarantee should reach the Bank not later than the above date.

Notwithstanding anything contained herein before, our liability under this


guarantee is restricted to Rs. (Rs. ) and the guarantee shall
remain valid till . Unless a claim or a demand in writing is made
upon us on or before all our liability under this guarantee shall cease.

This guarantee shall also be operatable at our New Delhi Branch located at ,
from whom, confirmation regarding the issue of this guarantee or extension /
renewal thereof shall be made available on demand. In the contingency of this
guarantee being invoked and payment there under claimed, the said branch shall

Page 289 of 376


accept such invocation letter and make payment of amounts so demanded under
the said invocation

DATE

SIGNATURE OF THE
BANK _ SEAL OF THE BANK SIGNATURE OF
THE WITNESS
Name and Address of the Witness

The bank guarantee shall be issued by a bank (Nationalized/Scheduled) located in India

NOTE for Issuing Bank (Not to be included in the BG):-

1. The stamp papers of appropriate value shall be purchased in the name


of bank, who issues the "Bank Guarantee”.

2. The bank guarantee shall be from a Nationalized Indian Bank or


reputed foreign commercial Bank acceptable to client for Foreign Consultant
with counter guarantee from Nationalized Bank. Bank guarantee furnished by
Foreign consultant shall be confirmed by any Nationalized Bank in India.

3. The bank guarantee(s) contain(s) the name, designation and Code


number of theofficer(s) signing the guarantee(s).

4. The address, telephone no. and other details of the Head Office of
the Bank aswell as of issuing branch should be mentioned on the covering
letter of issuing Branch.

5. The bank guarantee for Rs. 10,000 and above is signed by at least two
officials (oras per the norms prescribed by the RBI in this regard).
6. The Bank Guarantee shall be transmitted through SFMS
gateway to our banker with following details:

S. No. Particulars Details


1. Name of Beneficiary MD-NHIDCL
2, Beneficiary Bank Account No. 90621010002659
3. Beneficiary Bank Branch Name and Canara Bank, Transport Bhawan, 1st
Address Parliament Street, New Delhi110001
4. Beneficiary Bank Branch IFSC CNRB0019062
5. PAN No AAECN7759E

7. The confirmation with supporting details if any shall be specifically


mentioned in the covering letter issued with the Bank Guarantee

Page 290 of 376


Appendix I: Minutes of Pre-bid meeting

Page 291 of 376


APPENDIX-VII
DPR Checklist – Stage 1 – Inception Report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

S.No SECTION OF THE REPORT YES/NO/NA Details / 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 ☐

2.2 Review of scope of ToR and gap Yes ☐ No ☐ NA ☐ NA


identification
2.3 Key departments identified for Yes ☐ No ☐ NA ☐
various documents
2.4 Start and end location of project Yes ☐ No ☐ NA ☐
verified with client (Mention details)
2.5 Project description Yes ☐ No ☐ NA ☐
 Start and End Chainage
 Village/District
2.6 Project location map Yes ☐ No ☐ NA ☐ NA
 On State Map
 On District Map
2.7 Site photos and data of project Yes ☐ No ☐ NA ☐ NA
alignment
2.8 Overview of land use plans Yes ☐ No ☐ NA ☐ NA
2.9 Overview of existing pavement Yes ☐ No ☐ NA ☐
conditions
 Number of Lanes
 Type of Pavement
(Flexible/Rigid/Surfaced/
Unsurfaced)
2.10 Existing right of way details Yes ☐ No ☐ NA ☐
2.11 Number/ Location of major and Yes ☐ No ☐ NA ☐
minor bridges
2.12 Number/ Location of level crossings Yes ☐ No ☐ NA ☐

2.13 Number/ Location of ROB and RUB Yes ☐ No ☐ NA ☐


2.14 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
3 Approach Methodology Yes ☐ No ☐ NA ☐ NA
3.1 Engineering survey and Yes ☐ No ☐ NA ☐ NA
investigations

Page 292 of 376


3.2 Design of road, pavements and Yes ☐ No ☐ NA ☐ NA
structures
3.3 Environment and social impact Yes ☐ No ☐ NA ☐ NA
assessment
3.4 Estimation of project cost, viability Yes ☐ No ☐ NA ☐ NA
and
financing options
3.5 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
4 Task Assignment and Manning Yes ☐ No ☐ NA ☐ NA
Schedule
4.1 Number of key personnel provided Yes ☐ No ☐ NA ☐
4.2 Specific tasks assigned to each key Yes ☐ No ☐ NA ☐ NA
personnel
4.3 Manning schedule for key personnel Yes ☐ No ☐ NA ☐ NA
4.4 Number of key personnel deployed Yes ☐ No ☐ NA ☐
at site
5 Performa for data collection Yes ☐ No ☐ NA ☐ NA
6 Indicative design standards and Yes ☐ No ☐ NA ☐ NA
cross
sections
7 Development plans Yes ☐ No ☐ NA ☐ NA
7.1 Overview of development plans Yes ☐ No ☐ NA ☐ NA
being
implemented/ proposed by local
bodies
7.2 Overview of impact of such Yes ☐ No ☐ NA ☐ NA
development
plans
8 Quality Assurance Plan Yes ☐ No ☐ NA ☐ NA
8.1 Engineering surveys and Yes ☐ No ☐ NA ☐ NA
investigation
8.2 Traffic surveys Yes ☐ No ☐ NA ☐ NA
8.3 Material geo-technical and sub-soil Yes ☐ No ☐ NA ☐ NA
investigations
8.4 Road and pavement investigations Yes ☐ No ☐ NA ☐ NA
8.5 Investigation and design of bridges Yes ☐ No ☐ NA ☐ NA
and
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 Yes ☐ No ☐ NA ☐ NA
project
8.10 Discussion of draft QAP document Yes ☐ No ☐ NA ☐ NA
with

Page 293 of 376


client

8.11 Approval of final QAP document by Yes ☐ No ☐ NA ☐ NA


client
9 Draft design Standards Yes ☐ No ☐ NA ☐ NA
9.1 Geometric design standards of Yes ☐ No ☐ NA ☐ NA
highway (Plain)
9.2 Geometric design standards of Yes ☐ No ☐ NA ☐ NA
highway (Hilly)
10 Conclusions and Yes ☐ No ☐ NA ☐ NA
recommendations
10.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
10.2 Report fulfils project objectives and Yes ☐ No ☐ NA ☐ NA
scope as per RFP
10.3 Report reviewed for errors and Yes ☐ No ☐ NA ☐ NA
omissions
10.4 Compliance report prepared on Yes ☐ No ☐ NA ☐ NA
client observations

Page 294 of 376


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
2 Overview of client organization / Yes ☐ No ☐ NA ☐ NA
activities
3 Methodology adopted for feasibility Yes ☐ No ☐ NA ☐ NA
study
4 Socioeconomic profile of the project Yes ☐ No ☐ NA ☐ NA
areas
4.1 Regional economic profile basis last 10 Yes ☐ No ☐ NA ☐ NA
years data as per IRC
4.2 Economic profile of project influence Yes ☐ No ☐ NA ☐ NA
area basis last 10 years data as per
IRC
4.3 Socio Economic status of project Yes ☐ No ☐ NA ☐ NA
influence area
5 Indicative design standards, Yes ☐ No ☐ NA ☐ NA
methodologies, and specifications
6 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA
6.1 Classified traffic volume counts using Yes ☐ No ☐ NA ☐ NA
IHMCL data (7 day data)
6.2 Traffic projection methodology as per Yes ☐ No ☐ NA ☐ NA
IRC:108
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: Yes ☐ No ☐ NA ☐ NA
102
6.7 Speed and delay studies as per Yes ☐ No ☐ NA ☐ NA
IRC:102
6.8 Traffic surveys for the design of road Yes ☐ No ☐ NA ☐ NA
junctions as per data in IRC: SP:41
6.9 Analysis for replacing railway level Yes ☐ No ☐ NA ☐ NA
crossings with over bridges/ subways
6.10 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA
6.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Page 295 of 376


Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
6.12 Traffic surveys monitored and reviewed Yes ☐ No ☐ NA ☐ NA
by the client
7 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA

7.1 Road Inventory Survey as per Yes ☐ No ☐ NA ☐ NA


IRC:SP:19
7.2 Review of Road Inventory survey by Yes ☐ No ☐ NA ☐ NA
client
7.3 Chainage wise details of pavement Yes ☐ No ☐ NA ☐ NA
composition survey
7.4 Geological Survey Yes ☐ No ☐ NA ☐ NA
 Geological Map of the Area
 Seismicity
7.5 Climatic Conditions Yes ☐ No ☐ NA ☐ NA
 Temperature
 Rainfall
 Wind
7.6 Pavement composition and condition Yes ☐ No ☐ NA ☐ NA
survey as per IRC:SP:19
7.7 Review of pavement composition and Yes ☐ No ☐ NA ☐ NA
condition survey by client
7.8 Pavement roughness survey as per Yes ☐ No ☐ NA ☐ NA
IRC:SP:16
7.9 Review of pavement roughness survey Yes ☐ No ☐ NA ☐ NA
by client
7.10 Pavement structural strength survey as Yes ☐ No ☐ NA ☐ NA
per IRC:81
7.11 Review of pavement structural strength Yes ☐ No ☐ NA ☐ NA
survey by client
7.12 Sub grade characteristics and Yes ☐ No ☐ NA ☐ NA
strengths
7.13 Topographical survey as per Yes ☐ No ☐ NA ☐ NA
IRC:SP:19 using LiDAR
 Gradient
 Terrain
7.14 Review of topographical survey by Yes ☐ No ☐ NA ☐ NA
client
7.15 Inventory of bridges, culverts and Yes ☐ No ☐ NA ☐ NA
structures
7.16 Condition survey for bridges, culverts Yes ☐ No ☐ NA ☐ NA
and structures
7.17 Review of condition survey for bridges, Yes ☐ No ☐ NA ☐ NA
culverts and structures by client
7.18 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Page 296 of 376


Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
8 Geotechnical Survey Yes ☐ No ☐ NA ☐ NA

8.1 Geo-technical and sub-soil explorations Yes ☐ No ☐ NA ☐ NA


as per IRC:78
8.2 Bore holes dug for every pier and Yes ☐ No ☐ NA ☐ NA
abutment
8.3 Review of geo-technical and sub-soil Yes ☐ No ☐ NA ☐ NA
explorations by client
8.4 Field testing, soil sampling, laboratory Yes ☐ No ☐ NA ☐ NA
testing in accordance with BIS/
AASHTO/ BS
8.5 Recommendation of Foundation Type Yes ☐ No ☐ NA ☐ NA
and Depth
8.6 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
9 Hydraulic and Hydrological Survey Yes ☐ No ☐ NA ☐ NA
9.1 Hydraulic and hydrological Yes ☐ No ☐ NA ☐ NA
investigations as per IRC:SP:13 and
IRC:5
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 investigations Yes ☐ No ☐ NA ☐ NA


by client
10 Materials Survey Yes ☐ No ☐ NA ☐ NA
10.1 Materials Survey conducted as per Yes ☐ No ☐ NA ☐ NA
IRC:SP:19
10.2 Sources of Naturally Occurring Yes ☐ No ☐ NA ☐
Aggregates specified
 Details of Borrow Pits with
Distance from Project Site
 Cost of Material/ Transportation
10.3 Sources of Manufactured Items Yes ☐ No ☐ NA ☐ NA
specified
 Details of suppliers with
distance from project site
 Cost of material/ transportation
10.4 Sources of water for construction Yes ☐ No ☐ NA ☐ NA
specified as per IS: 456
10.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

11 Environmental screening/ Yes ☐ No ☐ NA ☐ NA


preliminary environmental
assessment

Page 297 of 376


Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
11.1 Analysis basis Initial Environment Yes ☐ No ☐ NA ☐ NA
Examination in IRC: SP: 19
11.2 Recommended feasible mitigation Yes ☐ No ☐ NA ☐ NA
measures
12 Initial social assessment/ Yes ☐ No ☐ NA ☐ NA
preliminary LA resettlement plan
12.1 Analysis basis Initial Environment Yes ☐ No ☐ NA ☐ NA
Examination in IRC: SP: 19
12.2 Details of consultation with potentially Yes ☐ No ☐ NA ☐ NA
affected persons
12.3 Names/ Details of consultation with Yes ☐ No ☐ NA ☐
local NGOs
12.4 Names/ Details of consultation with Yes ☐ No ☐ NA ☐
municipal authorities
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


14.4 Analysis and results (IRR, Sensitivity Yes ☐ No ☐ NA ☐ NA
Analysis, Financial Viability)
15 Strip plan and Alignment Yes ☐ No ☐ NA ☐ NA

15.1 Details of center line of proposed Yes ☐ No ☐ NA ☐ NA


highway
15.2 Details of existing RoW Yes ☐ No ☐ NA ☐ NA

15.3 Details of proposed RoW Yes ☐ No ☐ NA ☐ NA

15.4 Details about ownership of land to be Yes ☐ No ☐ NA ☐ NA


acquired
15.5 Strip plan basis reconnaissance and Yes ☐ No ☐ NA ☐ NA
topographic surveys
15.6 Strip plan reviewed and approved by Yes ☐ No ☐ NA ☐ NA
the client
16 Alignment Options Study Yes ☐ No ☐ NA ☐ NA

16.1 At least two alignments proposed Yes ☐ No ☐ NA ☐ NA


 Details of Alignments on Map

Page 298 of 376


Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
16.2 Review of options with client Yes ☐ No ☐ NA ☐ NA

16.2.1 Review of options with local authority Yes ☐ No ☐ NA ☐ NA

16.3 Length of the project along proposed Yes ☐ No ☐ NA ☐


alignment options
16.4 Land Acquisition required along Yes ☐ No ☐ NA ☐
alignment options
16.4.1 Environmental impact of each option Yes ☐ No ☐ NA ☐
16.4.2 Review of road geometry and safety Yes ☐ No ☐ NA ☐
for each option
16.5 Cost Estimates of alternatives Yes ☐ No ☐ NA ☐
16.6 Recommended Alignment with Yes ☐ No ☐ NA ☐ NA
Justification
16.7 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

17 Technical Specifications Yes ☐ No ☐ NA ☐ NA


17.1 MoRTH technical specifications for Yes ☐ No ☐ NA ☐ NA
Roads and Bridge works followed
17.2 Details of technical specifications Yes ☐ No ☐ NA ☐ NA
18 Rate Analysis Yes ☐ No ☐ NA ☐ NA

18.1 Rate analysis for all relevant items as Yes ☐ No ☐ NA ☐ NA


per latest SoR
19 Cost Estimates Yes ☐ No ☐ NA ☐ NA
19.1 Cost estimates for all relevant items as Yes ☐ No ☐ NA ☐ NA
per latest SoR
20 Bill of quantities Yes ☐ No ☐ NA ☐ NA

21 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

21.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA


21.2 Report fulfils project objectives and Yes ☐ No ☐ NA ☐ NA
scope as per RFP
21.3 Report reviewed for errors and Yes ☐ No ☐ NA ☐ NA
omissions
21.4 Compliance report prepared on client Yes ☐ No ☐ NA ☐ NA
observations

Page 299 of 376


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
2.1 Yes ☐ No ☐ NA ☐ NA
structures, road furniture and other
features
2.2 Widening scheme Yes ☐ No ☐ NA ☐ NA
New construction/ reconstruction of
2.3 Yes ☐ No ☐ NA ☐ NA
structures 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 Yes ☐ No ☐ NA ☐ NA


identified
Date/ Details of initial consultation with
3.2 Yes ☐ No ☐ NA ☐
competent authority
Details/cost of trees being felled basis
3.3 Yes ☐ No ☐ NA ☐
concerned District Forest Office
Date of submission of proposal for
3.4 Yes ☐ No ☐ NA ☐ NA
forest clearance
3.5 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA

Requirement for wildlife clearance


4.1 Yes ☐ No ☐ NA ☐ NA
identified
Date/ Details of initial consultation with
4.2 Yes ☐ No ☐ NA ☐
competent authority
Details/cost of trees being felled basis
4.3 Yes ☐ No ☐ NA ☐
concerned District Forest Office
Date of submission of proposal for
4.4 Yes ☐ No ☐ NA ☐
wildlife clearance
4.5 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA

Page 300 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
5.1 Identification of overground utilities Yes ☐ No ☐ NA ☐ NA
5.2 Identification of underground utilities Yes ☐ No ☐ NA ☐ NA
using GPR, Induction Locator or
equivalent technologies
Name/ Details of consultation with local
5.3 Yes ☐ No ☐ NA ☐
authority/ people
5.4 Utility relocation plan with existing / Yes ☐ No ☐ NA ☐ NA
proposed location showing existing
RoW and topographic details
5.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
Date of proposal submission to
5.6 Yes ☐ No ☐ NA ☐
competent authority
Review of utility relocation plan/
5.7 Yes ☐ No ☐ NA ☐ NA
proposal by client
6 Utility Clearances (Water) Yes ☐ No ☐ NA ☐ NA

6.1 Identification of overground utilities in Yes ☐ No ☐ NA ☐ NA


RoW
6.2 Identification of underground utilities Yes ☐ No ☐ NA ☐ NA
using GPR, Induction Locator or
equivalent technologies
Name/ Details of consultation with local
6.3 Yes ☐ No ☐ NA ☐
authority/ people
6.4 Utility relocation plan with existing / Yes ☐ No ☐ NA ☐ NA
proposed location showing existing
RoW and topographic details
6.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
Date of proposal submission to
6.6 Yes ☐ No ☐ NA ☐ NA
competent authority
Review of utility relocation plan/
6.7 Yes ☐ No ☐ NA ☐ NA
proposal by client
7 Utility Clearances (Others) Yes ☐ No ☐ NA ☐ NA
7.1 Identification of overground utilities in Yes ☐ No ☐ NA ☐ NA
RoW
7.2 Identification of underground utilities Yes ☐ No ☐ NA ☐ NA
using GPR, Induction Locator or
equivalent technologies
Name/ Details of consultation with local
7.3 Yes ☐ No ☐ NA ☐
authority/ people
7.4 Utility relocation plan with existing / Yes ☐ No ☐ NA ☐ NA
proposed location showing existing

Page 301 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
RoW and topographic details

7.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐


Date of proposal submission to
7.6 Yes ☐ No ☐ NA ☐
competent authority
Review of utility relocation plan/
7.7 Yes ☐ No ☐ NA ☐ NA
proposal by client
8 Railway Clearances Yes ☐ No ☐ NA ☐ NA
Identification of ROB/ RUB on project
8.1 Yes ☐ No ☐ NA ☐ NA
corridor
Initial consultation with competent
8.2 Yes ☐ No ☐ NA ☐ NA
authority
Date of proposal submission to
8.3 Yes ☐ No ☐ NA ☐
competent authority
8.4 Review of GAD/ proposal by client Yes ☐ No ☐ NA ☐ NA

9 Other Clearances Yes ☐ No ☐ NA ☐ NA


Requirement for other clearances
9.1 Yes ☐ No ☐ NA ☐ NA
identified
Date of proposal submission to
9.2 Yes ☐ No ☐ NA ☐
competent authority
9.3 Review of proposal by client Yes ☐ No ☐ NA ☐ NA
10 Land Acquisition Yes ☐ No ☐ NA ☐ NA
Detailed schedule about acquisition of
10.1 Yes ☐ No ☐ NA ☐ NA
landholdings as per land records
10.2 Consultation with affected persons Yes ☐ No ☐ NA ☐ NA
10.3 Name/ Details of consultation with Yes ☐ No ☐ NA ☐
NGOs
Name/ Details of consultation with
10.4 Yes ☐ No ☐ NA ☐
concerned government agencies
Total land required, land area already
10.5 Yes ☐ No ☐ NA ☐
available , land to be acquired
identified
Review of land acquisition using digital
10.6 Yes ☐ No ☐ NA ☐ NA
cadastral map by client
10.7 Draft 3a notification submitted Yes ☐ No ☐ NA ☐ NA

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

Page 302 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
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


Report fulfils project objectives and
11.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP
11.3 Report reviewed for errors and Yes ☐ No ☐ NA ☐ NA
omissions
Compliance report prepared on client
11.4 Yes ☐ No ☐ NA ☐ NA
observations

Page 303 of 376


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
2.1 Overview of project location, project Yes ☐ No ☐ NA ☐ NA
objectives etc.
2.2 Overview of report structure, deliverables Yes ☐ No ☐ NA ☐ NA
etc.
3 Social analysis of the project Yes ☐ No ☐ NA ☐ NA
3.1 Project impact on stakeholders such as Yes ☐ No ☐ NA ☐ NA
local people
3.2 Project impact on residential, commercial Yes ☐ No ☐ NA ☐ NA
and public properties
3.3 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
4 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA
4.1 Geometric Features of the Existing Road Yes ☐ No ☐ NA ☐
Design Speed
Sight distance details
Horizontal Alignment Details
Vertical Alignment Details
Height of Embankment
4.2 Topographical Survey using LiDAR (or Yes ☐ No ☐ NA ☐ NA
equivalent technology) as per IRC:SP:19
Gradient
Terrain
4.3 Pavement composition and condition Yes ☐ No ☐ NA ☐ NA
survey as per IRC:SP:19
4.4 Pavement roughness survey as per Yes ☐ No ☐ NA ☐ Na
IRC:SP:16
4.5 Pavement structural strength survey as per Yes ☐ No ☐ NA ☐ NA
IRC:81
4.6 Geological Survey Yes ☐ No ☐ NA ☐ NA
Geological Map of the Area
Seismicity
4.7 Climatic Conditions Yes ☐ No ☐ NA ☐ NA
Temperature
Rainfall
Wind

Page 304 of 376


Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
4.8 Land Use along the existing alignment Yes ☐ No ☐ NA ☐ NA
 Map of the Project Area depicting
Agricultural/Habitation/Forest Area
4.9 Details of Existing Structures Yes ☐ No ☐ NA ☐ NA
 Map of the Project Area depicting
Hutments/Buildings/Temples/Public
Building/Any Other Significant Structure
4.10 Inventory and condition survey of culverts Yes ☐ No ☐ NA ☐ NA
4.11 Geo-technical and sub-soil explorations as Yes ☐ No ☐ NA ☐ NA
per IRC:78
4.12 Number of Bore holes dug (holes for every Yes ☐ No ☐ NA ☐
pier and abutment)
4.13 Field testing, soil sampling, laboratory Yes ☐ No ☐ NA ☐ NA
testing as per IRC: 78
4.14 Recommendation of Foundation Type and Yes ☐ No ☐ NA ☐
Depth
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
4.19 Materials Survey conducted as per Yes ☐ No ☐ NA ☐ NA
IRC:SP:19
4.20 Sources of Naturally Occurring Aggregates Yes ☐ No ☐ NA ☐
specified
 Details of Borrow Pits with
Distance from Project Site
Cost of Material/Transportation
4.20.1 Sources of environmentally friendly Yes ☐ No ☐ NA ☐ NA
construction materials identified as per
MoRT&H circular
4.21 Sources of Manufactured Items specified Yes ☐ No ☐ NA ☐ NA
 Details of Suppliers with Distance
from Project Site
Cost of Material/Transportation
4.22 Source of Water for construction specified Yes ☐ No ☐ NA ☐ NA
as per IS:456
4.23 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
5 Traffic studies and demand forecast Yes ☐ No ☐ NA ☐ NA
designs
5.1 Classified traffic volume counts using Yes ☐ No ☐ NA ☐ NA
IHMCL data (7 day data)
5.2 Traffic projection methodology as per Yes ☐ No ☐ NA ☐ NA
IRC:108
5.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ NA

Page 305 of 376


Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
5.4 Current and Projected PCU Yes ☐ No ☐ NA ☐
5.5 Current and Projected TVU Yes ☐ No ☐ NA ☐
5.6 Origin destination surveys as per IRC: 102 Yes ☐ No ☐ NA ☐ NA
5.7 Speed and delay studies as per IRC:102 Yes ☐ No ☐ NA ☐ NA
5.8 Traffic surveys for the design of road Yes ☐ No ☐ NA ☐ NA
junctions as per data in IRC: SP:41
5.9 Analysis for replacing railway level Yes ☐ No ☐ NA ☐ NA
crossings with over 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
5.12 Traffic surveys monitored and reviewed by Yes ☐ No ☐ NA ☐ NA
the client
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
7.1 Environment profile of the project region Yes ☐ No ☐ NA ☐ NA
7.2 Details of Public consultation at residential Yes ☐ No ☐ NA ☐ NA
and commercial 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
8.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA
8.4 Analysis and results (IRR, Sensitivity Yes ☐ No ☐ NA ☐ NA
Analysis, Financial Viability)
8.5 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
8.6 Financial model shared with client and Yes ☐ No ☐ NA ☐ NA
reviewed
9 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
9.1 Report fulfils project objectives and scope Yes ☐ No ☐ NA ☐ NA
as per RFP
9.2 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA
9.3 Compliance report prepared on client 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

Page 306 of 376


Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
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
10.13 Pavement deflection survey as per IRC 81- Yes ☐ No ☐ NA ☐ NA
1997
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
11.6 Geo-technical and sub-soil explorations as Yes ☐ No ☐ NA ☐ NA
per IRC:78
11.7 Review of geo-technical and sub-soil Yes ☐ No ☐ NA ☐ NA
explorations by client
11.8 Field testing, soil sampling, laboratory Yes ☐ No ☐ NA ☐ NA
testing in accordance with BIS/ AASHTO/
BS
11.9 Pavement composition and condition Yes ☐ No ☐ NA ☐ NA
survey as per IRC:SP:19
11.10 Review of pavement composition and Yes ☐ No ☐ NA ☐ NA
condition survey by client
11.11 Pavement roughness survey as per Yes ☐ No ☐ NA ☐ NA
IRC:SP:16
11.12 Review of pavement roughness survey by Yes ☐ No ☐ NA ☐ NA
client
11.13 Pavement structural strength survey as per Yes ☐ No ☐ NA ☐ NA
IRC:81
11.14 Review of pavement structural strength Yes ☐ No ☐ NA ☐ NA
survey by client
11.15 Water sample tests as per MoRTH Yes ☐ No ☐ NA ☐ NA
specifications
11.16 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
12 Environmental Assessment Report/ Yes ☐ No ☐ NA ☐ NA
Resettlement and Rehabilitation Plan
12.1 Option for alignment alternatives Yes ☐ No ☐ NA ☐ NA
considered and conclusions
12.2 Land environment data collection and Yes ☐ No ☐ NA ☐ NA
details/ impact/ mitigation measures

Page 307 of 376


Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
12.3 Air environment data collection and details/ Yes ☐ No ☐ NA ☐ NA
impact/ mitigation measures
12.4 Water resources details/ impact/ mitigation Yes ☐ No ☐ NA ☐ NA
measures
12.5 Noise environment details/ impact/ Yes ☐ No ☐ NA ☐ NA
mitigation measures
12.6 Biological environment details/ impact/ Yes ☐ No ☐ NA ☐ NA
mitigation measures
12.7 Details of public consultation Yes ☐ No ☐ NA ☐ NA
12.8 Environment monitoring and management Yes ☐ No ☐ NA ☐ NA
plan
12.9 Details of social impact assessment Yes ☐ No ☐ NA ☐ NA
12.10 Details of resettlement and rehabilitation Yes ☐ No ☐ NA ☐ NA
action plan
12.11 Measures to minimize resettlement Yes ☐ No ☐ NA ☐ NA
12.12 Details of public consultation with Yes ☐ No ☐ NA ☐ NA
stakeholders
12.13 Details of implementation arrangement / Yes ☐ No ☐ NA ☐ NA
budget
12.14 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
13 Technical Specifications Yes ☐ No ☐ NA ☐ NA
13.1 MoRTH technical specifications for Roads Yes ☐ No ☐ NA ☐ NA
and Bridge works followed
13.2 Details of technical specifications Yes ☐ No ☐ NA ☐ NA
14 Rate Analysis Yes ☐ No ☐ NA ☐ NA
14.1 Rate analysis for all relevant items as per Yes ☐ No ☐ NA ☐ NA
latest SoR
15 Cost Estimates Yes ☐ No ☐ NA ☐ NA
15.1 Cost estimates for all relevant items as per Yes ☐ No ☐ NA ☐ NA
latest 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 ☐
18.2 3D engineered models of: Yes ☐ No ☐ NA ☐
Road alignment geometry
Proposed highway
Proposed structures

Page 308 of 376


DPR Checklist – Stage 5 – Technical Schedules (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
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 Yes ☐ No ☐ NA ☐ NA
standards
5 Any other relevant details Yes ☐ No ☐ NA ☐ NA

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 by
2.2 Yes ☐ No ☐ NA ☐
competent authority
3 Forest Clearance Yes ☐ No ☐ NA ☐ NA
Date/ Details of Joint site inspection with
3.1 Yes ☐ No ☐ NA ☐
DFO/ competent authority
Date of Stage I forest clearance approval
3.2 Yes ☐ No ☐ NA ☐
by competent authority
Date of final forest clearance approval by
3.3 Yes ☐ No ☐ NA ☐
competent authority
4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA

Date/ Details of joint site inspection with


4.1 Yes ☐ No ☐ NA ☐
DFO/ competent authority

Page 309 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Date of final wildlife clearance approval
4.2 Yes ☐ No ☐ NA ☐
by competent authority
5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA
Date/ Details of Joint site inspection with
5.1 Yes ☐ No ☐ NA ☐
competent authority
Date of estimate submission by
5.2 Yes ☐ No ☐ NA ☐
competent authority
Date of estimate approval by competent
5.3 Yes ☐ No ☐ NA ☐
authority
Approved utility shifting proposal
5.4 Yes ☐ No ☐ NA ☐
including strip plan
Details of approved contractors, SoR and
5.5 Yes ☐ No ☐ NA ☐ NA
deposit details for user agency
Utilities checklist, no upgradation
5.6 Yes ☐ No ☐ NA ☐
certificate attached
Date of estimate submission by
6.2 Yes ☐ No ☐ NA ☐
competent authority
Date of estimate approval by competent
6.3 Yes ☐ No ☐ NA ☐
authority
Approved utility shifting proposal
6.4 Yes ☐ No ☐ NA ☐
including strip plan
Details of approved contractors, SoR and
6.5 Yes ☐ No ☐ NA ☐ NA
deposit details for user agency
Utilities checklist, no upgradation
6.6 Yes ☐ No ☐ NA ☐
certificate attached
Date of estimate submission by
7.2 Yes ☐ No ☐ NA ☐
competent authority
Date of estimate approval by competent
7.3 Yes ☐ No ☐ NA ☐
authority
Approved utility shifting proposal
7.4 Yes ☐ No ☐ NA ☐
including strip plan
Details of approved contractors, SoR and
7.5 Yes ☐ No ☐ NA ☐ NA
deposit details for user agency
Utilities checklist, no upgradation
7.6 Yes ☐ No ☐ NA ☐
certificate attached
Date of final approval of GAD by
8.2 Yes ☐ No ☐ NA ☐
competent authority
9 Other Clearances Yes ☐ No ☐ NA ☐ NA
Date of final approval by competent
9.1 Yes ☐ No ☐ NA ☐
authority

Page 310 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
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 ☐
10.6 Date of 3A gazette notification Yes ☐ No ☐ NA ☐
Date of Joint Measurement Survey with
10.7 Yes ☐ No ☐ NA ☐
competent 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
10.7. Ownership status of plots- by survey
Yes ☐ No ☐ NA ☐ NA
4 number
10.7. Verification of area to be acquired – by
Yes ☐ No ☐ NA ☐ NA
5 survey number
10.7. List of structures on each plot Yes ☐ No ☐ NA ☐ NA
6
10.7. Sketches of updated alignment by Yes ☐ No ☐ NA ☐ NA
7 village
10.7. Verification from Land revenue Yes ☐ No ☐ NA ☐ NA
8 department
10.7. Verification by CALA office Yes ☐ No ☐ NA ☐ NA
9

Page 311 of 376


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 being


2.1 Yes ☐ No ☐ NA ☐ NA
acquired
Variation in area and nature of land
2.2 Yes ☐ No ☐ NA ☐ NA
against 3D 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
NHIDCL along with valuation report
Total award calculated and deviation
2.5 Yes ☐ No ☐ NA ☐ NA
from RFCTLARR act
3 In detail for each Village Yes ☐ No ☐ NA ☐ NA
3.1 Updated land acquisition tracker with Yes ☐ No ☐ NA ☐ NA
status of:
Notifications
Award
Disbursement
3.2 Valuation report and details of award Yes ☐ No ☐ NA ☐ NA
calculation- verification by state authority
to be included
3.3 Claims report Yes ☐ No ☐ NA ☐ NA

3.4 Copies of notifications published Yes ☐ No ☐ NA ☐ NA


Copies of land possession certificates
3.5 Yes ☐ No ☐ NA ☐ NA
received
4 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

4.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA


Report fulfils project objectives and
4.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP
4.3 Report reviewed for errors and Yes ☐ No ☐ NA ☐ NA
omissions
Compliance report prepared on client
4.4 Yes ☐ No ☐ NA ☐ NA
observations

Page 312 of 376


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 being
2.1 Yes ☐ No ☐ NA ☐ NA
acquired
Date of final award by CALA and
2.2
approval by NHIDCL
Status of disbursement on date of
2.3 Yes ☐ No ☐ NA ☐ NA
receipt of Land possession certificate
Key issues being faced in completing
2.4 Yes ☐ No ☐ NA ☐ NA
land acquisition, if any
3 In detail for each Village Yes ☐ No ☐ NA ☐ NA
3.1 Updated land acquisition tracker with Yes ☐ No ☐ NA ☐ NA
status of:
Notifications
Award
Disbursement
3.2 Final award and claims report Yes ☐ No ☐ NA ☐ NA
Copies of notifications published, land
3.3 Yes ☐ No ☐ NA ☐ NA
possession certificates received
4 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

4.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA


Report fulfils project objectives and
4.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP
4.3 Report reviewed for errors and Yes ☐ No ☐ NA ☐ NA
omissions
Compliance report prepared on client
4.4 Yes ☐ No ☐ NA ☐ NA
observations
5 GIS Map containing digitsed details Yes ☐ No ☐ NA ☐ NA
of land parcels acquired with all
relevant details

Page 313 of 376


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 gap
2.2 Yes ☐ No ☐ NA ☐ NA
identification
Details of key departments for
2.3 Yes ☐ No ☐ NA ☐
documents
2.4 Project description
Yes ☐ No ☐ NA ☐
 Existing LC number
 Start and End Chainage
 Village/District
2.5 Project location map Yes ☐ No ☐ NA ☐

 On State Map
 On District Map
 Latitude & Longitude
Coordinates of the LC
2.6 Details of Existing Level Crossing Yes ☐ No ☐ NA ☐

 Number of Railway Tracks


 Type of Railway Tracks
(Broad/Metre/Narrow)
 No. of trains per day
Justification for need of an ROB/RUB
2.7 Yes ☐ No ☐ NA ☐ NA
(on basis of TVU count)
2.8 Overview of land use plans Yes ☐ No ☐ NA ☐ NA
2.9 Overview of existing pavement Yes ☐ No ☐ NA ☐
conditions
 Number of Lanes
 Type of Pavement
(Flexible/Rigid/Surfaced/Unsurfaced)
2.10 Existing right of way details Yes ☐ No ☐ NA ☐

Page 314 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
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 and
3.2 Yes ☐ No ☐ NA ☐ NA
structures
Environment and social impact
3.3 Yes ☐ No ☐ NA ☐ NA
assessment
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
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
Number of key personnel deployed at
4.4 Yes ☐ No ☐ NA ☐
site
5 Performa for data collection Yes ☐ No ☐ NA ☐ NA
Indicative Design standards and
6 Yes ☐ No ☐ NA ☐ NA
cross sections
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
7.2 Yes ☐ No ☐ NA ☐ NA
development 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

Page 315 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Discussion of draft QAP document with
8.9 Yes ☐ No ☐ NA ☐ NA
client
Approval of final QAP document by
8.10 Yes ☐ No ☐ NA ☐ NA
client
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
9.1 Yes ☐ No ☐ NA ☐ NA
(Plain)
Geometric design standards of bridges
9.2 Yes ☐ No ☐ NA ☐ NA
(Hilly)
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 and
10.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP
Report reviewed for errors and
10.3 Yes ☐ No ☐ NA ☐ NA
omissions
Compliance report prepared on client
10.4 Yes ☐ No ☐ NA ☐ NA
observations

Page 316 of 376


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 /
2 Yes ☐ No ☐ NA ☐ NA
activities
Methodology adopted for feasibility
3 Yes ☐ No ☐ NA ☐ NA
study
Socioeconomic profile of the project
4 Yes ☐ No ☐ NA ☐ NA
areas
Regional economic profile basis last 10
4.1 Yes ☐ No ☐ NA ☐ NA
years data as per IRC
Economic profile of project influence area
4.2 Yes ☐ No ☐ NA ☐ NA
basis last 10 years data as per IRC
Socio Economic status of project
4.3 Yes ☐ No ☐ NA ☐ NA
influence area
Indicative design standards,
5 Yes ☐ No ☐ NA ☐ NA
methodologies, and specifications
6 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA
Classified traffic volume counts using
6.1 Yes ☐ No ☐ NA ☐ NA
IHMCL data (7 day)
Traffic projection methodology as per
6.2 Yes ☐ No ☐ NA ☐ NA
IRC:108
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

6.7 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA


Traffic surveys monitored and reviewed
6.8 Yes ☐ No ☐ NA ☐ NA
by the client
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 Yes ☐ No ☐ NA ☐ NA


client

Page 317 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
7.3 Geometric Features of the Existing Road Yes ☐ No ☐ NA ☐ NA

 Design Speed
 Sight distance elements
 Horizontal Alignment Details
 Vertical Alignment Details
 Height of Embankment
Topographical Survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐
7.4 NA
using LiDAR or equivalent technology
 Gradient
 Terrain
7.5 Review of topographical survey by client Yes ☐ No ☐ NA ☐ NA
Pavement composition and condition
7.6 Yes ☐ No ☐ NA ☐ NA
survey as per IRC:SP:19
7.7 Geological Survey Yes ☐ No ☐ NA ☐ NA

 Geological Map of the Area


 Seismicity
7.8 Climatic Conditions NA
Yes ☐ No ☐ NA ☐
 Temperature
 Rainfall
 Wind
7.9 Land Use along the existing alignment Yes ☐ No ☐ NA ☐ NA

 Map of the Project Area depicting


Agricultural/Habitation/Forest Area
Details of Existing Structures Yes ☐ No ☐ NA ☐
7.10 NA
 Map of the Project Area depicting
Hutments/Buildings/Temples/Public
Building/Any Other Significant Structure
7.11 Inventory and condition survey of Yes ☐ No ☐ NA ☐ NA
culverts
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
8.1 Yes ☐ No ☐ NA ☐ NA
as per IRC:78
Number of Bore holes dug (holds for
8.2 Yes ☐ No ☐ NA ☐
every pier and abutment)
Review of geo-technical and sub-soil
8.3 Yes ☐ No ☐ NA ☐ NA
explorations by client

Page 318 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Field testing, soil sampling, laboratory
8.4 Yes ☐ No ☐ NA ☐ NA
testing as per IRC:78
Recommendation of Foundation Type
8.5 Yes ☐ No ☐ NA ☐
and Depth
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:5
9.1 Yes ☐ No ☐ NA ☐ NA
and IRC: 13
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 Yes ☐ No ☐ NA ☐ NA


client
10 Materials Survey Yes ☐ No ☐ NA ☐ NA
Materials Survey conducted as per
10.1 Yes ☐ No ☐ NA ☐ NA
IRC:SP:19
10.2 Sources of Naturally Occurring Yes ☐ No ☐ NA ☐
Aggregates specified
 Details of Borrow Pits with
Distance from Project Site
 Cost of Material/Transportation
Sources of Manufactured Items specified Yes ☐ No ☐ NA ☐
10.3 NA
 Details of Suppliers with Distance
from Project Site
 Cost of Material/Transportation
Source of Water for construction
10.4 Yes ☐ No ☐ NA ☐ NA
specified as per IS:456
10.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
Determination of whether ROB or RUB
11 Yes ☐ No ☐ NA ☐ NA
is appropriate
Justification of whether ROB or RUB
11.1 Yes ☐ No ☐ NA ☐ NA
should be built
11.2 Review of justification by client Yes ☐ No ☐ NA ☐ NA
12 Alignment Options Study Yes ☐ No ☐ NA ☐ NA
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

Page 319 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
12.2.1 Review of options with local authority Yes ☐ No ☐ NA ☐ NA
Length of the project along proposed
12.3 Yes ☐ No ☐ NA ☐ NA
alignment options
Land Acquisition required along
12.4 Yes ☐ No ☐ NA ☐ NA
alignment options
12.5 Cost Estimates of alternatives Yes ☐ No ☐ NA ☐ NA

12.6 Recommended Alignment with Yes ☐ No ☐ NA ☐


Justification
Skew Angle of Proposed Alignment
12.7 Yes ☐ No ☐ NA ☐
Specified
12.7.1 Environmental impact of each option Yes ☐ No ☐ NA ☐
Review of road geometry and safety for
12.7.2 Yes ☐ No ☐ NA ☐ NA
each 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 Yes ☐ No ☐ NA ☐ NA
environmental assessment
Analysis basis Initial Environment
13.1 Yes ☐ No ☐ NA ☐ NA
Examination in IRC: SP: 19
Recommended feasible mitigation
13.2 Yes ☐ No ☐ NA ☐ NA
measures
Initial social assessment/ preliminary
14 Yes ☐ No ☐ NA ☐ NA
LA resettlement plan
Analysis basis Initial Environment
14.1 Yes ☐ No ☐ NA ☐ NA
Examination in IRC: SP: 19
Details of consultation with potentially
14.2 Yes ☐ No ☐ NA ☐ NA
affected 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


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

Page 320 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
16.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA
16.4 Analysis and results NA
Yes ☐ No ☐ NA ☐
 IRR
 Sensitivity Analysis
 Financial Viability
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 Yes ☐ No ☐ NA ☐ NA
structure
17.2 Details of existing RoW Yes ☐ No ☐ NA ☐
17.3 Details of proposed RoW Yes ☐ No ☐ NA ☐
Details about ownership of land to be
17.4 Yes ☐ No ☐ NA ☐ NA
acquired
Strip plan basis reconnaissance and
17.5 Yes ☐ No ☐ NA ☐ NA
topographic surveys
Strip plan reviewed and approved by the
17.6 Yes ☐ No ☐ NA ☐ NA
client
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,
11.1 Yes ☐ No ☐ NA ☐ NA
road furniture and other features
11.2 Widening scheme Yes ☐ No ☐ NA ☐ NA
New construction/ reconstruction of
11.3 Yes ☐ No ☐ NA ☐ NA
structures and amenities
11.4 Existing and proposed right of way Yes ☐ No ☐ NA ☐ NA

11.5 Clearances impacting each chainage Yes ☐ No ☐ NA ☐ NA

Page 321 of 376


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 clearance


2.1 Yes ☐ No ☐ NA ☐ NA
identified
Date/ Details of Initial consultation with
2.2 Yes ☐ No ☐ NA ☐
competent authority
Date of submission of draft EIA report/
2.3 Yes ☐ No ☐ NA ☐ NA
proposal for 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 with
3.2 Yes ☐ No ☐ NA ☐
competent authority
Details/cost of trees being felled basis
3.3 Yes ☐ No ☐ NA ☐
concerned District Forest Office
Date of submission of proposal for forest
3.4 Yes ☐ No ☐ NA ☐ NA
clearance
3.5 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA

4.1 Requirement for wildlife clearance Yes ☐ No ☐ NA ☐ NA


identified
Date/ Details of initial consultation with
4.2 Yes ☐ No ☐ NA ☐
competent authority
Details/cost of trees being felled basis
4.3 Yes ☐ No ☐ NA ☐
concerned District Forest Office
Date of submission of proposal for wildlife
4.4 Yes ☐ No ☐ NA ☐
clearance
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

Page 322 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
5.2 Identification of underground utilities using Yes ☐ No ☐ NA ☐ NA
GPR, Induction Locator or equivalent
technologies
Name/ Details of consultation with local
5.3 Yes ☐ No ☐ NA ☐
authority/ people
5.4 Utility relocation plan with existing / Yes ☐ No ☐ NA ☐ NA
proposed location showing existing RoW
and topographic details
5.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
Date of proposal submission to competent
5.6 Yes ☐ No ☐ NA ☐
authority
Review of utility relocation plan/ proposal
5.7 Yes ☐ No ☐ NA ☐ NA
by client
6 Utility Clearances (Water) Yes ☐ No ☐ NA ☐ NA
6.1 Identification of overground utilities in Yes ☐ No ☐ NA ☐ NA
RoW
6.2 Identification of underground utilities using Yes ☐ No ☐ NA ☐ NA
GPR, Induction Locator or equivalent
technologies
Name/ Details of consultation with local
6.3 Yes ☐ No ☐ NA ☐
authority/ people
6.4 Utility relocation plan with existing / Yes ☐ No ☐ NA ☐ NA
proposed location showing existing RoW
and topographic details
6.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
Date of proposal submission to competent
6.6 Yes ☐ No ☐ NA ☐ NA
authority
Review of utility relocation plan/ proposal
6.7 Yes ☐ No ☐ NA ☐ NA
by client
7 Utility Clearances (Others) Yes ☐ No ☐ NA ☐ NA

7.1 Identification of over ground utilities in Yes ☐ No ☐ NA ☐ NA


RoW
7.2 Identification of underground utilities using Yes ☐ No ☐ NA ☐ NA
GPR, Induction Locator or equivalent
technologies
Name/ Details of consultation with local
7.3 Yes ☐ No ☐ NA ☐
authority/ people
7.4 Utility relocation plan with existing / Yes ☐ No ☐ NA ☐ NA
proposed location showing existing RoW
and topographic details

Page 323 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
7.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
Date of proposal submission to competent
7.6 Yes ☐ No ☐ NA ☐
authority
Review of utility relocation plan/ proposal
7.7 Yes ☐ No ☐ NA ☐ NA
by client
8 Railway Clearances Yes ☐ No ☐ NA ☐ NA
Identification of ROB/ RUB on project
8.1 Yes ☐ No ☐ NA ☐ NA
corridor
8.2 Initial consultation with competent Yes ☐ No ☐ NA ☐ NA
authority
Date of proposal submission to competent
8.3 Yes ☐ No ☐ NA ☐
authority
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 Yes ☐ No ☐ NA ☐ NA


identified
Date of proposal submission to competent
9.2 Yes ☐ No ☐ NA ☐
authority
9.3 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

10 Land Acquisition Yes ☐ No ☐ NA ☐ NA


Detailed schedule about acquisition of
10.1 Yes ☐ No ☐ NA ☐ NA
landholdings as 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 with
10.4 Yes ☐ No ☐ NA ☐
concerned government agencies
Total land required, land area already
10.5 Yes ☐ No ☐ NA ☐
available , land to be acquired identified
Review of land acquisition using digital
10.6 Yes ☐ No ☐ NA ☐ NA
cadastral map by client
11 Strip plan- additional details added Yes ☐ No ☐ NA ☐ NA 11
11.1 Details of centreline, existing structures, Yes ☐ No ☐ NA ☐ NA 11.1
road furniture and other features

11.2 Widening scheme Yes ☐ No ☐ NA ☐ NA 11.2


New construction/ reconstruction of
11.3 Yes ☐ No ☐ NA ☐ NA 11.3
structures and amenities
11.4 Existing and proposed right of way Yes ☐ No ☐ NA ☐ NA 11.4

Page 324 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
11.5 Clearances impacting each chainage Yes ☐ No ☐ NA ☐ NA 11.5

12 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA


12.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and scope
12.2 Yes ☐ No ☐ NA ☐ NA
as per 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

Page 325 of 376


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
1.1 Project description
Yes ☐ No ☐ NA ☐
Existing LC number
Start and End Chainage
Village/District
1.2 Project location map Yes ☐ No ☐ NA ☐

On State Map
On District Map
 Latitude & Longitude
Coordinates of the LC
1.3 Details of Existing Level Crossing Yes ☐ No ☐ NA ☐

Number of Railway Tracks


 Type of Railway Tracks
(Broad/Metre/Narrow)
No. of trains per day
Justification for need of an ROB/RUB (on
1.4 Yes ☐ No ☐ NA ☐ NA
basis of TVU count)
1.5 Overview of land use plans Yes ☐ No ☐ NA ☐ NA
Overview of existing pavement conditions Yes ☐ No ☐ NA ☐
1.6
Number of Lanes
 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 as
2.1 Yes ☐ No ☐ NA ☐ NA
local people
Project impact on residential, commercial
2.2 Yes ☐ No ☐ NA ☐ NA
and public properties
2.3 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
3 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA

Page 326 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
3.1 Geometric Features of the Existing Road Yes ☐ No ☐ NA ☐
Design Speed
Sight distance details
Horizontal Alignment Details
Vertical Alignment Details
Height of Embankment
Topographical Survey using LiDAR or Yes ☐ No ☐ NA ☐
3.2 NA
equivalent technology as per IRC:SP:19
Gradient
Terrain
Pavement composition and condition
3.3 Yes ☐ No ☐ NA ☐ NA
survey as per IRC:SP:19
3.4 Geological Survey Yes ☐ No ☐ NA ☐ NA

Geological Map of the Area


Seismicity
3.5 Climatic Conditions NA
Yes ☐ No ☐ NA ☐
Temperature
Rainfall
Wind
3.6 Land Use along the existing alignment Yes ☐ No ☐ NA ☐ NA

 Map of the Project Area


depicting Agricultural/Habitation/Forest
Area
Details of Existing Structures Yes ☐ No ☐ NA ☐
3.7 NA
 Map of the Project Area
depicting
Hutments/Buildings/Temples/Public
Building/Any Other Significant Structure
3.8 Inventory and condition survey of culverts Yes ☐ No ☐ NA ☐ NA
Geo-technical and sub-soil explorations
3.9 Yes ☐ No ☐ NA ☐ NA
as per IRC:78
Number of Bore holes dug (holds for
3.10 Yes ☐ No ☐ NA ☐
every pier and abutment)
Field testing, soil sampling, laboratory
3.11 Yes ☐ No ☐ NA ☐ NA
testing as per IRC: 78
Recommendation of Foundation Type
3.12 Yes ☐ No ☐ NA ☐
and Depth
Hydraulic and Hydrological investigations
3.13 Yes ☐ No ☐ NA ☐ NA
as per IRC:5

Page 327 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
3.14 High Flood Level specified Yes ☐ No ☐ NA ☐ NA
3.15 Depth of Water Table specified Yes ☐ No ☐ NA ☐ NA
3.16 Ponded Water Level specified Yes ☐ No ☐ NA ☐ NA
Materials Survey conducted as per
3.17 Yes ☐ No ☐ NA ☐ NA
IRC:SP:19
3.18 Sources of Naturally Occurring Yes ☐ No ☐ NA ☐
Aggregates specified
 Details of Borrow Pits with
Distance from Project Site
Cost of Material/Transportation
Sources of Manufactured Items specified Yes ☐ No ☐ NA ☐
3.19 NA
 Details of Suppliers with
Distance from Project Site
Cost of Material/Transportation
3.19.1 Sources of environmentally friendly Yes ☐ No ☐ NA ☐ NA
construction materials identified as per
MoRT&H circular
Source of Water for construction specified
3.20 Yes ☐ No ☐ NA ☐ NA
as per IS:456
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 using
4.1 Yes ☐ No ☐ NA ☐ NA
IHMCL data (7 day)
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 RUB
5 Yes ☐ No ☐ NA ☐ NA
is appropriate
Justification of whether ROB or RUB
5.1 Yes ☐ No ☐ NA ☐ NA
should be built
6 Alignment Options Study Yes ☐ No ☐ NA ☐ NA
At least two alignments proposed
6.1 Yes ☐ No ☐ NA ☐ NA
Details of Alignments on Map
Length of the project along proposed
6.2 Yes ☐ No ☐ NA ☐ NA
alignment options

Page 328 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Land Acquisition required along
6.3 Yes ☐ No ☐ NA ☐ NA
alignment options
6.4 Cost Estimates of alternatives Yes ☐ No ☐ NA ☐ NA
Recommended Alignment with
6.5 Yes ☐ No ☐ NA ☐
Justification
Skew Angle of Proposed Alignment
6.6 Yes ☐ No ☐ NA ☐
Specified
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 ☐


7.2 Width of ROB Yes ☐ No ☐ NA ☐
Width of Carriageway
Width of Safety Kerbs
Width of Footpath
Any other
Proposed Number of Lanes on ROB in
7.3 Yes ☐ No ☐ NA ☐ NA
line with PCU as per latest MoRTH
guidelines
7.4 Proposed Length of the Project Yes ☐ No ☐ NA ☐
Length of ROB
Length of Viaduct
Length of RE Wall
Length of Approach Road
Length of Service Road
7.5 Span Arrangement Yes ☐ No ☐ NA ☐
Span Length
Number of Spans
7.6 Are all spans of standardised length as NA
per Railways standards Yes ☐ No ☐ NA ☐
(https://ircep.gov.in/RCApproval/)
 If non-standardised, suitable
justification provided
7.7 Details of Proposed Superstructure NA
Yes ☐ No ☐ NA ☐
Design
Type
Details of Material Use Proposed
Drawings of Cross-Sections

Page 329 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
7.8 Details of Proposed Substructure Design NA
Yes ☐ No ☐ NA ☐
Type
Details of Material Use Proposed
Drawings of Cross-Sections
7.9 Details of Proposed Pavement Design Yes ☐ No ☐ NA ☐ NA
Type
Details of Material Use Proposed
Thickness
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 (Refer
8.1 Yes ☐ No ☐ NA ☐
following 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


9.4 Analysis and results
Yes ☐ No ☐ NA ☐
IRR
Sensitivity Analysis
Financial Viability
10 Land Acquisition Study Yes ☐ No ☐ NA ☐ NA
10.1 Land Acquisition Details
Yes ☐ No ☐ NA ☐
Total Land Required
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

11.1 Results of GPR investigation Yes ☐ No ☐ NA ☐ NA


11.2 Utility relocation plan with existing / Yes ☐ No ☐ NA ☐ NA
proposed location showing existing RoW

Page 330 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
and topographic details

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


12.2 Plan of Railway Portion Yes ☐ No ☐ NA ☐ NA

12.3 General Elevation Yes ☐ No ☐ NA ☐ NA


General Plan (showing complete
12.4 Yes ☐ No ☐ NA ☐ NA
ROB/RUB along with diversion)
12.5 Key Plan Yes ☐ No ☐ NA ☐ NA

12.6 Cross-Section of Railway Portion Yes ☐ No ☐ NA ☐ NA


12.7 3D engineered models of:
Yes ☐ No ☐ NA ☐
Existing structure, if any
Proposed structure
Utilities and other features in RoW

Page 331 of 376


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

Page 332 of 376


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 Yes ☐ No ☐ NA ☐ NA
standards
5 Any other relevant details Yes ☐ No ☐ NA ☐ NA

Page 333 of 376


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 by
2.2 Yes ☐ No ☐ NA ☐
competent authority
3 Forest Clearance Yes ☐ No ☐ NA ☐ NA
Date/ Details of Joint site inspection
3.1 Yes ☐ No ☐ NA ☐
with DFO/ competent authority
Date of Stage I forest clearance
3.2 Yes ☐ No ☐ NA ☐
approval by competent authority
Date of final forest clearance approval
3.3 Yes ☐ No ☐ NA ☐
by competent authority
4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA

Date/ Details of joint site inspection


4.1 Yes ☐ No ☐ NA ☐
with DFO/ competent authority
Date of final wildlife clearance approval
4.2 Yes ☐ No ☐ NA ☐
by competent authority
5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA
Date/ Details of Joint site inspection
5.1 Yes ☐ No ☐ NA ☐
with competent authority
Date of estimate submission by
5.2 Yes ☐ No ☐ NA ☐
competent authority
Date of estimate approval by
5.3 Yes ☐ No ☐ NA ☐
competent authority
5.4 Approved utility shifting proposal Yes ☐ No ☐ NA ☐
Details of approved contractors, SoR
5.5 Yes ☐ No ☐ NA ☐ NA
and deposit details for user agency
Utilities checklist, no upgradation
5.6 Yes ☐ No ☐ NA ☐
certificate attached
Date of estimate submission by
6.2 Yes ☐ No ☐ NA ☐
competent authority

Page 334 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Date of estimate approval by
6.3 Yes ☐ No ☐ NA ☐
competent authority
6.4 Approved utility shifting proposal Yes ☐ No ☐ NA ☐
Details of approved contractors, SoR
6.5 Yes ☐ No ☐ NA ☐ NA
and deposit details for user agency
Utilities checklist, no upgradation
6.6 Yes ☐ No ☐ NA ☐
certificate attached
Date of estimate submission by
7.2 Yes ☐ No ☐ NA ☐
competent authority
Date of estimate approval by
7.3 Yes ☐ No ☐ NA ☐
competent authority
7.4 Approved utility shifting proposal Yes ☐ No ☐ NA ☐
Details of approved contractors, SoR
7.5 Yes ☐ No ☐ NA ☐ NA
and deposit details for user agency
Utilities checklist, no upgradation
7.6 Yes ☐ No ☐ NA ☐
certificate attached
Date of final approval of GAD by
8.2 Yes ☐ No ☐ NA ☐
competent authority
9 Other Clearances Yes ☐ No ☐ NA ☐ NA
Date of final approval by competent
9.1 Yes ☐ No ☐ NA ☐
authority
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 ☐


Date of Joint Measurement Survey with
10.7 Yes ☐ No ☐ NA ☐
competent 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 survey
Yes ☐ No ☐ NA ☐ NA
number
10.7.5 Verification of area to be acquired – by
Yes ☐ No ☐ NA ☐ NA
survey number
10.7.6 List of structures on each plot Yes ☐ No ☐ NA ☐ NA

Page 335 of 376


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
10.7.7 Sketches of updated alignment Yes ☐ No ☐ NA ☐ NA
10.7.8 Verification from Land revenue Yes ☐ No ☐ NA ☐ NA
department
10.7.9 Verification by CALA office Yes ☐ No ☐ NA ☐ NA

Page 336 of 376


1.1.3 DPR Checklist – Stage 7 – Award determination (Structures)
General Details
Project Name
Consultant's Name
Date of Review

S.No SECTION OF THE REPORT YES/NO/NA Details/ Remarks


Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Village level summary Yes ☐ No ☐ NA ☐ NA
2.1 Total private and public land being Yes ☐ No ☐ NA ☐ NA
acquired
2.2 Variation in area and nature of land Yes ☐ No ☐ NA ☐ NA
against 3D with justification
2.3 Method used by CALA to arrive at Yes ☐ No ☐ NA ☐ NA
award
2.4 Date of award by CALA and approval
by NHIDCL along with valuation report
2.5 Total award calculated and details of Yes ☐ No ☐ NA ☐ NA
deviation from RFCTLARR act
3 In detail Yes ☐ No ☐ NA ☐ NA
3.1 Updated land acquisition tracker with Yes ☐ No ☐ NA ☐ NA
parcel-wise status of:
 Notifications
 Award
 Disbursement
3.2 Valuation report and details of award Yes ☐ No ☐ NA ☐ NA
calculation- verification by state
authority to be included
3.3 Claims report Yes ☐ No ☐ NA ☐ NA
3.4 Copies of notifications published Yes ☐ No ☐ NA ☐ NA
3.5 Copies of land possession certificates Yes ☐ No ☐ NA ☐ NA
received
4 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
4.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
4.2 Report fulfils project objectives and Yes ☐ No ☐ NA ☐ NA
scope as per RFP
4.3 Report reviewed for errors and Yes ☐ No ☐ NA ☐ NA
omissions
4.4 Compliance report prepared on client Yes ☐ No ☐ NA ☐ NA
observations

Page 337 of 376


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 being


2.1 Yes ☐ No ☐ NA ☐ NA
acquired
Date of final award by CALA and
2.2
approval by MoRTH
Status of disbursement on date of
2.3 Yes ☐ No ☐ NA ☐ NA
receipt of Land possession certificate
Key issues being faced in completing
2.4 Yes ☐ No ☐ NA ☐ NA
land acquisition, if any
3 In detail Yes ☐ No ☐ NA ☐ NA
3.1 Updated land acquisition tracker with Yes ☐ No ☐ NA ☐ NA
status of:
 Notifications
 Award
 Disbursement
3.2 Final award and claims report Yes ☐ No ☐ NA ☐ NA
Copies of notifications published, land
3.3 Yes ☐ No ☐ NA ☐ NA
possession certificates received
4 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

4.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA


Report fulfils project objectives and
4.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP
4.3 Report reviewed for errors and Yes ☐ No ☐ NA ☐ NA
omissions
Compliance report prepared on client
4.4 Yes ☐ No ☐ NA ☐ NA
observations
5 GIS Map containing digitised details NA
Yes ☐ No ☐ NA
of land parcels acquired with all

relevant details

Page 338 of 376


APPENDIX VIII

Sample Executive Summary of Detailed Project Report

<Name & Logo of the NHIDCL>

(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]

Page 339 of 376


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

Page 340 of 376


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

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

Page 341 of 376


1. Introduction

The NHIDCL 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.: NHIDCL 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>
2. Project overview

As described earlier the project road lies on NH xx (previously NH yy) and connects <orgin>
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 the
stretch in some urban locations

Page 342 of 376


Attributes Details
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 Good to fair
pavement
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% on
RHS), 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
Structures along stretch 69 structures- 3 ROBs, 7 major bridges, 2 flyovers, 9 minor bridges,
16 VUP/PUPs and 32 culverts
User amenities along stretch 32 bus shelters, 7 truck lay-byes, and 1 rest area
Key utilities in the proposed 4 km 66 kV UG line with 3 crossings, 30in water main for 7.3 km
RoW
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
<destination station> rail line at railway chainage zz
Other clearance related <please describe any other clearances that will be required for the
aspects project>
2.2. Key plan of existing project stretch

Figure 2: Key plan of existing project road

Page 343 of 376


3. Traffic demands on project road

3.1. Traffic volume surveys

For the purposes of traffic projections and lane design, <xx> individual sections of road were
considered:
Table 2: Traffic survey locations
Volume
Section Chainages Length Count Remarks
(Kms) Locations
Km 163.0 - Km 177.0, Kasia/Tonta mines near 192.000
1 29.0
192.0 45.0
2 27.0 Km 201.50 End point of proposed Koida bypass at
Km 192.0 -
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
Cycle 0 0 0
Earth Moving Equipment 0 0 0
AADT (in vehicles) 12471 12359 11459

Page 344 of 376


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 <IRC xx> for the purpose
of MSA calculations
Table 4: Axle load survey results
Mode Section 1 Section 2 Section 2
Observed-
Observed- at Observed- at
at chainage Recommended Recommended Recommended
chainage xx chainage xx
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

3.4. Turning movement surveys


Total Peak Hour Grade
SL. Existing Intersection
Location Volume Volume Peak Hour separator
No. Chainage type
PCU PCU proposed
1 0.300 xxx 30988 1915 17:00 -18:00 3 arm No
2 6.200 xxx 28077 1962 09:00 -10:00 4 arm No
3 10.200 xxx 53333 3599 15:00 -16:00 5 arm Yes
4 28.000 xxx 64315 3884 10:00 -11:00 4 arm Yes

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

Page 345 of 376


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 of distress
Area <=10 Area 10 Area 25 Area 50
Area >75 %
% %-25 % %-50 % %-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

Bituminous course Granular course (mm) Xx (mm)


Section (mm)
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 to enable
design of an overlay for the road.
Table 9: Strength of existing pavement
Section Characteristic deflection
Chainage Distance

Start End Km Mm
1 0.400 2.400 2.000 1.6
2 2.400 10.000 7.600 1.3

Page 346 of 376


X

4.4. Sub-grade soil survey

Extensive review of available soil information and testing was done to understand the sub-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 across stretch

<other attributes>

Table 11: Soil types observed


Soil type % of length Plasticity index Comments
Clayey sand (SC) 34% 3 to 15 Poorly graded sand clay mixture

Silty sand (SM) 9% Non-plastic Poorly graded


Clayey gravel (GC) 9% 11 to 13 Mixture of gravel, sand and silt

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>.

Page 347 of 376


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 proposed project
alignment

Table 12: Proposed by-passes along project length


Urban area to Bypass plan Key driver for by-pass
be bypassed
Start End Length
chainage chainage proposed
Nagar 1 45.000 52.000 21.000 Heavy local traffic of ~10,000
PCUs in town limits
Xxxx

5.3. Road geometry

The project road has been re-designed to accommodate speeds of <xx>, adopted as per

<standard or consultation with MoRTH >. 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
<MoRTH , local authorities etc.>, the following lane configuration is adopted for the project
road:

Table 13: Lane configuration planned for project road

Page 348 of 376


Chainage Traffic Service
Section Lane Comments
forecast k lanes
Start End config.
PCUs in 20xx

1 0.00 2.400 43.5 6 Yes High urban traffic


influx
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

<IRC/MoRTH/MoRTH standards/request> has been considered for design.


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
Section Sub-grade Pavement loading
Design Layer thickness (mm)
strength
Chainage
Start End Min % CBR MSA GSB WMM DBM BC xx
1 0.400 2.400 10% 40 200 250 95-125 40

Page 349 of 376


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 is as below:

Table 16: Overlay thickness required


Section Characteristic deflection Overlay thickness (mm)
Chainage Distance

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

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 and flyovers. 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
No Structure Existing Dismantle Widen Reconstruct parallel construction Total

1 Major bridge 4 1 - 1 2 3 7
2 Minor bridge
3 Flyover
4 Vehicle
overpass

Page 350 of 376


Sl Construct in New
No Structure Existing Dismantle Widen Reconstruct parallel construction Total

5 Vehicle
underpass
6 Passenger
under pass
7 Culverts
8 xxx
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 Location Est total vol (k Est Peak Hour Vol Improvement
No. Chainage PCU) (k PCU) proposed
1 10.200 xxx 53333 3599 Grade separator
2 28.000 xxx 64315 3884 Grade separator
3
4

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 Proposed no
Location
No chainage chainage of lanes of 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 improvements proposed is given
below:

Table 21: Proposed user amenities along project stretch


Sl no Amenity type Current Proposed Comments
1 Passenger rest 0 2
stops
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

Page 351 of 376


Sl no Amenity type Current Proposed Comments
5 Petrol bunks 1 5 Severe shortage along stretch
6
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 Form 1 submitted dd/mm/yyyy and
clearance project, category ‘A’ environmental clearance obtained on
dd/mmm/yyyy
2 Diversion of 27.72 ha of land in <xx> Stage II clearance in progress
forest land district will need to be
acquired
3 Trees in RoW 28,460 trees need to be To be taken
enable 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.

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 <MoRTH /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>

Page 352 of 376


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 of title 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


State Village and Private land to 3A pending 3D
Total land 3A done, 3D
Chainage be acquired (Ha) completed
required pending
(Ha)
(Ha) (Ha)
Thane (xx to
Maharashtra yy) 137 90 10 70 10

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. Such potential risks are highlighted
below:

 <Highlight any risks foreseen along with chainage and ha affected>


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 is being planned as part
of construction>

Page 353 of 376


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 charges to the <z> concerned
agencies.

9. Project cost estimates

The cost estimates for the project has been carried out based on detailed design, bill of
quantities, 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

Page 354 of 376


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
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 on gravel 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

Page 355 of 376


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>.

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 and sections 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 of 900 km

2 223.00+ Soil of CBR >10% No borrow pit in vicinity, minimum lead of 40 km

10.8. Location of material sources

Page 356 of 376


Figure 4: Key plan showing location of potential borrow pits tested
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 stabilized 40% reduction in layer thickness
based and granular material in the base layer and ~15% reduction in TPC

Page 357 of 376


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
Option Sensitivity RUCS HDM 4
Case
NPV (in million Rs.) NPV (in million Rs.)
EIRR (in EIRR (in
%) %)
With time Base Case 0 19199 30.31 2788.5 14.1
Sensitivity 1 18041 27.51 1362.6 12.9
Sensitivity 2 15147 27.1 943.3 12.8
Sensitivity 3 13989 24.56 -ve 11.7
Without time Base Case 0 19199 30.31 2788.5 14.1
Sensitivity 1 18041 27.51 1362.6 12.9
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
2 Wheeler 3320 0
3 Wheeler 32 0
Tractor 24 0
Tractor with Trailer 389 385

Page 358 of 376


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

13. Execution plan

In consultation with MoRTH , 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

Page 359 of 376


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 MoRTH , 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.

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 MoRTH 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

Page 360 of 376


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
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%

Page 361 of 376


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 de- positive and negative) and de-scoping (Positive
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 4
(Private 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 %
Percentage Marks use of new
variation material/waste
material/new
≥5% 4

Page 362 of 376


≥3%<5% 3 technology as a
≥1%<3% 2 percentage
of
<1% 0
total
cost.
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
basic design such
Grading Marks
as plan & profile,
Excellent 4
typical cross
Very good 3 sections,
Good 2 intersections etc.
Poor 0 ii) Extract of
relevant pages of
DPR.
Functional Appreciation of functional utility of provisions 4
utility of like 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 5 i) Self certified
optimization normative 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

Page 363 of 376


>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
Submission % delay period [(Actual Date of Submission - 3
of 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 - Stipulate Submission 5
Date) / (Stipulated Submission Date in Agreement - Date of
Commencement)] *100 in submission of final DPR
Delay Percentage Marks
0% 5
>0%≤10% 3.75
>10%≤20% 2.5
>20% 0
GAD Approval % delay period [(Actual Date of approval - Stipulated Date of 6
approval) / (Stipulated approval Date in Agreement - Date of
Commencement)] *100
Delay Percentage Marks
0% 6
>0%≤10% 4
>10%≤20% 3
>20% 0
Category III: Overall Project Management
Adverse Notices No of adverse notices issued to the consultant 5

No Marks
0 5
01-05 3.75
06-10 2.5
>10 0

Page 364 of 376


Key Personnel No of times key personnel deployed in the project were changes 10 Self certified statement with
(Except for reasons other than unforeseen circumstances e.g. position, dates of
reassignment on some other assignment by competent authority, replacements done.
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

Page 365 of 376


Page 366 of 376
Page 367 of 376
Page 368 of 376
Page 369 of 376
Page 370 of 376
Page 371 of 376
Page 372 of 376
Page 373 of 376
Page 374 of 376
Page 375 of 376
Page 376 of 376

You might also like