0% found this document useful (0 votes)
23 views160 pages

1080 File1933621755

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
23 views160 pages

1080 File1933621755

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 160

Government of Gujarat

Roads & Building Department

On behalf of

MINISTRY OF ROAD TRANSPORT & HIGHWAYS

Government of India

Consultancy Services for preparation of Detailed Project


Report for Construction of proposed Mandvi bypass road
starting from Km. 97/200 & ending on Km.104/200 of NH-
8A(Extn.) in the State of Gujarat

REQUEST FOR PROPOSAL (RFP)

Office of the Executive Engineer,


National Highway Division,
Plot No.-1, Ward-3B, Tagore road,
ADIPUR-370205 (District : Kachchh)
Phone/ Fax : 02836-260304

1
INDEX

Sl. No. Contents Page No.

1 Notice for inviting the proposals for Consultancy services 3-5

2 Letter of Invitation 6-20

3. Data Sheet 21-27

4. Appendix - I : Terms of Reference 28-77

5. Supplement -I: Additional Requirements for Hill Roads 73-75

6. Supplement - II: Additional Requirements for Bridges 76-78

7. Supplement - III: Additional requirement for safety audit 79-81

8. Enclosure - I : Manning Schedule 82

9 Enclosure - II : Qualification Requirements of Key Personnel 83-91

10. Enclosure - III : Schedule for Submission of Reports and Documents 92

11 Appendix - II : Proof of Eligibility 93-100


12. Appendix - III : Formats for Technical Proposals 101-111

13. Appendix - IV : Formats for Financial Proposals 112-117

14. Appendix - V : Draft Contract Agreement 118-154

2
Ministry of Road Transport & Highways
REPRESENTED BY
Government of Gujarat (Roads & Building Department)
Phone/Fax No. : 02836-260304 E-mail : [email protected]

NOTICE INVITING TENDER (NIT)

Bid No. : 09 OF 2016-17

Sl.No Name of the work Bid Security Period of


(in Rs) assignment

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:

Sl.No. Event Description DATE

1. Last date for receiving queries/Clarifications 08.05.2017 (17.00 Hrs)


2. Pre- Proposal Conference(Pre-bid meeting ) 12.05.2017 ( 11.30 Hrs)
3. Deadline for downloading of bid 02.05.2017 (17.00Hrs)
5. Proposal Due Date(Online Submission) 24.05.2017 (17.00Hrs)
6. Last date of submission of financial instruments 25.05.2017 (12.00Hrs)
7. Opening of Technical Proposal 25.05.2017 (12.00Hrs)

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)

No. NH/AB/2016-17/ Dated:

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 The proposals must be properly signed as detailed below:

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


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

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


certified copy of legally binding Memorandum of Understanding (MOU) on a stamp
paper of Rs.100, signed by all firms to the joint venture confirming the following therein:
i. Date and place of signing
ii. Purpose of Joint Venture/Association (must include the details of contract works
for which the joint venture has been invited to bid)
iii. A clear and definite description of the proposed administrative arrangements for
the management and execution of the assignment. Name of Lead Firm and other
partner of JV should be clearly defined in the MOU.
iv. Delineation of duties/ responsibilities and scope of work to be undertaken by each
firm along with resources committed by each partner of the JV/Association for the
proposed services
v. An undertaking that the JV firms are jointly and severally liable to the Employer for
the performance of the services
vi. The authorized representative of the joint venture/Association
The Association firm shall give a Letter of Association, MOU as in i) to vi above except v,
letter of Authorization, copies of GPA/SPA for the person signing the documents and a
certificate of incorporation.

1.8.3 In case of Joint venture, one of the firms which preferably have relatively higher
experience, will act as the lead firm representing the Joint Venture. The duties,

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 Bid Security


1.10.1 The applicant shall furnish as part of its Proposal, a Bid Security of Rs.1,00,000/- (
Rupees One Lakh only) in the form of a Bank Guarantee issued by one of the
Nationalized/Scheduled Banks in India in favour of the Executive Engineer, National
Highway Division, Gandhidham (the “Bid Security”) valid 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. This Bid Security is returnable not later than 30 (thirty) days from the
date of Opening of the Financial proposals except in case of the two highest ranked
Applicants. Bid Security of the Selected Applicant and the Second ranked Team shall
be returned, upon the Selected Applicant signing the Agreement.

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

at its own initiative or in response to a clarification requested by a Consulting firm,


modify the Documents by amendment or corrigendum. The amendment will be
uploaded on Ministry/E-procurement website. The Client may at its discretion extend
the deadline for the submission of proposals and the same shall also be uploaded on
Ministry/E- procurement website.
3. Preparation of Proposal
The proposal must be prepared in three parts viz.,
Part 1: Proof of eligibility

Part 2: Technical Proposal

Part 3: Financial Proposal

3.1 Document in support of proof of eligibility


3.1.1 The minimum essential requirement in respect of eligibility has been indicated in the
Data Sheet. The proposal found deficient in any respect of these requirements will not
be considered for further evaluation. The followingdocuments must be furnished in
support of proof of eligibility as per Formats given in Appendix-II:

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

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

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


by a certified copy of legally binding Memorandum of Understanding (MOU) on
a stamp paper of Rs.100, signed by all firms to the joint venture/Association as
detailed at para 1.8.2 above

3.1.2 The minimum essential requirement in respect of eligibility has been indicated in
the data sheet, the proposal found deficient in any respect of these
requirements will not be considered for further evaluation.

3.2 Technical Proposal


3.2.1 You are expected to examine all terms and instructions included in the Documents.
Failure to provide all requested information will be at your own risk and may result in
rejection of your proposal.
3.2.2 During preparation of the technical proposal, you must give particular attention to the
following:

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


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

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

x) Details of office equipment andsoftware owned by the firm in Form-T10

11
xi) CV s of Key Personnel in Form-T 11.

3.2.4 CVs of Key Persons:


i) The CVs of the key personnel in the format as per Form T-11 is to be furnished. It
may please be ensured that the format is strictly followed and the information
furnished therein is true and correct. The CV must indicate the work in hand and the
duration till which the person will be required to be engaged in that assignment.
Experience certificates shall also be submitted. If any information is found incorrect,
at any stage, action including termination and debarment from future Ministry
projects upto 2 years may be taken by Ministry on the personnel and the Firm.
ii. No alternative to key personnel may be proposed and only one CV may be submitted
for each position. The minimum requirements of Qualification and Experience of all
key personnel are listed in Enclosure-II of TOR. CV of a person who does not meet
the minimum experience requirement as given at enclosure-II of TOR shall be
evaluated and the marks obtained shall be taken into consideration during evaluation
of Technical Proposal (except Team leader). However if a firm with such key
personnel is declared the “most preferred bidder ” for a particular package , such key
personnel should be replaced at the time of Contract Negotiations with a person
meeting requirements of Qualification and Experience as given at enclosure-II of
TOR and whose CV secures 75 % marks and above. If a proposed key personnel
does not possess the minimum (essential) educational qualification as given at
enclosure-II of TOR, Zero marks shall be assigned to such CV and such CV shall not
be evaluated further. The CV of the proposed Team Leader should score at least 75
% marks otherwise the entire proposal shall be considered to have failed in the
evaluation of Technical Proposals and shall not be considered for opening of
Financial Proposals.
iii. Team Leader, Highway cum Pavement Engineer, Bridge Engineer, Geo-technical
cum material engineer and Senior Survey Engineer should be available from
beginning of the project. 3 Key Personnel namely Environmental Specialist,
Quantity Surveyor / Documentation expert and Traffic and safety expert are
allowed to be deployed/proposed in 2 teams at a time. If same CV is submitted by
two or more firms, zero marks shall be given for such CVfor all the firms.

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.

x. Availability of few keypersonnel engaged for preparation of Detailed Project


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

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

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


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

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.

Financial proposal for each package are to be submitted separately. Financial


proposal are only to be submitted online and no hard copy of the financial proposal
should be submitted.

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.

4.3 The proposal must contain no interlineations or overwriting except as necessary to


correct errors made by the Consultants themselves, in which cases such corrections
must be initialed by the person or persons signing the proposal.

4.4 Your 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:

i) The proposal is accompanied by Document fee


ii) The Proposal is accompanied by Bid Security of required value and of validity equal
or more than the minimum required validity
iii) The firms(s) have required experience
iv) The firms(s) have required turnover
v) The documents are properly signed by the authorized signatories and whether
the proposal contains proper POA as mentioned at para 1.8.1 above
vi) The proposals have been received on or before the dead line of submission.
vii) In case a Joint Venture/Association of firms, the proposal shall be accompanied
by a certified copy of legally binding Memorandum of Understanding (MOU) on a
stamp paper of Rs.100, signed by all firms to the joint venture/Association as detailed
at para 1.8.2 above.In case answers to any of the above items is ‘No’ the bid shall be

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.

A proposal securing 75 points shall be declared pass in the evaluation of Technical


Proposal The technical proposal should score at least 75 points out of 100 to be
considered for financial evaluation. The CV of the proposed Team Leader should
score at least 75 % marks otherwise the entire proposal shall be considered to have
failed in the evaluation of Technical Proposals and shall not be considered for opening
of Financial Proposals.

5.3 Evaluation of Financial Proposal

5.3.1 In case for a particular package, only one firm is eligible for opening of Financial
Proposals, the Financial Proposal shall not be opened, the bids for that package shall
be cancelled and 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:

S= STxT + SFxf Where,


S= Combined Score,
ST= Technical Score out of 100 SF= Financial Score out of 100

T and f are values of weightage for technical and financial proposals respectively as
given in the Data Sheet.

5.5 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.

6.8 If a Consultant fails to conclude the negotiations with Ministry or in case a

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.

10. Signing of Contract Agreement


After having received the performance security and verified it, the Client shall invite
the selected bidder for signing of Contract Agreement on a date and time
convenient to both parties within 15 days of receipt of valid Performance Security.

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

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


submit a proposal.

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

3. Duration of the Project : 2 (Two) months

4. Date, Time and Venue of Pre-Proposal Conference Date: 12.05.2017

Time: 11.30 AM
Venue: O/o. The Superintending Engineer,
National Highway Circle,
Patnagar Yojana Bhavan
Sector-16 ,
Gandhinagar – 382016 (Ref. Para 1.9)

5. The Documents are:


Appendix-I:Terms of Reference (TOR)
ii) Appendix-II Formats for Proof of Eligibility
iii. Appendix-III: Formats for Technical Proposal
iv. Appendix-IV: Formats for Financial Proposal
v. Appendix -VI Draft Contract Agreement
(Ref. Para 2.1)
6. Bid Security: Rs 1.0 Lakhs (Ref. Para 1.10)

(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)

Office of the Executive Engineer,


National Highway Division,
Plot No.-1, Ward-3B, Tagore road,
ADIPUR-370205 (District : Kachchh)
Phone/ Fax : 02836-260304

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

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


Date 25.05.2017

Time 12: 00 hrs

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

12. Evaluation criteria: (Ref. Para 3 & 5)

12.1 First stage evaluation – eligibility requirement. (Ref. Para 3.1 & 5.1)

Table-1: Minimum Eligibility Requirements

S.No. Minimum experience and performance of Annual average turnover


Preparation of DPR of Highways / Bridges in
the last 7 years(NH/SH/Equivalent) (for past
performance attach undertaking for any
litigation history/ and arbitration).

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 )

Note: The experience of a firm in preparation of


DPR for a private concessionaire/contractor
shall not be considered

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.

12.2 Second stage technical evaluation (Refer 5.2)

S.No. Description Points

1 Firm's relevant experience in last 7 years 25

2 Adequacy of approach and methodology 5


3 Material testing, survey & investigation, equipment and software proposed 20
to be used
4 Qualification and relevant experience of the proposed key personnel 50
Tota………………… 100

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

1. Firm's relevant experience in last 7 years

S.No. Description Maximum Sub


Points Points
1 Specific experience of the DPR consultancy related to the 15
assignment for eligibility
1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane 7.5
projects
1.1.1 More than the indicative Length of the package applied for 5.5
1.1.2 More than 2 times the indicative length of the package applied for 6.5
1.1.3 More than 3 times the indicative length of the package applied for 7.5
1.2 DPR for 2/4/6 laning projects each equal to or more than 40 7.5
% of indicative length of a package applied for (or
Feasibility Study for 2/4/6 laning projects each equal to or
more than 60 % of indicative length of a package applied
for)
1.2.1 1 project 5.5
1.2.2 2 projects 6.5

23
1.2.3 3 or more projects 7.5

2 DPR of Bridge having length more than 200 m 5

2.1 1 bridge 2

2.2 2 bridges 3

2.3 3 bridges 4

2.4 4 or more bridges 5

3 Specific experience of firms in terms of turnover 5

3.1 Firm’s Average Turnover of last 5 years >= 10 crore 5

3.2 Firm Average Turnover of last 5 years > = 5 crore but < 10 crore 4

3.3 Firm Average Turnover of last 5 years < 5 crore 0

Total………………… 25

2. Adequacy of approach and methodology

S.No. Description Points

1 Site appreciation 2

2 Comments on TOR 1

3 Team composition and task assignment 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

S.No. Description Maximum Sub


Points Points

24
1.1 Available 2

1.2 Outsourced 1

1.3 Not Available 0

2 Field Investigation Facilities 3

2.1 Available 3

2.2 Outsourced 1.5

2.3 Not Available 0

3 Office Equipment and Software 3

3.1 Available 3

3.2 Outsourced 1.5

3.3 Not Available 0

4 Experience in LiDAR or equivalent technology for 4


topographic survey

4.1 1 project 1

4.2 2 projects 2

4.3 3 projects 3

4.4 4 or more projects 4

5 Experience in using GPR and Induction Locator or 4


equivalent technologies for detection of subsurface
utilities

5.1 1 project 1

5.2 2 projects 2

5.3 3 projects 3

5.4 4 or more projects 4

6 Experience in digitization of cadastral maps for land 4


acquisition

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

4. Qualification and relevant experience of the proposed key personnel


The weightage for various key staff is as under:

S.No. Description Points

1 Team Leader- Senior Highway Engineer 10

2 Senior Bridge Engineer 7

3 Highway cum Pavement Engineer 7

4 Material-cum-Geo-technical Engineer- Geologist 7

5 Traffic and Safety Expert 6

6 Senior Survey Engineer 5

7 Environment Specialist 5

8 Quantity Surveyor/Documentation Expert 3

Total 50

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

S.No. Description Maximum Sub


Points Points
1 General Qualification 25

1.1 Essential education qualification 20

1.2 Desirable education qualification 5

2 Relevant experience and adequacy for the project 65

2.1 Total professional experience 15

26
(max)

S.No. Description Maximum Sub


Points Points
2.1 Experience in Highway Projects (Bridge Projects for Senior 25
Bridge Engineer ) (max)

2.2 Experience in Similar Capacity 25


(max)

3 Employment with the Firm 10

3.1 Less than 1 year 0

3.2 1 year to 2 years 5

3.3 > 2 years 10

12.3 Detailed evaluation criteria which is to be used for evaluation of technical bids is as
indicated at Appendix-V.

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

12.4 Third stage - Evaluation of Financial proposal

Financial Proposals of all Qualified Consultants in accordance with clause 5.2 and 5.3 of Letter
of Invitation shall be opened.
The consultancy services will be awarded to the consultant scoring highest marks in combined
evaluation of Technical and Financial proposals in accordance with clause 1.3 and
5.4 hereof.
The Factors are:
The weight given to Technical Proposal (T) = 0.80 The
weight given to Financial Proposal (f) = 0.20

13. The common currency is “Indian Rupee”. (Ref.Para3.3.3)

Consultant have to quote in Rupees both for domestic Consultant as well as Foreign Consultants
14. Commencement of Assignment (Date, Location): The Consultants shall commence the
Services within fifteen days of the date of effectiveness of the contract at locations as
required for the project stretch stated in TOR. (Ref. Para 1.2 of LOI and 2.3 of GCC/SC)

27
Appendix – I

TERMS OF REFERENCE (TOR)

FOR

Consultancy Services for preparation of Detailed Project


Report for Construction of proposed Mandvi bypass road
starting from Km. 97/200 & ending on Km.104/200 of NH-
8A(Extn.) in the State of Gujarat
.

28
Terms of Reference (TOR)

1. General

The Executive Engineer, National Highway Division, Gandhidham invites proposal


from Technical consultants for carrying out detailed project report of for Construction
of proposed Mandvi bypass road starting from Km. 97/200 & ending on Km.104/200
of NH-8A(Extn.) in the State of Gujarat

2. The proposed Mandvi Bypass will be taken up from approximate Ch.97.200


km of NH -8A(Extn.) and proposed to be joined at Ch. 104.200 Km of NH-
8A(Extn.)
Sl No Stretch Indicative
Length
(Km.)

1 Consultancy Services for preparation of Detailed 6.100 Km


Project Report for Construction of proposed Mandvi
bypass road on NH-8A(Extn.) in the State of
Gujarat

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;

(iii) superior operation and maintenance enabling enhanced operational


efficiency of the Project Highway;

(iv) minimal adverse impact on the local population and road users due to road
construction;

(v) minimal adverse impact on environment;

(vi) minimal additional acquisition of land; and


(vii) Phased development of the Project Highway for improving its financial
viability consistent with the need to minimise frequent inconvenience to traffic
that may be caused if additional works are undertaken within a period of
seven years from the commencement of construction of the Project Highway.

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

The general scope of services shall comprise:

(i) Traffic surveys and demand assessment

(ii) Engineering surveys and investigations

(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.

(v) Social impact assessment

(vi) Environment impact assessment

(vii) Detailed Designs of road, bridges, structures, etc.

(viii) Preparation of Land Plan Schedules and Utility Relocation Plans

(ix) Preparation of BOQ / realistic & firm Cost Estimates


(x) To assist the Authority in obtaining formal approval/NOC from concerned
authorities (viz. Railways, etc.) for various elements of the project, during
different phases of the Study.

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.

2.5 Quality Assurance Plan (QAP)


1. The Consultants should have detailed Quality Assurance Plan (QAP)
for all field studies including topographic surveys, traffic surveys, engineering surveys
and investigations, design and documentation activities. The quality assurance
plans/procedures for different field studies, engineering surveys and investigation,
design and documentation activities should be presented as separate sections like
engineering surveys and investigations, traffic surveys, material geo-technical and
sub-soil investigations, road and pavement investigations, investigation and design of
bridges & structures, environment and R&R assessment, economic & financial
analysis, drawings and documentation, preparation, checking, approval and filing of
calculations, identification and tractability of project documents etc. Further,
additional information as per format shall be furnished regarding the details of
personnel who shall be responsible for carrying out/preparing and checking/verifying
various activities forming part of feasibility study and project preparation, since
inception to the completion of work. The detailed Draft QAP Document must be
discussed and finalised with the Authority immediately upon the award of the
Contract and submitted as part of the inception report.

2. It is imperative that the QAP is approved by Authority before the Consultants


start the field work.

2.6 Reconnaissance Survey


2.6.1 The Consultants should make an in-depth study of the available land width
(ROW) topographic maps / satellite imageries (50 cm High Resolution Stereo
Satellite Imagery from World View 2 Satellite)/ air photographs of the project area
and other available relevant information collected by them concerning the approved
alignment.
2.6.2 The detailed ground reconnaissance may be taken up immediately after the study of
maps and other data. The primary tasks to be accomplished during the
reconnaissance surveys include:
i topographical features of the area;
i. requirements including the provision of ROBs / Flyovers and via-duct for
pedestrian crossings with possible alignment alternatives;
ii. preliminary identification of improvement requirements including treatments and

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.

2.6.7 Different feasible alignments for bypasses/realignment for congested locations/urban


areas should be studied with due consideration to the feasibility/cost of land acquisition
balancing the need for remedying the traffic congestion with the social and environmental
impacts.

The types of traffic surveys


and The minimum number of survey stations shall be as
under:
Sl. Description of Number of Survey Stations
No. Activity
1. Classified Traffic One station each close to the proposed location of
Volume Count each Toll Plaza and one station for every 20 km of
Project Highway. The stations are to be suitably
chosen in order to assess the traffic volume through
the highway stretch.
2. Intersection Volume All major intersections (All locations where the
Count Project Highway intersects or meets a
NH/SH/MDR).
3. Pedestrian / Cattle At all locations of settlements/habitations along the
crossing traffic count Project Highway
4. Axle Load Spectrum At least 1 (one).
5 Origin - Destination At least 2 (two) within the Project Influence Area.
& Commodity
movement Survey
6 Turning movement At every intersections with NH / SH.
Survey

2.7 Traffic surveys and demand assessment

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.

4.7.2 Classified traffic volume count


For conducting the traffic volume count, the Consultant shall comply with the following:
(a) The classified traffic volume counts shall be carried out twice for 7 continuous
36
days at the selected survey stations as per IRC guidelines on the subject
(IRC:9-1972). The timing for such counts shall be
(i) within five weeks of the commencement of services, and
(ii) during the thirteenth week of commencement of services.

The following classes of vehicles shall be captured separately


Motorised vehicles Non-motorised vehicles
1 Cars (including Jeeps, vans) 1 Bicycles
2 Light Commercial Vehicles 2 Cycle Ricksaws
including Mini-busses
3 Buses 3 Animal Drawn Carts
4 Two-Axle trucks 4 Hand carts
5 Three Axle trucks 5 Any other non-motorised vehicle.
6 Four or more axle trucks
7 Tractors
8 Ambulance, Fire tender, funeral
vans
9 Three wheelers
10 Two wheelers

(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.

4.7.3 Intersection volume count and design


(a) Volume count
For conducting the intersection volume count, the turning movement traffic surveys
shall be carried out as per IRC:SP:41-1994 at all locations where the Project
Highway intersects/meets the NH, SH or MDR. The turning movement surveys will
be undertaken from 08:00 to 12:00 hours in the morning and 16:00 to 20:00 hours in
the evening.

(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.

4.7.4 Pedestrian / Cattle crossing demand assessment


For assessing the requirements of Pedestrian/Cattle crossings, the traffic counts for two
continuous days between 08.00 hours and 20.00 hours shall be carried out at the locations
close to all habitations/settlements along the Project Highway. The data so collected shall
be analysed to determine whether any pedestrian/cattle crossing by way of underpass/
overpass is justified. If so, the locations and broad layout shall be proposed.
4.7.5 Axle load spectrum surveys
Axle load spectrum surveys shall be carried out at each proposed location of toll plaza on
the Project Highway. The axle load survey shall capture buses, trucks and tractors with
trailers in the traffic stream. The survey shall be for both directions. Sample size shall not be
less than 10% of the buses, trucks and tractors with trailers in the traffic stream and based
on standard statistical techniques. The vehicle damage factor shall be calculated as per the
equivalency factors given in IRC: 37.

4.7.6 Origin-Destination and Commodity Movements Surveys


The survey should be carried out simultaneously at the selected locations during the peak
and the normal periods and should normally be conducted for seven consecutive days but
in any case for not less than three days and must include the weekly market day (if any)
and one working day.

(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.

4.7.7 Turning Movement Surveys


(1) The turning movement surveys for estimation of peak hour traffic for the design
of major and minor intersections shall be carried out for the Study. The details
regarding composition and directional movement of traffic shall be furnished
by the Consultant.
(2) The methodology for the surveys shall be as per IRC: SP: 41-1994. The details
of surveys shall be finalized in consultation with Authority.

(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.

4.8.1.Longitudinal and Cross-Sections


The topographic surveys for longitudinal and cross-sections shall cover the following:
i. Longitudinal section levels along final centre line at every 25 m interval,
at the locations of curve points, small streams, intersections and at the
locations of change in elevation.
ii. Cross sections at every 50 m interval in full extent of survey covering
sufficient number of spot levels on existing carriageway and adjacent
ground for profile correction course and earth work calculations. Cross
sections shall be taken at closer interval at curves.
iii. Longitudinal section for cross roads for length adequate for design and
quantity estimation purposes.
iv. Longitudinal and cross sections for major and minor streams as per
recommendations contained in IRC Special Publication No. 13
(Guidelines for the Design of Small Bridges and Culverts) and IRC:5-
1998 ("Standard Specifications & Code of Practice for Road Bridges,
Section 1 - General Features of Design").

4.8.2. Details of utility Services and Other Physical Features


1. The Consultants shall collect details of all important physical features along
the alignment. These features affect the project proposals and should normally
include buildings and structures, monuments, burial grounds, cremation
grounds, places of worship, railway lines, stream / river / canal, water mains,
severs, gas/ oil pipes, crossings, trees, plantations, utility services such as
electric, and telephone lines (O/H & U/G) and poles, optical fibre cables (OFC)
etc. The survey would cover the entire right-of-way of the road on the
adequate allowance for possible shifting of the central lines at some of the
intersections locations Reamal.

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.

2.9 Road and Pavement Investigations


The Consultants shall carry out detailed field studies in respect of road and pavement.
The data collected through road inventory and pavement investigations should be
sufficient to meet the input requirements of HDM-IV.

2.9.1 Road Inventory Surveys


1. Detailed road inventory surveys shall be carried out to collect details of all
existing road and pavement features along the existing road sections. The
inventory data shall include but not limited to the following:
i. terrain (flat, rolling, mountainous);
ii. land-use (agricultural, commercial, forest, residential etc ) @ every
kilometer;
iii. carriageway width, surfacing type @ every 500m and every change
of feature whichever is earlier;
iv. shoulder surfacing type and width @ every 500m and every change
of feature whichever is earlier;
v. sub-grade /local soil type (textural classification) @ every 500m and
every change of feature whichever is earlier;
vi. horizontal curve; vertical curve

vii. road intersection type and details, at every occurrence;

viii. retaining structures and details, at every occurrence;

ix. location of water bodies (lakes and reservoirs), at every occurrence;

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

xiv. Existing utility services on either side within ROW.

xv. General drainage conditions


xvi. Design speed of existing road
xvii. Inventory of all road sides facilities for the public including
educational, health, communication facilities and road user based
facilities such as tea shops, dhaba, vehicle service shops etc
2. The data should be collected in sufficient detail. The data should be
compiled and presented in tabular as well as graphical form. The
inventory data would be stored in computer files using simple utility
packages, such as EXCEL.

1. 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.

2.10 Investigations for Bridges and Structure

2.10.1 Inventory of Bridges, Culverts and Structures.

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.

2.10.2 Hydraulic and Hydrological Investigations


1. The hydrological and hydraulic studies shall be carried out in accordance with IRC
Special Publication No. 13 ("Guidelines for the Design of Small Bridges and Culverts")
and IRC:5-1998 ("Standard Specifications & Code of Practice for Road Bridges, Section
I General Feature of Design"). These investigations shall be carried out for all existing
drainage structures along the road sections under the study.
2. The Consultants shall make a desk study of available data on topography
(topographic maps, stereoscopic aerial photography), storm duration, rainfall statistics,
top soil characteristics, vegetation cover etc. so as to assess the catchment areas and
hydraulic parameters for all existing and proposed drainage provisions. The findings of
the desk study would be further supplemented and augmented by a reconnaissance
along the area. All important hydrological features shall be noted during this field
reconnaissance.
3. The Consultants shall collect information on high flood level (HFL), low water
levels (LWL), discharge velocity etc. from available past records, local inquiries and
visible signs, if any, on the structural components and embankments. Local inquiries
shall also be made with regard to the road sections getting overtopped during heavy
rains.
2.10.3 Condition Surveys for Bridges, Culverts and Structures
1. The Consultants shall thoroughly inspect the existing structures and shall prepare
a report about their condition including all the parameters given in the Inspection pro-
forma of IRC-SP; 351990. The condition and structural assessment survey of the
bridges / culverts / structures shall be carried out by senior experts of the Consultants.
2. For the bridges identified to be in a distressed condition based upon the visual
condition survey, supplementary testing shall be carried out as per IRC-SP:35 and IRC-
SP:40. Selection of tests may be made based on the specific requirement of the
structure.
3. The assessment of the load carrying capacity or rating of existing bridges shall be
carried out under one or more of the following scenarios:
i. when the design live load is less than that of the statutory commercial vehicle
plying or likely to ply on bridge;

ii.if during the condition assessment survey and supplementary testing the bridge is
found to indicate distress of serious nature leading to doubt about structural and / or
functional adequacy, and

iii. design live load is not known nor are the records and drawings available.

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.

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


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

4.11 Soil, geotechnical, material, hydrology and drainage surveys


The activities and Deliverables forming part of the soil, geotechnical, material, hydrology
and drainage surveys are described below:
(a) The characteristics of the existing soil, two samples from every km of the
Project Highway or closer where change in soil type is encountered.
(b) The determination of the following sub-grade properties one sample from
every km of the Project Highway or closer where change in soil type is
encountered.
• CBR (Soaked)
• In-situ density & Moisture Content
• Grain Size Distribution & Atterbergs Limits.
• Laboratory Moisture-density Characteristics.

(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.

(iii) Environmental restrictions, if any, and feasibility of availabilityof these sites to


prospective civil works contractors, should be duly taken into account while
selecting new quarry locations.

(iv) TheConsultants shall make suitable recommendations regardingmaking good


the
borrow and quarry areas after the exploitation of materials for construction of
works.
(v) TheMaterial Investigation aspect shall include preparationand testing of
bituminous mixes for various layers and concrete mixes of different design mix
grades using suitable materials (binders, aggregates, sand filler
etc.) as identified during Material Investigation to conform to latest
MoRT&H specification.
4.12 Detailed designs
4.12.1 General:
The Consultant shall arrive at the detailed designs of various components of the
Project Highway keeping in view the requirements of the Manual and the scope
of services described in this TOR. It shall be responsible for the accuracy of the
physical details such as alignment, right of way, abutting land use, assets within
the right of way including safety devices, utilities, trees, service roads, cross
drainage structures, etc. The layout and detailed designs shall be prepared to
enable ascertaining firm cost and bidding on EPC mode.

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.

4.12.4 Design Standards


The Consultants shall evolve Design Standards and material specifications for the
Study primarily based on IRC publications, MORTH Circulars and relevant IS
Specifications. The Design Standards evolved for the project shall cover all aspects of
detailed design including the design of geometric elements, pavement design, bridges
and structures, traffic safety and materials.

4.12.5 Geometric Design


4.12.5.1 Based on the data collected from reconnaissance and topographic
surveys, the sections with geometric deficiencies, if any, should be
identified and suitable measures for improvement should be suggested
for implementation within the right of way.
4.12.5.2 The detailed design for geometric elements shall cover, but not be
limited to the following major aspects:
(i) horizontal alignment;
(ii) longitudinal profile;
(iii) cross-sectional elements;
(iv) junctions; and
(v) Service roads.

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 Pavement Design


4.12.6.1 The detailed design of pavement shall involve:
(i) strengthening of existing road pavement and design of the new
pavement

(ii) design of shoulders

4.12.6.2 The design of pavement shall primarily be based on IRC Specifications.


However, the Consultants may consult good industry practice wherever
specific guidelines are unavailable in IRC or other relevant Indian
Standards.

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.

4.12.6.6 Latest techniques of pavement design and rehabilitation like provision of


geo-synthetics and cold/hot pavement recycling, use of modified bitumen
etc. should be duly considered.

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 Design of Embankments


4.12.7.1 The embankments design should provide for maximum utilization of
locally available materials consistent with economy. Use of fly ash
wherever available with in economical leads must be considered. In
accordance with Government instructions, use of fly ash within 100 km
from Thermal Power Stations is mandatory.

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.

4.12.7.3 The design of embankments should include the requirements for


protection works and traffic safety features.

4.12.8 Design of ROB, Bridges and Structures


4.12.8.1 The Consultant shall prepare General Arrangement Drawing (GAD) and
Alignment Plan showing the salient features of the new bridges and structures
proposed to be constructed / reconstructed along the road sections covered
50
under the Study. These salient features such as alignment, overall length, span
arrangement, cross section, deck level, founding level, type of bridge
components (superstructure, substructure, foundations, bearings, expansion
joint, return walls etc.) shall be finalized based upon hydraulic and geotechnical
studies, cost effectiveness and ease of construction. The GAD shall be
supplemented with Preliminary designs. In respect of span arrangement and
type of bridge a few alternatives with cost-benefit implications should be
submitted to enable the Authority to approve the best alternative.

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.

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


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

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.

4.12.11 Arboriculture and Landscaping


The Consultants shall work out appropriate plan for planting of trees (specifying type of
plantation), horticulture, floriculture on the surplus land of the right-of-way with a view to
beautify the highway and making the environment along the highway pleasing. The existing
trees / plants shall be retained to the extent possible.
4.12.12 Bus Parking, Truck Lay-byes, Weighing Station, Parking Areas and Rest Areas
The consultant shall suggest suitable sites for Bus Parking, Truck Lay-byes weighing
stations, parking areas and rest areas and prepare suitable separate designs in this regard.
The common facilities like petrol pump, first-aid medical facilities, police office, restaurant,
vehicle parking etc. should be included in the general layout for planning.

4.12.13 Miscellaneous Works


The Consultants shall prepare detailed plan for the traffic management and safety
during the construction period.
4.13 Estimation of Quantities and Project Costs
1. The Consultants shall prepare detailed estimates for quantities (considering
designs and mass haul diagram) and project cost for the entire project, including
the cost of environmental safeguards proposed based on Schedule of Rates for
NH Works for the state of Odisha / MoRT&H's Standard Data Book and market
rate for the inputs. The estimation of quantities shall be based on detailed
design of various components of the projects. The estimation of quantities and
costs would have to be worked out separately for each civil work Package as
defined in this TOR.
2. The Consultants shall make detailed analysis for computing the unit rates for the
different items of works. The unit rate analysis shall duly take into account the
49
various inputs and their basic rates, suggested location of plants and respective
lead distances for mechanized construction. The unit rate for each item of works
shall be worked out in terms of manpower, machinery and materials.
3. The consultant shall prepare sub-estimates as per instruction given by the
Authority. The different EPC schedules shall also be prepared by consultant.

4.14 Economic Analysis


1. TheConsultants shall carry out economic analysis for the project. The
analysis
should be for each of the sections covered under this TOR. The benefit and cost
streams should be worked out for the project using HDM-IV or other
internationally recognized life-cycle costing model.
2. Theeconomic analysis shall cover but be not limited to be following aspects:
i. assess the capacity of existing roads and the effects of capacity
constraints on vehicle operating costs (VOC);
ii. calculate VOCs for the existing road situation and those for the project;
iii. quantify all economic benefits, including those from reduced congestion,
travel distance, road maintenance cost savings and reduced incidence of
road accidents; and,
iv. estimate the economic internal rate of return (EIRR) for the project over a
30-year period. In calculating the EIRRs, identify the tradable and
non-tradable components of projects costs and the border price
value of the tradable components.
v. Saving in time value.
vi. Environment costs and benefits to project
vii. Distribution of road user benefits (especially savings in VOC and travel
time value) among different road user(vehicle) groups

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

Scenario - II Base Costs plus 15% and Base Benefits

Scenario - III Base Costs and Base Benefits minus 15%


Scenario - Base Costs plus 15% and Base Benefits minus 15%
IV
50
The sensitivity scenarios given above are only indicative. The Consultants shall
select the sensitivity scenarios taking into account possible construction delays,
construction costs overrun, traffic volume, revenue shortfalls, operating costs,
exchange rate variations, convertibility of foreign exchange, interest rate
volatility, non-compliance or default by contractors, political risks and force
majeure.
4. The economic analysis shall take into account all on-going and future road and
transport infrastructure projects and future development plans in the project
area.

4.15 Environment Impact Assessment


4.15.1 Environment Impact Assessment and Management Plan
Objectives

The objectives of Environmental Impact Assessment are to improve decision making by


identifying and assessing the potential environmental impacts, evaluating alternatives and
designing appropriate mitigation, enhancement, management and monitoring measures to
ensure that highway improvement options are environmentally sound and sustainable. The
main objectives of the Environmental Management Plan are to detail cost effective measures
for the protection and enhancement of environmental assets during construction and
operation according to an agreed implementation schedule. The Environment Impact
Assessment is to be carried out to ensure compliance with State (as relevant), GOI
environmental guidelines and regulations. The analysis, studies and reporting requirements
to be undertaken under these TOR must conform to these guidelines and regulations.

Scope of Work
1. The scope of work includes the following main tasks:

A : Environmental Screening and Scoping - Inception & Reconnaissance Stage


This process helps to define boundaries (spatial and temporal) of the EA, limitations
and constraints, stakeholders consultations, determine significant, "hotspots".
Screening is to be carried out in parallel with the initial Economic, Engineering Analysis
and includes:
a) Assessment of potential impacts to ensure that environmental considerations are
given
adequate weight in the selection and design of proposed highway improvements;

b) Information on existing environmental baseline conditions (based on desk review and


field
visits) such as congested and densely populated areas, sensitive /critical natural
54
habitats i.e., national parks, wildlife reserves, sanctuaries, sacred groves, protected
areas, forests, wetlands, tree cover, major rivers and waterways; cultural heritage sites
of importance to people
c) Valued environmental components and screening criteria to help in the analysis of
alternatives.

d) Assessment of positive and negative impacts and proposals of cost-effective measures


to
enhance positive impacts and to avoid and / or mitigate negative impacts;

e) Coordination of the environmental screening with the feasibility study, by integrationof


the environmental considerations and their associated costs, in the economic analysis.
This should include identification and analysis of alternatives in-built into the
recommendations for engineering improvements and sensitivity analysis.

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,

including those for exclusion, analysis of alternative alignments. B: Environmental Impact

Assessment (EIA) - Draft PR Stage


The EIA work will be carried out in coordination with the technical team.

• 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.

The EIA Report will follow the structure suggested ahead:

• Executive summary. Concisely discuss significant findings and recommended


actions.
• Project Description: Provide a brief description of the relevant components of the
project and associated activities. Concisely describe the proposed project and its
geographic, ecological, social, and temporal context. Indicate the need for any
resettlement plan or indigenous peoples development plan. Includes a map showing
the project site and the project's area of influence.

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:

• Brief project description, summary of critical issues and impacts.


• Identified impacts and corresponding mitigation measures proposed- pre-construction;
construction and operation stages.
• Environmental Monitoring and Reporting Plan - performance indicators,air, water, and
noise
levels, tree survival rate, soil contamination or any other as identified.
• Specifications for environment enhancements works.
• Trees, shrubs for plantation or other landscape measures.
• Engineering details and appropriate reference to engineering drawings where necessary
for : wells and hand pumps identified for re-location or enhancement; cultural properties re-
location; water bodies for enhancement; proposed truck parking lay byes; major and minor
junctions identified for enhancements; landscape plans.
• Identified borrow areas, recommended quarry areas and proposed rehabilitation plans.
• Noise mitigation plans.
• Costs of mitigation
• Institutional responsibility for implementation and duration /time frame.
• Reference to contract documents. Coordination with Engineering inpreparation of bids,
contract documents.
• Bills of quantities to include EMP specifications.
• Budget.
60
D. Follow on Public Consultations
• The Consultant will carry out follow on public consultations at sensitive areas to
disseminate the project design, EA and SA process followed, EMP, and RAPs with the
people in the project districts.
Output:
• Documents - EA, EMP, and the report on Follow on Consultations
• Disclosure - Disclosure of EA, EMP in the project districts and Bank's PICs

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.

5.0 TIME PERIOD FOR THE SERVICE

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.

6.0 PROJECT TEAM & PROJECT OFFICE OF THE CONSULTANT


1. The Consultants shall be required to form a multi-disciplinary team for this
assignment. The consultants Team shall be manned by adequate number of experts
with relevant experience in the execution of similar detailed design assignments.
2. List of suggested key personnel to be fielded by the consultant with appropriate
man-month of each consultancy services is given in Enclosure I as per Authority's
assessment.
3. A Manning Schedule for key personnel mentioned above is enclosed as
Enclosure I along with broad job- description and qualification as Enclosure II. The
information furnished in Enclosures I & II are to assist the Consultants to understand
the client's perception about these requirements and shall be taken by the Consultants
for the purpose of Financial Proposal and deployment schedule etc. in technical
proposal to be submitted by them. Any deviation proposed may be recorded in the
comments on TOR. All the key personnel mentioned will be evaluated at the time of
evaluation of technical proposal. Consultants are advised in their own interest to frame
the technical proposal in an objective manner as far as possible so that these could be
properly assessed in respect of points to be given as part of evaluation criteria as
mentioned in Data sheet. The biodata of the key personnel should be signed on every
sheet by the personnel concerned and the last sheet of each bio-data should also be
signed by the authorized signatory of the Consultants.
4. The Consultants shall establish an office at the project site manned by senior
personnel during the course of the surveys and investigations. All the project related
office work shall be carried out by the consultant in their site office unless there are
special reasons for carrying out part of the office work elsewhere for which prior
approval of CE NH Odisha/MORT&H shall be obtained. The address of the site office
including the personnel manning it including their Telephone and FAX numbers will be
intimated by the Consultant to CE NH Odisha/MORT&H before commencement of the
services.
62
5. The Consultant shall maintain an Attendance Register to be signed by each
individual key personnel at site as well as at Head Office. The Consultant shall furnish
certificate that all the key personnel as envisaged in the Contract Agreement have
been actually deployed in the Projects at the time of submission of their bills to EE NH
Division Deogarh /RO,BBSR MORT&H from time to time.

7.0 STAGES OF THE JOB

a. Project preparation activities will be split into four stages as brought out
below. Stage 1:Inception Stage

Stage 2: Reconnaissance

Stage Stage 3: Draft Project Report Stage

Stage 4: Final Project Report (PR)


b. Time schedule in respect of all such stages hasbeen indicated in the next para.
Consultant shall be required to complete, to the satisfaction of the client, all the
different stages of study within the time frame indicated in the schedule of submission
in para 10 pertaining to Reports and Documents for becoming eligible for payment for
any part of the next stage.

c. Reports & Documents to be submitted by the Consultant to State


PWD(NH)/MORT&H
1. The Consultant shall submit to the client the reports and documents in bound
volumes after completion of each stage of work as per the schedule and in the
number of copies as given in Enclosure III. Further, the reports shall also be
submitted in / CD's in addition to the hard copies as mentioned in Enclosure-III.
Consultant shall submit all other reports mentioned specifically in the preceding
paras of the TOR.
2. The time schedule for various submissions prescribed at Sl.No.1 above shall be
strictly adhered to. No time-over-run in respect of these submissions will normally
be permitted. Consultant is advised to go through the entire terms of reference
carefully and plan his work method in such a manner that various activities followed
by respective submissions as brought out at Sl.No.1 above are completed as
stipulated. Consultant is, therefore, advised to deploy sufficient number of
supporting personnel, both technical and administrative, to undertake the project
preparation activities in each construction package (Section) simultaneously. As far
as possible, the proposal should include complete information such as number of
such persons, name, position, period of engagement, remuneration rate etc. The
Consultant is also advised to start necessary survey works from the beginning so as
to gain time in respect of various other activities in that stage.

7.3.1 STAGE 1: Inception Report


(A) Quality Assurance Plan (QAP) Document

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.

(B) Inception Report (IR)


The report shall cover the following major aspects:
i. Project appreciation;
ii. .Detailed methodology to meet the requirements of the TOR finalized in
consultation with the authority; including scheduling of various sub-
activities to be carried out for completion of various stages of the work;
stating out clearly their approach & methodology for project preparation
after due inspection of the entire project stretch and collection/ collation of
necessary information;
iii. Task Assignment and Manning Schedule;

iv. Work programme;

v. Proforma for data collection;


vi. Design standards and proposed cross-sections;
vii. Key plan and Linear Plan;
viii. Development plans being implemented and / or proposed for
implementation in the near future by the local bodies and the possible
impact of such development plans on the overall scheme for field work
64
and design for the study;

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

iii) Inventory report of existing alignment (if any).


iv) Contemplation of various proposed elements (Bridges, Culverts,
ROB/RUB, intersections etc.) along each alignment
v) Land use pattern along each alignment.

vi) Rough Cost Estimate & preliminary Economic Analysis along approved

alignment.

B. Traffic Survey & Traffic Demand Assessment Report


B.1 After approval of the Inception Report cum QAP by the Authority, the
consultant shall carry out traffic survey as per Clause 3.3 and prepare a report
indicating the traffic demand and traffic growth scenario in future. Based on the data
collected at site, the consultant shall propose immediate lane configuration (subject to a
minimum of 2-lane with paved shoulder) and future lane augmentation plan. The
corridor width for topographic survey shall also be fixed up from the above data.
B.2 The consultant shall submit 6 (six)copies of the
Traffic Survey & Traffic Demand
Assessment Report and obtain approval of the Authority on the immediate lane
65
configuration and Topographical Survey Corridor width for the selected
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.

Stage-3: Draft Project Report Stage

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.

8.0 INTERACTIONS WITH MORT&H


a. During entire period of services, the Consultant shall interact continuously with the
State PWD(NH)/MORT&H and provide any clarification as regards methods being
followed and carry out modification as suggested by State PWD(NH)/MORT&H. A
programme of various activities shall be provided to State PWD(NH)/MORT&H
and prior intimation shall be given to State PWD(NH)/MORT&H regarding start of
key activities such as boring, survey etc. so that inspections of State
PWD(NH)/MORT&H could be arranged in time.

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

1 On submission of Inception Report: 10%


2 On Submission of stage-2 Report by the Authority 25%
regarding Reconnaissance & Feasibility studies

3 On Submission of stage-3 i.e Draft Detailed Project Report , 25%


Bidding Documents

4 On submission of all required project clearances from the 20%


concerned agencies
5 On approval of stage-4 i.e. Final Detailed Project Report 20%

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.

10.0 DATA & SOFTWARE

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;

2. Software: The Consultant shall also hand-over to the State PWD(NH)/MORT&H


floppies/CD's containing any general software including the financial model which has
been specifically developed for the project.
3. The floppy diskettes/CD's should be properly indexed and a cataloguegiving
contents of all floppies/CD's and print-outs of the contents (data from field studies
topographic data and drawings) should be handed over to the State
PWD(NH)/MORT&H at the time of submission of the Final Report.

71
72
SUPPLEMENT I

ADDITIONAL POINTS TO BE CONSIDERED FOR HILL ROADS IN ADDITION TO


POINTS COVERED IN MAIN TOR
(if applicable)
S.No. Clause Additional points
No. of
1. 2.3
TOR a) Design of tunnels, if required

Design of protective works, slope stabilization measures, erosion


b)
control measures, land
slide control/protection measures snow drift control/snow
2. 3 Feasibility
clearancestudy and preparation
measures, avalancheof detailed project
protection report iffor
measures, hill
required
roads shall be done in accordance with best international practices
and wherever practicable/feasible steep gradients and hair pin bends
may be avoided by realignments and by provision of structures.
3. 4.1 a) Inventory and condition survey for tunnels, if required.
b) Identification of faults in rock strata and impact of faults in design
of tunnels, if required
c) Detailed design of road considering and incorporating specific
aspects related to hill region like terrain, topographic conditions,
extreme weather conditions, altitude effects etc.
d) Design of protective works, slope stabilization measures, erosion
control measures, land slide control/protection measures, snow drift
control/snow clearance measures, avalanche protection measures, if
required
4. 4.5 (1) e) Design of scenic
All activities overlooks/watering
related to field studies, points
designetc.
and documentation shall
be done as per the latest guidelines/circulars of MORT&H and
relevant publications of the Indian Roads Congress (IRC)/Bureau of
Indian Standards (BIS) for hill roads. For aspects not covered by IRC
and BIS, international standard practices, such as, British and
5. 4.7 Review of dataStandards
American and documents
may be pertaining
adopted.to

a) Terrain and soil condition


b) Condition of tunnels, if required.
c) Sub-surface and geo-technical data for existing tunnels, if required.
d) Drawing and details of existing tunnels, if required.
e) Existing protective works, erosion control and land slide
control/protection works, slope stabilization measures, snow drift
control measures, avalanche protection measures
f) Existing land slide and snow clearance facilities
g) Geological details of rock strata in the area in case of tunnels
6. 4.11(1) The Consultant should make an in depth study of available
geological and meteorological maps of the area.
7. 4.11 (2) The primary tasks to be accomplished during the reconnaissance
survey shall also include:

details of terrain (steep or mountainous ), cliffs and gorges,


a)
general elevation of the road including maximum heights
negotiated by main ascents and descents, total number of
ascents and descents, hair pin bends, vegetation etc.
b) Climatic conditions i.e. temperature, rain fall data, snow fall data,
fog conditions, unusual weather conditions etc.
c) Realignment requirements including provision of tunnels, if required.
73
S.No. Clause Additional points
No. of
TOR d) Inventory of tunnels and geologically sensitive areas like slip
prone areas, areas subject to land slides, rock fall, snow drifts,
8. 4.11.2.1 erosion,
Cross avalanche
sections shall beactivity
taken atetc.
every 25 mtr. in case of hill roads
(ii) and at points of appreciable changes in soil conditions. While taking
cross sections, soil conditions shall also be recorded.
9. 4.11.3.1 The inventory data shall also include:
(1) a) General elevation of road indicating maximum & minimum
heights negotiated by main ascents & descents and total no. of
ascents & descents.
b) Details of road gradients, lengths of gentle & steep slops, lengths
& location of stretches in unstable areas, areas with cliffs, areas
with loose rocks, land slide prone areas, snow drift prone areas,
no. & location of hairpin bends etc.
c) Details of tunnels
10. 4.11.3.2 d) Details & types of protective structures, erosion & land slide
Pavement:
(2) control/protection
a) Location measures,
of crust failures alongsnow drift control
with their causesmeasures,
avalanche of
b) Conditions protection/control measures etc.
camber/cross falls/super elevations etc., whether
affected by subsidence Embankment:
Extent of slope erosion on hill and valley side

11. Condition Surveys & Investigation for Slope Stabilization, Erosion


Control, Landslide Correction/Protection & Avalanche Protection
Measures:
a) Inventory & Condition Surveys of Existing Protective/Control
Measures:
The consultant shall make an inventory of all the structures related to
Slope Stabilization, Erosion Control, Landslide Control/protection,
Avalanche Protection etc. This shall include details of effectiveness of
control measures already done and condition of protective/control
structures.
b) Landslide Investigation
This shall be carried out to identify landslide prone areas, to suggest
preventive measures or alternate routes that are less susceptible to
landslide hazard. Further in existing slide areas this shall help to
identify factors responsible for instability and to determine appropriate
control measures needed to prevent or minimize recurring of
instability problems.
Initial preliminary studies shall be carried out using available contour
maps, topographical maps, geological/geo-morphological maps, aerial
photographs etc. for general understanding of existing slide area and
to identify potential slide areas. This shall be followed by further
12. 4.12.1 (1) investigations
The Consultant like geological/geo-technical/hydrological
shall also carry out detailed designs and investigation
prepare
toworking
determine specific
designs sitefollowing:
for the conditions prevailing in the slide area as per
relevant
a) IRC specifications/publications,
cross sections at every 25 mtr intervals MORT&H circulars and
relevant
b) Sloperecommendations of the international
stabilization and erosion standards for hill roads.
control measures
The result of the investigations shall provide
c) Design of protection/control structures in areas basis for engineering
subject to
analysis and the design of protection/remedial measures.
subsidence, landslides, rock fall, rock slide, snow drifts, icing,
scour, avalanche activity etc.
d) Design of protective structures in slip prone and unstable areas
e) Design of scenic overlooks, watering points etc.
f) Safety features specific to hill roads
g) Study and design for connecting villages/town/habitation through
spur roads, if these locations are bypassed due to re-alignment.
74
S.No. Clause Additional points
No. of
TOR h) Study and design for provision of parking place/ temporary shelters/
space required for landing of helicopters for evacuation purposes in
case of any disaster such as cloud burst/ earthquake etc at an interval
13. 4.12.2 (1) ofThe
20-25 km.
Consultant shall evolve Design Standards and material
specifications for the Study primarily based on IRC publications,
MORT&H Circulars and relevant recommendations of the
14. 4.12.3 international standards (American,
Wherever practicable/feasible British
hairpin bendsetc)and
forsteep
hill roads.
gradients
shall be avoided by realignments, provision of structures or any other
15. 4.12.4 suitable
While provisions.
designing pavement for hill roads specific aspects relevant to
hill regions like terrain & topographic conditions, weather conditions,
altitude effects etc. shall be duly considered and suitably incorporated
in design so that pavement is able to perform well for the design traffic
and service life. Effects of factors like heavy rainfall, frost action,
intensive snow and avalanche activity, thermal stresses due to
temperature difference in day and night, damage by tracked vehicles
16. 4.12.5(3) during snow of
The design clearance operations
embankments etc.include
should must also be consideredforalong
the requirements
with traffic intensity, its growth, axle loads and design
protection works and traffic safety features including features life. specific
17. Design
to hill roads.
and Drawing of Tunnels:
The Consultant shall prepare design and drawings for tunnels, if
required as per the results of feasibility study, as per the relevant
specifications of IRC/MORT&H and other international specifications.
18. 4.12.7 a) Topography of hills generates numerous water courses and this
coupled with continuous gradients of roads in hills and high intensity
of rainfall calls for effective drainage of roads. The drainage system
shall be designed to ensure that the water flowing towards the road
surface may be diverted and guided to follow a definite path by
suitable provision of road side drains, catch water drains, interceptors
etc. and flow on valley side is controlled so that stability is not
affected.
19. 4.12.8 b) Further, adequateshall
The Consultant provision
design shall be traffic
suitable made safety
for sub-surface/subgrade
features and road
drainage to take care of seepage through the
furniture including traffic signals, signs, markings, adjacent hill face
overhead signof the
road & underground water flows.
boards, crash barriers, delineators etc. including any feature specific
to hill roads. The locations of these features shall be given in the
20. 4.12.3 (1) The
reports and also shown
Consultant shall inmake
the drawings.
suitable designs and layout for
miscellaneous works including rest areas, bus bays, vehicle parking
areas, telecommunication facilities, scenic overlooks, watering points
21. 10.6 (1) etc.
Volumewherever appropriate.
II: Design Report :
a) Inventory of protection measures and other structures
b) Inventory of tunnels, if required.
c) Proposed preliminary designs for tunnels, if required.
Volume III: Drawings
a) Drawings for protection/control measures and other structures
b) Drawings for tunnels, if required.
22. 10.7 (3) Volume II: Design Report (Part II)
Part II of Design Report shall also deal with design of tunnels, if
required and design of other protection/control structures.
Volume IX: Drawing Volume This shall also include :
a) Detailed working drawings for tunnels, if required.
b) Detailed working drawings for protection/control structures

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

2. 4.7 Review of Data and Documents


The data and documents of major interest shall also include the following:
a) Existing geological maps, catchment area maps, contour plans etc. for the
project area
b) Hydrological data, catchment area characteristics, river/channel characteristics,
flood flow data and seismological data etc.
c) Condition of existing river bank / protection works, if any.
d) Sub surface and geotechnical data for existing near by bridges.
e) Detailed drawings of nearby existing bridges.
3. 4.11.1 Reconnaissance and Alignment
a) The consultant should make an in depth study of available geological maps,
catchment area maps, contour plans, flood flow data and seismological data.
b) The primary tasks to be accomplished during the reconnaissance surveys also
include:

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.

5. 4.11.2.1 Longitudinal and Cross sections


The topographic surveys for longitudinal and cross sections shall cover the following:
Cross section of the channel at the site of proposed crossing and few cross sections at
suitable distance both upstream and downstream, bed level upto top of banks and
ground levels to a sufficient distance beyond the edges of channel, nature of existing
surface soil in bed, banks & approaches, longitudinal section of channel showing site of
bridge etc.

6. 4.11.4.2 Hydraulic and Hydrological Investigations


a) The consultant shall also collect information on observed maximum depth of
scour.
b) History of hydraulic functioning of existing bridge, if any, under flood situation,
general direction of river course through structure, afflux, extent and magnitude of
flood, effect of backwater, if any, aggradation/degradation of bed, evidence of scour
etc. shall be used to augment the available hydrological data. The presence of flood
control/irrigation structures, if affecting the hydraulic characteristics like causing
obliquity, concentration of flow, scour, silting of bed, change in flow levels, bed levels
etc. shall be studied and considered in design of bridges. The details of any future
planned work that may affect the river hydraulics shall be studied and considered.

7. 4.11.4.4 Geotechnical Investigations and Sub soil Exploration


Investigation shall be carried out to determine the nature and properties of existing soil
in bed, banks and approaches with trial pits and bore hole sections showing the levels,
nature and properties of various strata to a sufficient depth below the level suitable for
foundations, safe intensity of pressure on the foundation soil, proneness of site to
artesian conditions, seismic disturbance and other engineering properties of soil etc.

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.

C. Departures from standards and action taken.


D. Provision of pedestrians, cyclists and intermediate transport
E. Safety implications of the scheme beyond its physical limits
i.e. how the
A1 : General > Departures
scheme from
fits into its standards
environs and road hierarchy
> Cross-sectional variation
> Drainage
> Climatic conditions
> Landscaping
> Services apparatus
> Lay-byes
> Footpaths
> Pedestrian crossings
> Access (minimize number of private accesses)
> Emergency vehicles
> Public Transport
> Future widening
> Staging of contracts
> Adjacent development
A2 : Local Alignment > Visibility
> New/Existing road interface
> Safety Aids on steep hills.
A3 : Junctions > Minimise potential conflicts
> Layout
> Visibility
A4 : Non-Motorised road users > Adjacent land
Provision > Pedestrians
> Cyclists
> Non-motorised vehicles
A5 : Signs and Lighting > Lighting
> Signs/Markings
A6 : Construction and Operation > Buildability
> Operational
> Network Management
79
Preliminary Design Stage
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.
C. Departures from standards and action taken.
D. Provision of pedestrians, cyclists and intermediate
transport
E. Safety implications of the scheme beyond its
physical limits
B1 : General i.e. how thefrom
> Departures scheme fits into its environs and road
standards
hierarchy
> Cross-sectional variation
> Drainage
> Climatic conditions

> Landscaping
> Services apparatus
> Lay-byes
> Footpaths
> Pedestrian crossings
> Access (minimize number of private accesses)
> Emergency vehicles
> Public Transport
> Future widening
> Staging of contracts
> Adjacent development
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)

SI.No Key Personnel Total Project Assignment (Two


months)
Total Time
Period (MM)

1 Team Leader -cum-Sr. Highway 2


Engineer
2 Highway Engineer -cum-Pavement 1.5
Specialist
3 Senior Bridge Engineer 1.5

4 Traffic and Safety Expert 1

5 Material-cum-Geo-technical Engineer 1

6 Senior Survey Engineer 1

7 Environmental Specialist 1.5

8 Quantity Surveyor/ Documentation 1


Expert
Total 10.5

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

Qualification and Experience Requirement of Key Personnel Team


Leader -cum-Senior Highway Engineer
i) Educational Qualification

a)Essential Graduate in Civil Engineering or


equivalent

b) Desirable Masters in Civil Engineering


(Highways/structures/traffic and
transportation/soil mechanics and
foundation engineering/Construction
management)
ii) Essential Experience

a) Total Professional Experience Min. 20 years

b) Experience in Highway Min. 15 years in Planning, project


projects
preparation and design of Highway
projects including 2/4/6 laning of
NH/SH/Expressway

c) Experience in similar capacity At least 2 projects of Two/Four laning of


major highway projects of (NH/SH/
Expressways) of length of minimum 50
km
(2 lane equivalent)
iii) Age Limit 70 years on the date of submission of
proposal

83
Qualification and Experience Requirement of Key Personnel
Highway Engineer-cum-Pavement Engineer

i) Educational Qualification

a) Essential Graduate in Civil Engineering

b) Desirable Masters in Highway


Engineering/Transportation Engineering

ii) Essential Experience

a) Total Professional Experience Min. 15 years

b) Experience in Highway Min. 10 years in Planning, project


Projects
preparation, design of Highways and
pavements

c) Experience in Similar Capacity At least two projects of Two/Four laning of


major highway (NH/SH/ Expressways) of
length of minimum 50 km (2 lane
equivalent).
iii) Age Limit 70 years on the date of submission of
proposal

84
Qualification and Experience Requirement of Key Personnel

Senior Bridge Engineer

i) Educational Qualification

a) Essential Graduate in Civil Engineering

b) Desirable Masters in Bridge Engineering/ Structural


Engineering

ii) Essential Experience

a) Total Professional Experience Minimum 15 years

b) Experience in Bridge projects Min. 10 years in project preparation and


design of bridge projects.

c) Experience in Similar Capacity Bridge Engineer in highway design


consultancy projects (NH/SH/
Expressways) involving design of
minimum two major bridges (length more
than 60 m )

iii) Age Limit 70 years on the date of submission of


proposal

85
Qualification and Experience Requirement of Key Personnel
Road Safety Engineer

i) Educational Qualification

a) Essential Graduate in Civil Engineering

b) Desirable Post-Graduate

ii) Essential Experience

a) Total Professional Experience Minimum 15 years

b) Experience in Highway Min. 10 years in Safety Audit of Highway


projects projects.

c) Experience in Similar Capacity Road safety Engineer or equivalent in


highway design/supervision consultancy
projects (NH/SH/ Expressways) of
minimum of length of minimum 50 km (2
lane equivalent).
iii) Age Limit 65 years on the date of submission of
proposal

86
Qualification and Experience Requirement of Key Personnel
Traffic and Road Safety Expert

i) Educational Qualification

a) Essential Graduate in Civil Engineering

b) Desirable Masters in Traffic & Transport


Engineering/ Transport Planing

ii) Essential Experience

a) Total Professional Experience Min. 10 years

b) Experience in Highway Min. 5 years on similar projects.


projects

c) Experience in Similar Capacity Traffic Engineer in highway Projects


(NH/SH/Expressways) involving 2/4
laning of length of minimum 50 km of (2
lane equivalent) for at least 2 projects
iii) Age Limit 70 years on the date of submission of
proposal

87
Qualification and Experience Requirement of Key Personnel
Material Engineer - cum - Geotechnical Engineer

i) Educational Qualification

a)Essential Graduate in Civil Engineering or M.Sc.


Geology

b) Desirable Masters in Foundation Engineering/Soil


Mechanics/PhD IN Geology/Geo Tech
Engineering

ii) Essential Experience

Min. 15 years
a) Total Professional
Experience

b) Experience in Similar type Min. 8 years on similar projects in design


of work in infrastructure and/or construction
projects

c) Experience in Similar Material cum Geo-technical Engineer on


Capacity at least two projects
(NH/SH/Expressways) of length of
minimum 50 km (2 lane equivalent).
iii) Age Limit 70 years on the date of submission of
proposal

88
Qualification and Experience Requirement of Key Personnel

Senior Survey Engineer

i) Educational Qualification

a)Essential Graduate in Civil Engineering or Diploma


in Civil Engg or Diploma in Surveying

b) Desirable Masters in Survey


Engineering/Surveying/Remote Sensing

ii) Essential Experience

a) Total Professional Experience Min.15 years

b) Experience in Highway Min. 5 years on similar projects in project


projects
preparation and construction & thorough
understanding of modern computer based
methods of surveying

c) Experience in Similar Capacity Survey Engineer for projects preparation


of at least two Projects
(NH/SH/Expressways) involving 2/4-
laning of length of minimum 50 km (2 lane
equivalent)

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


proposal

89
Qualification and Experience Requirement of Key Personnel

Environmental Specialist
i) Educational Qualification

a) Essential Graduate in Civil Engineering or Graduate


in Environmental Engineering

b) Desirable Post-Graduate in Environmental


Engineering

ii) Essential Experience

a) Total Professional Experience Min. 10 years

b) Experience in Highway Min. 5 years in environment impact


Projects
assessment of infrastructure projects
c) Experience in Similar Capacity Environmental Specialist in at least two
highway projects of minimum length of 50
km (2 lane equivalent)
iii) Age Limit 70 years on the date of submission of
proposal

90
Qualification and Experience Requirement of Key Personnel

Quantity Surveyor/Documentation Expert


i) Educational Qualification

Essential Graduate in Civil Engineering / Certificate


course from 'Institution of Quantity
Surveying'

b) Desirable Post-Graduate

ii) Essential Experience

a) Total Professional Experience Min. 15 years

b) Experience in Highway Min. 5 years in Preparation of Bill of


Projects
Quantities, Contract documents and
documentation for major highway
projects involving four laning

c) Experience in Similar Capacity Quantity Surveyor / Documentation


Expert in at least two projects
(NH/SH/Expressways) involving two/four
laning of minimum length 50 km (2 lane
equivalent)
iii) Age Limit 70 years on the date of submission of
proposal

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

3 On Submission of stage-3 i.e Draft Detailed


Project Report , Bidding Documents and land
acquisition report 6 30 Days

4 On submission of all required project Original letters


clearances from the concerned agencies i.e from the
MOEF etc concerned
agencies & 5 45 Days
photo copies of
each
5 On approval of stage-4 i.e. Final Detailed
Project Report 6 60

Note: Important documents like alignment plans, GADs with supporting


calculation, details of junctions designs and details of any protection works, locations
and proposals of C-D works etc., should be submitted to authority/Ministry intermittently
without waiting for the submission stage, got reviewed and firmed up for timely and
efficient completion of the consultancy assignment. Drawings, investigation reports and
designs are to be signed by the concerned key personnel & Team leader with name
designation date. All the raw data in original form collected through survey investigation
should be preserved by the consultant for reference till the civil works construction is
completed.

92
Proof of Eligibility
Form-E1
Letter of Proposal (On Applicant’s letter head)
(Date and Reference)
To **********

Sub: Appointment of Consultant for 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

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:

Location within Country : Professional Staff Provided by your firm:

Name of Client : No. of Staff :

Address : No. of Staff Months :

Start Date Completion Date Approx. Value of Services : (in current


(Month / (Month / Year) USD) :
Year)

Name of Association Firm(s) if No. of Months of Professional Staff


any : provided by Associated Firm(s)

Name of Senior Staff (Project Director / Coordinator, Team Leader) involved


and functio performed:

Narrative Description of Project :

Description of Actual Services Provided by your Staff :

Signature of Authorised Representative

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*

This is to certify that ............. (name of the Applicant) has


received the payments shown above against the respective
years on account of Consultancy Services.

Name of the audit firm

Seal of the audit firm

Date

(Signature, name and designation of the authorized


signatory)

$In case he Applicant does not have a statutory auditor, it shall


provide the certificate from its chartered accountant that
ordinarily audits the annual account of the Applicant.
Note: Annual Average Turn Over for the last 3 years {In cases where,
Audited/Certified copy of Balance Sheet for the FY 2016-17 is available,
last three years shall be counted from 2014-15 to 2015-16. However,
where audited/certified copy of the Balance Sheet for the FY 2016-17 is
not available (as certified by the Statutory auditor) then in such cases
last three years shall be considered from 2011-12 to 2015-16} of the firm
from Consultancy services should be equal to more than Rs 3crore.

Please do not attach any printed Annual Financial Statement.

98
APPENDIX-II

Form- E4

BANK GUARANTEE FORMAT FOR BID SECURITY


(To be stamped in accordance with Stamp Act if any, of the country of issuing bank)
Ref.: Tender No. _______ , dated ______
Bank Guarantee:
Date:
WHEREAS, _____________ (Name of Bidder) _ (hereinafter called “the bidder”) has
submitted his bid dated ________________ (date) for the Tender No. _____ , dated
_______(hereinafter called “the Bid”).
KNOW ALL MEN by these presents that We, _______________ [Name of Bank) of
______________________________ [Name of Country] having our registered office
at
____________________ (hereinafter called “the Bank”) are bound unto
____________________________________________ [Name of Employer]
(hereinafter
called “the Employer”) in the sum of Rs. ___ (Rupees _____ Lakhs Only) for which
payment will and truly to be made to the said Employer the Bank binds himself, his
successors and assigns by these presents.

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:

Subject: Hiring of ConsultancyServicefor

Regarding Technical Proposal

I/We _________________________ Consultant/ Consultancy firm herewith


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

Yours faithfully,

Signature ______________
Full Name ______________
Designation _____________
Address

(Authorized Representative)
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:

Location within Country : Professional Staff Provided by your


firm:

Name of Client : No. of Staff :

Address : No. of Staff Months :

Start Date Completion Date Approx. Value of Services : (in current


(Month / (Month / Year) USD) :
Year)

Name of Association Firm(s) if No. of Months of Professional Staff


any : provided by Associated Firm(s)

Name of Senior Staff (Project Director / Coordinator, Team Leader)


involved and functions performed:

Narrative Description of Project :

Description of Actual Services Provided by your Staff :

Signature of Authorized Representative

(Certificate from Employer regarding experience should be furnished)

103
(Form-T2)

CONSULTANT NAME: APPROACH PAPER ON METHODOLOGYPROPOSED


FOR PERFORMING THE ASSIGNMENT

The approach and methodology will be detailed precisely under the following topics.

1) Composition of the team [not more than V of a page]


2) Methodology for services, surveying, data collection [not more than V of a
page] and analysis

3) Quality Assurance system for consultancy assignment [not more than V of a


page]

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 Terms of Reference:


1.
2.
3.
4.
5.

On the Data, services and facilities to be provided by the Client indicated in the Terms
ofReference.

1.
2.
3.
4.

104
(Form-T6)

Composition of the Team Personnel and the task


5.
Which would be assigned to each Team Member
I. Technical/Managerial Staff
S.No. Name Position Task Assignment
1
2
3
4

II. Support Staff


S.No. Name Position Task Assignment
1
2
3
4

105
(Form-T7)
Phot
o

Format of Curriculum Vitae (CV) For Proposed Key Staff


Proposed Position:

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:

3. Membership of Professional Societies: ________________________________


4. Publication:
(List of details of major technical reports/papers published in recognized national
and international journels)

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.

iii) Relevant Experience : ______ Yrs.

C) Permanent Employment with the Firm (Yes/No):

If yes, how many years :


If no, what is the employment :
Arrangement with the firm ?

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.

Signature of the Candidate _________________


Place ______________
Date

Signature of the Authorized Representative of the firm ________________


Place ________________
Date _________________

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.

UNDERTAKING FROM CONSULTING FIRM


The undersigned on behalf of ...................... (name of consulting firm) certify that
Shri ............................. (name of the proposed personnel and address) to the best of our
knowledge has not left his assignment with any other consulting firm engaged by MORT&H
/ contracting firm (firm to be supervised now) for the ongoing projects. We understand that
if the information about leaving the past assignment with MORT&H without completing his
assignment is known to MORT&H, MORT&H would be at liberty to remove the personnel
from the present assignment and debar him for an appropriate period to be decided by
MORT&H.

108
(Form-T8)

WORK PROGRAM AND TIME SCHEDULE FOR KEY PERSONNEL MONTHS

(in the Form of Bar Chart)

Sl. No. Name Position Report Due/ Months Number of


Activities Months

1 Sub Total
2 (1)
Sub Total
3 (2)
Sub Total
4 (3)
Sub Total
(4)

Field Full : Part Time :

Reports Due:

Activities :

Duration :

109
(Form-T8)

A. FIELD INVESTIGATION
(1st, 2nd etc. are months from the date of assignment)

S. Item of Work / Activities Months


N
1
2
3

B. COMPLETION AND SUBMISSION OF REPORTS


S.No Reports Programme
. (As per section 10 of TOR)
1
2
3
4

Format for furnishing additional information as per clause 10.1 (1) of TOR

110
(Form - T10)

S.No. Details of activity To be Carried out /prepared To be Checked/


by (Name/Designation) Verified by
(Name/Designation)

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

(Form-I) FINANCIAL PROPOSALS

FROM: TO:

Sir:

Subject: Hiring ofConsultants’Servicesfor

Regarding Price Proposal

I/We ______________________________ Consultant/consultancy firm herewith enclose


*Price

Proposal for selection of my/our firm/organization as Consultant for ____ (in INR).

Yours faithfully,

Signature ____________

Full Name ____________

Designation ___________

Address______________

(Authorized Representative)

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

112
(Form-II)

Format of Financial ProposalSummary of Cost in Local( in INR)

No. Description Amount (INR)


I Local Consultants

II Remuneration for Local Staff (inclusive of per diem


III allowance)
IV Supporting Staff (inclusive of per diem allowance)
V Transportation
VI Duty Travel to Site
VII Office Rent
VIII Office Supplies, Utilities and Communication Office
IX Furniture and Equipment (Rental)
Reports and Document Printing Surveys &
A Investigations
B
Topographical Survey Investigations

Subtotal Local Consultants:


Total cost net of service tax**
Service Tax
TOTAL COSTS (Including Service Tax)
LC* Local Currency
** Total Cost Net of Service Tax shall be considered for financial evaluation

Note: No escalation will be payable during the services


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

113
(Form-III)

Estimate of Local Currency Costs

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


S.No. Position Name Rate SM Amt.
Professional Staff
1 Team Leader cum
Sr. Highway 2
Engineer
2 Highway cum 1.5
Pavement Engineer
3 Sr.Bridge Engineer 1.5
4 Traffic cum Safety 1
Expert
5 Material-cum-Geo- 1
technical Engineer
6 Senior Survey 1
Engineer
7 Environmental 1.5
Specialist
8 Quantity Surveyor/ 1
Documentation
Sub-Total:
Expert 10.5
Sub-Professional (To be assessed by Consultant as per requirement of
Staff assignment)
1
2
3
4
5
6
8
9
10
Sub-Total:
TOTAL

114
II. Support Staff
No. Position Name Staff Billing Rate( Amount( )
Months )
1 Office Manager

2 Typist

3 Office Boy

4 Night Watchman

Total :

III. Transportation (Fixed costs)


S.N Description Qty. Nos. of Rate/ Amount
o months Month

1 The vehicles provided by the


Consultants shall include the
cost for rental, drivers,
operation, maintenance, repairs,
insurance, etc.
A. For use of consultants
Total

IV. Duty Travel to Site (Fixed Costs)


Trips NO Rate Amount

V. Office Rent (Fixed Costs)

The rent cost includes


maintenance, cleaning,
repairs etc.

Total

115
VI. Office Supplies, Utilities and Communication (Fixed Costs)

No. Item Months Monthly Amount


Rate in Rs.

1. Office
Supplies

2. Drafting
Supplies
3. Computer Running Costs

4. Domestic and International


Communication

TOTAL :

VII. Office Furniture and Equipment (Rental)

No Description Month Rate Amount


. /Month ( ) ()
1 Office Furniture and Equipment
Total

VIII. Reports and Document Printing

No. Description No. Rate per Copy ( Amount


of Rs. ) (Rs.)
1 Inception Report & QAP Cop
3
2 Report regarding Reconnaissance ies
6
/Feasibility studies
3 Draft Detailed Project Report , Bidding 6
Documents and land acquisition report
4 All required project clearances from the 6
concerned agencies i.e MOEF etc
5 Final Detailed Project Report 6
Total

IX. Survey and Investigation

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

B Investigation (Fixed cost)


No. Description Quantity Amount
(Rs.)
1 Road and Bridge Inventory L.S.
2 Material Survey and Investigation L.S.
3 Sub-grade Investigation L.S.
4 Traffic Survey L.S.
5 Socio-economic & Census Survey/Studies L.S.
6 Any other investigations/surveys L.S
Total

117
CONTRACT AGREEMENT

Between

MINISTRY OF ROAD TRANSPORT & HIGHWAYS

through

Executive Engineer,
National Highway Division, Gandhidham
and

“Consultant”

For

Consultancy Services for preparation of Detailed Project


Report for Construction of proposed Mandvi By pass on
NH-8A(Extn.) in the State of Gujarat.

118
CONTENT
Sl. No. Description Page No.

CONTRACT FOR CONSULTANT’S SERVICES

II. GENERAL CONDITIONS OF CONTRACT


1. General Provisions
1.1 Definitions
1.2 Relation between the Parties
1.3 Law Governing the Contract
1.4 Language
1.5 Headings
1.6 Notices
1.7 Location
1.8 Authority of Member in Charge
1.9 Authorized Representatives
1.10 Taxes and Duties

2. Commencement, Completion, Modification and Termination of


Contract
2.1 Effectiveness of Contract
2.2 Termination of Contract for Failure to Become Effective
2.3 Commencement of Services
2.4 Expiration of Contract
2.5 Entire Agreement
2.6 Modification
2.7 Force Majeure
2.7.1 Definition
2.7.2 No Breach of Contract
2.7.3 Measures to be Taken
2.7.4 Extension of Time

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

3. Obligations of the Consultants


3.1 General
3.1.1 Standard of Performance
3.1.2 Law Governing Services
3.2 Conflict of Interests
3.2.1 Consultants not to Benefit from
Commissions, discounts etc.
3.2.2 Consultants and Affiliates not to be
otherwise interested in Project
3.2.3 Prohibition of Conflicting Activities
3.3 Confidentiality
3.4 Liability of the Consultants
3.5 Insurance to be taken out by the Consultants
3.6 Accounting, Inspection and Auditing
3.7 Consultants’ Actions requiring Client’s prior Approval
3.8 Reporting Obligations
3.9 Documents prepared by the Consultants to be the
Property
of the Client
3.10 Equipment and Materials furnished by the Client

4. Consultants’ Personnel
4.1 General
4.2 Description of Personnel
4.3 Approval of Personnel
4.4 Working Hours, Overtime, Leave
4.5 etc.
Removal and/or Replacement of
4.6 Personnel
Resident Project Manager

5. Obligations of the Client


5.1 Assistance and Exemptions
5.2 Access to Land
5.3 Change in the Applicable Law
5.4 Services, Facilities and Property of the Client
5.5 Payment

6. Payment to the Consultants


6.1 Cost Estimates; Ceiling Amount
6.2 Currency of Payment
6.3 Mode of Billing and Payment

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

8. Fairness and Good Faith


8.1 Good Faith
8.2 Operation of the Contract

9. SETTLEMENT OF DISPUTES
9.1 Amicable Settlement
9.2 Dispute Settlement

III. SPECIAL CONDITIONS OF CONTRACT


Appendix A: Terms of reference containing, inter-
alia, the Description of the Services
and Reporting Requirements
Appendix B: Consultants’ Sub consultants, Key Personnel and Sub
Professional Personnel, Task assignment, work programme,
manning schedule, qualification requirements of key
personnel, schedule for submission of various report.
Appendix C: Hours of work for Consultants’ Personnel
Appendix D: Duties of the Client
Appendix E: Cost Estimate
Appendix F: Minutes of Financial/ Contract Negotiations with the
Consultant Appendix G: Copy of letter of invitation Appendix
H: Copy of letter of acceptance
Appendix I: Format for Bank Guarantee for Performance Security
Appendix J : Minutes of the Pre-bid meeting

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;

NOW THEREFORE the parties hereto hereby agree as follows:

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

of this Contract:

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

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

(c) The following Appendices:


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

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


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

Appendix C: Hours of work for Consultants’ Personnel

Appendix D: Duties of the Client

123
Appendix E: Cost Estimate

Appendix F: Minutes of Financial/ Contract Negotiations with the


Consultant Appendix G: Copy of letter of invitation Appendix H: Copy
of letter of acceptance
Appendix I: Copy of Bank Guarantee for Performance

Security Appendix-J: Minutes of the pre-bid meeting

2. The mutual rights and obligations of the Client and the Consultants shall be as
set forth in the Contract; in particular:

(a) The Consultants shall carry out the Services in accordance with the
provisions of the Contract; and

(b) Client shall make payments to the Consultants in accordance with the
provisions of the Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in
their respective names as of the day and year first above written.

FOR AND ON BEHALF OF Witness


(National Highways Authority of India)

1. Signature
Name

2. Signature Name
Address
Address
By
Authorised Representative Witness
1. Signature Name
Address

FOR AND ON BEHALF OF (Consultant)

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.

1.2 Relation between the Parties


Nothing contained herein shall be construed as establishing a relation of master
and servant or of agent and principal as between the Client and the Consultants.
The Consultants, subject to this Contract, have complete charge of Personnel
performing the Services and shall be fully responsible for the Services performed
by them or on their behalf hereunder.

1.3 Law Governing the Contract


This Contract, its meaning and interpretation, and the relation between the Parties
shall be governed by the Applicable Law.

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.

1.8 Authority of Member in Charge


In case the Consultants consist of a joint venture of more than one entity, the
Members hereby authorize the entity specified in the SC to act on their behalf in
exercising all the Consultants’ rights and obligations towards the Client under this
Contract, including without limitation the receiving of instructions and payments
from the Client.

1.9 Authorized Representatives


Any action required or permitted to be taken, and any document required or
permitted to be executed, under this Contract by the Client or the Consultants
may be taken or executed by the officials specified in the SC.

1.10 Taxes and Duties


Unless otherwise specified in the SC, the Consultants shall pay all such taxes,
duties, fees and other impositions as may be levied under the Applicable Law.

2. COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION


OF CONTRACT

2.1 Effectiveness of Contract


This Contract shall come into force and effect on the date of the Client’s notice to
the
Consultants instructing the Consultants to begin carrying out the Services. This
notice shall confirm that the effectiveness conditions, if any, listed in the SC have
been met.
2.2 Termination of Contract for Failure to Become Effective
If this Contract has not become effective within such time period after the date of
the Contract signed by the Parties as shall be specified in the SC, either Party
may, by not less than four (4) weeks’ written notice to the other Party, declare this
Contract to be null and void, and in the event of such a declaration by either Party,
neither Party shall have any claim against the other Party with respect hereto.
2.3 Commencement of Services
127
The Consultants shall begin carrying out the Services at the end of such time
period after the Effective Date as shall be specified in the SC.
2.4 Expiration of Contract
Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall
expire when services have been completed and all payments have been made at
the end of such time period after the Effective Date as shall be specified in the
SC.
2.5 Entire Agreement
This Contract contains all covenants, stipulations and provisions agreed by the
Parties. No agent or representative of either Party has authority to make, and the
Parties shall not be bound by or be liable for, any statement, representation,
promise or agreement not set forth herein.
2.6 Modification
Modification of the terms and conditions of this Contract, including any
modification of the scope of the Services, may only be made by written agreement
between the Parties. Pursuant to Clause GC 7.2 hereof, however, each party shall
give due consideration to any proposals for modification made by the other Party.

2.7 Force Majeure


2.7.1 Definition
(a) For the purposes of this Contract, “Force Majeure” means an event which is
beyond the reasonable control of a Party, and which makes a Party’s
performance of its obligations hereunder impossible or so impractical as
reasonably to be considered impossible in the circumstances, and includes,
but is not limited to, war, riots, civil disorder, earthquake, fire, explosion, storm,
flood or other adverse weather conditions, strikes, lockouts or other industrial
action (except where such strikes, lockouts or other industrial action are within
the power of the Party invoking Force Majeure to prevent), confiscation or any
other action by government agencies.
(b) Force Majeure shall not include (i) any event which is caused by the
negligence or intentional action of a Party or such Party’s Subconsultants or
agents or employees, nor (ii) any event which a diligent Party could reasonably
have been expected to both
(A) take into account at the time of the conclusion of this Contract and (B)
avoid or overcome in the carrying out of its obligations hereunder.
(c) Force Majuere shall not include insufficiency of funds or failure to make any
payment required hereunder.
2.7.2 No Breach of Contract
The failure of a Party to fulfill any of its obligations hereunder shall not be
considered to be a breach of, or default under, this Contract insofar as such
inability arises from an event of Force Majuere, provided that the Party affected by
such an event has taken all reasonable precautions, due care and reasonable
alternative measures, all with the objective of carrying out the terms and
conditions of this Contract.
2.7.3 Measures to be Taken
(a) A party affected by an event of Force Majeure shall take all reasonable
measures to remove such Party’s inability to fulfill its obligations hereunder with a
minimum of delay.
(b) A party affected by an event of Force Majeure shall notify the other Party of
such event as soon as possible, and in any event not later than fourteen (14) days
following the occurrence of such event, providing evidence of the nature and
cause of such event, and shall similarly give notice of the restoration of normal
conditions as soon as possible.
(c) The Parties shall take all reasonable measures to minimize the consequences
of any event of Force Majeure.

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.

2.9.3 Cessation of Rights and Obligations


Upon termination of this Contract pursuant to Clauses 2.2 or 2.9 hereof, or upon
expiration of this Contract pursuant to Clause 2.4 hereof, all rights and obligations
of the Parties hereunder shall cease, except (i) such rights and obligations as
may have accrued on the date of termination or expiration, (ii) the obligation of
confidentiality set forth in
Clause 3.3 hereof, (iii) the Consultant’s obligation to permit inspection, copying
and auditing of their accounts and records set forth in Clause 3.6 (ii) hereof, and
(iv) any right which a Party may have under the Applicable Law.

2.9.4 Cessation of Services


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

2.9.5 Payment upon Termination


Upon termination of this Contract pursuant to Clauses 2.9.1 or 2.9.2 hereof, the
Client shall make the following payments to the Consultants (after offsetting
against these payments any amount that may be due from the Consultant to the
Client):
(i) remuneration pursuant to Clause 6 hereof for Services satisfactorily
performed prior to the effective date of termination.
(ii) reimbursable expenditures pursuant to Clause 6 hereof for expenditures
actually incurred prior to the effective date of termination; and
2.9.1 except in the case of termination pursuant to paragraphs (a) through
(d) of Clause hereof, reimbursement of any reasonable cost incident to the
prompt and orderly termination of the Contract including the cost of the
return travel of the Consultants’ personnel and their eligible dependents.
2.9.6 Disputes about Events of Termination
If either Party disputes whether an event specified in paragraphs (a) through (e) of
Clause
2.9.1 or in Clause 2.9.2 hereof has occurred, such Party may, within forty-five (45)
days after receipt of notice of termination from the other Party, refer the matter to
arbitration pursuant to Clause 8 hereof, and this Contract shall not be terminated

130
on account of such event except in accordance with the terms of any resulting
arbitral award.

3. OBLIGATIONS OF THE CONSULTANTS


3.1 General
3.1.1 Standard of Performance
The Consultants shall perform the Services and carry out their obligations
hereunder with all due diligence, efficiency and economy, in accordance with
generally accepted professional techniques and practices, and shall observe
sound management practices, and employ appropriate advanced technology and
safe and effective equipment, machinery, materials and methods. The Consultants
shall always act, in respect of any matter relating to this Contract or to the
Services, as faithful advisers to the Client, and shall at all times support and
safeguard the Client's legitimate interests in any dealings with Subconsultants or
Third Parties.

3.1.2 Law Governing Services


The Consultants shall perform the Services in accordance with the Applicable Law
and shall take all practicable steps to ensure that any Sub consultants, as well as
the Personnel and agents of the Consultants and any Sub consultants, comply
with the Applicable Law. The Client shall advise the Consultants in writing of
relevant local customs and the Consultants shall, after such notifications, respect
such customs.

3.2 Conflict of Interests


3.2.1 Consultants not to Benefit from Commissions, Discounts, etc.
The remuneration of the Consultants pursuant to Clause 6 hereof shall constitute
the Consultants' sole remuneration in connection with this Contract or the Services
and the Consultants shall not accept for their own benefit any trade commission,
discount or similar payment in connection with activities pursuant to this Contract
or to the Services or in the Discharge of their obligations hereunder, and the
Consultants shall use their best efforts to ensure that any Sub consultants, as well
as the Personnel and agents of either of them, similarly shall not receive any such
additional remuneration.
3.2.2 Consultants and Affiliates not to be otherwise interested in Project
The Consultants agree that, during the term of this Contract and after its
termination, the Consultants and any entity affiliated with the Consultants, as well
as any Sub consultant and any entity affiliated with such Sub consultant, shall be
disqualified from providing goods, works or services (other than the Services and
any continuation thereof) for any project resulting from or closely related to the
Services.

3.2.3 Prohibition of Conflicting Activities


Neither the Consultants nor their Sub consultants nor the Personnel of either of
them shall engage, either directly or indirectly, in any of the following activities:

(a) during the term of this Contract, any business or professional


activities in the Government's country which would conflict with the
activities assigned to them under this Contract; or
(b) after the termination of this Contract, such other activities as
may be specified in the SC.
3.3 Confidentiality
The Consultants, their Sub consultants and the Personnel of either of them shall
not, either during the term or within two (2) years after the expiration of this
Contract, disclose any proprietary or confidential information relation to the

131
Project, the Services, this Contract or the Client's business or operations without
the prior written consent of the Client.

3.4 Liability of the Consultants


Subject to additional provisions, if any, set forth in the SC, the Consultants' liability
under this Contract shall be as provided by the Applicable Law.
3.5 Insurance to be taken out by the Consultants
The Consultants (i) shall take out and maintain, and shall cause any Sub
consultants to take out and maintain, at their (or the Sub consultants', as
the case may be) own cost but on terms and conditions
approved by the Client, insurance against the risks, and for the coverage, as shall
be specified in the Special Conditions (SC), and (ii) at the Client's request, shall
provide evidence to the Client showing that such insurance has been taken out
and maintained and that the current premiums there for have been paid.

3.6 Accounting, Inspection and Auditing


The Consultants (i) shall keep accurate and systematic accounts and records in
respect of the Services hereunder, in accordance with internationally accepted
accounting principles and in such form and detail as will clearly identify all relevant
time charges and cost, and the bases thereof (including the bases of the
Consultants' costs and charges), and (ii) shall permit the Client or its designated
representative periodically, and up to one year from the expiration or termination
of this Contact, to inspect the same and make copies thereof as well as to have
them audited by auditors appointed by the Client.

3.7 Consultants' Actions requiring Client's prior Approval


The Consultants shall obtain the Client's prior approval in writing before taking any
of the following actions:
(a) appointing such members of the Personnel as are listed in Appendix B;
(b) entering into a subcontract for the performance of any part of the Services, it
being understood (i)that the selection of the Sub consultant and the terms and
conditions of the subcontract shall have been approved in writing by the Client
prior to the execution of the subcontract, and (ii) that the Consultants shall
remain fully liable for the performance of the Services by the Sub consultant
and its Personnel pursuant to this Contract;
(c) any other action that may be specified in the SC.

3.8 Reporting Obligations


The Consultants shall submit to the Client the reports and documents specified in
Appendix A/E hereto, in the form, in the numbers and within the time periods set
forth in the said Appendix.

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


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

3.10 Equipment and Materials furnished by the Client


Equipment and materials made available to the Consultants by the Client, or
purchased by the Consultants with funds provided by the Client, shall be the

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.

4.3 Approval of Personnel


The Key Personnel and Sub consultants listed by title as well as by name in
Appendix B are hereby approved by the Client. In respect of other Key Personnel
which the Consultants propose to use in the carrying out of the Services, the
Consultants shall submit to the Client for review and approval a copy of their
biographical data. If the Client does not object in writing (stating the reasons for
the objection) within twenty-one (21) calendar days from the date of receipt of
such biographical data, such Key Personnel shall be deemed to have been
approved by the Client.

4.4 Working Hours, Overtime, Leave, etc.


(a) Working hours and holidays for Key Professional / Sub Professional Personnel
are set forth in Appendix C hereto. To account for travel time, foreign Personnel
carrying out Services inside the Government's country shall be deemed to have
commenced (or finished) work in respect of the Services such number of days
before their arrival in (or after their departure from) the Government's country as
is specified in Appendix C hereto.
(b) The Key Professional / Sub Professional Personnel shall not be entitled to
be paid for overtime nor to take paid sick leave or vacation leave except as
133
specified in Appendix C hereto, and except as specified in such Appendix,
the Consultants' remuneration shall be deemed to cover these items. All
leave to be allowed to the Personnel is included in the staff-months of
service set for in Appendix B. Any taking of leave by Personnel shall be
subject to the prior approval of the Client by the Consultants, who shall
ensure that absence for leave purposes will not delay the progress and
adequate supervision of the Services.

4.5 Removal and/or Replacement of Personnel


(a) During an assignment, if substitution is inevitable, the consultants shall
forthwith provide as a replacement a person of equivalent or better qualifications.
(b) If the Employer (i) finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal action or (ii)
has reasonable ground to be dissatisfied with the performance of any of the
Personnel, then the consultant shall, at the Employer’s written request specifying
the grounds therefore, forthwith provide a replacement with qualifications and
experience acceptable to him.
(c) For the reason other than death/ extreme medical ground (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% of the total key personnel, the Client may
initiate action for termination/ debarment of such consultant for future projects of
MORT&H for a period of 6 months to 24 months.
(d) If the team leader or any other key personnel/ specialist considered pivotal
to the project is replaced, the substitute may be interviewed by a committee
headed by Member/ CGM/Chief Engineer to assess their merit and suitability.
(e) If any member of the approved team of a consultant engaged by MORT&H
leaves that consultant before completion of the job, he should be barred for a
period of 6 months to 24 months from being engaged as a team member of any
other consultant working (or to be appointed) for any other MORT&H projects.
(f) In exceptional situations where the replacement with equivalent or better
qualification is not available as mentioned in Sub-Para (a) & (b) above,
replacement with lower qualifications than the originally approved may be
accepted with reduction in remuneration as per the procedure prescribed below.
This kind of relaxation shall however, be limited to replacement of 2 key personnel
only in one consultancy contract package.
i) The new proposed personnel as a replacement has to be evaluated as per the
criteria fixed at the time of evaluation of original proposal and marks/rating and
then:
If the original personnel (included in the original proposal based on which the
contract was awarded) is to be replaced at the instruction of MORT&H and the
new proposed personnel is having less qualification/ experience i.e marks/rating
(but fulfilling the minimum requirement as per TOR), his remuneration would be
reduced by 15% over and above the stipulated conditions in the contract because
of less qualified personnel.
If the original personnel (included in Contract Agreement) is to be replaced by the
Consulting firm and the new proposed personnel is having less qualification/
experience (marks/rating), then his remuneration would be decreased
proportionally in comparison to the marks of the original personnel. This will also
take into account the contract condition and if the proposed reduction is less than
that stipulated in contract condition, it would be as per the contract provision.
It will be ensured that the new proposed personnel should score at least 75% of
the marks of the originally approved key personnel.
Both the Consulting firm and the proposed personnel should give the undertaking
in the format available in Form VII of Appendix II along with the replacement CV.
ii) The CV should be signed by personnel and the consulting firm in every page. If
134
the CV is found incorrect at later date, the personnel accepted would be removed
from the assignment and debarred from further MORT&H works for an appropriate
period to be decided by MORT&H and the new proposed personnel in place of
removed personnel would be paid 15% less salary than the original personnel.
15% reduction in the salary will be imposed as penalty for submitting the incorrect
information. This penalty will be imposed only once. If the same consulting firm
submits incorrect information again second time, necessary action will be taken by
MORT&H to black list the firm.

4.6 Resident Project Manager


If required by the SC, the Consultants shall ensure that at all times during the
Consultants' performance of the Services in the Government's country a resident
project manager, acceptable to the Client, shall take charge of the performance of
such Services.

5. OBLIGATION OF THE CLIENT


5.1 Assistance and Exemptions
Unless otherwise specified in the SC, the Client shall use its best efforts to ensure
that the Government shall:
(a) provide the Consultants, Sub consultants and Personnel with work permits and
such other documents as shall be necessary to enable the Consultants, Sub
consultants or Personnel to perform the Services;
(b) assist for the Personnel and, if appropriate, their eligible dependents to be
provided promptly with all supporting papers for necessary entry and exit
visas, residence permits, exchange permits and any other documents required
for their stay in India;
(c) facilitate prompt clearance through customs of any property required for the
Services;
(d) issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and effective
implementation of the Services;

5.2 Access to Land


The Client warrants that the Consultants shall have, free of charge, unimpeded
access to all land in the Government’s country in respect of which access is
required for the performance of the Services. The Client will be responsible for
any damage to such land or any property thereon resulting from such access and
will indemnify the Consultants and each of the Personnel in respect of liability for
any such damage, unless such damage is caused by the default or negligence of
the Consultants or any Sub consultants or the Personnel of either of them.

5.3 Change in the Applicable Law


If, after the date of this Contract, there is any change in the Applicable Law with
respect to taxes and duties which increases or decreases the cost or reimbursable
expenses incurred by the Consultants in performing the Services, then the
remuneration and reimbursable expenses otherwise payable to the Consultants
under this Contract shall be increased or decreased accordingly by agreement
between the Parties hereto, and corresponding adjustments shall be made to the
ceiling amounts specified in Clause 6.1(b),

5.4 Services, Facilities and Property of the Client


The client shall make available to the Consultants and the Personnel, for the
purposes of the Services and free of any charge, the services, facilities and
property described in Appendix D at the times and in the manner specified in said
Appendix D, provided that if such services, facilities and property shall not be

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.

6. PAYMENT TO THE CONSULTANTS


6.1 Cost Estimates ; Ceiling Amount
(a) An abstract of the cost of the Services payable in local currency (Indian
Rupees) is set forth in Appendix E.
(b) Except as may be otherwise agreed under Clause 2.6 and subject to Clause
6.1(c), the payments under this Contract shall not exceed the ceiling specified
in the SC. The Consultants shall notify the Client as soon as cumulative
charges incurred for the Services have reached 80% of the ceiling.
(c) Notwithstanding Clause 6.1(b) hereof, if pursuant to Clauses 5.4 hereof, the
Parties shall agree that additional payments shall be made to the Consultants
in order to cover any necessary additional expenditures not envisaged in the
cost estimates referred to in Clause 6.1(a) above, the ceiling set forth in Clause
6.1(b) above shall be increased by the amount or amounts, as the case may
be, of any such additional payments.

6.2 Currency of Payment


(a) The payment shall be made in Indian Rupees.

6.3 Mode of Billing and Payment


Billing and payments in respect of the Services shall be made as follows:-
(a) The Client shall cause to be paid to the Consultants an advance payment as
specified in the SC, and as otherwise set forth below. The advance payment
will be due after provision by the Consultants to the Client of a bank guarantee
by a bank acceptable to the Client in an amount (or amounts) and in a currency
(or currencies) specified in the SC, such bank guarantee (i) to remain effective
until the advance payment has been fully set off as provided in the SC, and ii)
in such form as the Client shall have approved in writing.
(b) Payment Schedule
(c) Payment Schedule
The Consultant will be paid stage-wise as a percentage of the contract value
as per the schedule given below ______________________ _______

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%

5 On approval of stage-4 i.e. Final Detailed Project


Report 20%
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 MORT&H from time to time.

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.

7.3. Penalty for Error/Variation


7.3.1 If variation in any of the main quantities of work like earth work including sub grade,
GSB, WMM, Bituminous works (BM/DBM/AC/BC),drains, total concrete quantities
and reinforcing steel in bridge works or overall project cost, found during execution is
more than +/- 15%, the penalty equivalent to 5% of the contract value shall be
imposed. For this purpose retention money equivalent to 5% of the contract value will
be forfeited. This shall exclude any additional/deletion of items/works ordered during
the execution. Penalty for delay
7.3.2 In case of delay in completion of services, a penalty equal to 0.05% of the contract
price per day subject to a maximum 5% of the contract value will be imposed and
shall be recovered from payments due/performance security. However in case of
delay due to reasons beyond the control of the consultant, suitable extension of time
will be granted.
7.4 ACTION FOR DEFICIENCY IN SERVICES
7.4.1 Consultants liability towards the Client
Consultant shall be liable to indemnify the client for any direct loss or damage
accrued or likely to accrue due to deficiency in service rendered by him.
7.4.2 Warning / Debarring
In addition to the penalty as mentioned in para 7.3, warning may be issued to the
erring consultants for minor deficiencies. In the case of major deficiencies in the
Detailed Project Report involving time and cost overrun and adverse effect on
reputation of MORT&H, other penal action including debarring for certain period may
also be initiated as per policy of MORT&H.

8. FAIRNESS AND GOOD FAITH


8.1 Good Faith
The Parties undertake to act in good faith with respect to each other’s rights under
this Contract and to adopt all reasonable measures to ensure the realization of the
objectives of this Contract.
8.2 Operation of the Contract
The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties hereby
agree that it is their intention that this Contract shall operate fairly as between them,
and without detriment to the interest of either of them, and that, if during the term of
this Contract either Party believes that this Contract is operating unfairly, the Parties
will use their best efforts to agree on such action as may be necessary to remove the
cause or causes of such unfairness, but no failure to agree on any action pursuant to
this Clause shall give rise to a dispute subject to arbitration in accordance with
Clause 9 hereof.

9. SETTLEMENT OF DISPUTES
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

A. Amendments of, and Supplements to, Clauses in the General Conditions

1.1(a) The words “in the Government’s country” are amended to read “in INDIA”

1.4 The language is: English

1.6.1 The addresses are:

For the Client : R.B. Damor, Executive Engineer,


National Highway Division,
Plot No.-1, Ward 3B – Tagore
road, ADIPUR, PIN – 370205
(Dist : Kachchh)
E-mail: [email protected]

For the

Consultants:

Attention:

1.6.2 Notice will be deemed to be effective as follows:


(a) in the case of personal delivery or registered mail, on delivery;
(b) in the case of telexes, 24 hours following confirmed transmission.
(c) In the case of telegrams, 24 hours following confirmed transmission; and
(d) In the case of facsimiles, 24 hours following confirmed transmission.

1.8 Entity to Act as Member in charge (In case of Joint Venture of Consultants):

- Not Applicable-

1.9 The Authorized Representatives are:

For the Client :Executive Engineer NH Division, Gandhidham

For the Consultant:

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.

3.4 Limitation of the Consultants’ Liability towards the Client


(a) Except in case of negligence or willful misconduct on the part of the
Consultants or on the part of any person or firm acting on behalf of the
Consultants in carrying out
the Services, the Consultants, with respect to damage caused by the
Consultants to the Client’s property, shall not be liable to the Client:
(i) for any indirect or consequential loss or damage; and
(ii) for any direct loss or damage that exceeds (A) the total payments for
Professional Fees and Reimbursable Expenditure made or expected to be
made to the Consultants
hereunder, or (B) the proceeds the Consultants may be entitled to receive from
any insurance maintained by the Consultants to cover such a liability,
whichever of (A) or
(B) is higher.
(b) This limitation of liability shall not affect the Consultants’ liability, if any, for
damage to Third Parties caused by the Consultants or any person or firm
acting on behalf of the Consultants in carrying out the Services.
3.5 The risks and the coverages shall be as follows:
(a) Third Party motor vehicle liability insurance as required under Motor
Vehicles Act, 1988 in respect of motor vehicles operated in India by the
Consultants or their Personnel or any Sub consultants or their Personnel for
the period of consultancy.
(b) Third Party liability insurance with a minimum coverage, for Rs. 1.00 million
for the period of consultancy.
(c) (i) The Consultant shall provide to MORT&H Professional Liability Insurance
(PLI) for a period of five years beyond completion of Consultancy services
or as per Applicable Law, whichever is higher.
(ii) The Consultant will maintain at its expense PLI including coverage for
errors and omissions caused by Consultant’s negligence in the
performance of its duties under this agreement, (A) For the amount not
exceeding total payments for Professional Fees and Reimbursable
Expenditures made or expected to be made to the Consultants hereunder
OR (B) the proceeds, the Consultants may be entitled to receive from any
insurance maintained by the Consultants to cover such a liability, whichever
of (A) or (B) is higher.
iii) The policy should be issued only from an Insurance Company operating
in India.
iv) The policy must clearly indicate the limit of indemnity in terms of “Any
One Accident” (AOA) and “Aggregate limit on the policy” (AOP) and in no
case should be for an amount less than state in the contract.

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.

6.1 (b) The ceiling amount in local currency is Rs ..Excluding


Service Tax)
6.3 (a) No advance payment will be made.
6.3 (d) The interest rate is : @ 12% per annum
6.3 (f) The account is :

9.2 Disputes shall be settled by arbitration in accordance with the following provisions:

9.2.1 Selection of Arbitrators


Each dispute submitted by a Party to arbitration shall be heard by a sole
arbitrator or an arbitration panel composed of three arbitrators, in accordance
with the following provisions:
(a) Where the Parties agree that the dispute concerns a technical matter, they
may agree to appoint a sole arbitrator or, failing agreement on the identity of
such sole arbitrator within thirty (30) days after receipt by the other Party of
the proposal of a name for such an appointment by the Party who initiated
the proceedings, either Party may apply to the President, Indian Roads
Congress, New Delhi, for a list of not fewer than five nominees and, on
receipt of such list, the Parties shall alternately strike names there from, and
the last remaining nominee on the list shall be the sole arbitrator for the
matter in dispute. If the last remaining nominee has not been determined in
this manner within sixty (60) days of the date of the list, the president,
Indian Roads Congress, New Delhi, shall appoint, upon the request of
either Party and from such list or otherwise, a sole arbitrator for the matter
in dispute.
(b) Where the Parties do not agree that the dispute concerns a technical matter,
the Client and the Consultants shall each appoint one arbitrator, and these two
arbitrators shall jointly appoint a third arbitrator, who shall chair the arbitration
panel. If the arbitrators named by the Parties do not succeed in appointing a
third arbitrator within thirty (30) days after the later of the two arbitrators named
by the Parties has been appointed, the third arbitrator shall, at the request of

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

Terms of reference containing, inter-alia, the Description of the Services


and Reporting Requirements

146
Appendix B

Consultants’ Sub consultants, Key Personnel and Sub


Professional Personnel

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)

In consideration of “Executive Engineer NH Division, Gandhidham acting on behalf of


President of India/Governor of Gujarat” (hereinafter referred as the “Client”, which expression
shall, unless repugnant to the context or meaning thereof include its successors,
administrators and assigns) having awarded to
M/s ............................................................... having its office at ............................ (Hereinafter
referred to as the “Consultant” which expression shall repugnant to the context or meaning
thereof, include its successors, administrators, executors and assigns), a contract by issue of
client’s Contract
Agreement no. / Letter of Acceptance No ................... dated ...................... and the same
having
been unequivocally accepted by the Consultant, resulting in a Contract valued at Rs.............. /-
(Rupees............................) excluding service tax for “Consultancy Services for preparation of
Feasibility Study and Detailed Project Report for proposed Road stretch in the State of Odisha.
under -
Contract Package No .................. (Hereinafter called the “Contract”), and the Consultant
having
agreed to furnish a Bank Guarantee to the Client as “Performance Security as stipulated by
the Client in the said contract for performance of the above Contract amounting to Rs.
................. /- (Rupees ................................................. ).

We, ......................................... having registered office at ................ , a body


registered/constituted
under the ............................... (hereinafter referred to as the Bank), which expression shall,
unless
repugnant to the context or meaning thereof, include its successors, administrators, executors
and assigns) do hereby guarantee and undertake to pay the client immediately on demand
any or, all money
payable by the Consultant to the extent of Rs ....................... (Rupees ................................. ) as
aforesaid at any time up to ......... without any demur, reservation, contest, recourse or protest
and/or
without any reference to the consultant. Any such demand made by the client on the bank
shall be conclusive and binding notwithstanding any difference between the Client and the
Consultant or any dispute pending before any Court, Tribunal, Arbitrator or any other authority.
We agree that the Guarantee herein contained shall be irrevocable and shall continue to be
enforceable till the Client discharges this guarantee.

The Client shall have the fullest liberty without affecting in any way the liability of the Bank
under this Guarantee, from time to time to vary or to extend the time for performance of the
contract by the Consultant. The Client shall have the fullest liberty without affecting this
guarantee, to postpone from time to time the exercise of any powers vested in them or of any
right which they might have against the consultant and to exercise the same at any time in any
manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in
the Contract between the Client and the Consultant any other course or remedy or security
available to the Client. The bank shall not be relieved of its obligations under these presents
by any exercise by the Client of its liberty with reference to the matters aforesaid or any of
them or by reason of any other act or forbearance or other acts of omission or commission on
the part of the Client or any other indulgence shown by the Client or by any other matter or
thing whatsoever which under law would but for this provision have the effect of relieving the
Bank. The Bank also agrees that the Client at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance without proceeding
against the Consultant and notwithstanding any security or other guarantee that the Client
may have in relation to the Consultant’s liabilities.
Notwithstanding anything contained herein,

a) Our liability under this Bank Guarantee is limited to Rs.


..................... (Rupees ...................................... ) and it shall remain in force up to and
including ............. and shall be extended from time to time for such period as may be
desired by M/s .......................... , on whose behalf this guarantee has been given.

b) This Bank Guarantee shall be valid up to ..........

c) We are liable to pay the guaranteed amount or any part thereof underthis Bank Guarantee
only and only if you serve upon us a written claim or demand on or before ....... (date
of expiry of Guarantee).

(Signature of the Authorised Official)

(Name & Designation with Bank Stamp)

NOTE:
(i) The bank guarantee(s) contains the name, designation and code number of the
officer(s) signing the guarantee(s).
(ii) The address, telephone no. and other details of the Head Office of the Bank as
well as of issuing branch should be mentioned on the covering letter of issuing
Branch.
(iii) The bank guarantee for Rs. 10,000 and above is signed by at least two officials
(or as per the norms prescribed by the RBI in this regard).

153
Appendix J : Reply to Queries of the Bidder

154
APPENDIX -IV

(Form-I)

FINANCIAL PROPOSALS

FROM: To
……………………………………………………… ………………………………………………………
………………………………………………………. ………………………………………………………
……………………………………………………… ………………………………………………………
……………………………………………………… ………………………………………………………

Sir,

Subject : Consultancy Services for 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.)

Regarding Price Proposal

I/We………………………………………………………………………………………………………
……………… Consultant/consultancy firm herewith enclose

*Price proposal for selection of my/our firm/ organization as Consultant for ……………………….

Yours faithfully,

Signature____________________

Full Name__________________
Designation____________________

Address________________________
(Authorized Representative)

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

1
( Form –II)
Format of Financial Proposal
Summary of Cost in Local Currency

No. Description Amount


(LC)1
(INR)
I Local Consultants
Remuneration for Local Staff (inclusive of per
diem allowance)
II Support Staff (inclusive of per diem allowance)
III Per diem allowance of expatriate personnel
IV Transportation
V Duty Travel to Site
VI Office Rent
VII Office Supplies, Utilities and Communication
VIII Office Furniture and Equipment (Rental)
IX Reports and Document Printing
X
Surveys & Investigations
A Investigations
B
Topographical Survey

Subtotal Local Consultants :


Total cost net of service tax**
Service Tax
TOTAL COSTS (Including Service Tax)

LC* Local Currency


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

Note: No escalation will be payable during the services


Insurances shall not be allowed separately .These will be incidental to main items.
Rates for all items shall be quoted in figures as well as in words.

2
( Form –III)
Estimate of Local Currency Costs

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

S.No Position Name Rate SM Amt.(INR)


. (INR)

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

No. Position Name Staff Billing Rate Amount


Months (INR) ( INR)
1 Office Manager
2 Typist
3 Office Boy
4 Night Watchman
Total………………………………..

III. Transportation (Fixed costs)

S.No. Description Qty. Nos. of Rate/Month Amount


Months (INR) ( INR)
1 The vehicles provided by the
Consultants shall include the cost
for rental, drivers, operation,
maintenance, repairs, insurance,
etc.

A. For use of consultants


Total……………………………..

IV. Duty Travel to Site (Fixed Costs)

Trips No. Rate ( INR) Amount ( INR)

V. Office Rent (Fixed Costs)

The rent cost includes maintenance, cleaning, repairs, etc.__months x


Total __

4
VI.Office Supplied, Utilities and Communication (fixed Cost)

No. Item Months Monthly Rate Amount

( INR) In INR.

1 Office Supplies Drafting

2 Supplies Computer

3 Running Costs

4 Domestic and International


Communication

Total…………………………………………

VII. Office Furniture and Equipment (Rental)

No. Description Month Rate/Month Amount


(INR) (INR)

1. Office Furniture and Equipment

Total……………………………..

VIII Reports and Document Printing


No. Description No. of Rate per Amount
Copies Copy ( INR. ) (INR.)
1 Inception Report & QAP 3
2 Report regarding Reconnaissance 6
/Feasibility studies
3 Draft Detailed Project Report , 6
Bidding Documents and land
acquisition report
4 All required project clearances from 6
the concerned agencies i.e MOEF
etc
5 Final Detailed Project Report 6
Total……………………..

5
IX. Survey and Investigation
A. Topographical Survey (Fixed Rate)

No. Item Kms Rate per Amount


Km (INR)
(INR)
1 Topographic Survey including hire 6.100
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

B. Investigation(Fixedcost)

No. Description Quantity Amount


(INR)
1 Road and Bridge Inventory

2 Material Survey and Investigation

3 Sub-grade Investigation

4 Traffic Survey

5 Socio-economic & Census Survey/Studies

6 Any other investigations/surveys

Total………………………………..

You might also like