1080 File1933621755
1080 File1933621755
On behalf of
Government of India
1
INDEX
2
Ministry of Road Transport & Highways
REPRESENTED BY
Government of Gujarat (Roads & Building Department)
Phone/Fax No. : 02836-260304 E-mail : [email protected]
1 2 3 5
1
Rs. 1,00,000/- 2 months
Consultancy Services for preparation of Detailed
Project Report for Construction of proposed
Mandvi bypass road starting from Km. 97/200 &
ending at Km.104/200 of NH-8A(Extn.) in the
State of Gujarat (Approx. length : 6.100 Kms.)
1. The applicants have to submit their bids (Both Technical and Financial Proposals)
including scanned copy of Bid security and RFP document fee for the above woks in online
electronic format with Digital Signature.
2. The letter of Invitation (LOI)and Terms of Reference (ToR) including Request for Proposal
(RFP) is available online e-tender portal of MoRT&H https://eprocure.gov.in from
27.04.2017 to 024.05.2017 (upto 17.00 Hrs. IST).
3. No proposal will be accepted in physical form except RFP document fee and Bid Security.
The applicants have to submit their RFP document fee and Bid Security in hard copy
(original) also on or before 12.00 hours of 25.05.2017 at address given below. If the office
happens to be closed on the last date of submission of Bid Security in hard copy as
specified, the Bid Security will be received on the next working day at the Office
mentioned below. In case the RFP document fee and Bid security is not received within
specified time, the Bid shall be considered non-responsive and shall not be
downloaded/evaluated. Bids shall be strictly treated as non-responsive if bid is not
accompanied by an acceptable bid security as specified in clause 4.3 of LOI.
4. Before submission of online bids, applicants must ensure that scanned copy of all the
necessary documents have been attached with bid.
5. The Chief Engineer, National Highways, Gandhinagar or Ministry of Road transport and
Highways shall not be responsible for delay in online submission due to any reason
3
whatsoever.
6. All documents/papers uploaded/submitted by the bidder must be legible.
7. Any entity which has been barred by the Ministry of Road Transport and Highways
(MoRT&H) or its implementing agencies for the works of Expressways, National
Highways, ISC and EI Works and the bar subsists as on the date of Application, would not
be eligible to submit the BID.
8. The RFP have also been uploaded on“INFRACON”(www.infracon.nic.in). As such before
submitting the proposal the Consultant shall mandatorily register and enlist themselves
(the firm and all key personnel) on the MoRTH portal “INFRACON” and furnish
registration details along with its RFP. A copy of Infracon Operation Procedure is also
enclosed for bidder’s reference.
9 All the bidders registered on Infracon shall form a Team on Infracon and which would be
assigned unique Infracon Team ID. Bidders while submitting the proposal shall quote the
Infracon Team ID.
Instruction to application regarding e-tendering process:
(a) The interested applicant can download the RFP from the –E-tendering portal of the
MoRTH https://morth.eproc.in. The detailed procedure regarding E-tendering may
please be seen at Annexure-X of this NIT.
(b) Proposals should consist of 2 parts – Technical Proposal (Part-I) and Financial
Proposal (Part-II) . The Applicants shall submit the scanned copy of Technical Proposal
with all pages numbered serially with index of documents in online.
(c) Financial proposal for each package are to be submitted separately. Financial proposal
are only to be submitted in online and no hard copy of the financial proposal should be
submitted.
The envelope containing the following documents must be clearly marked as:
Consultancy Bid reference No. ……….. Project Name ………………………..
(i) The RFP must be accompanied with a non-refundable fee of Rs.5000.00(Rupees five thousand
only ) as RFP document fee, in the form of a demand draft or banker’s cheque drawn on any
Nationalized / Scheduled Bank in India in favour of the Executive Engineer, NH Division,
Gandhidham payable at Gandhidham.
(ii) Respective Bid Security as mentioned in the table of page-1 valid up to 180 days beyond
the last date of submission of bids (in the form of Fixed Deposit Receipt (FDR) for minimum
period of six months from Proposal due date(PDD) issued by one of the Nationalized / Scheduled
Bank in India in favour of the Executive Engineer, NH Division, Gandhidham payble at
Gandhidham. or in the form of a Bank Guarantee as per format given in the RFP)
4
The following are the important dates for award of above consultancy work:
Communications: All communications including the submission of Fee and Bid Security
should be addressed to :
Office of the Executive Engineer, National Highway Division, Plot No.-1, Ward-3B,Tagore road,
ADIPUR (District : Kachchh) Phone/ Fax : 02836-260304
( R.B.Damor)
Executive Engineer,
National Highway Division,
Gandhidham
5
Letter of Invitation (LOI)
Dear Sir,
Sub: Consultancy Services for preparation of Detailed Project Report for Construction
of proposed Mandvi bypass road starting from Km. 97/200 & ending at
Km.104/200 of NH-8A(Extn.) in the State of Gujarat
1. Introduction
1.1 The Executive Engineer, National Highway Division, Gandhidham invites proposal
from Technical consultants for carrying out detailed project report for Construction of
proposed Mandvi bypass road starting from Km. 97/200 & ending at Km.104/200 of
NH-8A(Extn.) in the State of Gujarat.
1.2 A brief description of the assignment and its objectives are given in the NIT
“Terms of Reference”.
1.3 The Executive Engineer, National Highway Division, Gandhidham invites Proposal
(the “Proposal”) through e-tender (on-line bid submission) for selection of Technical
Consultant (the “Consultant”) who shall prepare DPR. Consultant is hereby invited to
submit proposal in the manner as prescribed in the RFP. Financial proposal is only to
be submitted online and no hard copy of the financial proposal should be submitted.
The most preferred bidder would be determined on the basis of Quality and Cost as
mentioned in the RFP. The consultants are hereby invited to submit proposals in the
manner prescribed in the RFP.
1.4 The consultants shall submit proposals either in sole capacity or in JV or in Association.
Joint Venture/Association shall not have more than two firms. Any entity which has
been barred by the Ministry of Road Transport and Highways (MORTH) or its
implementing agencies for the works of Expressways, National Highways, ISC and EI
Works and the bar subsists as on the date of application, would not be eligible to
submit the bid, either individually or as a member of a Joint Venture.
1.5 To obtain first hand information on the assignment and on the local conditions, the
consultants are encouraged to pay a visit to the client, local State PWDs and the
project site before submitting a proposal and attend a pre-proposal conference. They
6
must fully inform themselves of local and site conditions and take them into account in
preparing the proposal.
1.6 Financial Proposals will be opened only for the firms found to be eligible and scoring
qualifying marks in accordance with Para 5 hereof. The consultancy services will be
awarded to the highest ranking consultant on the basis of Quality and Cost.
1.7 Please note that (i) costs of preparing the proposal and of negotiating the contract,
including visits to the Client, etc., are not reimbursable as a direct cost of the
assignment; and (ii) Client is not bound to accept any of the proposals submitted and
reserve the right to reject any or all proposals without assigning any reasons.
1.8.3 In case of Joint venture, one of the firms which preferably have relatively higher
experience, will act as the lead firm representing the Joint Venture. The duties,
7
responsibilities and powers of such lead firm shall be specifically included in the MOU
/agreement. It is expected that the lead partner would be authorized to incur liabilities
and to receive instructions and payments for and on behalf of the Joint Venture.
Payment to be made to the JV can also be made to the account of the JV. For a JV to
be eligible for bidding, the experience of lead partner and other partner should be as
indicated in data sheet.
1.8.4 A firm can bid for a project either as a sole consultant or in the form of joint venture with
other consultant or in association with any other consultant. However, alternative
proposals i.e. one as sole or in JV with other consultant and another in association /
JV with any other consultant for the same package will be summarily rejected. In such
cases, all the involved proposals shall be rejected.
1.9 Pre-proposal conference shall be held on the date, time and venue given in Data
Sheet.
1.10.2 Any Bid not accompanied by the Bid Security of the required value and minimum
required validity shall be rejected by the Authority as non-responsive.
1.10.3 The Ministry shall not be liable to pay any interest on the Bid Security and the same
shall be interest free.
1.10.4 The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to
have acknowledged that without prejudice to the Ministry any other right or remedy
hereunder or in law or otherwise, the Bid Security shall be forfeited and appropriated
by the Authority as the mutually agreed pre-estimated compensation and damage
payable to the Authority for, inter alia the time, cost and effort of the Ministry in regard
to RFP including the consideration and evaluation of the Proposal under the following
conditions:
(a) If an Applicant withdraws its Proposal during the period of its validity as
specified in this RFP and as extended by the Applicant from time to time
(b) In the case of the Selected Applicant, if the Applicant fails to reconfirm its
commitments during negotiations as required vide Para 6
8
(c) In the case of a Selected Applicant, if the Applicant fails to sign the Agreement
2 Documents
2.1 To enable you to prepare a proposal, please find and use the attached documents
listed in
the Data Sheet.
2.2 Consultants requiring a clarification of the documents must notify the Client, in writing,
by 08.05.2017. Any request for clarification in writing or by tele-fax/e-mail must be sent
to the Client’s address indicated in the Data Sheet. The Client will upload replies to pre
bid queries on its website.
2.3 At any time before the submission of proposals, the Client may, for any reason,
whether
(ii) Firm’s relevant experience and performance for the last 7 years:
Project sheets in support of relevant experience as per Form-E2/T3 supported
by the experience certificates from clients in support of experience as
specified in data sheet for the project size preferably in terrain of similar
nature as that of proposed project shall be submitted. Certificate should
indicate clearly the firms Design/DPR experience, in 2/4-/6- laning of highway,
structures like bridges, Viaducts, tunnels, hill slope stabilization, rock bolting,
ground improvement, etc. Scope of services rendered by the firm should be
9
clearly indicated in the certificate obtained from the client. The information given
in Form E2/T3 shall also be considered as part of Technical Proposal and shall
be evaluated accordingly. The Consultants are therefore advised to see
carefully the evaluation criteria for Technical Proposal and submit the Project
Sheets accordingly.
(iii) Firm’s turnover for the last 5 years: A tabular statement as in Form E3 showing
the turnover of the applicant firm(s) for the last five years beginning with the last
financial year certified by the Chartered Account along with certified copies of
the audit reports shall be submitted in support of the turnover.
(iv) Document fee: The fee for the document amounting to Rs. 5,000/- (Rupees
Five Thousand only) in the form of Demand Draft favoring Executive Engineer,
National Highway Division,Gandhidham ’ payable at Gandhidham must be
furnished in a separate envelope while submitting the proposal.
(v) Bid Security: Bank Guarantee in support of bid security for an amount specified
in Data Sheet and having validity for a minimum period of 150 days (i.e.30 days
beyond the validity of the bid), from the last date of submission of proposals in the
Form E4.
(vi) Power of Attorney on a stamp paper of Rs.100 and duly notarized authorizing to
submit the proposal
3.1.2 The minimum essential requirement in respect of eligibility has been indicated in
the data sheet, the proposal found deficient in any respect of these
requirements will not be considered for further evaluation.
10
indicated in the TOR should be strictly adhered to.
3.2.3 The technical proposal shall be submitted strictly in the Formats given in Appendix- III
And shall comprise of following documents:
i) Forwarding letter for Technical proposal duly signed by the authorized person on
behalf of the bidder, as in Form-T-1
ii) Details of projects for which Technical and Financial Proposals have been
submitted by a Consultant with a particular Team as in Form-T-2
iii) Firm’s references - Relevant Services carried out in the last seven years as per
Form- E2/T-3. This information submitted as part of Proof of Eligibility shall be
evaluated and need not be submitted again as a part of the Technical proposal
iv) Site Appreciation: limited to four A4 size pages in 1.5 space and 12 font including
photographs, if any (Form-T-4).
v) Comments on Terms of Reference: limited to two A4 size pages in 1.5 space and
12 font (Form-T-5).
vi) The composition of the proposed Team and Task Assignment to individual
personnel: Maximum three pages (Form-T-6).
vii) Proposed methodology for the execution of the services illustrated with bar charts of
activities, including any change proposed in the methodology of services indicated
in the TOR, and procedure for quality assurance: Maximum 4 pages (Form-T-7)
viii) The proposal should clearly identify and mention the details of Material Testing lab
facilities to be used by the Consultants for the project (Form-T-8). In this
connection, the proposals of the Consultants to use in-house lab facilities up to a
distance of maximum 400 km from the project site being feasible would be
accepted. For all other cases suitable nearby material Testing Laboratory shall be
proposed before Contract Agreement is executed.
ix) The proposal shall indicate as to whether the firm is having the facilities for carrying
out the following field activities or these are proposed to be outsourced to
specialized agencies in the Form- T-9.
a) Pavement Investigation
b) Geo-technical Investigation
In case the consultant envisages outsourcing any or all of the above services to the
expert agencies, the details of the same indicating the arrangement made with the
agencies need to be furnished. These agencies would however, be subject to
approval of the client to ensure quality input by such agencies during technical
negotiation before award of the work. For out-sourced services, proposed
firms/consultants should have such experience on similar projects
11
xi) CV s of Key Personnel in Form-T 11.
iv. The availability of key personnel must be ensured for the duration of the project as per
proposed work programme. If a firm claims that a key personnel proposed by them is a
permanent employee of the firm ( the personnel should have worked in the firm
continuously for a period of at least 1 year) , a certificate to the effect along with pay slips
are required to be submitted.
v. The age limit for key personnel is 70years as on the date of bid submission except for
Senior survey engineer in which case the age limit is 65 years. The proof of age and
qualification of the key personnel must be furnished in the technical proposal.
vi. An undertaking from the key personnel must be furnished that he/she will be available for
entire duration of the project assignment and will not engage himself/herself in any other
12
assignment during the currency of his/her assignment on the project. After the award of
work, in case of non-availability of key personnel in spite of his/her declaration, he/she
shall be debarred for a period of two years for all projects of Ministry.
vii. Age limit for supporting staff to be deployed on project is 65 years as on the date of bid
submission.
viii. A good working knowledge of English Language is essential for key professional staff on
this assignment. Study reports must be in English Language.
ix. Photo, contact address and phone/mobile number of key personnel should be
furnished in the CV.
xi. It may please be noted that in case the requirement of the ‘Experience ’ of the
firm/consortium as mentioned in the “Proof of Eligibility ’ is met by any foreign company,
their real involvement for the intended project shall be mandatory. This can be achieved
either by including certain man-months input of key experts belonging to the parent
foreign company, or by submitting at least the draft feasibility report and draft DPR duly
reviewed by the parent firm and their paying visit to the site and interacting with Ministry.
In case of key personnel proposed by the foreign company, they should be on its pay roll
for at least last six months (from the date of submission).
xiii) Original Curriculum Vitae (CV) and photocopies of certificates shall be recently signed in blue
ink by the proposed key professional staff on each page and also initialed by an authorized
official of the Firm and each page of the CV must be signed. The key information shall be as
per the format. Photocopy of the CVs will not be accepted. Unsigned copies of CVs shall be
rejected.
3.2.5 The technical proposal must not include any financial information.
3.3 Financial Proposal
3.3.1 The Financial proposal should include the costs associated with the assignment.
These shall normally cover: remuneration for staff (foreign and local, in the field, office
etc), accommodation, transportation, equipment, printing of documents, surveys,
geotechnical investigations etc. This cost should be broken down into foreign and local
costs. Your financial proposal should be prepared strictly using, the formats attached
13
in Appendix - IV. Your financial proposal should clearly indicate the amount asked for
by you without any assumptions of conditions attached to such amounts. Conditional
offer or the proposal not furnished in the format attached in Appendix-IV shall be
considered non- responsive and is liable to be rejected.
3.3.2 The financial proposal shall take into account all types of the tax liabilities and cost of
insurance specified in the Data Sheet.
3.3.3 Costs shall be expressed in Indian Rupees in case of domestic as well as for
foreign Consultant. The payments shall be made in Indian Rupees by the Ministry and
the Consultant themselves would be required to obtain foreign currency to the extent
quoted and accepted by Ministry. Rate for foreign exchange for payment shall be at
the rate established by RBI applicable at the time of making each payment installment
on items involving actual transaction in foreign currency. No compensation done to
fluctuation of currency exchange rate shall be made.
3.3.4 Consultants are required to charge only rental of equipments/ software(s) use so as to
economize in their financial bid.
4 Submission of Proposals
4.1 The Applicants shall submit the proposal (Proof of Eligibility and Technical Proposal) in
hard bound form with all pages numbered serially and by giving and index of
submissions. Applications submitted in other forms like spiral bound form; loose form
etc shall be rejected. Copies of Applications shall not be submitted and considered. A
Consultant with “a Particular Team” may submit only one hard copy (in original) of
“proof of eligibility (Part 1)” and “Technical Proposal (Part II)” to Ministry for all the
packages applied by them with a particular team on or before the deadline of
submission of bids. A consultant can apply for a particular package with one team
only. The packages for which a Consultant with “a Particular Team” applies should be
clearly mentioned in their proposal. However, Consultants are required to submit a
copy of Proof of Eligibility and Technical Proposal online separately for each package.
4.2 You must submit original proposal as indicated in the Data Sheet. “Proof of Eligibility”
in original and hard bound should be enclosed in an envelope which should be marked
as “Part-I - Proof of Eligibility”. Similarly, “Technical Proposal” in original and hard
bound should be enclosed in an envelope which should be marked as “Part-II -
Technical Proposal” The proposal will be sealed in an outer envelope which will bear
the address and information indicated in the Data Sheet and shall be submitted to
Ministry on or before the deadline for submission of bids. The envelope must be clearly
marked:
14
Project Name .......................... ………………………………………….
Do not open, except in presence of the evaluation committee
4.2.1 This outer envelope will contain three separate envelopes. The first envelope
containing “Proof of Eligibility” (which should be clearly marked), the second envelope
containing “Technical Proposal” (which should be clearly marked) and the third
envelope containing a demand draft of Rs. 5,000/- (cost of RFP), Bid Security of
required amount and validity as mentioned in the RFP. Consultants have to submit
Bid Security of Rs 1.00 lakh as mentioned in RFP.
4.2.2 The proposal must be prepared in indelible ink and must be signed by the authorized
representative of the consultants. The letter of authorization must be confirmed by a
written power of attorney accompanying the proposals. All pages of the Proof of
Eligibility and Technical Proposal must be initialed by the person or persons signing
the proposal.
4.4 Your completed Proof of eligibility and Technical proposal (in hard copy) must be
delivered on or before the time and date at the address stated in Data Sheet. Proof of
Eligibility, Technical Proposal and Financial Proposal for each package shall have to
be submitted online also on or before the time and date at the address stated in Data
Sheet
4.5 Your proposal must be valid for the number of days stated in the Data Sheet from the
closing date of submission of proposal.
5 Proposal Evaluation
5.1 The proposals would be evaluated by a Committee constituted in Regional
Office of Ministry. A three stage procedure will be adopted in evaluating the proposal.
In the first stage- Proof of Eligibility, it will be examined as to whether:
15
declared as non- responsive and shall not be evaluated further.
A Consultant satisfying the minimum Eligibility Criteria as mentioned in the Data sheet
and who had submitted the above mentioned documents shall be declared “pass” in
Proof of Eligibility and the Technical Proposals of only those consultants shall be
opened and evaluated further.
5.2 In the second stage the Technical proposal shall be evaluated as per the detailed
evaluation criteria given in Data Sheet.
5.3.1 In case for a particular package, only one firm is eligible for opening of Financial
Proposals, the Financial Proposal shall not be opened, the bids for that package shall
be cancelled and Ministry shall invite fresh bids for this package. For financial
evaluation, total cost of financial proposal excluding Service Tax shall be considered.
Service Tax shall be payable extra.
5.3.2 The evaluation committee will determine whether the financial proposals are complete
(i.e. whether they have included cost of all items of the corresponding proposals ; if
not, then their cost will be considered as NIL but the consultant shall however be
required to carry out such obligations without any compensation. In case, if client feels
that the work cannot be carried out within overall cost of financial proposal, the
proposal can be rejected. The client shall correct any computational errors and correct
prices in various currencies to the single currency specified in Data Sheet. The
evaluation shall exclude those taxes, duties, fees, levies and other charges imposed
under the applicable law & applied to foreign components/ resident consultants.
5.3.3 For a package, the procedure as mentioned at Clauses 5.3.4, 5.4 and, 5.5 as
mentioned below shall be followed for determining the “most preferred bidder (H-1
bidder)” for this package.
5.3.4 The lowest financial proposal (FM) will be given a financial score (SF) of 100 points.
The financial scores of other proposals will be computed as follows:
16
SF = 100xFM/F
(SF = Financial Score, FM= Amount of lowest bid, F= Amount of financial proposal
converted in the common currency)
5.4 Combined evaluation of Technical and Financial Proposals. Proposals will finally be
ranked according to their combined technical (ST) and Financial (SF) scores using the
weights indicated in the Data Sheet:
T and f are values of weightage for technical and financial proposals respectively as
given in the Data Sheet.
5.5 For a particular package, a Consultant with a “particular Team” having the maximum
16
Combined score (S) shall be declared as the most preferred bidder (H-1).
5.6 In case work has to be awarded for multiple packages, award of work to a Consultant
with “a Particular Team” either as sole or as in JV/Association shall be limited to one
package only. At first, Consultants who become H-1 in one package each shall be
assigned the respective package. Then packages in which a Consultant with “a
Particular Team” turns out to be the most preferred bidder (H-1) in more than one
package shall be considered. In case, a Consultant with “a Particular Team” turns out
to be the most preferred bidder (H-1) in more than one package, the package which is
to be awarded to this team of a consultant shall be determined on the basis of least
cost to Ministry considering the Financial Quote of H-1 bidder and H-2 Bidder limited to
those packages. Procedure to be followed for awarding work based on QCBS
including assessment of least cost to Ministry under special circumstances i.e. When a
Consultant with “a Particular Team” turns out to be the most preferred bidder (H-1) in
more than one package is given at given at Annex-II.
6 Negotiations
6.1 Prior to the expiration period of proposal validity, the Client will notify the most
preferred Consultant/Bidder i.e. the highest ranking consultant in writing by registered
letter, e-mail, or facsimile and invite him to negotiate the Contract.
6.2 Before the start of negotiations, the most preferred Consultant/Bidder (H-
1) shall be asked to give justification for the cost quoted by them to the
full satisfaction of Ministry.
Each key personnel of the preferred consultant shall be called for interview at the time
of negotiation at the cost of consultant before the award of work.
17
6.3 Negotiations normally take two to three days.The aim is to reach agreement on all
points
and initial a draft contract by the conclusion of Negotiations.
6.4 Negotiations will commence with discussion on technical proposal, the proposed
methodology (work plan), staffing and any suggestions made to improve the TOR, the
staffing and bar charts, which will indicate activities, periods in the field and in the
home office, staff months, logistics and reporting. The financial proposal is subject to
rationalization. Special attention will be paid to optimize the required outputs from the
Consultants within the available budget and to define clearly the inputs required from
the Client to ensure satisfactory implementation of the Assignment.
6.5 Changes agreed upon will then be reflected in the financial proposal using proposed
unit rates.
6.6 Having selected Consultants, among other things, on the basis of an evaluation of
proposed key professional staff, the Client expects to negotiate, within the proposal
validity period, a contract on the basis of the staff named in the proposal and, prior to
contract negotiations, will require assurances that the staff will be actually available.
The Client may ask to give a replacement for the key professional who has
scored less than 75% marks by a person of at least 75% score. No reduction in
remuneration would be made on account of above change.
The Client will not consider substitutions during contract negotiations except in cases
of incapacity of key personnel for reasons of health. Similarly, after award of contract
the Client expects all of the proposed key personnel to be available during
implementation of the contract. The client will not consider substitutions during contract
negotiations/ contract
implementation except under exceptional circumstances. For the reason other than
death/ extreme medical ground, where replacement is proposed by the Consultant due
to non availability of the originally proposed key personnel or in cases where
replacement has become necessary as a key personnel proposed by the Consultant
has been found to be unsuitable for the project by Ministry during contract negotiations
/ contract implementation , the following shall apply (i) for total replacement upto 33%
of key personnel, remuneration shall be reduced by 5% (ii) for total replacement
between 33% to 50%, remuneration shall be reduced by 10% (iii) for total replacement
beyond 50% and 66% remuneration shall be reduced by 15% (iv) for total replacement
beyond 66% of the total key personnel, the Client may initiate action for debarment of
such consultant for future projects of Ministry for a period of 6 months to 24 months. If
for any reason beyond the reasonable control of the consultants, it becomes
necessary to replace any of the personnel, the consultants shall forthwith provide
as a replacement a person of equivalent or better qualification and experience .
6.7 The negotiations will be concluded with a review of the draft Contract Agreement
attached at Appendix-V. The Client and the Consultants will finalize the contract to
conclude negotiations.
18
consultant withdraws without starting / completing the negotiations with Ministry, it shall
attract penalty - encashment of Bid Security submitted by the Consultant
7 Performance Security
The consultant will furnish within 15 days of the issue of Letter of Acceptance (LOA),
an unconditional Bank Guarantee from a Nationalised Bank, IDBI or ICICI/ICICI
Bank/Foreign Bank/EXIM Bank / Any Scheduled Comm ercial Bank approved by RBI
having a net worth of not less than 500 crore as per latest Annual Report of the Bank.
In the case of a Foreign Bank (issued by a Branch in India) the net worth in respect of
Indian operations shall only be taken into account. In case of Foreign Bank, the BG
issued by Foreign Bank should be counter guaranteed by any Nationalised Bank in
India.
In case of JV, the BG shall be furnished on behalf of the JV or by the lead member of
the JVs for an amount equivalent to 10 % of the total contract value to be received by
him towards Performance Security valid for a period of three years beyond the date of
completion of services, or end of civil works contract, whichever earlier. The Bank
Guarantee will be released by Ministry upon expiry of 3 years beyond the date of
completion of services, or end of civil works contract, whichever earlier, provided
rectification of errors if any, found during implementation of the contract for civil
work and satisfactory report by Ministry in this regard is issued. If a Consultant fails
to submit the Performance Security (as specified above), it shall attract penalty -
encashment of Bid Security submitted by the Consultant
8. Penalty
The consultant will indemnify for any direct loss or damage that accrue due to
deficiency in services in carrying out Detailed Project Report. Penalty shall be
imposed on the consultants for poor performance/deficiency in service as expected
from the consultant and as stated in General Conditions of Contract.
9. Award of Contract
After successful Negotiations with the selected Consultant the Client shall issue
letter of award and ask the Consultant to provide Performance Security as in Para 7
above. If negotiations (as per para 6 above) fail or the selected Consultant fail to
provide performance security within the prescribed time or the Consultant fail to sign
the Contract Agreement within prescribed time the Client may invite the 2 ndhighest
ranking bidder Consultant for Contract negotiations and follow the procedure
outlined in Para 6, 9 and 10 of this Letter of Invitation.
11. The Client shall keep the bidders informed during the entire bidding process and
shall host the following information on its website:
i) Notice Inviting Tender (NIT)
ii) Request For Proposal (RFP)
19
iii) Replies to pre-bid queries, if any
iv) Amendments / corrigendum to RFP
v) List of bidders who submitted the bids up to the deadline of submission
vi) List of bidders who did not pass the eligibility requirements, stating the broad
deficiencies
vii) List of bidders who did not pass the Technical Evaluation stating the reasons.
viii) List of bidders along with the technical score, who qualified for opening the financial bid
ix) Final Score of qualified bidders
x) Name of the bidders who is awarded the Contract
12. Confirmation
Thanking you.
( R.B.Damor)
Executive Engineer,
Encl. As Above National Highway Division,
Gandhidham
20
DATA SHEET
I (References to corresponding paragraphs of LOI are mentioned alongside)
1. The Name of the Assignment and description of project (Ref. Para 1.1)
2. The name of the Client is : Executive Engineer, National Highway Division, Gandhidham
Time: 11.30 AM
Venue: O/o. The Superintending Engineer,
National Highway Circle,
Patnagar Yojana Bhavan
Sector-16 ,
Gandhinagar – 382016 (Ref. Para 1.9)
(i) The Consultants and their personnel shall pay all taxes (including service tax), custom duties,
fees, levies and other impositions levied under the laws prevailing seven days before the last
date of submission of the bids. The effects of any increase / decrease of any type of taxes
levied by the Government shall be borne by the Client / Consultant, as appropriate.
(ii) .Limitations of the Consultant’s Liability towards the Client shall be as per
Clause3.4 of Draft Contract Agreement
(iii) The risk and coverage shall be as per Clause 3.5 of Draft Contract Agreement.
8. The number of copies of the proposal required to be submitted: 1 no. (Ref. para 4.1)
9. The address is --- (Ref. para 4.2)
21
The envelopes must be clearly marked:
i. Original Proposal;
ii. Documents in proof of eligibility and technical proposal as appropriate; and,
iii. Do not open, except in presence of the e v a l u a t i o n committee on the outer envelope.
iv. Project Name: -----------
v. Name and Address of Consultant
11. Proposal Validity period (Number of days): 120 days (Ref. Para 4.5)
12.1 First stage evaluation – eligibility requirement. (Ref. Para 3.1 & 5.1)
1 A Firm applying should have Experience of Annual average turnover for last
preparation of Detailed Project Report of
two/four/six lane / Feasibility of Two/ four/ six 3 years of the firm should be
lane projects of aggregate length equal to the equal to or more than Rs.5.00
indicative length of the package (i.e. 100km if
Crores.
the indicative length of the package is 100 km).
Firm should have also prepared DPR for at least
one project of 2/4/6laning of minimum 40% of
the indicative length of the package (i.e. 40 km if
the indicative length of the package is 100 km
)or Feasibility Study of two/four/six laning of
minimum 60% of the indicative length of the
package (i.e. 60 km if the indicative length of the
package is 100 km )
22
i) The sole applicant shall fulfill all the requirements given in Table-1.
(ii) In case of JV, the Lead Partner should fulfill at least 75% of all eligibility requirements and
the other partner shall fulfill at least 50% of all eligibility requirements.
(iii) If the applicant firm has / have prepared the DPR/FS projects solely on its own,
100%weightage shall be given. If the applicant firm has prepared the DPR/FS projects as a
lead partner in a JV, 75% weightage shall be given. If the applicant firm have prepared the
DPR projects as the other partner (not lead partner) in a JV 50% weightage shall be given.
If the applicant firm have prepared the DPR/FS projects as an associate,
25% weightage shall be given.
23
1.2.3 3 or more projects 7.5
2.1 1 bridge 2
2.2 2 bridges 3
2.3 3 bridges 4
3.2 Firm Average Turnover of last 5 years > = 5 crore but < 10 crore 4
Total………………… 25
1 Site appreciation 2
2 Comments on TOR 1
4 Methodology 1
Total 5
3. Material testing, survey and investigation, equipment and software proposed to be used
S.No. Description Maximum Sub
Points Points
1 Availability of in-house material testing facility 2
24
1.1 Available 2
1.2 Outsourced 1
2.1 Available 3
3.1 Available 3
4.1 1 project 1
4.2 2 projects 2
4.3 3 projects 3
5.1 1 project 1
5.2 2 projects 2
5.3 3 projects 3
25
S.No. Description Maximum Sub
Points Points
6.1 1 project 1
6.2 2 projects 2
6.3 3 projects 3
6.4 4 or more projects 4
Total 20
7 Environment Specialist 5
Total 50
The number of points assigned during the evaluation of qualification and competence of key staff
are as given below:
26
(max)
12.3 Detailed evaluation criteria which is to be used for evaluation of technical bids is as
indicated at Appendix-V.
The Consultant should carryout self-evaluation based on the evaluation criteria at Appendix-
V. While submitting the self-evaluation along with bid, Consultant shall make references to
the documents submitted in their proposal which have been relied upon in self-evaluation
Result of technical evaluation shall be made available on the website giving opportunity to
the bidders to respond within 7 days in case they have any objection
Financial Proposals of all Qualified Consultants in accordance with clause 5.2 and 5.3 of Letter
of Invitation shall be opened.
The consultancy services will be awarded to the consultant scoring highest marks in combined
evaluation of Technical and Financial proposals in accordance with clause 1.3 and
5.4 hereof.
The Factors are:
The weight given to Technical Proposal (T) = 0.80 The
weight given to Financial Proposal (f) = 0.20
Consultant have to quote in Rupees both for domestic Consultant as well as Foreign Consultants
14. Commencement of Assignment (Date, Location): The Consultants shall commence the
Services within fifteen days of the date of effectiveness of the contract at locations as
required for the project stretch stated in TOR. (Ref. Para 1.2 of LOI and 2.3 of GCC/SC)
27
Appendix – I
FOR
28
Terms of Reference (TOR)
1. General
29
2.2 Executive Engineer, National Highway Division, Gandhidham will be the employer
and executing agency for the consultancy services
and the standards of output required from the appointed consultants are of
international level both in terms of quality and adherence to the agreed time
schedule. It may be noted that the consultant would be required to Coordinate with
various agencies Viz. NHAI, State PWD(NH), Rural Road Dept, Railways, Irrigation
Dept, Revenue Dept and District Administration etc and the consultant is required to
carry out the assignment with their inputs and consultations.
2.3 Services of qualified firms are invited for project preparation for improvement of this
road to four lane/two lanewith paved shoulders/two lane, with bypasses/realignment,
drainage improvement duly taking into account environmental/social impacts of the
proposed improvements. Most feasible and acceptable improvements are to be
worked out with due analysis and in consultation with concerned authorities. Project
reports for ROBs in replacement of level crossings on this NH are being separately
prepared by different consultants which are to be dovetailed with these improvement
proposals in close coordination with the ROB Consultants. The terms of reference
for this assignment are as below.
2.4 The Consultant shall be guided in this assignment by the Manual of Specifications
and Standards for Two-laning of highways with paved shoulder published by the
Indian Roads Congress IRC:SP:73-2015 (First Revision) and the Manual of
Specifications and Standards for Four-laning of highways through Public Private
Partnership published by MoRT&H (the “Four-Laning Manual”) and these terms of
reference.
2.5 However, as per the norms of Ministry of Road Transport & Highways (MoRT&H),
Govt. of India, the implementation of the proposed scheme will be through EPC mode
of construction. As such, the consultants are required to develop a suitable frame
work of implementation of the proposed scheme through EPC mode of construction
with relevant necessary modifications / alterations of the above documents and shall
prepare necessary EPC agreement documents.
2.6 The Consultant shall be responsible for preparing the Schedules A to P of the EPC
bid documents and for bringing out any special feature or requirement of the Project
Highway referred to in the EPC bid or the Manual. The details and particulars to be
specified in the Schedules shall be duly addressed and incorporated therein, in
accordance with the provisions of the Manual (Refer to Appendix I of the Manual).
2.7 The Consultant shall assist the Authority and its Financial Consultant and the Legal
Adviser by furnishing clarifications as required for the financial appraisal and legal
scrutiny of the Project Highway and Bid Documents.
2.8 The Consultant shall also participate in the pre-bid conference with the Bidders of the
Project Highway and assist the Authority in clarifying the technical aspects arising
from the Bid Documents including the Project report.
2 OBJECTIVE
2.1 To undertake survey/ investigations/ studies and prepared a Project Report for the
Project Highway four lanning/two lanning with paved shoulders including project
30
facilities, facilitating assessment of most cost effective/ advantageous optimum
solution enabling prospective bidders assess the Authority’s requirements in a clear
and unambiguous manner.
2.2 The Project Report would inter-alia include detailed highway design, design of
pavement and overlay with options for flexible or rigid pavements, design of bridges,
and cross drainage structures, quantities of various items, detailed G.A. drawings,
detailed cost estimates, EPC schedules, economic and financial viability analyses,
environmental feasibility, environmental action plans as appropriate and documents
required for tendering the project on commercial basis through competitive bidding
(on EPC mode) duly including the viability of the project on BOT (Toll/ Annuity).
2.3 The DPR consultant should ensure detailed project preparation incorporating aspects
of value engineering, quality audit and safety audit requirement in design and
implementation. The consultant is expected to make effective use of modern
technology for carrying out ground surveys and digital data for design of proposed
Highway.
2.4 Minimal adverse Environmental/ Social impacts along with superior operational
efficiency and maintainability should be duly incorporated with project proposal.
2.5 Provide the Authority with a sound Engineering Solution scheme with a specific and
firm cost estimate together with a scheme for phased development of the project
road commensurate with financial viability.
2.6 The project proposal/ project report shall be prepared with a view to ensure:
(i) Proposed Road stretch in the State of Odisha duly balancing the needs of
minimizing environmental/Social impacts and improving the traffic flow/road
safety.
(ii) Safety and level of service for the road users;
(iv) minimal adverse impact on the local population and road users due to road
construction;
31
(viii) Provide the Authority with a sound Engineering solution scheme for the
proposed highway stretch along with a realistic and firm Cost Estimate and
EPC Bid documents as per standard practice in order to negotiate into the
implementation stage of the project.
2.7 Consultant shall obtain all types of necessary clearances , with the help of the
Authority, required for implementation of the project on the ground from the
concerned agencies. The Authority shall provide the necessary supporting official
correspondences in this respect, while any official fees as per the demand note
issued by such concerned agencies from whom the clearances are being sought to
enable implementation, shall be borne by the Consultant. Consultant does not obtain
all the necessary clearances upto the completion of the assignment, deduction will be
made as per the payment schedule from the final payment. The amount thus
deducted will be released after all necessary clearances have been obtained.
1. SCOPE OF SERVICE
(iii) Location and layout of truck lay byes/ Unified check gate and other wayside
amenities.
(iv) Location and layout of bus bays and bus shelters.
2. TASKS
2.1 Primary Tasks
General Scope of Services shall cover but be not limited to the following major tasks
(additional requirements for Feasibility Studies and preparation of Detailed Project
Report for Hill Roa.ds, Major Bridges and safety audit are given in Supplement I, II
32
and III respectively):
i. review of all available reports and published information about the project
road and the project influence area;
ii. Environmental impact assessment.
iii. detailed reconnaissance;
iv. identification of possible improvements in the existing alignment (i.e. at start &
end of bypass road)
v. traffic studies including traffic surveys and Axle load survey and demand
forecasting for next thirty years;
vi. detailed topographic surveys using LIDAR, Total Stations and GPS;
vii. pavement investigations;
viii. 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;
ix. identification of sources of construction materials;
x. detailed design of road, its cross-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 other
drawings and cross-drainage structures and underpasses etc.
xi. identification of the type and the design of intersections;
xii. design of complete drainage system and disposal point for storm water
xiii. value analysis / value engineering and project costing;
xiv. economic and financial analyses;
xv. 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 shifted / felled and planted and land
acquisition requirements including schedule for LA: reports documents
and drawings arrangement of estimates for shifting / cutting of trees and
shifting of utilities from the concerned department.”
Xvii River training works and catchments area treatment plans.
Xviii Preparation of Project Report, cost estimate, EPC schedules, Sub-estimation, ,
rate miscellaneous drawings analysis, detailed bill of quantities, bid documents
for execution of civil works through budgeting resources.
xix. Design of weighing stations, parking areas and rest areas.
xx. Any other user oriented facility enroute.
2.2 While carrying out the field studies, investigations and design, the development plans
being implemented or proposed for future implementation by the local bodies, should
be taken into account. Such aspect should be clearly brought out in the reports and
drawings.
2.3 The consultant shall study the possible locations, wayside amenities required and
arboriculture along the highway shall also be planned.
33
2.4 Consultation and incorporation of measures suggested by State & Central disaster
management bodies. Special emphasis shall be given for incorporation of mitigation
measures in case of any disaster resulting due to adverse climatic condition, earth
quake etc.
34
measures needed for the cross-roads;
iii. traffic pattern and preliminary identification of traffic homogenous links;
iv. sections through congested areas;
v. inventory of major aspects including land width, terrain, pavement type,
carriageway type, bridges and structures (type, size and location), intersections
(type, cross-road category, location) urban areas (location, extent), geologically
sensitive areas, environmental features:
vi. critical areas requiring detailed investigations; and,
vii. requirements for carrying out supplementary investigations.
viii. soil (textural classifications) and drainage conditions
ix. type and extent of existing utility services along the alignment (within ROW).
2.6.3 The data derived from the reconnaissance surveys are normally utilised 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.
2.6.4 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 Alignment Option Study 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.
2.6.5 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 the Authority's comments. The data and the
charts should also accompany the rationale for the selection of traffic survey
stations.
2.6.6 Alignment Option Study:
(a) Preparation of a DEM of the project zone from the data collected from
Reconnaissance Survey.
(b) Processing of Reconnaissance survey data along each of the alternate
alignments and preliminary assessment of project elements (length of
embankment, number & spans of bridges / culverts / CD structures / ROB /
RUB structures, bye-passes, Utility relocation / LA etc) and rough cost
estimate for each alternate alignment.
(c) Framing the decision matrix based on preliminary design, rough cost and/or
other engineering / social / environmental aspects, and selection of the best
35
suited alignment for the project thereof, in consultation with the Authority.
(d) The selected alignment shall be further vetted by concerned Chief Engineer
NHs/MoRT&H/NHAI and Railway Authority during the later course of this job.
The consultant shall assist the Authority in obtaining formal clearances from
the said authorities.
The Consultant shall, upon award of the Consultancy, submit its proposal regarding the
locations of traffic survey stations for each of the above activities along with an index plan
giving the rationale of its proposal. Care shall be taken in proposing the locations in a
manner that they capture the traffic in different sections. This proposal shall form part of the
Inception Report. The Authority may, within one week of receiving the Inception Report,
modify the locations of traffic survey stations in accordance with the provisions of this TOR
and the Consultant shall comply with the same.
(b) The traffic count data would be analysed to depict hourly and daily
variations. The Abstract of traffic data would also be provided for each
survey station.
(b) Design
(i) The data at each location shall be presented and analysed to identify suitable
treatment viz. at-grade intersection, grade separator without ramps or
interchange with ramps in the light of warrants and criteria specified in the
Manual. The type and layout proposed by the Consultant for each location shall
be furnished along with the analysis supporting the same. Where an interchange
with ramp is indicated by the analysis, its type should be determined keeping in
view the site conditions.
(ii) The amount of additional land required, if any, at each of the intersection on the
Project Highway shall be clearly stated and brought out.
(iii) For all cases where grade separators without ramps or interchanges with ramps
are proposed, the possibility of their provision on the Project Highway in a
37
phased manner shall be duly examined and a report on the cost- effectiveness of
the Consultant's proposal submitted for consideration of the Authority to enable it
to specify such requirements in the relevant Schedules of the EPC Agreement.
(1) The Consultants shall carry out O-D and Commodity Movement Surveys at locations
finalised in consultation with Authority. These will be essentially required around
congested towns to delineate through traffic. The road side interviews shall be on
random sample basis and cover all four-wheeled vehicles. The locations of the O-D
survey and Commodity Movement surveys shall normally be same as for the
classified traffic count stations, other than in urban and semi urban areas.
(2) The location zones shall of origin and destination 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 analysed 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 with
those derived from the axle load studies.
(6) The commodity movement data should be duly taken into consideration while making
38
the traffic demand estimates.
(3) The data derived from the survey should be analysed to identify requirements
of suitable remedial measures, such as construction of underpasses, fly-overs,
interchanges, grade- separated intersections along the project road alignment.
(4) Intersections with high traffic volume requiring special treatments either
presently or in future shall be identified.
4.7.8 Traffic demand assessment
(a) The Consultant shall make an assessment of the traffic demand for the Project
Highway for a period of 10 years, 15 years and 20 years respectively based on
analysis of traffic counts, trend growth and growth in the influence area of the
Project Highway. Normally, an annual growth rate of 5% (five per cent) shall be
assumed. Any variation would have to be justified with reasons, including
analysis of past trends.
(b)Based on the assessment of the traffic demand on the various sections of the
Project Highway, the Consultant shall also provide a broad assessment of the
year in which four- laning or further augmentation of lane configuration may be
required within a period of 20 years. The Consultant shall also provide sensitivity
analysis due to change in assumption of traffic projections.
2.8 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. The detailed field surveys shall be carried
out using high precision instruments like ATS, GPS (Differential Static &RTK
mode), Digital Level, LIDAR etc. The data from the topographic surveys shall
be available in (PNEZD) format for use in a accurate digital terrain model
(DTM). The Consultants would be fully responsible for any inaccuracy in
surveys.
3. The detailed field surveys would essentially include the following activities:
i. Topographic Surveys : Running a closed Traverse with DGPS along the
39
existing road /proposed realignments, wherever required, and fixation of
all cardinal points such as horizontal intersection points (HIP's), centre
points and transit points etc. and properly referencing the same with a
pair of reference pillars fixed on either side of the centre-line at safe
places within the proposed survey corridor.
ii. Collection of details for all features such as structures (bridges, cross-
drainage works, retaining walls, breast walls, crash barriers etc.)
utilities, existing roads,
electric and telephone installations (both O/H as well as underground), huts,
buildings, fencing and trees (with girth greater than 0.3 metre) oil and gas lines
etc. falling within the extent of survey.
4. The width of survey corridor will generally be as given under:
i. The width of the survey corridor should taken into account the layout of the
existing alignment including the extent of embankment and cut slopes and the
general ground profile. While carrying out the field surveys, the widening
scheme (i.e. right, left or symmetrical to the centre line of the existing
carriageway) should be taken into consideration so that the topographic
surveys cover sufficient width beyond the centre line of the proposed
carriageway. Normally the surveys should extend a minimum of 50 m on either
side of the proposed alignment or land boundary, whichever is more. In cases
of land slide locations, entire land slide zone shall be covered irrespective of
NH boundary.
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 the Authority. At locations where grade
separated intersections could be the obvious choice, the survey area will be
suitably increased. Field notes of the survey should be maintained which
would also provide information about traffic, soil, drainage etc.
iii. The width of the surveyed corridor will be widened appropriately where
developments and / or encroachments have resulted in a requirement for
adjustment in the alignment, or where it is felt that the existing alignment can
be improved upon through minor adjustments.
iv Where existing roads cross the alignments, the survey will extend a minimum
of
200m either side of the road centre line and will be of sufficient width to allow
improvements, including at grade intersection to be designed.
40
5. The surveyed alignment shall be transferred on to the ground as under:
i. Reference Pillar and Bench Mark / Reference pillar of size 15 cm X 15 cm X 45
cm shall be cast in RCC of grade M 15 with a nail fixed in the centre of the top
surface. The reference pillar shall be embedded in concrete upto a depth of 30
cm with CC M10 (5 cm wide all around). The balance 15 cm above ground
shall be painted yellow. The spacing shall be 100m apart, incase Bench Mark
Pillar coincides with Reference Pillar, only one of the two need be provided.
ii. Establishing Bench marks at site connected to GTS Bench marks at a
interval of 250
metres on Bench mark pillar made of RCC as mentioned above with RL
and BM No. marked on it with red paint.
41
2. 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 L.A 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/coordination
with the concerned agency.
and,
x. height of embankment or depth of cut @ every 200m and every
change of feature whichever is earlier.
xi. land width i.e. ROW
xii. culverts, bridges and other structures (type, size, span arrangement
and location)
42
xiii. Roadside arboriculture
1. 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 roads along new alignments, the test pits for subgrade soil shall be
@5 km or for each soil type, whichever is more. A minimum of three
samples should be tested corresponding to each homogenous segment.
2. The testing for subgrade soil shall include:
i. in-situ density and moisture content at each test pit
ii. field CBR using DCP at each test pit
iii. characterisation (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.
3. For problematic soils, the testingshall 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 finalised in
consultation with the Authority after the problematic soil types are identified along
the road sections.
4. The laboratory for testing of material should be got approved from MORT&H/
Executive Engineer before start of work.
43
The Consultants shall make an inventory of all the structures (bridges, viaducts, ROBs,
culverts, etc.) along the road under the project. The inventory for the bridges, viaducts
and ROBs shall include the parameters required as per the guidelines of IRC-SP:35-
1990. The inventory of culverts shall be presented in a tabular form covering relevant
physical and hydraulic parameters.
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.
44
1. 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 the
Executive Engineer, NH Division, Deogarh for limited duration say 12 hrs. or so.
(c) Benkleman Beam Deflection measurements on the Project Highway - one set
of ten readings in 250 m for every three km of the Project Highway. Condition
of existing road may be brought out through test pits and material test
wherever applicable in addition to/ in lieu of BBD tests.
(d) Investigations of the subsoil strata:
The Consultants shall carry out geo-technical investigations and sub-surface
explorations for the proposed Bridges / ROB / RUB / viaducts / interchanges
etc., along high embankments and any other location as necessary for proper
design of the works and conduct all relevant laboratory and field tests on soil
and rock samples in order to arrive at a realistic and firm cost-estimate for the
project. The minimum scope of geo-technical investigations for bridge and
structures shall be as under:
45
Sl. Description of Location of Boring
No. structure
1. Overall length of Both Abutment locations.
structure less than
2. 30m
Structure length Both abutment locations and at least one
between 30 - 60m intermediate location between abutment for
structures having more than one span.
3. Overall length of Each abutment & at each pier location.
structure above
60m.
i) However, where a study of geo-technical reports and information
available from adjacent crossings over the same waterway (existing
highway and railway bridges) indicates that subsurface variability is
such that boring at the suggested spacing will be insufficient to
adequately define the conditions for design purposes, the Consultants
shall review and finalise the bore hole locations in consultation with
Executive Engineer NH Division Deogarh.
ii) Sub-soil investigations will be done as per IRC 78 and other relevant
IRC / IS Specifications.
iii) Thescheme for the boring locations and the depth of boring shall be prepared
by
the Consultants and submitted to Executive Engineer NH Division Deogarh for
approval. These may be finalised in consultation with Executive Engineer NH
Division Rourkela.
iv) Thesub-soil exploration and testing should be carried out through the
Geotechnical Consultants who have done Geo-technical investigation work in
similar projects. In case of outsourcing Geo-Technical Investigation, the firm
selected by the Consultant for this purpose should also be got approved from
MORT&H before start of such works. The soil testing reports shall be in the
format prescribed in relevant IRC / IS Codes.
v) Forthe road pavement, bore holes at each major change in pavement condition
or
in deflection readings or at 2 km intervals whichever is less shall be carried out
to a depth of at least 5m below embankment base or to refusal 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.
(e) Hydraulic data for bridges, design discharge, HFL, LWL, etc. with a view to checking
adequacy of existing/proposed waterway.
(f) Anassessment of the General Drainage Condition, country flood Level, water
table,
seepage flow for design consideration of the Project Highway.
(g) Material Investigations
(i) TheConsultants shall identify sources (including use of fly-ash / slag), quarry
46
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.
(ii) It isto be ensured that no material shall be used from the right-of-way except by
way of levelling 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.
47
4.12.2The Consultants are to carryout detailed designs and prepare detailed
drawings including the
following:
(a) Geometric design of highway with appropriate level of service;
(b) Design of pavement for the widening and rehabilitation for the existing
road, pavedmedians, verge (if applicable);
shoulders,
(c) Bridges, underpass / overpass / cattle pass /subways and structures
(d) including ROBs etc.;
At-grade intersections;
(e) ROB for railway crossings as per the requirement and the standards of the
Indian
and, Railways;
(f) Alignment plans, longitudinal sections and cross-sections @ 50/25m
(g) intervals;
Designs for road furniture and road safety/traffic control features;
(h) Designs and drawings for service road / tree planting/fencing at locations
where necessary
/ required;
(i) Drainage design showing location of turnouts, out falling structures,
separate
sheet for drawings
each 5 km. stretch;
(j) Rehabilitation and repair plan with for bridges and structures design and
(k) drawings;
Traffic amenities (Parking Areas, Weighing Station and Rest Areas, etc.);
(l) Other safety features.
4.12.3 Wherever feasible within the constraints of the available / acquired land
boundary, symmetrical widening of the existing carriageway / proposal of new
alignment along the centre-line of ROW shall be avoided and the required
widening / realignment shall be achieved in an eccentric fashion along the
existing road / ROW.
4.12.5.3 The alignment design shall be verified for available sight distances as
48
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.
4.12.5.4 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.
4.12.5.5 In the case of closely spaced cross roads the Consultant shall examine
different options to reduce conflicts and furnish appropriate proposals for
this purpose keeping in view the cost of improvement, impact on traffic
movement and accessibility to cross roads. The detailed drawings and
cost estimate should include the provisions for realignments of the
existing cross roads to allow such arrangements.
4.12.5.6 The Consultant shall also prepare design of underpasses / subways for
large cross traffic of pedestrians and / or animals.
4.12.5.7 The Consultant shall also prepare details for intersections taking into
account the site conditions, turning movement characteristics, level of
service, overall economy and operational safety.
4.12.6.3 The design of pavement shall be rigorous and shall make use of the
latest Indian and International practices. The design alternatives like
rigid/flexible pavement and the most appropriate design option shall be
established on life-cycle costing and techno-economic considerations.
4.12.6.4 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,
49
characteristics of materials used in the respective courses, variability of
their properties and also the reliability of traffic predictions. Furthermore,
the methodology adopted for the design of pavement shall be complete
with flow charts indicating the various steps in the design process, their
interaction with one another and the input parameter required at each
step.
4.12.6.5 For the design of overlays for the existing pavement, the strengthening
requirement shall duly take into account the strength of the existing
pavement vis-a-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 include.
4.12.6.7 The pavement design task shall also cover working out the maintenance
and strengthening requirements and periodicity and timing of such
treatments. The maintenance requirements would be identified and
evaluated for a period of 6-8 years after rehabilitation, together with the
bill of quantities and the cost estimates and incorporated in the bid
documents.
4.12.6.8 Surface and subsurface drainage problems of the existing road should
be studied and remedial measures should be proposed adopting
appropriate pavement options like rigid/flexible pavement along with
surface and subsurface drainage measures for long term durability of the
project highway.
4.12.7.2 The Consultants shall carry out detailed analysis and design for all
embankments of height greater than 6 m based on relevant IRC
publications.
4.12.8.2 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, reconstruction or
widening separately to the Client. The Consultant shall assist the Authority in
pursuing the Indian Railways Authorities or/and any statutory authority of
State/Central Government for approval of the GAD from concerned Authorities.
4.12.8.3 Subsequent to the approval of the GAD and Alignment Plan by the Authority
and other State / Central Govt. agencies, the Consultant shall prepare detailed
design as per IRC and other guidelines of Railways and/or other statutory
authorities of State / Central Government and detailed drawings for all
components of the bridges and structures required for its implementation under
EPC mode of construction. The Consultant shall furnish the design and detailed
drawings for suitable protection works and/or river training works wherever
required.
4.12.8.4 The existing structures having inadequate carriageway width shall be widened/
reconstructed in pat or fully as per the latest MORT&H guidelines. The
Consultant shall furnish the detailed design and working GA drawings for
carrying out the above improvements under EPC mode.
4.12.8.6 Subsequent to the approval of the GAD and the alignment plan by MORT&H
and other statutory authorities of State / Central Government (as applicable),
detailed design shall also be carried out for the proposed underpasses,
overpasses and subways.
4.12.8.7 The Consultants shall also carry out the design and make suitable
recommendations for protection works for bridges and drainage structures,
wherever required / found inadequate.
4.12.8.8 In case land available is not adequate for embankment slope, suitable design
for RCC retaining wall shall be furnished. However, RE wall may also be
considered depending upon techno-economic suitability.
4.12.9 Drainage System
4.12.9.1 The requirement of roadside drainage system and the integration of the same
with proposed cross-drainage system shall be worked out for the entire
51
length of the project road section.
4.12.9.2 In addition to the roadside drainage system, the Consultants shall design the
special drainage provisions for sections with super-elevated carriageways,
high embankments and for road segments passing through cuts. The
drainage provisions shall also be worked out for road segments passing
through urban areas.
4.12.9.3 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.
4.12.10 Traffic
Safety Features, Road Furniture and Road Markings
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.
3. Economic Internal Rate of Return (EIRR) and Net Present Value (NPV),
"with" and "without time and accident savings" should be worked out based on
these cost- benefit stream. Furthermore, sensitivity of EIRR and NPV worked out
for the different scenarios as given under:
Scenario -1 Base Costs and Base Benefits
Scope of Work
1. The scope of work includes the following main tasks:
f) Application of National and State framework and relevant guidelines and policies.
g) Plans of proposed road alignments, showing all attributes within the corridor of impact.
Output : Environment Screening Report - Identified hotspots" and proposals for mitigation,
nature of major conflicts with proposed road improvements, with preliminary solutions,
• The EIA will be carried out in compliance with various prevailing laws and regulations in
the country and the reporting will be in conformity to the various guidelines and regulations
of the GoI relevant to the project including; The Environmental Impact Assessment
Notification, MOEF, 1994; and Environmental Guidelines for Rail/Road/Highway Projects,
MOEF, 1989.
The consultant will furnish any relevant information required for obtaining clearance
from various state and central government agencies such as:
• Assisting the client in the submission of application for the Clearance of Reserved Forests
to the Forest Departments.
• Completion of forms and submission of No-objection Certificate (NoC) under the Water
and Air Acts from the State Pollution Control Boards.
55
• Completion and submission of the MoEF questionnaire for Environmental Appraisal for the
project.
• Assistance in presentation to the Wildlife Board of the MoEF in obtaining clearance for the
section of the corridor passing through the Wildlife Reserves or Sanctuaries, etc., if any.
• Assistance in submission for any other clearance requirements with respect to the
environmental components relevant to the project.
The Consultant will carry out the following as part of the EIA process:
(a) Assess Baseline conditions to define characteristics of the existing natural
environment including soil, water, air, noise, land use, cultural properties, flora, fauna,
regional landscape, geology, seismicity, quarries; social environment including, tribals,
and other vulnerable social groups, title holders and non-titleholders, land estimates,
ownership patterns. Establish benchmarks form which project impact comparisons will
be made. Assess the dimensions of the study area and relevant physical, biological,
and socio-economic conditions, including any changes anticipated before the project
commences. Assess proposed development activities within the project area which
may or may not be directly connected to the project. Data should be relevant to
decisions about project location, design, operation, or mitigatory and enhancement
measures. The baseline environmental conditions will be based on primary and
secondary data sources and surveys will cover information on :
• Physical environment : geology; topography, soils; climate and meteorology; ambient air
quality; noise quality; surface and ground-water hydrology; existing sources of air
emissions; existing receiving water quality, etc.
• Biological environment: flora; fauna; rare or endangered species; sensitive habitats,
including reserved forests, wildlife reserves and sanctuaries etc.
• Socio-cultural environment: population: land use: planned development activities,
community structure; employment; distribution of income, goods and services; recreation;
public health; cultural properties; and tribal people and their usufruct rights, common
property resources, etc.
• Additional specialized surveys: such as bio-diversity assessment survey, or hydrological
surveys, if required depending upon the context and complexity of the project setting.
• Strip Mapping (as described in section 10.4/5), which include detailed inventory of all trees
on the existing and proposed RoW; common property resources along the road, facilities
for public (including health, education, communication facilities, etc.)
• Inventory of valued eco-sensitive locations: Site visits and investigations shall be made and
all the eco-sensitive locations shall be marked on the base maps to identify conflict points
with preliminary designs. These shall be verified from authentic sources of information,
such as from the revenue records, forest records, etc.
• Baseline Environmental Monitoring for adequate number of samples, as established on a
sampling network, so as to provide a representative sample of the entire project corridor,
and the different characteristics (Such as land use, or presence of sensitive receptors
existing along the road)
• Additional samples should be collected for sensitive environmental/ecological
56
receptors, if any, such as to analyze and predict the possible impacts to a degree
and precision of acceptable professional standards.
(b) Assessment of the policy, regulatory and administrative framework at the
National and State level, applicable World Bank or other lending agency
requirements within which the EA is to be carried out. Assess the environmental
requirements of any financiers; Identify relevant international environmental
agreements to which the country is a party Legislative and Regulatory
Considerations; Assess the pertinent regulations and standards governing
environmental quality; health and safety, protection of sensitive areas, protection
of endangered species, land uses control, etc at national, regional and local
levels.
(c) Assess potential impacts on physical, natural environment, as per baseline
identification; Predict and assess the project's likely positive and negative
impacts, direct and indirect impacts, and immediate and long-term impacts in
quantitative terms; identify mitigation measures, and any residual negative
impacts that cannot be mitigated; identify locations for environmental
enhancement.
• Determine impacts as per survey on sensitive receptors: For each of the sensitive
environmental/ecological receptors, identified during environmental screening (or
during the baseline environmental surveys), carry out detailed investigations for the
impacts likely from the project.
• Determine impacts as per survey on urban settlements and villages: noise,
vibration, vehicle emissions and dust; safety, non-motorized transport,
encroachments, severance and access, etc.;
• Determine impacts as per survey on agricultural areas: loss of top soil, embankment
erosion, disturbance to surface water flows and to rice-fields and farms during
construction; etc.;
• Determine impacts as per survey on natural habitats and other sensitive areas:
critical natural habitats (such as conservation areas, sanctuaries, sacred groves,
etc.) and migration routes; "induced development"; historic, cultural and religious
buildings and sites; archaeological sites and tourism areas, etc;
• Determine impacts as per survey on areas of environmental degradation: measures
such as landscaping, planting, tree-planting earthworks to re-establish and/or
enhance the environmental quality of areas within the right-of-way (ROW) which
have suffered degradation.
(d) Analysis of Alternatives - Systematically analyze criteria to include
environment; technical/design, economic options; alignment alternatives within
the existing ROW; bypasses; road configuration alternatives; other engineering
alternatives; including the "with and without project" situation; and suitability
under local conditions. For each of the alternatives, quantify the environmental
impacts, and coordinate with the economic analysis.
(e) Mitigation measures - Identify feasible and cost effective measures to minimize
negative and
57
enhance positive environmental impacts through integration in the engineering design
and
construction practices (including labor welfare measures) for all stages of the project.
Develop a
mitigation plan, to form the basis for the Environmental Management Plan, including
costs,
institutional, training and monitoring requirements. Identify any additional actions taken
to protect the biophysical and social environment, as well as individuals impacted
adversely by a project through continued public involvement.
(f) Institutional Strengthening - Carry out a capacity Assessment to identify training
needs and propose a training plan. Identify institutional needs to implement
environmental assessment recommendations. Review the authority and capability of
institutions at local, provincial/regional, and national levels and recommend steps to
strengthen or expand them so that the management and monitoring plans in the
environmental assessment can be implemented. The recommendations may extend to
new agency functions, inter-sectoral arrangements, management procedures and
training, staffing, operation and maintenance training, budgeting, and financial support.
(g) Public Consultation : Carry out Public consultation and ensure participation as an
integral part of the assignment. Document processes and outcomes, views of the
people, issues raised and how they will or will not be addressed by the project.
Consultation sessions will be carried out with different stakeholders groups at the local,
regional and district levels, to incorporate the various environmental concerns and felt
needs of the community in the project preparation and implementation.
(h) Environmental Management Plan - Coordinate with engineering design; construction
management; incorporate IRC and MORT&H specifications; develop proposals for
mitigation and enhancement such as for road side landscaping / tree planting, cultural
properties, ponds etc.; cost estimates; institutional arrangements for implementation;
Monitoring& Evaluation plans. (see part C below for details)
(i) Recommendations for further studies on environmental issues which should be
undertaken during project implementation.
58
• Policy, legal, and administrative framework.
• Baseline data
• Potential Environmental Impacts:
• Analysis of alternatives.
• Mitigation measures
• Institutional strengthening and training
• Appendices:
° List of EA report prepares - individuals and organizations.
° References - written materials both published and unpublished, used in study
preparation.
° Record of interagency and consultation meetings, including consultations for obtaining
the informed views of the affected people and local nongovernmental organizations
(NGOs). The record specifies any means other than consultations (e.g., surveys) that
were used to obtain the views of affected groups and local NGOs.
° Tables presenting the relevant data referred to or summarized in the main text.
° List of associated reports (e.g, resettlement plan or indigenous people development
plan).
Output: Environment Impact Assessment Report (to be completed before final design and
draft EMP (to be finalized along with final designs).
C: Environnemental Management Plan -Final PR Stage
The environmental management plan focuses on mitigation measures, enhancement plans,
institutional strengthening / training, and monitoring. The emphasis on each of these areas
depends on the needs in the specific project context, as identified by the EIA itself. This will
be prepared as a self sufficient document, for the Contractor and is part of the Contractor's
contract documents. The Consultant will identify and summarize all anticipated impacts
(including those involving indigenous people or involuntary resettlement); provide technical
details for each mitigation measure, together with designs, equipment descriptions, and
operating procedures; estimate any potential environmental impacts of these measures' and
provide linkage with any other mitigation plans (e.g., for involuntary resettlement, indigenous
peoples, or cultural property) required for the project.
• Mitigation measures: Define appropriate mitigation and remediation measures; the
specification and the bills of quantities of the various environmental design
measures to enable the incorporation of the environmental provisions in the
Contract Documents.
• Enhancement plans: Include detailed designs/ drawings including specifications
and bills of quantities for identified enhancement of specific locations. These cases
will also require a plan for maintenance of the assets created / enhanced, in
59
consultation with the community.
• Develop an implementation schedule and supervision program with associated costs
and contracting procedures for the execution of environmental mitigation and design
works;
• Environmental Monitoring Plan: Prepare detailed arrangements for monitoring
implementation of mitigating measures and the impacts of the project during
construction and operation and for the evaluation of environmental measures
financed under the project. Include an estimate of capital and operating costs and a
description of other inputs (such as training and institutional strengthening) needed
to carry it out. The plan will specify monitoring parameters, associated
responsibilities, costs, and other necessary inputs (for example, training). In
addition, the plan will specify what action should be taken and by whom in the event
that the proposed mitigation measures fail, either partially or totally, to achieve the
level of environmental protection expected. The plan will also include a list of
environmental monitoring and evaluation parameters, and detailed specifications
(methods, schedule, etc) for performance/compliance monitoring during
construction, and evaluation of the effectiveness of the environmental management
measures during operation stage of the project.
The EMP will be structured as follows:
4.15.2 Various improvement options like four laning /two laning with paved shoulders/two
laning should be studied with due to consideration to their environmental impacts. Different
options for different sections should also be considered balancing traffic requirements and
minimizing environmental impacts. Bypasses/realignments should be duly considered
minimizing the environmental impacts due to the proposed improvements.
4.16 Social impact assessment
The Consultant shall undertake social impact assessment due to the improvements proposed
on the Project Highway, especially the persons affected due to the Project and requiring
resettlement and rehabilitation. The extant policies and guidelines of the government would
be kept in view while undertaking the assessment. He shall prepare a plan for involuntary
resettlement and land acquisition, which shall include the following:
(a) Prepare in accordance with guidelines of the Government, a draft Resettlement
and Land Acquisition Plan;
(b) Prepare area specific social assessments to support development of a locally
relevant approach to resettlement which provides benefits to people in the
Project's area of influence, which include socioeconomic conditions, social
service infrastructure, and social institutions and organization, in accordance
with the Government policies and guidelines;
(c) These social assessments should include gender and local ethnic aspects;
(d) Provide recommendations and action plan for the EPC Contractor to undertake,
at the detailed design stage, a full census and inventory of lost assets
(households, shops and agricultural and other lands, or access to current
income-generating activities, including impacts caused by permanent or
temporary acquisition) of affected people and a baseline socioeconomic survey
of the affected population. Determine the scope and magnitude of likely
resettlement and land acquisition effects, and list likely losses of households,
agricultural lands, business and income opportunities, as well as affected
communal assets and public buildings;
(e) In consultation with localstakeholders, government and the Authority, develop an
entitlement matrix, on the basis of the consultations, socio-economic surveys,
and inventories of losses that will determine the amount of compensation in
accordance with the guidelines and policies of the Government;
(f) Prepare the plans with fullstakeholder participation, including the Government
and the
Authority. Consult with affected persons and community-based organizations to
ensure that all affected persons have been fully informed of their entitlements
through the consultative processes initiated by the Government and the
Authority. Ensure that communities and displaced persons understand the
project, its impacts, and the responsibilities of the parties; and
(g) Analyse and confirm thefollowing aspects that will apply to land acquisition and
61
resettlement in the project area: (i) laws and regulations, including local
practices; (ii) budgetary processes for involuntary resettlement and land
acquisition; (iii) schedules for these activities that are coordinated with the
construction schedule; and (iv) administrative arrangements and requirements.
1. Time period envisaged for the study of project is indicated in Enclosure-III. The
final reports, drawings and documentation shall be completed within this time schedule.
2. The Authority shall arrange to give approval on all sketches, drawings, reports
and recommendations and other matters and proposals submitted for decision by the
Consultant in such reasonable time so as not to delay or disrupt the performance of the
Consultant's services.
a. Project preparation activities will be split into four stages as brought out
below. Stage 1:Inception Stage
Stage 2: Reconnaissance
63
Immediately upon the award, the Consultants shall submit three copies of the
QAP document covering all aspects of field studies, investigations design and
economic financial analysis. The quality assurance plans/procedures for different
field studies, engineering surveys and investigation, design and documentation
activities should be presented as separate sections like engineering surveys and
investigations, traffic surveys, material geo-technical and sub-soil investigations,
road and pavement investigations, investigation and design of bridges &
structures, environment and R&R assessment, economic &financial analysis,
drawings and documentation; preparation, checking, approval and filing of
calculations, identification and traceability of project documents etc. Further,
additional information as per format shall be furnished regarding the details of
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 field and design
activities shall start after the QAP is approved by State PWD(NH)/MORT&H.
The data formats proposed by the Consultants for use in field studies and
investigations shall be submitted within 14 days after the commencement of
services and got approved by State PWD(NH)/MORT&H.
ix. Quality Assurance Plan (QAP) finalised in consultation with the Authority;
x. Draft design standards; and
2. Therequirements,ifany, for the construction of bypasses should be identified on
the basis of data derived from reconnaissance and traffic studies. The available
alignment options should be worked out on the basis of available maps. The
most appropriate alignment option for bypasses should be identified on the basis
of site conditions and techno-economic considerations. Inception Report should
include the details regarding these aspects concerning the construction of
bypasses for approval by MoRT&H.
STAGE 2: Reconnaissance
A. Preliminary Report
C.1 The Consultant shall prepare & submit 2(two) copies of preliminary report
containing the following documents to the Authority for provisional acceptance:
i) Index map, Location map and DEM of the project zone prepared from
available study data (if any) / district maps and topo sheets / 50 cm High
Resolution Stereo Satellite Imagery from World View 2 Satellite [Basic Stereo
Imagery Panchromatic, Multispectral 4-band, or Bundle (pan + 4-band
multispectral)] , processed by LPS etc.
ii) Reconnaissance Survey Report along already approved alignment of Mandvi
bypass
vi) Rough Cost Estimate & preliminary Economic Analysis along approved
alignment.
B. 3 The consultant shall submit the same report with the Draft
Project Report and Final Project Report as per manner & numbers as specified
in subsequent sections of the TOR.
1. The draft PR Submission shall consist of Main Report, Design Report, Materials
Report, Engineering Report, Drainage Design Report, Economic and Financial
Analysis Report, Environmental Impact Assessment Report including
Resettlement Action Plan (RAP), bid Documents and Drawings.
2. The Documents and Drawings shall be submitted and shall be in the following
format:
Reports
i. Volume-I, Main Report: This report will present the project background, details of
surveys and investigations carried out, analysis and interpretation of survey and
investigation data, traffic studies and demand forecasts, designs, cost estimation,
environmental aspects, economic and commercial analyses and conclusions. The
report shall include Executive Summary giving brief accounts of the findings of the
study and recommendations.
The Report shall also include maps, charts and diagrams showing locations and
details of existing features and the essential features of improvement and upgrading.
The Report shall also include updated cost estimates and updated economic and
financial analysis.
The Environmental Impact Assessment (EIA) Report for each contract package shall
be submitted separately as a part of the main report.
The basic data (including its summary) obtained from the field studies and
investigations and input data used for the preliminary design shall be submitted in a
separate volume as an Appendix to Main Report.
ii. Volume - II, Design Report: This volume shall contain design calculations, supported
by computer printout of calculations wherever applicable. The Report shall clearly
bring out the various features of design standards adopted for the study. The design
report will be in two parts. Part-I shall primarily deal with the design of road features
and pavement composition while Part-II shall deal with the design of structures like
bridges, tunnels and cross-drainage structures. The sub-soil exploration report
including the complete details of boring done, analyses and interpretation of data and
the selection of design parameters shall be included as an Appendix to the Design
Report.
The design for all features should be carried out as per the requirements of the
66
Design Standards for the project. However, there may be situations wherein it has not
been possible to strictly adhere to the design standards due to the existing site
conditions,
restrictions and other considerations. The report should clearly bring out the details of
these aspect and the standards adopted.
iii. Volume - III, Materials Report: The Materials Report shall contain details concerning the
proposed borrow areas and quarries for construction materials and possible sources of
water for construction purposes. The report shall include details on locations of borrow
areas and quarries shown on maps and charts and also the estimated quantities with
mass haul diagram including possible end use with leads involved, the details of
sampling and testing carried out and results in the form of important index values with
possible end use thereof.
The materials Report shall also include details of sampling, testing and test results
obtained in respect physical properties of subgrade soils. The information shall be
presented in tabular as well as in graphical representations and schematic diagrams.
The Report shall present soil profiles along the alignment.
The material Report should also clearly indicate the locations of areas with problematic
soils. Recommendations concerning the improvement of such soils for use in the
proposed construction works, such as stabilisation (cement, lime, mechanical) should
be included in the Report.
iv. Volume- IV, Environmental Impact Assessment Report including Environmental
Management Plan (EMP),: The Report shall be prepared conforming to the Guidelines
of the Government of India and State.
v. Volume- V, Technical Specifications: The MORT&H's Technical Specifications for Road
and Bridge works shall be followed for this study.
vi. Volume- VI, Rate Analysis: This volume will present the analysis of rates for all items of
works. The details of unit rate of materials at source, carriage charges, any other
applicable charges, labour rates, machine charges as considered in arriving at unit
rates will be included in this volume.
vii. Volume- VII, Cost Estimates : This volume will present the contract package wise cost
of each item of work as well as a summary of total cost.
viii. Volume- VIII, Bill of Quantities : This volume shall contain the package-
wise detailed Bill of Quantities for all items of works
ix. Volume- IX, Drawing Volume : All plan and profile drawings will be prepared in
scale 1:250V and 1:2500H scale to cover one km in one sheet. In addition this volume
will contain-drawings for the following:
a. LocationMap
67
b. Horizontal Alignment and Longitudinal Profile.
c. Cross-section @ 50m interval along the alignment within ROW
d. Typical Cross-Sections with details of pavement structure.
e. Drawings for individual Culverts and Cross-Drainage Structures.
f. Drawings for individual Bridges, tunnels and Structures.
g. Drawings for Improvement of At-Grade and Grade-Separated Intersections
and
Interchanges.
h. Drawings for Road Sign, Markings and other Facilities.
i. Schematic Diagrams (linear chart) indicating but not limited to the following:
• Widening scheme;
• Locations of median openings, intersections, interchanges, underpasses,
overpasses, bypasses;
• Locations of service roads;
• location of traffic signals, traffic signs, road markings, safety features;
and,
• locations parking areas, weighing stations, bus bays, rest areas, if any.
j. Drawings for toll plaza, Bus Bays, Parking areas, Rest areas, weighing stations
etc.
All drawings will be prepared in A2 size sheets. The format for plan, cross-
section and profile drawings shall be finalised in consultation with the concerned
MORT&H officers. The drawings shall also include details of all BM and
reference pillars, HIP and VIP. The co-ordinates of all points should be
referenced to a common datum, preferably, GTS referencing system. The
drawings shall also include the locations of all traffic safety features including
traffic signals, signs, markings, crash barriers delineators and rest areas, bus
bays, parking areas etc.
k The typical cross-section drawings should indicate the scheme for future widening
of the carriageway. The proposed cross-sections of road segment passing
through urban areas should indicate the provisions for pedestrian movements and
suitable measures for surface and sub-surface drainage and lighting, as required.
x. Volume - X, Civil Work Contract Agreement: civil works contract agreements
based on EPC mode of contract shall be submitted.
xi. Volume-XI, Project Clearances - All the necessary(project related) clearances (such as
from MOEF, defense establishments, Irrigation Deptt. and any other concerned
agencies) shall be obtained by the consultant and submitted to the MORT&H so that
project implementation can straight away proceed without any hold up.
68
STAGE: 4 FINALPROJECTREPORT
The Final PR consisting of Main Report, Design Report, Drainage Design Report
and Materials Report, incorporating all revisions deemed relevant following
receipt of the comments from MORT&H on the draft PR shall be submitted as
per the schedule given in Enclosure-III.
The process of obtaining approval/clearances from other concerned Authorities
may be carried out simultaneously to expedite the procedure. However, in case
of refusal by any department in according the clearance, the consultant shall
provide alternate solution for that stretch in consultation with the Authority.
b. The State PWD(NH)/MORT&H officers and other Government officers may visit
the site at any time, individually or collectively to acquaint themselves with the
field investigation and survey works.
c. The consultant shall be required to send 3 copies of concise monthly Progress
Report by the 5th day of the following month to the designated officer at his Head
Quarter so that progress could be monitored by the State PWD(NH)/MORT&H.
These reports will indicate the dates of induction and de-induction of various key
personnel and the activities performed by them. Frequent meetings with the
consultant at site office or in Bhubaneswar are foreseen during the currency of
project preparation.
d. All equipment, software and books etc. required for satisfactory services for this
project shall be obtained by the Consultant at their own cost and shall be their
property.
9.0 PAYMENT SCHEDULE
The Consultant will be paid consultancy fee as a percentage of the contract value as
per the schedule given below:
69
S. No. Description Payment
Total 100%
Note: 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 the
Authority from time to time.
After completion of services the final contract amount shall be worked out on the basis of
inputs and services actually carried out and the payment shall be adjusted accordingly.
The payments shall be released by RO, Bhubaneswar, MoRT&H as per the laid down
guidelines.
1. The floppy diskettes/CD's containing all basic as well as the processed data from all
field studies and investigations, report, appendices, annexure, documents and
drawings shall be submitted to the State PWD(NH)/MORT&H at the time of the
submission of the Final Report. The data can be classified as follows:
i. Engineering Investigations and Traffic Studies : Road Inventory, Condition,
Roughness, Test Pit (Pavement composition), Benkelman Beam Deflection, Material
Investigation including test results for subgrade soils, Traffic Studies (traffic surveys),
axle load surveys, Sub-soil Exploration, Drainage Inventory, Inventory data for bridge
and culverts indicating rehabilitation, new construction requirement etc. in MS
EXCEL or any other format which could be imported to widely used utility packages.
ii. Topographic Surveys and Drawings : All topographic data would be supplied
in (x, y, z) format along with complete reference so that the data could be
imported into any standard highway design software. The drawing files would
be submitted in dxf or dwg format.
iii. Rate Analysis: The Consultant shall submit the rate analysis for various works
items including the data developed on computer in this relation so that it could
be used by the Authority later for the purpose of updating the cost of the
70
project.
iv. Economic and Financial Analysis;
71
72
SUPPLEMENT I
75
SUPPLEMENT II
ADDITIONAL POINTS TO BE CONSIDERED FOR BRIDGES IN ADDITION TO
POINTS COVERED IN MAIN TOR
For bridges, the main objective of the consultancy services is to establish the aesthetic,
technical, economical and financial viability of the Project and prepare Detailed Project
Reports for construction of 2 - lane bridge along with approach roads, at least about 2
km. length on each side of the bridge.
Siting of bridges, feasibility studies and project preparation shall be primarily carried out
in accordance with IRC : 5 and IRC Manual for Project Preparation of bridges and other
Codes and Specification and in consultation with respective Irrigation / Waterways
Authorities.
For bridges requiring model study, the same shall be got done at a recognized
Institution. The consultant will be responsible for identifying the Institution, supplying
requisite data and coordinating the model study. The amount to be paid to the Institution
shall be borne by the Employer.
S.No Clause No. Additional points
. of TOR
1. 4.1 Primary Tasks
The scope of services shall also cover the following :
i. Inventory and condition surveys for existing river bank training/ protection
works.
ii. Detailed Design of approach roads (extending at least up to approximately 2
km an each side of the bridge).
iii. Detailed Design of Bridge, cross drainage structures, Underpasses & other
structures as required.
iv. Preparation of GAD, construction drawings etc.
v. Strip plan for bridge and approach road.
vi. Design discharge and scour depth
76
S.No Clause Additional points
. No. of
TOR i. Typical physical features along the approach roads
ii. Possible bridge locations, land acquisition problems, nature of crossings, likely
length of approaches and bridge, firmness of banks, suitability of alignment of
approach roads
4. 4.11.2 Topographic surveys
a) The detailed field surveys would essentially include the topographic surveys
along the proposed location of bridge and alignment of approach road.
b) The detailed topographic surveys should be carried out along the approach
roads alignment and location of bridge approved by MoRT&H.
8. 4.12.1 General
The consultants are also to carry out detailed designs and prepare working drawings
for the followings ;
a) Design of pavement for approach road
b) Design of river bank protection / training works
77
S.No Clause Additional points
. No. of
TOR
9. 4.12.6 Design of Bridges and Structures
The data collected and investigation results shall be analysed 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.
78
SUPPLEMENT-III ADDITONAL REQUIREMENT FOR SAFETY AUDIT
Checklists
The use of checklists is highly recommended as they provide a useful "aide memoire" for the audit team to
check that no important safety aspects are being overlooked. They also give to the project manager and
the design engineer a sense of understanding of the place of safety audit in the design process. The
following lists have been drawn up based on the experience of undertaking systematic safety audit
procedures overseas. This experience indicates that extensive lists of technical details has encouraged
their use as "tick" sheets without sufficient thought being given to the processes behind the actions.
Accordingly, the checklists provide guidelines on the principal issues that need to be examined during the
course of the safety audits.
Stage 1 & 2 During Alignment Option Study
1. The audit team should review the proposed design from a road safety perspective and check the
following aspects.
CONTENTS ITEMS
Aspects to be checked A. Safety and operational implications of proposed alignment
and junction strategy with particular references to expected road
users and vehicle types likely to use the road.
B. Width options considered for various sections.
> Landscaping
> Services apparatus
> Lay-byes
> Footpaths
> Pedestrian crossings
> Access (minimize number of private accesses)
> Emergency vehicles
> Public Transport
> Future widening
> Staging of contracts
> Adjacent development
B2 : Local Alignment > Visibility
> New/Existing road interface
> Safety Aids on steep hills.
B3 : Junctions > Minimise potential conflicts
> Layout
> Visibility
B4 : Non-Motorised road users > Adjacent land
Provision > Pedestrians
> Cyclists
> Non-motorised vehicles
B5 : Signs and Lighting > Lighting
> Signs/Markings
B6 : Construction and Operation > Buildability
> Operational
> Network Management
80
Completion of Detailed Design
1. The audit team should satisfy itself that all issues raised at Stage 1 have been resolved.
Items may require further consideration where significant design changes have occurred.
2. If a scheme has not been subject to a stage 1 audit, the items listed in Checklists B1 to B6
should be considered together with the items listed below.
CONTENTS ITEMS
Aspects to be 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 Markings
> T,X,Y-junctions
> All roundabouts
> Traffic signals
C4 : Non- Motorised road users > Adjacent land
Provision > Pedestrians
> Cyclists
> Non- motorised vehicles
C5 : Signs and Lighting > Advanced direction signs
> Local traffic signs
> Variable message signs
> Other traffic signs
> Lighting
C6 : Construction and Operation > Buildability
> Operational
> Network Management
81
Enclosure-I
Consultancy Services for Feasibility Study and preparation of Detailed Project Report
for Construction of proposed By pass at Mandvi on NH-8A(Extn.) in the State of
Gujarat
Manning Schedule (Indicative)
5 Material-cum-Geo-technical Engineer 1
Note: The employer may check deployment of above personnel at any point of time.
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 Executive Engineer, NH
Division, Gandhidham from time to time.
82
Enclosure-II
83
Qualification and Experience Requirement of Key Personnel
Highway Engineer-cum-Pavement Engineer
i) Educational Qualification
84
Qualification and Experience Requirement of Key Personnel
i) Educational Qualification
85
Qualification and Experience Requirement of Key Personnel
Road Safety Engineer
i) Educational Qualification
b) Desirable Post-Graduate
86
Qualification and Experience Requirement of Key Personnel
Traffic and Road Safety Expert
i) Educational Qualification
87
Qualification and Experience Requirement of Key Personnel
Material Engineer - cum - Geotechnical Engineer
i) Educational Qualification
Min. 15 years
a) Total Professional
Experience
88
Qualification and Experience Requirement of Key Personnel
i) Educational Qualification
89
Qualification and Experience Requirement of Key Personnel
Environmental Specialist
i) Educational Qualification
90
Qualification and Experience Requirement of Key Personnel
b) Desirable Post-Graduate
91
Enclosure-III
Schedule for Submission of Reports and
Documents Submission Time w.e.f Date of Commencement
of Consultancy services
Stage No. Activity No. of copies Time Period for
assignment
(Total : 60
days)
1 Inception Report
Inception Report including QAP Document 3 7 Days
2 On Submission of stage-2 :
Reconnaissance & Feasibility studies 6 15 Days
92
Proof of Eligibility
Form-E1
Letter of Proposal (On Applicant’s letter head)
(Date and Reference)
To **********
Dear Sir,
With reference to your RFP Document dated .. …………, I/we i.e M/s ...........................
(Name of Bidder) having examined all relevant documents and
understood their contents, hereby submit our Proposal for selection as Consultant for
[2/4 laning with paved shoulders of ***** highway]. The proposal is unconditional and
unqualified.
2. All information provided in the Proposal and in the Appendices is true and correct
and all documents accompanying such Proposal are true copies of their
respective originals.
3. This statement is made for the express purpose of appointment as the Consultant
for the aforesaid Project.
4. I/We shall make available to the Authority any additional information it may deem
necessary or require for supplementing or authenticating the Proposal.
5. I/We acknowledge the right of the authority to reject our application without
assigning any reason or otherwise and hereby waive our right to challenge the
same on any account whatsoever.
6. I/We certify that in the last three years, we or any of our Associates have neither
failed to perform on any contract, as evidenced by imposition of a penalty by an
93
APPENDIX-II
arbitral or judicial authority or a judicial pronouncement or arbitration award
against the Applicant, nor been expelled from any project or contract by any public
authority nor have had any contract terminated by any public authority for breach
on our part.
7. I/We understand that you may cancel the Selection Process at any time and that
you are neither bound to accept any Proposal that you may receive nor to select
the Consultant, without incurring any liability to the Applicants in accordance with
Clause 1.7 of the RFP document.
8. I/We declare that we/any member of the consortium, are/is not a Member of any
other Consortium applying for Selection as a Consultant.
9. I/We certify that in regard to matters other that security and integrity of the country,
we or any of our Associates have not been convicted by a Court of Law or indicted
or adverse orders passed by a regulatory authority which would cast a doubt on
our ability to undertake the Consultancy for the Project or which relates to a grave
offence that outrages the moral sense of the community.
10. I/We further certify that in regard to matters relating to security and integrity of the
country, we have not been charge-sheeted by any agency of the Government or
convicted by a Court of Law for any offence committed by us or by any of our
Associates.
11. I/We further certify that no investigation by a regulatory authority is pending either
against us or against our Associates or against our CEO or any of our
Directors/Managers/employees.
12. I/We hereby irrevocably waive any right or remedy which we may have at any
stage at law or howsoever otherwise arising to challenge or question any decision
taken by the Authority [and/ or the Government of India] in connection with the
selection of Consultant or in connection with the Selection Process itself in respect
of the above mentioned Project.
13. The Bid Security of Rs. ***** (Rupees *****) in the form of a Bank Guarantee is
attached, in accordance with the RFP document.
14. I/We agree and understand that the proposal is subject to the provisions of the
RFP document. In no case, shall I/we have any claim or right of whatsoever nature
if the Consultancy for the Project is not awarded to me/us or our proposal is not
94
opened or rejected.
15. I/We agree to keep this valid for 150 (One hundred and fifty) days from the
Proposal Due Date specified in the RFP.
16. A Power of Attorney in favour of the authorized signatory to sign and submit this
Proposal and documents is attached herewith.
95
17. In the event of my/our firm/consortium being selected as the Consultant, I/we agree
to enter into any Agreement in accordance with the form Appendix V of the RFP.
We agree not to seek any changes in the aforesaid form and agree to abide by the
same.
18. I/We have studied RFP and all other documents carefully and also surveyed the
Project site. We understand that except to the extent as expressly set forth in the
Agreement, we shall have no claim, right or title arising out of and documents or
information provided to us by the Authority or in respect of any matter arising out
of or concerning or relating to the Selection Process including the award of
Consultancy.
19. The Proof of Eligibility and Technical proposal are being submitted in separate
covers in hard copy and they are being submitted online also. Financial Proposal
is being submitted online only. This Proof of Eligibility read with Technical
Proposal and Financial Proposal shall constitute the Application which shall be
binding on us.
20. I/We agree and undertake to abide by all the terms and conditions of the RFP
Document. In witness thereof, I/we submit this Proposal under and in accordance
with the terms of the RFP Document.
Yours faithfully,
(Signature, name and designation of the authorized
signatory) (Name and seal of the Applicant/Lead
Member)
96
(Form-E2)
FIRM’S REFERENCES
Relevant Services Carried out in the Last Five Years Which Best Illustrate
Qualifications
The following information should be provided in the format below for each
reference assignment for which your firm, either individually as a corporate entity
or as one of the major companies within a consortium, was legally contracted by
the client stated below:
Assignment Name: Country:
97
(Certificate from Employer regarding experience should be furnished)
APPENDIX-II Form- E3 Financial Capacity of the Applicant
Name of Applicant:
S.No. Financial Year Annual Revenue
(Rs/US $ in million)
1 2016-17
2 2015-16
3 2014-15
4 2013-14
5 2012-13
Certificate from the Statutory Auditor*
Date
98
APPENDIX-II
Form- E4
SEALED with the Common Seal of the said Bank this __ day of _______ 2016.
THE CONDITIONS of this obligation are:
1. If the Bidder withdraws his Bid during the period of bid validity specified in
the Bid document; or
2. If the Bidder does not accept the correction of arithmetical errors of his
Bid Price in accordance with the Instructions to Bidder; or
3. If the Bidder having been notified of the acceptance of his Bid by the Employer
during the period of bid validity,
a. fails or refuses to execute the Form of Agreement in accordance with the
Instructions to Bidders, if required; or
b. fails or refuses to furnish the Performance Security, in accordance with the letter of
invitation, we undertake to pay the Employer up to the above amount upon receipt of
his first written demand, without the Employer having to substantiate his demand,
provided that in his demand the Employer will note that the amount claimed by him is
due to him owing to the occurrence of one or any of the conditions, specifying the
occurred condition or conditions.
This Guarantee will remain in force up to and including the date 180 (one hundred
and fifty) days after the deadline for submission of bids as such deadline is stated in
the Instructions to Bidders or as it may be extended by the Employer, notice of which
extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee
should reach the Bank not later than the above date.
Notwithstanding anything contained herein before, our liability under this guarantee is
99
restricted to
Rs. _______ (Rs. _____________________ ) and the guarantee shall remain valid
till
Unless a claim or a demand in writing is made upon us on or before ___ all our
liability under this guarantee shall cease.
DATE _____________
SIGNATURE OF THE BANK ___________________
SEAL OF THE BANK _________________________
SIGNATURE OF THE WITNESS _______________
Name and Address of the Witness ______________
The bank guarantee shall be issued by a bank (Nationalized/Scheduled) located in
India
100
Appendix III
(Form-T1)
TECHNICAL PROPOSAL
FROM: TO:
Sir:
Yours faithfully,
Signature ______________
Full Name ______________
Designation _____________
Address
(Authorized Representative)
Details of projects for which Technical and Financial Proposals have been submitted
101
(Form-T2)
Sl.No. Name of Project Consultancy Package Names of Proposed
No. Key Personnel
1
2
3
4
102
(Form-T2)
FIRM’S REFERENCES
Relevant Services Carried out in the Last Five Years Which Best Illustrate
Qualifications
The following information should be provided in the format below for each
reference assignment for which your firm, either individually as a corporate entity
or as one of the major companies within a consortium, was legally contracted by
the client stated below:
Assignment Name: Country:
103
(Form-T2)
The approach and methodology will be detailed precisely under the following topics.
Note: 1) Marks will be deducted for writing lengthy and out of context approach
and methodology for the assignment.
COMMENTS/SUGGESTIONS OF CONSULTANT
On the Data, services and facilities to be provided by the Client indicated in the Terms
ofReference.
1.
2.
3.
4.
104
(Form-T6)
105
(Form-T7)
Phot
o
Name of Staff:
3. Date of Birth : (Please furnish proof of age)
4. Nationality:
Educational Qualification:
(Summarize college/university and other specialized education of staff
member, giving names of schools, dates attended and degrees obtained).
(Please furnish proof of qualification)
Contact Address with Phone and mobile numbers:
5. Employment Record:
(Starting with present position, list in reversed order, every employment held. List
all positions held by staff member since graduation, giving dates, names of
employing organization, title of positions held and location of assignments. For
experience period of specific assignment must be clearly mentioned, also give
client references, where appropriate).
6. Summary of the CV
(Furnish a summary of the above CV. The information in the summary shall be
precise and accurate. The information in the summary will have bearing on the
evaluation of the CV).
A) Education:
i) Field of Graduation and year
ii) Field of post graduation and year
iii) Any other specific qualification
B) Experience
i) Total experience in highways: ________ Yrs
106
ii) Responsibilities held : (Form-T8)
i) __________________ Yrs.
ii) ________________ Yrs.
iii _______________________ ) Yrs.
Certification :
1 I am willing to work on the project and I will be available for
entireduration of
the project assignment and I will not engage himself in any other
assignment during the currency of his assignment on the project
2 I,the undersigned, certify that tothe best of myknowledgeand
belief, this
biodata correctly describes myself my qualification and my experience.
Note: Each page of the CV shall be signed in ink by both the staff member
and the Authorized Representative of the firm. Photocopies will not be
considered for evaluation.
107
UNDERTAKING FROM THE PROFESSIONAL
I, (Name and Address) have not left any assignment with the
consultants engaged by MORT&H / contracting firm (firm to be supervised now) for any
continuing works of MORT&H without completing my assignment. I will be available for the
entire duration of the current project (named .......... ). If I leave this assignment in the
middle
of the completion of the work, State PWD(NH)/MORTH would be at liberty to debar me for
an appropriate period to be decided by State PWD(NH)/MORTH”. I have also no objection
if my services are extended by MORT&H for this work in future.
108
(Form-T8)
1 Sub Total
2 (1)
Sub Total
3 (2)
Sub Total
4 (3)
Sub Total
(4)
Reports Due:
Activities :
Duration :
109
(Form-T8)
A. FIELD INVESTIGATION
(1st, 2nd etc. are months from the date of assignment)
Format for furnishing additional information as per clause 10.1 (1) of TOR
110
(Form - T10)
1 Fixation of all
TBM’s
2 Physical surveys
(give separate
details for various
studies)
3 Traffic studies (give
separate details for
various studies)
4
5
6
(in column 2 all relevant activities since inception to the completion of feasibility
study and project preparation work should be covered)
111
Appendix IV
FROM: TO:
Sir:
Proposal for selection of my/our firm/organization as Consultant for ____ (in INR).
Yours faithfully,
Signature ____________
Designation ___________
Address______________
(Authorized Representative)
*The Financial proposal is to be filled strictly as per the format given in RFP.
112
(Form-II)
113
(Form-III)
114
II. Support Staff
No. Position Name Staff Billing Rate( Amount( )
Months )
1 Office Manager
2 Typist
3 Office Boy
4 Night Watchman
Total :
Total
115
VI. Office Supplies, Utilities and Communication (Fixed Costs)
1. Office
Supplies
2. Drafting
Supplies
3. Computer Running Costs
TOTAL :
116
A. Topographical Survey (Fixed Rate)
Item Kms Rate per Km Amount
(Rs.) (Rs.)
Topographic Survey 6.100
including hire charges for
equipment (GPS, Total
Station/LIDAR, Auto Level
etc., ) and supply of survey
Teams comprising of
project survey field staff
etc. inclusive of cost of
materials , labourer and
construction of BM,
(satellite imaginary, aerial
photogrammetric if
considered necessary) etc.
complete
117
CONTRACT AGREEMENT
Between
through
Executive Engineer,
National Highway Division, Gandhidham
and
“Consultant”
For
118
CONTENT
Sl. No. Description Page No.
119
2.7.5 Payments
2.7.6 Consultation
2.8 Suspension
2.9 Termination
2.9.1 By the Client
2.9.2 By the Consultants
2.9.3 Cessation of Rights and Obligations
2.9.4 Cessation of Services
2.9.5 Payment upon Termination
2.9.6 Disputes about Events of Termination
4. Consultants’ Personnel
4.1 General
4.2 Description of Personnel
4.3 Approval of Personnel
4.4 Working Hours, Overtime, Leave
4.5 etc.
Removal and/or Replacement of
4.6 Personnel
Resident Project Manager
120
7. Responsibility for accuracy of the project document
7.1 General
7.2 Retention money
7.3 Penalty
7.4 Action for deficiency in services
9. SETTLEMENT OF DISPUTES
9.1 Amicable Settlement
9.2 Dispute Settlement
121
CONTRACT FOR CONSULTANT’S SERVICES
MINISTRY OF ROAD TRANSPORT & HIGHWAYS
Through Roads & Building Department, Government of Gujarat
122
CONTRACT FOR CONSULTANT’S SERVICES
Consultancy Services for Feasibility Study and preparation of Detailed Project
Report for proposed Mandvi By pass on NH-8A(Extn.) in the State of Gujarat.
(From Km 97.200 to km 104/200 )
This CONTRACT (hereinafter called the “Contract”) is made on the --- day of the
month of ................... 2017, between, on the one hand, Executive
Engineer, NH Division, Gandhidham acting on behalf of President of India/Governor of
Gujarat (hereinafter called the “Client”) and, on the other hand,
-------------------------------------------------------- (hereinafter called the “Consultants”).
WHEREAS
(A) the Client has requested the Consultants to provide certain consulting services
as defined in the General Conditions attached to this Contract (hereinafter called
the “Services”);
(B) the Consultants, having represented to the Client that they have the required
professional skills, personnel and technical resources, have agreed to provide the
Services on the terms and conditions set forth in this Contract;
1. The following documents attached hereto shall be deemed to form an integral part
of this Contract:
123
Appendix E: Cost Estimate
2. The mutual rights and obligations of the Client and the Consultants shall be as
set forth in the Contract; in particular:
(a) The Consultants shall carry out the Services in accordance with the
provisions of the Contract; and
(b) Client shall make payments to the Consultants in accordance with the
provisions of the Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in
their respective names as of the day and year first above written.
1. Signature
Name
2. Signature Name
Address
Address
By
Authorised Representative Witness
1. Signature Name
Address
By
Authorised Representative 2. Signature Name Address
124
GENERAL CONDITIONS OF CONTRACT
125
GENERAL CONDITION OF CONTRACT
1.1 GENERAL PROVISIONS
1.1 Definitions
Unless the context otherwise requires, the following terms whenever used
in this Contract have the following meanings:
(a) “Applicable Law means the laws and any other instruments having the force of
law in the Government’s country as they may be issued and in force from time
to time;
(b) “Contract” means the Contract signed by the Parties, to which these General
Conditions of Contract are attached, together with all the documents listed in
Clause 1 of such signed Contract;
(c) “Effective Date” means the date on which this Contract comes into force and
effect pursuant to Clause GC 2.1;
(d) “foreign currency” means any currency other than the currency of the
Government;
(e) “GC” means these General Conditions of Contract;
(f) “Government” means the Government of India;
(g) “local currency” means the currency of the Government;
(h) “Member”, in case the Consultants consist of a joint venture of more than one
entity, means any of these entities, and “Members” means all of these entities;
(i) “Personnel” means persons hired by the Consultants or by any Sub consultant
as employees and assigned to the performance of the Services or any part
thereof;
“foreign Personnel” means such persons who at the time of being so hired had
their domicile outside India; and “local Personnel” means such persons who at
the time of being so hired had their domicile inside India;
(j) “Party” means the Client or the Consultants, as the case may be, and Parties
means both of them;
(k) “Services” means the work to be performed by the Consultants
pursuant to this Contract for the purposes of the Project, as described
in Appendix A hereto;
(l) “SC” means the Special Conditions of Contract by which these General
Conditions of Contract may be amended or supplemented;
(m) “Subconsultant” means any entity to which the Consultants subcontract any
part of the Services in accordance with the provisions of Clause GC 3.7; and
(n)“Third Party” means any person or entity other than the Government, the
Client, the Consultants or a Sub consultant.
126
1.4 Language
This Contract has been executed in the language specified in the SC, which shall
be the binding and controlling language for all matters relating to the meaning or
interpretation of this Contract.
1.5 Heading
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 by registered mail, telex, telegram or facsimile to
such Party at the address specified in the SC.
1.6.2 Notice will be deemed to be effective as specified in the SC.
1.6.3 A party may change its address for notice hereunder by giving the other Party
notice of such change pursuant to the provisions listed in the SC with respect to
Clause GC 1.6.2.
1.7 Location
The Services shall be performed at such locations as are specified in Letter of
Acceptance(Appendix-I) hereto and, where the location of a particular task is not
so specified, at such locations, whether in India or elsewhere, as the Client may
approve.
128
2.7.4 Extension of Time
Any period within which a Party shall, pursuant to this Contract, complete any
action or task, shall be extended for a period equal to the time during which such
Party was unable to perform such action as a result of Force Majeure.
2.7.5 Payments
During the period of their inability to perform the Services as a result of an event of
Force Majeure, the Consultants shall be entitled to be reimbursed for additional
costs reasonably and necessarily incurred by them during such period for the
purposes of the Services and in reactivating the Services after the end of such
period.
2.7.6 Consultation
Not later than thirty (30) days after the Consultants, as the result of an event of
Force Majeure, have become unable to perform a material portion of the Services,
the Parties shall consult with each other with a view to agreeing on appropriate
measures to be taken in the circumstances.
2.8 Suspension
The Client may, by written notice of suspension to the Consultants, suspend all
payments to the Consultants hereunder if the Consultants fail to perform any of
their obligations under this Contract, including the carrying out of the Services,
provided that such notice of suspension (i) shall specify the nature of the failure,
and (ii) shall request the Consultants to remedy such failure within a period not
exceeding thirty (30) days after receipt by the Consultants of such notice of
suspension.
2.9 Termination
2.9.1 By the Client
The Client may, by not less than thirty (30) days’ written notice of termination to the
Consultants (except in the event listed in paragraph (f) below, for which there shall
be a written notice of not less than sixty (60) days), such notice to be given after
the occurrence of any of the events specified in paragraphs (a) through (f) of this
Clause 2.9.1, terminate this Contract:
(a) if theConsultants fail to remedy a failure in the performance of their
obligations hereunder, as specified in a notice of suspension pursuant to
Clause 2.8 hereinabove, within thirty (30) days of receipt of such notice of
suspension or within such further period as the Client may have
subsequently approved in writing;
(b) if theConsultants become (or, if the Consultants consist of more than one
entity, if any of their Members becomes) insolvent or bankrupt or enter into
any agreements with their creditors for relief of debt or take advantage of
any law for the benefit of debtors or go into liquidation or receivership
whether compulsory or voluntary;
(c) if theConsultants fail to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause 8 hereof;
(d) if the Consultants submit to the Client a statement which has a material
effect on the rights, obligations or interests of the Client and which the
Consultants know to be false;
(e) if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60)
days; or
(f) if the Client, in its sole discretion and for any reason whatsoever, deides to
terminate this Contract.
2.9.2 By the Consultants
The Consultants may, by not less than thirty (30) day’s written notice to the
Client, such notice to be given after the occurrence of any of the events specified
129
in paragraphs (a) through (d) of this Clause 2.9.2, terminate this Contract:
(a) if the Client fails to pay any money due to the Consultants pursuant to this
Contract and not subject to dispute pursuant to Clause 8 hereof within
forty-five (45) days after receiving written notice from the Consultants that
such payment is overdue;
(b) if the Client is in material breach of its obligations pursuant to this Contract
and has not remedied the same within forty-five (45) days (or such longer
period as the Consultants may have subsequently approved in writing)
following the receipt by the Client of the Consultants’ notice specifying
such breach;
(c) if, as the result of Force Majeure, the Consultant are unable to perform a
material portion of the Services for a period of not less than sixty (60)
days; or
(d) if the Client fails to comply with any final decision reached as a result of
arbitration pursuant to Clause 8 hereof.
130
on account of such event except in accordance with the terms of any resulting
arbitral award.
131
Project, the Services, this Contract or the Client's business or operations without
the prior written consent of the Client.
132
property of the Client and shall be marked accordingly. Upon termination or
expiration of this Contract, the
Consultants shall make available to the Client an inventory of such equipment
and materials and shall dispose of such equipment and materials in accordance
with the Client's instructions. While in possession of such equipment and
materials, the Consultants, unless otherwise instructed by the Client in writing,
shall insure them in an amount equal to their full replacement value.
4. CONSULTANTS' PERSONNEL
4.1 General
The Consultants shall employ and provide such qualified and experienced
Personnel as are required to carry out the Services.
4.2 Description of Personnel
(a) The titles, agreed job descriptions,minimum qualification and estimated periods of
engagement in the carrying out of the Services of each of the Consultants'
Key Professional / Sub Professional Personnel are described in Appendix
B.
(b) If required to comply with the provisions of Clause 3.1.1 of this Contract,
adjustments with respect to the estimated periods of engagement of Key
Professional / Sub Professional Personnel set forth in Appendix B may be
made by the Consultants by written notice to the Client, provided (i) that
such adjustments shall not alter the originally estimated period of
engagement of any individual by more than 10% or one week, whichever is
larger, and (ii) that the aggregate of such adjustments shall not cause
payments under this Contract to exceed the ceilings set forth in Clause 6.1
(b) of this Contract. Any other such adjustments shall only be made with
the Client's written approval.
(c) If additional work is required beyond the scope of the Services specified in
Appendix A, the estimated periods of engagement of Key Personnel set
forth in Appendix B may be increased by agreement in writing between the
Client and the Consultants, provided that any such increase shall not,
except as otherwise agreed, cause payments under this Contract to exceed
the ceilings set forth in Clause 6.1
(b) of this Contract.
135
made available to the Consultants as and when so specified, the Parties shall
agree on (i) any time extension that may be appropriate to grant to the
Consultants for the performance of the Services, (ii) the manner in which the
Consultants shall procure any such services, facilities and property from other
sources, and (iii) the additional payments, if any, to be made to the Consultants as
a result thereof pursuant to Clause 6.1(c) hereinafter.
5.5 Payment
In consideration of the Services performed by the Consultants under this Contract,
the Client shall make to the Consultants such payments and in such manner as is
provided by Clause 6 of this Contract.
136
S. No. Description Payment
1 On submission of Inception Report 10%
2 On Submission of stage-2 Report by the Authority
regarding Reconnaissance & Alignment option 25%
study/Feasibility studies
3 On Submission of stage-3 i.e Draft Detailed Project
Report , Bidding Documents and land acquisition 25%
report
4 On submission of all required project clearances
from the concerned agencies 20%
137
(c) No payment shall become eligible for the next stage till the consultant completes to the
satisfaction of the client the work pertaining to the preceding stage. The
payment for the work of sub-soil investigation (Boring) will be as per plan
approved by the client and will be paid as per actuals at the rates quoted by the
consultants. The payment for the quantity given by the client for boring will be
deemed to be included in the above mentioned payment schedule. Any adjustment in
the payment to the consultants will be made in the final payment only.
(d) The Client shall cause the payment of the Consultants in Para 6.4 (b)
above as given in schedule of payment within thirty (30) days after the receipt by the
Client of bills. Interests at the rate specified in the SC shall become payable as from
the above due date on any amount due by, but not paid on, such due date.
(e) The final payment under this Clause shall be made only after the final
report and a final statement, identified as such, shall have been submitted by the
Consultants and approved as satisfactory by the Client. The Services shall be
deemed completed and finally accepted by the Client and the final report and final
statement shall be deemed approved by the Client as satisfactory 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 Consultants
specifying in detail deficiencies in the Services, the final report or final statement. The
Consultants shall thereupon promptly make any necessary corrections, and upon
completion of such corrections, the foregoing process shall be repeated. Any amount
which the Client has paid or caused to be paid in accordance with this Clause in
excess of the amounts actually payable in accordance with the provisions of this
Contract shall be reimbursed by the Consultants to the Client within thirty (30) days
after receipt by the Consultants of notice thereof. Any such claim by the Client for
reimbursement must be made within twelve (12) calendar months after receipt by the
Client of a final report and a final statement approved by the Client in accordance
with the above.
(f) All payments under this Contract shall be made to the account of the
Consultants specified in the SC.
7. Responsibility for Accuracy of Project Documents
7.1 General
7.1.1 The Consultant shall be responsible for accuracy of the data collected, by him
directly or
procured from other agencies/authorities, the designs, drawings, estimates and all
other details prepared by him as part of these services. He shall indemnify the
Authority against any inaccuracy in the work which might surface during
implementation of the project. The Consultant will also be responsible for
correcting, at his own cost and risk, the drawings including any re-survey /
investigations and correcting layout etc. if required during the execution of the
Services.
7.1.2 The Consultant shall be fully responsible for the accuracy of design and drawings
of the bridges and structures. All the designs and drawings for bridges and
structures including all their components shall be fully checked by a Senior
Engineer after completion of the designs. All drawings for bridges and structures
shall be duly signed by the (a) Designer,
(b) Senior Checking Engineer, and (c) Senior Bridge / Structure Expert. The
designs and drawings not signed by the three persons mentioned above shall not
be accepted. The Consultant shall indemnify the Client against any inaccuracy /
deficiency in the designs and drawings of the bridges and structures noticed
during the construction and even thereafter and the Client shall bear no
responsibility for the accuracy of the designs and drawings submitted by the
Consultants.
7.1.3 The survey control points established by the Consultant shall be protected by the
Consultants till the completion of the Consultancy Services.
7.2. Retention Money
An amount equivalent to 5% of the contract value shall be retained at the end of
the contract for accuracy of design and quantities submitted and the same will be
released after the completion of civil contract works.
9. SETTLEMENT OF DISPUTES
9.1 Amicable Settlement
The Parties shall use their best efforts to settle amicably all disputes arising out of or
in connection with this Contract or the interpretation thereof.
9.2 Dispute Settlement
Any dispute between the Parties as to matters arising pursuant to this Contract which
cannot be settled amicably within thirty (30) days after receipt by one Party of the other
139
Party’s request for such amicable settlement may be submitted by either Party for
settlement in accordance with the provisions specified in the SC.
140
SPECIAL CONDITIONS OF CONTRACT
Number of
GC Clause
1.1(a) The words “in the Government’s country” are amended to read “in INDIA”
For the
Consultants:
Attention:
1.8 Entity to Act as Member in charge (In case of Joint Venture of Consultants):
- Not Applicable-
1.10 The Consultants and the Personnel shall pay the taxes, duties, fees, levies and
other impositions levied under the existing, amended or enacted laws (prevailing 7
days before the last date of submission of bids) during life of this contract and the
Client shall perform such duties in regard to the deduction of such tax as may be
lawfully imposed.
2.1 The effectiveness conditions are the following:
141
a) The contract has been approved by the MORT&H.
b) The consultant will furnish with in 15 days of the issue of letter of acceptance, a
unconditional Bank Guarantee from the Bank (Generally, by SBI or its subsidiaries
or any Indian nationalized bank or IDBI or ICICI or ICICI Bank or by a foreign bank
through a correspondent bank in India) for an amount equivalent to 10 % of the
total contract value to be received by him towards Performance Security valid for a
period of three years beyond the date of completion of services. The Bank
Guarantee (shall be extendable till the completion of civil contract works) will be
released by Executive Engineer, National Highway Division,
Gandhidham /MORT&H upon successful completion of services and
rectification of errors if any, found during implementation of services.
2.2 The time period shall be 6 months or such other time period as the parties
may agree in writing.
142
v) If the Consultant enters into an agreement with MORT&H in a joint
venture or ‘in association’, the policy must be procured and provided to
MORT&H by the joint venture/in association entity and not by the individual
partners of the joint venture/ association.
vi) The contract may include a provision thereby the Consultant does not
cancel the policy midterm without the consent of Client/MORT&H. The
insurance company may provide an undertaking in this regard.
(d) Employer’s liability and workers’ compensation insurance in respect of the
Personnel of the Consultants and of any Sub consultant, in accordance with
the relevant provisions of the Applicable Law, as well as, with respect to
such
Personnel, any such life, health, accident, travel or other insurance as
may be appropriate; and
all insurances and policies should start from the date of commencement of
services and remain effective as per relevant requirements of contract agreement.
3.9 The Consultants shall not use these documents for purposes unrelated to this
Contract without the prior written approval of the Client.
4.6 The person designated as Senior Highway Engineer cum Team Leader in
Appendix B
shall serve in that capacity, as specified in Clause 4.6.
9.2 Disputes shall be settled by arbitration in accordance with the following provisions:
143
either Party, be appointed by Secretary, the Indian Council of Arbitration, New
Delhi.
(c) If, in a dispute subject to Clause SC 9.2.1 (b), one Party fails to appoint its
arbitrator within thirty (30) days after the other Party has appointed its arbitrator,
the Party which has named an arbitrator may apply to the Secretary, Indian
Council of Arbitration, New Delhi, to appoint a sole arbitrator for the matter in
dispute, and the arbitrator appointed pursuant to such application shall be the sole
arbitrator for that dispute.
9.2.2 Rules of Procedure
Arbitration proceedings shall be conducted in accordance with procedure of the
Arbitration & Conciliation Act 1996, of India unless the Consultant is a foreign
national/firm, where arbitration proceedings shall be conducted in accordance with
the rules of procedure for arbitration of the United Nations Commission on
International Trade Law (UNCITRAL) as in force on the date of this Contract.
9.2.3 Substitute Arbitrators
If for any reason an arbitrator is unable to perform his function, a substitute shall
be appointed in the same manner as the original arbitrator.
9.2.4 Qualifications of Arbitrators
The sole arbitrator or the third arbitrator appointed pursuant to paragraphs (a)
through (c) of Clause 8.2.1 hereof shall be an internationally recognized legal or
technical expert with extensive experience in relation to the matter in dispute.
9.2.5 Miscellaneous
In any arbitration proceeding hereunder:
(a) Proceedings shall, unless otherwise agreed by the Parties, be held in DELHI
(b) the English language shall be the official language for all purposes; and
[Note: English language may be changed to any other Language, with the
agreement of both the Parties.]
(c) the decision of the sole arbitrator or of a majority of the arbitrators (or of the
third arbitrator if there is no such majority) shall be final and binding and
shall be enforceable in any court of competent jurisdiction, and the Parties
hereby waive any objections to or claims of immunity in respect of such
enforcement.
(d) The maximum amount payable per Arbitrator in Arbitration clauses shall be
as under
S.No Particulars Maximum amount payable per
Arbitrator/ per case
1 Arbitrator fee Rs 8,000/- per day subject to a
maximum of Rs 2 lacs or Rs 1.5
lacs (lump sum) subject to
publishing the award within 12
months. ■
2 Reading charges Rs 6,000/-
144
3 Secretarial Assistance Rs 5,000/-
4 Incidental charges Rs 6,000/-
(telephone, fax,
postage etc)
5 Charges for Maximum of Rs 10,000/-
publishing/
6 declaration of the
Other expenses Maximum ceiling
award against bills
(actual
subject to the
Traveling
prescribedexpenses
ceiling) Economy class (by air), First
class AC (by train) and AC Car
Lodging and Boarding (by road)
a) Rs 10,000/- per day (in
metro cities)
b) Rs 5,000/- per day (in
other cities)
c) Rs 2,000/- per day if any
Arbitrator makes their
own arrangements.
7 Local travel Rs 10,000/- per day
8 Extra charges for Rs 2,500/- per day
days other than
hearing/ meeting days
(maximum for 2 days)
In exceptional cases, such as cases involving major legal
implications/ wider ramifications/ higher financial stakes etc., a
special fee structure could be fixed in consultation with the
Contractor/ Supervision Consultants and with the specific approval
of the MORT&H before appointment of the Arbitrator,
145
Appendix A
146
Appendix B
147
Appendix C
Hours of work for Consultants’ Personnel
148
Appendix D
Duties of the Client
149
Appendix E
Cost Estimate
150
Appendix F
Minutes of Financial/ Contract Negotiations with the Consultant
151
Appendix - I
BANK GUARANTEE FOR PERFORMANCE SECURITY
To
The Executive Engineer,
National Highway Division.
Plot No.1, Ward 3B,
Old Vishramgruh, Tagore road,
ADIPUR -370205 (Dist.: Kachchh)
The Client shall have the fullest liberty without affecting in any way the liability of the Bank
under this Guarantee, from time to time to vary or to extend the time for performance of the
contract by the Consultant. The Client shall have the fullest liberty without affecting this
guarantee, to postpone from time to time the exercise of any powers vested in them or of any
right which they might have against the consultant and to exercise the same at any time in any
manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in
the Contract between the Client and the Consultant any other course or remedy or security
available to the Client. The bank shall not be relieved of its obligations under these presents
by any exercise by the Client of its liberty with reference to the matters aforesaid or any of
them or by reason of any other act or forbearance or other acts of omission or commission on
the part of the Client or any other indulgence shown by the Client or by any other matter or
thing whatsoever which under law would but for this provision have the effect of relieving the
Bank. The Bank also agrees that the Client at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance without proceeding
against the Consultant and notwithstanding any security or other guarantee that the Client
may have in relation to the Consultant’s liabilities.
Notwithstanding anything contained herein,
c) We are liable to pay the guaranteed amount or any part thereof underthis Bank Guarantee
only and only if you serve upon us a written claim or demand on or before ....... (date
of expiry of Guarantee).
NOTE:
(i) The bank guarantee(s) contains the name, designation and code number of the
officer(s) signing the guarantee(s).
(ii) The address, telephone no. and other details of the Head Office of the Bank as
well as of issuing branch should be mentioned on the covering letter of issuing
Branch.
(iii) The bank guarantee for Rs. 10,000 and above is signed by at least two officials
(or as per the norms prescribed by the RBI in this regard).
153
Appendix J : Reply to Queries of the Bidder
154
APPENDIX -IV
(Form-I)
FINANCIAL PROPOSALS
FROM: To
……………………………………………………… ………………………………………………………
………………………………………………………. ………………………………………………………
……………………………………………………… ………………………………………………………
……………………………………………………… ………………………………………………………
Sir,
I/We………………………………………………………………………………………………………
……………… Consultant/consultancy firm herewith enclose
*Price proposal for selection of my/our firm/ organization as Consultant for ……………………….
Yours faithfully,
Signature____________________
Full Name__________________
Designation____________________
Address________________________
(Authorized Representative)
1
( Form –II)
Format of Financial Proposal
Summary of Cost in Local Currency
2
( Form –III)
Estimate of Local Currency Costs
Professional Staff
1 Team Leader cum Senior 2
Highway Engineer
2 Senior Bridge Engineer 1.5
3 Highway cum Pavement 1.5
Engineer
4 Traffic and Safety Expert 1
5 Material-cum-Geotechnical 1
Engineer- Geologist
6 Senior Survey Engineer 1
7 Environmental Specialist 1.5
8 Quantity Surveyor/ 1
Documentation Expert
Sub-Total: 10.5
Sub-Professional Staff (To be assessed by Consultant as per requirement of
assignment)
1
2
3
4
5
6
7
Sub-Total:
TOTAL
II. Support Staff
4
VI.Office Supplied, Utilities and Communication (fixed Cost)
( INR) In INR.
2 Supplies Computer
3 Running Costs
Total…………………………………………
Total……………………………..
5
IX. Survey and Investigation
A. Topographical Survey (Fixed Rate)
B. Investigation(Fixedcost)
3 Sub-grade Investigation
4 Traffic Survey
Total………………………………..