696_File246437078-20
696_File246437078-20
JUNE – 2018
Regional Office
1
2
INDEX
3
National Highways Authority of India (NHAI)
(Ministry of Road Transport and Highways)
Government of India
NOTICE INVITING TENDER (NIT)
1. NHAI has been assigned the work of Consultancy Service for preparation of Feasibility Report
cum Detailed Project Report (DPR) for Four Lane Bypass to Tumakuru City on the Southern
Side of NH-48 (Old NH-4), take of at existing Km.56.500 for a length of approximately 42 Kms
(Near Chikkahalli Village) and crossing Four lane of Tumakuru to Shivamogga Section of
NH-206 at design Km.12.300 (Near Mallasandra Village) and terminating at existing
Km.86.500 of NH-48 (Near Vasanthanarasapura Village) in the State of Karnataka.
2. Proposal is hereby invited from eligible Consultancy Service for preparation of Feasibility Report
cum Detailed Project Report (DPR) for Four Lane Bypass to Tumakuru City on the Southern
Side of NH-48 (Old NH-4), take of at existing Km.56.500 for a length of approximately 42 Kms
(Near Chikkahalli Village) and crossing Four lane of Tumakuru to Shivamogga Section of
NH-206 at design Km.12.300 (Near Mallasandra Village) and terminating at existing
Km.86.500 of NH-48 (Near Vasanthanarasapura Village) in the State of Karnataka. The Letter
of Invitation (LOI) and Terms of Reference (ToR) including Request for Proposal (RFP) is available online
on e-tender portal of https://etenders.gov.in .The document can also be downloaded from NHAI website
(www.nhai.org). Cost of the Document in the form of a Non-refundable document fee of Rs.5,000 (Rupees
Five Thousand only) in the form of Demand Draft favoring 'National Highways Authority of India' and
payable at Bengaluru must be furnished in a separate envelop while submitting the proposal.
3. The RFP has also been uploaded on “INFRACON” (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.
5. Bid must be submitted online at e-tender portal of NHAI https://etenders.gov.in on or before 30.07.2018
upto 15:00 Hrs
6. The following schedule date is to be followed for this assignment:
i) Last date for submission of queries: 29.06.2018 upto 17:00 Hrs
ii) Pre bid meeting: 11:30 hrs, : 06.07.2018
iii) Physical Submission of bids: 15:00 hrs, : 30.07.2018
iv) Online opening of bids: 15:30 hrs. : 31.07.2018
Yours sincerely,
(R.K. Suryawanshi)
Regional Officer
(NHAI RO, Bengaluru)
Telephone: 080-28397156, 080-28397171, Fax: 080-28377171
4
Letter of Invitation (LOI)
NIT No. 10/NHAI/RO-BNG/24016/Tender/2018 Dated:18.06.2018
Dear Sir,
Sub: Consultancy Service for preparation of Feasibility Report cum Detailed Project Report
(DPR) for Four Lane Bypass to Tumakuru City on the Southern Side of NH-48 (Old NH-4),
take of at existing Km.56.500 for a length of approximately 42 Kms (Near Chikkahalli
Village) and crossing Four lane of Tumakuru to Shivamogga Section of NH-206 at design
Km.12.300 (Near Mallasandra Village) and terminating at existing Km.86.500 of NH-48 (Near
Vasanthanarasapura Village) in the State of Karnataka.
1. Introduction
1.1 The National Highways Authority of India (NHAI) has been constituted through an Act of Parliament for
faster, economical and quality Road Construction work throughout India. The National Highways Authority
of India (NHAI) has been entrusted with the assignment o f Consultancy Service for preparation of
Feasibility Report cum Detailed Project Report (DPR) for Four Lane Bypass to Tumakuru
City on the Southern Side of NH-48 (Old NH-4), take of at existing Km.56.500 for a length of
approximately 42 Kms (Near Chikkahalli Village) and crossing Four lane of Tumakuru to
Shivamogga Section of NH-206 at design Km.12.300 (Near Mallasandra Village) and
terminating at existing Km.86.500 of NH-48 (Near Vasanthanarasapura Village) in the State
of Karnataka. 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 p r o j e c t report (DPR). The consultant
should have expertise in carrying out the similar kind of job, in similar geographical location (particularly for
hill road projects). Consultants are here by invited to submit proposal in the manner as prescribed in the
RFP document. A Consultant with “a Particular Team” may submit proposals for more than one package.
However, a Consultant is not allowed to bid for a package with more than one team. For the sake of clarity,
it is mentioned that one consultant cannot submit two proposals/ bids for the same package. A
consultant (either as sole or as in JV/Association) can be awarded only upto 2 packages. A Consultant
with “a Particular Team” may submit only one “proof of eligibility (Part 1)” and “Technical Proposal (Part II)”
for any number of packages applied for by them. However, the packages for which a Consultant with “a
Particular Team” applies should be clearly mentioned. Financial proposal for each package are to be
submitted separately. Financial proposal are only to be submitted online and no hard copy of the
financial proposal should be submitted. The most preferred bidder (H-1) for each package would be
determined on the basis of Quality and Cost as mentioned in the RFP. Award of work to a Consultant
with “a Particular Team” either as sole or as in JV/Association shall be limited to one package only. Joint
venture shall not have more than two firms In case, a Consultant with “a Particular Team” turns out to be
the most preferred bidder (H-1) in more than one package, the package which is to be awarded to this
Consultant with “a Particular Team” shall be determined on the basis of least cost to NHAI considering
the financial quote of H-1 bidder and H-2 bidder limited to those packages, which shall be worked out as
per the procedure given in the RFP. The consultants are hereby invited to submit proposals in the manner
prescribed in the RFP.
1.4 The consultants shall submit proposals either in sole capacity or in JV or in Association. Joint
Venture/Association shall not have more than two firms. Any entity which has been barred by the Ministry of
Road Transport and Highways (MORTH) or its implementing agencies for the works of Expressways,
National Highways, ISC and EI Works and the bar subsists as on the date of application, would not be
eligible to submit the bid, either individually or as a member of a Joint Venture.
5
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 will be opened only for the firms found to be eligible and scoring qualifying marks
in accordance with Para 5 hereof. The consultancy services will be awarded to the highest ranking
consultant on the basis of Quality and Cost.
1.7 Please note that (i) costs of preparing the proposal and of negotiating the contract, including visits
to the Client, etc., are not reimbursable as a direct cost of the assignment; and (ii) Client is not bound to
accept any of the proposals submitted and reserve the right to reject any or all proposals without assigning
any reasons.
1.8.2 In case a Joint Venture/Association of firms, the proposal shall be accompanied by a certified copy of
legally binding Memorandum of Understanding (MOU) on a stamp paper of Rs.100, signed by all firms
to the joint venture confirming the following therein:
i. Date and place of signing
ii. Purpose of Joint Venture/Association (must include the details of contract works for which the
joint venture has been invited to bid)
iii. A clear and definite description of the proposed administrative arrangements for the management
and execution of the assignment. Name of Lead Firm and other partner of JV should be clearly
defined in the MOU
iv. Delineation of duties/ responsibilities and scope of work to be undertaken by each firm along with
resources committed by each partner of the JV/Association for the proposed services
v. An undertaking that the JV firms are jointly and severally liable to the Employer for the
performance of the services
vi. The authorized representative of the joint venture/Association. The Association firm shall give a
Letter of Association, MOU as in (i) to (vi) above except (v), letter of Authorization, copies of
GPA/SPA for the person signing the documents and a certificate of incorporation.
1.8.3 In case of Joint venture, one of the firms which preferably have relatively higher experience, will
act as the lead firm representing the Joint Venture. The duties, 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.
6
1.9 Pre-proposal conference shall be held on the date, time and venue given in Data Sheet.
1.10.1 The applicant shall furnish as part of its Proposal, a Bid Security of Rs.5,00,000 (Rupees Five lakhs only)
in the form of a Bank Guarantee in the prescribed format given at instruction to Consultants (Form
IC-I) issued by one of the Nationalized/Scheduled Banks in India in favour of the Regional Officer,
National Highway Authority of India payable at Bengaluru (the “Bid Security”) valid for a minimum period of
150 days (i.e. 30 days beyond the validity of the bid) from the last date of submission of proposals.
Demand Draft of Rs.5,00,000/- (Rupees Five lakhs only) can also be deposited as bid security. This Bid
Security is returnable not later than 30 (thirty) days from the date of Opening of the Financial proposals
except in case of the two highest ranked Applicants. Bid Security of the Selected Applicant and the Second
ranked Team shall be returned, upon the Selected Applicant signing the Agreement.
1.10.2 Any Bid not accompanied by the Bid Security of the required value and minimum required validity
shall be rejected by the Authority as non-responsive.
1.10.3 The NHAI shall not be liable to pay any interest on the Bid Security and the same shall be interest free.
1.10.4 The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice to the NHAI's any other right or remedy hereunder or in law or
otherwise, the Bid Security shall be forfeited and appropriated by the Authority as the mutually agreed pre-
estimated compensation and damage payable to the Authority for, inter alia the time, cost and effort
of the NHAI in regard to RFP including the consideration and evaluation of the Proposal under
the following conditions:
(a) If an Applicant withdraws its Proposal during the period of its validity as specified in this
RFP and as extended by the Applicant from time to time.
(b) In the case of a Selected Applicant, if the Applicant fails to sign the Agreement.
2 Documents
2.1 To enable you to prepare a proposal, please find and use the attached documents listed in the Data Sheet.
2.2 Consultants requiring a clarification of the documents must notify the Client, in writing, by 29.06.2018
upto 17:00 Hrs. Any request for clarification in writing or by telefax/e-mail must be sent to the Client‟s
address indicated in the Data Sheet. The Client will upload replies to pre-bid queries on its website.
2.3 At any time before the submission of proposals, the Client may, for any reason, whether at its own
initiative or in response to a clarification requested by a Consulting firm, modify the Documents by
amendment or corrigendum. The amendment will be uploaded on NHAI website. The Client may at its
discretion extend the deadline for the submission of proposals and the same shall also be uploaded on
NHAI website.
3. Preparation of Proposal
The proposal must be prepared in three parts viz.
Part 1: Proof of eligibility
Part 2: Technical Proposal
Part 3: Financial Proposal
3.1.1 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:
7
(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 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.
(iii) Firm‟s turnover for the last 5 years: A tabular statement as in Form E3 showing the turnover of
the applicant firm(s) for the last five years beginning with the last financial year certified by the
Chartered Account along with certified copies of the audit reports shall be submitted in support
of the turnover shall be submitted on Infracon Portal in input data sheet.
(iv) Document fee: The fee for the document amounting to Rs.5,000 (Rupees Five Thousand
only) in the form of Demand Draft favoring 'National Highways Authority of India' payable at
Bengaluru must be furnished in a separate envelope while submitting the proposal.
(v) Bid Security: Bank Guarantee in support of bid security for an amount specified in Data Sheet
and having validity for a minimum period of 150 days (i.e. 30 days beyond the validity of the
bid), from the last date of submission of proposals in the Form E4.
(vi) Power of Attorney on a stamp paper of Rs.100 and duly notarized authorizing to submit the
proposal.
(vii) In case 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.
3.1.2 The minimum essential requirement in respect of eligibility has been indicated in the data sheet, the
proposal found deficient in any respect of these requirements will not be considered for further evaluation.
3.2.1 You are expected to examine all terms and instructions included in the Documents. Failure to
provide all requested information will be at your own risk and may result in rejection of your proposal.
3.2.2 During preparation of the technical proposal, you must give particular attention to the following:
Total assignment period is as indicated in the enclosed TOR. A manning schedule in respect of
requirement of key personnel is also furnished in the TOR which shall be the basis of the financial
proposal. You shall make your own assessment of support personnel both technical and administrative
to undertake the assignment. Additional support and administrative staff need to be provided for timely
completion of the project within the total estimated cost. It is stressed that the time period for the
assignment indicated in the TOR should be strictly adhered to.
3.2.3 The technical proposal shall be submitted strictly in the Formats given in Appendix- III And shall
comprise of following documents:
8
i) Forwarding letter for Technical proposal duly signed by the authorized person on behalf of
the bidder, as in Form-T-1
ii) Details of projects for which Technical and Financial Proposals have been submitted by a
Consultant with a particular Team as in Form-T-2
iii) Firm‟s references - Relevant Services carried out in the last seven years as per Form- E2/T-3.
This information submitted as part of Proof of Eligibility shall be evaluated and need not be
submitted again as a part of the Technical proposal
iv) Site Appreciation: limited to four A4 size pages in 1.5 space and 12 font including
photographs, if any (Form-T-4).
v) 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 feasible would be accepted. For all other cases suitable nearby material Testing Laboratory
shall be proposed before Contract Agreement is executed.
viii) The proposal shall indicate as to whether the firm is having the facilities for carrying out the
following field activities or these are proposed to be outsourced to specialized agencies in the
Form- T-8.
a) Pavement Investigation
b) Geo-technical Investigation
In case the consultant envisages outsourcing any or all of the above services to the expert
agencies, the details of the same indicating the arrangement made with the agencies need to be
furnished. These agencies would however, be subject to approval of the client to ensure quality
input by such agencies before award of the work. For out-sourced services, proposed
firms/consultants should have such experience on similar projects.
ix) Details of office equipment and software owned by the firm in Form-T9
x) CVs of 9 (Nine) Key Personnel (Team Leader cum Senior Highways Engineers, Senior Bridge
Engineer, Highway cum Pavement Engineer, Material cum Geo-Technical Engineer-Geologist,
Senior Survey Engineer, Traffic and Safety Expert, Environmental Specialist, Senior Quantity
Surveyor/Documentation Expert and Land Acquisition Expert) in Form–T-10 to be submitted only
through Infracon and Team ID must be submitted in physical form. For remaining 6 (six) key
personnel, the CVs need to be submitted for approval prior to signing of contract.
9
3.2.4 CVs of Key Persons:
i) The CVs of 9 (Nine) Key Personnel (Team Leader cum Senior Highways Engineers, Senior
Bridge Engineer, Highway cum Pavement Engineer, Material cum Geo-Technical Engineer-
Geologist, Senior Survey Engineer, Traffic and Safety Expert, Environmental Specialist,
Senior Quantity Surveyor/Documentation Expert, Land Acquisition Expert) 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. If any information is found incorrect, at any stage, action including termination and
debarment from future NHAI projects for a minimum period of 2 years may be taken by NHAI on
the personnel and the Firm.
ii. No alternative to key personnel may be proposed and only one CV may be submitted for
each position. The minimum requirements of Qualification and Experience of all key personnel
are listed in Enclosure-II of TOR. CV of a person who does not meet the minimum experience
requirement as given at enclosure-II of TOR shall be evaluated and the marks obtained shall be
taken into consideration during evaluation of Technical Proposal (except Team leader). However if
a firm with such key personnel is declared the “most preferred bidder” for a particular package,
such key personnel should be replaced 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 opening
of Financial Proposals.
iii. Team Leader cum Senior Highways Engineers, Senior Bridge Engineer, Highway cum Pavement
Engineer, Material cum Geo-Technical Engineer-Geologist, Senior Survey Engineer should be
available from beginning of the project. 3 Key Personnel namely Traffic and Safety Expert,
Environmental Specialist and Senior Quantity Surveyor/Documentation Expert and Land
Acquisition Expert are allowed to be deployed/proposed in 2 teams at a time. If same CV is
submitted by two or more firms, zero marks shall be given for such CV for all the firms.
iv. The availability of key personnel must be ensured for the duration of the project as per
proposed work programme. If a firm claims that a key personnel proposed by them is a
permanent employee of the firm (the personnel should have worked in the firm continuously for
a period of at least 1 year), a certificate to the effect along with pay slips are required to be
submitted.
v. The age limit for key personnel is 65 years as on the date of bid submission. The proof of age and
qualification of the key personnel must be furnished in the technical proposal.
vi. An undertaking from the key personnel must be furnished that he/she will be available for
entire duration of the project assignment and will not engage himself/herself in any other
assignment during the period of his/her assignment on the project. After the award of work, in
case of non-availability of key personnel in spite of his/her declaration, he/she shall be debarred
for a period of two years for all projects of NHAI and MoRTH.
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.
10
ix. Photo, contact address and phone/mobile number of key personnel should be furnished in
the CV.
x. Availability of few key personnel engaged for preparation of Detailed Project Report for the
envisaged project may be ensured during first 3 to 4 months after start of the civil work at site
during the period of survey and review of DPR by the Supervision consultant/Authority Engineer.
For this purpose, payment shall be made as per actual site deployment of the key personnel at the
man month rates quoted by the firm in their financial proposal.
xi. It may please be noted that in case the requirement of the „Experience‟ of the firm/consortium as
mentioned in the “Proof of Eligibility‟ is met by any foreign company, their real involvement for the
intended project shall be mandatory. This can be achieved either by including certain man-months
input of key experts belonging to the parent foreign company, or by submitting at least the draft
feasibility report and draft DPR duly reviewed by the parent firm and their paying visit to the site
and interacting with NHAI. In case of key personnel proposed by the foreign company, they
should be on its pay roll for at least last six months (from the date of submission).
xii. In case a firm is proposing key personnel from educational/research institutions, a „No
Objection Certificate‟ from the concerned institution should be enclosed with the CV of the
proposed key personnel committing his services for the instant project.
3.2.5 The technical proposal must not include any financial information.
3.3.1 The Financial proposal should include the costs associated with the assignment. These shall normally
cover: remuneration for staff (foreign and local, in the field, office etc.), accommodation, transportation,
equipment, printing of documents, surveys, geotechnical investigations etc. This cost should be broken
down into foreign and local costs. Your financial proposal should be prepared strictly using, the formats
attached in Appendix – IV. Your financial proposal should clearly indicate the amount asked for by you
without any assumptions of conditions attached to such amounts. Conditional offer or the proposal not
furnished in the format attached in Appendix-IV shall be considered non- responsive and is liable to be
rejected.
3.3.2 The financial proposal shall take into account all types of the tax liabilities and
cost of insurance specified in the Data Sheet.
3.3.3 Costs shall be expressed in Indian Rupees in case of domestic as well as for foreign Consultant.
The payments shall be made in Indian Rupees by the National Highways Authority of India and the
Consultant themselves would be required to obtain foreign currency to the extent quoted and accepted by
NHAI. Rate for foreign exchange for payment shall be at the rate established by RBI applicable at the
time of making each payment installment on items involving actual transaction in foreign currency. No
compensation done to fluctuation of currency exchange rate shall be made.
3.3.4 Consultants are required to charge only rental of equipment(s) / software(s) use so as to economize in
their financial bid.
4 Submission of Proposals
4.1 The Applicants shall submit the proposal (Proof of Eligibility and Technical Proposal) in hard bound form
with all pages numbered serially and by giving and index of submissions. Applications submitted in other
forms like spiral bound form; loose form etc shall be rejected. Copies of Applications shall not be submitted
and considered. A Consultant with “a Particular Team” may submit only one hard copy (in original) of
“proof of eligibility (Part 1)” and “Technical Proposal (Part II)” to 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 team only. The packages for which a Consultant with “a Particular Team”
11
applies should be clearly mentioned in their proposal. However, Consultants are required to submit a
copy of Proof of Eligibility and Technical Proposal online separately for each package. Financial proposal
for each package are to be submitted separately. Financial proposal are only to be submitted online and
no hard copy of the financial proposal should be submitted.
4.2 You must submit original proposal as indicated in the Data Sheet. “Proof of Eligibility” in original
and hard bound should be enclosed in an envelope which should be marked as “Part-I – Proof of
Eligibility”. Similarly, “Technical Proposal” in original and hard bound should be enclosed in an envelope
which should be marked as “Part-II – Technical Proposal” The proposal will be sealed in an outer
envelope which will bear the address and information indicated in the Data Sheet and shall be
submitted to NHAI on or before the deadline for submission of bids. The envelope must be clearly
marked:
Consultancy Service for preparation of Feasibility Report cum Detailed Project Report (DPR)
for Four Lane Bypass to Tumakuru City on the Southern Side of NH-48 (Old NH-4), take of at
existing Km.56.500 for a length of approximately 42 Kms (Near Chikkahalli Village) and
crossing Four lane of Tumakuru to Shivamogga Section of NH-206 at design Km.12.300
(Near Mallasandra Village) and terminating at existing Km.86.500 of NH-48 (Near
Vasanthanarasapura Village) in the State of Karnataka.
4.2.1 This outer envelope will contain three separate envelopes. The first envelope containing “Proof of
Eligibility” (which should be clearly marked), the second envelope containing “Technical Proposal”
(which should be clearly marked) and the third envelope containing a demand draft of Rs.5,000/- (cost of
RFP), Bid Security of required amount and validity as mentioned in the RFP. Only one bid security and one
DD of Rs.5,000/ (as cost of Document) may be submitted by a consultant applying with a particular team for
a number of packages. However for consultants applying with 2 teams, 2 nos. of Bid Security of Rs. 5 lakhs
each and 2 no‟s of DD of Rs.5,000/ each as mentioned in RFP have to be submitted.
4.2.2 The proposal must be prepared in indelible ink and must be signed by the authorized representative of
the consultants. The letter of authorization must be confirmed by a written power of attorney
accompanying the proposals. All pages of the Proof of Eligibility and Technical Proposal must be initialed
by the person or persons signing the proposal.
4.3 The proposal must contain no interlineations or overwriting except as necessary to correct errors made by
the Consultants themselves, in which cases such corrections must be initialed by the person or persons
signing the proposal.
4.4 Your completed Proof of eligibility and Technical proposal (in hard copy) must be delivered on or
before the scheduled time and date at the address stated in Data Sheet. Proof of Eligibility, Technical
Proposal and Financial Proposal for each package shall have to be submitted online also on or before the
time and date at the address stated in Data Sheet.
4.5 Your proposal must be valid for the number of days stated in the Data Sheet from the closing date of
submission of proposal.
5 Proposal Evaluation
12
i) The proposal is accompanied by Document fee
ii) The Proposal is accompanied by Bid Security of required value and of validity equal or more than
the minimum required validity
iii) The firms(s) have required experience
iv) The firms(s) have required turnover
v) The documents are properly signed by the authorized signatories and whether the proposal
contains proper POA as mentioned at para 1.8.1 above
vi) The proposals have been received on or before the dead line of submission.
vii) In case a Joint Venture/Association of firms, the proposal shall be accompanied by a certified copy
of legally binding Memorandum of Understanding (MOU) on a stamp paper of Rs.100, signed by
all firms to the joint venture/Association as detailed at para 1.8.2 above
In case answers to any of the above items is „No‟ the bid shall be 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.
A proposal securing 75 points shall be declared pass in the evaluation of Technical Proposal .The
technical proposal should score at least 75 points out of 100 to be considered for financial
evaluation. The CV of the proposed Team Leader should score at least 75 % marks otherwise the
entire proposal shall be considered to have failed in the evaluation of Technical Proposals and shall
not be considered for opening of Financial Proposals.
5.3.1 In case for a particular package, only one firm is eligible for opening of Financial Proposals, the
Financial Proposal shall not be opened, the bids for that package shall be cancelled and NHAI shall invite
fresh bids for this package. For financial evaluation, total cost of financial proposal excluding Service Tax
shall be considered. Service Tax shall be payable extra.
5.3.2 The evaluation committee will determine whether the financial proposals are complete (i.e.
whether they have included cost of all items of the corresponding proposals; if not, then their cost will be
considered as NIL but the consultant shall however be required to carry out such obligations without any
compensation. In case, if client feels that the work cannot be carried out within overall cost of financial
proposal, the proposal can be rejected. The client shall correct any computational errors and correct
prices in various currencies to the single currency specified in Data Sheet. The evaluation shall
exclude those taxes, duties, fees, levies and other charges imposed under the applicable law & applied to
foreign components/ resident consultants.
5.3.3 For a package, the procedure as mentioned at Clauses 5.3.4, 5.4 and, 5.5 as mentioned below shall be
followed for determining the “most preferred bidder (H-1 bidder)” for this package.
5.3.4 The lowest financial proposal (FM) will be given a financial score (SF) of 100 points. The financial scores of
other proposals will be computed as follows:
SF = 100xFM/F
(SF = Financial Score, FM= Amount of lowest bid, F= Amount of financial proposal converted in the
common currency)
13
5.4 Combined evaluation of Technical and Financial Proposals.
Proposals will finally be ranked according to their combined technical (ST) and Financial (SF) scores
using the weights indicated in the Data Sheet:
S= STxT + SFxf
Where,
S= Combined Score,
ST= Technical Score out of 100
SF= Financial Score out of 100
T and f are values of weightage for technical and financial proposals respectively as given in the
Data Sheet.
6 Performance Security
6.1 The consultant will furnish within 15 days of the issue of Letter of Acceptance (LOA), an unconditional
Bank Guarantee 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.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 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 NHAI 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 NHAI in this regard is issued. However, if contract is foreclosed / terminated
by NHAI at Inception Stage, with no fault of Consultant, Performance Security shall be released
within three months from date of forecloser / termination. If a Consultant fails to submit the
Performance Security (as specified above), it shall attract penalty –encashment of Bid Security submitted
by the Consultant.
6.2 As an alternative to the contents of Para 1.10 and Para 6.1 above, a single Bank Guarantee to cover for
the performance of all projects under NHAI 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.
14
Performance Security
Remaining cumulative Value of Consultancy Fee as per BG Value (in Rs. Crores.)
Contracts under a Agency (NHAI) (Cr)
0-20 0.5
20-40 1
40-100 2.50
100-200 4.0
Beyond 200 5.0
7. Penalty
The consultant will indemnify for any direct loss or damage that accrue due to deficiency in services in
carrying out Detailed Project Report. Penalty shall be imposed on the consultants for poor performance/
deficiency in service as expected from the consultant and as stated in General Conditions of Contract.
8. Award of Contract
The Client shall issue letter of award to selected Consultant and ask the Consultant to provide
Performance Security as in Para 6 above. If the selected Consultant fail to provide performance security
within the prescribed time or the Consultant fail to sign the Contract Agreement within prescribed
time the Client may invite the 2 nd highest ranking bidder Consultant and follow the procedure outlined
in Para 8 and 9 of this Letter of Invitation.
After having received the performance security and verified it, the Client shall invite the selected bidder for
signing of Contract Agreement on a date and time convenient to both parties within 15 days of receipt of
valid Performance Security.
10. The Client shall keep the bidders informed during the entire bidding process and shall host the
following information on its website:
11. Confirmation
We would appreciate you informing us by facsimile/e-mail whether or not you will submit a
proposal.
Thanking you.
Encl. as above
15
Annexure-I
Tentative
Sl.
NH No Section State Length Package No.
No.
(in km)
Four Lane Bypass to
Tumakuru City on the
Southern Side of NH-48 (Old
NH-4), take of at existing
Km.56.500 for a length of
approximately 42 Kms (Near
NH-7 Chikkahalli Village) and
206 & 48 crossing Four lane of
1
(Tumkur Tumakuru to Shivamogga Karnataka 42 1
Bypass) Section of NH-206 at design
Km.12.300 (Near Mallasandra
Village) and terminating at
existing Km.86.500 of NH-48
(Near Vasanthanarasapura
Village) in the State of
Karnataka.
16
Annexure-II
Procedure of Awarding Work based on QCBS including Assessment of Least Cost to NHAI under
Special Circumstances i.e. When a Consultant with a particular team becomes H-1 bidder in more
than one package
A Consultant with a particular Team can apply for any number of packages with one team. However, Award
of work to a Consultant with “a Particular Team” either as sole or as in JV/Association shall be limited to one
package only. Following procedure shall be followed for the selection of the most preferred bidder for the
consultancy assignment:
1. At first, Consultants who become H-1 in one package each shall be assigned the respective
package. Then packages in which a Consultant with “a Particular Team” turns out to be the most
preferred bidder (H-1) in more than one package shall be considered. In case, a Consultant with “a
Particular Team” turns out to be the most preferred bidder (H-1) in more than one package, the package
which is to be awarded to this team of a consultant shall be determined on the basis of least cost to NHAI
considering the Financial Quote of H-1 bidder and H-2 Bidder limited to those packages which shall be
worked out as per procedure illustrated with an example as mentioned below.
2. Suppose there are 8 packages namely Package-1, Package-2, Package -3, Package-4, Package -5,
package -6, package-7 and Package-8 respectively. It is also assumed that 10 consultants namely P,
Q, R, S, T, U, V, W, X and Y has applied for these packages. It is also assumed that three Consultants
namely P, R and U has applied with two Teams and the remaining Consultants have applied with only
one team. It is also assumed that the following is the position of various firms after opening of the
Financial proposals (and after arithmetic corrections if any of the Financial bids) of the packages and after
applying QCBS
H-1 H-2 H-3 H-4 H-5 H-6
Package no. Name of Consultants and Financial Quotes (Rs in lakhs)
Package-1 P (team-1) Q W X T Y
230 lakhs 200 lakhs 240 lakhs 220 lakhs 200 lakhs 230 lakhs
Package-2 V U(team-1) X P (team-2) T Y
240 lakhs 210 lakhs 240 lakhs 220 lakhs 200 lakhs 230 lakhs
Package-3 V P(team-1) U(team-1) R (team-2) X Y
200 lakhs 230 lakhs 250 lakhs 230 lakhs 220 lakhs 200 lakhs
Package-4 R (team-1) T U (team-2) P (team-2) Y X
250 lakhs 220 lakhs 250 lakhs 260 lakhs 220 lakhs 245 lakhs
Package-5 R (team-1) V S U(team-2) W T
220 lakhs 240 lakhs 260 lakhs 250 lakhs 220 lakhs 240 lakhs
Package-6 Q T S P (team-2) W U (team-2)
210 lakhs 240 lakhs 250 lakhs 220 lakhs 200 lakhs 230 lakhs
Package-7 R (team-1) U (team-1) Q S W Y
200 lakhs 220 lakhs 240 lakhs 255 lakhs 230 lakhs 240 lakhs
Package-8 V R(team-1) W S P (team-1) Y
190 lakhs 250 lakhs 220 lakhs 240 lakhs 255 lakhs 240 lakhs
17
The different packages shall be awarded to consultants as mentioned below:
2.1 Step-1:
In this case, Consultants P (team-1) and Q are the H-1 in only one package each namely package-1
and package-6 respectively. Consultant V is H-1 in 3 packages namely Package-2, Package-3 and
Package-8 respectively. Consultant R (team-1) is H-1 in 3 packages namely Package-4, Package-5 and
Package-7 respectively. Since Consultant P (team-1) is H-1 in Package-1 only and Consultant Qis H-1 in
Package-6 only, Consultant P (team-1) shall be awarded Package-1 and Consultant Q shall be
awarded Package-6.
2.2 Step-2:
After Consultant P (team-1) is awarded Package-1 and Consultant Qis awarded Package-6, the
scenario for the remaining 6 packages is as given below .P (team-1) and Q occurring anywhere else
stands deleted as they have already been awarded one work each
Consultant V shall be awarded only one package out of the 3 packages for which it is H-1 namely Package-2,
Package-3 and Package-8 respectively. Similarly Consultant R (team-1) shall be awarded only one package out of the
3 packages for which it is H-1 namelyPackage-4, Package-5 and Package-7 respectively. The determination of
package to be awarded to Consultant V and Consultant R (team-1) shall be worked out in a single step (i.e. one at a
time) .New H-1 for the remaining packages (4 packages) shall be worked out only after determination of packages to
be awarded to the H-1 bidders at this stage [i.e. Consultant V and R (Team-1) in the instant case] in one step.
Determination of Package to be awarded to each of Consultant V and Consultant R (team-1) shall be worked out as
follows
18
(i) After the award of Package-1 to Consultant –P (team-1) and Package -6 to Consultant –Q and also
considering that a Consultant with a particular team can be awarded only one work, the details of H-1 and
H-2 / New H-2 in the remaining 6 packages are as mentioned below. Since V is H-1 in more than
one package and shall be awarded one of these packages, V has been deleted from all other
packages. Similarly, since R(Team-1) in more than one package and shall be awarded one of
these packages, R (Team-1) has been deleted from all other packages
Package-4 R (team-1) T
250 lakhs 220 lakhs
Package-5 R (team-1) S
220 lakhs 260 lakhs
Package-7 R (team-1) U (team-1)
200 lakhs 220 lakhs
Package-8 V W Consultant-R(team-1) has not been considered as H-2 since
190 lakhs 220 lakhs Consultant –C (team-1) is to be awarded one package out of
the packages 4,5 and 7 in which it is H-1. Hence Consultant
– W is the new H-2
(ii) Package to be awarded to Consultant –V who is H-1 in three packages namely Package - 2, 3 and 8
respectively shall be determined on the basis of least cost to NHAI considering the Financial Quote of H-1
bidder and H-2 Bidder limited to those packages The situation for least cost to NHAI shall be when the
firm with Consultant –G is awarded the package for which Financial Bid of second ranked team (H-2)
minus Financial Bid of the first ranked team (H-1) is maximum. The same is illustrated as given
below
19
In a similar way, Package to be awarded to Consultant – R (team-1) who is H-1 in three packages namely
Package -4, 5 and 7 respectively shall be determined as illustrated below:
2.3 Step-3
(i) After the award of the above mentioned 4 packages namely, Package-1 to Consultant–P (team-1),
Package -6 to Consultant –Q, Package -3 to Consultant –V, Package -5 to Consultant –R (team-1) and
also considering that a Consultant with a particular team can be awarded only one work, the details of
new H-1 and New H-2 in the remaining 4 packages are as mentioned below
(ii) Consultant T is the new H-1 for only one package namely Package-4. Similarly Consultant W
is the new H-1 for only one package namely Package-8. Accordingly Package- 8 shall be awarded to
Consultant–W and Package -4 shall be awarded to Consultant–T.
2.4 Step-4:
Consultant U (team-1) is the new H-1 for package- 2 and Package-7 respectively and Consultant U (team-1)
shall be awarded only one package out of this 2 packages. Package to be awarded to Consultant –U (team-1)
shall be determined as illustrated below
20
H-1 H-2 / New Financial Bid of H-2/ Remarks
H-2 New H-2 minus
Financial Bid of H-1
Package-2 U(team-1) X 240-210 = (+) 30
210 lakhs 240 lakhs lakhs
2.5 Step-5 :
(i) After the award of the above mentioned 7 packages namely, Package-1 to Consultant–P (team-1) ,
Package -6 to Consultant –Q, Package -3 to Consultant –V, Package -5 to Consultant –R (team-1),
Package-4 to Consultant -T, Package -8 to Consultant-W, package-7 to Consultant –U (team-1) team
and also considering that a Consultant with a particular team can be awarded only one work , the details
of new H-1 and / New H-2 in the remaining package i.e. package -2 is as mentioned below
H-1 (New H-2 (New Remarks
H-1) H-2)
Package-2 X A (team-2) Since Consultant V is awarded Package-3 and
240 lakhs 220 lakhs Consultant U (team-1) is awarded package- 7 , Consultant X
becomes the new H-1 and Consultant P(team-2) becomes the
new H-2
(ii) Consultant X is the new H-1 for only one package namely Package-2. Accordingly, Package -2
shall be awarded to Consultant –X.
3. Thus as per the above mentioned procedure the 8 packages are awarded to the following
Consultant at the Financial Quoted (after arithmetic Corrections) by them for the respective
packages
Package-3 Consultant- V
Package-4 Consultant- T
Package-5 Consultant- R (team-1)
Package-6 Consultant- Q
Package-7 Consultant- U (team-1)
Package-8 Consultant- W
21
DATA SHEET
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)
Date: 06.07.2018
Time: 11:30 Hrs
Venue: NHAI RO, Bengaluru.
(i). The Consultants and their personnel shall pay all taxes (including GST), custom duties, fees,
levies and other impositions levied under the laws prevailing seven days before the last date of
submission of the bids. The effects of any increase / decrease of any type of taxes levied by
the Government shall be borne by the Client / Consultant, as appropriate.
(ii). Limitations of the Consultant‟s Liability towards the Client shall be as per
Clause 3.4 of Draft Contract Agreement
(iii). The risk and coverage shall be as per Clause 3.5 of Draft Contract Agreement.
22
8. The number of copies of the proposal required to be submitted: 1 no.
Sh. R. K.Suryawanshi
Regional Officer
National Highways Authority of India, RO Bengaluru
Bengaluru – Tumkur Road (NH-4), M.S. Ramaiah Enclave,
Near Nagasandra Metro Station, Bengaluru – 560073
i. Original Proposal;
ii. Documents in proof of eligibility and technical proposal as appropriate; and,
iii. Do not open, except in presence of the e v al u a ti o n committee on the outer envelope.
iv. Consultancy Package No. :----------
v. Project Name: ------------
vi. Name and Address of Consultant
Date 30.07.2018
Time 15:00 Hrs
Address National Highways Authority of India (NHAI), RO Bengaluru
Bengaluru – Tumkur Road (NH-4), M.S. Ramaiah Enclave,
Near Nagasandra Metro Station, Bengaluru – 560073
11. Proposal Validity period (Number of days): 120 days (Ref. Para 4.5)
12.1 First stage evaluation – eligibility requirement. (Ref. Para 3.1 & 5.1)
23
Table-1: Minimum Eligibility Requirements
i) The sole applicant shall fulfill all the requirements given in Table-1.
(ii) In case of JV, the Lead Partner should fulfill at least 75% of all eligibility requirements and the
other partner shall fulfill at least 50% of all eligibility requirements.
(iii) If the applicant firm has / have prepared the DPR/FS projects solely on its own, 100%
weightage shall be given. If the applicant firm has prepared the DPR/FS projects as a lead
partner in a JV, 75% weightage shall be given. If the applicant firm have prepared the DPR
projects as the other partner (not lead partner) in a JV 50% weightage shall be given. If the
applicant firms have prepared the DPR/FS projects as an associate, 25% weightage shall be
given.
24
Further break-up of each criteria has been detailed out below:
25
For special projects such as special bridges, tunnels and expressways that require specialized
capabilities and skill sets, the following is the break-up:
S.No Description Maximum Sub-Points
Points
1 Specific experience of the DPR consultancy related to the assignment
for eligibility
1.1 Aggregate Length of DPR / Feasibility study of 4/ 6 lane projects
1.1.1 More than the indicative Length of the package applied for
1.1.2 More than 2 times the indicative length of the package applied for
1.1.3 More than 3 times the indicative length of the package applied for
1.2 DPR for 4/6 laning projects each equal to or more than 40 % of
indicative length of a package applied for (or Feasibility Study for 4/6
laning projects each equal to or more than 60 % of indicative length of
a package applied for)
1.2.1 1 project
1.2.2 2 projects
1.2.3 3 or more projects
2 DPR of Bridge having length more than 200 m
2.1 1 bridge
2.2 2 bridges
2.3 3 or more bridges
3 Specific experience of firms in terms of turnover
Not Applicable
3.1 Firm‟s Average Turnover of last 5 years > 100 crore
3.2 Firm Average Turnover of last 5 years 50 - 100 crore
3.3 Firm Average Turnover of last 5 years 10 - 50 crore
4 DPR for special category projects (Special bridges/ tunnels or
expressways, whichever applicable). It is to be noted that either 4.1 or
4.2 shall be applicable, and not both.
4.1 DPR of number of special bridges/ tunnels (if applicable)
4.1.1 1 project
4.1.2 2 projects
4.1.3 3 projects
4.1.4 4 projects
4.1.5 5 or more projects
4.2 Aggregate length of DPR/ Feasibility study for expressways
4.2.1 Upto 50km
4.2.2 50km to 100km
4.2.3 100km to 150km
4.2.4 More than 150 Km
26
Note: In case feasibility study is a part of DPR services the experience shall be counted in DPR only. In case bridge
is included as part of DPR of highway the experience will be (1) and (2)
S. No Description Points
1 Site appreciation 1
2 Team composition and task assignment 1
3 Methodology* 3
Approach and initial view on project plan including key
3.1
challenges envisaged and potential solutions for
Proposed alignment and bypasses required and land acquisition
3.1.1 1
requirements
3.1.2 Access control, rehabilitation of existing road, drainage and utilities 1
Adoption of superior technology along with proof of past use
4 1
vendor association
Total 5
*Higher marks for adoption of superior technology in data collection, processing and report may be given. Documents
for association with vendors supplying LiDAR or better technology and GPR/ Induction Locator or better technology
shall be furnished.
C. Material testing, survey and investigation, equipment and software proposed to be used (20)
27
S.No Description Maximum Sub-Points
Points
4.2 3-5 projects 2
4.3 6-10 projects 3
4.4 11-15 projects 5
5 Experience in using GPR and Induction Locator or better 4
technologies for detection of sub-surface utilities (Infrastructure
sector)
5.1 1-2 projects 1
5.2 3-5 projects 2
5.3 6-10 projects 4
6 Experience in digitization of cadastral maps for land surveys 3
6.1 Project of area upto 0-100 ha 1
6.2 Project of area between 100-500 ha 2
6.3 Project of area between 500-1000 ha 3
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.
28
The number of points assigned during the evaluation of qualification and competence of key staff are as given below:
12.3 Detailed evaluation criteria which is to be used for evaluation of technical bids is as indicated at
Appendix-V.
The Consultant should carryout self-evaluation based on the evaluation criteria at Appendix-V.
While submitting the self-evaluation along with bid, Consultant shall make references to the
documents submitted in their proposal which have been relied upon in self-evaluation Result of
technical evaluation shall be made available on the website giving opportunity to the
bidders to respond within 7 days in case they have any objection
Financial Proposals of all Qualified Consultants in accordance with clause 5.2 and 5.3 of Letter of
Invitation shall be opened.
The consultancy services will be awarded to the consultant scoring highest marks in combined
evaluation of Technical and Financial proposals in accordance with clause 1.3 and 5.4 hereof.
The Factors are:
The weight given to Technical Proposal (T) = 0.80
The weight given to Financial Proposal (f) = 0.20
Consultants have to quote in Rupees both for domestic Consultant as well as Foreign Consultants
14. Commencement of Assignment (Date, Location): The Consultants shall commence the Services within
fifteen days of the date of effectiveness of the contract at locations as required for the project stretch
stated in TOR. (Ref. Para 1.2 of LOI and 2.3 of GCC/SC)
29
APPENDIX I
1. General
1.1 The National Highways Authority of India (NHAI) has been entrusted with the assignment of Consultancy
Service for preparation of Feasibility Report cum Detailed Project Report (DPR) for Four
Lane Bypass to Tumakuru City on the Southern Side of NH-48 (Old NH-4), take of at
existing Km.56.500 for a length of approximately 42 Kms (Near Chikkahalli Village) and
crossing Four lane of Tumakuru to Shivamogga Section of NH-206 at design Km.12.300
(Near Mallasandra Village) and terminating at existing Km.86.500 of NH-48 (Near
Vasanthanarasapura Village) in the State of Karnataka. NHAI now invites proposal from Technical
consultants for carrying out detailed project report as per details given in Annexure-1.
1.2 NHAI w i l l 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 rehabilitation and upgrading of the existing
road to 4/6 lane configuration.
2.2 The viability of the project shall be established taking into account the requirements with regard to
rehabilitation, upgrading and improvement based on highway design, pavement design, provision of
service roads wherever necessary, type of intersections, rehabilitation and widening of existing and/or
construction of new bridges and structures, road safety features, quantities of various items of works
and cost estimates and economic analysis within the given time frame.
2.3 The Detailed Project Report (DPR) would inter-alia include detailed highway design, design of pavement
and overlay with options for flexible or rigid pavements, design of bridges and cross drainage structures
and grade separated structures, design of service roads, quantities of various items, detailed
working drawings, detailed cost estimates, economic and financial viability analyses, environmental and
social feasibility, social and environmental action plans as appropriate and documents required for
tendering the project on commercial basis for international / local competitive bidding.
30
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.
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.
3.1.1 The land will be acquired as per IRC specifications and standards.
3.1.2 As for the four-lane / six-lane Highway Road Projects, experience shows that all the existing two-lane Roads
requiring upgradation to 4/6-lane involve acquisition of land, shifting of utilities, felling of trees and other
statutory clearances etc. As such, keeping in view a futuristic approach, it has been decided that the land for
any 4/6 lane Highway Road will be acquired with a RoW of 60 mtrs irrespective of the width of the
carriageway.
3.1.3 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. The cross-section in such areas may be kept as 3.25m, (shoulder / Utility
Corridor) + 10.5m (three-lane one side carriageway) + 2.5m (Median) + 10.5m (2nd three-lane carriageway)
+ 3.25m (shoulder / Utility Corridor).
3.1.4 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.
3.1.5 Protection of the acquired RoW against any possible encroachments is extremely important. Boundary stones
be provided at the end of the RoW as per Clause 9.8 of IRC:SP:84-2014 and also supplemented as per
Circular dated 08.12.2015 issued by NHAI. 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 2.0 mtrs to serve as a Utility Corridor.
(b) Provision of a Service Road (along the inhabited area) with its drainage slope towards the drain /
area reserved for Strip Plantation, for a width of 9.0 mtrs.
31
(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 – 1.5 mtr and
earthen shoulder – 2.0 mtr (Total – 14 mtr).
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 <lane> of the existing road is not possible.
3.3 The Consultant shall furnish land acquisition details as per revenue records/maps for further processing of
land acquisition. Consultant shall also submit 3a, 3A and 3D draft notification for acquisition of land.
3.3.1 Support in land Acquisition process till the receipt of land possession certificate from CALA
i. The Consultant shall identify all land parcels needing to be acquired as part of project RoW and
shall furnish land acquisition details as per revenue records/maps for further processing of land
acquisition.
ii. Assist CALA in preparation and verification of draft 3A/3D/3G/3H notifications, collecting
information/documents, claims hearing etc.
iii. Liaison with state departments like land revenue department and registrar's office for collection and
verification of revenue records, surveys, sale deeds, circle rates and for valuation of land related
assets.
iv. Conduct all required surveys/valuation including joint measurement survey and valuation of land
assets.
v. Support CALA by providing technical manpower (like Amins) clerical manpower and other
resources (like vehicles, printers)
vi. Assist PIU in verification of 3A/3D/3G/3H drafts from CALA , drafting of documents (to be
forwarded to RO/HQ), receipt of land possession certificate and in related activities till award of civil
work
vii. Assist PIU in all official communications with CALA and other State department
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/PUP/CUP). Thus each habitation
should preferably have crossing facility at the highways with a vertical clearance of 4 mtrs.
3.4.4 To ensure that bypass once constructed serves the intended purpose during its life, all the bypasses shall
be well designed and access controlled. The entry / exit from / to side roads shall be controlled such that
they are grade separated at major roads or at spacing not less than 5 kms. Side roads at closer spacing
shall be connected to the service roads on either side and taken to major roads for provision of grade
separated interchange.
3.5 The provision of embankments shall be kept minimum so as to save land as well as earth which are scarce
resources. This can be decided on case to case basis with due deliberations. However, economic
considerations may also be given due weightage before deciding the issue.
3.6 The Consultant shall study the possible locations and design of toll plaza if applicable to the project.
Wayside amenities Land (minimum 5 acres, length and depth preferably in the ratio of 3:2) shall also be
acquired for establishment of Way-side amenities at suitable locations at distances varying between 30 to
50 kms on both sides of the Highway. The local and slow traffic may need segregation from the main
traffic and provision of service roads and fencing may be considered, wherever necessary to improve
efficiency and safety.
3.7 The Consultant will also make suitable proposals for widening/improvement of the existing road and
strengthening of the carriageways, as required at the appropriate time to maintain the level of service
over the design period. The Consultants shall prepare documents for EPC/PPP contracts for each DPR
assignment.
3.8 All ready to implement „good for construction‟ drawings shall be prepared incorporating all the details.
3.9 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 NHAI and payment to the proof consultant shall be made by
NHAI 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 NHAI. 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 NHAI.
3.12 Consultant shall obtain all types of necessary clearances required for implementation of the project on
33
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 concerned agencies from whom the clearances
are being sought to enable implementation.
3.13 The consultant shall prepare separate documents for BoT as well as EPC contracts at Feasibility
stage / DPR stage. The studies for financing options like BoT, Annuity, EPC will be undertaken in feasibility
study stage.
3.14 The consultant shall be guided in its assignment by the Model Concession/ Contract Agreements for PPP/
EPC projects, as applicable and the Manual of Specifications and Standards for two/ four/ six laning of
highways published by IRC (IRC:SP:73 or IRC:SP:84 or IRC:SP:87, as applicable) along with relevant IRC
codes for design of long bridges.
3.15 The consultant shall prepare the bid documents including required schedules (as mentioned above) as
per EPC/ PPP documents. For that it is suggested that consultant should also go through the EPC/PPP
documents of ministry before bidding the project. The Consultant shall assist the NHAI and the Legal
Adviser by furnishing clarifications as required for the financial appraisal and legal scrutiny of the Project
Highway and Bid Documents.
3.16 Consultant shall be responsible for sharing the findings from the preparation stages during the bid process.
During the bid process for a project, the consultant shall support the authority in responding to all technical
queries, and shall ensure participation of senior team members of the consultant during all interaction with
potential bidders including pre-bid conference, meetings, site visits etc. In addition, the consultant shall
also support preparation of detailed responses to the written queries raised by the bidders.
4. General
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 Government departments at all the different
stages of assignment (such as inception stage, feasibility stage, preliminary design stage and
once final designs are concretized).
iv. Identification of possible improvements in the existing alignment and bypassing congested
locations with alternatives, evaluation of different alternatives comparison on techno-economic
and other considerations and recommendations regarding most appropriate option;
v. Traffic studies including traffic surveys and Axle load survey and demand forecasting for
next thirty years;
vii. Inventory and condition surveys for bridges, cross-drainage structures, other Structures, river
Bank training/Protection works and drainage provisions;
34
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.
xiv. Design of complete drainage system and disposal point for storm water
xix Develop 3D engineered models of terrain and elevation, as-is project highway, proposed and
project highway along with all features, current and proposed structures, current and proposed
utilities and land acquisition plans.
xx To find out financial viability of project for implementation and suggest the preferred mode on
which the project is to be taken up.
xxi. Preparation of detailed project report, cost estimate, approved for construction Drawings, rate
analysis, detailed bill of quantities, bid documents for execution of civil works through budgeting
resources.
xxii. Design of toll plaza and identification of their numbers and location and office cum residential
complex including working drawings
35
4.2 While carrying out the field studies, investigations and design, the development plans being
implemented or proposed for future implementation by the local bodies, should be taken into account.
Such aspect should be clearly brought out in the reports and drawings.
4.3 The consultant shall study the possible locations and design of toll plaza, wayside amenities
required and arboriculture along the highway shall also be planned.
4.4 The local and slow traffic may need segregation from the main traffic and provision of service roads
and physical barrier including fencing may be considered, wherever necessary to improve efficiency and
safety.
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 NHAI and reflect the same in the inception report.
2. All notations, abbreviations and symbols used in the reports, documents and drawings shall be
as per IRC:71.
1.(i) The Consultants should have detailed Quality Assurance Plan (QAP) for all field studies including
topographic surveys, traffic surveys, engineering surveys and investigations, design and
documentation activities. The quality assurance plans/procedures for different field studies,
engineering surveys and investigation, design and documentation activities should be presented
as separate sections like engineering surveys and investigations, traffic surveys, material geo-
technical and sub-soil investigations, road and pavement investigations, investigation and
design of bridges & structures, environment and R&R assessment, economic & financial
analysis, drawings and documentation, preparation, checking, approval and filing of
calculations, identification and tractability of project documents etc. Further, additional information
as per format shall be furnished regarding the details of personal who shall be responsible for
carrying out/preparing and checking/verifying various activities forming part of feasibility study and
project preparation, since inception to the completion of work. The detailed Draft QAP Document
must be discussed and finalised with the concerned NHAI 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 NHAI before the Consultants start the field work.
i. Required data formats for some reports, investigations and documents are discussed in Enclosure
IV: Formats for submission of Reports and Documents.
ii. The consultants will need to propose data formats for use in all other field studies and
investigations not covered in enclosure IV.
iii. The proposed data forms will need to be submitted for the approval of NHAI after the
commencement of services.
36
i. Climate;
ii. Road inventory
iii Road condition, year of original construction, year and type of major
maintenance/rehabilitation works;
iv. Condition of bridges and cross-drainage structures;
v. sub-surface and geo-technical data for existing bridges;
vi. Hydrological data, drawings and details of existing bridges;
vii Existing geological maps, catchment area maps, contour plans etc. for the project area
viii Condition of existing river bank / protection works, if any.
ix. Details of sanctioned / on-going works on the stretch sanctioned by MoRT&H/other
agencies for Tie-in purposes
x. Survey and evaluation of locally available construction materials;
xi. Historical data on classified traffic volume (preferably for 5 years or more);
xii. Origin-destination and commodity movement characteristics; if available
xiii. Speed and delay characteristics; if available;
xiv. Commodity-wise traffic volume; if available;
xv. Accident statistics; and,
xvi. Vehicle loading behavior (axle load spectrum), if available.
xvii Type and location of existing utility services (e.g. Fibre Optical Cable, O/H and U/G Electric,
Telephone line, Water mains, Sewer, Trees etc.)
xviii Environmental setting and social baseline of the project.
Number of Survey
Sl.NR. Description Stations
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
37
NHAI, proposals regarding the total number as well as the locations of the traffic survey stations as
of inception report. Suitable maps and charts should accompany the proposals clearly
indicating the rationale for selecting the location of survey Station.
3. The methodology of collection and analysis of data, number and location of traffic survey
stations shall be finalized in consultation with NHAI prior to start of the traffic survey.
1. Consultant shall make use of traffic survey done by Indian Highways Management Company
Limited (IHMCL) using ATCC systems. However in isolated locations where there are site
constraints, manual counting can be done. If required, especially in cases where a particular
stretch is not covered by IHMCL, DPR consultant should carry out classified traffic volume count
survey using ATCC systems or latest modern technologies.
2. Consultant shall use ATCC systems that can meet the following accuracy levels after validation/
calibration:
Before validation and calibration, the ATCC system shall meet the following accuracy levels:
For verification of above accuracy levels, audit of raw ATCC shall be done by the consultant on a
sampling basis and should submit a certificate in this regard.
3. ATCC systems such as Pneumatic Tube Detector, Inductive Detector Loop, Video Image
Detection, and Infrared Sensor or latest technologies shall be adopted.
4. The classified traffic volume count surveys shall be carried out for 7 days (continuous,
direction-wise) at the selected survey stations. The vehicle classification system as given in
relevant IRC code may be followed. However, the following generalized classification system is
suggested in view of the requirements of traffic demand estimates and economic analysis:
38
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.
1. The consultants shall carry out 1-day (24 hour, both directions) O-D and commodity movement
surveys at locations finalized in consultation with NHAI. These will be essentially required around
congested towns to delineate through traffic. The road side interviews shall be carried out on
random sample basis and cover all four-wheeled vehicles. The location of the O-D survey and
commodity movement surveys shall normally be same as for the classified traffic count.
2. The location of origin and destination zones shall be determined in relation to each individual
station and the possibility of traffic diversion to the Project Road from/to other road routes
including bypasses.
3. The trip matrices shall be worked out for each vehicle type information on weight for trucks should
be summed up by commodity type and the results tabulated, giving total weight and average
weight per truck for the various commodity types. The sample size for each vehicle type shall
be indicated on the table and also in the graphical representations.
4. The data derived from surveys shall also be analyzed to bring out the lead and load
characteristics and desire line diagrams. The data analysis should also bring out the requirement
for the construction of bypasses.
5. The distribution of lead and load obtained from the surveys should be compared. The axle load
surveys shall normally be done using axle load pads or other sophisticated instruments.
The location(s) of count station(s) and the survey with those derived from the axle load studies.
6. The commodity movement data should be duly taken into consideration while making the
traffic demand estimates.
1. The turning movement surveys for estimation of peak hour traffic for the design of major and
minor intersections shall be carried out for the Study. The details regarding composition and
directional movement of traffic shall be furnished by the Consultant.
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.
39
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.
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 C o n s u l t a n t shall ascertain from local enquiries about the exceptional live loads that
have used the highway in the past in order to assess the suitability of existing bridges to carry
such loads.
The Consultants shall carry out appropriate field studies such as moving car survey to
determine running speed and journey speed. The data should be analyzed to identify sections
with typical traffic flow problems and congestion. The objective of the survey would be to
recommend suitable measures for segregation of local traffic, smooth flow of through traffic and
traffic safety. These measures would include the provision of bypasses, under-passes, fly-overs,
interchanges, grade-separated intersections and service roads.
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.
40
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.
2. The values of elasticity of transport demand shall be based on the prevailing practices i n
the country. The Consultants shall give complete background including references for
selecting the value of transport demand elasticity.
3. It is envisaged that the project road sections covered under this TOR would be completed
and opened to traffic after 3 years. The traffic demand estimates shall be done for a further
period of 30 years from completion of two/four lane. The demand estimates shall be done
assuming three scenarios, namely, optimistic, pessimistic and most likely traffic growth. The
growth factors shall be worked out for five-yearly intervals.
4. Traffic projections should be based on sound and proven forecasting techniques. In case
traffic demand estimated is to be made on the basis of a model, the application of the model
in the similar situation with the validation of the results should be established. The traffic
projections should also bring out the possible impact of implementation of any competing
facility in the near future. The demand estimates should also take into account the freight
and passenger traffic along the major corridors that may interconnect with the project.
Impact of toll charges on the traffic estimates should be estimated.
5. The methodology for traffic demand estimates described in the preceding paragraphs is for
normal traffic only. In addition to the estimates for normal traffic, the Consultants shall also
work out the estimates for generated, induced and diverted traffic.
6. The traffic forecasts shall also be made for both diverted and generated traffic.
7. Overall traffic forecast thus made shall form the basis for the design of each pavement type
and other facilities/ancillary works.
1. The Consultants should make an in-depth study of the available land width (ROW)
topographic maps, satellite imageries and air photographs of the project area, geological
maps, catchment area maps, contour plans, flood flow data and seismological data and other
available relevant information collected by them concerning the existing alignment.
Consultant himself has to arrange the required maps and the information needed by him from
the potential sources. Consultant should make efforts for minimizing land acquisition. Greater
use of technology for LA be adopted by the consultant at the DPR stage so as to have a
precise land acquisition process.
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;
41
i. topographical features of the area;
ii. typical physical features along the existing alignment within and outside
ROW 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;
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
xiv. 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.
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.
42
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 NHAI/ Consultant. NHAI 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
(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.
4. 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.
5. 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.
6. 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 NHAI.
iii. 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.
43
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 for the bypass. The detailed topographic surveys should be carried out
along the bypass alignment approved by NHAI. At locations where grade separated intersections
could be the obvious choice, the survey area will be suitably increased. Field notes of the
survey should be maintained which would also provide information about traffic, soil, drainage
etc.
iii. The width of the surveyed corridor will be widened appropriately where developments and / or
encroachments have resulted in a requirement for adjustment in the alignment, or where it is felt
that the existing alignment can be improved upon through minor adjustments.
iv Where existing roads cross the alignments, the survey will extend a minimum of100 m either
side of the road centre line and will be of sufficient width to allow improvements, including at grade
intersection to be designed.
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- 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.
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
2. Consultant shall also map out sub-surface utilities. Accurate mapping and resolution of all sub-
surface utilities up to a depth of 4 m shall be carried out. Differentiation between sub-surface
utilities such as live electric cables, metallic utilities and other utilities shall be indicated and sub-
surface utilities radargrams further processed into utility maps in formats such as PDF, JPEG and
AutoCAD shall be furnished. To meet the accuracy levels, consultant shall use Ground
Penetrating Radar, Induction Locator or better technologies.
3. The information collected during reconnaissance and field surveys shall be shown on a strip plan
so that the proposed improvements can be appreciated and the extent of land acquisition with
LA schedule, utility removals of each type etc. assessed and suitable actions can be initiated.
Separate strip plan for each of the services involved shall be prepared for submission to the
concerned agency.
The Consultants shall carry out detailed field studies in respect of road and pavement. The data collected
through road inventory and pavement investigations should be sufficient to meet the input requirements of
HDM-IV.
1. Detailed road inventory surveys shall be carried out to collect details of all existing road
and pavement features along the existing road sections. The inventory data shall include but not
limited to the following:
45
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
x. Height of embankment or depth of cut @ every 200m and every change of feature whichever is
earlier.
xii. Culverts, bridges and other structures (type, size, span arrangement and location)
xiv. Existing utility services on either side within ROW. There shall be a provision of utility corridor for
appropriate categories / combination of utilities in the construction of new 4/6 laning of National
Highways. Such structures shall be located at appropriate location preferably as close to the
extreme edge of Right of Way (RoW). In this connection, guidelines contained in IRC:98 shall be
followed.
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.
ii. For each test pit, the following information shall be recorded:
46
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
Shoulder Condition
Paved: Same as for pavement
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.
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 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.
viii. 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
47
Condition in cut sections
Condition at high embankments
The data obtained from the condition surveys should be analyzed and the road segments of more or less
equal performance may be identified using the criteria given in IRC: 81-1997.
3. Pavement Roughness
i. The roughness surveys shall be carried out using a network survey vehicle mounted laser
profilometer or better technology with specifications as described in para 2 above
i(a) In addition, the following criteria should be met by the process of defect detection:
Roughness measurement with outputs of both raw longitudinal profiles and IRI calculation
shall be reported at 100m referenced to the preceding LRP. The roughness must meet
ASTM-E950 (equivalent to Class I road profiler).
The IRI shall be determined for both 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.
1 The Consultants shall carry out structural strength surveys for existing pavements
using Falling Weight Deflectometer metre (FWD) in accordance with IRC 115 or IRC 117 as the
case may be.
i. It is suggested that the deflection surveys may be carried out as per the scheme given below:
ii. The deflection tests for the mainline shall be carried out at every 500 m along the road
sections covered under the study. The control section testing shall involve carrying out
deflection testing for each 100 m long homogenous road segment along the road sections. The
selection of homogenous segment shall be based on the data derived from pavement
condition surveys. The total length of such homogenous segments shall not be less than 100 m
per 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 deflectometre surveys may not be carried out for severely distressed sections of
the road warranting reconstruction. The Consultants, immediately upon the award of the contract,
shall submit to NHAI the scheme describing the testing schedule including the interval. The
testing scheme shall be supported by data from detailed reconnaissance surveys.
48
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
NHAI. The sources of such methods should be properly referenced.
1. Based on the data derived from condition (surface condition, roughness) and structural
strength surveys, the project road section should be divided into segments homogenous with
respect to pavement condition and strength. The delineation of segments homogenous with
respect to roughness and strength should be done using the cumulative difference approach
(AASHTO, 1993).
2. The data on soil classification and mechanical characteristics for soils along the existing
alignments may already be available with the PWD. The testing scheme is, therefore, proposed as
given under:
i. For the widening (2-Laning) of existing road within the ROW, the Consultants shall test at least
three sub-grade soil samples for each homogenous road segment or three samples for each soil
type encountered, whichever is more.
ii. For the roads along new alignments, the test pits for sub grade soil shall be @5km or for each
soil type, whichever is more. A minimum of three samples should be tested corresponding to each
homogenous segment.
iii. Characterization (grain size and Atterberg limits) at each test pit and,
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 NHAI officers after
the problematic soil types are identified along the road sections.
5. The laboratory for testing of material should be got approved from NHAI before start of work.
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.
49
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. The Consultants shall make a desk study of available data on topography (topographic maps,
stereoscopic aerial photography), storm duration, rainfall statistics, top soil characteristics,
vegetation cover etc. so as to assess the catchment areas and hydraulic parametres for all
existing and proposed drainage provisions. The findings of the desk study would be further
supplemented and augmented by a reconnaissance along the area. All-important hydrological
features shall be noted during this field reconnaissance.
5. The Consultants shall collect information on high flood level (HFL), low water levels
(LWL), high tide level (HTL), low tide level (LTL) where applicable, discharge velocity etc. from
available past records, local inquiries and visible signs, if any, on the structural components
and embankments. Local inquiries shall also be made with regard to the road sections getting
overtopped during heavy rains.
6. Conducting Model studies for bridges is not covered in the scope of consultancy services. If
Model study is envisaged for any bridge, requirement of the same shall be spelt out in the
RPF documents separately indicating scope and time frame of such study. Salient features of
the scope of services to be included for model study are given in the supplement- II Terms of
Reference.
4.11.4.3 Condition Surveys for Bridges, Culverts and Structures
1. The Consultants shall thoroughly inspect the existing structures and shall prepare a report
about their condition including all the 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;
50
ii. if during the condition assessment survey and supplementary testing the bridge is found to
indicate distress of serious nature leading to doubt about structural and / or functional
adequacy, and
iii. Design live load is not known nor are the records and drawings available
4. The evaluation of the load carrying capacity of the bridge shall be carried out as per IRC-SP:37
(“Guidelines for Evaluation of Load Carrying Capacity of Bridges”). The analytical and correlation
method shall be used for the evaluation of the load carrying capacity as far as possible. When it
is not possible to determine the load carrying capacity of the bridge using analytical and
correlation method, the same shall be carried out using load testing. The consultant
has to exhaust all other methods of evaluation of strength of bridges before recommending
to take up load testing of bridges. Road closure for testing if unavoidable shall be arranged by
NHAI for limited duration say 12 hours or so.
5. Consultant shall carryout necessary surveys and investigations to establish the remaining
service life of each retainable bridge or structure with and without the proposed strengthening
and rehabilitation according to acceptable international practice in this regard.
1. The Consultants shall carry out geo-technical investigations and sub-surface explorations for the
proposed Bridges / Road over bridges/ tunnels/ viaducts/ interchanges etc., along high
embankments and any other location as necessary for proper design of the works and conduct
all relevant laboratory and field tests on soil and rock samples. The minimum scope of geo-
technical investigations for bridge and structures shall be as under:
2. The deviation(s), if any, by the Consultants from the scheme presented above should be
approved by NHAI.
3. However, where a study of geo-technical reports and information available from adjacent
crossings over the same waterway (existing highway and railway bridges) indicates that
subsurface variability is such that boring at the suggested spacing will be insufficient to
adequately define the conditions for design purposes, the Consultants shall review and
finalize the bore hole locations in consultation with the NHAI officers.
4. Geotechnical Investigations and Sub soil Explorations hall be carried out to determine
the nature and properties of existing strata in bed, banks and approaches with trial
pits and bore hole sections showing the levels, nature and properties of various strata to a
sufficient depth below the level suitable for foundations, safe intensity of pressure on the
foundation strata, proneness of site to artesian conditions, seismic disturbance and other
engineering properties of soil etc. Geotechnical investigation and Sub-soil Exploration will be
done as per IRC 78.
51
5. The scheme for the borings locations and the depth of boring shall be prepared by the
Consultants and submitted to NHAI for approval. These may be finalized in consultation with
NHAI.
6. The sub-soil exploration and testing should be carried out through the Geotechnical
Consultants empanelled by MORT&H. The soil testing reports shall be in the format prescribed
in relevant IRC Codes.
7. For the approach road pavement, bore holes at each major change in pavement condition or
in deflection readings or at 2 km intervals whichever is less shall be carried out to a depth of at
least 2 m below embankment base or to rock level and are to be fully logged. Appropriate tests
to be carried out on samples collected from these bore holes to determine the suitability of
various materials for use in widening of embankments or in parts of new pavement structure.
1. The Consultants shall identify sources (including use of fly-ash/ slag), quarry sites and borrow
areas, undertake field and laboratory testing of the materials to determine their suitability for
various components of the work and establish quality and quantity of various construction
materials and recommend their use on the basis of techno-economic principles. The
Consultants shall prepare mass haul diagram for haulage purposes giving quarry charts
indicating the location of selected borrow areas, quarries and the respective estimated quantities.
“Environment friendly materials”
“As per MORTH circular No. RW /NH-33044/53/2013-S&R(R) dated 20th 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-way except by way of leveling
the ground as required from the construction point of view, or for landscaping and planting of
trees etc. or from the cutting of existing ground for obtaining the required formation levels.
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.
4.12.1. 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;
52
ii. Design of pavement for the additional lanes and overlay for the existing road, paved
shoulders, medians, verges;
v. ROB for railway crossings as per the requirement and the standards of the Indian Railways;
and,
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 PIU (one for each civil contract package)
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.).
xv Design of river bank protection / training works. Innovative type of structures with minimum
joints, aesthetically, pleasing and appropriate to the topography of the region shall be designed
wherever feasible.
53
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 NHAI.
2. The Design Standards evolved for the project shall cover all aspects of detailed design
including the design of geometric elements, pavement design, bridges and structures, traffic
safety and materials.
1. The design of geometric elements shall, therefore, take into account the essential requirements
of such facilities.
2. Based on the data collected from reconnaissance and topographic surveys, the sections with
geometric deficiencies, if any, should be identified and suitable measures for improvement should
be suggested for implementation.
3. The data on accident statistics should be compiled and reported showing accident type and
frequency so that black spots are identified along the project road section. The possible
causes (such as poor geometric features, pavement condition etc.) of accidents should be
investigated into and suitable cost-effective remedial measures suggested for implementation.
4. The detailed design for geometric elements shall cover, but not be limited to the following major
aspects:
i. horizontal alignment;
v. bypasses; and,
5. The alignment design shall be verified for available sight distances as per the standard
norms. The provision of appropriate markings and signs shall be made wherever the existing site
conditions do not permit the adherence to the sight distance requirements as per the standard
norms.
6. The consultants shall make detailed analysis of traffic flow and level of service for the existing
road and workout the traffic flow capacity for the improved project road. The analysis should
clearly establish the widening requirements with respect to the different horizon periods taking into
account special problems such as road segments with isolated steep gradients.
7. In the case of closely spaced cross roads the Consultant shall examine different options such
as, providing grade separated structure for some of them with a view to reduce number of at-
grade crossings, services roads connecting the cross-roads and closing access from some of the
intersections and prepare and furnish appropriate proposals for this purpose keeping in view the
cost of improvement, impact on traffic movement and accessibility to cross roads. The detailed
drawings and cost estimate should include the provisions for realignments of the existing cross
roads to allow such arrangements.
54
8. The Consultant shall also prepare design of grade separated pedestrian crossings
(viaducts) for large cross traffic of pedestrians and / or animals on the basis of passenger and
animal cross traffic surveys conducted.
9. The Consultant shall also prepare details for at-grade junctions, which may be adopted as
alternative to the grade separated structures. The geometric design of interchanges shall take into
account the site conditions, turning movement characteristics, level of service, overall economy
and operational safety.
10. The Consultants shall prepare design and other details in respect of the parallel service roads
in urbanized locations and other locations to cater to the local traffic, their effect of the
viability of the project on commercial basis if service roads are constructed as part of the
project and the implications of not providing the service roads.
11. The consultant shall prepare complete road and pavement design including drainage for new
bypass option identified around congested town en-route.
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;;
3. The design of pavement shall be rigorous and shall make use of the latest Indian and
International practices. The design alternatives shall include both rigid and flexible design
options. The most appropriate design, option shall be established on life-cycle costing and
techno-economic consideration.
4. For the design of pavement, each set of design input shall be decided on the basis of rigorous
testing and evaluation of its suitability and relevance in respect of in-service performance of the
pavement. The design methodology shall accompany the design proposals and shall clearly
bring out the basic assumptions, values of the various design inputs, rationale behind the
selection of the design inputs and the criteria for checking and control during the implementation
of works. In other words, the design of pavement structure should take due account of the type,
characteristics of materials used in the respective courses, variability of their properties and also
the reliability of traffic predictions. Furthermore, the methodology adopted for the design of
pavement shall be complete with flowcharts indicating the various steps in the design
process, their interaction with one another and the input 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 pavement vis-à-vis the remaining life. The
overlay thickness requirements shall be worked out for each road segment homogenous with
respect to condition, strength and sub- grade characteristics. The rehabilitation provisions should
also include the provision of regulating layer. For existing pavement with acceptable levels of
cracking, provision of a crack inhibiting layer should also be included.
55
5 (a) For rehabilitation and strengthening, consultant shall consider the alternatives of rehabilitating the
existing pavement, overlaying with the same or alternate pavement type (e.g. white/black topping)
and also the option of removal and replacement of existing pavement layers and chose the best
alternative basis lifecycle costing, and any local considerations such as material availability, time
available for construction etc.
7. The paved shoulders shall be designed as integral part of the pavement for the main
carriageway. The design requirements for the carriageway pavement shall, therefore, be
applicable for the design of shoulder pavements. The design of granular shoulder should take into
account the drainage considerations besides the structural requirements.
8. The pavement design task shall also cover working out the maintenance and
strengthening requirements and periodicity and timing of such treatments.
1. The embankments design should provide for maximum utilization of locally available
materials consistent with economy. Use of fly ash wherever available with in economical leads
must be considered. In accordance with Government instructions, use of fly ash within 300 km
from Thermal Power Stations is mandatory as per extra ordinary Gazette Notification No. S.O.
254 (E) Part Section – III – Sub Section (ii) dated 25th January, 2016 and subsequent amendment,
if any of Ministry of Environment, Forest and Climate change, New Delhi.
2. The Consultants shall carry out detailed analysis and design for all embankments of height
greater than 6 m based on relevant IRC publications.
3. The design of embankments should include the requirements for protection works and traffic
safety features.
1. The data collected and investigation results shall be analyzed to determine the following:
i. HFL
ii. LWL
iii. LBL
iv. Erodibility of bed/scour level
v. Design discharge
vi. Linear waterway and effective linear waterway
vii. Likely foundation depth
56
viii. Safe bearing capacity
ix. Engineering properties of sub soil
x. Artesian conditions
xi. Settlement characteristics
xii. Vertical clearance
xiii. Horizontal clearance
xiv. Free board for approach road
xv. Severity of environment with reference to corrosion
xvi. Data pertaining to seismic and wind load
xvii. Requirement of model study etc.
2. The Consultant shall prepare General Arrangement Drawing (GAD) and Alignment
Plan showing the salient features of the bridges and structures proposed to be
constructed / reconstructed along the road sections covered under the Study. These salient
features such as alignment, overall length, span arrangement, cross section, deck level, founding
level, type of bridge components(superstructure, substructure, foundations, bearings, expansion
joint, return walls etc.) shall be finalized based upon hydraulic and geo-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 NHAI to approve the best alternative. After approval of
alignment and GAD the Consultant shall prepare detailed design as per IRC codes /guidelines
and working drawings for all components of bridges and structures.
3. The location of all at-grade level crossings shall be identified falling across the existing level
crossings for providing ROB at these locations. The Consultants shall prepare preliminary GAD
for necessary construction separately to the Client. The Consultant shall pursue the Indian
Railways Authorities or/and any statutory authority of State/Central Government for approval of
the GAD from concerned Authorities.
4. GAD for bridges/structures across irrigation/water way channels shall be got approved from the
concerned Irrigation/Water way Authorities. Subsequent to approval of GAD and alignment plan
by 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.
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 carry out the design and make suitable
recommendations for protection works for bridges and drainage structures.
57
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.
1. The requirement of roadside drainage system and the integration of the same with proposed
cross-drainage system shall be worked out for the entire length of the project road section.
2. In addition to the roadside drainage system, the Consultants shall design the special
drainage provisions for sections with super-elevated carriageways, high embankments and for
road segments passing through cuts. The drainage provisions shall also be worked out for
road segments passing through urban areas.
3. The designed drainage system should show locations of turnouts/outfall points with details of
outfall structures fitting into natural contours. A separate drawing sheet covering every 5 km.
stretch of road shall be prepared.
4. The project highway shall be designed to have well designed efficient drainage system, which
shall be subsurface, as far as possible. While constructing the underpasses, the finished road
level shall be determined so as to ensure that the accumulation of rain water does not take place
and run-off flows at the natural ground level. The drains, wherever constructed, shall be provided
with proper gradient and connected to the existing outlets for final disposal.
5. The rain water harvesting requirements be assessed taking into consideration the Ministry of
Environment & Forest Notification Dt. 14.01.1997 (as amended on 13.01.1998, 05.01.1999 &
06.11.2000). The construction of rainwater harvesting structure is mandatory in and around water
scarce / crisis areas notified by the Central Ground Water Board. The provisions for rainwater
harvesting be executed as per the requirements of IRC:SP:42-2014 (Guidelines for Road
Drainage) and IRC:SP:50-2013 (Guidelines on Urban Drainage).
6. All the bridge structures having a length of 100m or less can be used for tapping of water for
serving dual purpose i.e. to cross the water body and to store water, if technically feasible.
Therefore, such structures should be designed as bridge cum barrage structures (bridge cum
bandhara). Ministry‟s guidelines in this regard issued vide letter no. RW/NH-34066/59/2015-
S&R(B) dated 18.04.2017 may be referred.
7. The locations of the culverts should be planned in such a way that the proposed culvert covers
optimum catchment area & the location shall be decided on the basis of topographical survey, local
rainfall data, gradient of natural ground and enquiry from the local habitants. All culverts should
preferably be box culverts as pipe culverts get filled up with silt, which is rarely cleared.
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.
58
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 NHAI.
6. Advanced Traffic Management System (ATMS) shall be in place for all 4/6 lane roads of NHAI
being put to tolling. This would provide real time information, guidance and emergency assistance
to users. ATMS would include outdoor equipment including emergency call boxes, variable
message sign systems, meteorological data system, close circuit TV camera (CCTV) system in
addition to any other equipment required to meet the objective. Indoor equipment would include
large display board, central computer with Network Management System, CCTV monitor system
and management of call boxes system with uninterrupted power supply, all housed in a central
control centre. In this connection, NHAI‟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.
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
NHAI.
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
59
designed. Eventually, all the lanes have to be designed / equipped with Electronic Toll Collection
(ETC) systems and one lane at the extreme outer side for Over Dimensioned Vehicles (ODV)
should be earmarked in each direction.
3. Car lanes and lanes for commercial vehicles shall be earmarked at the toll plaza with outer lanes
earmarked for the commercial vehicles. At least 50% of the total lanes on each side shall be
equipped with weigh-in-motion facility for dedicated use by commercial vehicles followed by a
static weigh bridge on either side. Number of lanes with weigh-in-motion facility may be suitably
increased depending on proportion of commercial vehicles in total traffic. Provision should be kept
for acquisition and earmarking of about one acre area for parking of the overloaded vehicles.
1. The consultant shall select suitable sites for weighing stations, parking areas and rest areas and
prepare suitable separate designs in this regard. The common facilities like petrol pump, first-aid
medical facilities, police office, restaurant, vehicle parking etc. should be included in the general
layout for planning. For petrol pump, the guidelines issued by OISD of Ministry of Petroleum shall
be followed. The facilities should be planned to be at approximately 50 km interval. At least each
facility (1 no.) is foreseen to be provided for this project stretch. Weighing stations can be located
near toll plazas so that overloaded vehicles can be easily identified and suitably penalized and
unloaded before being allowed to proceed further. The type of weighing system suitable for the
project shall be brought out in the report giving merits of each type of the state-of-the art
and basis of recommendations for the chosen system.
2. The Consultant should take into consideration the provisions for persons with disabilities (PwD) in
way side amenity centres / rest areas and provide ramp facilities, exit / entrance door with
minimum clear opening of 900 mm and special toilet facilities for use of handicapped persons.
The consultant shall also take into consideration, the provisions for Pedestrians facilities as per
IRC-103.
1. The Consultants shall make suitable designs and layout for miscellaneous works including rest
areas, bus bays, vehicle parking areas, telecommunication facilities etc. wherever appropriate.
2. The Consultants shall prepare the detailed scheme and lay out plan for the works mentioned in
Para 1.
3. The Consultants shall prepare detailed plan for the traffic management and safety during the
construction period.
The consultant shall under take the detailed environmental and social impact assessment in accordance
with the standard set by the Government of India for projects proposed to 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.
60
4.13.1 Environmental Impact Assessment
1. The consultant should carry out the preliminary environmental screening to assess the direct and
induced impacts due to the project.
2. The consultant shall ensure to document baseline conditions relevant to the project with the
objective to establish the benchmarks.
3. The consultant shall assess the potential significant impacts and identify the mitigation
measures to address these impacts adequately.
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.
5. The consultant shall give special attention to the environmental enhancement measures in
the project for the following:
6. The consultant shall prepare the bill-of-quantities (BOQ) and technical specifications
for all items of work in such a way that these may be readily integrated to the construction
contracts.
7. The consultant shall establish a suitable monitoring network with regard to air, water and
noise pollution. The consultant will also provide additional inputs in the areas of performance
indicators and monitoring mechanisms for environmental components during construction and
operational phase of the project.
8. The consultant shall provide the cost of mitigation measures and ensure that
environmental related staffing, training and institutional requirements are budgeted in
project cost.
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
NHAI. The consultants will make presentation, if required, in defending the project to the
MOEF Infrastructure Committee.
10. The consultant shall identify and plan for plantation and Transplantation of the suitable trees
along the existing highway in accordance with IRC guidelines.
11. The consultant shall assist in providing appropriate input in preparation of relevant
environment and social sections of BPIP.
12 Provision should be made for Noise Barriers wherever (especially where project highway passes
through dense habitation) required as a mitigation measure against noise pollution and nuisance.
61
Their location, dimension, type, material and shapes should be determined and defined in
environment impact assessment studies forming part of DPR.
1 The consultant would conduct base line socio-economic and census survey to assess the
impacts on the people, properties and loss of livelihood. The socioeconomic survey will establish
the benchmark for monitoring of R&R activities. A social assessment is conducted for the entire
project to identify mechanisms to improve project designs to meet the needs of
different stakeholders. A summary of stakeholder discussions, issue raised and how the project
design was developed to meet stakeholders need would be prepared.
2 The consultant shall prepare Land Acquisition Plan and assist NHAI in acquisition of land under
various Acts.
4.13.3 The consultant would prepare Resettlement and Rehabilitation Plan and assess feasibility and
effectiveness of income restoration strategies and suitability and availability to relocation sites.
The resettlement plan which accounts for land acquisition and resettlement impacts would be
based on a 25% socio-economic survey and 100 % census survey of project affected people
which provides the complete assessment of the number of affected households and persons,
including common property resources. All untitled occupants are recorded at the initial
stages and identify cards will be issued to ensure there is no further influx of people in to the
project area. All consultations with affected persons (to include list of participants) should be
fully documented and records made available to NHAI.
Assessment on the impact of the project on the poor and vulnerable groups along the
project road corridor.
Based on the identified impacts, developing entitlement matrix for the project
affected people.
Assessment on social issues such as indigenous people, gender, HIV/AIDS,
labourers including child labour.
Implementation budgets, sources and timing of funding and schedule of tasks.
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
The consultant would prepare the stand-alone reports as per the requirement of 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.
62
Typical plan or specific designs for all additional environmental items as described in
the scope of work.
Incorporating any other as per the suggestions of the ADB/ World Bank / 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 of the compensatory
afforestation component).
Environmental enhancement measure would be incorporated.
Enhancement measures would include items described in the scope of work and
shall be complete with plans, designs, BOQ and technical specifications.
Environmental monitoring plans during and after construction including scaling and
measurement techniques for the performance indicators selected for monitoring.
The EMP should be amendable to be included in the contract documents for the
works.
Incorporating any other as per the suggestions of the ADB/ World Bank/ NHAI, till the
acceptance of the reports by the ADB/ World Bank /NHAI as applicable.
Executive summary
Description of project
Objectives of the project.
The need for Resettlement in the Project and evaluation of measures to minimize resettlement.
Description and results of public consultation and plans for continued participation of
PAPs.
Definition of PAPs and the eligibility criteria.
Census and survey results-number affected, how are they affected and what impacts will
they experience.
Legal and entitlement policy framework-support principles for different categories of
impact.
Arrangements for monitoring and evaluation (internal and external)
Implementation schedule for resettlement which is linked to the civil works contract
A matrix of scheduled activities linked to land acquisition procedures to indicate clearly what
steps and actions will be taken at different stages and the time frame
The payment of compensation and resettlement during the acquisition process
An itemized budget (replacement value for all assets) and unit costs for different assets
8. Assist PIU in preparing 3A notification (English & Hindi version) and corresponding check-list
documents in format prescribed to be sent for approval to NHAI HQ
5.1.7 Assist CALA and NHAI (PIU) in the publishing of 3D notification
1. Provide copy of 3A Gazette notification to CALA
2. Support CALA staff to draft 3C notification and 3A notification to be published in 2 newspapers : 1
Vernacular + 1 other
3. Co-ordinate with NHAI/CALA on publishing of 3C and 3A notifications in 2 local newspapers - 1
vernacular and 1 other
4. Provide copies of newspaper publication of 3C and 3A notification to the CALA
5. Assist CALA staff in receiving and compiling of public objections
6. Co-ordinate with CALA for scheduling public hearings
7. Assist CALA staff for sending notices to petitioners on respective hearing dates
8. Assist CALA during objection hearings, recording of hearings , ensuring compliance of
corresponding orders and notification of final CALA order to petitioners
9. Plant boundary stones/peg-marking along the alignment
10. Conduct Joint measurement survey in conjunction with CALA, NHAI and Land revenue department
to verify land records. Prepare and submit Joint Measurement Survey Report along with updated
alignment sketches of each survey and village to PIU
11. Co-ordinate collection of all relevant land records including but not limited to Khatiyaan,
Jamabandi, Chakbandi and other relevant records required for preparation of 3D draft
12. Prepare draft 3D based on JMC report and collected records
13. Co-ordinate submission of draft 3D to CALA office through PIU
14. Assist CALA staff in verification of draft 3D and preparation of draft 3D declared
15. Assist CALA staff in preparation of draft 3D notification, preamble and forwarding letter to be
forwarded to PIU
16. Co-ordinate delivery of 3D notification (declared by CALA) along with preamble and forwarding
letter to PIU
17. Assist PIU in verification of 3D notification (declared by CALA)
18. Assist PIU in preparing Draft 3D (English & Hindi version) and corresponding check-list documents
in format prescribed to be sent for approval to NHAI HQ
5.1.8 Assist the CALA in the declaration of award (3G)
1. Provide copy of 3D Gazette notification to CALA.
2. Assist CALA in drafting public notice inviting claims (under sub-section 3 of section 3G) from all
persons interested in the land to be acquired and 3D notification to be published in 2 local
newspaper - 1 vernacular and 1 other.
3. Co-ordinate with NHAI/CALA on publishing of 3D and claim invitation notification in 2 local
newspapers - 1 vernacular and 1 other.
4. Provide 1 copy of newspaper notification of 3D and claim invitation to CALA, Ward, Panchayat,
Circle office, police station and Collector office.
5. Assist CALA during claim hearings, record hearings and compliance of corresponding orders.
6. Conduct valuation of land related assets (Structures, trees, crops etc.) and liaison with respective
State authority for authentication of the valuation.
7. Co-ordinate collection of documents including but not limited to sale deeds, circle rate and other
information required by CALA to prepare 3G award
8. Assist CALA in 3G award preparation and in drafting 3G award documents
65
9. Deliver 3G award to PIU for approval along with valuation details
10. Assist CALA staff in preparation of field book which contains award by each beneficiary after 3G
award is declared based on 3A, 3D and 3G notification
5.1.9 Assist NHAI in obtaining possession of land
1. Co-ordinate delivery of confirmation letter of deposit from PIU to CALA
2. Assist CALA staff in drafting notification for beneficiaries for award collection and vacating the land
within 60 days (under section 3E)
3. Co-ordinate serving of notice to all beneficiaries for collection of award and to vacate the land
within 60 days (under section 3E)
4. Co-ordinate collection of certificate of possession from CALA
5.2 Utility shifting proposal and estimates
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 NHAI, 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 PIU for approval
4. Work with user department, PIU and RO as required to incorporate any changes requested in
shifting proposal and cost estimate by RO and NHAI HQ
5. Obtain all required utilities shifting proposal estimates and required approvals from both user
departments and NHAI within the time stipulated in DPR contract
66
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 various components of the projects. The estimation of quantities and costs would have to be
worked out separately for civil work Package as defined in this TOR.
2. The Consultants shall make detailed analysis for computing the unit rates for the different items
of works. The unit rate analysis shall duly take into account the various inputs and their basic
rates, suggested location of plants and respective lead distances for mechanized construction.
The unit rate for each item of works shall be worked out in terms of manpower, machinery and
materials.
3. The project cost estimates so prepared for NHAI/ADB/WB projects are to be checked against
rates for similar on-going works in India under NHAI/ World Bank/ ADB financed road sector
projects.
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 NHAI.
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 NHAI.
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.
2. The economic analysis shall cover but be not limited to be following aspects:
i. assess the capacity of existing roads and the effects of capacity constraints on vehicle operating
costs (VOC);
ii. calculate VOCs for the existing road situation and those for the project;
iii. quantify all economic benefits, including those from reduced congestion, travel distance, road
maintenance cost savings and reduced incidence of road accidents; and,
iv. estimate the economic internal rate of return (EIRR) for the project over a 30-year period. In
calculating the EIRRs, identify the tradable and non- tradable components of projects costs and
the border price value of the tradable components.
v. Saving in time value.
3. Economic Internal Rate of Return (EIRR) and Net Present Value (NPV), “with “and
“without time and accident savings” should be worked out based on these cost-benefit stream.
Furthermore, sensitivity of EIRR and NPV worked out forth different scenarios as given under:
67
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, exchange rate variations, convertibility of foreign exchange,
interest rate volatility, non-compliance or default by contractors, political risks and force majeure.
4. The economic analysis shall take into account all on-going and future road and transport
infrastructure projects and future development plans in the project area.
68
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/ Annuity during the feasibility stage.
6. Provide any and all clarifications required by the authority or other functionaries such as the financial
consultant and legal advisor as required for the financial appraisal and legal scrutiny of the Project
Highway and Bid Documents.
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 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 NHAI 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 NHAI and its functionaries as needed in the evaluation of technical bids
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. NHAI 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.
1. The Consultants shall be required to form a multi-disciplinary team for this assignment.
The consultants‟ team shall be manned by adequate number of experts with relevant experience
in the execution of similar detailed design assignments.
2. List of suggested key personnel to be fielded by the consultant with appropriate man-month of
consultancy services is given in Enclosure-I as per client's assessment.
69
3. A Manning Schedule for key personnel mentioned above is enclosed as Enclosure-I
along with broad job- description and qualification as Enclosure-II. The information furnished in
Enclosures-I & II are to assist the Consultants to understand the client‟s perception about these
requirements and shall be taken by the Consultants for the purpose of Financial Proposal and
deployment schedule etc. in technical proposal to be submitted by them. Any deviation proposed
may be recorded in the comments on TOR. All the key personnel mentioned will be evaluated at
the time of evaluation of technical proposal. Consultants are advised in their own interest to frame
the technical proposal in an objective manner as far as possible so that these could be properly
assessed in respect of points to be given as part of evaluation criteria as mentioned in Data sheet.
The 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 NHAI 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 NHAI before commencement of the services.
5. The Consultant shall maintain an Attendance Register to be signed by each individual key
personnel at site as well as at Head Office. The Consultant shall furnish certificate that all the
key personnel as envisaged in the Contract Agreement have been actually deployed in the
Projects at the time of submission of their bills to the NHAI from time to time.
9.2 Project preparation activities will be split into eight stages as brought out below.
No Stage Key activities Report/deliverable submitted
1 Inception Project planning and mobilization Inception Report and QAP
2 Feasibility Alignment finalization, preliminary Alignment Options Report and Feasibility
surveys Report
3 LA and Clearances I LA, utilities identification; creation of draft Strip Plan, LA Report (3a, 3A),
notifications and proposals Clearances and Utility Shifting proposals
4 DPR Detailed design of highway, preparation Draft DPR Report, Final DPR Report,
of detailed project report with drawings documents and drawings
5 Technical Schedules Preparation of bid documents and Civil Works Contract Agreement and
technical schedules Schedules
6 (i) LA II Land acquisition process, obtaining final JMC and 3D Report, Final Project
(ii) Project Clearances utilities estimates and required Clearances and Utilities Report
clearances
7 LA III- Award Land acquisition award determination 3G Report
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
70
For stages 7 and 8 consultant will be required to submit a report at the completion of 90% of the activities for that
stage. In addition, an updated report will need to be submitted at the completion of all land acquisition activities
covering receipt of 100% of the land possession certificates for the land parcels pertaining to the project road.
Consultant shall be required to complete, to the satisfaction of the client, all the different stages of study
within the time frame indicated in the schedule of submission in para 10 pertaining to Reports and
Documents for becoming eligible for payment for any part of the next stage.
1. The Consultant shall submit to the client the reports and documents in bound volumes (and
not spiral binding form) after completion of each stage of work as per the schedule and in the
number of copies as given in Enclosure-III. Further, the reports shall also be submitted in
floppy diskettes / CD‟s in addition to the hardcopies as mentioned in Enclosure-III. Consultant
shall submit all other reports mentioned specifically in the preceding paras of the TOR.
2. The time schedule for various submissions prescribed at Sl. No.1 above shall be strictly adhered
to. No time overrun in respect of these submissions will normally be permitted. Consultant is
advised to go through the entire terms of reference carefully and plan his work method in such a
manner that various activities followed by respective submissions as brought out at Sl.No.1 above
are completed as stipulated. Consultant is, therefore, advised to deploy sufficient number of
supporting personnel, both technical and administrative, to undertake the project preparation
activities in 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.
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
71
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 NHAI.
i. Project appreciation;
ii. Detailed methodology to meet the requirements of the TOR finalized in consultation with the NHAI
officers; including scheduling of various sub activities to be carried out for completion of various
stages of the work; stating out clearly their approach & methodology for project preparation after
due inspection of the entire project stretch and collection/ collation of necessary information;
iii. Task Assignment and Manning Schedule;
iv. Work programme;
v. Proforma for data collection;
vi. Design standards and proposed cross-sections;
vii. Key plan and Linear Plan;
viii. Development plans being implemented and / or proposed for implementation in the near
future by the local bodies and the possible impact of such development plans on the overall
scheme for field work and design for the study;
ix. Quality Assurance Plan (QAP) finalized in consultation with NHAI;
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 site conditions 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
72
STAGE 2: Feasibility 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. New/Re-alignment to cater to
local traffic and o-d points
(iii) Re-alignment due to changes in local network and/or surrounding road network
(iv) Bypasses as suggested and approved in alignment report
(v) Re-alignment due to need to improve road geometry
(vi) 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, NHAI views
iv. 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
1. The consultant shall commence the Feasibility Study of the project in accordance with the accepted
IR and the report shall contain the following:
i. Executive summary
ii. Overview of NHAI organization and activities, and project financing and cost recovery
mechanisms
iii. Project description including possible alternative alignments/bypasses and
technical/engineering alternatives
iv. Methodology adopted for the feasibility study
v. Socioeconomic profile of the project areas
vi. Indicative design standards, methodologies and specifications
vii. Traffic surveys and analysis
viii. Environmental screening and preliminary environmental assessment
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 identified alignments
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:
73
i. Technical Specifications: The MORT&H‟s Technical Specifications for Road and Bridge works
shall be followed for this study. However, Volume-IV: Technical Specifications shall contain the
special technical specifications which are not covered by MORT&H Specifications for Roads
and Bridges (latest edition / revision)and also specific quality control norms for the construction of
works.
ii. Rate Analysis: This volume will present the analysis of rates for all items of works. The details
of unit rate of materials at source, carriage charges, any other applicable charges, labour
rates, and machine charges as considered in arriving at unit rates will be included in this volume.
iii. Cost Estimates: This volume will present the each item of work as well as a summary of total
cost.
iv. Bill of Quantities: This volume s h a l l contain the detailed Bill of Quantities for all items of
works
3. The basic data obtained from the field studies and investigations shall be submitted in a
separate volume as an Appendix to Feasibility Report.
4. The Final Feasibility Study Report incorporating comments, revisions and modifications
suggested by NHAI shall be submitted within 15 days of receipt of comments from NHAI on draft
feasibility study report.
STAGE 3:
10.5 Strip Plan and Clearances
1. The Consultants shallline
submit theproposed
following widened
documents:
i. Details of the center of the NH along with the existing and proposed right-
of-way limits to appreciate the requirements of land acquisition;
ii. The information concerning the area including ownership of land to be acquired for the
implementation of the project shall be collected from the revenue and other concerned authorities
and presented along with the strip plans;
iii. Strip plans showing the position of existing utilities and services indicating clearly the
position of their relocation;
iv. Details for various clearances such as environment and forest clearances;
v. Separate strip plan showing shifting / relocation of each utility services in consultation with the
concerned local authorities;
vi. The utility relocation plans should clearly show existing right-of-way and pertinent topographic
details including buildings, major trees, fences and other installations such as water-mains,
telephone, telegraph and electricity poles, and suggest relocation of the services along with their
crossings the highway at designated locations as required and prepare necessary details for
submission to the Service Departments;
vii. Detail schedules for acquisition of additional land and additional properties in consultation with the
revenue authorities; and
viii. Land Acquisition Plan shall be prepared after digitization of cadastral / land revenue maps. The
digitized map shall exactly match the original map, like a contact print, since the dimensions and
area of plots, or the whole village is to be extracted from the map itself. An accuracy of 1mm or
higher in a 1:1000 scale map shall be ensured, as this translates into an accuracy of 1 m or higher
on ground.
2. The strip plans and land acquisition plan shall be prepared on the basis of data from
reconnaissance and detailed topographic surveys.
3. The Report accompanying the strip plans should cover the essential aspects as given under:
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-of way and costs of
acquisition based on realistic rates.
74
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 working out the widening
scheme (left, right or symmetrical). The widening scheme shall be finalized in consultation with
NHAI.
5. Kilometre-wise Strip Plans for section (Package) shall be prepared separately for each
concerned agency and suggested by NHAI.
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 NHAI, in both Hind
and English languages.
3. The Land Acquisition Plan shall be prepared after digitization of cadastral/land revenue maps as
per clause 5.1.2 Digitization of cadastral maps 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 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.
75
ii. Those utilities that will require shifting to enable construction of the project road
iii. All necessary details required for submission of utilities shifting proposals to the concerned user
agencies
iv. Copies of utilities shifting proposals made to the concerned user agencies along with suggested
relocation of services along with their crossings across the project road at designated locations as
required
v. Details of consultations made with local people and user agencies
vi. Preliminary scheme for shifting and cost estimates for shifting as per the concerned authorities
vii. Separate strip plan showing shifting/relocation of each utility services prepared in consultation with
the concerned local authorities
viii. Draft map and plans showing road centerline, existing right of way, proposed right of way, pertinent
topographic details and existing and proposed location of utilities
1. The consultant shall prepare a report regarding all other clearances required to enable the
construction of the project road such as environment, forest, tree cutting and railways clearances
2. The clearances report shall include 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. ROB/RUBs along the project corridor to be constructed, widened or modified in any form requiring
clearances from the railways
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
STAGE: 4
10.9 Draft Detailed Project Report (DPR)
1. The draft DPR Submission shall consist of construction package-wise Main Report, Design
Report, Materials Report, Engineering Report, Drainage Design Report, Economic and Financial
Analysis Report, Environmental Assessment Report including Resettlement Action Plan (RAP),
Package-wise bid Documents and Drawings.
3. The Documents and Drawings shall be submitted for the Package and shall be in the following
format:
Reports
76
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 site conditions, restrictions and other
considerations. The report should clearly bring out the details of these aspect and the standards
adopted.
iii. Volume - III, Materials Report: The Materials Report shall contain details concerning the
proposed borrow areas and quarries for construction materials and possible sources of water for
construction purposes. The report shall include details on locations of borrow areas and quarries
shown on maps and charts and also the estimated quantities with mass haul diagram including
possible end use with leads involved, the details of sampling and testing carried out and results in
the form of important index values with possible end use thereof.
The materials Report shall also include details of sampling, testing and test results obtained in
respect physical properties of subgrade soils. The information shall be presented in tabular as
well as in graphical representations and schematic diagrams. The Report shall present soil
profiles along the alignment.
The material Report should also clearly indicate the locations of areas with problematic soils.
Recommendations concerning the improvement of such soils for use in the proposed construction
works, such as 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 Technical Specifications for Road and
Bridge works shall be followed for this study. However, Volume IV: Technical Specifications shall
contain the special technical specifications which are not covered by MOST Specifications for
Roads and Bridges (latest edition / revision) and also specific quality control norms for the
construction of works.
77
vi. Volume - VI, Rate Analysis: This volume will present the analysis of rates for all items of works.
The details of unit rate of materials at source, carriage charges, any other applicable charges,
labour rates, machine charges as considered in arriving at unit rates will be included in this
volume.
vii. Volume - VII, Cost Estimates: This volume will present the contract package wise cost of each
item of work as well as a summary of total cost.
viii. Volume - VIII, Bill of Quantities: This volume shall contain the package-wise detailed Bill of
Quantities for all items of works.
ix. Volume - IX, Drawing Volume: All drawings forming part of this volume shall be „good for
construction‟ drawings. All plan and profile drawings will be prepared in scale 1:250V and 1:2500H
scale to cover one km in one sheet. In addition this volume will contain „good for construction‟
drawings for the following:
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 Drainage Structures.
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.
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, cross section 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
a. The consultant shall deliver the final road alignment geometry, proposed road way model and all
proposed structures in a 3D engineered model with all the required features as proposed in
Enclosure IV
b. The consultant shall also provide digital versions of all drawings stated in para 1 above in the
format proposed in Enclosure IV
4. The draft Detailed Project report of specialized projects will be scrutinized by the Peer Review
consultant appointed by NHAI. 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 NHAI 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.
78
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 following receipt of the
comments from NHAI on the draft DPR shall be submitted as per the schedule given in
Enclosure-III.
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 NHAI
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
79
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 and
any other concerned agencies by the end of this stage
2. The final approvals shall be obtained and submitted to NHAI 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 NHAI, shifting estimate, agency/super vision fees, executing
agency – user agency or NHAI
4. In addition, for each utility to be shifted, the report shall contain:
i. Copies of actual approvals granted at user agency and NHAI
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
vi. Finance pro-forma, utilities checklist, no upgradation certificate and other documentation as maybe
required by NHAI at the time of approval
80
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
1. During entire period of services, the Consultant shall interact continuously with NHAI 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 NHAI and prior intimation shall be
given to NHAI regarding start of key activities such as boring, survey etc. so that inspections of
NHAI officials could be arranged in time.
2. The NHAI officers and other Government officers may visit the site at any time, individually or
collectively to acquaint/ supervise the field investigation and survey works. NHAI 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 NHAI. These reports will indicate the dates of induction and de-induction of
various key personnel and the activities performed by them. Frequent meetings with the
consultant at site office or in Delhi are foreseen during the currency of project preparation.
4. All equipment, software and books etc. required for satisfactory services for this project shall be
obtained by the Consultant at their own cost and shall be their property.
1. The Consultant will be paid consultancy fee as a percentage of the contract values as per the
schedule given in the Draft Contract Agreement.
81
13. Data and Software
a. Consultants shall also deliver to NHAI 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 NHAI the consultant shall arrange at their own cost necessary software for viewing
and measurement of imagery/ point cloud data.
ii. Topographic Surveys and Drawings: All topographic data would be supplied in (x, y, z) format
along with complete reference so that the data could be imported into any standard highway
design software. The drawing files would be submitted in dxf or dwg format.
iii. Rate Analysis: The Consultant shall submit the rate analysis for various works items including the
data developed on computer in this relation so that it could be used by the Authority later for the
purpose of updating the cost of the project.
2. Software: The Consultant shall also hand-over to NHAI 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 N H A I 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.
82
SUPPLEMENT I
83
8. 4.11.1(2) The primary tasks to be accomplished during the reconnaissance survey shall 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 slide prone
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.
84
12. -- Condition Surveys & Investigation for Slope Stabilization, Erosion Control,
Landslide Correction/Protection & Avalanche Protection Measures:
13. 4.11.4.4 a) For tunnels if required, geotechnical and subsurface investigation shall be
done as per IRC:SP:91.
85
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 NHAI.
The Design Standards evolved for the project shall cover all aspects of detailed design
4.12.2 (2) including the design of geometric elements, pavement design, bridges and structures,
tunnels if required, traffic safety and materials.
16. 4.12.3 Wherever practicable/feasible hairpin bends and steep gradients shall be avoided
by realignments, provision of structures or any other suitable provisions.
17. 4.12.4 While designing pavement for hill roads specific aspects relevant to hill regions
like terrain & topographic conditions, weather conditions, altitude effects etc. shall be
duly considered and suitably incorporated in design so that pavement is able to
perform well for the design traffic and service life. Effects of factors like heavy rainfall,
frost action, intensive snow and avalanche activity, thermal stresses due to
temperature difference in day and night, damage by tracked vehicles during snow
clearance operations etc. must also be considered along with traffic intensity, its
growth, axle loads and design life.
18. 4.12.5(3) The design of embankments should include the requirements for protection works and
traffic safety features including features specific to hill roads.
19. 4.12.6 Design and Drawing of Tunnels:
The Consultant shall prepare design and drawings for tunnels, if required as per the
results of feasibility study, as per the relevant specifications of IRC:SP:91/MORT&H
and other international specifications.
20. 4.12.7 a) Topography of hills generates numerous water courses and this coupled with
continuous gradients of roads in hills and high intensity of rainfall calls for effective
drainage of roads. The drainage system shall be designed to ensure that the water
flowing towards the road surface may be diverted and guided to follow a definite path
by suitable provision of road side drains, catch water drains, interceptors etc. and flow
on valley side is controlled so that stability is not affected.
86
23. 10.9.3 Volume II: Design Report :
87
SUPPLEMENT II
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
88
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.
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.
89
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
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 flood of the river for at least 15 years period
90
SUPPLEMENT-III
The use of checklists is highly recommended as they provide a useful “aide memoire” for the audit team to
check that no important safety aspects are being overlooked. They also give to the project manager and the design
engineer a sense of understanding of the place of safety audit in the design process. The following lists have been
drawn up based on the experience of undertaking systematic safety audit procedures overseas. This experience
indicates that extensive lists of technical details has encouraged their use as “tick” sheets without sufficient thought
being given to the processes behind the actions. Accordingly, the checklists provide guidelines on the principal
issues that need to be examined during the course of the safety audits.
1. The audit team should review the proposed design from a road safety perspective and heck the following
aspects
CONTENTS ITEMS
Aspects to be checked A. Safety and operational implications of proposed alignment and
junction strategy with particular references to expected road users
and vehicle types likely to use the road.
B. Width options considered for various sections.
C. Departures from standards and action taken.
D. Provision of pedestrians, cyclists and intermediate transport
E. Safety implications of the scheme beyond its physical limits
i.e. how the scheme fits into its environs and road Hierarchy
91
A3 : Junctions Minimise potential conflicts
Layout
Visibility
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
Aspects to be checked A. Safety and operational implications of proposed alignment and
junction strategy with particular references to expected road users
and vehicle types likely to use the road.
B. Width options considered for various sections.
C. Departures from standards and action taken.
D. Provision of pedestrians, cyclists and intermediate transport
E. Safety implications of the scheme beyond its physical limits i.e.
how the scheme fits into its environs and road hierarchy
92
B2 : Local Alignment Visibility
New/Existing road interface
Safety Aids on steep hills
B3 : Junctions Minimise potential conflicts
Layout
Visibility
B4 : Non-Motorised road Adjacent land
users Provision Pedestrians
Cyclists
Non-motorised vehicles
B5 : Signs and Lighting Lighting
Signs/Markings
93
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
C1 : General central reserves).
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-Motorised road users Adjacent land
Provision Pedestrians
Cyclists
94
Non-motorised vehicles
C5 : Signs and Lighting Advanced direction signs
Local traffic signs
Variable message signs
Other traffic signs
Lighting
95
Enclosure-I
MANNING SCHEDULE
4 Material-cum-Geo-technical Engineer – 4 2 6
Geologist
5 Senior Survey Engineer 4 3 7
7 Environmental Specialist 2 1 3
Total 29 25 54
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. In case Tunnels are to be constructed, necessary input of Tunnel Experts shall be provided in addition
to above mentioned Manpower requirement.
96
Enclosure-II
i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent as approved by
AICTE
97
Enclosure-II (contd.)
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. 10 years
98
Enclosure-II (contd.)
i) Educational Qualification
Essential Degree in Civil Engineering
Desirable Masters in highway engineering/Transportation
Engineering
ii) Experience
a)Total Professional Experience Min. 08 years
99
Enclosure-II (contd.)
i) Educational Qualification
100
Enclosure-II (contd.)
i) Educational Qualification
Essential Graduate or equivalent in Civil Engineering or Diploma in
Civil Engg or Diploma in Surveying
101
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL
i) Educational Qualification
102
Enclosure-II (contd.)
Environmental Specialist
i) Educational Qualification
103
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL
i) Educational Qualification
Desirable
ii) Essential Experience
a) Total Professional Experience Min. 10 years
b) Experience in Highway Projects Min. 8 years in Preparation of Bill of Quantities,
Contract documents and documentation for major highway
projects involving four laning
104
Enclosure-II (contd.)
i) Educational Qualification
Essential Graduate or Equivalent
105
Enclosure-II (contd.)
106
Enclosure-III
Schedule for submission of Reports and Documents
month
2 Inception Report
(i) Draft Inception Report including QAP 3 21
document
107
7 Land Acquisition II 4 180
Submission of draft 3D publication report
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.
108
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
5 Technical Schedules
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.
109
Enclosure IV: Formats for submission of Reports and Documents
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 NHAI
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
3. Every submission will be accompanied by a table of contents and index of all documents submitted for ease
of reference
3. Data products
3.1 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.
3.2 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
3.3 As required in clause 3.4 Enclosure IV, consultants are required to agree with NHAI all actual data formats
proposed to be used for the project
3.4 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 No Data product Contents required (definition) Data format
0 Formats to be used List of data, drawing and design outputs, reporting format, CSV or ODF sheet, .xlsx
110
Sr No Data product Contents required (definition) Data format
digital format suggested, key data to be included (column optional
headers), units and system to be used
1 Traffic surveys
1.1 List of traffic survey Point no, location coordinates (lat, long), location of survey CSV or ODF sheet, .xlsx
points point, chainage, no lanes/type of junction, type of survey, optional
date of survey, length of survey, any commentary,
equipment/technique used, link to survey output
1.2 Classified traffic Survey point, survey location, location id (ihmcl), no of Raw data: IHMCL Traffic
volume count lanes, chainage, location coordinates (lat, long), date, time survey data format
survey and period of survey Processed, corrected with
AADT: CSV or ODF
sheet, .xlsx optional
1.3 O-D, turning Survey point, survey location, location lat, long, chainage, CSV or ODF sheet, .xlsx
movement, axle date, time, period of survey, technique/equipment used in optional
load and other addition to the survey data itself
surveys
2 Engineering surveys and investigations
2.1 Raw DGPS data Notes must contain Date, time of survey, equipment used, CSV or ODF, Receiver
corrections applied is any. Data: Survey benchmarks, Independent Exchange
benchmark points, location data points Format (RINEX)
2.2 LiDAR point cloud Notes must contain Date, time of survey, equipment, LASer file format for
summary post processing applied. Data: Survey exchange
benchmarks, data points, point cloud of entire project CSV sheet, .xlsx optional
corridor as defined in
2.3 Images 360 Deg/ ortho images of entire project road way Geographic Tagged
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 map + 1:1000 scale map with 50 cm contours with roadway Contours: geo-referenced
contours marked on maps shape files (.shp) or .dxf
files, .dwg/.dgn files
options
2.6 Digital elevation Digital terrain modeled from aerial and ground surveys Digital elevation model in
model USGS Spatial Data
transfer standard (SDTS)
format
2.7 Longitudinal and Location of cross section - existing, design chainage, lat, .dxf files, .dwg/.dgn files
cross sections long, Cross section drawing options
2.8 As-is road map 3D digital map of as-is project highway containing earth Digital terrain model and
surface, road layers, utilities, buildings and trees with maps in LandXML/.dxf
feature data extracted and mapped in layers, marked on format, .dwg/.dgn files
the map and tabulated data provided separately. All road, options
111
Sr No Data product Contents required (definition) Data format
surface, sub surface inventory, pavement investigation Separate CSV or ODF
and soil survey data to be super-imposed as layers sheet, .xlsx optional of
feature data in addition to
map
2.9 Details of utility type of utility, no, class and category of utility installation CSV or ODF sheet, .xlsx
(e.g. 66 kV xlpe), location, distance from centerline, user optional
agency
2.10 Utility maps geo-referenced schematic map, existing and design road georeferenced shape files
centerline, type of utility, size, no, class and category (.shp) and drawings in
.dxf format
2.11 Road inventory All data as required in clause 4.11.3.1, geo-referencing for CSV or ODF sheet
surveys each row of data in lat, long form
2.12 Pavement Test pit reference id, location, chainage, geo-reference CSV or ODF sheet
investigation (lat, long), pavemet composition - layer no, material type,
thickness, sub grade type, and condition
2.13 Pavement condition Data as required in clause 4.11.3.2, along with CSV or ODF sheet
survey location/chainage and geo-reference for all data
2.14 Pavement FWD results as per IRC guidelines, geo-referencing for CSV or ODF sheet
structural strength test points
2.15 Sub-grade and soil In the format of the testing lab, summary details must be Summary in CSV or ODF
strength tabulated and must include: test pit no, location, chianage, sheet
lat/long, date, time of test, tester/lab details, in-situ density,
moisture content, field CBR, characterization, in-lab
moisture and density, lab CBR
3 Proposed roadway designs
3.1 Proposed Georeferenced centerline horizontal and vertical alignment Geometry or shape files :
alignment geometry for the road .shp/.dxf, .dwg/.dgn files
To be presented superimposed on surface map, satellite options
imagery and digital elevation model of region
3.2 Final alignment Georeferenced centerline horizontal and vertical alignment Geometry or shape files :
geometry for the road. Additional detail on lanes, super elevation, .shp/.dxf, .dwg/.dgn files
junctions, structures, under/overpasses, PUP/CUP, options
wayside amenities etc
3.3 Proposed roadway Proposed digital roadway model and design data- .dxf/.dtm
model including embankment, road way, road layers, roadside
amenities, signals, road furniture, markings and other
construction elements in 3D
3.4 Proposed Geo referenced location and alignment, 3D model of .dxf/.dtm
structures structure and appurtenances, cross section, plan and
profile drawings for construction as per IRC
3.5 Proposed highway Roadway cross sections for homogenous sections .dxf files
cross sections Digital surface model in
.dxf format
112
Sr No Data product Contents required (definition) Data format
4 Other deliverables
4.1 Digitized cadastral Digitized revenue map overlaid with key landmarks, land Geometry or shape files :
maps size, survey number and ownership data. min 1:1000 .shp/.dxf, .dwg/.dgn files
scale map with >1mm accuracy options
4.2 Financial analysis Spreadsheet model with instructions, index and containing ODF sheets, MS office
all inputs and assumptions, time series construction and .xlsx optional
operating costs, revenues, financing and equity cash
flows, NPV/IRR, sensitivity scenarios and results
113
APPENDIX-II
Proof of Eligibility
Form-E1
Letter of Proposal (On Applicant‟s letter head)
Sub: Appointment of Consultant for preparation of Detailed Project Report for ……………...
Dear Sir,
With reference to your RFP Document dated ………, I/we i.e M/s _________________________________ (Name
of Bidder) h a v i n g 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 and in the Appendices is true and correct and all documents
accompanying such Proposal are true copies of their respective originals.
3. This statement is made for the express purpose of appointment as the Consultant for the aforesaid
Project.
4. I/We shall make available to the Authority any additional information it may deem necessary or
require for supplementing or authenticating the Proposal.
5. I/We acknowledge the right of the authority to reject our application without assigning any reason or
otherwise and hereby waive our right to challenge the same on any account whatsoever.
6. I/We certify that in the last three years, we or any of our Associates have neither failed to perform on any
contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or
arbitration award against the Applicant, nor been expelled from any project or contract by any public authority
nor have had any contract terminated by any public authority for breach on our part.
7. I/We understand that you may cancel the Selection Process at any time and that you are neither bound
to accept any Proposal that you may receive nor to select the Consultant, without incurring any liability to the
Applicants in accordance with Clause 1.7 of the RFP document.
8. I/We declare that we/any member of the consortium, are/is not a Member of any other Consortium
applying for Selection as a Consultant.
9. I/We certify that in regard to matters other that security and integrity of the country, we or any of our
Associates have not been convicted by a Court of Law or indicted or adverse orders passed by a regulatory
authority which would cast a doubt on our ability to undertake the Consultancy for the Project or which relates
to a grave offence that outrages the moral sense of the community.
10. I/We further certify that in regard to matters relating to security and integrity of the country, we have
not been charge-sheeted by any agency of the Government or convicted by a Court of Law for any offence
committed by us or by any of our Associates.
11. I/We further certify that no investigation by a regulatory authority is pending either against us or
against our Associates or against our CEO or any of our Directors/Managers/employees.
114
12. I/We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever
otherwise arising to challenge or question any decision taken by the Authority [and/ or the Government of
India] in connection with the selection of Consultant or in connection with the Selection Process itself in respect of
the above mentioned Project.
14. I/We agree and understand that the proposal is subject to the provisions of the RFP document. In
no case, shall I/we have any claim or right of whatsoever nature if the Consultancy for the Project is not awarded to
me/us or our proposal is not opened or rejected.
15. I/We agree to keep this valid for 120 (One hundred and twenty) days from the Proposal Due Date
specified in the RFP.
16. A Power of Attorney in favor of the authorized signatory to sign and submit this Proposal and documents is
attached herewith.
17. In the event of my/our firm/consortium being selected as the Consultant, I/we agree to enter into any
Agreement in accordance with the form Appendix V of the RFP. We agree not to seek any changes in the aforesaid
form and agree to abide by the same.
18. I/We have studied RFP and all other documents carefully and also surveyed the Project site. We
understand that except to the extent as expressly set forth in the Agreement, we shall have no claim, right or title
arising out of and documents or information provided to us by the Authority or in respect of any matter arising
out of or concerning or relating to the Selection Process including the award of Consultancy.
19. The Proof of Eligibility and Technical proposal are being submitted in separate covers in hard copy and
they are being submitted online also. Financial Proposal is being submitted online only. This Proof of Eligibility read
with Technical Proposal and Financial Proposal shall constitute the Application which shall be binding on us.
20. I/We agree and undertake to abide by all the terms and conditions of the RFP Document. In witness thereof,
I/we submit this Proposal under and in accordance with the terms of the RFP Document.
Yours faithfully,
115
Appendix- II
Form-E2/T3
FIRM‟S REFERENCES
Relevant Services Carried out in the Last Seven Years (2010-11 onwards) Which Best Illustrate
Qualifications
The following information should be provided in the format below for each reference assignment for which your
firm, either individually as a corporate entity or as one of the major companies within a consortium, was legally
contracted by the client:
116
APPENDIX-II
Form- E3
Name of Applicant:
1 2016-17
2 2015-16
3 2014-15
4 2013-14
5 2012-13
Certificate from the Statutory Auditor
This is to certify that -------------- (name of the Applicant) has received the payments shown above
against the respective years on account of Consultancy Services.
$In case he Applicant does not have a statutory auditor, it shall provide the certificate from its chartered accountant
that ordinarily audits the annual account of the Applicant.
Note:
117
APPENDIX-II
Form- E4
BANK GUARANTEE FORMAT FOR BID SECURITY
(To be stamped in accordance with Stamp Act if any, of the country of issuing bank)
Notwithstanding anything contained herein before, our liability under this guarantee is restricted to ___________
Rs._______ (Rs. _____________) and the guarantee shall remain valid till ______. Unless a claim or a demand in
writing is made upon us on or before _______ all our liability under this guarantee shall cease
DATE _______________
SIGNATURE OF THE BANK _______________________
SEAL OF THE BANK _____________________________
SIGNATURE OF THE WITNESS ____________________
Name and Address of the Witness ___________________
The bank guarantee shall be issued by a bank (Nationalized/Scheduled) located in India
118
Appendix III
(Form-T1)
TECHNICAL PROPOSAL
FROM: TO:
Sir:
Yours faithfully,
Signature
Full Name
Designation
Address
(Authorized Representative)
119
(Form-T-2)
Details of projects for which Technical and Financial Proposals have been submitted
Sl. No. Name of Project Consultancy Package No. Names of Proposed Key
Personnel
1
2
3
4
120
Form-E2/T3
FIRM‟S REFERENCES
Relevant Services Carried out in the Last Seven Years Which Best Illustrate Qualifications
The following information should be provided in the format below for each reference assignment for which your firm,
either individually as a corporate entity or as one of the major companies within a consortium, was legally
contracted by the client:
121
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.
122
Form- T5
Composition of the Team Personnel and the task Which would be assigned to each Team Member
I. Technical/Managerial Staff
1.
2.
3.
4.
….
….
….
1.
2.
3.
4.
….
….
….
123
Form- T6
APPROACH PAPER ON METHODOLOGY PROPOSED FOR PERFORMING THE ASSIGNMENT
The approach and methodology will be detailed precisely under the following topics.
1) Methodology for services, surveying, data collection [not more than 2 pages]
and analysis
2) Quality Assurance system for consultancy assignment [not more than 1 page]
3) The key challenges foreseen and proposed solutions will be detailed precisely under the following topics
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
124
Form- T7
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.
125
Form- T8
Facility for Field investigation and Testing
2. In case answer to 1 is Available (created in-house at site) a list of field investigation and testing equipments
available in-house
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:
REFERENCES
The following information should be provided in the format below for each reference assignment for which your firm,
either individually as a corporate entity or as one of the major companies within a consortium, was legally
contracted by the client:
Assignment Name: Country:
Location within Country : Professional Staff Provided by your firm:
Name of Client : No. of Staff :
Address : No. of Staff Months :
Technology Used:
Start Date Completion Date Approx. Value of Services : (in INR/current USD) :
(Month / (Month / Year)
Year)
Name of JV/Association Firm(s) if any : No. of Months of Professional Staff provided by Associated Firm(s)
126
Form- T9
Office Equipment and software
127
Form- T10
128
UNDERTAKING FROM THE PROFESSIONAL
I, ……………………………………………….. (Name and Address) have not left any assignment with the consultants
engaged by MORT&H/ NHAI for any continuing works of MORT&H/NHAI without completing my assignment. I will
be available for the entire duration of the current project
(named……………………………………………………………...). If I leave this assignment in the middle of the
completion of the work, I may be debarred for an appropriate period to be decided by NHAI. I have also no
objection if my services are extended by NHAI for this work in future.
129
Appendix IV
(Form-I)
FINANCIAL PROPOSALS
FROM: TO:
……………………………………………… ……………………………………………………….
…………………………………………….. ………………………………………………………..
……………………………………………… ………………………………………………………….
Sir,
Yours faithfully,
Signature
Full Name
Designation
Address
(Authorized Representative)
*The Financial proposal is to be filled strictly as per the format given in RFP.
130
(Form-II)
A Local Consultants
I Remuneration for Local Staff (inclusive of per diem allowance)
II Support Staff (inclusive of per diem allowance)
III Transportation
IV Duty Travel to Site
V Office Rent
VI Office Supplies, Utilities and Communication
VII Office Furniture and Equipment (Rental)
VIII Reports and Document Printing
Surveys & Investigations
IX (Inclusive of Tropographical Survey)
A. Topographical Survey
B. Investigations
Subtotal Local Consultants (A) :
B Foreign Consultants
F-I Remuneration for Expatriate Staff
F-II Mobilization and Demobilization
F-III Inland Travel in Home Country (Fixed Costs)
F-IV Other Miscellaneous expenses
Subtotal Foreign Consultants (B)
C Total (A+B)
D Total Cost Net of Tax (Taxes & Duties)
I. Income Tax (Expatriate)
II. Import duties
III. Value added tax
Total cost net of Tax** (D)
E GST at 18% on C
F Total Costs (Including GST) (D+E)
Grand Total (C+F)
131
(Form-III)
Professional Staff
1 Team Leader cum Senior 9
Highway Engineer
2 Senior Bridge Engineer 5
3 Highway cum Pavement Engineer 5
4 Material-cum-Geotechnical 6
Engineer- Geologist
5 Senior Survey Engineer 7
6 Traffic and Safety Expert 4
7 Environmental Specialist 3
8 Senior Quantity Surveyor/ 6
Documentation Expert
9 Land Acquisition Expert 9
Sub-Total:
Sub-Professional Staff (To be assessed by Consultant as per requirement
of assignment)
1
2
3
4
5
6
7
Sub-Total:
TOTAL
132
II. Support Staff
No. Position Name Staff Billing Amount
Months Rate( INR) ( INR)
1 Office Manager
2 Typist
3 Office Boy
4 Night Watchman
Total :
Total
Total
Total
133
VI. Office Supplies, Utilities and Communication (Fixed Costs)
No. Item Months Monthly Amount
Rate (INR) In INR.
2 Supplies Computer
3 Running Costs
TOTAL: ---------------------------
Note: * Quantities of borings shall be taken from Financial Proposal Form No. V. For financial evaluation, these
quantities and rates quoted by the consultant will be considered. However, Payment shall be made on the actual
quantity of boring at rates quoted above by the Consultant, which may be substantially more or less than the estimated
quantities.
135
(Form-IV)
B. Foreign Consultants
Estimate of Costs for Expatriate Consultants (in Indian Rupees)
Total :
Total
F-4) Other Miscellaneous expenses (like DA, internal travel expenses other incidentals) (fixed cost)
Lump Sum …….
136
TENTATIVE QUANTITIES FOR SUB-SOIL INVESTIGATIONS
2 For projects of length > 110 km As per As per List As per As per 2000 300
- <Details of packages> List at at Annex-1 List at List at
Annex- Annex-1 Annex-
1 1
137
Appendix-V
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 4/6 lane of aggregate length as given
below. The firm should have also prepared DPR/Feasibility of at least one project of 4/6 laning of minimum length as
indicated below in the last 7 years (i.e. from 2010-11 onwards)
S. Package No. Tentative Minimum Minimum length of a Eligible Project (4/6
No. Length Aggregate Length lane)
required
DPR/ Feasibility = DPR = 0.4 x Feasibility = 0.6 x
Tentative Length Tentative Length Tentative Length
1 2 3 4 5 6
(c) Annual Average Turn Over for the last 5 years {In cases where, Audited/Certified copy of Balance Sheet for the
FY 2016-17 is available, last five years shall be counted from 2012-13 to 2016-17. However, where
audited/certified copy of the Balance Sheet for the FY 2016-17 is not available (as certified by the Statutory
auditor) then in such cases last four years shall be considered from 2012-13 to 2015-16} of the firm from
Consultancy services should be equal to more than Rs.5 crore.
In case of JV, the Lead Partner should fulfill at least 75% of all eligibility requirements and the other partner shall
fulfill at least 50% of all eligibility requirements as given at 1.1 above. Thus a Firm applying as Lead Partner/Other
Partner in case of JV/Associate should satisfy the following
(a) & (b) Firm should have experience of preparation of DPR/Feasibility of 4/6 lane of aggregate length as
given below. The firm should have also prepared DPR/Feasibility of at least one project of 4/6 laning of minimum
length as indicated below in the last 7 years (i.e. from 2010-11 onwards)
S. Package No. Minimum Aggregate Minimum length of a Eligible Project (4/ 6 lane)
No. Length required of
DPR/ Feasibility km)
DPR Feasibility
138
c) Minimum Annual Average Turn Over for the last 5 years {In cases where, Audited/Certified copy
of Balance Sheet for the FY 2016-17 is available, last five years shall be counted from 2012-13 to 2016-17.
However, where audited/certified copy of the Balance Sheet for the FY 2016-17 is not available (as certified by the
Statutory auditor) then in such cases last four years shall be considered from 2012-13 to 2015-16} of a firm
applying as Lead Partner/Other Partner in case of JV from Consultancy services should be as given below:
No. Mode of Submission by a firm Annual Average Turn Over for the last 5 years
Note: (i) Weightage to be given when experience by a Firm as Sole Firm/Lead Partner in a
JV/Other Partner in a JV/As Associate
No. Status of the firm in carrying out DPR/ Feasibility Study Weightage for experience
(ii) The experience of a firm in preparation of DPR for a private Concessionaire/contractor shall not be considered
139
2. Second Stage Evaluation -Technical Evaluation (Para 12.2 of Data Sheet)
140
For special projects such as special bridges, tunnels and expressways that require specialized capabilities
and skill sets, the following is the break-up: Not applicable
Note: In case feasibility study is a part of DPR services the experience shall be counted in DPR only. In case bridge
is included as part of DPR of highway the experience will be (1) and (2)
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
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.
S. No Description Points
1 Site appreciation 1
2 Team composition and task assignment 1
3 Methodology 3
Approach and initial view on project plan including key
3.1
challenges envisaged and potential solutions for
Proposed alignment and bypasses required and land acquisition
3.1.1 1
requirements
3.1.2 Access control, rehabilitation of existing road, drainage and utilities 1
Adoption of superior technology along with proof of past use
3.2 1
vendor association
Total 5
C Material testing, survey and investigation, equipment and software proposed to be used (20)
141
S.No Description Maximum Sub-Points
Points
2.1 Available (Created in-house at site) 2
2.2 Outsourced
(a) Through NABL accredited Labs / IIT / NIT labs 1
(b) Other than (a)
1
3 Office Equipment and Software 3
3.1 High Level (More than 75% as per ToR requirement) 3
3.2 Medium Level (Between 75%-50% as per ToR requirement) 2
3.3 Low Level (Less than 50% as per ToR requirement) 1
4 Experience in LiDAR or better technology for topographic 5
survey (Infrastructure sector)
4.1 1-2 projects 1
4.2 3-5 projects 2
4.3 6-10 projects 3
4.4 11-15 projects 5
5 Experience in using GPR and Induction Locator or better 4
technologies for detection of sub-surface utilities
(Infrastructure sector)
5.1 1-2 projects 1
5.2 3-5 projects 2
5.3 6-10 projects 4
6 Experience in digitization of cadastral maps for land surveys 3
6.1 Project of area upto 0-100 ha 1
6.2 Project of area between 100-500 ha 2
6.3 Project of area between 500-1000 ha 3
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
142
2.4. Qualification and Competence of the Key Staff for adequacy of the Assignment. (Para 12.2
of Data Sheet and Enclosure II of TOR)
0-12 years 0
12-15 years 17
15-18 years 21
18-21 years 23
c) Experience in Similar Capacity 28
143
2.4.2 HIGHWAY cum PAVEMENT ENGINEER
0-6 years 0
6-10years 17
10-15 years 21
15-18years 23
c) Experience in Similar Capacity 28
(i) In Design/ Pavement Design of Highway Projects (2/4/6 19
laning of
NH/SH/Expressways) in Similar Capacity (Minimum aggregate length 42 km)
0-42km 0
42km-84km 14
84km-126km 17
126km-168km 19
(ii) In Design/ Pavement Design of Highway Projects (4/6 laning of 9
NH/SH/ Expressways) in Similar Capacity – Number of Projects
0-2 projects 0
3-4 projects 7
5-6 projects 8
7-8 projects 9
III Employment with Firm 10
144
2.4.3 SENIOR BRIDGE ENGINEER
0-2 numbers 0
2-4 numbers 22
5-6 numbers 25
6-7 numbers 28
III Employment with Firm 10
Less than 1 Year 0
1-2 years 5
more than 2 years – 65 years 10
Total 100
145
2.4.4 Traffic / Road Signage / Marking and Safety Expert
I General Qualification 25
146
2.4.5 MATERIAL ENGINEER cum GEOTECHNICAL ENGINEER cum GEOLOGIST
I General Qualification 25
i) Degree in Civil Engineering /M. Sc. in Geology[AICTE Approved] 20
ii) Post graduation in Foundation Engineering / Soil Mechanics / Geo Tech Engineering 5
or Phd in Geology[AICTE Approved]
II Relevant Experience & Adequacy for the Project 65
a) Total Professional Experience 14
0-10 years 0
10-12 years 11
12-15 years 13
15-18 years 14
b) Experience in Highway Projects – In Similar Projects (4/6 laning 23
of NH/SH/Expressways) in design and or Construction/ Construction
Supervision
0-7 years 0
7-10 years 17
10 -12 years 21
12-15years 23
c) Experience as Material cum Geo-technical Engineer or in Similar capacity 28
on Highway Projects (4/6 laning of NH/SH/Expressways) (Minimum aggregate
length 42 km)
0-42km 0
42km-84km 22
84km – 126km 25
126km-168Km 28
III Employment with Firm 10
147
2.4.6 SENIOR SURVEY ENGINEER
0-42km 0
42km-84km 22
84km-126km 25
126km-168Km 28
III Employment with Firm 10
148
2.4.7 ENVIRONMENTAL SPECIALIST
0-5 years 0
5 -7 years 17
7-10 years 21
10-15 years 23
c) Experience as Environmental Specialist or in Similar Capacity in Highway 28
Projects(4/6 laning of NH/SH/Expressways)
0-2 projects 0
2- 4 projects 22
5-7 projects 25
7-10 projects 28
III Employment with Firm 10
149
2.4.8 SENIOR QUANTITY SURVEYOR/DOCUMENTATION EXPERT
150
2.4.9 LAND ACQUISITION EXPERT
151
2.4.10 UTILITY EXPERT - Deleted
152
Assumptions to be made regarding Similar Capacity for various positions
153
5. Traffic and Safety Expert
7. Environmental Specialist
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.
154
Appendix VI
Between
And
For
Consultancy Service for preparation of Feasibility Report cum Detailed Project Report (DPR) for
Four Lane Bypass to Tumakuru City on the Southern Side of NH-48 (Old NH-4), take of at existing
Km.56.500 for a length of approximately 42 Kms (Near Chikkahalli Village) and crossing Four lane of
Tumakuru to Shivamogga Section of NH-206 at design Km.12.300 (Near Mallasandra Village) and
terminating at existing Km.86.500 of NH-48 (Near Vasanthanarasapura Village) in the State of
Karnataka.
155
CONTENTS
Sl. No. Description Page No.
157
DRAFT CONTRACT FOR CONSULTANT‟S SERVICES
158
CONTRACT FOR CONSULTANTS‟ SERVICES
Consultancy Service for preparation of Feasibility Report cum Detailed Project Report (DPR) for
Four Lane Bypass to Tumakuru City on the Southern Side of NH-48 (Old NH-4), take of at existing
Km.56.500 for a length of approximately 42 Kms (Near Chikkahalli Village) and crossing Four lane of
Tumakuru to Shivamogga Section of NH-206 at design Km.12.300 (Near Mallasandra Village) and
terminating at existing Km.86.500 of NH-48 (Near Vasanthanarasapura Village) in the State of
Karnataka.
This CONTRACT (hereinafter called the “Contract”) is made on the ---------- day of the month of ---------------------- ,
between, on the one hand, National Highways Authority of India (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 and conditions set forth in
this Contract;
1 The following documents attached hereto shall be deemed to form an integral part of this Contract:
Appendix A: Terms of reference containing, inter-alia, the Description of the Services and Reporting
Requirements
Appendix B: Consultants‟ Sub consultants, Key Personnel and Sub Professional Personnel, Task assignment,
work programme, manning schedule, qualification requirements of key personnel, and schedule for
submission of various report.
2. The mutual rights and obligations of the Client and the Consultants shall be as set forth in the Contract; in
particular:
159
(a) The Consultants shall carry out the Services in accordance with the provisions of the Contract; and
(b) Client shall make payments to the Consultants in accordance with the provisions of the Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their respective names as of
the day and year first above written.
1. Signature Name
Address
By
Authorized Representative 2. Signature Name
Address
1. Signature
Name
Address
By
Authorized Representative 2. Signature Name
Address
160
GENERAL CONDITIONS OF CONTRACT
161
GENERAL CONDITIONS OF CONTRACT
1. GENERAL PROVISIONS
1.1 Definitions
Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:
(a) “Applicable Law means the laws and any other instruments having the force of 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 Clause 1 of such signed Contract;
(c) “Effective Date” means the date on which this Contract comes into force and effect pursuant to Clause GC
2.1;
(d) “foreign currency” means any currency other than the currency of the Government;
(h) “Member”, in case the Consultants consist of a joint venture or consortium of more than one entity, means
any of these entities, and “Members” means all of these entities;
(i) “Personnel” means persons hired by the Consultants or by any Sub consultant as employees and assigned
to the performance of the Services or any part thereof; “foreign Personnel” means such persons who at the
time of being so hired had their domicile outside India; and “local Personnel” means such persons who at the
time of being so hired had their domicile inside India;
(j) “Party” means the Client or the Consultants, as the case may be, and Parties means both of them;
(k) “Services” means the work to be performed by the Consultants pursuant to this Contract for the purposes of
the Project, as described in Appendix A hereto;
(l) “SC” means the Special Conditions of Contract by which these General Conditions of Contract may be
amended or supplemented;
162
(m) “Sub consultant” means any entity to which the Consultants subcontract any part of the Services in
accordance with the provisions of Clause GC 3.7; and
(n) “Third Party” means any person or entity other than the Government, the Client, the Consultants or a Sub
consultant.
1.4 Language
This Contract has been executed in the language specified in the SC, which shall be the binding and controlling
language for all matters relating to the meaning or interpretation of this Contract.
1.6 Notices
1.6.1 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.
1.6.3 A party may change its address for notice hereunder by giving the other Party notice of such change
pursuant to the provisions listed in the SC with respect to Clause GC 1.6.2.
1.7 Location
The Services shall be performed at such locations as are specified in Letter of Acceptance (Appendix-I) hereto and,
where the location of a particular task is not so specified, at such locations, whether in India or elsewhere, as the
Client may approve.
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.
2.7.1 Definition
(a) For the purposes of this Contract, “Force Majeure” means an event which is beyond the reasonable control
of a Party, and which makes a Party‟s performance of its obligations hereunder impossible or so impractical
as reasonably to be considered impossible in the circumstances, and includes, but is not limited to, war,
riots, civil disorder, earthquake, fire, explosion, storm, flood or other adverse weather conditions, strikes,
lockouts or other industrial action (except where such strikes, lockouts or other industrial action are within
the power of the Party invoking Force Majeure to prevent), confiscation or any other action by government
agencies.
(b) Force Majeure shall not include (i) any event which is caused by the negligence or intentional action of a
Party or such Party‟s Sub consultants or agents or employees, nor (ii) any event which a diligent Party could
reasonably have been expected to both (A) take into account at the time of the conclusion of this Contract
and (B) avoid or overcome in the carrying out of its obligations hereunder.
(c) Force Majeure shall not include insufficiency of funds or failure to make any payment required hereunder.
164
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 such event as soon as possible,
and in any event not later than fourteen (14) days following the occurrence of such event, providing
evidence of the nature and cause of such event, and shall similarly give notice of the restoration of
normal conditions as soon as possible.
(c) The Parties shall take all reasonable measures to minimize the consequences of any event of Force
Majeure.
2.7.5 Payments
During the period of their inability to perform the Services as a result of an event of Force Majeure, the Consultants
shall be entitled to be reimbursed for additional costs reasonably and necessarily incurred by them during such
period for the purposes of the Services and in reactivating the Services after the end of such period.
2.7.6 Consultation
Not later than thirty (30) days after the Consultants, as the result of an event of Force Majeure, have become unable
to perform a material portion of the Services, the Parties shall consult with each other with a view to agreeing on
appropriate measures to be taken in the circumstances.
2.8 Suspension
The Client may, by written notice of suspension to the Consultants, suspend all payments to the Consultants
hereunder if the Consultants fail to perform any of their obligations under this Contract, including the carrying out of
the Services, provided that such notice of suspension (i) shall specify the nature of the failure, and (ii) shall request
the Consultants to remedy such failure within a period not exceeding thirty (30) days after receipt by the Consultants
of such notice of suspension.
2.9 Termination
2.9.1 By the Client
The Client may, by not less than thirty (30) days‟ written notice of termination to the Consultants (except in the event
listed in paragraph (f) below, for which there shall be a written notice of not less than sixty (60) days), such
notice to be given after the occurrence of any of the events specified in paragraphs (a) through (f) of this
Clause2.9.1, terminate this Contract:
(a) if the Consultants fail to remedy a failure in the performance of their obligations are under, 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 any agreements with their creditors for relief of debt or take
advantage of any law for the benefit of debtors or go into liquidation or receivership whether compulsory or
voluntary;
(c) if the Consultants fail to comply with any final decision reached as a result of arbitration proceedings
pursuant to Clause 8 hereof;
(d) if the Consultants submit to the Client a statement which has a material effect on the rights, obligations or
interests of the Client and which the Consultants know to be false;
165
(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.
3.1 General
(a) during the term of this Contract, any business or professional activities in the Government's country which would
conflict with the activities assigned to them under this Contract; or
(b) after the termination of this Contract, such other activities as may be specified in the SC.
3.3 Confidentiality
The Consultants, their Sub consultants and the Personnel of either of them shall not, either during the term or
within two (2) years after the expiration of this Contract, disclose any proprietary or confidential information
relation to the Project, the Services, this Contract or the Client's business or operations without the prior written
consent of the Client.
167
3.5 Insurance to be taken out by the Consultants
The Consultants (i) shall take out and maintain, and shall cause any Sub consultants to take out and maintain, at
their (or the Sub consultants', as the case may be) own cost but on terms and conditions approved by the Client,
insurance against the risks, and for the coverage, as shall be specified in the Special Conditions (SC), and (ii) at the
Client's request, shall provide evidence to the Client showing that such insurance has been taken out and
maintained and that the current premiums therefore have been paid.
4. CONSULTANTS' PERSONNEL
4.1 General
The Consultants shall employ and provide such qualified and experienced Personnel as are required to carry out the
Services.
168
(b) If required to comply with the provisions of Clause 3.1.1 of this Contract, adjustments with respect to the
estimated periods of engagement of Key Professional / Sub Professional Personnel set forth in Appendix B may be
made by the Consultants by written notice to the Client, provided
(i) that such adjustments shall not alter the originally estimated period of engagement of any individual by more than
10% or one week, whichever is larger, and
(ii) that the aggregate of such adjustments shall not cause payments under this Contract to exceed the ceilings
set forth in Clause 6.1 (b) of this Contract. Any other such adjustments shall only be made with the Client's written
approval.
(c) If additional work is required beyond the scope of the Services specified in Appendix A, the estimated periods of
engagement of Key Personnel set forth in Appendix B may be increased by agreement in writing between the Client
and the Consultants.
4.3 Approval of Personnel
The Key Personnel and Sub consultants listed by title as well as by name in Appendix B are hereby approved by the
Client. In respect of other Key Personnel which the Consultants propose to use in the carrying out of the Services,
the Consultants shall submit to the Client for review and approval a copy of their biographical data. If the Client does
not object in writing (stating the reasons for the objection) within twenty-one (21) calendar days from the date of
receipt of such biographical data, such Key Personnel shall be deemed to have been approved by the Client.
4.4 Working Hours, Overtime, Leave, etc.
(a)Working hours and holidays for Key Professional / Sub Professional Personnel are set forth in Appendix C hereto.
To account for travel time, foreign Personnel carrying out Services inside the Government's country shall be deemed
to have commenced (or finished) work in respect of the Services such number of days before their arrival in (or after
their departure from) the Government's country is specified in Appendix C hereto.
(b)The Key Professional / Sub Professional Personnel shall not be entitled to be paid for overtime nor to take paid
sick leave or vacation leave except as specified in Appendix C hereto, and except as specified in such Appendix,
the Consultants' remuneration shall be deemed to cover these items. All leave to be allowed to the Personnel is
included in the staff- months of service set for in Appendix B. Any taking of leave by Personnel shall be subject to
the prior approval of the Client by the Consultants, who shall ensure that absence for leave purposes will not
delay the progress and adequate supervision of the Services.
4.5.1 In case notice to commence services pursuant to Clause 2.1 of this Contract is not ordered by Client within
120 days of signing of contract the key personnel can excuse themselves on valid grounds, e.g., selection on some
other assignment, health problem developed after signing of contract, etc. In such a case no penalty shall be levied
on the Firm or on the person concerned. The firm shall however be asked to give a replacement by an equal or
better scoring person, whenever mobilization is ordered.
4.5.2 In case notice to commence services is given within 120 days of signing of contract the
replacement shall be as below:
169
4.5.3 Replacement after original contract period is over:
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.
4.5.4 If the Employer (i) finds that any of the Personnel has committed serious misconduct or has been
charged with having committed a criminal action or (ii) has reasonable ground to be dissatisfied with the
performance of any of the Personnel, then the consultant shall, at the Employer‟s written request specifying the
grounds therefore, forthwith provide a replacement with qualifications and experience acceptable to him.
4.5.5 If the team leader or any other key personnel/ specialist considered pivotal to the project is replaced, the
substitute may be interviewed by NHAI to assess their merit and suitability.
4.5.6 If any member of the approved team of a consultant engaged by NHAI leaves that consultant
before completion of the job, he shall be barred for a period of 6 months to 24 months from being engaged as a
team member of any other consultant working (or to be appointed) for any other NHAI/ MoRTH projects.
4.5.7 In exceptional situations where the replacement with equivalent or better qualification is not available,
replacement with lower qualifications than the originally approved may be accepted with reduction in
remuneration as per the procedure prescribed below. This kind of relaxation shall however, be limited to
replacement of 2 key personnel only in one consultancy contract package.
i) The new proposed personnel as a replacement has to be evaluated as per the criteria fixed at the time of
evaluation of original proposal and marks/rating and then:
-If the original personnel (included in the original proposal based on which the contract was awarded) is to be
replaced at the instruction of NHAI and the new proposed personnel is having less qualification/ experience i.e
marks/rating (but fulfilling the minimum requirement as per TOR), his remuneration would be reduced by 15% over
and above the stipulated conditions in the contract because of less qualified personnel
-If the original personnel (included in Contract Agreement) is to be replaced by the Consulting firm and the new
proposed personnel is having less qualification/ experience (marks/rating), then his remuneration would be
decreased proportionally in comparison to the marks of the original personnel. This will also take into account the
contract condition and if the proposed reduction is less than that stipulated in contract condition, it would be as per
the contract provision.
It will be ensured that the new proposed personnel should score at least 75% of the marks of the originally approved
key personnel. Both the Consulting firm and the proposed personnel should give the undertaking in the format
available in Form VII of Appendix II along with the replacement CV.
ii) The CV should be signed by personnel and the consulting firm in every page. If the CV is found incorrect at later
date, the personnel accepted would be removed from the assignment and debarred from further NHAI/ MoRTH
works for an appropriate period to be decided by NHAI and the new proposed personnel in place of removed
personnel would be paid 15% less salary than the original personnel. 15% reduction in the salary will be imposed as
penalty for submitting the incorrect information. This penalty will be imposed only once. If the same consulting firm
submits incorrect information again second time, necessary action will be taken by NHAI to blacklist the firm.
(c) facilitate prompt clearance through customs of any property required for the Services;
(d) issue to officials, agents and representatives of the Government all such instructions as may be necessary or
appropriate for the prompt and effective implementation of the Services;
5.5 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.
(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.
171
6.2 Currency of Payment
(a)The Client shall cause to be paid to the Consultants an advance payment as specified in the SC, and as otherwise set
forth below. The advance payment will be due after provision by the Consultants to the Client of a bank guarantee by a
bank acceptable to the Client in an amount (or amounts) and in a currency (or currencies) specified in the SC, such bank
guarantee (i) to remain effective until the advance payment has been fully set off as provided in the SC, and ii) in such
form as the Client shall have approved in writing.
The Consultant will be paid stage-wise as a percentage of the contract value as per the schedule given below:
S. No Item Payment %
1 Approval of final QAP and Inception Report 10%
2 Approval of final Alignment Report 5%
3 Approval of final feasibility Report 5%
4 Submission Of 3a Notification, Draft 3 A And Approval Of Final Land 5%
Acquisition Report containing details of 3a, 3A
5 Submission of all utilities shifting proposals to user agencies and submission of 2.5%
utilities relocation plan to NHAI
6 Submission of all stage I clearance proposals and submission of clearances 5%
repot to NHAI
7 Approval of final DPR report, documents and drawings 10%
8 Approval of bid documents and draft civil works contract agreement along with 5%
technical schedules.
9 3D publication for all land parcels identified in item 4 above and submission of 10%
Land Acquisition II report
10 Stage II clearance approval and submission of final clearances II report 5%
11 Final approval of utilities shifting estimates and submission of Utilities II report 2.5%
12 Completion of award declaration (3G) for 90% of land parcels identified in item 10%
9 and submission of Land Award report
13 Earlier of award of package to contractor/concessionaire or 6 months from 10%
launch of tender process
14 Receipt of land possession certificates (3E) for 90% of all land parcels 10%
identified in LA II report
15 Amount to be released at earlier of projects COD or 3 years from start of civil 5%
work
Total : 100%
16 Bonus on submission of draft 3A within 15 days of alignment finalization 1 % bonus
17 Bonus on submission of draft 3D within 60 days of draft 3 A. 2.5% bonus
18 Bonus on receipt of possession certificate (3E) for more than 90% of land 5% bonus
identified in item 9 above within 165 days of draft 3 A.
19 Bonus on submission of utility shifting proposal including clearance within 60 1% bonus
days of alignment finalization.
Note: 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 NHAI
from time to time.
172
* The Concerned Project Director or his authorized representative shall ensure and certify at least 5% test
check of all the data collected by the Consultant before releasing the payment to the Consultant.
(c)No payment shall become eligible for the next stage till the consultant completes to the satisfaction of the client
the work pertaining to the preceding stage. The payment for the work of sub-soil investigation (Boring)will be as
per plan approved by the client and will be paid as per actual at the rates quoted by the consultants .The payment
for the quantity given by the client for boring will be deemed to be included in the above mentioned payment
schedule. Any adjustment in the payment to the consultants will be made in the final payment only.
(d)The Client shall cause the payment of the Consultants in Para 6.4 (b) above as given in schedule of
payment within thirty (30) days after the receipt by the Client of bills. Interests at the rate specified in the SC shall
become payable as from the above due date on any amount due by, but not paid on, such due date.
(e)The final payment under this Clause shall be made only after the final report and a final statement, identified as
such, shall have been submitted by the Consultants and approved as satisfactory by the Client. The Services shall
be deemed completed and finally accepted by the Client and the final report and final statement shall be deemed
approved by the Client as satisfactory one hundred and eighty (180) calendar days after receipt of the final report
and final statement by the Client unless the Client, within ninety(90) day period, gives written notice to the
Consultants specifying in detailed deficiencies in the Services, the final report or final statement. The
Consultants shall t h e r e u p o n p r o m p t l y m a k e a n y necessary corrections, and upon completion of such
corrections, the foregoing process shall be repeated. Any amount which the Client has paid or caused to be paid
in accordance with this Clause in excess of the amounts actually payable in accordance with the provisions of this
Contract shall be reimbursed by the Consultants to the Client within thirty (30) days after receipt by the Consultants
of notice thereof. Any such c l a i m b y t h e C l i e n t f o r reimbursement must be made within twelve (12)
calendar months after receipt by the Client of a final report and a final statement approved by the Client in
accordance with the above.
(f)All payments under this Contract shall be made to the account of the Consultants specified in the SC.
(g)Efforts need to be made by the Consultant to submit the schedule reports of each road stretch / s of a package.
However, due to reasons beyond the reasonable control of Consultant, if the schedule submission of reports /
documents of each road stretch /s of a package is not done, the payment shall be made on pro-rata basis.
7.1 General
7.1.1 The Consultant shall be responsible for accuracy of the data collected, by him directly or procured from
other agencies/authorities, the designs, drawings, estimates and all other details prepared by him as part of
these services. He shall indemnify the Authority against any inaccuracy in the work which might surface during
implementation of the project. The Consultant will also be responsible for correcting, at his own cost and risk,
the drawings including any re-survey / investigations and correcting layout etc. if required during the
execution of the Services.
7.1.2 The Consultant shall be fully responsible for the accuracy of design and drawings of the bridges and
structures. All the designs and drawings for bridges and structures including all their components shall be fully
checked by a Senior Engineer after completion of the designs. All drawings for bridges and structures shall be duly
signed by the (a) Designer, (b) Senior Checking Engineer, and (c) Senior Bridge / Structure Expert. The designs
and drawings not signed by the three persons mentioned above shall not be accepted. The Consultant shall
indemnify the Client against any inaccuracy / deficiency in the designs and drawings of the bridges and structures
noticed during the construction and even thereafter and the Client shall bear no responsibility for the accuracy of the
designs and drawings submitted by the Consultants.
7.1.3 The survey control points established by the Consultant shall be protected by the Consultants till the
completion of the Consultancy Services.
173
7.2. Retention Money
An amount equivalent to 15% 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. Out of this 15%, 10% shall be in the form of
performance security and 5% shall be the amount retained from Consultancy fee payable to the Consultant.
7.3. Penalty
ii. If there is a discrepancy in land to be acquired during the execution of the project upto an extent of +/- 5% 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
iii. If there is a variation in utilities shifting payments to be made during the execution of the project upto an
extent of +/- 10% of the value 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
iv) For inaccuracies in survey/investigation/design work the penalties shall be b imposed as per details
given in Table below:
174
Sr. Item Penalty (%age of
No. contract value)
Topographic Surveys 0.5 to 1.0
a) The horizontal alignment does not match with ground condition.
7.3.3 Total amount of recovery from all penalties shall be limited to 15% of the Consultancy Fee.
7.3.4 NHAI 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.
175
8. FAIRNESS AND GOOD FAITH
9. SETTLEMENT OF DISPUTES
ii) The Consultancy fee shall be revised on account of change of scope as below:
- In case the total length of project increase/ decrease up to 10% of indicative length given in the
RFP: No change in Consultancy Fees.
- In case the increase/ decrease in total length of project is more than 10 % of the indicative
length as given in the RFP: The consultancy fee shall be increased/ decreased in the same
proportion in which the length of the project road is increased/ decreased beyond 10% .
- In case the length of 4 lane road is increased up to 10% of the length as indicated in the RFP:
No change in Consultancy Fees.
- In case the length of 4 lane road is increased by more than 10% of the length as indicated in the
RFP: The consultancy fee shall be increased by 0.25 times the average quoted rate (Rs. per km)
for the increased length of 4 lane beyond 10%.
iii) Length of Bypass / realignment shall not be treated as additionality to the existing length of the
highway for the purpose of change / variation in length. 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
176
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 Lanes increase 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 codes / 2.5% of the original Consultancy
specification etc. charges.
(ii) Revision of DPR due to changes in mode EPC / BOT / HAM etc 2.5% of the original Consultancy
charges.
177
III . SPECIAL CONDITIONS OF CONTRACT
Number of GC Clause
1. The words “in the Government‟s country” are amended to read “in INDIA”
Attention Name
Designation
Address
Tel:
Fax:
Email:
7. The Consultants and the personnel shall pay the taxes, duties, fees, levies and other impositions levied
under the existing, amended or enacted laws (prevailing 7 days before the last date of submission of bids) during life
of this contract and the Client shall perform such duties in regard to the deduction of such tax as may be lawfully
imposed.
178
8. The effectiveness conditions are the following:
b) The consultant will furnish within 15 days of the issue of letter of acceptance, an
unconditional Bank Guarantee 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 two years beyond the date of completion of services.
8.1 The time period shall be“four months” or such other time period as the parties may agree in writing.
8.2 The time period shall be “fifteen days” or such other time period as the Parties may agree in writing.
8.3 The time period shall be ------------ months or such other time period as the parties may agree in
writing.
(a) Except in case of negligence or willful misconduct on the part of the Consultants or on the part of any person
or firm acting on behalf of the Consultants in carrying out the Services, the Consultants, with respect to damage
caused by the Consultants to the Client‟s property, shall not be liable to the Client:
(b) This limitation of liability shall not affect the Consultants‟ liability, if any, for damage to Third
Parties caused by the Consultants or any person or firm acting on behalf of the Consultants in carrying out the
Services.
(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.
179
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 cancel the 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.
8.6 The Consultants shall not use these documents for purposes unrelated to this Contract without the prior
written approval of the Client.
8.7 The person designated as Team Leader cum Senior Highway Engineer in Appendix B shall serve in
that capacity, as specified in Clause 4.6.
9.2 Disputes shall be settled by arbitration in accordance with the following provisions:
(a) Where the Parties agree that the dispute concerns a technical matter, they may agree to appoint a
sole arbitrator or, failing agreement on the identity of such sole arbitrator within thirty (30) days after receipt by
the other Party of the proposal of a name for such an appointment by the Party who initiated the proceedings,
either Party may apply to the President, Indian Roads Congress, New Delhi, for a list of not fewer than five
nominees and, on receipt of such list, the Parties shall alternately strike names therefrom, and the last remaining
nominee on the list shall be the sole arbitrator for the matter in dispute. If the last remaining nominee has not been
determined in this manner within sixty (60) days of the date of the list, the president, Indian Roads Congress, New
Delhi, shall appoint, upon the request of either Party and from such list or otherwise, a sole arbitrator for the matter
in dispute.
(b) Where the Parties do not agree that the dispute concerns a technical matter, the Client and the
Consultants shall each appoint one arbitrator, and these two arbitrators shall jointly appoint a third arbitrator, who
shall chair the arbitration panel. If the arbitrators named by the Parties do not succeed in appointing a third
arbitrator within thirty (30) days after the later of the two arbitrators named by the Parties has been appointed, the
third arbitrator shall, at the request of either Party, be appointed by Secretary, the Indian Council of Arbitration, New
Delhi.
(c) If, in a dispute subject to Clause SC 9.2.1 (b), one Party fails to appoint its arbitrator within thirty (30) days
after the other Party has appointed its arbitrator, the Party which has named an arbitrator may apply to the
Secretary, Indian Council of Arbitration, New Delhi, to appoint a sole arbitrator for the matter in dispute, and the
arbitrator appointed pursuant to such application shall be the sole arbitrator for that dispute.
180
9.2.2 Rules of Procedure
Arbitration proceedings shall be conducted in accordance with procedure of the Arbitration & Conciliation Act 1996,
of India unless the Consultant is a foreign national/firm, where arbitration proceedings shall be conducted in
accordance with the rules of procedure for arbitration of the United Nations Commission on International Trade
Law (UNCITRAL) as in force on the date of this Contract.
9.2.5 Miscellaneous
In any arbitration proceeding hereunder:
(a) Proceedings shall, unless otherwise agreed by the Parties, be held in DELHI
(b) the English language shall be the official language for all purposes; and [Note: English language may be
changed to any other Language, with the agreement of both the Parties.]
(c) the decision of the sole arbitrator or of a majority of the arbitrators (or of the third arbitrator if there is no such
majority) shall be final and binding and shall be enforceable in any court of competent jurisdiction, and the Parties
hereby waive any objections to or claims of immunity in respect of such enforcement.
(d) The maximum amount payable per Arbitrator in Arbitration clauses shall be as under
181
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 Chairman, NHAI before appointment of the Arbitrator,
182
Appendix A
Terms of reference containing, inter-alia, the Description of the Services and Reporting Requirements
183
Appendix B
Consultants‟ Sub consultants, Key Personnel and Sub Professional Personnel
184
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.
185
Appendix D
Duties of the Client
186
Appendix E
Cost Estimate
187
Appendix F: Copy of letter of invitation
188
Appendix G: Copy of letter of acceptance
189
Appendix – H (I)
Format for Bank Guarantee for Performance Security (For individual work) BANK GUARANTEE FOR
PERFORMANCE SECURITY
To,
Regional Officer
National Highways Authority of India, RO Bengaluru
Bengaluru – Tumkur Road (NH-4), M.S. Ramaiah Enclave,
Near Nagasandra Metro Station, Bengaluru – 560073
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 service tax for
“Consultancy Services for preparation of Detailed Project Report of <Project Description>
………………………………………(Total Length -…….) on NH-…..in the states of ………….under –
Contract Package No. …. (Hereinafter called the “Contract”), and the Consultant having agreed to furnish a Bank
Guarantee to the Client as “Performance Security as stipulated by the Client in the said contract for performance of
the above Contract amounting to Rs.……………./- (Rupees…………………………………….).
The Client shall have the fullest liberty without affecting in any way the liability of the Bank under this
Guarantee, from time to time to vary or to extend the time for performance of the contract by the Consultant.
The Client shall have the fullest liberty without affecting this guarantee, to postpone from time to time the exercise
of any powers vested in them or of any right which they might have against the consultant and to exercise the
same at any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or
implied, in the Contract between the Client and the Consultant any other course or remedy or security available to
the Client. The bank shall not be relieved of its obligations under these presents by any exercise by the
Client of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or
forbearance or other acts of omission or 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.
190
“The guarantor/bank hereby confirms that it is on the SFMS (Structural Finance Messaging System) platform
& shall invariably send an advice of this Bank Guarantee to the designated bank of NHAI after obtaining
details thereof from NHAI.”
c) We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if
you serve upon us a written claim or demand on or before ……………(date of expiry of Guarantee).
NOTE:
(i)The bank guarantee(s) contains the name, designation and code number of the officer(s) signing the guarantee(s).
(ii)The address, telephone no. and other details of the Head Office of the Bank as well as of issuing branch should be
mentioned on the covering letter of issuing Branch.
(iii)The bank guarantee for Rs 10,000 and above is signed by at least two officials (or as per the norms prescribed by
the RBI in this regard).
191
Appendix H (2):
Format for Bank Guarantee for Performance Security for a number of works
To
In consideration of all consultancy works (hereinafter referred as the “Employer”, which expression shall,
unless repugnant to the context or meaning thereof include its successors, administrators and assigns) 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), by employer and the same having been unequivocally accepted
or will be accepted by the Consultant, resulting in Contracts value upto Rs………………./-
(Rupees……………………) excluding service tax and the Consultant having agreed to furnish a Bank Guarantee to
the Employer as “Performance Security as stipulated by the Employer in the said contracts for performance of the
consultancy Contracts undertaken or proposed to be undertaken in future date as a blanket security for compliance
with his/its obligations in accordance with entire Contract(s) including contracts to be extended, modified, awarded
and executed before the expiry of this Bank Guarantee or renewal thereof amounting to Rs……../-
(Rupees……………………….).
The Employer 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 contracts by the Consultancy firm. The
Employer shall have the fullest liberty without affecting this guarantee, to postpone from time to time the exercise of
any powers vested in them or of any right which they might have against the consultant and to exercise the same at
any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in the
Contract between the Employer and the Consultancy any other course or remedy or security available to the
Employer. The bank shall not be relieved of its obligations under these presents by any exercise by the Employer 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 Employer or any other indulgence shown by the Employer 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 Employer 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 security or other guarantee that the Employer may have in relation to the Consultant‟s liabilities.
1. Our liability under this Omnibus Guarantee shall not exceed Rs……………. (Rupees………………);
2. This Bank Guarantee shall be valid upto (Date (Month) Year); and (24 months).
3. We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee if you serve
upon us a written claim or demand on or before…” (24 months). Thereafter, all your rights under this guarantee shall
192
be forfeited and we shall be released from all our liabilities hereunder irrespective of whether the guarantee in original
is returned to us or not.
*4. This guarantee shall also be operatable at our……. branch at New Delhi, from whom, confirmation
regarding the issue of this guarantee or extension/renewal thereof shall be made available on demand. In the
contingency of this guarantee being invoked and payment thereunder claimed, the said branch shall accept such
invocation letter and make payment of amount so demanded under the said invocation.
“The guarantor/bank hereby confirms that it is on the SFMS (Structural Finance Messaging System) platform
& shall invariably send an advice of this Bank Guarantee to the designated bank of NHAI after obtaining
details thereof from NHAI.”
Address……………………… 2. ………………….
Date
*This clause shall be kept for Bank Guarantees being issued outside Delhi.
193
Appendix I: Minutes of Pre-bid meeting
194
APPENDIX-VII
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 ☐
2.2 Review of scope of ToR and gap identification Yes ☐ No ☐ NA ☐ NA
Key departments identified for various
2.3 Yes ☐ No ☐ NA ☐
documents
Start and end location of project verified with
2.4 Yes ☐ No ☐ NA ☐
client (Mention 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
2.7 Site photos and data of project alignment Yes ☐ No ☐ NA ☐ NA
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 ☐
2.11 Number/ Location of major and minor bridges Yes ☐ No ☐ NA ☐
Number/ Location of level crossings
2.12 Yes ☐ No ☐ NA ☐
2.13 Number/ Location of ROB and RUB Yes ☐ No ☐ NA ☐
2.14 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
3 Approach Methodology Yes ☐ No ☐ NA ☐ NA
3.1 Engineering survey and investigations Yes ☐ No ☐ NA ☐ NA
3.2 Design of road, pavements and structures Yes ☐ No ☐ NA ☐ NA
3.3 Environment and social impact assessment Yes ☐ No ☐ NA ☐ NA
Estimation of project cost, viability and
3.4 Yes ☐ No ☐ NA ☐ NA
financing options
3.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
4 Task Assignment and Manning Schedule Yes ☐ No ☐ NA ☐ NA
4.1 Number of key personnel provided Yes ☐ No ☐ NA ☐
4.2 Specific tasks assigned to each key personnel Yes ☐ No ☐ NA ☐ NA
4.3 Manning schedule for key personnel Yes ☐ No ☐ NA ☐ NA
195
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
4.4 Number of key personnel deployed at site Yes ☐ No ☐ NA ☐
5 Performa for data collection Yes ☐ No ☐ NA ☐ NA
Indicative design standards and cross
6 Yes ☐ No ☐ NA ☐ NA
sections
7 Development plans Yes ☐ No ☐ NA ☐ NA
Overview of development plans being
7.1 Yes ☐ No ☐ NA ☐ NA
implemented/ proposed by local bodies
7.2 Overview of impact of such development plans Yes ☐ No ☐ NA ☐ NA
8 Quality Assurance Plan Yes ☐ No ☐ NA ☐ NA
8.1 Engineering surveys and investigation Yes ☐ No ☐ NA ☐ NA
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 and
8.5 Yes ☐ No ☐ NA ☐ NA
structures
8.6 Environment and R&R assessment Yes ☐ No ☐ NA ☐ NA
8.7 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA
8.8 Drawing and documentation Yes ☐ No ☐ NA ☐ NA
8.9 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
8.10 Discussion of draft QAP document with client Yes ☐ No ☐ NA ☐ NA
8.11 Approval of final QAP document by client Yes ☐ No ☐ NA ☐ NA
9 Draft design Standards Yes ☐ No ☐ NA ☐ NA
9.1 Geometric design standards of highway (Plain) Yes ☐ No ☐ NA ☐ NA
9.2 Geometric design standards of highway (Hilly) Yes ☐ No ☐ NA ☐ NA
10 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
10.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and scope as
10.2 Yes ☐ No ☐ NA ☐ NA
per RFP
10.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA
Compliance report prepared on client
10.4 Yes ☐ No ☐ NA ☐ NA
observations
196
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
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
Overview of client organization /
2 Yes ☐ No ☐ NA ☐ NA
activities
Methodology adopted for feasibility
3 Yes ☐ No ☐ NA ☐ NA
study
Socioeconomic profile of the project
4 Yes ☐ No ☐ NA ☐ NA
areas
Regional economic profile basis last 10
4.1 Yes ☐ No ☐ NA ☐ NA
years data as per IRC
Economic profile of project influence area
4.2 Yes ☐ No ☐ NA ☐ NA
basis last 10 years data as per IRC
Socio Economic status of project influence
4.3 Yes ☐ No ☐ NA ☐ NA
area
Indicative design standards,
5 Yes ☐ No ☐ NA ☐ NA
methodologies, and specifications
6 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA
Classified traffic volume counts using
6.1 Yes ☐ No ☐ NA ☐ NA
IHMCL data (7 day data)
Traffic projection methodology as per
6.2 Yes ☐ No ☐ NA ☐ NA
IRC:108
6.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ NA
6.4 Current and Projected PCU Yes ☐ No ☐ NA ☐
6.5 Current and Projected TVU Yes ☐ No ☐ NA ☐
6.6 Origin destination surveys as per IRC: 102 Yes ☐ No ☐ NA ☐ NA
6.7 Speed and delay studies as per IRC:102 Yes ☐ No ☐ NA ☐ NA
Traffic surveys for the design of road
6.8 Yes ☐ No ☐ NA ☐ NA
junctions as per data in IRC: SP:41
Analysis for replacing railway level crossings
6.9 Yes ☐ No ☐ NA ☐ NA
with over bridges/ subways
6.10 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA
6.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
Traffic surveys monitored and reviewed by
6.12 Yes ☐ No ☐ NA ☐ NA
the client
7 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA
7.1 Road Inventory Survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA
7.2 Review of Road Inventory survey by client Yes ☐ No ☐ NA ☐ NA
Chainage wise details of pavement
7.3 Yes ☐ No ☐ NA ☐ NA
composition survey
Geological Survey
7.4 Geological Map of the Area Yes ☐ No ☐ NA ☐ NA
Seismicity
197
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Climatic Conditions
Temperature
7.5 Yes ☐ No ☐ NA ☐ NA
Rainfall
Wind
Pavement composition and condition survey
7.6 Yes ☐ No ☐ NA ☐ NA
as per IRC:SP:19
Review of pavement composition and
7.7 Yes ☐ No ☐ NA ☐ NA
condition survey by client
Pavement roughness survey as per
7.8 Yes ☐ No ☐ NA ☐ NA
IRC:SP:16
Review of pavement roughness survey by
7.9 Yes ☐ No ☐ NA ☐ NA
client
Pavement structural strength survey as per
7.10 Yes ☐ No ☐ NA ☐ NA
IRC:81
Review of pavement structural strength
7.11 Yes ☐ No ☐ NA ☐ NA
survey by client
7.12 Sub grade characteristics and strengths Yes ☐ No ☐ NA ☐ NA
Topographical survey as per IRC:SP:19
using LiDAR
7.13 Yes ☐ No ☐ NA ☐ NA
Gradient
Terrain
7.14 Review of topographical survey by client Yes ☐ No ☐ NA ☐ NA
7.15 Inventory of bridges, culverts and structures Yes ☐ No ☐ NA ☐ NA
Condition survey for bridges, culverts and
7.16 Yes ☐ No ☐ NA ☐ NA
structures
Review of condition survey for bridges,
7.17 Yes ☐ No ☐ NA ☐ NA
culverts and structures by client
7.18 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
8 Geotechnical Survey Yes ☐ No ☐ NA ☐ NA
Geo-technical and sub-soil explorations as
8.1 Yes ☐ No ☐ NA ☐ NA
per IRC:78
8.2 Bore holes dug for every pier and abutment Yes ☐ No ☐ NA ☐ NA
Review of geo-technical and sub-soil
8.3 Yes ☐ No ☐ NA ☐ NA
explorations by client
Field testing, soil sampling, laboratory
8.4 testing in accordance with BIS/ AASHTO/ Yes ☐ No ☐ NA ☐ NA
BS
Recommendation of Foundation Type and
8.5 Yes ☐ No ☐ NA ☐ NA
Depth
8.6 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
9 Hydraulic and Hydrological Survey Yes ☐ No ☐ NA ☐ NA
Hydraulic and hydrological investigations as
9.1 Yes ☐ No ☐ NA ☐ NA
per IRC:SP:13 and IRC:5
9.2 High Flood Level specified Yes ☐ No ☐ NA ☐ NA
9.3 Depth of Water Table specified Yes ☐ No ☐ NA ☐ NA
9.4 Ponded Water Level specified Yes ☐ No ☐ NA ☐ NA
9.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
Review of hydrological investigations by
9.6 Yes ☐ No ☐ NA ☐ NA
client
10 Materials Survey Yes ☐ No ☐ NA ☐ NA
198
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Materials Survey conducted as per
10.1 Yes ☐ No ☐ NA ☐ NA
IRC:SP:19
Sources of Naturally Occurring Aggregates
specified
10.2 Details of Borrow Pits with Yes ☐ No ☐ NA ☐
Distance from Project Site
Cost of Material/ Transportation
Sources of Manufactured Items specified
Details of suppliers with distance
10.3 Yes ☐ No ☐ NA ☐ NA
from project site
Cost of material/ transportation
Sources of water for construction specified
10.4 Yes ☐ No ☐ NA ☐ NA
as per IS: 456
10.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
Environmental screening/ preliminary
11 Yes ☐ No ☐ NA ☐ NA
environmental assessment
Analysis basis Initial Environment
11.1 Yes ☐ No ☐ NA ☐ NA
Examination in IRC: SP: 19
11.2 Recommended feasible mitigation measures Yes ☐ No ☐ NA ☐ NA
Initial social assessment/ preliminary LA
12 Yes ☐ No ☐ NA ☐ NA
resettlement plan
Analysis basis Initial Environment
12.1 Yes ☐ No ☐ NA ☐ NA
Examination in IRC: SP: 19
Details of consultation with potentially
12.2 Yes ☐ No ☐ NA ☐ NA
affected persons
Names/ Details of consultation with local
12.3 Yes ☐ No ☐ NA ☐
NGOs
Names/ Details of consultation with
12.4 Yes ☐ No ☐ NA ☐
municipal authorities
12.5 Preliminary resettlement plan Yes ☐ No ☐ NA ☐ NA
12.6 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
13 Cost estimates Yes ☐ No ☐ NA ☐ NA
13.1 Item rates and rate analysis Yes ☐ No ☐ NA ☐ NA
13.2 Escalation Yes ☐ No ☐ NA ☐ NA
14 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA
14.1 Estimated cost details Yes ☐ No ☐ NA ☐ NA
14.2 Projected revenues details Yes ☐ No ☐ NA ☐ NA
14.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA
Analysis and results (IRR, Sensitivity
14.4 Yes ☐ No ☐ NA ☐ NA
Analysis, Financial Viability)
15 Strip plan and Alignment Yes ☐ No ☐ NA ☐ NA
15.1 Details of center line of proposed highway Yes ☐ No ☐ NA ☐ NA
15.2 Details of existing RoW Yes ☐ No ☐ NA ☐ NA
15.3 Details of proposed RoW Yes ☐ No ☐ NA ☐ NA
Details about ownership of land to be
15.4 Yes ☐ No ☐ NA ☐ NA
acquired
Strip plan basis reconnaissance and
15.5 Yes ☐ No ☐ NA ☐ NA
topographic surveys
Strip plan reviewed and approved by the
15.6 Yes ☐ No ☐ NA ☐ NA
client
199
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
16 Alignment Options Study Yes ☐ No ☐ NA ☐ NA
At least two alignments proposed
16.1 Yes ☐ No ☐ NA ☐ NA
Details of Alignments on Map
16.2 Review of options with client Yes ☐ No ☐ NA ☐ NA
16.2.1 Review of options with local authority Yes ☐ No ☐ NA ☐ NA
Length of the project along proposed
16.3 Yes ☐ No ☐ NA ☐
alignment options
Land Acquisition required along alignment
16.4 Yes ☐ No ☐ NA ☐
options
16.4.1 Environmental impact of each option Yes ☐ No ☐ NA ☐
Review of road geometry and safety for
16.4.2 Yes ☐ No ☐ NA ☐
each option
16.5 Cost Estimates of alternatives Yes ☐ No ☐ NA ☐
16.6 Recommended Alignment with Justification Yes ☐ No ☐ NA ☐ NA
16.7 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
17 Technical Specifications Yes ☐ No ☐ NA ☐ NA
MoRTH technical specifications for Roads
17.1 Yes ☐ No ☐ NA ☐ NA
and Bridge works followed
17.2 Details of technical specifications Yes ☐ No ☐ NA ☐ NA
18 Rate Analysis Yes ☐ No ☐ NA ☐ NA
Rate analysis for all relevant items as per
18.1 Yes ☐ No ☐ NA ☐ NA
latest SoR
19 Cost Estimates Yes ☐ No ☐ NA ☐ NA
Cost estimates for all relevant items as per
19.1 Yes ☐ No ☐ NA ☐ NA
latest SoR
20 Bill of quantities Yes ☐ No ☐ NA ☐ NA
21 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
21.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and scope
21.2 Yes ☐ No ☐ NA ☐ NA
as per RFP
21.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA
Compliance report prepared on client
21.4 Yes ☐ No ☐ NA ☐ NA
observations
200
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
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Strip plan- additional details added Yes ☐ No ☐ NA ☐ NA
Details of centreline, existing structures, road
2.1 Yes ☐ No ☐ NA ☐ NA
furniture and other features
2.2 Widening scheme Yes ☐ No ☐ NA ☐ NA
New construction/ reconstruction of structures
2.3 Yes ☐ No ☐ NA ☐ NA
and amenities
2.4 Existing and proposed right of way Yes ☐ No ☐ NA ☐ NA
2.5 Clearances impacting each chainage Yes ☐ No ☐ NA ☐ NA
3 Forest Clearance Yes ☐ No ☐ NA ☐ NA
3.1 Requirement for forest clearance identified Yes ☐ No ☐ NA ☐ NA
Date/ Details of initial consultation with
3.2 Yes ☐ No ☐ NA ☐
competent authority
Details/cost of trees being felled basis
3.3 Yes ☐ No ☐ NA ☐
concerned District Forest Office
Date of submission of proposal for forest
3.4 Yes ☐ No ☐ NA ☐ NA
clearance
3.5 Review of proposal by client Yes ☐ No ☐ NA ☐ NA
4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA
4.1 Requirement for wildlife clearance identified Yes ☐ No ☐ NA ☐ NA
Date/ Details of initial consultation with
4.2 Yes ☐ No ☐ NA ☐
competent authority
Details/cost of trees being felled basis
4.3 Yes ☐ No ☐ NA ☐
concerned District Forest Office
Date of submission of proposal for wildlife
4.4 Yes ☐ No ☐ NA ☐
clearance
4.5 Review of proposal by client Yes ☐ No ☐ NA ☐ NA
5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA
5.1 Identification of overground utilities Yes ☐ No ☐ NA ☐ NA
Identification of underground utilities using
5.2 GPR, Induction Locator or equivalent Yes ☐ No ☐ NA ☐ NA
technologies
Name/ Details of consultation with local
5.3 Yes ☐ No ☐ NA ☐
authority/ people
Utility relocation plan with existing / proposed
5.4 location showing existing RoW and Yes ☐ No ☐ NA ☐ NA
topographic details
5.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
Date of proposal submission to competent
5.6 Yes ☐ No ☐ NA ☐
authority
Review of utility relocation plan/ proposal by
5.7 Yes ☐ No ☐ NA ☐ NA
client
6 Utility Clearances (Water) Yes ☐ No ☐ NA ☐ NA
201
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
6.1 Identification of overground utilities in RoW Yes ☐ No ☐ NA ☐ NA
Identification of underground utilities using
6.2 GPR, Induction Locator or equivalent Yes ☐ No ☐ NA ☐ NA
technologies
Name/ Details of consultation with local
6.3 Yes ☐ No ☐ NA ☐
authority/ people
Utility relocation plan with existing / proposed
6.4 location showing existing RoW and Yes ☐ No ☐ NA ☐ NA
topographic details
6.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
Date of proposal submission to competent
6.6 Yes ☐ No ☐ NA ☐ NA
authority
Review of utility relocation plan/ proposal by
6.7 Yes ☐ No ☐ NA ☐ NA
client
7 Utility Clearances (Others) Yes ☐ No ☐ NA ☐ NA
7.1 Identification of overground utilities in RoW Yes ☐ No ☐ NA ☐ NA
Identification of underground utilities using
7.2 GPR, Induction Locator or equivalent Yes ☐ No ☐ NA ☐ NA
technologies
Name/ Details of consultation with local
7.3 Yes ☐ No ☐ NA ☐
authority/ people
Utility relocation plan with existing / proposed
7.4 location showing existing RoW and Yes ☐ No ☐ NA ☐ NA
topographic details
7.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
Date of proposal submission to competent
7.6 Yes ☐ No ☐ NA ☐
authority
Review of utility relocation plan/ proposal by
7.7 Yes ☐ No ☐ NA ☐ NA
client
8 Railway Clearances Yes ☐ No ☐ NA ☐ NA
8.1 Identification of ROB/ RUB on project corridor Yes ☐ No ☐ NA ☐ NA
8.2 Initial consultation with competent authority Yes ☐ No ☐ NA ☐ NA
Date of proposal submission to competent
8.3 Yes ☐ No ☐ NA ☐
authority
8.4 Review of GAD/ proposal by client Yes ☐ No ☐ NA ☐ NA
9 Other Clearances Yes ☐ No ☐ NA ☐ NA
9.1 Requirement for other clearances identified Yes ☐ No ☐ NA ☐ NA
Date of proposal submission to competent
9.2 Yes ☐ No ☐ NA ☐
authority
9.3 Review of proposal by client Yes ☐ No ☐ NA ☐ NA
10 Land Acquisition Yes ☐ No ☐ NA ☐ NA
Detailed schedule about acquisition of
10.1 Yes ☐ No ☐ NA ☐ NA
landholdings as per land records
10.2 Consultation with affected persons Yes ☐ No ☐ NA ☐ NA
10.3 Name/ Details of consultation with NGOs Yes ☐ No ☐ NA ☐
Name/ Details of consultation with concerned
10.4 Yes ☐ No ☐ NA ☐
government agencies
Total land required, land area already available
10.5 Yes ☐ No ☐ NA ☐
, land to be acquired identified
202
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Review of land acquisition using digital
10.6 Yes ☐ No ☐ NA ☐ NA
cadastral map by client
10.7 Draft 3a notification submitted Yes ☐ No ☐ NA ☐ NA
10.8 Review of 3a notification by client Yes ☐ No ☐ NA ☐ NA
10.9 Date of 3a gazette notification Yes ☐ No ☐ NA ☐
10.10 Draft 3a notification submitted Yes ☐ No ☐ NA ☐ NA
10.11 Review of 3A notification by client Yes ☐ No ☐ NA ☐ NA
10.12 Date of 3A gazette notification Yes ☐ No ☐ NA ☐
11 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
11.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and scope as
11.2 Yes ☐ No ☐ NA ☐ NA
per RFP
11.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA
Compliance report prepared on client
11.4 Yes ☐ No ☐ NA ☐ NA
observations
203
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
1 Main Report Yes ☐ No ☐ NA ☐ NA
2 Introduction and project background Yes ☐ No ☐ NA ☐ NA
Overview of project location, project objectives
2.1 Yes ☐ No ☐ NA ☐ NA
etc.
2.2 Overview of report structure, deliverables etc. Yes ☐ No ☐ NA ☐ NA
3 Social analysis of the project Yes ☐ No ☐ NA ☐ NA
Project impact on stakeholders such as local
3.1 Yes ☐ No ☐ NA ☐ NA
people
Project impact on residential, commercial and
3.2 Yes ☐ No ☐ NA ☐ NA
public properties
3.3 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
4 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA
Geometric Features of the Existing Road
Design Speed
Sight distance details
4.1 Yes ☐ No ☐ NA ☐
Horizontal Alignment Details
Vertical Alignment Details
Height of Embankment
Topographical Survey using LiDAR (or
equivalent technology) as per IRC:SP:19
4.2 Yes ☐ No ☐ NA ☐ NA
Gradient
Terrain
Pavement composition and condition survey as
4.3 Yes ☐ No ☐ NA ☐ NA
per IRC:SP:19
4.4 Pavement roughness survey as per IRC:SP:16 Yes ☐ No ☐ NA ☐ Na
Pavement structural strength survey as per
4.5 Yes ☐ No ☐ NA ☐ NA
IRC:81
Geological Survey
4.6 Geological Map of the Area Yes ☐ No ☐ NA ☐ NA
Seismicity
Climatic Conditions
Temperature
4.7 Yes ☐ No ☐ NA ☐ NA
Rainfall
Wind
Land Use along the existing alignment
4.8 Map of the Project Area depicting Yes ☐ No ☐ NA ☐ NA
Agricultural/Habitation/Forest Area
Details of Existing Structures
Map of the Project Area depicting
4.9 Yes ☐ No ☐ NA ☐ NA
Hutments/Buildings/Temples/Public
Building/Any Other Significant Structure
4.10 Inventory and condition survey of culverts Yes ☐ No ☐ NA ☐ NA
204
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Geo-technical and sub-soil explorations as per
4.11 Yes ☐ No ☐ NA ☐ NA
IRC:78
Number of Bore holes dug (holes for every pier
4.12 Yes ☐ No ☐ NA ☐
and abutment)
Field testing, soil sampling, laboratory testing
4.13 Yes ☐ No ☐ NA ☐ NA
as per IRC: 78
Recommendation of Foundation Type and
4.14 Yes ☐ No ☐ NA ☐
Depth
4.15 Hydrological investigations as per IRC:5 Yes ☐ No ☐ NA ☐ NA
4.16 High Flood Level specified Yes ☐ No ☐ NA ☐ NA
4.17 Depth of Water Table specified Yes ☐ No ☐ NA ☐ NA
4.18 Ponded Water Level specified Yes ☐ No ☐ NA ☐ NA
4.19 Materials Survey conducted as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA
Sources of Naturally Occurring Aggregates
specified
4.20 Details of Borrow Pits with Distance Yes ☐ No ☐ NA ☐
from Project Site
Cost of Material/Transportation
Sources of environmentally friendly
4.20.1 construction materials identified as per Yes ☐ No ☐ NA ☐ NA
MoRT&H circular
Sources of Manufactured Items specified
Details of Suppliers with Distance
4.21 Yes ☐ No ☐ NA ☐ NA
from Project Site
Cost of Material/Transportation
Source of Water for construction specified as
4.22 Yes ☐ No ☐ NA ☐ NA
per IS:456
4.23 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
Traffic studies and demand forecast
5 Yes ☐ No ☐ NA ☐ NA
designs
Classified traffic volume counts using IHMCL
5.1 Yes ☐ No ☐ NA ☐ NA
data (7 day data)
5.2 Traffic projection methodology as per IRC:108 Yes ☐ No ☐ NA ☐ NA
5.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ NA
5.4 Current and Projected PCU Yes ☐ No ☐ NA ☐
5.5 Current and Projected TVU Yes ☐ No ☐ NA ☐
5.6 Origin destination surveys as per IRC: 102 Yes ☐ No ☐ NA ☐ NA
5.7 Speed and delay studies as per IRC:102 Yes ☐ No ☐ NA ☐ NA
Traffic surveys for the design of road junctions
5.8 Yes ☐ No ☐ NA ☐ NA
as per data in IRC: SP:41
Analysis for replacing railway level crossings
5.9 Yes ☐ No ☐ NA ☐ NA
with over bridges/ subways
5.10 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA
5.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
Traffic surveys monitored and reviewed by the
5.12 Yes ☐ No ☐ NA ☐ NA
client
6 Cost estimates Yes ☐ No ☐ NA ☐ NA
6.1 Project costing as per latest SoR Yes ☐ No ☐ NA ☐ NA
7 Environmental aspects Yes ☐ No ☐ NA ☐ NA
7.1 Environment profile of the project region Yes ☐ No ☐ NA ☐ NA
205
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Details of Public consultation at residential and
7.2 Yes ☐ No ☐ NA ☐ NA
commercial settlements affected
7.3 Impact analysis and mitigation measures Yes ☐ No ☐ NA ☐ NA
8 Economic and commercial analysis Yes ☐ No ☐ NA ☐ NA
8.1 Estimated cost details Yes ☐ No ☐ NA ☐ NA
8.2 Projected revenues details Yes ☐ No ☐ NA ☐ NA
8.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA
Analysis and results (IRR, Sensitivity Analysis,
8.4 Yes ☐ No ☐ NA ☐ NA
Financial Viability)
8.5 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Financial model shared with client and
8.6 Yes ☐ No ☐ NA ☐ NA
reviewed
9 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and scope as
9.1 Yes ☐ No ☐ NA ☐ NA
per RFP
9.2 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA
Compliance report prepared on client
9.3 Yes ☐ No ☐ NA ☐ NA
observations
10 Design Report Yes ☐ No ☐ NA ☐ NA
10.1 Highway improvement proposals Yes ☐ No ☐ NA ☐ NA
10.2 Highway geometric designs Yes ☐ No ☐ NA ☐ NA
10.3 Roadside drainage Yes ☐ No ☐ NA ☐ NA
10.4 Intersections Yes ☐ No ☐ NA ☐ NA
10.5 Urban service roads Yes ☐ No ☐ NA ☐ NA
10.6 Bus-stops Yes ☐ No ☐ NA ☐ NA
10.7 Toll plazas Yes ☐ No ☐ NA ☐ NA
10.8 Pedestrian crossings Yes ☐ No ☐ NA ☐ NA
10.9 Utility relocation Yes ☐ No ☐ NA ☐ NA
10.10 Pavement Yes ☐ No ☐ NA ☐ NA
10.11 Structures Yes ☐ No ☐ NA ☐ NA
10.12 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
Pavement deflection survey as per IRC 81-
10.13 Yes ☐ No ☐ NA ☐ NA
1997
10.14 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
11 Materials Report Yes ☐ No ☐ NA ☐ NA
11.1 Material investigations as per IRC:10 Yes ☐ No ☐ NA ☐ NA
11.2 Review of material investigations by client Yes ☐ No ☐ NA ☐ NA
11.3 Multiple borrow areas identified Yes ☐ No ☐ NA ☐ NA
11.4 Material survey as per IRC: SP: 19 Yes ☐ No ☐ NA ☐ NA
11.5 Review of material survey by client Yes ☐ No ☐ NA ☐ NA
Geo-technical and sub-soil explorations as per
11.6 Yes ☐ No ☐ NA ☐ NA
IRC:78
Review of geo-technical and sub-soil
11.7 Yes ☐ No ☐ NA ☐ NA
explorations by client
Field testing, soil sampling, laboratory testing
11.8 Yes ☐ No ☐ NA ☐ NA
in accordance with BIS/ AASHTO/ BS
Pavement composition and condition survey as
11.9 Yes ☐ No ☐ NA ☐ NA
per IRC:SP:19
206
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Review of pavement composition and condition
11.10 Yes ☐ No ☐ NA ☐ NA
survey by client
11.11 Pavement roughness survey as per IRC:SP:16 Yes ☐ No ☐ NA ☐ NA
Review of pavement roughness survey by
11.12 Yes ☐ No ☐ NA ☐ NA
client
Pavement structural strength survey as per
11.13 Yes ☐ No ☐ NA ☐ NA
IRC:81
Review of pavement structural strength survey
11.14 Yes ☐ No ☐ NA ☐ NA
by client
Water sample tests as per MoRTH
11.15 Yes ☐ No ☐ NA ☐ NA
specifications
11.16 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
Environmental Assessment Report/
12 Yes ☐ No ☐ NA ☐ NA
Resettlement and Rehabilitation Plan
Option for alignment alternatives considered
12.1 Yes ☐ No ☐ NA ☐ NA
and conclusions
Land environment data collection and details/
12.2 Yes ☐ No ☐ NA ☐ NA
impact/ mitigation measures
Air environment data collection and details/
12.3 Yes ☐ No ☐ NA ☐ NA
impact/ mitigation measures
Water resources details/ impact/ mitigation
12.4 Yes ☐ No ☐ NA ☐ NA
measures
Noise environment details/ impact/ mitigation
12.5 Yes ☐ No ☐ NA ☐ NA
measures
Biological environment details/ impact/
12.6 Yes ☐ No ☐ NA ☐ NA
mitigation measures
12.7 Details of public consultation Yes ☐ No ☐ NA ☐ NA
12.8 Environment monitoring and management plan Yes ☐ No ☐ NA ☐ NA
12.9 Details of social impact assessment Yes ☐ No ☐ NA ☐ NA
Details of resettlement and rehabilitation action
12.10 Yes ☐ No ☐ NA ☐ NA
plan
12.11 Measures to minimize resettlement Yes ☐ No ☐ NA ☐ NA
12.12 Details of public consultation with stakeholders Yes ☐ No ☐ NA ☐ NA
Details of implementation arrangement /
12.13 Yes ☐ No ☐ NA ☐ NA
budget
12.14 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
13 Technical Specifications Yes ☐ No ☐ NA ☐ NA
MoRTH technical specifications for Roads and
13.1 Yes ☐ No ☐ NA ☐ NA
Bridge works followed
13.2 Details of technical specifications Yes ☐ No ☐ NA ☐ NA
14 Rate Analysis Yes ☐ No ☐ NA ☐ NA
Rate analysis for all relevant items as per
14.1 Yes ☐ No ☐ NA ☐ NA
latest SoR
15 Cost Estimates Yes ☐ No ☐ NA ☐ NA
Cost estimates for all relevant items as per
15.1 Yes ☐ No ☐ NA ☐ NA
latest SoR
16 Bill of quantities Yes ☐ No ☐ NA ☐ NA
17 Drawing Volume Yes ☐ No ☐ NA ☐ NA
18 Digital drawings of road
18.1 Highway cross sections Yes ☐ No ☐ NA ☐
207
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
3D engineered models of:
Road alignment geometry
18.2 Yes ☐ No ☐ NA ☐
Proposed highway
Proposed structures
208
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
4 Schedule D - Specifications and standards Yes ☐ No ☐ NA ☐ NA
5 Any other relevant details Yes ☐ No ☐ NA ☐ NA
209
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
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Environment Clearance Yes ☐ No ☐ NA ☐ NA
2.1 Details of public hearings completed Yes ☐ No ☐ NA ☐
Date of final environment clearance by
2.2 Yes ☐ No ☐ NA ☐
competent authority
3 Forest Clearance Yes ☐ No ☐ NA ☐ NA
Date/ Details of Joint site inspection with DFO/
3.1 Yes ☐ No ☐ NA ☐
competent authority
Date of Stage I forest clearance approval by
3.2 Yes ☐ No ☐ NA ☐
competent authority
Date of final forest clearance approval by
3.3 Yes ☐ No ☐ NA ☐
competent authority
4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA
Date/ Details of joint site inspection with DFO/
4.1 Yes ☐ No ☐ NA ☐
competent authority
Date of final wildlife clearance approval by
4.2 Yes ☐ No ☐ NA ☐
competent authority
5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA
Date/ Details of Joint site inspection with
5.1 Yes ☐ No ☐ NA ☐
competent authority
Date of estimate submission by competent
5.2 Yes ☐ No ☐ NA ☐
authority
Date of estimate approval by competent
5.3 Yes ☐ No ☐ NA ☐
authority
Approved utility shifting proposal including strip
5.4 Yes ☐ No ☐ NA ☐
plan
Details of approved contractors, SoR and
5.5 Yes ☐ No ☐ NA ☐ NA
deposit details for user agency
Utilities checklist, no upgradation certificate
5.6 Yes ☐ No ☐ NA ☐
attached
Date of estimate submission by competent
6.2 Yes ☐ No ☐ NA ☐
authority
Date of estimate approval by competent
6.3 Yes ☐ No ☐ NA ☐
authority
Approved utility shifting proposal including strip
6.4 Yes ☐ No ☐ NA ☐
plan
Details of approved contractors, SoR and
6.5 Yes ☐ No ☐ NA ☐ NA
deposit details for user agency
Utilities checklist, no upgradation certificate
6.6 Yes ☐ No ☐ NA ☐
attached
Date of estimate submission by competent
7.2 Yes ☐ No ☐ NA ☐
authority
Date of estimate approval by competent
7.3 Yes ☐ No ☐ NA ☐
authority
210
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Approved utility shifting proposal including strip
7.4 Yes ☐ No ☐ NA ☐
plan
Details of approved contractors, SoR and
7.5 Yes ☐ No ☐ NA ☐ NA
deposit details for user agency
Utilities checklist, no upgradation certificate
7.6 Yes ☐ No ☐ NA ☐
attached
Date of final approval of GAD by competent
8.2 Yes ☐ No ☐ NA ☐
authority
9 Other Clearances Yes ☐ No ☐ NA ☐ NA
9.1 Date of final approval by competent authority Yes ☐ No ☐ NA ☐
10 Land Acquisition Yes ☐ No ☐ NA ☐ 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 Yes ☐ No ☐ NA ☐
Date of Joint Measurement Survey with
10.7 Yes ☐ No ☐ NA ☐
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 survey number Yes ☐ No ☐ NA ☐ NA
10.7.5 Verification of area to be acquired – by survey
Yes ☐ No ☐ NA ☐ NA
number
10.7.6 List of structures on each plot Yes ☐ No ☐ NA ☐ NA
10.7.7 Sketches of updated alignment by village Yes ☐ No ☐ NA ☐ NA
10.7.8 Verification from Land revenue department Yes ☐ No ☐ NA ☐ NA
10.7.9 Verification by CALA office Yes ☐ No ☐ NA ☐ NA
211
1.1.1 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
2.1 Total private and public land being acquired Yes ☐ No ☐ NA ☐ NA
Variation in area and nature of land against 3D
2.2 Yes ☐ No ☐ NA ☐ NA
with justification
2.3 Method used by CALA to arrive at award Yes ☐ No ☐ NA ☐ NA
Date of award by CALA and approval by NHAI
2.4
along with valuation report
Total award calculated and deviation from
2.5 Yes ☐ No ☐ NA ☐ NA
RFCTLARR act
3 In detail for each Village Yes ☐ No ☐ NA ☐ NA
Updated land acquisition tracker with status of:
Notifications
3.1 Yes ☐ No ☐ NA ☐ NA
Award
Disbursement
Valuation report and details of award
3.2 calculation- verification by state authority to be Yes ☐ No ☐ NA ☐ NA
included
3.3 Claims report Yes ☐ No ☐ NA ☐ NA
3.4 Copies of notifications published Yes ☐ No ☐ NA ☐ NA
Copies of land possession certificates
3.5 Yes ☐ No ☐ NA ☐ NA
received
4 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
4.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and scope as
4.2 Yes ☐ No ☐ NA ☐ NA
per RFP
4.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA
Compliance report prepared on client
4.4 Yes ☐ No ☐ NA ☐ NA
observations
212
1.1.2 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
2.1 Total private and public land being acquired Yes ☐ No ☐ NA ☐ NA
Date of final award by CALA and approval by
2.2
NHAI
Status of disbursement on date of receipt of
2.3 Yes ☐ No ☐ NA ☐ NA
Land possession certificate
Key issues being faced in completing land
2.4 Yes ☐ No ☐ NA ☐ NA
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, land
3.3 Yes ☐ No ☐ NA ☐ NA
possession certificates received
4 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
4.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and scope as
4.2 Yes ☐ No ☐ NA ☐ NA
per RFP
4.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA
Compliance report prepared on client
4.4 Yes ☐ No ☐ NA ☐ NA
observations
GIS Map containing digitsed details of
5 land parcels acquired with all relevant Yes ☐ No ☐ NA ☐ NA
details
213
Checklists for Structures such as ROB/ RUB
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
2.3 Details of key departments for documents Yes ☐ No ☐ NA ☐
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 ROB/RUB (on
2.7 Yes ☐ No ☐ NA ☐ NA
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/Unsurfaced)
2.10 Existing right of way details Yes ☐ No ☐ NA ☐
2.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
3 Approach Methodology Yes ☐ No ☐ NA ☐ NA
3.1 Engineering survey and investigations Yes ☐ No ☐ NA ☐ NA
3.2 Design of road, pavements and structures Yes ☐ No ☐ NA ☐ NA
3.3 Environment and social impact assessment Yes ☐ No ☐ NA ☐ NA
Estimation of project cost, viability and
3.4 Yes ☐ No ☐ NA ☐ NA
financing options
3.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
4 Task Assignment and Manning Schedule Yes ☐ No ☐ NA ☐ NA
4.1 Number of key personnel provided Yes ☐ No ☐ NA ☐
214
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Specific tasks assigned to each key
4.2 Yes ☐ No ☐ NA ☐ NA
personnel
4.3 Manning schedule for key personnel Yes ☐ No ☐ NA ☐ NA
4.4 Number of key personnel deployed at site Yes ☐ No ☐ NA ☐
5 Performa for data collection Yes ☐ No ☐ NA ☐ NA
Indicative Design standards and cross
6 Yes ☐ No ☐ NA ☐ NA
sections
7 Development plans Yes ☐ No ☐ NA ☐ NA
Overview of development plans being
7.1 Yes ☐ No ☐ NA ☐ NA
implemented/ proposed by local bodies
Overview of impact of such development
7.2 Yes ☐ No ☐ NA ☐ NA
plans
8 Quality Assurance Plan Yes ☐ No ☐ NA ☐ NA
8.1 Engineering surveys and investigation Yes ☐ No ☐ NA ☐ NA
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 and
8.5 Yes ☐ No ☐ NA ☐ NA
structures
8.6 Environment and R&R assessment Yes ☐ No ☐ NA ☐ NA
8.7 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA
8.8 Drawing and documentation Yes ☐ No ☐ NA ☐ NA
8.9 Discussion of draft QAP document with client Yes ☐ No ☐ NA ☐ NA
8.10 Approval of final QAP document by client Yes ☐ No ☐ NA ☐ NA
8.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
9 Draft design standards Yes ☐ No ☐ NA ☐ NA
Geometric design standards of bridges
9.1 Yes ☐ No ☐ NA ☐ NA
(Plain)
9.2 Geometric design standards of bridges (Hilly) Yes ☐ No ☐ NA ☐ NA
9.3 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
10 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
10.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and scope as
10.2 Yes ☐ No ☐ NA ☐ NA
per RFP
10.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA
Compliance report prepared on client
10.4 Yes ☐ No ☐ NA ☐ NA
observations
215
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
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Overview of client organization / activities Yes ☐ No ☐ NA ☐ NA
3 Methodology adopted for feasibility study Yes ☐ No ☐ NA ☐ NA
4 Socioeconomic profile of the project areas Yes ☐ No ☐ NA ☐ NA
Regional economic profile basis last 10 years
4.1 Yes ☐ No ☐ NA ☐ NA
data as per IRC
Economic profile of project influence area basis
4.2 Yes ☐ No ☐ NA ☐ NA
last 10 years data as per IRC
4.3 Socio Economic status of project influence area Yes ☐ No ☐ NA ☐ NA
Indicative design standards, methodologies,
5 Yes ☐ No ☐ NA ☐ NA
and specifications
6 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA
Classified traffic volume counts using IHMCL
6.1 Yes ☐ No ☐ NA ☐ NA
data (7 day)
6.2 Traffic projection methodology as per IRC:108 Yes ☐ No ☐ NA ☐ NA
6.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ 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 Yes ☐ No ☐ NA ☐ NA
6.7 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
Traffic surveys monitored and reviewed by the
6.8 Yes ☐ No ☐ NA ☐ NA
client
7 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA
7.1 Road Inventory as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA
7.2 Review of Road Inventory Survey by client Yes ☐ No ☐ NA ☐ NA
Geometric Features of the Existing Road
Design Speed
Sight distance elements
7.3 Yes ☐ No ☐ NA ☐ NA
Horizontal Alignment Details
Vertical Alignment Details
Height of Embankment
Topographical Survey as per IRC:SP:19 using
LiDAR or equivalent technology
7.4 Yes ☐ No ☐ NA ☐ NA
Gradient
Terrain
7.5 Review of topographical survey by client Yes ☐ No ☐ NA ☐ NA
Pavement composition and condition survey as
7.6 Yes ☐ No ☐ NA ☐ NA
per IRC:SP:19
Geological Survey
7.7 Geological Map of the Area Yes ☐ No ☐ NA ☐ NA
Seismicity
216
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Climatic Conditions
Temperature
7.8 Yes ☐ No ☐ NA ☐ NA
Rainfall
Wind
Land Use along the existing alignment
7.9 Map of the Project Area depicting Yes ☐ No ☐ NA ☐ NA
Agricultural/Habitation/Forest Area
Details of Existing Structures
Map of the Project Area depicting
7.10 Yes ☐ No ☐ NA ☐ NA
Hutments/Buildings/Temples/Public
Building/Any Other Significant Structure
7.11 Inventory and condition survey of culverts Yes ☐ No ☐ NA ☐ NA
7.12 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
8 Geotechnical Survey Yes ☐ No ☐ NA ☐ NA
Geo-technical and sub-soil explorations as per
8.1 Yes ☐ No ☐ NA ☐ NA
IRC:78
Number of Bore holes dug (holds for every pier
8.2 Yes ☐ No ☐ NA ☐
and abutment)
Review of geo-technical and sub-soil
8.3 Yes ☐ No ☐ NA ☐ NA
explorations by client
Field testing, soil sampling, laboratory testing
8.4 Yes ☐ No ☐ NA ☐ NA
as per IRC:78
Recommendation of Foundation Type and
8.5 Yes ☐ No ☐ NA ☐
Depth
8.6 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
9 Hydraulic & Hydrological Survey Yes ☐ No ☐ NA ☐ NA
Hydrological investigations as per IRC:5 and
9.1 Yes ☐ No ☐ NA ☐ NA
IRC: 13
9.2 High Flood Level specified Yes ☐ No ☐ NA ☐ NA
9.3 Depth of Water Table specified Yes ☐ No ☐ NA ☐ NA
9.4 Ponded Water Level specified Yes ☐ No ☐ NA ☐ NA
9.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
9.6 Review of Hydrological Survey by the client Yes ☐ No ☐ NA ☐ NA
10 Materials Survey Yes ☐ No ☐ NA ☐ NA
10.1 Materials Survey conducted as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA
Sources of Naturally Occurring Aggregates
specified
10.2 Details of Borrow Pits with Distance Yes ☐ No ☐ NA ☐
from Project Site
Cost of Material/Transportation
Sources of Manufactured Items specified
Details of Suppliers with Distance from
10.3 Yes ☐ No ☐ NA ☐ NA
Project Site
Cost of Material/Transportation
Source of Water for construction specified as
10.4 Yes ☐ No ☐ NA ☐ NA
per IS:456
10.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
Determination of whether ROB or RUB is
11 Yes ☐ No ☐ NA ☐ NA
appropriate
217
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Justification of whether ROB or RUB should be
11.1 Yes ☐ No ☐ NA ☐ NA
built
11.2 Review of justification by client Yes ☐ No ☐ NA ☐ NA
12 Alignment Options Study Yes ☐ No ☐ NA ☐ NA
At least two alignments proposed
12.1 Details of Alignments on Map Yes ☐ No ☐ NA ☐ NA
218
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
17.1 Details of center line of proposed structure Yes ☐ No ☐ NA ☐ NA
17.2 Details of existing RoW Yes ☐ No ☐ NA ☐
17.3 Details of proposed RoW Yes ☐ No ☐ NA ☐
17.4 Details about ownership of land to be acquired Yes ☐ No ☐ NA ☐ NA
Strip plan basis reconnaissance and
17.5 Yes ☐ No ☐ NA ☐ NA
topographic surveys
17.6 Strip plan reviewed and approved by the client Yes ☐ No ☐ NA ☐ NA
17.7 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
11 Strip plan- additional details added Yes ☐ No ☐ NA ☐ NA
Details of centreline, existing structures, road
11.1 Yes ☐ No ☐ NA ☐ NA
furniture and other features
11.2 Widening scheme Yes ☐ No ☐ NA ☐ NA
New construction/ reconstruction of structures
11.3 Yes ☐ No ☐ NA ☐ NA
and amenities
11.4 Existing and proposed right of way Yes ☐ No ☐ NA ☐ NA
11.5 Clearances impacting each chainage Yes ☐ No ☐ NA ☐ NA
219
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
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Environment Clearance Yes ☐ No ☐ NA ☐ NA
Requirement for environment clearance
2.1 Yes ☐ No ☐ NA ☐ NA
identified
Date/ Details of Initial consultation with
2.2 Yes ☐ No ☐ NA ☐
competent authority
Date of submission of draft EIA report/ proposal
2.3 Yes ☐ No ☐ NA ☐ NA
for clearance
2.4 Review of proposal/ EIA report by client Yes ☐ No ☐ NA ☐ NA
3 Forest Clearance Yes ☐ No ☐ NA ☐ NA
3.1 Requirement for forest clearance identified Yes ☐ No ☐ NA ☐ NA
Date/ Details of initial consultation with
3.2 Yes ☐ No ☐ NA ☐
competent authority
Details/cost of trees being felled basis
3.3 Yes ☐ No ☐ NA ☐
concerned District Forest Office
Date of submission of proposal for forest
3.4 Yes ☐ No ☐ NA ☐ NA
clearance
3.5 Review of proposal by client Yes ☐ No ☐ NA ☐ NA
4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA
4.1 Requirement for wildlife clearance identified Yes ☐ No ☐ NA ☐ NA
Date/ Details of initial consultation with
4.2 Yes ☐ No ☐ NA ☐
competent authority
Details/cost of trees being felled basis
4.3 Yes ☐ No ☐ NA ☐
concerned District Forest Office
Date of submission of proposal for wildlife
4.4 Yes ☐ No ☐ NA ☐
clearance
4.5 Review of proposal by client Yes ☐ No ☐ NA ☐ NA
5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA
5.1 Identification of overground utilities Yes ☐ No ☐ NA ☐ NA
Identification of underground utilities using
5.2 GPR, Induction Locator or equivalent Yes ☐ No ☐ NA ☐ NA
technologies
Name/ Details of consultation with local
5.3 Yes ☐ No ☐ NA ☐
authority/ people
Utility relocation plan with existing / proposed
5.4 location showing existing RoW and topographic Yes ☐ No ☐ NA ☐ NA
details
5.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
Date of proposal submission to competent
5.6 Yes ☐ No ☐ NA ☐
authority
Review of utility relocation plan/ proposal by
5.7 Yes ☐ No ☐ NA ☐ NA
client
6 Utility Clearances (Water) Yes ☐ No ☐ NA ☐ NA
220
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
6.1 Identification of overground utilities in RoW Yes ☐ No ☐ NA ☐ NA
Identification of underground utilities using
6.2 GPR, Induction Locator or equivalent Yes ☐ No ☐ NA ☐ NA
technologies
Name/ Details of consultation with local
6.3 Yes ☐ No ☐ NA ☐
authority/ people
Utility relocation plan with existing / proposed
6.4 location showing existing RoW and topographic Yes ☐ No ☐ NA ☐ NA
details
6.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
Date of proposal submission to competent
6.6 Yes ☐ No ☐ NA ☐ NA
authority
Review of utility relocation plan/ proposal by
6.7 Yes ☐ No ☐ NA ☐ NA
client
7 Utility Clearances (Others) Yes ☐ No ☐ NA ☐ NA
7.1 Identification of over ground utilities in RoW Yes ☐ No ☐ NA ☐ NA
Identification of underground utilities using
7.2 GPR, Induction Locator or equivalent Yes ☐ No ☐ NA ☐ NA
technologies
Name/ Details of consultation with local
7.3 Yes ☐ No ☐ NA ☐
authority/ people
Utility relocation plan with existing / proposed
7.4 location showing existing RoW and topographic Yes ☐ No ☐ NA ☐ NA
details
7.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
Date of proposal submission to competent
7.6 Yes ☐ No ☐ NA ☐
authority
Review of utility relocation plan/ proposal by
7.7 Yes ☐ No ☐ NA ☐ NA
client
8 Railway Clearances Yes ☐ No ☐ NA ☐ NA
8.1 Identification of ROB/ RUB on project corridor Yes ☐ No ☐ NA ☐ NA
8.2 Initial consultation with competent authority Yes ☐ No ☐ NA ☐ NA
Date of proposal submission to competent
8.3 Yes ☐ No ☐ NA ☐
authority
8.4 Review of GAD/ proposal by client Yes ☐ No ☐ NA ☐ NA
9 Other Clearances Yes ☐ No ☐ NA ☐ NA
9.1 Requirement for other clearances identified Yes ☐ No ☐ NA ☐ NA
Date of proposal submission to competent
9.2 Yes ☐ No ☐ NA ☐
authority
9.3 Review of proposal by client Yes ☐ No ☐ NA ☐ NA
10 Land Acquisition Yes ☐ No ☐ NA ☐ NA
Detailed schedule about acquisition of
10.1 Yes ☐ No ☐ NA ☐ NA
landholdings as per land records
10.2 Consultation with affected persons Yes ☐ No ☐ NA ☐ NA
10.3 Name/ Details of consultation with NGOs Yes ☐ No ☐ NA ☐
Name/ Details of consultation with concerned
10.4 Yes ☐ No ☐ NA ☐
government agencies
Total land required, land area already available
10.5 Yes ☐ No ☐ NA ☐
, land to be acquired identified
221
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Review of land acquisition using digital
10.6 Yes ☐ No ☐ NA ☐ NA
cadastral map by client
11 Strip plan- additional details added Yes ☐ No ☐ NA ☐ NA 11
222
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
1 Project background Yes ☐ No ☐ NA ☐ NA
Project description
Existing LC number
1.1 Yes ☐ No ☐ NA ☐
Start and End Chainage
Village/District
Project location map
On State Map
1.2 On District Map Yes ☐ No ☐ NA ☐
Latitude & Longitude Coordinates of
the LC
Details of Existing Level Crossing
Number of Railway Tracks
1.3 Type of Railway Tracks Yes ☐ No ☐ NA ☐
(Broad/Metre/Narrow)
No. of trains per day
Justification for need of an ROB/RUB (on basis
1.4 Yes ☐ No ☐ NA ☐ NA
of TVU count)
1.5 Overview of land use plans Yes ☐ No ☐ NA ☐ NA
Overview of existing pavement conditions
Number of Lanes
1.6 Yes ☐ No ☐ NA ☐
Type of Pavement
(Flexible/Rigid/Surfaced/Unsurfaced)
1.7 Existing right of way details Yes ☐ No ☐ NA ☐
1.8 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
2 Social analysis of the project Yes ☐ No ☐ NA ☐ NA
Project impact on stakeholders such as local
2.1 Yes ☐ No ☐ NA ☐ NA
people
Project impact on residential, commercial and
2.2 Yes ☐ No ☐ NA ☐ NA
public properties
2.3 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
3 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA
Geometric Features of the Existing Road
Design Speed
Sight distance details
3.1 Yes ☐ No ☐ NA ☐
Horizontal Alignment Details
Vertical Alignment Details
Height of Embankment
Topographical Survey using LiDAR or
equivalent technology as per IRC:SP:19
3.2 Yes ☐ No ☐ NA ☐ NA
Gradient
Terrain
Pavement composition and condition survey as
3.3 Yes ☐ No ☐ NA ☐ NA
per IRC:SP:19
223
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Geological Survey
3.4 Geological Map of the Area Yes ☐ No ☐ NA ☐ NA
Seismicity
Climatic Conditions
Temperature
3.5 Yes ☐ No ☐ NA ☐ NA
Rainfall
Wind
Land Use along the existing alignment
3.6 Map of the Project Area depicting Yes ☐ No ☐ NA ☐ NA
Agricultural/Habitation/Forest Area
Details of Existing Structures
Map of the Project Area depicting
3.7 Yes ☐ No ☐ NA ☐ NA
Hutments/Buildings/Temples/Public
Building/Any Other Significant Structure
3.8 Inventory and condition survey of culverts Yes ☐ No ☐ NA ☐ NA
Geo-technical and sub-soil explorations as per
3.9 Yes ☐ No ☐ NA ☐ NA
IRC:78
Number of Bore holes dug (holds for every pier
3.10 Yes ☐ No ☐ NA ☐
and abutment)
Field testing, soil sampling, laboratory testing
3.11 Yes ☐ No ☐ NA ☐ NA
as per IRC: 78
Recommendation of Foundation Type and
3.12 Yes ☐ No ☐ NA ☐
Depth
Hydraulic and Hydrological investigations as
3.13 Yes ☐ No ☐ NA ☐ NA
per IRC:5
3.14 High Flood Level specified Yes ☐ No ☐ NA ☐ NA
3.15 Depth of Water Table specified Yes ☐ No ☐ NA ☐ NA
3.16 Ponded Water Level specified Yes ☐ No ☐ NA ☐ NA
3.17 Materials Survey conducted as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA
Sources of Naturally Occurring Aggregates
specified
3.18 Details of Borrow Pits with Distance Yes ☐ No ☐ NA ☐
from Project Site
Cost of Material/Transportation
Sources of Manufactured Items specified
Details of Suppliers with Distance
3.19 Yes ☐ No ☐ NA ☐ NA
from Project Site
Cost of Material/Transportation
Sources of environmentally friendly
3.19.1 construction materials identified as per Yes ☐ No ☐ NA ☐ NA
MoRT&H circular
Source of Water for construction specified as
3.20 Yes ☐ No ☐ NA ☐ NA
per IS:456
3.21 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
4 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA
Classified traffic volume counts using IHMCL
4.1 Yes ☐ No ☐ NA ☐ NA
data (7 day)
4.2 Traffic projection as per IRC:108 Yes ☐ No ☐ NA ☐ NA
4.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ NA
4.4 Current and Projected PCU Yes ☐ No ☐ NA ☐
224
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
4.5 Current and Projected TVU Yes ☐ No ☐ NA ☐
4.6 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA
4.7 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
Determination of whether ROB or RUB is
5 Yes ☐ No ☐ NA ☐ NA
appropriate
Justification of whether ROB or RUB should be
5.1 Yes ☐ No ☐ NA ☐ NA
built
6 Alignment Options Study Yes ☐ No ☐ NA ☐ NA
At least two alignments proposed
6.1 Yes ☐ No ☐ NA ☐ NA
Details of Alignments on Map
Length of the project along proposed alignment
6.2 Yes ☐ No ☐ NA ☐ NA
options
Land Acquisition required along alignment
6.3 Yes ☐ No ☐ NA ☐ NA
options
6.4 Cost Estimates of alternatives Yes ☐ No ☐ NA ☐ NA
6.5 Recommended Alignment with Justification Yes ☐ No ☐ NA ☐
6.6 Skew Angle of Proposed Alignment Specified Yes ☐ No ☐ NA ☐
6.7 Traffic Diversion Route Specified Yes ☐ No ☐ NA ☐ NA
6.8 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
7 Design Specifications Yes ☐ No ☐ NA ☐ NA
7.1 Number of Lanes Yes ☐ No ☐ NA ☐
Width of ROB
Width of Carriageway
7.2 Width of Safety Kerbs Yes ☐ No ☐ NA ☐
Width of Footpath
Any other
Proposed Number of Lanes on ROB in line
7.3 Yes ☐ No ☐ NA ☐ NA
with PCU as per latest MoRTH guidelines
Proposed Length of the Project
Length of ROB
Length of Viaduct
7.4 Yes ☐ No ☐ NA ☐
Length of RE Wall
Length of Approach Road
Length of Service Road
Span Arrangement
7.5 Span Length Yes ☐ No ☐ NA ☐
Number of Spans
Are all spans of standardised length as per
Railways standards
7.6 (https://ircep.gov.in/RCApproval/) Yes ☐ No ☐ NA ☐ NA
If non-standardised, suitable
justification provided
Details of Proposed Superstructure Design
Type
7.7 Yes ☐ No ☐ NA ☐ NA
Details of Material Use Proposed
Drawings of Cross-Sections
Details of Proposed Substructure Design
Type
7.8 Yes ☐ No ☐ NA ☐ NA
Details of Material Use Proposed
Drawings of Cross-Sections
225
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Details of Proposed Pavement Design
Type
Details of Material Use Proposed
7.9 Yes ☐ No ☐ NA ☐ NA
Thickness
Design MSA
Drawings of Cross-Sections
7.10 Details of Drainage Structures Proposed Yes ☐ No ☐ NA ☐ NA
7.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
8 Cost estimates Yes ☐ No ☐ NA ☐ NA
Summary of Cost Estimates (Refer following
8.1 Yes ☐ No ☐ NA ☐
subsection)
8.2 Detailed Abstract of Cost Yes ☐ No ☐ NA ☐ NA
8.3 Detailed Bills of Quantity Yes ☐ No ☐ NA ☐ NA
8.4 Detailed Rate Analysis Yes ☐ No ☐ NA ☐ NA
9 Financial Viability Yes ☐ No ☐ NA ☐ NA
9.1 Estimated cost details Yes ☐ No ☐ NA ☐ NA
9.2 Projected revenues details Yes ☐ No ☐ NA ☐ NA
9.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA
Analysis and results
IRR
9.4 Yes ☐ No ☐ NA ☐
Sensitivity Analysis
Financial Viability
10 Land Acquisition Study Yes ☐ No ☐ NA ☐ NA
Land Acquisition Details
Total Land Required
10.1 Yes ☐ No ☐ NA ☐
Land Area already available
Area of Land to be Acquired
10.3 Details of LA Cost Yes ☐ No ☐ NA ☐
11 Utility Shifting Study Yes ☐ No ☐ NA ☐ NA
11.1 Results of GPR investigation Yes ☐ No ☐ NA ☐ NA
Utility relocation plan with existing / proposed
11.2 location showing existing RoW and Yes ☐ No ☐ NA ☐ NA
topographic details
11.3 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
12 General Arrangement Drawing Yes ☐ No ☐ NA ☐ NA
12.1 Elevation of Railway Portion Yes ☐ No ☐ NA ☐ NA
12.2 Plan of Railway Portion Yes ☐ No ☐ NA ☐ NA
12.3 General Elevation Yes ☐ No ☐ NA ☐ NA
General Plan (showing complete ROB/RUB
12.4 Yes ☐ No ☐ NA ☐ NA
along with diversion)
12.5 Key Plan Yes ☐ No ☐ NA ☐ NA
12.6 Cross-Section of Railway Portion Yes ☐ No ☐ NA ☐ NA
3D engineered models of:
Existing structure, if any
12.7 Yes ☐ No ☐ NA ☐
Proposed structure
Utilities and other features in RoW
226
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
4 Cost of RE Wall
6 Miscellaneous Costs
Cost of Subway
Cost of Toll Plaza
Cost of Culverts
Any Other Costs
227
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
4 Schedule D - Specifications and standards Yes ☐ No ☐ NA ☐ NA
5 Any other relevant details Yes ☐ No ☐ NA ☐ NA
228
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
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Environment Clearance Yes ☐ No ☐ NA ☐ NA
2.1 Details of public hearings completed Yes ☐ No ☐ NA ☐
Date of final environment clearance by
2.2 Yes ☐ No ☐ NA ☐
competent authority
3 Forest Clearance Yes ☐ No ☐ NA ☐ NA
Date/ Details of Joint site inspection with DFO/
3.1 Yes ☐ No ☐ NA ☐
competent authority
Date of Stage I forest clearance approval by
3.2 Yes ☐ No ☐ NA ☐
competent authority
Date of final forest clearance approval by
3.3 Yes ☐ No ☐ NA ☐
competent authority
4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA
Date/ Details of joint site inspection with DFO/
4.1 Yes ☐ No ☐ NA ☐
competent authority
Date of final wildlife clearance approval by
4.2 Yes ☐ No ☐ NA ☐
competent authority
5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA
Date/ Details of Joint site inspection with
5.1 Yes ☐ No ☐ NA ☐
competent authority
Date of estimate submission by competent
5.2 Yes ☐ No ☐ NA ☐
authority
Date of estimate approval by competent
5.3 Yes ☐ No ☐ NA ☐
authority
5.4 Approved utility shifting proposal Yes ☐ No ☐ NA ☐
Details of approved contractors, SoR and
5.5 Yes ☐ No ☐ NA ☐ NA
deposit details for user agency
Utilities checklist, no upgradation certificate
5.6 Yes ☐ No ☐ NA ☐
attached
Date of estimate submission by competent
6.2 Yes ☐ No ☐ NA ☐
authority
Date of estimate approval by competent
6.3 Yes ☐ No ☐ NA ☐
authority
6.4 Approved utility shifting proposal Yes ☐ No ☐ NA ☐
Details of approved contractors, SoR and
6.5 Yes ☐ No ☐ NA ☐ NA
deposit details for user agency
Utilities checklist, no upgradation certificate
6.6 Yes ☐ No ☐ NA ☐
attached
Date of estimate submission by competent
7.2 Yes ☐ No ☐ NA ☐
authority
Date of estimate approval by competent
7.3 Yes ☐ No ☐ NA ☐
authority
7.4 Approved utility shifting proposal Yes ☐ No ☐ NA ☐
229
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Details of approved contractors, SoR and
7.5 Yes ☐ No ☐ NA ☐ NA
deposit details for user agency
Utilities checklist, no upgradation certificate
7.6 Yes ☐ No ☐ NA ☐
attached
Date of final approval of GAD by competent
8.2 Yes ☐ No ☐ NA ☐
authority
9 Other Clearances Yes ☐ No ☐ NA ☐ NA
9.1 Date of final approval by competent authority Yes ☐ No ☐ NA ☐
10 Land Acquisition Yes ☐ No ☐ NA ☐ NA
10.1 Draft 3a notification submitted Yes ☐ No ☐ NA ☐ NA
10.2 Review of 3a notification by client Yes ☐ No ☐ NA ☐ NA
10.3 Date of 3a gazette notification Yes ☐ No ☐ NA ☐
10.4 Draft 3a notification submitted Yes ☐ No ☐ NA ☐ NA
10.5 Review of 3A notification by client Yes ☐ No ☐ NA ☐ NA
10.6 Date of 3A gazette notification Yes ☐ No ☐ NA ☐
Date of Joint Measurement Survey with
10.7 Yes ☐ No ☐ NA ☐
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 survey number Yes ☐ No ☐ NA ☐ NA
10.7.5 Verification of area to be acquired – by survey
Yes ☐ No ☐ NA ☐ NA
number
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 department Yes ☐ No ☐ NA ☐ NA
10.7.9 Verification by CALA office Yes ☐ No ☐ NA ☐ NA
230
1.1.3 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 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
2.3 Method used by CALA to arrive at award Yes ☐ No ☐ NA ☐ NA
Date of award by CALA and approval by
2.4
NHAI along with valuation report
Total award calculated and details of
2.5 Yes ☐ No ☐ NA ☐ NA
deviation from 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 award
3.2 calculation- verification by state authority Yes ☐ No ☐ NA ☐ NA
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 certificates
3.5 Yes ☐ No ☐ NA ☐ NA
received
4 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
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
Compliance report prepared on client
4.4 Yes ☐ No ☐ NA ☐ NA
observations
231
1.1.4 DPR Checklist – Stage 8 – Land possession 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 Village level summary Yes ☐ No ☐ NA ☐ NA
2.1 Total private and public land being acquired Yes ☐ No ☐ NA ☐ NA
Date of final award by CALA and approval by
2.2
NHAI
Status of disbursement on date of receipt of
2.3 Yes ☐ No ☐ NA ☐ NA
Land possession certificate
Key issues being faced in completing land
2.4 Yes ☐ No ☐ NA ☐ NA
acquisition, if any
3 In detail Yes ☐ No ☐ NA ☐ NA
Updated land acquisition tracker with status of:
Notifications
3.1 Yes ☐ No ☐ NA ☐ NA
Award
Disbursement
3.2 Final award and claims report Yes ☐ No ☐ NA ☐ NA
Copies of notifications published, land
3.3 Yes ☐ No ☐ NA ☐ NA
possession certificates received
4 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
4.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and scope as
4.2 Yes ☐ No ☐ NA ☐ NA
per RFP
4.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA
Compliance report prepared on client
4.4 Yes ☐ No ☐ NA ☐ NA
observations
GIS Map containing digitised details of land
5 Yes ☐ No ☐ NA ☐ NA
parcels acquired with all relevant details
232
Appendix VIII- Sample Executive Summary of Detailed Project Report
DPR Consultant
[Name and logo consulting agency]
233
Table of Contents
1 Introduction 254
2 Project overvie w 255
2.1 Key features of project
2.2 Key plan of existing project stretch
3 Traffic demands on project road 258
3.1 Traffic volume surveys
3.2 Axle load survey
3.3 Traffic volume forecast
3.4 Turning movement surveys
4 Pavement and corridor surveys 263
4.1 Pavement condition and distress seen
4.2 Pavement composition
4.3 Pavement strength
4.4 Sub-grade soil survey
5 Improvement proposals 266
5.1 Proposed alignment
5.2 Bypasses proposed
5.3 Road geometry
5.4 Widening scheme
5.5 Pavement design
5.6 Design of structures
5.7 Intersections and grade separators
5.8 Toll plazas
5.9 Wayside amenities proposed
6 Environmental impact assessment 275
6.1 Impact and clearances needed
6.2 Cost of environmental mitigation
7 Social impact assessment and Land acquisition 277
7.1 Social impact assessment
7.2 Land acquisition requirements
7.3 Key risks envisaged in land acquisition
8 Utilities shifting and clearances 279
8.1 Utilities shifting estimates
8.2 Total cost of utilities shifting
9 Project cost estimates 281
10 Material investigation 284
10.1 Borrow pits for soil
10.2 Sand
10.3 Gravel
10.4 Fly ash
10.5 Bitumen
10.6 Cement
10.7 Other local material available
10.8 Key risks
10.9 Location of material sources
11 Potential for value engineering and innovative technologies 287
12 Economic and financial analysis 289
234
12.1 Economic analysis of the project
12.2 Financial analysis
13 Execution plan 294
13. 1 Packaging
13.2 Bidding mode and timelines
13.3 Construction time and planning
14 Conclusions and recomme ndation 295
235
1. 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.: NHAI 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>
236
2. Project overview
As described earlier the project road lies on NH xx (previously NH my) and connects
<origin> with <destination>, passing through the states of <state 1, state 2>. The proposed project
alignment passes through <towns/junctions a, b, c, d> for a total length of <xx km>.
NH No Xx (old)
My (new)
Service lanes and slip roads Service lanes of 2-4m width for 16 km,
largely in urban areas
237
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)
User amenities along stretch 32 bus shelters, 7 truck lay-byes, and 1 rest
area
Forest Stretches along RoW Xx km of road from <point a> to <point b>
crosses <type of forest> <forest name>
Other clearance related aspects <please describe any other clearances that
will be required for the project>
238
2.2. Key plan of existing project stretch
<lat/lon
<lat/long>
<lat/long>
239
3. Traffic demands on project road
3.1. 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
Count
Section Chainages (K Remarks
Locat
ms)
ions
Kasia/Tonta
1 Km 163.0 - 192.0 29.0 Km 177.0, 45.0 mines near
192.000
End point of
proposed Koida
2 Km 192.0 - 219.0 27.0 Km 201.50
bypass at km
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:
Homogenous section 1 1 2
Chainage 45.00 177.00 201.50
Bicycle 47 75 61
Tractor 24 18 22
240
LMV 2 axle 3561 3545 3327
LCV 2 Axle 577 603 563
Oversized Vehicle
2 1 3
OSV
Cycle 0 0 0
Earth Moving
0 0 0
Equipment
Axle load surveys were conducted at <x> locations using <xxxx> to understand the
actual load spectrum of commercial vehicles plying on the project 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
241
Table 4: Axle load survey results
1 2 2
242
3.3. 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
1 23.31 22
2 33 40
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
243
Table 6: Turning movement survey results
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
244
4. Pavement and corridor surveys
4.1. 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>
Total 36 70 0 0 0
Cracking
Potholes 28 23 55 0 0
Patching 44 61 1 0 0
Ravelling 80 4 22 0 0
<other categories seen>
Total 106 106 106 106 106
Granular
Bituminous Xx
course
Section course (mm) (mm)
(mm)
2 40 300 80 500
245
4.3. 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.
Characteristic
Chainage Distance
deflection
Section
Start End Km Mm
Sub-grade CBR range (%) 0.6%-14% Low over large lengths of section
<other attributes>
246
Table 11: Soil types observed
247
5. Improvement proposals
5.1 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>.
248
5.2. 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 proposed to be by-passed in the proposed project
alignment
Bypass plan
Urban area to
Key driver for by-pass
be bypassed Start End Length
chainage chainage proposed
Xxxx
249
5.3. Road geometry
The project road has been re-designed to accommodate speeds of <xx>, adopted as per
<standard or consultation with NHAI>. Enabling this higher speed will require re-design and re-
alignment of the road in certain sections given their <description of poor geometry>.
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:
250
Table 14: Summary of widening type proposed
1 Concentric 2.400
Using the projected traffic, VDF values, lane and directional distribution factors, the design traffic
loading used for the project is <xx to yy> MSA.
251
5.5.2. Design sub-grade strength
Considering the soil investigations conducted in the project road area, and the availability of
suitable soil in the region, the following sub-grade strength has been assumed to vary from <xx%> to
<my%> for various sections of the highway
The strengthening requirements for the existing pavement have been estimated from the deflection
measurements and estimated traffic loadings. The designed overlay proposed is as below:
252
5.5.5. 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
SDBC 25
DBM 50
WMM 250
GSB 150
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
New
Sl. Reconstru Construct
Structure Existing Dismantle Widen constructio Total
No ct in parallel
n
1 Major 1 - 1 2 3 7
4
Bridge
2 Minor
Bridge
3 Flyover
4 Vehicle
Overpass
253
5 Vehicle
Underpass
6 Passenger
under pass
7 Culverts
8 Xxx
Based on the traffic and turning movement surveys conducted, <xx> junctions have been
identified for redesign or grade separation, the details of which are given below
Table 19: Proposed intersection improvement
Grade separator
1 10.200 xxx 53333 3599
Grade separator
2 28.000 xxx 64315 3884
254
5.8. 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
Desig
n Existi
Propos
c ng
ed
Existing h no
Locati no
Sl. No chai ai of
on of
nage n la
lan
a ne
es
g s
e
X xx Xx
<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:
255
Table 21: Proposed user amenities along project stretch
Amenity
Sl. no Current Proposed Comments
type
1 Passenger rest 0 2
stops
256
6. Environmental impact assessment
6.1. Impact and clearances needed
A environmental impact study was undertaken during the process of creating the detailed project
report to understand impact of the project road on the surrounding ecologyand 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
257
6.2. 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.
258
7. Social impact assessment and Land acquisition
7.1. Social impact assessment
The existing RoW (x-y m) is <adequate/ in adequate> for the proposed widening and RoW requirements
as required by <NHAI/Authority>. This will lead to the additional acquisition of <xx>Ha across the states of
<states1, 2>, affecting a total of <yy> villages in <zz> districts. In addition to structures found to be encroaching
the current Row, the required acquisition is poised to affect <xx> residential and <yy> other structures.
Preliminary interactions have been held with locals to understand their issues and concerns and help
communicate the project plan and its impact on them. The key concerns of title and non-title holders centered
around:
Key issues expressed over and above land being acquired, and compensation norms>
Private
Total 3A done,
Village land to 3A
land 3D 3D
State and be pending
required pending completed
Chainage acquired (Ha)
(Ha) (Ha)
(Ha)
Thane
Maharashtra 137 90 10 70 10
(xx to yy)
259
Gujarat <bbb> 588 588 60 500 28
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>.
260
7.3. 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 has affected>
261
8. 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 utility corridor/out of the road RoW/ utilities trench is
being planned as part of construction>
8.1. Utilities shifting estimates
Table 24: Key utilities shifting requirements
(INR cr)
The total cost of utilities shifting for all the utilities identified in the road RoW is estimated to be
<xx cr> with supervision charges of <yy cr> being paid as supervision charges to the <z> concerned
agencies.
262
9. Project cost estimates
The cost estimates for the project has been carried out based on detailed design, bill of
Amount Amount
No Item in in
Cr %
2 Earth Work
3 Base courses
4 Paving courses
5b Bridges
5c Culverts
5d PUP/VUP
263
5g RE/toe walls
7 Toll plazas
8 User amenities
10 Miscellaneous
12 Add contingencies @ x% on Z
264
13 Construction supervision @ x% on Z
14 Agency charges @ x% on Z
17 Maintenance costs @ x% on Z
18 Escalation @ x% on Z
19 R&R cost
20 Environment cost
22 LA compensation cost
265
10. Material investigation
Material investigations were carried out to explore the availability and identify sources
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.>
10.2. Sand
Sand is available in <close proximity> of the project site. Test results show that xx of yy sand
sources satisfy the minimum requirement for use in the project.
<Include details of additional potential for sources such as pond bed desalting, other excavation
happening>
10.3. 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>
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 is non plastic>
266
10.5. Bitumen
Bulk bitumen of the <required grades> is available <closest sources> with an average lead of
<xx km>. For the project road <grade> of bitumen has been proposed for <yy layer> due to <reason>
and <grade of bitumen> has been proposed for <zz layer> due to <reason>.
10.6. Cement
Bulk bitumen of the <required grades> is available <closest sources> with an average lead of
<xx km>. For the project road <grade> of bitumen has been proposed for <yy layer> due to <reason>
and <grade of bitumen> has been proposed for <zz layer> due to <reason>
267
10.7. Other local material available
Details of other local material available for construction
Sl.
Material Source
No.
2 xx Xxxx
Despite the best efforts of the consultant, there continue to be some materials and sections of
the project road where material will have to brought from significant leads.
268
10.9. Location of material sources
269
11. 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
270
12. Economic and financial analysis
12.1. 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:
RUCS HDM 4
EIRR
NPV NPV
Option Sensitivity Case (i
(in EIRR (in
n
million (in %) million
%
Rs.) Rs.)
)
271
Sensitivity 1 18041 27.51 1362.6 12.9
Without time
The projected tollable traffic basis traffic survey and forecasts at the <xx> toll plazas suggested
in year <xx> is given below
272
Bicycle 47 0
2 Wheeler
3320 0
3 Wheeler 32 0
Tractor 24 0
LMV 2 axle
3561 3545
Oversized Vehicle
2 1
OSV
Earth Moving
0 0
Equipment
273
AADT (in vehicles)
12471 6500
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
274
Figure 5: Equity IRR with increasing concession period for project road
275
13. Execution plan
In consultation with NHAI, 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.
13.1. 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>
13.2. 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:
Upon reviewing the improvements planned and in consultation with NHAI, 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 included in the detailed project report. This also includes a traffic management and
lane closure plan for the period of construction.
276
14. Conclusions and recommendation
On national highway NH No
Lanes 2 4
Bypasses proposed - 5
Major junctions 5 5
Minor Junctions 18 18
Major Bridges 4 6
277
Minor Bridges 19 21
ROBs 1 3
Vehicle/Pedestrian under/overpasses 16 25
317
278
Truck lay-byes (no) 2 8
Land acquisition 40
Utilities shifting 30
279
Estimated NPV 50
280
INSTRUCTIONS TO APPLICANTS
Consultancy Service for preparation of Feasibility Report cum Detailed Project Report (DPR) for
Four Lane Bypass to Tumakuru City on the Southern Side of NH-48 (Old NH-4), take of at
existing Km.56.500 for a length of approximately 42 Kms (Near Chikkahalli Village) and crossing
Four lane of Tumakuru to Shivamogga Section of NH-206 at design Km.12.300 (Near Mallasandra
Village) and terminating at existing Km.86.500 of NH-48 (Near Vasanthanarasapura Village) in the
State of Karnataka.
A. PROCEDURE FOR E-TENDER
DEFINITIONS
NHAI e-Procurement Portal: An e-tendering portal of National Highways Authority of
India (“NHAI”) introduced for the process of e-tendering which can be accessed on
https://etenders.gov.in
Words in capital and not defined in this document shall have the same meaning as in the Request for
Proposal (“RFP”).
(i) 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. The authorized signatory holding Power
of Attorney shall only be the Digital signatory. In case authorized signatory holding Power of Attorney and Digital
Signatory are not the same, the bid shall be considered non-responsive.
(ii) RFP can be viewed/downloaded free of cost w.e.f. 18.06.2018 and submitted online
till 30.07.2018 up to 15:00 hours.
Following may be noted:
(a) Bids can be submitted only during the validity of registration with the https://etenders.gov.in .
(b) The amendments/clarifications to the RFP, if any, will be posted on the NHAI website.
(iii) To participate in bidding, Applicants have to pay a sum of Rs. 5,000/- (Rs. five thousand
only) as a cost of the RFP (non-refundable) to “National Highways Authority of India” through e-payment
gateway.
(iv) If the Applicant has already registered with the https://etenders.gov.in and validity of
registration has not expired, then such Applicant does not require fresh registration.
281
2) PREPARATION AND SUBMISSION OF APPLICATIONS:
(i). Detailed RFP may be downloaded from https://etenders.gov.in and the Bid may be submitted online following
the instructions appearing on the screen. A Vendor manual containing the detailed guidelines for e-tendering
system is also available on https://etenders.gov.in
(ii) The following shall be the form of various documents in the Application:
A. Only Electronic Form (to be uploaded on the https://etenders.gov.in) [Refer to Clause 4.1
(preparation and submission of Application) of the RFP]
(a) Technical proposal as indicated in Para „B‟ below
B. Original (in Envelope) [Refer to Clause 4.1 (preparation and submission of Application) of the
RFP]
(II) Receipt of online payment towards cost of RFP of Rs. 5,000/- (Rupees Five thousand only) in
favour of National Highways Authority of India;
(III) Duly executed on plain paper „Integrity Pact‟ as per enclosed format [need not to be upload on the
https://etenders.gov.in in electronic form].
(iii). The Applicant shall submit the original documents specified above in point No.2 (ii) B together with their
respective enclosures and seal it in an envelope and mark the envelope as “Technical Proposal” for the Project
for which proposal is submitted and name and address of the Applicant. The envelope must be clearly marked
“DO NOT OPEN, EXCEPT IN THE PRESENCE OF THE EVALUATION COMMITTEE”. In addition,
the Application due date should be indicated on the right hand corner of the envelope. The original documents
should be submitted before 15:00 hours Indian Standard Time on the Application due date i.e. on 30.07.2018, at
the below mentioned address in the manner and form as detailed in the RFP. A receipt thereof should be
obtained from the below mentioned person.
282
ATTN.OF: Sh. R.K. Suryawanshi
DESIGNATION Regional Officer
ADDRESS National Highways Authority of India,
Bengaluru-Tumkur Road (NH-4),
M.S. Ramaiah Enclave, Near Nagasandra Metro Station
Bengaluru - 560073
Phone No.: 080-28397156/28397171
FAXNO: 080-28377171
E-MAILADDRESS: [email protected], [email protected]
(iv) The Applicant shall upload scanned copies of the documents as specified in point nos. 2 (ii) (A) & (B) above
on the https://etenders.gov.in before 15:00 hours Indian Standard Time on the Application due date. No hard
copy of the documents as specified in point nos. 2 (ii) (A) above is required to be submitted. In the event of any
discrepancy between the original and the copy (in electronic form), the original shall prevail.
(v) It may be noted that the scanned copies can be prepared in file format i.e. PDF only. The Applicants can
upload a single file of size of 10 MB only but can upload multiple files.
3. Modification/Substitution/Withdrawal of bids:
(i) The Bidder may modify, substitute or withdraw its e- bid after submission. Prior to the Bid Due Date. No Bid
shall be modified, substituted or withdrawn by the Bidder on or after the Bid Due Date.
(ii) Any alteration/modification in the Bid or additional information supplied subsequent to the Bid Due Date,
unless the same has been expressly sought for by the Authority, shall be disregarded.
(iii) For modification of e-bid, bidder has to detach its old bid from e-tendering portal and
upload/resubmit digitally signed modified bid.
(iv) For withdrawal of bid, bidder has to click on withdrawal icon at e-tendering portal and can
withdraw its e-bid.
(v) Before withdrawal of a bid, it may specifically be noted that after withdrawal of a bid for any
reason, bidder cannot re-submit e-bid again.
(i) Opening of Proposals will be done through online for Financial Proposal and both on-line and manually for
Technical Proposal.
(ii) For participating in the tender, the authorized signatory holding Power of Attorney shall be the Digital
Signatory. In case the authorized signatory holding Power of Attorney and Digital Signatory are not the same,
the bid shall be considered non-responsive.
283
The Authority shall open Envelope containing Technical Proposal received as mentioned in point nos. 2 (ii) B at
15:30 hours Indian Standard Time on the Application due date i.e. 31.07.2018 in the presence of the Applicants
who choose to attend. This Authority will subsequently open the Technical Proposal as mentioned in point No.2
(ii) A(a) above and evaluate the Applications in accordance with the provisions set out in the RFP.
(iii) The Financial Proposal 2 (ii) A (b) will be opened of the short listed applicants who qualify for financial
opening as per RFP. The date of opening of Financial Proposal will be notified later on.
DISCLAIMER
1.2 The Applicant must read all the instructions in the RFP and submit the same accordingly.
284
INFRACON OPERATION PROCEDURE
Infracon portal has been developed for enabling all the consultancy firm and key personnel to
regressed them self for procurement for highway consultancy contracts for preparation for DPR
and Authority‟s Engineer under NHAI, NHIDCL and other government entities under MORTH. The
operation has been classified into three categories;
Operation by Client
Uploading information about the Clicking on “Add New” button for uploading the Project
project details in regard to the bids details . Thereafter NIT shall be uploaded against “Upload
“Submit” button.
285