RFP for Siang River Bridge Project
RFP for Siang River Bridge Project
MINISTRY OF DEFENCE
(GOVERNMENT OF INDIA)
(RFP)
Jan 2021
INDEX
2. 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.
1
4. The following schedule is to be followed for this assignment:
Yours sincerely,
B. Ravi
SE(C)
Director (EPC)
For Chief Engineer
HQ CE (P) Brahmank
Pasighat
Arunachal Pradesh
791102
Tel: <0368-2222124>
E-mail: <bro-bmk@[Link]>
2
Letter of Invitation (LOI)
<Reference> Dated: _________
Dear Sir,
1.1 The <Border Road Organisation> (BRO) has been entrusted with the assignment of
Consultancy Services for Feasibility Study, Preparation of Detailed Project
Report (DPR) and Providing Preconstruction Services (including Selection of
Site, Type of bridge, Sub Soil Investigation, Estimation, Preparation of
Tender documents etc.) (Indicative length of Bridge - 300 mtr & Approach
Road - 4.50 Kms) over Siang River at Km 93.50 on Ditte-Dimme-Migging
Road under 761 BRTF of Project Brahmank in Arunachal Pradesh State .
1.2 <BRO> now invites proposal from Technical consultants for carrying out detailed
project report as per details given in Annexure-1.
1.3 A brief description of the assignment and its objectives are given in the Appendix-I,
“Terms of Reference”.
1.4 The <BRO> invites Proposals (the “Proposals”) through e-tender (on-line 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.
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 <BRO>
considering the financial quote of H-1 bidder and H-2 bidder limited to those packages,
3
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.
1.1 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.
1.2 To obtain first hand information on the assignment and on the local conditions, the
consultants are encouraged to pay a visit to the client, local State PWDs and the project
site before submitting a proposal and attend a pre-proposal conference. They must fully
inform themselves of local and site conditions and take them into account in preparing the
proposal.
1.3 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.
1.4 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.
4
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.
1.5.3 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.
1.5.4 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.
1.6 Pre-proposal conference shall be held on the date, time and venue given in Data Sheet.
1.7 The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to
have acknowledged that without prejudice to the <BRO> any other right or remedy
hereunder or in law or otherwise, the Applicant shall be debarred from participating in the
future projects of the <BRO> in the following situations.
(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 <08 Feb 2021 upto 11 Hrs Any request for clarification in writing or by telefax/e-mail
must be sent to the Client’s address indicated in the Data Sheet. The Client will 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 <BRO> website. The Client may at its discretion extend the deadline for the
submission of proposals and the same shall also be uploaded on <BRO> website.
3. Preparation of Proposal
5
Part 3: Financial Proposal
3.1.1 The minimum essential requirement in respect of eligibility has been indicated
in the Data Sheet. The proposal found deficient in any respect of these
requirements will not be considered for further evaluation. The following
documents must be furnished in support of proof of eligibility as per Formats
given in Appendix-II:
6
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.
3.2.1 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.
3.2.2 During preparation of the technical proposal, you must give particular attention
to the following:
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
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.
7
(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 Personnels may be submitted only through Infracon in Form–
T-10
[Team Leader cum Senior Highways Engineers, Senior Bridge Engineer, Highway cum
Pavement Engineer & Traffic / Road Signage / Marking and Safety Expert in case of
Normal Highway Project]
[Team Leader cum Senior Bridge Engineer, Highway cum Pavement Engineer,
Bridge/Structural Engineer & Material cum Geo-Technical Engineer-Geologist in case
of Standalone Bridge Project]
[Team Leader cum Senior Tunnel Expert, Tunnel Design Expert, Senior Geo-Physicist &
Senior Geotechnical Engineer in case Standalone Tunnel Project].
For remaining key personnel’s, the CVs need to be submitted for approval prior to signing of
contract.
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 BRO/ MoRTH or its Executing Agencies
projects shall be taken by BRO/ MoRTH or its Executing Agencies.
c. 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, the consultancy firms shall have to refund the salary and perks
drawn in respect of the person apart from other consequences.
d. 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, the consultancy firms will have to refund the twice of salary and
perks drawn in respect of the person.
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
8
(essential) educational qualification as given at enclosure-II of TOR, Zero marks shall
be assigned to such CV and such CV shall not be evaluated further. The CV of the
proposed Team Leader should score at least 75 % marks otherwise the entire proposal
shall be considered to have failed in the evaluation of Technical Proposals and shall
not be considered for opening of Financial Proposals.
iii. [Team Leader, Highway cum Pavement Engineer, Senior Bridge Engineer,
Geotechnical cum material engineer Senior Survey Engineer, Tunnel Design Expert,
Senior Geotechnical Engineer and Senior Geo Physicist]1 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.
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 <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 <BRO> . 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.
3.1.2 The technical proposal must not include any financial information.
1
This is to be modified as per project requirement.
9
3.2 Financial Proposal
3.2.1 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.
3.2.2 The financial proposal shall take into account all types of the tax
liabilities and cost of insurance specified in the Data Sheet.
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
<BRO> for all the packages applied by them with a particular team on or before the
deadline of submission of bids. A consultant can apply for a particular package with one
team only. The packages for which a Consultant with “a Particular Team” applies should
be clearly mentioned in their proposal. However, Consultants are required to submit a
copy of
Proof of Eligibility and Technical Proposal online separately for each package. Financial
proposal for each package are to be submitted separately. Financial proposal are only to
be submitted online and no hard copy of the financial proposal should be submitted.
The document listed in para 3.1.1 (iv), (vi), (vii) shall be submitted in original by the H-1
bidder to the Authority before issue of LOA.
4.2 The proposal must be prepared in indelible ink and must be signed by the
authorized representative of the consultants. The letter of authorization must be
confirmed by a written power of attorney accompanying the proposals. All pages of the
Proof of Eligibility and Technical Proposal must be initialed by the person or persons
signing the proposal.
10
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
In case answers to any of the above items is ‘No’ the bid shall be declared as non-
responsive and shall not be evaluated further.
A Consultant satisfying the minimum Eligibility Criteria as mentioned in the Data sheet
and who had submitted the above mentioned documents shall be declared “pass” in Proof
of Eligibility and the Technical Proposals of only those consultants shall be opened and
evaluated further.
In the second stage the Technical proposal shall be evaluated as per the detailed evaluation
criteria given in Data Sheet.
Technical Proposal .The technical proposal should score at least 75 points out of 100 to
be considered for financial evaluation. The CV of the proposed Team Leader should
score at least 75 % marks otherwise the entire proposal shall be considered to have failed
in the evaluation of Technical Proposals and shall not be considered for opening of
Financial Proposals.
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 <BRO> shall invite fresh bids for this
11
package. For financial evaluation, total cost of financial proposal excluding
Goods & Service Tax shall be considered. Goods & Service Tax shall be
payable extra.
5.3.3 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 The lowest financial proposal (FM) will be given a financial score
(SF) of 100 points. The financial scores of other proposals will be computed as
follows:
SF = 100xFM/F
(SF = Financial Score, FM= Amount of lowest bid, F= Amount of financial proposal
converted in the common currency)
Proposals will finally be ranked according to their combined technical (ST) and Financial
(SF) scores using the weights indicated in the Data Sheet:
S= STxT + SFxf
Where,
S= Combined Score,
ST= Technical Score out of 100
SF= Financial Score out of 100
T and f are values of weightage for technical and financial proposals respectively as given
in the Data Sheet.
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
12
this team of a consultant shall be determined on the basis of least cost to <BRO>
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 <BRO> 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 3% 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 3% 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 <BRO> 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 <BRO> in this
regard is issued. However, if contract is foreclosed / terminated by <BRO> at Inception
Stage, with no fault of Consultant, Performance Security shall be released within three
months from date of foreclosure / termination.
6.2 Additional Performance Security (APS) from selected bidder for low bid is
dispensed with.
6.3 In the event the Consultant fails to provide the security within 15 days of date
of LOA, it may seek extension of time for a period of 15 (Fifteen) days on payment of
damages for such extended period in a sum of calculated at the rate of 0.05% (Zero Point
Zero Five Percent) of the Bid price for each day until the performance security is
provided. For the avoidance of doubt the agreement shall be deemed to be terminated on
expiry of additional 15 days time period.
7. Penalty
The consultant will indemnify for any direct loss or damage that accrue due to deficiency
in services in carrying out Detailed Project Report. Penalty shall be imposed on the
consultants for poor performance/ deficiency in service as expected from the consultant
and as stated in General Conditions of Contract.
8. Award of Contract
13
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 2 nd highest ranking
bidder Consultant and follow the procedure outlined in Para 8 and 9 of this Letter of
Invitation.
After having received the performance security and verified it, the Client shall invite the
selected bidder for signing of Contract Agreement on a date and time convenient to both
parties within 15 days of receipt of valid Performance Security.
10. The Client shall keep the bidders informed during the entire bidding process and
shall host the following information on its website:
11. It is the <BRO> policy that the consultants observe the highest standard of
ethics during the selection and execution of such contracts. In pursuance of this policy, the
<BRO>:
(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;
14
(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded a contract if it at any time determines that the firm has engaged in corrupt or
fraudulent practices in competing for, or in executing, a contract; and
(d) will have the right to require that a provision be included requiring consultants to
permit the Employer to inspect their accounts and records relating to the
performance of the contract and to have them audited by authorized representatives
of Employer.”
12. Confirmation
We would appreciate you informing us by facsimile/e-mail whether or not you will submit a
proposal.
Thanking you.
Yours Sincerely,
Director (EPC)
For Chief Engineer
HQ CE (P) Brahmank
ArunachalPradesh
791102
Encl. as above
15
ANNEX-1
16
17
ANNEX-II
Procedure of Awarding Work based on QCBS including Assessment of Least Cost to
<BRO> 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 <BRO> 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- R (team-2) X Y
1)
200 lakhs 230 lakhs 250 lakhs 230 lakhs 220 lakhs 200 lakhs
Package-4 R (team-1) T U (team- P (team-2) Y X
2)
250 lakhs 220 lakhs 250 lakhs 260 lakhs 220 lakhs 245 lakhs
Package-5 R (team-1) V S U(team-2) W T
220 lakhs 240 lakhs 260 lakhs 250 lakhs 220 lakhs 240 lakhs
Package-6 Q T S P (team-2) W U (team-
2)
210 lakhs 240 lakhs 250 lakhs 220 lakhs 200 lakhs 230 lakhs
Package-7 R (team-1) U (team-1) Q S W Y
200 lakhs 220 lakhs 240 lakhs 255 lakhs 230 lakhs 240 lakhs
Package-8 V R(team-1) W S P (team- Y
1)
190 lakhs 250 lakhs 220 lakhs 240 lakhs 255 lakhs 240 lakhs
18
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 (team1) 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
240 lakhs 210 lakhs 240 lakhs 220 lakhs 200 230
lakhs lakhs
Package-3 V U(team-1) R (team-2) X Y
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, Package5 and Package-7 respectively. The determination of package to
be awarded to Consultant V and Consultant R (team-1) shall be worked out in a single step
(i.e. one at a time) .New H-1 for the remaining packages (4 packages) shall be worked out
19
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 Remarks
H-2
Package-2 V U(team-1)
Package-4 R (team-1) T
Package-5 R (team-1) S
20
Package-3 V U(team-1) 250 – 200 = (+) 50 H-2 minus H-1 is
lakhs Maximum. Hence
200 lakhs 250 lakhs Consultant V shall
be awarded
Package-3
Package-8 V W 220 – 190 = (+) 30
lakhs
(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
21
Package-7 U (team-1) S Since Consultant R(team-1) is awarded
Package-5 , Consultant U (team-1)
220 lakhs 255 lakhs 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
H-1 H-2 / New Financial Bid of H-2/ Remarks
H-2 New
H-2 minus Financial
Bid of H-1
Package-2 U(team-1) X 240-210 =(+)30 lakhs
2.5 Step-5 :
(i) After the award of the above mentioned 7 packages namely, Package-1 to Consultant–P
(team-1) , Package -6 to Consultant –Q, Package -3 to Consultant –V, Package -5 to
Consultant –R (team-1), Package-4 to Consultant -T, Package -8 to Consultant-W,
package-7 to Consultant –U (team-1) team and also considering that a Consultant with a
particular team can be awarded only one work , the details of new H-1 and / New H-2 in
the remaining package i.e. package -2 is as mentioned below
H-1 (New H-2 (New H- Remarks
H- 2)
1)
Package- X A (team-2) Since Consultant V is awarded Package-3 and
2 Consultant U (team-1) is awarded package- 7 ,
240 lakhs 220 lakhs 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.
22
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
23
DATA SHEET
I (References to corresponding paragraphs of LOI are mentioned alongside)
(The Name of project and Package No. should be indicated in the format given in the
technical proposal)
Date: <Date>
Time: <Time>
Venue: <Venue>
6. Deleted
(i). The Consultants and their personnel shall pay all taxes (including Goods & service
tax), custom duties, fees, levies and other impositions levied under the laws
prevailing seven days before the last date of submission of the bids. The effects
of any increase / decrease of any type of taxes levied by the Government shall be
borne by the Client / Consultant, as appropriate.
(ii). Limitations of the Consultant’s Liability towards the Client shall be as per Clause
3.4 of Draft Contract Agreement
(iii). The risk and coverage shall be as per Clause 3.5 of Draft Contract Agreement.
8. Deleted
24
9. Deleted
Time 1100 Hrs (Online Technical – Infracon and Financial – CPP portal
11. Proposal Validity period (Number of days): 120 days (Ref. Para 4.5)
12.1 First stage evaluation – eligibility requirement. (Ref. Para 3.1 & 5.1)
(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
25
12.2 Second stage technical evaluation (Refer 5.2)
S. No. Description Points
1.1.1 More than the indicative Length of the package applied for 8
1.1.2 More than 2 times the indicative length of the package applied for 9
1.1.3 More than 3 times the indicative length of the package applied for 10
1.2 DPR for 2/4/6 laning projects each equal to or more than 40 % of 10
indicative length of a package applied for (or Feasibility Study for
2/4/6 laning projects each equal to or more than 60 % of indicative
length of a package applied for)
1.2.1 1 project 8
1.2.2 2 projects 9
1.2.3 ≥ 3 projects 10
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
26
3.3 Firm Average Turnover of last 5 years
> 5 but < 20 crore 3
For special projects such as special bridges, tunnels and expressways that require
specialized capabilities and skill sets, the following is the break-up:
1.1.2 More than 2 times the indicative length of the package applied 7
for
1.1.3 More than 3 times the indicative length of the package applied 8
for
1.2 DPR for 2/4/6 laning projects each equal to or more than 40 % 7
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 5
1.2.2 2 projects 6
1.2.3 ≥ 3 projects 7
2.1 1 bridge 1
2.2 2 bridges 2
2.3 3 bridges 3
2.4 4 bridges 4
27
2.5 ≥ 5 bridges 5
3.3 Firm Average Turnover of last 5 years >5 but <20 crore 4
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
4.2.1 Upto 50 km 2
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)
28
S. No. Description Maximum Sub-
Points Points
* 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.
*** Shall be ascertained through ownership evidence uploaded on INFRACON for key
hardware/software required for Highway consultancy assignment.
4.2 2 projects 2
4.3 3 projects 3
4.4 4 projects 4
4.5 ≥ 5 projects 5
5.2 2 projects 2
5.3 3 projects 3
5.4 ≥ 4 projects 4
29
6.1 Area upto 100 ha 1
Note: 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.
Total 40
Total 40
C-3 Standalone Tunnel Project:
S. No. Key personnel Points
30
2 Tunnel Design Expert 10
4 Senior Geophysicist 8
Total 40
The number of points assigned during the evaluation of qualification and competence of key staff
are as given below:
S. No. Description Maximum Sub-
Points Points
1 General Qualification 25
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.
Financial Proposals of all Qualified Consultants in accordance with clause 5.2 and 5.3 of
Letter of Invitation shall be opened.
The consultancy services will be awarded to the consultant scoring highest marks in
combined evaluation of Technical and Financial proposals in accordance with clause 1.3
and 5.4 hereof.
The weight given to Technical Proposal (T) = 0.70. The weight given to Financial Proposal (f)
= 0.30
31
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)
APPENDIX-I
(Agency may suitably modify the ToR in respect of Standalone Bridge &
Tunnel Projects)
Consultancy Services for < Consultancy Services for Feasibility Study,
Preparation of Detailed Project Report (DPR) and Providing
Preconstruction Services (including Selection of Site, Type of bridge,
Sub Soil Investigation, Estimation, Preparation of Tender documents
etc.) (Indicative length of Bridge - 300 mtr & Approach Road - 4.50
Kms) over Siang River at Km 93.50 on Ditte-Dimme-Migging Road
under 761 BRTF of Project Brahmank in Arunachal Pradesh State.
Terms of Reference for Consultancy Services (TOR)
1. General
The <BRO> has been entrusted with the assignment of < Consultancy Services for
Feasibility Study, Preparation of Detailed Project Report (DPR) and
Providing Preconstruction Services (including Selection of Site, Type of
bridge, Sub Soil Investigation, Estimation, Preparation of Tender documents
etc.) (Indicative length of Bridge - 300 mtr & Approach Road - 4.50 Kms)
over Siang River at Km 93.50 on Ditte-Dimme-Migging Road under 761
BRTF of Project Brahmank in Arunachal Pradesh State.>
1.1 <BRO> now invites proposal from Technical consultants for carrying out
detailed project report as per details given in Annexure-1.
1.2 <BRO> 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
32
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 <2 lane>
configuration.
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 terminate the
contract, the contract will be terminated after payment up to that stage.
3. Scope of Services
The general scope of services is given in the sections that follow. However, the entire
scope of services would, inter-alia, include the items mentioned in the Letter of
Invitation, terms of reference, general contract and any supplements and appendices to
these documents.
3.1 RoW and Land related aspects
3.1.1 The Right of Way norms for National Highways should be as under:
(i) Expressways 90 m
(ii) Economic Corridors and major National Highways requiring provisions for 70 m
Service Roads and planned for expansion to 8-lanes
33
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) Entire ROW (60m -70m) may be acquired for a maximum capacity of 8 lane main carriage
way with provision for service roads.
(ii) Initially 4 lane carriage-way with 4 lane structures shall be developed with additional land left
in 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 Wildlife Sanctuaries, even if it requires taking a longer route /
bypass. However, where it becomes absolutely unavoidable and
necessary to keep the alignment through such reserve forest / restricted
areas, land would be acquired with RoW of not more than 30 mtrs.
(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.
34
(c) Earmark width of 1.5 mtrs for construction of a drain so as to be able to capture the
rainwater flow from the Service Road (wherever provided) and the main carriageway.
(d) Three lane with paved shoulders: Main carriageway – 10.5 mtrs, paved shoulder – 2.5 mtr
and earthen shoulder – 1.5 mtr. (e) Median – 5.0 mtrs (effective width 4.5 m), and
3.1.8 With regard to land acquisition, tree felling, utility shifting across the
alignment, Ministry’s Guidelines issued vide letter no. NH -
15017/21/2018-P&M dated 10th May, 2018, or any amendment thereof,
may be adhered to.
(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 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;
35
(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.
3.4.3 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
36
carriageway, connected underneath with a crossover structure (VUP/
LVUP/SVUP). Thus each habitation should preferably have crossing
facility at the highways with a vertical clearance of 4 mtrs.
3.4.4 To ensure that bypass once constructed serves the intended purpose
during its life, all the bypasses shall be well designed and access
controlled. The entry / exit from / to side roads shall be controlled such
that they are grade separated at major roads or at spacing not less than 5
kms. Side roads at closer spacing shall be connected to the service roads
on either side and taken to major roads for provision of grade separated
interchange.
3.5 The provision of embankments shall be kept minimum so as to save land as well
as earth which are scarce resources. This can be decided on case to case basis
with due deliberations. However, economic considerations may also be given due
weightage before deciding the issue.
3.6 The Consultant shall study the possible locations and design of toll plaza if
applicable to the project. Wayside amenities Land (minimum 5 acres, length and
depth preferably in the ratio of 3:2) shall also be acquired for establishment of
Way-side amenities at suitable locations at distances varying between 30 to 50
kms on both sides of the Highway. The local and slow traffic may need
segregation from the main traffic and provision of service roads and fencing may
be considered, wherever necessary to improve efficiency and safety.
3.7 The Consultant will also make suitable proposals for widening/improvement of
the existing road and strengthening of the carriageways, as required at the
appropriate time to maintain the level of service over the design period. The
Consultants shall prepare documents for EPC/PPP contracts for each DPR
assignment.
3.8 All ready to implement ‘good for construction’ drawings shall be prepared
incorporating all the details.
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 <BRO> and payment to the proof consultant shall be
made by <BRO> 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 <BRO>. 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
<BRO>.
3.12 Consultant shall obtain all types of necessary clearances required for
implementation of the project on the ground from the concerned agencies. The
37
client shall provide the necessary supporting letters and any official fees as per
the demand note issued by such concerned agencies from whom the clearances
are being sought to enable implementation.
3.13 The consultant shall prepare separate documents for BoT as well as EPC
contracts at Feasibility stage / DPR stage. The studies for financing options like
BoT, Annuity, EPC will be undertaken in feasibility study stage.
3.14 The consultant shall be guided in its assignment by the Model Concession/
Contract Agreements for PPP/ EPC projects, as applicable and the Manual of
Specifications and Standards for two/ four/ six laning of highways published by
IRC (IRC:SP:73 or IRC:SP:84 or IRC:SP:87, as applicable) along with relevant
IRC codes for design of long bridges.
3.15 The consultant shall prepare the bid documents including required schedules (as
mentioned above) as per EPC/ PPP documents. For that it is suggested that
consultant should also go through the EPC/PPP documents of ministry before
bidding the project. The Consultant shall assist the <BRO> 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
General Scope of Services shall cover but be not limited to the following major tasks
(additional requirements for Preparation of Detailed Project Report for Hill Roads and
Major Bridges are given in Supplement I and II respectively):
i. Review of all available reports and published information about the project road and the
project influence area;
ii. Environmental and social impact assessment, including such as related to cultural properties,
natural habitats, involuntary resettlement etc.
ii (a). Public consultation, including consultation with Communities located along the road, NGOs
working in the area, other stake-holders and relevant Government departments at all the
different stages of assignment (such as inception stage, feasibility stage, preliminary
design stage and once final designs are concretized).
iii. Detailed Reconnaissance;
iv. Identification of possible improvements in the existing alignment and bypassing congested
locations with alternatives, evaluation of different alternatives comparison on techno-
economic and other considerations and recommendations regarding most appropriate
option;
v. Traffic studies including traffic surveys and Axle load survey and demand forecasting for
next thirty years;
vi. Inventory and condition surveys for road;
vii. Inventory and condition surveys for bridges, cross-drainage structures, other Structures,
river Bank training/Protection works and drainage provisions;
38
viii. Detailed topographic surveys using LiDAR equipped with minimum engineering grade
system or any other better technology having output accuracy not less than (a) specified in
IRC SP 19 (b) Total Station (c) GPS/ DGPS. The use of conventional high precision
instruments i.e Total Station or equivalent can be used at locations such as major bypasses,
water bodies etc. where it may not be possible to survey using LiDAR. Use of mobile /
Aerial LiDAR survey is preferable.
ix. Pavement investigations;
x. Sub-grade characteristics and strength: investigation of required sub-grade and sub-
soil characteristics and strength for road and embankment design and sub soil investigation;
xi. Identification of sources of construction materials;
xii. Detailed design of road, its x-sections, horizontal and vertical alignment and design of
embankment of height more than 6m and also in poor soil conditions and where density
consideration require, even lesser height embankment. Detailed design of structures
preparation of GAD and construction drawings and cross-drainage structures and underpasses
etc.
xiii. Identification of the type and the design of intersections; xiv. Design of complete drainage
system and disposal point for storm water xv. Value analysis / value engineering and
project costing; xvi. Economic and financial analyses; 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/ <BRO> / other agencies.
xxvi. Preparation of social plans for the project affected people as per policy of the lending
agencies/ Govt. of India R&R Policy.
4.2 While carrying out the field studies, investigations and design, the development
plans being implemented or proposed for future implementation by the local
bodies, should be taken into account. Such aspect should be clearly brought out
in the reports and drawings.
4.3 The consultant shall study the possible locations and design of toll plaza, wayside
amenities required and arboriculture along the highway shall also be planned.
4.4 The local and slow traffic may need segregation from the main traffic and
provision of service roads and physical barrier including fencing may be
considered, wherever necessary to improve efficiency and safety.
39
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 <BRO> 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.
i. Required data formats for some reports, investigations and documents are discussed in
ENCLOSURE-IV
iv. The proposed data forms will need to be submitted for the approval of <BRO> after the
commencement of services.
1. The Consultants shall collect the available data and information relevant for the Study. The
data and documents of major interest shall include, but not be limited to, the following:
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;
40
vii Existing geological maps, catchment area maps, contour plans etc. for the project area viii
Condition of existing river bank / protection works, if any.
ix. Details of sanctioned / on-going works on the stretch sanctioned by
MoRT&H/other agencies for Tie-in purposes
x. Survey and evaluation of locally available construction materials;
xi. Historical data on classified traffic volume (preferably for 5 years or more);
xii. Origin-destination and commodity movement characteristics; if available
xiii. Speed and delay characteristics; if available;
xiv. Commodity-wise traffic volume; if available;
xv. Accident statistics; and,
xvi. Vehicle loading behavior (axle load spectrum), if available.
xvii Type and location of existing utility services (e.g. Fibre Optical Cable, O/H and U/G
Electric, Telephone line, Water mains, Sewer, Trees etc.) xviii Environmental setting
and social baseline of the project.
The social analysis study shall be carried out in accordance with the MORT&H/World
Bank/ADB Guidelines. The social analysis report will, among other things, provide a
socio-economic profile of the project area and address in particular, indigenous people,
communicable disease particularly HIV/AIDS poverty alleviation, gender, local
population, industry, agriculture, employment, health, education, health, child labor, land
acquisition and resettlement .
1. The type of traffic surveys and the minimum number of survey stations shall normally be
as under, unless otherwise specifically mentioned.
41
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 <BRO>, 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 <BRO> prior to start of the traffic survey.
1. Consultant shall make use of traffic survey done by Indian Highways Management
Company Limited (IHMCL) using ATCC systems. However in isolated locations where
there are site constraints, manual counting can be done. If required, especially in cases
where a particular stretch is not covered by IHMCL, DPR consultant should carry out
classified traffic volume count survey using ATCC systems or latest modern
technologies.
2. Consultant shall use ATCC systems that can meet the following accuracy levels after
validation/ calibration:
Before validation and calibration, the ATCC system shall meet the following accuracy
levels:
For verification of above accuracy levels, audit of raw ATCC shall be done by the
consultant on a sampling basis and should submit a certificate in this regard.
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:
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
42
LCV LCV-Passenger , LCV-Freight
Articulated
5. A
ll results shall be presented in tabular and graphical form. The survey data shall be
analyzed to bring out the hourly and daily variations. The traffic volume count per day
shall be averaged to show a weekly average daily traffic (ADT) by vehicle type. The
annual average daily traffic (AADT) shall be worked out by applying seasonal factors.
6. The consultant shall compile the relevant traffic volume data from secondary sources
also. The salient features of traffic volume characteristics shall be brought out and
variations if any, from the traffic census carried out by the State PWD shall be suitably
explained.
1. The consultants shall carry out 1-day (24 hour, both directions) O-D and commodity
movement surveys at locations finalized in consultation with <BRO>.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.
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.
43
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 <BRO> officials.
The proposal in response to this TOR shall clearly indicate the number of locations that
the Consultants wish to conduct turning movement surveys and the rationale for the same.
3. The data derived from the survey should be analyzed to identify requirements of suitable
remedial measures, such as construction of underpasses, fly-overs, interchanges, grade-
separated intersections along the project road alignment. Intersections with high traffic
volume requiring special treatments either presently or in future shall be identified.
1. Axle load surveys in both directions shall be carried out at suitable location(s) in the
project road stretch on a random sample basis normally for trucks only (both empty and
loaded trucks) for 2 normal days - (24 hours) at special count stations to be finalized in
consultation with <BRO>. 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.
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.
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.
44
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.
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 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.
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.
45
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;
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 <BRO>'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
46
better (b) Fundamental vertical accuracy of 5cm or better (c) More than 50 points shall be
measured per sq. m and for aerial based surveys (a) Fundamental horizontal accuracy of 5
cm or better (b) Fundamental vertical accuracy of 5 cm or better (c) More than 10 points
shall be measured per sq. m. To establish accuracy, a check point survey using DGPS (for
horizontal accuracy) and Auto Level (for vertical accuracy) shall be carried out to
establish the fundamental horizontal and vertical accuracy. A minimum of 25 check
points, or check points once every 4 km should be established, and these should be strictly
different from any geo-referencing or control network points.
3. The following are the set of deliverables which should be submitted after completion of
survey:
(a). Raw DGPS data for the entire highway length and adjoining areas of interest
(b). Point cloud data or equivalent for the entire highway length and adjoining areas of interest
in a format/ platform as per industry good practice which shall be amenable to operations
by <BRO> / Consultant. <BRO> may decide about format/ platform of point cloud data
(c). Topographic map of scale 1:1000 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 50 m 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 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 center-line at safe places within the
ROW
ii. The detailed field surveys would essentially include the topographic surveys along
the proposed location of bridge and alignment of approach road.
iii. The detailed topographic surveys should be carried out along the approach roads
alignment and location of bridge approved by <BRO>.
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:
47
(i). The width of the survey corridor should take into account the layout of the existing
alignment including the extent of embankment and cut slopes and the general ground
profile. While carrying out the field surveys, the widening scheme (i.e. right, left or
symmetrical to the center line of the existing carriageway) should be taken into
consideration so that the topographic surveys cover sufficient width beyond the center line
of the proposed divided carriageway. Normally the surveys should extend a minimum of
30 m beyond either side of the center line of the proposed divided carriageway or land
boundary whichever is more
(ii). In case the reconnaissance survey reveals the need for bypassing the congested locations,
the traverse lines would be run along the possible alignments in order to identify and
select the most suitable alignment for the bypass. The detailed topographic surveys should
be carried out along the bypass alignment approved by <BRO>. 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 developments
and / or encroachments have resulted in a requirement for adjustment in the alignment, or
where it is felt that the existing alignment can be improved upon through minor
adjustments.
(iv). Where existing roads cross the alignments, the survey will extend a minimum of100 m
either side of the road center line and will be of sufficient width to allow improvements,
including at grade intersection to be designed.
The topographic surveys for longitudinal and cross-sections shall cover the following:
i. Longitudinal section levels along final center line shall be taken at every 10 m
interval. The levels shall be taken at closer intervals at the curve points, small streams,
and intersections and at the locations of change in elevation. The interval shall also be
modified as per IRC:SP-19 for rolling, mountainous & steep terrain.
ii. Cross sections at every 50 m interval in full extent of survey covering sufficient
number of spot levels on existing carriageway and adjacent ground for profile
correction course and earth work calculations. Cross sections shall be taken at closer
interval at curves. The interval shall be modified as per IRC SP 19 for rolling,
mountainous & steep terrain.
iii. Longitudinal section for cross roads for length adequate for design and quantity
estimation purposes.
iv. Longitudinal and cross sections for major and minor streams shall cover Cross section
of the channel at the site of proposed crossing and few cross sections at suitable
48
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”).
1. The Consultants shall collect details of all important physical features along the
alignment. These features affect the project proposals and should normally include
buildings and structures, monuments, burial grounds, cremation grounds, places of
worship, railway lines, stream / river / canal, water mains, sewers, gas/oil pipes,
crossings, trees, plantations, utility services such as electric, and telephone lines (O/H &
U/G) and poles, optical 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.
The Consultants shall carry out detailed field studies in respect of road and pavement.
The data collected through road inventory and pavement investigations should be
sufficient to meet the input requirements of HDM-IV.
1. Detailed road inventory surveys shall be carried out to collect details of all existing road
and pavement features along the existing road sections. The inventory data shall include
but not limited to the following:
49
iii. Carriageway width, surfacing type @ every 500m and every change of feature
whichever is earlier;
iv. Shoulder surfacing type and width @ every 500m and every change of feature whichever
is earlier;
v. Sub-grade / local soil type (textural classification) @ every 500m and every change of
feature whichever is earlier;
vi. Horizontal curve; vertical curve
vii. Road intersection type and details, at every occurrence; viii. Retaining structures and
details, at every occurrence; ix. Location of water bodies (lakes and reservoirs), at every
occurrence;
x. Height of embankment or depth of cut @ every 200m and every change of feature
whichever is earlier.
xi. Land width i.e. ROW
xii. Culverts, bridges and other structures (type, size, span arrangement and location)
xiii. Roadside arboriculture
xiv. Existing utility services on either side within ROW.
xv. 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.
xvi. 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.
1. Pavement Composition
i. The data concerning the pavement composition may be already available with the PWD.
However, the consultants shall make trial pits to ascertain the pavement composition. The test
pit interval will be as per Para 4 below.
ii. For each test pit, the following information shall be recorded:
• test pit reference (Identification number, location):
• pavement composition (material type and thickness); and
• subgrade type (textural classification) and condition (dry, wet)
• embankment (composition and geometry)
2. Road and Pavement Condition Surveys
i. Detailed field studies shall be carried out to collect road and pavement surface conditions.
The data should generally cover:
• pavement condition (surface distress type and extent);
• shoulder condition;
• embankment condition; and
• 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
50
• Edge drop, mm.
Embankment Condition
Drainage Condition
• General condition
• Connectivity of drainage turnouts into the natural topography
• 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
i (a) In addition, the following criteria should be met by the process of defect detection:
• Roughness measurement with outputs of both raw longitudinal profiles and IRI
calculation shall be reported at 100m referenced to the preceding LRP. The
roughness must meet ASTM-E950 (equivalent to Class I road profiler).
• The IRI shall be determined for both wheel paths over a minimum length of 250m
for a minimum of 6 calibration sites with a roughness range between 2m/km and
8m/km. Calibration shall be made for speeds of 20, 30, 40, 50, 60 km/h.
ii. The surveys shall be carried out along the outer wheel paths. The surveys shall cover
a minimum of two runs along the wheel paths for each direction.
51
iii. The results of the survey shall be expressed in terms of BI and IRI and shall be
presented in tabular and graphical forms. The processed data shall be analyzed using
the cumulative difference approach to identify road segments homogenous with
respect to surface roughness.
1. The Consultants shall carry out structural strength surveys for existing pavements using
Falling Weight Deflectometer (FWD) in accordance with IRC 115 or IRC 117 as the case
may be.
i. It is suggested that the deflection surveys may be carried out as per the scheme given below:
• mainline testing; and,
• Control section testing.
ii. The deflection tests for the mainline shall be carried out at every 500 m along the road
sections covered under the study. The control section testing shall involve carrying out
deflection testing for each 100 m long homogenous road segment along the road sections.
The selection of homogenous segment shall be based on the data derived from pavement
condition surveys. The total length of such homogenous segments shall not be less than 100
m per kilometer. The deflection measurements for the control section testing should be at an
interval of not more than 10 m. iii. Test pits shall be dug at every 500 m and also along each
homogeneous road segment to obtain pavement composition details (pavement course,
material type and thickness) so as to be able to study if a correlation exists between
deflection and composition. If so, the relationship may be used while working out the
overlay thickness for the existing pavement.
iv. Falling weight 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 <BRO> 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 <BRO>.
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.
52
(ii). For the roads along new alignments, the test pits for sub grade soil shall be @5km or for each
soil type, whichever is more. A minimum of three samples should be tested corresponding
to each homogenous segment.
4. For problematic soils, the testing shall be more rigorous. The characteristics with regard to
permeability and consolidation shall also be determined for these soils. The frequency of
sampling and testing of these soils shall be finalized in consultation with the <BRO>
officers after the problematic soil types are identified along the road sections.
5. The laboratory for testing of material should be got approved from <BRO> before start of
work.4.11.4 Investigations for Bridges and Structure
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.
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.
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 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
53
components and embankments. Local inquiries shall also be made with regard to the road
sections getting overtopped during heavy rains.
6. Conducting Model studies for bridges is not covered in the scope of consultancy services.
If Model study is envisaged for any bridge, requirement of the same shall be spelt out in
the RPF documents separately indicating scope and time frame of such study. Salient
features of the scope of services to be included for model study are given in the
supplement- II Terms of Reference.
1. The Consultants shall thoroughly inspect the existing structures and shall prepare a report about
their condition including all the parametres given in the Inspection proforma 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 IRCSP:40.
Selection of tests may be made based on the specific requirement of the structure.
3. The assessment of the load carrying capacity or rating of existing bridges shall be carried out
under one or more of the following scenarios:
i. when the design live load is less than that of the statutory commercial vehicle plying or likely
to ply on bridge;
ii. if during the condition assessment survey and supplementary testing the bridge is found to
indicate distress of serious nature leading to doubt about structural and / or functional
adequacy, and
iii. Design live load is not known nor are the records and drawings available.
4. The evaluation of the load carrying capacity of the bridge shall be carried out as per IRC-
SP:37 (“Guidelines for Evaluation of Load Carrying Capacity of Bridges”). The analytical
and correlation method shall be used for the evaluation of the load carrying capacity as far as
possible. When it is not possible to determine the load carrying capacity of the bridge using
analytical and correlation method, the same shall be carried out using load testing. The
consultant has to exhaust all other methods of evaluation of strength of bridges before
recommending to take up load testing of bridges. Road closure for testing if unavoidable
shall be arranged by <BRO> 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.
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
54
2 Overall length = 30 – 60 m One abutment location and at least one intermediate
location between abutments for structures having
more than one span.
3. 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 <BRO> officers.
4. Geotechnical Investigations and Sub soil Exploration shall be carried out to determine the
nature and properties of existing strata in bed, banks and approaches with trial pits and
bore hole sections showing the levels, nature and properties of various strata to a
sufficient depth below the level suitable for foundations, safe intensity of pressure on the
foundation strata, proneness of site to artesian conditions, seismic disturbance and other
engineering properties of soil etc. Geotechnical investigation and Sub-soil Exploration
will be done as per IRC 78.
5. The scheme for the borings locations and the depth of boring shall be prepared by the
Consultants and submitted to <BRO> for approval. These may be finalized in
consultation with <BRO>.
6. The sub-soil exploration and testing should be carried out through the Geotechnical
Consultants empanelled by MORT&H. 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 to determine the suitability of various materials for use in
widening of embankments or in parts of new pavement structure.
1. The Consultants shall identify sources (including use of fly-ash/ slag), quarry sites and
borrow areas, undertake field and laboratory testing of the materials to determine their
suitability for various components of the work and establish quality and quantity of
various construction materials and recommend their use on the basis of technoeconomic
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.
th
“As per MORTH circular No. RW /NH-33044/53/2013-S&R(R) dated 20 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.
55
Technical and economic feasibility of using industrial byproducts, recyclable and waste
materials shall be assessed depending on their availability in the concerned region.
2. It is to be ensured that no material shall be used from the right-of-way except by way of
leveling the ground as required from the construction point of view, or for landscaping
and planting of trees etc. or from the cutting of existing ground for obtaining the required
formation levels.
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.
4.12.1. 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 <BRO> (one for each civil contract
package)
x. Short bypasses at congested locations
xi. Drainage design showing location of turnouts, out falling structures, separate drawings
sheet for each 5 km. stretch.
xii. Bridges and structures rehabilitation plan with design and drawings xiii. Traffic amenities
(Parking Areas, Weighing Station and Rest Areas, etc.).
xiv. Design of pavement for approach road
xv. Design of river bank protection / training works. Innovative type of structures with
minimum joints, aesthetically, pleasing and appropriate to the topography of the region
shall be designed wherever feasible.
56
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 <BRO>.
2. The Design Standards evolved for the project shall cover all aspects of detailed design
including the design of geometric elements, pavement design, bridges and structures,
traffic safety and materials.
1. The design of geometric elements shall, therefore, take into account the essential
requirements of such facilities.
2. Based on the data collected from reconnaissance and topographic surveys, the
sections with geometric deficiencies, if any, should be identified and suitable
measures for improvement should be suggested for implementation.
3. The data on accident statistics should be compiled and reported showing accident type
and frequency so that black spots are identified along the project road section. The
possible causes (such as poor geometric features, pavement condition etc.) of
accidents should be investigated into and suitable cost-effective remedial measures
suggested for implementation.
4. The detailed design for geometric elements shall cover, but not be limited to the
following major aspects:
i. Horizontal alignment;
ii. Longitudinal profile;
iii. Cross-sectional elements, including refuge lane (50m) at every 2kms.
iv. Junctions, intersections and interchanges;
iv. Bypasses
v. 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.
57
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.
3. The design of pavement shall be rigorous and shall make use of the latest Indian and
International practices. The design alternatives shall include both rigid and flexible design
options. The most appropriate design, option shall be established on life-cycle costing and
techno-economic consideration.
4. For the design of pavement, each set of design input shall be decided on the basis of
rigorous testing and evaluation of its suitability and relevance in respect of in-service
performance of the pavement. The design methodology shall accompany the design
proposals and shall clearly bring out the basic assumptions, values of the various design
inputs, rationale behind the selection of the design inputs and the criteria for checking and
control during the implementation of works. In other words, the design of pavement
structure should take due account of the type, characteristics of materials used in the
respective courses, variability of their properties and also the reliability of traffic
predictions. Furthermore, the methodology adopted for the design of pavement shall be
complete with flowcharts indicating the various steps in the design process, their
interaction with one another and the input parameter required at each step.
5. For the design of overlays for the existing 2-lane pavement, the strengthening requirement
shall duly take into account the strength of the existing pavement vis-à-vis the remaining
life. The overlay thickness requirements shall be worked out for each road segment
homogenous with respect to condition, strength and sub- grade characteristics. The
rehabilitation provisions should also include the provision of regulating layer. For
existing pavement with acceptable levels of cracking, provision of a crack inhibiting layer
should also be included.
5 (a) For rehabilitation and strengthening, consultant shall consider the alternatives of
rehabilitating the existing pavement, overlaying with the same or alternate 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.
58
6. Latest techniques of pavement strengthening like provision of geo-synthetics and cold/hot
pavement recycling should be duly considered by the consultant for achieving economy. The
use of technology particularly environment friendly technology viz. recycling of bituminous
mixes, warm mixes and soil stabilization etc. should be adopted wherever feasible. Clause
519 of the “Specifications for Road and Bridge Works” (Fifth Revision) covers
specifications for recycling of existing bituminous pavement materials to upgrade the
pavements. These provisions notwithstanding, recycling of existing bituminous materials is
yet to be implemented in most of the <BRO> 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, know how and quality) issues. After addressing these issues, the
recycling of pavements will be environmentally and economically better option for
rehabilitation, repair or reconstruction compared to the use of fresh or virgin materials.
Indian Road Congress has published IRC: 120-2015 on “recommended practice for recycling
of bituminous pavements” giving a detailed procedure for its implementation
7. 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.
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.
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
59
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 geotechnical 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 <BRO> to approve the best
alternative. After approval of alignment and GAD the Consultant shall prepare detailed
design as per IRC codes /guidelines and working drawings for all components of bridges
and structures.
3. The location of all at-grade level crossings shall be identified falling across the existing
level crossings for providing ROB at these locations. The Consultants shall prepare
preliminary GAD for necessary construction separately to the Client. The Consultant shall
pursue the Indian Railways Authorities or/and any statutory authority of State/Central
Government for approval of the GAD from concerned Authorities.
4. GAD for bridges/structures across irrigation/water way channels shall be got approved
from the concerned Irrigation/Water way Authorities. Subsequent to approval of GAD
and alignment plan by <BRO>, 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 <BRO> and Railways,
the Consultant shall prepare detailed design as per IRC and Railways guidelines and
working drawings for all components of the bridges and structures. The Consultant shall
furnish the design and working drawings for suitable protection works and/or river
training works wherever required.
9. Subsequent to the approval of the GAD and the alignment plan by <BRO>, detailed
design shall also be carried out for the proposed underpasses, overpasses and
interchanges.
60
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 <BRO>.
12. All the bridge structures having a length of 100 m or less can be used for tapping of water
for serving dual purpose i.e., to cross the water body or to store water, if technically
feasible. Therefore, such structures shall be designed as bridge cum barrage structures
(bridge cum bandhara). Ministry’s guidelines in this regard issued vide letter no. RW/NH-
34066/89/2015-S&R(B) dated 18.04.2017 may be referred.
1. The requirement of roadside drainage system and the integration of the same with
proposed cross-drainage system shall be worked out for the entire length of the project
road section.
2. In addition to the roadside drainage system, the Consultants shall design the special
drainage provisions for sections with super-elevated carriageways, high embankments
and for road segments passing through cuts. The drainage provisions shall also be worked
out for road segments passing through urban areas.
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.
61
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 <BRO>.
6. Advanced Traffic Management System (ATMS) shall be in place for all 4/6 lane roads of
<BRO> 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 center. In this
connection, <BRO>’s policy circular no.11041/218/2007-Admn dated 15.09.2016 may be
referred.
7. As availability of suitable sight distance has a large effect on road safety, the alignment of
all the NHs should be finalized in such a way so as to have double the stopping sight
distance available to the road users at all locations .
The Consultants shall work out appropriate plan for planting of trees (specifying type of
plantation), horticulture, floriculture on the surplus land of the right-of way with a view
to beautify the highway and making the environment along the highway pleasing. These
activities should be included in the TOR for contractor/concessionaire and the cost of
these activities shall also be added to the total project cost for civil works. The existing
trees / plants shall be retained to the extent possible. The Transplantation of trees shall
also be proposed wherever feasible.
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 <BRO>.
62
2. The minimum number of toll lanes at the toll plazas should be carefully designed taking
into consideration the projected peak hour toll able traffic, permissible service time,
adopted toll collection system and the capacity of service lanes. The number of lanes at
any toll plaza would, however, be not less than four times the number of lanes for which
the highway has been designed. Eventually, all the lanes have to be designed / equipped
with Electronic Toll Collection (ETC) systems and one lane at the extreme outer side for
Over Dimensioned Vehicles (ODV) should be earmarked in each direction.
3. Car lanes and lanes for commercial vehicles shall be earmarked at the toll plaza with
outer lanes earmarked for the commercial vehicles. At least 50% of the total lanes on each
side shall be equipped with weigh-in-motion facility for dedicated use by commercial
vehicles followed by a static weigh bridge on either side. Number of lanes with weigh-in-
motion facility may be suitably increased depending on proportion of commercial
vehicles in total traffic Provision should be kept for acquisition and earmarking of about
one acre area for parking of the overloaded vehicles.
1. The consultant shall select suitable sites for weighing stations, parking areas and rest
areas and prepare suitable separate designs in this regard. The common facilities like
petrol pump, first-aid medical facilities, police office, restaurant, vehicle parking etc.
should be included in the general layout for planning. For petrol pump, the guidelines
issued by OISD of Ministry of Petroleum shall be followed. The facilities should be
planned to be at approximately 50 km interval. At least each facility (1 no.) is foreseen to
be provided for this project stretch. Weighing stations can be located near toll plazas so
that overloaded vehicles can be easily identified and suitably penalized and unloaded
before being allowed to proceed further. The type of weighing system suitable for the
project shall be brought out in the report giving merits of each type of the state-of-the art
and basis of recommendations for the chosen system.
2. The Consultant should take into consideration the provisions for persons with disabilities
(PwD) in way side amenity centers / rest areas and provide ramp facilities, exit / entrance
door with minimum clear opening of 900 mm and special toilet facilities for use of
handicapped persons. The consultant shall also take into consideration, the provisions for
Pedestrians facilities as per IRC-103.
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.
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
63
be funded by MORT&H/MOD<BRO>. 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.
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.
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 <BRO>. 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.
64
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.
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 <BRO> 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 <BRO>.
• 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.
• The consultant would prepare the stand-alone reports as per the requirement of the
ADB/World Bank /<BRO>, as applicable, with contents as per the following:
• Executive Summary
• Description of the Project
• Environmental setting of the project.
65
• 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 / <BRO>,
till the acceptance of the reports by the ADB/ World Bank/ <BRO> , as applicable.
• EMP Reports for Contract Package based on uniform methodology and processes.
The consultant will also ensure that the EMP has all the elements for it to be a
legal document. The EMP reports would include the following:
• Brief description of the project, purpose of the EMP, commitments on
incorporating environmental considerations in the design, construction and
operations phases of the project and institutional arrangements for implementing
the EMP.
• A detailed EMP for construction and operational phases with recourse to the
mitigation measures for all adverse impacts.
• Detailed plans for highway-side tree plantation (as part of the compensatory
afforestation component).
• Environmental enhancement measure would be incorporated.
• Enhancement measures would include items described in the scope of work and
shall be complete with plans, designs, BOQ and technical specifications.
• Environmental monitoring plans during and after construction including
scaling and measurement techniques for the performance indicators selected for
monitoring.
• The EMP should be amendable to be included in the contract documents for the
works.
• Incorporating any other as per the suggestions of the ADB/ World Bank/ <BRO>,
till the acceptance of the reports by the ADB/ World Bank /<BRO> as applicable.
• 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.
66
• 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
[Link] Coordinate all activities necessary for accurate and timely publication of notifications as per
NH Act / Relevant Act applicable including but not limited to
i. Identify all land parcels that need to be acquired as part of project highway
ii. Conduct Joint Measurement Survey in conjunction with CALA, <BRO> 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
[Link] 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
[Link] Facilitate communication between <BRO> (PIU) and CALA throughout land acquisition
process
[Link] Support CALA and PIU with manpower and resources CALA throughout land acquisition
process
[Link] Provide copy of following documents to PIU - 1 soft copy (less than 3MB combined) +
1 hard copy, on finalization of alignment and approval of the alignment from the
competent authority
67
i. Index Map: Document showing alignment of proposed highway overlaid on a detailed
political map of the region
ii. Alignment plan: Engineering plan detailing relative position of Proposed Right of Way to
existing road, bypasses, realignments significant structures, affected villages and chainage
iii. <BRO> project sanction document detailing chainage, length, scheme code and land
acquisition requirements (Total Land Required, Land available, land to be acquired etc.)
[Link] Conduct enquiry at Village Administrative Office along approved alignment to ensure
inclusion of all villages
[Link] 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
[Link] Obtain approval of taluk names, village names and other details mentioned in 3a from
CALA office
[Link] Co-ordinate with PIU and District Collector/State Government in obtaining appointment
order for CALA
[Link] Co-ordinate with NIC to ensure correct village names and spelling are included in Bhoomi
Rashi/Equivalent portal
5.1.3 Assist CALA and <BRO> (PIU) in the publication of 3A/Equivalent notification
[Link] Co-ordinate collection of all village maps from state land revenue department
Ensure all village maps are collected from the Taluk Office/Regional Deputy Director of Survey and
Land Records and bear a saleable copy mark.
[Link] 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 Collab Land 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
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
[Link] 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
68
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.
[Link] 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 Collab Land software, wherever possible
2. Input numerical measurements mentioned in the ladder diagram/grid
dimensions/survey boundaries in Collab Land 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 1:1000 scale, as this translates into an accuracy
of 1 m or higher on ground
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
[Link] 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
[Link] 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
69
[Link] 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
[Link] Prepare and submit 3A/equivalent draft and LA plan in the format prescribed by <BRO>
[Link] Co-ordinate submission of copies of LA plan and Alignment map to CALA offices through
PIU required for verification of 3A/equivalent draft in the format prescribed by the CALA
Office
[Link] Facilitate CALA staff in verification of the draft 3A/ equivalent document
[Link] Assist CALA staff in preparation of 3A/ equivalent notification, preamble and forwarding
letter to be forwarded to PIU
[Link] Assist PIU in uploading 3A/ equivalent notification (as declared by CALA) along with
preamble on Bhoomi Rashi /equivalent
[Link] Provide copy of 3A/ equivalent Gazette notification to the office of the CALA on
publication in the Gazette
[Link] Prepare 3A/ equivalent notification in vernacular language to be sent to newspaper for
3A(3)/equivalent notification
i. Ensure the translated 3A/ equivalent sent to the newspaper matches the 3A/ equivalent Gazette
copy verbatim and no changes are made
[Link] 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
[Link] Assist PIU in coordinating with newspaper agency to ensure publication of 3A/ equivalent
notification in 2 newspapers: 1 Vernacular + 1 Other
[Link] Provide copies of newspaper publication of 3A/ equivalent notification to the CALA and
PIU
[Link] Ensure all activities are planned and adequate manpower is made available to ensure the
prescribed timelines are adhered to
i. Ensure submission of 3A/ equivalent to the PIU in prescribed format within 30 days of 3A/
equivalent publication
ii. Ensure publishing of 3A/ equivalent in Gazette by pursuing the same with relevant
stakeholder within 14 days of submission of final 3A to the PIU
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 <BRO> (PIU) in conduction of 3C/equivalent enquiry and compilation of
final orders
70
[Link] Co-ordinate with CALA for scheduling public hearings as necessitated by section
3C/equivalent of NH Act 1956
[Link] 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
[Link] Provide copies of newspaper publication/ notices of 3C/equivalent notification to the office
of the CALA
[Link] Assist CALA during objection hearings, recording of hearings, ensuring compliance of
corresponding orders and notification of final CALA order to petitioners
[Link] Assist CALA staff in dispatching and ensuring delivery of final 3C/equivalent orders to
petitioners in a timely manner and obtain acknowledgement of receipt of 3C/equivalent
orders from the aggrieved parties
5.1.5 Assist CALA and <BRO> (PIU) in conducting Joint Measurement Survey
[Link] Co-ordinate with the CALA office and state government departments and obtain all
permissions necessary to conduct JMS and center line marking
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
brown field sections), center line pillar (in case of green field sections) at 50-meter
intervals, clearly demarcating the Proposed Right of Way.
iii. Ensure all boundary pillars are provided and planted as per IR[Link]
iv. Ensure that the boundary stones are secured at location
v. Provide daily reports to PIU 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
[Link] Ensure accurate and timely conduction of JMS for the complete length of the project
i. Provide scaled revenue maps, latest ownership records, village map and other revenue
documents necessary for conducting JMS
ii. Arrange retired revenue sub inspectors of survey and chainmen to conduct Joint
Measurement Survey at the consultant’s cost
iii. Ensure accurate measurement of revenue survey plots with respect to PROW of project,
by identifying physical features present on the ground & the survey sketches, measuring
the distance of the PROW stone from the physical features and marking the distance on
the survey sketch
iv. Ensure marking of PROW on scaled revenue maps indicating extent of encroachment
into survey numbers/sub division numbers
v. Ensure surveyors collect details of structures and trees present in sub-divisions during
JMS
vi. Ensure accurate calculation of area affected in each sub-division
vii. Ensure sub-division records are prepared as per the guidelines of the state revenue
surveyor clearly indicating the name of the land owner as per latest ownership record
71
viii. Ensure sub-division records divide affected sub-divisions clearly indicating portion of
land vested with the owner and portion of land acquired by <BRO>
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
subdivision records submitted to CALA office, including vesting of acquired land in the
name of Government of India, post publication of the 3D/equivalent notification
xi. Provide daily reports to PIU and CALA office by mail indicating progress of JMS in
terms of length, villages and number survey numbers covered
i. Ensure all records are submitted at Taluk office in the correct format
ii. Facilitate creation of new sub-divisions based on the sub division records submitted by
the survey team, including vesting of acquired land in the name of Government of India,
post publication of the 3D/equivalent notification
iii. Provide daily reports to PIU and CALA office by mail indicating progress of pre-
scrutiny in terms of number of villages covered
[Link] Co-ordinate with CALA team and PIU to facilitate site inspection
5.1.6 Assist CALA and <BRO> (PIU) in the publication of 3D/equivalent notification
[Link] Prepare 3D/equivalent draft based on 3D/equivalent notification and scrutinized JMS statements
in the format prescribed by <BRO>
[Link] Co-ordinate submission of copies of 3D/equivalent draft and scrutinized JMS Statements to the
office of the CALA for verification
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
[Link] Assist PIU in uploading 3D/equivalent notification (as declared by CALA) along
with preamble on Bhoomi rashi/equivalent
[Link] Provide copy of 3D/equivalent Gazette notification to the office of the CALA on publication in
the Gazette
i. Ensure the translated 3D/equivalent sent to the newspaper matches the 3D/equivalent Gazette
copy verbatim and no changes are made
[Link] 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
72
[Link] Assist PIU in coordinating with newspaper agency to ensure publication of 3A/equivalent
notification in 2 newspapers: 1 Vernacular + 1 Other
[Link] Provide copies of newspaper publication of 3D/equivalent notification to the CALA and PIU
[Link] Ensure all activities are planned and adequate manpower is made available to ensure the
prescribed timelines are adhered to
i. Ensure submission of 3D/equivalent statement along with sub-division records to the PIU
in prescribed format within 45 days of 3A/equivalent publication
ii. Ensure publishing of 3D/equivalent in Gazette by pursuing the same with relevant
stakeholder within 15 days of submission of final 3D/equivalent to the PIU
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
[Link] Assist CALA in drafting public notice inviting claims (under sub-section 3 of section
3G/Equivalent) from all persons interested in the land to be acquired and 3D/equivalent
notification to be published in 2 local newspaper - 1 vernacular and 1 other.
[Link] Co-ordinate with <BRO> /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/Equivalent) from all persons interested in the land to be acquired
can be issued along with the newspaper publication of 3D/equivalent notification
[Link] Provide 1 copy of newspaper notification of 3D/equivalent and claim invitation to CALA,
Ward, Panchayat, Circle office, police station and Collector office.
[Link] 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
[Link] 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/Equivalent notification
from the Sub-Registrar’s Office
ii. Assess the sales statistics to evaluate the nature of land for all the sale deeds based on the
land records available with the State Government (Chitta/ A- Register, etc.)
iii. Compute the average of the top 50% of the sales statistics after eliminating the outliers,
with proper justification
iv. Collect the Guideline Value/ Prevalent market rates, as issued by the order of the
Competent Authority of the State Government for all the relevant villages
v. Collect the details of the sales of land for public purpose through private negotiation in
the recent past for similar type of land
[Link] Compute land valuation for the all the affected survey numbers in line with RFCTLARR
Act and the guidelines issued by MoRTH
73
[Link] 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.
[Link] Assist CALA in 3G/Equivalent award preparation and in drafting 3G/Equivalent 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.
[Link] Assist CALA staff in drafting notification for beneficiaries for award collection and vacating
the land within 60 days (under section 3E/Equivalent)
[Link] Co-ordinate serving of notice to all beneficiaries for collection of award and to vacate the land
within 60 days (under section 3E/Equivalent)
[Link] Cost for publication of Gazette Notifications relating to land acquisition in Newspapers shall
be borne by the <BRO>.
5.10 In case final DPR and 3D has been submitted and no further action is taken by the employer,
the DPR shall be considered as completed after 3 years and submission of both final DPR and
3D.
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 <BRO>, 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
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.
74
5.2.3 Develop a utilities relocation plan
1. Consultants need to develop and submit a utilities relocation plan in consultation with
<BRO> 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
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 <BRO> for approval
5. Obtain all required utilities shifting proposal estimates and required approvals from both
user departments and <BRO> within the time stipulated in DPR contract
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 <BRO>/ADB/WB projects are to be checked
against rates for similar on-going works in India under <BRO>/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.
75
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,
subgrade 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
<BRO>.
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 <BRO>.
4. The economic and commercial analyses should bring out the priority of the
different homogenous links in terms of project implementation.
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:
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.
76
6.2 Financial Analysis
1. The Consultants shall in consultation with <BRO> finalize the format for the analysis and
the primary parameters and scenarios that should be taken into account while carrying out
the commercial analysis
2. The Financial analysis for the project should cover financial internal rate of return,
projected income statements, balance sheets and fund flow statements and should bring out
all relevant assumptions.
3. The financial analysis should cover identification, assessment, and mitigating measures for
all risks associated with the project. The analysis shall cover, but be not limited to, risks
related to construction delays, construction costs overrun, traffic volume, revenue
shortfalls, operating costs, exchange rate variations, convertibility of foreign exchange,
interest rate volatility, non-compliance or default by contractors, political risks and force
majeure.
4. The sensitivity analysis should be carried out for a number of probabilistic scenarios.
1. The financial model so developed shall be handed over to and be the property of <BRO>.
2. The consultant shall also suggest positive ways of enhancing the project viability and
furnish different financial models for implementing on BOT format
6.3.1 Consultant shall assist the authority in preparing the required bid documents and support
the authority through the bidding process
1. The consultant shall prepare all required bid documents and technical
schedules required for the bidding of the project
2. The Consultants shall prepare separate documents for each type of contract
(EPC/PPP) for each package of the DPR assignment
3. The consultant shall assist authority in reviewing bid documents and in making
any changes required basis their findings or the and finalising bid documents
4. The consultant shall assist the authority in collecting and providing all required
supporting documents for initiating bid as defined by the SOP for contracting
5. The DPR consultant may be required to prepare the Bid Documents, based on the
feasibility report, due to exigency of the project for execution if desired by
<BRO>.
77
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.
1. Consultant shall support <BRO> through the entire bid process and shall be
responsible for sharing the findings from the preparation stages during the bid
process
3. During the bid process for a project, the consultant shall support the authority in:
a. Responding to all pre-bid technical queries
b. Preparation of detailed responses to the written queries raised by the bidders
4. The consultant shall assist <BRO> and its functionaries as needed in the evaluation of
technical bids
2. <BRO> 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.
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
78
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 unless there are special reasons
for carrying out part of the office work elsewhere for which prior approval of <BRO>
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
<BRO> 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 <BRO>
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 <BRO> so desires, it shall facilitate electronic linking of the
attendance system with the Central Monitoring System of <BRO>.
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.
79
6 (i) LA II Land acquisition process, JMS and 3D/equivalent Report,
(ii) Project obtaining final utilities estimates Final Project
Clearances and required clearances Clearances and Utilities Report
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.
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.
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 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 [Link].1 above are completed as stipulated.
Consultant is, therefore, advised to deploy sufficient number of supporting personnel, both
technical and administrative, to undertake the project preparation activities in construction
package (Section) simultaneously. As far as possible, the proposal should include complete
information such as number of such persons, name, position, period of engagement,
remuneration rate etc. The Consultant is also advised to start necessary survey works from
the beginning so as to gain time in respect of various other activities in that stage.
1. The key stages, activities and deliverables for the detailed project report are as described in
these documents
2. The following section describes the detailed requirements for each report that needs to be
submitted
80
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
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 <BRO>.
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 <BRO> after the
commencement of services.
10.2 Inception Report (IR)
i. Project appreciation;
ii. Detailed methodology to meet the requirements of the TOR finalized in consultation with
the <BRO> officers; including scheduling of various sub activities to be carried out for
completion of various stages of the work; stating out clearly their approach &
methodology for project preparation after due inspection of the entire project stretch and
collection/ collation of necessary information;
iii. Task Assignment and Manning Schedule;
iv. Work programme;
v. Proforma for data collection;
vi. Design standards and proposed cross-sections; vii. Key plan and Linear
Plan;
viii. Development plans being implemented and / or proposed for implementation in the
near future by the local bodies and the possible impact of such development plans
on the overall scheme for field work and design for the study;
ix. Quality Assurance Plan (QAP) finalized in consultation with <BRO>; x. Draft
design standards; and
81
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 <BRO>.
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
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, <BRO> views
iv. Recommendations from among the alignment options presented for the authority to
consider
82
v. Surrounding road network including key NH, SH, MDR and ODRs
vi. Key O/D points and urban settlements
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 <BRO> 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
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.
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 <BRO> shall be submitted within 15 days of receipt of comments from
<BRO> on draft feasibility study report.
83
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
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 1:1000 scale map shall be ensured, as this translates
into an accuracy of 1 m or higher on ground.
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:
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 <BRO>.
84
5. Kilometer-wise Strip Plans for section (Package) shall be prepared separately for each
concerned agency and suggested by <BRO>.
1. Consultant shall submit a detailed land acquisition plan that provides details on kilometer-
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
<BRO>, in both Hindi and English languages.
3. The Land Acquisition Plan shall be prepared after digitization of cadastral/land revenue
maps as per clause of this TOR
i. Land parcels identification should be verified by superimposing the proposed road corridor RoW
on the geo-located cadastral map to ensure all affected land parcels have been accounted for and
land area to be acquired is accurately determined
4. The land acquisition plan shall present details concerning the land area to be acquired in
conjunction with the strip plan:
i. Kilometer-wise existing and proposed RoW on either side of the proposed centerline
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
6. The estimated cost of land acquisition shall invariably be worked out realistically for all
projects before finalization of 3(D)/equivalent 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.
85
10.7 Utility relocation plan
1. The consultant shall prepare a kilometer-wise Utility Relocation Plan (URP) and costs for
relocation per civil construction package as per estimates from concerned authorities
i. All utilities identified in the existing and proposed road RoW such as water-mains,
telephone, telegraph and electricity poles
ii. Those utilities that will require shifting to enable construction of the project road iii. All
necessary details required for submission of utilities shifting proposals to the concerned
user agencies
iv. Copies of utilities shifting proposals made to the concerned user agencies along with
suggested relocation of services along with their crossings across the project road at
designated locations as required
v. Details of consultations made with local people and user agencies
vi. Preliminary scheme for shifting and cost estimates for shifting as per the concerned
authorities
vii. Separate strip plan showing shifting/relocation of each utility services prepared 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
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 kilometer-wise requirement of all clearances required
presented along with the strip plan including, but not limited to:
86
4. The consultant shall also assist in attending to queries raised/ furnishing of clarifications
towards securing applicable clearances.
87
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.
3. The Documents and Drawings shall be submitted for the Package and shall be in the
following format:
Reports
i. Volume-I, Main Report: This report will present the project background, social
analysis of the project, details of surveys and investigations carried out, analysis and
interpretation of survey and investigation data, traffic studies and demand forecasts
designs, cost estimation, environmental aspects, economic and commercial analyses
and conclusions. The report shall include Executive Summary giving brief accounts
of the findings of the study and recommendations. A sample executive summary has
been enclosed in Appendix VIII.
The Report shall also include maps, charts and diagrams showing locations and
details of existing features and the essential features of improvement and upgrading.
The Environmental Impact Assessment (EIA) Report for contract package shall be
submitted as a part of the main report.
The basic data obtained from the field studies and investigations and input data used
for the preliminary design shall be submitted in a separate volume as an Appendix to
Main Report.
ii. Volume - II, Design Report: This volume shall contain design calculations,
supported by computer printout of calculations wherever applicable. The Report
shall clearly bring out the various features of design standards adopted for the study.
The design report will be in two parts. Part-I shall primarily deal with the design of
road features and pavement composition while Part-II shall deal with the design of
bridges, tunnels and cross-drainage structures. The sub-soil exploration report
including the complete details of boring done, analyses and interpretation of data
and the selection of design parameters 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 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.
88
The materials Report shall also include details of sampling, testing and test
results obtained in respect physical properties of sub grade soils. The information
shall be presented in tabular as well as in graphical representations and schematic
diagrams. The Report shall present soil profiles along the alignment.
The material Report should also clearly indicate the locations of areas with
problematic soils. Recommendations concerning the improvement of such soils
for use in the proposed construction works, such as stabilization (cement, lime,
mechanical) should be included in the Report.
vi. Volume - VI, Rate Analysis: This volume will present the analysis of rates for all
items of works. The details of unit rate of materials at source, carriage charges, any
other applicable charges, labour rates, machine charges as considered in arriving at
unit rates will be included in this volume.
vii. Volume - VII, Cost Estimates: This volume will present the contract package wise
cost of each item of work as well as a summary of total cost.
viii. Volume - VIII, Bill of Quantities: This volume shall contain the package-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 for the following:
89
• 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 <BRO>
officers. The drawings shall also include details of all BM and reference pillars, HIP
and VIP. The co-ordinates of all points should be referenced to a common datum,
preferably GTS referencing system. The drawings shall also include the locations of
all traffic safety features including traffic signals, signs, markings, crash barriers,
delineators and rest areas, busbays, parking areas etc.
• The typical cross-section drawings should indicate the scheme for future widening of
the carriageway. The proposed cross-sections of road segment passing through urban
areas should indicate the provisions for pedestrian movements and suitable measures
for surface and sub-surface drainage and lighting, as required.
• Digital drawings of proposed highway and features
a. The consultant shall deliver the final road alignment geometry, proposed road way model
and all proposed structures in a 3D engineered model with all 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 <BRO>. The peer Review Consultant will be retired
professional in the field, drawn from the various Central/State Highway/Road Work
departments having adequate knowledge in the field. One professional will be earmarked
from the standing panel of Peer Review consultant approved by <BRO> 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.
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 <BRO> on the draft DPR shall be submitted as per the
schedule given in Enclosure-III.
STAGE: 5
1. Bid documents
a. The consultant shall prepare bid documents for EPC, PPP or other modes of contracting as
suggested by <BRO>
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
90
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 finalized in consultation with the authority and
submitted for further processing and use with the contractor/concessionaire awarded the bid
packages
STAGE: 6
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
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
/equivalent 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 <BRO> so that project
implementation can begin straight away
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
91
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 <BRO>,
shifting estimate, agency/super vision fees, executing agency – user agency or
<BRO>
b. The Consultant shall also submit an updated report containing all required details
upon approval of award by <BRO> of 100% of land required to be acquired
92
3. Valuation report and details of Award calculation
4. Claims report (received under sub-section 3 of 3G/equivalent)
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
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
• total private and public land being acquired for the project (sq. m) - by village
• date of final award by CALA, approval by <BRO>, notification (3E) to owners and
receipt of land possession certificates from CALA by village
ii. Key issues being faced in completing land acquisition and tentative timeline for
completion
v. A GIS map containing digitized details of land parcels shall be updated with all
relevant land possession details and supplied in the agreed digital format
1. During entire period of services, the Consultant shall interact continuously with <BRO>
and provide any clarification as regards methods being followed and carryout
modification as suggested by <BRO>. A Programme of various activities shall be
provided to <BRO> and prior intimation shall be given to <BRO> regarding start of key
activities such as boring, survey etc. so that inspections of <BRO> officials could be
arranged in time.
2. The <BRO> officers and other Government officers may visit the site at any time,
individually or collectively to acquaint/ supervise the field investigation and survey
works. <BRO> 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
93
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 <BRO>. 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 property.
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.
b. If required by <BRO> the consultant shall arrange at their own cost necessary software for
viewing and measurement of imagery/ point cloud data.
ii. Topographic Surveys and Drawings: All topographic data would be supplied in (x, y,
z) format along with complete reference so that the data could be imported into any
standard highway design software. The drawing files would be submitted in dxf or
dwg format.
iii. Rate Analysis: The Consultant shall submit the rate analysis for various works items
including the data developed on computer in this relation so that it could be used by
the Authority later for the purpose of updating the cost of the project.
2. Software: The Consultant shall also hand-over to <BRO> floppies/CD’s containing any
general software including the financial model which has been specifically developed for
the project.
3. The floppy diskettes/CD’s should be properly indexed and a catalogue 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 <BRO> 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.
94
SUPPLEMENT-I
ADDITIONAL POINTS TO BE CONSIDERED FOR HILL ROADS IN ADDITION
TO POINTS COVERED IN MAIN TOR
Sr. No. Clause No. Additional points
of TOR
1. 2.2 a) Provisions of tunnels if required.
2. 2.3 a) Design of tunnels, if required
b) Design of protective works, slope stabilization measures,
erosion control measures, land slide control/protection measures snow
drift control/snow clearance measures, avalanche protection measures,
if required
3. 3 Feasibility study and preparation of detailed project report for hill roads
shall be done in accordance with best international practices and
wherever practicable/feasible steep gradients and hair pin bends may be
avoided by realignments by provision of structures and provision of
tunnels if required
4. 4.1 a) Inventory and condition survey for tunnels, if required.
b) Identification of faults in rock strata and impact of faults in
design of tunnels, if required
c) Detailed design of road considering and incorporating specific
aspects related to hill region like terrain, topographic conditions,
extreme weather conditions, altitude effects etc.
d) Design of protective works, slope stabilization measures,
erosion control measures, land slide control/protection measures, snow
drift control/snow clearance measures, avalanche protection measures, if
required
e) Design of scenic overlooks/watering points etc.
5. 4.5 (1) All activities related to field studies, design and documentation shall be
done as per the latest guidelines/circulars of MORT&H and relevant
publications of the Indian Roads Congress (IRC)/Bureau of Indian
Standards (BIS) for hill roads. For aspects not covered by IRC and BIS,
international standard practices, such as, British and American
Standards may be adopted.
95
6. 4.7 Review of data and documents pertaining to
a) Terrain and soil condition
b) Condition of tunnels, if required.
c) Sub-surface and geo-technical data for existing tunnels, if
required.
d) Drawing and details of existing tunnels, if required.
e) Existing protective works, erosion control and land slide
control/protection works, slope stabilization measures, snow drift
control measures, avalanche protection measures
f) Existing land slide and snow clearance facilities
g) Geological details of rock strata in the area in case of tunnels
7. 4.11.1(1) The Consultant should make an in depth study of available geological
and Meteorological maps of the area.
96
11. [Link] (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
97
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 <BRO>.
The Design Standards evolved for the project shall cover all aspects of
4.12.2 (2)
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.
19. 4.12.6 Design and Drawing of Tunnels:
The Consultant shall prepare design and drawings for tunnels, if required as
per the results of feasibility study, as per the relevant specifications of
IRC:SP:91/MORT&H and other international specifications.
20. 4.12.7 a) Topography of hills generates numerous water courses, and this
coupled with continuous gradients of roads in hills and high intensity of
rainfall calls for 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
roadside 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.
98
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.
SUPPLEMENT-II
ADDITIONAL REQUIREMENTS FOR BRIDGES
Sr. No. Clause No. Additional points
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
99
1. [Link](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,
100
aggradation/degradation of bed, evidence of scour etc. shall be used
to augment the available hydrological data. The presence of flood
control/irrigation structures, if affecting the hydraulic
characteristics like causing obliquity, concentration of flow, scour,
silting of bed, change in flow levels, bed levels etc. shall be studied
and considered in Hydraulic design of proposed bridge. The details
of any planned work in the immediate future that may affect the
river hydraulics shall be studied and considered.
vi) Analyze effects of Wind Load on the Structures.
3.2 Mathematical Model study
Mathematical modeling for detailed Hydraulic / Hydrologic
investigations regarding the proposed new bridge to:
i) Finalize the site/location of the proposed new bridge based on
mathematical modeling.
101
SUPPLEMENT-III
ADDITIONAL REQUIREMENT FOR SAFETY AUDIT
The use of checklists is highly recommended as they provide a useful “aide memoire” for the
audit team to check that no important safety aspects are being overlooked. They also give to the
project manager and the design engineer a sense of understanding of the place of safety audit in
the design process. The following lists have been drawn up based on the experience of
undertaking systematic safety audit procedures overseas. This experience indicates that extensive
lists of technical details has encouraged their use as “tick” sheets without sufficient thought being
given to the processes behind the actions. Accordingly, the checklists provide guidelines on the
principal issues that need to be examined during the course of the safety audits.
1. The audit team should review the proposed design from a road safety perspective and
heck the following aspects
CONTENTS ITEMS
102
CONTENTS ITEMS
A4 : Non-Motorised Adjacent land
road users Provision Pedestrians
Cyclists
Non-motorised vehicles
A5 : Signs and Lighting
Lighting Signs/Markings
A6 : Construction and Build ability
Operation Operational
Network Management
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
103
B2 : Local Alignment Visibility
New/Existing road interface
Safety Aids on steep hills
Lighting
B5 : Signs and Lighting
Signs/Markings
104
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
C3 : Junctions Layout
Visibility
Signing
Lighting
Road Marking
T,X,Y-junctions
All roundabouts
Traffic signals
105
ENCLOSURE-I
MANNING SCHEDULE.
4 Material-cum-Geo-technical Engineer – 4 2 6
Geologist
5 Senior Survey Engineer 4 3 7
7 Environmental Specialist 2 1 3
10 Utility Expert 3 1 4
Total 33 26 59
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 <BRO> 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, <BRO>.
3. The Consultant shall provide one Land Acquisition Expert along with allied team and
supporting logistic as envisaged in Clause [Link] of TOR for each 100 km stretches
proposed for DPR preparation or part thereof
If delay in LA process occurs beyond the reasonable control of consultant, the extension
of LA team staff/s along with logistic support/transportation shall be granted by Nodal
Project Director and beyond further 6 months, Regional Officer, <BRO> is empowered to
grant extension to LA team staff/s.
106
B. Standalone Bridge Projects
Sr. Key Personnel Total Project Assignment 300 days
No
At site (man At design office Total Time
month) (man month) Period (man
month)
4 Material-cum-Geo-technical Engineer- 6 4 10
Geologist
5 Senior Survey Engineer 2 4 6
6 Senior Geologist 3 3 6
7 Environmental Specialist 4 2 6
Total 28 30 58
C. Standalone Tunnel Projects
Sr. Key Personnel Total Project Assignment 300 days
No
At site (man At design office Total Time
month) (man month) Period (man
month)
1 Team Leader Cum Senior Tunnel Engineer 6 4 10
3 Senior Geophysicist 3 3 6
6 Senior Geologist 6 4 10
8 Environmental Specialist 2 2 4
9 Material Engineer 6
Total 31 31 76
107
ENCLOSURE-II
Qualification and Experience Requirement of Key Personnel
Team Leader cum Senior Highway Engineer
i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent as approved by
AICTE
Desirable Post graduate in Civil Engineering (highways / structures /
traffic and transportation / soil mechanics and foundation
engineering/ Construction Management /Transportation)
{AICTE Approved}
ii) Essential Experience
a)Total Professional Min. 15 years
Experience
b) Experience in Highway Min. 12 years in Planning, project preparation and design
projects of Highway projects, including 2/4/6 laning of NH/SH/
expressways. For hill roads, respective hill roads
experience is required
c) Experience in similar In Feasibility of two / Four/Six Laning works and DPR/IC/
capacity Construction Supervision of Two/Four/six laning of major
(Either as Team Leader or in highway projects (NH/SH/Expressways)/ feasibility cum
Similar capacity ) detailed project report of two/ four laning projects of
minimum aggregate length of 80 km. For hill roads,
respective hill roads experience is required.
iii) Age Limit 65 years on the date of submission of proposal
Senior Bridge Engineer
i) Educational Qualification
108
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL
109
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY
PERSONNEL
Senior Survey Engineer
i) Educational Qualification
i) Educational Qualification
110
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY
PERSONNEL
Environmental Specialist
i) Educational Qualification
i) Educational Qualification
111
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY
PERSONNEL
Land acquisition expert
i) Educational Qualification
112
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL
113
iii) Age Limit 65 years on the date of submission of Proposal
Enclosure-II(contd.)
II Essential Experience
114
Enclosure-II(contd.)
Tunnel Design Expert
I Educational Qualification
115
Enclosure-II (contd.)
116
Enclosure-II (contd.)
Senior Geophysicist
I Educational Qualification
II Essential Experience
a) Total Professional
Min. 15 years
Experience
117
Enclosure-II (contd.)
Senior Geologist
i) Educational Qualification
118
Enclosure-II(contd.)
Material Engineer
i) Educational Qualification
119
ENCLOSURE-III
Schedule for submission of Reports and Documents
Stage No. Activity No. of copies Time Period in days
from date of
commencement
1 Monthly Reports 3 By 10 day of every
month
2 Inception Report
Draft Inception Report including QAP document 3 21
Inception Report including QAP document
3 30
3 F.S. REPORT
i) Draft Feasibility Study Report including 4 60
option study report including draft 3(a) report
ii) Comments of client iii) Final Feasibility 1 75
Study Report incorporating compliance of 4 90
comments of Client
4 LA & Clearances I Report
i) Draft LA & Clearances I Report 4 105
including draft 3(A) report
ii) Comments of client iii) Final LA & 1 120
Clearances I Report incorporating compliance 4 135
of comments of Client
5 Detailed Project Report i) Draft DPR ii) 4 180
Comments of client iii) Final DPR incorporating 1 210
compliance of comments of Client 6 240
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.
120
Schedule for approval of Reports and Documents by PD after submission by
Consultant.
Stage Activity Time Period in days from date of
No. submission of Comment and acceptance
by PD/RO
5 Technical Schedules
i) Draft Technical Schedules ii) 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.
121
ENCLOSURE-IV
Formats for submission of Reports and Documents
i. All reports and documents shall be submitted in both printed hard copy and
digital formats
ii. For hard copies, the consultant shall submit bound volumes (and not in spiral
binding form) after completion of each stage of work as per the schedule and in
the number of copies as given in Enclosure III
1. Every report shall also be submitted in digital format to the authority in the 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 Data products
2. The removable storage device submitted at each deliverable stage shall contain:
vi. An updated index of all the contents on the removable storage device
122
3. Every submission will be accompanied by a table of contents and index of all documents
submitted for ease of reference
4. 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 clause Error! Reference source not found. Error! Reference source not found.,
consultants are required to agree with <BRO> all actual data formats proposed to be used for the
project
4. In order to standardize data formats and simplify hand over and re-use of data, some requirements
for minimum content and format are laid down below.
5.
0 Formats to be List of data, drawing and design outputs, CSV or ODF sheet,
used reporting format, digital format suggested, key .xlsx optional
data to be included (column headers), units and
system to be used
1 Traffic surveys
1.1 List of traffic Point no, location coordinates (lat, long), CSV or ODF sheet,
survey points location of survey point, chainage, no .xlsx optional
lanes/type of junction, type of survey, date of
survey, length of survey, any commentary,
equipment/technique used, link to survey
output
1.3 O-D, turning Survey point, survey location, location lat, CSV or ODF sheet,
movement, long, chainage, date, time, period of survey, .xlsx optional
axle load and technique/equipment used in addition to the
other surveys survey data itself
123
2 Engineering surveys and investigations
124
surface inventory, pavement
investigation and soil survey data
to be super-imposed as layers
2.9 Details of utility type of utility, no, class and CSV or ODF sheet,
category of utility installation .xlsx optional
(e.g. 66 kV xlpe), location,
distance from centerline, user
agency
2.10 Utility maps geo-referenced schematic map,
georeferenced shape files (.shp)
existing and design road
and
centerline, type of utility, size, drawings in .dxf format
no, class and category
2.11 All data as required in clause CSV or ODF sheet
Road inventory
[Link], georeferencing for each
surveys
row of data in lat, long form
2.12 Pavement Test pit reference id, location, CSV or ODF sheet
investigation chainage, georeference (lat,
long), pavement composition -
layer no, material type,
thickness, sub grade type, and
condition
2.15 Sub-grade and In the format of the testing lab, Summary in CSV or
soil strength summary details must be ODF sheet
tabulated and must include: test
pit no, location, chianage,
lat/long, date, time of test,
tester/lab details, in-situ density,
moisture content, field CBR,
characterization, in-lab moisture
and density, lab CBR
125
3 Proposed roadway designs
4 Other deliverables
4.2 Financial Spreadsheet model with instructions, ODF sheets, MS office .xlsx
analysis index and containing all inputs and optional
assumptions, time series construction and
operating costs, revenues, financing and
equity cash flows, NPV/IRR, sensitivity
scenarios and results
126
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 <BRO>
and provide further access to additional users as and when requested by <BRO>
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
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
127
APPENDIX-II
Proof of Eligibility
Form-E1
To, **********
********* *********
Sub: Appointment of Consultant for preparation of Detailed Project Report for ……………...
Dear Sir,
With reference to your RFP Document dated ………, I/we i.e M/s------------------------------ -------
------------------------------------- (Name of Bidder) having examined all relevant documents and
understood their contents, hereby submit our Proposal for selection as Consultant. The proposal is
unconditional and unqualified.
2. All information provided in the Proposal uploaded on INFRACON and in the Appendices is true
and correct and all documents accompanying such Proposal are true copies of their respective
originals.
3. This statement is made for the express purpose of appointment as the Consultant for the aforesaid
Project.
4. I/We shall make available to the Authority any additional information it may deem necessary or
require for supplementing or authenticating the Proposal.
5. I/We acknowledge the right of the authority to reject our application without assigning any reason
or otherwise and hereby waive our right to challenge the same on any account whatsoever.
6. I/We certify that in the last three years, we or any of our Associates have neither failed to perform
on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a
judicial pronouncement or arbitration award against the Applicant, nor been expelled from any
project or contract by any public authority nor have had any contract terminated by any public
authority for breach on our part.
7. I/We understand that you may cancel the Selection Process at any time and that you are neither
bound to accept any Proposal that you may receive nor to select the Consultant, without incurring
any liability to the Applicants in accordance with Clause 1.7 of the RFP document.
8. I/We declare that we/any member of the consortium, are/is not a Member of 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.
128
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.
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,
129
Appendix- II
Form-E2/T3
FIRM’S REFERENCES
Relevant Services Carried out in the Last Seven Years (2010-11 onwards) Which Best Illustrate
Qualifications
The following information should be provided in the format below for each reference assignment for
which your firm, either individually as a corporate entity or as one of the major companies within a
consortium, was legally contracted by the client:
130
APPENDIX-II
Form-E3
Financial
1 2019-20
2 2018-19
3 2017-18
4 2016-17
5 2015-16
$
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.
$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:
131
APPENDIX-II
Form- E4
(Deleted)
132
133
APPENDIX-III
(Form-T1)
TECHNICAL PROPOSAL
FROM: TO:
Sir:
Yours faithfully,
Signature
Full Name
Designation
Address
(Authorized Representative)
134
(Form-T-2)
Details of projects for which Technical and Financial Proposals have been submitted
Sl.
Name of Project Consultancy Package No. Names of Proposed Key
No.
Personnel
135
Form-E2/T3
FIRM’S REFERENCES
Relevant Services Carried out in the Last Seven Years Which Best Illustrate Qualifications
The following information should be provided in the format below for each reference assignment for
which your firm, either individually as a corporate entity or as one of the major companies within a
consortium, was legally contracted by the client:
Start Date Completion Date Approx. Value of Services : (in INR/current USD) :
(Month / Year) (Month / Year)
136
Form- T4
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.
137
Form- T5
Composition of the Team Personnel and the task Which would be assigned to each Team
Member
I. Technical/Managerial Staff
1.
2
3
4
……
II.
1.
2.
3.
4.
….
….
138
Form- T6
Sr .No. Name
.
.
.
Support Staff
139
Form- T7
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
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
140
Form- T8
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.
141
Form- T9
Facility for Field investigation and Testing
2. In case answer to 1 is Available (created in-house at site) a list of field investigation and testing
equipments available in-house
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:
142
REFERENCES
The following information should be provided in the format below for each reference assignment for
which your firm, either individually as a corporate entity or as one of the major companies within a
consortium, was legally contracted by the client:
Assignment Name: Country:
Technology Used:
Start Date Completion Date Approx. Value of Services : (in INR/current USD) :
(Month / Year) (Month / Year)
143
Form- T9
Office Equipment and software
144
Form- T10
145
UNDERTAKING FROM THE PROFESSIONAL
Name of Work:
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
146
UNDERTAKING FROM CONSULTING FIRM
Name of Work:
Date:
Place:
Signature
147
APPENDIX-IV
(Form-I)
FINANCIAL PROPOSALS
FROM: TO:
Sir:
Yours faithfully,
Signature
____________________
Full Name
___________________
Designation
____________________
Address _____________________
______________________
_
148
(Authorized
Representative)
*The Financial proposal is to be filled strictly as per the format given in RFP.
(Form-II)
Format of Financial Proposal
I Local Consultants
Remuneration for Local Staff (inclusive of per diem
allowance)
II Support Staff (inclusive of per diem allowance)
III Transportation
V Office Rent
Foreign Consultants
F-I Remuneration for Expatriate Staff
149
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)
** Total Cost Net of Goods & Service Tax shall be considered for financial evaluation
Insurances shall not be allowed separately. These will be incidental to main items.
150
(Form-III)
Estimate of Local Currency Costs
Remuneration for Local Staff (including per diem allowance)
(Normal Highway Project)
Professional Staff
1 Team Leader cum Senior 9
Highway Engineer
2 Senior Bridge Engineer 5
3 Highway cum Pavement Engineer 5
4 Material-cum-Geotechnical 6
Engineer- Geologist
5 Senior Survey Engineer 7
6 Traffic and Safety Expert 4
7 Environmental Specialist 3
4
4
8 Quantity Surveyor/ 6
Documentation Expert
9 Land Acquisition Expert 10
10 Utility Expert 4
Sub-Total:
1
2
151
3
4
5
6
7
Sub-Total:
TOTAL
Professional Staff
4 Material-cum-Geotechnical 10
Engineer- Geologist
6 Senior Geologist 6
7 Environmental Specialist 6
44
8 Quantity Surveyor/ 4
Documentation Expert
Sub-Total:
152
6
Sub-Total:
TOTAL
Professional Staff
3 Senior Geophysicist 6
6 Senior Geologist 10
7 Environmental Specialist 4
Sr. No. Position Name Rate (INR) Staff Month Amt.(INR)
44
8 Material Engineer 6
9 Highway cum Pavement 4
Engineer
10 Quantity Surveyor cum 4
Documentation Expert
11 Senior Survey Engineer 6
Sub-Total:
Sub-Professional Staff (To be assessed by Consultant as per requirement of
assignment and one sub-professional be a fresh
graduate)
1
2
153
3
4
5
6
7
Sub-Total:
TOTAL
I. Support Staff
1 Office Manager
2 Typist
3 Office Boy
4 Night Watchman
Total :
Total
154
months x
Total __
TOTAL: ---------------------------
Total
155
5 Final Feasibility Report 6
Total
156
2 Detailed topographic surveys using
mobile/ aerial LiDAR or better technology
3 Roughness Survey
6 Sub-grade Investigation
7 Traffic Survey
10 Any other
investigations/surveys
11 *Sub-Soil Investigation Rate Qty. Amount (Rs)
(Boring)
a) Boring in all type of soils
(other than hard rock)
1500m (for projects of
length
< 110 km) or 2000m
(for projects of length >
110 km)
200m (for projects of
b)Boring in hard rock length
< 110 km) or 300m (for
projects of length
> 110 km)
Total
Note: * Quantities of borings shall be taken from Financial Proposal Form No. V. For financial
evaluation, these quantities and rates quoted by the consultant will be considered. However, Payment
shall be made on the actual quantity of boring at rates quoted above by the Consultant, which may be
substantially more or less than the estimated quantities.
157
1 Net work Survey of the existing Highways Job 1
as a repository for civil work as per
directions from Authority.
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 (INR) Man Months Amount
No. (INR)
1 Ex-Land Revenue TBN 1 8
Inspector/Officer or
equivalent
4 Typist TBN 2 8
5 Peon TBN 1 8
Total
158
3 Vehicles (Bolero or equivalent) with 1 8
monthly running limit of 4000 km
Total
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 [Link] of TOR for each 100 km stretches proposed for DPR preparation or
part thereof (For example total length of package is 343 km, there will be four team).
(Form-IV)
Estimate of Costs for Expatriate Consultants (in Indian Rupees)
Lump Sum ……
3. Other Miscellaneous expenses (like DA, internal travel expenses other incidentals) (fixed cost)
159
Lump Sum …….
S. Stretch Proposed for DPR NH No. Approximate Package State Cumulative Tentative Quantities ( in
No Length (in No. m)
Km.) In hard rock
In Soils other
than hard rock
160
Tender documents etc.)
(Indicative length of Bridge -
300 mtr & Approach Road -
4.50 Kms) over Siang River
at Km 93.50 on Ditte-
Dimme-Migging Road under
761 BRTF of Project
Brahmank in Arunachal
Pradesh State.
APPENDIX-V
DETAILED EVALUATION CRITERIA
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 No. Tentative Minimum Minimum length of a Eligible Project (2/4/6 lane)
No. Length Aggregate Length
required
DPR/ Feasibility DPR = 0.4 x Feasibility = 0.6 x Tentative
= Tentative Tentative Length 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 2016-17 is available, last five years shall be counted from 2012-13 to 2016-17.
However, where audited/certified copy of the Balance Sheet for the FY 2016-17 is not available (as
certified by the Statutory auditor) then in such cases last five years shall be considered from 2011-12 to
2015-16} of the firm from Consultancy services should be equal to more than Rs.5 crore.
161
(Financial Year to be modified as applicable)
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 2008-09 onwards)
DPR Feasibility
c) Minimum Annual Average Turn Over for the last 5 years { In cases where,
Audited/Certified copy of Balance Sheet for the FY 2016-17 is available, last five years shall be counted
from 2012-13 to 2016-17. However, where audited/certified copy of the Balance Sheet for the FY 2016-
17 is not available (as certified by the Statutory auditor) then in such cases last five years shall be
considered from 2011-12 to 2015-16} of a firm applying as Lead Partner/Other Partner in case of JV
from Consultancy services should be as given below:
No. Mode of Submission by a firm Annual Average Turn Over for the last 5 years
162
2 Lead partner in a JV 75%
3 Other partner in a JV 50 %
4 As Associate 25%
(iii) The experience of a firm in preparation of DPR for a private Concessionaire/contractor shall not
be considered.
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
163
3 Specific experience of firms in terms of turnover 5
3.3 Firm Average Turnover of last 5 years > 5 crore but < 20 crore 3
For special projects such as special bridges, tunnels and expressways that require specialized capabilities
and skill sets, the following is the break-up:
1.1.2 More than 2 times the indicative length of the package applied 7
for
1.1.3 More than 3 times the indicative length of the package applied 8
for
1.2 DPR for 2/4/6 laning projects each equal to or more than 40 % 7
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 5
1.2.2 2 projects 6
1.2.3 ≥ 3 projects 7
2.1 1 bridge 1
2.2 2 bridges 2
164
2.3 3 bridges 3
2.4 4 bridges 4
2.5 ≥ 5 bridges 5
3.3 Firm Average Turnover of last 5 years > 5 crore but < 20 crore 4
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
165
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 experience
Feasibility Study
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 (20)
S. No. Description Maximum Sub-Points
Points
* Shall be ascertained through the ownership evidence uploaded on INFRACON in regard to major equipments
S. No. Description Maximum Sub-Points
Points
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 equipment
2.1 Owned** (Available In House) 2
166
** Shall be ascertained through ownership evidence uploaded on INFRACON for construction of Highway Project.
*** 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 5
survey (Infrastructure sector)
4.1 1 project 1
4.2 2 projects 2
4.3 3 projects 3
4.4 4 projects 4
4.5 ≥ 5 projects 5
5.2 2 projects 2
5.3 3 projects 3
5.4 ≥ 4 projects 4
Note: 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 not be considered.
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)
167
2.4.1 TEAM LEADER cum SENIOR HIGHWAY ENGINEER
S. No. Description Max. Points
I General Qualification 25
<15 years 0
15-18 years 11
>18-21 years 13
> 21 years 15
12-15 years 19
>15-18 years 22
>18 years 25
168
(i) In Feasibility of 2/4/6 laning works s or DPR/IC/Construction S Supervision of ys in 20
major highway projects i.e. 2/4/6 laning of NH/SH/Expresswa Similar
Capacity ( Minimum Aggregate leng th of 80 km )
< 80km 0
80 km-150km 15
>150km-250km 17
> 250km 20
(ii) In Feasibility of 2/4/6 laning works majoror DPR/IC/Construction Supe rvision of n Similar 10
highway projects i.e. 2/4/6 lan Capacity- ing of NH/SH/Expressways i
Number of Projects
< 2 projects 0
2 projects 8
3- 5 projects 9
> 5 projects 10
> 1 Year 0
1 year 3
Total 100
169
2.4.2 HIGHWAY cum PAVEMENT ENGINEER
S. No. Description Max. Points
I General Qualification 25
i) Degree in Civil Engineering or equivalent [AICTE Approved] 20
ii) Post graduation in Highway Engg/ 5
Transportation Engineering[AICTE Approved]
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<8years 0
8-12 years 11
>12-15 years 13
>15 years 15
(b) Experience in Highway Projects - Experience in Design/ Pavement Design of 25
Highway Projects (2/4/6 laning of NH/SH/Expressways)
<6 years 0
6-10years 19
>10-15 years 22
>15years 25
c) Experience in Similar Capacity 30
(i) In Design/ Pavement Design of Highway Projects (2/4/6 laning of 20
NH/SH/Expressways) in Similar Capacity (Minimum aggregate length 80 km)
<80km 0
80km-150km 15
>150km-250km 17
>250km 20
(ii) In Design/ Pavement Design of Highway Projects (2/4/6 laning of NH/SH/ 10
Expressways) in Similar Capacity – Number of Projects
2 projects 8
3- 5 projects 9
> 5 projects 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
170
2.4.3 SENIOR 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/ Bridge Engineering[AICTE Approved] 5
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<10 years 0
10-12years 11
>12-15 years 13
>15 years 15
b) Experience in Bridge Projects 25
(i) Experience in project preparation and design of bridge projects 20
< 8 years 0
8-10 years 15
>10-12 years 17
>12years 20
ii) Experience of 2/4 lane configuration bridges 5
<2 Projects 0
2-4 Projects 4
> 4 projects 5
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
2-4 numbers 24
5-6 numbers 27
> 6 numbers 30
III Employment with Firm 5
1 year 3
171
2.4.4 Traffic / Road Signage / Marking and Safety Expert
S. Description Max. Points
No.
I General Qualification 25
<6 years 0
6-10 years 11
>10-15 years 13
>15 years 15
<5 years 0
5-6 years 19
>6-10 years 22
>10 years 25
<80km 0
80km-150km 24
>150km -250km 27
>250km 30
1 year 3
Total 100
172
2.4.5 MATERIAL ENGINEER cum GEOTECHNICAL ENGINEER cum GEOLOGIST
S. No. Description Max. 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 5
Engineering or Phd in Geology[AICTE
Approved]
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 Highway Projects – In Similar Projects (2/4/6 laning of 25
NH/SH/Expressways) in design and or Construction/ Construction Supervision
<7 years 0
7-10 years 19
>12years 25
<80km 0
80km-150km 24
>150km – 250km 27
>250km 30
1 year 3
Total 100
173
2.4.6 SENIOR SURVEY ENGINEER
S. No. Description Max. Points
I General Qualification 25
i) Degree or equivalent in Civil Engineering / Diploma in Civil Engineering / 20
Diploma in Surveying[AICTE Approved]
ii) Post Graduation in Survey Engineering / Surveying / Remote Sensing [AICTE 5
Approved]
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 Highway Projects 25
i) Experience in Similar Projects (2/4/6 laning of NH / SH / Expressways) in project 20
preparation/ Construction / Construction Supervision
<8 years 0
8 -10 years 15
>10-12 years 17
>12 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)
<80km 0
80km-150km 24
>150km-250km 27
>250km 30
1 year 3
174
Total 100
2.4.7 ENVIRONMENTAL SPECIALIST
S. No. Description Max. Points
I General Qualification 25
i) Degree in Civil Engineering / Environmental Engineering or Post Graduate in 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 of 25
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
1 year 3
Total 100
175
2.4.8 QUANTITY SURVEYOR/DOCUMENTATION EXPERT
S. No. Description Max. Points
I General Qualification 25
<10 years 0
10-12 years 11
>12-15 years 13
>15 years 15
<8 years 0
8 -10 years 19
>10-12 years 22
>12 years 25
<80km 0
80km-150km 24
>150km – 250km 27
>250km 30
176
Total 100
2.4.9 LAND ACQUISITION EXPERT
S. No. Description Max. Points
I General Qualification 25
i) Graduation or equivalent 20
<15 years 0
15-17 years 11
>17-20 years 13
>20 years 15
<10 years 0
10 -12 years 15
>12-15 years 17
>15 years 20
Nil project 0
1 project 19
2 projects 22
3 projects 25
1 year 3
177
Add 0.5 marks for each
subsequent year subject to maximum of 2 marks
Total 100
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
<8 years 0
8 -10 years 24
>10-12 years 27
>12 years 30
c) Experience in Utility shifting estimation and its laying/ erection along Highway/ roads 25
Nil project 0
1 project 19
178
2 projects 22
3 projects 25
1 year 3
Total 100
I General Qualification 25
<15 years 0
15-18 years 11
>18-21 years 13
> 21 years 15
< 5 years 0
6-8 years 19
179
>8-10 years 22
>10 years 25
< 80km 0
80 km-150km 15
>150km-250km 17
> 250km 20
< 2 projects 0
2 projects 8
3- 5 projects 9
> 5 projects 10
> 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
I General Qualification 25
180
a) Total Professional Experience 15
<8 years 0
8-10 years 11
>10-15=12 years 13
>12 years 15
<5 years 0
5-8 years 19
>8-10 years 22
>10 years 25
<2 numbers 0
2-4 numbers 24
5-6 numbers 27
> 6 numbers 30
1 year 3
Add 0.5 marks for each subsequent year subject to maximum of 2 marks
Total 100
181
2.4.13 Team Leader cum Senior Tunnel Engineer
S. No. Description Max. Points
I General Qualification 25
i) Degree in Civil Engineering/Tunnel Engineering / Mining Engineering 20
ii) Post Graduation in Civil Engineering /Tunnel Engineering/Mining 5
Engineering
II Relevant Experience & Adequacy for the Project 65
a) Total Professional 10
Experience
<20 years 0
20-25 years 8
>25-28 years 9
>28 years 10
>=12 – 14 years 6
>14 – 15 years 7
>15years 8
<10 years 0
>=10 – 12 years 7
>12 years 8
<10 years 0
>=10 – 12 years 7
182
>12 years 8
3 or more projects 8
>=10 – 12 years 7
>12 years 8
c) Experience in Similar 15
Capacity
7
(i) Experience as Team Leader or similar capacity in major tunnel
S. No. Description Max. Points
=2 projects 5
= 3 to 5 projects 6
> 5 or more 7
= 3 to 5 projects 7
> 5 or more 8
183
184
2.4.14 Tunnel Design Expert
Sr. No. Description Max. Points
I General Qualification 25
<15 years 0
15-20 years 8
>20 -25years 9
>25years 10
<10 years 0
>=10-12 years 6
>14 years 8
<10 years 0
>=10-12 years 6
>14 years 8
<10 years 0
185
>=10-12 years 6
>14 years 8
<8 years 0
>=8-10 years 6
>10 – 12 years 7
>12 years
8
<8 years 0
>=8 – 10 years 6
>10-12 years 7
>12 years8 8
<8 years 0
>=8 – 10 years 6
>10-12 years 7
>12 years 8
< 3 projects 0
186
>=3-5 projects 6
5 or more projects 7
Add 0.5 marks for each subsequent year subject to maximum of 2.5
marks
Total 100
I General Qualification 25
<15 years 0
15-20 years 8
>20 -25years 9
>25years 10
<10 years 0
>=10-12 years 6
187
>12 -14 years 7
>14 years 8
<10 years 0
>=10-12 years 6
>14 years 8
<10 years 0
>=10-12 years 6
>14 years 8
<8 years 0
>=8-10 years 6
>10 – 12 years 7
>12 years 8
<8 years 0
>=8 – 10 years 6
188
>10-12 years 7
>12 years 8
<8 years 0
>=8 – 10 years 6
>10-12 years 7
>12 years8 8
<8 years 0
>=8 – 10 years 6
>10-12 years 7
<8 years 0
Add 0.5 marks for each subsequent year subject to maximum of 2.5
marks
Total 100
189
2.4.16 Senior Geophysicist
Sr. No. Description Max. Points
I General Qualification 25
<15 years 0
15-20 years 10
>20 -25years 13
>25years 15
<10 years 0
>=10-12 years 9
>14 years 12
(ii) Experience of carrying out AEM survey for tunneling/ mineral and 12
oil exploration or any other similar work for area of more than 2.7 sq
km
< 2 projects 0
2 projects 9
3 projects 11
4 or more projects 12
< 2 projects 0
2 projects 9
3 projects 11
190
4 or more projects 12
< 3 projects 0
3 projects 9
4 projects 12
5 or more projects 14
Total 100
191
Assumptions to be made regarding Similar Capacity for various positions
1. Team Leader cum Senior Highway Engineer
ii) In Government Organizations: Executive Engineer (or equivalent) and above Material Engineer
Material Expert/ Geo Technical Engineer/ Manager (Material)
7. Environmental Specialist
i) On behalf of Consultant /Contractor : Environmental Engineer/ Environmental Specialist/
Environmental Expert
192
(ii) In Government Organizations: Assistant Engineer (or equivalent)
-----------
ii) In Government Organizations:
------------
ii) In Government Organizations:
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.
193
APPENDIX-VI
Between
<BRO>
<HQCE(P)Brahmank>
And
For
194
CONTENTS
1. General Provisions
1.1 Definitions
1.4 Language
1.5 Headings
1.6 Notices
1.7 Location
2.6 Modification
2.7.1 Definition
195
2.7.2 No Breach of Contract
2.7.3 Measures to be Taken
2.7.4 Extension of Time
2.7.5 Payments
2.7.6 Consultation Suspension
2.8 Suspension
2.9 Termination
By the Client
2.9.1 By the Client
2.9.2 By the Consultants
2.9.3 Cessation of Rights and Obligations
2.9.4 Cessation of Services
2.9.5 Payment upon Termination
2.9.6 Disputes about Events of Termination
3.1 General
3.3 Confidentiality
196
4. Consultants’ Personnel
4.1 General
5.5 Payment
7.1 General
7.3 Penalty
9. SETTLEMENT OF DISPUTES
197
III. SPECIAL CONDITIONS OF CONTRACT
IV APPENDICES
Appendix H (1): Format for Bank Guarantee for Performance Security for individual
work
Appendix H (2): Format for Bank Guarantee for Performance Security for a number of works
198
DRAFT CONTRACT FOR CONSULTANT’S SERVICES
INDIA
CONTRACT FOR CONSULTANTS’ SERVICES
Consultancy Services for Consultancy Services for Feasibility Study, Preparation of
Detailed Project Report (DPR) and Providing Preconstruction Services (including Selection
of Site, Type of bridge, Sub Soil Investigation, Estimation, Preparation of Tender documents
etc.) (Indicative length of Bridge - 300 mtr & Approach Road - 4.50 Kms) over Siang River
at Km 93.50 on Ditte-Dimme-Migging Road under 761 BRTF of Project Brahmank in
Arunachal Pradesh State.
(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, (<Chief Engineer, Project Brahmank,>), Pasighat, Arunachal
Pradesh (hereinafter called the
“Client”) and,
WHEREAS
(A) the Client has requested the Consultants to provide certain consulting services as defined in the
General Conditions attached to this Contract (hereinafter called the “Services”);
(B) the Consultants, having represented to the Client that they have the required professional skills,
personnel and technical resources, have agreed to provide the Services on the terms and
conditions set forth in this Contract;
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”);
199
Appendix E: Cost Estimate
(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.
(<BRO>
1. Signature
Name
Address
By
Name
Address
(Consultant)
1. Signature
Name
Address
By
200
Name
Address
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;
(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
(n) “Third Party” means any person or entity other than the Government, the Client, the
Consultants or a Sub consultant.
201
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.
This Contract, its meaning and interpretation, and the relation between the Parties shall be
governed by the Applicable Laws of India and the Courts at ………… shall have exclusive
jurisdiction over matters arising out of or relating to this Agreement.
1.4 Language
This Contract has been executed in the language specified in the SC, which shall be the binding
and controlling language for all matters relating to the meaning or interpretation of this
Contract.
1.6 Notices
1.6.3 A party may change its address for notice hereunder by giving the other Party
notice of such change pursuant to the provisions listed in the SC with respect to
Clause GC 1.6.2.
1.7 Location
The Services shall be performed at such locations as are specified in Letter of Acceptance
(Appendix-G) hereto and, where the location of a particular task is not so specified, at such
locations, whether in India or elsewhere, as the Client may approve.
202
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.
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.
The Consultants shall begin carrying out the Services at the end of such time period after the
Effective Date as shall be specified in the SC.
Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall expire when
services have been completed and all payments have been made at the end of such time period
after the Effective Date as shall be specified in the SC.
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.
203
2.7 Force Majeure
2.7.1 Definition
(a) For the purposes of this Contract, “Force Majeure” means an event
which is beyond the reasonable control of a Party, and which makes a
Party’s performance of its obligations hereunder impossible or so
impractical as reasonably to be considered impossible in the
circumstances, and includes, but is not limited to, war, riots, civil
disorder, earthquake, fire, explosion, storm, flood or other adverse
weather conditions, strikes, lockouts or other industrial action (except
where such strikes, lockouts or other industrial action are within the
power of the Party invoking Force Majeure to prevent), confiscation or
any other action by government agencies.
(b) Force Majeure shall not include (i) any event which is caused by the
negligence or intentional action of a Party or such Party’s Sub
consultants or agents or employees, nor (ii) any event which a diligent
Party could reasonably have been expected to both (A) take into account
at the time of the conclusion of this Contract and (B) avoid or overcome
in the carrying out of its obligations hereunder.
The failure of a Party to fulfill any of its obligations hereunder shall not be considered to be a
breach of, or default under, this Contract insofar as such inability arises from an event of Force
Majuere, provided that the Party affected by such an event has taken all reasonable precautions,
due care and reasonable alternative measures, all with the objective of carrying out the terms and
conditions of this Contract.
(a) A party affected by an event of Force Majeure shall take all reasonable
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.
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.
204
2.7.5 Payments
During the period of their inability to perform the Services as a result of an event of Force
Majeure, the Consultants shall be entitled to be reimbursed for additional costs reasonably and
necessarily incurred by them during such period for the purposes of the Services and in
reactivating the Services after the end of such period.
2.7.6 Consultation
Not later than thirty (30) days after the Consultants, as the result of an event of Force Majeure,
have become unable to perform a material portion of the Services, the Parties shall consult with
each other with a view to agreeing on appropriate measures to be taken in the circumstances.
2.8 Suspension
The Client may, by written notice of suspension to the Consultants, suspend all payments to the
Consultants hereunder if the Consultants fail to perform any of their obligations under this
Contract, including the carrying out of the Services, provided that such notice of suspension (i)
shall specify the nature of the failure, and (ii) shall request the Consultants to remedy such failure
within a period not exceeding thirty (30) days after receipt by the Consultants of such notice of
suspension.
2.9 Termination
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:
(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 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
205
(f) if the Client, in its sole discretion and for any reason whatsoever,
decides to terminate this Contract.
The Consultants may, by not less than thirty (30) day’s written notice to
the Client, such notice to be given after the occurrence of any of the
events specified in paragraphs (a) through (d) of this Clause 2.9.2,
terminate this Contract:
(a) if the Client fails to pay any money due to the Consultants pursuant to
this contract and not subject to dispute pursuant to Clause 8 hereof
within forty five(45) days after receiving written notice from the
Consultants that such payment is overdue;
(c) if, as the result of Force Majeure, the Consultant are unable to perform a
material portion of the Services for a period of not less than sixty (60)
days; or
(d) if the Client fails to comply with any final decision reached as a result
of arbitration pursuant to Clause 8 hereof.
Upon termination of this Contract pursuant to Clauses 2.2 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.
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.
206
(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.
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.
3.1 General
The Consultants shall perform the Services and carry out their obligations here under with all due
diligence, efficiency and economy, in accordance with generally accepted professional techniques
and practices, and shall observe sound management practices, and employ appropriate advanced
technology and safe and effective equipment, machinery, materials and methods. The Consultants
shall always act, in respect of any matter relating to this Contract or to the Services, as faithful
advisers to the Client, and shall at all times support and safeguard the Client's legitimate interests
in any dealings with Sub consultants or Third Parties.
The Consultants shall perform the Services in accordance with the Applicable Law and shall take
all practicable steps to ensure that any Sub consultants, as well as the Personnel and agents of the
Consultants and any Sub consultants, comply with the Applicable Law. The Client shall advise
the Consultants in writing of relevant local customs and the Consultants shall, after such
notifications, respect such customs.
The remuneration of the Consultants pursuant to Clause 6 hereof shall constitute the Consultants'
sole remuneration in connection with this Contract or the Services and the Consultants shall not
accept for their own benefit any trade commission, discount or similar payment in connection
with activities pursuant to this Contract or to the Services or in the Discharge of their obligations
hereunder, and the Consultants shall use their best efforts to ensure that any Sub consultants, as
well as the Personnel and agents of either of them, similarly shall not receive any such additional
remuneration.
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
207
entity affiliated with such Sub consultant, shall be disqualified from providing goods, works or
services (other than the Services and any continuation thereof) for any project resulting from or
closely related to the Services.
Neither the Consultants nor their Sub consultants nor the Personnel of either of them shall engage,
either directly or indirectly, in any of the following activities:
(a) during the term of this Contract, any business or professional activities
in the Government's country which would conflict with the activities
assigned to them under this Contract; or
(b) after the termination of this Contract, such other activities as may be
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.
Subject to additional provisions, if any, set forth in the SC, the Consultants' liability under this
Contract shall be as provided by the Applicable Law.
The Consultants shall obtain the Client's prior approval in writing before taking any of the
following actions:
208
(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;
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.
Equipment and materials made available to the Consultants by the Client, or purchased by the
Consultants with funds provided by the Client, shall be the property of the Client and shall be
marked accordingly. Upon termination or expiration of this Contract, the Consultants shall make
available to the Client an inventory of such equipment and materials and shall dispose of such
equipment and materials in accordance with the Client's I instructions. While in possession of
such equipment and materials, the Consultants, unless otherwise instructed by the Client in
writing, shall insure them 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.
(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
209
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.
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 twentyone (21) calendar days from the date of receipt of such
biographical data, such Key Personnel shall be deemed to have been approved by the Client.
(a) Working hours and holidays for Key Professional / Sub Professional Personnel are set
forth in Appendix C hereto. To account for travel time, foreign Personnel carrying out
Services inside the Government's country shall be deemed to have commenced (or
finished) work in respect of the Services such number of days before their arrival in (or
after their departure from) the Government's country is specified in Appendix C hereto.
(b) The Key Professional / Sub Professional Personnel shall not be entitled to be paid for
overtime nor to take paid sick leave or vacation leave except as specified in Appendix C
hereto, and except as specified in such Appendix, the Consultants' remuneration shall be
deemed to cover these items. All leave to be allowed to the Personnel is included in the
staff- months of service set for in Appendix B. Any taking of leave by Personnel shall be
subject to the prior approval of the Client by the Consultants, who shall ensure that
absence for leave purposes will not delay the progress and adequate supervision of the
Services.
4.5.1 In case notice to commence services pursuant to Clause 2.1 of this Contract is
not ordered by Client within 120 days of signing of contract the key personnel
can excuse themselves on valid grounds, e.g., selection on some other
assignment, health problem developed after signing of contract, etc. In such a
case no penalty shall be levied on the Firm or on the person concerned. The
firm shall however be asked to give a replacement by an equal or better scoring
person, whenever mobilization is ordered.
4.5.2 In case notice to commence services is given within 120 days of signing of
contract the, the Authority expects all the Key Personnel specified in the
Proposal to be available during implementation of the Agreement. The
210
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.
4.5.3 If the consultant finds that any of the personnel had made false representation
regarding his qualification and experience, he may request the Employer for
replacement of the personnel. There shall be no reduction in remuneration for
such replacement. The replacement shall however be of equal or better score.
The personnel so replaced shall be debarred from future projects for 2 years.
4.5.5 If the Employer (i) finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal action or
(ii) has reasonable ground to be dissatisfied with the performance of any of the
Personnel, then the consultant shall, at the Employer’s written request
specifying the grounds therefore, forthwith provide a replacement with
qualifications and experience acceptable to him. For such replacement there
will be no reduction in remuneration.
4.5.6 If any member of the approved team of a consultant engaged by <BRO> 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 <BRO>/ MoRTH
projects.
The person designated as the Team Leader of the Consultant’s Personnel shall be responsible for
the coordinated, timely and efficient functioning of the Personnel. 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.
5.1 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;
211
(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;
The Client warrants that the Consultants shall have, free of charge, unimpeded access to all
land in the Government’s country in respect of which access is required for the performance
of the Services. The Client will be responsible for any damage to such land or any property
thereon resulting from such access and will indemnify the Consultants and each of the
Personnel in respect of liability for any such damage, unless such damage is caused by the
default or negligence of the Consultants or any Sub consultants or the Personnel of either of
them.
5.5 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.
(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
212
Consultants shall notify the Client as soon as cumulative charges incurred for the
Services have reached 80% of the ceiling.
(c) Notwithstanding Clause 6.1(b) hereof, if pursuant to Clauses 5.4 hereof, the Parties
shall agree that additional payments shall be made to the Consultants in order to
cover any necessary additional expenditures not envisaged in the cost estimates
referred to in Clause 6.1(a) above, the ceiling set forth in Clause 6.1(b) above shall be
increased by the amount or amounts, as the case may be, of any such additional
payments.
(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.
213
10 Stage II clearance approval and submission of final clearances II 5%
report
11 Final approval of utilities shifting estimates and submission of 2.5%
Utilities II report
Total : 100%
* 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.
(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
214
period, gives written notice to the Consultants specifying in detailed deficiencies in the
Services, the final report or final statement. The Consultants shall thereupon promptly
make any necessary corrections, and upon completion of such corrections, the foregoing
process shall be repeated. Any amount which the Client has paid or caused to be paid in
accordance with this Clause in excess of the amounts actually payable in accordance
with the provisions of this Contract shall be reimbursed by the Consultants to the Client
within thirty (30) days after receipt by the Consultants of notice thereof. Any such claim
by the Client for reimbursement must be made within twelve (12) calendar months after
receipt by the Client of a final report and a final statement approved by the Client in
accordance with the above.
(f) All payments under this Contract shall be made to the account of the Consultants
specified in the SC.
(g) Efforts need to be made by the Consultant to submit the schedule reports of each road
stretch / s of a package. However, due to reasons beyond the reasonable control of
Consultant, if the schedule submission of reports / documents of each road stretch /s of a
package is not done, the payment shall be made on pro-rata basis.
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.
An amount equivalent to 10% of the contract value shall be retained at the end of the contract for
accuracy of design and quantities submitted and the same will be released after the completion of
civil contract works or after 3 years from completion of consultancy services, whichever is
earlier. The retention money will however be released by the Client on substitution by Bank
Guarantee of the same amount valid upto the period as above. Out of this 15%, 10% shall be in
215
the form of Bank Guarantee and 5% shall be the amount retained from Consultancy fee payable to
the Consultant.
7.3 Penalty
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
a) Incomplete surveys
216
Sr. Item Penalty (%age of
No. contract value)
3 Traffic data found to be varying by more than 25% on resurvey at a 0.5 to 1.0
later date, unless there are justifiable reasons.
4 Axle load data found to be varying by more than 25% on resurvey at 0.5 to 1.0
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
nonperforming
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.
7.3.3 Total amount of recovery from all penalties shall be limited to 15% of the Consultancy Fee.
7.3.4 <BRO> is in process of evolving performance based rating system for DPR Consultants.
Performance of Consultants shall be monitored by <BRO> and will be taken into account in
technical evaluation of future DPR projects. For this purpose, performance of Consultant in the
current project shall also be taken into account to create rating of Consultant.
Consultant shall be liable to indemnify the client for any direct loss or damage accrued or likely to
accrue due to deficiency in service rendered by him.
In the case of major deficiencies in the Detailed Project Report involving time and cost overrun
and adverse effect on reputation of <BRO>, 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.
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.
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
217
intention that this Contract shall operate fairly as between them, and without detriment to the
interest of either of them, and that, if during the term of this Contract either Party believes that
this Contract is operating unfairly, the Parties will use their best efforts to agree on such action
as may be necessary to remove the cause or causes of such unfairness, but no failure to agree on
any action pursuant to this Clause shall give rise to a dispute subject to arbitration in accordance
with Clause 9 hereof.
9. SETTLEMENT OF DISPUTES
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.
9.2.2 The Parties agree to use their best efforts for resolving all Disputes arising under
or in respect of this Agreement promptly, equitably and in good faith, and further
agree to provide each other with reasonable access during normal business hours
to all non – privileged records, information and data pertaining to any dispute.
9.3 Conciliation
In the event of any Dispute between the Parties, either Party may call upon
[Chairman of <BRO>] 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 an Arbitral
Tribunal appointed in accordance with Clause 9.4.2. Such arbitration shall be
held in accordance with the Rules of Arbitration of the International Centre for
Alternative Dispute Resolution, New Delhi (the “Rules”), or such other rules as
may be mutually agreed by the Parties, and shall be subject to the provisions of
the Arbitration and Conciliation Act, 1996 as amended. The venue of such
arbitration shall be ***** and the language of arbitration proceedings shall be
English.
218
9.4.2 Each dispute submitted by a Party to arbitration shall be heard by a sole
arbitrator to be appointed as per the procedure below
a) Parties may agree to appoint a sole arbitrator or, failing agreement on the identity of such sole
arbitrator within thirty(30) days after receipt by the other Party of the proposal of a name
for such an appointment by the Party who initiated the proceedings, either Party may
apply to the President, Indian Roads Congress, New Delhi for a list of not fewer than
five nominees and, on receipt of such list, the Parties shall alternately strike names
therefrom, and the last remaining nominee on the list shall be sole arbitrator for the matter
in dispute. If the last remaining nominee has not been determined in this manner within
sixty (60) days of the date of the list, the president, Indian Roads Congress, New Delhi,
shall appoint, upon the request of either Party and from such list or otherwise, a sole
arbitrator for the matter in dispute.
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.
The sole arbitrator selected pursuant to Clause 8.2.1 hereof shall be expert with extensive
experience in relation to the matter in dispute.
9.4.5 The Arbitrators shall make a reasoned award (the “Award”). Any Award made
in any arbitration held pursuant to this Clause 9 shall be final and biding on the
Parties as from the date it is made, and the Consultant and the Authority agree
and undertake to carry out such Award without delay.
9.4.6 The Consultant and the Authority agree that an Award may be enforced against
the Consultant and/or the Authority, as the case may be, and their respective
assets wherever situated.
9.4.7 This Agreement and the rights and obligations of the Parties shall remain in full
force and effect, pending the Award in any arbitration proceedings hereunder
9.4.8 Miscellaneous
In any arbitration proceeding hereunder:
(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
219
Sr,No. Particulars of Fees and Expenses Maximum amount payable per case
Alternatively, the Arbitrator may opt for a lump – sum fee of Rs.
5.00 Lakh per case including counter claims.
2 Reading charges- One Time Rs 25,000/- per case including counter claims.
5 Other expenses (As per actual against bills subject to celling given below
Travelling expenses Economy class (by air), First class AC (by train) and AC Car (by
road)
Lodging and Boarding a)Rs. 15,000/-per day (in metro cities); or
a) Rs. 8000 per day (in other cities); or
b) Rs. 5,000/- per day if any Arbitrator makes their own
arrangements.
7 Extra charges for days other than Rs. 5000 /- per day for outstation Arbitrator
meeting days (maximum for 2 X ½
days)
Note 1. Lodging boarding and travelling expenses shall be allowed only for those arbitrator who is residing 100
kms. Away from the venue of meeting,
2. Delhi, Mumbai, Chennai, Kolkata, Bangalore and Hyderabad shall be considered as Metro cities.
The change of Scope on account of variation of total length as well as 4 laned length of project
Highway from the indicative length as given at Annex-1 of Letter of Invitation of the RFP shall
be dealt as follows
220
i) During the course of consultancy services in case it is considered necessary to
increase/decrease the scope of services (of total length or 4 laned length as compared to
indicative Length as given in the RFP) by the client the same shall be notified by Change
of scope notice. Similarly, if the Consultant determines that change of scope is needed, he
shall inform of the same to the Client. The Client will examine and shall either reject the
proposal or issue change of scope
notice.
ii) The Consultancy fee shall be revised on account of change of scope as below:
- In case the total length of project increase/ decrease up to 10% of indicative length given in the RFP:
No change in Consultancy Fees.
In case the increase/ decrease in total length of project is more than 10 % of the indicative length as given
in the RFP: The consultancy fee shall be increased/ decreased in the same proportion in which the
length of the project road is increased/ decreased beyond 10% .
iii) Increase/decrease in length on account of 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
RFP for the purpose of variation.
10.1 The Consultancy fee shall be increased on account of change of scope as below:
a) In case of increase in configuration of Lanes in the project after the submission of Final
Report: 10% of the original consultancy charges
b) In case of change of mode of delivery is involved after submission of Final Report / due to
revision of specifications / IRC Codes etc.
221
SPECIAL CONDITIONS OF CONTRACT
Number of GC Clause
1. 1(a) The words “in the Government’s country” are amended to read “in INDIA”
Attention: Name
Designation
Address
Tel: Fax: E-mail address
1.8 Entity to Act as Member in charge (In case of Joint Venture of Consultants) with or
without an Associate: - ………………………..
Director, <BRO> ( -- )
Name
Designation
222
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.
2.2 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.
(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:
(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.
(a) Third Party motor vehicle liability insurance as required under Motor Vehicles Act,
1988 in respect of motor vehicles operated in India by the Consultants or their
Personnel or any Sub consultants or their Personnel for the period of consultancy.
223
(b) Third Party liability insurance with a minimum coverage, for Rs.1.00 million
(c) (i) The Consultant shall provide to <BRO> 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 <BRO> in a joint venture or ‘in association’, the
policy must be procured and provided to <BRO> by the joint venture/in association entity and not
by the individual partners of the joint venture/ association.
(vi) The contract may include a provision thereby the Consultant does not cancel the policy midterm
without the consent of <BRO>. 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 Tax)
9.2 Disputes shall be settled by arbitration in accordance with the following provisions:
224
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.
225
Appendix A
Terms of reference containing, inter-alia, the Description of the Services and Reporting Requirements
226
Appendix B
Consultants’ Sub consultants, Key Personnel and Sub Professional Personnel
227
Appendix C
Hours of work for Consultants’ Personnel
The Consultant’s personnel shall normally work for 8 hours in a day and six days a week. Normally
Sundays shall be closed for working. In addition they shall also be allowed to avail holidays as observed
by the Client’s office in the relevant state without deduction of remunerations. In case any person is
required to work on Sunday or Holiday due to exigency of work, he/she shall be given compensatory
leave within the next 15 days.
228
Appendix D
Duties of the Client
229
Appendix E
Cost Estimate
230
Appendix F:
Minutes of Financial/ Contract Negotiations with the Consultant
231
Appendix G:
232
Appendix – H
Copy of letter of Award
233
Appendix - I
Format for Bank Guarantee for Performance Security (For individual work)
BANK GUARANTEE FOR PERFORMANCE SECURITY
To,
Chief Engineer
HQ CE (P) Brahmank
Pasighat
Arunachal Pradesh - 791102
In consideration of <BRO> (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 of < Consultancy Services for
Feasibility Study, Preparation of Detailed Project Report (DPR) and Providing Preconstruction
Services (including Selection of Site, Type of bridge, Sub Soil Investigation, Estimation,
Preparation of Tender documents etc.) (Indicative length of Bridge - 300 mtr & Approach Road -
4.50 Kms) over Siang River at Km 93.50 on Ditte-Dimme-Migging Road under 761 BRTF of
Project Brahmank in Arunachal Pradesh State..> ………………………………………(Total Length
-…….) on NH-…..in the states of ………….under – Contract Package No. …. (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…………………………………….).
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
234
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.
c) We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee
only and only if you serve upon us a written claim or demand on or before
……………(date of expiry of Guarantee).
NOTE:
(i)The bank guarantee(s) contains the name, designation and code number of the officer(s) signing the
guarantee(s).
(ii)The address, telephone no. and other details of the Head Office of the Bank as well as 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).
235
Appendix I: Minutes of Pre-bid meeting
236
APPENDIX-VII
DPR Checklist – Stage 1 – Inception Report (Pavements)
General Details
Project Name
Consultant's Name
Date of Review
Details /
[Link] SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐No ☐ NA ☐ NA
2 Project Appreciation Yes ☐No ☐ NA ☐ NA
237
3.1 Engineering survey and Yes ☐No ☐ NA ☐ NA
investigations
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
3.4 Yes ☐No ☐ NA ☐ NA
and financing options
3.5 Any other details relevant to the Yes ☐No ☐ NA ☐ NA
project
Details /
[Link] SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Task Assignment and Manning
4 Yes ☐No ☐ NA ☐ NA
Schedule
4.1 Number of key personnel provided Yes ☐No ☐ NA ☐
Specific tasks assigned to each key
4.2 Yes ☐No ☐ NA ☐ NA
personnel
4.3 Manning schedule for key personnel Yes ☐No ☐ NA ☐ NA
4.4 Number of key personnel deployed Yes ☐No ☐ NA ☐
at 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
7.1 being implemented/ proposed by Yes ☐No ☐ NA ☐ NA
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 Yes ☐No ☐ NA ☐ NA
investigation
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
8.5 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
Discussion of draft QAP document
8.10 Yes ☐No ☐ NA ☐ NA
with client
238
8.11 Approval of final QAP document by Yes ☐No ☐ NA ☐ NA
client
9 Draft design Standards Yes ☐No ☐ NA ☐ NA
Geometric design standards of
9.1 Yes ☐No ☐ NA ☐ NA
highway (Plain)
Geometric design standards of
9.2 highway Yes ☐No ☐ NA ☐ NA
(Hilly)
10 Conclusions and recommendations Yes ☐No ☐ NA ☐ NA
10.1 Conclusions and recommendations Yes ☐No ☐ NA ☐ NA
Report fulfils project objectives and
10.2 Yes ☐No ☐ NA ☐ NA
scope as per RFP
10.3 Report reviewed for errors and Yes ☐No ☐ NA ☐ NA
omissions
Compliance report prepared on
10.4 Yes ☐No ☐ NA ☐ NA
client observations
Project Name
Consultant's Name
Date of Review
Details /
[Link] SECTION OF THE REPORT YES/ NO/ NA Specifications Remarks
239
Socio Economic status of project
4.3 influence area Yes ☐No ☐ NA ☐ NA
Details /
[Link] SECTION OF THE REPORT YES/ NO/ NA Specificatio Remarks
ns
6.11 Any other details relevant to the Yes ☐No ☐ NA ☐ NA
project
Traffic surveys monitored and
6.12 reviewed by the client Yes ☐No ☐ NA ☐ NA
240
Geological Survey
7.4 • Geological Map of the Area Yes ☐No ☐ NA ☐ NA
• Seismicity
Climatic Conditions
• Temperature
7.5 Yes ☐No ☐ NA ☐ NA
• Rainfall
• Wind
Pavement composition and condition
7.6 survey as per IRC:SP:19 Yes ☐No ☐ NA ☐ NA
• Terrain
7.14 Review of topographical survey by Yes ☐No ☐ NA ☐ NA
client
Inventory of bridges, culverts and
7.15 structures Yes ☐No ☐ NA ☐ NA
Details /
[Link] SECTION OF THE REPORT YES/ NO/ NA Specificat Remarks
ions
7.18 Any other details relevant to the Yes ☐No ☐ NA ☐ NA
project
241
8 Geotechnical Survey Yes ☐No ☐ NA ☐ NA
Recommendation of Foundation
8.5 Type and Depth Yes ☐No ☐ NA ☐ NA
242
• Cost of material/
transportation
Details /
[Link] SECTION OF THE REPORT YES/ NO/ NA Specifications Remarks
Environmental screening/
11 preliminary environmental Yes ☐No ☐ NA ☐ NA
assessment
Analysis basis Initial Environment
11.1 Examination in IRC: SP: 19 Yes ☐No ☐ NA ☐ NA
243
14.2 Projected revenues details Yes ☐No ☐ NA ☐ NA
Details /
[Link] SECTION OF THE REPORT YES/ NO/ NA Specifications Remarks
244
16.7 Any other details relevant to the Yes ☐No ☐ NA ☐ NA
project
17 Technical Specifications Yes ☐No ☐ NA ☐ NA
Project Name
Consultant's Name
Date of Review
Detai
ls/
[Link] SECTION OF THE REPORT YES/NO/NA Spec Remarks
ificat
ions
1 Executive Summary Yes ☐No ☐ NA ☐ NA
245
2 Strip plan- additional details added Yes ☐No ☐NA ☐ NA
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
246
Identification of underground
5.2 utilities using GPR, Induction Yes ☐No ☐ NA ☐ NA
Locator or equivalent technologies
247
Utility relocation plan with
existing / proposed location
7.4 Yes ☐No ☐ NA ☐ NA
showing existing RoW and
topographic details
7.5 Cost for relocation as per authority Yes ☐No ☐ NA ☐
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
248
acquired identified
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
249
DPR Checklist – Stage 4 – Detailed Project Report (Pavements)
General Details
Project Name
Consultant's Name
Date of Review
Details /
[Link] SECTION OF THE REPORT YES/NO/NA Specificat Remarks
ions
1 Main Report Yes ☐No ☐ NA ☐ NA
250
Pavement roughness survey as per
4.4 IRC:SP:16 Yes ☐No ☐ NA ☐ Na
Details /
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
Geological Survey
4.6 • Geological Map of the Area Yes ☐No ☐ NA ☐ NA
• Seismicity
Climatic Conditions
• Temperature
4.7 Yes ☐No ☐ NA ☐ NA
• Rainfall
• Wind
Land Use along the existing
alignment
4.8 Yes ☐No ☐ NA ☐ NA
Map of the Project Area depicting
Agricultural/Habitation/Forest Area
Details of Existing Structures
Map of the Project Area depicting
4.9 Hutments/Buildings/Temples/Public Yes ☐No ☐ NA ☐ NA
Building/Any Other Significant
Structure
4.10 Inventory and condition survey of Yes ☐No ☐ NA ☐ NA
culverts
Geo-technical and sub-soil
4.11 explorations as per IRC:78 Yes ☐No ☐ NA ☐ NA
Recommendation of Foundation
4.14 Type and Depth Yes ☐No ☐ NA ☐
251
Materials Survey conducted as per
4.19 IRC:SP:19 Yes ☐No ☐ NA ☐ NA
Details /
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
252
Traffic surveys for the design of road Yes ☐No ☐ NA
5.8 junctions as per data in IRC: SP:41 NA
☐
Analysis for replacing railway level Yes ☐No ☐ NA
5.9 crossings with over bridges/ subways NA
☐
5.10 Axle load survey as per IRC:SP:19 Yes ☐No ☐ NA NA
☐
5.11 Any other details relevant to the Yes ☐No ☐ NA NA
project ☐
Traffic surveys monitored and Yes ☐No ☐ NA
5.12 reviewed by the client NA
☐
6 Cost estimates Yes ☐No ☐ NA NA
☐
6.1 Project costing as per latest SoR Yes ☐No ☐ NA NA
☐
7 Environmental aspects Yes ☐No ☐ NA NA
☐
7.1 Environment profile of the project Yes ☐No ☐ NA NA
region ☐
Details of Public consultation at
Yes ☐No ☐ NA
7.2 residential and commercial NA
☐
settlements affected
7.3 Impact analysis and mitigation Yes ☐No ☐ NA NA
measures ☐
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
☐
Details /
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
253
☐
254
11.2 Review of material investigations by Yes ☐No ☐ NA NA
client ☐
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
☐
Details /
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
255
Land environment data collection and Yes ☐No ☐ NA
12.2 details/ impact/ mitigation measures NA
☐
Air environment data collection and Yes ☐No ☐ NA
12.3 details/ impact/ mitigation measures NA
☐
Water resources details/ impact/ Yes ☐No ☐ NA
12.4 mitigation measures NA
☐
Noise environment details/ impact/ Yes ☐No ☐ NA
12.5 NA
mitigation measures ☐
Biological environment details/ Yes ☐No ☐ NA
12.6 impact/ mitigation measures NA
☐
12.7 Details of public consultation Yes ☐No ☐ NA NA
☐
Environment monitoring and Yes ☐No ☐ NA
12.8 management plan NA
☐
12.9 Details of social impact assessment Yes ☐No ☐ NA NA
☐
Details /
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
256
☐
Project Name
Consultant's Name
Date of Review
Details /
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
257
General Details
Project Name
Consultant's Name
Date of Review
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
258
Approved utility shifting proposal
5.4 including strip plan Yes ☐No ☐NA ☐
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
259
10.2 Review of 3a notification by client Yes ☐No ☐ NA ☐
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
260
1.1.1 DPR Checklist – Stage 7 – Award determination (Pavements)
General Details
Project Name
Consultant's Name
Date of Review
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
261
4.1 Conclusions and recommendations Yes ☐No ☐NA ☐ NA
Project Name
Consultant's Name
Date of Review
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
262
4 Conclusions and recommendations Yes ☐No ☐NA ☐ NA
Project Name
Consultant's Name
Date of Review
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
263
Project location map
• On State Map
Yes ☐No ☐ NA
2.5 • On District Map ☐
• Latitude & Longitude
Coordinates of the LC
Details of Existing Level Crossing
• Number of Railway Tracks
Yes ☐No ☐ NA
2.6 • Type of Railway Tracks ☐
(Broad/Metre/Narrow)
• No. of trains per day
Justification for need of an Yes ☐No ☐ NA
2.7 ROB/RUB (on basis of TVU count) NA
☐
2.8 Overview of land use plans Yes ☐No ☐ NA NA
☐
Overview of existing pavement
conditions
• Number of Lanes Yes ☐No ☐ NA
2.9
☐
• Type of Pavement
(Flexible/Rigid/Surfaced/Unsurfaced)
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
264
Specific tasks assigned to each key
4.2 personnel Yes ☐No ☐ NA ☐ NA
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
265
9 Draft design standards Yes ☐No ☐ NA ☐ NA
Project Name
Consultant's Name
Date of Review
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
266
Economic profile of project
4.2 influence area basis last 10 years Yes ☐No ☐ NA ☐ NA
data as per IRC
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
267
• Height of Embankment
Geological Survey
7.7 • Geological Map of the Area Yes ☐No ☐ NA ☐ NA
• Seismicity
Climatic Conditions
• Temperature
7.8 Yes ☐No ☐ NA ☐ NA
• Rainfall
• Wind
268
Number of Bore holes dug (holds for
8.2 every pier and abutment) Yes ☐No ☐ NA ☐
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
269
Sources of Manufactured Items
specified
• Details of Suppliers with
10.3 Yes ☐No ☐ NA ☐ NA
Distance from Project Site
• Cost of
Material/Transportation
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
270
Review of road geometry and safety
12.7.2 for each option Yes ☐No ☐NA ☐ NA
271
Analysis and results
• IRR
16.4 Yes ☐No ☐ NA ☐ NA
• Sensitivity Analysis
• Financial Viability
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
17 Strip Plan NA
272
Project Name
Consultant's Name
Date of Review
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specificati Remarks
ons
1 Executive Summary Yes ☐No ☐ NA ☐ NA
273
4.5 Review of proposal by client Yes ☐No ☐ NA ☐ NA
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
Identification of underground
5.2 utilities using GPR, Induction Yes ☐No ☐ NA ☐ NA
Locator or equivalent technologies
274
7.1 Identification of over ground utilities Yes ☐No ☐ NA ☐ NA
in RoW
Identification of underground
7.2 utilities using GPR, Induction Yes ☐No ☐ NA ☐ NA
Locator or equivalent technologies
Name/ Details of consultation with
7.3 local authority/ people Yes ☐No ☐ NA ☐
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specificati Remarks
ons
Review of utility relocation plan/
7.7 proposal by client Yes ☐No ☐ NA ☐ NA
275
10.3 Name/ Details of consultation with Yes ☐No ☐ NA ☐
NGOs
Name/ Details of consultation with
10.4 concerned government agencies Yes ☐No ☐ NA ☐
11.4 Existing and proposed right of way Yes ☐No ☐NA ☐ NA 11.4
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specificati Remarks
ons
Report fulfils project objectives and
12.2 scope as per RFP Yes ☐No ☐ NA ☐ NA
276
DPR Checklist – Stage 4 – Detailed Project Report (Structures)
General Details
Project Name
Consultant's Name
Date of Review
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specificati Remarks
ons
1 Project background Yes ☐No ☐ NA ☐ NA
Project description
• Existing LC number
1.1 Yes ☐No ☐ NA ☐
• Start and End Chainage
• Village/District
Project location map
• On State Map
1.2 • On District Map Yes ☐No ☐ NA ☐
• Latitude & Longitude
Coordinates of the LC
Details of Existing Level Crossing
• Number of Railway Tracks
1.3 • Type of Railway Tracks Yes ☐No ☐ NA ☐
(Broad/Metre/Narrow)
• No. of trains per day
Justification for need of an ROB/RUB
1.4 (on basis of TVU count) Yes ☐No ☐ NA ☐ NA
277
Project impact on stakeholders such as
2.1 local people Yes ☐No ☐ NA ☐ NA
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
Geological Survey
3.4 • Geological Map of the Area Yes ☐No ☐ NA ☐ NA
• Seismicity
Climatic Conditions
• Temperature
3.5 Yes ☐No ☐ NA ☐ NA
• Rainfall
• Wind
Land Use along the existing
alignment
3.6 Yes ☐No ☐ NA ☐ NA
Map of the Project Area depicting
Agricultural/Habitation/Forest Area
Details of Existing Structures
Map of the Project Area depicting
3.7 Hutments/Buildings/Temples/Public Yes ☐No ☐ NA ☐ NA
Building/Any Other Significant
Structure
278
3.8 Inventory and condition survey of Yes ☐No ☐ NA ☐ NA
culverts
Geo-technical and sub-soil
3.9 explorations as per IRC:78 Yes ☐No ☐ NA ☐ NA
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
279
4 Traffic surveys and analysis Yes ☐No ☐ NA ☐ NA
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
280
7.1 Number of Lanes Yes ☐No ☐ NA ☐
Width of ROB
• Width of Carriageway
7.2 • Width of Safety Kerbs Yes ☐No ☐ NA ☐
• Width of Footpath
• Any other
Proposed Number of Lanes on ROB
7.3 in line with PCU as per latest MoRTH Yes ☐No ☐ NA ☐ NA
guidelines
Proposed Length of the Project
• Length of ROB
• Length of Viaduct
7.4 Yes ☐No ☐ NA ☐
• Length of RE Wall
• Length of Approach Road
• Length of Service Road
Span Arrangement
7.5 • Span Length Yes ☐No ☐ NA ☐
• Number of Spans
Are all spans of standardised length
as per
Railways standards
7.6 ([Link] Yes ☐No ☐ NA ☐ NA
If non-standardised, suitable
justification provided
Details of Proposed Superstructure
Design
• Type
7.7 Yes ☐No ☐ NA ☐ NA
• Details of Material Use
Proposed
• Drawings of Cross-Sections
Details of Proposed Substructure
Design
Type
7.8 Yes ☐No ☐ NA ☐ NA
• Details of Material Use
Proposed
• Drawings of Cross-Sections
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
281
Details of Proposed Pavement
Design
Type
• Details of Material Use
7.9 Proposed Yes ☐No ☐ NA ☐ NA
• Thickness
• Design MSA
• Drawings of Cross-Sections
7.10 Details of Drainage Structures Yes ☐No ☐ NA ☐ NA
Proposed
7.11 Any other details relevant to the Yes ☐No ☐ NA ☐ NA
project
8 Cost estimates Yes ☐No ☐ NA ☐ NA
282
Utility relocation plan with
existing / proposed location
11.2 Yes ☐No ☐ NA ☐ NA
showing existing RoW and
topographic details
11.3 Cost for relocation as per authority Yes ☐No ☐ NA ☐
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
283
Cost Summary Table
[Link]. 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
4 Cost of RE Wall
6 Miscellaneous Costs
Cost of Subway
Cost of Toll Plaza
Cost of Culverts
Any Other Costs
284
14 Any Other Costs
Project Name
Consultant's Name
Date of Review
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
285
DPR Checklist – Stage 6 – LA and Clearances II Report (Structures)
General Details
Project Name
Consultant's Name
Date of Review
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
286
Details of approved contractors,
5.5 SoR and deposit details for user Yes ☐No ☐NA ☐ NA
agency
Utilities checklist, no upgradation
5.6 certificate attached Yes ☐No ☐NA ☐
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
287
10.4 Draft 3a notification submitted Yes ☐No ☐ NA ☐ NA
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
288
1.1.3 DPR Checklist – Stage 7 – Award determination (Structures)
General Details
Project Name
Consultant's Name
Date of Review
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
289
4.1 Conclusions and Yes ☐No ☐NA ☐ NA
recommendations
Report fulfils project objectives
4.2 and scope as per RFP Yes ☐No ☐NA ☐ NA
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
290
1.1.4 DPR Checklist – Stage 8 – Land possession report (Structures)
General Details
Project Name
Consultant's
Name
Date of Review
Details/
[Link] SECTION OF THE REPORT YES/NO/NA Specifications Remarks
291
Compliance report prepared on client
4.4 observations Yes ☐No ☐NA ☐ NA
292
APPENDIX VIII
DPR Consultant
293
Table of Contents
1 Introduction 293
2 Project overview 294
2.1 Key features of project 294
2.2 Key plan of existing project stretch 296 3 Traffic demands on project road 297
3.1 Traffic volume surveys 297
3.2 Axle load survey 298
3.3 Traffic volume forecast 298 3.4 Turning movement surveys 299 4 Pavement
and corridor surveys 300
4.1 Pavement condition and distress seen 300
4.2 Pavement composition 300
4.3 Pavement strength 300 4.4 Sub-grade soil survey 301 5 Improvement proposals
302
5.1 Proposed alignment 302
5.2 Bypasses proposed 302
5.3 Road geometry 303
5.4 Widening scheme 303
5.5 Pavement design 303
5.6 Design of structures 305
5.7 Intersections and grade separators 306
5.8 Toll plazas 306
5.9 Wayside amenities proposed 306 6 Environmental impact assessment 307
6.1 Impact and clearances needed 307 6.2 Cost of environmental mitigation 307
7 Social impact assessment and Land acquisition 308
7.1 Social impact assessment 308
7.2 Land acquisition requirements 308
7.3 Key risks envisaged in land acquisition 308 8 Utilities shifting and clearances 309
8.1 Utilities shifting estimates 309
8.2 Total cost of utilities shifting 309
9 Project cost estimates 310
10 Material investigation 311
10.1 Borrow pits for soil 311
10.2 Sand 311
10.3 Gravel 311
294
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
1. Introduction
The <BRO> 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.: <BRO> desired to restructure project into two packages, bifurcating the
295
project road at Betul nagar, this report has been revised and resubmitted providing improvement proposals
and bid documents separately for the two stretches>
296
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>.
NH No Xx (old)
Yy (new)
Existing carriageway 2L (7.0m) over 80% of the road stretch with 4L (16.0m) in 20%
of the stretch in some urban locations
Service lanes and slip roads Service lanes of 2-4m width for 16 km, largely in urban areas
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
297
Toll infrastructure There are no toll plazas in the current stretch
Attributes Details
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
RoW km
Forest Stretches along RoW Xx km of road from <point a> to <point b> crosses <type of
forest> <forest name>
Rail crossings along RoW Railway LC no <x> at chainage yy on the <origin station> to
<destination station> rail line at railway chainage zz
Other clearance related <please describe any other clearances that will be required for
aspects the project>
298
2.2. Key plan of existing project stretch
<lat/long >
299
3. Traffic demands on project road
For the purposes of traffic projections and lane design, <xx> individual sections of road were
considered:
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:
Bicycle 47 75 61
3 Wheeler 32 47 30
Tractor 24 18 22
300
3 Axle Truck or Bus 1142 1062 1086
Cycle 0 0 0
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
Observed- Observed-
Observed-
at at
at chainage Recommended Recommended Recommended
chainage chainage
xx
xx xx
LCV 0.47 0.47 0.45 0.45
2axle
3.97 3.97 3.57 3.97
3axle
3.63 3.63 3.26 3.26
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:
301
1 23.31 22
2 33 40
17:00 3 arm No
1 0.300 xxx 30988 1915 18:00
09:00 4 arm No
2 6.200 xxx 28077 1962 10:00
302
4. Pavement and corridor surveys
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>
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>
2 40 300 80 500
303
<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.
Extensive review of available soil information and testing was done to understand the sub-grade
characteristics. Summary of soil investigation surveys is as follows:
Sub-grade CBR range (%) 0.6%-14% Low over large lengths of section
<other attributes>
304
5. Improvement proposals
The final alignment chosen for the project in consultation with <xx, yy> will <be along current
project road/ pass through xx, yy new towns- short description of alignment with changes if any>.
Given increasing urban traffic and congestion and the lack of available RoW in urban areas
through the project route, <x> urban areas are proposed to be by-passed in the proposed project
alignment
Xxxx
305
The project road has been re-designed to accommodate speeds of <xx>, adopted as per <standard
or consultation with <BRO> >. Enabling this higher speed will require re-design and re-alignment of the
road in certain sections given their <description of poor geometry>.
Basis traffic information available, level of service requirements and consultation with <<BRO> ,
local authorities etc.>, the following lane configuration is adopted for the project road:
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:
1 Concentric 2.400
Using the projected traffic, VDF values, lane and directional distribution factors, the design traffic
loading used for the project is <xx to yy> MSA.
306
Considering the soil investigations conducted in the project 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
The proposed pavement composition for the new sections carriageway basis <standards>,
subgrade strength and design traffic is:
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:
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:
307
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
4 Vehicle
overpass
5 Vehicle
underpass
6 Passenger
under pass
7 Culverts
8 xxx
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
308
Table 19: Proposed intersection improvement
Est total vol
SL. Existing Est Peak Hour
Location (k Improvement proposed
No. Chainage Vol (k PCU)
PCU)
Grade separator
1 10.200 xxx 53333 3599
Grade separator
2 28.000 xxx 64315 3884
Based on the traffic surveys, O-D surveys and layout of project road, <xx> toll plazas are
proposed along the project road:
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:
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
6
6. Environmental impact assessment
309
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
The existing RoW (x-y m) is <adequate/ in adequate> for the proposed widening and RoW
requirements as required by <<BRO> /Authority>. This will lead to the additional acquisition of <xx>Ha
across the states of <states1, 2>, affecting a total of <yy> villages in <zz> districts. In addition to
structures found to be encroaching the current Row, the required acquisition is poised to affect <xx>
residential and <yy> other structures.
Preliminary interactions have been held with locals to understand their issues and concerns and
help communicate the project plan and its impact on them. The key concerns of title and non-title holders
centered around:
<Key issues expressed over and above land being acquired, and compensation norms>
310
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:
Thane
Maharashtra (xx to yy) 137 90 10 70 10
A total of <xx cr> is expected to be awarded for the acquisition of land required for this project.
The land acquisition process is underway with a total of <xx> CALAs appointed, and 90% of land is
expected to be in possession by <xx, 20xx>.
Despite the best efforts of the consultant and various lad acquisition teams working to complete
land acquisition, it is envisaged that acquiring possession of the RoW for some specific sections of the
project road may prove to be difficult or be delayed inordinately. Such potential risks are highlighted
below:
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>
311
8.1. Utilities shifting estimates
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.
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>.
312
6 Junctions and interchanges
7 Toll plazas
8 User amenities
9 Traffic signs, road markings, other appurtenences
10 Miscellaneous
11 Maintenance of road during construction
A Total civil cost
12 Add contingencies @ x% on Z
B Estimated project cost
13 Construction supervision @ x% on Z
14 Agency charges @ x% on Z
15 Quality control changes @ x% on Z
16 Road safety cell audit charges @ x% on Z
17 Maintenance costs @ x% on Z
18 Escalation @ x% on Z
C Total project cost
19 R&R cost
20 Environment cost
21 Cost of shifting utilities
22 LA compensation cost
D Total capital cost
10. Material investigation
Material investigations were carried out to explore the availability and identify sources of suitable
material for the construction of the road.
<include details on additional material sources like construction rubble, moorum etc>
10.2. Sand
Sand is available in <close proximity> of the project site. Test results show that xx of yy sand
sources satisfy the minimum requirement for use in the project.
<Include details of additional potential for sources such as pond bed desilting, other excavation
happening>
10.3. Gravel
313
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>
10.5. 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>.
2 xx xxxx
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.
314
No borrow pit in vicinity, minimum lead of
2 223.00+ Soil of CBR >10%
40 km
315
Sl
No Value engineering opportunity Potential impact
316
12. Economic and financial analysis
The EIRR and NPV of the project has been carried out using <model/software> under multiple
scenarios, and the project returns <justify/do not justify> construction given an EIRR of xx in the best
case and yy in the worst case.
2. Sensitivity 2: Xx
3. Sensitivity 3: Xx
The results of the base case and sensitivity analysis are presented below:
The projected tollable traffic basis traffic survey and forecasts at the <xx> toll plazas suggested in
year <xx> is given below
317
Table 30: Tollable traffic on project stretch
1 @ Chainage 45.000
Toll Plaza 1 2
Bicycle 47 0
2 Wheeler 3320 0
3 Wheeler 32 0
Tractor 24 0
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
318
Figure 5: Equity IRR with increasing concession period for project road
In consultation with <BRO> , it is proposed to complete the proposed 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.
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:
319
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 <BRO> 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
On national highway NH No
Lanes 2 4
Bypasses proposed - 5
Major junctions 5 5
Minor Junctions 18 18
Major Bridges 4 6
Minor Bridges 19 21
ROBs 1 3
Vehicle/Pedestrian under/overpasses 16 25
320
Truck lay-byes (no) 2 8
Land acquisition 40
Utilities shifting 30
Estimated NPV 50
321