RFP Radhanpur Bypass
RFP Radhanpur Bypass
Appointment of Consultant
For
Consultancy Service for Construction of Radhanpur
Bypass (Connecting Palanpur - Radhanpur - Samakhyali
road (NH-27) to Radhanpur -Sami -Harij- Road (SH-55))
(Two lane) Ta: Radhanpur Dist: Patan (Preparing DPR,
DTP, Various Proposals of Utility Shifting and approval of
it from competent Authority) (2nd Attempt)
1
REQUEST FOR PROPOSAL
2
CONTENTS
(DATA SHEET) 14
3
SECTION 1. LETTER OF INVITATION
LETTER OF INVITATION (L.O.I.)
1. PREAMBLE
Executive Engineer R&B Division Patan on behalf of Government of Gujarat has decided to
appoint technical consultant for preparing the detailed project report of Consultancy service for
preparing of detail project for Consultancy Service for Construction of Radhanpur Bypass
(Connecting Palanpur - Radhanpur - Samakhyali road (NH-27) to Radhanpur -Sami -Harij-
Road (SH-55)) (Two lane) Ta: Radhanpur Dist: Patan (Preparing DPR, DTP, Various
Proposals of Utility Shifting and approval of it from competent Authority) (2nd Attempt) The
technical consultant is required to carry out all requisite Survey and Investigation, prepare G.A.D.
with an approval of by Railway, NHAI, DFCC & R&B, Nagarpalika, PGVCL, GWSSB, GETCO,
SSNNL, Irrigation Department, BSNL, OFC Cable Agency, Gas pipe line agency and other relevant
department for finalized alignment plan of Bypass. General Description of the Bypass, Cost of
estimate and prepare Detailed Design and Drawings of all the parts / components of bypass and its
approaches, BOQ, specifications & final cost estimate keeping in view the detailed design, based on
MORT&H standards and specifications of Government of India, Relevant latest I.R.C. codal
provisions, Executive Engineer R & B Division Patan standards and guide lines and sound
Engineering practices. Government of Gujarat (G.O.G.) has decided to appoint technical consultant
for the services mentioned hereunder in the scope of work as follows:-
2. BRIEF SCOPE OF WORK FOR D.P.R.
The scope of Consultancy services shall include work as follows: -
(a) To carry out Field Surveys for Proposed Bypass and its relevant structures
(b) To carry out Sub Soil Investigations for proposed Bypass and its relevant structures
(c) To examine suitability of Proposed Bypass with ROB, FOB, relevant Structures and
its approaches,
4
(d) To prepare General Arrangement Drawings and General lay out plans of Proposed
Bypass and its approaches to get the approval from Railway Dept., NHAI, DFCC &
Design circle of R & B Dept. Nagarpalika, PGVCL, GWSSB, SSNNL, Irrigation
Department, GETCO, BSNL, OFC Cable Agency, Gas pipe line agency and other
relevant department. General description of project to prepare Bill of Quantities and
Cost of Estimate for proposed Bypass with ROB, FOB, relevant Structures and its
approaches as per prevailing schedule of rates.
(e) To prepare detailed structural design of all components and to prepare Working
drawings for all components for Proposed Bypass with ROB, FOB, relevant
Structures and its approaches and to prepare BOQ and specifications.
(f) To prepared tender document in required details to support in procurement of
contractor.
(g) Utility shifting to prepare line diagrams for utility shifting & get approval from
concern Department.
3. Executive Engineer R&B Division Patan on behalf of Government of Gujarat now invites
proposals to provide for Consultancy Service for Construction of Radhanpur Bypass
(Connecting Palanpur - Radhanpur - Samakhyali road (NH-27) to Radhanpur -Sami -
Harij- Road (SH-55)) (Two lane) Ta: Radhanpur Dist: Patan (Preparing DPR, DTP,
Various Proposals of Utility Shifting and approval of it from competent Authority) (2nd
Attempt) Preparation of details project report for Proposed Bypass and its relevant structures and
circles junctions, state of Gujarat more details on the service are Terms of Reference.
Quantum / list of projects under the scope of work are as per document (section-7).
4. A technical consultant will be selected under Quality-and Cost-Based Selection (QCBS) and
procedures described in this RFP for the selection.
5. The RFP includes the following documents:
Definitions:
(a) “Client” means the agency to which the selected Consultant signs the Contract
for the Services.
(b) “Consultant” means any entity or person that may provide or provides the
Services to the Client under the Contract.
(c) “Contract” means the Contract signed by the Parties and all the attached
documents listed in its Clause 1, that is the General Conditions (GC), the
Special Conditions (SC), and the Appendices.
(d) “Data Sheet” means such part of the Instructions to Consultants used to reflect
assignment conditions.
(f) “Instructions to Consultants” (Section 2 of the RFP) means the document which
provides all information needed to prepare their Proposals.
(h) “Personnel” means professionals and support staff provided by the Consultant
assigned to perform the Services or any part thereof.
(i) “Proposal” means the Technical Proposal and the Financial Proposal.
(k) “Services” means the work to be performed by the Consultant pursuant to the
Contract.
(l) “Terms of Reference” (TOR) means the document included in the RFP as
Section 5 which explains the objectives, scope of work, activities, tasks to be
performed, respective responsibilities of the Client and the Consultant, and
expected results and deliverables of the assignment
(m) “D.P.R.” means detailed project report as per expected results and deliverables
of the assignment as explained at T.O.R.
(n) “Third party” means any person or entity other than the client and the
Consultant.
(o) “In writing” means communicated in written form with detailed project report.
6
1. Introduction
1.1 The Client named in the Data Sheet will select a consulting firm / organization (the
Consultant) in accordance with the method of selection specified in the Data Sheet and as per
Evaluation of Technical and Financial proposals at para 5.0 here under.
1.2 The Consultants are invited to submit a Technical Proposal and a Financial Proposal, as
specified in the Data Sheet, for consulting services required for the assignment named in the Data
Sheet. The Proposal will be the basis for contract negotiations and ultimately for a signed Contract
with the selected Consultant.
1.3 Consultants should familiarize themselves with local conditions and take them into account
in preparing their Proposals. To obtain first-hand information on the assignment and local conditions,
Consultants are advised to visit the Client before submitting a proposal and to attend a pre-proposal
conference if one is specified in the Data Sheet. Attending the pre-proposal conference is optional.
1.4 Consultants shall bear all costs associated with the preparation and submission of their
proposals and contract negotiation. The Client is not bound to accept any proposal, and reserves the
right to annul the selection process at any time prior to Contract award, without thereby incurring
any liability to the Consultants.
1.5 Consultants provide professional, objective, and impartial advice and at all times hold the
Client’s interest’s paramount, strictly avoid conflicts with other assignments or their own corporate
interests and act without any consideration for future work. Consultants shall not be hired for any
assignment that would be in conflict with their prior or current obligations to other clients or that
may place them in a position of not being able to carry out the assignment in the best interest of the
client.
1.6 Consultants may only submit one proposal. If a Consultant submits or participates in more
than one proposal, such proposals shall be disqualified.
7
1.7 The Data Sheet indicates how long Consultants’ Proposals must remain valid after the
submission date. During this period, Consultants shall maintain the availability of Professional staff
nominated in the Proposal. The Client will make its best effort to complete negotiations within this
period. Should the need arise; however, the Client may request Consultants to extend the validity
period of their proposals. Consultants who agree to such extension shall confirm that they maintain
the availability of the Professional staff nominated in the Proposal, or in their confirmation of
extension of validity of the Proposal, Consultants could submit new staff in replacement, who
would be considered in the final evaluation for contract award. Consultants who do not agree have
the right to refuse to extend the validity of their Proposals.
2.1 Consultants may request a clarification of any of the RFP documents before the pre proposal
meeting date as indicated in the Data Sheet. Any request for clarification must be sent in writing, or
by standard electronics means to the Client’s address indicated in the Data Sheet. The Client will
respond in writing, or by standard electronic means and will send written copies of the response
(including an explanation of the query but without identifying the source of inquiry) to all
Consultants. Should the Client deem it necessary to amend the RFP as a result of a clarification, it
shall do so following the procedure under para 2.2.
2.2 At any time before the submission of Proposals, the Client may amend the RFP by issuing an
addendum in writing or by standard electronic means. The addendum shall be sent to all Consultants
and will be binding on them. Consultants shall acknowledge receipt of all amendments. To give
Consultants reasonable time in which to take an amendment into account in their Proposals the
Client may, if the amendment is substantial, extend the deadline for the submission of Proposals.
8
3. Preparation of Proposals
3.1 The Proposal (see para 1.2), as well as all related correspondence exchanged by the
Consultants and the Client, shall be written in the language (s) specified in the Data Sheet.
Technical Proposal
3.2 In preparing their Proposal, Consultants are expected to examine in detail the documents
comprising the RFP. Material deficiencies in providing the information requested may result in
rejection of a Proposal.
3.3 While preparing the Technical Proposal, Consultants must give particular attention to the
following:
(a) Design Consultant should have survey and geotechnical investigation facilities of during
execution of assignment consultants can depute firm of repute for survey & geotechnical
investigations, however the total responsibility shall rest with consultants.
(b) Firm shall have established consultant office in state of Gujarat since last five years.
(c ) The firm should have not been black listed or debarred from any government organization in
last five years.
3.4 The Technical Proposal should provide the following information using the attached standard
forms (section 3):
(i) A brief description of the firm’s organisation and an outline of recent experience on
assignments (TECH-2A, B) of a similar nature. For each assignment the outline should indicate,
inter alias, the profiles and names of the staff provided, duration of the assignments, contract
amount and firm’s involvement.
(ii) A description of the methodology and work plan for performing the assignments (TECH-3 &
TECH-7).
(iii) The list of proposed staff team by speciality, the task that would be assign to each staff team
member (TECH-4).
(iv) CVs of recently signed by the key Professional staff and the authorized representative
submitting the proposal. (TECH-5).
(v) Estimates of the staff input needed to carry out the assignment, supported by bar chart
diagrams showing the time proposed for each key professional staff key member. (TECH-6). The
staff-months input should be indicated separately for field activities, and office work.
(vi) Any additional information requested in the data sheet.
3.5 The Technical Proposal shall not include any financial information.
9
Financial Proposal
3.6 In preparing the Financial proposal, Consultants are expected to take into account the all
requirements and the conditions of the RFP documents for list of Bridge projects (section-7). The
Financial Proposal should follow standard forms (section 4). It lists all costs associated with the
assignment, including (a) remuneration for staff and (b) reimbursements such as transportations,
mobilisation and demobilisation, services and equipments (vehicles, office equipments, furniture and
supplies), office rent, insurance, printing of documents, surveys and training, with incurrence of all
prevailing taxes etc.
3.7 The Financial Proposal should clearly identify a total amount inclusive of the all taxes,
duties, fees, levies and other charges imposed under the applicable law on the Consultant.
4.1 The Proposal (Technical Proposal and Financial Proposal) shall be prepared using the
formats (Section-3 and Section-4) and software platform stipulated by the service provider. When
additional information is to be given, the same shall be on soft media attached and using software
compatible with E tendering facility provided by the service provider.
4.2 The tender fee shall be paid before date as indicated in the Data Sheet. The Technical and
Financial standard forms Proposal shall be downloaded at any time from Date :14/06/2024 to
Dt.28/06/2024 The last date of online submission on website (www.nprocure.com) shall be up to 18
hours on Dt.28/06/2024. The technical bid shall be opened at 11 hours on Date:29/06/2024. Only
those firms’ proposals will be opened who have paid necessary tender fees.
4.3 The Financial Proposal shall remain sealed with Client until all submitted technical proposals
are opened and evaluated by Client.
10
5. Proposal Evaluation
5.1 From the time the Proposals are opened to the time the Contract is awarded, the Consultants
should not contact the Client on any matter related to its Technical and/or Financial Proposal. Any
effort by consultants to influence the Client in the examination, evaluation, ranking of Proposals, and
recommendation for award of Contract may result in the rejection of the Consultants’ Proposal.
5.6 The Client shall correct any computational errors. When correcting computational errors, in
case of discrepancy between a percentage (%) and the net tendered amount, or between word and
figures the formers will prevail.
11
5.7 The lowest Financial Proposal (Fm) will be given a financial score of 100 points. The
financial scores (Sf) of the other Financial Proposals will be computed as indicated at Sr. No. 15 of
the Data Sheet.
Proposals will be ranked according to their combined technical (St) and Financial (Sf) scores using
the weights indicated in the Data Sheet:
S=St x T + Sf x P.
6. Negotiations
6.1 Negotiations will be held at the date and address indicated in the Data Sheet. The invited
Consultant will, as a pre-requisite for attendance at the negotiations, confirm availability of all
Professional staff. Failure in satisfying such requirements may result in the Client proceeding to
negotiate with the Consultant whose combined technical and financial scores evaluated as second
highest one. Representatives conducting negotiations on behalf of the Consultant must have written
authority to negotiate and conclude a Contract.
6.2 Negotiations will include a discussion of the Technical Proposal, the proposed technical
approach and methodology, work plan, and organization and staffing, and any suggestions made by
the Consultant. The Client and the Consultants will finalize staffing schedule, work schedule,
logistics, and reporting. The Client shall prepare minutes of negotiations which will be signed by the
Client and the Consultant.
6.3 Negotiations will conclude with a review of the draft Contract. To complete negotiations the
Client and the Consultant will initial the agreed Contract. If negotiations fail, the Client will invite
the Consultant whose combined technical and financial scores evaluated as second highest one will
be invited to negotiate a Contract.
12
7. Award of Contract
7.1 After completing negotiations the Client will award the Contract to the selected Consultant.
7.2 The Consultant is expected to commence the assignment on the date of award.
13
DATA SHEET
Information to Consultants
1. Name of the Client: Executive Engineer R & B Division Patan on behalf of Government
Of Gujarat
Method of selection: Quality and Cost Based Selection (QCBS)
2. Financial Proposal to be submitted together with Technical Proposal.
Name of the assignment is for Consultancy Service for Construction of Radhanpur Bypass
(Connecting Palanpur - Radhanpur - Samakhyali road (NH-27) to Radhanpur -Sami -
Harij- Road (SH-55)) (Two lane) Ta: Radhanpur Dist: Patan (Preparing DPR, DTP,
Various Proposals of Utility Shifting and approval of it from competent Authority) (2nd
Attempt)
FOR LIST OF BRIDGE PROJECTS AT SECTION-7.
3. Tender Fees deposit of Rs.1500.00 to be deposited (online) between Date:29/06/2024
to Dt.05/07/2024
4. Download of R.F.P. documents (online) between Date:14/06/2024 to Dt.28/06/2024
5. A Pre-Proposal conference will be held on Date: 21/06/2024, at 12:00 Hrs.
Office of the Superintending Engineer,
R & B Circle, Opp. Circuit House
Ahmedabad – Mehsana Highway
Mehsana Gujarat.
Telephone: - Facsimile:
Telephone:
15
13. EVALUATION CRITERIA FOR TECHNICAL PROPOSAL OF CONSULTANT
AND TECHNICAL SCORE (St)
Sr.
Broad Parameters Marks
No.
I Financial Strength of the Firm 10
II Manpower Details of the Firm 45
III Experience of the Firm 45
I FINANCIAL STRENGTH
Total Marks: 10
Sr. Average Yearly Income From Consultancy of last 5 yrs.
Marks
No. (Rs. Cr.)
1 <=2. 5 5.00
2 > 2.5 10.00
II MANPOWER DETAILS
Total Marks: 45
Sr.
Parameters Marks
No.
A Qualified Manpower 40
B Total Manpower Strength & I.T. Infrastructure 5
16
Sub criteria for Category A (qualified Manpower by Category / Branch of Expertise)
A-1:- TEAM LEADER cum SENIOR HIGHWAY ENGINEER
Sr. Description Max.
No. Points
I General Qualification 25
i) Degree in Civil Engineering or equivalent [AICTE Approved] 20
ii) Post Graduation in Highway Engg./Structures/Traffic and Transportation/Soil Mechanics and 5
Foundation Engineering/Construction Management/ Transportation[AICTE Approved]
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<15 years 0
15-18 years 11
>18-21 years 13
> 21 years 15
(b) Experience in Highway Projects- Experience in Planning, project preparationand design of 25
Highway Projects (2/4/6 laning of NH / SH / Expressways)
<12 years 0
12-15 years 19
>15-18 years 22
>18 years 25
c) Experience in Similar Capacity 30
(i) In Feasibility of 2/4/6 laning works or DPR/IC/Construction Supervision of major highway 20
projects i.e., 2/4/6 laning of NH/SH/Expressways in Similar Capacity (Minimum Aggregate
length of 80 km)
< 80km 0
80 km-150km 15
>150km-250km 17
> 250km 20
(ii) In Feasibility of 2/4/6 laning works or DPR/IC/Construction Supervision ofmajor highway 10
projects i.e., 2/4/6 laning of NH/SH/ Expressways in Similar Capacity- Number of Projects
< 2 projects 0
2 projects 8
3- 5 projects 9
> 5 projects 10
III Employment with Firm 5
> 1 Year 0
1 year 3
S. No. Description Max. Points
Add 0.5 marks for each subsequent year subject to maximum of 2
marks
Total 100
17
A- 2 : HIGHWAY cum PAVEMENT ENGINEER
S. Description Max.
No. Points
I General Qualification 25
i) Degree in Civil Engineering or equivalent [AICTE Approved] 20
ii) Post graduation in Highway Engg/ Transportation Engineering [AICTE Approved] 5
18
A- 3: SENIOR BRIDGE ENGINEER
19
A- 4 : Traffic / Road Signage / Marking and Safety Expert
20
A –5 : MATERIAL ENGINEER cum GEOTECHNICAL ENGINEER cum GEOLOGIST
21
A- 6: SENIOR SURVEY ENGINEER
23
A – 8 : QUANTITY SURVEYOR/DOCUMENTATION EXPERT
24
A –9 UTILITY EXPERT
25
B-1) Total Manpower Strength
Total Marks: 2.5
Sr.
Nos. Marks
No.
1 ≤ 15 1
2 > 15 to 30 1.5
3 > 30 2.5
26
Sub criteria for A
Specific experience of the DPR consultancy related to the assignment for eligibility
1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane projects
Marks: 15
Sr.
Description % of Total Marks
No.
1.1.1 More than the indicative Length of the package applied for 10
1.1.2 More than 2 times the indicative length of the package
12
applied for
1.1.3 More than 3 times the indicative length of the package
15
applied for
1.2 DPR for 2/4/6 laning projects each equal to or more than 40 % of indicative
length of a package applied for (or Feasibility Study for 2/4/6 laning projects
each equal to or more than 60 % of indicative length of a package applied for)
1.3 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 lanning project.
For 4/6 lanning 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"
Marks: 10
Sr.
Description % of Total Marks
No.
1.2.1 1 project 8
1.2.2 2 projects 9
1.2.3 ≥ 3 projects 10
27
Sub criteria for C
Highway Professionals * working with the firm
Marks: 10
Sr.
Description % of Total Marks
No.
1 < 10 nos. 2
2 10-20 nos. 6
3 >20-30 nos. 8
4 > 30 nos. 10
14. The minimum technical score (St) required to pass is: 75 marks
14a the annual turnover (avg. last 5 years) of the firm should be equal to or more than 2.50
Crore, otherwise Not eligible for bid.
Escalation Factor
Following enhancement factors will be applied to annual turnover to bring them to the base
year. The current financial year in which bid is invited shall be considered as the base year
Year Financial Year Enhancement factor
Base (Year of inviting tender) 2024 - 2025 1.00
1 2023 - 2024 1.10
2 2022 - 2023 1.21
3 2021 - 2022 1.33
4 2020 - 2021 1.46
5 2019 - 2020 1.61
14b The firm should have established design office in State of Gujarat since last 5 years.
14c The firm should have successfully got minimum 1 (one) No. approval of GAD for any
type of major bridge, approval of GAD for ROB from Railway /DFCC and GAD for
FOB from NHAI/PWD/ R & B, or any concern government authority otherwise not
eligible for bid.
15. The formula for determining the financial scores is the following:
Sf =100 x Fm/F, in which Sf is the financial score, Fm is the lowest price, and F is the
price of the proposal under consideration
The weights given to the technical (T) and Financial (P) proposals are:
T= 0.7
P= 0.3
28
SECTION 3. TECHNICAL PROPOSAL - STANDARD FORMS
TECH-3 Description of the Approach, Methodology and Work Plan for Performing the
Assignment
29
Form TECH-1 Technical Proposal Submission Form
[Location, Date]
We, the undersigned, offer to provide the consulting services for for Consultancy Service for
Construction of Radhanpur Bypass (Connecting Palanpur - Radhanpur - Samakhyali
road (NH-27) to Radhanpur -Sami -Harij- Road (SH-55)) (Two lane) Ta: Radhanpur
Dist: Patan (Preparing DPR, DTP, Various Proposals of Utility Shifting and approval of
it from competent Authority) (2nd Attempt) in accordance with your Request for Proposal
dated [Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes
this Technical Proposal and Financial Proposal.
We hereby declare that all the information and statements made in this Proposal are true
and accept that any misinterpretation contained in it may lead to our disqualification.
If negotiations are held during the period of validity of the Proposal, i.e., before [Insert
Date]. we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding
upon us.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
30
Form TECH-2 Consultant’s Organization and Experience
A - Consultant’s Organization
[Provide here a brief description of the background and organization of your firm/entity and
each associate for this assignment. Parameters covering Financial strength of the Firm,
Manpower Details of the Firm and Experience of the Firm shall be elaborated as para 13(I),
(II), (III) of DATA SHEET for evaluation of Technical Score (St).]
31
B - Consultant’s Experience
Using the format below, provide information on each reference assignment for which your firm
for carrying out consulting services similar to the ones requested under this assignment.
Name of associated Consultants, if any: Name of senior professional staff of your firm
involved and functions performed (indicate
most significant profiles such as Principal
Consultant, Senior Consultant):
32
FORM TECH-3 DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR
PERFORMING THE ASSIGNMENT
[Technical approach, methodology and work plan are key components of the Technical
Proposal. You are suggested to present your Technical Proposal (inclusive of charts and
diagrams) divided into the following three chapters:
a) Technical Approach and Methodology. In this chapter you should explain your
understanding of the objectives of the assignment, approach to the services, methodology for
carrying out the activities and obtaining the expected output, and the degree of detail of such
output. You should highlight the problems being addressed and their importance, and explain
the technical approach you would adopt to address them. You should also explain the
methodologies you propose to adopt and highlight the compatibility of those methodologies
with the proposed approach.
b) Work Plan. In this chapter you should propose the main activities of the assignment, their
content and duration, phasing and interrelations, milestones (including interim approvals by
the Client), and delivery dates of the reports. The proposed work plan should be consistent
with the technical approach and methodology, showing understanding of the TOR and ability
to translate them into a feasible working plan. A list of the final documents, including reports,
drawings, and tables to be delivered as final output, should be included here. The work plan
should be consistent with the Work Plan of Form TECH-7.
c) Organization and Staffing. In this chapter you should propose the structure and
composition of your team. You should list the main disciplines of the assignment, the key expert
responsible, and proposed technical and support staff.]
33
FORM TECH-4 TEAM COMPOSITION AND TASK ASSIGNMENTS
Professional Staff
Name of Firm From To Year Area of Position Task
Staff Year Expertise Assigned Assigned
34
FORM TECH-5 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF
Passport
Size Photo
1. Proposed Position [only one candidate shall be nominated for each position]: copy
7. Other Training [Indicate significant training since degrees under 5 - Education were
obtained]:
8. Countries of Work Experience: [List countries where staff has worked in the last ten years]:
9. Languages [For each language indicate proficiency: good, fair, or poor in speaking,
reading, and writing]:
10. Employment Record [Starting with present position, list in reverse order every employment
held by staff member since graduation, giving for each employment (see format here below):
dates of employment, name of employing organization, positions held.]:
From [Year]: To [Year]:
35
Employer:
Positions held:
11. Detailed Tasks Assigned 12. Work Undertaken that Best Illustrates Capability to
Handle the Tasks Assigned
Year:
Location:
Client:
Positions held:
Activities performed:
13. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications, and my experience. I understand that any wilful
misstatement described herein may lead to my disqualification or dismissal, if engaged.
Date:
[Signature of staff member or authorized representative of the staff] Day/Month/Year
36
FORM TECH-6 STAFFING SCHEDULE
_______________________________________________________________________________________________________
[office]
[office]
[office]
[office]
[office]
1 Months are counted from the start of the assignment. For each staff indicate separately staff
input for field and office work.
37
Form TECH-7 Work Plan
______________________________________________________________________________
1 Indicate all main activities of the assignment, including delivery of reports (e.g.: inception,
interim, and final reports), and other benchmarks such as Client approvals.
2 Duration of activities shall be indicated in the form of a bar chart.
38
SECTION 4. FINANCIAL PROPOSAL - STANDARD FORMS
39
FORM FIN-1 FINANCIAL PROPOSAL SUBMISSION FORM
______________________________________________________________________________
[Location, Date]
Dear Sirs,
We, the undersigned, offer to provide the consulting services for Consultancy Service for
Construction of Radhanpur Bypass (Connecting Palanpur - Radhanpur - Samakhyali road
(NH-27) to Radhanpur -Sami -Harij- Road (SH-55)) (Two lane) Ta: Radhanpur Dist: Patan
(Preparing DPR, DTP, Various Proposals of Utility Shifting and approval of it from
competent Authority) (2nd Attempt) in accordance with your Request for Proposal dated [Insert
Date]. Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures1]
for list of Bridge projects (section-7). This amount is inclusive of all taxes.
No extra amount will be payable to us due to any deviations in the total area of bridge or
due to change in alignment against approximate bridge area mentioned at form FIN-2.
Our Financial Proposal shall be binding upon us up to expiration of the validity period of
the Proposal.
We undertake that, in competing for (and, if the award is made to us in executing) the
above contract, we will strictly observe the laws against fraud and corruption in force namely
“Prevention of Corruption Act 1988”.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
40
FORM FIN-2 SUMMARY OF COST
Item Item of Work Estimated Cost for
No. Consultancy Services.
(Including all taxes)
In Figures In Words
in Rupees
1 2 3 4
1 Consultant services to carry out all requisite Surveys and sub- 30,30,000 Rupees
soil investigations as per I.R.C. Codal provisions, prepare THIRTY
General Arrangement Drawings for Bypass and its relevant LACS
strucutres with all necessary procedure will be carry out by THIRTY
tenderer for sanctioning / approval from DFCC / railway
THOUSAND
department/ NHAI/ R&B department / Nagarpalika / PGVCL
/ Forest /GWSSB / GETCO /SSNNL/Irrigation department/
only
BSNL / OFC Cable Agency / Gas pipe line agency and other
relevant department at every stages of concern department.
General description of Bypass and its relevant structures, cost
of estimate and prepared detailed design and drawings of all
the part / components of Bypass and its structures. BOQ and
Specification keeping in view the technical and feasibility
study, based on MORT & H standards and specifications of
Govt. of India. Relevant latest I.R.C. codal provision,
prevelant Roads & Building Department / standards and
guidelines and sound Engineering practices and as per
instructions of client. to get Approval of Design from R & B
Design Circle Gandhinagar. For Bypass and its strucutres
with all necessary sanction R&B department accorded by
tenderer. (Rate Includes all necessary testing and
investigation charges and all prevailing taxes like GST etc.)
Total.... 30,30,000 Rupees
THIRTY
LACS
THIRTY
THOUSAND
only
I/am we/are willing to carry out the work at _____% above /below _____________ percent
(should be written in figures and words) of the estimated rates mentioned above. Amount of
my/our tender works out as under.
* Estimated amount put to tender * Estimated amount put to tender
Rs. ____________________ Rs. ____________________
Deduct: _____ %below Rs. ________________ Add: _____ %above Rs. ________________
Net Rs. ______________________ Total Rs. ______________________
In words ___________________________ In words __________________________
_______________________________________ _____________________________________
{* Strike whichever is not applicable.}
42
APPENDIX OF FIN-2:
1 2 3 4 5 6 7 8
1 Patan Radhanpur - - 7800Mtr 5015.00
Consultancy Service for Construction
of Radhanpur Bypass (Connecting Bypass
Palanpur - Radhanpur - Samakhyali (Connecting
road (NH-27) to Radhanpur -Sami - Palanpur
Harij- Road (SH-55)) (Two lane) Ta: Samakhyali
Radhanpur Dist: Patan (Preparing road NH-27
DPR, DTP, Various Proposals of to
Radhanpur
Utility Shifting and approval of it from
competent Authority) Sami Harij
Road SH-55
Total Cost 5015.00 Lakh
43
SECTION 5. TERMS OF REFERENCE (T.O.R.)
(b) To carry out soil investigations for Bypass alignment in the presence of concerned
technical field officer.
After the selection of final alignment and outline Bridge Structure sub soil
investigation may be carried out by taking bores in the presence of concerned technical
field officer, at least at 30 mt. interval or at piers / abutments locations of bridge
whichever is more and taken up to a required depth depending upon the type and depth of
foundations requirement from the existing ground levels. Drilling of bores and collection
of soil samples for atleast one / two bore must be taken in presence of Government
technical staff not below the rank of Assistant Engineer (AE)., whose counter sign must
be marked on Bore Log of final sub soil investigation report submitted. Disturbed and
undisturbed samples should be collected and SPT values should be recorded. All soil tests
i.e. field and lab tests as required for designing the various components of Bridge /roads
structure to be carried out and should be tested by Government approved laboratories.
SBC / ABP at the location of the foundation of piers / abutments of bridge and at the
foundation levels of the retaining walls or any other important component shall be
computed. Consultant has to got tested minimum 10% of sub soil investigations / Bore
samples out of total samples collected between maximum S.R.L. and F.R.L. and below
F.R.L., by Gujarat Engineering Research Institute (GERI).
Preliminary and Detailed sub-soil investigation and all field tests and lab tests
shall be in accordance with cl. 704-IRC-78-2000 and Appendix-2 of IRC-78-2000.
46
For flexible pavement portion S.B.C., C.B.R., and other required tests according
to I.R.C. for road design shall have to be done by consultant.
The Consultant shall submit signed two sets of Detailed sub soil investigation
report including GERI’s test results to S.E. Designs (R & B) Circle, Gandhinagar.
Concurrence to sub soil investigation reports and final founding strata parameters
will be given by S.E. Designs (R & B) Circle, Gandhinagar to Consultant for the Design
of foundation for various bridge components.
(d) To prepare General Arrangement Drawings and General lay out plans and to
prepare Bill of Quantities, Specifications and Cost of Estimate for major bridge
and other relevant structure in Bypass Alignment.
Before preparation of general arrangement drawing for major bridge structure in
Bypass Alignment project to provide footpath or not, other services, High level /
Submersible, Carriage way width or any other requirements shall be done in consultation
with Designs (R & B) Circle, Gandhinagar.
Based on above site survey and detailed sub soil investigation reports, the
Consultant will have to suggest a suitable structure of bridge. The suggested bridge
structure should be economical, aesthetic in appearance, a viable for speedy construction
with modern techniques, better earthquake resistant, permitting good quality of riding
surface with continuous span superstructure if possible.
As soon as comments or suggestions are received from S.E. Designs (R&B)
Circle, Gandhinagar, Railway authority of India, DFCC and NHAI on the General
arrangement drawing and preliminary report, the consultant will carry out necessary
modifications and submit final General Arrangement Drawing, lay out plans and General
Description of the project. If required consultant will have to resubmit the proposal
complying with the remarks raised by S.E. Designs (R& B) Circle, Gandhinagar, and
NHAI for which no extra payment will be allowed.
Consultant shall prepare and supply BOQ, specification & Cost Estimates for all
items of the work. Variations between final BOQ after detailed design approval shall not
be more than 10%. Special Technical specifications for new items proposed, where
necessary shall also be supplied by the consultant. Cost Estimates shall be prepared as per
Roads & Building Department practices, adopting latest S.O.R. of Patan districts in
consultation with concerned authorities.
47
For any special items / Non S.O.R. items of the work, consultant has to prepare
and supply rate analysis / market rate, which is considered for preparation of estimate.
Approach road estimate should include borrow pit area chart for required material
with respect to quality and quantity of material in nearby area.
Major bridge estimate should be got approved from S.E. Designs (R & B) Circle,
Gandhinagar, Railway Over/Under bridge portion should be got approved from Western
railway authority and Approach estimate and specifications should be got approved from
concerned field officer.
(E) General
Primary Tasks
i. Review of all available reports and published information about the project road and
the project influence area;
ii. Environmental and social impact assessment, including such as related to cultural
properties, natural habitats, involuntary resettlement etc.
ii (a). Public consultation, including consultation with Communities located along the
road, NGOs working in the area, other stake-holders and relevant Government
departments at all the different stages of assignment (such as inception stage,
feasibility stage, preliminary design stage and once final designs are concretized).
iii. Detailed Reconnaissance;
iv. Identification of possible improvements in the existing alignment and bypassing
congested locations with alternatives, evaluation of different alternatives comparison
on techno-economic and other considerations and recommendations regarding most
appropriate option;
v. Traffic studies including traffic surveys and Axle load survey and demand forecasting
for next thirty years;
vi. Inventory and condition surveys for road;
vii. Inventory and condition surveys for bridges, cross-drainage structures, other
Structures, river Bank training/Protection works and drainage provisions;
viii. Detailed topographic surveys using LiDAR equipped with minimum engineering grade
system or any other better technology having output accuracy not less than (a)
specified in IRC SP 19 (b) Total Station (c) GPS/ DGPS. The use of conventional
high precision instruments i.e Total Station or equivalent can be used at locations
such as major bypasses, water bodies etc. where it may not be possible to survey using
LiDAR. Use of mobile / Aerial LiDAR survey is preferable.
ix. Pavement investigations;
48
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 if required by client.
xxiii. Design of weighing stations, parking areas and rest areas if required by client.
xxiv. Any other user oriented facility en-route toll facility.
xxv. Tie-in of on-going/sanctioned works of MORT&H/ Road and Building Department/
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.
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.
49
The consultant shall study the possible locations and design of toll plaza, wayside
amenities required and arboriculture along the highway shall also be planned.
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.
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 Road and Building
Department 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.
1. (i) The Consultants should have detailed Quality Assurance Plan (QAP) for all field
studies including topographic surveys, traffic surveys, engineering surveys and
investigations, design and documentation activities. The quality assurance
plans/procedures for different field studies, engineering surveys and investigation,
design and documentation activities should be presented as separate sections like
engineering surveys and investigations, traffic surveys, material geo-technical and
sub-soil investigations, road and pavement investigations, investigation and design of
bridges & structures, environment and R&R assessment, economic & financial
analysis, drawings and documentation, preparation, checking, approval and filing of
calculations, identification and tractability of project documents etc. Further,
additional information as per format shall be furnished regarding the details of
personal who shall be responsible for carrying out/preparing and checking/verifying
various activities forming part of feasibility study and project preparation, since
inception to the completion of work. The detailed Draft QAP Document must be
discussed and finalized with the concerned Road and Building Department officers
immediately upon the award of the Contract and submitted as part of the inception
report.
(ii) It is imperative that the QAP is approved by Road and Building Department before the
Consultants start the field work.
i. Required data formats for some reports, investigations and documents are discussed
in Terms of Reference.
50
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 Terms of Reference.
iv. The proposed data forms will need to be submitted for the approval of Road and
Building Department 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;
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
51
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.
Traffic Surveys
1. The type of traffic surveys and the minimum number of survey stations shall normally
be as under, unless otherwise specifically mentioned.
3. The methodology of collection and analysis of data, number and location of traffic
survey stations shall be finalized in consultation with Road and Building Department
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
52
technologies.
2. Consultant shall use ATCC systems that can meet the following accuracy levels after
validation/ calibration:
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:
LC LCV-PassengerLCV-Freight
5. All results shall be presented in tabular and graphical form. The survey data shall be
analyzed to bring out the hourly and daily variations. The traffic volume count per day
shall be averaged to show a weekly average daily traffic (ADT) by vehicle type. The
annual average daily traffic (AADT) shall be worked out by applying seasonal factors.
53
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 Road and Building
Department.These will be essentially required around congested towns to delineate
through traffic. The road side interviews shall be carried out on random sample basis
and cover all four-wheeled vehicles. The location of the O-D survey and commodity
movement surveys shall normally be same as for the classified traffic count.
2. The location of origin and destination zones shall be determined in relation to each
individual station and the possibility of traffic diversion to the Project Road from/to
other road routes including bypasses.
3. The trip matrices shall be worked out for each vehicle type information on weight for
trucks should be summed up by commodity type and the results tabulated, giving total
weight and average weight per truck for the various commodity types. The sample size
for each vehicle type shall be indicated on the table and also in the graphical
representations.
4. The data derived from surveys shall also be analyzed to bring out the lead and load
characteristics and desire line diagrams. The data analysis should also bring out the
requirement for the construction of bypasses.
5. The distribution of lead and load obtained from the surveys should be compared. The
axle load surveys shall normally be done using axle load pads or other sophisticated
instruments. The location(s) of count station(s) and the survey with those derived from the
axle load studies.
6. The commodity movement data should be duly taken into consideration while making
the traffic demand estimates.
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.
54
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 Road and
Building Department officials. The proposal in response to this TOR shall clearly
indicate the number of locations that the Consultants wish to conduct turning
movement surveys and the rationale for the same.
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 Road and Building Department. However, a few buses may
be weighed in order to get an idea about their loading behavior. While selecting the
location(s) of axle load survey station(s), the locations of existing bridges with load
restrictions, if any, should be taken into account and such sites should be avoided.
2. Axle load surveys shall normally be done using axle load pads or other sophisticated
instruments. The location(s) of count station(s) and the survey methodology including
the data formats and the instrument type to be used shall be finalized before taking up
the axle load surveys
3. The axle load data should be collected axle configuration-wise. The number of
equivalent standard axles per truck shall be calculated on the basis of results obtained.
The results of the survey should bring out the VDF for each truck type (axle
configuration, if the calculated VDF is found to be below the national average, then
national average shall be used. Furthermore, the data from axle load surveys should be
analyzed to bring out the Gross Vehicle Weight (GVW) and Single Axle Load (SAL)
Distributions by truck type (axle configuration).
4. The Consultant shall ascertain from local enquiries about the exceptional live loads that
have used the highway in the past in order to assess the suitability of existing bridges
to carry such loads.
Speed-Delay Surveys
The Consultants shall carry out appropriate field studies such as moving car survey to
determine running speed and journey speed. The data should be analyzed to identify
sections with typical traffic flow problems and congestion. The objective of the survey
55
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.
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
56
most likely traffic growth. The growth factors shall be worked out for five-yearly
intervals.
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.
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 Road and Building Department's comments. The data
and the charts should also accompany the rationale for the selection of traffic survey
stations.
58
Topographic Surveys
1. The basic objective of the topographic survey would be to capture the essential ground
features along the alignment in order to consider improvements and for working out
improvements, rehabilitation and upgrading costs. The detailed topographic surveys
should normally be taken up after the completion of reconnaissance surveys.
2. The carrying out of topographic surveys will be one of the most important and crucial
field tasks under the project. Technologies which can meet the following accuracy
levels shall be adopted. For land based surveys (a) Fundamental horizontal accuracy of
5cm or better (b) Fundamental vertical accuracy of 5cm or better (c) More than 50
points shall be measured per sq. m and for aerial based surveys (a) Fundamental
horizontal accuracy of 5 cm or better (b) Fundamental vertical accuracy of 5 cm or
better (c) More than 10 points shall be measured per sq. m. To establish accuracy, a
check point survey using DGPS (for horizontal accuracy) and Auto Level (for vertical
accuracy) shall be carried out to establish the fundamental horizontal and vertical
accuracy. A minimum of 25 check points, or check points once every 4 km should be
established, and these should be strictly different from any geo-referencing or control
network points.
3. The following are the set of deliverables which should be submitted after completion
of survey:
(a). Raw DGPS data for the entire highway length and adjoining areas of interest
(b). Point cloud data or equivalent for the entire highway length and adjoining areas of
interest in a format/ platform as per industry good practice which shall be amenable to
operations by Road and Building Department / Consultant. Road and Building
Department 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
59
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 centre-line at safe places within the ROW
ii. The detailed field surveys would essentially include the topographic surveys along the
proposed location of bridge and alignment of approach road.
iii. The detailed topographic surveys should be carried out along the approach roads
alignment and location of bridge approved by Road and Building Department.
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.
(i). The width of the survey corridor should take into account the alignment including the
extent of embankment and cut slopes and the general ground profile. While carrying
out the field surveys, the widening scheme (i.e. right, left or symmetrical to the centre
line of the existing carriageway) should be taken into consideration so that the
topographic surveys cover sufficient width beyond the centre line of the proposed
divided carriageway. Normally the surveys should extend a minimum of 30 m beyond
either side of the centre line of the proposed divided carriageway or land boundary
whichever is more
(ii). In case the reconnaissance survey reveals the need for bypassing the congested
locations, the traverse lines would be run along the possible alignments in order to
identify and select the most suitable alignment for the bypass. The detailed topographic
surveys should be carried out along the bypass alignment approved by Road and
Building Department. 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
60
alignment, or where it is felt that the existing alignment can be improved upon through
minor adjustments.
(iv). Where existing roads cross the alignments, the survey will extend a minimum of100 m
either side of the road centre line and will be of sufficient width to allow improvements,
including at grade intersection to be designed.
ii. Establishing Bench marks at site connected to GTS Bench marks at a interval of250
metres on Bench mark pillar made of RCC as mentioned above with RL and BM No.
marked on it with red paint.
iii. Boundary Pillars- Wherever the proposed alignment follows the existing alignment,
the boundary pillars shall be fixed by the DPR consultant at an interval of 200m on
either side of proposed Right of Way. Wherever there is a proposal of realignment of
the existing Highway and/or construction of New Bypasses, Consultant shall fix
boundary pillars along the proposed alignment on the extreme boundary on either side of
the project Highway at 50 m interval. Boundary pillars shall be strictly provided as
per IRC:25:1967.
The topographic surveys for longitudinal and cross-sections shall cover the following:
i. Longitudinal section levels along final centre line shall be taken at every 10 m interval.
The levels shall be taken at closer intervals at the curve points, small streams, and
intersections and at the locations of change in elevation. The interval shall also be
modified as per IRC:SP-19 for rolling, mountainous & steep terrain.
ii. Cross sections at every 50 m interval in full extent of survey covering sufficient number
of spot levels on existing carriageway and adjacent ground for profile correction
course and earth work calculations. Cross sections shall be taken at closer interval at
curves. The interval shall be modified as per IRC SP 19 for rolling, mountainous & steep
terrain.
iii. Longitudinal section for cross roads for length adequate for design and quantity
estimation purposes.
iv. Longitudinal and cross sections for major and minor streams shall cover Cross section
of the channel at the site of proposed crossing and few cross sections at suitable
61
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) forest clearance 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.
62
Road and Pavement Investigations
The Consultants shall carry out detailed field studies in respect of road and pavement. The
data collected through road inventory and pavement investigations should be
sufficient to meet the input requirements of HDM-IV.
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:
63
2. The data should be collected in sufficient detail. The data should be compiled and
presented in tabular as well as graphical form. The inventory data would be stored in
computer files using simple utility packages, such as EXCEL.
1. Pavement Composition
i. The data concerning the pavement composition may be already available with the
PWD. However, the consultants shall make trial pits to ascertain the pavement
composition. The test pit interval will be as per Para 4 below.
ii. For each test pit, the following information shall be recorded:
test pit reference (Identification number, location):
pavement composition (material type and thickness); and
subgrade type (textural classification) and condition (dry, wet)
embankment (composition and geometry)
i. Detailed field studies shall be carried out to collect road and pavement surface
conditions. The data should generally cover:
pavement condition (surface distress type and extent);
shoulder condition;
embankment condition; and
drainage condition
64
Unpaved: material loss, rut depth and corrugation,
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.
65
Subgrade Characteristics and Strength
1. Based on the data derived from condition (surface condition, roughness) and structural
strength surveys, the project road section should be divided into segments
homogenous with respect to pavement condition and strength. The delineation of
segments homogenous with respect to roughness and strength should be done using
the cumulative difference approach (AASHTO, 1993).
2. The data on soil classification and mechanical characteristics for soils along the existing
alignments may already be available with the PWD. The testing scheme is, therefore,
proposed as given under:
(i). For the widening (2-Laning) of existing road within the ROW, the Consultants shall test
at least three sub-grade soil samples for each homogenous road segment or three
samples for each soil type encountered, whichever is more.
(ii). For the roads along new alignments, the test pits for sub grade soil shall be @5km or
for each soil type, whichever is more. A minimum of three samples should be tested
corresponding to each homogenous segment.
(i). in-situ density and moisture content at each test pit (ii). Field CBR using DCP at
each test pit
(iii). Characterization (grain size and Atterberg limits) at each test pit and,
(iv). Laboratory moisture-density characteristics (modified AASHTO compaction);
(v). Laboratory CBR (unsoaked and 4-day soak compacted at three energy levels) and swell.
4. For problematic soils, the testing shall be more rigorous. The characteristics with
regard to permeability and consolidation shall also be determined for these soils. The
frequency of sampling and testing of these soils shall be finalized in consultation with
the Road and Building Department officers after the problematic soil types are
identified along the road sections.
5. The laboratory for testing of material should be got approved from Road and Building
Department before start of work.4.11.4 Investigations for Bridges and Structure
66
Inventory of Bridges, Culverts and Structures
The Consultants shall make an inventory of all the structures (bridges, viaducts,
ROBs/RUB and other grade separated structures, culverts, etc.) along the alignment
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 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
67
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 pro-
forma of IRC-SP:35. The condition and structural assessment survey of the bridges /
culverts / structures shall be carried out by senior experts of the Consultants.
3. For the bridges identified to be in a distressed condition based upon the visual
condition survey, supplementary testing shall be carried out as per IRC-SP:35 and IRC-
SP:40. Selection of tests may be made based on the specific requirement of the
structure.
3. The assessment of the load carrying capacity or rating of existing bridges shall be
carried out under one or more of the following scenarios:
i. when the design live load is less than that of the statutory commercial vehicle plying or
likely to ply on bridge;
ii. if during the condition assessment survey and supplementary testing the bridge is
found to indicate distress of serious nature leading to doubt about structural and / or
functional adequacy, and
iii. Design live load is not known nor are the records and drawings available.
4. The evaluation of the load carrying capacity of the bridge shall be carried out as per
IRC-SP:37 (“Guidelines for Evaluation of Load Carrying Capacity of Bridges”). The
analytical and correlation method shall be used for the evaluation of the load carrying
capacity as far as possible. When it is not possible to determine the load carrying
capacity of the bridge using analytical and correlation method, the same shall be
carried out using load testing. The consultant has to exhaust all other methods of
evaluation of strength of bridges before recommending to take up load testing of
bridges. Road closure for testing if unavoidable shall be arranged by Road and
Building Department for limited duration say 12 hours or so.
68
Geo-technical Investigations and Sub-Soil Exploration
2. The deviation(s), if any, by the Consultants from the scheme presented above should
be approved by Road and Building Department.
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 Road and Building Department for approval. These may
be finalized in consultation with Road and Building Department.
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
69
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 , quarry sites and borrow areas, undertake field
and laboratory testing of the materials to determine their suitability for various
components of the work and establish quality and quantity of various construction
materials and recommend their use on the basis of techno- economic principles. The
Consultants shall prepare mass haul diagram for haulage purposes giving quarry
charts indicating the location of selected borrow areas, quarries and the respective
estimated quantities.
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.
70
Detailed Design of Road and Pavements, Bridges, Structures
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@ 50m intervals;
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 Road and Building Department
(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.
Design Standards
1. The Consultants shall evolve Design Standards and material specifications for the Study
primarily based on IRC publications, MoRT&H Circulars and relevant
recommendations of the international standards for approval by Road and Building
Department.
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.
71
Geometric Design
1. The design of geometric elements shall, therefore, take into account the essential
requirements of such facilities.
2. Based on the data collected from reconnaissance and topographic surveys, the sections
with geometric deficiencies, if any, should be identified and suitable measures for
improvement should be suggested for implementation.
3. The data on accident statistics should be compiled and reported showing accident type
and frequency so that black spots are identified along the project road section. The
possible causes (such as poor geometric features, pavement condition etc.) of accidents
should be investigated into and suitable cost-effective remedial measures suggested
for implementation.
4. The detailed design for geometric elements shall cover, but not be limited to the
following major aspects:
i. horizontal alignment;
ii. longitudinal profile;
iii. cross-sectional elements, including refuge lane (50m) at every 2kms.
iv. junctions, intersections and interchanges;
v. bypasses; and,
vi. service roads as and when require i.e built up area.
5. The alignment design shall be verified for available sight distances as per the standard
norms. The provision of appropriate markings and signs shall be made wherever the
existing site conditions do not permit the adherence to the sight distance requirements as
per the standard norms.
6. The consultants shall make detailed analysis of traffic flow and level of service for the
existing road and workout the traffic flow capacity for the improved project road. The
analysis should clearly establish the widening requirements with respect to the
different horizon periods taking into account special problems such as road segments
with isolated steep gradients.
7. In the case of closely spaced cross roads the Consultant shall examine different options
such as, providing grade separated structure for some of them with a view to reduce
number of at-grade crossings, services roads connecting the cross-roads and closing
access from some of the intersections and prepare and furnish appropriate proposals
for this purpose keeping in view the cost of improvement, impact on traffic movement
and accessibility to cross roads. The detailed drawings and cost estimate should include
72
the provisions for realignments of the existing cross roads to allow such arrangements.
8. The Consultant shall also prepare design of grade separated pedestrian crossings
(viaducts) for large cross traffic of pedestrians and / or animals on the basis of
passenger and animal cross traffic surveys conducted.
9. The Consultant shall also prepare details for at-grade junctions, which may be adopted as
alternative to the grade separated structures. The geometric design of interchanges shall
take into account the site conditions, turning movement characteristics, level of
service, overall economy and operational safety.
10. The Consultants shall prepare design and other details in respect of the parallel service
roads in urbanized locations and other locations to cater to the local traffic, their effect
of the viability of the project on commercial basis if service roads are constructed as
part of the project and the implications of not providing the service roads.
11. The consultant shall prepare complete road and pavement design including drainage
for new bypass option identified around congested town en-route.
Pavement Design
i. strengthening of existing road pavement and design of the new pavement if any, if the
findings of the traffic studies and life-cycle costing analysis confirm the requirement for
widening of the road beyond 2lane undivided carriageway standard;;
ii. pavement design for bypasses; and,
iii. design of shoulders.
3. The design of pavement shall be rigorous and shall make use of the latest Indian and
International practices. The design alternatives shall include both rigid and
flexible design options. The most appropriate design, option shall be established on
life-cycle costing and techno-economic consideration.
4. For the design of pavement, each set of design input shall be decided on the basis of
rigorous testing and evaluation of its suitability and relevance in respect of in-service
performance of the pavement. The design methodology shall accompany the design
proposals and shall clearly bring out the basic assumptions, values of the various
design inputs, rationale behind the selection of the design inputs and the criteria for
checking and control during the implementation of works. In other words, the design
of pavement structure should take due account of the type, characteristics of materials
73
used in the respective courses, variability of their properties and also the reliability of
traffic predictions. Furthermore, the methodology adopted for the design of pavement
shall be complete with flowcharts indicating the various steps in the design process,
their interaction with one another and the input parametre required at each step.
5. For the design of overlays for the existing 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.
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.
74
Design of Embankments
1. The embankments design should provide for maximum utilization of locally available
materials consistent with economy.
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
xi. Settlement characteristics
xii. Vertical clearance
xiii. Horizontal clearance
xiv. Free board for approach road
xv. Severity of environment with reference to corrosion
xvi. Data pertaining to seismic and wind load
xvii. Requirement of model study etc.
2. The Consultant shall prepare General Arrangement Drawing (GAD) and Alignment Plan
showing the salient features of the bridges and structures proposed to be constructed /
reconstructed along the road sections covered under the Study. These salient features such
as alignment, overall length, span arrangement, cross section, deck level, founding level,
type of bridge components(superstructure, substructure, foundations, bearings,
expansion joint, return walls etc.) shall be finalized based upon hydraulic and geo-
75
technical studies, cost effectiveness and ease of construction. The GAD shall be
supplemented by Preliminary designs. In respect of span arrangement and type of
bridge a few alternatives with cost-benefit implications should be submitted to enable
Road and Building Department to approve the best alternative. After approval of
alignment and GAD the Consultant shall prepare detailed design as per IRC codes
/guidelines and working drawings for all components of bridges and structures.
3. The location of all at-grade level crossings shall be identified falling across the existing
level crossings for providing ROB at these locations. The Consultants shall prepare
preliminary GAD for necessary construction separately to the Client. The Consultant
shall pursue the Indian Railways Authorities or/and any statutory authority of
State/Central Government for approval of the GAD from concerned Authorities.
5. Subsequent to the approval of the GAD and Alignment Plan by Road and Building
Department 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 Road and Building
Department, detailed design shall also be carried out for the proposed underpasses,
overpasses and interchanges.
76
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 Road and Building Department.
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.
Drainage System
1. The requirement of roadside drainage system and the integration of the same with
proposed cross-drainage system shall be worked out for the entire length of the project
road section.
2. In addition to the roadside drainage system, the Consultants shall design the special
drainage provisions for sections with super-elevated carriageways, high embankments
and for road segments passing through cuts. The drainage provisions shall also be
worked out for road segments passing through urban areas.
3. The designed drainage system should show locations of turnouts/outfall points with
details of outfall structures fitting into natural contours. A separate drawing sheet
covering every 5 km. stretch of road shall be prepared.
4. The project highway shall be designed to have well designed efficient drainage system,
which shall be subsurface, as far as possible. While constructing the underpasses, the
finished road level shall be determined so as to ensure that the accumulation of rain
water does not take place and run-off flows at the natural ground level. The drains,
wherever constructed, shall be provided with proper gradient and connected to the
existing outlets for final disposal.
5. The rain water harvesting requirements be assessed taking into consideration the
Ministry of Environment & Forest Notification Dt. 14.01.1997 (as amended on
13.01.1998, 05.01.1999 & 06.11.2000). The construction of rainwater harvesting
structure is mandatory in and around water scarce / crisis areas notified by the Central
Ground Water Board. The provisions for rainwater harvesting be executed as per the
requirements of IRC:SP:42-2014 (Guidelines for Road Drainage) and IRC:SP:50-
2013 (Guidelines on Urban Drainage).
6. All the bridge structures having a length of 100m or less can be used for tapping of
77
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.
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 Road and Building
Department.
6. Advanced Traffic Management System (ATMS) shall be in place for all 4/6 lane
roads of Road and Building Department 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
78
any other equipment required to meet the objective. Indoor equipment would include
large display board, central computer with Network Management System, CCTV
monitor system and management of call boxes system with uninterrupted power
supply, all housed in a central control centre. In this connection, Road and Building
Department’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 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
be funded by MORT&H/Road and Building Department. 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.
79
Environmental Impact Assessment
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.
5. The consultant shall give special attention to the environmental enhancement measures
in the project for the following:
6. The consultant shall prepare the bill-of-quantities (BOQ) and technical specifications
for all items of work in such a way that these may be readily integrated to the
construction contracts.
7. The consultant shall establish a suitable monitoring network with regard to air, water
and noise pollution. The consultant will also provide additional inputs in the areas of
performance indicators and monitoring mechanisms for environmental components
during construction and operational phase of the project.
8. The consultant shall provide the cost of mitigation measures and ensure that
environmental related staffing, training and institutional requirements are budgeted in
project cost.
80
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 Road and Building Department. The consultants will make
presentation, if required, in defending the project to the MOEF Infrastructure
Committee.
10. The consultant shall identify and plan for plantation and Transplantation of the
suitable trees along the existing highway in accordance with IRC guidelines.
11. The consultant shall assist in providing appropriate input in preparation of relevant
environment and social sections of BPIP.
12 Provision should be made for Noise Barriers wherever (especially where project
highway passes through dense habitation) required as a mitigation measure against
noise pollution and nuisance. Their location, dimension, type, material and shapes
should be determined and defined in environment impact assessment studies forming
part of DPR.
Social Assessment
1 The consultant would conduct base line socio-economic and census survey to assess
the impacts on the people, properties and loss of livelihood. The socioeconomic survey
will establish the benchmark for monitoring of R&R activities. A social assessment is
conducted for the entire project to identify mechanisms to improve project designs to
meet the needs of different stakeholders. A summary of stakeholder discussions, issue
raised and how the project design was developed to meet stakeholders need would be
prepared.
2 The consultant shall prepare Land Acquisition Plan and assist Road and Building
Department in acquisition of land under various Acts.
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 Road and Building Department.
Assessment on the impact of the project on the poor and vulnerable groups along the
project road corridor.
81
Based on the identified impacts, developing entitlement matrix for the project affected
people.
Assessment on social issues such as indigenous people, gender, HIV/AIDS,
labourers including child labour.
Implementation budgets, sources and timing of funding and schedule of tasks.
Responsibility of tasks, institutional arrangements and personnel for delivering
entitlement and plans to build institutional capacity.
Internal and external monitoring plans, key monitoring indicators and grievance
redress mechanism.
Incorporating any other suggestions of the ADB/ World Bank/ Road and Building
Department, till the acceptance of the reports by the ADB/ World Bank/ Road and
Building Department
The consultant would prepare the stand-alone reports as per the requirement of the
ADB/World Bank /Road and Building Department, as applicable, with contents as
per the following:
Executive Summary
Description of the Project
Environmental setting of the project.
Identification and categorization of the potential impacts (during pre- construction,
construction and operation periods).
Analysis of alternatives (this would include correlation amongst the finally selected
alternative alignment/routing and designs with the avoidance and environmental
management solutions).
The public consultation process.
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 / Road
and Building Department, till the acceptance of the reports by the ADB/ World
Bank/ Road and Building Department , 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.
82
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/ Road
and Building Department, till the acceptance of the reports by the ADB/
World Bank /Road and Building Department as applicable.
Executive summary
Description of project
Objectives of the project.
The need for Resettlement in the Project and evaluation of measures to minimize
resettlement.
Description and results of public consultation and plans for continued participation
of PAPs.
Definition of PAPs and the eligibility criteria.
Census and survey results-number affected, how are they affected and what impacts
will they experience.
Legal and entitlement policy framework-support principles for different categories of
impact.
Arrangements for monitoring and evaluation (internal and external)
Implementation schedule for resettlement which is linked to the civil works contract
A matrix of scheduled activities linked to land acquisition procedures to indicate
clearly what steps and actions will be taken at different stages and the time frame
The payment of compensation and resettlement during the acquisition process
An itemized budget (replacement value for all assets) and unit costs for different
assets
83
Utility shifting proposal and estimates
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 Road and Building Department,
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
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
2. Plan and conduct discussions, consultations and joint site visits required for the
planning of utilities shifting and the development of required drawings and
proposals
4. Develop initial cost estimates based on suggested relocation plan and the latest
available schedule of rates for inclusion in the cost of the project at the time of
approval
2. Prepare utility shifting cost estimates using latest schedule of rates and obtain
approval from user departments
5. Obtain all required utilities shifting proposal estimates and required approvals
from both user departments and Road and Building Department within the time
stipulated in DPR contract
2. The Consultants shall make detailed analysis for computing the unit rates for
the different items of works. The unit rate analysis shall duly take into account
the various inputs and their basic rates, suggested location of plants and
respective lead distances for mechanized construction. The unit rate for each
item of works shall be worked out in terms of manpower, machinery and
materials.
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.
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
Aspects to be checked A. Safety and operational implications of proposed
alignment and junction strategy with particular
references to expected road users and vehicle types
likely to use the road.
B. Width options considered for various sections.
C. Departures from standards and action taken.
D. Provision of pedestrians, cyclists and intermediate
transport
E. Safety implications of the scheme beyond its physical
limits i.e.how the scheme fits into its environs and road
Hierarchy
86
A1 : General Departures from standards
Cross-sectional variation
Drainage
Climatic conditions
Landscaping
Services apparatus
Lay-byes
Footpath
Pedestrian crossings
Access (minimize number of private accesses)
Emergency vehicles
Public Transport
Future widening
Staging of contracts
Adjacent development
A2 : Local Alignment Visibility
New/Existing road interface
Safety Aids on steep hills
A3 : Junctions Minimise potential conflicts
Layout
Visibility
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
87
Stage 1 – Completion of Preliminary Design
1. The audit team should review the proposed check the following aspects design from a road safety
perspective and check the following aspects
CONTENTS ITEMS
A. Safety and operational implications of proposed alignment and
Aspects to be checked junction strategy with particular references to expected road users
and vehicle types likely to use the road.
B. Width options considered for various sections.
C. Departures from standards and action taken.
D. Provision of pedestrians, cyclists and intermediate transport
E. Safety implications of the scheme beyond its physical limits i.e.
how the scheme fits into its environs and road hierarchy
Departures from standards
B1 : General Cross-sectional variation
Drainage
Climatic conditions
Landscaping
Services apparatus
Lay-byes
Footpaths
Pedestrian crossings
Access (minimize number of private accesses)
Emergency vehicles
Public Transport
Future widening
Staging of contracts
Adjacent development
Visibility
B2 : Local Alignment
New/Existing road interface
Safety Aids on steep hills
Minimise potential conflicts
B3 : Junctions Layout
Visibility
Adjacent land
B4 : Non-Motorised road
Pedestrians
users Provision
Cyclists
Non-motorised vehicles
Lighting
B5 : Signs and Lighting
Signs/Markings
88
Build ability
B6: Construction and Operation
Operational
Network Management
1. The audit team should satisfy itself that all issues raised at Stage 1 have been resolved. Items may require
further consideration where significant design changes have occurred.
2. If a scheme has not been subject to a stage 1 audit, the items listed in Checklists B1 to B6 should be considered
together with the items listed below.
CONTENTS ITEMS
Aspects to be checked A. Any design changes since Stage 1.
B. The detailed design from a road safety viewpoint, including the
road safety implications of future maintenance (speed limits; road
signs and markings; visibility; maintenance of street lighting and
central reserves).
C1 : General Departures from standards
Drainage
Climatic conditions
Landscaping
Services apparatus
Lay-byes
Access
Skid-resistance
Agriculture
Safety Fences
Adjacent development
C2 : Local Alignment Visibility
New/Existing road interface
C3 : Junctions Layout
Visibility
Signing
Lighting
Road Marking
T,X,Y-junctions
All roundabouts
Traffic signals
89
C4 : Non-Motorised road users Adjacent land
Provision Pedestrians
Cyclists
Non-motorised vehicles
C5 : Signs and Advanced direction signs
Lighting Local traffic signs
Variable message signs
Other traffic signs
Lighting
Network Management
(F) To prepare Detailed Structural Design of all components and to prepare Working
Drawings for all components and to get approval of design calculations and working
drawings.
(I) General Requirements
1. The design calculations and the detailed working drawings that may be
furnished by the consultant to the Roads & Building Department under this scope of work
and which approved by the department for execution shall be the sole property of the
Government of Gujarat and will be treated as such.
2. All design calculations and drawings that will be furnished by the
consultant to the department shall be in metric system only.
3. For approach road with high embankment design for embankment, slope
design and other necessary design calculations shall be done by the consultant.
Design calculations for approach road shall be in accordance with relevant I.R.C.
codes and got approved from concerned field officer.
4. The design calculations and working drawings shall conform to and
comply with the requirements under the basic hydraulic and design requirements and also
under other technical requirements as stated in the latest editions of all the Indian Roads
congress standard specification and code of practice for Road Bridges section-I, II, III,
IV, V, VI, VII, IX, Part-I and II and Design Criteria for prestressed concrete bridges (Post
tensioned concrete IRC 18) supplemented by the MORT & H specifications for Roads and
Bridges work latest revised edition and I.S.I. specifications and standards wherever
necessary as far as applicable. These shall also deemed to incorporate any subsequent
amendments that may be recommended by respective authorities of the above mentioned
90
standard specifications and code of practices till the date of approval of design
calculations and working drawings. All circulars issued by the Ministry of transport upto
the date of approval of design calculations and working drawings shall be binding to the
consultant unless stated otherwise in this scope of work. The detailed design, if done with
the help of software, same should acceptable to Designs (R & B) Circle, Gandhinagar.
One sample manual calculation should be given for detailed design done with the help of
software. The design prepared by the consultant shall be functional and the bridge
structure as well as every components of the bridge should be such as to give life long
service with least maintenance.
5. The sequence of prevalence for design procedure shall be as per IRC, IS,
BS, ASTM or Standard engineering practice and as may be acceptable to Designs (R & B)
Circle, Gandhinagar and Western Railway authority / DFCC.
6. To prepare Design calculations and working drawings for approaches /
bank protection work and river training works in accordance with relevant I.R.C. codal
provisions, if needed for some of locations. Same should be got approved from concerned
field officer.
(II) Time Schedule for Submission of Detailed Designs and Drawings
1. The detailed design and drawings may be prepared with the help of
software which are acceptable to client. The consultant shall have to make available the
software to client at the time of checking if the same is not available with S.E. designs (R
& B) circle, Gandhinagar. For detailed design based on software, sample verification of
output have to be provided with the manual calculations.
2. A strict time schedule for submission of detailed designs and detailed
working drawings should be stipulated.
3. Within twenty (20) days by the receipt of the letter of approval of GAD
from S.E. Designs (R & B) Circle, Gandhinagar, NHAI and Western railway & DFCC
authority the consultant shall submit the S.E. Designs (R & B) Circle, Gandhinagar two
sets of signed detailed designs and working drawings for the foundation of the bridge for
scrutiny and approval.
The detailed designs and working drawings for the various balance items of work
shall thereafter be submitted progressively in two sets within a period of Sixty (60) days
by the receipt of letter of approval of GAD from S.E. Designs (R & B) Circle,
Gandhinagar, NHAI and Western railway & DFCC authority.
91
4. All detailed designs and working drawings submitted by the consultant
shall be bold, legible, clear / self explanatory and self contained in all respects with
suitable references to technical literature properly mentioned in general and complete
copies of the same enclosed along with to facilitate expeditious scrutiny and approval by
S.E. Designs (R & B) Circle, Gandhinagar, NHAI and Western railway & DFCC
authority.
5. Approval to the detailed designs and working drawings shall if found to be
in order be accorded by S.E. Designs (R & B) Circle or by railway authority/
DFCC/NHAI, otherwise the S.E. Designs (R & B) Circle shall appraise the consultant of
his comments in writing on all such designs and drawings for compliance by the
consultant in accordance with the Basic Design requirements and performance
specifications and/or codal provisions and principles of sound engineering practice.
Within 15 (fifteen) days from the date of receipt of remarks / comments the
consultant shall ensure that the revised designs and drawings, duly modified in the light of
these comments, along with parawise reply to the same, shall be submitted to the S.E.
Designs (R & B) Circle or western railway authority/ DFCC/NHAI for necessary
technical approval.
6. The consultant shall irrespective of the estimated quantities and/or
dimensioned details furnished by him in the Cost Estimate or in the General arrangement
drawings of the work, to carry out all changes that may during the scrutiny and approval
of the detailed designs and drawings, be considered necessary in the opinion of the S.E.
Designs (R & B) Circle or Western railway authority/ DFCC/NHAI for compliance with
the Basic Design requirements and performance Specifications or codal provisions or
sound engineering practice as laid down or as directed by the S.E. Designs (R & B) Circle
and Western railway authority/DFCC/NHAI. No extra charges as well as time limit due to
any modifications / revisions whatsoever, or otherwise, shall be allowed / entertained,
until detailed designs and working drawings approval.
7. Notwithstanding the approval by S.E. Designs (R & B) Circle to the
designs and drawings submitted by consultant, the overall responsibility for the design
calculations and /or stability of the structure shall rely entirely upon the consultant and the
approval accorded by S.E. Designs (R & B) Circle shall not absolve the consultant’s
responsibility for the safety and soundness of the structure designed.
92
8. On the receipt of approval to the consultant’s designs and drawings, the
consultant shall arrange to supply to S.E. Designs (R & B) Circle, within a period of 14
(Fourteen) days from the date of receipt of such communications, six signed copies of the
approved working drawings for every components of the work for the use of the S.E.
Designs (R & B) Circle, Gandhinagar.
9. On completion and approval to the consultant’s designs and drawings, the
consultant shall arrange to furnish to the S.E. Designs (R & B) Circle, Gandhinagar, the
following:
(a) Two bound sets of all working drawings for every component of the work.
All such copies being on polyester film of quality which approved by S.E.
Designs (R & B) Circle and Concern railway/ DFCC/NHAI authorities.
(b) A set of soft copy of finally approved design calculations & working
drawings for each component of the bridge.
(c) Covering modifications, due to detailed design and working drawings
approval, Two bound sets of modified GAD, B.O.Q. & specifications
according to approved design and drawings.
2 Stage 2-
Draft DPR for bypass with its structures considering Detailed road 120 days
safety audit aspects.
Comments of client 130 days
93
Final DPR incorporating compliance of comments of Client and its 140 days
approval by Government.
5 Stage 5
Preparing and supplying approved working drawings and documents to 210 days
department during execution work. Co-ordination with R&B DESIGN
CIRCLE and other department whereas required and instructed by Executive
Engineer
Design and approval of Detailed Structural design for the different component of proposed
Bypass with ROB, FOB, relevant Structures and its approaches has to provide by consultant
at the time to time in 3 set of Hard copies same has to approved by Design Circle (R&B)
Gandhinagar, In this case it has to be ensure that progress of site not affected due to delay of
providing the drawing.
94
4. MINIMUM REQUIREMENT OF PERSONNEL NUMBERS, QUALIFICATION
AND EXPERIENCE IN RESPECTIVE CATEGORIES WITH THE FIRM
ENCLOSURE-I
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 R & B Division Patan from
time to time.
2. The requirement of bridge/s is to be assessed strictly as per site requirement during
the detailed study after mobilisation of Consultant on site.
In case bridge/s are to be constructed, necessary input of bridge/s Experts shall be
provided in addition to above mentioned Manpower requirement.
bridge/s expert, if required, the remuneration may be provided equivalent to Team
Leader remuneration and time period shall be decided by Regional Officer, concerned,
R & B Division Patan
95
ENCLOSURE-II
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 Min. 12 years in Planning, project preparation and design of Highway
Highway projects 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(Either as Team Construction Supervision of Two/Four/six laning of major highway
Leader or in Similar projects(NH/SH/Expressways)/ feasibility cum detailed project report of
capacity ) 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
i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent
Desirable Masters in Bridge Engineering / Structural Engineering
ii) Essential Experience
a)Total Professional Min. 10 years
Experience
b) Experience in Bridge Min. 08 years in project preparation and design of bridge
projects projects.
c) Experience in similar Bridge Engineer in highway design
capacity consultancy projects (2/4/6 lane NH/SH/ Expressways)involving design
of minimum two major bridges (length more than 200 m)
iii) Age Limit 65 years on the date of submission of Proposal
96
Enclosure-II (contd.)
i) Educational Qualification
Essential Degree in Civil Engineering
Desirable Masters in highway engineering/Transportation
Engineering
ii) Experience
a)Total Professional Experience Min. 08 years
b) Experience in Highway Minimum 06 years’ experience in pavement design and
projects maintenance of highways
c) Experience in similar capacity Pavement design for major highway projects (2/4/6 lane
NH/SH/Expressways) of minimum aggregate length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal
i) Educational Qualification
Essential Graduate in Civil Engineering or M.Sc. Geology
Desirable Masters in Foundation Engineering / Soil Mechanics / Phd in
Geology /Geo Tech Engineering
ii) Essential Experience
a) Total Professional Experience Min. 10 years
b) Experience in Highway Projects Min. 7 years on similar projects in design and/or construction
c) Experience in similar capacity Material cum Geo-technical Engineer on highway projects
(2/4/6 lane NH/SH/Expressways) of minimum aggregate
length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal
97
Enclosure-II (contd.)
i) Educational Qualification
Essential Graduate or equivalent in Civil Engineering or Diploma in Civil
Engg or Diploma in Surveying
Desirable Masters in Survey Engineering/ Surveying / Remote
Sensing
ii) Essential Experience
a) Total Professional Experience Min. 10 years
b) Experience in Highway Min. 8 years on similar projects in project preparation and
projects construction & thorough understanding of modern computer
based methods of surveying
c) Experience in similar capacity Survey Engineer for projects preparation of highway project
(NH/SH/Expressways) involving 2/4/6- laning of minimum
aggregate length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal
i) Educational Qualification
Essential Graduate in Civil Engineering
Desirable Masters in Traffic Engineering / Transportation Engineering
/ Transport Planning
ii) Essential Experience
a) Total Professional Min. 06 years
Experience
b) Experience in Highway Min. 05 years on similar projects.
projects
c) Experience in similar Traffic Engineer in highway Projects
capacity (NH/SH/Expressways) involving 2/4/6 laning of minimum
aggregate length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal
98
Environmental Specialist
i) Educational Qualification
Essential Graduate in Civil Engineering / Environment Engineering /
Masters in Environment Science
Desirable Post Graduate in Environmental Engineering
ii) Essential Experience
a) Total Professional Experience Min. 06 years
b) Experience in Highway Projects Min. 5 years in environment impact assessment and permitting of
highway projects (2/4/6 laning)
c) Experience in similar capacity Environmental Specialist in at least two
highway projects (2/4/6 laning)
iii) Age Limit 65 years on the date of submission of bid
i) Educational Qualification
Essential Graduate or equivalent in Civil Engineering / Certificate
course from ‘Institution of Quantity Surveying’
Desirable
ii) Essential Experience
a) Total Professional Experience Min. 10 years
b) Experience in Highway Min. 8 years in Preparation of Bill of Quantities, Contract
Projects documents and documentation for major highway projects
involving two/ four laning
c) Experience in similar capacity Quantity Surveyor / Documentation Expert in highway projects
(NH/SH/Expressways) involving two/four/six laning of minimum
aggregate length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal
99
Utility expert
i) Educational Qualification
Essential Graduate or equivalent in major engineering disciplines viz.
mechanical/ electrical/ civil engineering
ii) Essential Experience
a) Total Professional Experience Min 10 years Desirable: Ex- officers or engineers from utility
agencies
b) Role specific experience Min. 8 years in Utility estimation and relocation/ erection
of electric/ gas/ other utilities Desirable: Experience with
utilities along the highway/road.
iii) Age Limit 65 years on the date of submission of bid
100
ENCLOSURE-III
0 Formats to be List of data, drawing and design outputs, CSV or ODF sheet,
used reporting format, digital format suggested, .xlsx optional
key data to be included (column headers),
units and system to be used
1 Traffic surveys
1.1 List of Point no, location coordinates (lat, long), CSV or ODF sheet,
traffic location of survey point, chainage, no lanes/type .xlsx optional
survey points of junction, type of survey, date of survey,
length of survey, any commentary,
equipment/technique used, link to survey
output
1.2 Classified Survey point, survey location, location id (ihmcl), Raw data: IHMCL Traffic
traffic volume no of lanes, chainage, location coordinates (lat, survey data format
count survey long), date,time and period of survey Processed, corrected with AADT:
CSV or ODF sheet, .xlsx
optional
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
2 Engineering surveys and investigations
2.1 Raw DGPS Notes must contain Date, time of survey, CSV or ODF, Receiver
data equipment
101
SrNo Data product Contents required (definition) Data format
2.4 Video Traverse video of entire project length Audio video interleave (.avi)
or MPEG-4 file (.mp4)
2.5 Topographic 1:1000 scale map with 50 cm contours with roadway Contours: geo-
map marked on maps referenced shape files (.shp)
+ contours or .dxf files,
.dwg/.dgn files options
2.6 Digital elevation Digital terrain modeled from aerial and ground surveys Digital elevation model in
model USGS Spatial Data transfer
standard (SDTS) format
2.7 Longitudinal and Location of cross section - existing, design chainage,lat, .dxf files, .dwg/.dgn files
cross sections long, Cross section drawing options
2.8 As-is road map 3D digital map of as-is project highway containing Digital terrain model and
earth surface, road layers, utilities, buildings and trees maps in LandXML/.dxf
with feature data extracted and mapped in layers, format,
marked on the map and tabulated data provided .dwg/.dgn files options
separately. All road, surface, sub surface inventory, Separate CSV or ODF
pavement investigation and soil survey data to be sheet, .xlsx optional of
super-imposed as layers feature data in addition to
map
2.9 Details of utility type of utility, no, class and category of utility CSV or ODF sheet,
installation (e.g. 66 kV xlpe), location, distance from .xlsx optional
centerline, user agency
2.10 Utility maps geo-referenced schematic map, existing and design road georeferenced shape files
centerline, type of utility, size, no, class and (.shp) and drawings in .dxf
category format
2.11 Road All data as required in clause 4.11.3.1, geo- CSV or ODF sheet
inventor referencing for each row of data in lat, long form
ysurveys
12
SrNo Data product Contents required (definition) Data format
2.12 Pavement Test pit reference id, location, chainage, geo- CSV or ODF sheet
investigatio reference (lat, long), pavemet composition - layer no,
n material type, thickness, sub grade type, and condition
2.13 Pavement Data as required in clause 4.11.3.2, along with CSV or ODF sheet
condition survey location/chainage and geo-reference for all data
2.14 Pavement FWD results as per IRC guidelines, geo-referencingfor CSV or ODF sheet
structural test points
strength
2.15 Sub-grade and In the format of the testing lab, summary details must be Summary in CSV or ODF
soil strength tabulated and must include: test pit no, location, sheet
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
3 Proposed roadway designs
3.1 Proposed Georeferenced centerline horizontal and vertical Geometry or shape files
alignmen alignment for the road : .shp/.dxf, .dwg/.dgn files
t To be presented superimposed on surface map, options
geometry satellite imagery and digital elevation model of region
3.2 Final Georeferenced centerline horizontal and vertical Geometry or shape files
alignmen alignment for the road. Additional detail on lanes, : .shp/.dxf, .dwg/.dgn files
tgeometry super elevation, junctions, structures, options
under/overpasses, PUP/CUP, wayside amenities etc
3.3 Proposed Proposed digital roadway model and design data- .dxf/.dtm
roadway model including embankment, road way, road layers,
roadside amenities, signals, road furniture, markings
and other construction elements in 3D
3.4 Proposed Geo referenced location and alignment, 3D model of .dxf/.dtm
structures structure and appurtenances, cross section, plan and
profile drawings for construction as per IRC
3.5 Proposed Roadway cross sections for homogenous sections .dxf files
highway cross Digital surface model in
sections .dxf format
4 Other deliverables
4.1 Digitized Digitized revenue map overlaid with key landmarks, Geometry or shape files
cadastral maps land size, survey number and ownership data. min : .shp/.dxf, .dwg/.dgn files
1:1000 scale map with >1mm accuracy options
103
SrNo Data product Contents required (definition) Data format
4.2 Financial Spreadsheet model with instructions, index and ODF sheets, MS office
analysis containing all inputs and assumptions, time series .xlsx optional
construction and operating costs, revenues, financing and
equity cash flows, NPV/IRR, sensitivity scenarios and
results
5. RIGHTS / RESPONSIBILITY
All Plans, designs and data collected for this project shall be the property of
R&BD and the consultant will have no right to deal with it in any way without express
written consent of R&BD. The entire information as furnished to the consultant as well
as that gathered and collected by the consultant in the process of work shall be kept
strictly confidential and not passed on to any one. The consultant shall also indemnify
R&BD against all claims and proceedings for on account of infringement of any patent
rights etc. in respect of each and every part of the work. Indemnity Bond in the form of
Bank guarantee shall be furnished to R&B on acceptance of quotation offer and before
any payment. The value of Indemnity Bond will be 5% of Consultancy Services Contract
value. Before final payment of services, if needed Indemnity Bond / Bank guarantee will
be retained otherwise Indemnity Bond / bank guarantee will be released after completion
of consultancy work.
In addition to what is specified under scope of services, the consultant shall be
responsible for providing all other necessary facilities and logistical support for him self
and supporting staff, including accommodation, transportation, office equipment,
communications, utilities, office supplies, insurance and other support requirements for
his work.
Consultant shall also follow local legislative provisions.
Office accommodation and mobilization must be located at Gujarat. Office
accommodation and mobilization of personals for the work will be consultant’s
responsibility. Consultant shall organize, procure, manage and mobilize the equipments
and tools for the survey, sub soil investigations and other works at his own cost.
Field survey data, hydraulics data and sub soil investigation data will be collected
by the consultant. For any deviation in the same during execution of the work, it is the
responsibility of the consultant to revise the approved detailed design calculations and
detailed working drawings without any extra cost. Security deposit amount for the same
equivalent to 10% of consultancy services contract value will be retained from the due
104
payments on proportionate basis. This Security deposit amount will be returned to the
consultant, after two years from completion period of consultancy work.
For any kind of undue delay or without any reasonable reasons in above
said period of submission the client has right to terminate the Consultancy
Services Contract.
105
SECTION 6. STANDARD FORM OF CONTRACT
106
CONTRACT
For
Between
and
Dated:
107
CONTENTS
No. Page
I FORM OF CONTRACT
3.1 General
3.2 Conflict of Interests
3.3 Confidentiality
3.4 Liability of the Consultant
108
3.5 Insurance to be taken out by the Consultant
3.6 Accounting, Inspection and Auditing
4. Consultant’s Personnel and Sub-Consultants
4.1 General
4.2 Description of Personnel
4.3 Approval of Personnel
5. Obligations of the Client
5.1 Assistance and Exemptions
5.2 Access to Land
7. Good Faith
8. Settlement of Disputes
8.1 Amicable Settlement
8.2 Dispute Resolution
IV APPENDICES
Appendix A: Description of Services and Reporting Requirements (T.O.R.)
Appendix B: Financial Proposal of Selected Consultant
Appendix C: Technical Proposal of Selected Consultant
Appendix D: List of Projects under the Scope of work
109
I. FORM OF CONTRACT
This CONTRACT (hereinafter called the “Contract”) is made the [day] day of the month of
[month], [year], between, on the one hand, [name of client] (hereinafter called the “Client”) and,
on the other hand, [name of Consultant] (hereinafter called the “Consultant”).
WHEREAS
(a) the Client has requested the Consultant to provide certain consulting services as
defined in this Contract (hereinafter called the “Services”);
(b) the Consultant, having represented to the Client that he has the required professional
skills, and personnel and technical resources, has 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;
(b) The Special Conditions of Contract;
(c) The following Appendices:
Appendix A: Description of Services and Reporting Requirements (T.O.R.)
Appendix B: Financial Proposal of Selected Consultant
Appendix C: Technical Proposal of Selected Consultant
Appendix D: List of Bridge Projects under the Scope of work
2. The mutual rights and obligations of the Client and the Consultant shall be as set forth in
the Contract, in particular:
(a) the Consultants shall carry out the Services in accordance with the provisions of
the Contract; and
(b) the Client shall make payments to the Consultant 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.
110
For and on behalf of [name of Client]
[Authorized Representative]
[Authorized Representative]
[Note: If the Consultant consists of more than one entity, all these entities should appear as
signatories, e.g., in the following manner:]
[name of member]
[Authorized Representative]
[name of member]
[Authorized Representative]
111
II. 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 as they
may be issued and in force from time to time or as may be specified in the conditions of the
contract (SC).
(b) “Consultant” means any private or public entity that will provide the Services to the Client
under the Contract.
(c) “Contract” means the Contract signed by the Parties and all the attached documents listed in
its Clause 1, that is these General Conditions (GC), the Special Conditions (SC), and the
Appendices.
(d) “Contract Price” means the Price to be paid for the performance of the services in
accordance with clause 6.
(f) “Effective Date” means the date on which this Contract comes into force and effect pursuant
to Clause GC 2.1.
(h) “Member” means any of the entities that make up the joint venture/consortium/association;
and “Members” means all these entities.
(i) “Party” means the Client or the Consultant, as the case may be, and “Parties” means both of
them.
(j) “Personnel” means professionals and support staff provided by the Consultants assigned to
perform the Services or any part thereof.
(k) “SC” means the Special Conditions of Contract by which the GC may be supplemented.
112
(l) “Services” means the work to be performed by the Consultant pursuant to this Contract, as
described in Appendix A hereto.
(m) “Third Party” means any person or entity other than the Client and the Consultant.
(n) “In writing” means communicated in written form with proof of receipt.
1.4 Language
This Contract has been executed in the English language, which shall be the binding and
controlling language for all matters relating to the meaning or interpretation of this
Contract.
1.5 Headings
The headings shall not limit, alter or affect the meaning of this Contract.
1.6 Notices
1.6.1 Any notice, request or consent required or permitted to be given or made pursuant to this
Contract shall be in writing. Any such notice, request or consent shall be deemed to have
been given or made when delivered in person to an authorized representative of the Party
to whom the communication is addressed, or when sent to such Party at the address
specified in the SC.
1.6.2 A Party may change its address for notice hereunder by giving the other Party notice in
writing of such change to the address specified in the SC.
113
1.7 Location
114
2.4 Expiration of Contract
Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall expire
when services have been satisfactorily completed at the end of such time period after the
Effective Date as specified in the SC.
(b) Force Majeure shall not include (i) any event which is caused by the negligence or
intentional action of a Party or Party’s employees, nor (ii) any event which a diligent Party
could reasonably have been expected both to take into account at the time of the conclusion
of this Contract, and avoid or overcome in the carrying out of its obligations hereunder.
(c) Force Majeure shall not include insufficiency of funds or failure to make any payment
required hereunder.
115
reasonable precautions, due care and reasonable alternative measures, all with the
objective of carrying out the terms and conditions of this Contract and has informed the
other Party as soon as possible about the occurrence of such an event.
(b) A Party affected by an event of Force Majeure shall notify the other Party of such event as
soon as possible, and in any case 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 written notice of the restoration of normal conditions as soon as possible.
(a) 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.
(b) In the case of disagreement between the Parties as to the existence or extent of Force
Majeure, the matter shall be settled according to Clause GC 8.
2.8 Suspension
The Client may, by written notice of suspension to the Consultant, suspend all payments
to the Consultant hereunder if the Consultant fails to perform any of its 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 Consultant to remedy such failure
within a period not exceeding thirty (30) days after receipt by the Consultant of such notice of
suspension.
2.9 Termination
116
(a) If the Consultant fails to remedy a failure in the performance of its obligations
hereunder, as specified in a notice of suspension pursuant to Clause GC 2.8 hereinabove, within
thirty (30) days of receipt of such notice of suspension or within such further period as the Client
may have subsequently approved in writing.
(b) If the Consultant becomes (or, if the Consultant consists of more than one entity, if
any of its 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 Consultant fails to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause GC 8 hereof.
(d) If the Consultant submits to the Client a false statement which has a material effect
on the rights, obligations or interests of the Client.
(e) If the Client, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.
2.9.2 By the Consultant
The Consultant may terminate this Contract, by not less than thirty (30) days’ written
notice to the Client, in case of the occurrence of any of the events specified in paragraphs (a)
through (c) of this Clause GC 2.9.2.
(a) If the Client fails to pay any money due to the Consultant pursuant to this Contract
and not subject to dispute pursuant to Clause GC 8 hereof within forty-five (45) days after
receiving written notice from the Consultant that such payment is overdue.
(b) If the Client fails to comply with any final decision reached as a result of
arbitration pursuant to Clause GC 8 hereof.
(c) If the Client is in material breach of its obligations pursuant to this Contract and
has not remedied the same within forty-five (45) days (or such longer period as the Consultant
may have subsequently approved in writing) following the receipt by the Client of the
Consultant’s notice specifying such breach.
Upon termination of this Contract pursuant to Clauses GC 2.2 or GC 2.9 hereof, or upon
expiration of this Contract pursuant to Clause GC 2.4 hereof, all rights and obligations of the
Parties hereunder shall cease, except
117
(i) such rights and obligations as may have accrued on the date of termination or expiration,
(iii) any right which a Party may have under the Applicable Law.
(iv) on termination of this contract payment accrued for services till the date of termination
Upon termination of this Contract by notice of either Party to the other pursuant to
Clauses GC 2.9.1 or GC 2.9.2 hereof, the Consultant shall, immediately upon dispatch or receipt
of such notice, take all necessary steps to bring the Services to a close in a prompt and orderly
manner and shall make every reasonable effort to keep expenditures for this purpose to a
minimum. With respect to documents prepared by the Consultant the Consultant shall proceed as
provided, respectively, by Clauses GC 3.3 hereof.
(a) entering into a subcontract for the performance of any part of the Services,
(b) appointing such members of the Personnel not listed by name in Appendix C,
(b) Final reports shall be delivered in CD ROM in addition to the hard copies
specified in said Appendix.
3.7 Documents Prepared by the Consultant to be the Property of the Client
All plans, drawings, specifications, designs, reports, other documents and software
submitted by the Consultant under this Contract shall become and remain the property of the
Client, and the Consultant shall, not later than upon termination or expiration of this Contract,
deliver all such documents to the Client, together with a detailed inventory thereof.
119
from the expiration or termination of this Agreement, to inspect the same and
make copies thereof as well as to have them audited by auditors appointed by
the Authority.
4. CONSULTANTS’ PERSONNEL
4.1 General
The Consultant shall employ and provide such qualified and experienced Personnel as are
required to carry out the Services.
(b) If the Client (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 cause to be
dissatisfied with the performance of any of the Personnel, then the Consultant shall, at the
Client’s written request specifying the grounds therefore, forthwith provide as a replacement a
person with qualifications and experience acceptable to the Client.
(c) The Consultant shall have no claim for additional costs arising out of or incidental
to any removal and or replacement of personal.
120
5.2 Payment
In consideration of the Services performed by the Consultant under this Contract, the
Client shall make to the Consultant such payments and in such manner as is provided by Clause
GC 6 of this Contract.
(a) As soon as practicable, at the end of each calendar month during the period of the
Services, or after the end of each time intervals otherwise indicated in the SC, the Consultant
shall submit to the Client, in duplicate, itemized statements, accompanied by copies of invoices,
vouchers and other appropriate supporting materials, of the amounts payable for such month, or
any other period indicated in the SC.
(b) The Client shall pay the Consultant’s statements within forty five (45) days after
the receipt by the Client of such statements with supporting documents. Only such portion of a
statement that is not satisfactorily supported may be withheld from payment.
(c) Final payment of services will be released after complete satisfactory consultancy
services work.
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 Consultant and approved as
satisfactory by the Client. The Services shall be deemed completed and finally accepted by the Client
121
and the final report and final statement shall be deemed approved by the Client as satisfactory ninety
(90) calendar days after receipt of the final report and final statement by the Client unless the Client,
within such ninety (90) day period, gives written notice to the Consultant specifying in detail
deficiencies in the Services, the final report or final statement. The Consultant shall there upon
promptly make any necessary corrections, and thereafter 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 Consultant to the Client within thirty (30) days after receipt by the
Consultant of notice thereof.
(d) Client shall made all payments under this Contract after deducting T.D.S. (Tax
Deductions at Source) as per the prevailing applicable Laws of Taxes.
(e) All payments under this Contract shall be made to the account of the Consultant.
(f) With the exception of the final payment under (c) above, payments do not constitute
acceptance of the Services nor relieve the Consultant of any obligations hereunder.
(g) Security amount equivalent to 10% of consultancy services contract value will be
retained from the due payments on proportionate basis. This security amount will
be returned to the consultant, after two years from completion period of
consultancy work.
122
4 Approval of final DPR report, documents and drawing for bypass 20%
road alignment, GAD of proposed major bridge to R&B Design
Circle and Submission of all utilities shifting proposals to user
agencies final DPR report, documents and drawings
5 Preparation and Approval of BOQ/ Detailed Estimate for Bypass 20%
by concern authority considering the provisional design of
MAJOR BRIDGE and other relevant structures .
6 Preparation and Submission of Draft Tender paper. 10%
7 Preparing and supplying approved working drawings, and 20%
documents to the department for execution of work.
Co-ordination with R&B DESIGN CIRCLE other department
whereas required and instructed by Executive Engineer.(
Drawings of all elements of road and all relevant structures)
Total : 100%
Note:- 1) Consultants have to provide a certificate that all the key personnel as envisaged in the
contract Agreement has been actually deployed in the project. They have to submit this
certificate at the time of submission of Bills to Department from time to time.
2) 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.
6. Good Faith
The Parties undertake to act in good faith with respect to each other’s rights under this
Contract and to adopt all reasonable measures to ensure the realization of the objectives of this
Contract.
8. Settlement of Disputes
8.1 Amicable Settlement
The Parties agree that the avoidance or early resolution of disputes is crucial for a smooth
execution of the Contract and the success of the assignment. The Parties shall use their best
efforts to settle amicably all disputes arising out of or in connection with this Contract or its
interpretation.
123
for such amicable settlement may be submitted by either Party for settlement in accordance
with the provisions specified in the SC.
Client:
Attention:
Facsimile :
E-mail:
Consultant:
Attention :
Facsimile:
E-mail:
124
1.9 The Authorized Representatives are:
For the Client: ________________________
2.1 The effectiveness condition is when the Contract has been approved by the Client.
2.3 The date for the commencement of Services is DD/MM/YY
2.4 The time period shall be Three Months.
3.2 The Consultant shall not use these documents and software for purposes unrelated to this
Contract without the prior written approval of the Client.
(a) Third Party motor vehicle liability insurance as required under motor vehicle act in
respect of motor vehicle operated in the Client’s country by the Consultant or its Personnel
for the period of consultancy.
(b) Professional liability insurance, with a minimum coverage of total payment for
consultancy assignment.
(d) Insurance against loss of or damage to (i) equipment purchased in whole or in part with
funds provided under this Contract, (ii) the Consultant’s property used in the performance of
the Services, and (iii) any documents prepared by the Consultants in the performance of the
Services.
1. In the event that the negotiations fail to resolve the Dispute within a period
of 30 days from the date of receipt of the Notice by the other party, any Party may invoke
this arbitration clause under notice (hereinafter referred to as “the subsequent Notice”) to the
other Party. The Dispute shall then be referred to the adjudication of The Gujarat Public
Works Contract Dispute Arbitration Tribunal. The language of the arbitration shall be
English.
125
126
SECTION 7. LIST OF PROJECTS
127
SECTION 7
1 2 3 4 5 6
1 Patan Radhanpur - -
Consultancy Service for Construction of
Radhanpur Bypass (Connecting Palanpur - Bypass
(Connecting
Radhanpur - Samakhyali road (NH-27) to
Radhanpur -Sami -Harij- Road (SH-55)) (Two lane) Palanpur -
Ta: Radhanpur Dist: Patan (Preparing DPR, DTP, Radhanpur -
Various Proposals of Utility Shifting and approval Samakhyali road
of it from competent Authority) NH-27 to
Radhanpur
Sami Harij Road
SH-55)
128
Certificate
Certified that the Draft Tender Paper for the work of Consultancy Service for Construction of Radhanpur Bypass
(Connecting Palanpur - Radhanpur - Samakhyali road (NH-27) to Radhanpur -Sami -Harij- Road (SH-55)) (Two lane) Ta:
Radhanpur Dist: Patan (Preparing DPR, DTP, Various Proposals of Utility Shifting and approval of it from competent
Authority) as per Technical Sanctioned and estimates wide office of Amounting prepared and checked by
Certificate
Certified Certified that the Draft Tender Paper for the work of Consultancy Service for Construction of Radhanpur
Bypass (Connecting Palanpur - Radhanpur - Samakhyali road (NH-27) to Radhanpur -Sami -Harij- Road (SH-55)) (Two
lane) Ta: Radhanpur Dist: Patan (Preparing DPR, DTP, Various Proposals of Utility Shifting and approval of it from
competent Authority) Checked and found correct technically.
129