0% found this document useful (0 votes)
11 views

RFP

The National Highways Authority of India (NHAI) is inviting proposals for consultancy services to prepare Detailed Project Reports (DPR) for three four-laning projects in Tamil Nadu, totaling approximately 292.63 km. Eligible consultants must register on the MoRTH portal and submit their proposals online by August 26, 2024, with a focus on quality for selection. The document outlines the requirements, submission guidelines, and relevant timelines for interested bidders.
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)
11 views

RFP

The National Highways Authority of India (NHAI) is inviting proposals for consultancy services to prepare Detailed Project Reports (DPR) for three four-laning projects in Tamil Nadu, totaling approximately 292.63 km. Eligible consultants must register on the MoRTH portal and submit their proposals online by August 26, 2024, with a focus on quality for selection. The document outlines the requirements, submission guidelines, and relevant timelines for interested bidders.
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/ 339

(Ministry of Road Transport & Highways)

Government of India

Consultancy Services for Preparation of Detailed Project Report (DPR)


for

(1) Four Laning of Project from Existing Two lane with Paved Shoulder
of Dindigul - Theni - Kumili section from Km 2/750 to Km 136/543 of
NH-183 in the State of Tamil Nadu (Length - 133.793 Km)

(2) Four Laning of Project from Existing Two Lane with Paved Shoulders
of Trichy – Karaikudi section from Km 0/000 to Km 33/600 of NH-336,
From Km 229/228 to Km 251/213 of NH-36 & From Km 0/000 to Km
25/469 of NH-536 in the State of Tamil Nadu (Length - 81.054 Km) and

(3) Four Laning of Project from Existing Two Lane with Paved Shoulders
from Km 2/350 to Km 16/690 & Km 29/850 to Km 80/133 of
Nagapattinam - Thanjavur Section of NH-83 (Old NH-67), Bypass to
Tiruvarur Town from Km 16/690 to Km 29/850 in the State of Tamil
Nadu (Length - 77.783 Km)

REQUEST FOR PROPOSAL (RFP)

July, 2024

National Highways Authority of India


INDEX

Sl. No. Content Page No.


1 Notice Inviting Tender (NIT) 3
2 Letter of Invitation 5
3 Annex -I :Details of the Proposed Stretch 21
4 Annex-II :Deleted 22
5 Data Sheet 23
6 Appendix - I : Terms of Reference 32
7 Supplement -I: Additional Requirements for Hill Roads 105
8 Supplement - II: Additional Requirements for Bridges 110
9 Supplement -III : Additional requirement for safety audit 113
10 Enclosure - I : Manning Schedule 117
11 Enclosure - II : Qualification Requirements of Key Personnel 118
12 Enclosure - III: Schedule for Submission of Reports and Documents and
124
format of submission of reports and documents.
13 Enclosure - IV: Format for submission of reports and documents 126
14 Appendix – II : Formats for Eligibility 132
15 Appendix - III : Formats for Technical Proposals 137
16 Appendix - IV: Formats for Financial Proposal 162
17 Appendix - V: Detailed Evaluation Criteria 173
18 Appendix - VI: Draft Contract Agreement 197
19 Appendix – VII: DPR Checklist for 8 stages [Stage 1: Inception Report, Stage
2: Feasibility Report, Stage 3: LA & Clearances I, Stage 4: Detailed Project
Report, Stage 5: Technical Schedules, Stage 6: LA & Clearances II]: Stage 7: 241
Award Determination(Structures), Stage 8: Land Possession Report
(Structures)
20 Appendix- VIII: Sample Executive Summary of Detailed Project Report 301
Ministry of Road Transport and Highways

Government of India

NOTICE INVITING TENDER (NIT)


1. NHAI has been assigned the work of Consultancy Services for Preparation of DPR
for (1) Four Laning of Project from Existing Two lane with Paved Shoulder of Dindigul -
Theni - Kumili section from Km 2/750 to Km 136/543 of NH-183 in the State of
Tamil Nadu (Length - 133.793 Km), (2) Four Laning of Project from Existing Two Lane
with Paved Shoulders of Trichy – Karaikudi section from Km 0/000 to Km 33/600 of
NH-336, From Km 229/228 to Km 251/213 of NH-36 & From Km 0/000 to Km 25/469
of NH-536 in the State of Tamil Nadu (Length - 81.054 Km) and (3) Four Laning of
Project from Existing Two Lane with Paved Shoulders from Km 2/350 to Km 16/690 &
Km 29/850 to Km 80/133 of Nagapattinam - Thanjavur Section of NH-83 (Old NH-67),
Bypass to Tiruvarur Town from Km 16/690 to Km 29/850 in the State of Tamil
Nadu (Length - 77.783 Km) (as per Annexure-I).

2. Proposals are hereby invited from eligible Consultants for Consultancy Services for
Preparation of DPR for (1) Four Laning of Project from Existing Two lane with Paved
Shoulder of Dindigul - Theni - Kumili section from Km 2/750 to Km 136/543 of NH-183
in the State of Tamil Nadu (Length - 133.793 Km), (2) Four Laning of Project from
Existing Two Lane with Paved Shoulders of Trichy – Karaikudi section from Km
0/000 to Km 33/600 of NH-336, From Km 229/228 to Km 251/213 of NH-36 & From
Km 0/000 to Km 25/469 of NH-536 in the State of Tamil Nadu (Length - 81.054 Km)
and (3) Four Laning of Project from Existing Two Lane with Paved Shoulders from Km
2/350 to Km 16/690 & Km 29/850 to Km 80/133 of Nagapattinam - Thanjavur Section
of NH-83 (Old NH-67), Bypass to Tiruvarur Town from Km 16/690 to Km 29/850 in the
State of Tamil Nadu (Length - 77.783 Km). The Letter of Invitation (LOI) and Terms of
Reference (ToR) including Request for Proposal (RFP) is available online on e-tender portal
of https://eprocure.gov.in. The document can also be downloaded from National Highways
Authority of India Website. Cost of the Document in the form of a Non-refundable document
fee of Rs.5,000 (Rupees Five Thousand only) through online/SFMS gateway. The details of
which are as follows:-

Beneficiary National Highways Authority of India


Bank Canara Bank, Moondrumavadi, Madurai
Account Number 62093030000071
IFSC Code CNRB0016209

3. The RFP has also been uploaded on “INFRACON” (www.infracon.nic.in). As such


before submitting the proposal the Consultant shall mandatorily register and enlist
themselves (the firm and all key personnel), on the MoRTH portal “INFRACON” and furnish
registration details along with its RFP. A copy of Infracon Operation Procedure is also
enclosed for bidder’s reference.

4. All the bidders registered on Infracon shall form a Team on Infracon and which
would be assigned unique Infracon Team ID. Bidders while submitting the proposal
shall quote the Infracon Team ID.

4.1 Any bidder from a country which shares a land border with India will be
eligible to bid in any procurement whether of goods, services (including consultancy
services and non- consultancy services) or works (including turnkey projects) only if
the bidder is registered with the Competent Authority as per Stipulated provision In
Ministry of Finance Department of Expenditure (Public Procurement Division) office
Memorandum No F. No. 6/18/2019- PPD dated 23.07.2020.
3
5. Bid must be submitted online at e-tender portal of NHAI https://eprocure.gov.in on
or before 26.08.2024 (11:00 hrs IST)

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

i) Deadline for downloading of bid: 26.08.2024 (11:00 hrs IST)


ii) Last date for submission of queries: 06.08.2024 (11:00 hrs IST)
iii) Pre bid meeting: 07.08.2024 (11:00 hrs IST)
iv) Deadline for Submission of bids: 26.08.2024 (11:00 hrs IST)
v) Opening of Bids: 27.08.2024 (11:00 hrs IST)

Yours sincerely,

Regional Officer
National Highways Authority of India
2nd & 3rd floor, Vijay Krishna Plaza,
No-1, Lake Area, Mellur main Road,
Mattuthavani, Madurai - 625107.
Tel: 0452-2588999
E-mail: [email protected], [email protected]
Website: www.nhai.gov.in

4
Letter of Invitation (LOI)
NHAI/17011/02/28/2024/RO Madurai Dated: 12.07.2024

Dear Sir,

Sub: Consultancy Services for Preparation of DPR for (1) Four Laning of Project from
Existing Two lane with Paved Shoulder of Dindigul - Theni - Kumili section from Km
2/750 to Km 136/543 of NH-183 in the State of Tamil Nadu (Length - 133.793 Km), (2)
Four Laning of Project from Existing Two Lane with Paved Shoulders of Trichy –
Karaikudi section from Km 0/000 to Km 33/600 of NH-336, From Km 229/228 to Km
251/213 of NH-36 & From Km 0/000 to Km 25/469 of NH-536 in the State of Tamil
Nadu (Length - 81.054 Km) and (3) Four Laning of Project from Existing Two Lane with
Paved Shoulders from Km 2/350 to Km 16/690 & Km 29/850 to Km 80/133 of
Nagapattinam - Thanjavur Section of NH-83 (Old NH-67), Bypass to Tiruvarur Town
from Km 16/690 to Km 29/850 in the State of Tamil Nadu (Length - 77.783 Km).

1. Introduction

1.1 The NHAI has been entrusted with the assignment of Preparation of DPR for (1)
Four Laning of Project from Existing Two lane with Paved Shoulder of Dindigul
- Theni - Kumili section from Km 2/750 to Km 136/543 of NH-183 in the State
of Tamil Nadu (Length - 133.793 Km), (2) Four Laning of Project from Existing
Two Lane with Paved Shoulders of Trichy – Karaikudi section from Km
0/000 to Km 33/600 of NH-336, From Km 229/228 to Km 251/213 of NH-36 &
From Km 0/000 to Km 25/469 of NH-536 in the State of Tamil Nadu (Length -
81.054 Km) and (3) Four Laning of Project from Existing Two Lane with Paved
Shoulders from Km 2/350 to Km 16/690 & Km 29/850 to Km 80/133 of
Nagapattinam - Thanjavur Section of NH-83 (Old NH-67), Bypass to Tiruvarur
Town from Km 16/690 to Km 29/850 in the State of Tamil Nadu (Length -
77.783 Km). NHAI now invites proposal from Technical consultants for carrying out
detailed project report as per details given in Annexure-1.

1.2 A brief description of the assignment and its objectives are given in the Appendix-I,
“Terms of Reference”.

1.3 The NHAI invites Proposals (the “Proposals”) through e-tender (on-line bid
submission) for selection of Technical Consultant (the“Consultant”) who shall
prepare detailed project report (DPR). The consultant should have expertise in
carrying out similar kind of job, in similar geographical location (particularly for hill
road projects). Consultants arehere by invited to submit proposal in the manner as
prescribed in the RFP document.

A Consultant with “a Particular Team” may submit proposals for more than one
package. However, a Consultant is not allowed to bid for a package with more than
one team. For the sake of clarity, it is mentioned that one consultant cannot submit
two proposals/ bids for the same package. A consultant (either as sole or as in
JV/Association) can be awarded only upto 2 packages. A Consultant with “a
Particular Team” may submit only one “proof of eligibility (Part1)” and “Technical
Proposal (Part II)” for any number of packages applied for by them. However, the
packages for which a Consultant with “a Particular Team” applies should be clearly
mentioned.

5
No Financial proposal for the package / projects are to be submitted separately. The
most preferred bidder (H-1) for each package would be determined on the basis of
100% Quality (i.e highest technical scorer) as mentioned in the RFP. Award of work
to a Consultant with “a Particular Team” either as sole or as in JV/Association shall be
limited to one package only. Joint venture shall not have more than two firms.

In case 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
availability of Residual DPR Bid Capacity of the bidder and the package with longer
length be awarded to the H-1 bidder.

1.4 The consultants shall submit proposals either in sole capacity or in JV or in


Association. In case of Joint Venture, the maximum number of Joint Venture partners
is limited to 2 (i.e. one lead + 1 JV partner). The Applicant whether a sole applicant or
joint venture may include an Associate company also. Any entity which has been
barred by the Ministry of Road Transport and Highways (MORTH) or its
implementing agencies for the works of Expressways, National Highways, ISC and EI
Works and the bar subsists as on the date of application, would not be eligible to
submit the bid, either individually or as a member of a Joint Venture.

1.4.1 Any bidder from a country which shares a land border with India will be eligible to
bid in any procurement whether of goods, services (including consultancy services
and non- consultancy services) or works (including turnkey projects) only if the
bidder is registered with the Competent Authority as per Stipulated provision In
Ministry of Finance Department of Expenditure (Public Procurement Division) office
Memorandum No F. No. 6/18/2019- PPD dated 23.07.2020.

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
must fully inform themselves of local and site conditions and take them into account
in preparing the proposal.

1.6 Financial Proposals are not to be submitted separately and shall be as per Form-II of
Appendix-IV of the RFP The consultancy services will be awarded to the highest
ranking consultant on the basis of Quality.

1.7 Please note that(i) costsof preparing the proposalandofnegotiating 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


6
ii. by the partner holding the Power of Attorney in case of a firm in partnership
(A certified copy of the Power of Attorney on a stamp paper of Rs.100 and
duly notarized shall accompany the Proposal).
iii. by a duly authorized person holding the Power of Attorney in case of a
Limited Company or a corporation (A certified copy of the Power of Attorney
on a stamp paper of Rs.100 and duly notarized shall accompany the
proposal).
iv. by the authorized representative in case of Joint Venture.

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


certified copy of legally binding Memorandum of Understanding(MOU) on a stamp
paper of Rs.100, signed by all firms to the joint venture confirming the following
therein:

i. Date and place of signing


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

1.8.3 Incase of Joint venture, one of the firms which preferably have relatively higher
experience, will act as the lead firm representing the Joint Venture. The duties,
responsibilities and powers of such lead firm shall be specifically included in the
MOU/agreement. It is expected that the lead partner would be authorized to incur
liabilities and to receive instructions and payments for and on behalf of the Joint
Venture. Payment to be made to the JV can also be made to the account of the JV. For
a JV to be eligible for bidding, the experience of lead partner and other partner
should be as indicated in data sheet.

1.8.4 A firm can bid for a project either as a sole consultant or in the form of joint venture
with other consultant or in association with any other consultant. However,
alternative proposals i.e. one as sole or in JV with other consultant and another in
association / JV with any other consultant for the same package will be summarily
rejected. In such cases, all the involved proposals shall be rejected.

1.8.5 A Bidder is required to submit, along with its technical BID, a self-certification that
the item offered meets the local content requirement for ‘Class -I local bidder' /
'Class-Il local bidder', as the case may be. The self-certification shall also have details
7
of the location(s) at which the local value addition is made. In case, bidder has not
submitted the aforesaid certification the bidder will be treated as ‘Non- Local
Supplier'. The Class-l local bidder’, Class-II local bidder and Non-Local Supplier are
defined as under:

(i) 'Class-I local bidder' means a bidder, whose goods, services or works offered for
procurement, meets the minimum local content as prescribed for 'Class-I local
bidder' under this RFP. The ‘local content' requirement to categorize a bidder as
'Class-I local bidder' is minimum 50%.

(ii) 'Class-II local bidder' means a bidder, whose goods, services or works offered for
procurement, meets the minimum local content as prescribed for 'Class-II local
bidder' under this RFP. The ‘local content' requirement to categorize a bidder as
'Class-II local bidder' is minimum 20%.

(iii) 'Non-local bidder' means a bidder, whose goods, Services or works offered For
procurement, has local content less than that prescribed for 'Class-II local' under this
RFP.

(iv) 'Local content' means the Amount of value added in India which shall be the total
value of item procured (excluding net domestic indirect taxes) minus the value of
imported content in the item (including all customs duties) as a proportion of the
total value, in percent.

In case estimated project cost is above Rs. 10 crores, the 'Class-I local bidder' / 'Class-
II local bidder' shall provide a certificate from the statutory auditor or cost auditor of
the company (in case of companies) or from a practicing cost accountant or
practicing chartered accountant (in respect of suppliers other than companies)
giving the percentage of local content.

1.9 Pre-proposal conference shall be held on the date, time and venue given in Data Sheet.

1.10 The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to
have acknowledged that without prejudice to the National Highways Authority of India any
other right or remedy hereunder or in law or otherwise, the Applicant shall be debarred from
participating in the future projects of the National Highways Authority of India in the
following situations;

(a) If an Applicant with draws its Proposalduringtheperiodofitsvalidityas specified in


this RFP and as extended by the Applicant from time to time.
(b) In the case of a Selected Applicant, if the Applicant fails to sign the Agreement.

1.11 a) The applicant shall use the Link “Data Lake Portal” available on National Highways
Authority of India website nhai.gov.in to communicate with the National Highways Authority
of India and Concessionaire for all contractual correspondence.

b) No physical document shall be accepted unless and until the same is specifically
stated so in the RFP or it is a legal requirement.

8
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 06.08.2024 (11:00 Hrs IST). Any request for clarification in writing or
by letter/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 National Highways Authority of India website. The
Client may at its discretion extend the deadline for the submission of proposals and
the same shall also be uploaded on National Highways Authority of India 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: Deleted

3.1 Document in support of proof of eligibility

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

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


(ii) Firm’s relevant experience and performance for the last 7 years: Project
sheets in support of relevant experience as per Form-E2/T3 supported by the
experience certificates from clients in support of experience as specified in
data sheet for the project size preferably in terrain of similar nature as that of
proposed project shall be submitted on Infracon portal in input data sheet.
Certificate should indicate clearly the firms Design/DPR experience, in 2/4-
/6- laning of highway, structures like bridges, Viaducts, tunnels, hill slope
stabilization, rock bolting, ground improvement, etc. Scope of services
rendered by the firm should be clearly indicated in the certificate obtained
from the client. The information given in Form E2/T3 shall also be considered
as part of Technical Proposal and shall be evaluated accordingly. The
Consultants are therefore advised to see carefully the evaluation criteria for
Technical Proposal and submit the Project Sheets accordingly.
The above details are to be submitted through INFRACON only.
(iii) Firm’s turnover for the last 5 years: A tabular statement as in Form E3
showing the turnover of the applicant firm(s) for the last five years beginning
9
with the last financial year certified by the Chartered Account along with
certified copies of the audit reports shall be submitted in support of the
turnover shall be submitted on Infracon Portal in input data sheet.
The above details are to be submitted through INFRACON only.
(iv) Document fee: The fee for the document amounting to Rs.5,000/- (Rupees
Five Thousand only) through online/SFMS gateway. The details of which
are as follows:
Beneficiary National Highways Authority of India
Bank Canara Bank, Moondrumavadi, Madurai
Account Number 62093030000071
IFSC Code CNRB0016209
(v) Deleted
(vi) Power of Attorney on a stamp paper of Rs.100/- and duly notarized
authorizing to submit the proposal.
(vii) In case of Joint Venture/Association of firms, the proposal shall be
accompanied by a certified copy of legally binding Memorandum of
Understanding (MOU) on a stamp paper of Rs.100, signed by all firms to the
joint venture/Association as detailed at para 1.8.2 above.
(viii) Consultants shall comply with the provisions of Integrity Pact (IP) as given in
FormT-13 and the Integrity Pact (IP) duly signed by Authorised signatory
shall be submitted by the Consultant with technical Proposal & shall be part
of the Contract Agreement.

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

3.1.3 The Residual DPR Bid Capacity viz., “R” shall be more than the tentative length of the
Project for which DPR assignment bids have been invited. In case of JV, the Lead Partner
should fulfil at least 75% of Residual DPR Bid Capacity requirements and the other partner
shall fulfil at least 50% of Residual DPR Bid Capacity requirements.

The Residual Bid Capacity “R” of the Bidder shall be evaluated in terms of Length as per
methodology specified hereunder:

R= CL x TF - RP

Wherein:
Completed Length (CL) = Total Length of DPR/Feasibility completed for 2/4/6 laning of
National Highways/Expressways in the last 5 Financial Years.

Note:
1. For DPR of two laning projects, the length shall be considered after multiplication of
factor of 0.50

2. For Feasibility Projects the length shall be considered after multiplication of factor of
0.60

10
3. Completed DPR/Feasibility projects shall be those for which either Completion
Certification of the Consultancy Assignment has been issued by Executing Government
Agency or the Tender of the Civil Work has been awarded by the Executing Government
Agency.

4. In case of experience as JV, weighted average based on their share in the JV shall be
considered for experience.

5. In case of experience of Associate, the share as per MoU subject to Maximum 25%
shall be considered. In case MoU does not specify the share the same can be considered as
per certification of Statutory Auditors of the Associate Member.

Turnover Factor (TF) = Multiplication factor based on Turnover

Note: The TF shall be decided as under

Average Turnover of Last 5 Financial Years Factor “B”


Upto 50 Cr 1.00
50-250 Cr 1.25
>250 Cr 1.50

Running Projects (RP)= Length of DPR/Feasibility Projects in Hand wherein Completion


Certificate has not been issued by Executing Government Agency or the Tender of the Civil
Work has not been awarded by the Executing Government Agency. This length shall also
include the projects for which the firm has emerged as the H-1 bidder but the LOA have
not been issued.

R shall be calculated for each JV member who has bid for the consultancy assignment and
the weighted average as per Share in JV shall be calculated

(iii) The above guideline will not be applicable in case of Special projects such as
standalone projects of tunnel, bridge, emergency landing facility, flyovers and
ROB/RUB/underpass only.

(iv) The Consultant shall provide all details and they shall be solely responsible for
accuracy of such details provided.

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

11
of the project within the total estimated cost. It is stressed that the time period for
the assignment indicated in the TOR should be strictly adhered to.

3.2.3 The technical proposal shall be submitted strictly in the Formats given in Appendix-
IIIand 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 Proposals have been submitted by a
Consultant with a particular Team as in Form-T-2
iii) Firm’s references - Relevant Services carried out in the last seven years as per
Form- E2/T-3. This information submitted as part of Proof of Eligibility shall
be evaluated and need not be submitted again as a part of the Technical
proposal.
The above details are to be submitted through INFRACON only.
iv) Site Appreciation: limited to four A4 size pages in 1.5 space and 12 font
including photographs, if any (Form-T-4).
v) The composition of the proposed Team and Task Assignment to individual
personnel: Maximum three pages (Form-T-5).
vi) Proposed methodology for the execution of the services illustrated with bar
charts of activities, including any change proposed in the methodology of
services indicated in the TOR, and procedure for quality assurance: The
proposed methodology should be accompanied by the consultants initial
view, key challenges they foresee and potential solutions suggested
regarding: a) proposed alignment and bypass required, b) land acquisition
requirements, c)access control, rehabilitaton of existing road, drainage and
utilities, d) adoption of superior technology along with proof: limited to six
A4 size pages in 1.5 space and 12 font including photographs, if any for items
a to c, (Form-T-6) and information in Form-T-8 (as covered in para viii
below) for item d
vii) The proposal should clearly identify and mention the details of Material
Testing lab facilities to be used by the Consultants for the project (Form-T-7).
In this connection, the proposals of the Consultants to use in-house lab
facilities up to a distance of maximum 400 km from the project site being
feasiblewould be accepted. For all other cases suitable nearby material
Testing Laboratory shall be proposed before Contract Agreement is executed.
viii) The proposal shall indicate as to whether the firm is having the facilities for
carrying out the following field activities or these are proposed to be
outsourced to specialized agencies in the Form- T-8.
(a). Pavement Investigation
(b). Geo-technical Investigation

In case the consultant envisages outsourcing any or all of the above services
to the expert agencies, the details of the same indicating the arrangement
made with the agencies need to be furnished. These agencies would however,
be subject to approval of the client to ensure quality input by such agencies

12
before award of the work. For out-sourced services, proposed
firms/consultants should have such experience on similar projects

ix) Details of office equipment and software owned by the firm in Form-T9

x) CVs of following 4 (four) Key Personnels may be submitted only through


Infraconin Form–T-10

Team Leader cum Senior Highways Engineers, Senior Bridge Engineer,


Highway cum Pavement Engineer & Traffic / Road Signage / Marking and
Safety Expert

For remaining key personnels, the CVs need to be submitted for approval
prior tosigning of contract.

3.2.4 CVs of Key Persons:

i) The CVs of the four key personnel in the format as per Form T-10 is to be
furnished on Infracon portal. It may please be ensured that the format is
strictly followed and the information furnished therein is true and correct.
The CV must indicate the work in hand and the duration till which the person
will be required to be engaged in that assignment. The Firm shall ensure that
details furnished in the CV by the personnel are correct. If any information is
found incorrect, at any stage, action including termination and debarment
from future National Highways Authority of India projects for a minimum
period of 2 years may be taken by National Highways Authority of India on the
personnel and the Firm.

ii. The minimum requirements of Qualification and Experience of all key


personnel are listed in Enclosure-II of TOR.CV of a person who does not meet
the minimum experience requirement as given at enclosure-II of TOR shall be
evaluated and the marks obtained shall be taken into consideration during
evaluation of Technical Proposal (except Team leader). However if a firm
with such key personnel is declared the “most preferred bidder” for a
particular package, such key personnel should be replaced before signing of
contract with a person meeting requirements of Qualification and Experience
as given at enclosure-II of TOR and whose CV secures 75 % marks and above.
If a proposed key personnel does not possess the minimum (essential)
educational qualification as given at enclosure-II of TOR, Zero marks shall be
assigned to such CV and such CV shall not be evaluated further. The CV of the
proposed Team Leader should score at least 75 % marks otherwise the
entire proposal shall be considered to have failed in the evaluation of
Technical Proposals and shall not be considered for award of consultancy
assignments.

iii. Team Leader , Highway cum Pavement Engineer, Senior Bridge Engineer,
Geo-technical cum material engineerSenior Survey Engineer,Tunnel Design
Expert, Senior Geotechnical Engineer and Senior Geo Physicist]* should be

*This is to be modified as per project requirement

13
available from beginning of the project. Other Key Personnel with
intermittent input are allowed to be deployed/proposed in 2 teams at a time.
If same CV is submitted by two or more firms, zero marks shall be given
for such CV for all the firms.

iv. The availability of key personnel must be ensured for the duration of project
as per proposed work programme. If a firm claims that a key personnel
proposed by them is a permanent employee of the firm (the personnel should
have worked in the firm continuously for a period of at least 1 year), a
certificate to the effect be furnished by the firm.

v. The age limit for key personnel is 65 years as on the date of bid submission.
The proof of age and qualification of the key personnel must be furnished in
the technical proposal.

vi. An undertaking from the key personnel must be furnished that he/she will be
available for entire duration of the project assignment and will not engage
himself/herself in any other assignment during the period of his/her
assignment on the project. After the award of work, incase 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 National Highways Authority of India.

vii. Age limit for supporting staff to be deployed on project is 65 years as on the
date of bid submission.

viii. A good working knowledge of English Language is essential for key


professional staff on this assignment. Study reports must be in English
Language.

ix. Photo, contact address and phone/mobile number of key personnel should be
furnished in the CV.

x. Availability of few key personnel engaged for preparation of Detailed Project


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

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 National
Highways Authority of India.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).

14
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. In case consultant Firm’s experience/ document is found to be false at any


stage i.e. from bidding to completion of services, the Consultancy contract
shall be terminated and consultant firm shall be debarred for a period of 2
years.

3.2.5 The technical proposal must not include any financial information.

3.3 Financial Proposal

3.3.1 No Financial proposal for the package / projects are to be submitted separately. How
ever the Fixed Cost Financial proposal given in Form-II of Appendix-IV includes 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
has been broken down into foreign and local costs. Conditional offer shall be
considered non-responsive and is liable to be rejected.

3.3.2 The financial proposal has taken into account all types of the tax liabilities and cost of
insurance specified in the Data Sheet.

3.3.3 Costs hasbeen expressed in Indian Rupees in case of domestic as well as for
foreign Consultant. The payments shall be made in Indian Rupees by the National
Highways Authority of India and the Consultant themselves would be required to
obtain foreign currency to the extent quoted and accepted by National Highways
Authority of India. 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 keep equipments/ software(s) on rental basis use so as
to economize in their financial bid.

4. Submission of Proposals

4.1 The Applicants shall submit the proposal (Proof of Eligibility and Technical Proposal)
comprising the documents as mentioned under clause 3.1.1 and 3.2.3 respectively to
meet the requirements of ‘Proof of Eligibility’ and ‘Technical Proposal’online only. A
Consultant with “a Particular Team” may submit only one proposalof “proof of
eligibility (Part 1 Para 5.1 i, ii &vii)” and “Technical Proposal (Part II)” to NHAI 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
teamonly. The packages forwhich 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.

15
The document listed in para 3.1.1 (iv), (vi), (vii) shall be submitted in original by the
H-1 bidder to the Authority before issue of LOA.

4.2 The proposal must be prepared in indelible ink and must be signed by the
authorizedrepresentative of the consultants. The letter of authorization must be
confirmed by a written power of attorney accompanying the proposals. All pages of
the Proof of Eligibility and Technical Proposal must be initialed by the person or
persons signing the proposal.

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


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

4.4 Your proposal must be valid for the number of days stated in the Data Sheet from the
closing date of submission of proposal.

5. Proposal Evaluation

5.1 Stage I- Proof of Eligibility

The proposals would be evaluated by a Committee constituted by National Highways


Authority of India. 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 para1.8.2 above

In case answers to any of the above items is ‘No’ the bid shall be declared as non-
responsive and shall not be evaluated further.

A Consultant satisfying the minimum Eligibility Criteria as mentioned in the Data


sheet and who had submitted the above mentioned documents shall be declared
“pass” in Proof of Eligibility and the Technical Proposals of only those consultants
shall be opened and evaluated further.

5.2 Stage II- Technical evaluation

In the second stage the Technical proposal shall be evaluated as per the detailed
evaluation criteria given in Data Sheet.
16
A proposal securing 75 points shall be declared pass in the evaluation

Technical Proposal: The technical proposal should score at least 75 points out of
100 qualify for award of consultancy assignment.

5.3 Deleted
5.4 Deleted

5.5 Most Preferred Bidder (H-1).

For a particular package, a Consultant with a “particular Team” having the


maximumCombined 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 whobecome 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
availability of Residual DPR Bid Capacity of the bidderand the package with longer
length be awarded to the H-1 bidder.

5.6.1 Subject to the provisions of Clause 5.45, the Bidder whose BID is adjudged as
responsive. In case, two bidders have same technical score. The bidder then If H-1 is
‘Class-I Local Bidder' or has more local content, will be awarded the consultancy
assignment.

6. Performance Security

6.1 (i) The consultant will furnish within 15 days of the issue of Letter of Acceptance
(LOA), anunconditional Bank Guarantee equivalent to 10%of the total contract value
from a Nationalized Bank, IDBI or ICICI/ICICI Bank/Foreign Bank/EXIM Bank / Any
Scheduled Commercial Bank approved by RBI having a net worth of not less than
Rs.1000 crore as per latest Annual Report of the Bank.In the case of a Foreign Bank
(issued by a Branch in India) the net worth in respect of Indian operations shall only
be taken into account. In case of Foreign Bank, the BG issued by Foreign Bank should
be counter guaranteed by any Nationalized Bank in India. In case of JV, the BG shall
be furnished on behalf of the JV or by the lead member of the JVs for an amount
equivalent to 10% of the total contract value to be received by him towards
Performance Security valid for a period of three years beyond the date of completion
of services, or end of civil works contract, whichever earlier. The Bank Guarantee
will be released by National Highways Authority of India 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
National Highways Authority of India in this regard is issued. However, if
contract is foreclosed / terminated by National Highways Authority of India at
Inception Stage, with no fault of Consultant, Performance Security shall be
released within three months from date of foreclosure / termination.
17
(ii) As an alternative to the contents of Para 1.10 and Para 6.1 (i) above, a single
Bank Guarantee to cover for the performance of all projects under National
Highways Authority of India may also be deposited as tabulated below, at the
discretion of the consultant, instead of depositing separately again and again. The
Consultant may initially provide the Performance Security for a period of two years
provided that it shall procure the extension of the validity of the Performance
Security at least one month prior to the date of expiry thereof. Once the appropriate
single Bank Guarantee for Performance Security has been submitted by the
Consultant, the existing BGs shall be returned. The Bank Guarantee be submitted in
prescribed Performa.

Performance Security
Cumulative Value of Consultancy Fee as per
BG Value (in Rs. Crores.)
Contracts under NHAI) (in Rs. Cr)
0-10 0.25
10-20 0.50
20-30 0.75
30-40 1.00
40-60 1.50
60-80 2.00
80-100 2.50
100-200 4.00
Beyond 200 5.00

6.2 Further, in case where the bid of the successful consulting firm is less than 85% of the
average of all bids received, the successful consulting firm shall have to submit an
Additional Performance Security (APS) in the form of a Bank Guarantee for 30% of
the differential value between the successful bid and average of all the bids received.
The BG shall be valid for a period of 14 [12+2] months i.e.upto 2 months beyond the
expiry of the Contract of 12 months. The other requirements of APS are same as those
of Performance Security.

6.3 In the event the Consultant fails to provide the security within 15 days of date of LOA,
it may seek extension of time for a period of 15 (Fifteen) days on payment of damages
for such extended period in a sum of calculated at the rate of 0.05% (Zero Point Zero
Five Percent) of the Bid price for each day until the performance security is provided.
For the avoidance of doubt the agreement shall be deemed to be terminated on expiry
of additional 15 days time period.

6.4 Notwithstanding anything to the contrary contained in this Agreement, the Parties
agree that in the event of failure of theConsultant to provide the Performance Security
in accordance with the provisions of Clause 6.1 and 6.2 within the time specified
therein or such extended period as may be provided by the Authority, in accordance
with the provisions of Clause 6.3, all rights, privileges, claims and entitlements of the
Consultant under or arising out of this Agreement shall be deemed to have been
waived by, and to have ceased with the concurrence of the Consultant and the LoA
shall be deemed to have been withdrawn by mutual agreement of the Parties.
Authority may take action to debar such firms for future projects for a period of 1-2
year.

18
7. Penalty

The consultant will indemnify for any direct loss or damage that accrue due
todeficiency in services in carrying out Detailed Project Report. Penalty shall be
imposed on the consultants for poor performance/deficiency in service as expected
from the consultant and as stated in General Conditions of Contract.

8. Award of Contract

The Client shall issue letter of award to selected Consultant and ask the Consultant to
provide Performance Security as in Para 6 above. If the selected Consultant fail to
provide performance security within the prescribed time or the Consultant fail to
sign the Contract Agreement within prescribed time, the Client may invite the 2 nd
highest ranking bidder Consultant and follow the procedure outlined in Para 8 and 9
of this Letter of Invitation.

9. Signing of Contract Agreement

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

10. The Client shall keep the bidders informed during the entire bidding process and
shall host the following information on its website:

i) Notice Inviting Tender (NIT)


ii) Request For Proposal (RFP)
iii) Replies to pre-bid queries, if any
iv) Amendments/corrigendum to RFP
v) List of bidders who submitted the bids up to the deadline of submission
vi) List of bidders who did not pass the eligibility requirements, stating thebroad
deficiencies
vii) List of bidders who did not pass the Technical Evaluation stating the reasons.
viii) List of bidders along with the technical score,
ix) Final Score of qualified bidders
ix) Name of the bidders who is awarded the Contract

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

(a) Defines, for the purpose of this paragraph, the terms set forth below as follows:
(i) “corrupt practice” means the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the action of a
public official in the selection process or in contract execution;
(ii) “fraudulent practice” means a misrepresentation or omission of facts in
order to influence a selection process or the execution of a contract;
19
(iii) “collusive practices” means a scheme or arrangement between two or more
consultants with or without the knowledge of the Client, designed to
establish prices at artificial, non-competitive levels;
(iv) “coercive practices” means harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in a
procurement process, or affect the execution of a contract.
(b) will reject a proposal for award if it determines that the Consultant
recommended for award has, directly or through an agent, engaged in corrupt,
fraudulent, collusive or coercive practices in competing for the contract in
question;
(c) will declare afirm ineligible, either indefinitely or for a stated period of time, to
be awarded a contract if it at any time determines that the firm has engaged in
corrupt or fraudulent practices in competing for, or in executing, a contract; and
(d) will have the right to require that a provision be included requiring consultants
to permit the Employer to inspect their accounts and records relating to the
performance of the contract and to have them audited by authorized
representatives of Employer.”

12. Confirmation

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


submit a proposal.

Thanking you.

Yours Sincerely,

Regional Officer
National Highways Authority of India
2nd & 3rd floor, Vijay Krishna Plaza,
No-1, Lake Area, Mellur main Road,
Mattuthavani, Madurai – 625107.

Encl. as above

20
ANNEX-1

Details of the stretch proposed for DPR preparation


Consultancy Services for Preparation of DPR for (1) Four Laning of Project from
Existing Two lane with Paved Shoulder of Dindigul - Theni - Kumili section from Km
2/750 to Km 136/543 of NH-183 in the State of Tamil Nadu (Length - 133.793 Km), (2)
Four Laning of Project from Existing Two Lane with Paved Shoulders of Trichy –
Karaikudi section from Km 0/000 to Km 33/600 of NH-336, From Km 229/228 to Km
251/213 of NH-36 & From Km 0/000 to Km 25/469 of NH-536 in the State of Tamil
Nadu (Length - 81.054 Km) and (3) Four Laning of Project from Existing Two Lane with
Paved Shoulders from Km 2/350 to Km 16/690 & Km 29/850 to Km 80/133 of
Nagapattinam - Thanjavur Section of NH-83 (Old NH-67), Bypass to Tiruvarur Town
from Km 16/690 to Km 29/850 in the State of Tamil Nadu (Length - 77.783 Km).

S. Tentative Package
NH No. Section State
No. Length (in km) No.
1 2 3 4 5 6
Dindigul - Theni - Kumili
1 NH-183 section from Km 2/750 to Tamil Nadu 133.793 -
Km 136/543 of NH-183
Trichy – Karaikudi section
from Km 0/000 to Km
NH-336, 36 33/600 of NH-336, From Km
2. Tamil Nadu 81.054 -
& 536 229/228 to Km 251/213 of
NH-36 & From Km 0/000 to
Km 25/469 of NH-536
From Km 2/350 to Km
16/690 & Km 29/850 to Km
80/133 of Nagapattinam -
3. NH-83 Thanjavur Section of NH-83 Tamil Nadu 77.783 -
(Old NH-67), Bypass to
Tiruvarur Town from Km
16/690 to Km 29/850
Total Length 292.63

21
ANNEX-II
DELETED

22
DATA SHEET
I (References to corresponding paragraphs of LOI are mentioned alongside)

1. The Name of the Assignment and description of project as mentioned in Annex-


I (Ref. Para 1.1)

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

2. The name of the Client is :National Highways Authority of India

3. Duration of the Project: 365 days

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

Date: 07.08.2024

Time: 11:00 AM

Venue: NHAI Regional Office, Madurai

5 The Documents are:

i. Appendix-I: Terms of Reference (TOR)

ii. Appendix-II Formats for Proof of Eligibility

iii. Appendix-III: Formats for Technical Proposal

iv. Appendix-IV: Formats for Financial Proposal

v. Appendix-V: Detailed Evaluation Criteria

vi. Appendix –VI Draft Contract Agreement

vii. Appendix –VII DPR Checklist

viii. Appendix –VIIII Sample Executive Summary

(Ref. Para 2.1)

6. Deleted

7. Tax and Insurance (Ref. Para 3.3.2)

(i). The Consultants and their personnel shall pay all taxes (including Goods
&servicetax), 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


perClause3.4 of Draft Contract Agreement

(iii). Therisk and coverage shall be as per Clause 3.5 of Draft Contract Agreement.

8. Deleted

23
9. Deleted

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

Date 26.08.2024

Time 11:00 Hrs IST

Address NHAI, RO-Madurai

(Ref. Para 4.4)

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

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

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

Table-1: Minimum Eligibility Requirements

Sr. Minimum experience and performance of Preparation of DPR


Annual
No. of Highways / Bridges in the last 7 years(NH/SH/Equivalent)
Average
(for past performance attach undertaking for any litigation
turnover
history/ and arbitration).

1 A Firm applying for a package should have Experience of Annual


preparation of Detailed Project Report of two/four/six lane / average
Feasibility of Two/ four/ six lane projects of aggregate length equal turnover for
to the indicative length of the package (i.e. 100 km if the indicative last 5 years
length of the package is 100 km). Firm should have also prepared of the firm
DPR for at least one project of 2/4/6 laning of minimum 40% of should be
the indicative length of thepackage (i.e. 40 km if the indicative equal to or
length of thepackage is 100 km)or Feasibility Study of more than
two/four/six laning of minimum 60% of the indicative length of Rs.5.00
the package (i.e. 60 km if the indicative length of the package is 100 Crores.
Km)
Note: The experience of a firm in preparation of DPR for a private
concessionaire/contractor shall not be considered.

(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 fulfil atleast 50% of all eligibility
requirements.

(iii) If the applicant firm has / have prepared the DPR/FS projects solely on its
own, 100%weightage shall be given. If the applicant firm has prepared the
DPR/FS projects as a lead partner in a JV, 75% weightage shall be given. If the
applicant firm have prepared the DPR projects as the other partner (not lead
partner) in a JV 50% weightage shall be given. If the applicant firm have
prepared the DPR/FS projects as an associate, 25% weightage shall be given.

(iv) Similar project means 2/4/6 lane as applicable for the project for which RFP
is invited. For 2-lane projects experience of 4/6 lane also to be considered
with a multiplication factor of 1.5. Experience of 4/6 lane shall be considered
interchangeably for 4/6 laning projects. For 4/6 laning projects, experience of

24
2 lane will be considered with a multiplication factor of 0.4, but only for those
2 lane projects whose cost of consultancy services was more than Rs.1.0 crore

12.2 Second stage technical evaluation (Refer 5.2)

S.No. Description Points


Firm’s Profile, turnover and professionals working with the
A1 10
firm
A2 Firm's relevant experience in last 7 years for DPR work 30
Material testing, survey & investigation, equipment and
B1 5
software proposed to be used
Experience in use of technology for road inspection in
B2 5
supervision work/quality/safety audit
Qualification and Relevant experience of the proposed key
C 50
personnel

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

For standard highways, the following is the break-up:

A1 Firm’s Profile, turnover and professionals working with the firm (10)

S. Description Max Sub-


No. Points Points

1 Nos. of Key Professionals with the firm for more than 3 5


years*
1.1 <10 0
1.2 >10 but ≤25 1.5
1.3 >25 but ≤40 2.5
1.4 >40 but ≤60 3.5
1.5 >60 5
Note* The key professionals who possess degree in
Civil Engineering/Transport Planning /Transport
Economics/Traffic Management/Geology/
Environment Science or Engineering and 8 years’
experience in highway/bridge/tunnel with
employment in the firm for more than three year. The
current Employment Certificate shall be uploaded by
Key Personnel on INFRACON. The Head Office of the
Consultant should also have at least 3 Sr Highway
Design Engineer, 2 Senior Pavement/material
Specialist, 2 Senior Bridge design Engineer, 2
geotechnical Engineer and 2 Traffic/Road Safety Expert
on employee roll to be eligible for marks in this criteria.

25
2 Specific experience of firms in terms of turnover in 5
last three Financial Years
2.1 Firm’s Average Turnover of last 5 years >250 crore 5
2.2 Firm Average Turnover of last 5 years 50-250crore 4
2.3 Firm Average Turnover of last 5 years ->5 but <50crore 3.5
Total 10

A2 Firm's relevant experience in last 7 years for DPR work (30)

For standard highways, the following is the break-up:

Max Sub-
S.No. Description
Points Points
1 Specific experience of the DPR consultancy related to the 30
assignment for eligibility in last 7 Financial Years
1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 10
lane NH/SH/Expressway projects
1.1.1 More than the indicative Length of the package applied 3.5
for
1.1.2 More than 2 times the indicative length of the package 4.5
applied for
1.1.3 More than 3 times the indicative length of the package 5
applied for
1.1.4 More than 4 times the indicative length of the package 6.5
applied for
1.1.5 More than 5 times the indicative length of the package 8.5
applied for
1.1.6 More than 6 times the indicative length of the package 10
applied for
1.2 DPR for 2/4/6 laning NH/SH/Expressway projects 15
each equal to or more than 40% of indicative length
of a package applied for (or Feasibility Study for
2/4/6 laning NH/SH/Expressway projects each
equal to or more than 60 % of indicative length of a
package applied for
1.2.1 1project 7.5
1.2.2 2 projects 9
1.2.3 3 projects 11
1.2.4 4 projects 12.5
1.2.5 >=5 projects 15
2 DPR of Major Bridges/ROBs having length more than 5
1000 m (excluding approaches)
2.1 2 bridge 3.5
2.2 3 bridges 4.0

26
Max Sub-
S.No. Description
Points Points
2.3 4 bridges 4.5
2.4 ≥5bridges 5.0

Note: In case feasibility study is a part of DPR services the experience shallbe counted in
DPR only. In case bridge is included as part of DPR of highway the experience will be
counted in both (1) and (2).

B. Material testing, survey and investigation, equipment and software


proposed to beused (5)

S. Max Sub-
No. Description Points Points
1 Availability of minimum Material Testing Facilities 0.75
with persons/resources having operational skills of
the equipment – (as per details given below the table)
1.1 Owned* (Available In House) or Outsourced (Hire 0.75
basis/Through Associate) supported by MOU / lease
Agreement
1.2 Not available 0
* Shall be ascertained through the ownership evidence uploaded on INFRACON
in regard to major equipment required for testing of materials to be used for
construction of Highway Project.
2 Availability of minimum Field Investigation Facilities 0.50
with persons/resources having operational skills of
the equipment (as per details given below the table)
2.1 Owned** (Available In House) or Outsourced (Hire 0.50
basis/Through Associate) supported by MOU/lease
Agreement
2.2 Not available 0
**Shall be ascertained through ownership evidence uploaded on INFRACON
for construction of Highway Project.
3 Availability of minimum Office Equipment and 0.75
Software with persons/resources having operational
skills of the equipment (as per details given below the
table)
3.1 Owned*** (Available In House) or Outsourced (Hire 0.75
basis/Through Associate) supported by MOU/lease
Agreement
3.2 Not available 0
***Shall be ascertained through ownership evidence uploaded on INFRACON
for key hardware/software required for Highway consultancy assignment.
4 Experience in use of LiDAR or better technology for 1.25
topographic survey (Infrastructure sector) in last 7
Financial Years
27
S. Max Sub-
No. Description Points Points
4.1 1project 0.25
4.2 2 projects 0.50
4.3 3 projects 0.75
4.4 4 projects 1.00
4.5 ≥ 5 projects 1.25
5 Experience in using GPR and Induction Locator or 1
better technologies for detection of sub-surface utilities
(Infrastructure sector) in last 7 Financial Years
5.1 1 project 0.25
5.2 2 projects 0.50
5.3 3 projects 0.75
5.4 ≥ 4 projects 1.0
6 Experience in digitization of cadastral maps for land 0.75
surveys in last 7 Financial Years
6.1 Area upto 100 ha 0.25
6.2 Area between 100-500 ha 0.50
6.3 Area >500ha 0.75

List of minimum essential equipment which the firm must possess for securing
marks in respective categories:

Material Testing Facilities (All should be available to be eligible for full marks)
a. Aggregate testing facility including flakiness index, elongation index, abrasion,
impact, crushing, stripping value, unconfined compressive strength, setting time.
b. Soil testing facility including Atterrberg limits, soil classifications, moisture
content, density, CBR value.
Field Investigation Facilities (All should be available to be eligible for full marks)
a. Benkelman Beam ore quivalent/ better
b. Roughometer or equivalent/ better
c. DGPS and Total station with appropriate software or equivalent/better
Office Equipment and Software (All should be available to be eligible for full
marks)
a. Office equipment setup including Computer, plotter, A0 printer, etc.
b. MX/MOSS or equivalent/better software for road design
c. AutoCAD
d. STAAD or equivalent/better

28
Note: The experience of firm in Lidar or equivalent technology, GPR and Induction
Locator or equivalent technologies and Experience in digitization of cadastral maps
for land acquisition shall be supported by experience certificate. The experience of a
firm in Lidar or equivalent technology, GPR and Induction Locator or equivalent
technologies and Experience inDigitization of cadastral maps for landacquisition for a
private concessionaire/contractor shall be considered only if the experience
certificate is authenticated by the concerned competent Government
department/authority. Incase of overseas experience the weightage to be assigned to
the certificate for experience in use of the equipment, a self-certificate followed by the
client certificate with Apostille Certificate may be accepted.

B2 Experiencee in use of technology (5)

S. Max Sub-
No Description
Marks Points
1 Experience of Aerial LiDAR or equivalent technology 1.5
for topographic survey (Infrastructure sector) with
persons/resources having operational skills of the
equipment with the firm Experience through owned or
outsourcedequipmentsupportedbyMOU/lease
Agreement
(i) 1 project 0.5
(ii) 2 projects 1
(iii) >2 projects 1.5
1
Experience of using Geo Physical Survey Equipment
2
(Seismic Reflection / Seismic Refraction / Electrical
Resistivity / AEM etc.) for subsurface investigation
with thefirmthroughownedoroutsourcedequipment
supportedbyMOU/leaseAgreement
(i) 1 Project 0.5
(ii) >1 Projects 1
3 Experience of use of advanced structural health 1.5
monitoring systems which consists of accelerometers,
Sensors, inclinometers, anemometer, Load measuring
pin etc. with software to analyze the data and infer the
structural health and residual life.The experience can
be through owned or outsourced equipment &
software supported by MOU / lease Agreement.
(i) 1-2 Major Bridges 0.5
(ii) 3-5 Major Bridges 1
(iii) >5 Major Bridges 1.5
4 Availability and experience in Processing of satellite 1
imagery for the creation of Digital Elevation Model
(DEM) and Digital Terrain Model (DTM) with the firm
through
ownedoroutsourcedequipmentsupportedbyMOU/lease
Agreement
(i) 1 Project 0.50
(ii) >1Projects 1.00
Total 5
29
* Ownership Shall be ascertained through the ownership evidence.

Notes:

(i) The Consultants owning the equipment shall be required to submit proof of
ownership.

(ii) The experience of firm/associate in use of technology shall be supported by


experience certificate. The experience of a firm/associate for a private concessionaire/
contractor (client) shall be considered on self-certification along with the client
certificate of Government agencies not below the rank of EE/PD/GM or equivalent
officer. In case of overseas experience the weightage to be assigned to the certificate
for experience in use of the equipment, a self-certificate followed by the client
certificate with Apostille Certificate may be accepted. Any false certification shall
attract provisions of Clause 1.8, Section -2 (letter of Invitation) read with Clause
2.9.1(g) of GCC.

C. In case, ownership document of equipment Consultancy/Associate firm is found to be


false,

(i) The consultancy/Associate firm, as the case may be, shall be put on holiday listing
(temporary debarment) for a period of 12 months.

D. Qualification and relevant experience of the proposed key personnel (50)

The weightage for various key staff is as under:

S.No. Key personnel Proposed Points


1 Team Leader cum Senior Highway Engineer 10
2 Senior Bridge DesignEngineer 8
3 Highway Design Engineer 6
4 Traffic/Road Signage/ Marking and Safety Expert 5
5 Environmental Specialist 4
6 Material-cum-Geo-technicalEngineer 5
7 Senior Survey Engineer 4
8 Quantity Surveyor/Documentation Expert 2
9 Land Acquisition Expert 4
10 Utility Expert 2
Total 50

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
30
DELETED

13. The common currency is “Indian Rupee”. (Ref. Para 3.3.3)

Consultant have to quote in Rupees both for domestic Consultant as well as Foreign
Consultants

14. Commencement of Assignment (Date, Location): The Consultants shall commence


theServices 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)

31
APPENDIX-I

TERMS OF REFERENCE (TOR)


Consultancy Services for Preparation of DPR for (1) Four Laning of Project from
Existing Two lane with Paved Shoulder of Dindigul - Theni - Kumili section from Km
2/750 to Km 136/543 of NH-183 in the State of Tamil Nadu (Length - 133.793 Km), (2)
Four Laning of Project from Existing Two Lane with Paved Shoulders of Trichy –
Karaikudi section from Km 0/000 to Km 33/600 of NH-336, From Km 229/228 to Km
251/213 of NH-36 & From Km 0/000 to Km 25/469 of NH-536 in the State of Tamil
Nadu (Length - 81.054 Km) and (3) Four Laning of Project from Existing Two Lane with
Paved Shoulders from Km 2/350 to Km 16/690 & Km 29/850 to Km 80/133 of
Nagapattinam - Thanjavur Section of NH-83 (Old NH-67), Bypass to Tiruvarur Town
from Km 16/690 to Km 29/850 in the State of Tamil Nadu (Length - 77.783 Km).

Terms of Reference for Consultancy Services (TOR)

1. General

1.1 The National Highways Authority of India has been entrusted with the assignment of
Preparation of DPR (1) Four Laning of Project from Existing Two lane with Paved
Shoulder of Dindigul - Theni - Kumili section from Km 2/750 to Km 136/543 of
NH-183 in the State of Tamil Nadu (Length - 133.793 Km), (2) Four Laning of
Project from Existing Two Lane with Paved Shoulders of Trichy – Karaikudi
section from Km 0/000 to Km 33/600 of NH-336, From Km 229/228 to Km
251/213 of NH-36 & From Km 0/000 to Km 25/469 of NH-536 in the State of
Tamil Nadu (Length - 81.054 Km) and (3) Four Laning of Project from Existing
Two Lane with Paved Shoulders from Km 2/350 to Km 16/690 & Km 29/850 to
Km 80/133 of Nagapattinam - Thanjavur Section of NH-83 (Old NH-67), Bypass
to Tiruvarur Town from Km 16/690 to Km 29/850 in the State of Tamil
Nadu (Length - 77.783 Km). National Highways Authority of India now invites
proposal from Technical consultants for carrying out detailed project report as per
details given in Annexure-1.

1.2 NHAI will be the employer and executing agency for the consultancy services and the
standards of output required from the appointed consultants are of international
level both in terms of quality and adherence to the agreed time schedule. The
consultancy firm will solely be responsible for submission of quality work in
stipulated period.

1.3 Ministry has recently awarded works of consultancy services for construction of ROBs
for replacing level crossings in various states. In case a level crossing exists in a
project reach, consultant is required to co-ordinate with those consultants and
finalize the alignment & configuration of road accordingly. However, if the same is not
covered in the above assignment of DPR/feasibility study awarded by Ministry, the
consultant under this assignment shall be responsible for preparing DPR for such
level crossings.

2. Objective

2.1 The main objective of the consultancy service is to establish the technical, economical,
and financial viability of the project and prepare detailed project reports for
Consultancy Services for Preparation of DPR for (1) Four Laning of Project from
Existing Two lane with Paved Shoulder of Dindigul - Theni - Kumili section from

32
Km 2/750 to Km 136/543 of NH-183 in the State of Tamil Nadu (Length -
133.793 Km), (2) Four Laning of Project from Existing Two Lane with Paved
Shoulders of Trichy – Karaikudi section from Km 0/000 to Km 33/600 of NH-
336, From Km 229/228 to Km 251/213 of NH-36 & From Km 0/000 to Km
25/469 of NH-536 in the State of Tamil Nadu (Length - 81.054 Km) and (3) Four
Laning of Project from Existing Two Lane with Paved Shoulders from Km 2/350
to Km 16/690 & Km 29/850 to Km 80/133 of Nagapattinam - Thanjavur Section
of NH-83 (Old NH-67), Bypass to Tiruvarur Town from Km 16/690 to Km
29/850 in the State of Tamil Nadu (Length - 77.783 Km).

2.2 The viability of the project shall be established taking into account the requirements
with regard to rehabilitation, upgrading and improvement based on highway design,
pavement design, provision ofservice roads wherever necessary, type of intersections,
rehabilitation and widening of existing and/or construction of new bridges and
structures, road safety features, quantities of various items of works and cost
estimates and economic analysis within the given time frame.

2.3 The Detailed Project Report (DPR) would inter-alia include detailed highway design,
design of pavement and overlay with options for flexible or rigid pavements, design of
bridges and cross drainage structures and grade separated structures, design of
service roads, quantities of various items, detailed working drawings, detailed cost
estimates, economic and financial viability analyses, environmental and social
feasibility, social and environmental action plans as appropriate and documents
required for tendering the project on commercial basis for international / local
competitive bidding.

2.4 The DPR consultant should ensure detailed project preparation incorporating aspects
of value engineering, quality audit and safety audit requirement in design and
implementation. The Consultant shall ensure to carry out Road Safety Audit at various
stages as per supplement-III (Additional Requirement for Safety Audit) of TOR.

2.5 The consultant should, along with Feasibility Report, clearly bring out through
financial analysis the preferred mode of implementation on which the Civil Works for
the stretches are to be taken up. The consultant should also give cost estimates along
with feasibility report/ detailed Project Report.
2.6 If at inception stage or feasibility stage, employer desires to terminate the contract,
the contract will be terminated after payment up to that stage.
3. Scope of Services
The general scope of services is given in the sections that follow. However, the entire
scope of services would, inter-alia, include the items mentioned in the Letter of
Invitation, terms of reference, general contract and any supplements and appendices
to these documents.
3.1 RoW and Land related aspects
3.1.1 The Right of Way norms for National Highways should be as under:

(i) Expressways 90 m
Economic Corridors and major National Highways requiring
(ii) 70 m
provisions for Service Roads and planned for expansion to 8-lanes
(iii) National Highways with planed capacity to 6-lane Configuration 60 m
(iv) National Highways with planned capacity to 4-lane 45 m
NH with planned capacity to two-lane + PS configuration requiring
(v) 30 m
provision of Service Roads

33
3.1.2 In case of upgradation of an existing two lane Highway to a 4/6/8 lane configuration,
a comparative cost-benefit analysis shall necessarily be carried out while
recommending development of existing route/alignment vis-a-vis alternate option of
a green –field alignment. While carrying out the cost benefit analysis of both the
options, the following factors shall be considered:
(i) Extant of land acquisition and the associated costs;
(ii) Number of structures required to be acquired along their extant and costs.
(iii) The quantum of utilities and costs required for their shifting .
(iv) The extent of tree –felling and the associated cost & time for obtaining the
requisite permissions.
3.1.3 However, green-field option may not be resorted to in cases where growth of traffic is
such that ultimate capacity does not require widening beyond 4 lanes in future.
3.1.4 In case the green field alignment option works out to be a preferred option, then-
(i) Entire ROW (60m -70m) may be acquired for a maximum capacity of 8 lane
main carriage way with provision for service roads.
(ii) Initially 4 lane carriage-way with 4lane structures shall be developed with
additional land left in the median for future expansion.
(iii) The highway shall have provision for service roads in inhabited areas,
preferably of 10 mtrs width, with maximum access–control for the main
carriage way.
(iv) Access to the towns/cities/establishments located on the existing National
Highway, may be provided through spurs from the green field route.

3.1.5 All efforts shall be made to avoid any road alignment through National Parks and
Wildlife Sanctuaries, even if it requires taking a longer route / bypass. However,
where it becomes absolutely unavoidable and necessary to keep the alignment
through such reserve forest / restricted areas, land would be acquired with RoW of
not more than 30 mtrs.

3.1.6 Similarly, though it may be difficult, while determining the alignment for any bypass,
efforts be made to see if these could be along the revenue boundaries of two revenue
estates thereby minimizing the compulsions of land owners / farmers for cross-overs
to the other side. In case such an alignment is not found feasible, it should be ensured
that access to common facilities for the local people (e.g. schools, Healthcare facilities
etc.) is maintained only on one side of the alignment, thereby minimizing the need for
cross-over for day-to-day life.

3.1.7 Protection of the acquired RoW against any possible encroachments is extremely
important. Boundary stones be provided at the end of the RoW as per provisions of
IRC:SP:84 and also supplemented as per Circular dated 08.12.2015 issued by National
Highways Authority of India. The boundary pillars alone, which are subject to
removal with passage of time, may not be enough to save against encroachments. As
such, the typical cross-section of a Highway Road is being re-visited separately with
the intention of providing permanent features in this behalf. For a typical RoW of 60
mtrs, starting from one end, these will require the following:

(a) Use barricading of the RoW with plantation of hedge-like species (Ficus /
Poplars) within a 3m wide strip area, dug up to 0.6 to 0.9 mtrs, of which
2.0mtrs to serve as a Utility Corridor.

34
(b) Provision of a Service Road (along the inhabited area) with its drainage slope
towards the drain / area reserved for Strip Plantation, for a width of 9.0 mtrs.

(c) Earmark width of 1.5 mtrs for construction of a drain so as to be able to


capture the rainwater flow from the Service Road (wherever provided) and
the main carriageway.

(d) Three lane with paved shoulders: Main carriageway – 10.5 mtrs, paved
shoulder – 2.5 mtr and earthen shoulder – 1.5mtr.

(e) Median – 5.0 mtrs (effective width 4.5 m), and

(f) A Mirror Image on the other end.

3.1.8 With regard to land acquisition, tree felling, utility shifting across the alignment,
Ministry’s Guidelines issued vide letter no. NH -15017/21/2018-P&M dated 10th May,
2018, or any amendment thereof, may be adhered to.

3.2 Provisions of short bypasses, service roads, alignment corrections, improvement of


intersections shall be made wherever considered necessary, practicable and cost
effective. However, bypasses proposals should also be considered, wherever in urban
areas, improvement to 4/6 lane of the existing road is not possible.

3.3 Role and Responsibilities at different stages of Land Acquisition

The Consultant in the process of his deliverables, is expected to:

(i) To delineate and propose the most optimal alignment and take care of
geometrics of the road to meet safety parameters while finalizing the DPR;
(ii) Identify and avoid (to the extent feasible) all such structures(religious
structures, public utilities cremation grounds, private structures) in the RoW
of the road project that could become major hindrances at the time of project
execution;
(iii) Procure or create digitized, geo referenced cadastral/land revenue maps for
the purpose of land acquisition activities. Where state governments of local
agencies have already digitize cadastral maps, the consultant shall arrange to
procure such maps. The digitized map should exactly match the original map
so that the dimensions and area of plots can be extracted from the map itself.
(iv) Co-ordinate collection of all relevant land revenue records (including Khasra
maps, Khatiyan, Jamabandi etc.) from the local land revenue administration
office required for preparation of Draft notification under Section 3A of the NH
Act. DPR Consultants to utilize Local Government Directory (LGD) Codes for
DPR Preparation and for GIS-Based Land Acquisition Plans (LAPs) as per
NHAI, HQ letter no.LADIV-11016/1/2024-LA DIVISION/E-250727_107115
dated 30.05.2024 (copy enclosed).
(v) Identify and list all land parcels that need to be acquired as part of project
road. Conduct Joint measurement survey in conjunction with CALA, the
Executing Agency and the Land Revenue Department to verify land records.
(vi) Assist the CALA and the Project Executing agency in preparation of statutory
notification under Sections 3A, the CALA during hearing of objections received
under Section 3C, recording of hearings and completion of this process,
preparation of draft notification under Section 3D and completion of the LA
process at every stage, timely publication of notifications and public notices in
newspapers at every stage;
(vii) Clear identification and preparation of an inventory of the assets attached to
35
the land under acquisition (e.g. Structures, trees, crops or any such assets
which should be valued for payment of compensation);
(viii) Co-ordination with offices of various departments like Land Revenue Office
(or Tehsil), Registrar office and other State departments (public works
department, horticulture department, forest department etc.) for evaluation of
assets (Structures, tree, crops etc.) attached to the land and liaison with
respective State authority for authentication of the valuation.
(ix) Prepare and inventory of all the utilities (electrical/water supply lines/gas
pipelines etc.–
(x) both linear and cross overs) and all such structures (religious structure, public
utilities, cremation grounds, private structures) in the RoW of the road project
that could become major hindrances at the time of project execution;
(xi) Carefully avoid location of any Flyover/VUP/elevated structure where a high
tension electricity line (66/132/220/400 KV etc.) is crossing over so as to
avoid raising of such line at such point, while designing the road projects;
(xii) Assist in demarcation of the acquired land and installation of the boundary
stones/pillars/peg makings along the RoW of the alignment;
(xiii) Identification of land parcels missed out from acquisition in the first round
and assist the Authority and the CALA in preparation of Draft Notification for
acquisition of the land under missing plots.
(xiv) All Land Acquisition (LA) shall be done through empanelled LA agencies.
However, payment to such LA agencies would be made by the DPR
consultants. However, the responsibility of Deliverables shall be solely that of
the DPR Consultant. Alternatively, in case the Consulting Firm itself satisfies
the criteria of empanelment or is itself empanelled as LA agency, then there is
no need to engage any other empanelled LA Agency. Financial proposal of
given the RFP is inclusive of the implications for support team for CALA.
Registration and empanelment of the LA Agencies shall be done by NHAI. The
rolling portal for the same shall be available throughout the year without any
closing date for the purpose of registration and the evaluation. The
empanelment criteria for LA consultants is described as under:
a) Total Experience of Land Acquisition for Any Central/State Government
Agency in last 7 Financial Years: More than 1000 Hectares
b) Total Experience of Land Acquisition for Any Central/State Government
Agency under NH Act in last 7 Financial Years: More than 225 Hectares
c) Experience in digitization of cadastral maps for land surveys in last 7
Financial Years: More than 100 Hectares
d) Has atleast 5 on-roll Land Acquisition Experts in form of Retired or Ex-
Patwari Naib Tahsildars/ Tahsildars /SDM/ADMs (or equivalent State
Government Designations) and senior Officers with at least 10 years of
experience in their respective Post
e) Has defined LA sub-professional team on the regular roll of at least 25
people (Excluding Experts) in the last 3 Financial Years
f) Should have average annual Turnover of Atleast 2.5 Crores in last 3
Financial Years.
g) Experience of each member of JV shall be considered in proportion to the
JV share give in the Joint Bidding Agreement.
h) Empanelment shall only be of a sole firm and not of any JV or Associate.

36
Note: Till the Empanelment process of LA Agencies has been completed by
NHAI, the DPR consultant shall utilise the services of such agencies which fulfil
the above said criteria which shall be verified by Authority before
commencement of the consultancy assignment

3.4 Approach to the provision and specifications for Structures:

3.4.1 The structures on roads viz. Bridges, ROBs (Road Over Bridges, and Flyovers), RUBs
(Road Under Bridges) etc. are designed for more than 50 years. It is difficult to
increase the width of the structures at a later date which may also have larger
financial implications apart from construction related issues in running traffic.
Therefore, it has been decided to keep provision for all the structures including
approaches comprising of retaining structures as 6-lane (length of such approaches
shall, in no case, be less than 30m on either side) on all the four-lane highways except
in the following cases (i) Reserve Forest (ii) Wild life Areas (iii) Hilly Areas (iv) Urban
Areas where site condition do not permit this.Wherever elevated sections are
designed through any inhabited areas, these should be six-lane structures supported
on single piers so that the road underneath serves as effective service roads on both
sides.

3.4.2 Highway projects shall be designed for separation of local traffic especially for
Vulnerable Road Users (VRUs), for longitudinal movements and crossing facilities
through viaduct(s) located at convenient walking distance. Provision of PUPs and
CUPs with size of 7.0m x 3.0m, as specified in para 2.10 of the IRC specifications, has
proved to be insufficient keeping in view the increased use of mechanization in
agriculture practices. These structures do not support the easy passage / crossing for
the tractors with trolleys so often used for agricultural operations. As traffic on cross
roads is increasing day-by-day, it has been decided to substitute the provision of
Pedestrian Underpass (PUP) / Cattle Underpass (CUP) [for para 2.10 of IRC specifies
the dimensions of 7.0m x 3.0m] with aLVUP with a minimum size of 12 (lateral
clearance) x 4m (vertical clearance). Out of 12m lateral width, 2.5m width on one
side shall be raised for pedestrian sidewalks with grills to make pedestrian
movement convenient and safe. A third smaller dimension VUP-SVUP (4m*7m) for all
cross roads carriageway width lesser than 5.5m may also be considered. Thus VUPs
would be of three grades i.e.VUP - 5.5m x 20m ; LVUP - 4m x 12m ; and SVUP - 4m x
7m These structures shall be located at the most preferred place of pedestrian /
cattle / day-to-day crossings. Depending on the site conditions, feasibility of
clubbingthe crossing facilities through service roads shall also be explored. Further,
the bed level of these crossings shall not be depressed as any such depression, in the
absence of proper drainage facilities becomes water-logged rendering the same
unusable. Ideally, the bed level of the crossings should be a bit higher with proper
connectivity to a drain, which could serve the drainage requirements of the main
carriageway, the underpass and the service road as well.

3.4.3 Wherever the alignment of 4-lane Highway road project is retained in-situ while
passing through inhabited areas (e.g. villages), it should be ensured that Service
Roads are provided on both sides of the carriageway, connected underneath with a
cross-over structure (VUP/LVUP/SVUP). Thus each habitation should preferably
have crossing facility at the highways with a vertical clearance of 4 mtrs.

3.4.4 To ensure that bypass once constructed serves the intended purpose during its life,
37
all the bypasses shall be well designed and access controlled. The entry / exit from /
to side roads shall be controlled such that they are grade separated at major roads or
at spacing not less than 5 kms. Side roads at closer spacing shallbe connected to the
service roads on either side and taken to major roads forprovision of grade separated
interchange.

3.5 The provision of embankments shall be kept minimum so as to save land as well as
earth which are scarce resources. This can be decided on case to case basis with due
deliberations. However, economic considerations may also be given due weightage
before deciding the issue.

3.6 The Consultant shall study the possible locations and design of toll plazaif applicable
to the project.Wayside amenities Land (minimum 5 acres, length and depth
preferably in the ratio of 3:2) shall also be acquired for establishment of Way-side
amenities at suitable locations at distances varying between 30 to 50 kms on both
sides of the Highway.The local and slow traffic may need segregation from the main
traffic and provision of service roads and fencing may be considered, wherever
necessary to improve efficiency and safety.

3.7 The Consultant will also make suitable proposals for widening/improvement of the
existing road and strengthening of the carriageways, as required at the appropriate
time to maintain the level of service over the design period. The Consultants shall
prepare documents for EPC/PPP contracts for each DPR assignment.

3.8 All ready to implement ‘good for construction’ drawings shall be prepared
incorporating all the details.

3.9 Environmental Impact Assessment, Environmental Management Plan and


Rehabilitation and Resettlement Studies shall be carried out by the Consultant
meeting the requirements of the lending agencies like ADB/ World Bank/JICA, etc.

3.10 Wherever required, consultant will liaise with concerned authorities and arrange all
clarifications. Approval of all drawings including GAD and detail engineering
drawings will be got done by the consultant from the Railways. However, if Railways
require proof checking of the drawings prepared by the consultants, the same will be
got done by National Highways Authority of India and payment to the proof
consultant shall be made by National Highways Authority of India directly.
Consultant will also obtain final approval from Ministry of Environment and Forest
for all applicable clearances. Consultant will also obtain approval for estimates for
shifting of utilities of all types from the concerned authorities and National Highways
Authority of India . Consultant is also required to prepare all Land Acquisition papers
(i.e. all necessary schedule and draft 3a, 3A, and 3D, 3G notification as per L.A. act) for
acquisition of land either under NH Act or State Act.

3.11 The DPR consultant may be required to prepare the Bid Documents, based on the
feasibility report, due to exigency of the project for execution if desired by National
Highways Authority of India.

3.12 Consultant shall obtain all types of necessary clearances required for implementation
of the project on the ground from the concerned agencies. The client shall provide
the necessary supporting letters and any official fees as per the demand note issued
by such concernedagenciesfromwhomtheclearancesarebeingsoughttoenable
implementation.

3.13 The consultant shall prepare separate documents for BoT as well as EPC contracts at
Feasibility stage / DPR stage. The studies for financing options like BoT, Annuity, EPC
will be undertaken in feasibility study stage.
38
3.14 The consultant shall be guided in its assignment by the Model Concession/ Contract
Agreements for PPP/ EPC projects, as applicable and the Manual of Specifications
and Standards for two/ four/ six laning of highways published by IRC (IRC:SP:73 or
IRC:SP:84 or IRC:SP:87, as applicable) along with relevant IRC codes for design of
long bridges.

3.15 The consultant shall prepare the bid documents including required schedules (as
mentioned above) as per EPC/ PPP documents. For that it is suggested that
consultant should also go through the EPC/PPP documents of ministry before
bidding the project. The Consultant shall assist the National Highways Authority of
India and the Legal Adviser by furnishingclarifications as required for the financial
appraisal and legal scrutiny of the Project Highway and Bid Documents.

3.16 Consultant shall be responsible for sharing the findings from the preparation stages
during the bid process. During the bid process for a project, the consultant shall
support the authority in responding to all technical queries, andshall ensure
participation of senior team members of the consultant during all interaction with
potential bidders including pre-bid conference, meetings, site visits etc. In addition,
the consultant shall also support preparation of detailed responses to the written
queries raised by the bidders.

4. General

First, the Feasibility Study of the project shall have to be completed then only the consultancy
assignment shall be taken to DPR stage after specific instructions from Authority based on the
outcome of the feasibility study. The Duration of entire assignment shall be 12 months which
can be reduced only in compelling circumstances with approval of National Highways
Authority of India . The broad components of Feasibility Study and DPR Study are (but not
limited to) the following:

Part-I: Components of Feasibility Study (To be completed in First 3 Months):


1. Traffic Study including axle load surveys
2. Alignment Options after verification through PMG Gati Shakti Portal
3. Topographical Study
4. Broad Structural features including lane configuration
5. Lane Configuration and intersections/junctions/Service Roads
6. Utility Shifting Requirement along with Tentative Estimates
7. Forest/Environmental/CRZ Clearance Requirement
8. Tentative/Normative Cost estimate with reasonable accuracy
9. Land Acquisition Tentative cost assessment
10. Financial Feasibility of the Project for Authority from Socio-Economic
Prospect and strictly in Financial Prospects (for both flexible & rigid pavements).
11. Proposing Mode of Contract Execution-EPC/HAM/BOT (Toll)/BOT (Annuity).

Note: The consultancy assignment shall be taken to DPR stage only after specific
instructions from Authority based on the results of the feasibility study.

Part-II Components of DPR Study (To be started from 4th Month onwards):

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

39
2. Detailed Geotechnical Investigations
3. Hydrological Investigations
4. Detailed Pavement & Embankment Design and Costing (showing different
alternatives with cost comparison)
5. Detailed Structural Design
6. Detailed Designs of intersection
7. Road Furniture & Traffic Signage Plan
8. Drainage Plan
9. GIS mapping of ROW with sub-meter accuracy
10. Land Acquisition Activities (including laying of Row Boundary Stones)
11. Utility Shifting Estimates and relocation plan
12. Activities for obtaining Forest/Environmental/CRZ Clearance/Tree Cutting
Permission.
13. Detailed Cost Estimation and comparison with normative costs
14. Tolling Scheme
15. ATMS scheme
16. Proofing of All Traffic Studies for the selected alignment
17. Financial Feasibility of the Project for Authority from Socio-Economic
Prospect and strictly in Financial Prospects (with detailed cost analysis)
18. Proposing Mode of Contract Execution-EPC/HAM/BOT (Toll)/BOT (Annuity)

4.1 Primary Tasks

General Scope of Services shall cover but be not limited to the following major tasks
(additional requirements for Preparation of Detailed Project Report for Hill Roads
and Major Bridges are given in Supplement I and II respectively):

i. Review of all available reports and published information about the project
road and the project influence area;
ii. Environmental and social impact assessment, including such as related to
cultural properties, natural habitats, involuntary resettlement etc.
ii(a). Public consultation, including consultation with Communities located along
the road, NGOs working in the area, other stake-holders and relevant
Governmentdepartments at all the different stages of assignment (such as
inception stage, feasibility stage, preliminary design stage and once final
designs are concretized).
iii. DetailedReconnaissance;
iv. Identification of possible improvements in the existing alignment and
bypassing congested locations with alternatives, evaluation of different
alternatives comparison on techno-economic and other considerations and
recommendations regarding most appropriate option;
v. TrafficstudiesincludingtrafficsurveysandAxleloadsurveyanddemand
forecasting for next thirty years;
vi. Inventory and condition surveys for road;
40
vii. Inventory and condition surveys for bridges, cross-drainage structures,
otherStructures, river Bank training/Protection works and drainage
provisions;
viii. Detailed topographic surveys using LiDAR equipped with minimum
engineering grade system or any other better technology having output
accuracy not less than (a) specified in IRC SP 19 (b) Total Station (c) GPS/
DGPS. The use of conventional high precision instruments i.e Total Station or
equivalent can be used at locations such as major bypasses, water bodies etc.
where it may not be possible to survey using LiDAR. Use of mobile / Aerial
LiDAR survey is preferable.
ix. Pavement investigations;
x. Sub-grade characteristics and strength: investigation of required sub-grade
and sub-soil characteristics and strength for road and embankment design
and sub soil investigation;
xi. Identification of sources of construction materials;
xii. Detailed design of road, its x-sections, horizontal and vertical alignment and
design of embankment of height more than 6m and also in poor soil
conditions and where density consideration require, even lesser height
embankment.Detailed design of structures preparation of GAD and
construction drawings and cross-drainage structures and underpasses etc.
xiii. Identification of the type and the design of intersections;
xiv. Design of complete drainage system and disposal point for storm water
xv. Value analysis / value engineering and project costing;
xvi. Economic and financial analyses;
xvii. Contract packaging and implementation schedule.
xviii Stripplanindicatingtheschemeforcarriagewaywidening,locationofall existing
utility services (both over- and underground) and the scheme for their
relocation, trees to be felled, transplanted and planted and land acquisition
requirements including schedule for LA: reports documents and drawings
arrangementofestimatesforcutting/transplantingoftreesandshiftingof
utilities from the concerned department;
xix Develop 3D engineered models of terrain and elevation, as-is project
highway, proposed and project highway along with all features, currentand
proposed structures, current and proposed utilities and land acquisition
plans.
xx To find out financial viability of project for implementation and suggest the
preferred mode on which the project is to be taken up.
xxi. Preparation of detailed project report, cost estimate, approved for
constructionDrawings, rate analysis, detailed bill of quantities, bid documents
for execution of civil works through budgeting resources.
xxii. Design of toll plaza and identification of their numbers and location and office
cum residential complex including working drawings
xxiii. Design of weighing stations, parking areas and rest areas.
xxiv. Any other user oriented facility en-route toll facility.
xxv. Tie-in of on-going/sanctioned works of MORT&H/ National Highways
Authority of India / other agencies.
xxvi. Preparation of social plans for the project affected people as per policyof the
lending agencies/ Govt. of India R&R Policy.
41
4.2 While carrying out the field studies, investigations and design, the development
plans being implemented or proposed for future implementation by the local bodies,
should be taken into account. Such aspect should be clearly brought out in the
reports and drawings. It must be noted that all the geotechnical investigations and
testings shall be done through the empanelled agencies of National Highways
Authority of India only. The Empanelment Criteria is attached as Enclosure-V

Registration and empanelment of the Testing Agencies shall be done by National


Highways Authority of India. The rolling portal for the same shall be available
throughout the year without any closing date for the purpose of registration and the
evaluation.

Note: Till the Empanelment process of testing/investigation Agencies has been


completed by National Highways Authority of India, the DPR consultant shall utilise
the services of such agencies which fulfil the above said criteria (Enclosure-V) which
shall be verified by Authority before commencement of the consultancy assignment .

4.3 The consultant shall study the possible locations and design of toll plaza, wayside
amenities required and arboriculture along the highway shall also be planned.

4.4 The local and slow traffic may need segregation from the main traffic and provision
of service roads and physical barrier including fencing may be considered, wherever
necessary to improve efficiency and safety.

4.5 Standards and Codes of Practices

1. All activities related to field studies, design and documentation shall be done as per
the latest guidelines/ circulars of MoRT&H and relevant publications of the Indian
Roads Congress (IRC) and Bureau of Indian Standards (BIS). For aspects not covered
by IRC and BIS, international standards practices, may be adopted. The Consultants,
upon award of the Contract, may finalize this in consultation with National Highways
Authority of India and reflect the same in the inception report.

2. All notations, abbreviations and symbols used in the reports, documents


anddrawings shall be as per IRC:71.

4.6 Quality Assurance Plan (QAP)

1. (i) The Consultants should have detailed Quality Assurance Plan (QAP) for all
field studies including topographic surveys, traffic surveys, engineering
surveys and investigations, design and documentation activities. The quality
assurance plans/procedures for different field studies, engineering surveys
and investigation, design and documentation activities should be presented
as separate sections like engineering surveys and investigations, traffic
surveys, material geo-technical and sub-soil investigations, road and
pavement investigations, investigation and design of bridges & structures,
environment and R&R assessment, economic & financial analysis, drawings
and documentation, preparation, checking, approval and filing of calculations,
identification and tractability of project documents etc. Further, additional
information as per format shall be furnished regarding the details of personal
who shall be responsible for carrying out/preparing and checking/verifying
various activities forming part of feasibility study and project preparation,
since inception to the completion of work. The detailed Draft QAP Document
must be discussed and finalized with the concerned National Highways
Authority of India officers immediately upon the award of the Contract and
submitted as part of the inception report.
(ii) It is imperative that the QAP is approved by National Highways Authority of
42
India before the Consultants start the field work.

2. Data formats for report and investigation results

i. Required data formats for some reports, investigations and documents are
discussed in ENCLOSURE-IV
ii. Formats for submission of Reports and Documents.
iii. The consultants will need to propose data formats for use in all other field
studies and investigations not covered in enclosure IV.
iv. The proposed data forms will need to be submitted for the approval of
National Highways Authority of India after the commencement of services.

4.7 Review of Data and Documents

1. The Consultants shall collect the available data and information relevant for the
Study. The data and documents of major interest shall include, but not be limited to,
the following:

i. Climate;
ii. Road inventory
iii Road condition, yearoforiginal construction,year andtype of major
maintenance/rehabilitation works;
iv. Condition of bridges and cross-drainage structures;
v. sub-surface and geo-technical data for existing bridges;
vi. Hydrological data, drawings and details of existing bridges;
vii Existing geological maps, catchment area maps, contour plans etc. for the
project area
viii Condition of existing river bank / protection works, if any.
ix. Detailsofsanctioned/on-
goingworksonthestretchsanctionedbyMoRT&H/other agencies for Tie-in
purposes
x. Survey and evaluation of locally available construction materials;
xi. Historical data on classified traffic volume (preferably for 5 years or more);
xii. Origin-destination and commodity movement characteristics; if available
xiii. Speed and delay characteristics; if available;
xiv. Commodity-wise traffic volume; if available;
xv. Accident statistics; and,
xvi. Vehicle loading behavior (axle load spectrum), if available.
xvii Type and location of existing utility services (e.g. Fibre Optical Cable, O/H and
U/G Electric, Telephone line, Water mains, Sewer, Trees etc.)
xviii Environmental setting and social baseline of the project.

43
4.8. Social Analysis

The social analysis study shall be carried out in accordance with the MORT&H/World
Bank/ADB Guidelines. The social analysis report will, among other things, provide a
socio-economic profile of the project area and address in particular, indigenous
people, communicable disease particularly HIV/AIDS poverty alleviation, gender,
local population, industry, agriculture, employment, health, education, health, child
labor, land acquisition and resettlement .

4.9 Traffic Surveys

All traffic surveys and studies will be completed in feasibility studies.

4.9.1 Number and Location of Survey Stations

1. The type of traffic surveys and the minimum number of survey stations shall normally
be as under, unless otherwise specifically mentioned.

Sl.No. Description Numberof SurveyStations


1. Classified Traffic Volume Count 3
2. Origin-Destination and Commodity Minimum 2
Movement Characteristics
3. Axle Loading Characteristics 2
4. Intersection Volume Count All Major Intersections
5. Speed-Delay Characteristics Project Road Section
6. Pedestrian/animal cross traffic count All major inhabitations along the
highway
7. Turning movement surveys For all major intersections

2. The number of survey locations indicated in the table above are indicative only for
each road stretch under a package. The Consultants shall, immediately upon award of
the work, submit to National Highways Authority of India, proposals regarding
thetotal number as well as the locations of the traffic survey stations as of inception
report. Suitable maps and charts should accompany the proposals clearly indicating
the rationale for selecting the location of surveyStation.

3. The methodology of collection and analysis of data, number and location of traffic
survey stations shall be finalized in consultation with National Highways Authority of
India prior to start of the traffic survey.

4.9.2. Classified Traffic Volume Count Survey

1. Consultant shall make use of traffic survey done by Indian Highways Management
Company Limited (IHMCL) using ATCC systems.However in isolated locations where
there are site constraints, manual counting can be done. If required, especially in
cases where a particular stretch is not covered by IHMCL, DPR consultant should
carry out classified traffic volume count survey using ATCC systems or latest modern
technologies.

2. Consultant shall use ATCC systems that can meet the following accuracy levels after
validation/ calibration:

(a) Classification of vehicles: better than 95%

44
(b) Counting of vehicles: better than 98%

Before validation and calibration, the ATCC system shall meet the following accuracy
levels:

(a) Classification of vehicles: better than 90%

(b) Counting of vehicles: better than 95%

For verification of above accuracy levels, audit of raw ATCC shall be done by the
consultant on a sampling basis and should submit a certificate in this regard.

3. ATCC systems such as Pneumatic Tube Detector, Inductive Detector Loop, Video
Image Detection, and Infrared Sensor or latest technologies shall be adopted.

4. The classified traffic volume count surveys shall be carriedout for 7days (continuous,
direction-wise) at the selected survey stations. The vehicle classification system as
given in relevant IRC code may be followed. However, the following generalized
classification system is suggested in view of the requirements of traffic demand
estimates and economic analysis:

Motorised Traffic Non-Motorised Traffic


2-Wheeler Bi-Cycle
3-Wheeler Cycle-Rickshaw
Passenger Car Animal Drawn Vehicle (ADV)
Utility Vehicle (Jeep, Van etc.) Hand Cart
Other Non-Motorised Vehicle
Bus Mini Bus
Standard Bus
LCV LCV-Passenger
LCV-Freight
Truck MCV : 2-Axle Rigid Chassis
HCV : 3-Axle Rigid Chassis
MAV Semi Articulated
Articulated

5. All results shall be presented in tabular and graphical form. The survey data shall be
analyzed to bring out the hourly and daily variations. The traffic volume count per
day shall be averaged to show a weekly average daily traffic (ADT) by vehicle type.
The annual average daily traffic (AADT) shall be worked out by applying seasonal
factors.

6. The consultant shall compile the relevant traffic volume data from secondary sources
also. The salient features of traffic volume characteristics shall be brought out and
variations if any, from the traffic census carried out by the State PWD shall be suitably
explained.

4.9.3. Origin Destination and Commodity Movements Surveys

1. The consultants shall carry out 1-day (24 hour, both directions) O-D and commodity
movement surveys at locations finalized in consultation with National Highways
45
Authority of India. These will be essentially required around congested towns to
delineate through traffic. The road side interviews shall be carried out on random
sample basis and cover all four-wheeled vehicles. The location of the O-D survey and
commodity movement surveys shall normally be same as for the classified traffic
count.

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

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

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

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

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

4.9.4. Turning Movement Surveys

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

2. The methodology for the surveys shall be as per IRC: SP: 41-1994. The details
including location and duration of surveys shall be finalized in consultation with NHAI
officials. The proposal in response to this TOR shall clearly indicate the number of
locations that the Consultants wish to conduct turning movement surveys and the
rationale for the same.

3. The data derived from the survey should be analyzed to identify requirements of
suitable remedial measures, such as construction of underpasses, fly-overs,
interchanges, grade-separated intersections along the project road alignment.
Intersections with high traffic volume requiring special treatments either presently or
in future shall be identified.

4.9.5. Axle Load Surveys

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

46
2. Axle load surveys shall normally be done using axle load pads or other sophisticated
instruments. The location(s) of count station(s) and the survey methodology
including the data formats and the instrument type to be used shall be finalized
before taking up the axle load surveys

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

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

4.9.6. Speed-Delay Surveys

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

4.9.7 Pedestrian / animal cross traffic surveys:

1. These shall be conducted to determine if provision of viaduct for pedestrians/animals


is necessary to improve the traffic safety.

2. Consultant shall leverage information from local consultations, inputs from local
governmental/ non-governmental agencies in selecting sites for checking pedestrian/
animal crossing traffic surveys.

3. Surveys for provision of pedestrian crossings shall minimum be conducted at all


junctions being replaced by grade separators.

4.9.8 Truck Terminal Surveys

The data derived from the O-D, speed-delay, other surveys and also supplementary
surveys should be analyzed to assess requirements for present and future
development of truck terminals at suitable locations en route.

4.10. Traffic Demand Estimates

1. The consultants shall make traffic demand estimates and establish possible traffic
growth rates in respect of all categories of vehicles, taking into account the past
trends, annual population and real per capita growth rate, elasticity of transport
demand in relation to income and estimated annual production increase. The other
aspects including socio-economic development plans and the land use patterns of the
region having impact on the traffic growth, the projections of vehicle manufacturing
industry in the country, development plans for the other modes of transport, O-D and
commodity movement behavior should also be taken into account while working out
the traffic demand estimates.

47
2. The values of elasticity of transport demand shall be based on the prevailing practices
in the country. The Consultants shall give complete background including references
for selecting the value of transport demand elasticity.

3. It is envisaged that the project road sections covered under this TOR would be
completed and opened to traffic after 3 years. The traffic demand estimates shall be
done for a further period of 30 years from completion of two/four lane. The demand
estimates shall be done assuming three scenarios, namely, optimistic, pessimistic and
most likely traffic growth. The growth factors shall be worked out for five-yearly
intervals.

4. Traffic projections should be based on sound and proven forecasting techniques. In


case traffic demand estimated is to be made on the basis of a model, the application of
the model in the similar situation with the validation of the results should be
established. The traffic projections should also bring out the possible impact of
implementation of any competing facility in the near future.The demand estimates
should also take into account the freight and passenger traffic along the major
corridors that may interconnect with the project. Impact of toll charges on the traffic
estimates should be estimated.

5. The methodology for traffic demand estimates described in the preceding paragraphs
is for normal traffic only. In addition to the estimates for normal traffic, the
Consultants shall also work out the estimates for generated, induced and diverted
traffic.

6. The traffic forecasts shall also be made for both diverted and generated traffic.

7. Overall traffic forecast thus made shall form the basis for the design of each pavement
type and other facilities/ancillary works.

4.11. Engineering Surveys and Investigations

4.11.1. Reconnaissance and Alignment

1. The Consultants should make an in-depth study of the available land width (ROW)
topographic maps, satellite imageries and air photographs of the project area,
geological maps, catchment area maps, contour plans, flood flow data and
seismological data and other available relevant information collected by them
concerning the existing alignment. Consultant himself has to arrange the required
maps and the information needed by him from the potential sources. Consultant
should make efforts for minimizing land acquisition. Greater use of technology for LA
be adopted by the consultant at the DPR stage so as to have a precise land acquisition
process.

2. The detailed ground reconnaissance may be taken up immediately after the study of
maps and other data. The primary tasks to be accomplished during the
reconnaissance surveys include;

(i). topographical features of the area;


(ii). typical physical features along the existing alignment within and outsideROW
i.e. land use Pattern;
(iii). possible alignment alternatives, vis-a-vis, scheme for the construction of
additional lanes parallel to the existing road;
(iv). realignment requirements including the provision of bypasses, ROBs /
Flyovers and via-duct for pedestrian crossings with possible alignment
alternatives;
48
(v). preliminary identification of improvement requirements including treatments
and measures needed for the cross-roads;
(vi). traffic pattern and preliminary identification of traffic homogenous links;
(vii). sections through congested areas;
(viii). inventory of major aspects including land width, terrain, pavement type,
carriageway type, bridges and structures (type, size and location),
intersections (type, cross-road category, location) urban areas (location,
extent), geologically sensitive areas, environmental features:
(ix). critical areas requiring detailed investigations; and,
(x). Requirements for carrying out supplementary investigations.
(xi). soil (textural classifications) and drainage conditions
(xii). Type and extent of existing utility services along the alignment (within ROW).
(xiii). Typical physical features along the approach roads

Possible bridge locations, land acquisition problems, nature of crossings, likely length
of approaches and bridge, firmness of banks, suitability of alignment of approach
roads.

3. The data derived from the reconnaissance surveys are normally utilized for planning
and programming the detailed surveys and investigations. All field studies including
the traffic surveys should be taken up on the basis of information derived from the
reconnaissance surveys.

4. The data and information obtained from the reconnaissance surveys should be
documented. The data analysis and the recommendations concerning alignment and
the field studies should be included in the Inception Report. The data obtained from
the reconnaissance surveys should form the core of the database which would be
supplemented and augmented using the data obtained from detailed field studies and
investigations.

5. The data obtained from the reconnaissance surveys should be compiled in the tabular
as well as graphical (chart) form indicating the major physical features and the
proposed widening scheme for NHAI's comments. The data and the charts should also
accompany the rationale for the selection of traffic survey stations.

4.11.2. Topographic Surveys

1. The basic objective of the topographic survey would be to capture the essential
ground features along the alignment in order to consider improvements and for working out
improvements, rehabilitation and upgrading costs. The detailed topographic surveys should
normally be taken up after the completion of reconnaissance surveys.

2. The carrying out of topographic surveys will be one of the most important and crucial
field tasks under the project. Technologies which can meet the following accuracy
levels shall be adopted. For land based surveys (a) Fundamental horizontal accuracy
of 5cm or better (b) Fundamental vertical accuracy of 5cm or better (c) More than 50
points shall be measured per sq. m and for aerial based surveys (a) Fundamental
horizontal accuracy of 5 cm or better (b) Fundamental vertical accuracy of 5 cm or
better (c) More than 10 points shall be measured per sq. m. To establish accuracy, a
check point survey using DGPS (for horizontal accuracy) and Auto Level (for vertical
accuracy) shall be carried out to establish the fundamental horizontal and vertical
accuracy. A minimum of 25 check points, or check points once every 4 km should be
established, and these should be strictly different from any geo-referencing or control
network points.
49
3. The following are the set of deliverables which should be submitted after completion
of survey:

(a). Raw DGPS data for the entire highway length and adjoining areas of interest
(b). Point cloud data or equivalent for the entire highway length and adjoining
areas of interest in a format/ platform as per industry good practice which
shall be amenable to operations by National Highways Authority of India /
Consultant. National Highways Authority of India may decide about format/
platform of point cloud data
(c). Topographic map of scale 1:1000 of the entire highway length and adjoining
areas of interest
(d). Contour map of 50 cm of entire highway length and adjoining areas of interest
(e). Cross section of the highway at every 50 m in drawing format.
(f). Develop a digital elevation/surface model (bare earth model from survey
data) digital terrain model combining topographic data from LiDAR, road
inventory and other available sources of data for use while modeling the road
alignment and road and structure design.
(g). For land based surveys, Mobile LiDAR (Light Detection and Ranging) or better
technology that can meet above requirements shall be adopted. For aerial
based surveys, Aerial Mobile LiDAR (Light Detection and Ranging) or better
technology that can meet above requirements shall be adopted. Where
possible, mobile/terrestrial LiDAR and total station or better studies should
be used to supplement aerial LiDAR for the final alignment chosen. Aerial
based surveys shall be used as the primary source of topographical data only
in cases where a new/green field alignment is being planned and/or major
junctions are being planned where it is necessary to significantly increase the
survey corridor beyond the capabilities of mobile LiDAR. In shadow areas
such as invert levels below culverts, terrestrial LiDAR shall be used where
LiDAR or better technologies cannot survey accurately, traditional methods of
Total Station/ Auto Level shall be used to complete the study.
(h). In case of mobile LiDAR or better technology, 360 degree panoramic images of
the entire highway length and adjoining areas of interest shall be submitted.
In case of aerial LiDAR or better technology, ortho-images of the entire
highway length and adjoining areas of interest shall be submitted.
(i). The detailed field surveys would essentially include the following activities:
i. Topographic Surveys along the Existing Right of Way (ROW): Carrying out
topographic survey using LiDAR or better technology along the existing
road and realignments, wherever required and properly referencing the
same with reference pillars fixed on either side of the centre-line at safe
places within the ROW
ii. The detailed field surveys would essentially include the topographic
surveys along the proposed location of bridge and alignment of approach
road.
iii. The detailed topographic surveys should be carried out along the
approach roads alignment and location of bridge approved by National
Highways Authority of India.
iv. Collection/ Extraction of details for all features such as structures
(bridges, culverts etc.) utilities, existing roads, electric and telephone
installations (both O/H as well as underground), huts, buildings, fencing
and trees (with girth greater than 0.3metre) oil and gas lines etc. falling
within the extent of survey.

50
4. The width of survey corridor will generally be as given under:

(i). The width of the survey corridor should take into account the layout of the
existing alignment including the extent of embankment and cut slopes and the
general ground profile. While carrying out the field surveys, the widening
scheme (i.e. right, left or symmetrical to the centre line of the existing
carriageway) should be taken into consideration so that the topographic
surveys cover sufficient width beyond the centre line of the proposed divided
carriageway. Normally the surveys should extend a minimum of 30 m beyond
either side of the centre line of the proposed divided carriageway or land
boundary whichever is more
(ii). In case the reconnaissance survey reveals the need for bypassing the
congested locations, the traverse lines would be run along the possible
alignments in order to identify and select the most suitable alignment forthe
bypass. The detailed topographic surveys should be carried out along the
bypass alignment approved by National Highways Authority of India. At
locations where grade separated intersections could be the obvious choice,
the survey area willbe 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 extenda minimum
of100 m either side of the road centre line and will be of sufficient width to
allow improvements, including at grade intersection to be designed.

8. 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


45cm shall be cast in RCC of grade M 15 with a nail fixed in the centre of the
top surface. The reference pillar shall be embedded in concrete upto a depth of
30cm with CC M10 (5 cm wide all around). The balance 15 cm above ground
shall be painted yellow. The spacing shall be 250m apart, incase Bench Mark
Pillar coincides with Reference Pillar, only one of the two need be provided.
ii. Establishing Bench marks at site connected to GTS Bench marks at a interval
of250 metres on Bench mark pillar made of RCC as mentioned above with RL
and BM No. marked on it with red paint.
iii. Boundary Pillars- Wherever the proposed alignment follows the existing
alignment, the boundary pillars shall be fixed by the DPR consultant at an
interval of 200m on either side of proposed Right of Way. Wherever there is a
proposal of realignment of the existing Highway and/or construction of New
Bypasses, Consultant shall fix boundary pillars along the proposed alignment
on the extreme boundary on either side of the project Highway at 50 m
interval. Boundary pillars shall be strictly provided as per IRC:25:1967.

4.11.2.1 Longitudinal and Cross-Sections

The topographic surveys for longitudinal and cross-sections shall cover thefollowing:

i. Longitudinal section levels along final centre line shall be taken at every 10 m
interval.The levels shall be taken at closer intervals at thecurve points, small
streams, and intersections and at the locations of change in elevation.The
interval shallalso be modified as per IRC:SP-19 for rolling, mountainous &
51
steep terrain.
ii. Cross sections at every 50 m interval in full extent of survey covering
sufficient number of spot levels on existing carriageway and adjacent ground
for profile correction course and earth work calculations. Cross sections shall
be taken at closer interval at curves.The interval shall be modified as per IRC
SP 19 for rolling, mountainous & steep terrain.
iii. Longitudinal section for cross roads for length adequate for design and
quantity estimation purposes.
iv. Longitudinal and cross sections for major and minor streams shall cover
Cross section of the channel at the site of proposed crossing and few cross
sections at suitable distance both upstream and downstream, bed level upto
top of banks and ground levels to a sufficient distance beyond the edges of
channel, nature of existing surface soil in bed, banks & approaches,
longitudinal section of channel showing site of bridge etc. These shall be as
per recommendations contained in IRC Special Publication No. 13 (Guidelines
for the Design of Small Bridges and Culverts) and provisions of IRC:5
(“Standard Specifications & Code of Practice for Road Bridges, Section 1 –
General Features of Design”).

2. At feasibility study stage cross sections at 50m interval may be taken.

3. Consultants shall also develop an as-is map of the road including:

i. Geo-referenced digital map of as-is project highway


ii. Earth surface, road layers, utilities, buildings and trees with feature data
extracted and mapped in layers, marked on the map and tabulated data
provided separately.
iii. All road, surface, sub surface inventory, pavement investigation and soil
survey data to be super-imposed as layers using geo-referencing data

4.11.2.2 Details of utility Services and Other Physical Features

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

2. Consultant shall also map out sub-surface utilities. Accurate mapping and resolution
of all sub-surface utilities up to a depth of 4 m shall be carried out.Differentiation
between sub-surface utilities such as live electric cables, metallic utilities and other
utilities shall be indicated and sub-surface utilities radargrams further processed into
utility maps in formats such as PDF, JPEG and AutoCAD shall be furnished. To meet
the accuracy levels, consultant shall use Ground Penetrating Radar, Induction Locator
or better technologies.

3. The information collected during reconnaissance and field surveys shall be shown on
a strip plan so that the proposed improvements can be appreciated and the extent of
land acquisition with LA schedule, utility removals of each type etc. assessed and
suitable actions can be initiated. Separate strip plan for each of the services involved
shall be prepared for submission to the concerned agency.

52
4.11.3. Road and Pavement Investigations

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

4.11.3.1 Road Inventory Surveys

1. Detailed road inventory surveys shall be carriedout to collect details of all existing
road and pavement features along the existing road sections. The inventory data shall
include but not limited to the following:

i. Terrain (flat, rolling, mountainous);


ii. Land-use (agricultural, commercial, forest, residential etc) @ every kilometre;
iii. Carriageway width, surfacing type @ every 500m and every change of feature
whichever is earlier;
iv. Shoulder surfacing type and width @ every 500m and every change of feature
whichever is earlier;
v. Sub-grade / local soil type (textural classification) @ every 500m and every
change of feature whichever is earlier;
vi. Horizontal curve; vertical curve
vii. Road intersection type and details, at every occurrence;
viii. Retaining structures and details, at every occurrence;
ix. Location of water bodies (lakes and reservoirs), at every occurrence;
x. Height of embankment or depth of cut @ every 200m and every change of
feature whichever is earlier.
xi. Land width i.e. ROW
xii. Culverts, bridges and other structures (type, size, span arrangement and
location)
xiii. Roadside arboriculture
xiv. Existing utility services on either side within ROW.There shall be a provision
of utility corridorfor appropriate categories / combination of utilities in the
construction of new 4/6 laning of National Highways. Such structures shall be
located at appropriate location preferably as close to the extreme edge of
Right of Way (RoW). In this connection, guidelines contained in IRC:98 shall
be followed.
xv. General drainage conditions
xvi. Design speed of existing road

2. The data should be collected in sufficient detail. The data should be compiled and
presented in tabular as well as graphical form. The inventory data would be stored in
computer files using simple utility packages, such as EXCEL.

4.11.3.2 Pavement Investigation

1. Pavement Composition

i. The data concerning the pavement composition may be already available


with the PWD. However, the consultants shall make trial pits to ascertain the
pavement composition. The test pit interval will be as per Para 4 below.
53
ii. For each test pit, the following information shall be recorded:
 test pit reference (Identification number, location):
 pavement composition (material type and thickness); and
 subgrade type (textural classification) and condition (dry, wet)
 embankment (composition and geometry)

2. Road and Pavement Condition Surveys

i. Detailed field studies shall be carried out to collect road and pavement
surface conditions. The data should generally cover:
 pavement condition (surface distress type and extent);
 shoulder condition;
 embankment condition; and
 drainage condition

Pavement Condition

 cracking(narrow and wide cracking), % of pavement area affected;


 raveling, % of pavement area affected;
 potholing, % of pavement area affected;
 edge break, length (m); and,
 rut depth, mm

Shoulder Condition

 Paved: Same as forpavement


 Unpaved: material loss, rut depth and corrugation,
 Edge drop, mm.

Embankment Condition

 general condition; and


 extent of slope erosion
ii. The objective of the road and pavement condition surveys shall be to identify
defects and sections with similar characteristics. All defects shall be
systematically referenced, recorded and quantified for the purpose of
determining the mode of rehabilitation.
iii. In addition to visual means, the pavement condition surveys shall be carried
out using Network Survey vehicles mounted with equipments such as high
resolution cameras, digital laser profilometer, transverse profiler- the data
from which should be geo-referenced using a DGPS receiver and in vehicle
data processing software or equivalent technology to accurately measure the
pavement surface properties covered earlier. This pavement conditionsurvey
shall also be used as a repository for civil work and shall be carried out as per
the directions of National Highways Authority of India.
iv. Supplemented by actual measurements and in accordance with the widely
accepted methodology (AASHTO, IRC, OECD, TRL and World Bank
Publications) adapted to meet the study requirements. The measurement of
54
rut depth would be made using standard straight edges.
v. The shoulder and embankment conditions shall be evaluated by visual means
and the existence of distress modes (cuts, erosion marks, failure, drops) and
extent (none, moderate, frequent and very frequent) of such distress
manifestations would be recorded.
vi. For sections with severe distresses, additional investigations as appropriate
shall be carried out to determine the cause of such distresses.
vii. Middle 200m could be considered as representative sample for each one km.
of road and incase all other things are considered similar.

Drainage Condition
 General condition
 Connectivity of drainage turnouts into the natural topography
 Condition in cut sections
 Condition at high embankments

The data obtained from the condition surveys should be analyzed and the road
segments of more or less equal performance may be identified using the criteria
given in IRC: 81-1997.

3. Pavement Roughness

i. The roughness surveys shall be carried outusing a network survey vehicle


mounted laser profilometer or better technology with specifications as
described in para 2 above

i(a) In addition, the following criteria should be met by the process of defect
detection:

 Roughness measurement with outputs of both raw longitudinal profiles


and IRI calculation shall be reported at 100m referenced to the preceding
LRP. The roughness must meet ASTM-E950 (equivalent to Class I road
profiler).

 The IRI shall be determined for both wheelpaths over a minimum length of
250m for a minimum of 6 calibration sites with a roughness range between
2m/km and 8m/km. Calibration shall be made for speeds of 20, 30, 40, 50,
60 km/h.

ii. The surveys shall be carried out along the outer wheel paths. The surveys
shall cover a minimum of two runs along the wheel paths for each direction.

iii. The results of the survey shall be expressed in terms of BI and IRI and shall
be presented in tabular and graphical forms. The processed data shall be
analyzed using the cumulative difference approach to identify road segments
homogenous with respect to surface roughness.

4. Pavement Structural Strength

1. The Consultants shall carry out structural strength surveys for existing
pavements using Falling Weight Deflectometer (FWD) in accordance with IRC 115 or
IRC 117 as the case may be.

i. It is suggested that the deflection surveys may be carried out as per the
55
scheme given below:
 mainline testing; and,
 Control section testing.
ii. The deflection tests for the mainline shall be carried out at every 500 m along
theroad sections covered under the study. The control section testing shall
involve carrying out deflection testing for each 100 m long homogenous road
segment along the road sections.The selection of homogenous segment shall
be based on the data derived from pavement condition surveys. The total
length of such homogenous segments shall not be less than 100 m per
kilometre. The deflection measurements for the control section testing should
be at an interval of not more than 10 m.
iii. Test pits shall be dug at every 500 m and also along each homogeneous road
segment to obtain pavement composition details (pavement course, material
type and thickness) so as to be able to study if a correlation exists between
deflection and composition. If so, the relationship may be used while working
out the overlay thickness for the existing pavement.
iv. Falling weight deflectometresurveys may not be carried out for severely
distressed sections of the road warranting reconstruction. The Consultants,
immediately upon the award of the contract, shall submit to National
Highways Authority of India the scheme describing the testing schedule
including the interval. The testing scheme shall be supported by data from
detailed reconnaissance surveys.
v. It is mandatory for the consultant to use Falling weight deflectometre or
alternative better technique for the evaluation of pavement strength, details
of such methods or innovative features for deflection testing using Falling
weight deflectometre along with the methodology for data analysis,
interpretation and the use of such data for pavement overlay design purposes
using IRC or any other widely used practices, such as AASHTO guidelines,
should be got approved by National Highways Authority of India. The sources
of such methods should be properly referenced.

4.11.3.3 Subgrade Characteristics and Strength

1. Based on the data derived from condition (surface condition, roughness) and
structural strength surveys, the project road section should be divided into segments
homogenous with respect to pavement condition and strength.The delineation of
segments homogenous with respect to roughness and strength should be done using
the cumulative difference approach (AASHTO, 1993).

2. The data on soil classification and mechanical characteristics for soils along the
existing alignments may already be available with the PWD. The testing scheme is,
therefore, proposed as given under:

(i). For thewidening (2-Laning) of existingroadwithintheROW, the Consultants shall test


at least three sub-grade soil samples for each homogenous road segment or three
samples foreachsoil type encountered, whichever is more.
(ii). For the roads along new alignments, the test pits for sub grade soil shall be @5km or
for each soil type, whichever is more. A minimum of three samples should be tested
corresponding to each homogenous segment.

3. The testing for subgrade soil shall include:

(i). in-situ density and moisture content at each test pit


(ii). Field CBR using DCP at each test pit

56
(iii). Characterization (grain size and Atterberg limits) at each test pit and,
(iv). Laboratory moisture-density characteristics (modified AASHTO compaction);
(v). Laboratory CBR (unsoaked and 4-day soak compacted at three energy levels) and
swell.

4. For problematic soils, the testing shall be more rigorous. The characteristics with
regard to permeability and consolidation shall also be determined for these soils. The
frequency of sampling and testing of these soils shall be finalized in consultation with
the National Highways Authority of India officers after the problematic soil types are
identified along the road sections.

5. The laboratory for testing of material should be got approved from National Highways
Authority of India before start of work.

4.11.4.1 Inventory of Bridges, Culverts and Structures

The Consultants shall make an inventory of all the structures (bridges, viaducts,
ROBs/RUB and other grade separated structures, culverts, etc.) along the road under
the project. The inventory for the bridges, viaducts and ROBs shall include the
parametres required as per the guidelines of IRC-SP:35. The inventory of culverts
shall be presented in a tabular form covering relevant physical and hydraulic
parametres.

4.11.4.2 Hydraulic and Hydrological Investigations

1. The hydrological and hydraulic studies shall be carried out in accordance with IRC
Special Publication No. 13 (“Guidelines for the Design of Small Bridges and Culverts”)
and IRC:5 (“Standard Specifications & Code of Practice for Road Bridges, Section I
General Feature of Design”). These investigations shall be carried out for all existing
drainage structures along the road sections under the study.

2. The consultant shall also collect information on observed maximum depth of scour.

3. In respect of major bridges, history of hydraulic functioning of existing bridge, if any,


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

4. TheConsultants shall make a desk studyofavailabledataon topography(topographic


maps, stereoscopic aerial photography), storm duration, rainfall statistics, top soil
characteristics, vegetation cover etc. so as to assess the catchment areas and
hydraulic parametres for all existing and proposed drainage provisions. The findings
of the desk study would be further supplemented and augmented by a reconnaissance
along the area. All-important hydrological features shall be noted during this field
reconnaissance.

5. TheConsultantsshallcollectinformationonhighfloodlevel(HFL),low water levels (LWL),


high tide level (HTL),low tide level (LTL) where applicable, discharge velocity etc.
from available past records, local inquiries and visible signs, if any, on the structural
components and embankments. Local inquiries shall also be made with regard to the
road sections getting overtopped during heavy rains.

57
6. Conducting Model studies for bridges is not covered in the scope of consultancy
services.If Model study is envisaged for any bridge, requirement of the same shall be
spelt out in the RPF documents separately indicating scope and time frame of such
study. Salient features of the scope of services to be included for model study are
given in the supplement- II Terms of Reference.

4.11.4.3Condition Surveys for Bridges, Culverts and Structures

1. The Consultants shall thoroughly inspect the existing structures and shall prepare a
report about their condition including all the parametres given in the Inspection pro-
forma of IRC-SP:35. The condition and structural assessment survey of the bridges /
culverts / structures shall be carried out by senior experts of the Consultants.

2. For the bridges identified to be in a distressed condition based upon the visual
condition survey, supplementary testing shall be carried out as per IRC-SP:35 and
IRC-SP:40. Selection of tests may be made based on the specific requirement of the
structure.

3. The assessment of the load carrying capacity or rating of existing bridges shall be
carried out under one or more of the following scenarios:

i. when the design live load is less than that of the statutory commercial vehicle
plying or likely to ply on bridge;
ii. if during the condition assessment survey and supplementary testing the
bridge is found to indicate distress of serious nature leading to doubt about
structural and / or functional adequacy, and
iii. Design live load is not known nor are the records and drawings available.

4. The evaluation of the load carrying capacity of the bridge shall be carried out as per
IRC-SP:37 (“Guidelines for Evaluation of Load Carrying Capacity of Bridges”). The
analytical and correlation method shall be used for the evaluation of the load carrying
capacity as far as possible. When it is not possible to determine the load carrying
capacity of the bridge using analytical and correlation method, the same shall be
carried out using load testing. The consultant has to exhaust all other methods of
evaluation of strength of bridges before recommending totake up load testing of
bridges.Road closure for testing if unavoidable shall be arranged by National Highways
Authority of India for limited duration say 12 hours or so.

5. Consultantshall carryout necessary surveys and investigations to establish the


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

4.11.4.4 Geo-technical Investigations and Sub-Soil Exploration

1. The Consultants shall carry out geo-technical investigations and sub-surface


explorations for the proposed Bridges / Road over bridges/ tunnels/ viaducts/
interchanges etc., along high embankments and any other location as necessary for
proper design of the works and conduct all relevant laboratory and field tests on soil
and rock samples. The minimum scope of geo-technical investigations for bridge and
structures shall be as under:

58
S.No. Description Location of Boring
1 Overall length = 6 – 30 m One abutment locationand at least one
intermediate location
betweenabutmentsforstructureshavingmore
than one span
2 Overall length = 30 – 60 m One abutment location and at leastone
intermediate location betweenabutments for
structures having more than one span.
3 Overall length >60 m Each abutment and each pier locations.

2. The deviation(s), if any, by the Consultants from the scheme presented above should
be approved by National Highways Authority of India.

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


adjacent crossings over the same waterway (existinghighwayandrailway bridges)
indicates that subsurface variability is such that boring at the suggested
spacingwillbeinsufficienttoadequatelydefinetheconditionsfordesign purposes, the
Consultants shall review and finalize the bore hole locations in consultation with the
National Highways Authority of India officers.

4. Geotechnical Investigations and Subsoil Exploration shall be carriedout to determine


the nature and properties of existing strata in bed, banks and approaches with trial
pits and bore hole sections showing the levels, nature and properties of various strata
to a sufficient depth below the level suitable for foundations, safe intensity of
pressure on the foundation strata, proneness of site to artesian conditions, seismic
disturbance and other engineering properties of soil etc. Geotechnical investigation
and Sub-soil Exploration will be done as per IRC78.

5. The scheme for the borings locations and the depth of boring shall be prepared by the
Consultants and submitted to National Highways Authority of India for approval.
These may be finalized in consultation with National Highways Authority of India.

6. Thesub-soilexplorationandtesting should be carried out through the Geotechnical


Consultants empanelled by National Highways Authority of India. The soil testing
reports shall be in the format prescribed in relevant IRC Codes.

7. For the approach road pavement, bore holes at each major change in pavement
condition or in deflection readings or at 2 km intervals whichever is less shall be
carried out to a depth of at least 2 m below embankment base or to rock level and are
to be fully logged. Appropriate tests to be carried out on samples collected from these
bore holes to determine the suitability of various materials for use in widening of
embankments or in parts of new pavement structure.

4.11.5. Material Investigations

1. The Consultants shall identify sources (including use of fly-ash/ slag), quarry sites
and borrow areas, undertake field and laboratory testing of the materials to
determinetheirsuitabilityforvariouscomponentsoftheworkandestablish quality and
quantity of various construction materials and recommend their use on the basis of
techno-economic principles. The Consultants shall prepare mass hauldiagram for
haulage purposes giving quarry charts indicating the location of selected borrow
areas, quarries and the respective estimated quantities.

59
“Environment friendly materials”

th
“As per MORTH circular No. RW /NH-33044/53/2013-S&R(R) dated 20 November,
2013, alternative pavement materials and technologies for road construction shall be
assessed and compared in the design stage. The alternative resulting in substantial
reduction in GHG emission and with least life cycle cost shall be recommended for
implementation.

Technical and economic feasibility of using industrial byproducts, recyclable and


waste materials shall be assessed depending on their availability in the concerned
region.

2. It is to be ensured that no material shall be used from the right-of-wayexcept by way


of leveling the ground as required from the construction point of view, or for
landscaping and planting of trees etc. or from the cutting of existing ground for
obtaining the required formation levels.

3. Environmental restrictions, if any, and feasibility of availability of these sites to


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

4. The Consultants shall make suitable recommendations regarding making the borrow
and quarry areas after the exploitation of materials for construction of works.

5. The Material Investigation aspect shall include preparation and testing of bituminous
mixes for various layers and concrete mixes of different design mix grades using
suitable materials (binders, aggregates, sand filler etc.) as identified during Material
Investigation to conform to latest MoRT&H specification.

4.12 Detailed Design of Road and Pavements, Bridges, Structures

4.12.1. General

1. The Consultants are to carryout detailed designs and prepare working drawings for
the following:
i. High speed highway with divided carriageway configuration complete in all
respects with service roads at appropriate locations;
ii. Design of pavement for the additional lanes and overlay for the existing road,
paved shoulders, medians, verges;
iii. Bridges, viaduct/subways and other grade separated structures
includingROBs/RUBs etc.
iv. At-grade and grade-separated intersections, interchanges (if required);
v. ROB for railway crossings as per the requirement and the standards of the
Indian Railways; and,
vi. Prepare alignment plans, longitudinal sections and cross-
sections@50mintervals;
vii. Designs for road furniture and road safety/traffic control features;
viii. Designs and drawings for service road/under passes/overpass / cattle passes
tree planting/fencing at locations where necessary / required
ix. Toll plazas and office-cum-residential complex for NHAI (one for each civil
contract package)
x. Short bypasses at congested locations

60
xi. Drainage design showing location of turnouts, out falling structures, separate
drawings sheet for each 5 km. stretch.
xii. Bridges and structures rehabilitation plan with design and drawings
xiii. Traffic amenities (Parking Areas, Weighing Station and Rest Areas, etc.).
xiv. Design of pavement for approach road
xv. Design of river bank protection/trainingworks. Innovative type of structures
with minimum joints, aesthetically, pleasing and appropriate tothe
topography of the region shall be designed wherever feasible.

4.12.2. Design Standards

1. The Consultants shall evolve Design Standards and material specifications for the
Study primarily based on IRC publications, MoRT&H Circulars and relevant
recommendations of the international standards for approval by National Highways
Authority of India.

2. The Design Standards evolved for the project shall cover all aspects of detailed design
including the design of geometric elements, pavement design, bridges and structures,
traffic safety and materials.

4.12.3. Geometric Design

1. The design of geometric elements shall, therefore, take into account the essential
requirements of such facilities.

2. Based on the data collected from reconnaissance and topographic surveys, the
sections with geometric deficiencies, if any, should be identified and suitable
measures for improvement should be suggested for implementation.

3. The data on accident statistics should be compiled and reported showing accident
typeandfrequencysothatblackspotsareidentifiedalongtheprojectroad section. The
possible causes (such as poor geometric features, pavement condition etc.) of
accidents should be investigated into and suitable cost-effective remedial measures
suggested for implementation.

4. The detailed design for geometric elements shall cover, but not be limited to the
following major aspects:

i. horizontal alignment;
ii. longitudinal profile;
iii. cross-sectional elements, including refuge lane (50m) at every 2kms.
iv. junctions, intersections and interchanges;
v. bypasses; and,
vi. service roads as and when require i.e built up area.

5. The alignment design shall be verified for available sight distances as per the
standard norms. The provision of appropriate markings and signs shall be made
wherever the existing site conditions do not permit the adherence to the sight
distance requirements as per the standard norms.

6. The consultants shall make detailed analysis of traffic flow and level of service for the
existing road and workout the traffic flow capacity for the improved project road. The
analysis should clearly establish the widening requirements with respect to the

61
different horizon periods taking into account special problems such as road segments
with isolated steep gradients.

7. In the case of closely spaced cross roads the Consultant shall examine different
options such as, providing grade separated structure for some of them with a view to
reduce number of at-grade crossings, services roads connecting the cross-roads and
closing access from some of the intersections and prepare and furnish appropriate
proposals for this purpose keeping in view the cost of improvement, impact on traffic
movement and accessibility to cross roads.The detailed drawings and cost estimate
should include the provisions for realignments of the existing cross roads to allow
such arrangements.

8. The Consultant shall also prepare design of grade separated pedestrian crossings
(viaducts) for large cross traffic of pedestrians and / or animalson the basis of
passenger and animal cross traffic surveys conducted.

9. The Consultant shall also prepare details for at-grade junctions, which may be
adopted as alternative to the grade separated structures. The geometric design of
interchanges shall take into account the site conditions, turning movement
characteristics, level of service, overall economy and operational safety.

10. The Consultants shall prepare design and other details in respect of the parallel
service roads in urbanized locations and other locations to cater to the local traffic,
their effect of the viability of the project on commercial basis if service roads are
constructed as part of the project and the implications of not providing the service
roads.

11. The consultant shall prepare complete road and pavement design including drainage
for new bypass option identified around congestedtown en-route.

4.12.4. Pavement Design

1. The detailed design of pavement shall involve:

i. strengthening of existing road pavement and design of the new pavement if


any, if the findings of the traffic studies and life-cycle costing analysis confirm
the requirement for widening of the road beyond 2lane undivided
carriageway standard;;
ii. pavement design for bypasses; and,
iii. design of shoulders.

2. The design of pavement shall primarily be based on IRC publications.

3. The design of pavement shall be rigorous and shall make use of the latest Indian and
International practices. The design alternatives shall include both rigid and
flexible design options. The most appropriate design, option shall be
established on life-cycle costing and techno-economic consideration.

4. For the design of pavement, each set of design input shall be decided on the basis of
rigorous testing and evaluation of its suitability and relevance in respect of in-service
performance of the pavement. The design methodology shall accompany the design
proposals and shall clearly bring out the basic assumptions, values of the various
design inputs, rationale behind the selection of the design inputs and the criteria for
checking and control during the implementation of works. In other words, the design
of pavement structure should take due account of the type, characteristics of
materials used in the respective courses, variability of their properties and also the
reliability of traffic predictions. Furthermore, the methodology adopted for the design
62
of pavement shall be complete with flowcharts indicating the various steps in the
design process, their interaction with one another and the input parametre required
at each step.

5. For the design of overlays for the existing 2-lane pavement, the strengthening
requirement shall duly take into account the strength of the existing pavementvis-à-
vis the remaining life. The overlay thickness requirements shall be worked out for
each road segment homogenous with respect to condition, strength and sub- grade
characteristics. The rehabilitation provisions should also include the provision of
regulating layer. For existing pavement with acceptable levels of cracking, provision
of a crack inhibiting layer should also be included.

5 (a) For rehabilitation and strengthening, consultant shall consider the alternatives of
rehabilitating the existing pavement, overlaying with thesame or alternate pavement
type (e.g. white/black topping) and also the option of removal and replacement of
existing pavement layers and chose the best alternative basis lifecycle costing, and
any local considerations such as material availability, time available for construction
etc.

6. Latest techniques of pavement strengthening like provision of geo-synthetics and


cold/hot pavement recycling should be duly considered by the consultant for
achieving economy. The use of technology particularly environment friendly
technology viz. recycling of bituminous mixes, warm mixes and soil stabilization etc.
should be adopted wherever feasible. Clause 519 of the “Specifications for Road and
Bridge Works” (Fifth Revision) covers specifications for recycling of existing
bituminous pavement materials to upgrade the pavements. These provisions
notwithstanding, recycling of existing bituminous materials is yet to be implemented
in most of the NHAI projects. The reclaiming and reprocessing of pavement materials
involve both design (how the pavement should be designed using reclaimed materials
with the given properties) and technology (the methods to reclaim and reprocess,
equipment, knowhow and quality) issues. After addressing these issues, the recycling
of pavements will be environmentally and economically better option for
rehabilitation, repair or reconstruction compared to the use of fresh or virgin
materials. Indian Road Congress has published IRC: 120-2015 on “recommended
practice for recycling of bituminous pavements” giving a detailed procedure for its
implementation

7. The paved shoulders shall be designed as integral part of the pavement for the main
carriageway. The design requirements for the carriageway pavement shall, therefore,
be applicable for the design of shoulder pavements. The design of granular shoulder
should take into account the drainage considerations besides the structural
requirements.

8. The pavement design task shall also cover working out the maintenance and
strengthening requirements and periodicity and timing of such treatments.

4.12.5. Design of Embankments

1. The embankments design should provide for maximum utilization of locally available
materials consistent with economy. Use of fly ash wherever available with in
economical leads must be considered. In accordance with Government instructions,
use of fly ash within 300 km from Thermal Power Stations is mandatoryas per
extra ordinary Gazette Notification No. S.O. 254 (E) Part Section – III – Sub Section (ii)
dated 25th January, 2016 and subsequent amendment, if any of Ministry of
Environment, Forest and Climate change, New Delhi.

2. The Consultants shall carry out detailed analysis and design for all embankments of

63
height greater than 6 m based on relevant IRC publications.

3. The design of embankments should include the requirements for protection


worksand traffic safety features.

4.12.6. Design of Bridges and Structures

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

i. HFL
ii. LWL
iii. LBL
iv. Erodibility of bed/scour level
v. Design discharge
vi. Linear waterway and effective linear waterway
vii. Likely foundation depth
viii. Safe bearing capacity
ix. Engineering properties of sub soil
x. Artesian conditions
xi. Settlement characteristics
xii. Vertical clearance
xiii. Horizontal clearance
xiv. Free board for approach road
xv. Severity of environment with reference to corrosion
xvi. Data pertaining to seismic and wind load
xvii. Requirement of model study etc.

2. The Consultant shall prepare General Arrangement Drawing (GAD) and Alignment
Plan showing the salient features of the bridges and structures proposed to be
constructed / reconstructed along the road sections covered under the Study. These
salient features such as alignment, overall length, span arrangement, cross section,
deck level, founding level, type of bridge components (superstructure, substructure,
foundations, bearings, expansion joint, returnwalls etc.) shall be finalized based upon
hydraulic and geo-technical studies, cost effectiveness and ease of construction. The
GAD shall be supplemented by Preliminary designs. In respect of span arrangement
and type of bridge a few alternatives with cost-benefit implications should be
submitted to enable National Highways Authority of India to approve the best
alternative. After approval of alignment and GAD the Consultant shall prepare
detailed design as per IRC codes /guidelines and working drawings for all
components of bridges and structures.

3. The location of all at-grade level crossings shall be identified falling across the
existing level crossings for providing ROB at these locations. The Consultants shall
prepare preliminary GAD for necessary construction separately to the Client. The
Consultant shall pursue the Indian Railways Authorities or/and any statutory
authority of State/Central Government for approval of the GAD from concerned
Authorities.

64
4. GAD for bridges/structures across irrigation/water waychannels shall be got
approved from the concerned Irrigation/Water way Authorities. Subsequent to
approval of GAD and alignment plan by NHAI, the Consultants shall prepare detailed
design as per IRC codes/guidelines for all components of the bridges and structures.

5. Subsequent to the approval of the GAD and Alignment Plan by NHAI and Railways, the
Consultant shall prepare detailed design as per IRC and Railways guidelines and
working drawings for all components of the bridges and structures. The Consultant
shall furnish the design and working drawings for suitable protection works and/or
river training works wherever required.

6. Dismantling/reconstruction of existing structures shall be avoided as far as possible


except where considered essential in view of their poor structural conditions/
inadequacy of the provisions etc.

7. The existing structures having inadequate carriageway width shall be


widened/reconstructed in part or fully as per the latest MoRT&H guidelines. The
Consultant shall furnish the detailed design and working drawings for carrying out
the above improvements.

8. Suitable repair/rehabilitation measures shall be suggested in respect of the existing


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

9. Subsequent to the approval of the GAD and the alignment plan by NHAI, detailed
design shall also be carried out for the proposed underpasses, overpasses and
interchanges.

10. The Consultants shall also carryout the design and make suitable recommendations
for protection works for bridges and drainage structures.

11. In case land available is not adequate for embankment slope, suitable design for RCC
retaining wall shall be furnished. However, RES wall may also be considered
depending upon techno-economic suitability to be approved by NHAI.

12. All the bridge structures having a length of 100 m or less can be used for tapping of
water for serving dual purpose i.e., to cross the water body or to store water, if
technically feasible. Therefore, such structures shall be designed as bridge cum
barrage structures (bridge cum bandhara). Ministry’s guidelines in this regard issued
vide letter no. RW/NH-34066/89/2015-S&R(B) dated 18.04.2017 may be referred.

4.12.7. Drainage System

1. The requirement of roadside drainage system and the integration of the same with
proposed cross-drainage system shall be worked out for the entire length of the
project road section.

2. In addition to the roadside drainage system, the Consultants shall design the special
drainage provisions for sections with super-elevated carriageways,
highembankments and for road segments passing through cuts. The drainage
provisions shall also be worked out for road segments passing through urban areas.

3. The designed drainage system should show locations of turnouts/outfall points with
details of outfall structures fitting into natural contours. A separate drawing sheet
covering every 5 km. stretch of road shall be prepared.

65
4. The project highway shall be designed to have well designed efficient drainage
system, which shall be subsurface, as far as possible. While constructing the
underpasses, the finished road level shall be determined so as to ensure that the
accumulation of rain water does not take place and run-off flows at the natural
ground level. The drains, wherever constructed, shall be provided with proper
gradient and connected to the existing outlets for final disposal.

5. The rain water harvesting requirements be assessed taking into consideration the
Ministry of Environment & Forest Notification Dt. 14.01.1997 (as amended on
13.01.1998, 05.01.1999 & 06.11.2000). The construction of rainwater harvesting
structure is mandatory in and around water scarce / crisis areas notified by the
Central Ground Water Board. The provisions for rainwater harvesting be executed as
per the requirements of IRC:SP:42-2014 (Guidelines for Road Drainage) and
IRC:SP:50-2013 (Guidelines on Urban Drainage).

6. All the bridge structures having a length of 100m or less can be used for tapping of
water for serving dual purpose i.e. to cross the water body and to store water, if
technically feasible. Therefore, such structures should be designed as bridge cum
barrage structures (bridge cum bandhara). Ministry’s guidelines in this regard issued
vide letter no. RW/NH-34066/59/2015-S&R(B) dated 18.04.2017 may be referred.

7. The locations of the culverts should be planned in such a way that the proposed
culvert covers optimum catchment area & the location shall be decided on the basis of
topographical survey, local rainfall data, gradient of natural ground and enquiry from
the local habitants. All culverts should preferably be box culverts as pipe culverts get
filled up with silt, which is rarely cleared.

4.12.8. Traffic Safety Features, Road Furniture and Road Markings

1. The Consultants shall design suitable traffic safety features and road furniture
including traffic signals, signs, markings, overhead sign boards, crash barriers,
delineators etc. The locations of these features shall be given in the reports and also
shown in the drawings.

2. The Consultant should make the provisions for “the overhead (gantry-mounted) signs
on roads with two or more lanes in the same direction” as per provisions of IRC-67.
The minimum height of gantry mounted sign be 5.5 m above the highest point at the
carriageway.

3. Road safety shall be the focus of design. The roads shall be forgiving, having self-
explaining alignment, safe designed intersections / interchanges segregation and safe
crossing facilities for VRUs with crash barriers at hazardous locations. The details of
traffic signs and pavement markings with their locations, types and configuration
shall be shown on the plan so that they are correctly provided.

4. DPR shall undergo the exercise of Road Safety Audit through the Road Safety Auditor
(separate from design team) and recommendations mentioned be incorporated.

5. Road markings and proper signage constitute another important aspect of the Road
safety. The DPR shall contain a detailed signage plan, indicating the places, directions,
distances and other features, duly marked on the chainage plan. It shall specify the
suitable places where FoBs are to be provided. Road marking and signage plan shall
be included in DPR and shall be specifically approved by the National Highways
Authority of India.

6. Advanced Traffic Management System (ATMS) shall be in place for all 4/6 lane roads
of NHAIbeing put to tolling. This would provide real time information, guidance and

66
emergency assistance to users. ATMS would include outdoor equipment including
emergency call boxes, variable message sign systems, meteorological data system,
close circuit TV camera (CCTV) system in addition to any other equipment required to
meet the objective. Indoor equipment would include large display board, central
computer with Network Management System, CCTV monitor system and management
of call boxes system with uninterrupted power supply, all housed in a central control
centre. In this connection, National Highways Authority of India’s policy circular
no.11041/218/2007-Admn dated 15.09.2016 may be referred.

7. As availability of suitable sight distance has a large effect on road safety, the
alignment of all the NHs should be finalized in such a way so as to have double the
stopping sight distance available to the road users at all locations.

4.12.9. Arboriculture and Landscaping

The Consultants shall work out appropriate plan for planting of trees (specifying type
of plantation), horticulture, floriculture on the surplus land of the right-of way with a
view to beautify the highway and making the environment along the highway
pleasing.These activities should be included in the TOR for contractor/
concessionaire and the cost of these activities shall also be added to the total project
cost for civil works. The existing trees / plants shall be retained to the extent
possible. The Transplantation of trees shall also be proposed wherever feasible.

4.12.10. Toll Plaza

1. The Consultants shall identify the possible toll plaza location(s) based on the data and
information derived from the traffic studies and a study of the existing physical
features including the availability of land. The location of the plaza should keep in
view that the project road is to be developed as a partially access controlled highway
facility and it is required to collect toll on rational basis from as much of the vehicular
traffic as possible consistent with economy of collection and operations. The location
of the toll plaza should be finalized in consultation with National Highways Authority
of India.

2. The minimum number of toll lanes at the toll plazas should be carefully designed
taking into consideration the projected peak hour tollable traffic, permissible service
time, adopted toll collection system and the capacity of service lanes. The number of
lanes at any toll plaza would, however, be not less than four times the number of lanes
for which the highway has been designed. Eventually, all the lanes have to be
designed / equipped with Electronic Toll Collection (ETC) systems and one lane at the
extreme outer side for Over Dimensioned Vehicles (ODV) should be earmarked in
each direction.

3. Car lanes and lanes for commercial vehicles shall be earmarked at the toll plaza with
outer lanes earmarked for the commercial vehicles. At least 50% of the total lanes on
each side shall be equipped with weigh-in-motion facility for dedicated use by
commercial vehicles followed by a static weigh bridge on either side. Number of lanes
with weigh-in-motion facility may be suitably increased depending on proportion of
commercial vehicles in total traffic Provision should be kept for acquisition and
earmarking of about one acre area for parking of the overloaded vehicles.

4. Toll Plaza shall be designed as per IRC 84.

4.12.11. Weighing Station, Parking Areas and Rest Areas

1. The consultant shall select suitable sites for weighing stations, parking areas and rest
areas and prepare suitable separate designs in this regard. The common facilities like
67
petrol pump, first-aid medical facilities, police office, restaurant, vehicle parking etc.
should be included in the general layout for planning. For petrol pump, the guidelines
issued by OISD of Ministry of Petroleum shall be followed. The facilities should be
planned to be at approximately 50 km interval. At least each facility (1 no.) is foreseen
to be provided for this project stretch. Weighing stations can be located near toll
plazas so that overloaded vehicles can be easily identified and suitably penalized and
unloaded before being allowed to proceed further. The type of weighing system
suitable for the project shall be brought out in the report giving merits of each type of
the state-of-the art and basis of recommendations for the chosen system.

2. The Consultant should take into consideration the provisions for persons with
disabilities (PwD) in way side amenity centres / rest areas and provide ramp
facilities, exit / entrance door with minimum clear opening of 900 mm and
specialtoilet facilities for use of handicapped persons. The consultant shall also take
into consideration, the provisions for Pedestrians facilities as per IRC-103.

4.12.12 Miscellaneous Works

1. The Consultants shall make suitable designs and layout for miscellaneous
works including rest areas, bus bays, vehicle parking areas,
telecommunication facilities etc. wherever appropriate.

2. The Consultants shall prepare the detailed scheme and lay out plan for the
works mentioned in Para 1.

3. The Consultants shall prepare detailed plan for the traffic management and
safety during the construction period.

4.13 Environment and Social Impact Assessment

The consultant shall under take the detailed environmental and social impact
assessment in accordance with the standard set by the Government of India for
projects proposed to be funded by MORT&H/NHAI. In respect of projects proposed
to be funded by ADB loan assistance, Environmental Assessment Requirements,
Environmental Guidelines for selected infrastructure projects, 1993 of Asian
Development Bank shall be followed. Similarly, for projects proposed to be funded by
World Bank loan assistance, World Bank Guidelines shall be followed.

4.13.1 Environmental Impact Assessment

Environment impact assessment or initial environment examination be carried out in


accordance with ADB’s Environmental Assessment Requirements of ADB 1998
guidelines for selected infrastructure projects 1993 as amended from time to
time/World Bank Guidelines / Government of India Guidelines, as applicable

1. The consultant should carry out the preliminary environmental screening to


assess the direct and induced impacts due to the project.

2. The consultant shall ensure to document baseline conditions relevant to the


project with the objective to establish the benchmarks.

3. The consultant shall assess the potential significant impacts and identify the
mitigation measures to address these impacts adequately.

4. The consultant shall do the analysis of alternatives incorporating


environmental concerns. This should include with and without scenario and
modification incorporated in the proposed project due to environment
considerations.
68
5. The consultant shall give special attention to the environmental enhancement
measures in the project for the following:

(a) Cultural property enhancement along the highways


(b) Bus bays and bus shelters including a review of their location,
(c) Highway side landscape and enhancement of the road junctions,
(d) Enhancement of highway side water bodies, and
(e) Redevelopment of the borrow areas located on public land.

6. The consultant shall prepare the bill-of-quantities (BOQ) and technical


specifications for all items of work in such a way that these may be readily
integrated to the construction contracts.

7. The consultant shall establish a suitable monitoring network with regard to


air, water and noise pollution. The consultant will also provide additional
inputs in the areas of performance indicators and monitoring mechanisms for
environmental components during construction and operational phase of the
project.

8. The consultant shall provide the cost of mitigation measures and ensure that
environmental related staffing, training and institutional requirements are
budgeted in project cost.

9. The consultant shall prepare the application forms and obtain forestry and
environmental clearances from the respective authorities including the
SPCBs and the MOEF on behalf of National Highways Authority of India. The
consultantswillmake presentation, if required, in defending the project to the
MOEF Infrastructure Committee.Further, for Environmental & Wildlife
Clearances the firm should have been accredited by National Accreditation
Board for Education and Training (NABET) for EIA. In case NABET
accreditation is not available, the DPR consultant should have at least 1
retired or Ex Indian Forest Service officer and 2 retired or Ex State Forest
Service officers on regular payroll each with over 15 years of service in Forest
& Wildlife Department.

10. The consultant shall identify and plan for plantation and Transplantation of
the suitable trees along the existing highway in accordance with IRC
guidelines.

11. The consultant shall assist in providing appropriate in put in preparation of


relevant environment and social sections of BPIP.

12 Provision should be made for Noise Barriers wherever (especially where


project highway passes through dense habitation) required as a mitigation
measure against noise pollution and nuisance. Their location, dimension, type,
material and shapes should be determined and defined in environment
impact assessment studies forming part of DPR.

4.13.2 Social Assessment

1 The consultant would conduct base line socio-economic and censussurvey to assess
the impacts on the people, properties and loss of livelihood. The socioeconomic
survey will establish the benchmark for monitoring of R&R activities. A social
assessment is conducted for the entire project to identify mechanisms to improve
project designs to meet the needs of different stakeholders. A summary of
stakeholder discussions, issue raised and how the project design was developed to
69
meet stakeholders need would be prepared.

2 The consultant shall prepare Land Acquisition Plan and assist National Highways
Authority of India in acquisition of land under various Acts.

4.13.3 The consultant would prepare Resettlementand Rehabilitation Plan and assess
feasibility and effectiveness of income restoration strategies and suitability and
availability to relocation sites. The resettlement plan which accounts for land
acquisition and resettlement impacts would be based on a 25% socio-economic
survey and 100 % census survey of project affected people which provides the
complete assessment of the number of affected households and persons, including
common property resources. All untitled occupants are recorded at the initial stages
and identify cards will be issued to ensure there is no further influx of people in to the
project area. All consultations with affected persons (to include list of participants)
should be fully documented and records made available to National Highways
Authority of India.

 Assessment on the impact of the project on the poor and vulnerable groups
along the project road corridor.
 Based on the identified impacts, developing entitlement matrix for the project
affected people.
 Assessment on social issues such as in digenous people, gender, HIV/AIDS,
labourers including child labour.
 Implementation budgets, sources and timing of funding and schedule of tasks.
 Responsibility of tasks, institutional arrangements and personnel for
delivering entitlement and plans to build institutional capacity.
 Internal and external monitoring plans, key monitoring indicators and
grievance redress mechanism.
 Incorporating any other suggestions of the ADB/ World Bank/ NHAI, till the
acceptance of the reports by the ADB/ World Bank/ NHAI

4.13.4Reporting Requirements of EIA

 The consultant would prepare the stand-alone reports as per the


requirementof the ADB/World Bank /NHAI, as applicable, with contents as
per the following:
 Executive Summary
 Description of the Project
 Environmental setting of the project.
 Identification and categorization of the potential impacts (during pre-
construction, construction and operation periods).
 Analysis of alternatives (this would include correlation amongst the finally
selected alternative alignment/routing and designs with the avoidance and
environmental management solutions).
 The public consultation process.
 Policy, legal and administrative framework. This would include mechanisms
at the states and national level for operational policies. This would also
include a description of the organizational and implementation mechanism
recommended for this project.
 Typical plan or specific designs for all additional environmental items as
70
described in the scope of work.
 Incorporating anyother as per the suggestions of the ADB/WorldBank/ NHAI,
till the acceptance of the reports by the ADB/ World Bank/NHAI, as
applicable.
 EMP Reports for Contract Package based on uniform methodology and
processes.The consultant will also ensure that the EMP has all the elements
for it to be a legal document. The EMP reports would include the following:
 Brief description of the project, purpose of the EMP, commitments on
incorporating environmental considerations in the design, construction and
operations phases of the project and institutional arrangements for
implementing the EMP.
 A detailed EMP for construction and operational phases with recourse to the
mitigation measures for all adverse impacts.
 Detailed plans for highway-side tree plantation (as part ofthe compensatory
afforestation component).
 Environmental enhancement measurewould be incorporated.
 Enhancement measures would include items described in the scope of work
and shall be complete with plans, designs, BOQ and technical specifications.
 Environmental monitoring plans during and after construction including
scaling and measurement techniques for the performance indicators selected
for monitoring.
 The EMP should be amendable to be included in the contract documents for
the works.
 Incorporating any other as per the suggestions of the ADB/ World Bank/
NHAI, till the acceptance of the reports by the ADB/ World Bank /NHAIas
applicable.

4.13.5 Reporting requirements of RAP

Analysis on the resettlement plan be conducted based on ADBs Hand Book on


Resettlement, A Guide to Good practice 1998 as amended time to time/ World Bank
Guidelines / Government of India Guidelines, as applicable.

 Executive summary
 Description ofproject
 Objectives of the project.
 The need for Resettlement in the Project and evaluation of measures to
minimize resettlement.
 Descriptionandresultsofpublicconsultationandplansforcontinued
participation of PAPs.
 Definition of PAPs and the eligibility criteria.
 Census and survey results-number affected, how are they affected and what
impacts will they experience.
 Legal and entitlement policy framework – support principles for different
categories of impact.
 Arrangements for monitoring and evaluation (internal and external)
 Implementation schedule for resettlement which is linked to the civil works
71
contract
 A matrix of scheduled activities linked to land acquisition procedures to
indicate clearly what steps and actions will be taken at different stages and
the time frame
 The payment of compensation and resettlement during the acquisition
process
 An itemized budget (replacement value for all assets) and unit costs for
different assets

5.1 Land Acquisition

5.1.1 Overall program management of all activities pertaining to Land


Acquisition

5.1.1.1 Coordinate all activities necessary for accurate and timely publication of notifications
as per NH Act including but not limited to

i. Identify all land parcels that need to be acquired as part of project highway
ii. Conduct Joint Measurement Survey in conjunction with CALA, NHAI and state
revenue department to verify land records
iii. Conduct valuation of land and associated assets (structures, trees, crops etc.)
and liaison with authorities of State Government for authentication of the
valuation

5.1.1.2 Liaison with relevant state departments throughout land acquisition process

i. Liaison with State Government departments including but not limited to Land
Revenue Office (or Tehsil), Sub - Registrar office, Directorate of Surveys and
with other State departments (like Public works department, horticulture
department etc.) to expedite the land acquisition process
ii. Co-ordinate collection of all the necessary land record documents and
information required to support CALA/CALA staff during the LA process

5.1.1.3 Facilitate communication between NHAI(PIU) and CALA throughout land acquisition
process

i. Ensure prompt official communication (including delivery of documents and


notifications) between the office of Competent Authority for Land Acquisition
(CALA) and NHAI

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

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


assistants, peons, computer operators as required to support CALA, PIU, RO in
the LA process corresponding to respective project
ii. Ensure comprehensive quality checks (4 Eye Checks) for all the notifications
prepared before submission in the Bhoomi Rashi portal

5.1.2 Assist CALA and NHAI (PIU) in the publication of notifications

5.1.2.1 Provide copy of following documents to PIU - 1 soft copy (less than 3MB combined)
+ 1 hard copy, on finalization of alignment and approval of the alignment from the
competent authority
72
i. Index Map: Document showing alignment of proposed highway overlaid on a
detailed political map of the region
ii. Alignment plan: Engineering plan detailing relative position of Proposed Right
of Way to existing road, bypasses, realignments significant structures, affected
villages and chainage
iii. National Highways Authority of India project sanction document detailing
chainage, length, scheme code and land acquisition requirements (Total Land
Required, Land available, land to be acquired etc.)

5.1.2.2 Conduct enquiry at Village Administrative Office along approved alignment to


ensure inclusion of all villages

5.1.2.3 Ensure correct spelling of taluks and villages according to local revenue records
(Jamabandi) or State Government land record website. The same should be done for
English and Hindi

5.1.2.4 Obtain approval of taluk names, village names and other details mentioned in 3a
from CALA office

5.1.2.5 Co-ordinate with PIU and District Collector/State Government in obtaining


appointment order for CALA

5.1.2.6 Co-ordinate with NIC to ensure correct village names and spelling are included in
Bhoomi Rashi portal

5.1.2.7 Assist PIU in creating 3a notification and preamble on Bhoomi Rashi along with all
supporting documents in format prescribed to be sent for approval to NHAI HQ

5.1.3 Assist CALA and NHAI(PIU) in the publication of 3A notification

5.1.3.1 Co-ordinate collection of all village maps from state land revenue department

i. Ensure all village maps are collected from the Taluk Office/Regional Deputy
Director of Survey and Land Records and bear a saleable copy mark.

5.1.3.2 Co-ordinate collection of all survey maps for all the affected survey numbers in the
proposed right of way from state land revenue department

i. Ensure collection of digitized survey maps from the state revenue department
prepared using CollabLand software of NIC for the purposes of land
acquisition activities, wherever available
ii. Ensure all survey maps collected are scaled to 1:500, 1:1000 or 1:2000
iii. Ensure survey maps contain all necessary information including boundary
dimensions, ladder diagrams, topographical details, sub division details and
adjoining survey numbers as available, in line with the norms of the State
Government
iv. Verify the level of accuracy in the maps and their suitability for the purposes
of supporting the land acquisition effort for the project road in terms of both
dimensional accuracy and details available
v. Ensure consistency between the revenue maps and other land records
(Record of Rights, Tenancy and Crops /A-Register etc.) and correct the
maps/records in case of inconsistency. Ensure, the corrected maps are vetted
by the Village Administrative Officer

73
5.1.3.3 Ensure collection of geo referenced control points capable of being imported into
appropriate GIS system

i. Conduct an alignment walk-through and ensure details of the ground control


points include village stones, suitable land details and permanent
geographical features are collected
ii. Ensure a minimum of 10 control points are identified and geo-referenced for
every 1 km
iii. Ensure the Geo-location information from the control points are imported
into the GIS system, to aid in superimposition of alignment map and the
digitized village map. Suitable land details and features should also be added
to the GIS system to enable review of individual land parcels.

5.1.3.4 Ensure accurate digitization and projection of village maps on GIS system

i. Consultant should ensure complete digitization of the area containing the


Proposed Right of Way
ii. Where digitized revenue maps are unavailable or are deemed to be
insufficient for the purposes of this project, the consultant shall digitize the
survey maps of the area falling in and surrounding the existing and PROW,
keeping the following in mind:
1. Create digitized maps of individual survey numbers using the procedure
used by the land revenue department to recreate revenue maps such as
using ladder diagrams, grid dimensions etc., using CollabLand software,
wherever possible
2. Input numerical measurements mentioned in the ladder diagram/grid
dimensions/survey boundaries in CollabLand or similar software to
ensure accuracy of digital map
3. Stitch the digitized survey maps to recreate a scaled and digitized village
map depicting all the survey numbers affected by the proposed right of
way
iii. Ensure that the digitized map exactly matches the original map like a contact
print and contain all information contained in the original survey map
iv. Ensure an accuracy of 1mm or higher in a 1:1000 scale, as this translates into
an accuracy of 1 m or higher on ground
v. In digitization and feature addition, the consultant shall endeavor to follow
any standards, requirements and formats laid down by the relevant state/
central government agency for land ownership and revenue management or
that set by the authority involved in digitization of land records
1. Where applicable, the consultant shall share back the digitized cadastral
maps in both soft and hard copy with the relevant local agency or state
government

5.1.3.5 Ensure accurate projection of survey revenue maps on Google Earth or similar GIS
software necessarily having the following layers

i. Alignment Map
ii. Digitized Village Map
iii. Topographical details as collected during topographical survey using
LiDAR/Drone Imaging
iv. Geo-referenced control points imported into GIS software
74
5.1.3.6 Ensure proper superimposition of the alignment map, digitized village map by
accurately matching the topographical details and geo-referenced ground control
points on both the layers.

i. Divide the village maps at every 500 meters (in case of the same village) to
ensure proper projection of the planar map on Google Earth or equivalent
ii. Adjust the digitized map to exactly match the ground situation using the geo-
referenced ground control points identified

5.1.3.7 Accurately identify extent of area encroached by alignment in survey numbers/sub


division numbers using appropriate software (ArcGIS/AutoCAD, etc) based on the
superimposition of the alignment map on the digitized village map

5.1.3.8 Co-ordinate collection all the relevant revenue records from state revenue
department required to ascertain type and nature of land

i. Collect the updated land revenue records with details on survey numbers,
sub-division, land type, land nature and owner from the Taluk office

5.1.3.9 Prepare and submit 3A draft and LA plan in the format prescribed by NHAI

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

5.1.3.11 Facilitate CALA staff in verification of the draft 3A document

5.1.3.12 Assist CALA staff in preparation of 3A notification, preamble and forwarding letter
to be forwarded to PIU

5.1.3.13 Assist PIU in uploading 3A notification (as declared by CALA) along with preamble
on Bhoomi Rashi

i. Provide computer operators to upload 3A notification on Bhoomi Rashi


ii. Ensure the 3A submitted on Bhoomi Rashi matches the signed copy verbatim
and no changes are made

5.1.3.14 Provide copy of 3A Gazette notification to the office of the CALA on publication in
the Gazette

5.1.3.15 Prepare 3A notification in vernacular language to be sent to newspaper for 3A(3)


notification

i. Ensure the translated 3A sent to the newspaper matches the 3A Gazette copy
verbatim and no changes are made

5.1.3.16 Co-ordinate with the CALA to get a signed copy of the press ready version along with
the file reference number needed for future reference at the CALA office

5.1.3.17 Assist PIU in coordinating with newspaper agency to ensure publication of 3A


notification in 2 newspapers: 1 Vernacular + 1 Other

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

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

75
i. Ensure submission of 3A to the PIU in prescribed format within 30 days of 3a
publication
ii. Ensure publishing of 3A in Gazette by pursuing the same with relevant
stakeholder within 14 days of submission of final 3A to the PIU
iii. Provide adequate manpower including but not limited to AutoCAD draftsmen,
liaison officers, computer operators, retired tahsildars, etc. to ensure
mandated timelines are met
iv. Ensure adequate resources including but not limited to computers, software
licenses, scanner, printer etc. are deployed to ensure mandated timelines are
met

5.1.4 Assist CALA and NHAI(PIU) in conduction of 3C enquiry and compilation of final
orders

5.1.4.1 Co-ordinate with CALA for scheduling public hearings as necessitated by section 3C of
NH Act 1956

5.1.4.2 Assist CALA staff in sending notices to petitioners on respective hearing dates either
through newspaper notifications to be published in 2 newspapers: 1 Vernacular + 1
other or through respective village administrative offices

5.1.4.3 Provide copies of newspaper publication/ notices of 3C notification to the office of the
CALA

5.1.4.4 Assist CALA staff in receiving and compiling of objections

5.1.4.5 Assist CALA during objection hearings, recording of hearings, ensuring compliance of
corresponding orders and notification of final CALA order to petitioners

5.1.4.6 Assist CALA staff in dispatching and ensuring delivery of final 3C orders to petitioners
in a timely manner and obtain acknowledgement of receipt of 3C orders from the
aggrieved parties

5.1.5 Assist CALA and NHAI(PIU) in conducting Joint Measurement Survey

5.1.5.1 Co-ordinate with the CALA office and state government departments and obtain all
permissions necessary to conduct JMS and center line marking

5.1.5.2 Ensure laying of boundary pillars in an accurate and expedited manner

i. Ensure use of Differential GPS or Total Station systems to conduct center line
marking
ii. Ensure placing of boundary pillars (left and right) and the center line peg (in case
of brownfield sections), center line pillar (in case of Greenfield sections) at 50-
meter intervals, clearly demarcating the Proposed Right of Way.
iii. Ensure all boundary pillars are provided and planted as per IRC:25:1967
iv. Ensure that the boundary stones are secured at location
v. Provide daily reports to PIU and CALA office by mail indicating progress of
boundary stone marking in terms of length and chainage covered
vi. Retain a Total Station system, controller and a prism holder for the entire duration
of the JMS to ensure prompt assistance to the survey team

76
5.1.5.3 Ensure accurate and timely conduction of JMS for the complete length of the project

i. Provide scaled revenue maps, latest ownership records, village map and other
revenue documents necessary for conducting JMS
ii. Arrange retired revenue sub inspectors of survey and chainmen to conduct Joint
Measurement Survey at the consultant’s cost
iii. Ensure accurate measurement of revenue survey plots with respect to PROW of
project, by identifying physical features present on the ground & the survey
sketches, measuring the distance of the PROW stone from the physical features and
marking the distance on the survey sketch
iv. Ensure marking of PROW on scaled revenue maps indicating extent of
encroachment into survey numbers/sub division numbers
v. Ensure surveyors collect details of structures and trees present in sub-divisions
during JMS
vi. Ensure accurate calculation of area affected in each sub-division
vii. Ensure sub-division records are prepared as per the guidelines of the state
revenue surveyor clearly indicating the name of the land owner as per latest
ownership record
viii. Ensure sub-division records divide affected sub-divisions clearly indicating
portion of land vested with the owner and portion of land acquired by NHAI
ix. Ensure submission of JMS records in format expected by the CALA office along
with all supporting documents
x. Co-ordinate with local land revenue office in updating of all land records as per
sub-division records submitted to CALA office, including vesting of acquired land
in the name of Government of India, post publication of the 3D notification
xi. Provide daily reports to PIU and CALA office by mail indicating progress of JMS in
terms of length, villages and number survey numbers covered

5.1.5.4 Assist land revenue department in conducting pre-scrutiny

i. Ensure all records are submitted at Taluk office in the correct format
ii. Facilitate creation of new sub-divisions based on the sub division records
submitted by the survey team, including vesting of acquired land in the name
of Government of India, post publication of the 3D notification
iii. Provide daily reports to PIU and CALA office by mail indicating progress of
pre-scrutiny in terms of number of villages covered

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

5.1.6 Assist CALA and NHAI(PIU) in the publication of 3D notification

5.1.6.1 Prepare 3D draft based on 3A notification and scrutinized JMS statements in the
format prescribed by National Highways Authority of India.

5.1.6.2 Co-ordinate submission of copies of 3D draft and scrutinized JMS Statements to the
office of the CALA for verification

5.1.6.3 Facilitate CALA staff in verification of the draft 3D version

i. Ensure presence of surveyors to clarify/rectify any issue that may arise during
verification, both during on-ground inspection as well as during the document
verification.
77
5.1.6.4 Assist CALA staff in preparation of 3D notification, preamble and forwarding letter to
be forwarded to PIU

5.1.6.5 Assist PIU in uploading 3D notification (as declared by CALA) along with preamble on
Bhoomirashi

i. Provide computer operators to upload 3D notification on Bhoomirashi


ii. Ensure the 3D submitted on Bhoomirashi matches the signed copy verbatim
and no changes are made

5.1.6.6 Provide copy of 3D Gazette notification to the office of the CALA on publication in the
Gazette

5.1.6.7 Prepare 3D notification in vernacular language to be sent to newspaper

i. Ensure the translated 3D sent to the newspaper matches the 3D Gazette copy
verbatim and no changes are made

5.1.6.8 Co-ordinate with the CALA to get a signed copy of the press ready version along with
the file reference number needed for future reference at the CALA office

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


notification in 2 newspapers: 1 Vernacular + 1 Other

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

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

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


in prescribed format within 45 days of 3A publication
ii. Ensure publishing of 3D in Gazette by pursuing the same with relevant
stakeholder within 15 days of submission of final 3D to the PIU
iii. Provide adequate manpower including but not limited to surveyors, revenue
inspectors, chain-men, liaison officers, computer operators, central line marking
teams, helpers, etc. to ensure mandated timelines are met
iv. Ensure adequate resources including but not limited to computers, boundary
pillars, Total Station/DGPS systems, vehicles etc. are deployed to ensure
mandated timelines are met

5.1.7 Assist the CALA in the declaration of award (3G)

5.1.7.1 Assist CALA in drafting public notice inviting claims (under sub-section 3 of section
3G) from all persons interested in the land tobe acquired and 3D notification to be
published in 2 local newspaper - 1 vernacular and 1 other.

5.1.7.2 Co-ordinate with NHAI/CALA on publishing of claim invitation notification in 2 local


newspapers - 1 vernacular and 1 other. The public notice inviting claims (under sub-
section 3 of section 3G) from all persons interested in the land to be acquired can be
issued along with the newspaper publication of 3D notification

5.1.7.3 Provide 1 copy of newspaper notification of 3D and claim invitation to CALA, Ward,
Panchayat, Circle office, police station and Collector office.

5.1.7.4 Assist CALA during claim hearings, record hearings and compliance of corresponding
orders
78
i. Collate ownership claims and the documents received during the claim
hearings
ii. Assist the office of the CALA in verifying the claims and in finalizing the land
owners

5.1.7.5 Assist CALA office in collection of sales statistics and market value (Guideline value/
Collector rates) from the relevant State Government department

i. Collect the sales statistics for 3 years prior to the date of the 3A notification
from the Sub-Registrar’s Office
ii. Assess the sales statistics to evaluate the nature of land for all the sale deeds
based on the land records available with the State Government (Chitta/ A-
Register, etc.)
iii. Compute the average of the top 50% of the sales statistics after eliminating
the outliers, with proper justification
iv. Collect the Guideline Value/ Prevalent market rates, as issued by the order of
the Competent Authority of the State Government for all the relevant villages
v. Collect the details of the sales of land for public purpose through private
negotiation in the recent past for similar type of land

5.1.7.6 Compute land valuation for the all the affected survey numbers in line with
RFCTLARR Act and the guidelines issued by MoRTH

5.1.7.7 Conduct valuation of land related assets (Structures, trees, crops etc.) and liaison with
respective State authority including but not limited to State Public Works
Department, Agriculture, Horticulture, Forest Department, etc. for authentication of
the valuation.

5.1.7.8 Assist CALA in 3G award preparation and in drafting 3G award documents along with
the required annexures including but not limited to preparation of field book which
contains award by each beneficiary, list of sales statistics considered for finalizing the
market value, etc.

5.1.8 Assist NHAI in obtaining possession of land

5.1.8.1 Co-ordinate delivery of confirmation letter of deposit from PIU to CALA

5.1.8.2 Assist CALA staff in drafting notification for beneficiaries for award collection and
vacating the land within 60 days (under section 3E)

5.1.8.3 Co-ordinate serving of notice to all beneficiaries for collection of award and to vacate
the land within 60 days (under section 3E)

5.1.8.4 Co-ordinate collection of certificate of possession from CALA

5.1.9 Publication of Gazette Notifications relating to Land Acquisition:

5.1.9.1 Cost for publication of Gazette Notifications relating to land acquisition in


Newspapers shall be borne by the NHAI.

5.2 Utility shifting proposal and estimates

79
5.2.1 Identify type and location of all existing utilities within the proposed
ROW

1. Consultant will review information available with all utilities agencies in the region,
consult maps/plans available with National Highways Authority of India , MoRTH and
state road agencies, consult with locals and municipal bodies to ascertain the
presence and location of utilities , including but not limited to water-mains, gas,
telephone, electricity and fiber-optic installations in and around the project road

2. Deploy ground penetrating radar, inductor locators or better technology to accurately


map the location, type and size of utilities in the ROW of the project road as required
in the section of this TOR

3. Develop a detailed strip plan and digitized maps showing:

i. type, size and current location of all the utilities identified


ii. relative offset from the centerline
iii. existing right of way

5.2.2 Plan for utilities in future road design

1. Consultants need to identify utilities that will require shifting to enable construction
of the proposed project road

2. Incorporate space required for elevated and under-ground utilities corridors and
utilities crossings as required for existing and future utilities in consultation with user
departments

5.2.3 Develop a utilities relocation plan

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


with NHAI and user departments clearly identifying current utilities and suggested
relocations along with crossings as required

2. Plan and conduct discussions, consultations and joint site visits required for the
planning of utilities shifting and the development of required drawings and proposals

3. Prepare necessary details, documents and suggested relocation plan to be submitted


to user department

4. Develop initial cost estimates based on suggested relocation plan and the latest
available schedule of rates for inclusion in the cost of the project at the time of
approval

5.2.4 Estimates and approvals

1. Consultants need to obtain draft utilities shifting proposal from user departments for
all utilities identified for shifting along project road

2. Prepare utility shifting cost estimates using latest schedule of rates and obtain
approval from user departments

3. Review final designs submitted, cost estimates, complete checklist, obtain required
declarations and submit to National Highways Authority of India for approval

80
4. Work with user department, National Highways Authority of India as required to
incorporate any changes requested in shifting proposal and cost estimate

5. Obtain all required utilities shifting proposal estimates and required approvals from
both user departments and National Highways Authority of India within the time
stipulated in DPR contract

5.3 Estimation of Quantities and Project Costs

1. The Consultants shall prepare detailed estimates for quantities (considering


designs and mass haul diagram) and project cost for the entire project (civil packages
wise), including the cost of environmental and social safeguards proposed based on
MoRT&H’s Standard Data Book and market rate for the inputs. The estimation of
quantities shall be based on detailed design of variouscomponents of the projects. The
estimation of quantities and costs would have to be worked out separately for civil
work Package as defined in this TOR.

2. The Consultants shall make detailed analysis for computing the unit rates for the
different items of works. The unit rate analysis shall duly take into account the
various inputs and their basic rates, suggested location of plants and respective lead
distances for mechanized construction. The unit rate for each item of works shall be
worked out in terms of manpower, machinery and materials.

3. The project cost estimates so prepared for NHAI/ADB/WB projects are to be checked
against rates for similar on-going works in India under NHAI/WorldBank/ ADB
financed road sector projects.

4. The Consultant should work out the quantity of Bitumen, Steel and Cement likely to
be used in the project and indicate in the summary sheet.

6. Viability and Financing Options and Bidding process

1. The Project Road should be divided into the traffic homogenous links based on the
findings of the traffic studies. The homogenous links of the Project Road should be
further subdivided into sections based on physical features of road and pavement,
sub-grade and drainage characteristics etc. The economic and commercial analysis
shall be carried out separately for each traffic homogenous link as well as for the
Project Road.

2. The values of input parametres and the rationale for their selection for the
economic and commercial analyses shall be clearly brought out and got approved by
National Highways Authority of India .

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

4. The economic and commercial analyses should bring out the priority of the
different homogenous links in terms of project implementation.

6.1. Economic Analysis

1. The Consultants shall carry out economic analysis for the project. The analysis should
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.

81
2. The economic analysis shall cover but be not limited to be following aspects:

i. assess the capacity of existing roads and the effects of capacity constraints on
vehicle operating costs (VOC);
ii. calculate VOCs for the existing road situation and those for the project;
iii. quantify all economic benefits, including those from reduced congestion,
travel distance, road maintenance cost savings and reduced incidence of road
accidents; and,
iv. estimate the economic internal rate of return (EIRR) for the project over a30-
year period. In calculating the EIRRs, identify the tradable and non- tradable
components of projects costs and the border price value of the tradable
components.
v. Saving in time value.

3. Economic Internal Rate of Return (EIRR) and Net Present Value (NPV), “with
“and “without time and accident savings” should be worked out based on these cost-
benefit stream. Furthermore, sensitivity of EIRR and NPV worked out forth different
scenarios as given under:

Scenario – I Base Costs and Base Benefits


Scenario - II Base Costs plus 15% and Base Benefits
Scenario - III Base Costs and Base Benefits minus 15%
Scenario – IV Base Costs plus 15% and Base Benefits minus 15%

The sensitivity scenarios given above are only indicative. The Consultants shall select
the sensitivity scenarios taking into account possible construction delays,
construction costs overrun, traffic volume, revenue shortfalls, operating costs,
exchangeratevariations,convertibilityofforeignexchange,interestrate volatility, non-
compliance or default by contractors, political risks and force majeure.

4. The economic analysis shall take into account all on-going and future road and
transport infrastructure projects and future development plans in the project area.

6.2 Financial Analysis

6.2.1 Need for financial analysis

1. It is envisaged that project stretches should be implemented in a commercial,


PPP funded format
2. Therefore, the Consultant will need to study the financial viability of the project
under various available commercial formats and suggest a mode of funding and
execution that is most likely to be successful
3. The consultant shall study the financial viability of the project under several
different traffic volume, user fee scenarios and funding options to arrive at the
optimal execution mode and funding modalities

6.2.2 Financial analysis of the project

1. The Consultants shall in consultation with NHAIfinalize the format for the
analysis and the primary parameters and scenarios that should be taken into
account while carrying out the commercial analysis

82
2. The Financial analysis for the project should cover financial internal rate of
return, projected income statements, balance sheets and fund flow statements
and should bring out all relevant assumptions.
3. The financial analysis should cover identification, assessment, and mitigating
measures for all risks associated with the project. The analysis shall cover, but
be not limited to, risks related to construction delays, construction costs
overrun, traffic volume, revenue shortfalls, operating costs, exchange rate
variations, convertibility of foreign exchange, interest rate volatility, non-
compliance or default by contractors, political risks and force majeure.
4. The sensitivity analysis should be carried out for a number of probabilistic
scenarios.

6.2.3 Outputs from financial analysis

1. The financial model so developed shall be handed over to and be the property
of National Highways Authority of India.
2. The consultant shall also suggest positive ways of enhancing the project
viability and furnish different financial models for implementing on BOT
format

6.3 Bidding process

6.3.1 Consultant shall assist the authority in preparing the required bid documents and
support the authority through the bidding process

6.3.2 Preparation of documents

1. The consultant shall prepare all required bid documents and technical
schedules required for the bidding of the project

2. The Consultants shall prepare separate documents for each type of contract
(EPC/PPP) for each package of the DPR assignment

3. The consultant shall assist authority in reviewing bid documents and in


making any changes required basis their findings or the and finalising bid
documents

4. The consultant shall assist the authority in collecting and providing all
required supporting documents for initiating bid as defined by the SOP for
contracting

5. The DPR consultant may be required to prepare the Bid Documents, based on
the feasibility report, due to exigency of the project for execution if desired by
NHAI.

a. To enable this, consultant should study the financial viability and financial
options for the project for modes such as BOT Toll/Annuityduring the
feasibility stage.

6. Provide any and all clarifications required by the authority or other


functionaries such as the financial consultant and legal advisor as required for
the financial appraisal and legal scrutiny of the Project Highway and Bid
Documents.

7. The consultant shall be guided in its assignment by the Model Concession/


Contract Agreements for PPP/ EPC projects, as applicable and the Manual of

83
Specifications and Standards for two/ four/ six laning of highways published
by IRC (IRC:SP:73 or IRC:SP:84 or IRC:SP:87, as applicable) along with
relevant IRC codes for design of long bridges.

a. It is suggested that consultant should go through the EPC/PPP documents


of ministry before bidding the project.

6.3.3 Support during the bidding process

1. Consultant shall support National Highways Authority of India through the


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

2. The consultant shall ensure participation of senior team members of the


consultant during all interaction with potential bidders including pre-bid
conference, meetings, site visits etc.

3. During the bid process for a project, the consultant shall support the authority
in:

a. Responding to all pre-bid technical queries


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

4. The consultant shall assist National Highways Authority of India and its
functionaries as needed in the evaluation of technical bids

7. Time period for the service

1. Time period envisaged for the study of the project is indicated in Annex-I to LOI. The
final reports, drawings and documentation shall be completed within this time
schedule.

2. National Highways Authority of India shall arrange to give approval on all sketches
,drawings, reports and recommendations and other matters and proposals submitted
for decision by the Consultant in such reasonable time so as not to delay or disrupt
the performance of the Consultant’s services.

8. Project Team and Project Office of the Consultant

1. The Consultants shall be required to form amulti-disciplinary team for this


assignment. The consultants’team shall be manned by adequate number of experts
with relevant experience in the execution of similar detailed design assignments.

2. List of suggested key personnel to be fielded by the consultant with appropriate man-
month of consultancy services is given in Enclosure-I as per client's assessment.

3. A Manning Schedule for key personnel mentioned above is enclosed as Enclosure-I


along with broad job- description and qualification as Enclosure-II. The information
furnished in Enclosures-I & II are to assist the Consultants to understand the client’s
perception about these requirements and shall be taken by the Consultants for the
purpose of Financial Proposal and deployment schedule etc. in technical proposal to
be submitted by them. Any deviation proposed may be recorded in the comments on
TOR. All the key personnel mentioned will be evaluated at the time of evaluation of
technical proposal. Consultants are advised in their own interest to frame the
technical proposal in an objective manner as far as possible so that these could be
properly assessed in respect of points to be given as part of evaluation criteria as
84
mentioned in Data sheet. The bio-data of the key personnel should be signed on every
sheet by the personnel concerned and the last sheet of each bio-data should also be
signed by the authorized signatory of the Consultants.

4. The Consultants shall establish an office at the project site manned by senior
personnel during the course of the surveys and investigations. All the project related
office work shall be carried out by the consultant in their site office unless there are
special reasons for carrying out part of the office work elsewhere for which prior
approval of National Highways Authority of India 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 National Highways Authority of India
before commencement of the services.

5. All key personnel and sub professional staff of the DPR Consultants shall use the
fingerprint based (biometric) attendance system for marking their daily attendance.
Attendance shall be marked at least once a day and anytime during the day. Biometric
Attendance System shall be installed by the DPR Consultants at its own cost at the site
office and design office in order to facilitate the attendance marking. A copy of
attendance records shall be attached at the time of submission of their bills to the
National Highways Authority of India from time to time. Proper justification shall be
provided for cases of absence of key personnel/ sub-professional staff which do not
have prior approval from Project Director of Concerned stretch. If National Highways
Authority of India so desires, it shall facilitate electronic linking of the attendance
system with the Central Monitoring System of National Highways Authority of India.

9. Reports to be submitted by the Consultant to NHAI

9.1 All reports, documents and drawings are to be submitted separately for each of the
traffic homogenous link of the Project Road. The analysis of data and the design
proposals shall be based on the data derived from the primary surveys and
investigations carried out during the period of assignment. The sources of data and
model relationships used in the reports shall be indicated with complete details for
easy reference.

9.2 Project preparation activities will be split into eight stages as broughtout below.

No Stage Key activities Report/deliverable submitted


1 Inception Project planning and Inception Report and QAP
mobilization
2 Feasibility Alignment finalization, Alignment Options Report and
preliminary surveys Feasibility Report
3 LA and LA, utilities identification; Strip Plan, LA Report (3a, 3A),
Clearances I creation of draft notifications Clearances and Utility Shifting
and proposals proposals
4 DPR Detailed design of highway, Draft DPR Report, Final DPR
preparation of detailed project Report, documents and
report with drawings drawings
5 Technical Preparation of bid documents Civil Works Contract Agreement
Schedules and technical schedules and Schedules
6 (i) LA II Land acquisition process, JMS and 3D Report, Final Project
(ii) Project obtaining final utilities estimates Clearances and Utilities Report
Clearances and required clearances

7 LA III- Award Land acquisition award 3G Report


85
No Stage Key activities Report/deliverable submitted
Determination determination
8 LA IV- Possession Obtaining possession of land Land Possession Report

Preliminary design work should commence without waiting for feasibility study to be
completed. Stage 3, 5 and 6 shall run in parallel with Stage 2 and 4

For stages 7 and 8 consultant will be required to submit a report at the completion of
90% of the activities for that stage. In addition, an updated report will need to be
submitted at the completion of all land acquisition activities covering receipt of
100% of the land possession certificates for the land parcels pertaining to the project
road.

9.3 Timelines for the submission of reports and documents

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

10 Reports and Documents to be submitted by the Consultant to NHAI

1. The Consultant shall submit to the client the reports and documents in bound
volumes (and not spiral binding form) after completion of each stage of work as per
the schedule and in the number of copies as given in Enclosure-III. Further, the
reports shall also be submitted in floppy diskettes / CD’s in addition to the hardcopies
as mentioned in Enclosure-III. Consultant shall submit all other reports mentioned
specifically in the preceding paras of the TOR.

2. The time schedule for various submissions prescribed at Sl. No.1 above shall be
strictly adhered to. No timeoverrun 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 projectpreparationactivitiesin
construction package (Section) simultaneously. As far as possible, the proposal should
include complete information such as number of such persons, name, position, period
of engagement, remuneration rate etc. The Consultant is also advised to start
necessary survey works from the beginning so as to gain time in respect of various
other activities in that stage.

3. DPR Deliverables in each stage of project

1. The key stages, activities and deliverables for the detailed project report are as
described in these documents

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

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

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


format and content requirements

86
5. All reports must be submitted along with the relevant checklist form completed and
signed off by the consultant

STAGE 1
10.1 Quality Assurance Plan (QAP) Document

1. Immediately upon the award, the Consultants shall submit four copies of the QAP
document covering all aspects of field studies, investigations design and economic
financial analysis. The quality assurance plans/procedures for different field studies,
engineering surveys and investigation, design and documentation activities should be
presented as separate sections like engineering surveys and investigations, traffic
surveys, material geo-technical and sub-soil investigations, road and pavement
investigations, investigation and design of bridges & structures, environment and
R&R assessment, economic & financial analysis, drawings and documentation;
preparation, checking, approval and filing of calculations, identification and
traceability of project documents etc. Further, additional information as per format
shall be furnished regarding the details of personnel who shall be responsible for
carrying out/preparing and checking/verifying various activities forming part of
feasibility study and project preparation, since inception to the completion of work.
The field and design activities shall start after the QAP is approved by National
Highways Authority of India.

2. Data formats for report and investigation result submission

i. Required data formats for some reports, investigations and documents are
discussed in ENCLOSURE-IV
ii. Formats for submission of Reports and Documents.
iii. The consultants will need to propose data formats for use in all other field
studies and investigations not covered in enclosure IV.
iv. The proposed data forms will need to be submitted for the approval of
NHAIafter the commencement of services.

10.2 Inception Report (IR)

1. The report shall cover the following major aspects:

i. Project appreciation;
ii. Detailed methodology to meet the requirements of the TOR finalized in
consultation with the NHAIofficers; 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 projects tretch 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 LinearPlan;
viii. Development plans being implemented and/or proposed for implementation
in the near future by the local bodies and the possible impact of such
development plans on the overall scheme for field work and design for the

87
study;
ix. Quality Assurance Plan (QAP) finalized in consultation with National
Highways Authority of India ;
x. Draft design standards; and

2. The requirements, if any, for the construction of bypasses should be identified on the
basis of data derived from reconnaissance and traffic studies. The available alignment
options should be worked out on the basis of available maps. The most appropriate
alignment option for bypasses should be identified on the basis of siteconditions and
techno-economic considerations. Inception Report should include the details
regarding these aspects concerning the construction of bypasses for approval by
NHAI.

i. Bypasses should be identified on the basis of data derived from


reconnaissance and initial traffic information/traffic studies
ii. The available alignment options should be worked out on the basis of
available topographic maps, publicly available mapping services or remote
sensing based topography and land use maps
iii. The most appropriate alignment option for bypasses should be identified on
the basis of site conditions and techno-economic considerations

88
STAGE 2: Feasibility Report
10.3 Alignment options report

1. Basis review of the existing project road, local traffic patterns and initial
reconnaissance surveys, the consultant shall present possible alignment alternatives
for the project road

2. Alignment options should include but not be limited to:

(i) Greenfield sections of the road


(ii) New alignments due to lack of RoW, opportunity to shorten road etc.
(iii) New/Re-alignment to cater to local traffic and o-d points
(iv) Re-alignment due to changes in local network and/or surrounding road
network
(v) Bypasses as suggested and approved in alignment report
(vi) Re-alignment due to need to improve road geometry
(vii) Provision of ROBs, flyovers and other structures

3. The alignment report shall contain:

i. Drivers for re-alignment of road and re-alignment needed as discussed in para


2 above
ii. Alignment alternatives for each section where re-alignment of road is needed
iii. Analysis of alignment alternatives bringing out the pros and cons of each
alternative including, but not limited to: new construction required, land
acquisition requirements, environmental impact, utilities and structures
affected, cost of construction, road geometry and road safety aspects, input
from local consultation, National Highways Authority of India views
iv. For optimization and planning of Projects the DPR consultant shall follow the
process flow stipulated in NHAI policy circular no. 7.1.78/2023 dated
03.11.2023 without any additional cost to Authority.
v. Recommendations from among the alignment options presented for the
authority to consider

a. Consultant will enable authority to visualize and compare alignment


options by providing alignment options in a GIS environment that should
include, but not be limited to:

i. Road alignment alternative centerlines


ii. Digital elevation model of the region
iii. Land use / land cover information
iv. Hydrology information
v. Surrounding road network including key NH, SH, MDR and ODRs
vi. Key O/D points and urban settlements
vii. High resolution satellite/airborne imagery of the region

10.4 Feasibility Report

1. The consultant shall commence the Feasibility Study of the project in accordancewith
89
the accepted IR and the report shall contain the following:

i. Executive summary
ii. Overview ofNHAIorganization and activities,and project financing and cost
recovery mechanisms
iii. Projectdescriptionincludingpossiblealternativealignments/bypasses and
technical/engineering alternatives
iv. Methodology adopted for the feasibility study
v. Socioeconomic profile of the project areas
vi. Indicative design standards, methodologies and specifications
vii. Traffic surveys and analysis
viii. Environmental screening and preliminary environmental assessment
ix. Initial social assessment and preliminary land acquisition/resettlement plan
x. Cost estimates based on preliminary rate analysis and bill of quantities,
xi. Cost analysis of all alternate identifiedalignments
xii. Economic and financial analysis
xiii. Conclusions and recommendations

2. In view of para 1 above the consultant has to submit the following documents in six
sets:

i. Technical Specifications: The MORT&H’s Technical Specifications forRoad


and Bridge works shall be followed for this study. However, Volume-IV:
Technical Specifications shall contain the special technical specifications
which are not covered by MORT&H Specifications for Roads and Bridges
(latest edition / revision) and also specific quality control norms for the
construction of works.

ii. Rate Analysis: This volume will present the analysis of rates for all items of
works. The details of unit rate of materials at source, carriage charges,
anyother applicable charges, labour rates, and machine charges as considered
in arriving at unit rates will be included in this volume.

iii. Cost Estimates: This volume will present the each item of work as well as a
summary of total cost.

iv. Bill of Quantities: This volume shall contain the detailed BillofQuantities for
all items of works

3. Thebasicdataobtainedfromthefieldstudiesandinvestigationsshallbe submitted in a
separate volume as an Appendix to Feasibility Report.

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


modifications suggested by National Highways Authority of India shall be submitted
within 15 days of receipt of comments from National Highways Authority of India on
draft feasibility study report.

90
STAGE 3:
10.5 Strip Plan and Clearances

1. The Consultants shall submit the following documents:

i. Details of the center line of the proposed widened NH along with the existing
and proposed right-of-way limits to appreciate the requirements of land
acquisition;
ii. The information concerning the area including ownership of land to be
acquired for the implementation of the project shall be collected from the
revenue and other concerned authorities and presented along with the strip
plans;
iii. Stripplansshowingthepositionofexistingutilitiesandservices indicating clearly
the position of their relocation;
iv. Details for various clearances such as environment and forest clearances;
v. Separate strip plan showing shifting / relocation of each utility services in
consultation with the concerned local authorities;
vi. The utility relocation plans should clearly show existing right-of-way and
pertinent topographic details including buildings, major trees, fences and
other installations such as water-mains, telephone, telegraph and electricity
poles, and suggest relocation of the services along with their crossings the
highway at designated locations as required and prepare necessary details for
submission tothe Service Departments;
vii. Detail schedules for acquisition of additional landand additional properties in
consultation with the revenue authorities; and
viii. Land Acquisition Plan shall be prepared after digitization of cadastral /land
revenue maps.The digitized map shall exactly match the original map, like a
contact print, since the dimensions and area of plots, or the whole village is to
be extracted from the map itself. An accuracy of 1mm or higher in a 1:1000
scale map shall be ensured, as this translates into an accuracy of 1 m or higher
on ground.

2. The strip plans and land acquisition plan shall be prepared on the basis of data from
reconnaissance and detailed topographic surveys.

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

i. Kilometre-wise Land Acquisition Plan (LAP) and schedule of ownership


thereof and Costs as per Revenue Authorities and also based on realistic
rates.
ii. Details of properties, such as buildings and structures falling within the right-
ofway and costs of acquisition based on realistic rates.
iii. Kilometre-wise Utility Relocation Plan (URP) and costs for relocation per civil
construction package as per concerned authorities.
iv. Kilometre-wise account in regard to felling of trees of different type and girth
and value estimate of such trees based on realistic rates obtainable from
concerned District forest office.

4. The strip plans shall clearly indicate the scheme for widening. The views and
suggestions of the concerned State PWDs should be duly taken into account while

91
working out the widening scheme (left, right or symmetrical). The widening scheme
shall befinalized in consultation with National Highways Authority of India.

5. Kilometre-wise Strip Plans for section (Package) shall be prepared separately for each
concerned agency and suggested by National Highways Authority of India.

10.6 Land Acquisition Report

1. Consultant shall submit a detailed land acquisition plan that provides details on
kilometre-wise land acquisition requirements, all required details and draft
notifications made.

2. The Land acquisition plan and report shall be prepared and submitted for each
section (package). Details shall also be submitted in land acquisition proforma to be
supplied by National Highways Authority of India, in both Hindi and English
languages.

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


revenue maps as per clause of this TOR

i. Land parcels identification should be verified by superimposing the proposed road


corridor RoW on the geo-located cadastral map to ensure all affected land parcels
have been accounted for and land area to be acquired is accurately determined

4. The land acquisition plan shall present details concerning the land area to be acquired
in conjunction with the strip plan:

i. Kilometer-wise existing and proposed RoW on either side of the proposed


centreline
ii. Detail schedules of additional land to be acquired, land ownership and other
required details as per revenue records
iii. Details of properties, such as buildings and structures falling within the right-
of way
iv. Costs of acquisition as per revenue authorities and also based on realistic
market derived rates
v. Detail schedules for acquisition of additional land and additional properties in
consultation with the revenue authorities;

5. The land acquisition plan shall report the progress of the land acquisition process
under the NH Land Acquisition act

i. All required details on land parcels to be acquired


ii. Copies draft 3a and 3A notifications and approvals from NHAI
iii. Copies of published notifications, communication with CALAs and current
status land acquisition process
iv. Village, district and CALA wise summary of land to be acquired, current status
of process and notifications published

6. The estimated cost of land acquisition shall invariably be worked out realistically for
all projects before finalization of 3(D) notifications for publication so as enable taking
a conscious decision regarding the feasibility of acquiring the land or exploring of
other alternatives (such as following alternative alignments, etc.).

92
7. The land acquisition report should be prepared in consultation with affected persons,
non-governmental organisations and concerned government agencies and should
cover land acquisition and resettlement plan and estimated costs of resettlement and
rehabilitation of affected persons.

10.7 Utility relocation plan

1. The consultant shall prepare a kilometre-wise Utility Relocation Plan (URP) and costs
for relocation per civil construction package as per estimates from concerned
authorities

2. The utility relocation shall contain details regarding:

i. All utilities identified in the existing and proposed road RoW such as water-
mains, telephone, telegraph and electricity poles
ii. Those utilities that will require shifting to enable construction of the project
road
iii. All necessary details required for submission of utilities shifting proposals to
the concerned user agencies
iv. Copies of utilities shifting proposals made to the concerned user agencies
along with suggested relocation of services along with their crossings across
the project road at designated locations as required
v. Details of consultations made with local people and user agencies
vi. Preliminary scheme for shifting and cost estimates for shifting as per the
concerned authorities
vii. Separate strip plan showing shifting/relocation of each utility services
prepared in consultation with the concerned local authorities
viii. Draft map and plans showing road centerline, existing right of way, proposed
right of way, pertinent topographic details and existing and proposed location
of utilities

10.8 Clearances report

1. The consultant shall prepare a report regarding all other clearances required to
enable the construction of the project road such as environment, forest, tree cutting
and railways clearances

2. The clearances report shall include kilometre-wise requirement of all clearances


required presented along with the strip plan including, but not limited to:

i. Requirements for environmental clearances along the project corridor


ii. Requirements for forest clearances including type of forest affected, extent of
land area needing diversion
iii. Account of required felling of trees of different type and girth and value
estimate of such trees based on realistic rates obtainable from concerned
District forest office
iv. Plan of compensating afforestation, its land requirement with specific
locations and cost involved for undertaking all activities in this regard.
v. Requirements for wildlife clearances
vi. Requirements for CRZ clearances

93
vii. ROB/RUBs along the project corridor to be constructed, widened or modified
in any form requiring clearances from the railways
viii. Clearances from Irrigation Authorities regarding Irrigation structures, etc.

3. The clearances report shall also include:

i. Details of proposals made to concerned agencies and departments


ii. Date of submission of clearances proposals, Environmental impact
assessment report to the competent authority
iii. Copies of all actual clearance proposals made or drafts of proposals yet to be
submitted
iv. Information regarding points of contact, current status of proposals made, key
issues raised and clear next steps to obtaining clearances

4. The consultant shall also assist in attending to queries raised/ furnishing of


clarifications towards securing applicable clearances.

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

94
STAGE: 4
10.9 Draft Detailed Project Report (DPR)

1. The draft DPR Submission shall consist of construction package-wise Main Report,
Design Report, Materials Report, Engineering Report, Drainage Design Report,
Economic and Financial Analysis Report, Environmental Assessment Report including
Resettlement Action Plan (RAP), Package-wise bid Documents and Drawings.

2. The Report volumes shall be submitted as tabulated in para 10 above.

3. The Documents and Drawings shall be submitted for the Package and shall be in the
following format:

Reports

i. Volume-I, Main Report: This report will present the project background,
social analysis of the project, details of surveys and investigations carried out,
analysis and interpretation of survey and investigation data, traffic studies
and demand forecasts designs, cost estimation, environmental aspects,
economic and commercial analyses and conclusions.The report shall include
Executive Summary giving brief accounts of the findings of the study and
recommendations. A sample executive summary has been enclosed in
Appendix VIII.

The Report shall also include maps, charts and diagrams showing locations
and details of existing features and the essential features of improvement and
upgrading.The Environmental Impact Assessment (EIA) Report for contract
package shall be submitted as a part of the main report.

The basic data obtained from the field studies and investigations and input
data used for the preliminary design shall be submitted in a separate volume
as an Appendix to Main Report.

ii. Volume - II, Design Report: This volume shall contain design calculations,
supported by computer printout of calculations wherever applicable. The
Report shall clearly bring out the various features of design standards
adopted for the study. The design report will be in two parts. Part-I shall
primarily deal with the design of road features and pavement composition
while Part-II shall deal with the design of bridges, tunnels and cross-drainage
structures. The sub-soil exploration report including the complete details of
boring done, analyses and interpretation of data and the selection of design
parametres shall be included as an Appendix to the Design Report.

The detailed design for all features should be carried out as per the
requirements of the Design Standards for the project. However, there may be
situations wherein it has not been possible to strictly adhere to the design
standards due to the existing siteconditions, restrictions and other
considerations. The report should clearly bring outthe 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 sourcesof 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

95
testing carried out and results in the form of important index values with
possible end use thereof.

The materials Report shall also includedetails 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 stabilization
(cement, lime, mechanical) should be included in the Report.

iv. Volume - IV, Environmental Assessment Report including


Environmental Management Plan (EMP) & Resettlement Action Plan
(RAP): The Report shall be prepared conforming to the Guidelines of the
Government of India, State Government and World Bank / ADB as
appropriate for construction package.

v. Volume-V, Technical Specifications: The MORT&H’s


TechnicalSpecificationsfor Road and Bridge works shall be followed for this
study. However, Volume IV: Technical Specifications shall contain the special
technical specifications which are not covered by MOST Specifications for
Roads and Bridges (latest edition / revision) and also specific quality control
norms for the construction of works.

vi. Volume - VI, Rate Analysis: This volume will present the analysis of rates for
all itemsof works. The details of unit rate of materials at source, carriage
charges, any other applicable charges, labour rates, machine charges as
considered in arriving at unit rates will be included in this volume.

vii. Volume - VII, Cost Estimates: This volume will present the contract package
wise cost of each item of work as well as a summary of total cost.

viii. Volume - VIII, Bill of Quantities: This volume shall contain the package-wise
detailed Bill of Quantities for all items of works.

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

 Horizontal Alignment and Longitudinal Profile.


 Cross-section @ 50m interval along the alignment within ROW
 Typical Cross-Sections with details of pavement structure.
 Detailed Working Drawings for individual Culverts and Cross
DrainageStructures.
 Detailed Working Drawings for individual Bridges, tunnels and
Structures.
 Detailed Drawings for Improvement of At-Grade and Grade-Separated
 Intersections and Interchanges.
 Drawings for Road Sign, Markings, Toll Plazas, and other Facilities.
96
 Schematic Diagrams (linear chart) indicating but be not limited to be
following:
 Widening scheme;
 Locations of median openings, intersections, interchanges,
underpasses, overpasses, bypasses;
 Locations of service roads;
 Location of traffic signals, traffic signs, road markings,safety features;
and,
 Locations of toll plaza, parking areas, weighing stations, bus bays, rest
areas, if any.
 Drawings for toll plaza, Bus Bays, Parking areas, Rest areas, weighing
stations etc.All drawings will be prepared in A2 size sheets. The format
for plan, crosssection and profile drawings shall be finalized in
consultation with the concerned NHAI officers. The drawings shall also
include details of all BM and reference pillars, HIP and VIP. The co-
ordinates of all points should be referenced to a common datum,
preferably GTS referencing system. The drawings shall also include the
locations of all traffic safety features including traffic signals, signs,
markings, crash barriers, delineators and rest areas, busbays, parking
areas etc.
 The typical cross-section drawings should indicate the scheme for future
widening of the carriageway. The proposed cross-sections of road
segment passing through urban areas should indicate the provisions for
pedestrian movements and suitable measures for surface and sub-
surface drainage and lighting, as required.
 Digital drawings of proposed highway and features

x. Volume X: Drainage Plan

a. DPRs should be submitted for Main and drainage plan separately. The DPR
should have proper drainage plan prepared on basis of contours of the area,
outlet availability and discharge requirements including discharge at the
outfall from drains of local bodies.
b. Preferably underground drains with well sized and well-spaced manholes any
be provided to take care of cleaning. Wherever possible self-clearing cross-
section of drains may be adopted.
c. Drainage Plan in DPR will go through Peer Review of Drainage Experts of
Regional Officer. The Drainage plan will also be vetted by one Traffic Expert
so that these drains do not hinder free flow of traffic.
d. Drainage Plan in DPR will be checked through a joint inspection with the
engineers of local body/ Development Authority etc. so that Drainage Plan is
totally integrated with the local body Drainage Plan.
e. The drain covers should be strong enough to withstand the weight of Light
commercial vehicles, wherever required.
f. Stretch of the NH passing through a town can have multiple drainage plans/
sub plans due to different contours or due to having different outlets.
g. the cross- sections of drains being shown presently in Schedule-B (typical
Cross Sections) & details of drains being mentioned in Schedule-C (length &
type of drains) shall not be mentioned in future as it will vary from location to
location based on drainage plan. The scope of drains in the project shall be on
the basis of drainage plan drawn at each location and such Drainage Plan shall

97
be made part of Scope of Project.

For the purpose above, National Highways Authority of India policy guideline no.
18.48 dated 08.07.2020 may be taken into account.

a. The consultant shall deliver the final road alignment geometry, proposed road
way model and all proposed structures in a 3D engineered model with all the
required features as proposed in Enclosure IV

b. The consultant shall also provide digital versions of all drawings stated in
para 1 above in the format proposed in Enclosure IV

6. The draft Detailed Project report of specialized projects will be scrutinized by the
Peer Review consultant appointed by National Highways Authority of India. The peer
Review Consultant will be retired professional in the field, drawn from the various
Central/State Highway/Road Work departments having adequate knowledge in the
field. One professional will be earmarked from the standing panel of Peer Review
consultant approved by National Highways Authority of India for each DPR. The Peer
Review consultant will scrutinize the draft DPR within 15 days of submission and the
observations will be complied with and incorporated in the final DPR.

10.10 Final Detailed Project Report, Documents and Drawings (6 Sets)

1. The Final package-wise DPR consisting of Main Report, Design Report, Drainage
Design Report and Materials Report, incorporating all revisions deemed relevant
followingreceiptofthecommentsfrom NHAI on the draft DPR shall be submitted as per
the schedule given in Enclosure-III.

98
STAGE: 5
10.11 Bid documents and Technical Schedules

1. Bid documents

a. The consultant shall prepare bid documents for EPC, PPP or other modes of
contracting as suggested by National Highways Authority of India.
b. Individual bid documents will be submitted for each mode suggested and for
each individual package or section identified for execution
c. Consultant shall assemble and provide all supporting documents from the
DPR assignment that will be required for the bid, in the format required by
the contracting SOP in force at the time of bidding or as maybe required by
the authority

2. Technical Schedules

a. The consultant shall submit a Draft Contract/Concession Agreement derived


from the Master Contract/Concession Agreement maintained by the authority
with all required modifications and inclusions made with reference to the
b. The agreement submitted shall contain all required technical schedules
updated with the pertinent project details and data required
c. Draft agreement and schedules shall be finalised in consultation with the
authority and submitted for further processing and use with the
contractor/concessionaire awarded the bid packages

STAGE: 6
10.12 LA & Clearances II Report

Land acquisition report II

1. The consultant shall prepare and submit a second report on Land Acquisition
providing details of further land acquisition activity, relevant documentation
and notifications until 3D and report the outcomes of the joint measurement
survey

2. The land acquisition report shall contain:

i. Current status of land acquisition at a village, district and CALA level


ii. Dates and details of all land acquisition related notifications published,
proceedings/hearings held and objections raised
iii. Draft, final (as declared by CALA where applicable) and published 3a, 3A
and 3D notifications
iv. Date of joint measurement survey by village, key proceedings and
outcomes
v. Detailed schedule of information regarding land to be acquired with
information on land area, land type, nature of land use, ownership
status, and area to be acquired by survey number and list of structures
by plot
vi. The report shall also contain updated sketches of alignment, updated
land parcels to be acquired

99
vii. All relevant information in this report shall be verified by the consultant
with the land revenue department, and CALA office

Clearances Report II
1. The consultant shall obtain all the necessary project related clearances such
as environment, forest and wildlife clearance from MOEF, Railways in respect
of ROB/ RUBs, Irrigation Deptt, CRZ clearances from concerned authorities,
and any other concerned agencies by the end of this stage

2. The final approvals shall be obtained and submitted to National Highways


Authority of India. so that project implementation can begin straight away

3. The accompanying report on clearances shall include:

i. An updated list of all clearances required, current status, expected


completion date in case the clearance is pending, key issues and
suggested next steps
ii. Details of all public hearings, consultations and meetings conducted in the
process of obtaining the required clearances
iii. Date/details of proposals submitted and estimated date for issue of
clearances
iv. Date and details of all joint measurement and site inspection surveys
completed
v. Date of final approval of clearances if any
vi. Copies of all clearances obtained

Utilities Report II
1. Consultant shall obtain final utility clearances from the relevant user agencies
to enable shifting of the utilities from project road

2. A report shall be submitted on the final completion status and costs of utilities
shifting along with other final clearances and land acquisition II report

3. The final utilities clearances report shall contain a summary view of utilities
shifting: type and extent of utility, length of road affected, chainage, user
agency, point of contact and approver at agency, date of approval at agency
and National Highways Authority of India, shifting estimate, agency/super
vision fees, executing agency – user agency or National Highways Authority of
India.

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

i. Copies of actual approvals granted at user agency and National Highways


Authority of India
ii. Cost estimates and shifting plans approved, demand note from agency
iii. Approved utilities shifting proposal including strip plan showing scheme
of shifting
iv. Map and design/engineering drawings of existing utility and shifting to be
executed
v. Details of approved contractors, schedule of rates for state and bank
account/deposit details for agency
100
vi. Finance pro-forma, utilities checklist, no upgradation certificate and other
documentation as maybe required by National Highways Authority of
India at the time of approval

101
Stage 7: Award Determination
10.13 Submission of Award Determination Report

a. Consultant shall submit a a report on status of award upon approval by


National Highways Authority of India of award declared for 90% of area as
per LA plan or as per the timeline as given in Enclosure III, whichever is
earlier

b. The Consultant shall also submit an updated report containing all required
details upon approval of award by National Highways Authority of India of
100% of land required to be acquired

c. The Land award report shall contain details of:

i. Summary of compensation award status by village including:


1. total private and public land being acquired for the project (sq. m) - by
village
2. date of 3A& 3D, final award by CALA, approval by National Highways
Authority of India by village
3. variation of land area and nature of land use against that notified in 3D
with reasons
4. Total award declared by village, claims made by beneficiaries and
status of disbursement
ii. In detail for each village:
1. Updated land acquisition tracker containing parcel-wise status of each
notification, award and disbursement
2. Method used by CALA for arrival on market value
3. Valuation report and details of Award calculation
4. Claims report (received under sub-section 3 of 3G)
5. Copies of notifications published, certificates received
6. Deviations in area according to CALA from provisions under sec. 26-30
iii. Key issues being faced in completing land acquisition and tentative
timeline for completion
iv. A GIS map containing digitised details of land parcels shall be updated
with all relevant land possession details and supplied in the agreed
digital format

102
Stage 8: Land Possession
10.14 Submission of land possession report

a) The consultant shall submit a report on status of land possession upon


receiving land possession certificates for 90% of area as per LA plan or as per
the timeline as given in Enclosure III, whichever is earlier

b) The Consultant shall also submit an updated report containing all required
details upon completion of 100% of land possession certificates

c) The land possession report shall contain

i. Summary of land possession status by village including:

 total private and public land being acquired for the project (sq. m) - by
village

 date of final award by CALA, approval by National Highways Authority


of India, notification (3E) to owners and receipt of land possession
certificates from CALA by village

 Status of disbursement on the date of receipt of land possession


certificate

ii. Key issues being faced in completing land acquisition and tentative
timeline for completion
iii. Land possession certificates as received from CALA by village
iv. Updated land acquisition tracker containing parcel-wise status of each
notification and disbursement status
v. A GIS map containing digitised details of land parcels shall be updated
with all relevant land possession details and supplied in the agreed digital
format

11. Interaction with NHAI

1. During entire period of services, the Consultant shall interact continuously with
National Highways Authority of India and provide any clarification as regards
methods being followed and carryout modification as suggested by NHAI. A
programme of various activities shall be provided to National Highways Authority of
India and prior intimation shall be given to National Highways Authority of India
regarding start of key activities such as boring, survey etc. so that inspections of
National Highways Authority of India officials could be arranged in time.

2. The National Highways Authority of India officers and other Government officers may
visit the site at any time, individually or collectively to acquaint/ supervise the field
investigation and survey works. National Highways Authority of India may also
appoint a Proof Consultant to supervise the work of the DPR consultant including
inter-alia field investigation, survey work, Design work and preconstruction activities

3. The consultant shall be required to send 3 copies of concise monthly Progress Report
by the 5th day of the following month to the designated officer at his Head Quarter so
that progress could be monitored by the National Highways Authority of India. 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

103
office or in Delhi are foreseen during the currency of project preparation.

4. All equipment, software and books etc. required for satisfactory services for this
project shall be obtained by the Consultant at their own cost and shall be their
property.

12. Payment Schedule

1. The Consultant will be paid consultancy fee as a percentage of the contract values as
per the schedule given in the Draft Contract Agreement.

13. Data and Software

1. a. Consultants shall also deliver to National Highways Authority of India all basic
as well as the processed data from all field studies and investigations, report,
appendices, annexure, documents and drawings in a digital format as
described in Enclosure IV over the course of this assignment and at the
submission of the final report in the form of a removable storage device (CD
or USB pen drive) and hosted in a secure online file hosting platform

b. If required by National Highways Authority of India the consultant shall


arrange at their own cost necessary software for viewing and measurement of
imagery/ point cloud data.

i. Engineering Investigations and Traffic Studies: Road Inventory,


Condition, Roughness, Test Pit (Pavement composition), Falling Weight
Deflectometer (FWD)Material Investigation including test results for
subgrade soils, Traffic Studies(traffic surveys), axle load surveys, Sub-soil
Exploration, Drainage Inventory, Inventory data for bridge and culverts
indicating rehabilitation, new construction requirement etc. in MS EXCEL
or any other format which could be imported to widely used utility
packages.

ii. Topographic Surveys and Drawings: All topographic data would be


supplied in (x, y, z) format along with complete reference so that the data
could be imported into any standard highway design software.The
drawing files would be submitted in dxf or dwg format.

iii. Rate Analysis: The Consultant shall submit the rate analysis for various
works items including the data developed on computer in this relation so
that it could be used by the Authority later for the purpose of updating
the cost of the project.

iv. Economic and Financial Analysis

2. Software: The Consultant shall also hand-over toNHAI floppies/CD’s containing any
general software including the financial model which has been specifically developed
for the project.

3. The floppy diskettes/CD’s should be properly indexed and a catalogue giving contents
of all floppies/CD’s and print-outs of the contents (data from field studies topographic
data and drawings) should be handed over to National Highways Authority of India at
the time of submission of the Final Report.

4. Consultant shall include editable soft copies of the final versions of all documents,
including but not limited to the strip plan, plan & profile drawings, cross sections of
right of way and details of structures as well as any cost workings.

104
SUPPLEMENT-I

ADDITIONAL POINTS TO BE CONSIDERED FOR HILL ROADS IN ADDITION TO


POINTS COVERED IN MAIN TOR

Sr. Clause No. Additional points


No. of TOR
1. 2.2 a)Provisions of tunnels if required.

2. 2.3 a)Design of tunnels, if required


b) Design of protective works, slope stabilization measures, erosion
control measures, land slide control/protection measures snow
drift control/snow clearance measures, avalanche protection
measures, if required

3. 3 Feasibility study and preparation of detailed project report for hill


roadsshall be done in accordance with best international practices
and wherever practicable/feasible steep gradients and hair pin
bends may be avoided by realignments by provision of structures
and provision of tunnels if required

4. 4.1 a) Inventory and condition survey for tunnels, if required.


b)Identification of faults in rock strata and impact of faults in
design of tunnels, if required
c) Detailed design of road considering and incorporating specific
aspects related to hill region like terrain, topographic conditions,
extreme weather conditions, altitude effects etc.
d)Design of protective works, slope stabilization measures, erosion
control measures, land slide control/protection measures, snow
drift control/snow clearance measures, avalanche protection
measures, if required
e)Design of scenic overlooks/watering points etc.

5. 4.5 (1) All activities related to field studies, design and documentation
shall bedone as per the latest guidelines/circulars of MORT&H and
relevant publications of the Indian Roads Congress (IRC)/Bureau of
Indian Standards (BIS) for hill roads. For aspects not covered by
IRC and BIS, international standard practices, such as, British and
American Standards may be adopted.

6. 4.7 Review of data and documents pertaining to


a) Terrain and soil condition
b) Condition of tunnels, if required.
c) Sub-surface and geo-technical data for existing tunnels, if
required.
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
105
Sr. Clause No. Additional points
No. of TOR
g) Geological details of rock strata in the area in case of tunnels

7. 4.11.1(1) The Consultant should make an in depth study of available


geological andMeteorological maps of the area.

8. 4.11.1(2) The primary tasks to be accomplished during the reconnaissance


surveyshall also include:
a) details of terrain (steep or mountainous), cliffs and gorges,
general elevation of the road including maximum heights
negotiated by main ascents and descents, total number of ascents
and descents, hair pin bends, vegetation etc.
b) Climatic conditions i.e. temperature, rainfall data, snowfall data,
fog conditions, unusual weather conditions etc.
c) Realignment requirements including provision of tunnels, if
required.
d) Inventory of tunnels and geologically sensitive areas like slip
prone areas, areas subject to landslides, rockfall, snow drifts,
erosion, avalanche activity etc.

9. 4.11.2.1 (3.ii) Cross sections shall be taken at every 25 m. in case of hill roads and
at points of appreciable changes in soil conditions.While taking
cross sections, soil conditions shall also be recorded.

10. 4.11.3.1 (1) The inventory data shall also include:


a)General elevation of road indicating maximum & minimum
heights negotiated by main ascents & descents and total no.of
ascents &descents.
b)Details of road gradients, lengths of gentle & steep slopes, lengths
& location of stretches in unstable areas, areas with cliffs, areas
with loose rocks, land slideprone areas, snow drift prone areas, no.
&location of hairpin bends etc.
c)Details of tunnels
d)Details & types of protective structures, erosion & land slide
control/protection measures, snow drift control measures,
avalanche protection/control measures etc.

11. 4.11.3.2 (2) Pavement:


a) Location of crust failures along with their causes
b) Conditions of camber/cross falls/super elevations etc., whether
affected by subsidenceEmbankment: Extent of slope erosion on hill
and valley side

12. -- Condition Surveys & Investigation for Slope Stabilization, Erosion


Control, Landslide Correction/Protection & Avalanche Protection
Measures:
a) Inventory & Condition Surveys of Existing Protective/Control
Measures:
The consultant shall make an inventory of all the structures related
to Slope Stabilization, Erosion Control, Landslide
106
Sr. Clause No. Additional points
No. of TOR
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 identifypotentialslideareas.Thisshallbefollowedbyfurther
investigations like geological/geotechnical/hydrological
investigation to determine specific site conditions prevailing in the
slide area as per relevant IRC specifications/publications, MORT&H
circulars and relevant recommendations of the international
standards for hill roads. The result of the investigations shall
provide basis for engineering analysis and the design of
protection/remedial measures.

13. 4.11.4.4 a) For tunnels if required, geotechnical and subsurface


investigationshall be done asper IRC:SP:91.
b) Geotechnical andsubsurface investigation and testing for
tunnels shall be carried out through the geotechnical Consultants
who have the experience of geotechnical and subsurface
investigation in similar project.

14. 4.12.1 (1) The Consultant shall also carry out detailed designs and prepare
workingdesigns for the following:
a) cross sections at every 25 m intervals
b) Slope stabilization and erosion control measures
c) Design of protection/control structures in areas subject to
subsidence, landslides, rock fall, rock slide, snow drifts, icing, scour,
avalanche activity etc.
d) Design of protective structures in slip prone and unstable areas
e) Design of scenic overlooks, watering points etc.
f)Safety features specific to hill roads

15. 4.12.2 (1) The Consultant shall evolve Design Standards and material
specifications for the Study primarily based on IRC publications,
MORT&H Circulars and relevant recommendations of the
international standards for hill roads for approval by National
Highways Authority of India.
4.12.2 (2)
The Design Standards evolved for the project shall cover all aspects
of detailed design including the design of geometric elements,
pavement design, bridges and structures, tunnels if required, traffic
safety and materials.

107
Sr. Clause No. Additional points
No. of TOR
16. 4.12.3 Wherever practicable/feasible hairpin bends and steep gradients
shall be avoided by realignments, provision of structures or any
other suitable provisions.

17. 4.12.4 While designing pavement for hill roads specific aspects relevant to
hillregions like terrain & topographic conditions, weather
conditions, altitude effects etc. shall be duly considered and
suitably incorporated in design so that pavement is able to perform
well for the design traffic and service life. Effects of factors like
heavy rainfall, frost action, intensive snow and avalanche activity,
thermal stresses due to temperature difference in day and night,
damage by tracked vehicles during snow clearance operations etc.
must also be considered along with traffic intensity, its growth, axle
loads and design life.

18. 4.12.5(3) The design of embankments should include the requirements for
protectionworks and traffic safety features including features
specific to hill roads.

19. 4.12.6 DesignandDrawing of Tunnels:


The Consultant shall prepare design and drawings for tunnels, if
required as per the results of feasibility study, as per the relevant
specifications of IRC:SP:91/MORT&H and other international
specifications.

20. 4.12.7 a) Topography of hills generates numerous water courses and this
coupledwith continuous gradients of roads in hills and high
intensity of rainfall calls for effective drainage of roads. The
drainage system shall be designed to ensure that the water flowing
towards the road surface may be diverted and guided to follow a
definite path by suitable provision of road side drains, catch water
drains, interceptors etc. and flow on valley side is controlled so that
stability is not affected.
b) Further, adequate provision shall be made for sub-
surface/subgrade drainage to take care of seepage through the
adjacent hill face of the road & underground water flows.

21. 4.12.8 TheConsultantshalldesignsuitabletrafficsafetyfeaturesandroadfurni


ture including traffic signals, signs, markings, overhead sign
boards, crash barriers, delineators etc. including any feature
specific to hill roads. The locations of these features shall be given
in the reports and also shown in the drawings.

22. 4.12.11 The Consultant shall makesuitable designs and layout for
miscellaneous works including rest areas, bus bays,
vehicle parking areas, telecommunication facilities, scenicover
looks, watering points etc. wherever appropriate.

23. 10.9.3 Volume II: Design Report :


a) Inventory of protection measures and other structures
b) Inventory of tunnels, if required.

108
Sr. Clause No. Additional points
No. of TOR
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.

24. 10.9.3 Volume II: Design Report (Part II)


Part II of Design Report shall also deal with design of tunnels, if
required and design of other protection/control structures.
Volume IX: Drawing Volume
This shall also include :
a) Detailed working drawings for tunnels, if required.
b) Detailed working drawings for protection/control structures

109
SUPPLEMENT-II
ADDITIONAL REQUIREMENTS FOR BRIDGES

Sr.No. Clause No. Additional points


of TOR
1 4.1 For standalone bridge projects the scope of work shall
include detailed design of approach road extending at least
up to 2 km on either side of the bridge
1. 4.11.4.2(6) Model Studies for Bridges
1. Objective
Physical/ Mathematical Model study for detailed Hydraulic /
Hydrologic investigations regarding the proposed bridge for
hydraulic design of the bridge and assessment and hydraulic
design of required river training works.
2. Methodology
Physical/Mathematical Model study shall be carried out at a
reputed/recognized institution. The consultant will be
responsible for identifying the institution, supplying Information
/Documents /Data required for modal studies as indicated in
para 4 below and coordinating the model study with the
institution concerned
3. Scope of Work
3.1 Physical Model study
Physical modeling with appropriate model scale for Hydraulic
and Hydrologic Investigations to:
i) Finalize span arrangement causing uniformity in flow
distribution, and work out the alignment and orientation of river
training works and bridge axis.
ii) Provide information on estimated/observed maximum depth
of scour.
iii) Provide information on required river training works for
proposed bridge
iv) Provide hydraulic design for the bridge and the required
river training works.
v) Quantify the general direction of river course through bridge,
afflux, extent and magnitude of flood, effect of backwater, if any,
aggradation/degradation of bed, evidence of scour etc. shall be
used to augment the available hydrological data. The presence of
flood control/irrigation structures, if affecting the hydraulic
characteristics like causing obliquity, concentration of flow,
scour, silting of bed, change in flow levels, bed levels etc. shall be
studied and considered in Hydraulic design of proposed bridge.
The details of any planned work in the immediate future that
may affect the river hydraulics shall be studied and considered.
vi) Analyze effects of Wind Load on the Structures.
3.2 Mathematical Model study
Mathematical modeling for detailed Hydraulic / Hydrologic
110
Sr.No. Clause No. Additional points
of TOR
investigations regarding the proposed new bridge to:
i) Finalize the site/location of the proposed new bridge based on
mathematical modeling.
ii) Provide information on estimated/observed maximum depth
of scour.
iii) Provide information on required river training works for
proposed bridge
iv) Provide hydraulic design for the bridge and the required
river training works.
v) Quantify the general direction of river course through bridge,
afflux, extent and magnitude of flood, effect of backwater, if any,
aggradation/degradation of bed, evidence of scour etc. shall be
used to augment the available hydrological data. The presence of
flood control/irrigation structures, if affecting the hydraulic
characteristics like causing obliquity, concentration of flow,
scour, silting of bed, change in flow levels, bed levels etc. shall be
studied and considered in Hydraulic design of proposed bridge.
The details of any planned work in the immediate future that
may affect the river hydraulics shall be studied and considered.
vi) Analyze effects of Wind Load on the Structures
4. Information/Documents/Data required for Physical
/Mathematical Model study
i) Plan layouts showing the locations of the proposed bridge as
well as the existing bridges /barrages etc., in the vicinity of the
proposed bridge with the chainages with respect to a standard
reference marked on it.
ii) High flood discharges and corresponding flood levels at the
locations of the existing bridges in the vicinity of the proposed
bridge.
iii) General arrangement drawing (GAD) of the existing bridges
showing number of spans, pier and well dimensions, founding
levels, maximum scour level, the design discharge and the HFL,
guide bund details. On this, the plan form of the river course
with the bridge alignment may also be shown as far as possible.
iv) General arrangement drawing (GAD) of the proposed new
bridge showing number of spans, pier and foundation
dimensions. On this, the plan form of the river course with the
bridge alignment may also be shown as for as possible.
v) River cross sections at 500m longitudinal spacing (maximum)
up to a distance of 2 times the bridge total length on the
upstream side and up to a distance equal to the bridge total
length on the downstream with right bank and left bank clearly
marked on it. At least one cross section to be provided at the
location of the proposed bridge. At each cross section, the bed
levels to be taken at a maximum lateral distance of 8 m in flow
section and at 25 m in non-flow section respectively. The abrupt
variations in the bed levels to be captured by taking
measurements at closer locations both in longitudinal as well as

111
Sr.No. Clause No. Additional points
of TOR
lateral directions.
vi) The cross sections, as for as possible, from high bank to high
bank.
vii) The longitudinal profile of the river along the length of the
proposed alignment.
viii) Size distribution of the river bed material and the bore log
data at different locations at the site of the proposed bridge.
ix) The series of annual peak rainfall and flood of the river for at
least 30 years period

112
SUPPLEMENT-III
ADDITIONAL REQUIREMENT FOR SAFETY AUDIT

The use of checklists is highly recommended as they provide a useful “aide memoire” for
theaudit team to checkthat no important safety aspects are being overlooked. They also give
to theproject manager and the designengineer a sense of understanding of the place of safety
audit inthe design process. The following lists have beendrawn up based on the experience
ofundertaking systematic safety audit procedures overseas. This experience indicates that
extensivelists of technical details has encouraged their use as “tick” sheets without sufficient
thoughtbeing given to the processes behind the actions. Accordingly, the checklists provide
guidelineson the principalissues that need to be examined during the course of the safety
audits.

Stage F-During Feasibility Study

1. The audit team should review the proposed design from a road safety perspective
and heck the followingaspects

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 implicationsofthe schemebeyond itsphysical
limits i.e. how the scheme fits into its environs and road
Hierarchy
A1 : General Departures from standards
Cross-sectional variation
Drainage
Climatic conditions
Landscaping
Services apparatus
Lay-byes
Footpath
Pedestrian crossings
Access (minimize number of private accesses)
Emergency vehicles
Public Transport
Future widening
Staging of contracts
Adjacent development
A2 : Local Alignment Visibility
New/Existing road interface
Safety Aids on steep hills
A3 : Junctions Minimise potential conflicts
113
CONTENTS ITEMS
Layout
Visibility
A4 : Non-Motorised Adjacent land
road usersProvision Pedestrians
Cyclists
Non-motorised vehicles
A5 : Signs and Lighting Lighting
Signs/Markings
A6:Constructionand Build ability
Operation Operational
Network Management

Stage 1 – Completion of Preliminary Design

1. The audit team should review the proposed check the following aspects design from a
road safety perspective and check the following aspects
CONTENTS ITEMS
A.Safety and operational implications of proposed
Aspects to be checked 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 thescheme fits into its environs and
road hierarchy
Departures from standards
B1 : General
Cross-sectional variation
Drainage
Climatic conditions
Landscaping
Services apparatus
Lay-byes
Footpaths
Pedestrian crossings
Access (minimize number of private accesses)
Emergency vehicles
Public Transport
Future widening
Staging of contracts
Adjacent development
Visibility
B2 : Local Alignment
New/Existing road interface

114
Safety Aids on steep hills
Minimise potential conflicts
B3 : Junctions
Layout
Visibility
Adjacent land
B4:Non-Motorisedroad users
Pedestrians
Provision
Cyclists
Non-motorised vehicles
Lighting
B5 : Signs and Lighting
Signs/Markings
Build ability
B6:Construction andOperation
Operational
Network Management

115
Stage 2 – Completion of Detailed Design

1.The audit team should satisfy itself that all issues raised at Stage 1 have been resolved. Items
may require further consideration where significant design changes have occurred.
2. If a scheme has not been subject to a stage 1 audit, the items listed in Checklists B1 to B6
should be considered together with the items listed below.
CONTENTS ITEMS
Aspects to be checked A. Any design changes since Stage 1.
B. The detailed design from a road safety viewpoint,
including the road safety implications of future
maintenance (speed limits; road signs and markings;
visibility; maintenance of street lighting and central
reserves).
C1 : General Departures from standards
Drainage
Climatic conditions
Landscaping
Services apparatus
Lay-byes
Access
Skid-resistance
Agriculture
Safety Fences
Adjacent development
C2 : Local Alignment Visibility
New/Existing road interface
C3 : Junctions Layout
Visibility
Signing
Lighting
Road Marking
T,X,Y-junctions
All roundabouts
Traffic signals
C4:Non-Motorisedroad 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
Network Management

116
ENCLOSURE-I
MANNING SCHEDULE.

Normal Highway Projects

Sr. Key Personnel Total Project Assignment 365 days


No
At site(man At design Total Time(man
month) office(man month)
month)
1 Team Leader Cum Senior Highway 6 6 12
Engineer
2 Senior Bridge Design Engineer 2 3 5
3 Highway Design Engineer 1 4 5
4 Material-cum-Geo-technical Engineer 5 3 8
5 Senior Survey Engineer 4 3 7
6 Traffic and RoadSafety expert 2 2 4
7 Environmental Specialist 3 2 5
8 Quantity Surveyor / Documentation Expert 3 5 8
9 Land Acquisition Expert 7 3 10
10 Utility Expert 3 1 4
Total 36 32 68

1. Consultants have to provide a certificate that all the key personnel as envisaged in the
Contract Agreement have been actually deployed in the projects. They have to furnish
the certificate at the time of submission of their bills to NHAI from time to time.

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


the detailed study after mobilisation of Consultant on site.

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


provided in addition to above mentioned Manpower requirement.

Tunnel expert, if required, the remuneration may be provided equivalent to Team


Leader remuneration and time period shall be decided by Regional Officer, concerned,
National Highways Authority of India.

3. The Consultant shall provide one Land Acquisition Expert along with allied team and
supporting logistic as envisaged in Clause 5.1.5.1 of TOR for each 100 km stretches
proposed for DPR preparation or part thereof

If delay in LA process occurs beyond the reasonable control of consultant, the


extension of LA team staff/s along with logistic support/transportation shall be
granted by Nodal Project Director and beyond further 6 months, Regional Officer,
NHAIis empowered to grant extension to LA team staff/s.

117
ENCLOSURE-II
Qualification and Experience Requirement of Key Personnel

Team Leader cum Senior Highway Engineer

i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent as approved
by AICTE
Desirable Post graduate in Civil Engineering (highways /
structures / traffic and transportation / soil
mechanics and foundation engineering/
Construction Management /Transportation) {AICTE
Approved}
ii) Essential Experience
a)Total Professional Min.15 years
Experience
b) Experience in Highway Min. 12years in Planning, project preparation and design
projects of Highway projects, including 2/4/6 laning of NH/SH/
expressways. For hill roads, respective hill roads
experience is required
c) Experience in similarIn Feasibility of two / Four/Six Laning works and
capacity (Either as TeamDPR/IC/ Construction Supervision of Two/Four/six
Leader or in Similarlaning of major highway projects
capacity) (NH/SH/Expressways)/ feasibility cum detailed project
report of two/four laning projects ofminimum aggregate
length of 80 km. For hill roads, respective hill roads
experience is required.
iii) Age Limit 65 years on the date of submission of proposal

Senior Bridge Engineer

i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent
Desirable Masters in Bridge Engineering / Structural
Engineering
ii) Essential Experience
a)Total Professional Min. 10years
Experience
b) Experience in Bridge Min. 08 years in project preparation and
projects design of bridge projects.
c) Experience in similar BridgeEngineerinhighwaydesign
capacity consultancy projects (2/4/6 lane NH/SH/
Expressways) involving design of minimum two major
bridges (length more than 200 m)
iii) Age Limit 65 years on the date of submission of Proposal

118
Enclosure-II(contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

Highway cum Pavement Engineer

i) Educational Qualification
Essential Degree in Civil Engineering
Desirable Masters in highway engineering/Transportation
Engineering
ii) Experience
a)Total Professional Min.08years
Experience
b) Experience in Highway Minimum06years’ experience in pavement design
projects and maintenance of highways
c) Experience in similar Pavement design for major highway projects
capacity (2/4/6lane NH/SH/Expressways) of minimum
aggregate length of 80 km.
iii) Age Limit 65 years on the date of submission ofProposal

Material Engineer – cum – Geotechnical Engineer cum Geologist

i) Educational Qualification
Essential Graduate in Civil Engineering or M.Sc. Geology
Desirable Masters in Foundation Engineering / Soil
Mechanics / Phd in Geology /Geo Tech
Engineering
ii) EssentialExperience
a)Total Professional Experience Min. 10years
b) Experience in Highway Min.7 years on similar projects in design and/or
Projects construction
c) Experience in similar capacityMaterial cum Geo-technical Engineer on
highway projects (2/4/6 lane
NH/SH/Expressways) of minimum aggregate
length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal

119
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

Senior Survey Engineer

i) Educational Qualification
Essential Graduate or equivalent in Civil Engineering or
Diploma in Civil Engg or Diploma in Surveying
Desirable Masters in Survey Engineering/ Surveying /
Remote Sensing
ii) EssentialExperience
a)Total Professional Min. 10years
Experience
b) Experience in Highway Min. 8 years on similar projects in project preparation
projects and construction & thorough understanding of
modern computer based methods of surveying
c) Experience in similar Survey Engineer for projects preparation of
capacity highwayproject (NH/SH/Expressways) involving
2/4/6- laning of minimum aggregate length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal

Traffic / Road Signage / Marking and Safety Expert

i) Educational Qualification
Essential Graduate in Civil Engineering
Desirable Masters in Traffic Engineering /Transportation
Engineering / TransportPlanning
ii) EssentialExperience
a)Total Professional Min.06years
Experience
b) Experience in Highway Min. 05years on similar projects.
projects
c) Experience in similar TrafficEngineerinhighwayProjects
capacity (NH/SH/Expressways) involving 2/4/6 laning of
minimum aggregate length of 80 km.
iii) Age Limit 65 years on the date of submission ofProposal

120
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

Environmental Specialist

i) Educational Qualification
Essential Graduate in Civil Engineering / Environment
Engineering / Masters in Environment Science
Desirable Post Graduate in Environmental Engineering
ii) Essential Experience
a) Total Professional Min. 06 years
Experience
b) Experience in Highway Min. 5 years in environment impact assessment and
Projects permitting of highway projects (2/4/6 laning)
c) Experience in similar Environmental Specialist in at least two
capacity highway projects (2/4/6 laning)
iii) Age Limit 65 years on the date of submission of bid

Quantity Surveyor/Documentation Expert

i) Educational Qualification
Essential Graduate or equivalent in Civil Engineering /
Certificate course from ‘Institution of Quantity
Surveying’
Desirable
ii) EssentialExperience
a)Total Professional Experience Min. 10years
b) Experience in Highway Min. 8 years in Preparation of Bill of Quantities,
Projects Contract documents and documentation for major
highway projects involving two/ four laning
c) Experience in similar capacityQuantity Surveyor / Documentation Expert in
highway projects (NH/SH/Expressways) involving
two/four/six laning of minimum aggregate length of
80 km.
iii) Age Limit 65 years on the date of submission of Proposal

121
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

Land acquisition expert

i) Educational Qualification
Essential Graduate or equivalent
ii) Essential Experience
a) Total Professional 15 years as Deputy-Tehsildar or aboveDesirable:
Experience Ex- revenue officers like Ex-ADM/SDM, Ex-
Tehsildar, Ex-Deputy-Tehsildar etc.
b) Role specific experience Min 10 years in Land acquisition for government/
authority projects
iii) Age Limit 65 years on the date of submission of bid

Utility expert

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

122
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

TEAM LEADER CUM SENIOR BRIDGE ENGINEER

i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent as
approved by AICTE
Desirable Post graduate in Structural Engineering,
Degree/Diploma/Certificate in Project
Management
ii) Essential Experience
a)Total Professional Experience Min. 15 years
b) Experience in Bridge projects Min. 5 years in major Bridge Construction /
Development Project.
c) Experience in similar capacity He should have handled as Team Leader/Project
(Either as Team Leader or in Manager or similar capacity of at least Two projects
Similar capacity ) in Construction Supervision / IC involving 4
laning/6-laning/Expressway of minimum 50km
length and atleast two major bridge of a length 500
mtr. (Excluding approaches).
iii) Age Limit 65 years on the date of submission of proposal

Bridge/Structural Engineer

i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent
Desirable Masters in Bridge Engineering / Structural
Engineering
ii) Essential Experience
a) Total Professional Experience Min. 8years

b) Experience in Bridge projects Min. 05years in project preparation and design


of bridge projects.

c) Experience in similar capacity Bridge Engineer in highway design


consultancy projects (2/4/6 lane NH/SH/
Expressways) involving design of minimum
two major bridges (length more than 200 m)
iii) Age Limit 65 years on the date of submission of
Proposal

123
ENCLOSURE-III
Schedule for submission of Reports and Documents
Stage Activity No. ofcopies TimePeriod in
No. daysfromdateof
commencement
1 Monthly Reports 3 th
By 10 day of
every month
2 Inception Report
(i) DraftInceptionReportincluding 3 21
QAPdocument
(ii) Inception Report including QAP 3 30
document
3 F.S. REPORT
i)DraftFeasibilityStudyReportincludingoption 4 60
studyreport including draft 3(a)report
ii)Comments ofclient 1 75
iii)FinalFeasibility Study Report incorporating 4 90
complianceofcomments ofClient
4 LA & Clearances I Report
i) Draft LA & Clearances I Report including draft 4 105
3(A) report
ii) Comments of client 1 120
iii) Final LA & Clearances I Report 4 135
incorporating compliance of comments of
Client
5 DetailedProjectReport
i)DraftDPR 4 180
ii)Comments ofclient 1 210
iii)FinalDPR incorporatingcompliance 6 240
ofcomments ofClient
6 Technical Schedules
i) Draft Technical Schedules 4 180
ii) Comments of client 1 210
iii) Final technical schedule 6 240
7 Land Acquisition II 4 180
Submission of draft 3D publication report
8 Land AcquisitionIII, Award determination 240
(3G)
9 Project Clearances& LA IV Report 6
Approval of Projectclearancesfrom Originalletters 365
Concernedagenciese.g. fromMOEF; Rlyfor fromtheconcerne
approvalofGADand detailengineering dagenciesand 5
drawingofROB/RUB; Irrigation Dept.,Utility photocopies
Reportand Possession of Land ofeach

The checklist for different stages of submission of report has been enclosed as under
and the same shall be appended with proper references and page numbering. The
checklist/s shall be appended with the report without which no payment shall be
made.
124
Schedule for approval of Reports and Documents by PD after submission by
Consultant.

Stage Activity Time Period in days from date of


No. submission of Comment and
acceptance by PD/RO
1 Inception Report 7 days
2 Feasibility Study Report
i) Draft Feasibility StudyReport including 15days
option study report including draft 3(a)
report
7 days
ii) Final feasibility Study report
3 LA & Clearances Report
i) Draft LA & Clearances Report 15 days
ii) Final LA & Clearances Report 7 days
incorporating compliance of comments of
Client
4 Detailed Project Report
i) Draft DPR 30 days
ii) Final DPR incorporating compliance of 7 days
comments of Client
5 Technical Schedules
i) Draft Technical Schedules 30 days
ii) Final technical schedule 7 days

The checklist for different stages of submission of report has been enclosed as under
and the same shall be appended with proper references and page numbering. The
checklist/s shall be appended with the report without which no payment shall be
made.

125
ENCLOSURE-IV
Formats for submission of Reports and Documents

1. Standard formats for deliverables

i. During the course of the assignment to prepare detailed project report,


several reports, drawings and documents will need to be submitted by the
consultants to National Highways Authority of India.
ii. For the purposes of submission, format requirements have been laid out for
some of the reports and drawing deliverables in this enclosure, which shall be
adhered to strictly
iii. In addition, consultants are to align and agree with National Highways
Authority of India officials the format of submission for all reports, during the
inception stage as mentioned in clause 10.2 of this terms of reference

2. Format for submission of report deliverables

2.1 Printed hard copies of reports

i. All reports and documents shall be submitted in both printed hard copy and
digital formats
ii. For hard copies, the consultant shall submit bound volumes (and not in spiral
binding form) after completion of each stage of work as per the schedule and
in the number of copies as given in Enclosure III

2.2 Digital copies of reports

1. Every report shall also be submitted in digital format to the authority in the following
formats:

i. The final report as submitted in the portable document format (.pdf)


ii. An editable document in the relevant Open Document Format for Office
Applications (ODF) and if available the relevant Microsoft Office document
format (MS Office)
iii. All tables and models used to and referred to in the reports shall also be
submitted as spread-sheets in the relevant ODF format and MS Office format
iv. The digital copies of reports shall be submitted in the form of removable
storage devices (CD or USB pen drive) and also hosted on a secured online
document storage and retrieval platform as described in clause 4 Data
products

2. The removable storage device submitted at each deliverable stage shall contain:

i. Reports for that stage


ii. All draft and final reports previously submitted
iii. Correspondence with National Highways Authority of India
iv. Clients’ comments on submitted reports
v. Any communication, letters and approvals to and from other government and
local agencies and any other relevant body
vi. An updated index of all the contents on the removable storage device

126
3. Every submission will be accompanied by a table of contents and index of all
documents submitted for ease of reference

4 Data products

1. During the course of the assignment, the consultant shall perform several surveys and
collect data that will be used for the design of the road and delivered to the client.

2. Consultants are encouraged to keep commonly available software and data packages,
and typical uses for data while deciding final formats of data within the constraints of
this document or where a format has not been defined

3. As required in clause Error! Reference source not found.Error! Reference source


not found., consultants are required to agree with National Highways Authority of
India all actual data formats proposed to be used for the project

4. In order to standardise data formats and simplify hand over and re-use of data, some
requirements for minimum content and format are laid down below.

Sr Data product Contents required (definition) Data format


No

0 Formats to be List of data, drawing and design outputs, CSV or ODF sheet,
used reporting format, digital format suggested, .xlsx optional
key data to be included (column headers),
units and system to be used

1 Traffic surveys

1.1 List of traffic Point no, location coordinates (lat, long), CSV or ODF sheet,
survey points location of survey point, chainage, no .xlsx optional
lanes/type of junction, type of survey, date of
survey, length of survey, any commentary,
equipment/technique used, link to survey
output

1.2 Classified Survey point, survey location, location id Raw data: IHMCL
traffic volume (ihmcl), no of lanes, chainage, location Traffic survey data
count survey coordinates (lat, long), date, time and period format
of survey Processed,
corrected with
AADT: CSV or ODF
sheet, .xlsx optional

1.3 O-D, turning Survey point, survey location, location lat, CSV or ODF sheet,
movement, long, chainage, date, time, period of survey, .xlsx optional
axle load and technique/equipment used in addition to the
other surveys survey data itself

2 Engineering surveys and investigations

2.1 Raw DGPS data Notes must contain Date, time of survey, CSV or ODF,
equipment used, corrections applied is any. Receiver
Data: Survey benchmarks, benchmark points, Independent
location data points Exchange
127
Sr Data product Contents required (definition) Data format
No

Format (RINEX)

2.2 LiDAR point Notes must contain Date, time of survey, LASer file format
cloud equipment, summary post processing applied. for exchange
Data: Survey benchmarks, data points, point CSV sheet, .xlsx
cloud of entire project corridor as defined in optional

2.3 Images 360 Deg/ ortho images of entire project road Geographic Tagged
way Image File Format
(GeoTIFF)

2.4 Video Traverse video of entire project length Audio video


interleave (.avi) or
MPEG-4 file (.mp4)

2.5 Topographic 1:1000 scale map with 50 cm contours with Contours: geo-
map + roadway marked on maps referenced shape
contours files (.shp) or .dxf
files, .dwg/.dgn files
options

2.6 Digital Digital terrain modeled from aerial and Digital elevation
elevation ground surveys model in USGS
model Spatial Data
transfer standard
(SDTS) format

2.7 Longitudinal Location of cross section - existing, design .dxf files, .dwg/.dgn
and cross chainage, lat, long, Cross section drawing files options
sections

2.8 As-is road map 3D digital map of as-is project highway Digital terrain
containing earth surface, road layers, utilities, model and maps in
buildings and trees with feature data LandXML/.dxf
extracted and mapped in layers, marked on format, .dwg/.dgn
the map and tabulated data provided files options
separately. All road, surface, sub surface Separate CSV or
inventory, pavement investigation and soil ODF sheet, .xlsx
survey data to be super-imposed as layers optional of feature
data in addition to
map

2.9 Details of type of utility, no, class and category of utility CSV or ODF sheet,
utility installation (e.g. 66 kV xlpe), location, distance .xlsx optional
from centerline, user agency

2.10 Utility maps geo-referenced schematic map, existing and georeferenced


design road centerline, type of utility, size, no, shape files (.shp)
class and category and drawings in .dxf
format

128
Sr Data product Contents required (definition) Data format
No

2.11 Road All data as required in clause 4.11.3.1, geo- CSV or ODF sheet
inventory referencing for each row of data in lat, long
surveys form

2.12 Pavement Test pit reference id, location, chainage, geo- CSV or ODF sheet
investigation reference (lat, long), pavemet composition -
layer no, material type, thickness, sub grade
type, and condition

2.13 Pavement Data as required in clause 4.11.3.2, along with CSV or ODF sheet
condition location/chainage and geo-reference for all
survey data

2.14 Pavement FWD results as per IRC guidelines, geo- CSV or ODF sheet
structural referencing for test points
strength

2.15 Sub-grade and In the format of the testing lab, summary Summary in CSV or
soil strength details must be tabulated and must include: ODF sheet
test pit no, location, chianage, lat/long, date,
time of test, tester/lab details, in-situ density,
moisture content, field CBR, characterization,
in-lab moisture and density, lab CBR

3 Proposed roadway designs

3.1 Proposed Georeferenced centerline horizontal and Geometry or shape


alignment vertical alignment for the road files : .shp/.dxf,
geometry To be presented superimposed on surface .dwg/.dgn files
map, satellite imagery and digital elevation options
model of region

3.2 Final Georeferenced centerline horizontal and Geometry or shape


alignment vertical alignment for the road. Additional files : .shp/.dxf,
geometry detail on lanes, super elevation, junctions, .dwg/.dgn files
structures, under/overpasses, PUP/CUP, options
wayside amenities etc

3.3 Proposed Proposed digital roadway model and design .dxf/.dtm


roadway data- including embankment, road way, road
model layers, roadside amenities, signals, road
furniture, markings and other construction
elements in 3D

3.4 Proposed Geo referenced location and alignment, 3D .dxf/.dtm


structures model of structure and appurtenances, cross
section, plan and profile drawings for
construction as per IRC

3.5 Proposed Roadway cross sections for homogenous .dxf files


highway cross sections Digital surface
129
Sr Data product Contents required (definition) Data format
No

sections model in .dxf format

4 Other deliverables

4.1 Digitized Digitized revenue map overlaid with key Geometry or shape
cadastral maps landmarks, land size, survey number and files : .shp/.dxf,
ownership data. min 1:1000 scale map with .dwg/.dgn files
>1mm accuracy options

4.2 Financial Spreadsheet model with instructions, index ODF sheets, MS


analysis and containing all inputs and assumptions, office .xlsx optional
time series construction and operating costs,
revenues, financing and equity cash flows,
NPV/IRR, sensitivity scenarios and results

5 Online hosting and archival of deliverables

5.1 Hosting deliverables online

i. The consultant shall store all deliverables from this assignment on a secure
online file hosting platform that is remotely accessible by authorised users on
the world wide web
ii. The consultant shall provide read only access to all relevant officers of
National Highways Authority of India and provide further access to additional
users as and when requested by National Highways Authority of India.
iii. Consultant shall provide a point of contact for access to these files, solving any
technical issues and shall respond to all requests in a timely manner
iv. Consultant shall ensure that the files are hosted in a platform that conforms to
any file hosting and file sharing security standards as may be laid down by the
government of India

5.2 Deliverables to be hosted

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


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

130
5.3 Time period and costs

i. Access to above mentioned files will be provided till the end of construction
(final commercial operations date of contractor/ concessionaire) of all
packages that form a part of this assignment at the cost of the consultant
ii. Access to additional users shall also be at no additional cost to the authority

131
APPENDIX-II

Proof of Eligibility

Form-E1

Letter of Proposal (On Applicant’s letter head)

(Date and Reference)

To, **********
*********
*********

Sub: Appointment of Consultant for preparationof Detailed Project Report for ……………...

Dear Sir,

With reference to your RFP Document dated ………, I/we i.e M/s-----------------------------
----------------------------------------------(Name of Bidder) having examined all relevant
documents and understood their contents, hereby submit our Proposal for selection
as Consultant. The proposal is unconditional and unqualified.

2. All information provided in the Proposal uploaded on INFRACON and in the


Appendices is true and correct and all documents accompanying such Proposal are
true copies of their respective originals.

3. This statement is made for the express purpose of appointment as the Consultant for
the aforesaid Project.

4. I/WeshallmakeavailabletotheAuthorityanyadditionalinformationitmaydeem necessary
or require for supplementing or authenticating the Proposal.

5. I/We acknowledge the right of the authority to reject our application without
assigning any reason or otherwise and hereby waive our right to challenge the same
on any account whatsoever.

6. I/We certify that in the last three years, we or any of our Associates have neither failed
to perform on any contract, as evidenced by imposition of a penalty by an arbitral or
judicial authority or a judicial pronouncement or arbitration award against the
Applicant, nor been expelled from any project or contract by any public authority nor
have had any contract terminated by any public authority for breach on our part.

7. I/We understand that you may cancel the Selection Process at any time and that you
are neither bound to accept any Proposal that you may receive nor to select the
Consultant, without incurring any liability to the Applicants in accordance with Clause
1.7 of the RFP document.

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

132
10. I/We further certify that in regardto matters relatingto securityand 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 how so ever other wise arising to challenge or question any decision taken by
the Authority [and/ or the Government of India] in connection with the selection of
Consultant or in connection with the Selection Process itself in respect of the above
mentioned Project.

13. Deleted.

14. I/We agree and understand that the proposal is subject to the provisions of the RFP
document. In no case, shall I/we have any claim or right of whatsoever nature if the
Consultancy for the Project is not awarded to me/us or our proposal is not opened or
rejected.

15. I/We agree to keep this valid for 120 (One hundred and twenty) days from the
ProposalDue Date specified in the RFP.

16. A Power of Attorney in favor of the authorized signatory to sign and submit this
Proposal and documents is attached herewith.

17. In the event of my/our firm/consortium being selected as the Consultant, I/we agree
to enter into any Agreement in accordance with the form Appendix V of the RFP. We
agree not to seek any changes in the aforesaid form and agree to abide by the same.

18. I/We have studied RFP and all other documents carefully and also surveyed the
Project site. We understand that except to the extent as expressly set forth in the
Agreement, we shall have no claim, right or title arising out of and documents or
information provided to us by the Authority or in respect of any matter arising out of
or concerning or relating to the Selection Process including the award of Consultancy.

19. The Proof of Eligibility and Technical proposal are being submitted in separate covers
in hard copy (as per clause 4.1 of LoI) and INFRACON Team I.D no.______. I shall abide
by the Financial Proposal stipulated by the Authority in the RFP. 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)

133
Appendix- II
Form-E2/T3

FIRM’S REFERENCES

Relevant Services Carried out in the Last Seven Years (2019-20 onwards) Which Best
Illustrate Qualifications

The following information should be provided in the format below for each reference
assignment for which your firm, either individually as a corporate entity or as one of the
major companies within a consortium, was legally contracted by the client:

Assignment Name: Country:


Location within Country : Professional Staff Provided
by your firm:
Name of Client : No. of Staff :
Address : No. of Staff Months :
Start Date Completion Date Approx. Value of
(Month / (Month / Year) Services : (in INR/current USD) :
Year)
Name of JV/Association Firm(s) if any : No. of Months of ProfessionalStaff provided by
Associated Firm(s)
Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member/Associate
Narrative Description of Project :
Description of Actual Services Provided by your Company:

Signature of Authorized Representative

(Certificate from Employer regarding experience should be furnished)

134
APPENDIX-II
Form- E3

Financial Capacity of the Applicant

Name of Applicant:

Sr.No. [Financial Year]* Annual Revenue(Rs/US $ in million)


1 2023-24
2 2022-23
3 2021-22
4 2020-21
5 2019-20

Certificate from the Statutory Auditor$

This is to certify that --------------(name of the Applicant) has received the payments
shown above against the respective years on account of Consultancy Services.

Name of the audit firm Seal of the audit firm Date

(Signature, name and designation of the authorized signatory)

$In case he Applicant does not have a statutory auditor, it shall provide thecertificate from its
chartered accountant that ordinarily audits the annual account of the Applicant.

Note:

*Financial year to be modified as applicable

Please do not attach any printed Annual Financial Statement.

135
APPENDIX-II
Form- E4

(Deleted)

136
APPENDIX-III
(Form-T1)

TECHNICAL PROPOSAL

FROM: TO:

Sir:

Subject Consultancy Service for

Regarding Technical Proposal

I/We (name of Bidder) Consultant / Consultancy firm herewith enclose Technical


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

Yours faithfully,

Signature

Full Name

Designation

Address

(Authorized Representative)

137
(Form-T-2)
Details of projects for which Technical Proposals have been submitted

Sl.No. Name of Project Consultancy Package No. Names of Proposed


Key Personnel

1
2
3
4

138
Form-E2/T3
FIRM’S REFERENCES

Relevant Services Carried out in the Last Seven Years Which Best Illustrate
Qualifications

The following information should be provided in the format below for eachreference
assignment for which your firm, either individually as a corporate entity oras one of the
major companies within a consortium, was legally contracted by theclient:

Assignment Name: Country:


Location within Country : Professional Staff Providedby your firm:
Name of Client : No. of Staff :
Address : No. of Staff Months :
Start Date Completion Date Approx. Value ofServices : (in INR/current
(Month / (Month / Year) USD) :
Year)
Name of JV/Association Firm(s) if any : No. of Months of ProfessionalStaff provided by
Associated Firm(s)
Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member/Associate
Narrative Description of Project :
Description of Actual Services Provided by your Company:

Signature of Authorised Representative

(Certificate from Employer regarding experience should be furnished

139
Form- T4
SITE APPRECIATION

Shall give details of site as per actual site visit and data provided in RFP and
collected from site supported by photographs to demonstrate that responsible
personnel of the Consultant have actually visited the site and familiarized with
the salient details/complexities and scope of services.

140
Form- T5
Composition of the Team Personnel and the task Which would be assigned to
each Team Member

I. Technical/Managerial Staff

Sr .No. Name Position Task Assignment

1.

2.

3.

4.

……

II. Support Staff

Sr. No. Name Position Task Assignment

1.

2.

3.

4.

….

….

141
Form- T6
APPROACH PAPER ON METHODOLOGYPROPOSED FOR PERFORMING THE
ASSIGNMENT

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

1) Methodology for services, surveying, data collection [not more than 2 pages] and
analysis

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

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

a) proposed alignment and bypass required

b) land acquisition requirements

c) access control, rehabilitation of existing road, drainage and utilities

d) adoption of superior technology along with proof (to be submitted in Form T9)

Replies to items 3) a) to c) should be limited to six A4 size pages in 1.5 space and 12 font
including photographs, if any

142
Form- T7
Details of Material Testing Facility

1. State whether the Applicant has in-house Material Testing Facility Available
/Outsourced/Not Available

2. In case answer to 1 is Available, attach a list of Lab equipment and facility for testing
of materials and location of laboratory

3. In case laboratory is located at a distance of more than 400 km from the project site,
state arrangements made/proposed to be made for testing of materials

4. In case answer to 1 is Outsourced/ Not Available state arrangements made/proposed


to be made for testing of materials.

143
Form- T8
Facility for Field investigation and Testing

1. State whether the Applicant has in-house Facility for

a) Geo-technical investigation Available (created in-house at site)/ Outsourced/ Not


Available

b) Pavement investigation Available (created in-house at site)/ Outsourced/ Not


Available

2. In case answer to 1 is Available (created in-house at site) a list of field investigation


and testing equipments available in-house

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


made for each of above Field investigation and testing

4. For experience in LIDAR or better technology for topographic survey, GPR and
Induction Locator or better technologies for detection of sub-surface utilities and
digitization of cadastral maps for land acquisition, references need to be provided in
following format:

144
REFERENCES

Relevant Services CarriedOut Which Best Illustrate Qualifications

The following information should be provided in the format below for each reference
assignment for which your firm, either individually as a corporate entity or as one of the
major companies within a consortium, was legally contracted by the client:

Assignment Name: Country:


Location within Country : Professional Staff Providedby your firm:
Name of Client : No. of Staff :
Address : No. of Staff Months :
Technology Used:
Start Date Completion Date Approx. Value ofServices : (in INR/current USD) :
(Month / Year) (Month / Year)
Name of JV/Association Firm(s) if any : No. of Months of ProfessionalStaff provided by
Associated Firm(s)
Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member/Associate
Narrative Description of Project :
Description of Actual Services Provided by your Company:

Signature of Authorised Representative

(Certificate from Employer regarding experience should be furnished)

145
Form- T9
Office Equipment and software

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

146
Form- T10

(Curriculum Vitae as per INFRACON)


CVs of the Key Personnel should be uploaded on INFRACON and the hard copies
of the CVs as uploaded on the INFRACON is to be submitted along with the
Technical Proposals.

147
Form-T11: Format for submission of Residual DPR BidCapacity “R” (TO BE FILLED BY
THE SOLE CONSULTANT & IN CASE OF JV,

SEPARATELY BY JV PARTNERS BIDDING FOR THE ASSIGNMENT)

(i) Details of Total Length of DPR/Feasibility completed for 2/4/6 laning of


National Highways/Expressways in the last 5 Financial Years.

Sl Project Lane Length of Date of Project Incaseof Completed


. Description Config the Final Completion Type JV, Length (CL)
N along with uratio Alignmen Certificate of (DPR/Feas share of calculation *
o. Client n of t (in KM) DPR ibility) Contrac
Department planne assignment/ t Fee *To be
d Date of (%) calculated
highw issuance of after
ay LOA of Civil considering
Work factors given
(attach copy in Note 1-4
of given at
completion point (iii)
certificate/co below
py of LOA
as
applicable)
1 2 3 4 5 6 7 8

FormatforundertakingbythefirmforcompletedDPR/FeasibilityProjects:

Theundersignedonbehalfof
.....................................................................................(nameofConsultingfirm)certifythattheabov
e are correct and trueand the consulting firm/JV was not at default on these project
assignments. It is also agreed that any misrepresentation of facts and false information
shall make the firm/JV liable for penal action as stipulated in the RFP.

Date ....................................................(dd/mm/yyyy)

[Signature of authorized representative of the Firm]

148
(ii) Length of DPR/Feasibility Projects in Hand wherein Completion Certificate has
not been issued by Executing Government Agency or the Tender of the Civil Work has
not been awarded by the Executing Government Agency. This length shall also include
the projects for which the firm has emerged as the H-1 bidder but the LOA have not
been issued.

Sl Projec Lane Lane Date of Project IncaseofJ Running Projects


. t Confi Config issuance of Type V, share (RP) calculation*
N Descri gurat uratio LOA for (DPR/F of
o. ption ion of n of consultanc easibili Contract *To be calculated
along plan plann y ty) Fee (%) after considering
with ned ed assignment factors given in
Client high highw (attach Note1-4 given at
Depar way ay copy of point (iii) below
tment LOA as
applicable
)
1 2 3 4 5 6 7 8

Format for undertaking by the firm for under implementation/running


DPR/FeasibilityProjects:

The Undersigned on behalf of (name of Consulting firm) certify that the firm details given
aboveare correct and true and the consulting firm/JV was not at default on these project
assignments. It is also agreed that any misrepresentation of facts and false information
shall make the firm/JV liable for penal action as stipulated in the RFP.

(iii) Notes:

1. For DPR of two laning projects, the length shall be considered after
multiplication of factor of 0.50

2. For Feasibility Projects the length shall be considered after multiplication of


factor of 0.60

3. In case of experience as JV, weighted average based on their share in the JV shall
be considered for experience.

4. In case of experience of Associate, the share as per MoU subject to Maximum


25% shall be considered. In case MoU does not specify the share the same can be
considered as per certification of Statutory Auditors of the Associate Member.

(iv) Turnover Factor (TF)= Multiplication factor based on Turnover

Average Turnover of Last 5


Factor “B”
Financial Years
Upto 50 Cr 1.00
50-250 Cr 1.25
>250 Cr 1.50

149
(v)Residual DPR Bid Capacity requirements“R” shall be calculated for each JV
member who has bid for the consultancy assignment and the weighted average as
per Share in JV shall be calculated using formaul as under:

R= CL x TF - RP

Where
CL= Details of Total Length of DPR/Feasibility completed for 2/4/6 laning of National
Highways/Expressways in the last 5 Financial Years.

RP= Length of DPR/Feasibility Projects in Hand wherein Completion Certificate has not
been issued by Executing Government Agency or the Tender of the Civil Work has not
been awarded by the Executing Government Agency. This length shall also include the
projects for which the firm has emerged as the H-1 bidder but the LOA have not been
issued.

TF = Turnover Factor

Self-Assessmentof Residual DPR Bid Capacity “R” by the consultancy firm


(in case of JV, separately by the JV partners) on eligibility as per technical
capacity provisions:

(a) Residual DPR Bid Capacity of Sole Bidder

Total value of CL assessed by Sole Bidder (in KM) = CL0

Total value of RP assessed by Sole Bidder (in KM) = RP0

Turnover factor (TF) assessed by Sole Bidder (as per point iv above)= TF0

Assessed Residual DPR Bid Capacity assessed by Sole Bidder (in KM)= R0 = CL0 x TF0 – RP0

(b) Residual DPR Bid Capacity of Joint Ventures

Total value of CL assessed by Lead Member (in KM)= CL1

Total value of RP assessed by Lead Member (in KM)= RP1

Turnover factor (TF) assessed by Lead Member (as per point iv above)= TF1

Share of Lead Member in instant bid proposal (in %) = S1

Assessed Residual DPR Bid Capacity assessed by Lead Member (in KM)= R1 = {CL1 x TF1 – RP1} x S1

Total value of CL assessed by Other Member (in KM)= CL2

Total value of RP assessed by Other Member (in KM)= RP2

Turnover factor (TF) assessed by Other Member (as per point iv above)= TF2

150
Share of in Assessed Residual DPR Bid Capacity of Joint Venture(in KM)= R1 + R2

1.1 FormT-12

(To be on the letter head of the Bidder/Each Member of the JV/Associates)

1.2 Certificate regarding Compliance with Restrictions under Rule 144(xi) of the
General Financial Rules (GFR)

Regional Officer,
National Highways Authority of India,
Vijay Krishna Plaza, 2nd & 3rd floor, No-1, Lake Area,
Melur main Road, Mattuthavani,
Madurai – 625 107.

Sub: BID for “Name of work .......................................................................................... ”

Dear Sir,

With reference to your RFP document dated*****$, I, having examined the Bidding
Documents and understood their contents, hereby undertake and confirm as follows:
I have read the clause regarding restrictions on procurement from a bidder of a
country which shares a landborder with India and on sub-contracting to
contractors/Consultant from such countries; I certify that this Bidder is not from such
a country or, if from such a country, has been registered with the Competent
Authority, specified in Annexure-I of Order (Public Procurement No. 1) issued by
Ministry of Finance, Department of Expenditure Public Procurement Division vide F.
No. 6/18/2019-PPD, dated 23rd July 2020 and will not subcontract anywork to a
contractor/Consultant from such countries unless such contractor/Consultant is
registered with the said Competent Authority. I hereby certify that this bidder fulfils
all requirements in this regard and is eligible to be considered.
Yours faithfully,
Date:
Place:
(Signature of the Authorised signatory)
(Name and designation of the of the Authorised signatory)
Name and seal of Bidder/Each Member of the Consortium
Notes:
{Where applicable, evidence of valid registration by the Competent Authority shall be
attached}
In case the above certification is found to be false, this would be a ground for
immediate rejection of Bid/termination and further legal action in accordance with
law.
OMF.No.6/18/2019-PPD, dated 23rd July 2020 is enclosed herewith for ready
reference.
151
Form T-13

INTEGRITY PACT FORMAT

Integrity pact
(Refer clause 4.1 B (iv) of Section 2: Letter of Invitation to Consiltants)
(To be executed on the plain paper and submitted along with Technical Bid/ Tender
documents for tenders having a value of Rs. 5 crore or more. To be signed by the bidder
and same signatory competent/ authorized to sign the relevant contract on behalf of the
National Highways Authority of India)

Tender No.………………………………………

This integrity Pact is made at . on this_____ day of………...2024.


BETWEEN
THE NATIONAL HIGHWAYS AUTHORITY OF INDIA (NHAI), a statutory body
constituted under the National Highways Authority of India Act, 1988, which has been
entrusted with the responsibility of development, maintenance and management of
National Highways, having its office at G- 5 & 6, Sector-10, Dwarka, New Delhi,
hereinafter referred to as "The Principal", which expression shall, unless repugnant to the
meaning of contract thereof, include its successors and permitted assigns)
AND
…………………………………………………………. hereinafter referred to as "The
Bidder(s)/Contractor(s)/Concessionaire(s)/Consultant(s)" and which expression shall
unless repugnant to be meaning or context thereof include its successors and permitted
assigns.
Preamble

Whereas, the Principal intends to award, under laid down organizational procedure, contract/s for
“Consultancy Services for Preparation of DPR for (1) Four Laning of Project from Existing
Two lane with Paved Shoulder of Dindigul - Theni - Kumili section from Km 2/750 to Km
136/543 of NH-183 in the State of Tamil Nadu (Length - 133.793 Km), (2) Four Laning of
Project from Existing Two Lane with Paved Shoulders of Trichy – Karaikudi section
from Km 0/000 to Km 33/600 of NH-336, From Km 229/228 to Km 251/213 of NH-36 & From
Km 0/000 to Km 25/469 of NH-536 in the State of Tamil Nadu (Length - 81.054 Km) and (3)
Four Laning of Project from Existing Two Lane with Paved Shoulders from Km 2/350 to Km
16/690 & Km 29/850 to Km 80/133 of Nagapattinam - Thanjavur Section of NH-83 (Old NH-
67), Bypass to Tiruvarur Town from Km 16/690 to Km 29/850 in the State of Tamil
Nadu (Length - 77.783 Km)”. The Principal values full compliance with all relevant laws of the
land, rules of land, regulations, economic use of resources and of fairness/ transparency in its
relations with its Bidder(s) and for Contractor(s)/ Concessionaire(s)/ Consultant(s).

And Whereas in order to achieve these goals, the Principal will appoint an Independent
External Monitors (IEMs), who will monitor the tender process and the execution of the
contract for compliance with the Principles mentioned above.

152
And whereas to meet the purpose aforesaid, both the parties have agreed to enter into this
Integrity Pact (hereafter referred to as "Integrity Pact") the terms and conditions of which
shall also be read as integral part and parcel of the Tender documents and contract between
the parties.
Now, therefore, in consideration of mutual covenants stipulated in this pact, the parties
hereby agree as follows and this pact witnesses as under:
Article-1: Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent corruption
and to observe the following principles:-

(a) No employee of the Principal, personally or through family members,


will in connection with the Tender for, or the execution of a Contract,
demand, take a promise for or accept, for self, or third person, any
material or immaterial benefit which the person is not legally entitled
to.

(b) The Principal will, during the Tender process treat all Bidder(s) with
equity and reason. The Principal will in particular, before and during
the Tender process, provide to all Bidder(s) the same information and
will not provide to any Bidder(s) confidential/ additional information
through which the Bidder(s) could obtain an advantage in relation to
the tender process or the contract execution.

(c) The Principal will exclude all known prejudiced persons from the
process.

(2) If the Principal obtains information on the conduct of any of its employees which
is a criminal offence under the IPC/PC Act or any other Statutory Acts or if there
be a substantive suspicion in this regard, the Principal will inform the Chief
Vigilance Officer and in addition can initiate disciplinary actions as per its
internal laid down Rules/Regulations.

Article - 2: Commitments of the Bidder(s)/ Contractor(s)/ Concessionaire(s)/


Consultant(s).
The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) commit himself to take all
measures necessary to prevent corruption. He commits himself to observe the following
principles during his participation in the tender process and during the contract execution.

(a) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not, directly or


through any other person or firm, offer, promise or give to any of the Principal's
employees involved in the tender process or the execution of the contract or to any
third person any material or other benefit which he/she is not legally entitled to, in
order to obtain in exchange any advantage of any kind whatsoever during the
tender process or during the execution of the contract.

(b) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not enter with
other Bidders into any undisclosed agreement or understanding, whether formal or

153
informal. This applies in particular to prices, specifications, certifications,
subsidiary contract, submission or non-submission or bids or any other actions to
restrict competitiveness or to introduce cartelization in the bidding process.

(c) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not commit


any offence under the relevant IPC/PC Act and other Statutory Acts; further the
Bidder(s)/Contractor(s)/Concessionaire(s)/Consultant(s) will not use improperly,
for purposes of completion or personal gain, or pass on to others, any information
or document provided by the Principal as part of the business relationship,
regarding plans, technical proposals and business details, including information
contained or transmitted electronically.

(d) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of foreign origin


shall disclose the name and address of the Agents/ Representatives in India, if any.
Similarly, the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of Indian
Nationality shall furnish the name and address of the foreign principals, if any.
Further, details as mentioned in the 'Guidelines on Indian Agents of Foreign
Suppliers' shall be disclosed by the Bidder(s)/ Contractor(s)/ Concessionaire(s)/
Consultant(s). Further, all the payments made to the Indian Agent / Representative
have to be Indian Rupees only.

(e) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will, when


presenting his bid, disclose any and all payments he has made, is committed to or
intends to make to agents, brokers or any other intermediaries in connection with
the award of the contract. He shall also disclose the details of services agreed upon
for such payments.

(f) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not instigate


third persons to commit offences outlined above or be an accessory to such
offences.

(g) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not bring any
outside influence through any Govt. bodies/quarters directly or indirectly on the
bidding process in furtherance of his bid.

(h) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) who have signed a


Integrity pact shall not approach the court while representing the matter to IEMs
and shall wait for their decision in the matter.

Article - 3 Disqualification from tender process and exclusion from future contracts.
(1) If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s), before award or
during execution has committed a transgression through a violation of any
provision of Article2, above or in any other form such as to put his reliability or
credibility in question, the Principal is entitled to disqualify the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s) from the tender process.

(2) If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) has committed a


transgression through a violation of Article-2 such as to put his reliability or
154
credibility into question, the Principal shall be entitled to exclude including
blacklist and put on holiday the Bidder(s)/ Contractor(s)/ Concessionaire(s)/
Consultant(s) for any future tenders/ contract award process. The imposition and
duration of the exclusion will be determined by the severity of the transgression.
The severity will be determined by the Principal taking into consideration the full
facts and circumstances of each case particularly taking into account the number
of transgressions, the position of the transgressors within the company hierarchy
of the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) and the amount
of the damage. The exclusion will be imposed for a minimum period of 6 months
and maximum period of 2 years.

(3) A transgression is considered to have occurred if the Principal after due


consideration of the available evidence concludes that “On the basis of facts
available there are no material doubts”.

(4) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) with its free


consent and without any influence agrees and undertakes to respect and uphold the
Principal's absolute rights to resort to and impose such exclusion and further
accepts and undertakes not to challenge or question such exclusion on any ground,
including the lack of any hearing before the decision to resort to such exclusion is
taken. This undertaking is given freely and after obtaining independent legal
advice.

(5) The decision of the Principal to the effect that a breach of the provisions of this
Integrity Pact has been committed by the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) shall be final and binding on the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s), however, the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s) can approach IEM(s) appointed for
the purpose of this Pact.

(6) On occurrence of any sanctions/ disqualification etc. arising out from violation of
integrity pact, the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) shall
not be entitled for any compensation on this account.

(7) Subject to full satisfaction of the Principal, the exclusion of the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s) could be revoked by the Principal
if the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) can prove that he
has restored/ recouped the damage caused by him and has installed a suitable
corruption prevention system in his organization.

Article-4: Compensation for Damages.


(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the
award according to Article-3, the Principal shall be entitled to forfeit the amount
equal to 1% of the price quoted by the Selected Bidder apart from to suspend the
bidder from participating in the tendering process of MoRTH/ NHAI/ NHIDCL
and works under other Centrally Sponsored Schemes for a period of One Year
from the bid due date of this work including any other legal right that may have
accrued to the Principal.
155
(2) In addition to 1 above, the Principal shall be entitled to take recourse to the
relevant provisions of the contract related to Termination of Contract due to
Contractor/ Concessionaire/Consultant's Default. In such case, the Principal shall
be entitled to forfeit the Performance Bank Guarantee of the Contractor/
Concessionaire/ Consultant and/ or demand and recover liquidated and all
damages as per the provisions of the contract/concession agreement against
Termination.

Article - 5: Previous Transgressions


(1) The Bidder declares that no previous transgressions occurred in the last 3 years
immediately before signing of this Integrity Pact with any other Company in any
country conforming to the anti corruption/ Transparency International (TI)
approach or with any other Public Sector Enterprise/ Undertaking in India or any
Government Department in India that could justify his exclusion from the tender
process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified
from the tender process or action for his exclusion can be taken as mentioned
under Article-3 above for transgressions of Article-2 and shall be liable for
compensation for damages as per Article-4 above.

Article - 6: Equal treatment of all Bidders/ Contractors/ Concessionaires/


Consultants/ Subcontractors.
(1) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) undertake(s) to
demand from all sub-contractors a commitment in conformity with this Integrity
Pact, and to submit it to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this one with
all Bidders/ Contractors/ Concessionaires/ Consultants and subcontractors.

(3) The Principal will disqualify from the tender process all Bidders who do not sign
this Pact or violate its provisions.

Article - 7: Criminal charges against violating Bidder(s)/ Contractor(s)/


Concessionaire(s)/ Consultant(s)/ Sub-contractor(s).
If the Principal obtains knowledge of conduct of a Bidder/ Contractor/
Concessionaire/ Consultant or subcontractor, or of an employee or a representative
or an associate of a Bidder/ Contractor/ Concessionaire/ Consultant or
Subcontractor, which constitutes corruption, or if the Principal has substantive
suspicion in this regard, the Principal will inform the same to the Chief Vigilance
Officer.
Article- 8: Independent External Monitor (IEM)
(1) The Principal has appointed Smt. Gauri Kumar, IAS (Retd.), Sh. Animesh
Chauhan, Ex MD and CEO, Oriental Bank of Commerce and Sh. Ashish
Bhauguna, IAS (Retd.) asIndependent External Monitor for this Pact. The task of

156
the Monitor is to review independently and objectively, whether and to what
extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Chairman,
NHAI.

(3) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) accepts that the


Monitor has the right to access without restriction to all project documentation of
the Principal including that provided by the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s). The Bidder(s)/ Contractor(s)/ Concessionaire(s)/
Consultant(s) will also grant the Monitor, upon his request and demonstration of a
valid interest, unrestricted and unconditional access to his project documentation.
The same is applicable to Subcontractors.

(4) The Monitor is under contractual obligation to treat the information and
documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.
The Monitor has also signed on ‘Non-disclosure of Confidential Information’ and
of ‘Absence of Conflict of Interest’. In case of any conflict of interest arising at a
later date, the IEM shall inform Chairman, NHAI and rescue himself/ herself from
that case.

(5) The Principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
impact on the contractual relations between the Principal and the
Bidder/Contractor/ Concessionaire/ Consultant. The parties offer to the Monitor
the option to participate in such meetings.

(6) As soon as the Monitor notices, or believes, to notice any transgression as given in
Article-2, he may request the Management of the Principal to take corrective
action, or to take relevant action. The monitor can in this regard submit non-
binding recommendations. Beyond this, the Monitor has no right to demand from
the parties that they act in a specific manner, refrain from action or tolerate action.

(7) The Monitor will submit a written report to the Chairman, National Highways
Authority of India within 8 to 10 weeks from the date of reference or intimation to
him by the Principal and, should the occasion arise, submit proposals for
correcting problematic situations.

(8) If the Monitor has reported to the Chairman, National Highways Authority of India,
a substantiated suspicion of an offence under relevant IPC/PC Act or any other
Statutory Acts, and the Chairman, National Highways Authority of India has not,
within the reasonable time taken visible action to proceed against such offence or
reported it to the Chief Vigilance Officer, the Monitor may also transmit this
information directly to the Central Vigilance Commissioner.

(9) The word 'Monitor' would include both singular and plural.

157
Article - 9 Pact Duration
This Pact begins when both parties have legally signed it (in case of EPC i.e. for
projects funded by Principal and consultancy services). It expires for the
Contractor/ Consultant 12 months after his Defect Liability Period is over or 12
months after his last payment under the contract whichever is later and for all
other unsuccessful Bidders 6 months after this Contract has been awarded. (In case
of BOT Projects) It expires for the concessionaire 24 months after his concession
period is over and for all other unsuccessful Bidders 6 months after this Contract
has been awarded. Any violation of the same would entail disqualification of the
bidder and exclusion from future dealings.
If any claim is made/ lodged during this time, the same shall be binding and
continue to be valid despite the lapse of this pact as specified above, unless it is
discharged/ determined by Chairman of National Highways Authority of India.
Article - 10 Other Provisions
(1) This pact is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e. New Delhi.

(2) Changes and supplements as well as termination notices need to be made in


writing.

(3) If the Bidder/Contractor/Concessionaire/Consultant is in a partnership or a Joint


Venture partner, this pact must be signed by all partners or members.

(4) Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their original intentions.

(5) Issue like warranty / Guarantee etc. shall be outside the purview of IEMs.

(6) In the event of any contradiction between the Integrity Pact and its Annexure, the
clause in integrity pact shall prevail.

(7) Any disputes/ differences arising between the parties with regard to term of this
pact, any action taken by the Principal in accordance with this Pact or
interpretation thereof shall not be subject to any Arbitration.

(8) The actions stipulated in this Integrity Pact are without prejudice to any other legal
action that may follow in accordance with the provision of the extent law in force
relating to any civil or criminal proceedings.

In witness whereof the parties have signed and executed this Pact at the place and date
first done mentioned in the presence of following witness:-

……………………………………. ……………………………………..
For & on behalf of the Principal For & On behalf of Bidder/
Contractor/ Concessionaire/

158
(Office Seal) Consulting
Place……………
Date………….…

Witness 1:
(Name & Address) ________________
________________
________________
Witness 2:
(Name & Address) ________________
________________
________________

159
UNDERTAKING FROM THE PROFESSIONAL

Name of Work:

Position in the Team:

I, ………………………. (Name and INFRACON registered ID) have not left any
assignment with the consultants/ contractors engaged by Client viz. MoRT&H
/NHAI/NHIDCL/ IAHE/BRO/ State PWD or any other MoRTH implementing agency
without completing my assignment. I will be available for the entire duration of the current
project for which I am being included in the team. If I leave this assignment in the middle of
the completion of the work, I may be debarred for an appropriate period to be decided by
Client. I shall also have no objection if my services are extended by Client for this work in
future.

I, the undersigned, also certify that to the best of my knowledge and belief, my
biodata, information and credentials uploaded on INFRACON portal truly describe myself, my
qualification and my experience. I shall be liable for any action, as deemed fit, in case there is
any mis-representation in this regard.

Date:

Place:

Signature

(Name of Key Personnel)

160
UNDERTAKING FROM CONSULTING FIRM

Name of Work:

The undersigned on behalf of ……………………………..(Name of Consulting Firm) with


…………….(INFRACON ID) certify that none of the Key Personnel included in our teamto the
best of our knowledge has left his/her assignment with any consulting/ contracting firm
engaged by MoRT&H /NHAI/NHIDCL/ IAHE/BRO/ State PWD or any other MoRTH
implementing agency. We also confirm the truthfulness of the credentials uploaded by our
firm/JV Member/Associateand all the Key Personnel proposed inour team on INFRACON.

We understand that if any information about our firm/JV Member/Associate / Key


Personnel is found contrary to what has been uploaded on INFRACON, the Client would be
at liberty to remove the concerned personnel from the present assignment and debar our
firm/JV Member/Associate / Key Personnel for an appropriate period to be decided by the
Client.

Date:

Place:

Signature

(Name of Authorized Signatory)

161
APPENDIX-IV
(Form-I)

FINANCIAL PROPOSAL

FROM: TO:

Sir:

Subject: Consultants’ Services for

Regarding Price Proposal

I/We Consultant/consultancy firm herewith undertake to complete the consultancy


assignment as per terms & conditions stipulated in the RFP for the fixed cost financial
proposal of the Authority as attached in Form-II of Appendix-IV of the RFP.

Yours faithfully,

Signature

Full Name

Designation

Address

(Authorized Representative)

*No Financial proposal for the package / projects are to be submitted separately.

162
(Form-II)

Fixed Cost Financial Proposal for the Consultancy Assignment by Authority

Summary of Cost in Local Currency


Name of Firm
S. No. Description Amount(LC)*(INR)
LocalConsultants
Remuneration for Local Staff (inclusive of per 27355000
I diem allowance)
II Support Staff (inclusive of per diem Allowance) 1380000
III Transportation 2700000
IV Duty Travel to Site 600000
V Office Rent 300000
VI Office Supplies, Utilities and Communication 360000
VII Office Furniture and Equipment (Rental) 1000000
VIII Report and Document Printing 77500
IX Surveys & Investigation
A Topographic Survey 2000000
B Investigation 9700000
C NetworkSurveyandGPR 200000
X Costofsupplyandfixingofboundarypillars 3500000
Landacquisitionteamincludingsupportstaff and
XI logistics/transportation 1250000
SubtotalLocal Consultant: 50422500
Foreign Consultant 0
Total Cost Net of Tax: 50422500
Total cost net of Goods and Services Tax*** 50422500
Goods and Service Tax 9076050
TOTAL COST (Including Goods and Services
59498550
Tax)
Per km DPR cost (without GST) 504225
Per km DPR cost (with GST) 594985.5
Total Project Length Considered for Analysis 100 Km
LC* Local Currency
**Total Cost Net of Goods and 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.

163
Projects with Tunnels
Format of Financial Proposal
Summary of Costin Local Currency
Name of Firm
S. Description Amount(LC)*(I
No. NR)
LocalConsultants
Remuneration for Local Staff (inclusive of per diem allowance) 27355000
I
II Support Staff (inclusive of per diem Allowance) 1380000
III Transportation 2700000
IV Duty Travel to Site 600000
V Office Rent 300000
VI Office Supplies, Utilities and Communication 360000
VII Office Furniture and Equipment (Rental) 1000000
VIII Report and Document Printing 77500
IX Surveys & Investigation
A Topographic Survey 2000000
B Investigation 9700000
C Network Survey and GPR 200000
X Cost of supply and fixing of boundary pillars 3500000
Land acquisition team including support staff and
XI 1250000
logistics/transportation
Subtotal Local Consultant: 50422500
Foreign Consultant
Total Cost Net of Tax: 50422500
Total cost net of Goods and Services Tax*** 50422500
Total Project Length Considered for Analysis 100 Km
Additional Cost for Tunnel Expert@ Rs. 5,00,000 per month
2000000
for 4 months
Additional Cost for Senior Geophysicist @ Rs. 3,50,000
1400000
per month for 4 months
Payment for geophysical investigation shall be made at the
rate of Rs. 20 lakh for each tunnel of 500m length. (consider 6000000
2 tunnel of 700 m and 800 m in project)
Total cost including Tunnel net of Goods and Services Tax*** 59822500
Goods and ServiceTax 10768050
TOTAL COST with Tunnel (Including Goods and Services
70590550
Tax)
Per km DPR cost for projects with tunnels (without GST) 598225
Per km DPR cost for projects with tunnels (withGST) 705905.5
LC*Local Currency
**Total Cost Net of Goods and ServiceTax 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.
**All calculations have been done considering 100 km project length with 2
tunnels of 700 m and 800 m lengths respectively which needs to be modified
suitably by concerned Technical Divisions before issuance of RFP as per details
given in the BOQ
164
Estimate of Local Currency Costs

Remuneration for Local Staff (including per diem allowance)

I(a)
S. No. Position Name Rate(INR) SM Amt.(INR)
ProfessionalStaff
1 Team Leader Cum Senior
500000 12 6000000
Highway Engineer (1 no.)
2 Senior Bridge Design
500000 5 2500000
Engineer (1 no.)
3 Highway Design Pavement
350000 5 1750000
Engineer (1 no.)
4 Traffic and Road Safety
350000 8 2800000
expert (1 no.)
5 Environmental Specialist
150000 7 1050000
(1 no.)
6 Material-cum-Geo-
technical Engineer – 350000 4 1400000
Geologist (1 no.)
7 Senior Survey Engineer (1
200000 5 1000000
no.)
8 Quantity Surveyor /
Documentation Expert (1 8 1200000
no.) 150000
9 Land Acquisition Expert (1
150000 10 1500000
no.)
10 Utility Expert (1 no.) 150000 4 600000
Sub-Total 68 19800000
(To be assessed by Consultant as per requirement
Sub-Professional Staff of Assignmentsubject to minimum below and one
sub- professional be a fresh graduate)
(one every
1 Assistant Highway 50 km or
Engineer (1 no.) 85,000 1020000
part 126
thereof)
2 Assistant Bridge Engineer
1,00,000 5 500000
(1 no.)
(one every
3 Assistant Quantity 50 km or
Surveyor (1 no.) 680000
part 85000 48
thereof
4 Assistant Survey Engineer (one every
(1 no.) 50 km or
85000 105 850000
part
there of)

165
(5 Sub KP
Every 50km
With 5
man
LA Team Member (5 Sub months
5 KP with 5 man months each with
each) one Sub- 85000 5025 4250000
Key
dedicated
for Forest/
Environme
nt
Clearance)
Assistant Material and
85000 3 255000
6 Quality Engineer (1 no.)
Sub-Total: 7555000
TOTAL 27355000
II. Support Staff
S. Position Name Staff Billing Amount(INR)
No. Months Rate
(INR)
1 Office Manager 12 50000 600000
2 Typist 12 25000 300000
3 Office Boy 12 20000 240000
4 Night Watchman 12 20000 240000
Total 1380000

166
III.Transportation(Fixed Cost)

S. Description Qty. Nos.of Rate/Month Amount


No. Months s (INR) (INCR)
1 The vehicles provided by
the Consultants shall
include the cost for rental,
drivers, operation,
maintenance, repairs, 3 12 75000 2700000
insurance, etc.
A. Foruse of Consultants
Total 2700000

IV. Duty Travel to Site (FixedCosts)


Amount
Trips No. Rate(INR) (INR)
Trips of each KP to site10x6 60 5000 300000
Guest House Stay 12 25000 300000
Total 600000

V. Office Rent Fixed Costs)


S. Description No.of Monthly Amount
No. Month Rate(INR) (INR)
1 The rent cost includes
maintenance, cleaning, 12 25000 300000
repairs,etc.
Total 300000

VI.Office Supplies, Utilities and Communication (FixedCosts)


S. Item Months Monthly AmountIn
No. Rate (INR) INR
1 Office Supplies Drafting 12 10000 120000
2 Supplies Computer 12 5000 60000
3 Running Costs 12 10000 120000
Domestic and
4 International 12 5000 60000
Communication
TOTAL 360000

VII. Office Furniture and Equipment (Rental)


S. Description Unit Quantity Rate(INR) Amount (INR)
No.
Office Furniture
1 and Equipment 1 LS 1000000 1000000
Total 1000000

VIII. Report and document Printing.

167
S.No. Description No. of Rate per Amount
Copies Copy(INR) (INR)
1 Monthly report (3Per month) 9 500 4500
2 InceptionReport&QAP 3 500 1500
Submission of Preliminary 3 2000 6000
Alignment report including
preliminary cost estimate for
preferred alignment along with
cost of land acquisition, traffic
3 study and outcome
EnvironmentandSocialImpact 4 500 2000
4 Screening Report
5 DraftFeasibilityReport 4 500 2000
6 FinalFeasibilityReport 6 500 3000
7 StripPlanwithL.A.reports 6 2000 12000
DraftLA&Clearances1 Report 4
8 2000 8000
FinalLA&Clearances1 Report 4
9 2000 8000
DraftEnvironmental Assessment 4 500
10 Report and RAP 2000
FinalEnvironmental Assessment 6 500 3000
11 Report and RAP
DraftDetailedDesignReport and 4 2000 8000
Drawing etc.
12 Draft EMP 4 500 2000
13 DraftBiddingDocuments 4 500 2000
Final Detailed Project Report 6 500 3000
with Bill of Quantities, Cost
Estimates, Updated Drawings etc.
14 Final EMP.
15 FinalBiddingDocuments 6 500 3000
Draft 3(a), 3(A) and 3(D) 9 500 4500
notification for land acquisition
16 (3 copies each)
17 LAandClearancesIIreports 6 500 3000
Total 77500

IX. Survey and Investigation


A. Topographic Survey and sub-surface utilities
detection Survey (Fixed Rate)

Rate per km Amount


Item km (INR) (INR)
Detailed topographic surveys
100.00 20000 2000000
using Mobile/Aerial LIDAR or
better Technology
Topographic Survey including
168
hire charges for equipment and
supplies of survey teams
comprising of project survey filed
staff etc. inclusive of cost
of materials, labourer.
Total
2000000
B. Investigation (Fixed Cost)
S.No. Description Quantity Amount
(INR)
200 lane km *Assuming
Road and bridge Inventory (through 3D @Rs. existing 200
1 NSV and MBIU) 1500per lane 300000 lane km of NH
km
200 lane km
@Rs.
2 FWD Test and Pavement Evaluation 1500per lane 300000
km
3 Roughnes ssurvey NA 0
4 Axle Load Survey NA 0
For two
quarry
locationone
test for
coarse
aggregate
and one for
fine
aggregates
@Rs, 25,000
per
5 Material Survey and Investigation Test 100000
one sample *Assuming 100
for CBR or K km project
value at every length
500m
@Rs10000
6 Sub-gradeInvestigation per test 2000000
Traffic Survey (including all sub-surveys For all
such as axle load Surveys, O&D survey proposed
7 etc. as per TOR) alignments 2500000
Special Investigation for Hill Roads for
8 slope stabilisation LS 500000

Land Acquisition Studies including


9 GIS Mapping LS 500000

10 Hydrological Models for Major Bridges LS 500000

169
11 Amou
*GeotechnicalInvestigation Rate/ Qty(inm) nt
m (INR.)
To be done as per frequency and rates as per Annexure-I
of RFP. Provisional Sum of 30 lakhs kept for this purpose 3000000
Total 9700000
Note:Payment shallbemade on the actual quantity of boring at rates quoted above by the
Consultant which may be substantially more or less than the estimated quantities.

C. GPR
No. Description Unit Quantity Rate(INR) Amount
(INR)
for 10% of 200000 200000
project length@INR *Assuming
10000 per lane 200 lane
GPR Survey for detection of km. ( To be paid km of total
1 Job
underground utilities only on actual project
survey) length
Total 200000

X. Cost of Supply & Fixing


Boundary pillars
Amount
Item Amount (INR.)
Procuring and fixing boundary pillars
and its installation, complete in all
respect as per IRC 25:1967: Wherever
the proposed alignment follows the
existing alignment, the boundary pillars
shall be fixed at an interval of 200 m on
either side of proposed Right of Way.
Whereverthereisaproposalof
realignment of the existing
Highwayand/orconstructionof New 3500000 3500000
Bypasses, Consultant shallfix boundary
pillars along the proposed alignment on
the extreme boundary on either side of
the project Highway at 50m interval.
(on lumpsum basis)

Assumed that 25%length in urban area,newbypassess and


realignment of existing highways with Rs. 2000 per boundary pillar

170
XI Land acquisition team including support staff and logistics

S. Rateperkm Amount
Item Length (km)
No. (INR) (INR)

1 Land acquisition support


staff and logistics for land
acquisition team as detailed 100 12,500 1250000
below @Rs 2,50,000 per
month for 5 months

Details of land acquisition teams including support staff, logistics support for land
acquisition teams to be deployed by the consultant for each CALA as detailed below.
The requirements is minimum.However, the consultant has to ensure adequate
manpower given to CALA interms of area under acquisition in the jurisdiction of each
CALA in consultation with NHAI, to ensure completion of land acquisition proceedings
in time frame stipulated in contract agreement. Cost variation in this regard is not
admissible.

171
(A) Land acquisition Team including support staff:

S. Man
No. Position Name Number
months
1 Ex-land Revenue Inspector/Officer or TBN 1 5
equivalent
2 Ex Kanoogo/Girdwar or equivalent TBN 1 5
3 Ex-Patwarior equivalent TBN 1 5
4 Typist TBN 2 5
5 Peon TBN 1 5

(B) Logistics for Land acquisition Team:

S.
No. Position Number Months

1 Computer including necessary peripherals 2 5

2 Printers 2 5

Vehicles (Bolero or equivalent)with monthly 1 5


3 running limit of 4000 km

Note: The Consultant shall provide one Land Acquisition Expert along with allied team and
supporting logistic as envisaged in Clause 5.1.5.1 of TOR for each 100 km stretches proposed for
DPR preparation or part thereof (For example total length of package is 343 km, there will be
four team).

The Consultant shall provide one Land Acquisition Expert along with allied team and supporting
logistic as envisaged in Clause 5.1.5.1 of TOR for each CALA for stretches proposed for DPR
preparation

172
APPENDIX-V
DETAILED EVALUATION CRITERIA

1. First Stage Evaluation -Proof of Eligibility (Para 12.1 of Data Sheet)

1.1 Eligibility criteria for sole applicant firm.

The sole applicant firm shall satisfy the following 3 (Three) Nos. of criteria.

(a) & (b) Firm should have experience of preparation of DPR/Feasibility of 2/4/6 lane of
aggregate length as given below. The firm should have also prepared DPR/Feasibility of at
least one project of 2/4/6 laning of minimum length as indicated below in the last 7 years.

S.No.Package No.TentativeLengthMinimumAggregate Minimum length of a Eligible


Length required Project (2/4/6lane)
DPR/ Feasibility = DPR = 0.4 x Feasibility = 0.6 x
Tentative Length Tentative Tentative Length
Length
1 2 3 4 5 6

Note: Similar project means 2/4/6 lane as applicable for the project for which RFP is invited.
For 2-lane projects experience of 4/6 lane also to be considered with a multiplication factor
of 1.5. Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For
4/6 laning projects, experience of 2 lane will be considered with a multiplication factor of 0.4,
but only for those 2 lane projects whose cost of consultancy services was more than Rs.1.0
crore

(c) Annual Average Turn Over for the last 5 years {In cases where, Audited/Certified copy of
Balance Sheet for the FY 2023-24 is available, last five years shall be counted from 2019-20
to 2023-24. However, where audited/certified copy of the Balance Sheet for the FY 2023-24
is not available (as certified by the Statutory auditor) then in such cases last five years shall
be considered from 2018-19 to 2022-23} of the firm from Consultancy services should be
equal to more than Rs.5 crore.

(Financial Year to be modified as applicable)

1.2 Eligibility criteria for Lead Partner/Other Partner in case of JV.

In case of JV, the Lead Partner should fulfill at least 75% of all eligibility requirements and
the other partner shall fulfill at least 50% of all eligibility requirements as given at 1.1 above.
Thus a Firm applying as Lead Partner/Other Partner in case of JV/Associate should satisfy
the following(a) & (b)Firm should have experience of preparation of DPR/Feasibility of
2/4/6 lane of aggregate length as given below. The firm should have also prepared
DPR/Feasibility of at least one project of 2/4/6 laning of minimum length as indicated below
in the last 7 years (i.e. from 2017-18 onwards)

S. Package No. Minimum Aggregate Minimum length of a Eligible Project (4/ 6


No. Length required of lane)
DPR/ Feasibility km)
DPR Feasibility
173
Lead in Other Lead in Other Lead in Other
JV Partner JV Partner in JV Partner
in JV JV in JV

c) Minimum Annual Average Turn Over for the last 5years {In cases where,
Audited/Certified copy of Balance Sheet for the FY 2023-24 is available, last five years shall
be counted from 2019-20 to 2023-24. However, where audited/certified copy of the Balance
Sheet for the FY 2023-24 is not available (as certified by the Statutory auditor) then in such
cases last five years shall be considered from 2018-19 to 2022-23}
ofafirmapplyingasLeadPartner/Other Partner in case of JV from Consultancy services should
be as given below:

(Financial Year to be modified as applicable)

No. Mode of Submission by a firm Annual Average Turn Over for the last 5 years
1 Lead Partner in a JV Rs.3.75 crore
2 Other Lead partner in a JV Rs.2.50 crore

Note:(i) Weightage to be given when experience by a Firm as Sole Firm/Lead Partner in a


JV/Other Partner in a JV/As Associate

No. Status of the firm in carryingout DPR/ Feasibility Weightage for experience
Study
1 Sole firm 100%
2 Lead partner in a JV 75%
3 Other partner in a JV 50 %
4 As Associate 25%

(ii) The experience of a firm in preparation of DPR for a private Concessionaire/contractor


shall not be considered.

174
2. Second Stage Evaluation -Technical Evaluation (Para 12.2 of Data Sheet)

A Firm’s Relevant Experience (40)

A1. Firm’s Profile, turn over and professionals working with the firm (10)

For standard highways, the following is the break-up:

S.No. Description Maximum Sub-


Points Points
1. Nos. of Key Professionals with the firm for 5
more than 3 years*
1.1 <10 0
1.2 >10 but ≤25 1.5
1.3 >25 but ≤40 2.5
1.4 >40 but ≤60 3.5
.1.55 >60 5

Note*The key professionals who possess degree in Civil Engineering/Transport


Planning/Transport Economics/Traffic Management/Geology/Environment Science or
Engineering and 8 years Experience in highway/bridge/tunnel with employment in the firm
for more than three year. The current Employment Certificate shall be uploaded by Key
Personnel on INFRACON. The Head Office of the Consultant should also have at least 3 Sr
Highway Design Engineer, 2 Senior Pavement/material Specialist, 2 Senior Bridge design
Engineer, 2 geotechnical Engineer and 2 Traffic/Road Safety Expert on employee roll to be
eligible for marks in this criteria.
2 Specific experience of firms in terms of turnover in 5
last three Financial Years
2.1 Firm’s Average Turnover of last 5 years >250 crore 5
2.2 Firm Average Turnover of last 5 years 50 - 250 crore 4
2.3 Firm Average Turnover of last 5 years ->5 but < 50 3.5
crore
Total 10

A2. Firm'srelevant experience in last 7years for DPR work (30)

For standard highways, the following is the break-up:

S.No. Description Maximum Sub-Points


Points
1 Specific experience of the DPR consultancy related to the 30
assignment for eligibilityin last 7 Financial Years
1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane 10
NH/SH/Expresswayprojects
1.1.1 More than the indicative Length of the package applied for 3.5
1.1.2 More than 2 times the indicative length of the package applied 4.5
for
1.1.3 More than 3 times the indicative length of the package applied 5
for
175
S.No. Description Maximum Sub-Points
Points
1.1.4 More than 4 times the indicative length of the package 6.5
applied for
1.1.5 More than 5 times the indicative length of the package 8.5
applied for
1.1.6 More than 6 times the indicative length of the package 10
applied for
1.2 DPR for 2/4/6 laning NH/SH/Expressway projects each 15
equal to or more than 40 % of indicative length of a
package applied for (or Feasibility Study for 2/4/6
laningNH/SH/Expresswayprojects each equal to or
more than 60 % of indicative length of a package applied
for)
1.2.1 1 project 7.5
1.2.2 2 projects 9
1.2.3 ≥ 3 projects 11
1.2.4 4 projects 12.5
1.2.5 >=5 projects 15
2 DPR of Major Bridges/ROBs having length more than 5
200 1000m (excluding approaches)
2.1 2bridge 3.5
2.2 3 bridges 4
2.3 4 bridges 4.5
2.4 ≥ 5 bridges 5

Note:

In case feasibility study is a part of DPR services the experience shall be counted in
DPR only. In case bridge is included as part of DPR of highway the experience will becounted
in both (1) and (2)

No. Status of the firm in carrying out DPR/ Weightage for experience
Feasibility Study

1 Sole firm 100 %

2 Lead partner in a JV 75%

3 Other partner in a JV 50 %

4 AsAssociate 25%

(ii) The experience of a firm in preparation of DPR for a private Concessionaire/contractor


shall not be considered.

176
B Material testing, survey and investigation, equipment and software
proposed to be used (5)

S. No. Description Maximum Sub-Points


Points
1 Availability of Material Testing Facilities with 0.75
persons/resources having operational skills of the
equipment(as per details given below the table)
1.1 Owned* (Available In House) or Outsourced (Hire 0.75
basis/Through Associate) supported by MOU / lease
Agreement
1.2 ) Not available 0
* Shall be ascertained through the ownership evidence uploaded on INFRACON in regard to
major equipments required for testing of materials to be used for construction of Highway
Project.
2 Availability of minimum Field Investigation Facilities with 0.50
persons/resources having operational skills of the
equipment(as per details given below the table)
2.1 Owned** (Available In House) or Outsourced (Hire 0.50
basis/Through Associate) supported by MOU / lease
Agreement
2.2 Not available 0

** Shall be ascertained through ownership evidence uploaded on INFRACON for construction of


Highway Project.
3 Availability of minimum Office Equipment and Software 0.75
with persons/resources having operational skills of the
equipment(as per details given below the table)
3.1 Owned*** (Available In House) or Outsourced (Hire 0.75
basis/Through Associate) supported by MOU / lease
Agreement
3.2 Not available 0
*** Shall be ascertained through ownership evidence uploaded on INFRACON for key
hardware/software required for Highway consultancy assignment.
4 Experience in LiDAR or better technology for topographic 1.25
survey (Infrastructure sector)in last 7 Financial Years
4.1 1 project 0.25
4.2 2 projects 0.50
4.3 3 projects 0.75
4.4 4 projects 1.00
4.5 ≥ 5 projects 1.25
5 Experience in using GPR and Induction Locator or better 1
technologies for detection of sub-surface utilities
(Infrastructure sector) in last 7 Financial Years
5.1 1 project 0.25
5.2 2 projects 0.50
5.3 3 projects 0.75
5.4 ≥ 4 projects 1.00

177
S. No. Description Maximum Sub-Points
Points
6 Experience in digitization of cadastral maps for land 0.75
surveys in last 7 Financial Years
6.1 Area upto 100 ha 0.25
6.2 Area between 100-500 ha 0.50
6.3 Area > 500 ha 0.75

List of minimum essential equipment which the firm must possess for securing
marks in respective categories:

Material Testing Facilities (All should be available to be eligible for full marks)
a. Aggregate testing facility including flakiness index, elongation index, abrasion, impact,
crushing, stripping value, unconfined compressive strength, setting time.
b. Soil testing facility including Atterrberg limits, soil classifications, moisture content, density,
CBR value.

Field Investigation Facilities (All should be available to be eligible for full


marks)
a. Benkelman Beam or equivalent / better
b. Roughometer or equivalent / better
c. DGPS and Total station with appropriate software or equivalent / better

Office Equipment and Software (All should be available to be eligible for full
marks)
a. Office equipment setup including Computer, plotter, A0 printer etc.
b. MX/ MOSS or equivalent / better software for road design
c. AutoCAD
d. STAAD or equivalent / better

Note: The experience of firm in Lidar or equivalent technology, GPR and Induction Locator or
equivalent technologies and Experience in digitization of cadastral maps for land acquisition
shall be supported by experience certificate. The experience of a firm in Lidar or equivalent
technology, GPR and Induction Locator or equivalent technologies and Experience in
digitization of cadastral maps for land acquisition for a private concessionaire/contractor shall
be considered only if the experience certificate is authenticated by the concerned competent
Government department/authority. In case of overseas experience the weightage to be
assigned to the certificate for experience in use of the equipment, a self-certificate followed by
the client certificate with Apostille Certificate may be accepted.

178
B2: Experience in use of technology (5)
Max Sub-
S. Description Marks Points
No
1 Experience of Aerial LiDAR or equivalent technology for 1.5
topographic survey (Infrastructure sector) with
persons/resources having operational skills of the
equipment with the firm Experience through owned or
outsourced equipment supported by MOU / lease
Agreement
(i) 1project 0.5
(ii) 2projects 1
(iii) >2projects 1.5
1
Experience of using Geo Physical Survey Equipment
2
(Seismic Reflection / Seismic Refraction / Electrical
Resistivity / AEM etc.) for subsurface investigation
with the firm through owned or outsourced equipment
supported by MOU / lease Agreement
(i) 1Project 0.5
(ii) >1Projects 1
3 Experience of use of advanced structural health 1.5
monitoring systemswhich consists of accelerometers,
Sensors, inclinometers, anemometer, Load measuring
pin etc. with software to analyze the data and infer the
structural health and residual life. The experience can
be through owned or outsourced equipment &
software supported by MOU / lease Agreement.
(i) 1-2 Major Bridges 0.5
(ii) 3-5 Major Bridges 1
(iii) > 5Major Bridges 1.5
4 Availability and experience inProcessing of satellite 1
imagery for the creation of Digital Elevation Model
(DEM) and Digital Terrain Model (DTM) with the firm
through owned or outsourced equipment supported by
MOU / lease Agreement

(i) 1 Project 0.50


(ii) >1Projects 1.00
Total 5
* Ownership Shall be ascertained through the ownership evidence.
Notes:
(i) The Consultants owning the equipment shall be required to submit proof of
ownership.
(ii) The experience of firm/associate in use of technology shall be supported by
experience certificate. The experience of a firm/associate for a private concessionaire/
contractor (client) shall be considered on self-certification along with the client certificate of
Government agencies not below the rank of EE/PD/GM or equivalent officer. In case of
overseas experience the weightage to be assigned to the certificate for experience in use of
179
the equipment, a self-certificate followed by the client certificate with Apostille Certificate
may be accepted. Any false certification shall attract provisions of Clause 1.8, Section -2
(letter of Invitation) read with Clause 2.9.1(g) of GCC.

C. In case, ownership document of equipment Consultancy/Associate firm is found to be false, (i)


The consultancy/Associate firm, as the case may be, shall be put on holiday listing
(temporary debarment) for a period of 12 months.

2.4. Qualification and Competence of the Key Staff for adequacy of the Assignment.
(Para 12.2 ofData Sheet and Enclosure II of TOR)

2.4.1 TEAM LEADER cum SENIOR HIGHWAY ENGINEER

S. No. Description Max. Points


I Desirable Qualification 25
Full Time Post-Graduation in Construction Management
Management / Transportation/Highway Engineering For PG from any
IIT/NIT/IISC/BITS or other State Government Engineering College of
Repute or Engineering Colleges of Developed Countries*

For other colleges give 50% marks i.e 12.50 marks]


II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<15 years 0
15-18 years 11
>18-21 years 13
> 21 years 15
(b) Experience in Highway Projects- Experience in Planning, project 15
preparation and design of Highway Projects or Construction
Supervision of major highway projects i.e. 2/4/6 laning of
NH/SH/Expressways (2/4/6 laning
of NH/SH/Expressways)
<12 years 0
12-15 years 10
>15-18 years 12.5
>18 years 15
c) Experience in Similar 40
Capacity
(i) In Feasibility of 2/4/6 laning works or DPR/ of major highway 20
projects i.e. 2/4/6 laning of NH/SH/Expressways in Similar
Capacity ( Minimum Aggregate length of 80 km )
< 80km 0
80 km-150km 15
>150km-250km 17
> 250km 20
(ii) In Feasibility of 2/4/6 laning works or DPR ofmajor highway 20

180
S. No. Description Max. Points
projects i.e. 2/4/6 laning of NH/SH/Expressways in Similar
Capacity- Number of Projects in hill roads (Minimum length 20km)
< 2 projects 0
2 projects 8
3- 5 projects 10
5-10 projects 12
10-15 projects 15
Each additional project add 1 mark subject to max of 5 additional marks
III Employment with Firm 5
> 1 Year 0
1 year 2
Add 0.5 marks for each
subsequent year subject to
maximum of 3 marks
Total 100

181
2.4.2 HIGHWAY DESIGN CUM PAVEMENT ENGINEER

S. No. Description Max. Points


I Desirable Qualification 25
Full Time Post-Graduation in Transportation/ Highway
Engineering
For PG from any IIT/NIT/IISC/BITS or other State Government
Engineering College of Repute or Engineering Colleges of Developed
Countries* give full marks
For other colleges give 50% marks
i.e. 12.5 marks
II Relevant Experience & Adequacy for the Project 70
(b) - Experience in Design/ Pavement Design ofHighway Projects 20
(2/4/6 laning of NH/SH/Expressways)
<6 years 0
6-10years 10
>10-15 years 15
>15years 20
c) Experience in Similar Capacity 50
(i) In Design/ Pavement Design of Highway Projects 30
(2/4/6laningofNH/SH/Expressways) in Similar Capacity
(Minimum aggregate length 120 km)
<120km 0
120km-200km 10
>200km-300km 12.5
>300km-400km 15
>400km-500km 17.5
>500km-600km 20
>600-700km 22.5
>700-800km 25
Add 2.5 marks for each additional 100 km length subject to max 5
additional marks
(ii) In Design/ Pavement Design of Highway Projects (2/4/6 laning 20
of NH/SH/ Expressways) in Similar Capacity – Number of
Projects (Minimum length 25km
2 projects 8
3- 5 projects 10
> 5-8 projects 12.5
>8 – 10 projects 15
>10-15 projects 20
III Employment with Firm 5
Less than 1 Year 0
1 year 2
Add 0.5 marks for each subsequent
year subject to maximum of 3
marks
Total 100

182
2.4.3 SENIOR BRIDGEENGINEER

S. Description Max. Points


No.
I Desirable Qualification 30
i) Full Time Post-Graduation in Structural/Bridge
Engineering
For PG from any IIT/NIT/IISC/BITS or other State Government
Engineering
College of Repute or Engineering
Colleges of Developed Countries give
II Relevant Experience & Adequacy for the Project 65
b) Experience in Bridge Projects
(i) Experience in Design/Construction of bridge 15

<8 years 0
8-10 years 5
>10-12 years 8
12-15 years 10
For each additional year add 1 marks subject to a maximum
(ii) Experience of 2/4 lane configuration bridges 15
<2 Projects 0
2-4 Projects 3
5-7 projects 6
8-10 9
11-13 12
For each additional project add 0.5 marks subject to a maximum
additional 3 marks
c) Experience as Senior Bridge Engineer or Similar Capacity in 35
Highway Design Consultancy Projects (2/4/6 laning of
NH/SH/Expressways) involving design of Major Bridges
(minimum 2 nos. of length more than 100m)
<2 numbers 0
2-4 numbers 10
5-6 numbers 15
7-8 numbers 20
9-10 numbers 25
For design of each additional project add 1 mark subject to a
maximum additional
III Employment with Firm 5
Less than 1 Year 0
1 year 2
Add 0.5 marks for each subsequent year
subject to maximum of 2 marks
Total 100

183
2.4.4 Traffic / Road Signage / Marking and Safety Expert

S. Description Max. Points


No.
I Desirable Qualification 25
i) Full Time Post-Graduation in Traffic/ Transportation/ Safety
Engineering or equivalent.
Post-Graduation in Transportation planning will also be considered
provided it is obtained after Graduation in Civil Engineering.
For PG from any IIT/NIT/IISC/BITS or other State Government
Engineering College of Repute or Engineering Colleges of Developed
Countries give full marks
For other colleges give 50% marks i.e.
12.50 marks
II Relevant Experience & Adequacy for the
70
Project
b) Experience on Similar Projects (2/4/6 laning of NH/SH/
35
Expressways) in Similar Capacity
<5years 0
5-8years 10
>8-10 years 15
>10-15years 20
>15-20 years 25
>20-25 years 30
>25 years 35
c) Experience as Traffic and Safety Expert / Traffic Engineer or in
Similar Capacity in Highway Projects (2/4/6 laning of 35
NH/SH/Expressways) (Minimum aggregate length 120 km)
<120km 0
120km-200km 10
>200km -300km 15
>300km-400km 20
>400km-500km 25
>500km-600km 30
>600km 35
III Employment with Firm 5
Less than 1 Year 0
1 year 2
Add 0.5 marks for each subsequent year
subject to maximum of 3marks
Total 100

184
2.4.5 MATERIAL ENGINEER cum GEOTECHNICAL ENGINEER cum GEOLOGIST

S. No. Description Max. Points


I Desirable Qualification 25
Full Time Post-Graduation in Foundation Engineering / Soil
Mechanics / Geo Tech Engineering or Phd in Geology.
For PG/Doctorate from any IIT/NIT/IISC/BITS or other State
Government Engineering College of Repute or Engineering Colleges
of Developed Countries give full marks
For other colleges give 50%marks
i.e. 12.50 marks
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<10 years 0
10-12 years 11
>12-15 years 13
>15 years 15
b) Experience in HighwayProjects– 20
InSimilarProjects(2/4/6laningofNH/SH/Expressways) in
design and or Construction/ Construction Supervision
<7 years 0
7-10 years 15
>10 -12 years 17.50
>12years 20
c) ExperienceasMaterialcumGeo- 20
technicalEngineerorinSimilarcapacityon Highway Projects
(2/4/6 laning of NH/SH/Expressways) (Minimum aggregate
length 120 km)
<120km 0
120km-200km 15
>200km – 300km 17.50
>300km 20
Experience in Similar capacity on Highway Projects (2/4/6 laning of 15
NH/SH/Expressways) in DPR preparation of slope protection
measures and land slide management in hill roads (Traditional
protection works such as Retaining wall, breast wall, gabion wall
shall not be considered)

Please mention the slope protection works and land slide


management measures used in each project
<1 Projects 0
1-2 Projects 10
> 2 projects 15
III Employment with Firm 5
185
Less than 1 Year 0
1 year 2
Add 0.5 marks for each subsequent year subject to
maximum of 3 marks
Total 100

186
2.4.6SENIOR SURVEY ENGINEER

S. No. Description Max. Points


I Desirable Qualification 25
Full Time Post-Graduation in Survey Engineering / Surveying / Remote
Sensing.
For PG/Doctorate from any IIT/NIT/IISC/BITS or other State
Government Engineering College of Repute or Engineering Colleges of
Developed Countries give full marks
For other colleges give 50%marks i.e. 12.50 marks
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<10 years 0
10-12 years 11
>12-15 years 13
>15 years 15
b) Experience in Highway Projects 25
i) ExperienceinSimilarProjects(2/4/6laningofNH / SH / 20
Expressways) in project preparation/ Construction /
Construction Supervision
<8years 0
8 -10 years 15
>10-12 years 17
>12 years 20
ii) Knowledgeand understanding of modernComputer based method 5
of Surveying such as LIDAR Survey (ground or aerial), remote
sensing, GIS mapping etc.
Certification from an accredited institute to be submitted for
validation
Yes 5
No 0
c) ExperienceasSurveyEngineerorinSimilarCapacity forproject 30
preparation of highway project (2/4/6 laning of
NH/SH/Expressways) (Minimum Aggregate Length ofto120km)
<120km 0
120km-200km 10
>200km-300km 15
>300km-400km 20
>400km-500km 25
>500km 30
III Employment with Firm 5
Less than 1 Year 0

187
1 year 2
Add 0.5 marks for each subsequent year subject to
maximum of 3 marks
Total 100

2.4.7 ENVIRONMENTAL SPECIALIST

S. No. Description Max. Points


I Desirable Qualification 25
Full Time Post-Graduation in Environmental
Engineering or equivalent.
For PG from any IIT/NIT/IISC/BITS or other State
Government Engineering College of Repute or
Engineering Colleges of Developed Countries give
full marks

For other colleges give 50% marks i.e. 12.50 marks


II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<6 years 0
6-8 years 11
>8-10 years 13
>10 years 15
b) Experience in Highway Projects- Experience in Environment impact 25
assessment of Highway Projects (2/4/6 laning of NH /SH /
Expressways)
<5 years 0
5 -7 years 19
>7-10 years 22
>10 years 25
c) Experience as Environmental Specialist or in Similar Capacity in 15
HighwayProjects(2/4/6 laning of NH/SH/Expressways)
<2 projects 0
2- 4 projects 12
5-7 projects 14
>7 projects 15
d) Experience as 15
Environmental
Specialist or in
Similar Capacity in
Highway
Projects(2/4/6 laning
of
NH/SH/Expressways)

188
S. No. Description Max. Points
<5 years 0

5 -7 years 12

>7-10 years 14

>10 years 15

III Employment with Firm 5


Less than 1 Year 0
1 year 2
Add 0.5 marks for each subsequent year subject to
maximum of 3marks
Total 100

189
2.4.8 QUANTITY SURVEYOR/DOCUMENTATION EXPERT

S. No. Description Max. Points


I Desirable Qualification 25
i) Full Time Graduation in Civil Engineering. 15
For Graduation from any IIT/NIT/IISC/BITS or other State
Government Engineering College of Repute or Engineering
Colleges of Developed Countries give full marks
For other colleges give 50%marks i.e.
7.50 marks
ii) Full Time Post-Graduate Degree or Diploma in 10
Quantity Surveying [AICTE/UGC Approved]
II Relevant Experience & Adequacy for the 70
Project
a) Total Professional Experience 15
<10 years 0
10-12 years 11
>12-15 years 13
>15 years 15
b) Experience in Highway Projects- Experience in preparation 25
of Bill of Quantities, Contract documents and documentation
for major highway projects (2/4/6 laning of
NH/SH/Expressways) in Assistant
Quantity Surveyor capacity or Higher Designation
<8 years 0
8 -10 years 12.5
>10-12 years 15
>12-15 years 17.5
>15-18 years 20
>18-20 years 22.5
>20 years 25
c) Experience as Quantity Surveyor or in Similar Capacity in 30
Highway Projects (2/4/6 laning of NH/SH/Expressways)
(Minimum Aggregate length of 120km)
Consider full length experience in Quantity Surveyor or in
similar capacity and consider 2/3 length experience in case
of Assistant Quantity Surveyor or in similar capacity
<120km 0
120km-200km 15
>200km – 300km 17.5
>300km-400km 20
>400km-500km 22.5
>500km-600km 25

190
S. No. Description Max. Points
>600km add2.5
marks for each
additional 100
km experience
subject maximum
5 additional
marks
III Employment with Firm 5
<1 Year 0
1 year 2
Add 0.5 marks for each subsequent year subject to
maximum of 3marks
Total 100

191
2.4.9 LAND ACQUISITION EXPERT

S. No. Description Max. Points


I General Qualification 25
i) Graduation or equivalent in any discipline 20
ii) Post Graduation in law 5
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<15 years 0
15-17 years 11
>17-20 years 13
>20 years 15
b) Experience in Land Acquisition works of Government/Authority 20
<10 years 0
10 -12 years 15
>12-15 years 17
>15 years 20
c) Experience in Land Acquisition works in Highway/road sector 25
Nil project 0
1 project 19
2 projects 22
3 projects 25
d) Retired Revenue officer at the level of ADM/SDM 10
/ Tehsildar
III Employment with Firm 5
Less than 1 Year 0
1 year 2
Add 0.5 marks for each
subsequent year subject
to maximum of 3 marks
Total 100

192
2.4.10 UTILITY EXPERT

S. No. Description Max. Points


I General Qualification 25
Full Time Graduation in Electrical Engineering.
For Graduation from any IIT/NIT/IISC/BITS or
other State Government Engineering College of
Repute or Engineering Colleges of Developed
Countries give full marks
For other colleges give 50%marks i.e.
12.50 marks
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<10 years 0
10-15 years 11
>15-20 years 13
>20 years 15
b) Experience in Utility estimation and its laying/ erection 30
<8 years 0
8 -10 years 15
>10-15years 17.5
>15-20years 22.5
>20-25 years 27.5
>25 years 30
c) Experience in Utility shifting estimation and its laying/ erection along 25
Highway/ roads
Nil project 0
1-3 project 15
4-6projects 20
>6 projects 25
III Employment with Firm 5
Less than 1 Year 0
1 year 2
Add 0.5 marks for each
subsequent year
subject to maximum of
3 marks
Total 100

193
Assumptions to be made regarding Similar Capacity for various
positions
1. Team Leader cum Senior Highway Engineer

i) On behalf of Consultant / Contractor: Team Leader/Senior Highway

Engineer.

ii) In Government Organizations: Superintending Engineer (or

equivalent) and above

2. Senior Bridge Engineer

i) On behalf of Consultant: Senior Bridge Engineer/Bridge

Engineer/Bridge Design Engineer

ii) In Government Organizations: Executive Engineer (or equivalent)

and above

3. Highway cum Pavement Engineer

i) On behalf of Consultant: Highway Engineer/Highway Design

Engineer/Pavement Engineer.

ii) In Government Organizations: Executive Engineer (or equivalent)

and above

4. Material Engineer cum Geo Technical Engineer- Geologist

i) On behalf of Consultant: Material Engineer/Material

Expert/Geo Technical Engineer

ii) In Government Organizations: Executive Engineer (or equivalent) and


above

5. Traffic and Safety Expert

i) On behalf of Consultant: Traffic Engineer/Transportation

Engineer/RoadSafety Expert

ii) In Government Organizations: Executive Engineer (or equivalent) and above

194
iii) On behalf of Contractor: Traffic Engineer/Transportation

Engineer/ Road Safety Expert

6. Senior Survey Engineer

i) On behalf of Consultant: Senior Survey Engineer/ Survey

Engineer/ Senior Surveyor

ii) In Government Organizations: Surveyor/Engineer (or equivalent)

iii) On behalf of Contractor: Senior Survey Engineer/Survey

Engineer/ Senior Surveyor

7. Environmental Specialist

i) On behalf of Consultant /Contractor: Environmental Engineer/

EnvironmentalSpecialist/

Environmental Expert

ii) In Government Organization: Officers who has dealt

environment/forest matter.

8. Quantity Surveyor/Documentation Expert

i) On behalf of Consultant /Contractor: Quantity Surveyor

(ii) In Government Organizations: Assistant Engineer (or equivalent)

9. Land Acquisition Expert

i) On behalf of Consultant /Contractor: Land Acquisition Expert

(ii) In Government Organizations: ADM, SDM, Tehsildar,

10. UTILITY Expert

i) On behalf of Consultant /Contractor: Utility Expert

(ii) In Government Organizations: Executive Engineer (or equivalent)and above.

11. Team Leader cum Senior Tunnel Expert

i) On behalf of the Consultant/Contractor: Team Leader/Senior Highway Engineer.

ii) In Government Organizations: Superintending Engineer (or equivalent)


and above

195
12. Tunnel Design Engineer

i) On behalf of the Consultant/Contractor: Tunnel Design Engineer

ii) In Government Organizations: -----------

13. Senior E&M Expert

i) On behalf of the Consultant/Contractor: Senior E&M Expert (Tunnels)

ii) In Government Organizations: ------------

14. Senior Geologist:

i) On behalf of the Consultant/Contractor: Geologist

ii) In Government Organizations: Geologist

15. Material Engineer

i) On behalf of the Consultant/Contractor: Material Engineer/ Material Expert

ii) In Government Organizations: Executive Engineer (or equivalent) and


above

Consultant has to assess the major utility shifting involved and propose the CV accordingly.

Note: While carrying out evaluation of key personnel, the experience in similar capacity is
also a criteria of evaluation and assumptions to be made regarding similar capacity have been
mentioned above. However, if a key personnel has worked in next lower category to the
similar capacity, the marks allotted to key personnel in the category ‘experience in similar
capacity’ shall be reduced to two thirds of marks in this category. This shall be applicable for
evaluation of all key personnel.

196
APPENDIX-VI

DRAFT CONTRACT AGREEMENT

Between

Regional Officer
National Highways Authority of India,
Vijay Krishna Plaza, 2nd & 3rd floor, No-1, Lake Area,
Melur main Road, Mattuthavani,
Madurai – 625107.

And

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


Association with M/s ……………………………..

For

Consultancy Services for Preparation of DPR for

(1) Four Laning of Project from Existing Two lane with Paved Shoulder of
Dindigul - Theni - Kumili section from Km 2/750 to Km 136/543 of NH-183 in
the State of Tamil Nadu (Length - 133.793 Km)

(2) Four Laning of Project from Existing Two Lane with Paved Shoulders of
Trichy – Karaikudi section from Km 0/000 to Km 33/600 of NH-336, From Km
229/228 to Km 251/213 of NH-36 & From Km 0/000 to Km 25/469 of NH-536
in the State of Tamil Nadu (Length - 81.054 Km) and

(3) Four Laning of Project from Existing Two Lane with Paved Shoulders from
Km 2/350 to Km 16/690 & Km 29/850 to Km 80/133 of Nagapattinam -
Thanjavur Section of NH-83 (Old NH-67), Bypass to Tiruvarur Town from Km
16/690 to Km 29/850 in the State of Tamil Nadu (Length - 77.783 Km)

197
CONTENTS

Sl. No. Description Page No. I.

CONTRACT FORCONSULTANT’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
198
2.7.5 Payments
2.7.6 Consultation
Suspension
2.8 Suspenstion
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 etc.

199
4.5 Removal and/or Replacement of Personnel

4.6 Resident Project Manager

5. Obligations of the Client

5.1 Assistance and Exemptions

5.2 Access to Land

5.3 Change in the Applicable Law

5.4 Services, Facilities and Property of the Client

5.5 Payment

6. Payment to the Consultants

6.1 Cost Estimates; Ceiling Amount

6.2 Currency of Payment

6.3 Mode of Billing and Payment

7. Responsibility for accuracy of the project document

7.1 General

7.2 Retention money

7.3 Penalty

7.4 Action for deficiency in services

8. Fairness and Good Faith

8.1 Good Faith

8.2 Operation of the Contract

9. SETTLEMENT OF DISPUTES

9.1 Amicable Settlement

9.2 Dispute Settlement

III. SPECIAL CONDITIONS OF CONTRACT

IV. APPENDICES

Appendix A: Terms of reference containing, inter-alia, the Description of the


Services and Reporting Requirements

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


Personnel, Task assignment, work programme, manning schedule,
qualification requirements of key personnel, schedule for submission
200
of various report.

Appendix C: Hours of work for Consultants’ Personnel

Appendix D: Duties of the Client

Appendix E: Cost Estimate

Appendix F: Copy of letter of invitation

Appendix G: Copy of letter of acceptance

Appendix H(1): Format for Bank Guarantee for Performance Security for individual

work

Appendix H(2): Format for Bank Guarantee for Performance Security for a number

of works

Appendix I: Minutes of the Pre-bid meeting

201
DRAFT CONTRACT FOR CONSULTANT’S SERVICES

202
CONTRACT FOR CONSULTANTS’ SERVICES
Consultancy Services for Preparation of DPR for
(1) Four Laning of Project from Existing Two lane with Paved Shoulder of
Dindigul - Theni - Kumili section from Km 2/750 to Km 136/543 of NH-183 in
the State of Tamil Nadu (Length - 133.793 Km)

(2) Four Laning of Project from Existing Two Lane with Paved Shoulders of
Trichy – Karaikudi section from Km 0/000 to Km 33/600 of NH-336, From Km
229/228 to Km 251/213 of NH-36 & From Km 0/000 to Km 25/469 of NH-536
in the State of Tamil Nadu (Length - 81.054 Km) and

(3) Four Laning of Project from Existing Two Lane with Paved Shoulders from
Km 2/350 to Km 16/690 & Km 29/850 to Km 80/133 of Nagapattinam -
Thanjavur Section of NH-83 (Old NH-67), Bypass to Tiruvarur Town from Km
16/690 to Km 29/850 in the State of Tamil Nadu (Length - 77.783 Km)

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

This CONTRACT (hereinafter called the “Contract”) is made on the ---------- day of the month
of -----------------2024, between, on the one hand,(NHAI), New Delhi (hereinafter called the
“Client”) and,

on the other hand,M/s ------------------------------------------ in JV with ----------------------------------


and in Association with ……………………………………………. (hereinafter called the “Consultants”).

WHEREAS

(A) the Client has requested the Consultants to provide certain consulting services as
defined in the General Conditions attached to this Contract (hereinafter called the
“Services”);

(B) the Consultants, having represented to the Client that they have the required
professional skills, personnel and technical resources, have agreed to provide the
Services on the terms andconditions 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 ProfessionalPersonnel,


Task assignment, work programme, manning schedule, qualification
requirements of key personnel, and schedule for submission ofvarious report.

Appendix C: Hours of work for Consultants’ Personnel


203
Appendix D: Duties of the Client

Appendix E: Cost Estimate

Appendix F: Copy of letter of invitation

Appendix G: Copy of letter of acceptance

Appendix H: Copy of Bank Guarantee for Performance Security

Appendix-I: Minutes of the pre-bid meeting

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

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

(b) Client shall make payments to the Consultants in accordance with the provisions of
the Contract.

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

FOR AND ON BEHALF OF Witness

(NHAI)

1. Signature Name

Address

By

Authorized Representative 2. Signature Name

Address

FOR AND ON BEHALF OF Witness

(Consultant)

1. Signature

Name

Address

By

Authorized Representative 2. Signature


Name

204
Address

GENERAL CONDITIONS OF CONTRACT


1. GENERAL PROVISIONS

1.1 Definitions

Unless the context otherwise requires, the following terms whenever used in
thisContract have the following meanings:

(a) “Applicable Law means the laws and any other instruments having the force
of lawin 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
Clause1 of such signed Contract;

(c) “Effective Date” means the date on which this Contract comes into forceand
effectpursuant to Clause GC 2.1;

(d) “foreign currency” means any currency other than the currency of
theGovernment;

(e) “GC” means these General Conditions of Contract;

(f) “Government” means the Government of India;

(g) “local currency” means the currency of the Government;

(h) “Member”, in case the Consultants consist of a joint venture or consortium of


more than one entity, means any of these entities, and “Members” means all of
these entities;

(i) “Personnel” means persons hired by the Consultants or by any


Subconsultantas 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 ofbeing so hired had their domicile inside India;

(j) “Party” means the Client or the Consultants, as the case may be, and Parties
meansboth of them;

(k) “Services” means the work to be performed by the Consultants pursuant to


thisContract for the purposes of the Project, as described in Appendix A
hereto;

(l) “SC” means the Special Conditions of Contract by which these


GeneralConditions of Contract may be amended or supplemented;

(m) “Sub consultant” means any entity to which the Consultants subcontract
any part of the Services in accordance with the provisions of Clause GC 3.7;
and

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

205
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.
TheConsultants, subject to this Contract, have complete charge of Personnel
performing the Services and shall be fully responsible for the Services performed by
them or on their behalf hereunder.

1.3 Governing Law and Jurisdiction

This Contract, its meaning and interpretation, and the relation between the
Partiesshallbe governed by the Applicable Laws of India and the Courts at
…………shall have exclusivejurisdiction over matters arising out of or relating to this
Agreement.

1.4 Language

This Contract has been executed in the language specified in the SC, which shall be
the binding and controlling language for all matters relating to the meaning or
interpretation of this Contract.

1.5 Table of Contents and Headings

The table of contents, headings or sub-headings in this agreement are for


convenience for reference only and shall not be used in, and shall not limit, alter or
affect the construction and interpretation of this Contract.

1.6 Notices

1.6.1 Any notice, request or consent required or permitted to be given or made pursuant to
this Contract shall be in writing. Any such notice, request or consent shall be deemed to
have been given or made when delivered in person to an authorized representative of
the Party to whom the communication is addressed, or when sent by registered mail,
facsimile or e-mail to such Party at the address specified in the SC.

1.6.2 Notice will be deemed to be effective as specified in the SC.

1.6.3 A party may change its address for notice hereunder by giving the other Party notice
of such change pursuant to the provisions listed in the SC with respect to Clause GC
1.6.2.

1.7 Location

The Services shall be performed at such locations as are specified in Letter of


Acceptance (Appendix-G) hereto and, where the location of a particular task is not so
specified, at such locations, whether in India or elsewhere, as the Client may approve.

1.8 Authority of Member in Charge

In case the Consultants consist of a joint venture of more than one entity, with or
without an Associate the Members here by 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.

206
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 orexecuted 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
nulland void, and in the event of such a declaration by either Party, neither Party shall
have any claim against the other Party with respect hereto.

2.3 Commencement of Services

The Consultants shall begin carrying out the Services at the end of such time period
after the Effective Date as shall be specified in the SC.

2.4 Expiration of Contract

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
suchtime 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 8.2 hereof, however, each party shall give due
consideration to any proposals for modification made by the other Party.

2.7 Force Majeure

2.7.1 Definition

207
(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, civildisorder, 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 Majeure shall not include insufficiency of funds or failure to make any
payment required hereunder.

2.7.2 No Breach of Contract

The failure of a Party to fulfill any of its obligations hereunder shall not be considered
to be a breach of, or default under, this Contract insofar as such inability arises from
an event of Force Majuere, provided that the Party affected by such an event has
taken all reasonable precautions, due care and reasonable alternative measures, all
with the objective of carrying out the terms and conditions of this Contract.

2.7.3 Measures to be Taken

(a) A party affected by an event of Force Majeure shall take all reasonable
measures to remove such Party’s inability to fulfill its obligations hereunder
with a minimum of delay.

(b) A party affected by an event of Force Majuere shall notify the other Party of
suchevent 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 theconsequences
of any event of Force Majeure.

2.7.4 Extension of Time

Any period within which a Party shall, pursuant to this Contract, complete any action
or task, shall be extended for a period equal to the time during which such Party was
unableto 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
theServices and in reactivating the Services after the end of such period.

2.7.6 Consultation
208
Not later than thirty (30) days after the Consultants, as the result of an event of
ForceMajeure, 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
Clause2.9.1, terminate this Contract:

(a) if the Consultants fail to remedy a failure in the performance of their


obligations areunder, as specified in a notice of suspension pursuant to
Clause 2.8 hereinabove, within thirty (30) days of receipt of such notice of
suspension or within such further period as the Client may have
subsequently approved in writing;

(b) if the Consultants become (or, if the Consultants consist of more than one
entity,if any of their Members becomes) insolvent or bankrupt or enter into
anyagreements with their creditors for relief of debt or take advantage of
any law forthe benefit of debtors or go into liquidation or receivership
whether compulsoryor voluntary;

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

(d) if the Consultants submit to the Client a statement which has a material
effect on the rights, obligations or interests of the Client and which the
Consultants know to be false;

(e) if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60) days;
or

(f) if the Client, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.

2.9.2 By the Consultants

The Consultants may, by not less than thirty (30) day’s written notice to the Client,
suchnotice to be given after the occurrence of any of the eventsspecified 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

209
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 isoverdue;

(b) if the Client is in material breach of its obligations pursuant to this Contract
andhas not remedied the same within forty-five (45) days (or such longer
period asthe 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
ofarbitration 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


uponexpiration of this Contract pursuant to Clause 2.4 hereof, all rights and
obligations of theParties 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 inClause 3.3 hereof, (iii) the Consultant’s obligation to permit
inspection, copying andauditing of their accounts and records set forth in Clause 3.6
(ii) hereof, and (iv) anyright 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
Clauses2.9.1 or 2.9.2 hereof, the Consultants shall, immediately upon dispatch or
receiptof such notice, take all necessary steps to bring the Services to a close in a
prompt andorderly manner and shall make every reasonable effort to keep
expenditures for thispurpose to a minimum. With respect to documents prepared by
the Consultants andequipment and materials furnished by the Client, the Consultants
shall proceed asprovided, 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
Clientshall make the following payments to the Consultants (after offsetting against
thesepayments anyamount that may be due from the Consultant to the Client):

(i) remuneration pursuant to Clause 6 hereof for Services satisfactorily


performedprior to the effective date of termination.

(ii) reimbursable expenditures pursuantto Clause 6hereof for expenditures


actually incurred prior to the effective date of termination; and

(iii) except in the case of termination pursuant to paragraphs (a) through(d) of


Clause2.9.1 hereof, reimbursement of any reasonable cost incident to the
prompt and orderly termination of the Contract including the cost of the
return travel of the Consultants’ personnel and their eligible dependents.

2.9.6 Disputes about Events of Termination

If either Party disputes whether an event specified in paragraphs (a) through (e)

210
ofClause2.9.1 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 toarbitration pursuantto Clause 8 hereof, and this Contract shall not be
terminated onaccount of such event except in accordance with the terms of any
resulting arbitralaward.

2.9.7 Foreclosure

2.9.7.1 Without prejudice to any provision of this Agreement, the Client and Consultant may
foreclose this Agreement by mutual consent in circumstances which does not constitute
either party’s default without any liability or consequential future liability for either party
except as mentioned in this Clause. However, the Client has the right to foreclosure the
agreement after completion of the components of feasibility study.

2.9.7.2 Should a Party intend to foreclose this Agreement by mutual consent, the intending
Party shall issue a notice to the other Party and upon issuance of such notice, the other Party
may within 15 days from receipt of such notice either agree to such foreclosure or raise
objection(s) to the same by intimating either of the two possible positions to the intending
Party in writing. In case the contract is foreclosed on mutual consent, payment upto the
completed stage will be paid as per CI 6.3 (b) of GC and remuneration & logistics beyond
completed stage will be paid as per actual using the rates given in the BOQ of the Financial
form given in the RFP..

2.9.7.3 If at inception stage or feasibility stage, Client desires to foreclose the contract, the
contract will be foreclosed with mutual consent up to that stage and the Consultant’s consent
is implied without exception.

2.9.7.4 Any attempt or endeavour for foreclosure by mutual agreement shall be without
prejudice to the rights and obligations of the Parties herein and the factum of such an attempt
or exercise shall not stop either of the Parties from discharging their contractual obligations
under this Agreement.

2.9.7.5 For the avoidance of doubt, it is clarified that such foreclosure will be without
prejudice to the Consultant and shall not affect the Consultant in any way if it wishes to bid in
future projects of the Client.

3. OBLIGATIONS OF THE CONSULTANTS

3.1 General

3.1.1 Standard of Performance

The Consultants shall perform the Services and carry out their obligations
hereunderwith all due diligence, efficiency and economy, in accordance with
generally acceptedprofessionaltechniques 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 advisersto the Client, and shall at all times support and safeguard the Client's
legitimate interests in any dealings with Sub consultants or Third Parties.

3.1.2 Law Governing Services

The Consultants shall perform the Services in accordance with the Applicable Law
and shall take all practicable steps to ensure that any Subconsultants, as well as the
Personnel and agents of the Consultants and any Subconsultants, comply with the
Applicable Law.The Client shall advise the Consultants in writing of relevant local
211
customs and theConsultants 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 Subconsultants, 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
Subconsultant and any entity affiliated with such Subconsultant, 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 Subconsultants 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 Subconsultants and the Personnel of either of them shall not,
either during the term or within two (2) years after the expiration of this Contract,
disclose any proprietary or confidential information relation to the Project, the
Services,this Contract or the Client's business or operations without the prior
written consent ofthe 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 Subconsultants
totake out and maintain, at their (or the Subconsultants', as the case may be) own
cost buton 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'srequest, shall provide evidence to the Client showing that such insurance
has been taken out and maintained and that the current premiums therefore have
been paid.

212
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 fromthe 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) Sub-Contracting is not allowed. However, specific survey and investigation


work may be sub-let after approval of Authority. Failure to comply with this
provision shall lead to debarment of the DPR consultant for a minimum of 2
years apart from recovery of entire contract amount as penalty for the same;

(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.Reporting stages, review progress and checklist shall be as
reflected in the DPR.

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

All plans, drawings, specifications, designs, reports and other documents prepared by
theConsultants 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 inthe SC.

3.10Equipment and Materials furnished by the Client

Equipment and materials made available to the Consultants by the Client, or


purchased by the Consultants with funds provided by the Client, shall be the property
of the Client and shall be marked accordingly. Upon termination or expiration of this
Contract, the Consultants shall make available to the Client an inventory of such
equipment andmaterials and shall dispose of such equipment and materials in
accordance with theClient's I instructions. While in possession of such equipment
and materials, theConsultants, unless otherwise instructed by the Client in writing,
shall insure them in anamount equal to their full replacement value.

4. CONSULTANTS' PERSONNEL

4.1 General

The Consultants shall employ and provide such qualified and experienced Personnel

213
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 bythe 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 exceedthe ceilings set forth in Clause 6.1 (b) of this Contract. Any
other such adjustments shall only be made with the Client's written approval.

(c) If additional work is required beyond the scope of the Services specified in
Appendix A, the estimated periods of engagement of Key Personnel set forth
in Appendix B may be increased by agreement in writing between the Client
and the Consultants.

4.3 Approval of Personnel

The Key Personnel and Subconsultants 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 theClient 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 bedeemed to have been approved by the Client.

4.4 Working Hours, Overtime, Leave, etc.

(a) Working hours and holidays for Key Professional / Sub Professional
Personnel are set forth in Appendix C hereto. To account for travel time,
foreign Personnel carrying out Services inside the Government's country shall
be deemed to have commenced (or finished) work in respect of the Services
such number of days before their arrival in (or after their departure from) the
Government's country is specified in Appendix C hereto.

(b) The Key Professional / Sub Professional Personnel shall not be entitled to be
paid for overtime nor to take paid sick leave or vacation leave except as
specified in Appendix C hereto, and except as specified in such Appendix,the
Consultants' remuneration shall be deemed to cover these items. All leaveto
be allowed to the Personnel is included in the staff- months of service set for
inAppendix B. Any taking of leave by Personnel shall be subject to theprior
approval of the Client by the Consultants, who shall ensure that absencefor
leave purposes will not delay the progress and adequate supervision of
theServices.

(c) All key personnel and sub professional staff of the DPR Consultants shall use
the Aadhaar based biometric attendance/ Geo- tagged selfie-based attendance
214
system for marking their daily attendance. Aadhaar based Biometric
attendance/ Geo- tagged selfie- based attendance shall be marked at least
once a day and anytime during the day. Aadhaar based biometric attendance/
Geo- tagged selfie- based attendance system shall be installed by the DPR
Consultants at its own cost at the site office and design office in order to
facilitate the attendance marking. A copy of Aadhaar based Biometric
attendance/ Geo-tagged selfie-based attendance records shall be attached at
the time of submission of their bills to the National Highways Authority of
India. Proper justification shall be provided for cases of absence of key
personnel/ sub-professional staff which do not have prior approval from
Project Director of Concerned stretch. If NHAI so desires, it shall facilitate
electronic linking of the Aadhaar based Biometric attendance/ Geo-tagged
selfie. Based attendance system with the Central Monitoring System of
National Highways Authority of India.

(d) Consultant will intimate concerned Project Director/Project Incharge


immediately after establishing its site office regarding installation of Aadhaar
based Biometric attendance/ Geo-tagged selfie-based attendance system and
complete address of its site office.

4.5 Removal and/or Replacement of Key Personnel

Removal and/or replacement of Key Personnel shall be regulated as under:

4.5.1 In case notice to commence services pursuant to Clause 2.1 of this Contract is not
ordered by Client within 120 days ofsigning of contract the key personnel can excuse
themselves on valid grounds, e.g., selection on some other assignment, health
problem developed after signing of contract, etc. In such a case no penalty shall be
levied on the Firm or on the person concerned. The firm shall however be asked to
give a replacement by an equal or better scoring person, whenever mobilization is
ordered.

4.5.2 Incase notice to commence services is given within 120 days of signing of contract
the, the Authority expects all the Key Personnel specified in the Proposal to be
available during implementation of the Agreement. The Authority will not consider
any substitution of Key Personnel except under compelling circumstances beyond
the control of the Consultant and the concerned Key Personnel. Such substitution
shall be limited to not more than three Key Personnel subject to equally or better
qualified and experienced personnel being provided to the satisfaction of the
Authority. Replacement of the Team Leader will not normally be considered and may
lead to disqualification of the Applicant or termination of the Agreement.
Replacement of one Key Personnel shall be permitted subject to reduction of
remuneration equal to 5 % (five per cent) of the total remuneration specified for
the Key Personnel who is proposed to be replaced. In case of second replacement the
reduction in remuneration shall be equal to 10% (ten per cent) and for third
andsubsequent replacement, such reduction shall be equal to 15% (fifteen per cent).
The maximum age limit of replaced key personnel shall be 65 years as on the date of
submission of proposal for such replacement.

4.5.3 If the consultant finds that any of the personnel had made false representation
regarding his qualification and experience, he may request the Employer for
replacement of the personnel. There shall be no reduction in remuneration for such
replacement. The replacement shall however be of equal or better score. The
personnel so replaced shall be debarred from future projects for 2 years.

4.5.4 Replacement after original contract period is over:

215
There shall be no limit on the replacements and no reduction in remunerations shall
be made. The replacement shall however be of equal or better score.

4.5.5 If the Employer (i) finds that any of the Personnel has committed seriousmisconduct
or has been charged with having committed a criminal action or (ii)hasreasonable
groundto be dissatisfied with the performance of any of the Personnel, then the
consultant shall, at the Employer’swritten request specifying the grounds therefore,
forthwith provide a replacementwith qualifications and experience acceptable to
him. For such replacement there will be no reduction in remuneration.

4.5.6 If any member of the approved team of a consultant engaged by National Highways
Authority of India leaves thatconsultant before completion of the job, he shall be
barred for a period of 6 monthsto24 monthsfrom being engaged as a team member
of any other consultant working (or to beappointed) for any other NHAI/
MoRTHprojects.

4.6 Resident Team Leader and Coordinator

The person designated as the Team Leader of the Consultant’s Personnel shall be
responsible for the coordinated, timely and efficient functioning of the Personnel. In
addition, the Consultant shall designate a suitable person from its Head Office as
Project Coordinator who shall be responsible for day to day performance of the
Services.

5. OBLIGATION OF THE CLIENT

5.1 Assistance and Exemptions unless otherwise specified in the SC, the Client shall use its
best efforts to ensure that the Government shall:

(a) provide the Consultants, Sub consultants and Personnel with work permits
and such other documents as shall be necessary to enable the Consultants,
Subconsultants 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 ofthe 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
Subconsultants 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
216
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
Clause6.1(b),

5.4 Services, Facilities and Property of the Client

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

217
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

S. Item Payment%
No.
1 Submission of final QAP and Inception Report 2.5 %
2 Approval of final Alignment Report,Traffic Study,Topographical 5%
Study and Submission of ToR for EAC
3 Submission of LAC-1 and LAC-2Proposal 10%

4 Submissiono f final feasibility Report 5%

5 Submission Of 3aNotification, Draft3A And Approval Of Final 5%


Land Acquisition Report containing details of 3a, 3A

6 Submission of all utilities shifting proposals to utility owning 5%


agencies and submission of utilities relocation plan to NHAI.

7 Submission of Bidding Documents and Technical Schedules 5%

8 3Dpublication for all land parcels identified in item 4 above and 5%


Submission of Land Acquisition II report
9 Completion of award declaration (3G) for 90% of land parcels 5%
Identified and submission of Land Award report
10 Submission of all stage I clearance (Forest,Wildlife,EC)proposals 5%
On Parivesh portal and acceptance by Nodal Officer.
11 Submission and Approval of Final DPR Report,documents and 5%
drawings
12 Appraisal o fProject by PATSC/IAC 5%

13 Appraisal of Project by SFC 5%

14 Clearance of the project by NPG 2.5%

15 Stage II clearance approval (Receiving approval of Forest, 5%


Wildlife, EC from Concerned agencies) and submission of final
clearances II report
16 Final approval of utilities shifting estimates and submission of 5%
Utilities II report, ROB GADs from Railway, Irrigation other
concerned department

218
17 Receipt of land possession certificates (3H) for 90% of all land 5%
parcels identified in LAC report and submission of Land
Possession report
18 Approval of Project by Competent Authority 5%

19 Completion of Condition Precedent on Part of Authority 5%

20 Amount to be released at earlier of projects COD or 3years from 5%


Start of civilwork
21 Total: 100%
22 Bonus on uploading of draft 3A on portal within 15days of 0.5%bonus
alignment finalizationi.e.LAC-I

23 Bonus on uploading of draft 3D with in 30 days of 3A publication. 0.5%bonus


24 Bonus on completion of all condition precedents of Authority with 2%bonus
in the prescribed Time Limit of the concerned
Contract/ Concession Agreement

25 Bonus in Case the total COS till the Completion of the project is 2%bonus
within 1% of theEstimated Civil Cost
Note: In case, after submission of reports of feasibility study it is
decided by the Authority that the consultancy assignment is not to
be taken forward to DPR stage and the contract be foreclosed,
then consent, payment upto the completed stage will be paid as
per CI 6.3 (b) of GC and remuneration & logistics beyond
completed stage will be paid as per actual using the rates given in
the BOQ of the Financial form given in the RFP.

Note:

(a)Consultants have to provide a certificate that all key personnel as envisaged in the
Contract Agreement has been actually deployed in the project.They have to submit
this certificate at the time of submission of bills to National Highways Authority of
India from time to time.

* (b)The Concerned Project Director or his authorized representative shall


ensure and certify at least 5% test check of all the data collected by the Consultant
before releasing the payment to the Consultant.

(c) No payment shall become eligible till the consultant completes to the
satisfaction of the client the work pertaining to that stage.Thepaymentforthe
work of sub-soil investigation (Boring) will be as per plan approvedby the
client and will be paid as per actual at the rates quoted by the consultants.
The payment for the quantity givenbytheclientforboringwillbedeemedto 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
asgiven in schedule of payment within thirty (30) days after the receipt by
the Client ofbills. Interests at the rate specified in the SC shall become
payable as from the abovedue date on any amount due by, but not paid on,
such due date.
219
(e) The final payment under this Clause shall be made only after the final report
and a final statement, identified as such, shall have been submitted by the
Consultants and approved as satisfactory by the Client. The Services shall be
deemed completed and finally accepted by the Client and the final report
and final statement shall be deemed approved by the Client as satisfactory
one hundred and eighty (180) calendar days after receipt of the final report
and final statement by the Client unless the Client, within ninety (90) day
period, gives written notice to the Consultants specifying in detailed
deficiencies in the Services, the final report or final statement. The
Consultants shall thereupon promptly make any necessary corrections, and
upon completion of such corrections, the foregoing process shall be
repeated. Any amount which the Client has paid or caused to be paid in
accordance with this Clause in excess of the amounts actually payable in
accordance with the provisions of this Contract shall bereimbursed by the
Consultants to the Client within thirty (30) days after receipt by
theConsultantsofnoticethereof.Any such claim by the Client for
reimbursement must be made within twelve (12) calendar months after
receipt by the Client of a final report and a final statement approved by the
Client in accordance with the above.

(f) All payments under this Contract shall be made to the account of the
Consultants specified in the SC.

(g) Efforts need to be made by the Consultant to submit the schedule reports of
each road stretch / s of a package. However, due to reasons beyond the
reasonable control of Consultant, if the schedule submission of reports /
documents of each road stretch /s of a package is not done, the payment
shall be made on pro-rata basis.

(h) Consultants will make payment of salary to all key personnel in their
respective bank accounts through electronic mode only. No cash transaction
wrt salary will be made. Proof of salary transfer through electronic mode
shall be submitted by the consultants with each Bill.

(i) In case, no comments on any of the stages above are received from
Authority within 30 days and thereafter major changes to that deliverable
are proposed by the Authority then in such cases, repetition charges up to
50% of the original payment milestone shall be payable to the DPR
consultant, except in case of traffic, topographical, geotechnical or other
surveys for which payment shall be as per BOQ.

(j)The consultant shall give the engagement schedule of the Key-Personnel


at site as well as at Design Office and the attendance of the Key-Personnel
shall have to be recorded through biometric means and accordingly the 40%
of payment of the deliverables would be made based on the record of
attendance of the Key-Personnel.

(k)As far as possible the meetings with NHAI PIU/RO/HQ may be arranged
through VC and all submissions be done through email as well.

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

220
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 anddrawings submitted by the
Consultants.

7.1.3 The survey control points established by the Consultant shall be protected by
theConsultants till the completion of the Consultancy Services.

7.2. Retention Money

An amount equivalent to 8% of the contract value shall be retained at the end of the
contract for accuracy of design and quantities submitted and the same will be
released after the completion of civil contract works or after 3 years from completion
of consultancy services, whichever is earlier. The retention money will however be
released by the Client on substitution by Bank Guarantee of the same amount valid
upto the period as above. Out of this 8%, 3% shall be in the form of Bank Guarantee
and 5% shall be the amount retained from Consultancy fee payable to the Consultant.

7.3. Penalty

7.3.1. Penalty for Error/Variation

i. If variation in project cost occurs due to Change of scope requests of more than 10%
of the total project cost as estimated by the consultant and these change of scope
requests arise due to deficiencies in the design provided by the consultant, the
penalty equivalent to 4% of the contract value shall be imposed. For this purpose
retention money equivalent to 4% of the contract value will be forfeited. This shall
exclude any additional/deletion of items/works ordered by the client during the
execution

ii. If there is a discrepancy in land to be acquired during the execution of the project
upto an extent of +/- 2% of the area of land, a penalty equivalent to 3% of the
contract value shall be imposed. For this purpose retention money equivalent to 3%
of the contract value will be forfeited. This shall exclude any additional/deletion of
items/works ordered by the client during the execution. For discrepancy of more
than + / - 2% of the area of land to be acquired, the firm shall be declared as non
performing as per para 7.4.2.

iii. If there is a variation in quantities of various itmes ofutilities shifting during the
execution of the project upto an extent of +/- 10% of the quantity estimated by the
design consultant, a penalty equivalent to 3% of the contract value shall be imposed.
For this purpose retention money equivalent to 3% of the contract value will be
forfeited. This shall exclude any additional/deletion of items/works ordered by the
client during the execution

221
iv) For inaccuracies in survey/investigation/design work the penalties shall be imposed
as per details given in Table below:

Sr.No. Item Penalty (%age


ofcontract value)
1 Topographic Surveys 1.0 to 1.5
a) The horizontal alignment does not matchwith groundcondition.
b) The cross sections do not match with existing ground.
c)Theco-ordinatesaredefectiveasinstrumentsofdesired accuracy not
used.
2 Geotechnical Surveys 1.0 to 1.5
a)Incomplete surveys
b) Data not analyzed properly
c) The substrata substantially different from the actualstrata found
during construction.
3 Traffic data found to be varying by more than 25% on resurvey at 0.5 to 1.0
a later date, unless there are justifiable reasons.
4 Axle load data found to be varying by more than 25% on resurvey 0.5 to 1.0
at a later date, unless there are justifiable reasons.
5 Structural Designs found to be unsafe or grossly over designed The firm shall
be considered
as non-
performing as
per para 7.4.2.

7.3.2 Penalty for delay

In case of delay in completion of services, a penalty equal to 0.05% of the contract


price per day subject to a maximum 5% of the contract value will be imposed and
shall be recovered from payments due/performance security. However in case of
delay due to reasons beyond the control of the consultant, suitable extension of time
will be granted on case to case basis.

7.3.3 Total amount of recovery from all penalties shall be limited to 15%of the Consultancy
Fee.

7.3.4 National Highways Authority of India is in process of evolving performance based


rating system for DPR Consultants. Performance of Consultants shall be monitored by
NHAI and will be taken into account in technical evaluation of future DPR projects.
For this purpose, performance of Consultant in the current project shall also be taken
into account to create rating of Consultant.

7.4 ACTION FOR DEFICIENCY IN SERVICES

7.4.1 Consultants liability towards the Client

Consultant shall be liable to indemnify the client for any direct loss or damage
accrued or likely to accrue due to deficiency in service rendered by him.

7.4.2 Debarring / Non Performing

222
In the case of major deficiencies in the Detailed Project Report involving time
and cost overrun and adverse effect on reputation of National Highways Authority of
India, the firm shall be declared as non-performing and the firm will not be eligible
for participating in future projects of the Ministry (including NHAI, NHIDCL, BRO,
etc.) for a period of 5 years.

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 Resolution

9.2.1 Any dispute, difference or controversy of whatever nature howsoever arising under
or out of or in relation to this Agreement (including its interpretation) between the
Parties, and so notified in writing by either Party to the other Party (the “Dispute”)
shall, in the first instance, be attempted to be resolved amicably in accordance with
the conciliation procedure set forth in Clause 9.3.

9.2.2 The Parties agree to use their best efforts for resolving all Disputes arising under or in
respect of this Agreement promptly, equitably and in good faith, and further agree to
provide each other with reasonable access during normal business hours to all non –
privileged records, information and data pertaining to any dispute.

9.3 Conciliation

In the event of any Dispute between the Parties, either Party may call upon
[Chairman of NHAI] and the Chairman of the Board of Directors of the
Consultant or a substitute thereof for amicable settlement, and upon such
reference, the said persons shall meet no later than 10(ten) days from the date
of reference to discuss and attempt to amicably resolve the Dispute. If such
meeting does not take place within the 10(ten) day period or the Dispute is not
amicably settled within 15(fifteen) days of the meeting or the Dispute is not
resolved as evidenced by the signing of written terms of settlement within 30
(thirty) days of the notice in writing referred to in Clause 9.2.1 or such longer

223
period as may be mutually agreed by the Parties, either Party may refer the
Dispute to arbitration in accordance with the Provisions of Clause 9.4.

9.4 Arbitration

9.4.1. Any Dispute which is not resolved amicably by conciliation, as provided in


Clause 9.3, shall be finally decided by reference to arbitration by an Arbitral
Tribunal appointed in accordance with Clause 9.4.2. Such arbitration shall be
held in accordance with the Rules of Arbitration of the International Centre for
Alternative Dispute Resolution, New Delhi (the “Rules”), or such other rules as
may be mutually agreed by the Parties, and shall be subject to the provisions of
the Arbitration and Conciliation Act, 1996 as amended. The venue of such
arbitration shall be ***** and the language of arbitration proceedings shall be
English.

9.4.2 Each dispute submitted by a Party to arbitration shall be heard by a sole arbitrator to
be appointed as per the procedure below

a) Parties may agree to appoint a sole arbitrator or, failing agreement on the
identity of such sole arbitrator within thirty(30) days after receipt by the
other Party of the proposal of a name for such an appointment by the Party
who initiated the proceedings, either Party may apply to the President,
Indian Roads Congress, New Delhi for a list of not fewer than five nominees
and, on receipt of such list, the Parties shall alternately strike names
therefrom, and the last remaining nominee on the list shall be sole arbitrator
for the matter in dispute. If the last remaining nominee has not been
determined in this manner within sixty (60) days of the date of the list, the
president, Indian Roads Congress, New Delhi, shall appoint, upon the request
of either Party and from such list or otherwise, a sole arbitrator for the matter
in dispute.

9.4.3 Substitute Arbitrator

If for any reason an arbitrator is unable to perform his function, a substitute


shall be appointed in the same manner as the original arbitrator.

9.4.4 Qualifications of Arbitrator

The sole arbitrator selected pursuant to Clause 8.2.1 hereof shall be expert with
extensive experience in relation to the matter in dispute.

9.4.5 The Arbitrators shall make a reasoned award (the “Award”). Any Award made in any
arbitration held pursuant to this Clause 9 shall be final and biding on the Parties as
from the date it is made, and the Consultant and the Authority agree and undertake
to carry out such Award without delay.

9.4.6 The Consultant and the Authority agree that an Award may be enforced against the
Consultant and/or the Authority, as the case may be, and their respective assets
wherever situated.

9.4.7. This Agreement and the rights and obligations of the Parties shall remain in full force
and effect, pending the Award in any arbitration proceedings hereunder

9.4.8 Miscellaneous

In any arbitration proceeding hereunder:

224
(a) Proceedings shall, unless otherwise agreed by the parties be held in Delhi.

(b) The English language shall be the official language for all purposes;

(c) The decision of sole arbitrator shall be final and binding and shall be enforceable
in any court of competent jurisdiction, and the Parties hereby waive any
objections to or claims of immunity in respect of such enforcement; and

(d) The schedule of Expenses and Fee payable to the Arbitrator shall be as under

Sr,No. Particulars of Fees and Expenses Maximum amount payable per case
1 Fee (i) Rs. 25,000/- per day
(ii) 25% extra on fee at (i) above in
case of fast-track procedure as per
Section -29 (B) of A&C Act;
Or
10% extra on fee at (i) above if award is
published within 6 months from date of
entering the reference by AT;
Alternatively, the Arbitrator may opt for a
lump –sum fee of Rs. 5.00 Lakh per case
including counter claims.

2 Reading charges- One Time Rs 25,000/- per case including counter


claims.
3 One –time charges for Secretarial Rs. 25,000/- per case
Assistance and Incidental charges
(telephone, fax, postage ets.)
4 One time Charges for Rs. 40,000/-
publishing/declaration of the award
5 Other expenses (As per actual against bills subject to celling given below
Travelling expenses Economy class (by air), First class AC (by
train) and AC Car (by road)
Lodging and Boarding a)Rs. 15,000/-per day (in metro cities); or
a) Rs. 8000 per day (in other cities); or
b) Rs. 5,000/- per day if any Arbitrator
makes their own arrangements.
6. Local travel Rs. 2000 /- per day

7 Extra charges for days other than Rs. 5000 /- per day for outstation
meeting days (maximum for 2 X ½ Arbitrator
days)
Note 1. Lodging boarding and travelling expenses shall be allowed only for those
arbitrator who isresiding 100 kms. Away from the venue of meeting,
2. Delhi, Mumbai, Chennai, Kolkata, Bangalore and Hyderabad shall be
considered as Metro cities.

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 NHAI before appointment of the Arbitrator,

225
10. Change of Scope

The change of Scope on account of variation of total length as well as 4 laned length of
project Highway from the indicative length as given at Annex-1 of Letter of Invitation
of the RFP shall be dealt as follows

i) During the course of consultancy services in case it is considered


necessary to increase/decrease the scope of services(of total length or 4
laned length as compared to indicative Length as given in the RFP) by the
client the same shall be notified by Change of scope notice. Similarly, if the
Consultant determines that change of scope is needed, he shall inform of the
same to the Client. The Client will examine and shall either reject the proposal
or issue change of scope notice.

ii) The Consultancy fee shall be revised on account of change of scope as below:

- In case the total length of project increase/ decrease up to 10% ofindicative length
given in the RFP: No change in Consultancy Fees.
In case the increase/ decrease in total length of project is more than 10 % of the
indicative length as given in the RFP: The consultancy fee shall be increased/
decreased in the same proportion in which the length of the project road is
increased/ decreased beyond 10% .

iii) Increase/decrease in length on account of bypasses shall not be considered as


change of scope. However, the total length of the project highway (including
bypasses and realignment) along the finally approved alignment shall be
compared with the indicative length in the RFP for the purpose of variation.

10.1 The Consultancy fee shall be increased on account of change of scope as below:

a) In case of increase in configuration of Lanes in the project after the


submission of Final Report: 10% of the original consultancy charges

b) In case of change of mode of delivery is involved after submission of Final


Report / due to revision of specifications / IRC Codes etc.

(i) Revision of DPR after submission due to changes in IRC 2.5% of the original Consultancy
codes / specification etc. charges.

(ii) Revision of DPR due to changes in mode EPC / BOT / 2.5% of the original Consultancy
HAM etc charges.

226
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 : Regional Officer

National Highways Authority of India,

Vijay Krishna Plaza, 2nd & 3rd floor, No-1, Lake Area,

Melur main Road, Mattuthavani,

Madurai – 625107

Ph No 0452-2588999.

Attention : Regional Officer

National Highways Authority of India,

Vijay Krishna Plaza, 2nd & 3rd floor, No-1, Lake Area,

Melur main Road, Mattuthavani,

Madurai – 625107

Ph No 0452-2588999

E-mail: [email protected], [email protected]

For the Consultants:

Attention: Name
Designation
Address
Tel: Fax: E-mail address

1.6.2 Notice will be deemed to be effective as follows:

(a) in the case of personal delivery or registered mail, on delivery;

(b) In the case of facsimiles, 24 hours following confirmed transmission.

(c) In case of E mail, 24 hours following confirmed transmission.

1.8 Entity to Act as Member in charge (In case of Joint Venture of Consultants) with or
without anAssociate:- ………………………..

227
1.9 The Authorized Representatives are:

For the Client : ( -- )

Director, NHAI ( -- )

For the Consultant: Name

Designation

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

2.1 The effectiveness conditions are the following:

a) The contract has been approved by National Highways Authority of India.

b) The consultant will furnish within 15 days of the issue of letter of


acceptance, an unconditional Bank Guarantee an amount equivalent to 10% of the
total contract value to be received by him from a Nationalized Bank, IDBI or
ICICI/ICICI Bank/Foreign Bank/EXIM Bank / Any Scheduled Commercial Bank
approved by RBI having a net worth of not less than 500 crore as per latest Annual
Report of the Bank. In the case of a Foreign Bank (issued by a Branch in India) the
net worth in respect of Indian operations shall only be taken into account. In case of
Foreign Bank, the BG issued by Foreign Bank should be counter guaranteed by any
Nationalized Bank in India. In case of JV, the BG shall be furnished on behalf of the JV
or lead partner of JV for an amount equivalent to 10 %of the total contract value to
be received by him towards Performance Security valid for a period of three
yearsbeyond the date of completion of services.

2.2 The time period shall be “four months” or such other time period as the parties may
agree in writing.

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

2.4 The time period shall be ------ months or such other time period as the parties may
agree in writing.

3.4 Limitation of the Consultants’ Liability towards the Client

(a) Except in case of negligence or willful misconduct on the part of the Consultants
or on the part of any person or firm acting on behalf of the Consultants in carrying
out the Services, the Consultants, with respect to damage caused by the Consultants
to the Client’s property, shall not be liable to the Client:

(i) for any indirect or consequential loss or damage; and


(ii) for any direct loss or damage that exceeds (A) the total payments
forProfessionalFees 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.

228
(b) This limitation of liability shall not affect the Consultants’ liability, if any, for
damage to Third Parties caused by the Consultants or any person or firm acting on
behalf of the Consultants in carrying out the Services.

3.5 The risks and the coverage shall be as follows:

(a) Third Party motor vehicle liability insurance as required under Motor Vehicles
Act, 1988 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 NHAI Professional Liability Insurance (PLI) for a
period of Five years beyond completion of Consultancy services or as per Applicable
Law, whichever is higher.

(ii) The Consultant will maintain at its expense PLI including coverage for errors
and omissions caused by Consultant’s negligence in the performance of its
duties under this agreement, (A) For the amount not exceeding total payments
for Professional Fees and Reimbursable Expenditures made or expected to
be made to the Consultants hereunder OR (B) the proceeds, the
Consultants may be entitled to receive from any insurance maintained by the
Consultants to cover such a liability, whichever of (A) or (B) is higher.
(iii) The policy should be issued only from an Insurance Company operating in
India.
(iv) The policy must clearly indicate the limit of indemnity in terms of “Any One
Accident” (AOA) and “Aggregate limit on the policy” (AOP) and in no case
should be for an amount less than stated in the contract.
(v) If the Consultant enters into an agreement with NHAI in a joint venture or ‘in
association’,the policy must be procured and provided to NHAI 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
cancelthe policy midterm without the consent of NHAI. The insurance company
may provide an undertaking in this regard.

(d) Employer’s liability and workers’ compensation insurance in respect of the Personnel
of the Consultants and of any Sub consultant, in accordance with the relevant
provisions of the Applicable Law, as well as, with respect to such Personnel, any such
life, health, accident, travel or other insurance as may be appropriate; and all
insurances and policies should start from the date of commencement of services and
remain effective as per relevant requirements of contract agreement.

3.9 The Consultants shall not use these documents for purposes unrelated to this
Contract without the prior written approval of the Client.

4.6 The person designated as Team Leader cum Senior Highway Engineer
inAppendix Bshall serve in that capacity, as specified in Clause 4.6.

6.1 (b) The ceiling amount in local currency is Rs……… (Excluding Goods & Service Tax)

6.3 (a) No advance payment will be made.

6.3 (e) The interest rate is: @ 12% per annum

229
6.3 (f) The account is:

Particulars Details
Name of Beneficiary National Highways Authority of India
Name of Bank Canara Bank, Moondrumavadi, Madurai
Account No. 62093030000071
IFSC Code CNRB0016209

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

9.2.1 Selection of Arbitrators

Each dispute submitted by a Party to arbitration shall be heard by a sole arbitrator to


be appointed as per the procedure below

a) Parties may agree to appoint a sole arbitrator or, failing agreement on the
identity of such sole arbitrator within thirty(30) days after receipt by the
other Party of the proposal of a name for such an appointment by the Party
who initiated the proceedings, either Party may apply to the President,
Indian Roads Congress, New Delhi for a list of not fewer than five nominees
and, on receipt of such list, the Parties shall alternately strike names
therefrom, and the last remaining nominee on the list shall be sole arbitrator
for the matter in dispute. If the last remaining nominee has not been
determined in this manner within sixty (60) days of the date of the list, the
president, Indian Roads Congress, New Delhi, shall appoint, upon the request
of either Party and from such list or otherwise, a sole arbitrator for the matter
in dispute.

230
Appendix A
Terms of reference containing, inter-alia, the Description of the Services and Reporting
Requirements

231
Appendix B
Consultants’ Sub consultants, Key Personnel and Sub Professional Personnel

232
Appendix C
Hours of work for Consultants’ Personnel

The Consultant’s personnel shall normally work for 8 hours in a day and six days a week.
Normally Sundays shall be closed for working. In addition they shall also be allowed to avail
holidays as observed by the Client’s office in the relevant state without deduction of
remunerations. In case any person is required to work on Sunday or Holiday due to exigency
of work, he/she shall be given compensatory leave within the next 15 days.

233
Appendix D
Duties of the Client

234
Appendix E
Cost Estimate

235
Appendix F:

Copy of letter of invitation

236
Appendix G:

Copy of letter of acceptance

237
Appendix –H
Format for Bank Guarantee for Performance Security BANK GUARANTEE FOR
PERFORMANCE SECURITY

To,

Regional Officer,
National Highways Authority of India,
Vijay Krishna Plaza, 2nd & 3rd floor, No-1, Lake Area,
Melur main Road, Mattuthavani,
Madurai – 625107.

In consideration of National Highways Authority of India (hereinafter referred as the “Client”,


which expression shall, unless repugnant to the context or meaning thereof include its
successors, administrators and assigns) having awarded to
M/s.………………………………………………having its office at ……………….. (Hereinafter referred to
as the “Consultant” which expression shall repugnant to the context or meaning thereof,
include its successors, administrators, executors and assigns), a contract by issue of client’s
Contract Agreement no. / Letter of Acceptance No. ……………….. dated……………… and the same
having been unequivocally accepted by the Consultant, resulting in a Contract valued at
Rs…………../- (Rupees….………………….) excluding Goods &service tax for “Consultancy
Services for preparation of Detailed Project Report for (1) Four Laning of Project from
Existing Two lane with Paved Shoulder of Dindigul - Theni - Kumili section from Km
2/750 to Km 136/543 of NH-183 in the State of Tamil Nadu (Length - 133.793 Km), (2)
Four Laning of Project from Existing Two Lane with Paved Shoulders of Trichy –
Karaikudi section from Km 0/000 to Km 33/600 of NH-336, From Km 229/228 to Km
251/213 of NH-36 & From Km 0/000 to Km 25/469 of NH-536 in the State of Tamil
Nadu (Length - 81.054 Km) and (3) Four Laning of Project from Existing Two Lane with
Paved Shoulders from Km 2/350 to Km 16/690 & Km 29/850 to Km 80/133 of
Nagapattinam - Thanjavur Section of NH-83 (Old NH-67), Bypass to Tiruvarur Town
from Km 16/690 to Km 29/850 in the State of Tamil Nadu (Length - 77.783 Km) under
(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
anymanner, and either to enforce or to forbear to enforce any covenants, contained or
238
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


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

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

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

(Signature of the Authorized Official)

(Name & Designation with Bank Stamp)

NOTE:

(i)The bank guarantee(s) contains the name, designation and code number of the officer(s)
signing the guarantee(s).

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

(iii)The bank guarantee for Rs 10,000 and above is signed by at least two officials (or as per
the norms prescribed by the RBI in this regard).

239
Appendix I: Minutes of Pre-bid meeting

240
APPENDIX-VII
DPR Checklist – Stage 1 – Inception Report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Project Appreciation Yes ☐ No ☐ NA ☐ NA
2.1 Location of site office Yes ☐ No ☐ NA ☐
Review of scope of ToR and gap
2.2 Yes ☐ No ☐ NA ☐ NA
identification
Key departments identified for
2.3 Yes ☐ No ☐ NA ☐
various documents
Start and end location of project
2.4 verified with client (Mention Yes ☐ No ☐ NA ☐
details)
Project description
2.5  Start and End Chainage Yes ☐ No ☐ NA ☐
 Village/District
Project location map
2.6  On State Map Yes ☐ No ☐ NA ☐ NA
 On District Map
Site photos and data of project
2.7 Yes ☐ No ☐ NA ☐ NA
alignment
2.8 Overview of land use plans Yes ☐ No ☐ NA ☐ NA
Overview of existing pavement
conditions
 Number of Lanes
2.9 Yes ☐ No ☐ NA ☐
 Type of Pavement
(Flexible/Rigid/Surfaced/
Unsurfaced)
2.10 Existing right of way details Yes ☐ No ☐ NA ☐
Number/ Location of major and
2.11 Yes ☐ No ☐ NA ☐
minor bridges
Number/ Location of level
2.12 crossings Yes ☐ No ☐ NA ☐

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


Any other details relevant to the
2.14 Yes ☐ No ☐ NA ☐ NA
project
3 Approach Methodology Yes ☐ No ☐ NA ☐ NA
Engineering survey and
3.1 Yes ☐ No ☐ NA ☐ NA
investigations
Design of road, pavements and
3.2 Yes ☐ No ☐ NA ☐ NA
structures

241
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Environment and social impact
3.3 Yes ☐ No ☐ NA ☐ NA
assessment
Estimation of project cost, viability
3.4 Yes ☐ No ☐ NA ☐ NA
and financing options
Any other details relevant to the
3.5 Yes ☐ No ☐ NA ☐ NA
project
Task Assignment and Manning
4 Yes ☐ No ☐ NA ☐ NA
Schedule
4.1 Number of key personnel provided Yes ☐ No ☐ NA ☐
Specific tasks assigned to each key
4.2 Yes ☐ No ☐ NA ☐ NA
personnel
Manning schedule for key
4.3 Yes ☐ No ☐ NA ☐ NA
personnel
Number of key personnel deployed
4.4 Yes ☐ No ☐ NA ☐
at site
5 Performa for data collection Yes ☐ No ☐ NA ☐ NA
Indicative design standards and
6 Yes ☐ No ☐ NA ☐ NA
cross sections
7 Development plans Yes ☐ No ☐ NA ☐ NA
Overview of development plans
7.1 being implemented/ proposed by Yes ☐ No ☐ NA ☐ NA
local bodies
Overview of impact of such
7.2 Yes ☐ No ☐ NA ☐ NA
development plans
8 Quality Assurance Plan Yes ☐ No ☐ NA ☐ NA
Engineering surveys and
8.1 Yes ☐ No ☐ NA ☐ NA
investigation
8.2 Traffic surveys Yes ☐ No ☐ NA ☐ NA
Material geo-technical and sub-soil
8.3 Yes ☐ No ☐ NA ☐ NA
investigations
8.4 Road and pavement investigations Yes ☐ No ☐ NA ☐ NA
Investigation and design of bridges
8.5 Yes ☐ No ☐ NA ☐ NA
and structures
8.6 Environment and R&R assessment Yes ☐ No ☐ NA ☐ NA
8.7 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA
8.8 Drawing and documentation Yes ☐ No ☐ NA ☐ NA
Any other details relevant to the
8.9 Yes ☐ No ☐ NA ☐ NA
project
Discussion of draft QAP document
8.10 Yes ☐ No ☐ NA ☐ NA
with client
Approval of final QAP document by
8.11 Yes ☐ No ☐ NA ☐ NA
client
9 Draft design Standards Yes ☐ No ☐ NA ☐ NA
Geometric design standards of
9.1 Yes ☐ No ☐ NA ☐ NA
highway (Plain)
Geometric design standards of
9.2 Yes ☐ No ☐ NA ☐ NA
highway (Hilly)
Conclusions and
10 Yes ☐ No ☐ NA ☐ NA
recommendations
10.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and
10.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP
242
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Report reviewed for errors and
10.3 Yes ☐ No ☐ NA ☐ NA
omissions
Compliance report prepared on
10.4 Yes ☐ No ☐ NA ☐ NA
client observations

243
DPR Checklist – Stage 2 – Feasibility Report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Yes ☐ No ☐ NA
1 Executive Summary NA

Overview of client organization / Yes ☐ No ☐ NA
2 NA
activities ☐
Methodology adopted for Yes ☐ No ☐ NA
3 NA
feasibility study ☐
Socioeconomic profile of the Yes ☐ No ☐ NA
4 NA
project areas ☐
Regional economic profile basis last Yes ☐ No ☐ NA
4.1 NA
10 years data as per IRC ☐
Economic profile of project
Yes ☐ No ☐ NA
4.2 influence area basis last 10 years NA
data as per IRC ☐

Socio Economic status of project Yes ☐ No ☐ NA


4.3 NA
influence area ☐
Indicative design standards,
Yes ☐ No ☐ NA
5 methodologies, and NA
specifications ☐

Yes ☐ No ☐ NA
6 Traffic surveys and analysis NA

Classified traffic volume counts Yes ☐ No ☐ NA
6.1 NA
using IHMCL data (7 day data) ☐
Traffic projection methodology as Yes ☐ No ☐ NA
6.2 NA
per IRC:108 ☐
Yes ☐ No ☐ NA
6.3 Projected Traffic data for 20 years NA

Yes ☐ No ☐ NA
6.4 Current and Projected PCU

Yes ☐ No ☐ NA
6.5 Current and Projected TVU

Origin destination surveys as per Yes ☐ No ☐ NA
6.6 NA
IRC: 102 ☐

244
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Speed and delay studies as per Yes ☐ No ☐ NA
6.7 NA
IRC:102 ☐
Traffic surveys for the design of
Yes ☐ No ☐ NA
6.8 road junctions as per data in IRC: NA
SP:41 ☐

Analysis for replacing railway level


Yes ☐ No ☐ NA
6.9 crossings with over bridges/ NA
subways ☐

Yes ☐ No ☐ NA
6.10 Axle load survey as per IRC:SP:19 NA

Any other details relevant to the Yes ☐ No ☐ NA
6.11 NA
project ☐
Traffic surveys monitored and Yes ☐ No ☐ NA
6.12 NA
reviewed by the client ☐
Yes ☐ No ☐ NA
7 Reconnaissance survey NA

Road Inventory Survey as per Yes ☐ No ☐ NA


7.1 NA
IRC:SP:19 ☐

Review of Road Inventory survey Yes ☐ No ☐ NA


7.2 NA
by client ☐

Chainage wise details of pavement Yes ☐ No ☐ NA


7.3 NA
composition survey ☐
Geological Survey
Yes ☐ No ☐ NA
7.4  Geological Map of the Area NA

 Seismicity
Climatic Conditions
 Temperature Yes ☐ No ☐ NA
7.5 NA
 Rainfall ☐
 Wind

Pavement composition and Yes ☐ No ☐ NA


7.6 NA
condition survey as per IRC:SP:19 ☐

Review of pavement composition Yes ☐ No ☐ NA


7.7 NA
and condition survey by client ☐

Pavement roughness survey as per Yes ☐ No ☐ NA


7.8 NA
IRC:SP:16 ☐

Review of pavement roughness Yes ☐ No ☐ NA


7.9 NA
survey by client ☐

Pavement structural strength Yes ☐ No ☐ NA


7.10 NA
survey as per IRC:81 ☐

245
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications

Review of pavement structural Yes ☐ No ☐ NA


7.11 NA
strength survey by client ☐

Sub grade characteristics and Yes ☐ No ☐ NA


7.12 NA
strengths ☐
Topographical survey as per
IRC:SP:19 using LiDAR Yes ☐ No ☐ NA
7.13 NA
 Gradient ☐
 Terrain

Review of topographical survey by Yes ☐ No ☐ NA


7.14 NA
client ☐

Inventory of bridges, culverts and Yes ☐ No ☐ NA


7.15 NA
structures ☐

Condition survey for bridges, Yes ☐ No ☐ NA


7.16 NA
culverts and structures ☐
Review of condition survey for
Yes ☐ No ☐ NA
7.17 bridges, culverts and structures by NA
client ☐

Any other details relevant to the Yes ☐ No ☐ NA


7.18 NA
project ☐
Yes ☐ No ☐ NA
8 NA
Geotechnical Survey ☐

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


8.1 NA
explorations as per IRC:78 ☐

Bore holes dug for every pier and Yes ☐ No ☐ NA


8.2 NA
abutment ☐

Review of geo-technical and sub- Yes ☐ No ☐ NA


8.3 NA
soil explorations by client ☐
Field testing, soil sampling,
Yes ☐ No ☐ NA
8.4 laboratory testing in accordance NA
with BIS/ AASHTO/ BS ☐

Recommendation of Foundation Yes ☐ No ☐ NA


8.5 NA
Type and Depth ☐

Any other details relevant to the Yes ☐ No ☐ NA


8.6 NA
project ☐

Hydraulic and Hydrological Yes ☐ No ☐ NA


9 NA
Survey ☐
Hydraulic and hydrological
Yes ☐ No ☐ NA
9.1 investigations as per IRC:SP:13 and NA
IRC:5 ☐

High Flood Level specified Yes ☐ No ☐ NA


9.2 NA

246
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Depth of Water Table specified Yes ☐ No ☐ NA
9.3 NA

Ponded Water Level specified Yes ☐ No ☐ NA
9.4 NA

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

Review of hydrological Yes ☐ No ☐ NA


9.6 NA
investigations by client ☐
Yes ☐ No ☐ NA
10 NA
Materials Survey ☐

Materials Survey conducted as per Yes ☐ No ☐ NA


10.1 NA
IRC:SP:19 ☐
Sources of Naturally Occurring
Aggregates specified
 Details of Borrow Pits with Yes ☐ No ☐ NA
10.2
Distance from Project Site ☐
 Cost of Material/
Transportation
Sources of Manufactured Items
specified
 Details of suppliers with Yes ☐ No ☐ NA
10.3 NA
distance from project site ☐
 Cost of material/
transportation

Sources of water for construction Yes ☐ No ☐ NA


10.4 NA
specified as per IS: 456 ☐

Any other details relevant to the Yes ☐ No ☐ NA


10.5 NA
project ☐
Environmental screening/
Yes ☐ No ☐ NA
11 preliminary environmental NA
assessment ☐

Analysis basis Initial Environment Yes ☐ No ☐ NA


11.1 NA
Examination in IRC: SP: 19 ☐
Recommended feasible mitigation Yes ☐ No ☐ NA
11.2 NA
measures ☐
Initial social assessment/ Yes ☐ No ☐ NA
12 NA
preliminary LA resettlement plan ☐
Analysis basis Initial Environment Yes ☐ No ☐ NA
12.1 NA
Examination in IRC: SP: 19 ☐
Details of consultation with Yes ☐ No ☐ NA
12.2 NA
potentially affected persons ☐

247
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Names/ Details of consultation with Yes ☐ No ☐ NA
12.3
local NGOs ☐
Names/ Details of consultation with Yes ☐ No ☐ NA
12.4
municipal authorities ☐
Yes ☐ No ☐ NA
12.5 Preliminary resettlement plan NA

Any other details relevant to the Yes ☐ No ☐ NA
12.6 NA
project ☐
Yes ☐ No ☐ NA
13 Cost estimates NA

Yes ☐ No ☐ NA
13.1 Item rates and rate analysis NA

Yes ☐ No ☐ NA
13.2 Escalation NA

Yes ☐ No ☐ NA
14 Economic and financial analysis NA

Yes ☐ No ☐ NA
14.1 Estimated cost details NA

Yes ☐ No ☐ NA
14.2 Projected revenues details NA

Yes ☐ No ☐ NA
14.3 Assumptions stated NA

Analysis and results (IRR,
Yes ☐ No ☐ NA
14.4 Sensitivity Analysis, Financial NA
Viability) ☐

Yes ☐ No ☐ NA
15 Strip plan and Alignment NA

Details of center line of proposed Yes ☐ No ☐ NA
15.1 NA
highway ☐
Yes ☐ No ☐ NA
15.2 Details of existing RoW NA

Yes ☐ No ☐ NA
15.3 Details of proposed RoW NA

Details about ownership of land to Yes ☐ No ☐ NA
15.4 NA
be acquired ☐
Strip plan basis reconnaissance and Yes ☐ No ☐ NA
15.5 NA
topographic surveys ☐
Strip plan reviewed and approved Yes ☐ No ☐ NA
15.6 NA
by the client ☐

248
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Yes ☐ No ☐ NA
16 Alignment Options Study NA

At least two alignments proposed
Yes ☐ No ☐ NA
16.1  Details of Alignments on NA

Map
Review of options with client Yes ☐ No ☐ NA
16.2 NA

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

Length of the project along Yes ☐ No ☐ NA
16.3 proposed alignment options ☐
Land Acquisition required along Yes ☐ No ☐ NA
16.4 alignment options ☐
Environmental impact of each Yes ☐ No ☐ NA
16.4.1 option ☐
Review of road geometry and safety Yes ☐ No ☐ NA
16.4.2 for each option ☐
Cost Estimates of alternatives Yes ☐ No ☐ NA
16.5

Recommended Alignment with Yes ☐ No ☐ NA
16.6 Justification NA

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

Yes ☐ No ☐ NA
17 Technical Specifications NA

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

Yes ☐ No ☐ NA
18 Rate Analysis NA

Rate analysis for all relevant items Yes ☐ No ☐ NA
18.1 NA
as per latest SoR ☐
Yes ☐ No ☐ NA
19 Cost Estimates NA

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

249
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Conclusions and Yes ☐ No ☐ NA
21 NA
recommendations ☐
Yes ☐ No ☐ NA
21.1 Conclusions and recommendations NA

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

250
DPR Checklist – Stage 3 – LA and Clearances I Report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
1 Executive Summary NA

Strip plan- additional details Yes ☐ No ☐ NA
2 NA
added ☐
Details of centreline, existing
Yes ☐ No ☐ NA
2.1 structures, road furniture and other NA
features ☐

Yes ☐ No ☐ NA
2.2 Widening scheme NA

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

Yes ☐ No ☐ NA
2.5 Clearances impacting each chainage NA

Yes ☐ No ☐ NA
3 Forest Clearance NA

Requirement for forest clearance Yes ☐ No ☐ NA
3.1 NA
identified ☐
Date/ Details of initial consultation Yes ☐ No ☐ NA
3.2
with competent authority ☐
Details/cost of trees being felled
Yes ☐ No ☐ NA
3.3 basis concerned District Forest
Office ☐

Date of submission of proposal for Yes ☐ No ☐ NA


3.4 NA
forest clearance ☐
Yes ☐ No ☐ NA
3.5 Review of proposal by client NA

Yes ☐ No ☐ NA
4 Wildlife Clearance NA

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

251
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Date/ Details of initial consultation Yes ☐ No ☐ NA
4.2
with competent authority ☐
Details/cost of trees being felled
Yes ☐ No ☐ NA
4.3 basis concerned District Forest
Office ☐

Date of submission of proposal for Yes ☐ No ☐ NA


4.4
wildlife clearance ☐
Yes ☐ No ☐ NA
4.5 Review of proposal by client NA

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

Yes ☐ No ☐ NA
5.1 Identification of overground utilities NA

Identification of underground
Yes ☐ No ☐ NA
5.2 utilities using GPR, Induction NA
Locator or equivalent technologies ☐

Name/ Details of consultation with Yes ☐ No ☐ NA


5.3
local authority/ people ☐
Utility relocation plan with existing
/ proposed location showing Yes ☐ No ☐ NA
5.4 NA
existing RoW and topographic ☐
details
Yes ☐ No ☐ NA
5.5 Cost for relocation as per authority

Date of proposal submission to Yes ☐ No ☐ NA
5.6
competent authority ☐
Review of utility relocation plan/ Yes ☐ No ☐ NA
5.7 NA
proposal by client ☐
Yes ☐ No ☐ NA
6 Utility Clearances (Water) NA

Identification of overground utilities Yes ☐ No ☐ NA
6.1 NA
in RoW ☐
Identification of underground
Yes ☐ No ☐ NA
6.2 utilities using GPR, Induction NA
Locator or equivalent technologies ☐

Name/ Details of consultation with Yes ☐ No ☐ NA


6.3
local authority/ people ☐
Utility relocation plan with existing
/ proposed location showing Yes ☐ No ☐ NA
6.4 NA
existing RoW and topographic ☐
details

252
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
6.5 Cost for relocation as per authority

Date of proposal submission to Yes ☐ No ☐ NA
6.6 NA
competent authority ☐
Review of utility relocation plan/ Yes ☐ No ☐ NA
6.7 NA
proposal by client ☐
Yes ☐ No ☐ NA
7 Utility Clearances (Others) NA

Identification of overground utilities Yes ☐ No ☐ NA
7.1 NA
in RoW ☐
Identification of underground
Yes ☐ No ☐ NA
7.2 utilities using GPR, Induction NA
Locator or equivalent technologies ☐

Name/ Details of consultation with Yes ☐ No ☐ NA


7.3
local authority/ people ☐
Utility relocation plan with existing
/ proposed location showing Yes ☐ No ☐ NA
7.4 NA
existing RoW and topographic ☐
details
Yes ☐ No ☐ NA
7.5 Cost for relocation as per authority

Date of proposal submission to Yes ☐ No ☐ NA
7.6
competent authority ☐
Review of utility relocation plan/ Yes ☐ No ☐ NA
7.7 NA
proposal by client ☐
Yes ☐ No ☐ NA
8 Railway Clearances NA

Identification of ROB/ RUB on Yes ☐ No ☐ NA
8.1 NA
project corridor ☐
Initial consultation with competent Yes ☐ No ☐ NA
8.2 NA
authority ☐
Date of proposal submission to Yes ☐ No ☐ NA
8.3
competent authority ☐
Yes ☐ No ☐ NA
8.4 Review of GAD/ proposal by client NA

Yes ☐ No ☐ NA
9 Other Clearances NA

Requirement for other clearances Yes ☐ No ☐ NA
9.1 NA
identified ☐

253
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Date of proposal submission to Yes ☐ No ☐ NA
9.2
competent authority ☐
Yes ☐ No ☐ NA
9.3 Review of proposal by client NA

Yes ☐ No ☐ NA
10 Land Acquisition NA

Detailed schedule about acquisition Yes ☐ No ☐ NA
10.1 NA
of landholdings as per land records ☐
Yes ☐ No ☐ NA
10.2 Consultation with affected persons NA

Name/ Details of consultation with Yes ☐ No ☐ NA
10.3
NGOs ☐
Name/ Details of consultation with Yes ☐ No ☐ NA
10.4
concerned government agencies ☐
Total land required, land area
Yes ☐ No ☐ NA
10.5 already available , land to be
acquired identified ☐

Review of land acquisition using Yes ☐ No ☐ NA


10.6 NA
digital cadastral map by client ☐
Yes ☐ No ☐ NA
10.7 Draft 3a notification submitted NA

Yes ☐ No ☐ NA
10.8 Review of 3a notification by client NA

Yes ☐ No ☐ NA
10.9 Date of 3a gazette notification

Yes ☐ No ☐ NA
10.10 Draft 3a notification submitted NA

Yes ☐ No ☐ NA
10.11 Review of 3A notification by client NA

Yes ☐ No ☐ NA
10.12 Date of 3A gazette notification

Conclusions and Yes ☐ No ☐ NA
11 NA
recommendations ☐
Yes ☐ No ☐ NA
11.1 Conclusions and recommendations NA

Report fulfils project objectives and Yes ☐ No ☐ NA
11.2 NA
scope as per RFP ☐
Report reviewed for errors and Yes ☐ No ☐ NA
11.3 NA
omissions ☐

254
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Compliance report prepared on Yes ☐ No ☐ NA
11.4 NA
client observations ☐

255
DPR Checklist – Stage 4 – Detailed Project Report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
1 Main Report NA

Introduction and project Yes ☐ No ☐ NA
2 NA
background ☐

Overview of project location, project Yes ☐ No ☐ NA


2.1 NA
objectives etc. ☐

Overview of report structure, Yes ☐ No ☐ NA


2.2 NA
deliverables etc. ☐
Yes ☐ No ☐ NA
3 Social analysis of the project NA

Project impact on stakeholders such Yes ☐ No ☐ NA


3.1 NA
as local people ☐

Project impact on residential, Yes ☐ No ☐ NA


3.2 NA
commercial and public properties ☐

Any other details relevant to the Yes ☐ No ☐ NA


3.3 NA
project ☐
Yes ☐ No ☐ NA
4 Reconnaissance survey NA

Geometric Features of the Existing
Road
Design Speed
 Sight distance details Yes ☐ No ☐ NA
4.1

 Horizontal Alignment Details
 Vertical Alignment Details
 Height of Embankment
Topographical Survey using LiDAR
(or equivalent technology) as per
IRC:SP:19 Yes ☐ No ☐ NA
4.2 NA
 Gradient ☐
 Terrain

Pavement composition and condition Yes ☐ No ☐ NA


4.3 NA
survey as per IRC:SP:19 ☐

256
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Pavement roughness survey as per Yes ☐ No ☐ NA


4.4 Na
IRC:SP:16 ☐

Pavement structural strength survey Yes ☐ No ☐ NA


4.5 NA
as per IRC:81 ☐
Geological Survey
Yes ☐ No ☐ NA
4.6  Geological Map of the Area NA

 Seismicity
Climatic Conditions
 Temperature Yes ☐ No ☐ NA
4.7 NA
 Rainfall ☐
 Wind
Land Use along the existing
alignment
Yes ☐ No ☐ NA
4.8  Map of the Project Area NA

depicting
Agricultural/Habitation/Forest Area
Details of Existing Structures
 Map of the Project Area
depicting Yes ☐ No ☐ NA
4.9 NA
Hutments/Buildings/Temples/Public ☐
Building/Any Other Significant
Structure

Inventory and condition survey of Yes ☐ No ☐ NA


4.10 NA
culverts ☐

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


4.11 NA
explorations as per IRC:78 ☐

Number of Bore holes dug (holes for Yes ☐ No ☐ NA


4.12
every pier and abutment) ☐

Field testing, soil sampling, Yes ☐ No ☐ NA


4.13 NA
laboratory testing as per IRC: 78 ☐

Recommendation of Foundation Yes ☐ No ☐ NA


4.14
Type and Depth ☐

Hydrological investigations as per Yes ☐ No ☐ NA


4.15 NA
IRC:5 ☐
High Flood Level specified Yes ☐ No ☐ NA
4.16 NA

Depth of Water Table specified Yes ☐ No ☐ NA
4.17 NA

Ponded Water Level specified Yes ☐ No ☐ NA
4.18 NA

257
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Materials Survey conducted as per Yes ☐ No ☐ NA
4.19 IRC:SP:19 NA

Sources of Naturally Occurring
Aggregates specified
 Details of Borrow Pits with Yes ☐ No ☐ NA
4.20
Distance from Project Site ☐
 Cost of
Material/Transportation
Sources of environmentally friendly
Yes ☐ No ☐ NA
4.20.1 construction materials identified as NA
per MoRT&H circular ☐

Sources of Manufactured Items


specified
 Details of Suppliers with Yes ☐ No ☐ NA
4.21 NA
Distance from Project Site ☐
 Cost of
Material/Transportation
Source of Water for construction Yes ☐ No ☐ NA
4.22 specified as per IS:456 NA

Any other details relevant to the Yes ☐ No ☐ NA


4.23 NA
project ☐
Traffic studies and demand Yes ☐ No ☐ NA
5 NA
forecast designs ☐
Classified traffic volume counts using Yes ☐ No ☐ NA
5.1 NA
IHMCL data (7 day data) ☐
Traffic projection methodology as Yes ☐ No ☐ NA
5.2 NA
per IRC:108 ☐
Yes ☐ No ☐ NA
5.3 Projected Traffic data for 20 years NA

Yes ☐ No ☐ NA
5.4 Current and Projected PCU

Yes ☐ No ☐ NA
5.5 Current and Projected TVU

Origin destination surveys as per Yes ☐ No ☐ NA
5.6 NA
IRC: 102 ☐
Speed and delay studies as per Yes ☐ No ☐ NA
5.7 NA
IRC:102 ☐
Traffic surveys for the design of road Yes ☐ No ☐ NA
5.8 NA
junctions as per data in IRC: SP:41 ☐
Analysis for replacing railway level
Yes ☐ No ☐ NA
5.9 crossings with over bridges/ NA
subways ☐

258
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
5.10 Axle load survey as per IRC:SP:19 NA

Any other details relevant to the Yes ☐ No ☐ NA
5.11 NA
project ☐
Traffic surveys monitored and Yes ☐ No ☐ NA
5.12 NA
reviewed by the client ☐
Yes ☐ No ☐ NA
6 Cost estimates NA

Yes ☐ No ☐ NA
6.1 Project costing as per latest SoR NA

Yes ☐ No ☐ NA
7 Environmental aspects NA

Environment profile of the project Yes ☐ No ☐ NA


7.1 NA
region ☐
Details of Public consultation at
Yes ☐ No ☐ NA
7.2 residential and commercial NA
settlements affected ☐

Impact analysis and mitigation Yes ☐ No ☐ NA


7.3 NA
measures ☐
Yes ☐ No ☐ NA
8 Economic and commercial analysis NA

Yes ☐ No ☐ NA
8.1 NA
Estimated cost details ☐
Yes ☐ No ☐ NA
8.2 NA
Projected revenues details ☐
Yes ☐ No ☐ NA
8.3 NA
Assumptions stated ☐

Analysis and results (IRR, Sensitivity Yes ☐ No ☐ NA


8.4 NA
Analysis, Financial Viability) ☐
Yes ☐ No ☐ NA
8.5 Conclusions and recommendations NA

Financial model shared with client Yes ☐ No ☐ NA
8.6 NA
and reviewed ☐

Conclusions and Yes ☐ No ☐ NA


9 NA
recommendations ☐

Report fulfils project objectives and Yes ☐ No ☐ NA


9.1 NA
scope as per RFP ☐

Report reviewed for errors and Yes ☐ No ☐ NA


9.2 NA
omissions ☐

259
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Compliance report prepared on Yes ☐ No ☐ NA


9.3 NA
client observations ☐
Yes ☐ No ☐ NA
10 Design Report NA

Yes ☐ No ☐ NA
10.1 NA
Highway improvement proposals ☐
Yes ☐ No ☐ NA
10.2 NA
Highway geometric designs ☐
Yes ☐ No ☐ NA
10.3 NA
Roadside drainage ☐
Yes ☐ No ☐ NA
10.4 NA
Intersections ☐
Yes ☐ No ☐ NA
10.5 NA
Urban service roads ☐
Yes ☐ No ☐ NA
10.6 NA
Bus-stops ☐
Yes ☐ No ☐ NA
10.7 NA
Toll plazas ☐
Yes ☐ No ☐ NA
10.8 NA
Pedestrian crossings ☐
Yes ☐ No ☐ NA
10.9 NA
Utility relocation ☐
Yes ☐ No ☐ NA
10.10 NA
Pavement ☐
Yes ☐ No ☐ NA
10.11 NA
Structures ☐

Any other details relevant to the Yes ☐ No ☐ NA


10.12 NA
project ☐

Pavement deflection survey as per Yes ☐ No ☐ NA


10.13 NA
IRC 81-1997 ☐
Any other details relevant to the Yes ☐ No ☐ NA
10.14 NA
project ☐
Yes ☐ No ☐ NA
11 Materials Report NA

Yes ☐ No ☐ NA
11.1 NA
Material investigations as per IRC:10 ☐

Review of material investigations by Yes ☐ No ☐ NA


11.2 NA
client ☐

260
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
11.3 NA
Multiple borrow areas identified ☐
Yes ☐ No ☐ NA
11.4 NA
Material survey as per IRC: SP: 19 ☐
Yes ☐ No ☐ NA
11.5 NA
Review of material survey by client ☐

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


11.6 NA
explorations as per IRC:78 ☐

Review of geo-technical and sub-soil Yes ☐ No ☐ NA


11.7 NA
explorations by client ☐
Field testing, soil sampling,
Yes ☐ No ☐ NA
11.8 laboratory testing in accordance with NA
BIS/ AASHTO/ BS ☐

Pavement composition and condition Yes ☐ No ☐ NA


11.9 NA
survey as per IRC:SP:19 ☐

11.10 Review of pavement composition and Yes ☐ No ☐ NA NA


condition survey by client ☐

Pavement roughness survey as per Yes ☐ No ☐ NA


11.11 NA
IRC:SP:16 ☐

Review of pavement roughness Yes ☐ No ☐ NA


11.12 NA
survey by client ☐

Pavement structural strength survey Yes ☐ No ☐ NA


11.13 NA
as per IRC:81 ☐

Review of pavement structural Yes ☐ No ☐ NA


11.14 NA
strength survey by client ☐

Water sample tests as per MoRTH Yes ☐ No ☐ NA


11.15 NA
specifications ☐

Any other details relevant to the Yes ☐ No ☐ NA


11.16 NA
project ☐
Environmental Assessment
Yes ☐ No ☐ NA
12 Report/ Resettlement and NA
Rehabilitation Plan ☐

Option for alignment alternatives Yes ☐ No ☐ NA


12.1 NA
considered and conclusions ☐
Land environment data collection
Yes ☐ No ☐ NA
12.2 and details/ impact/ mitigation NA
measures ☐

Air environment data collection and Yes ☐ No ☐ NA


12.3 NA
details/ impact/ mitigation measures ☐

261
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Water resources details/ impact/ Yes ☐ No ☐ NA


12.4 NA
mitigation measures ☐

Noise environment details/ impact/ Yes ☐ No ☐ NA


12.5 NA
mitigation measures ☐

Biological environment details/ Yes ☐ No ☐ NA


12.6 NA
impact/ mitigation measures ☐
Yes ☐ No ☐ NA
12.7 NA
Details of public consultation ☐

Environment monitoring and Yes ☐ No ☐ NA


12.8 NA
management plan ☐
Yes ☐ No ☐ NA
12.9 NA
Details of social impact assessment ☐

Details of resettlement and Yes ☐ No ☐ NA


12.10 NA
rehabilitation action plan ☐
Yes ☐ No ☐ NA
12.11 NA
Measures to minimize resettlement ☐

Details of public consultation with Yes ☐ No ☐ NA


12.12 NA
stakeholders ☐

Details of implementation Yes ☐ No ☐ NA


12.13 NA
arrangement / budget ☐

Any other details relevant to the Yes ☐ No ☐ NA


12.14 NA
project ☐
Yes ☐ No ☐ NA
13 NA
Technical Specifications ☐

MoRTH technical specifications for Yes ☐ No ☐ NA


13.1 NA
Roads and Bridge works followed ☐
Yes ☐ No ☐ NA
13.2 NA
Details of technical specifications ☐
Yes ☐ No ☐ NA
14 NA
Rate Analysis ☐

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


14.1 NA
per latest SoR ☐
Yes ☐ No ☐ NA
15 NA
Cost Estimates ☐

Cost estimates for all relevant items Yes ☐ No ☐ NA


15.1 NA
as per latest SoR ☐
Yes ☐ No ☐ NA
16 NA
Bill of quantities ☐

262
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
17 NA
Drawing Volume ☐
18 Digital drawings of road
Yes ☐ No ☐ NA
18.1
Highway cross sections ☐
3D engineered models of:
 Road alignment geometry Yes ☐ No ☐ NA
18.2
 Proposed highway ☐
 Proposed structures

263
DPR Checklist – Stage 5 – Technical Schedules (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Bid documents- EPC Yes ☐ No ☐ NA ☐ NA
2 Bid documents- BOT/PPP Yes ☐ No ☐ NA ☐ NA
3 Bid documents- other, if any Yes ☐ No ☐ NA ☐ NA
4 Draft concession agreement Yes ☐ No ☐ NA ☐ NA
Schedule D - Specifications and
4 Yes ☐ No ☐ NA ☐ NA
standards
5 Any other relevant details Yes ☐ No ☐ NA ☐ NA

264
DPR Checklist – Stage 6 – LA and Clearances II Report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
1 Executive Summary NA

Yes ☐ No ☐ NA
2 Environment Clearance NA

Details of public hearings Yes ☐ No ☐ NA
2.1
completed ☐
Date of final environment clearance Yes ☐ No ☐ NA
2.2
by competent authority ☐
Yes ☐ No ☐ NA
3 Forest Clearance NA

Date/ Details of Joint site
Yes ☐ No ☐ NA
3.1 inspection with DFO/ competent
authority ☐

Date of Stage I forest clearance Yes ☐ No ☐ NA


3.2
approval by competent authority ☐
Date of final forest clearance Yes ☐ No ☐ NA
3.3
approval by competent authority ☐
Yes ☐ No ☐ NA
4 Wildlife Clearance NA

Date/ Details of joint site
Yes ☐ No ☐ NA
4.1 inspection with DFO/ competent
authority ☐

Date of final wildlife clearance Yes ☐ No ☐ NA


4.2
approval by competent authority ☐
Yes ☐ No ☐ NA
5 Utility Clearances (Electricity) NA

Date/ Details of Joint site
Yes ☐ No ☐ NA
5.1 inspection with competent
authority ☐

Date of estimate submission by Yes ☐ No ☐ NA


5.2
competent authority ☐

265
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Date of estimate approval by Yes ☐ No ☐ NA
5.3
competent authority ☐
Approved utility shifting proposal Yes ☐ No ☐ NA
5.4
including strip plan ☐
Details of approved contractors,
Yes ☐ No ☐ NA
5.5 SoR and deposit details for user NA
agency ☐

Utilities checklist, no upgradation Yes ☐ No ☐ NA


5.6
certificate attached ☐
Date of estimate submission by Yes ☐ No ☐ NA
6.2
competent authority ☐
Date of estimate approval by Yes ☐ No ☐ NA
6.3
competent authority ☐
Approved utility shifting proposal Yes ☐ No ☐ NA
6.4
including strip plan ☐
Details of approved contractors,
Yes ☐ No ☐ NA
6.5 SoR and deposit details for user NA
agency ☐

Utilities checklist, no upgradation Yes ☐ No ☐ NA


6.6
certificate attached ☐
Date of estimate submission by Yes ☐ No ☐ NA
7.2
competent authority ☐
Date of estimate approval by Yes ☐ No ☐ NA
7.3
competent authority ☐
Approved utility shifting proposal Yes ☐ No ☐ NA
7.4
including strip plan ☐
Details of approved contractors,
Yes ☐ No ☐ NA
7.5 SoR and deposit details for user NA
agency ☐

Utilities checklist, no upgradation Yes ☐ No ☐ NA


7.6
certificate attached ☐
Date of final approval of GAD by Yes ☐ No ☐ NA
8.2
competent authority ☐
Yes ☐ No ☐ NA
9 Other Clearances NA

Date of final approval by competent Yes ☐ No ☐ NA
9.1
authority ☐
Yes ☐ No ☐ NA
10 Land Acquisition NA

266
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
10.1 Draft 3a notification submitted

Yes ☐ No ☐ NA
10.2 Review of 3a notification by client

Yes ☐ No ☐ NA
10.3 Date of 3a gazette notification

Yes ☐ No ☐ NA
10.4 Draft 3a notification submitted

Yes ☐ No ☐ NA
10.5 Review of 3A notification by client

Yes ☐ No ☐ NA
10.6 Date of 3A gazette notification

Date of Joint Measurement Survey Yes ☐ No ☐ NA
10.7
with competent authority ☐
10.7.1 Date of survey - village wise Yes ☐ No ☐ NA
NA

10.7.2 Land type –by survey number Yes ☐ No ☐ NA
NA

10.7.3 Nature of Land –by survey number Yes ☐ No ☐ NA
NA

10.7.4 Ownership status of plots- by Yes ☐ No ☐ NA
survey number NA

10.7.5 Verification of area to be acquired – Yes ☐ No ☐ NA
by survey number NA

10.7.6 List of structures on each plot Yes ☐ No ☐ NA
NA

10.7.7 Sketches of updated alignment by Yes ☐ No ☐ NA
village NA

10.7.8 Verification from Land revenue Yes ☐ No ☐ NA
department NA

10.7.9 Verification by CALA office Yes ☐ No ☐ NA
NA

267
1.2.1 DPR Checklist – Stage 7 – Award determination
(Pavements)

General Details
Project Name
Consultant's Name
Date of Review

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

268
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Compliance report prepared on
4.4 Yes ☐ No ☐ NA ☐ NA
client observations

1.2.2 DPR Checklist – Stage 8 – Land possession report


(Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Village level summary Yes ☐ No ☐ NA ☐ NA
Total private and public land being
2.1 Yes ☐ No ☐ NA ☐ NA
acquired
Date of final award by CALA and
2.2
approval by NHAI
Status of disbursement on date of
2.3 receipt of Land possession Yes ☐ No ☐ NA ☐ NA
certificate
Key issues being faced in
2.4 Yes ☐ No ☐ NA ☐ NA
completing land acquisition, if any
3 In detail for each Village Yes ☐ No ☐ NA ☐ NA
Updated land acquisition tracker
with status of:
3.1  Notifications Yes ☐ No ☐ NA ☐ NA
 Award
 Disbursement
3.2 Final award and claims report Yes ☐ No ☐ NA ☐ NA
Copies of notifications published,
3.3 land possession certificates Yes ☐ No ☐ NA ☐ NA
received
Conclusions and
4 Yes ☐ No ☐ NA ☐ NA
recommendations
4.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and
4.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP

269
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Report reviewed for errors and
4.3 Yes ☐ No ☐ NA ☐ NA
omissions
Compliance report prepared on
4.4 Yes ☐ No ☐ NA ☐ NA
client observations
GIS Map containing digitsed
5 details of land parcels acquired Yes ☐ No ☐ NA ☐ NA
with all relevant details

270
Annexure III: Checklists for Structures such as ROB/ RUB
DPR Checklist – Stage 1 – Inception Report (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Project Appreciation Yes ☐ No ☐ NA ☐ NA
2.1 Location of site office Yes ☐ No ☐ NA ☐
Review of scope of ToR and gap
2.2 Yes ☐ No ☐ NA ☐ NA
identification
Details of key departments for
2.3 Yes ☐ No ☐ NA ☐
documents
Project description
 Existing LC number
2.4 Yes ☐ No ☐ NA ☐
 Start and End Chainage
 Village/District
Project location map
 On State Map
2.5  On District Map Yes ☐ No ☐ NA ☐
 Latitude & Longitude
Coordinates of the LC
Details of Existing Level Crossing
 Number of Railway Tracks
2.6  Type of Railway Tracks Yes ☐ No ☐ NA ☐
(Broad/Metre/Narrow)
 No. of trains per day
Justification for need of an
2.7 Yes ☐ No ☐ NA ☐ NA
ROB/RUB (on basis of TVU count)
2.8 Overview of land use plans Yes ☐ No ☐ NA ☐ NA
Overview of existing pavement
conditions
 Number of Lanes
2.9 Yes ☐ No ☐ NA ☐
 Type of Pavement
(Flexible/Rigid/Surfaced/Unsurfac
ed)

271
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
2.10 Existing right of way details Yes ☐ No ☐ NA ☐
Any other details relevant to the
2.11 Yes ☐ No ☐ NA ☐ NA
project
3 Approach Methodology Yes ☐ No ☐ NA ☐ NA
Engineering survey and
3.1 Yes ☐ No ☐ NA ☐ NA
investigations
Design of road, pavements and
3.2 Yes ☐ No ☐ NA ☐ NA
structures
Environment and social impact
3.3 Yes ☐ No ☐ NA ☐ NA
assessment
Estimation of project cost, viability
3.4 Yes ☐ No ☐ NA ☐ NA
and financing options
Any other details relevant to the
3.5 Yes ☐ No ☐ NA ☐ NA
project
Task Assignment and Manning
4 Yes ☐ No ☐ NA ☐ NA
Schedule
4.1 Number of key personnel provided Yes ☐ No ☐ NA ☐
Specific tasks assigned to each key
4.2 Yes ☐ No ☐ NA ☐ NA
personnel
Manning schedule for key
4.3 Yes ☐ No ☐ NA ☐ NA
personnel
Number of key personnel deployed
4.4 Yes ☐ No ☐ NA ☐
at site
5 Performa for data collection Yes ☐ No ☐ NA ☐ NA
Indicative Design standards and
6 Yes ☐ No ☐ NA ☐ NA
cross sections
7 Development plans Yes ☐ No ☐ NA ☐ NA
Overview of development plans
7.1 being implemented/ proposed by Yes ☐ No ☐ NA ☐ NA
local bodies
Overview of impact of such
7.2 Yes ☐ No ☐ NA ☐ NA
development plans
8 Quality Assurance Plan Yes ☐ No ☐ NA ☐ NA
Engineering surveys and
8.1 Yes ☐ No ☐ NA ☐ NA
investigation
8.2 Traffic surveys Yes ☐ No ☐ NA ☐ NA
Material geo-technical and sub-soil
8.3 Yes ☐ No ☐ NA ☐ NA
investigations
8.4 Road and pavement investigations Yes ☐ No ☐ NA ☐ NA
Investigation and design of bridges
8.5 Yes ☐ No ☐ NA ☐ NA
and structures

272
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
8.6 Environment and R&R assessment Yes ☐ No ☐ NA ☐ NA
8.7 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA
8.8 Drawing and documentation Yes ☐ No ☐ NA ☐ NA
Discussion of draft QAP document
8.9 Yes ☐ No ☐ NA ☐ NA
with client
Approval of final QAP document by
8.10 Yes ☐ No ☐ NA ☐ NA
client
Any other details relevant to the
8.11 Yes ☐ No ☐ NA ☐ NA
project
9 Draft design standards Yes ☐ No ☐ NA ☐ NA
Geometric design standards of
9.1 Yes ☐ No ☐ NA ☐ NA
bridges (Plain)
Geometric design standards of
9.2 Yes ☐ No ☐ NA ☐ NA
bridges (Hilly)
Any other details relevant to the
9.3 Yes ☐ No ☐ NA ☐ NA
project
Conclusions and
10 Yes ☐ No ☐ NA ☐ NA
recommendations
10.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives
10.2 Yes ☐ No ☐ NA ☐ NA
and scope as per RFP
Report reviewed for errors and
10.3 Yes ☐ No ☐ NA ☐ NA
omissions
Compliance report prepared on
10.4 Yes ☐ No ☐ NA ☐ NA
client observations

273
DPR Checklist – Stage 2 – Feasibility Report (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
1 Executive Summary NA

Overview of client organization / Yes ☐ No ☐ NA
2 NA
activities ☐
Methodology adopted for Yes ☐ No ☐ NA
3 NA
feasibility study ☐
Socioeconomic profile of the Yes ☐ No ☐ NA
4 NA
project areas ☐
Regional economic profile basis last Yes ☐ No ☐ NA
4.1 NA
10 years data as per IRC ☐
Economic profile of project influence
Yes ☐ No ☐ NA
4.2 area basis last 10 years data as per NA
IRC ☐

Socio Economic status of project Yes ☐ No ☐ NA


4.3 NA
influence area ☐
Indicative design standards, Yes ☐ No ☐ NA
5 NA
methodologies, and specifications ☐
Yes ☐ No ☐ NA
6 Traffic surveys and analysis NA

Classified traffic volume counts using Yes ☐ No ☐ NA
6.1 NA
IHMCL data (7 day) ☐
Traffic projection methodology as Yes ☐ No ☐ NA
6.2 NA
per IRC:108 ☐
Yes ☐ No ☐ NA
6.3 Projected Traffic data for 20 years NA

Yes ☐ No ☐ NA
6.4 Current and Projected PCU

Yes ☐ No ☐ NA
6.5 Current and Projected TVU

Yes ☐ No ☐ NA
6.6 Axle load survey as per IRC:SP:19 NA

274
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Any other details relevant to the Yes ☐ No ☐ NA
6.7 NA
project ☐
Traffic surveys monitored and Yes ☐ No ☐ NA
6.8 NA
reviewed by the client ☐
Yes ☐ No ☐ NA
7 Reconnaissance survey NA

Yes ☐ No ☐ NA
7.1 NA
Road Inventory as per IRC:SP:19 ☐

Review of Road Inventory Survey by Yes ☐ No ☐ NA


7.2 NA
client ☐
Geometric Features of the Existing
Road
 Design Speed
 Sight distance elements Yes ☐ No ☐ NA
7.3 NA

 Horizontal Alignment Details
 Vertical Alignment Details
 Height of Embankment
Topographical Survey as per
IRC:SP:19 using LiDAR or equivalent
technology Yes ☐ No ☐ NA
7.4 NA
 Gradient ☐
 Terrain

Review of topographical survey by Yes ☐ No ☐ NA


7.5 NA
client ☐

Pavement composition and condition Yes ☐ No ☐ NA


7.6 NA
survey as per IRC:SP:19 ☐
Geological Survey
Yes ☐ No ☐ NA
7.7  Geological Map of the Area NA

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

depicting
Agricultural/Habitation/Forest Area

275
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Details of Existing Structures
 Map of the Project Area
depicting Yes ☐ No ☐ NA
7.10 NA
Hutments/Buildings/Temples/Public ☐
Building/Any Other Significant
Structure

Inventory and condition survey of Yes ☐ No ☐ NA


7.11 NA
culverts ☐

Any other details relevant to the Yes ☐ No ☐ NA


7.12 NA
project ☐
Yes ☐ No ☐ NA
8 Geotechnical Survey NA

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


8.1 NA
explorations as per IRC:78 ☐

Number of Bore holes dug (holds for Yes ☐ No ☐ NA


8.2
every pier and abutment) ☐

Review of geo-technical and sub-soil Yes ☐ No ☐ NA


8.3 NA
explorations by client ☐

Field testing, soil sampling, Yes ☐ No ☐ NA


8.4 NA
laboratory testing as per IRC:78 ☐

Recommendation of Foundation Yes ☐ No ☐ NA


8.5
Type and Depth ☐

Any other details relevant to the Yes ☐ No ☐ NA


8.6 NA
project ☐
Yes ☐ No ☐ NA
9 NA
Hydraulic & Hydrological Survey ☐

Hydrological investigations as per Yes ☐ No ☐ NA


9.1 NA
IRC:5 and IRC: 13 ☐
High Flood Level specified Yes ☐ No ☐ NA
9.2 NA

Depth of Water Table specified Yes ☐ No ☐ NA
9.3 NA

Ponded Water Level specified Yes ☐ No ☐ NA
9.4 NA

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

Review of Hydrological Survey by the Yes ☐ No ☐ NA
9.6 client NA

Materials Survey Yes ☐ No ☐ NA
10 NA

276
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Materials Survey conducted as per Yes ☐ No ☐ NA
10.1 IRC:SP:19 NA

Sources of Naturally Occurring
Aggregates specified
 Details of Borrow Pits with Yes ☐ No ☐ NA
10.2
Distance from Project Site ☐
 Cost of
Material/Transportation
Sources of Manufactured Items
specified
 Details of Suppliers with Yes ☐ No ☐ NA
10.3 NA
Distance from Project Site ☐
 Cost of
Material/Transportation
Source of Water for construction Yes ☐ No ☐ NA
10.4 specified as per IS:456 NA

Any other details relevant to the Yes ☐ No ☐ NA


10.5 NA
project ☐
Determination of whether ROB or Yes ☐ No ☐ NA
11 RUB is appropriate NA

Justification of whether ROB or RUB Yes ☐ No ☐ NA
11.1 should be built NA

Review of justification by client Yes ☐ No ☐ NA
11.2 NA

Yes ☐ No ☐ NA
12 Alignment Options Study NA

At least two alignments proposed Yes ☐ No ☐ NA
12.1 NA
 Details of Alignments on Map ☐
Review of options with client Yes ☐ No ☐ NA
12.2 NA

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

Length of the project along proposed Yes ☐ No ☐ NA
12.3 alignment options NA

Land Acquisition required along Yes ☐ No ☐ NA
12.4 alignment options NA

Cost Estimates of alternatives Yes ☐ No ☐ NA
12.5 NA

Recommended Alignment with Yes ☐ No ☐ NA
12.6 Justification ☐

277
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Skew Angle of Proposed Alignment Yes ☐ No ☐ NA
12.7 Specified ☐
Environmental impact of each option Yes ☐ No ☐ NA
12.7.1

Review of road geometry and safety Yes ☐ No ☐ NA
12.7.2 for each option NA

Traffic Diversion Route Specified Yes ☐ No ☐ NA
12.9 NA

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

Environmental screening/
Yes ☐ No ☐ NA
13 preliminary environmental NA
assessment ☐

Analysis basis Initial Environment Yes ☐ No ☐ NA


13.1 NA
Examination in IRC: SP: 19 ☐
Recommended feasible mitigation Yes ☐ No ☐ NA
13.2 NA
measures ☐
Initial social assessment/ Yes ☐ No ☐ NA
14 NA
preliminary LA resettlement plan ☐
Analysis basis Initial Environment Yes ☐ No ☐ NA
14.1 NA
Examination in IRC: SP: 19 ☐
Details of consultation with Yes ☐ No ☐ NA
14.2 NA
potentially affected persons ☐
Details of consultation with local Yes ☐ No ☐ NA
14.3 NA
NGOs ☐
Details of consultation with Yes ☐ No ☐ NA
14.4 NA
municipal authorities ☐
Yes ☐ No ☐ NA
14.5 Preliminary resettlement plan NA

Any other details relevant to the Yes ☐ No ☐ NA
14.6 NA
project ☐
Yes ☐ No ☐ NA
15 Cost estimates NA

Yes ☐ No ☐ NA
15.1 Item rates and rate analysis NA

Yes ☐ No ☐ NA
15.2 Escalation NA

Yes ☐ No ☐ NA
16 Economic and financial analysis NA

278
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
16.1 Estimated cost details NA

Yes ☐ No ☐ NA
16.2 Projected revenues details NA

Yes ☐ No ☐ NA
16.3 Assumptions stated NA

Analysis and results
 IRR Yes ☐ No ☐ NA
16.4 NA
 Sensitivity Analysis ☐
 Financial Viability
Any other details relevant to the Yes ☐ No ☐ NA
16.5 NA
project ☐
17 Strip Plan NA
Details of center line of proposed Yes ☐ No ☐ NA
17.1 NA
structure ☐
Yes ☐ No ☐ NA
17.2 Details of existing RoW

Yes ☐ No ☐ NA
17.3 Details of proposed RoW

Details about ownership of land to be Yes ☐ No ☐ NA
17.4 NA
acquired ☐
Strip plan basis reconnaissance and Yes ☐ No ☐ NA
17.5 NA
topographic surveys ☐
Strip plan reviewed and approved by Yes ☐ No ☐ NA
17.6 NA
the client ☐
Any other details relevant to the Yes ☐ No ☐ NA
17.7 NA
project ☐
Strip plan- additional details Yes ☐ No ☐ NA
11 NA
added ☐
Details of centreline, existing
Yes ☐ No ☐ NA
11.1 structures, road furniture and other NA
features ☐

Yes ☐ No ☐ NA
11.2 Widening scheme NA

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

Yes ☐ No ☐ NA
11.5 Clearances impacting each chainage NA

279
DPR Checklist – Stage 3 – LA and Clearances I Report (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
1 Executive Summary NA

Yes ☐ No ☐ NA
2 Environment Clearance NA

Requirement for environment Yes ☐ No ☐ NA
2.1 NA
clearance identified ☐
Date/ Details of Initial consultation Yes ☐ No ☐ NA
2.2
with competent authority ☐
Date of submission of draft EIA Yes ☐ No ☐ NA
2.3 NA
report/ proposal for clearance ☐
Review of proposal/ EIA report by Yes ☐ No ☐ NA
2.4 NA
client ☐
Yes ☐ No ☐ NA
3 Forest Clearance NA

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

Yes ☐ No ☐ NA
4 Wildlife Clearance NA

Requirement for wildlife clearance Yes ☐ No ☐ NA
4.1 NA
identified ☐
Date/ Details of initial consultation Yes ☐ No ☐ NA
4.2
with competent authority ☐

280
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Details/cost of trees being felled Yes ☐ No ☐ NA
4.3
basis concerned District Forest Office ☐
Date of submission of proposal for Yes ☐ No ☐ NA
4.4
wildlife clearance ☐
Yes ☐ No ☐ NA
4.5 Review of proposal by client NA

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

Yes ☐ No ☐ NA
5.1 Identification of overground utilities NA

Identification of underground
Yes ☐ No ☐ NA
5.2 utilities using GPR, Induction Locator NA
or equivalent technologies ☐

Name/ Details of consultation with Yes ☐ No ☐ NA


5.3
local authority/ people ☐
Utility relocation plan with existing /
Yes ☐ No ☐ NA
5.4 proposed location showing existing NA
RoW and topographic details ☐

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

Date of proposal submission to Yes ☐ No ☐ NA
5.6
competent authority ☐
Review of utility relocation plan/ Yes ☐ No ☐ NA
5.7 NA
proposal by client ☐
Yes ☐ No ☐ NA
6 Utility Clearances (Water) NA

Identification of overground utilities Yes ☐ No ☐ NA
6.1 NA
in RoW ☐
Identification of underground
Yes ☐ No ☐ NA
6.2 utilities using GPR, Induction Locator NA
or equivalent technologies ☐

Name/ Details of consultation with Yes ☐ No ☐ NA


6.3
local authority/ people ☐
Utility relocation plan with existing /
Yes ☐ No ☐ NA
6.4 proposed location showing existing NA
RoW and topographic details ☐

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

Date of proposal submission to Yes ☐ No ☐ NA
6.6 NA
competent authority ☐

281
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Review of utility relocation plan/ Yes ☐ No ☐ NA
6.7 NA
proposal by client ☐
Yes ☐ No ☐ NA
7 Utility Clearances (Others) NA

Identification of overground utilities Yes ☐ No ☐ NA
7.1 NA
in RoW ☐
Identification of underground
Yes ☐ No ☐ NA
7.2 utilities using GPR, Induction Locator NA
or equivalent technologies ☐

Name/ Details of consultation with Yes ☐ No ☐ NA


7.3
local authority/ people ☐
Utility relocation plan with existing /
Yes ☐ No ☐ NA
7.4 proposed location showing existing NA
RoW and topographic details ☐

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

Date of proposal submission to Yes ☐ No ☐ NA
7.6
competent authority ☐
Review of utility relocation plan/ Yes ☐ No ☐ NA
7.7 NA
proposal by client ☐
Yes ☐ No ☐ NA
8 Railway Clearances NA

Identification of ROB/ RUB on Yes ☐ No ☐ NA
8.1 NA
project corridor ☐
Initial consultation with competent Yes ☐ No ☐ NA
8.2 NA
authority ☐
Date of proposal submission to Yes ☐ No ☐ NA
8.3
competent authority ☐
Yes ☐ No ☐ NA
8.4 Review of GAD/ proposal by client NA

Yes ☐ No ☐ NA
9 Other Clearances NA

Requirement for other clearances Yes ☐ No ☐ NA
9.1 NA
identified ☐
Date of proposal submission to Yes ☐ No ☐ NA
9.2
competent authority ☐
Yes ☐ No ☐ NA
9.3 Review of proposal by client NA

Yes ☐ No ☐ NA
10 Land Acquisition NA

282
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Detailed schedule about acquisition Yes ☐ No ☐ NA
10.1 NA
of landholdings as per land records ☐
Yes ☐ No ☐ NA
10.2 Consultation with affected persons NA

Name/ Details of consultation with Yes ☐ No ☐ NA
10.3
NGOs ☐
Name/ Details of consultation with Yes ☐ No ☐ NA
10.4
concerned government agencies ☐
Total land required, land area
Yes ☐ No ☐ NA
10.5 already available , land to be
acquired identified ☐

Review of land acquisition using Yes ☐ No ☐ NA


10.6 NA
digital cadastral map by client ☐
Strip plan- additional details Yes ☐ No ☐ NA
11 NA 11
added ☐
Details of centreline, existing
Yes ☐ No ☐ NA
11.1 structures, road furniture and other NA 11.1
features ☐

Yes ☐ No ☐ NA
11.2 Widening scheme NA 11.2

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

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

Conclusions and Yes ☐ No ☐ NA
12 NA
recommendations ☐
Yes ☐ No ☐ NA
12.1 Conclusions and recommendations NA

Report fulfils project objectives and Yes ☐ No ☐ NA
12.2 NA
scope as per RFP ☐
Report reviewed for errors and Yes ☐ No ☐ NA
12.3 NA
omissions ☐
Compliance report prepared on Yes ☐ No ☐ NA
12.4 NA
client observations ☐

283
DPR Checklist – Stage 4 – Detailed Project Report (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐
1 Project background NA
NA ☐
Project description
 Existing LC number Yes ☐ No ☐
1.1
 Start and End Chainage NA ☐
 Village/District
Project location map
 On State Map Yes ☐ No ☐
1.2
 On District Map NA ☐
 Latitude & Longitude Coordinates of the LC
Details of Existing Level Crossing
 Number of Railway Tracks Yes ☐ No ☐
1.3
 Type of Railway Tracks (Broad/Metre/Narrow) NA ☐
 No. of trains per day
Yes ☐ No ☐
1.4 Justification for need of an ROB/RUB (on basis of TVU count) NA
NA ☐
Yes ☐ No ☐
1.5 Overview of land use plans NA
NA ☐
Overview of existing pavement conditions
 Number of Lanes Yes ☐ No ☐
1.6
 Type of Pavement NA ☐
(Flexible/Rigid/Surfaced/Unsurfaced)
Yes ☐ No ☐
1.7 Existing right of way details
NA ☐
Yes ☐ No ☐
1.8 Any other details relevant to the project NA
NA ☐
Yes ☐ No ☐
2 Social analysis of the project NA
NA ☐
Yes ☐ No ☐
2.1 NA
Project impact on stakeholders such as local people NA ☐

Project impact on residential, commercial and public Yes ☐ No ☐


2.2 NA
properties NA ☐
284
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐
2.3 NA
Any other details relevant to the project NA ☐
Yes ☐ No ☐
3 Reconnaissance survey NA
NA ☐
Geometric Features of the Existing Road
 Design Speed
 Sight distance details Yes ☐ No ☐
3.1
 Horizontal Alignment Details NA ☐
 Vertical Alignment Details
 Height of Embankment
Topographical Survey using LiDAR or equivalent technology as
per IRC:SP:19 Yes ☐ No ☐
3.2 NA
 Gradient NA ☐
 Terrain
Yes ☐ No ☐
3.3 NA
Pavement composition and condition survey as per IRC:SP:19 NA ☐
Geological Survey
Yes ☐ No ☐
3.4  Geological Map of the Area NA
NA ☐
 Seismicity
Climatic Conditions
 Temperature Yes ☐ No ☐
3.5 NA
 Rainfall NA ☐
 Wind
Land Use along the existing alignment
Yes ☐ No ☐
3.6  Map of the Project Area depicting NA
NA ☐
Agricultural/Habitation/Forest Area
Details of Existing Structures
 Map of the Project Area depicting Yes ☐ No ☐
3.7 NA
Hutments/Buildings/Temples/Public Building/Any Other NA ☐
Significant Structure
Yes ☐ No ☐
3.8 NA
Inventory and condition survey of culverts NA ☐
Yes ☐ No ☐
3.9 NA
Geo-technical and sub-soil explorations as per IRC:78 NA ☐
Yes ☐ No ☐
3.10
Number of Bore holes dug (holds for every pier and abutment) NA ☐
Yes ☐ No ☐
3.11 NA
Field testing, soil sampling, laboratory testing as per IRC: 78 NA ☐
Yes ☐ No ☐
3.12
Recommendation of Foundation Type and Depth NA ☐

285
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐
3.13 NA
Hydraulic and Hydrological investigations as per IRC:5 NA ☐
High Flood Level specified Yes ☐ No ☐
3.14 NA
NA ☐
Depth of Water Table specified Yes ☐ No ☐
3.15 NA
NA ☐
Ponded Water Level specified Yes ☐ No ☐
3.16 NA
NA ☐
Materials Survey conducted as per IRC:SP:19 Yes ☐ No ☐
3.17 NA
NA ☐
Sources of Naturally Occurring Aggregates specified
Yes ☐ No ☐
3.18  Details of Borrow Pits with Distance from Project Site
NA ☐
 Cost of Material/Transportation
Sources of Manufactured Items specified
Yes ☐ No ☐
3.19  Details of Suppliers with Distance from Project Site NA
NA ☐
 Cost of Material/Transportation
Sources of environmentally friendly construction materials Yes ☐ No ☐
3.19.1 identified as per MoRT&H circular NA
NA ☐
Source of Water for construction specified as per IS:456 Yes ☐ No ☐
3.20 NA
NA ☐
Yes ☐ No ☐
3.21 NA
Any other details relevant to the project NA ☐
Yes ☐ No ☐
4 Traffic surveys and analysis NA
NA ☐
Yes ☐ No ☐
4.1 Classified traffic volume counts using IHMCL data (7 day) NA
NA ☐
Yes ☐ No ☐
4.2 Traffic projection as per IRC:108 NA
NA ☐
Yes ☐ No ☐
4.3 Projected Traffic data for 20 years NA
NA ☐
Yes ☐ No ☐
4.4 Current and Projected PCU
NA ☐
Yes ☐ No ☐
4.5 Current and Projected TVU
NA ☐
Yes ☐ No ☐
4.6 Axle load survey as per IRC:SP:19 NA
NA ☐
Yes ☐ No ☐
4.7 Any other details relevant to the project NA
NA ☐

286
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Determination of whether ROB or RUB is appropriate Yes ☐ No ☐
5 NA
NA ☐
Justification of whether ROB or RUB should be built Yes ☐ No ☐
5.1 NA
NA ☐
Yes ☐ No ☐
6 Alignment Options Study NA
NA ☐
At least two alignments proposed Yes ☐ No ☐
6.1 NA
 Details of Alignments on Map NA ☐
Length of the project along proposed alignment options Yes ☐ No ☐
6.2 NA
NA ☐
Land Acquisition required along alignment options Yes ☐ No ☐
6.3 NA
NA ☐
Cost Estimates of alternatives Yes ☐ No ☐
6.4 NA
NA ☐
Recommended Alignment with Justification Yes ☐ No ☐
6.5
NA ☐
Skew Angle of Proposed Alignment Specified Yes ☐ No ☐
6.6
NA ☐
Traffic Diversion Route Specified Yes ☐ No ☐
6.7 NA
NA ☐
Any other details relevant to the project Yes ☐ No ☐
6.8 NA
NA ☐
Design Specifications Yes ☐ No ☐
7 NA
NA ☐
Number of Lanes Yes ☐ No ☐
7.1
NA ☐
Width of ROB
 Width of Carriageway
Yes ☐ No ☐
7.2  Width of Safety Kerbs
NA ☐
 Width of Footpath
 Any other
Proposed Number of Lanes on ROB in line with PCU as per Yes ☐ No ☐
7.3 latest MoRTH guidelines NA
NA ☐
Proposed Length of the Project
 Length of ROB
 Length of Viaduct Yes ☐ No ☐
7.4
 Length of RE Wall NA ☐
 Length of Approach Road
 Length of Service Road

287
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Span Arrangement
Yes ☐ No ☐
7.5  Span Length
NA ☐
 Number of Spans
Are all spans of standardised length as per Railways standards
(https://ircep.gov.in/RCApproval/https://ircep.gov.in/RCApproval/) Yes ☐ No ☐
7.6 NA
NA ☐
 If non-standardised, suitable justification provided
Details of Proposed Superstructure Design
 Type Yes ☐ No ☐
7.7 NA
 Details of Material Use Proposed NA ☐
 Drawings of Cross-Sections
Details of Proposed Substructure Design
Type Yes ☐ No ☐
7.8 NA
 Details of Material Use Proposed NA ☐
 Drawings of Cross-Sections
Details of Proposed Pavement Design
Type
 Details of Material Use Proposed Yes ☐ No ☐
7.9 NA
 Thickness NA ☐
 Design MSA
 Drawings of Cross-Sections
Details of Drainage Structures Proposed Yes ☐ No ☐
7.10 NA
NA ☐
Any other details relevant to the project Yes ☐ No ☐
7.11 NA
NA ☐
Yes ☐ No ☐
8 Cost estimates NA
NA ☐
Summary of Cost Estimates (Refer following subsection) Yes ☐ No ☐
8.1
NA ☐
Detailed Abstract of Cost Yes ☐ No ☐
8.2 NA
NA ☐
Detailed Bills of Quantity Yes ☐ No ☐
8.3 NA
NA ☐
Detailed Rate Analysis Yes ☐ No ☐
8.4 NA
NA ☐
Yes ☐ No ☐
9 Financial Viability NA
NA ☐
Yes ☐ No ☐
9.1 NA
Estimated cost details NA ☐
Yes ☐ No ☐
9.2 NA
Projected revenues details NA ☐

288
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐
9.3 NA
Assumptions stated NA ☐
Analysis and results
 IRR Yes ☐ No ☐
9.4
 Sensitivity Analysis NA ☐
 Financial Viability
Land Acquisition Study Yes ☐ No ☐
10 NA
NA ☐
Land Acquisition Details
 Total Land Required Yes ☐ No ☐
10.1
 Land Area already available NA ☐
 Area of Land to be Acquired
Details of LA Cost Yes ☐ No ☐
10.3
NA ☐
Utility Shifting Study Yes ☐ No ☐
11 NA
NA ☐
Results of GPR investigation Yes ☐ No ☐
11.1 NA
NA ☐
Utility relocation plan with existing / proposed location Yes ☐ No ☐
11.2 showing existing RoW and topographic details NA
NA ☐
Cost for relocation as per authority Yes ☐ No ☐
11.3
NA ☐
General Arrangement Drawing Yes ☐ No ☐
12 NA
NA ☐
Elevation of Railway Portion Yes ☐ No ☐
12.1 NA
NA ☐
Plan of Railway Portion Yes ☐ No ☐
12.2 NA
NA ☐
General Elevation Yes ☐ No ☐
12.3 NA
NA ☐
General Plan (showing complete ROB/RUB along with Yes ☐ No ☐
12.4 diversion) NA
NA ☐
Key Plan Yes ☐ No ☐
12.5 NA
NA ☐
Cross-Section of Railway Portion Yes ☐ No ☐
12.6 NA
NA ☐

289
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
3D engineered models of:
 Existing structure, if any Yes ☐ No ☐
12.7
 Proposed structure NA ☐
 Utilities and other features in RoW

290
Cost Summary Table

S.No. Particulars Cost Estimate(in '000)


1 Cost of ROB Portion
Foundation
Substructure
Superstructure
Total-ROB Portion

2 Cost of Viaduct
Foundation
Substructure
Superstructure
Total-Viaduct

3 Cost of Approach Road

4 Cost of RE Wall

5 Cost of Service Road

6 Miscellaneous Costs
Cost of Subway
Cost of Toll Plaza
Cost of Culverts
Any Other Costs

Civil Cost of the Project


7 Contingencies @x%
Total Civil Cost

8 Supervision Charges @x%


9 Cost of Quality Control @x%
10 Maintenance Charges @x%
11 Escalation Costs @x%
12 Land Acquisition Costs
13 Utility Shifting Costs
14 Any Other Costs

Total Cost of the Project

291
DPR Checklist – Stage 5 – Technical Schedules (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Bid documents- EPC Yes ☐ No ☐ NA ☐ NA
2 Bid documents- Other, if any Yes ☐ No ☐ NA ☐ NA
3 Draft concession agreement Yes ☐ No ☐ NA ☐ NA
3 Schedule C - Project facilities Yes ☐ No ☐ NA ☐ NA
Schedule D - Specifications and
4 Yes ☐ No ☐ NA ☐ NA
standards
5 Any other relevant details Yes ☐ No ☐ NA ☐ NA

292
DPR Checklist – Stage 6 – LA and Clearances II Report (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
1 Executive Summary NA

Yes ☐ No ☐ NA
2 Environment Clearance NA

Details of public hearings Yes ☐ No ☐ NA
2.1
completed ☐
Date of final environment clearance Yes ☐ No ☐ NA
2.2
by competent authority ☐
Yes ☐ No ☐ NA
3 Forest Clearance NA

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

Date/ Details of joint site inspection Yes ☐ No ☐ NA
4.1
with DFO/ competent authority ☐
Date of final wildlife clearance Yes ☐ No ☐ NA
4.2
approval by competent authority ☐
Yes ☐ No ☐ NA
5 Utility Clearances (Electricity) NA

Date/ Details of Joint site inspection Yes ☐ No ☐ NA
5.1
with competent authority ☐
Date of estimate submission by Yes ☐ No ☐ NA
5.2
competent authority ☐
Date of estimate approval by Yes ☐ No ☐ NA
5.3
competent authority ☐

293
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
5.4 Approved utility shifting proposal

Details of approved contractors,
Yes ☐ No ☐ NA
5.5 SoR and deposit details for user NA
agency ☐

Utilities checklist, no upgradation Yes ☐ No ☐ NA


5.6
certificate attached ☐
Date of estimate submission by Yes ☐ No ☐ NA
6.2
competent authority ☐
Date of estimate approval by Yes ☐ No ☐ NA
6.3
competent authority ☐
Yes ☐ No ☐ NA
6.4 Approved utility shifting proposal

Details of approved contractors,
Yes ☐ No ☐ NA
6.5 SoR and deposit details for user NA
agency ☐

Utilities checklist, no upgradation Yes ☐ No ☐ NA


6.6
certificate attached ☐
Date of estimate submission by Yes ☐ No ☐ NA
7.2
competent authority ☐
Date of estimate approval by Yes ☐ No ☐ NA
7.3
competent authority ☐
Yes ☐ No ☐ NA
7.4 Approved utility shifting proposal

Details of approved contractors,
Yes ☐ No ☐ NA
7.5 SoR and deposit details for user NA
agency ☐

Utilities checklist, no upgradation Yes ☐ No ☐ NA


7.6
certificate attached ☐
Date of final approval of GAD by Yes ☐ No ☐ NA
8.2
competent authority ☐
Yes ☐ No ☐ NA
9 Other Clearances NA

Date of final approval by competent Yes ☐ No ☐ NA
9.1
authority ☐
Yes ☐ No ☐ NA
10 Land Acquisition NA

Yes ☐ No ☐ NA
10.1 Draft 3a notification submitted NA

294
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
10.2 Review of 3a notification by client NA

Yes ☐ No ☐ NA
10.3 Date of 3a gazette notification

Yes ☐ No ☐ NA
10.4 Draft 3a notification submitted NA

Yes ☐ No ☐ NA
10.5 Review of 3A notification by client NA

Yes ☐ No ☐ NA
10.6 Date of 3A gazette notification

Date of Joint Measurement Survey Yes ☐ No ☐ NA
10.7
with competent authority ☐
10.7.1 Date of survey Yes ☐ No ☐ NA
NA

10.7.2 Land type –by survey number Yes ☐ No ☐ NA
NA

10.7.3 Nature of Land –by survey number Yes ☐ No ☐ NA
NA

10.7.4 Ownership status of plots- by Yes ☐ No ☐ NA
survey number NA

10.7.5 Verification of area to be acquired – Yes ☐ No ☐ NA
by survey number NA

10.7.6 List of structures on each plot Yes ☐ No ☐ NA
NA

10.7.7 Sketches of updated alignment Yes ☐ No ☐ NA
NA

10.7.8 Verification from Land revenue Yes ☐ No ☐ NA
department NA

10.7.9 Verification by CALA office Yes ☐ No ☐ NA
NA

295
1.2.3 DPR Checklist – Stage 7 – Award determination (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Village level summary Yes ☐ No ☐ NA ☐ NA
Total private and public land
2.1 Yes ☐ No ☐ NA ☐ NA
being acquired
Variation in area and nature of
2.2 Yes ☐ No ☐ NA ☐ NA
land against 3D with justification
Method used by CALA to arrive at
2.3 Yes ☐ No ☐ NA ☐ NA
award
Date of award by CALA and
2.4 approval by NHAIalong with
valuation report
Total award calculated and
2.5 details of deviation from Yes ☐ No ☐ NA ☐ NA
RFCTLARR act
3 In detail Yes ☐ No ☐ NA ☐ NA
Updated land acquisition tracker
with parcel-wise status of:
3.1  Notifications Yes ☐ No ☐ NA ☐ NA
 Award
 Disbursement
Valuation report and details of
3.2 award calculation- verification by Yes ☐ No ☐ NA ☐ NA
state authority to be included
3.3 Claims report Yes ☐ No ☐ NA ☐ NA
3.4 Copies of notifications published Yes ☐ No ☐ NA ☐ NA
Copies of land possession
3.5 Yes ☐ No ☐ NA ☐ NA
certificates received
Conclusions and
4 Yes ☐ No ☐ NA ☐ NA
recommendations
Conclusions and
4.1 Yes ☐ No ☐ NA ☐ NA
recommendations
Report fulfils project objectives
4.2 Yes ☐ No ☐ NA ☐ NA
and scope as per RFP

296
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Report reviewed for errors and
4.3 Yes ☐ No ☐ NA ☐ NA
omissions
Compliance report prepared on
4.4 Yes ☐ No ☐ NA ☐ NA
client observations

297
1.2.4 DPR Checklist – Stage 8 – Land possession report
(Structures)

General Details
Project Name
Consultant's
Name
Date of Review

Details/
Remark
S.No SECTION OF THE REPORT YES/NO/NA Specification
s
s
Yes ☐ No ☐ NA
1 Executive Summary NA

Yes ☐ No ☐ NA
2 Village level summary NA

Total private and public land being Yes ☐ No ☐ NA
2.1 NA
acquired ☐
Date of final award by CALA and
2.2
approval by NHAI
Status of disbursement on date of Yes ☐ No ☐ NA
2.3 NA
receipt of Land possession certificate ☐
Key issues being faced in completing Yes ☐ No ☐ NA
2.4 NA
land acquisition, if any ☐
Yes ☐ No ☐ NA
3 In detail NA

Updated land acquisition tracker
with status of:
 Notifications Yes ☐ No ☐ NA
3.1 NA

 Award
 Disbursement
Yes ☐ No ☐ NA
3.2 Final award and claims report NA

Copies of notifications published, Yes ☐ No ☐ NA
3.3 NA
land possession certificates received ☐
Yes ☐ No ☐ NA
4 Conclusions and recommendations NA

Yes ☐ No ☐ NA
4.1 Conclusions and recommendations NA

Report fulfils project objectives and Yes ☐ No ☐ NA
4.2 NA
scope as per RFP ☐

298
Details/
Remark
S.No SECTION OF THE REPORT YES/NO/NA Specification
s
s
Report reviewed for errors and Yes ☐ No ☐ NA
4.3 NA
omissions ☐
Compliance report prepared on client Yes ☐ No ☐ NA
4.4 NA
observations ☐
GIS Map containing digitised
Yes ☐ No ☐ NA
5 details of land parcels acquired NA
with all relevant details ☐

299
APPENDIX VIII

Sample Executive Summary of Detailed Project Report

<Name & Logo of the Agency>


(Ministry of Road Transport & Highways)
Government of India

Executive summary of detailed project report for:

[Project name, stretch, state]

. Please delete this sticker upon


completion

DPR Consultant

[Name and logo of consulting agency]

300
Table of Contents

1 Introduction 303
2 Project overview 304
2.1 Key features of project 304
2.2 Key plan of existing project stretch 306
3 Traffic demands on project road 307
3.1 Traffic volume surveys 307
3.2 Axle load survey 308
3.3 Traffic volume forecast 308
3.4 Turning movement surveys 309
4 Pavement and corridor surveys 310
4.1 Pavement condition and distress seen 310
4.2 Pavement composition 310
4.3 Pavement strength 310
4.4 Sub-grade soil survey 311
5 Improvement proposals 312
5.1 Proposed alignment 312
5.2 Bypasses proposed 312
5.3 Road geometry 313
5.4 Widening scheme 313
5.5 Pavement design 313
5.6 Design of structures 315
5.7 Intersections and grade separators 316
5.8 Toll plazas 316
5.9 Wayside amenities proposed 316
6 Environmental impact assessment 317
6.1 Impact and clearances needed 317
6.2 Cost of environmental mitigation 317
7 Social impact assessment and Land acquisition 318
7.1 Social impact assessment 318
7.2 Land acquisition requirements 318
7.3 Key risks envisaged in land acquisition 318
8 Utilities shifting and clearances 319
8.1 Utilities shifting estimates 319

301
8.2 Total cost of utilities shifting 319
9 Project cost estimates 320
10 Material investigation 321
10.1 Borrow pits for soil 321
10.2 Sand 321
10.3 Gravel 321
10.4 Fly ash 321
10.5 Bitumen 321
10.6 Cement 321
10.7 Other local material available 322
10.8 Key risks 322
10.9 Location of material sources 323
11 Potential for value engineering and innovative technologies 324
12 Economic and financial analysis 325
12.1 Economic analysis of the project 325
12.2 Financial analysis 325
13 Execution plan 327
13.1 Packaging 327
13.2 Bidding mode and timelines 327
13.3 Construction time and planning 327
14 Conclusions and recommendation 329

302
Introduction

The National Highways Authority of India proposes to implement the <re> the
development, maintenance and management of the <NH-xx> stretch from <Origin> to
<Destination> from chainage <aa km> to <bb km> into <proposed improvement, xx lane
road/ expressway etc.> under the NHDP Phase V programme. The proposed project road has
been selected to <primary reason for project- e.g. to improve connectivity and ease
congestion between aa bb>

<Consultant> was appointed in <mm/yyyy> to prepare the detailed project report for
the project road, and this executive summary covers is submitted along with the <draft/final>
detailed project report to cover the key aspects of the project.

<Any special circumstances or requests made by the Authority for the project that
affect the consultancy assignment e.g.: National Highways Authority of India desired to
restructure project into two packages, bifurcating the project road at Betulnagar, this report
has been revised and resubmitted providing improvement proposals and bid documents
separately for the two stretches>

303
1. Project overview

As described earlier the project road lies on NH xx (previously NH yy) and connects
<orgin> with <destination>, passing through the states of <state 1, state 2>. The proposed
project alignment passess through <towns/junctions a, b, c, d> for a total length of <xx km>.

Figure 1: Location of project road

1.1. Key features of project

Table 1: Key features of project

Attributes Details
NH No Xx (old)
Yy (new)
Origin- Destination Origin-destination
Origin point Lat/long – destination point lat/long
Via towns Town 1, 2, 3, 4
Existing carriageway 2L (7.0m) over 80% of the road stretch with 4L (16.0m) in 20% of
the stretch in some urban locations
Service lanes and slip roads Service lanes of 2-4m width for 16 km, largely in urban areas
Shoulder 2L has paved shoulder of 1-2m width
Condition of existing pavement Good to fair
Right of way Typically 45 m along entire stretch
Land use along project road Predominant land use in the area is agricultural (60% on LHS, 50%
on RHS), with the rest being urban and forest area (20% on LHS,
RHS)
Traffic on the stretch Largely commercial, with trucks accounting for 80% of vehicle
volume
Toll infrastructure There are no toll plazas in the current stretch
Terrain Primarily plain and rolling, passing through x settlements

304
Attributes Details
Structures along stretch 69 structures- 3 ROBs, 7 major bridges, 2 flyovers, 9 minor bridges,
16 VUP/PUPs and 32 culverts
User amenities along stretch 32 bus shelters, 7 truck lay-byes, and 1 rest area
Key utilities in the proposed 4 km 66 kV UG line with 3 crossings, 30in water main for 7.3 km
RoW
Forest Stretches along RoW Xx km of road from <point a> to <point b> crosses <type of
forest><forest name>
Rail crossings along RoW Railway LC no <x> at chainage yy on the <origin station> to
<destination station> rail line at railway chainage zz
Other clearance related aspects <please describe any other clearances that will be required for the
project>

305
1.2. Key plan of existing project stretch

<lat/long> <lat/long>

<lat/long>

Figure 2: Key plan of existing project road

306
2. Traffic demands on project road

2.1. Traffic volume surveys

For the purposes of traffic projections and lane design, <xx> individual sections of
road were considered:

Table 2: Traffic survey locations

Volume
Length
Section Chainages Count Remarks
(Kms)
Locations
Km 163.0 - Km 177.0, Kasia/Tonta mines
1 29.0
192.0 45.0 near 192.000
End point of proposed
Km 192.0 -
2 27.0 Km 201.50 Koida bypass at km
219.0
218.250

Traffic volume surveys for the project road were < available from IHMCL for x
locations> and were carried out at <x> additional locations along the project road in the
month of <mm/yyyy>. The results are as follows:

Table 3: Results of traffic surveys conducted

Homogenous section 1 1 2
Chainage 45.00 177.00 201.50
Source of data IHMCL Consultant Consultant
Bicycle 47 75 61
2 Wheeler 3320 3288 2630
3 Wheeler 32 47 30
Tractor 24 18 22
Tractor with Trailer 389 385 341
2 Axle SCV 436 386 388
LMV 2 axle 3561 3545 3327
LCV 2 Axle 577 603 563
2 Axle Truck or Bus 908 987 1014
3 Axle Truck or Bus 1142 1062 1086
Multi Axle Vehicles 2033 1962 1994
307
MAV
Oversized Vehicle
2 1 3
OSV
Cycle 0 0 0
Earth Moving
0 0 0
Equipment
AADT (in vehicles) 12471 12359 11459
AADT (in PCUs) 34000 xx xx

2.2. Axle load survey

Axle load surveys were conducted at <x> locations using <xxxx> to understand the
actual load spectrum of commercial vehicles plying on the prject road. The results of the load
survey, were converted to Vehicle Damage Factor (VDF) using equivalency factors from <IRC
xx> for the purpose of MSA calculations

Table 4: Axle load survey results

Mod Section Section Section


e 1 2 2
Observe Observe Observe
d- at Recommen d- at Recommen d- at Recommen
chainag ded chainag ded chainag ded
e xx e xx e xx
LCV 0.47 0.47 0.45 0.45
2-
3.97 3.97 3.57 3.97
axle
3-
3.63 3.63 3.26 3.26
axle
MA
4.92 4.92 4.07 4.07
V
Bus 0.78 0.82 0.82 0.82

2.3. Traffic volume forecast

Traffic volume forecast was developed using the <xx> method and converted to
Million Standard Axles (MSA) for the purposes of pavement design. The cumulative load in
MSA for each section is given as under for various horizon years:

Table 5: Projected traffic load on project road in MSA


MSA In x+15 In x+30
Section LHS RHS LHS RHS

308
1 23.31 22
2 33 40

2.4. Turning movement surveys

Peak
Total Grade
SL. Existing Hour Peak Intersection
Location Volume separator
No. Chainage Volume Hour type
PCU proposed
PCU

17:00 3 arm No
1 0.300 xxx 30988 1915 -
18:00
09:00 4 arm No
2 6.200 xxx 28077 1962 -
10:00
15:00 5 arm Yes
3 10.200 xxx 53333 3599 -
16:00
10:00 4 arm Yes
4 28.000 xxx 64315 3884 -
11:00

Classified direction wise turning movement surveys were conducted at <x>


intersections to determine the need for re-design and addition of structure at the intersection

Table 6: Turning movement survey results

309
3. Pavement and corridor surveys

3.1. Pavement condition and distress seen

The overall pavement condition <description of overall pavement condition- e.g. from
poor to very poor, with high roughness and significant presence of potholes and raveling>

Table 7: Condition survey of existing pavement

Length affected, in Kms


Type of
distress Area Area Area Area Area
<=10 % 10 %-25 % 25 %-50 % 50 %-75% >75 %
Total
36 70 0 0 0
Cracking
Potholes 28 23 55 0 0
Patching 44 61 1 0 0
Raveling 80 4 22 0 0
<other
categories
seen>
Total 106 106 106 106 106

3.2. Pavement composition

The existing pavement structure is a <rigid/flexible/inverted etc.> pavement


consisting of sub-grade and <x> additional layers. The summary of pavement composition
seen is as follows

Table 8: Composition of existing pavement

Granular course Xx
Bituminous course (mm)
Section (mm) (mm)
Min Max Min Max Min Max
1 50 350 100 600
2 40 300 80 500
X

3.3. Pavement strength

<xxx FWD/BBD> was carried out to test the strength of the existing pavement, and the
characteristic deflection values have been calculated for each homogeneous section of road to
enable design of an overlay for the road.
310
Table 9: Strength of existing pavement

Characteristic
Chainage Distance
Section deflection
Start End Km Mm
1 0.400 2.400 2.000 1.6
2 2.400 10.000 7.600 1.3
X

3.4. Sub-grade soil survey

Extensive review of available soil information and testing was done to understand the
sub-grade characteristics. Summary of soil investigation surveys is as follows:

Table 10: Soil investigation survey results

Attribute Results Comments


Sub-grade CBR range (%) 0.6%-14% Low over large lengths of section
Degree of compaction (% of ~95% Sufficient as per MoRTH
MDD) guidelines
Swelling ratio (%) 2.5 to 32% Significant variation seen across
stretch
<other attributes>

Table 11: Soil types observed

Soil type % of length Plasticity index Comments


Clayey sand (SC) 34% 3 to 15 Poorly graded sand clay
mixture
Silty sand (SM) 9% Non-plastic Poorly graded
Clayey gravel (GC) 9% 11 to 13 Mixture of gravel, sand
and silt

311
4. Improvement proposals

4.1. Proposed alignment

The final alignment chosen for the project in consultation with <xx, yy> will <be along
current project road/ pass through xx, yy new towns- short description of alignment with
changes if any>.

Figure 3: Map showing proposed alignment of project road

4.2. Bypasses proposed

Given increasing urban traffic and congestion and the lack of available RoW in urban
areas through the project route, <x> urban areas are proosed to be by-passed in the proposed
project alignment

Table 12: Proposed by-passes along project length

Urban area Bypass plan


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

312
4.3. Road geometry

The project road has been re-designed to accommodate speeds of <xx>, adopted as
per <standard or consultation with National Highways Authority of India ,Enabling this
higher speed will require re-design and re-alignemnt of the road in certain sections given
their <description of poor geometry>.

4.4. Widening scheme

Basis traffic information available, level of service requirements and consultation


with National Highways Authority of India, local authorities etc.>, the following lane
configuration is adopted for the project road:

Table 13: Lane configuration planned for project road

Chainage Traffic
forecast Lane Service
Section Start End Comments
k PCUs in config. lanes
20xx
1 0.00 2.400 43.5 6 Yes High urban traffic
influx
2 2.400 60.400 16.4 4 No
3
xx

Basis availability of RoW and land acquisition constraints, a widening scheme has
been proposed that makes optimum use of existing ROW and minimizes need for land
acquisition in urban areas, a summary of which is given below:

Table 14: Summary of widening type proposed

Sl no Type of widening Length, Km


1 Concentric 2.400
2 Eccentric, Right 34.600
3 Eccentric, Left 33.800
4 Green field 16.000

4.5. Pavement design

4.5.1. Design period, loading and pavement type

Using the projected traffic, VDF values,lane and directional distribution factors, the
design traffic loading used for the project is <xx to yy> MSA.

313
Through preliminary design and lifecycle comparisons, the <flexible/rigid/inverted>
type of pavement was chosen for construction with a design life of <xx> years as per
<IRC/MoRTH/NHAI standards/request> has been considered for design.

4.5.2. Design sub-grade strength

Considering the soil investigations conducted in the prject road area, and the
availability of suitable soil in the region, the following sub-grade strength has been assumed
to vary from <xx%> to <yy%> for various sections of the highway

4.5.3. Pavement composition for new carriageway

The proposed pavement composition for the new sections carriageway basis
<standards>, subgrade strength and design traffic is:

Table 15: Proposed pavement composition

Sub-grade Pavement
Design Chainage Layer thickness (mm)
Section strength loading
Start End Min % CBR MSA GSB WMM DBM BC xx
1 0.400 2.400 10% 40 200 250 95-125 40
2 2.400 10.000 8%
X

4.5.4. Strengthening of existing pavement

The strengthening requirements for the existing pavement have been estimated fromt
eh deflection measurements and estimated traffic loadings. The designed overlay proposed is
as below:

Table 16: Overlay thickness required

Characteristic Overlay thickness (mm)


Chainage Distance
Section deflection
Start End Km Mm DBM Xx
1 0.400 2.400 2.000 1.6 95 40
2 2.400 10.000 7.600 1.3 50 40
X

314
4.5.5. Pavement design for service lanes

Pavement for service lanes is designed for MSA of xx-yy with a design CBR of ~xx%.
The composition for the <flexible/rigid> service lane pavement along the project corridor is
as follows:

Table 17: Pavement composition for service road

Layer Layer Thickness in mm


SDBC 25
DBM 50
WMM 250
GSB 150

4.6. Design of structures

Along the project stretch, there are several bridges, culverts, under/overpasses and
flyovers. A summary of the total number and proposed additions is given in the table below

Table 18: Proposed improvement to structures along project road

SlN Dismantl Reconstru Construct New


Structure Existing Widen Total
o e ct in parallel construction
1 Major 1 - 1 2 3 7
4
bridge
2 Minor
bridge
3 Flyover
4 Vehicle
overpass
5 Vehicle
underpass
6 Passenger
under pass
7 Culverts
8 xxx

315
4.7. Intersections and grade separators

Based on the traffic and turning movement surveys conducted, <xx> junctions have
been identified for redesign or grade separation, the details of which are given below

Table 19: Proposed intersection improvement

Est Peak
SL. Existing Est total vol
Location HourVol (k Improvement proposed
No. Chainage (k PCU)
PCU)
1 10.200 xxx 53333 3599 Grade separator
2 28.000 xxx 64315 3884 Grade separator
3
4

4.8. Toll plazas

Based on the traffic surveys, O-D surveys and layout of project road, <xx> toll plazas
are proposed along the project road:

Table 20: Location of current and proposed toll plazas


Sl Existing Design Existing no Proposed no
Location
No chainage chainage of lanes of lanes
1 20.400 22.600 Near origin 2 6
2 95.000 101.500 Near via-nagar New 6
junction
x xx xx

4.9. Wayside amenities proposed

<local discussions, discussions with authority, demand modelling etc.> was conducted
to locate various way-side amenities across the project road. A summary of the
improvements proposed is given below:

Table 21: Proposed user amenities along project stretch


Sl no Amenity type Current Proposed Comments
1 Passenger rest stops 0 2
2 Truck lay-byes 5 15 High demand due to urban areas along
stretch
3 Bus bays 4 10 Limited increase due to scarcity of land
4 Bus shelters 2 34 Proposed in lieu of bus-bays
5 Petrol bunks 1 5 Severe shortage along stretch
6

316
5. Environmental impact assessment

5.1. Impact and clearances needed

A environmental impact study was undertaken during the process of creating the
detailed project report to understand impact of the project road on the surrounding ecology
and environment. The project road is categorized as a category <xx> project by the MoEF and
as it is <xx km> in length, it <will/will not> require environmental clearances.

The proposed project <involves/does not involve> the acquisition of


forest/ecologically sensitive land, felling of trees and will impact wildlife habitat and will
hence require individual clearances for each. A summary of the environmental impact and
clearances required is provided below

Table 22: Environmental impact and clearances required

Sl No Impact type Description Clearance status


1 Environmental Required due to nature of Form 1 submitted
clearance project, category ‘A’ dd/mm/yyyy and
environmental clearance
obtained on dd/mmm/yyyy
2 Diversion of 27.72 ha of land in <xx> Stage II clearance in progress
forest land district will need to be
acquired
3 Trees in RoW 28,460 trees need to be To be taken
enable road expansion

5.2. Cost of environmental mitigation

The Environmental Mitigation and Management Costs were developed based on the
estimation of resources required to implement the mitigation measures proposed and also
number of places where intervention is required. Environmental mitigation cost for the
proposed project is Rs. <xx> cr.

317
6. Social impact assessment and Land acquisition

6.1. Social impact assessment

The existing RoW (x-y m) is <adequate/ in adequate> for the proposed widening and
RoW requirements as required by National Highways Authority of India . This will lead to the
additional acquisition of <xx>Ha across the states of <states1, 2>, affecting a total of <yy>
villages in <zz> districts. In addition to structures found to be encroaching the current Row,
the required acquisition is poised to affect <xx> residential and <yy> other structures.

Preliminary interactions have been held with locals to understand their issues and
concerns and help communicate the project plan and its impact on them. The key concerns of
title and non-title holders centered around:

 <Key issues expressed over and above land being acquired, and compensation
norms>

6.2. Land acquisition requirements

The state and district wise details and status of land acquisition as on the date of
publishing of this report is as follows:

Table 23:Districtwise land acquisition requirements and status

Private land
Total land 3A done, 3D
Village and to be 3A pending 3D
State required pending
Chainage acquired (Ha) completed
(Ha) (Ha)
(Ha)
Thane
Maharashtra 137 90 10 70 10
(xx to yy)
Gujarat <aaa> 454 400 20 300 80
Gujarat <bbb> 588 588 60 500 28
Gujarat <ccc> 688 320 80 160 80

A total of <xx cr> is expected to be awarded for the acquisition of land required for
this project. The land acquisition process is underway with a total of <xx> CALAs appointed,
and 90% of land is expected to be in possession by <xx, 20xx>.

6.3. Key risks envisaged in land acquisition

Despite the best efforts of the consultant and various lad acquisition teams working to
complete land acquisition, it is envisaged that acquiring possession of the RoW for some
specific sections of the project road may prove to be difficult or be delayed inordinately. Such
potential risks are highlighted below:

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

318
7. Utilities shifting and clearances

Utilities belonging to <x> user agencies have been identified that fall within the
project road ROW and will need to be shifted to enable road construction. Shifting proposals
have been submitted to the user agencies and initial estimates have been received from the
concerned agencies. The process of site inspection, review and revision of the proposals for
utilities shifting is in process.

<To enable better management of utilities and installation going forward, all utilities
are being shifted underground/into a utilitiy corridor/out of the road RoW/ utilities trench is
being planned as part of construction>

7.1. Utilities shifting estimates

Table 24: Key utilities shifting requirements

Sl Utility Chainage Agency Shifting Estimated Supervision Current


No affected required cost % status
(INR cr)
1 66kV 123.00- UPVVNL 19km of ~140 cr 15% Final
powerline 145.00 overhead approval
cable, 4 road obtained
crossings

7.2. Total cost of utilities shifting

The total cost of utilities shifting for all the utilities identified in the road RoW is
estimated to be <xx cr> with supervision charges of <yycr> being paid as supervision charges
to the <z> concerned agencies.

319
8. Project cost estimates

The cost estimates for the project has been carried out based on detailed design, bill
of quantities, and the schedule of rates for <state/district/authority> of year <xx-yy>.

Table 25: Summary of project cost

No Item Amount in Cr Amount in %


Civil construction cost
1 Site clearance and dismantling 60 2%
2 Earth Work
3 Base courses
4 Paving courses
5a Repair and rehabilitation of structures
5b Bridges
5c Culverts
5d PUP/VUP
5e Flyover and overpass
5f Drainage, protective works and other services
5g RE/toe walls
6 Junctions and interchanges
7 Toll plazas
8 User amenities
9 Traffic signs, road markings, other appurtenences
10 Miscellaneous
11 Maintenance of road during construction
A Total civil cost
12 Add contingencies @ x% on Z
B Estimated project cost
13 Construction supervision @ x% on Z
14 Agency charges @ x% on Z
15 Quality control changes @ x% on Z
16 Road safety cell audit charges @ x% on Z
17 Maintenance costs @ x% on Z
18 Escalation @ x% on Z
C Total project cost
19 R&R cost
20 Environment cost
21 Cost of shifting utilities
22 LA compensation cost
D Total capital cost

320
9. Material investigation

Material investigations were carried out to explore the availability and identify
sources of suitable material for the construction of the road.

<retain only relevant sections>

9.1. Borrow pits for soil

Material investigation of <xxx> locations indicates that soil suitable for embankment
(of CBR>xx% and density yy g/cc) and for sub-grade (CBR>xx% and density yy g/cc) is
available at an average lead of aa to bb km for the project stretch.

<include details on additional material sources like construction rubble, moorum etc>

9.2. Sand

Sand is available in <close proximity> of the project site. Test results show that xx of
yy sand sources satisfy the minimum requirement for use in the project.

<Include details of additional potential for sources such as pond bed desilting, other
excavation happening>

9.3. Gravel

Several quarries were identified for sourcing aggregates in the project zone. Xx of yy
quarries were found to be suitable for use in the construction of the road. <further details on
gravel available and suitability for construction>

9.4. Fly ash

Fly ash is available in close proximity of the project road due to the presence of <xx
steel plant/power plant>. Test results show that the available fly ash <satisfies/does not
satisfy> the minimum requirement of <specification> to use as <material for
embankment/cement mixture/other layers>. The fly ash available has density greater than xx
g/cc and shows an OCM of xx-yy%. <the fly ash located isnon plastic>

9.5. Bitumen

Bulk bitumen of the <required grades> is available <closest sources> with an average
lead of <xx km>. For the project road <grade> of bitumen has been proposed for <yy layer>
due to <reason> and <grade of bitumen> has been proposed for <zz layer> due to <reason>.

9.6. Cement

Bulk bitumen of the <required grades> is available <closest sources> with an average
lead of <xx km>. For the project road <grade> of bitumen has been proposed for <yy layer>
due to <reason> and <grade of bitumen> has been proposed for <zz layer> due to <reason>.

321
Other local material available

Details of other local material available for construction

Table 26: Locally available and alternative materials

Sl No Material Source

1 Hume pipes Local hume pipe factory in xx yy

2 xx xxxx

9.7. Key risks

Despite the best efforts of the consultant, there continue to be some materials and
sections of the project road where material will have to brought from significant leads.

Table 27: Key risks envisaged in material procurement

Sl No Chainage Material Closest source

1 Entire project Bitument Closest available source is Mumbai at a lead


of 900 km

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


40 km

322
9.8. Location of material sources

Figure 4:Key plan showing location of potential borrow pits tested

323
10. Potential for value engineering and innovative technologies

Throughout the detailed design of the project, several opportunities for value
engineering and introduction of new technology were explored that will help in reducing the
cost of the project or increase quality and longevity of project road. Approval of these
elements as part of the construction design and suitable instructions to all stakeholders of the
project can help significantly lower the projected cost of construction.

A summary of these opportunities is provided here.

Table 28: Key value engineering opportunities identified

Sl
Value engineering opportunity Potential impact
No
1 Use of inverted pavement with a cement 40% reduction in layer
stabilized based and granular material in the thickness and ~15%
base layer reduction in TPC

324
11. Economic and financial analysis

11.1. Economic analysis of the project

The EIRR and NPV of the project has been carried out using <model/software> under
multiple scenarios, and the project returns <justify/do not justify> construction given an
EIRR of xx in the best case and yy in the worst case.

The various sensitivity scenarios considered were as follows:

0. Base case: Base cost and base benefits

1. Sensitivity 1: Base cost plus xx% and base benefits

2. Sensitivity 2: Xx

3. Sensitivity 3: Xx

The results of the base case and sensitivity analysis are presented below:

Table 29: Economic return analysis

RUCS HDM 4

Option Sensitivity Case NPV (in NPV (in


EIRR (in EIRR (in
million million
%) %)
Rs.) Rs.)
Base Case 0 19199 30.31 2788.5 14.1
Sensitivity 1 18041 27.51 1362.6 12.9
With time
Sensitivity 2 15147 27.1 943.3 12.8
Sensitivity 3 13989 24.56 -ve 11.7
Base Case 0 19199 30.31 2788.5 14.1
Sensitivity 1 18041 27.51 1362.6 12.9
Without time
Sensitivity 2 15147 27.1 943.3 12.8
Sensitivity 3 13989 24.56 -ve 11.7

11.2. Financial analysis

11.2.1. Potential for toll revenue

The projected tollable traffic basis traffic survey and forecasts at the <xx> toll plazas
suggested in year <xx> is given below

325
Table 30: Tollable traffic on project stretch

1 @ Chainage 45.000
Toll Plaza 2
1
Traffic type Total Tollable
Bicycle 47 0
2 Wheeler 3320 0
3 Wheeler 32 0
Tractor 24 0
Tractor with Trailer 389 385
2 Axle SCV 436 386
LMV 2 axle 3561 3545
LCV 2 Axle 577 603
2 Axle Truck or Bus 908 800
3 Axle Truck or Bus 1142 1062
Multi Axle Vehicles
2033 1962
MAV
Oversized Vehicle
2 1
OSV
Earth Moving
0 0
Equipment
AADT (in vehicles) 12471 6500

11.2.2. Results of financial analysis

With the most likely traffic scenario and assumed costs of construction, maintenance,
financing and tolling over the period of the project, the return on equity at various periods of
concession was calculated. Equity IRR for this project will pass <15%> in year <x> of this
project, hence it <is/is not> possible to bid the project

326
Figure 5: Equity IRR with increasing concession period for project road

12. Execution plan

In consultation with National Highways Authority of India, it is proposed to complete


the proosed project road in a period of <xx> months. Planning for the project packaging,
bidding process and construction was conducted as a part of this project.

12.1. Packaging

Given the length of the project, the entire project is planned to be bid out in <xx>
packages with <yy> packages.

<include table of package details if more than 1 package>

12.2. Bidding mode and timelines

The authority has proposed to initiate bidding of the project under <bot/epc/ham>
mode <with a grant/premium of xx %>. The tentative timeline for this is:

 Submission of bid documents to authority dd/mmm/yyyy


 Review and finalization of documents dd/mmm/yyyy
 Launch of tender dd/mmm/yyyy
 Tender close date dd/mmm/yyyy
 Tentative date for award of project dd/mmm/yyyy

12.3. Construction time and planning

Upon reviewing the improvements planned and in consultation with National


Highways Authority of India, the design and construction period for this project has been
arrived at <xx> months from the date of appointment of the contractor/concessionaire. To
enable this construction schedule, a detailed construction plan and timeline has been
327
included in the detailed project report. This also includes a traffic management and lane
closure plan for the period of construction.

328
13. Conclusions and recommendation

The <expansion/rehabilitation> of the project road from <source> to <destination>,


chainage <a> to <b> on NH <x> in the states of <state 1, state 2> to <n> lane configuration is
recommended for implementation by National Highways Authority of India as the project is
likely to <1 line justification/ need of project: provide much needed connectivity/improve
connectivity/provide higher level of service/rehabilitate the road etc, is needed urgently>.

The project as envisaged is economically viable with an estimated EIRR >12%. The
project with a 30 year concession period is expected to return an equity IRR of <xx%> with
<yy%><grant/premium> and is hence recommended for implementation in the
<BOT/EPC/HAM> mode.

Table 31: Salient features and key financial aspects of the project road a

Project road
Project road length Xx km
Connecting <origin>- <destination>
On national highway NH No
Proposed features Current road Proposed
Lanes 2 4
Bypasses proposed - 5
Major junctions 5 5
Minor Junctions 18 18
Grade separated interchanges 1 4
Major Bridges 4 6
Minor Bridges 19 21
ROBs 1 3
Culverts 120 200
Vehicle/Pedestrian under/overpasses 16 25
Service roads (kms) 14 32
Slip roads (kms) 8 9
Toll plazas (no) - 2
Bus bays (no) 4 15
Truck lay-byes (no) 2 8
Rest areas (no) 2 6
Financial implications INR Cr/%
Total capital cost 1595
Total project cost 1486
Civil construction cost (incl. contingency) 1249
Preconstruction expenses 110

329
Land acquisition 40
Utilities shifting 30
Rehabilitiation and resettlement costs 20
Other pre-construction expenses 20
Implementation mode proposed BOT (Toll)
Total project cost 1486
Concession period 18 years
<Authority> support (Grant/Premium) 18%
Estimated NPV 50
Project IRR 12%
Equity IRR 15%

330
Enclosure- V

Empanelment Criteria for Geotechnical Investigation Agencies


A.For Normal Highway Projects the testing agency should have the following:
1. NABL Accreditation:In-situ&LaboratoryTesting
(i) Site&Laboratorytesting agencyshallin-houseequipment’s&testinglaboratory
holdingvalid NABLaccreditation under ISO17025:2017forthefollowing:

Discipline Product/MaterialofSpecificTestPerformed Test


test method
In-Situ Soil Drilling in Soil Standard Penetration Test (SPT) by IS2131:
Automatic and Manual method 1981

(ii)Site & Laboratory testing agency shall in-house equipment’s & testing laboratory
holdingvalid
NABLaccreditationunderISO17025:2017foratleast80%(i.e24no.soutof30)testingparameter
s of soil & rock as mentioned below:
SNo. Disciplin Product/Mat SpecificTestPerformed Testmethod
e erial of test
1 Mechanic Soil Atterberg'sLimit IS2720(Part5)1985RA:2020&20
al 21

2 Mechanic Soil CaliforniaBearing Ratio(CBR) IS2720(Part16)1987RA:2021


al
3 Mechanic Soil TriaxialSheartest IS2720(Part12)1981RA:2021
al
4 Mechanic Soil DirectShearTest IS2720(Part13)1986RA:2021
al
5 Mechanic Soil ConsolidationTest IS2720(Part15)1965RA:2021
al
6 Mechanic Soil FreeSwellIndex IS2720(Part40)1977RA:2021
al
7 Mechanic Soil GrainSizeAnalysis(Hydromet IS2720(Part4)1985RA:2020
al er)
8 Mechanic Soil GrainSizeAnalysis/SieveAnal IS2720(Part4)1985RA:2020
al ysis
Standard/ModifiedProctor IS2720(Part7)1980RA:2021
9 Mechanic Soil Compaction (OMC/MDD) /IS2720(Part8)1983RA:2020
al
10 Mechanic Soil Permeabilitytest IS2720(Part17)1986RA:2021
al
11 Mechanic Soil SpecificGravity IS2720(Part3)1980RA:2021
al
12 Mechanic Soil Swelling Pressure IS2720(Part41)1977RA:2021
al
13 Mechanic Soil UnconfinedCompressiveStren IS2720(PartX)1991RA:2020
al gth
14 Mechanic Soil WaterContent IS2720(Part2)1973RA:2020
al
15 Chemical Soil Chloride BS1377(Part3)2018
16 Chemical Soil pHValue IS2720(Part26)1987RA:2021

331
17 Chemical Soil SolubleSulphate IS2720(Part27)1977,RA:2022
18 Mechanic Rock BulkDensityofRock IS130301991RA:2016
al
19 Mechanic Rock Geological IS4464:2020
al ClassificationofRock
20 Mechanic Rock ModulusofElasticity IS92211979RA:2016
al
21 Mechanic Rock PointLoadStrengthIndex IS87641998RA:2019
al
22 Mechanic Rock Poisson'sRatio IS92211979RA:2016
al
23 Mechanic Rock Porosity IS130301991RA:2016
al
24 Mechanic Rock Relative Density IS130301991RA:2016
al
25 Mechanic Rock UnconfinedCompressiveStren IS91431979RA:2016
al gth
26 Mechanic Rock WaterContent/Absorption IS130301991RA:2016
al
27 Mechanic Rock SlakeDurabilityTest IS100501981RA:2016
al
28 Chemical Water pHvalue IS3025(Part11)2022
29 Chemical Water Chloride(Cl) IS3025(Part32)1988RA:2019
30 Chemical Water Sulphate(asSO3) IS3025(Part24)Sec1(2022)

2.Ownershipoffield-testingequipment’s:
Bidder shall have ownership of minimum 10 Nos. in-house Hydraulic/ Rotary drilling rigs, 10
Nos. power winch/shell & auger drilling rigs.
3.Technical Manpower on-roll:

S.No. Position MinimumQualificat Nos. MinimumExperience


ion
5years in geotechnical investigation
work,testing and recommendations
1 TeamLeader M.Tech(Geotech) 1
/advisoryservices.
5 years in geotechnical investigation
GraduateinCivilEng
works for Graduate in Civil Engg
g or Diploma/ITI in
2 Lab In charge 1 10yearsingeotechnicalinvestigationwor
Civil Engg
ksfor Diploma/ITI Holders in Civil Engg
Site-Incharge
(Project GraduateinCivilEngg 10years in geotechnical investigation
3 1
Manager) works.
Graduate/Diploma 02 years in geotechnical
Civil Engineer/
Site
/ITI in Civil investigation work.
4 Engg/M.sc in 3
Supervisor/Geolo
Geology (for
gists
Geologists)

332
B.For HighwayProjects in Hilly/Mountainous Area the testing agency should fulfil
the following equirements in addition to all eligibility requirement for Normal
Highway Projects:

1.NABLAccreditation:In-situ&LaboratoryTesting

(i)InadditiontorequirementfornormalhighwayprojectstheSite&Laboratorytesting agency
shall in-house equipment’s & testing laboratory holdingvalid NABL accreditation under ISO
17025:2017foratleast80%(9No.soutof11)ofthefollowingtests:

S No. Disciplin Product/ SpecificTestPerformed Testmethod


e Materialofte
st
1. Mechanic Rock BulkDensityofRock IS130301991RA:2016
al
2. Mechanic Rock Geological ClassificationofRock IS4464:2020
al
3. Mechanic Rock ModulusofElasticity IS92211979RA:2016
al
4. Mechanic Rock PointLoadStrengthIndex IS87641998RA:2019
al
5. Mechanic Rock Poisson'sRatio IS92211979RA:2016
al
6. Mechanic Rock Porosity IS130301991RA:2016
al
7. Mechanic Rock Relative Density IS130301991RA:2016
al
8. Mechanic Rock UnconfinedCompressiveStrength IS91431979RA:2016
al
9. Mechanic Rock WaterContent/Absorption IS130301991RA:2016
al
10. Mechanic Rock SlakeDurabilityTest IS100501981RA:2016
al
11. Mechanic Rock BrazilianTensileTest IS100821981RA:2016
al

2.Work Experience: The testing agency should have carried out geotechnical investigation for
a cumulative of 10 kms of Highway/Railway projects in hilly/mountainous areas.
3.TechnicalManpoweron-roll:

Position MinimumQualificati Nos. MinimumExperience


on
Geologist M.sc inGeology 1 5years in geotechnical investigation work
(To oversee investigation work with suitable
geological description & strata details).
For Highway Projects in Tunnel Projects the testing agency should fulfil the
followingrequirements in addition to all eligibility requirement for Highway Projects
in Hilly/MountainousArea:

333
1. 4.NABL Accreditation: In-situ&LaboratoryTesting
(i) In addition to requirement for normal highway projects and projects in
hilly/mountainous area the Site & Laboratory testing agency shall in-house equipment’s &
testing laboratory holding valid NABL accreditation under ISO 17025:2017 for all of the
following tests:
S No. Disciplin Product/ SpecificTestPerformed Testmethod
e Materialofte
st
1. Mechanic Rock CercharAbrasivityIndextest ASTM-D(7625):2010
al
2. Mechanic Rock PressureMeterTest(MenardMetho IS1892
al d)
3. Mechanic Rock PressureMetertest(OYOMethod) IS12955(Part 2)
al
4. Mechanic Rock InsituPermeabilityTestinRock IS5529(Part2)
al

.5.Work Experience: The testing agency should have carried out geotechnical investigation
for a
cumulativeofatleast500moftunnelsforHighway/Railwaywithminimumtunnellengthof100mof
individual project.

C.The scope of work for geotechnical investigation agencies:


1.Mobilizationandde-mobilizationofDrillingRigsandallotherrequiredequipments,tools&tackles
for carrying out investigation work on-land/in-water investigations.
2. Drilling in Soil, Standard Penetration Test (SPT-NABL accredited) and UDS according to the
respective Indian Standard Code. Drilling in rock to be done only by either double/Triple tube
core barrel.
3. Shiftingfromonestructure/boreholetootherandsetupofrigsandmanpoweralongwithothertool
s.
4. Conducting All 18 NABL accredited Laboratory test of soil listed in eligibility according to
the respective Indian Standard Code.
5. Conducting All 10 NABL accredited Laboratory test of rock listed in eligibility according to
the respective Indian Standard Code. For hill/mountain projects Brazilian Tensile Test shall
also be
conducted.FortunnelprojectsCercharAbrasivityIndextest,PressureMeterTest(MenardMethod),
Pressure Meter test (OYO Method) &InsituPermeability Test in Rock shall also be conducted.
6. AlltestsaretobeconductedinfrequencyasspecifiedintheRFP.
7. AllPreparationandSubmissionofreportwithrecommendationoftypeoffoundationandallowa
ble bearing pressures for the soil/rock at various depths.

.D.The BOQ are as under

Rate*
S.No. Item Unit Quantity
(INR.)
334
1 Sub-SoilInvestigation(Boring)
Drilling of borehole in all type of soil up to required Tobedecidedas 1500
depth per Annexure-
fromEGLandconductingStandardPenetrationtestat1 A
a PerMeter
.50 mtr intervalor every change of strata asper IS:
2131-1981 including collection of disturbed /
undisturbed soil samples at every 3.0 mtr Intervals
and Recording depth of ground water table.
Drilling of NX sizeborehole usingDouble/Triple tube Tobedecideda 3000
b PerMeter
core barrel with diamond core bit in all type of Rock s per
(CR>0%) Annexure-A

Additional investigation for Hill Roads are as under:

Quantity Rate*
S Item Unit
(INR.)
No.
1. FieldtestaccordingtotheIndianstandards
codes/ASTM
a ConductingPetrography of rock Nos. Tobedecidedasper 5,000
Annexure-A
b GeologicalMapping(SRT):1testat115mlengthNos. Tobedecidedasper 75,000
Annexure-A
3. Slopestabilityanalysis lumpsum 5,00,000

335
Additional investigation for Tunnel Projects are as under:
Rate*
S No. Item Unit Quantity
(INR.)
1. FieldtestaccordingtotheIndianstandards
codes/ASTM
a ConductingPressuremetertestinsoil(Menardty Nos. Tobedecidedas 15,000
pe) per Annexure-A
b ConductingPressuremetertestinrock(OYOtype Nos. Tobedecidedas 20,000
) per Annexure-A
c ConductingPetrographyofrock Nos. Tobedecidedas 5,000
per Annexure-A
d ConductingCercharAbrasivitytest Nos. Tobedecidedas 1,000
per Annexure-A
e GeophysicalInvestigation
i SeismicRefractiontest(SRT):1testat115mlengt Nos. Tobedecidedas 75,000
h per Annexure-A
Crossholeseismictest(CHST):upto30mincludin Tobedecidedas
ii Nos. 3,50,000
g drilling of 3 bore holes per Annexure-A
f InsituPermeabilitytest Nos. Tobedecidedasper 7,500
Annexure-A
3 Slopestabilityanalysis lumpsum 5,00,000

Note*: All rates to be reviewed by Technical Divisions before issue of tender

336
Annexure-A to Enclosure-V

Quantity Estimation for testing


(I)For Normal Highway Projects as well as Projects in Hilly/Mountainous Regions

Type Span Guideli No.ofBoreholes TerminationCriteria(m)


of length neforN
Struct oof
ure Borehol
es

Case1 Case2 RockStrata MaximumCombi


ned
BoreHoleDepthn
otto Exceed

Soil Soft
Abutm
Intermed Open Soil Roc SoftRo Hard
ent Foundat Open Pile
iate/ Pile k ck Pile Rock
/ Foundat Foundati
PierLocat ion Foundation Ope Found (RQD
Appro (Refusal ion on
ion n ation >75
ach Encount %)
Locati Fou
eredat nda
on shallow tion
depth
upto 10
m)
15-30m oneboreh 1 - 20 40 5 15 3 20 40
oleonone
MJBR abutment
/ location
MNB oneboreh
40 - 3 40
R 30m- oleonone 1 1 - 15 -
60m abutment
location
and one
borehole
on
oneinter
mediatepi
erlocation
Great borehole 2 1* - 40 - 15 3 - 40
er oneachab
than6 utmentan
0m d each
pier
location.
15-30m one - 1 20 40 5 15 3 20 40
borehole
on
intermedi
Flyove ate
section

337
r/ ROB two 4 - 20 - 5 - 3 20 -
/ RUB borehole
on each
approach
side
one
borehole 1 1 20 40 5 15 3 20 40
30m-
60m on one
abutment
location
and one
borehole
on one
intermedi
ate pier
location
two 4 - 20 - 5 - 3 20 -
borehole
on each
approach
side
Great borehole 2 1* - 40 - 15 3 - 40
er oneachab
than6 utmentan
0m d each
pier
location.
two 4 - 20 - 5 - 3 20 -
borehole
on each
approach
side
1*12*4. one - 1 20 - 5 - 3 20 -
5 borehole
on
intermedi
ate
section
1*12*5. one - 1 20 - 5 - 3 20 -
5 borehole
on
intermedi
ate
section
VUP onebore 2 - 20 - 5 - 3 20 -
holeone
ach
approac
hside
1*20*4. one - 1 20 30 5 - 3 20 30
5 borehole
on
interme
diate
section
onebore 2 - 20 - 5 - 3 20 -
holeone
ach
approac
hside
1.20*5.. one - 1 20 30 5 - 3 20 30
5 borehole
on
interme
diate
section
two 4 - 20 - 5 - 3 20 -
borehole
on each

338
approach
side
Culvert Sizeasp one Trialpit1/culvert
er IRC trialpit 15 20 5 3 15 -
SP
13:2004
height< TrialPitat 1 TrialPit/km
6m eachkm
Emban
1.5xEmbankmentheightoruptotherockstratawhichis earlier
k
mental height> 1Borehol 1Borehole/km
ong 6m eateachk
road m
portio
n

NOTE:-1).*dependsonthenumberofpiersinthestructure
2). RefusalinsoilstrataasN>100.
3). Case1:-Incase, only soil Strata encountered and open foundation recommended.
4). Case2:-Incase, only soil Strata encountered and pile foundation recommended.
5). Maximum Bore hole depth incase of Open foundation:-Depth of soil + 5min soft rock or 3min
hardrock or limiting to maximum borehole depth as mentioned in case1.
6). Maximum Bore hole depth in case of Pile foundation:-Depth of soil+15min soft rock or 3min
hardrock or limiting to maximum bore hole depth as mentioned in case2.
7). Above guidelines as per clause no.3.2 of IRC-78:2014 & clause no.1102.1 of MORTH 5 th revision
StrataClassification
Soil Drillinginalltypeofsoils,CoreRec
overyupto0%
SoftRock Drillinginweatheredrock,CoreR
ecovery>0%;and0<RQD<75%
HardRock Drillinginrock-RQD>75%

(II)Fortunnels:

S Type of Nos. DepthofBorehole


No. tunnel
1 Length<1km 1borehole at each portal and 1 bore hole in 1.5 times of the
center diameter below tunnel
2 Length>1km 1bore hole at each portal,1 bore hole in invert level
center and Intermediate boreholes at every 1
km

339

You might also like