263
1 National Highways Authority of India (MinistryofRoadTransport&Highways) GovernmentofIndia Consultancy Services for Preparation of Feasibility and Detailed Project Report for upgradation to 4 lane of HP/Punjab Border to Mandi Section (Km 11.00 to Km 208.00) of NH-20 in the State of Himachal Pradesh through BOT/Hybrid Annuity/EPC mode REQUESTFOR PROPOSAL (RFP) October 2016 G-5&6, Sector-10, Dwarka-New Delhi-110075

Final RFP HP Border to Mandi DPR · upgradation to 4 lane of HP/Punjab Border to Mandi Section (Km 11.00 to Km 208.00) of NH-20 in the State of Himachal Pradesh through BOT/Hybrid

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

1

National Highways Authority of India

(MinistryofRoadTransport&Highways)

GovernmentofIndia

Consultancy Services for Preparation of Feasibility and Detailed Project Report for upgradation to 4 lane of HP/Punjab Border to Mandi Section (Km 11.00 to Km 208.00) of NH-20 in the State of

Himachal Pradesh through BOT/Hybrid Annuity/EPC mode

REQUESTFOR PROPOSAL

(RFP)

October 2016

G-5&6, Sector-10, Dwarka-New Delhi-110075

2

INDEX

Sl. No. Content

s

PageNo.

1 NoticeInvitingTender (NIT) 3

2 Letter ofInvitation 4-18

3 Annex -I:Listof Projects alongwith PackageNos. 19

4 Annex-II:ProcedureofAssessmentofLeastCostto NHAI under special

circumstances 20-25

5 Data Sheet 26-36

6 Appendix-I: Terms ofReference 37-86

7 Supplement-I: Additional Requirements forHillRoads 87-91

8 Supplement-II:Additional Requirements forBridges 92-94

9 Supplement–III:Additionalrequirement forsafetyaudit 95-99

10 Enclosure-I: Manning Schedule 100

11 Enclosure-II: Qualification Requirements of KeyPersonnel 101-109

12 Enclosure-III:ScheduleforSubmission ofReports and Documents 109-110

13 Appendix–II: Formatsfor Eligibility 111-116

14 Appendix-III:Formats forTechnical Proposals 117-130

15 Appendix-IV:Formats for Financial Proposals 131-140

16 Appendix-V: Detailed Evaluation Criteria 141-159

17 Appendix-VI: Draft Contract Agreement 160-204

18 Appendix – VII: DPR Checklist for 6 stages [Stage 1: Inception Report,

Stage 2: Feasibility Report, Stage 3: LA & Clearances I, Stage 4:

Detailed Project Report, Stage 5: Technical Schedules, Stage 6: LA &

Clearances II]

205-266

3

National Highways Authority of India (NHAI)

(Ministry of Road Transport and Highways)

Government of India

NOTICE INVITING TENDER(NIT) 1. NHAIhas been assigned thework ofConsultancy Services for Preparation of Feasibility and Detailed Project Report for upgradation to 4 lane of HP/Punjab Border to Mandi Section (Km 11.00 to Km 208.00) of NH-20 in the State of Himachal Pradesh through BOT/Hybrid

Annuity/EPC mode (asper AnnexureI).

2. Proposals arehereby invited from eligible Consultants for

preparationofDetailedProjectReportof Consultancy Services for Preparation of Feasibility and Detailed Project Report for upgradation to 4 lane of HP/Punjab Border to Mandi Section (Km 11.00 to Km 208.00) of NH-20 in the State of Himachal Pradesh

through BOT/Hybrid Annuity/EPC mode.TheLetterofInvitation (LOI)andTermsof Reference(ToR) including RequestforProposal(RFP)isavailableonlineon e-tenderportalof https:/nhai.eproc.in.The documentcanalsobe downloadedfrom NHAI website (www.nhai.org).The Consultant who download the RFP document from the website will be required to pay the non- refundable fee of Rs. 5,000/- at the time of the submission of the Bid proposal, through e-payment gateway. The RFP will be invited through e-tendering portal. Refer Procedure under e-tendering for submission of RFP through e-tendering.

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

before submitting the proposal the Consultant shall mandatorily register and enlist themselves (the

firm and all key personnel), on the MoRTH portal “INFRACON” and furnish registration details

along with its RFP. A copy of Infracon Operation Procedure is also enclosed for bidder’s

reference.

4. All the bidders registered on Infracon shall form a Team on Infracon and which

would be assigned unique Infracon Team ID. Bidders while submitting the proposal shall

quote the Infracon Team ID.

5. Bid must be submitted online at e-tender portal of NHAIhttps://nhai.eproc.in on or before

30.11.2016 upto 11.00 AM.

6. Thefollowingscheduleis to befollowed forthis assignment: i) Deadlinefor downloadingof bid:29.11.2016 (upto 5.00 PM) ii)Last dateforsubmission of queries:11.11.2016

iii) Prebid meeting:15.11.2016 at 3.00 PM iv) Deadlinefor Submission of bids :30.11.2016 (upto 11.00 AM)

Yours sincerely,

4

(Nishoo Gupta)

GM (T) HP

Tel: 91-011-25074100/1321

National Highways Authority of India

G-5&6, Sector 10,

Dwarka, New Delhi-110075 E-mail: [email protected] Website: www.nhai.org

5

LetterofInvitation(LOI)

NHAI/HP Border-Mandi/NH-20/DPR/HP/2016 Dated: 31.10.2016 Dear Sir,

Sub: Consultancy Services forConsultancy Services for Preparation of Feasibility and Detailed Project Report for upgradation to 4 lane of HP/Punjab Border to Mandi Section (Km 11.00 to Km 208.00) of NH-20 in the State of Himachal Pradesh through BOT/Hybrid Annuity/EPC mode.

1. Introduction

1.1 TheNational Highways Authority of India (NHAI)has been entrusted with theassignment

o fConsultancy Services for Preparation of Feasibility and Detailed Project Report for upgradation to 4 lane of HP/Punjab Border to Mandi Section (Km 11.00 to Km 208.00)

of NH-20 in the State of Himachal Pradesh through BOT/Hybrid Annuity/EPC mode. NHAI now invites proposalfromTechnicalconsultantsforcarryingoutdetailedprojectreportas per detailsgiven inAnnexure-1.

1.2 AbriefdescriptionoftheassignmentanditsobjectivesaregivenintheAppendix-I,

“Terms of Reference”.

1.3 The NHAI invitesProposals(the “Proposals”)throughe-tender(on-linebidsubmission)

forselectionof TechnicalConsultant(the“Consultant”)whoshallprepareDPR.A Consultant with“a ParticularTeam”maysubmitproposals for morethanonepackage.However,aConsultantisnotallowedto bidforapackagewithmore thanone team.For the sake ofclarity,it ismentionedthat one consultant can notsubmittwoproposals/bidsforthesamepackage. Aconsultant(eitheras soleorasinJV/Association)can be awarded only upto 2 packages. Consultants are hereby invited to submit proposals in the manner as prescribed in the RFP.A Consultant with “a Particular Team”may submitonly one“proofof eligibility (Part1)”and“TechnicalProposal(PartII)”foranynumberofpackages applied for by them. However,thepackagesforwhichaConsultant with“aParticularTeam” appliesshouldbeclearlymentioned. Financialproposalforeachpackagearetobesubmittedseparately. Financialproposalareonlytobesubmittedonlineandno hardcopy ofthe financial proposal should besubmitted. Themostpreferred bidder (H-1)foreachpackagewouldbedeterminedonthebasisofQuality andCostas mentionedintheRFP.AwardofworktoaConsultantwith“aParticularTeam”either assoleor asinJV/Associationshallbe limitedto onepackage only.Incase,aConsultantwith“aParticularTeam”turnsouttobethemostpreferredbidder(H-1)inmorethanonepackage,thepackagewhichistobeawardedtothisConsultantwith“aParticularTeam”shallbedeterminedonthebasisofleastcostto NHAIconsidering 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.

6

1.4 Theconsultants shall submit proposals either insole capacity or in JV or in Association.

Joint Venture/Association shall not have more than two firms. Any entity which has been barred by the Ministry of Road Transport and Highways (MORTH) or its implementing agencies for the works of Expressways, National Highways, ISC and EI Works and the bar subsists as on the date of application,would not be eligible to submit the bid, either individually or as a member of a Joint Venture.

1.5 Toobtainfirsthandinformationontheassignmentandonthelocalconditions,the

consultantsareencouragedtopay avisittotheclient,localStatePWDsandtheproject sitebeforesubmittingaproposalandattendapre-proposalconference.They mustfully informthemselvesoflocalandsiteconditionsandtakethemintoaccountinpreparing the proposal.

1.6 FinancialProposalswillbeopenedonlyforthefirmsfoundtobeeligibleandscoring

qualifyingmarksinaccordancewithPara5hereof.Theconsultancy serviceswillbe awarded to thehighest rankingconsultant on the basisof Qualityand Cost.

1.7 Pleasenotethat (i)costs ofpreparingtheproposal and of negotiatingthecontract, including

visitstotheClient,etc.,arenotreimbursableasadirectcostoftheassignment; and(ii)Clientisnotboundtoacceptany oftheproposalssubmittedandreservetheright to reject anyor allproposals without assigning anyreasons.

1.8 Theproposals must be properlysigned as detailedbelow:

1.8.1 i. bythe proprietor in caseof a proprietary firm

ii. bythepartnerholdingthePowerofAttorneyincaseofafirminpartnership(A

certifiedcopyofthePowerofAttorneyonastamppaperofRs.100 andduly notarized

shallaccompanythe Proposal). iii. byadulyauthorizedpersonholdingthePowerofAttorneyincaseofaLimited Company

oracorporation(Acertifiedcopy ofthe PowerofAttorneyonastamp paper of Rs. 100

and duly notarized shall accompanythe proposal). iv. bythe authorized representativein caseof JointVenture.

1.8.2 IncaseaJointVenture/Associationoffirms,theproposalshallbe accompanied bya

certifiedcopyoflegallybindingMemorandumofUnderstanding (MOU)onastamp paper ofRs.100, signed byallfirms to the jointventure confirmingthe followingtherein: i.

Dateand placeof signing ii. PurposeofJointVenture/Association(mustincludethedetailsofcontractworks for

which thejoint venture has been invited to bid) iii. Aclearanddefinitedescriptionoftheproposedadministrativearrangementsfor

themanagementandexecutionoftheassignment.Name ofLeadFirmandother partner

of JV should be clearlydefined in the MOU

7

iv. Delineationofduties/responsibilitiesandscopeof worktobeundertaken byeach

firmalong with resourcescommittedbyeachpartneroftheJV/Association for the

proposed services v. Anundertakingthatthe JVfirmsarejointlyandseverallyliabletotheEmployer for

theperformanceof theservices vi. Theauthorized representativeof thejoint venture/Association

TheAssociation firm shall givea Letter of Association, MOUas in i)tovi aboveexcept v,

letterofAuthorization,copiesofGPA/SPAforthe personsigningthe documentsanda

certificate of incorporation.

1.8.3 In case of Joint venture, one of the firms which preferably have relatively higher

experience,willactastheleadfirmrepresenting theJointVenture.Theduties, responsibilitiesandpowersofsuchleadfirmshallbespecificallyincludedintheMOU /agreement.Itisexpectedthattheleadpartner wouldbe authorizedtoincur liabilitiesand toreceiveinstructionsandpaymentsforandonbehalfoftheJointVenture.Paymentto bemadeto theJVcanalsobemadetotheaccountoftheJV.ForaJVto beeligiblefor bidding,theexperienceof leadpartnerandother partner shouldbeasindicated indata sheet.

1.8.4 A firm can bidforaproject eitheras asoleconsultant orin theform of joint venturewith otherconsultantorinassociationwithany otherconsultant.However,alternative proposalsi.e. one assoleor inJV withotherconsultantandanother inassociation/JV withany otherconsultantforthesame packagewillbesummarily rejected.Insuchcases, allthe involved proposals shall be rejected.

1.9 Pre-proposal conferenceshallbeheld on thedate,time and venuegiven inData Sheet.

1.10 Bid Security

1.10.1 The applicant shall furnish as part ofits Proposal,aBid Securityof Rs 2,00,000 ( Rupeestwo

lakhs only) in the form of a Bank Guarantee issued by one of the Nationalized/ScheduledBanksinIndia infavour of theChairman, National Highway Authority of Indiapayableat New Delhi(the“BidSecurity”)valid for aminimumperiodof150days(i.e.30daysbeyondthevalidityofthebid) fromthelastdateofsubmissionofproposals. ThisBidSecurityisreturnablenotlaterthan30(thirty)days fromthedateofOpeningoftheFinancialproposalsexceptincaseofthetwohighest rankedApplicants. BidSecurity oftheSelectedApplicantandtheSecondrankedTeam shallbereturned, upon theSelected Applicant signingthe Agreement.

1.10.2 AnyBidnot accompaniedbytheBidSecurityoftherequiredvalueandminimum required

validityshallberejected bytheAuthority as non-responsive.

1.10.3 TheNHAI shallnot beliable to payanyinterest on theBid Securityand thesameshallbe

interest free.

8

1.10.4 TheApplicant,bysubmittingitsApplicationpursuanttothisRFP,shallbedeemedto

haveacknowledgedthatwithoutprejudicetotheNHAI's anyotherrightorremedy hereunder

orin law or otherwise, theBid Securityshallbeforfeited and appropriated by

theAuthorityasthemutuallyagreedpre-estimatedcompensationanddamagepayableto

theAuthorityfor,interaliathetime,costandeffortoftheNHAIinregardtoRFP 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 RFPandas extended bytheApplicant from timeto time

(b) In thecaseoftheSelectedApplicant,iftheApplicantfailsto reconfirmits commitments

duringnegotiations as required videPara6

(c) In thecaseof aSelectedApplicant, if theApplicant fails to sign theAgreement

2 Documents 2.1 Toenableyoutoprepareaproposal,pleasefindandusetheattacheddocumentslistedin the Data

Sheet.

2.2 ConsultantsrequiringaclarificationofthedocumentsmustnotifytheClient,inwriting,

by11.11.2016 upto 5.00 PM.Any requestforclarificationinwritingorby tele-fax/e-mail mustbesent totheClient’saddressindicatedintheDataSheet.TheClientwillupload replies to pre-bid querieson its website.

2.3 Atanytimebeforethesubmissionofproposals,theClientmay,foranyreason,whether

atitsowninitiativeorinresponsetoaclarificationrequestedbyaConsultingfirm, modify theDocumentsbyamendmentorcorrigendum.Theamendmentwillbeuploaded onNHAI website. TheClientmayatitsdiscretionextendthedeadline for thesubmissionof proposalsandthe sameshallalsobeuploadedonNHAIwebsite.

3. Preparation ofProposal

Theproposal must be prepared in threeparts viz., Part 1: Proofof eligibility Part 2: Technical Proposal Part 3: Financial Proposal

3.1 Document in support ofproofof eligibility

3.1.1 Theminimumessentialrequirementinrespectofeligibilityhasbeenindicatedinthe

DataSheet.Theproposalfounddeficientinany respectoftheserequirementswillnotbe consideredforfurtherevaluation.Thefollowing documentsmustbefurnishedinsupportof proof ofeligibilityas per Formatsgiven in Appendix-II:

(i) Forwarding letterforProofofEligibility inthe Form-E1.

9

(ii) Firm’srelevantexperienceandperformanceforthelast7years:Project sheetsinsupportof relevantexperience asperForm-E2/T3 supportedby the experiencecertificatesfrom clientsinsupportof experienceasspecifiedindata sheetfortheprojectsizepreferably interrainofsimilarnatureasthatofproposed projectshallbesubmitted.Certificateshouldindicateclearly thefirms Design/DPRexperience,in2/4-/6-laning ofhighway,structureslike bridges, Viaducts,tunnels,hillslope stabilization,rockbolting,groundimprovement,etc. Scope of services rendered by the firm should be clearly indicated in the certificateobtainedfromtheclient.TheinformationgiveninFormE2/T3shall alsobe consideredaspart of Technical Proposalandshallbe evaluated accordingly.TheConsultantsarethereforeadvisedtoseecarefully theevaluation criteriafor Technical Proposal and submitthe Project Sheets accordingly.

(iii) Firm’s turnoverforthelast 5 years: Atabular statement as in Form E3 showing

theturnoverofthe applicantfirm(s)for thelastfiveyearsbeginningwiththelast financialyearcertifiedbytheCharteredAccountalongwithcertifiedcopiesof theaudit reportsshallbesubmitted in support ofthe turnover.

(iv) Documentfee:The Consultant who download the RFP document from the website

will be required to pay the non- refundable fee of Rs. 5,000/- at the time of the submission of the Bid proposal, through e-payment gateway. The RFP will be invited through e-tendering portal. Refer Procedure under e-tendering for submission of RFP through e-tendering.

(v) BidSecurity:BankGuaranteeinsupportofbidsecurityforanamountspecified

inDataSheetandhavingvalidity foraminimumperiodof150days(i.e.30days beyond the validityofthe bid),fromthe lastdate of submissionof proposals in the Form E4.

(vi) PowerofAttorneyonastamppaperofRs.100anddulynotarizedauthorizingto submitthe

proposal

(vii) IncaseaJointVenture/Associationoffirms,theproposalshallbeaccompanied

byacertifiedcopyoflegallybindingMemorandumofUnderstanding(MOU)on astamppaperofRs.100,signedbyallfirmstothejointventure/Association as detailed at para1.8.2 above

3.1.2 Theminimumessentialrequirementinrespectofeligibilityhasbeenindicatedinthedata

sheet,theproposalfounddeficientinany respectoftheserequirementswillnotbe considered for further evaluation.

3.2 Technical Proposal

3.2.1 YouareexpectedtoexaminealltermsandinstructionsincludedintheDocuments. Failuretoprovideallrequestedinformationwillbeatyourownriskandmayresultin rejection ofyour proposal.

10

3.2.2 Duringpreparationofthetechnicalproposal,youmustgiveparticularattentiontothe following:

Totalassignmentperiodisasindicatedintheenclosed TOR.Amanningschedule in

respectofrequirement ofkeypersonnelisalsofurnishedintheTORwhichshallbe thebasisofthefinancialproposal.Youshallmakeyourownassessmentofsupport

personnelbothtechnicalandadministrative toundertake theassignment.Additional

supportandadministrative staffneedtobe providedfortimelycompletionoftheproject

withinthetotalestimatedcost.Itisstressedthatthetimeperiodfortheassignment indicated

intheTOR should be strictlyadhered to. 3.2.3 ThetechnicalproposalshallbesubmittedstrictlyintheFormatsgiveninAppendix-III

And shallcomprise offollowingdocuments:

i) ForwardingletterforTechnicalproposaldulysignedbytheauthorizedpersonon behalf

ofthe bidder, as inForm-T-1 ii) DetailsofprojectsforwhichTechnicalandFinancialProposalshavebeensubmitted

byaConsultant with a particularTeam as in Form-T-2 iii) Firm’sreferences-RelevantServicescarriedoutinthelastsevenyearsasperForm- E2/T-

3.ThisinformationsubmittedaspartofProofofEligibility shallbeevaluated and need not be submitted again as apart ofthe Technical proposal

iv) SiteAppreciation:limitedtofourA4sizepagesin1.5spaceand12fontincluding

photographs, if any(Form-T-4). v) CommentsonTermsofReference:limitedtotwoA4sizepagesin1.5spaceand12 font

(Form-T-5). vi) ThecompositionoftheproposedTeamand TaskAssignmenttoindividualpersonnel:

Maximumthreepages(Form-T-6). vii) Proposed methodology for the execution of the services illustrated with bar charts of

activities, including any change proposed in the methodology of services indicated in the TOR, and procedure for quality assurance: Maximum 4 pages (Form-T-7)

viii) The proposal should clearly identify and mention the details of Material Testing lab

facilities to be used by the Consultants for the project (Form-T-8). In this connection, the proposals of the Consultants to use in-house lab facilities up to a distance of maximum 400 kmfromthe project sitebeing feasiblewould be accepted. For all other cases suitable nearby material Testing Laboratory shall be proposed before Contract Agreement is executed.

ix) The proposal shall indicate as to whether the firm is having the facilities for carrying

out the following field activities or these are proposed to be outsourced to specialized agencies in the Form- T-9.

a) Pavement Investigation

11

b) Geo-technical Investigation In case the consultant envisages outsourcing any or all of the above services to the

expert agencies, the details of the same indicating the arrangement made with the agencies need to be furnished. These agencies would however, be subject to approval of the client to ensure quality input by such agencies during technical negotiation before award of the work. For out-sourced services, proposed firms/consultants should have such experience on similar projects

x) Details of office equipment and softwareowned bythe firm in Form-T10 xi) CVs ofKeyPersonnel inForm-T11.

3.2.4 CVs ofKeyPersons:

i) TheCVsofthekeypersonnelintheformatasperFormT-11istobefurnished.It may please beensuredthattheformatisstrictlyfollowedandtheinformation

furnishedthereinistrueandcorrect.TheCVmustindicatetheworkinhandand theduration

till whichthepersonwill berequiredtobe engagedin thatassignment. Experience

certificatesshallalsobesubmitted. If anyinformationisfound incorrect,atany

stage,actionincludingterminationanddebarmentfrom future NHAI/

Ministryprojectsupto2 yearsmaybetakenbyNHAI onthepersonneland the Firm.

ii. No alternative to key personnel may be proposed and only one CV may be submitted

foreachposition. The minimum requirementsofQualificationand

ExperienceofallkeypersonnelarelistedinEnclosure-II ofTOR. CVofaperson

whodoesnotmeetthe minimum experience requirementasgivenatenclosure-II of TOR

shallbe evaluatedandthe marksobtainedshallbe takenintoconsideration

duringevaluationof TechnicalProposal(exceptTeam leader).Howeverifafirm

withsuchkeypersonnelisdeclaredthe “mostpreferredbidder”foraparticular package

,suchkey personnelshouldbe replacedatthe timeofContract

NegotiationswithapersonmeetingrequirementsofQualificationandExperience

asgivenatenclosure-IIof TOR andwhose CVsecures75% marksandabove.Ifa

proposedkeypersonneldoesnotpossessthe minimum(essential) educational

qualificationas givenat enclosure-IIofTOR,Zeromarksshallbeassignedtosuch

CVandsuchCVshallnotbeevaluatedfurther.The CV oftheproposedTeam

Leadershouldscoreatleast75% marksotherwisetheentireproposalshallbe consideredtohavefailedintheevaluationofTechnicalProposalsandshallnot be

considered for opening of FinancialProposals.

iii. TeamLeader,HighwaycumPavementEngineer,BridgeEngineer,Geo-technical cum

materialengineerandSeniorSurvey Engineershouldbeavailable from

beginningoftheproject.3Key PersonnelnamelyEnvironmentalSpecialist,

QuantitySurveyor/DocumentationexpertandTrafficand safetyexpertare

allowedtobedeployed/proposed in2teamsata time.IfsameCV issubmittedby two ormore

firms,zeromarksshallbe givenforsuchCVfor allthefirms.

12

iv. Theavailabilityofkeypersonnelmustbeensuredforthedurationoftheproject

asperproposedwork programme.Ifafirmclaimsthata key personnelproposed

bythemisapermanentemployeeofthefirm(thepersonnelshouldhaveworked

inthefirmcontinuouslyforaperiodofatleast1year) ,acertificatetotheeffect along

withpayslips arerequired to besubmitted.

v. The age limitforkey personnelis70yearsasonthe date ofbidsubmissionexcept

forSeniorsurveyengineerinwhichcasetheagelimitis65years.Theproofof

ageandqualificationof thekeypersonnelmustbefurnishedinthetechnical proposal.

vi. Anundertakingfromthekeypersonnelmustbefurnishedthathe/shewillbe

availableforentiredurationoftheprojectassignmentandwillnot engage

himself/herselfinany otherassignmentduringthe currency ofhis/herassignment on the

project. After the award of work, in case of non-availability of key personnelinspite

ofhis/herdeclaration,he/sheshallbe debarredforaperiodof two years for all projects

ofNHAI and MoRTH

vii. Agelimitforsupportingstafftobedeployedonprojectis65yearsasonthedate of bid

submission.

viii. AgoodworkingknowledgeofEnglishLanguageisessentialforkeyprofessional staff on

this assignment. Studyreports must be in EnglishLanguage.

ix. Photo,contactaddressandphone/mobilenumberofkeypersonnelshouldbe furnished in

theCV.

x. AvailabilityoffewkeypersonnelengagedforpreparationofDetailedProject

Reportfortheenvisagedprojectmay beensuredduringfirst 3to4monthsafter startof

thecivil workatsiteduring theperiodofsurveyandreviewofDPRbythe

Supervisionconsultant/Authority Engineer.Forthispurpose, paymentshallbe made

asperactualsitedeploymentofthe key personnelatthe man monthrates quoted bythe

firm in their financial proposal.

xi. Itmay pleasebenotedthatincasetherequirementofthe‘Experience’ofthe

firm/consortiumasmentionedinthe “ProofofEligibility’is metbyanyforeign

company,theirrealinvolvementforthe intendedprojectshallbe mandatory. This canbe

achievedeitherby includingcertainman-monthsinputofkey experts belongingtothe

parentforeigncompany,orby submittingatleastthe draft feasibility report and draft

DPR dulyreviewed bythe parent firm and theirpaying visittothe site

andinteractingwithNHAI.In case ofkey personnelproposedby

theforeigncompany,theyshouldbeonitspayrollforatleastlastsixmonths (from

thedateof submission).

xii. Incaseafirmisproposingkeypersonnelfromeducational/researchinstitutions,

a‘NoObjectionCertificate’fromtheconcernedinstitutionshouldbe enclosed

withtheCVoftheproposedkey personnelcommittinghisservicesfortheinstant project.

13

xiii) Original Curriculum Vitae (CV) and photocopies of certificates shall be recently

signed in blue ink by the proposed key professional staff on each page and also

initialed by an authorized official of the Firm and each page of the CV must be

signed. The key information shall be as per the format. Photocopy of the CVs will

not be accepted. Unsigned copies of CVs shall be rejected.

3.2.5 Thetechnical proposal must not include anyfinancial information.

3.3 FinancialProposal

3.3.1 TheFinancialproposalshouldincludethecostsassociatedwiththeassignment.These shallnormally cover:remunerationforstaff(foreignandlocal,inthefield,officeetc), accommodation,transportation,equipment,printingof documents,surveys,geotechnical investigationsetc. Thiscostshouldbe brokendown intoforeignandlocalcosts.Your financialproposalshouldbepreparedstrictly using,theformatsattachedinAppendix–

IV.Yourfinancialproposalshouldclearly indicatetheamountaskedforbyyouwithout any assumptions ofconditionsattachedtosuchamounts. Conditional offerorthe proposalnotfurnishedintheformatattachedinAppendix-IVshallbe considerednon- responsive and is liable to berejected.

3.3.2 Thefinancialproposalshalltakeintoaccountalltypesofthetaxliabilitiesandcostof

insurancespecified in theData Sheet.

3.3.3 CostsshallbeexpressedinIndianRupeesincaseofdomesticaswellasforforeign

Consultant.ThepaymentsshallbemadeinIndianRupeesbytheNational Highways Authority of

IndiaandtheConsultantthemselveswouldberequiredtoobtainforeign currency totheextentquotedandacceptedbyNHAI.Rateforforeignexchangefor paymentshallbeattherateestablishedbyRBIapplicableatthetimeofmakingeach paymentinstallmentonitemsinvolving actualtransactioninforeigncurrency.No compensation doneto fluctuation of currencyexchangerateshallbemade.

3.3.4 Consultantsarerequiredtochargeonlyrentalofequipments/software(s)usesoasto economizein

their financial bid.

4 SubmissionofProposals

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 ofeligibility (Part 1)” and“TechnicalProposal (Part II)” toNHAI for all thepackagesappliedbythemwithaparticularteamonorbeforethedeadlineofsubmissionofbids.Aconsultantcanapply for aparticularpackage withoneteamonly. The packages forwhich a Consultantwith “a ParticularTeam”applies shouldbeclearlymentionedintheirproposal.However,Consultantsarerequired

14

tosubmitacopyofProofofEligibilityandTechnicalProposalonlineseparatelyforeachpackage. Financialproposal for eachpackagearetobesubmitted separately. Financialproposalareonlyto besubmittedonlineandno hardcopy ofthefinancialproposal shouldbesubmitted.

4.2 You must submit original proposal as indicated in the Data Sheet.“Proof of Eligibility”inoriginal and hardboundshouldbeenclosedinanenvelopewhich shouldbemarkedas “Part-I –ProofofEligibility”.Similarly, “Technical Proposal” inoriginalandhard boundshouldbeenclosedinanenvelopewhichshouldbe markedas“Part-II–TechnicalProposal” TheproposalwillbesealedinanouterenvelopewhichwillbeartheaddressandinformationindicatedintheDataSheetand shall be submittedto NHAIon or before the deadline for submission of bids. The envelope must be clearlymarked:

Consultancy PackageNos. :NHAI/HP Border-Mandi/NH-20/DPR/HP/2016

Project Name:Consultancy Services for Preparation of Feasibility and Detailed Project Report for upgradation to 4 lane of HP/Punjab Border to Mandi Section (Km 11.00 to Km 208.00) of NH-20 in the State of Himachal Pradesh through BOT/Hybrid Annuity/EPC mode

Do not open, except in presenceofthe evaluationcommittee

4.2.1 This outerenvelope 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 Bid Security of required amount and validity as mentioned in the RFP and the Proof of Payment of Cost of RFP Document i.e. Rs 5,000/- and Proof of Payment of application processing fees amounting to Rs. 1295/- to M/s. C-1 India Pvt. Ltd.

4.2.2 Theproposalmustbepreparedinindelibleinkandmustbesignedbytheauthorized

representativeoftheconsultants.Theletterofauthorizationmustbeconfirmedby a writtenpowerofattorney accompanying theproposals.AllpagesoftheProofof EligibilityandTechnicalProposalmustbeinitialed by thepersonorpersonssigningthe proposal.

4.3 Theproposal mustcontain no interlineations or overwritingexcept as necessaryto correct

errorsmadeby theConsultantsthemselves,inwhichcasessuchcorrectionsmustbe initialed bythe person orpersons signingthe proposal.

4.4 YourcompletedProofofeligibilityandTechnical proposal(inhardcopy)mustbe

deliveredonorbeforethetimeanddate attheaddressstatedinDataSheet.Proof of Eligibility,TechnicalProposalandFinancialProposalfor each packageshallhavetobe submitted online also on or beforethe time and date at the address stated inData Sheet

4.5 YourproposalmustbevalidforthenumberofdaysstatedintheDataSheetfromthe closingdate of

submission of proposal.

15

5 Proposal Evaluation

5.1 TheproposalswouldbeevaluatedbyaCommitteeconstitutedbyChairman, NHAI.A three-

stageprocedurewillbeadoptedinevaluating theproposal.Inthefirststage-Proof of

Eligibility,itwillbeexamined as to whether:

i) Theproposal is accompanied byDocument fee

ii)The Proposalis accompanied by Bid Securityofrequired value andofvalidity equal or

morethan theminimum required validity

iii) Thefirms(s) haverequired experience

iv) Thefirms(s) have required turnover

v)Thedocuments areproperly signed by the authorizedsignatories andwhetherthe proposal

contains proper POA as mentioned at para1.8.1 above

vi) Theproposals have been received on or before the dead lineof submission.

vii) In casea JointVenture/Associationoffirms,theproposalshallbe accompanied by a

certified copyoflegally bindingMemorandumofUnderstanding(MOU)onastamp

paperofRs.100,signed by allfirmstothejointventure/Association asdetailed atpara

1.8.2 above

Incaseanswerstoany oftheaboveitemsis‘No’thebidshallbedeclaredasnon- responsive and

shallnotbe evaluated further.

AConsultantsatisfyingtheminimumEligibility CriteriaasmentionedintheDatasheet andwho

hadsubmitted the above mentioned documentsshallbe declared“pass” in Proof ofEligibility

andtheTechnicalProposalsofonlythoseconsultantsshallbeopenedand evaluated further.

5.2 In the second stage the Technical proposal shall be evaluated as per the detailed

evaluation criteriagivenin Data Sheet.

Aproposalsecuring 75pointsshallbedeclaredpassintheevaluationofTechnical Proposal.The

technical proposalshouldscore at least 75 points out of100to be

consideredforfinancialevaluation.TheCVoftheproposedTeamLeadershould

scoreatleast75%marksotherwisetheentireproposalshall beconsideredto have

failedinthe evaluationofTechnicalProposalsandshallnotbe consideredforopening of

Financial Proposals.

5.3 Evaluation ofFinancialProposal

5.3.1 In caseforaparticularpackage, onlyonefirmiseligiblefor openingofFinancial

Proposals,theFinancialProposalshallnotbeopened,thebidsfor that packageshallbe

16

cancelledandNHAIshallinvitefreshbidsforthis package.Forfinancialevaluation,total

costoffinancialproposalexcluding ServiceTaxshallbeconsidered.ServiceTaxshallbe payable

extra.

5.3.2 The evaluation committee will determine whether the financial proposals are

complete (i.e.whetherthey haveincludedcostofallitemsofthecorrespondingproposals

;ifnot,thentheircostwillbeconsideredasNIL buttheconsultantshallhoweverbe

requiredtocarry outsuchobligationswithoutanycompensation.Incase,ifclientfeels thatthe

work cannotbe carried outwithinoverallcostof financialproposal,the proposal

canberejected.Theclientshallcorrectanycomputationalerrorsandcorrectpricesin

variouscurrenciestothesinglecurrencyspecifiedinDataSheet.Theevaluationshall exclude

those taxes,duties,fees,leviesandotherchargesimposed underthe applicable law&applied to

foreigncomponents/ 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.

5.3.4The lowestfinancialproposal(FM)willbegivenafinancialscore(SF) of 100points.The financial scores of otherproposals will be computed as follows:

SF=100xFM/F (SF=FinancialScore,FM=Amountoflowestbid,F=Amountoffinancialproposal converted in thecommon currency)

5.4 CombinedevaluationofTechnicalandFinancialProposals.Proposalswillfinallybe

rankedaccordingtotheircombinedtechnical(ST)andFinancial(SF)scoresusingthe weights

indicated in theData Sheet:

S=STxT +SFxf Where, S=CombinedScore, ST=Technical Scoreoutof 100 SF=FinancialScore out of 100

Tandfarevaluesofweightagefortechnicalandfinancialproposalsrespectivelyas given in the

Data Sheet.

5.5 Foraparticularpackage,aConsultantwitha“particularTeam”havingthemaximum

Combined score (S) shallbedeclared as themostpreferred bidder(H-1).

5.6 In case work has to be awarded for multiple packages,

awardofworktoaConsultantwith“aParticularTeam”eitherassoleorasin

17

JV/Associationshallbelimitedtoonepackageonly.At first,Consultants whobecome H-1inone package eachshall be assignedthe respectivepackage.Then packagesin whichaConsultant with“aParticularTeam”turnsoutto be themost preferred bidder (H-1)inmorethanone package shall be considered.Incase,a Consultantwith“aParticularTeam” turnsouttobethemostpreferredbidder(H-1)inmorethanonepackage,thepackagewhichistobeawardedtothisteam ofa consultantshall be determinedonthe basisofleast costtoNHAIconsideringthe FinancialQuoteofH-1 bidderandH-2Bidder limitedtothosepackages.Procedure to be followed forawarding workbasedonQCBSincludingassessmentofleastcost toNHAIunderspecialcircumstancesi.e.WhenaConsultant with“aParticular Team” turnsout to be the most preferred bidder (H-1) inmore thanone package is given at givenat Annex-II.

6 Negotiations

6.1 Prior to the expiration period of proposal validity, the Client will notify the most

preferredConsultant/Bidderi.e.thehighestrankingconsultantinwritingbyregistered letter, e-mail, or facsimile and invite him to negotiatethe Contract.

6.2 Beforethestartofnegotiations,themost preferredConsultant/Bidder(H-1)shallbe

askedtogivejustificationforthecostquotedbythemtothefullsatisfactionof NHAI.

Eachkey personnelofthepreferredconsultantshallbecalledforinterviewatthetimeof negotiation at thecost ofconsultant beforethe award ofwork.

6.3 Negotiationsnormallytaketwotothreedays.Theaimistoreachagreementonallpoints and initial a draft contract bythe conclusion ofNegotiations.

6.4 Negotiations willcommencewithdiscussionontechnicalproposal, theproposed

methodology(workplan),staffingandanysuggestionsmadetoimprovetheTOR,the staffing andbar charts,whichwillindicateactivities, periodsinthe field andinthe home office,staffmonths, logistics andreporting.Thefinancialproposal issubject to rationalization.Specialattentionwillbepaidtooptimizetherequiredoutputsfromthe Consultantswithintheavailablebudgetandtodefineclearly theinputsrequiredfromthe Client to ensuresatisfactoryimplementation of theAssignment.

6.5 Changesagreeduponwillthenbereflectedinthefinancialproposalusingproposedunit rates. 6.6 Having selected Consultants, among other things, on the basis of an evaluation of

proposedkey professionalstaff,theClientexpectstonegotiate,withintheproposal validity period,acontractonthebasisofthestaffnamedintheproposaland,priorto contractnegotiations,willrequireassurancesthatthestaffwillbeactually available.The Clientmayasktogiveareplacement forthekeyprofessional who hasscoredless than75%marksbya personofatleast 75%score.Noreductioninremuneration would bemadeonaccount ofabove change.

TheClientwillnotconsidersubstitutionsduring contractnegotiationsexceptincasesof

18

incapacity ofkey personnelforreasonsofhealth.Similarly,afterawardofcontractthe Clientexpectsalloftheproposedkeypersonneltobeavailableduringimplementationof thecontract.Theclientwillnotconsidersubstitutionsduring contractnegotiations/ contractimplementationexceptunderexceptionalcircumstances.Forthereasonother thandeath/extrememedicalground,wherereplacementisproposedbytheConsultant duetononavailabilityoftheoriginallyproposedkey personnelorincaseswhere replacementhasbecomenecessaryas akeypersonnelproposedbytheConsultanthas beenfoundtobeunsuitablefortheprojectbyNHAIduringcontract negotiations/ contractimplementation,thefollowing shallapply (i)fortotalreplacementupto33%of keypersonnel,remunerationshallbereducedby5%(ii)fortotalreplacementbetween 33%to50%,remunerationshallbereducedby10%(iii)fortotalreplacementbeyond 50%and66%remunerationshallbereducedby15%(iv)fortotalreplacementbeyond 66%ofthetotalkey personnel,theClientmayinitiateactionfordebarmentofsuch consultantforfutureprojectsofMoRTH/ NHAIforaperiodof6months to24 months. Iffor anyreasonbeyondthe reasonable controlofthe consultants, it becomes necessarytoreplaceanyofthepersonnel,theconsultantsshallforthwithprovideas a replacement a personofequivalent orbetter qualificationandexperience.

6.7 The negotiations will be concluded with a review of the draft Contract Agreement

attachedatAppendix-V.The ClientandtheConsultantswillfinalize the contractto conclude negotiations.

6.8 IfaConsultantfailstoconcludethenegotiationswithNHAIorincaseaconsultant withdrawswithoutstarting /completingthe negotiationswith NHAI, itshallattract penalty–encashment ofBid Securitysubmitted bythe Consultant

7 PerformanceSecurity

Theconsultantwillfurnishwithin15daysoftheissueofLetterofAcceptance (LOA),an unconditionalBankGuaranteefromaNationalisedBank,IDBI orICICI/ICICI Bank/ForeignBank/EXIMBank/AnyScheduledCommercialBankapprovedbyRBI having anetworthofnotlessthan500croreasperlatestAnnualReportoftheBank. In thecaseofaForeignBank(issuedbyaBranchinIndia)thenetworthinrespectof Indianoperationsshallonlybetakenintoaccount. IncaseofForeignBank,theBG issuedby ForeignBankshouldbecounterguaranteedby any NationalisedBankinIndia. IncaseofJV,theBGshallbefurnishedonbehalfofthe JVorbytheleadmemberofthe JVsforanamountequivalentto10%ofthetotalcontractvaluetobereceivedby him towardsPerformanceSecurity validforaperiodofthreeyearsbeyondthedateof completion ofservices, or end of civil works contract, whichever earlier.TheBankGuaranteewillbereleased by NHAIuponexpiry of3years beyondthe date ofcompletionofservices, or end of civil works contract, whichever earlier, providedrectificationof errorsif any, foundduringimplementationofthe contractfor civil workandsatisfactory report byNHAIinthis regardisissued.IfaConsultantfailstosubmitthe Performance Security (asspecifiedabove),itshallattractpenalty–encashment ofBidSecurity submitted bytheConsultant

8. Penalty

19

Theconsultantwillindemnifyforanydirectlossordamagethataccrueduetodeficiency inservicesincarryingoutDetailedProjectReport.Penalty shallbeimposedonthe consultantsforpoorperformance/deficiencyinserviceasexpectedfromtheconsultant and as stated in GeneralConditions of Contract.

9. AwardofContract

AftersuccessfulNegotiationswiththeselectedConsultanttheClientshallissueletterof awardandasktheConsultanttoprovide Performance Security asinPara 7above.If negotiations(asperpara 6above)failortheselectedConsultantfailtoprovide performance security within the prescribed time or the Consultant fail to sign the ContractAgreementwithinprescribedtimetheClientmay invitethe 2ndhighestranking bidderConsultant for Contract negotiations and follow theprocedureoutlined in Para6,9 and 10 ofthisLetter ofInvitation.

10. Signing ofContract Agreement

Afterhavingreceivedtheperformancesecurity andverifiedit,theClientshallinvitethe selectedbidderforsigning ofContractAgreementonadateandtimeconvenienttoboth parties within 15 days ofreceiptof valid PerformanceSecurity.

11. TheClientshallkeepthebiddersinformedduringtheentirebiddingprocessandshall host the followinginformation on its website:

i) NoticeInvitingTender (NIT) ii) Request For Proposal (RFP) iii) Replies to pre-bid queries, if any

iv) Amendments/corrigendum to RFP v) Listof bidderswho submitted the bids up to the deadlineof submission vi) List of bidders who did not pass the eligibility requirements, stating the broad deficiencies vii) Listof bidderswho did not pass the Technical Evaluation statingthe reasons. viii) Listof biddersalong with thetechnical score, who qualified foropeningthefinancial bid ix) Final Scoreof qualified bidders x) Name ofthe bidders whois awarded theContract

12. Confirmation

Wewouldappreciateyouinformingusbyfacsimile/e-mailwhetherornotyouwill submit a

proposal.

Thankingyou.

Encl. as above

20

Y

o

u

r

s

s

i

n

c

e

r

e

l

y

,

National

H

i

g

h

w

a

ys Authority of

India

G5&6, Sector-10, Dwarka-New Delhi

21

Annex-1

Details ofthe stretch proposed forDPR preparation

S. No.

NHNo.

Section

State

Tentative Length (inkm)

PackageNo.

1 2 3 4 5 6

1 20 HP/Punjab Border to Mandi HP 197 km NHAI/HP Border-Mandi/NH-20/DPR/HP/2016

22

Annex-II

ProcedureofAwardingWork basedonQCBSincluding Assessment ofLeast Cost to NHAIunderSpecialCircumstances i.e. Whena Consultant with a particular teambecomes H-1 bidderinmorethanonepackage

A Consultant witha particular Team canapply forany numberofpackageswithone team.However,Awardof worktoaConsultantwith“aParticularTeam”eitherassoleoras in JV/Association shallbelimitedto one package only. Following procedure shallbe followed forthe selection of themostpreferredbidder for theconsultancyassignment:

1. Atfirst,ConsultantswhobecomeH-1inonepackageeachshallbeassignedthe respectivepackage.ThenpackagesinwhichaConsultantwith“aParticularTeam”turns outtobethe mostpreferredbidder(H-1)inmorethanonepackageshallbeconsidered.In case,aConsultantwith“a ParticularTeam”turnsouttobethe mostpreferredbidder(H-1)in more thanonepackage,thepackagewhichisto beawardedtothisteamofaconsultantshall bedeterminedonthebasisofleastcostto NHAI considering theFinancialQuoteofH-1 bidder andH-2Bidder limited tothosepackageswhichshallbe workedoutasper procedure illustrated with an example as mentioned below.

2. Supposethereare8packagesnamelyPackage-1,Package-2,Package-3,Package-4,Package-5,package-6,package-7andPackage-8respectively.Itisalsoassumedthat10 consultantsnamely P,Q,R,S,T,U,V,W,XandYhasappliedforthesepackages.Itisalso assumedthatthreeConsultantsnamely P,RandUhasappliedwithtwoTeamsandthe remainingConsultantshaveappliedwithonly oneteam.Itisalsoassumedthatthefollowing isthepositionofvarious firmsafteropening oftheFinancialproposals(andafter arithmetic corrections if anyof theFinancial bids) ofthepackages and afterapplying QCBS

H-1 H-2 H-3 H-4 H-5 H-6

Package no. Name ofConsultants and Financial Quotes (Rsin 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

23

Thedifferent packages shallbe awarded to consultants as mentioned below

2.1 Step-1 : Inthiscase,ConsultantsP(team-1)andQaretheH-1inonlyonepackageeachnamely package-1andpackage-6respectively.ConsultantVisH-1in3packagesnamely Package-2, Package-3and Package-8 respectively. ConsultantR(team-1) isH-1 in3 packagesnamely Package-4, Package-5 and Package-7respectively. SinceConsultantP(team-1)isH-1inPackage-1only andConsultantQisH-1in Package-6only,ConsultantP(team-1)shallbeawardedPackage-1andConsultantQ shall beawardedPackage-6.

2.2 Step-2: AfterConsultantP (team-1)isawardedPackage-1andConsultantQisawarded Package-6,the scenario for theremaining6 packagesisasgiven below.P (team-1) andQ occurring anywhereelsestands deleted as theyhave alreadybeenawardedonework each

H-1 H-2 H-3 H-4 H-5 H-6

PackageNo. Name ofConsultants and Financial Quotes (Rsin 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 U(team-1) R (team-2) X Y

200 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-7 R (team-1) U (team-1) S W Y

200 lakhs 220 lakhs 255 lakhs 230 lakhs 240 lakhs

Package-8 V R(team-1) W S Y

190 lakhs 250 lakhs 220 lakhs 240 lakhs 240 lakhs

ConsultantV s h a l l beawardedonlyonepackageoutofthe3packagesforwhichitisH-1 namelyPackage-2,Package-3andPackage-8respectively.SimilarlyConsultantR(team-1) Shallbeawardedonly onepackageoutofthe3packagesforwhichitisH-1 namelyPackage-4,Package-5andPackage-7respectively.Thedeterminationofpackageto be awardedtoConsultantV andConsultantR(team-1) shallbe workedoutina single step (i.e.oneatatime).NewH-1fortheremaining packages(4packages)shallbeworkedout only afterdeterminationofpackagestobeawardedtothe H-1biddersatthisstage[i.e. ConsultantVandR(Team-1)intheinstantcase]inonestep.DeterminationofPackageto be awardedtoeachofConsultantVandConsultantR(team-1)shallbeworkedoutas follows

(i)After the award of Package-1 to Consultant –P (team-1) and Package -6 to Consultant–Qandalsoconsidering thataConsultantwitha particularteamcanbeawarded onlyonework,thedetailsofH-1andH-2/NewH-2 intheremaining6packagesareasmentionedbelow.SinceVisH-1inmorethanonepackageandshallbeawarded oneofthesepackages,Vhasbeendeletedfrom

24

allotherpackages.Similarly,since R(Team-1) inmorethanonepackageandshallbeawardedoneofthesepackages,R (Team-1) has been deleted fromallotherpackages

<

H-1 H-2/New H-2

Remarks

Package-2 V U(team-1)

240 lakhs 210 lakhs

Package-3 V U(team-1) Since Consultant P( Team-1) is awarded Package-1, Consultant U(team-1) becomes thenewH-2

200 lakhs 250 lakhs

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)hasnotbeenconsidered asH-2since Consultant–C(team-1) istobe awardedone package outofthepackages4,5 and 7 inwhich itisH-1. HenceConsultant– W is thenew H-2

190 lakhs 220 lakhs

(ii) Packagetobeawarded toConsultant–VwhoisH-1inthreepackagesnamelyPackage- 2,3and8respectively shallbedeterminedonthebasisofleastcosttoNHAIconsideringthe FinancialQuote ofH-1bidder andH-2BidderlimitedtothosepackagesThe situationfor leastcosttoNHAIshallbe whenthefirmwith Consultant–Gisawardedthepackagefor which Financial Bidof secondrankedteam(H-2) minusFinancialBidofthefirstrankedteam (H-1) ismaximum.Thesame is illustrated as given below

H-1 H-2 / New H-2

FinancialBidofH-2/ New H-2 minus FinancialBid of H-1

Remarks

Package-2 V U(team-1) 210-240 = (-) 30 lakhs

240 lakhs 210 lakhs

Package-3 V U(team-1) 250 – 200 =(+) 50 lakhs

H-2 minus H-1 is Maximum. Hence Consultant V shallbe awardedPackage-3

200 lakhs 250 lakhs

Package-8 V W 220 – 190 = (+) 30 lakhs

25

Ina similar way,Package to be awarded toConsultant–R(team-1) whoisH-1in three packages namelyPackage-4,5and7respectivelyshall be determinedasillustrated below:

H-1 H-2 / New H-2

FinancialBidofH-2/ New H-2 minus FinancialBid of H-1

Remarks

Package-4 R (team-1) T 220-250 = (-) 30 lakhs

250 lakhs 220 lakhs

Package-5 R (team-1) S 260 – 220 =(+) 40 lakhs

H-2 minus H-1 is Maximum.Hence Consultant – R (team- 1) shall beawarded

Package-5

220 lakhs 260 lakhs

Package-7 R (team-1) U (team-1) 220 – 200 = (+) 20 lakhs

200 lakhs 220 lakhs

2.3Step-3

(i) Aftertheawardoftheabovementioned4packagesnamely,Package-1toConsultant–P(team-1),Package-6toConsultant–Q,Package-3toConsultant–V,Package-5to Consultant–R(team-1)andalsoconsidering thataConsultantwitha particularteamcanbe awardedonly onework,thedetailsof newH-1andNewH-2 intheremaining4 packages areasmentioned below

H-1 (New H-1)

H-2 (New H-2)

Remarks

Package-2 U(team-1) X Since Consultant V is awarded Package-3 , ConsultantU(team-1)becomesthenewH-1 andConsultant Xbecomes the newH-2

210 lakhs 240 lakhs

Package-4 T U (team-2) Since Consultant -R(team-1) is awarded Package-5 , Consultant Tbecomes the new H-1andConsultant U (team-2) becomesthe newH-2

220 lakhs 240 lakhs

Package-7 U (team-1) S Since Consultant R(team-1) is awarded Package-5,Consultant U (team-1) becomes the newH-1andConsultant Sbecomesthe newH-2

220 lakhs 255 lakhs

Package-8 W S Since Consultant V is awarded Package-3 , Consultant W becomes the new H-1 and Consultant S becomes thenewH-2

220 lakhs 240 lakhs

(ii)Consultant T is the new H-1 for only one package namely Package-4. Similarly

ConsultantWisthenewH-1foronlyonepackagenamelyPackage-8.AccordinglyPackage

- 8 shall beawardedtoConsultant–W and Package -4 shall beawardedto Consultant–T.

2.4Step-4:

26

ConsultantU (team-1)isthenewH-1forpackage-2andPackage-7respectivelyand

ConsultantU(team-1)shallbeawardedonlyonepackageoutofthis2packages.Package to be

awardedto Consultant –U (team-1) shall bedeterminedas illustrated below

H-1 H-2 / New H-2

FinancialBidofH-2/ New H-2 minus FinancialBid of H-1

Remarks

Package-2 U(team-1) X 240-210 = (+) 30 lakhs

210 lakhs 240 lakhs

Package-7 U (team-1) S 255 – 220 =(+) 35 lakhs

H-2 minus H-1 is Maximum. Hence

Consultant – U (team- 1) shall beawarded Package-7

220 lakhs 255 lakhs

2.5 Step-5 :

(i) Aftertheawardoftheabovementioned7packagesnamely,Package-1toConsultant

–P(team-1),Package-6toConsultant–Q,Package-3toConsultant–V ,Package-5to

Consultant–R(team-1),Package-4toConsultant-T,Package-8toConsultant-W,package

-7toConsultant–U(team-1)team andalsoconsideringthataConsultantwithaparticular

teamcanbeawardedonly onework,thedetailsofnewH-1and/NewH-2 inthe remaining

packagei.e. package-2 is as mentioned below

H-1 (New H-1)

H-2 (New H-2)

Remarks

Package-2 X A (team-2) Since Consultant V is awarded Package-3 and ConsultantU(team-1)isawardedpackage-7 , Consultant X becomesthe newH-1and Consultant P(team-2) becomes the newH-2

240 lakhs 220 lakhs

(ii)ConsultantXisthenewH-1foronlyonepackagenamelyPackage-2.Accordingly,Package-2 shall

beawardedto Consultant–X.

3. Thus as per the above mentioned procedure the 8 packages are awarded to the following

27

Consultant attheFinancialQuoted (afterarithmeticCorrections) by themfor the

respectivepackages

PackageNo. Name ofConsultants awarded packages

Package-1 Consultant-P(team-1)

Package-2 Consultant-X

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

DATA SHEET

28

I(References to correspondingparagraphs ofLOI arementionedalongside) 1. TheNameoftheAssignment a n d descriptionofprojectasmentionedinAnnex-I(Ref.

Para1.1)

(TheNameofprojectandPackageNo.shouldbeindicatedintheformatgiveninthe technical proposal)

2. Thenameofthe Clientis: Chairman

National Highways Authority of India G5&6, Sector-10, Dwarka New Delhi-110075

3. Duration ofthe Project: 8 months

4. Date, TimeandVenueofPre-Proposal Conference

Date: 15.11.2016 Time: 3.00 PM Venue: National Highways Authority of India G5&6, Sector-10 Dwarka-New Delhi-110075, India (Ref. Para 1.9)

5. TheDocuments are: i. Appendix-I: Terms ofReference(TOR) ii) Appendix-II Formats forProof ofEligibility iii. Appendix-III: Formats forTechnical Proposal iv. Appendix-IV: Formats forFinancial Proposal v. Appendix-VI Draft Contract Agreement

(Ref. Para2.1)

6. Bid Security:Rs 2.0 Lakhs (RefPara 1.10) 7. Tax andInsurance (Ref. Para3.3.2)

(i). TheConsultantsandtheirpersonnelshallpayalltaxes(includingservicetax),custom

duties,fees,leviesandother impositionsleviedunderthelawsprevailing seven days beforethelastdateofsubmissionofthebids.Theeffectsofanyincrease/decreaseof any typeoftaxesleviedby theGovernmentshallbeborneby theClient/Consultant,as appropriate.

29

(ii). LimitationsoftheConsultant’sLiabilitytowardstheClientshallbeasperClause3.4of Draft Contract Agreement

(iii). Therisk and coverageshallbe as per Clause3.5 of Draft Contract Agreement.

8. Thenumberofcopies ofthe proposalrequiredto be submitted:1 no. (ref. para4.1)

9. The address is---(Ref.para4.2)

Nishoo Gupta,

GeneralManager (T) - HP

NationalHighwaysAuthorityofIndia

G-5&G-6,Sector10,Dwarka NewDelhi110075.

(Tel:-011-25074100/4200Ext.-1321)

(E-mail: [email protected]) The envelopes mustbeclearlymarked:

i. Original Proposal;

ii. Documents in proof of eligibility and technical proposal as appropriate; and,

iii. Do not open,except in presence of the evaluat ion committeeon the outer envelope.

iv. ConsultancyPackageNo.:NHAI/HP Border-Mandi/NH-20/DPR/HP/2016

v. Project Name: Consultancy Services for Preparation of Feasibility and Detailed

Project Report for upgradation to 4 lane of HP/Punjab Border to Mandi Section (Km

11.00 to Km 208.00) of NH-20 in the State of Himachal Pradesh through BOT/Hybrid

Annuity/EPC mode

vi. Name and Address of Consultant

10. Thedate, time and Address of proposal submission are

Date 30.11.2016 Time upto 11.00 AM Address National Highways Authority of India (NHAI) G-5&6, Sector-10 Dwarka-New Delhi-10075

(Ref. Para4.4)

11. Proposal Validityperiod(Numberof days): 120 days (Ref. Para4.5)

12. Evaluation criteria: (Ref. Para3&5)

12.1 First stage evaluation– eligibilityrequirement. (Ref. Para3.1&5.1)

30

Table-1: MinimumEligibility Requirements

S.No. Minimum experience and performance of

PreparationofDPRofHighways/Bridgesin the

last7years(NH/SH/Equivalent) (for past

performance attachundertaking for any

litigation history/ andarbitration).

Annual averageturnover

1 A Firm applying for a package should have Experience of preparationof Detailed Project Reportoffour/sixlane/Feasibility of four/sixlane projectsofaggregate lengthequalto the indicative lengthof the package(i.e.197 km).Firmshouldhave alsopreparedDPRfor atleast oneprojectof4/6laning ofminimum79 kmor Feasibility Study offour/six laning of minimum118 km.

Note:The experience ofa firminpreparationof

DPRfor a privateconcessionaire/contractorshall not

be considered

Annual average turnover for

last3yearsof thefirmshould be

equaltoor morethan Rs.5.00

Crores.

i) Thesole applicant shall fulfillalltherequirementsgiven in Table-1. (ii) IncaseofJV,theLeadPartnershouldfulfill atleast75%ofalleligibility requirements andthe other

partner shall fulfill at least 50% of all eligibility requirements.

(iii)Iftheapplicantfirmhas/havepreparedtheDPR/FSprojectssolelyonitsown, 100%weightageshallbegiven.IftheapplicantfirmhaspreparedtheDPR/FSprojects asa leadpartner ina

JV, 75% weightage shallbegiven.If theapplicantfirmhave preparedtheDPRprojectsastheotherpartner(notleadpartner) inaJV50%weightage shallbegiven.IftheapplicantfirmhavepreparedtheDPR/FSprojectsasanassociate,

25%weightageshallbegiven.

31

12.2 Secondstagetechnicalevaluation(Refer 5.2)

S.No. Description Points

1 Firm's relevant experience in last 7 years 20

2 Adequacy of approach and methodology 5

3 Material testing, survey & investigation, equipment and software proposed to be used

15

4 Qualification and relevant experience of the proposed key personnel

60

Total 100

Further break-up of each criteria has been detailed out below: A. Firm's relevant experience in last 7 years

S.No Description Maximum

Points

Sub-

Points

1 Specific experience of the DPR consultancy related

to the assignment for eligibility

10

1.1 Aggregate Length of DPR / Feasibility study of 4/ 6

lane projects

5

1.1.1 More than the indicative Length of the package

applied for

3

1.1.2 More than 2 times the indicative length of the

package applied for

4

1.1.3 More than 3 times the indicative length of the

package applied for

5

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)

5

1.2.1 1 project 3

1.2.2 2 projects 4

1.2.3 3 or more projects 5

32

S.No Description Maximum

Points

Sub-

Points

2 DPR of Bridge having length more than 200 m 3

2.1 1 bridge 0

2.2 2 bridges 1

2.3 3 bridges 2

2.4 4 or more bridges 3

3 Specific experience of firms in terms of turnover 3

3.1 Firm’s Average Turnover of last 5 years >= 10 crore 3

3.2 Firm Average Turnover of last 5 years > = 5 crore

but < 10 crore

2

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

4 DPR for special category projects (Tunnels) 4

4.1 DPR of number of Tunnels (Minimum 200 mtr

Length)

4

4.1.1 1 project 0

4.1.2 2 projects 1

4.1.3 3 projects 2

4.1.4 4 projects 3

4.1.5 5 or more projects 4

Note: In case feasibility study is a part of DPR services the experience shall be counted in

DPRonly. In case bridge is included as part of DPR of highway the experience will be (1) and (2)

B. Adequacy of approach and methodology

S.No Description Points

1 Site appreciation 1

33

2 Comments on TOR 1

3 Team composition and task assignment 1

4 Methodology* 2

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

S.No Description Maximum

Points

Sub-

Points

1 Availability of in-house material testing facility 2

1.1 Available 2

1.2 Outsourced/ Not Available 0

2 Field Investigation Facilities 1

2.1 Available (Created in-house at site) 1

2.2 Outsourced/ Not Available 0

3 Office Equipment and Software 2

3.1 High Level (More than 75% as per ToR requirement) 2

3.2 Medium Level (Between 75%-50% as per ToR

requirement)

1

3.3 Low Level (Less than 50% as per ToR requirement) 0

4 Experience in LiDAR or better technology for

topographic survey (Infrastructure sector)

4

4.1 1-2 projects 1

4.2 3-5 projects 2

4.3 6-10 projects 3

4.4 >10 projects 4

5 Experience in using GPR and Induction Locator 3

34

S.No Description Maximum

Points

Sub-

Points

or better technologies for detection of sub-surface

utilities (Infrastructure sector)

5.1 1-2 projects 1

5.2 3-5 projects 2

5.3 >5 projects 3

6 Experience in digitization of cadastral maps for

land surveys

3

6.1 Project of area upto 100 ha 1

6.2 Project of area between 100 - 500 ha 2

6.3 Project of area more than 500 ha 3

D. Qualification and relevant experience of the proposed key personnel The weightage for various key staff is as under:

S.No Key personnel Points

1 Team Leader- Senior Highway Engineer 13

2 Senior Bridge Engineer 9

3 Highway cum Pavement Engineer 9

4 Material-cum-Geo-technical Engineer- Geologist 9

5 Traffic and Safety Expert 7

6 Senior Survey Engineer 5

7 Environment Specialist 5

8 Quantity Surveyor/Documentation Expert 3

Total 60

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

S.No Description Maximum

Points

Sub-

Points

1 General Qualification 25

35

S.No Description Maximum

Points

Sub-

Points

1.1 Essential education qualification 20

1.2 Desirable education qualification 5

2 Relevant experience and adequacy for the project 65

2.1 Total professional experience 15

(max)

2.1 Experience in Highway Projects

(Bridge Projects for Senior Bridge

Engineer )

25

(max)

2.2 Experience in Similar Capacity 25

(max)

3 Employment with the Firm 10

3.1 Less than 1 year 0

3.2 1 year to 2 years 5

3.3 > 2 years 10

12.3 Detailedevaluationcriteriawhichistobeusedforevaluationoftechnicalbidsisas indicatedat Appendix-V.

The Consultant should carryout self-evaluationbased on the evaluationcriteriaat Appendix-V.Whilesubmittingtheself-evaluationalongwithbid,Consultantshallmake referencestothedocumentssubmittedintheirproposalwhichhavebeenrelieduponin self-evaluation Result of technical evaluation shall be made available on the website giving opportunity to the bidders to respondwithin7daysincasetheyhaveany objection

12.4 Third stage – EvaluationofFinancial proposal FinancialProposalsofallQualifiedConsultantsinaccordancewithclause5.2and5.3ofLetter ofInvitation shallbeopened. Theconsultancyserviceswillbeawardedtotheconsultantscoringhighestmarksincombined evaluation of Technical and Financial proposals in accordancewith clause1.3 and 5.4 hereof.

36

The Factors are: Theweightgiven to Technical Proposal (T) =0.80 Theweightgiven to Financial Proposal(f) =0.20 13. The common currencyis“IndianRupee”. (Ref. Para3.3.3)

Consultanthavetoquotein Rupeesboth fordomesticConsultantas well as Foreign Consultants

14. CommencementofAssignment(Date,Location): TheConsultantsshallcommencethe

Serviceswithinfifteendaysofthedateofeffectivenessofthecontractatlocationsas required for

theproject stretch stated in TOR.(Ref. Para1.2 ofLOIand 2.3of GCC/SC)

37

APPENDIXI

TERMSOFREFERENCE (TOR)

Consultancy ServicesforPreparation of Feasibility and Detailed Project Report for upgradation to 4 lane of HP/Punjab Border to Mandi Section (Km 11.00 to Km 208.00) of NH-20 in the State of Himachal Pradesh through BOT/Hybrid Annuity/EPC mode

38

Terms ofReferenceforConsultancy Services (TOR) 1. General

1.1 TheNational Highways Authority of India(NHAI) hasbeenentrustedwith theassignmentofConsultancy Services for Preparation of Feasibility and Detailed Project Report for upgradation to 4 lane of HP/Punjab Border to Mandi Section (Km 11.00 to Km 208.00) of NH-20 in the State of Himachal Pradesh through BOT/Hybrid Annuity/EPC mode.NHAInowinvitesproposalfrom Technicalconsultantsforcarrying outdetailedprojectreport as per details given inAnnexure-1.

1.2 NHAIwillbetheemployerandexecutingagencyfortheconsultancyservicesandthe

standardsofoutputrequiredfromtheappointedconsultantsare ofinternationallevelboth in terms ofqualityandadherenceto theagreed time schedule.

1.3 MinistryhasrecentlyawardedworksofconsultancyservicesforconstructionofROBs for

replacing levelcrossingsinvariousstates.Incasealevelcrossingexistsinaproject reach,consultantisrequiredtoco-ordinatewiththoseconsultantsandfinalise the alignment&configurationofroadaccordingly.However,ifthesameisnotcoveredin theaboveassignmentofDPR/feasibility studyawarded by Ministry,theconsultantunder this assignment shallberesponsible for preparing DPRforsuch level crossings.

2. Objective

2.1 Themainobjectiveoftheconsultancyserviceistoestablishthetechnical,economical, andfinancialviabilityoftheprojectandpreparedetailedprojectreportsforrehabilitation and upgradingof theexistingroad to 4 laneconfiguration.

2.2 Theviabilityoftheprojectshallbeestablishedtakingintoaccounttherequirementswith regardtorehabilitation,upgradingandimprovementbasedonhighway design,pavement design,provisionof serviceroadswherevernecessary,typeof intersections, rehabilitationandwidening ofexistingand/orconstructionofnew bridgesandstructures, road safety features, quantities of various items of works and cost estimates and economic analysis.

2.3 TheDetailedProjectReportwouldinter-aliaincludedetailedhighwaydesign,designof pavementandoverlay withoptionsforflexibleorrigidpavements,designofbridgesand cross drainage structures and grade separated structures, design of service roads, quantitiesofvariousitems,detailedworking drawings,detailedcostestimates,economic andfinancialviability analyses,environmentalandsocialfeasibility,socialand environmentalactionplansasappropriateanddocumentsrequiredfortendering the project on commercial basisforinternational /local competitivebidding.

2.4 TheDPRconsultantshouldensuredetailedprojectpreparationincorporatingaspectsof valueengineering,quality auditandsafetyauditrequirementindesignand implementation.

39

2.5 Theconsultantshould,alongwithFeasibilityReport,clearlybringoutthrough financialanalysisthe preferredmode ofimplementationon whichthe CivilWorks forthestretchesaretobetaken up.Theconsultantshouldalsogive costestimates along with feasibility report/ detailedProjectReport.

2.6 Ifatfeasibilitystage,employerdesiretoterminatethecontract,thecontractwillbe terminatedafterpayment up tothat stage.

3. Scopeof Services

3.1 Asfaraspossible,thewidening/improvementworkto4 laneshallbewithinthe existingrightofwayavoidinglandacquisition,exceptforlocationshavinginadequate widthandwhere provisionsofshort bypasses,serviceroads,alignmentcorrections, improvementofintersectionsareconsiderednecessary andpracticableandcosteffective. However bypassesproposalsshouldalsobe considered,whereverinurbanareas, improvementto4 laneoftheexisting roadisnotpossible.TheConsultantshallfurnish landacquisitiondetailsasperrevenue records/mapsforfurtherprocessing ofland acquisition.Consultantshallalsosubmit3a,3Aand3Ddraftnotificationforacquisition of land.

3.2 TheConsultantshallstudythepossiblelocationsanddesignoftollplaza, if applicable to the project.Wayside amenitiesrequiredontolledhighwayshallalsobeplanned.Thelocalandslowtraffic may needsegregationfromthemaintrafficandprovisionofserviceroadsandfencing maybe considered, wherever necessaryto improve efficiencyand safety.

3.3 Thegeneralscopeofservicesisgiveninthesectionsthatfollow.However,theentire scope of serviceswould,inter-alia,includetheitemsmentionedintheLetter ofInvitation and the TOR. The Consultant willalsomake suitable proposals for widening/improvementoftheexisting roadand strengtheningofthecarriageways,asrequiredattheappropriatetimetomaintainthe levelofserviceoverthe designperiod.TheConsultantsshallpreparedocumentsfor EPC/PPPcontracts for each DPRassignment

3.4 All readyto implement ‘good for construction’ drawings shallbeprepared.

3.5 EnvironmentalImpactAssessment,EnvironmentalManagementPlanandRehabilitation andResettlementStudiesshallbecarriedoutby theConsultantmeetingtherequirements of thelending agencies like ADB/ World Bank/JICA, etc.

3.6 Whereverrequired,consultantwillliaisewithconcernedauthoritiesandarrangeall

clarifications.ApprovalofalldrawingsincludingGAD anddetailengineeringdrawings willbe

gotdone by the consultantfromthe Railways.However,ifRailwaysrequire proof

checkingofthe drawingspreparedby theconsultants,the same willbe gotdone by

NHAIandpaymenttotheproofconsultantshallbe made by NHAI directly. Consultant will

also obtain final approval from Ministry of Environment and Forest for all applicable

40

clearances. Consultant will also obtain approval for estimates for shifting of utilities of

all types from the concerned authorities and NHAI.

ConsultantisalsorequiredtoprepareallLandAcquisition papers(i.e.allnecessaryschedule

anddraft3a,3A,and3D, 3G notificationasper L.A. act)for acquisition of land either under

NH Act orStateAct.

3.7 TheDPRconsultantmayberequiredto preparetheBidDocuments,basedonthe feasibilityreport, duetoexigencyof theproject for execution if desired by NHAI.

3.8 Consultantshallobtainalltypesofnecessaryclearancesrequiredforimplementationof theprojectonthegroundfromthe concernedagencies.Theclientshallprovide the necessary supportinglettersandany officialfeesasperthedemandnoteissuedby such concerned agencies from whom the clearances are being sought to enable implementation.

3.9 TheconsultantshallprepareseparatedocumentsforBoTaswellasEPCcontractsat Feasibility stage/DPRstage.ThestudiesforfinancingoptionslikeBoT,Annuity,EPC willbeundertaken in feasibilitystudystage.

3.10 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) (the "Manual") along with relevant IRC codes for design of long bridges.

3.11 Theconsultantshallpreparethebiddocumentsincluding requiredschedules(as mentionedabove)asperEPC/PPPdocuments.Forthatitissuggestedthatconsultantshould alsogothroughtheEPC/PPPdocumentsofministry beforebiddingtheproject. TheConsultantshall assisttheNHAIandit'sFinancialConsultantandtheLegal Adviserby furnishingclarifications as required for the financial appraisal and legal scrutiny of the Project Highwayand Bid Documents.

3.12 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 shallsupport the authority in responding to all technical queries, andshall ensure participation of senior team members of the consultant during all interaction with potential bidders including pre-bid conference, meetings, site visits etc. In addition, the consultant shall also support preparation of detailed responses to the written queries raised by the bidders.

4. General

4.1 Primary Tasks

GeneralScopeof Servicesshallcoverbutbenotlimitedtothefollowing major tasks (additionalrequirementsforPreparationofDetailedProjectReportforHillRoads and MajorBridges are given inSupplement IandII respectively):

i. reviewofallavailablereportsandpublishedinformationabouttheprojectroad and the

41

projectinfluencearea;

ii. Environmental andsocial impact assessment, including such as related to cultural

properties, natural habitants, involuntaryresettlement etc.

ii(a). Public consultation,includingconsultationwith Communitieslocatedalongthe

road,NGOsworkinginthearea,otherstake-

holdersandrelevantGovernmentdepartments

atallthedifferentstagesofassignment(suchasinceptionstage,feasibility stage,

preliminarydesignstage and oncefinal designs areconcretized).

iii. Detailed reconnaissance;

iv. identificationofpossibleimprovementsintheexistingalignmentandbypassing

congested locationswith alternatives,evaluation ofdifferentalternatives

comparisonontechno-economic andotherconsiderationsandrecommendations

regarding most appropriate option;

v. traffic studies including traffic surveys and Axle load survey and demand

forecasting for next thirty years;

vi. Inventory and condition surveys forroad;

vii. Inventoryandconditionsurveysforbridges,cross-drainagestructures,other

Structures, river Banktraining/Protection worksand drainageprovisions;

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

ix. Pavement investigations;

x. Sub-gradecharacteristicsandstrength:investigationofrequiredsub-gradeand sub-

soilcharacteristicsandstrengthforroadandembankmentdesignandsub

soilinvestigation;

xi. Identification ofsources of construction materials;

xii. Detaileddesignofroad,itsx-sections,horizontalandverticalalignmentand

42

designofembankmentofheight morethan6mandalsoinpoorsoilconditions

andwheredensityconsideration require,evenlesserheightembankment.Detailed

designofstructurespreparationofGADandconstructiondrawingsand cross-

drainagestructures and underpasses etc.

xiii. Identification ofthe typeand the design of intersections;

xiv. Design of completedrainagesystemand disposal pointfor storm water

xv. Value analysis/ value engineering and project costing;

xvi. Economicand financialanalyses;

xvii. Contract packaging and implementation schedule.

xviii Strip plan indicating the scheme for carriageway widening, location of all

existingutility services(both over-and underground)and theschemefortheir

relocation,treestobefelled, transplantedandplantedandlandacquisition

requirementsincludingschedulefor LA: reportsdocumentsanddrawings

arrangement of estimates for cutting/ transplanting of trees and shifting of

utilities from the concerned department;

xix To find out financial viability of project for implementation and suggest the

preferred mode on which the project is to be taken up.

xx. Preparationofdetailedprojectreport,costestimate,approvedforconstruction

Drawings,rateanalysis,detailedbillofquantities,biddocumentsforexecutionof civil

works through budgeting resources.

xxi. Designoftollplazaandidentificationoftheir numbersandlocationandoffice cum

residential complexincluding working drawings

xxii. Design of weighing stations, parking areas and rest areas.

xxiii. Anyother user orientedfacility en-routetoll facility.

xxiv.Tie-in ofon-going/sanctioned works of MORT&H/ NHAI/ other agencies.

43

xxv. Preparationofsocialplansfortheprojectaffectedpeopleasperpolicyofthe lending

agencies/ Govt. of India R&R Policy.

4.2 Whilecarryingoutthefieldstudies,investigationsanddesign,thedevelopmentplans beingimplementedorproposedforfutureimplementationby thelocalbodies,shouldbe taken into account. Suchaspect should be clearlybrought outin thereportsand drawings.

4.3 The consultant shall study the possible locations and design of toll plaza, wayside amenities requiredand arboriculturealongthe highwayshallalso be planned.

4.4 Thelocalandslowtrafficmayneedsegregationfromthemaintrafficandprovisionof serviceroadsandphysicalbarrierincludingfencingmay beconsidered,wherever necessaryto improve efficiencyand safety.

4.5 Standards andCodes ofPractices

1. Allactivitiesrelatedtofieldstudies,designanddocumentationshallbedoneas per thelatestguidelines/circularsof MoRT&Handrelevantpublicationsof the Indian RoadsCongress (IRC) andBureauofIndian Standards (BIS).For aspects notcoveredbyIRCandBIS,internationalstandardspractices,may beadopted. TheConsultants,uponawardoftheContract,mayfinalizethisinconsultation withNHAI and reflect thesame in the inception report.

2. Allnotations, abbreviations and symbols used inthereports, documentsand drawings shall be as perIRC:71.

4.6 Quality AssurancePlan(QAP)

1. TheConsultantsshouldhavedetailedQualityAssurancePlan(QAP)forallfield studiesincluding topographicsurveys,trafficsurveys,engineeringsurveysand investigations,designanddocumentationactivities.Thequality assurance plans/proceduresfordifferentfieldstudies,engineering surveysandinvestigation, designanddocumentationactivitiesshouldbe presentedasseparatesectionslike engineering surveysandinvestigations,trafficsurveys,materialgeo-technicaland sub-soil investigations, road and pavement investigations, investigation and designofbridges&structures,environmentandR&Rassessment,economic& financialanalysis,drawingsanddocumentation,preparation,checking,approval andfilingofcalculations,identificationandtractability ofprojectdocumentsetc. Further,additionalinformationasperformat shallbefurnishedregarding the detailsofpersonalwhoshallberesponsiblefor carrying out/preparingand checking/verifyingvariousactivitiesformingpartoffeasibility studyandproject preparation,since inceptiontothecompletionofwork.The detailedDraftQAP Documentmustbe discussedandfinalisedwiththe concerned NHAI officers immediatelyupon theaward ofthe Contract and submitted as part of theinception report.

2. It is imperativethat theQAPis approved by NHAI beforetheConsultants start the field work.

4.7 ReviewofData andDocuments

44

1. TheConsultantsshallcollecttheavailabledataandinformationrelevantforthe Study.The dataanddocumentsof major interestshallinclude,butnotbe limited to, thefollowing:

i. Climate; ii. Road inventory iii Roadcondition,year of originalconstruction, yearand typeofmajor

maintenance/rehabilitation works; iv. Condition ofbridges and cross-drainagestructures; v. sub-surfaceand geo-technical data for existing bridges; vi. Hydrological data, drawings and details ofexisting bridges; vii Existing geological maps, catchment area maps, contour plansetc. for

theproject area

viii Condition of existing river bank / protection works, if any.

ix. Details of sanctioned / on-going works on the stretch sanctioned

byMoRT&H/other agenciesfor Tie-in purposes

x. Surveyand evaluation oflocally available construction materials; xi. Historical data on classified traffic volume (preferably for 5 years or

more); xii. Origin-destination and commoditymovement characteristics;if available xiii. Speed and delaycharacteristics; if available;

xiv. Commodity-wise trafficvolume; if available;

xv. Accident statistics; and, xvi. Vehicleloading behavior(axle load spectrum), if available. xvii) Typeandlocationofexistingutilityservices(e.g.FibreOpticalCable, O/H and

U/G Electric, Telephoneline,Watermains, Sewer, Trees etc.) xviii) Environmental setting and socialbaselineof theproject.

4.8. SocialAnalysis

Thesocialanalysisstudy shallbe carriedoutinaccordancewiththe MORT&H/World Bank/ADB Guidelines.The socialanalysisreportwill,amongother things,providea socio-economicprofileoftheprojectareaandaddressinparticular,indigenouspeople, communicablediseaseparticularly HIV/AIDSpoverty alleviation,gender,local population,industry,agriculture, employment,health, education, health, child labor, landacquisition and resettlement .

4.9 TrafficSurveys

All traffic surveys andstudies will be completed in feasibilitystudies.

4.9.1 NumberandLocation of Survey Stations

1. Thetypeoftrafficsurveysandtheminimumnumberofsurveystationsshall normallybeas under, unless otherwise specificallymentioned.

Sl.NR.

Description Numberof Survey

Stations 1. Classified TrafficVolume Count 3

45

2. Origin-Destination and Commodity Movement Characteristics

Minimum2

3. Axle LoadingCharacteristics 2

4. Intersection Volume Count All MajorIntersections

5. Speed-DelayCharacteristics Project Road Section

6. Pedestrian/animal cross trafficcount All major inhabitations alongthe highway

2. Thenumberofsurveylocationsindicatedinthetableaboveareindicativeonly. TheConsultantsshall,immediately uponawardofthework,submittoNHAI, proposalsregarding

thetotalnumberaswellasthelocationsofthetrafficsurvey stationsasputofinceptionreport.Suitablemapsandchartsshouldaccompany theproposalsclearlyindicatingtherationaleforselectingthelocationofsurveyStation

3. Themethodologyofcollectionandanalysisofdata,numberand locationof traffic surveystationsshallbefinalized in consultation withNHAI.

4.9.2. ClassifiedTraffic VolumeCount Survey

1. Consultant shall make use of traffic survey done by Indian Highways Management Company Limited (IHMCL) using ATCC systems. 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 better technologies.

2. Consultant shall use ATCC systems that can meet the following accuracy levels

after validation/ correction: (a) Classification of vehicles: better than 95% (b) Counting of vehicles: better than 98% Before validation and correction, the ATCC system shall meet the following

accuracy levels: (a) Classification of vehicles: better than 90% (b) Counting of vehicles: better than 95% For verification of above accuracy levels, audit of raw ATCC shall be done on a

sampling basis. 3. ATCC systems such as Pneumatic Tube Detector, Inductive Detector Loop,

Video Image Detection, and Infrared Sensor or better technologies shall be adopted.

4. The classified traffic volume count surveys shall be carried out for 7 days

(continuous,direction-wise)attheselectedsurvey stations.Thevehicle classificationsystemasgiveninrelevantIRCcodemaybefollowed.However, the followinggeneralisedclassification systemissuggested inviewof the

46

requirementsof trafficdemand estimates and economic analysis:

Motorised Traffic Non-Motorised Traffic

2-Wheeler Bi-Cycle

3-Wheeler Cycle-Rickshaw

Passenger Car Animal Drawn Vehicle(ADV)

UtilityVehicle (Jeep, Van etc.) Hand Cart

Other Non-MotorisedVehicle

Bus MiniBus

Standard Bus

LCV LCV-Passenger

LCV-Freight

Truck MCV : 2-Axle Rigid Chassis

HCV : 3-Axle Rigid Chassis

MAV SemiArticulated

Articulated

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

6. The consultant shall compile the relevant traffic volume data from secondary

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

4.9.3. Origin-Destination andCommodity Movements Surveys

1. The consultants shall carry out 1-day (24 hour, both directions) O-D and

commodity movement surveys at locations finalized in consultation with NHAI. These will be essentially required around congested towns to delineate through traffic. The road side interviews shall be on random sample basis and cover all four-wheeled vehicles. The location of the O-D survey and commodity movement surveys shall normally be same as for the classified traffic count.

2. Thelocationoforigin anddestination zonesshallbedeterminedin relationto eachindividualstation andthepossibility oftrafficdiversiontothe ProjectRoad from/to other road routesincluding bypasses.

3. Thetrip matrices shallbeworked outforeach vehicletypeinformation onweight

47

fortrucksshouldbesummedupby commoditytypeandtheresultstabulated, giving totalweightandaverageweightpertruckforthevariouscommoditytypes. Thesamplesizeforeachvehicletypeshallbeindicatedonthetableandalsoin the graphicalrepresentations.

4. Thedataderivedfromsurveysshallalsobeanalysedtobringouttheleadand loadcharacteristicsanddesirelinediagrams.The dataanalysisshouldalsobring out therequirement for the construction ofbypasses.

5. Thedistributionofleadandloadobtainedfromthesurveysshouldbecompared Theaxleloadsurveysshallnormallybedoneusingaxleloadpadsorother sophisticated instruments. The location(s) ofcount station(s) and the survey

withthosederived from the axle load studies.

6. Thecommoditymovementdatashouldbedulytakenintoconsiderationwhile makingthe traffic demand estimates.

4.9.4..Turning Movement Surveys

1. TheturningmovementsurveysforestimationofpeakhourtrafficforthedesignofmajorandminorintersectionsshallbecarriedoutfortheStudy.Thedetailsregardingcompositionanddirectionalmovementoftrafficshallbefurnishedby the Consultant.

2. Themethodology forthesurveysshallbeasperIRC:SP:41-1994.Thedetails including locationand durationofsurveysshallbefinalizedinconsultationwith NHAIofficials.TheproposalinresponsetothisTORshallclearlyindicatethe numberoflocationsthattheConsultantswishtoconductturning movement surveys and the rationaleforthe same.

3. Thedataderivedfrom thesurvey shouldbeanalyzedtoidentify requirementsof suitable remedialmeasures,suchasconstructionof underpasses,fly-overs, interchanges,grade-separatedintersectionsalong theprojectroadalignment. Intersectionswithhightrafficvolumerequiring specialtreatmentseitherpresently or in futureshallbeidentified.

4.9.5. AxleLoad Surveys

1. Axleloadsurveysinbothdirectionsshallbe carriedoutatsuitablelocation(s) in theprojectroadstretchonarandomsamplebasisnormally fortrucksonly(both emptyandloadedtrucks)for2normaldays-(24hours)atspecialcountstations tobefinalizedinconsultationwith NHAI.However,afewbusesmay beweighed inordertogetanideaabouttheirloadingbehavior.Whileselecting the location(s)ofaxleloadsurveystation(s),thelocationsofexistingbridgeswith load restrictions,ifany,shouldbe takenintoaccountandsuchsitesshouldbe avoided.

2. Axleloadsurveysshall normally be done using axle load pads or other sophisticated instruments. The location(s) of count station(s) and the survey methodology including

48

the data formats and the instrument type to be used shall be finalized before taking up the axle load surveys

3. The axleloaddatashouldbe collectedaxleconfiguration-wise.The number of equivalentstandardaxlesper truckshallbe calculatedonthebasisofresults obtained.Theresultsofthesurvey shouldbringouttheVDFforeachtrucktype (axleconfiguration,ifthecalculatedVDF isfoundtobe belowthenational average,then nationalaverage shallbe used.Furthermore,the data from axle load surveysshouldbe analysedtobringouttheGrossVehicleWeight(GVW)and Single AxleLoad(SAL)Distributions bytruck type(axle configuration).

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

4.9.6. Speed-Delay Surveys

TheConsultantsshallcarryoutappropriatefieldstudiessuchasmovingcar survey to determinerunningspeedandjourneyspeed. The datashouldbeanalyzedtoidentifysectionswithtypicaltrafficflowproblemsandcongestion. Theobjectiveofthesurvey wouldbetorecommendsuitablemeasuresfor segregationoflocaltraffic,smoothflowofthroughtrafficandtrafficsafety. These measureswouldinclude the provisionofbypasses,under-passes,fly-overs, interchanges,grade-separated intersections and serviceroads.

4.9.7 Pedestrian/ animal cross traffic surveys:

These may be conducted to determine if provision of viaduct for pedestrians/animals is necessary to improve the traffic safety.

4.9.8 TruckTerminal Surveys

The data derived from the O-D, speed-delay, other surveys and also supplementary surveysshouldbeanalysedtoassessrequirementsforpresentand futuredevelopment of truck terminals at suitablelocations enroute.

4.10. TrafficDemandEstimates

1. The consultantsshallmake trafficdemandestimatesandestablishpossibletraffic growthratesinrespectofallcategoriesof vehicles,taking intoaccount thepast trends,annualpopulationandrealpercapitagrowthrate,elasticityoftransport demandinrelationtoincomeandestimatedannualproductionincrease.The other aspectsincluding socio-economicdevelopmentplansandthelandusepatternsof theregionhaving impactonthetrafficgrowth,theprojectionsofvehicle manufacturingindustry inthecountry,developmentplansfortheothermodesof transport,O-Dandcommodity

49

movementbehaviourshouldalsobetakeninto account whileworkingout thetraffic demand estimates.

2. Thevaluesofelasticity oftransportdemand shallbebasedontheprevailing practices i n the country. The Consultantsshallgive completebackground includingreferences forselectingthe value of transport demand elasticity.

3. Itisenvisagedthattheprojectroadsectionscoveredunderthis TORwouldbecompletedandopenedtotrafficafter3years.Thetrafficdemand estimatesshallbe donefor afurtherperiodof30yearsfromcompletionof two/fourlane.The demandestimatesshallbedoneassuming threescenarios, namely,optimistic,pessimisticandmostlikely trafficgrowth.Thegrowthfactors shallbeworked out for five-yearlyintervals.

4. Trafficprojectionsshouldbebasedonsound andprovenforecastingtechniques.Incasetrafficdemand estimatedistobemadeonthebasisofa model,the applicationofthemodelinthesimilarsituation withthevalidationoftheresults shouldbeestablished. Thetrafficprojectionsshould alsobringoutthepossible impact of implementation of any competing facility in the near future. The demand estimatesshould alsotake intoaccountthefreight and passengertraffic alongthemajorcorridorsthatmayinterconnectwiththeproject. Impactoftoll charges on thetraffic estimates should be estimated.

5. The methodologyfortrafficdemandestimatesdescribedintheprecedingparagraphsisfornormaltrafficonly. In additiontothe estimatesfornormal traffic,theConsultants shall alsoworkoutthe estimatesforgenerated, induced and diverted traffic.

6. Thetrafficforecastsshall also be madeforboth diverted andgenerated traffic.

7. Overalltrafficforecastthusmadeshallformthebasisforthe design of each pavement type and otherfacilities/ancillaryworks.

4.11. Engineering Surveys andInvestigations

4.11.1. ReconnaissanceandAlignment

1. The Consultants should make an in-depth study of the available landwidth(ROW)

topographic maps, satellite imageriesandair photographsof the projectarea,geological

maps,catchmentarea maps,contourplans,floodflowdata andseismologicaldata and

otheravailablerelevantinformationcollectedby themconcerningtheexistingalignment.

Consultanthimselfhastoarrangetherequiredmapsandtheinformationneeded by him

fromthepotentialsources.Consultantshould make efforts forminimizingland

acquisition.

2. Thedetailedgroundreconnaissancemaybetakenupimmediatelyafterthestudy ofmapsandotherdata.Theprimary taskstobeaccomplishedduringthe reconnaissancesurveys

50

include;

i. topographical features of the area; ii. typical physical featuresalong the existing alignment within and outside

ROWi.e. land use Pattern; iii. possiblealignmentalternatives,vis-a-vis,schemefortheconstructionof

additionallanes parallelto the existing road; iv. realignmentrequirementsincludingtheprovisionofbypasses,ROBs/

Flyoversandvia-ductforpedestriancrossingswith possible alignment

alternatives; v. preliminary identification of improvement requirements including treatments

and measuresneeded for the cross-roads; vi. trafficpattern and preliminary identification of traffic homogenous links; vii. sections through congested areas; viii. inventoryofmajoraspectsincludinglandwidth,terrain,pavementtype,

carriageway type,bridgesandstructures(type,size andlocation),

intersections(type,cross-roadcategory,location) urbanareas(location, extent),

geologicallysensitiveareas, environmental features: ix. critical areas requiring detailed investigations; and, x. Requirementsfor carrying out supplementary investigations. xi. soil(texturalclassifications)and drainageconditions xii. Typeandextentofexistingutilityservicesalongthealignment(withinROW).

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 utilizedfor planningand programming thedetailedsurveysandinvestigations.Allfield studies including the traffic surveys should be taken up on the basis of information derived from the reconnaissancesurveys.

4. Thedataandinformationobtainedfromthereconnaissancesurveysshouldbe documented.The dataanalysisandtherecommendationsconcerning alignment and the field studies should be included in theInception Report. Thedata obtained fromthereconnaissancesurveysshouldformthecoreofthedatabasewhich wouldbesupplementedandaugmentedusingthedataobtainedfromdetailed field studies and investigations.

5. Thedataobtainedfromthereconnaissancesurveysshouldbecompiledinthe tabular as wellasgraphical (chart)form indicating the major physical features and theproposedwidening schemefor NHAI'scomments.Thedataandthecharts should also accompanytherationaleforthe selection of traffic surveystations.

4.11.2. Topographic Surveys

1. Thebasicobjectiveofthetopographicsurveywouldbetocapturetheessential groundfeaturesalongthealignmentinordertoconsiderimprovementsandfor working outimprovements,rehabilitationandupgrading costs.Thedetailed

51

topographicsurveysshouldnormally betakenupafterthecompletionof reconnaissancesurveys.

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 2 cm or better (b) Fundamental vertical accuracy of 2 cm or better (c) More than 50 points shall be measured per sq. m and for aerial based surveys (a) Fundamental horizontal accuracy of 5 cm or better (b) Fundamental vertical accuracy of 5 cm or better (c) More than 10 points shall be measured per sq. m. To establish accuracy, a check point survey using DGPS (for horizontal accuracy) and Auto Level (for vertical accuracy) shall be carried out to establish the fundamental horizontal and vertical accuracy. A minimum of 25 check points, or check points once every 4 km should be established, and these should be strictly different from any geo-referencing or control network points.

3. The following are the set of deliverables which should be submitted after completion of survey: (a) Raw DGPS data for the entire highway length and adjoining areas of interest (b) Point cloud data or equivalent for the entire highway length and adjoining areas of interest in a format/ platform as per industry good practice which shall be amenable to operations by 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 (e) Cross section of the highway at every 1 m in *.dwg format.

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. In shadow areas such as invert levels below culverts, 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. Thedetailed field surveys would essentiallyincludethe following activities:

i. TopographicSurveysalongtheExistingRightofWay(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

52

roads alignment and location of bridge approved by NHAI.

vi.. Collection/ Extractionofdetailsforallfeaturessuchasstructures(bridges,culverts

etc.)utilities,existingroads,electricandtelephoneinstallations(both O/H as well

as underground), huts, buildings, fencingand trees(with girth greater

than0.3metre) oiland gaslinesetc. fallingwithinthe extent of survey.

4. Thewidth of surveycorridor will generallybeasgiven under:

i. Thewidth of thesurvey corridor should takeinto account thelayout of the

existingalignmentincludingthe extentofembankmentandcutslopesand

thegeneralgroundprofile.While carryingoutthefieldsurveys,the

wideningscheme(i.e.right,leftorsymmetricaltothe centreline ofthe

existingcarriageway) shouldbetakenintoconsiderationsothatthe

topographicsurveyscoversufficientwidthbeyondthecentreline ofthe proposed

dividedcarriageway.Normally the surveysshould extend a minimum of30m

beyondeithersideofthecentre line ofthe proposed divided carriageway or land

boundarywhicheveris more

ii. Incasethereconnaissancesurveyrevealstheneedforbypassingthe congested

locations, thetraverselines wouldberun alongthepossible

alignmentsinordertoidentify andselectthe mostsuitable alignmentfor

thebypass.The detailedtopographicsurveysshouldbe carriedoutalong

thebypassalignmentapprovedby NHAI..Atlocationswhere grade separated

intersectionscouldbetheobviouschoice,thesurveyareawillbesuitablyincreased.F

ieldnotesofthesurveyshouldbemaintained which would also provideinformation

about traffic, soil, drainage etc.

iii. Thewidthofthesurveyedcorridorwillbewidenedappropriatelywhere

developmentsand/orencroachmentshave resultedinarequirementfor

adjustmentinthe alignment,orwhereitisfeltthatthe existingalignment can

beimproved upon through minor adjustments.

iv Where existing roads cross the alignments, the survey will extend a

minimumof100meithersideoftheroadcentrelineandwill beof sufficientwidth

toallowimprovements,includingatgradeintersectionto bedesigned.

5. Thesurveyedalignment shall betransferred on tothe ground as under:

i. ReferencePillar and Bench Mark/ Referencepillar ofsize15 cmX 15cm

X45cmshallbecastinRCCofgrade M15withanailfixedinthecentre

ofthetopsurface. The reference pillarshallbe embeddedinconcrete upto

adepthof30cmwithCC M10(5cmwideallaround).Thebalance15cm above

groundshallbe paintedyellow. The spacingshallbe 250m apart, incase

BenchMarkPillarcoincideswithReference Pillar,onlyone ofthe two need

beprovided.

53

ii. EstablishingBenchmarksatsiteconnectedtoGTSBenchmarksata

intervalof250metresonBenchmarkpillarmade ofRCCasmentioned

abovewith RL and BMNo. marked on itwithred paint.

iii. BoundaryPillars-Whereverthereisaproposalofrealignmentofthe

existingHighway and/or constructionofNewBypasses,Consultantshall fix

boundary pillars along the proposed alignment on the extreme boundaryon

either sideof theproject Highwayat 50 m interval.

4.11.2.1 Longitudinal andCross-Sections

The topographic surveys for longitudinal and cross-sections shallcoverthe following:

i. Longitudinalsectionlevelsalongfinalcentrelineat every1minterval,

atthelocationsof curve points,smallstreams,and intersectionsandatthe

locations of changein elevation.

ii. Crosssectionsat every1mintervalinfull extentofsurvey covering

sufficientnumberofspotlevelson existing carriageway andadjacent

groundforprofile correction courseand earthwork calculations.Cross

sections shall be taken at closer interval at curves.

iii. Longitudinalsectionfor crossroadsforlengthadequatefordesignand quantity

estimation purposes.

iv. Longitudinaland crosssectionsformajorand minorstreamsshall cover Cross

section of the channel at the site of proposed crossing and few cross

sections at suitable distance both upstream and downstream, bed level

upto top of banks and ground levels to a sufficient distance beyond the

edges of channel, nature of existing surface soil in bed, banks &

approaches, longitudinal section of channel showing site of bridge etc.

These shall be as per recommendations contained in IRC

SpecialPublication No. 13

(GuidelinesfortheDesignofSmallBridgesandCulverts) andprovisions of

IRC:5 (“StandardSpecifications&CodeofPracticeforRoadBridges, Section

1– General Features of Design”).

At feasibility studystage cross sections at 50m interval maybetaken.

4.11.2.2 Details ofutility Services andOtherPhysical Features

1. TheConsultantsshallcollectdetailsofallimportantphysicalfeaturesalongthe alignment. These features affect the project proposals and should normally include buildingsandstructures,monuments,burialgrounds,cremationgrounds, placesofworship,railwaylines,stream/river/canal,watermains,severs,gas/oil pipes,crossings,trees,plantations,utility servicessuchaselectric,andtelephone

54

lines(O/H&U/G)andpoles,opticalfibrecables(OFC)etc.Thesurvey would covertheentireright-of-way oftheroadontheadequateallowanceforpossible shiftingof thecentral lines at someof theintersections locations.

2. Consultant shall also map out sub-surface utilities. The following criteria shall be

met by the process of sub-surface utility mapping: (a) Scope to be provided by RO/ PD using which bids shall be placed by consultant. For any additional length coverage identified later (including any necessary new alignments), the per km-pass rate quoted during bidding shall be used for compensation (as per actual). However, survey of sub-surface utilities should be limited to embankment/ carriageway portion only (b) Accurate mapping and resolution of all sub-surface utilities up to a depth of 4 m (c) Differentiation between sub-surface utilities such as live electric cables, metallic utilities and other utilities (d) Sub-surface utilities radargrams further processed into utility maps in formats such as PDF, JPEGand AutoCAD. To meet the accuracy levels, consultant shall use Ground Penetrating Radar, Induction Locator or better technologies.

3. Theinformationcollectedduringreconnaissanceandfieldsurveysshallbeshown ona stripplan sothatthe proposedimprovementscanbe appreciated andthe extentoflandacquisitionwithL.Aschedule,utilityremovalsofeachtypeetc. assessedandsuitableactionscanbe initiated. Separatestripplanfor eachofthe services involved shallbeprepared for submission to the concerned agency.

4.11.3. Road andPavement Investigations

TheConsultantsshallcarry outdetailedfieldstudiesinrespectofroadand pavement.Thedatacollectedthroughroadinventory andpavementinvestigations should besufficient to meet theinput requirements of HDM-IV.

4.11.3.1 Road Inventory Surveys

1. Detailed road inventory surveys shall be carried out to collect details of allexisting roadand pavementfeaturesalong theexisting road sections. The inventorydata shallincludebut notlimited tothe following:

i. Terrain (flat, rolling, mountainous);

ii. Land-use (agricultural, commercial, forest,residential etc) @ every

kilometer;

iii. Carriagewaywidth,surfacingtype@every500mandeverychangeof

featurewhichever isearlier;

iv. Shouldersurfacingtypeandwidth@every500mandeverychangeof

featurewhichever isearlier;

v. Sub-grade/localsoiltype(texturalclassification)@every500mand

everychangeof featurewhichever isearlier;

vi. Horizontal curve; verticalcurve

55

vii. Road intersection typeand details, ateveryoccurrence;

viii. Retaining structures and details, ateveryoccurrence;

ix. Location ofwater bodies(lakes and reservoirs), at everyoccurrence;

x. Heightofembankmentordepthofcut@every200mandeverychangeof

featurewhichever isearlier.

xi. Landwidth i.e. ROW

xii. Culverts, bridges and other structures(type, size, span arrangement and

location)

xiii. Roadside arboriculture

xiv. Existing utility services on either sidewithin ROW.

xv. General drainage conditions

xvi. Design speed of existing road

2. Thedatashouldbecollectedinsufficientdetail.Thedatashouldbecompiledand presentedintabularas wellasgraphicalform.Theinventorydatawould bestored in computerfiles usingsimpleutilitypackages, such as EXCEL.

4.11.3.2 Pavement Investigation

1. Pavement Composition

i. Thedataconcerningthepavementcompositionmaybealreadyavailable

withthe PWD. However,the consultantsshallmake trialpitstoascertain

thepavementcomposition.ThetestpitintervalwillbeasperPara4 below.

ii. For each test pit, thefollowing information shallberecorded:

• test pit reference(Identification number, location):

• pavementcomposition (material typeand thickness); and

• subgrade type(textural classification)and condition (dry, wet)

2. Road andPavement ConditionSurveys

i. Detailedfieldstudiesshallbecarriedouttocollectroadandpavement surface

conditions. Thedata should generally cover:

• pavementcondition (surfacedistress typeand extent);

• shoulder condition;

• embankment condition; and

• drainage condition Pavement Condition

• cracking (narrow and wide cracking), % of pavement area

affected;

• raveling, % of pavement area affected;

• potholing, % of pavement area affected;

• edge break, length (m); and,

56

• rut depth, mm

Shoulder Condition • Paved: Sameas for pavement

• Unpaved:materialloss, rut depth and corrugation,

• Edgedrop, mm.

Embankment Condition • general condition; and • extent of slope erosion

ii. Theobjectiveoftheroadandpavement conditionsurveysshallbeto identify

defectsandsectionswithsimilar characteristics. Alldefectsshall

besystematicallyreferenced,recordedandquantifiedforthepurposeof

determining the modeofrehabilitation.

iii. Thepavement conditionsurveysshallbe carriedoutusing visualmeans.

Supplemented by actualmeasurementsandinaccordance withthewidely

accepted methodology(AASHTO,IRC,OECD, TRL and WorldBank

Publications)adapted tomeet thestudy requirements. Themeasurement of

rut depth would be madeusing standard straight edges.

iv. Theshoulderand embankment conditionsshallbe evaluated by visual

meansandthe existenceofdistress modes (cuts, erosionmarks,failure,

drops)and extent(none,moderate,frequentand veryfrequent) ofsuch distress

manifestations would be recorded.

v. For sections with severe distresses, additional investigations as

appropriate shall be carried out to determine the causeof such distresses.

vi. Middle200m couldbe consideredasrepresentativesamplefor eachone km. of

road and incaseall other things are considered similar.

DrainageCondition

• General condition

• Connectivity of drainage turnouts into the natural topography

• Condition in cut sections

• Condition at high embankments

The data obtained fromthe conditionsurveysshouldbe analysedandthe road segmentsofmoreorlessequalperformancemaybeidentifiedusingthecriteria given inIRC: 81-1997.

3. Pavement Roughness

i. Theroughnesssurveysshallbe carriedoutusingBumpIntegratoror

similarinstrument. The methodologyforthesurveysshallbeasperthe

widelyusedstandardpractices. The calibration oftheinstrumentshall be

57

done aspertheprocedure giveninthe WorldBank’s Technical

Publicationsand duly gotauthenticated by established

laboratory/institution acceptableto the client

ii. Thesurveysshallbe carriedoutalongtheouterwheelpaths. The surveys shall

coveraminimumoftwo runsalongthe wheelpathsfor each directions.

iii. Theresultsofthesurveyshallbe expressedintermsofBIandIRIand

shallbepresentedintabularandgraphicalforms. Theprocesseddata

shallbeanalysedusingthe cumulativedifferenceapproachtoidentify road

segments homogenous with respect to surfaceroughness.

4. Pavement Structural Strength

i. TheConsultantsshallcarryoutstructuralstrengthsurveysforexisting

pavementsusingBenkelmanBeamDeflectiontechniqueinaccordance withthe

CGRAproceduregiveninIRC:81-1997(“Guidelinesfor

StrengtheningofFlexible RoadPavementsUsingBenkelmanBeam Deflection

Technique”).

ii. Itissuggestedthatthedeflectionsurveysmaybecarriedoutasperthe schemegiven

below:

• mainlinetesting; and,

• control section testing.

iii. Thedeflectiontestsforthemainlineshallbecarriedoutatevery500m along

theroad sectionscovered under the study. The control section

testingshallinvolvecarryingoutdeflectiontestingforeach100mlong

homogenousroadsegmentalongtheroadsections.The selectionof

homogenoussegmentshallbebasedonthedataderivedfrompavement

conditionsurveys. The totallengthofsuchhomogenoussegmentsshallnot be

lessthan100mperkilometre. The deflectionmeasurementsforthe control

section testing should beat an interval ofnot morethan 10 m.

iv. Testpitsshallbedugatevery500mandalsoalongeachhomogeneous road segment

to obtain pavement composition details(pavement course,

materialtypeandthickness) so as tobeableto studyifacorrelation exists

betweendeflectionandcomposition.Ifso,therelationshipmay be used

whileworking outthe overlay thickness for theexisting pavement.

v. Benkelman Beam Deflection surveys may not be carried out for severely

distressed sections ofthe roadwarranting reconstruction. The

Consultants,immediately uponthe awardofthe contract,shallsubmitto NHAI

the scheme describing the testing schedule including the interval. The

testing scheme shall be supportedby data fromdetailed reconnaissance

surveys.

vi. In case, the Consultants wish to use any acceptable method(s)other than

BenkelmanBeam deflectiontechnique for the evaluationofpavement strength,

58

viz.Fallingweightdeflectometer methodetc. detailsofsuch methods or

innovative features for deflection testing using Benkelman Beam technique

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.

4.11.3.3 SubgradeCharacteristics and Strength

1. Basedonthedataderivedfromcondition(surfacecondition,roughness)and structuralstrengthsurveys,theprojectroadsectionshouldbe dividedinto segments homogenouswith respect to pavement condition and strength. The delineation of segments homogenouswithrespecttoroughnessandstrength should bedoneusingthecumulativedifference approach (AASHTO, 1993).

2. Thedataonsoilclassificationandmechanicalcharacteristicsforsoilsalongthe existingalignmentsmay already beavailablewiththePWD.Thetestingscheme is, therefore, proposedasgiven under:

i. For the widening (2/- Laning) of existing road within the ROW, the

Consultantsshalltestatleastthree sub-gradesoilsamplesforeach homogenous

road segment or three samples for each soil type encountered,

whichever is more.

ii. Fortheroadsalongnewalignments,thetestpitsforsubgradesoilshall be @5km

orforeachsoiltype,whicheverismore.Aminimum ofthree samples should

betestedcorresponding to each homogenous segment.

3. Thetestingfor subgradesoilshallinclude:

i. in-situ densityand moisture content at each test pit

ii. FieldCBR using DCP ateach test pit iii. Characterization(grain size and Atterberg limits)at each test pit and, iv. Laboratory moisture-density characteristics (modified AASHTO

compaction); v. LaboratoryCBR(unsoakedand4-daysoakcompactedatthree energy levels)

and swell.

4. Forproblematicsoils,thetestingshallbemorerigorous.Thecharacteristicswith regardtopermeability andconsolidationshallalsobedeterminedforthesesoils. Thefrequency ofsamplingandtestingofthesesoilsshallbefinalisedin consultationwiththe NHAIofficersaftertheproblematic soiltypesareidentified alongtheroad sections.

5. Thelaboratoryfortestingofmaterialshouldbegotapprovedfrom NHAIbefore start of work.

59

4.11.4 Investigations forBridges and Structure

4.11.4.1 Inventory ofBridges, Culverts and Structures

TheConsultantsshallmakeaninventory ofallthestructures(bridges,viaducts, ROBs,/RUBandothergradeseparatedstructures, culverts,etc.)alongtheroad undertheproject.Theinventory forthebridges,viaductsandROBsshallinclude theparametersrequiredaspertheguidelinesofIRC-SP:35.Theinventory of culvertsshallbe presented ina tabularform covering relevantphysicaland hydraulicparameters.

4.11.4.2 HydraulicandHydrological Investigations

1. Thehydrologicalandhydraulicstudiesshallbecarriedoutinaccordancewith IRCSpecialPublication No.13(“GuidelinesfortheDesignof SmallBridgesand Culverts”)andIRC:5(“Standard Specifications& Codeof PracticeforRoad Bridges,SectionI GeneralFeatureofDesign”).Theseinvestigationsshallbe carriedoutforallexisting drainagestructuresalong theroadsectionsunderthe study.

2. Theconsultantshallalsocollectinformationonobservedmaximumdepthof scour.

3. Inrespectofmajorbridges,historyofhydraulicfunctioningofexistingbridge,if any,underfloodsituation,generaldirectionofrivercourse throughstructure, afflux,extentandmagnitude of flood,effectof backwater, ifany, aggradation/degradationofbed,evidenceofscouretc.shallbeusedtoaugment the available hydrological data. The presence of flood control/irrigation structures,ifaffectingthehydrauliccharacteristicslikecausing obliquity, concentrationofflow,scour,silting ofbed,changeinflowlevels,bedlevelsetc. shallbestudiedandconsideredindesignofbridges.Thedetailsofany future planned work that mayaffect theriver hydraulics shall be studied and considered.

4. The Consultants shall make a desk study of available data on topography(topographicmaps, stereoscopic aerialphotography), stormduration, rainfallstatistics, topsoilcharacteristics, vegetation coveretc.so astoassessthe catchmentareasandhydraulicparametersforallexisting andproposeddrainage provisions.Thefindingsofthe deskstudy wouldbefurthersupplementedand augmented by a reconnaissancealongthe area. All-importanthydrological features shall be noted duringthis field reconnaissance.

5. The Consultants shall collect information on high flood level (HFL),low water levels (LWL), hightide level(HTL),lowtide level(LTL)whereapplicable, dischargevelocity etc.fromavailablepastrecords,localinquiriesandvisible signs,ifany,onthestructuralcomponentsandembankments.Localinquiries shallalsobemadewithregardtotheroadsectionsgetting overtoppedduring heavyrains.

6. ConductingModelstudiesforbridgesisnotcoveredinthescopeofconsultancy

services.IfModelstudyisenvisagedforanybridge,requirementofthesame

shallbespeltoutintheRPFdocumentsseparatelyindicatingscopeandtime frame of

suchstudy. Salientfeaturesof the scope of servicestobe includedfor model

studyaregiven inthe supplement-IITermsof Reference.

4.11.4.3 ConditionSurveys forBridges, Culverts andStructures

60

1. TheConsultantsshallthoroughlyinspecttheexistingstructuresandshallprepare areportabouttheirconditionincluding alltheparametersgivenintheInspection pro-formaofIRC-SP; 35.Theconditionandstructuralassessmentsurveyofthe bridges/culverts/structuresshallbecarriedoutby seniorexpertsofthe Consultants.

2. Forthebridgesidentifiedtobeinadistressedconditionbaseduponthevisual conditionsurvey,supplementarytestingshallbecarriedoutasperIRC-SP:35and IRC-SP:40.Selectionoftestsmay bemadebasedonthespecificrequirementof the structure.

3. Theassessmentoftheloadcarryingcapacity orratingofexistingbridgesshallbe carried out underoneormoreof thefollowingscenarios:

i. whenthedesignliveloadislessthanthatofthestatutorycommercial vehicle

plying or likelyto plyon bridge;

ii. ifduringtheconditionassessmentsurveyandsupplementarytestingthe bridge

isfoundtoindicatedistressofseriousnatureleadingtodoubt about

structuraland / orfunctionaladequacy, and

iii. Designliveload is not known nor are therecordsand drawings available

.

4. Theevaluationoftheloadcarryingcapacityofthebridgeshallbecarriedoutas perIRC-SP:37(“Guidelinesfor EvaluationofLoadCarryingCapacity ofBridges”). The analyticalandcorrelationmethodshallbeusedforthe evaluationoftheload carryingcapacity asfaraspossible.Whenitisnotpossible todeterminetheloadcarryingcapacity ofthebridgeusinganalyticaland correlation method, the same shall be carried out using load testing. The consultanthastoexhaustallothermethodsofevaluationofstrengthofbridges beforerecommendingtotakeuploadtestingofbridges.Roadclosurefortesting if unavoidableshallbearranged by NHAI for limited duration say12 hours orso.

5. Consultantshallcarryoutnecessarysurveysandinvestigationstoestablishthe remaining servicelife ofeachretainablebridge orstructure withandwithoutthe proposedstrengthening andrehabilitationaccordingtoacceptableinternational practicein this regard.

4.11.4.4 Geo-technical Investigations andSub-SoilExploration

1. The Consultantsshall carryout geo-technical investigations and sub-surface explorationsfortheproposed Bridges/Roadover bridges/tunnels/ viaducts/ interchanges etc., alonghigh embankments and anyotherlocation as necessary forproperdesignoftheworks and conduct allrelevantlaboratory andfieldtests onsoil androcksamples.The minimumscope ofgeo-technicalinvestigationsfor bridge and structures shallbe as under:

61

2.

Thedeviation(s),ifany,bytheConsultantsfromtheschemepresentedabove should beapproved by NHAI.

3. However,whereastudyofgeo-technicalreportsandinformationavailablefrom adjacent crossings over the same waterway (existing highway and railway bridges)indicatesthatsubsurfacevariability issuchthatboringatthesuggested spacing will be insufficient to adequately define the conditions for design purposes,theConsultantsshallreviewandfinalisethebore holelocationsin 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 approacheswithtrialpitsandbore holesectionsshowingthelevels,natureand propertiesof variousstrata toa sufficientdepthbelowthe levelsuitable for foundations,safeintensityofpressureonthefoundationstrata,pronenessofsite toartesianconditions,seismicdisturbanceandotherengineering propertiesofsoil etc.GeotechnicalinvestigationandSub-soilExplorationwillbedoneasperIRC 78.

5. Theschemefortheboringslocationsandthedepthofboringshallbeprepared by theConsultantsandsubmittedto NHAI forapproval.Thesemay befinalisedin consultation with NHAI.

6. The sub-soil exploration and testing should be carried out through the GeotechnicalConsultantsempanelledby MORT&H.Thesoiltestingreportsshall bein theformat prescribed in relevantIRC Codes.

7. Fortheapproachroadpavement,boreholesateachmajorchangeinpavement conditionorindeflectionreadingsorat2kmintervalswhicheverisless shallbe carriedouttoadepthof atleast2mbelowembankmentbaseortorockleveland aretobefullylogged.Appropriateteststobecarriedoutonsamplescollected fromtheseboreholestodeterminethesuitability ofvariousmaterialsforusein wideningof embankments or in parts ofnew pavement structure.

S.No. Description Location ofBoring

1 Overalllength = 6 – 30m One abutment location and One abutment

locationandatleastoneintermediatelocation

between abutments for structures having more

than one span

2 Overalllength = 30– 60 m One abutment location and at least one intermediate location betweenabutments for structures havingmorethan onespan.

3 Overalllength >60 m Each abutment andeachpierlocations.

62

4.11.5. MaterialInvestigations

1. TheConsultantsshallidentifysources(includinguseoffly-ash/slag),quarrysites andborrowareas,undertakefieldandlaboratory testingofthematerialsto determine their suitability for various components of the work and establish qualityandquantityofvarious construction materials and recommend theiruseon thebasisoftechno-economicprinciples.TheConsultantsshallpreparemasshaul

diagramforhaulagepurposesgivingquarry chartsindicatingthelocationof selected borrowareas, quarries and therespectiveestimated quantities.

“Environment friendlymaterials”

“AsperMORTHcircular No.RW/NH-33044/53/2013-

S&R(R)dated20thNovember,2013,alternative pavementmaterialsandtechnologies

for road constructionshallbeassessedandcomparedinthe designstage.Thealternative

resulting insubstantialreductioninGHGemissionandwithleastlife cyclecost

shallberecommended for implementation.

Technicalandeconomicfeasibility ofusingindustrialbyproducts,recyclableand

wastematerialsshallbeassesseddependingontheiravailability intheconcerned region.

2. Itistobeensuredthatnomaterialshallbeusedfromtheright-of-wayexceptby way oflevelingthegroundasrequiredfromtheconstructionpointofview,orfor landscaping andplantingoftreesetc.orfromthecuttingofexistinggroundfor obtainingthe required formation levels.

3. Environmentalrestrictions,ifany,andfeasibilityofavailabilityofthesesitesto prospectivecivilworkscontractors,shouldbeduly takenintoaccountwhile selectingnew quarrylocations.

4. TheConsultantsshallmakesuitablerecommendationsregardingmakingthe borrowandquarry areasaftertheexploitation ofmaterialsforconstructionof works.

5. The Material Investigation aspect shall include preparation and testing of bituminousmixesfor variouslayersandconcrete mixesof differentdesignmix gradesusing suitablematerials(binders,aggregates,sandfilleretc.)asidentified duringMaterialInvestigation to conform to latest MoRT&H specification.

4.12 DetailedDesignofRoad andPavements, Bridges, Structures

4.12.1. General

1. TheConsultantsaretocarryoutdetaileddesignsandprepareworkingdrawings forthe following:

i. Highspeedhighwaywithdividedcarriagewayconfigurationcompletein

allrespects with serviceroads atappropriate locations;

63

ii. Designofpavementfortheadditionallanesandoverlayfortheexisting road,

paved shoulders, medians, verges; iii. Bridges,viaduct/subwaysandothergradeseparatedstructuresincluding

ROBs/RUBs etc. iv. At-gradeand grade-separated intersections, interchanges(ifrequired);

v. ROBforrailwaycrossingsaspertherequirementandthestandardsof the Indian

Railways; and, vi. Prepare alignmentplans, longitudinal sections and cross-sections @

50mintervals; vii. Designsfor road furnitureand road safety/traffic control features; viii. Designs anddrawings for service road/under passes/overpass / cattle

passes treeplanting/fencing atlocations wherenecessary / required ix.. Tollplazasandoffice-cum-residentialcomplexforPIU(oneforeachcivil

contract package) xShortbypasses at congested locations xi. Drainage designshowing locationof turnouts, out falling structures,

separatedrawings sheet for each 5 km. stretch. xii. Bridges and structures rehabilitation planwith design and drawings xiii. Traffic amenities (Parking Areas, Weighing Station and Rest Areas,

etc.).

xiv Design of pavement for approach road

xv Design of river bank protection / training works. Innovative typeof

structures with minimum joints, aesthetically, pleasing and appropriate to

the topography of the region shall be designed wherever feasible.

4.12.2. Design Standards

1. TheConsultantsshallevolveDesignStandardsandmaterialspecificationsforthe Study primarilybasedonIRCpublications,MoRT&HCircularsandrelevant recommendations of theinternational standards forapproval by NHAI.

2. TheDesignStandardsevolvedfortheprojectshallcoverallaspectsofdetailed designincluding the designofgeometricelements,pavementdesign,bridgesand structures, traffic safetyand materials.

4.12.3. Geometric Design

1. Thedesignofgeometricelementsshall,therefore,takeintoaccounttheessential requirements of such facilities.

2. Basedonthedatacollectedfromreconnaissanceandtopographicsurveys,the sectionswithgeometricdeficiencies, if any,shouldbe identifiedandsuitable measures for improvement should be suggestedfor implementation.

3. Thedataonaccidentstatisticsshouldbecompiledandreportedshowingaccident type and frequency so that black spots are identified along the project road section.The possiblecauses(suchaspoor geometricfeatures,pavementcondition etc.) ofaccidentsshouldbeinvestigatedintoandsuitablecost-effectiveremedial measures suggested for implementation.

64

4. Thedetaileddesignforgeometricelementsshallcover,butnotbelimitedtothe followingmajoraspects:

i. horizontal alignment; ii. longitudinal profile;

iii. cross-sectional elements, including refuge lane(50m)at every2kms.

iv. junctions, intersections and interchanges; v. bypasses;and, vi. serviceroads as and when require i.ebuilt up area..

5. Thealignmentdesignshallbeverifiedforavailablesightdistancesasperthe standard norms.The provisionof appropriatemarkingsandsignsshall be made wherevertheexisting siteconditionsdonotpermittheadherencetothesight distancerequirements asper thestandard norms.

6. Theconsultantsshallmakedetailedanalysisoftrafficflowandlevelofservice fortheexistingroadandworkoutthetrafficflowcapacityfortheimproved projectroad.Theanalysisshouldclearly establishthewidening requirementswithrespecttothedifferenthorizonperiodstaking intoaccount special problems suchas road segments with isolated steepgradients.

7. InthecaseofcloselyspacedcrossroadstheConsultantshallexaminedifferent optionssuchas,providinggradeseparatedstructure for someofthemwithaview toreducenumberofat-grade crossings,servicesroadsconnecting thecross-roads andclosing accessfromsomeoftheintersectionsandprepareandfurnish appropriate proposals for this purpose keeping in view the cost of improvement, impact on traffic movementand accessibility to cross roads. The detailed drawings and cost estimate should include the provisions for realignments of the existing cross roads to allow such arrangements.

8. The Consultant shall also prepare design of grade separated pedestrian crossings (viaducts) for largecross traffic of pedestrians and / or animals.

9. TheConsultantshallalsopreparedetailsforat-gradejunctions,whichmaybe adopted asalternative tothegrade separatedstructures.Thegeometric designof interchangesshalltakeintoaccountthe siteconditions,turningmovement characteristics, level of service, overall economyand operational safety.

10. TheConsultantsshallpreparedesignandotherdetailsinrespectoftheparallel serviceroadsinurbanizedlocationsandotherlocationstocatertothelocal traffic,theireffectoftheviabilityoftheprojectoncommercialbasisifservice roadsare constructed aspart of the projectandthe implicationsof notproviding the serviceroads.

11. The consultantshallprepare complete road and pavement design including drainagefornew bypassoption identified aroundcongested town en-route.

4.12.4. Pavement Design

1. Thedetailed design of pavement shallinvolve:

i. strengthening of existingroadpavement and design of thenew pavement if

any,ifthe findingsofthe traffic studiesandlife-cyclecostinganalysis

65

confirmthe requirementforwideningofthe roadbeyond2lane undivided

carriagewaystandard;; ii. pavementdesign for bypasses;and,

iii. design of shoulders.

2. Thedesign of pavementshallprimarilybebasedonIRC publications.

3. ThedesignofpavementshallberigorousandshallmakeuseofthelatestIndian andInternational practices.Thedesignalternatives shallincludebothrigidand flexible designoptions.Themostappropriatedesign,optionshallbe establishedonlife-cycle costing andtechno-economic consideration.

4. Forthedesign ofpavement,eachsetofdesigninputshallbedecidedonthebasis ofrigoroustestingandevaluationofitssuitability andrelevanceinrespectof in-serviceperformanceofthe pavement. Thedesign methodologyshall accompany thedesignproposalsandshallclearlybringoutthebasicassumptions,valuesof the variousdesigninputs,rationale behindthe selectionof the designinputsand thecriteriaforcheckingandcontrolduring theimplementationofworks.Inother words,thedesignofpavementstructureshouldtake dueaccountofthetype, characteristicsofmaterialsusedintherespectivecourses,variability oftheir propertiesandalsothereliability oftrafficpredictions.Furthermore,the methodology adopted for the design of pavement shall be complete with flowchartsindicating thevariousstepsinthedesignprocess,theirinteractionwith one anotherand the input parameter required at each step.

5. Forthedesignofoverlaysfortheexisting2-lanepavement,thestrengthening requirementshallduly takeintoaccountthestrengthoftheexistingpavementvis- à-vistheremaininglife.Theoverlay thicknessrequirementsshallbeworkedout for eachroadsegmenthomogenouswithrespecttocondition,strengthandsub- gradecharacteristics.The rehabilitationprovisionsshouldalsoinclude the provisionofregulatinglayer.Forexisting pavementwithacceptablelevelsof cracking, provision of acrack inhibitinglayer should also beincluded.

6. Latesttechniquesofpavementstrengtheninglikeprovisionofgeo-syntheticsand cold/hotpavementrecyclingshouldbeduly consideredby theconsultantfor achievingeconomy.

7. Thepavedshouldersshallbedesignedasintegralpartofthepavementforthe maincarriageway.Thedesignrequirementsforthecarriageway pavementshall, therefore,beapplicablefor the designof shoulder pavements.The designof granular shoulder shouldtake intoaccountthedrainage considerationsbesidesthe structural requirements.

8. Thepavementdesigntaskshallalsocoverworkingoutthemaintenanceand strengthening requirements and periodicityand timingof such treatments.

4.12.5. DesignofEmbankments

1. The embankmentsdesignshouldprovideformaximum utilization of locally availablematerialsconsistentwitheconomy.Useofflyashwhereveravailable withineconomicalleadsmustbe considered.In accordance withGovernment instructions,useofflyashwithin100km from ThermalPowerStationsis

66

mandatory.

2. TheConsultantsshallcarryoutdetailedanalysisanddesignforallembankments of heightgreater that 6 mbased on relevantIRC publications.

3. The design of embankments should include the requirements for protection worksand traffic safety features.

4.12.6. DesignofBridges andStructures

1. Thedatacollectedandinvestigationresultsshallbeanalysedtodeterminethe following:

i. HFL

ii. LWL

iii. LBL

iv. Erodibilityof bed/scourlevel

v. Design discharge

vi. Linear waterwayand effectivelinearwaterway

vii. Likelyfoundation depth

viii. Safebearingcapacity

ix. Engineeringproperties ofsub soil

x. Artesianconditions

xi. Settlement characteristics

xii. Vertical clearance

xiii. Horizontal clearance

xiv. Freeboardfor approach road

xv. Severityof environmentwith referenceto corrosion

xvi. Data pertainingto seismic and wind load

xvii. Requirement ofmodel studyetc.

2. The Consultant shall prepare General Arrangement Drawing (GAD) and Alignment Plan showing the salient features of the bridges and structures proposedto be constructed/reconstructedalongtheroadsectionscoveredunder the Study.These salientfeaturessuchasalignment,overalllength,span arrangement,crosssection,decklevel,founding level,typeofbridge components(superstructure, substructure, foundations, bearings, expansionjoint, return walls etc.) shallbe finalized based upon hydraulic and geo-technical studies,costeffectivenessandease ofconstruction.The GADshallbe supplementedbyPreliminary designs.Inrespectofspanarrangementandtypeof bridgeafewalternativeswithcost-benefitimplicationsshouldbe submittedto

67

enableNHAIto approvethebest alternative. After approvalof alignment and GADtheConsultantshallpreparedetaileddesignasperIRCcodes/guidelines and workingdrawingsfor allcomponents of bridges and structures.

3. Thelocationofallat-gradelevelcrossingsshallbeidentifiedfallingacrossthe existing levelcrossingsforproviding ROBat theselocations.TheConsultants shallpreparepreliminaryGADfornecessaryconstruction separatelyto theClient. TheConsultantshallpursuetheIndianRailwaysAuthoritiesor/andany statutory authority ofState/CentralGovernmentforapprovaloftheGADfromconcerned Authorities.

4. GAD forbridges/structures acrossirrigation/water waychannels shallbegotapprovedfromtheconcernedIrrigation/Waterway Authorities.Subsequentto approvalofGADandalignmentplan by NHAI,theConsultants shallprepare detailed designasperIRCcodes/guidelinesfor allcomponentsof the bridgesand structures.

5. Subsequent to the approval of the GAD and Alignment Plan by NHAIand Railways,theConsultantshallprepare detaileddesignasperIRCandRailways guidelinesandworking drawingsforallcomponentsofthebridgesandstructures. The Consultantshallfurnishthe designandworkingdrawingsforsuitable protection works and/orrivertrainingworks wherever required.

6. Dismantling/ reconstruction of existing structures shall be avoided as far as possibleexceptwhereconsideredessentialinview oftheirpoorstructural conditions/inadequacyof theprovisions etc.

7. Theexistingstructureshavinginadequatecarriageway widthshallbe widened/reconstructedinpatorfully asperthelatestMoRT&Hguidelines.The Consultantshallfurnishthedetaileddesignandworkingdrawingsforcarrying out the aboveimprovements.

8. Suitable repair / rehabilitation measures shall be suggested in respect of the existing structuresasperIRC-SP:40along withtheirspecifications,drawingsand costestimate intheformof a report.The rehabilitationor reconstructionof the structuresshallbe suggested basedonbroadguidelines forrehabilitationand strengtheningof existingbridgescontained inIRC-SP:35 andIRC-SP:40.

9. SubsequenttotheapprovaloftheGADandthealignmentplanby NHAI,detailed designshallalsobecarriedoutforthe proposedunderpasses,overpassesand interchanges.

10. The Consultants shall also carry out the design and make suitable recommendations for protection works forbridgesand drainagestructures.

11. Incaselandavailableisnotadequateforembankmentslope,suitabledesignfor RCC retainingwallshallbe furnished. However, RESwallmay also be considered dependingupon techno-economicsuitabilityto be approved by NHAI.

68

4.12.7. DrainageSystem

1. Therequirementofroadsidedrainagesystemandtheintegrationofthesamewith proposedcross-drainagesystemshallbeworkedoutfortheentirelengthofthe project road section.

2. Inadditiontotheroadsidedrainagesystem,theConsultantsshalldesignthe specialdrainageprovisionsforsectionswithsuper-elevatedcarriageways,high

embankmentsandfor road segments passing through cuts. The drainage provisionsshallalsobeworkedoutforroadsegmentspassingthroughurban areas.

3. Thedesigneddrainagesystemshouldshowlocationsofturnouts/outfallpoints withdetailsof outfallstructuresfittingintonaturalcontours.A separate drawing sheet covering every5 km. stretchof road shallbeprepared.

4.12.8. TrafficSafety Features,Road FurnitureandRoadMarkings

TheConsultantsshalldesignsuitabletrafficsafety featuresandroadfurniture including trafficsignals,signs,markings,overheadsignboards,crashbarriers, delineatorsetc.Thelocationsofthesefeaturesshallbegiveninthereportsand also shown in the drawings.

4.12.9. ArboricultureandLandscaping

TheConsultantsshallworkoutappropriateplanforplanting oftrees(specifying typeofplantation),horticulture,floricultureonthesurpluslandoftheright-of way withaviewtobeautify thehighwayandmakingtheenvironmentalongthe highway pleasing.Theexistingtrees/plantsshallberetainedtotheextent possible. TheTransplantation oftreesshallalso beproposed wherever feasible.

4.12.10. TollPlaza

1. TheConsultantsshallidentifythepossibletollplazalocation(s)basedonthedata andinformationderivedfromthetrafficstudiesandastudy oftheexisting physicalfeaturesincludingtheavailability ofland.Thelocationoftheplaza shouldkeepinviewthattheprojectroadistobedevelopedasa partially access controlledhighway facility anditisrequiredtocollecttollonrationalbasisfrom asmuchofthevehiculartrafficaspossibleconsistentwitheconomy ofcollection andoperations.The locationof the tollplaza shouldbe finalisedinconsultation with NHAI.

2. Toll Plazashall bedesignedas perIRC84.

4.12.11. Weighing Station, Parking Areas andRest Areas

Theconsultantshallselectsuitablesitesfor weighing stations,parkingareasand restareasandprepare suitableseparatedesignsinthisregard. The common facilitieslike petrolpump,first-aidmedicalfacilities,police office, restaurant, vehicleparking etc.shouldbeincludedinthegenerallayoutforplanning.For petrolpump,theguidelinesissuedbyOISDofMinistry ofPetroleumshallbe

69

followed.Thefacilitiesshouldbeplannedtobeatapproximately 50kminterval. Atleasteachfacility (1no.)isforeseentobeprovidedforthisprojectstretch. Weighing stationscan belocated neartollplazassothatoverloadedvehiclescan beeasily identifiedandsuitably penalizedandunloadedbeforebeingallowedto proceedfurther.Thetypeofweighing systemsuitablefortheprojectshallbe broughtoutinthereportgivingmeritsofeachtypeofthestate-of-theartand basisof recommendations forthe chosen system.

4.12.12 Office-cum-ResidentialComplex forPIU-Deleted

4.12.13 Miscellaneous Works

1. TheConsultantsshallmakesuitabledesignsandlayoutformiscellaneousworks includingrestareas,busbays,vehicle parking areas,telecommunicationfacilities etc. wherever appropriate.

2. TheConsultantsshallpreparethedetailedschemeandlayoutplanfortheworks mentioned in Para1.

3. TheConsultantsshallpreparedetailedplanforthetrafficmanagementandsafety duringtheconstruction period.

4.13 Environment and SocialImpactAssessment

Theconsultantshallundertakethedetailedenvironmentalandsocialimpactassessment inaccordancewiththestandardsetbytheGovernmentofIndiaforprojectsproposedto befundedbyMORT&H/NHAI.InrespectofprojectsproposedtobefundedbyADB loan assistance,EnvironmentalAssessmentRequirements,EnvironmentalGuidelinesfor selectedinfrastructure projects,1993ofAsianDevelopmentBankshallbefollowed. Similarly,forprojectsproposedtobefundedbyWorldBankloanassistance,World Bank Guidelines shall befollowed.

4.13.1 EnvironmentalImpactAssessment

Environmentimpactassessmentorinitialenvironmentexaminationbecarriedoutin accordancewith ADB’s Environmental Assessment Requirements of ADB 1998guidelinesforselectedinfrastructureprojects1993asamendedfromtimetotime /World Bank Guidelines/ Government ofIndia Guidelines, as applicable

1. Theconsultantshouldcarryoutthepreliminaryenvironmentalscreening toassess the direct and induced impacts due to theproject.

2. The consultant shall ensure to document baseline conditions relevant to the project with the objectiveto establish thebenchmarks.

3. Theconsultantshall assessthepotentialsignificantimpactsand identifythe mitigation measures to address theseimpacts adequately.

4. Theconsultantshalldotheanalysisofalternativesincorporatingenvironmental concerns. Thisshouldinclude withandwithoutscenarioandmodification incorporated in the proposed project due toenvironment considerations.

5. Theconsultantshallgivespecialattentiontotheenvironmentalenhancement measures in theproject for thefollowing:

70

(a) Cultural propertyenhancement alongthe highways (b) Bus bays and bus shelters includingareviewof their location, (c) Highwayside landscapeand enhancement oftheroad junctions, (d) Enhancement of highwayside waterbodies,and (e) Redevelopment of the borrow areas located on publicland.

6. The consultant shall prepare the bill-of-quantities (BOQ) and technical specificationsforallitemsofworkinsuchaway thatthesemay bereadily integrated to the construction contracts.

7. Theconsultantshallestablishasuitablemonitoringnetworkwithregardtoair, waterand noisepollution. The consultantwillalso provide additional inputs in the areas ofperformanceindicatorsandmonitoringmechanismsfor environmental components during construction and operational phaseof theproject.

8. Theconsultantshallprovidethecostofmitigationmeasuresandensurethat environmental related staffing, training and institutional requirements are budgeted in project cost.

9. The consultant shall prepare the application forms and obtain forestry and environmentalclearancesfromtherespectiveauthoritiesincluding theSPCBsand the MOEF on behalf of NHAI. The consultants will make presentation,ifrequired,indefending theprojecttotheMOEFInfrastructure Committee.

10. TheconsultantshallidentifyandplanforplantationandTransplantationofthe suitable trees alongtheexistinghighwayin accordancewithIRCguidelines.

11. The consultant shall assist in providing appropriate input in preparation of relevant environment andsocial sections of BPIP.

4.13.2 SocialAssessment

1 Theconsultantwouldconductbaselinesocio-economicandcensussurveyto assessthe impactsonthe people, propertiesandlossof livelihood.The socioeconomicsurvey willestablishthebenchmarkformonitoringofR&R activities.A socialassessmentisconductedforthe entire projecttoidentify mechanisms to improve project designs to meet the needs of different stakeholders.Asummary ofstakeholderdiscussions,issueraisedand howthe project design was developed to meet stakeholders need would beprepared.

2 TheconsultantshallprepareLandAcquisitionPlanandassistNHAI in acquisition ofland under various Acts.

4.13.2.3 The consultant would prepare Resettlementand Rehabilitation Plan and assess feasibilityandeffectivenessofincomerestorationstrategiesandsuitability and availability torelocationsites.Theresettlementplanwhichaccountsforland acquisitionand resettlementimpactswouldbebasedona 25% socio-economic surveyand100%censussurveyofprojectaffectedpeoplewhichprovidesthe completeassessmentofthenumber ofaffectedhouseholdsandpersons,including commonpropertyresources.Alluntitledoccupantsarerecordedattheinitial stagesandidentify cardswillbeissuedtoensurethereisnofurtherinfluxof

71

peopleintotheprojectarea.Allconsultationswithaffectedpersons(toinclude listofparticipants)shouldbefully documentedandrecordsmadeavailableto NHAI.

• Assessmentontheimpactoftheprojecton thepoorandvulnerablegroups alongthe project road corridor.

• Basedontheidentifiedimpacts,developingentitlementmatrixforthe project affected people.

• Assessment on social issues such as indigenous people, gender, HIV/AIDS, labourers includingchild labour.

• Implementation budgets, sources and timingof fundingand schedule of tasks.

• Responsibility of tasks, institutional arrangements and personnel for delivering entitlement and plans to build institutional capacity.

• Internal andexternal monitoringplans, keymonitoringindicatorsand grievanceredress mechanism.

• IncorporatinganyothersuggestionsoftheADB/ World Bank/ NHAI,tilltheacceptanceofthereportsby theADB/ World Bank/ NHAI

4.13.3 Reporting Requirements ofEIA

• Theconsultant 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.

• 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.TheconsultantwillalsoensurethattheEMPhasalltheelementsforittobea legal document. TheEMPreports would includethe following:

o Briefdescriptionoftheproject,purposeoftheEMP,commitmentson incorporating environmentalconsiderationsinthedesign,constructionand operationsphasesof the projectandinstitutionalarrangementsfor

72

implementingthe EMP. o AdetailedEMPforconstructionandoperationalphaseswithrecourseto

the mitigation measuresfor alladverseimpacts. o Detailed plans for highway-side tree plantation (as part of the

compensatoryaforestationcomponent). o Environmental enhancement measurewould be incorporated. o Enhancementmeasureswouldincludeitemsdescribedinthescopeof

workandshallbe complete withplans,designs,BOQ andtechnical specifications.

o Environmentalmonitoringplansduringandafterconstructionincluding scaling andmeasurementtechniquesfortheperformanceindicators selected for monitoring.

o TheEMPshouldbeamendabletobeincludedinthecontractdocuments forthe works.

o IncorporatinganyotherasperthesuggestionsoftheADB/WorldBank/ NHAI,tilltheacceptanceofthereportsby theADB/World Bank /NHAIas applicable.

4.13.4 Reportingrequirements ofRAP

Analysisonthe resettlementplan be conducted basedonADBsHandBookon Resettlement,A Guide toGood practice 1998asamendedtime totime/ World Bank Guidelines / GovernmentofIndia Guidelines, asapplicable.

• Executive summary

• Description of project

• Objectives of the project.

• TheneedforResettlementintheProjectandevaluationofmeasurestominimize resettlement.

• Description and results of public consultation and plans for continued participation of PAPs.

• Definition ofPAPs and the eligibilitycriteria.

• Census and survey results-number affected, how are they affected and what impacts will theyexperience.

• Legal and entitlement policy framework-support principles for different categories of impact.

• Arrangements formonitoringandevaluation (internal and external)

• Implementation scheduleforresettlement which is linked to the civil works contract

• Amatrixofscheduledactivitieslinkedtolandacquisitionprocedurestoindicate clearlywhat steps and actions will be taken at different stagesand the timeframe

• Thepayment ofcompensation and resettlement duringtheacquisition process

• Anitemizedbudget(replacementvalueforallassets)andunitcostsfordifferent assets

73

5. Estimation ofQuantities andProject Costs

1. The Consultants shall prepare detailed estimates for quantities (considering designsandmasshauldiagram)andprojectcostfor theentire project(civil packageswise),including thecostofenvironmentalandsocialsafeguards proposed based on MoRT&H’sStandardData Book and market rate forthe inputs.Theestimationofquantitiesshallbebasedondetaileddesignofvariouscomponentsoftheprojects.Theestimationofquantitiesandcostswouldhaveto beworked out separatelyfor civil work Packageas defined in this TOR.

2. TheConsultantsshallmakedetailedanalysisforcomputingtheunitratesforthe differentitemsofworks.Theunitrateanalysisshalldulytakeintoaccountthe variousinputsandtheirbasicrates,suggestedlocationofplantsandrespective leaddistancesformechanizedconstruction.Theunitrate for eachitemof works shallbeworked out in terms of manpower, machineryand materials.

3. TheprojectcostestimatessopreparedforNHAI/ADB/WBprojects are tobecheckedagainstratesforsimilaron-going worksinIndiaunder NHAI/ WorldBank/ ADBfinancedroad sector projects.

6. Viability andFinancingOptions

1. TheProjectRoadshouldbedividedintothetraffichomogenouslinksbasedon thefindingsofthetrafficstudies.Thehomogenouslinksofthe ProjectRoad shouldbe further subdividedintosectionsbasedonphysicalfeaturesof roadand pavement,sub-gradeanddrainagecharacteristicsetc. Theeconomic and commercialanalysisshallbecarriedoutseparately foreachtraffichomogenous link as wellas forthe Project Road.

2. The values of input parameters and the rationale for their selection for the economicandcommercialanalysesshallbeclearly broughtoutandgotapproved byNHAI.

3. For models to be used for the economic and the commercial analyses, the calibrationmethodology andthebasicparametersadaptedtothelocalconditions shallbe clearlybrought outand got approved byNHAI.

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. TheConsultantsshallcarryouteconomicanalysisfortheproject.Theanalysis shouldbe for eachof the sectionscoveredunderthisTOR.The benefitandcost streamsshouldbe workedoutfor theprojectusing HDM-IVorother internationallyrecognized life-cycle costingmodel.

2. The economicanalysisshallcover but benot limited to be following aspects:

i. assessthecapacityofexistingroadsandtheeffectsofcapacityconstraints on

74

vehicleoperating costs(VOC); ii. calculate VOCs forthe existing road situation and thosefor theproject; iii. quantifyalleconomicbenefits,includingthosefromreducedcongestion,

traveldistance,roadmaintenance costsavingsandreducedincidence of road

accidents; and, iv. estimatetheeconomicinternalrateofreturn(EIRR)fortheprojectovera

30-yearperiod.IncalculatingtheEIRRs,identifythetradableandnon- tradable

componentsofprojectscostsandthe borderprice value ofthe tradable

components.

v. Saving in time value.

3. Economic Internal Rate of Return (EIRR) and Net Present Value (NPV), “with “and“withouttimeandaccidentsavings” shouldbe workedoutbasedon thesecost-benefitstream.Furthermore,sensitivity ofEIRRandNPVworkedout forth different scenariosas givenunder:

Scenario – I BaseCostsand BaseBenefits Scenario - II BaseCosts plus 15% and BaseBenefits Scenario - III BaseCostsand BaseBenefits minus 15% Scenario - IV BaseCostsplus 15%and BaseBenefits minus 15%

Thesensitivityscenariosgivenaboveareonly indicative.TheConsultantsshall selectthesensitivityscenariostakingintoaccountpossibleconstructiondelays, constructioncostsoverrun,traffic volume,revenue shortfalls,operatingcosts, exchange rate variations, convertibility of foreign exchange, interest rate volatility,non-complianceordefaultby contractors,politicalrisksandforce majeure.

4. Theeconomicanalysisshalltakeintoaccountallon-goingandfutureroadand transport infrastructureprojects and futuredevelopment plans in the project area.

6.2. FinancialAnalysis

1. Itisenvisagedthatthe projectstretchshouldbeimplementedonEPC/BOTbasis, therefore,theConsultantshallstudy thefinancialviability oftheprojectundera commercialformatand under different userfeescenariosand funding options. The Consultantsshallsubmit andfinalizeinconsultationwiththe NHAI officersthe formatfortheanalysisandtheprimary parametersandscenariosthatshouldbe takenintoaccountwhilecarryingoutthecommercialanalysis.Thefinancial model so developed shallbethe propertyof NHAI.

2. The Financial analysis for the project should cover financial internal rate of return,projected incomestatements,balance sheetsandfund flow statementsand shouldbringoutallrelevantassumptions.Thesensitivity analysisshouldbe carried out foranumberof probabilistic scenarios.

3. Thefinancial analysis should coveridentification,assessment, and mitigating measuresforallrisksassociatedwiththeproject.The analysisshallcover,butbe notlimited to,risksrelated toconstruction delays,constructioncostsoverrun, trafficvolume,revenueshortfalls,operating costs,exchange ratevariations, convertibility offoreignexchange,interestratevolatility,non-complianceor defaultbycontractors, political risks and forcemajeure.

75

4. TheconsultantshallsuggestpositivewaysofenhancingtheprojectViabilityand furnish different financial models forimplementingonBOTformat.

7. Timeperiod forthe service

1. TimeperiodenvisagedforthestudyoftheprojectisindicatedinAnnex-Ito LOI.Thefinalreports,drawingsanddocumentationshallbecompletedwithin this time schedule.

2. NHAI shall arrange to give approval on all sketches, drawings, reports and recommendationsandothermattersandproposalssubmittedfordecisionby the Consultantinsuchreasonabletimesoasnottodelayordisrupttheperformance of theConsultant’s services.

8. Project TeamandProject Officeofthe Consultant

1. The Consultants shall be required to form a multi-disciplinaryteam for this assignment. The consultantsteamshall be manned by adequate number of expertswithrelevant experience inthe executionof similar detaileddesign assignments.

2. Listofsuggestedkeypersonneltobefieldedbytheconsultantwithappropriate man-monthofconsultancy servicesisgiveninEnclosureIasperclient'sassessment.

3. A Manning Schedule for key personnel mentioned above is enclosed as EnclosureIalong with broadjob-descriptionandqualificationasEnclosureII. TheinformationfurnishedinEnclosuresI&IIaretoassisttheConsultants to understandthe client’s perceptionabout these requirements andshall be taken bythe Consultants for the purpose ofFinancialProposaland deploymentscheduleetc.intechnical proposal tobe submittedbythem.Any deviationproposedmay be recordedinthecommentsonTOR.Allthekey personnelmentionedwillbe evaluatedatthetime ofevaluationoftechnical proposal.Consultantsare advisedintheir owninteresttoframethetechnical proposalinanobjectivemanneras faraspossiblesothat thesecouldbeproperly assessed in respect of points to begivenas part ofevaluation criteria as mentioned inDatasheet.Thebio-dataofthekey personnelshouldbesignedoneverysheet by thepersonnelconcernedandthelastsheetofeachbio-datashouldalsobe signed bytheauthorisedsignatoryof theConsultants.

4. TheConsultantsshallestablishanofficeattheprojectsitemannedbysenior personnelduring thecourseofthesurveysandinvestigations.Alltheproject relatedofficeworkshallbecarriedout by theconsultantintheirsiteofficeunless there arespecialreasonsforcarrying outpartoftheofficeworkelsewherefor whichprior approvalof NHAIshallbe obtained.The addressofthesiteoffice including thepersonnelmanning itincludingtheirTelephoneandFAXnumbers 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 individualkey personnelatsiteaswellasatHeadOffice.TheConsultantshall furnish certificate that all the key personnel as envisaged in the Contract

76

AgreementhavebeenactuallydeployedintheProjectsatthetimeofsubmission of their bills to the NHAI from timeto time.

9. Reports to besubmitted by the Consultant to NHAI

9.1 Allreports,documentsanddrawingsaretobesubmittedseparatelyforeachofthetraffic homogenouslinkoftheProjectRoad.Theanalysisof dataandthe designproposalsshall bebasedonthedataderivedfromtheprimary surveysandinvestigationscarriedout during theperiod ofassignment.Thesourcesofdataandmodelrelationshipsusedinthe reports shallbeindicatedwith completedetails foreasyreference.

9.2 Project preparation activities will be split into six stages as brought out below. Preliminarydesignworkshouldcommencewithoutwaitingforfeasibilitystudytobe completed. Stage 3, 5 and 6 shall run in parallel with Stage 2 and 4

Stage 1: Inception Report Stage 2: Feasibility Report Stage 3: LA & Clearances I Report Stage 4: Detailed Project Report (DPR) Stage 5: Technical Schedules Stage 6: LA & Clearances II Report

9.3 Consultant shallbe requiredtocomplete,tothesatisfactionoftheclient,allthedifferentstagesof studywithinthetimeframeindicatedinthescheduleofsubmissioninpara10pertaining toReportsandDocumentsforbecomingeligibleforpaymentforanypartofthenext stage.

10 Reports andDocuments to be submitted by theConsultant to NHAI

1. TheConsultantshallsubmittotheclientthereportsanddocumentsinbound volumes(andnotspiral binding form)aftercompletionofeachstageofworkas perthescheduleandinthenumberofcopiesasgiveninEnclosureIII.Further, thereportsshallalsobesubmittedinfloppydiskettes/CD’sinadditiontothe hardcopies asmentioned in Enclosure-III. Consultant shall submit all other reports mentioned specificallyin theprecedingparas of theTOR.

2. The time schedule for various submissions prescribed at s.l.no.1 above shall be strictly adhered to. No time-over-run in respect of these submissions will normally be permitted. Consultant is advised to go through the entire terms of reference carefully and plan his work method in such a manner that various activities followed by respective submissions asbroughtout at Sl.No.1 above are completed asstipulated.Consultantis,therefore, advisedto deploy sufficient numberofsupporting personnel,bothtechnicalandadministrative,toundertake the project preparation activities in construction package(Section) simultaneously.Asfaraspossible,theproposalshouldinclude complete informationsuchasnumber of suchpersons,name, position,periodof

77

engagement,remunerationrateetc.TheConsultantisalsoadvised tostart necessarysurveyworks fromthebeginningso asto gaintimeinrespectof various otheractivities in that stage.

STAGE 1

10.1 Quality AssurancePlan(QAP)Document

1. Immediatelyupontheaward,theConsultantsshallsubmitfourcopiesofthe QAPdocumentcovering allaspectsoffieldstudies,investigationsdesignand economicfinancialanalysis.Thequality assuranceplans/proceduresfordifferent fieldstudies,engineering surveysandinvestigation,designanddocumentation activitiesshouldbepresentedasseparate sectionslikeengineering surveysand investigations,traffic surveys,materialgeo-technicalandsub-soilinvestigations, road and pavement investigations, investigation and design of bridges &structures,environmentandR&Rassessment,economic& financialanalysis, drawingsanddocumentation;preparation,checking,approvalandfiling of calculations,identificationandtraceability ofprojectdocumentsetc.Further, additionalinformationasperformatshallbefurnishedregarding thedetailsof personnelwhoshallberesponsibleforcarrying out/preparingand checking/verifyingvariousactivitiesformingpartoffeasibility studyandproject preparation,sinceinceptionto thecompletionofwork.Thefieldanddesign activities shallstart afterthe QAP is approved byNHAI.

2. The data formats proposed by the Consultants for use in field studies and investigationsshallbesubmittedwithin 14daysafterthecommencementof services andgot approved byNHAI.

10.2 Inception Report (IR)

1. Thereport shallcover thefollowingmajor aspects:

i. Project appreciation;

ii. Detailedmethodologytomeettherequirementsofthe TOR finalisedin

consultationwiththe NHAIofficers;includingschedulingof various sub

activitiestobe carriedoutfor completionof variousstagesofthe

work;statingout clearlytheirapproach& methodologyforproject

preparation after due inspection of the entire project stretch and

collection/ collation of necessary information;

iii. TaskAssignment and Manning Schedule;

iv. Workprogramme;

v. Proforma for data collection;

vi. Design standards and proposed cross-sections;

vii. Keyplan and Linear Plan;

viii. Development plans being implemented and / or proposed for

implementationinthe nearfuture by thelocalbodiesandthepossible impact

ofsuch development plans on theoverall schemefor field workand design

for thestudy;

78

ix. QualityAssurancePlan(QAP)finalised in consultation with NHAI;

x. Draft design standards; and

2. Therequirements,ifany,fortheconstructionofbypassesshouldbeidentifiedon the basisof data derivedfrom reconnaissanceandtraffic studies.Theavailable alignmentoptionsshouldbe workedoutonthebasisof available maps.The most appropriatealignmentoptionforbypassesshouldbeidentifiedonthebasisofsiteconditionsandtechno-economic considerations.InceptionReportshouldinclude thedetailsregarding theseaspectsconcerning theconstructionofbypassesfor approval byNHAI.

STAGE 2: 10.3 Feasibility Report

1. The consultant shall commence the Feasibility Study of the project in accordancewith the acceptedIRand the report shallcontain the following:

i. Executivesummary

ii. OverviewofNHAIorganizationandactivities,and project financing and cost

recoverymechanisms

iii. Project description including possible alternative alignments/bypasses and

technical/engineering alternatives

iv. Methodologyadopted forthe feasibility study

v. Socioeconomicprofileofthe project areas

vi. Indicativedesign standards, methodologies and specifications

vii. Traffic surveys and analysis

viii. Environmentalscreeningand preliminary environmentalassessment

ix. Initial social assessment and preliminaryland acquisition/resettlement

plan

x. Cost estimates based on preliminary rate analysis and bill of quantities

xi. Economicand financialanalysis

xii. Conclusions and recommendations

2. Inviewofpara1 abovethe consultanthasto submitthefollowingdocuments insixsets:

i. TechnicalSpecifications:TheMORT&H’sTechnicalSpecificationsfor RoadandBridgeworksshallbefollowedforthisstudy.However,Volume - IV: TechnicalSpecificationsshallcontainthe specialtechnical

specifications which are not covered by MORT&H Specifications for

RoadsandBridges(latestedition/revision)andalsospecific quality control

norms for the construction of works. ii. RateAnalysis:Thisvolumewillpresenttheanalysisofratesforallitems

ofworks.Thedetailsof unitrateofmaterialsat source,carriagecharges, any

other applicable charges, labourrates, and machine chargesas

considered in arriving at unitrates will be included in this volume. iii. CostEstimates:Thisvolumewillpresenttheeachitemofworkaswellas a

summaryof totalcost. iv. Bill ofQuantities:This volume shall contain the detailed Bill of

79

Quantities for all items of works

3. The basic data obtained from the field studies and investigations shall be submitted in aseparate volume as an Appendixto FeasibilityReport.

4. The Final Feasibility Study Report incorporating comments, revisions and modificationssuggestedbyNHAIshallbesubmittedwithin15daysofreceiptof comments from NHAI ondraft feasibilitystudyreport.

STAGE 3:

10.4

1.

StripPlanandClearances

TheConsultants shall submitthe followingdocuments:

i. DetailsofthecenterlineoftheproposedwidenedNHalongwiththe

existingandproposedright-of-waylimitstoappreciatetherequirements of

land acquisition;

ii. The information concerningthe areaincludingownershipoflandtobe

acquiredfortheimplementationoftheprojectshallbe collectedfromthe

revenueandother concernedauthoritiesand presentedalongwiththe strip

plans;

iii. Strip plans showing the position of existing utilities and services

indicating clearlythe position of their relocation;

iv. Details for various clearances such as environment and forest clearances;

v. Separate stripplanshowingshifting/relocationof eachutility servicesin

consultation with the concerned local authorities;

vi. Theutilityrelocationplansshould clearlyshow existingright-of-wayand

pertinenttopographicdetailsincludingbuildings, majortrees,fencesand other

installationssuch aswater-mains,telephone, telegraphand electricity

poles,andsuggestrelocationofthe servicesalongwiththeir crossingsthe

highway atdesignated locations asrequiredandprepare necessary details

for submission tothe ServiceDepartments;

vii. Detail schedulesfor acquisition of additional land and additional

properties in consultation with the revenueauthorities;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. Thestripplansandlandacquisitionplanshallbepreparedonthebasisofdata from reconnaissance anddetailed topographic surveys.

3. TheReportaccompanyingthestripplansshouldcovertheessentialaspectsas given under:

i. Kilometre-wiseLandAcquisitionPlan(LAP)andscheduleofownership

thereofandCostsasper RevenueAuthoritiesandalsobasedonrealistic rates. ii. Detailsofproperties,suchasbuildingsandstructuresfallingwithinthe right-

ofwayand costsof acquisition based on realisticrates. iii. Kilometre-wiseUtilityRelocationPlan(URP)andcostsforrelocationper civil

80

construction packageas per concerned authorities. iv. Kilometre-wiseaccountinregardtofellingoftreesofdifferenttypeand

girthandvalue estimate ofsuchtreesbasedonrealistic ratesobtainable from

concernedDistrict forest office.

4. Thestripplansshallclearlyindicatetheschemeforwidening.Theviewsand suggestionsoftheconcernedState PWDsshould bedulytakenintoaccountwhile workingoutthewidening scheme(left,rightor symmetrical).The widening scheme shallbefinalisedin consultation withNHAI

5. Kilometre-wiseStripPlansforsection(Package)shallbepreparedseparatelyfor eachconcerned agencyand suggested by NHAI

10.5

1.

LandAcquisitionReport

TheLandacquisitionreportshallbepreparedandsubmittedforsection(package).

Thereportshallincludedetailschedulesaboutacquisitionoflandholdingsasper revenuerecordsandtheirlocationsina stripplanandalsothe costsasperdistrict authorities.Detailsshallbe submittedinlandacquisitionproforma tobe supplied by NHAI.ThelandacquisitionreportshallbesubmittedinbothHindand English languages.

2. The landacquisitionreportshouldbepreparedinconsultationwith affected persons, non-governmental organisationsand concernedgovernment agencies and shouldcoverlandacquisitionandresettlementplan andcostsofresettlementand rehabilitation of such affected persons. It should also include plan of compensatingafforestation,itsland requirementwithspecific locations andcost involved forundertaking allactivities in this regard.

3In addition as the stretch is passing through hilly terrain, to avoid dispute in land acquisition and proper demarcation/identification of PROW in future, ROW pillers (PROW) all along the section are to be erected by the consultant.

10.6 Deleted

STAGE: 4

10.7 Draft DetailedProjectReport (DPR)

1. The draft DPR Submission shall consist of construction package-wise Main Report,DesignReport,MaterialsReport,Engineering Report, DrainageDesign Report, EconomicandFinancialAnalysisReport, EnvironmentalAssessment Report includingResettlementAction Plan(RAP), Package-wisebidDocuments and Drawings.

2. TheReport volumes shallbesubmitted as tabulated in para10above.

3. TheDocumentsandDrawingsshallbesubmittedforthePackageandshallbein the followingformat:

81

Reports

i. Volume-I, Main Report: Thisreportwillpresenttheprojectbackground,social analysisofthe project,

detailsofsurveys and investigations carried out, analysis

andinterpretationofsurveyandinvestigationdata,traffic studiesand demand

forecastsdesigns, cost estimation, environmentalaspects, economic and

commercial analyses andconclusions. The report shallinclude Executive

Summarygiving brief accounts of thefindings of thestudy and

recommendations.

TheReportshall alsoincludemaps, chartsand diagramsshowing

locationsand detailsof existingfeaturesandthe

essentialfeaturesofimprovementand

upgrading.TheEnvironmentalImpactAssessment (EIA)Reportfor

contractpackageshallbe submitted as a part ofthe main report.

Thebasicdataobtained fromthefieldstudies andinvestigationsandinputdata

usedforthe preliminary designshallbe submittedinaseparate volume asan

Appendix to Main Report.

ii. Volume - II, Design Report: This volume shall containdesign calculations,

supportedby computer printoutof calculations whereverapplicable.

TheReport shall clearly bringoutthe variousfeaturesof

designstandardsadopted forthe study. The designreportwillbe

intwoparts.Part-I shallprimarily dealwiththe

designofroadfeaturesandpavement compositionwhilePart-IIshall dealwith

the designofbridges,tunnelsand cross-drainage structures. Thesub-soil

explorationreportincludingthe complete detailsofboringdone,analysesand

interpretationofdata andtheselectionofdesignparametersshallbeincludedas

an Appendix to the Design Report.

The detailed designfor allfeaturesshouldbe carriedoutasperthe

requirements of theDesign Standards for theproject. However,theremay

besituations wherein ithasnotbeenpossible

tostrictlyadheretothedesignstandardsduetothe existingsiteconditions,

restrictionsandother considerations. The report should clearly bring

outthe details oftheseaspect and thestandards adopted.

iii. Volume - III, Materials Report: The MaterialsReportshall contain details

concerningtheproposedborrowareasandquarriesfor constructionmaterials

andpossible sourcesofwaterfor construction purposes. The

reportshallinclude detailson locations of borrowareas and quarries shown

on maps and chartsand alsothe

estimatedquantitieswithmasshauldiagramincludingpossible enduse

withleadsinvolved,the detailsofsamplingand testing carriedoutandresultsin

the form of important index values with possible end usethereof.

82

Thematerials Report shall also includedetails of sampling, testing and test

resultsobtained inrespectphysicalpropertiesofsubgrade soils.

Theinformation shall be presented in tabular as well as in graphical

representations and schematic diagrams. TheReport shall present soil

profiles along the alignment.

The materialReportshouldalso clearly indicate the locations ofareaswith

problematicsoils.Recommendations concerningtheimprovementofsuchsoils

foruseintheproposed constructionworks,suchasstabilization(cement,lime,

mechanical)should be included in the Report.

iv. Volume - IV, Environmental Assessment Report including

Environmental Management Plan (EMP) & Resettlement Action Plan (RAP): The Report shall be prepared conforming to the Guidelines of the

Government of India, State Government and World Bank / ADB as

appropriate for construction package.

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

TechnicalSpecificationsfor Road and Bridge works shall be followed for

this study. However, Volume IV: Technical Specifications shall contain

the special technical specificationswhich are not covered by MOST

Specifications for Roads and Bridges (latest edition / revision) and also

specific quality control norms for the construction of works.

vi. Volume - VI, Rate Analysis: This volumewillpresenttheanalysisof ratesfor

all itemsofworks. The detailsofunitrateofmaterialsatsource, carriage

charges, any otherapplicable charges,labourrates,machinechargesas

consideredin arriving atunitrates willbeincluded in this volume.

vii. Volume - VII, Cost Estimates:This volumewillpresentthe contract package

wise cost of each item of workas wellas a summaryof total cost.

viii. Volume - VIII, Bill of Quantities:This volumeshall containthepackage-

wise detailed Bill ofQuantities forallitems of works.

ix. Volume - IX, Drawing Volume:Alldrawings forming part of this

volumeshall be ‘good for construction’ drawings. All plan

andprofiledrawings willbe prepared inscale1:250Vand 1:2500H scale to

cover one km in onesheet. In addition this volumewill contain ‘good for

construction’ drawings for the following:

• Horizontal Alignment and Longitudinal Profile.

• Cross-section @ 50m interval along the alignment within ROW

• Typical Cross-Sections with details of pavement structure.

• Detailed Working Drawings for individual Culverts and Cross

DrainageStructures.

• Detailed Working Drawings for individual Bridges, tunnels

83

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:

o Widening scheme;

o Locations of median openings, intersections, interchanges,

underpasses, overpasses, bypasses;

o Locations of service roads;

o Location of traffic signals, traffic signs, road

markings,safety features; and,

o Locations of toll plaza, parking areas, weighing stations,

bus bays, rest areas, if any.

• Drawings for toll plaza, Bus Bays, Parking areas, Rest areas,

weighing stations etc.All drawings will be prepared in A2 size

sheets. The format for plan, crosssection and profile drawings shall

be finalised 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.

10.8. 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

10.9. Technical Schedules

1. Civil Work Contract Agreement: A civil works contract agreement shall be submitted

84

STAGE: 6

10.10. LA & Clearances II Report

1. Draft 3a, 3A, 3D notification shall be submitted by the consultant. 2. 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 shall be obtained by the consultant. The final approvals shall be obtained and submitted to NHAI so that project implementation can straight away proceed without any hold up. For utility clearances, consultant shall prepare draft utility shifting estimates using the latest Schedule of Rates and obtain final approval from utility agency and NHAI.

11. Interaction with NHAI

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.

12. Payment Schedule

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

85

13. Data and Software

1. The floppy diskettes/CD’s containing all basic as well as the processed data from all field studies and investigations, report, appendices, annexure, documents and drawings shall be submitted to NHAI at the time of the submission of the Final Report. If required by NHAI the consultant shall arrange at their own cost necessary software for viewing and measurement of imagery/ point cloud data. The data can be classified as follows:

i. Engineering Investigations and Traffic Studies:Road Inventory,

Condition,Roughness, TestPit (Pavement composition),BenkelmanBeam

Deflection, MaterialInvestigationincluding test resultsforsubgradesoils,

Traffic Studies(traffic surveys),axleloadsurveys,Sub-soilExploration,

DrainageInventory,Inventorydataforbridge and culvertsindicating

rehabilitation,new constructionrequirement etc.in MSEXCELor any other

format which could be imported to widelyused utility packages.

ii. Topographic Surveys and Drawings:Alltopographicdatawould be

suppliedin (x, y, z) formatalongwith completereferencesothatthedata could

be imported into any standard highway design software. The drawing files

would be submitted in dxf or dwg format.

iii. Rate Analysis: TheConsultantshallsubmitthe rateanalysisfor various

worksitemsincludingthe datadeveloped on computerinthisrelation so thatit

couldbeusedby theAuthoritylaterforthe purposeofupdatingthe cost ofthe

project.

iv. Economic and Financial Analysis

2. Software: TheConsultant shall also hand-overto NHAIfloppies/CD’s containing any generalsoftwareincluding thefinancialmodelwhichhasbeenspecifically developed for theproject.

3. Thefloppydiskettes/CD’sshouldbeproperlyindexedandacataloguegiving contents of all floppies/CD’s and print-outs of the contents (data from field studiestopographicdataanddrawings)shouldbehandedoverto N H A I atthe time ofsubmission 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.

86

87

SUPPLEMENT I

ADDITIONAL POINTSTO BE CONSIDERED FOR HILL ROADSIN ADDITION

TO POINTSCOVERED IN MAINTOR

S.

No.

ClauseNo.

ofTOR

Additional points

1. 2.2 a) Provisions of tunnels if required.

2. 2.3 a) Design of tunnels, if required

b) Designof protectiveworks,slope stabilizationmeasures,erosioncontrol

measures, land slide control/protection measures snow drift

control/snowclearancemeasures,avalanche protectionmeasures,if

required

3. 3 Feasibilitystudyandpreparationofdetailedprojectreportforhillroads shallbe done inaccordance withbestinternationalpracticesandwherever practicable/feasiblesteepgradientsandhairpinbendsmay beavoidedby realignments byprovision ofstructuresand provision of tunnels if required

4. 4.1 a)Inventoryand condition surveyfortunnels, ifrequired.

b)Identificationoffaultsinrockstrataandimpactoffaultsindesignof tunnels, if

required

c)Detaileddesignofroadconsideringandincorporatingspecificaspects

relatedtohillregionlike terrain,topographicconditions,extreme

weatherconditions, altitude effects etc.

d) Designofprotectiveworks,slopestabilizationmeasures,erosioncontrol

measures,land slidecontrol/protectionmeasures,snowdrift

control/snowclearancemeasures,avalanche protectionmeasures,if

required

e) Design of scenic overlooks/wateringpoints etc.

5. 4.5 (1) Allactivitiesrelatedtofieldstudies,designanddocumentationshallbe

doneasper the latestguidelines/circulars ofMORT&H andrelevant

publicationsof theIndianRoadsCongress(IRC)/BureauofIndian Standards

(BIS) for hillroads.For aspectsnotcoveredbyIRCandBIS,

internationalstandard practices,such as,British and American Standards

maybe adopted.

6. 4.7 Reviewof dataand documents pertainingto

a) Terrain and soil condition

b) Condition of tunnels, if required.

c) Sub-surfaceandgeo-technical data forexistingtunnels, if required. d)

Drawing and details ofexistingtunnels, if required.

e) Existing protective works, erosion control and land slide control/

88

protection works, slope stabilization measures, snow drift control measures,avalancheprotection measures

f) Existing land slide and snow clearance facilities g)Geological details of rock strata in the area in case of tunnels

7. 4.11(1) TheConsultantshouldmakeanindepthstudyofavailablegeologicaland

meteorologicalmapsof the area.

8. 4.11 (2) The primary tasks to be accomplished during the reconnaissance survey shallalso 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)Climaticconditions i.e. temperature, rain fall data,snow fall 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 subjecttolandslides, rock fall, snow drifts, erosion, avalanche activity etc.

9. 4.11.2.1 (ii) Cross sections shall be taken at every 25 m. in case of hill roads and at points of appreciablechanges in soil conditions. While takingcross sections, soil conditions shallalso be recorded.

10. 4.11.3.1 (1) Theinventorydata shallalso include:

a)Generalelevationofroadindicating maximum&minimumheights

negotiated by mainascents &descents and total no. of ascents

&descents.

b)Detailsofroadgradients,lengthsofgentle& steepslopes,lengths& locationof

stretchesinunstableareas,areaswithcliffs,areaswithloose

rocks,landslideproneareas,snow driftprone areas,no.& locationof hairpin

bends etc.

c) Details of tunnels

d)Details&types ofprotective structures,erosion&landslide

control/protectionmeasures,snow driftcontrolmeasures,avalanche

protection/control measures etc.

11. 4.11.3.2 (2) Pavement:

a)Location of crust failures alongwith their causes

b)Conditionsofcamber/crossfalls/superelevationsetc.,whetheraffected

bysubsidence

Embankment:

Extent ofslope erosion on hill and valleyside

89

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

Control, Landslide Correction/Protection &Avalanche Protection

Measures:

a) Inventory &Condition Surveys of Existing Protective/Control

Measures:

TheconsultantshallmakeaninventoryofallthestructuresrelatedtoSlope

Stabilization, ErosionControl,Landslide Control/protection, Avalanche

Protection etc. This shallinclude details of effectiveness of control measures

alreadydoneandcondition of protective/control structures.

b)LandslideInvestigation

Thisshallbecarriedouttoidentify landslideproneareas,tosuggest

preventivemeasuresoralternateroutesthatare lesssusceptibletolandslide

hazard.Furtherinexisting slideareasthisshallhelptoidentify factors

responsibleforinstability andtodetermineappropriatecontrolmeasures needed

to prevent or minimizerecurringof instabilityproblems.

Initial preliminarystudiesshallbecarriedoutusingavailablecontourmaps

, topographical maps,geological/geo-morphological maps,aerial

photographsetc.forgeneralunderstanding ofexisting slideareaandto identify

potential slide areas. This shall be followed by further

investigationslike geological/geotechnical/hydrologicalinvestigationto

determine specific site conditions prevailing in the slide area as per

relevantIRCspecifications/publications,MORT&Hcirculars andrelevant

recommendationsof theinternationalstandards for hillroads.The resultof the

investigations shall providebasis for engineering analysis and the design of

protection/remedial measures.

13. 4.11.4.4 a) For tunnels if required, geotechnical and subsurface investigation shallbedoneasperIRC:SP:91.

b) Geotechnical andsubsurface investigationandtesting for tunnels shallbe carriedoutthroughthe geotechnicalConsultantswhohave theexperience ofgeotechnicalandsubsurface investigationinsimilar project.

14. 4.12.1 (1) TheConsultantshallalsocarryoutdetaileddesignsandprepareworking

designsfor thefollowing:

a) cross sections at every25 m intervals

b) Slopestabilization anderosion control measures

c) Designofprotection/control structures in areas subjecttosubsidence,

landslides,rockfall,rockslide,snowdrifts,icing,scour, avalanche

activityetc.

d) Design of protectivestructures in slip prone andunstable areas

e) Design of scenic overlooks,wateringpoints etc.

f)Safetyfeatures specificto hillroads

15. 4.12.2 (1) TheConsultantshallevolveDesignStandardsandmaterialspecifications

90

4.12.2 (2)

fortheStudyprimarilybasedonIRCpublications,MORT&HCirculars andrelevantrecommendationsof the internationalstandards for hillroads for approval by NHAI.

The Design Standards evolvedfor theprojectshallcoverallaspectsof detaileddesignincluding thedesignofgeometricelements,pavement design,bridgesandstructures,tunnelsifrequired,trafficsafety and materials.

16. 4.12.3 Whereverpracticable/feasiblehairpinbendsandsteepgradientsshallbe

avoided by realignments, provision of structures or any other suitable

provisions.

17. 4.12.4 Whiledesigningpavementforhillroadsspecificaspectsrelevanttohill

regionsliketerrain& topographicconditions,weatherconditions,altitude

effectsetc.shallbedulyconsideredandsuitably incorporatedindesignso

thatpavementisabletoperformwellfor thedesigntraffic andservice life.

Effectsoffactorslikeheavy rainfall,frostaction,intensivesnowand

avalancheactivity,thermalstressesduetotemperaturedifferenceinday

andnight,damagebytrackedvehiclesduringsnowclearanceoperations

etc.mustalsobeconsideredalongwithtrafficintensity,itsgrowth,axle loads and

design life.

18. 4.12.5(3) Thedesignofembankmentsshouldincludetherequirementsforprotection

worksand traffic safetyfeatures includingfeatures specificto hillroads.

19. -- Designand Drawingof Tunnels:

TheConsultantshallpreparedesignanddrawingsfortunnels,ifrequired

aspertheresultsoffeasibility study,aspertherelevantspecificationsof

IRC:SP:91/MORT&H and otherinternational specifications.

20. 4.12.7 a)Topographyofhillsgeneratesnumerouswatercoursesandthiscoupled

withcontinuousgradientsofroadsinhillsandhighintensity ofrainfall

callsfor effective drainage of roads.The drainage systemshallbe

designedtoensurethatthewaterflowing towardstheroadsurfacemay

bedivertedandguidedtofollowadefinite pathby suitableprovisionof

roadsidedrains,catchwater drains,interceptorsetc.andflow onvalley side

is controlled so that stabilityis not affected.

b)Further,adequateprovisionshallbemade forsub-surface/subgrade

drainagetotakecareofseepagethroughtheadjacenthillfaceofthe road

&underground water flows.

21. 4.12.8 The Consultant shall design suitable traffic safety features and road

furnitureincludingtrafficsignals,signs,markings,overheadsignboards,

crashbarriers,delineatorsetc.includingany featurespecifictohillroads. The

locationsof these featuresshallbe given inthe reportsandalsoshown in

thedrawings.

22. 4.12.3 (1) TheConsultantshallmakesuitabledesignsandlayoutformiscellaneous

91

works including rest areas, bus bays, vehicle parking areas,

telecommunicationfacilities, scenic overlooks, watering points etc.

wherever appropriate.

23. 10.6 (1) VolumeII: DesignReport :

a)Inventoryof protection measures and otherstructures

b)Inventoryof tunnels, if required.

c) Proposed preliminarydesigns for tunnels, if required.

VolumeIII: Drawings

a) Drawings forprotection/control measuresand otherstructures

b) Drawings for tunnels,if required.

24. 10.7 (3) VolumeII: Design Report (PartII)

PartIIofDesignReportshallalsodealwithdesignoftunnels,ifrequired and

design of other protection/control structures.

VolumeIX: Drawing Volume

This shallalso include:

a) Detailedworkingdrawings for tunnels, if required.

b) Detailed workingdrawings for protection/control structures

92

SUPPLEMENT II

S.No. ClauseNo.

ofTOR

Additional points

1 4.1 Forstandalonebridgeprojectsthescopeofworkshallinclude

detailed designofapproachroadextending at least upto 2kmon

eithersideofthe bridge

1. 4.11.4.2(6) Model Studies forBridges

1. Objective

Physical/MathematicalModelstudy fordetailedHydraulic/

Hydrologicinvestigationsregarding theproposed bridgefor

hydraulic designof thebridge andassessmentand hydraulic design

ofrequired river trainingworks.

2. Methodology

Physical/MathematicalModelstudy shallbecarriedoutata

reputed/recognized institution. The consultant will be

responsibleforidentifyingtheinstitution,supplyingInformation

/Documents/Datarequiredformodalstudiesasindicatedinpara

4belowandcoordinating themodelstudy withtheinstitution

concerned

3. ScopeofWork

3.1 Physical Model study

Physicalmodelingwithappropriatemodelscalefor Hydraulic and

HydrologicInvestigations to :

i) Finalizespanarrangementcausinguniformityinflow

distribution,andworkout thealignmentandorientation of

rivertrainingworks and bridgeaxis.

ii) Provide informationon estimated/observed maximum

depth of scour.

iii) Provideinformationonrequiredrivertrainingworksfor

proposed bridge

iv) Providehydraulicdesignforthebridgeandtherequired river

training works.

v) Quantifythegeneraldirectionofrivercoursethrough

bridge,afflux,extentandmagnitudeofflood,effectof

backwater, ifany, aggradation/degradationof bed,

evidenceofscouretc.shallbe usedtoaugmentthe available

hydrologicaldata. Thepresence offlood

control/irrigationstructures,ifaffecting thehydraulic

characteristicslikecausingobliquity,concentrationof

93

flow,scour,silting of bed,changeinflowlevels,bed

levelsetc. shallbe studiedandconsideredinHydraulic

designofproposedbridge.Thedetailsofany planned

workintheimmediatefuturethatmay affecttheriver

hydraulics shall be studied and considered

3.2 Mathematical Model study

Mathematical modelingfor detailed Hydraulic / Hydrologic

investigations regardingtheproposed new bridgeto:

i) Finalizethe site/location ofthe proposed newbridge

based on mathematical modeling.

ii) Provideinformationon estimated/observed maximum

depth of scour..

iii)Provideinformation on required river trainingworks for

proposed bridge

iv)Providehydraulicdesignforthe bridgeand the required

river trainingworks.

v) Quantifythegeneral direction ofriver coursethrough

bridge,afflux, extent and magnitudeofflood, effect of

backwater, if any,aggradation/degradation ofbed,

evidenceof scouretc. shallbeused to augment the

available hydrological data. Thepresenceof flood

control/irrigation structures, if affectingthehydraulic

characteristics like causingobliquity,concentration of

flow, scour, siltingof bed, changein flow levels,bed

levels etc. shallbestudied and considered in Hydraulic

design of proposed bridge. Thedetails ofanyplanned

work in theimmediate futurethat mayaffect theriver

hydraulics shall be studied and considered.

4. Information /Documents /Data required for Physical

/Mathematical Model study

i) Plan layoutsshowing the locations of the proposed bridgeaswellastheexisting bridges/barragesetc.,in thevicinity oftheproposedbridgewiththechainages with respect to astandardreferencemarked on it.

ii) Highflooddischargesandcorrespondingfloodlevelsat thelocationsoftheexisting bridgesinthevicinity ofthe proposed bridge.

iii) General arrangement drawing (GAD) of the existing bridgesshowing numberofspans,pierandwell dimensions,foundinglevels,maximumscourlevel,the

94

designdischargeandtheHFL,guidebunddetails. On this,theplanformof the rivercoursewiththebridge alignment mayalso be shown as far as possible.

iv) Generalarrangementdrawing(GAD)oftheproposed new

bridge showingnumber of spans,pier and foundationdimensions.Onthis,theplanformofthe river coursewith the bridge alignment may also be shown as for as possible.

v) River cross sections at 500m longitudinal spacing (maximum)uptoa distance of 2timesthebridgetotal lengthonthe upstreamside anduptoa distance equalto thebridgetotal length on thedownstream with right bankandleftbankclearly markedonit.Atleastone crosssectiontobe provided atthe locationof the proposedbridge.At eachcross section,the bedlevelsto betakenatamaximum lateraldistanceof8minflow sectionandat25minnonflow section respectively.The abrupt variations in thebed levelsto becaptured by taking measurements at closer locations both in longitudinal as wellas lateral directions.

vi) Thecrosssections,asforaspossible,fromhighbankto high bank.

vii) Thelongitudinalprofileoftheriveralong thelengthof the

proposed alignment.

viii) Sizedistributionoftheriverbedmaterialandthebore log

dataatdifferentlocationsatthesiteoftheproposed bridge.

ix) Theseriesofannualpeakfloodoftheriverforatleast

15years period.

95

SUSUPP

LEMENT-III

ADDITIONAL REQUIREMENT FOR SAFETY AUDIT

Theuseofchecklistsishighlyrecommendedastheyprovideauseful“aidememoire”for theauditteamtocheckthatnoimportantsafety aspectsarebeingoverlooked.They alsogiveto theprojectmanagerandthedesignengineerasenseofunderstandingoftheplaceofsafety audit inthedesignprocess.Thefollowing listshavebeendrawnupbasedontheexperience ofundertakingsystematicsafety auditproceduresoverseas.Thisexperienceindicatesthat extensivelistsof technicaldetailshasencouragedtheir useas“tick” sheetswithoutsufficient thoughtbeinggiven tothe processes behindtheactions.Accordingly,the checklistsprovide guidelineson the principalissues that need to be examined duringthe courseof thesafetyaudits.

StageF-During Feasibility Study

1. Theauditteamshouldreviewtheproposeddesignfromaroadsafetyperspectiveand heck the followingaspects

CONTENTS

ITEMS

Aspects to be checked

A. Safetyandoperationalimplicationsofproposedalignment and

junctionstrategy withparticular referencestoexpected road

usersand vehicletypes likelyto usetheroad.

B. Width options considered forvarious sections.

C. Departures from standards and action taken.

D. Provision of pedestrians,cyclistsand intermediatetransport E.

Safety implications of the scheme beyond its physical limits

i.e.howtheschemefitsintoitsenvironsandroad

hierarchy

96

A1 : General

� Departures from standards

�Cross-sectional variation

�Drainage

�Climatic conditions

�Landscaping

�Services apparatus

�Lay-byes

�Footpath

�Pedestrian crossings

�Access(minimizenumber ofprivateaccesses)

97

�Emergencyvehicles

�PublicTransport

�Futurewidening

�Stagingof contracts

�Adjacent development

A2 :Local Alignment

�Visibility

�New/Existingroad interface

�SafetyAids onsteep hills

A3 : Junctions

�Minimisepotential conflicts

� Layout

�Visibility

A4 : Non-Motorised

road usersProvision

�Adjacent land

� Pedestrians

�Cyclists

�Non-motorised vehicles

A5 : Signs andLighting

�Lighting

�Signs/Markings

A6 : Construction and

Operation

�Buildability

�Operational

�NetworkManagement

Stage1 – CompletionofPreliminary Design

1.Theauditteamshouldreviewtheproposedcheckthefollowingaspectsdesignfromaroad

safetyperspectiveand check the followingaspects

CONTENTS

ITEMS

Aspects to be checked

A.Safety andoperationalimplicationsofproposedalignment

andjunctionstrategywithparticularreferencestoexpectedroad users

and vehicle types likelyto usetheroad.

B. Width options considered forvarious sections.

C. Departuresfrom standards and action taken.

D. Provision ofpedestrians, cyclistsand intermediate transport

98

E.Safetyimplicationsoftheschemebeyonditsphysicallimits

i.e. howthe schemefits into its environs and roadhierarchy

B1 : General

�Departures from standards

�Cross-sectional variation

�Drainage

�Climatic conditions

�Landscaping

�Services apparatus

�Lay-byes

�Footpaths

�Pedestrian crossings

�Access(minimizenumber ofprivateaccesses)

�Emergencyvehicles

�PublicTransport

�Futurewidening

�Stagingof contracts

�Adjacent development

B2 :Local Alignment

�Visibility

�New/Existingroad interface

�SafetyAids on steep hills

B3 : Junctions

�Minimisepotential conflicts

� Layout

�Visibility

B4 : Non-Motorised road

users Provision

�Adjacent land

� Pedestrians

�Cyclists

�Non-motorised vehicles

B5 : Signs andLighting

�Lighting

�Signs/Markings

B6 : Construction and

Operation

�Buildability

�Operational

�NetworkManagement

99

Stage2 – CompletionofDetailedDesign

1. TheauditteamshouldsatisfyitselfthatallissuesraisedatStage1havebeenresolved.Items mayrequirefurtherconsideration wheresignificant design changes haveoccurred.

2.Ifascheme hasnotbeensubjecttoastage1audit,theitemslistedinChecklistsB1toB6should be considered together with the items listed below.

CONTENTS

ITEMS

Aspects to be checked

A. Anydesign changessinceStage1.

B. Thedetaileddesignfromaroadsafety viewpoint,includingthe roadsafetyimplicationsoffuturemaintenance(speedlimits;road signsandmarkings;visibility;maintenanceofstreetlighting and central reserves).

C1 : General

�Departures from standards

�Drainage �Climatic conditions

�Landscaping

�Services apparatus

�Lay-byes

�Access

�Skid-resistance

�Agriculture

�SafetyFences

�Adjacent development

C2 :Local Alignment

�Visibility

�New/Existingroad interface

C3 :Junctions

�Layout

�Visibility

�Signing

� Lighting

�Road Marking

�T,X,Y-junctions

�All roundabouts

�Trafficsignals

C4 : Non-Motorisedroad users Provision

�Adjacent land

� Pedestrians

�Cyclists

100

�Non-motorised vehicles

C5 : Signs andLighting

�Advanced direction signs

�Local trafficsigns

�Variable messagesigns

�Other trafficsigns

�Lighting

C6 : Construction and Operation

�Buildability

�Operational

�NetworkManagement

101

Enclosure-I

MANNINGSCHEDULE

SI. No

KeyPersonnel TotalProjectAssignment (8 months)

At site

(mm)

At design office (mm)

Total Time Period (mm)

1

TeamLeaderCum SeniorHighway Engineer

3.5

3.5

7

2 SeniorBridge Engineer

1

2 3

3 Highwaycum Pavement Engineer

1.5

2

3.5

4 Material-cum- Geo-technical Engineer– Geologist

3

2

5

5 SeniorSurvey Engineer

3

2

5 6 Traffic and Safety

expert

1

2

3 7 Environmental

Specialist

1 1.5

2.5 8 QuantitySurveyor/

Documentation Expert

1

3.5

4.5

Total 15 18.5 33.5

1. Consultantshavetoprovideacertificatethatallthekeypersonnelasenvisagedinthe

ContractAgreementhavebeenactuallydeployedintheprojects.Theyhavetofurnishthecertificate

at thetime ofsubmissionoftheirbills to NHAI fromtime totime.

2. IncaseTunnelsaretobeconstructed,necessaryinputofTunnelExpertsshallbeprovidedin addition

toabove mentioned Manpowerrequirement.

102

Enclosure-II

QualificationandExperienceRequirement ofKeyPersonnel

TeamLeader cumSeniorHighway Engineer

i) Educational Qualification

Essential Graduate in Civil Engineeringor equivalent

Desirable Post graduateinCivilEngineering

(highways/structures/trafficand

transportation/soil mechanics and

foundation engineering/ Construction

Management /Transportation)

ii) Essential Experience

a)Total Professional Experience Min. 20years

b) Experiencein Highwayprojects Min. 15 years in Planning, project

preparationand design ofHighway projects,

including 2/4/6laningofNH/SH/

expressways.Forhillroads,respective hill roads

experienceis required

c)Experienceinsimilarcapacity

(Either as Team Leader or in

Similar capacity)

InFeasibility oftwo/Four/SixLaningworks

and DPR/IC/Construction Supervisionof

Two/Four/sixlaning ofmajorhighway

projects(NH/SH/Expressways)/ feasibility

cum detailed project report of two/ four

laningprojectsofminimumaggregatelength of

80km.For hillroads,respective hillroads

experienceisrequired.

iii) AgeLimit 70 years onthe dateofsubmissionof

proposal

103

Enclosure-II(contd.)

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEYPERSONNEL

Highway cumPavement Engineer

i) Educational Qualification

Essential DegreeinCivilEngineering

Desirable Masters in highway engineering/

TransportationEngineering

ii) Experience

a)Total Professional Experience Min. 15years

b) Experiencein Highwayprojects Minimum10years experiencein pavement

design and maintenanceof highways

c) Experiencein similarcapacity Pavementdesignformajorhighwayprojects

(2/4/6 lane NH/SH/ Expressways) of

minimum aggregatelength of 80 km.

iii) AgeLimit 70 years onthe dateofsubmissionof

Proposal

104

Enclosure-II(contd.)

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEYPERSONNEL

SrBridge Engineer

i) Educational Qualification

Essential Graduate in Civil Engineeringor equivalent

Desirable Masters inBridgeEngineering /

Structural Engineering

ii) Essential Experience

a)Total Professional Experience Min. 15years

b) ExperienceinBridgeprojects Min. 10 years in project preparation

anddesign of bridgeprojects.

c) Experienceinsimilarcapacity Bridge Engineer in highway design

consultancy projects(2/4/6laneNH/SH/

Expressways)involving designofminimum

twomajorbridges(lengthmorethan200m

)

iii) AgeLimit 70 years onthe dateofsubmissionof

Proposal

105

Enclosure-II(contd.)

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEYPERSONNEL

Traffic andSafety Expert

i) Educational Qualification

Essential Graduate in Civil Engineering

Desirable Masters inTraffic Engineering /

TransportationEngineering / Transport

Planning

ii) Essential Experience

a) Total Professional Experience Min. 10years

b) Experiencein Highwayprojects Min. 5years on similar projects.

c) Experienceinsimilarcapacity Traffic Engineer in highway Projects

(NH/SH/Expressways) involving 2/4/6

laningofminimumaggregatelengthof80 km.

iii) AgeLimit 70 years onthe dateofsubmissionof

Proposal

106

Enclosure-II(contd.)

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEYPERSONNEL

MaterialEngineer– cum– Geotechnical Engineer cumGeologist

i) Educational Qualification

Essential Graduate in Civil Engineering

or M.Sc. Geology

Desirable Masters inFoundationEngineering / Soil

Mechanics / PhdinGeology /Geo Tech

Engineering

ii) Essential Experience

a) Total Professional Experience Min. 15years

b) Experiencein HighwayProjects Min. 8years on similar projects in design

and/or construction

c) Experiencein similarcapacity Material cum Geo-technical Engineer on

highway projects(2/4/6lane

NH/SH/Expressways)ofminimum aggregate

length of 80 km.

iii) AgeLimit 70 years onthe dateofsubmissionof

Proposal

107

Enclosure-II(contd.)

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEYPERSONNEL

Senior SurveyEngineer

i) Educational Qualification

Essential Graduate or equivalent in Civil Engineering or Diploma in Civil Engg or Diploma in Surveying

Desirable Masters in Survey Engineering/

Surveying /RemoteSensing

ii) Essential Experience

a) Total Professional Experience Min. 15years

b) Experiencein Highwayprojects Min. 5years on similar projects in project

preparation and construction &thorough

understandingof moderncomputer based

methods of surveying

c) Experiencein similarcapacity SurveyEngineerforprojects preparation of

highwayproject (NH/SH/Expressways)

involving2/4/6-laningof minimum

aggregate length of 80 km.

iii) AgeLimit 65 years onthe dateofsubmissionof

Proposal

108

Enclosure-II(contd.)

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEYPERSONNEL

Environmental Specialist

i) Educational Qualification

Essential Graduate in Civil Engineering/ Environment

Engineering/ Masters inEnvironment

Science

Desirable PostGraduateinEnvironmental

Engineering

ii) Essential Experience

a) Total Professional Experience Min. 10 years

b) Experiencein HighwayProjects Min. 5years in environment impact

assessment ofhighwayprojects (2/4/6

laning)

c) Experiencein similarcapacity Environmental Specialistin at least two

highwayprojects (2/4/6 laning)

iii) AgeLimit 70 years onthe dateofsubmissionof

proposal

109

Enclosure-II(contd.)

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEYPERSONNEL

Quantity Surveyor/DocumentationExpert

i) Educational Qualification

Essential Graduate or equivalent in Civil Engineering/

Certificate coursefrom ‘Institution of

QuantitySurveying’

Desirable

ii) Essential Experience

a) Total Professional Experience Min. 15years

b) Experiencein HighwayProjects Min. 5 years in Preparation of Bill of

Quantities, Contractdocuments and

documentationformajorhighway projects

involvingtwo/ fourlaning

c) Experiencein similarcapacity

QuantitySurveyor / Documentation Expert

in highwayprojects (NH/SH/Expressways)

involvingtwo/four/sixlaningof minimum

aggregatelength of 80 km.

iii) AgeLimit 70 years onthe dateofsubmissionof

proposal

110

Schedule forsubmissionofReports andDocuments

Enclosure-III

Stage No.

Activity No. ofcopies TimePeriod in

daysfromdateof

commencement 1 Monthly Reports 3 by10thdayofevery

month

2 Inception Report (i) DraftInception ReportincludingQAP document (ii) Inception Report includingQAP document

3

3

21

30

3 F.S. REPORT i)DraftFeasibilityStudy Reportincludingoption studyreport ii)Comments ofclient

iii)FinalFeasibility Study Report incorporating complianceofcomments ofClient.

4

1

4

75

90

105

4 LA & Clearances I Report i) Draft LA & Clearances I Report ii) Comments of client iii) Final LA & Clearances I Report incorporating compliance of comments of Client

4

1

4

90

105

120

5 DetailedProjectReport i)DraftDPR

ii)Comments ofclient

iii)FinalDPR incorporatingcompliance ofcomments ofClient

4

1

6

165

195

210

111

6 Technical Schedules i) Draft Technical Schedules ii) Comments of client iii) Final technical schedule

4

1

6

135

150

165

7 LA & Clearances II Report Approval of Projectclearancesfrom concernedagencies e.g. fromMOEF; Rlyfor approvalofGADand detailengineering drawingofROB/RUB; Irrigation Dept.,

Land Acquisitions: 3(a), 3(A), 3(D) Notifications

6

Original letters

fromthe concerned

agenciesand 5 photocopies

ofeach.

3 copiesea

ch

240

Note: Consultant shall self-evaluate the above reports based on the relevant checklists included in Appendix – VII and submit the checklists to the authority

112

APPENDIX-II

(Date and Reference)

To, **********

*********

*********

ProofofEligibility

Form-E1

Letter ofProposal (On Applicant’s letterhead)

Sub: AppointmentofConsultantfor preparation

ofDetailed Project Reportfor……………...

Dear Sir,

WithreferencetoyourRFPDocumentdated………,I/wei.eM/s-------------------------------------

--------------------------------------(NameofBidder) h a v i n g examinedallrelevantdocumentsand

understoodtheircontents,hereby submitourProposalforselectionasConsultant. Theproposal is

unconditional and unqualified.

2. AllinformationprovidedintheProposalandintheAppendicesistrueandcorrectandall documents

accompanyingsuch Proposal aretrue copies oftheirrespectiveoriginals.

3. ThisstatementismadefortheexpresspurposeofappointmentastheConsultantforthe aforesaid

Project.

4. I/We shall make available to the Authority any additional information it may deem

necessaryor requirefor supplementingorauthenticatingtheProposal.

5. I/Weacknowledgetherightoftheauthoritytorejectourapplicationwithoutassigningany

reasonorotherwiseandherebywaiveourrighttochallengethesameonany account whatsoever.

6. I/Wecertifythatinthelastthreeyears,weoranyofourAssociateshaveneitherfailedto

performonanycontract,asevidenced by impositionofapenaltyby anarbitralorjudicial authority

orajudicialpronouncementorarbitrationawardagainsttheApplicant,norbeen

expelledfromanyprojectorcontractbyanypublicauthoritynorhavehadanycontract terminated

byanypublicauthorityfor breach on our part.

113

7. I/WeunderstandthatyoumaycanceltheSelectionProcessatanytimeandthatyouare

neitherboundtoacceptanyProposalthatyoumayreceivenortoselecttheConsultant,

withoutincurringany liability totheApplicantsinaccordancewithClause1.7oftheRFP

document.

8. I/Wedeclarethatwe/anymemberoftheconsortium,are/isnotaMemberofanyother

Consortiumapplying for Selection as aConsultant.

9. I/Wecertifythatinregardtomattersotherthatsecurityandintegrityofthecountry,weor

anyofourAssociateshavenotbeenconvictedbyaCourtofLaworindictedoradverse orders passed

by a regulatory authority which would cast a doubt on our ability to

undertaketheConsultancy fortheProjectorwhichrelatestoagraveoffencethatoutrages the moral

senseof the community.

10. I/Wefurthercertifythat in regardto matters relatingto securityand integrityofthe

country,wehavenotbeencharge-sheetedbyanyagencyoftheGovernmentorconvicted byaCourt

ofLawfor anyoffence committed byus or byanyof our Associates.

11. I/Wefurthercertifythatnoinvestigationbyaregulatoryauthorityispendingeitheragainst us

or against our Associates or against our CEO or any of our

Directors/Managers/employees.

12. I/Wehereby irrevocablywaiveanyrightorremedywhichwemay haveatany stageatlaw or

howsoever otherwise arising to challenge or question any decision taken by the Authority

[and/ortheGovernmentofIndia]inconnectionwiththeselectionofConsultant or in connection

with the Selection Process itself in respect of the abovementioned Project.

13. The BidSecurityofRs. ***** (Rupees *****)in the form ofa Bank Guarantee is

attached, in accordancewith theRFPdocument.

14. I/We agree and understand that the proposal is subject to the provisions of the RFP

document.Innocase,shallI/wehaveany claimorrightofwhatsoevernatureifthe Consultancy

fortheProjectisnotawardedtome/usorourproposalisnotopenedor rejected.

15. I/Weagreetokeepthisvalidfor120(Onehundredandtwenty)daysfromtheProposal

DueDate specified intheRFP.

16. APowerofAttorneyinfavouroftheauthorizedsignatorytosignandsubmitthisProposal and

documents is attached herewith.

114

17. In the event of my/our firm/consortiumbeingselected as the Consultant,I/weagreetoenter

intoany AgreementinaccordancewiththeformAppendixVoftheRFP.Weagreenotto seek

anychanges in the aforesaid form and agreeto abide bythe same.

18. I/WehavestudiedRFPandallotherdocumentscarefullyandalsosurveyedtheProject

site.Weunderstandthatexcepttotheextentasexpressly setforthintheAgreement,we

shallhavenoclaim,rightortitlearisingoutofanddocumentsorinformationprovidedto

usbytheAuthorityorinrespectofanymatterarisingoutoforconcerningorrelatingto the Selection

Process includingthe award ofConsultancy.

19. TheProofofEligibilityandTechnicalproposalarebeingsubmittedinseparatecoversin hardcopy

andthey arebeing submittedonlinealso.FinancialProposalisbeing submitted

onlineonly.ThisProofofEligibility readwithTechnicalProposalandFinancialProposal

shallconstitute theApplication which shallbebindingon us.

20. I/We agreeandundertaketoabide byallthetermsandconditionsoftheRFPDocument.In

witnessthereof,I/we submitthis Proposalunderandinaccordancewiththe termsof the

RFPDocument.

Yours faithfully, (Signature, nameand designation oftheauthorized signatory)

(Name and seal of theApplicant/Lead Member)

115

Form-E2/T3 Appendix-II

FIRM’S REFERENCES Relevant Services Carried out in theLast Seven Years(2008-09 onwards)

Which BestIllustrate Qualifications

Thefollowing informationshouldbeprovidedintheformatbelowfor eachreferenceassignment forwhichyourfirm,eitherindividually asacorporateentity orasoneofthemajorcompanies within a consortium, was legallycontracted bytheclient:

Assignment Name: Country:

Location within Country: Professional Staff Provided by yourfirm:

Name ofClient : No. ofStaff :

Address : No. ofStaff Months :

Start Date (Month / Year)

Completion Date (Month / Year)

Approx. Value of Services : (inINR/current USD):

Name ofJV/Association Firm(s)ifany: No. ofMonths of Professional Staff provided byAssociated Firm(s)

Status ofyour Companyin theAssignment i.e., Sole/Lead Member/OtherMember/Associate

NarrativeDescription of Project :

Description of Actual Services Provided by yourCompany:

SignatureofAuthorisedRepresentative

(CertificatefromEmployerregarding experienceshouldbefurnished)

116

APPENDIX-II

Form-E3

FinancialCapacity ofthe Applicant

Name ofApplicant:

S.No. Financial Year Annual Revenue (Rs/US $ in million)

1 2015-16

2 2014-15

3 2013-14

4 2012-13

5 2011-12

CertificatefromtheStatutory Auditor$

This is to certifythat--------------(name oftheApplicant) has received the payments shown aboveagainstthe respectiveyears on account of ConsultancyServices.

Name oftheauditfirm Seal of the

auditfirm Date

(Signature, nameand designation ofthe authorized signatory)

$In caseheApplicant does not haveastatutoryauditor, it shall providethe certificatefrom its chartered accountant that ordinarilyaudits the annual account of theApplicant.

Note:

Pleasedo notattach anyprinted Annual FinancialStatement.

117

APPENDIX-II

Form-E4

BANK GUARANTEE FORMATFOR BID SECURITY (To bestamped in accordancewith Stamp Act if any, of thecountryof issuingbank)

Ref.: TenderNo. , dated Bank Guarantee: Date: WHEREAS, ____________ (Name of Bidder) ____(hereinafter called "the bidder") has submitted his bid dated ____________ (date) for the Tender No. _________, dated _______ (hereinafter called "the Bid". KNOW ALL MEN by these presents that We, ______________ [Name of Bank] of ____________ [Name of Country] having our registered office at ________ (hereinafter called "the Bank") are bound unto ___________ [name of employer] (hereinafter called "the Employer") in the sum of Rs. ______ (Rupees ______Lakhs only) for which payment will and truly to be made to the said employer the bank binds himself, his successors and assigns by these presents. SEALED with the Common Seal of the said Bank this _____ day of ____ 201_. THE CONDITIONS of this obligation are: 1. If the Bidder withdraws his Bid during the period of bid validity specified in the Bid document; or 2. If the Bidder does not accept the correction of arithmetical errors of his Bid Price in accordance with the Instructions to Bidder; or 3. If the Bidder having been notified of the acceptance of his Bid by the Employer during the period ofbid validity, a. fails or refuses to execute the Form of Agreement in accordance with the Instructions to Bidders, if required; or b. fails or refuses to furnish the Performance Security, in accordance with the letter of invitation, we undertake to pay the Employer up to the above amount upon receipt of his first written demand, without the Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by him is due to him owing to the occurrence of one or any of the conditions, specifying the occurred condition or conditions. This Guarantee will remain in force up to and including the date 150 (one hundred and fifty) days after the deadline for submission of bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date. Notwithstanding anything contained herein before, our liability under this guarantee is 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:

Subject ConsultancyServicefor

Regarding Technical Proposal

I/We (name of

Bidder) Consultant/ Consultancy firm herewith enclose Technical Proposal for selection of

my/our firm/organization as Consultant for .

Yours faithfully,

(AuthorizedRepresentative)

Signature

FullName Designation Address

119

(Form-T-2)

Details ofprojects forwhich Technical andFinancialProposalshavebeensubmitted

Sl.No. Nameof Project ConsultancyPackageNo. Names ofProposed KeyPersonnel

1

2

3

4

120

Form-E2/T3

FIRM’S REFERENCES Relevant Services Carried out in theLast SevenYears

Which BestIllustrate Qualifications

Thefollowing informationshouldbeprovidedintheformatbelowforeachreferenceassignment forwhichyourfirm,eitherindividuallyasacorporateentityorasoneofthemajorcompanies within a consortium, was legallycontracted bytheclient:

Assignment Name: Country:

Location within Country: Professional Staff Provided by yourfirm:

Name ofClient : No. ofStaff :

Address : No. ofStaff Months :

Start Date (Month / Year)

Completion Date (Month / Year)

Approx. Value of Services :(inINR/current USD):

Name ofJV/Association Firm(s)ifany: No. ofMonths of Professional Staff provided byAssociated Firm(s)

Status ofyour Companyin theAssignment i.e., Sole/Lead Member/OtherMember/Associate

NarrativeDescription of Project :

Description of Actual Services Provided by yourCompany:

SignatureofAuthorisedRepresentative

(CertificatefromEmployerregarding experienceshould befurnished)

121

Form-T4

SITE APPRECIATION

Shallgivedetails ofsiteas peractual sitevisitand data providedinRFP andcollected from site

supported by photographsto demonstratethat responsible personnelofthe Consultant

haveactually visitedthe siteand familiarizedwith the salient details/complexities andscope

ofservices.

122

Form-T5

COMMENTS/ SUGGESTIONSOF CONSULTANT ON THETERMSOF REFERENCE

1. 2.

3.

4.

5.

….

….

123

Form-T6

Compositionofthe TeamPersonnel andthe task Which wouldbeassignedto eachTeam Member

I. Technical/Managerial Staff

S.No. Name Position Task Assignment 1.

2. 3.

4.

….

….

….

II. Support Staff

S.No. Name Position Task Assignment

1. 2.

3.

4.

….

….

….

124

Form-T7

APPROACHPAPERON METHODOLOGYPROPOSEDFORPERFORMINGTHEASSIGNMENT

The approach and methodologywillbedetailed preciselyunder thefollowingtopics.

1) Composition of theteam [not morethan 1 page]

2) Methodologyfor services, surveying, datacollection [not morethan 2 pages]

andanalysis

3) QualityAssurancesystem for consultancyassignment [not morethan 1page]

.

125

Form-T8

Details ofMaterialTesting Facility

1 . State whether the Applicant has in-house Material Testing FacilityAvailable /

Outsourced/Not Available

2. Incaseanswerto1is Available, attach a list ofLabequipmentandfacilityfortestingof materials

and location oflaboratory

3. Incaselaboratoryislocatedatadistanceofmorethan400kmfromtheprojectsite,state

arrangements made/proposed to be madefor testingof materials

4. Incaseanswerto1isOutsourced/ Not Available

statearrangementsmade/proposedtobemadefortestingof materials

126

Facility forFieldinvestigationandTesting

Form-T9

1. State whether the Applicant has in-house Facility for

a) Geo-technical investigation Available (created in-house at site)/ Outsourced/ Not Available

b) Pavement investigation Available (created in-house at site)/ Outsourced/ Not Available

2. Incaseanswerto1is Available (created in-house at site) a list of field investigation and testing

equipments available in-house

3. Incaseanswerto1 is Outsourced/ Not Available arrangements made/proposed to be made for

each of above Field investigationand 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:

127

REFERENCES

Relevant Services Carried Which BestIllustrate Qualifications

Thefollowing informationshouldbeprovidedintheformatbelowforeach referenceassignment forwhichyourfirm,eitherindividuallyasacorporateentityor asoneofthemajorcompanies within a consortium, was legallycontracted bythe client:

Assignment Name: Country:

Location within Country: Professional Staff Provided by yourfirm:

Name ofClient : No. ofStaff :

Address : No. ofStaff Months :

Technology Used:

Start Date (Month / Year)

Completion Date (Month / Year)

Approx. Value of Services :(inINR/current USD):

Name ofJV/Association Firm(s)ifany: No. ofMonths of Professional Staff provided byAssociated Firm(s)

Status ofyour Companyin theAssignment i.e., Sole/Lead Member/OtherMember/Associate

NarrativeDescription of Project :

Description of Actual Services Provided by yourCompany:

SignatureofAuthorisedRepresentative

(CertificatefromEmployerregarding experienceshould befurnished)

128

OfficeEquipmentandsoftware

Form-T10

Attacha list ofoffice equipment andsoftwareownedby the Applicant

129

Form-T11

Photo

Format ofCurriculumVitae(CV)ForProposedKey Staff

1. Proposed Position:

2. Name of Staff:

3. Date ofBirth: (Please furnish proof of age)

4. Nationality:

5. Educational Qualification: (Summarize college/university andother specialized educationofstaff

member,giving namesofschools, dates attendedand degreesobtained).(Please

furnishproof ofqualification)

Contact Address with Phone and mobile numbers:

6.

Membership of Professional Societies: 7. Publication:

(Listofdetailsofmajortechnicalreports/paperspublishedinrecognizednational and international journals)

8. Employment Record:

(Starting withpresentposition,list inreversed order,everyemployment held.List allpositionsheldby staffmembersincegraduation,givingdates,namesof employingorganization,titleofpositionsheldandlocationofassignments.For experienceperiodofspecificassignmentmustbeclearlymentioned,alsogive client references, where appropriate).

130

9. Summaryof theCV (Furnishasummary oftheaboveCV.Theinformationin thesummary shallbe

preciseandaccurate.Theinformationinthesummarywillhavebearingonthe evaluation of theCV). A) Education: i) Field of graduation and year ii) Field of post-graduation and year iii) Any other specific qualification

B) Experience i) Total experience in highways: ___ Yrs. ii) Responsibilities held: a) ___Yrs. b) ___Yrs. c) ___ Yrs. iii) Relevant experience: ___ Yrs. C) Permanent Employment with the firm: ___Yrs. If yes, how many years: If no, what is the employment: Arrangement with the firm?

Certification:

1 IamwillingtoworkontheprojectandIwillbeavailableforentiredurationof

theprojectassignmentandIwillnotengagemyselfinanyotherassignment during the

currencyof this assignment on theproject 2 I, theundersigned, certifythattothebestofmyknowledgeandbelief,this biodata

correctlydescribes myselfmyqualification and myexperience.

Signatureofthe Candidate

Place Date

Signatureofthe AuthorizedRepresentativeof thefirm Place Date

Note: EachpageoftheCVshallbesignedininkbyboththestaffmember and the Authorized

representative of the firm. Photocopies will not be considered for evaluation.

131

UNDERTAKING FROM THE PROFESSIONAL

I,………………….(NameandAddress)havenotleftany assignmentwiththe consultantsengagedby MORT&H/contracting firm(firmtobesupervisednow)forany continuingworksofMORT&H/NHAIwithoutcompleting my assignment.I willbeavailableforthe entiredurationofthecurrentproject(named…………..).IfI leavethisassignmentinthemiddle ofthecompletionofthework,Imaybedebarredforanappropriateperiodtobedecidedby NHAI.Ihave also no objection if myservicesare extended by NHAIforthis work in future.

UNDERTAKING FROM CONSULTING FIRM

Theundersignedonbehalfof……………….(nameofconsultingfirm)certify that Shri………………………(nameoftheproposedpersonnelandaddress)tothebestof our knowledgehasnotlefthisassignmentwithany otherconsultingfirmengagedby MORT&H/ contractingfirm(firmtobesupervisednow)fortheongoing projects.Weunderstandthatifthe informationaboutleavingthepastassignmentwith NHAIwithoutcompleting his assignmentisknowntoNHAI, NHAIwouldbeatlibertytoremovethepersonnelfromthe present assignment and debar him foranappropriate period to bedecided by NHAI.

132

(Form-I) Appendix IV

FINANCIALPROPOSALS

FROM: TO:

Sir:

Subject: Consultants’ Services for

RegardingPriceProposal

I/We Consultant/consultancyfirm herewith enclose

*PriceProposal forselection ofmy/our firm/organization as Consultant for

Yours faithfully, Signature

FullName

Designation

Address

(Authorized Representative)

*TheFinancial proposal is to be filled strictly as perthe format giveninRFP.

133

(Form-II)

Format ofFinancialProposal Summary ofCostinLocalCurrency

No. Description Amount (LC)* (INR)

I

Local Consultants Remuneration forLocalStaff (inclusiveof per diem allowance)

II Support Staff (inclusiveof per diem allowance)

III Per diem allowanceof expatriate personnel

IV Transportation

V DutyTravel to Site

VI OfficeRent

VII OfficeSupplies, Utilities and Communication

VIII OfficeFurniture and Equipment (Rental)

IX Reports and Document Printing

X

A B

Surveys&Investigations

Topographical Survey Investigations

Subtotal Local Consultants :

Foreign Consultants

F-I Remuneration for ExpatriateStaff

F-II Mobilization and Demobilization

Total Cost Net of Tax :

Taxes and Duties

I. Income Tax(Expatriate) II. Import duties III. Value added tax

Total cost net of servicetax**

ServiceTax

TOTAL COSTS(Including ServiceTax)

LC*Local Currency ** Total Cost Net of ServiceTaxshallbe considered forfinancialevaluation

Note: No escalation willbepayable duringtheservices

Insurances shall notbeallowedseparately .Thesewill beincidental to mainitems. Rates for all items shallbequoted infigures aswellas inwords.

134

(Form-III)

EstimateofLocal CurrencyCosts

I. Remuneration forLocal Staff(includingperdiemallowance)

S.No.

Position

Name Rate

(INR)

SM

Amt.(INR)

Professional Staff

1 TeamLeadercumSenior HighwayEngineer

7

2 Senior BridgeEngineer 3

3 HighwaycumPavement Engineer

3.5

4 Material-cum-Geotechnical Engineer-Geologist

5

5 Senior SurveyEngineer 5

6 Traffic and SafetyExpert 3

7 Environmental Specialist 2.5

8 QuantitySurveyor/ Documentation Expert

4.5

Sub-Total:

Sub-Professional Staff (To be assessed byConsultant as per requirement of assignment)

1

2

3

4

5

6

7

Sub-Total:

TOTAL

135

II.Support Staff

No. Position Name Staff Months

Billing Rate( INR)

Amount (INR)

1 2

3

4

OfficeManager Typist

OfficeBoy

Night Watchman

Total :

III. Transportation(Fixed costs)

S.No Description Qty. Nos. of months

Rate/ Month (INR)

Amount (INR)

1 Thevehicles provided bythe Consultants shall includethe cost for rental, drivers, operation, maintenance,repairs, insurance,etc.

A. For useof consultants

Total

IV. Duty Travel to Site(FixedCosts)

Trips NO Rate (INR) Amount (INR)

V. OfficeRent (Fixed Costs)

Therent cost includes maintenance, cleaning,repairs, etc. months x

Total__

136

VI. OfficeSupplies, Utilities andCommunication(Fixed Costs)

No. Item Months Monthly Rate (INR)

Amount inINR.

1

2

3

4

OfficeSupplies

DraftingSupplies

Computer RunningCosts

Domestic andInternational Communication

TOTAL: ---------------------------

VII. OfficeFurnitureandEquipment (Rental)

No .

Description Unit Quantity Rate ( INR)

Amount (INR )

1 OfficeFurniture and Equipment LS

Total

137

VIII. Reports andDocumentPrinting

No. Description No. of Copies

Rateper Copy ( INR. )

Amount (INR.)

1 MonthlyReport 3 Per Month

2 Inception Report&QAP 3

3 Environment and SocialImpact ScreeningReport

4

4 DraftFeasibilityReport 4

5 Final FeasibilityReport 6

6 Strip Plan with L.A. Reports 6

7 Draft LA and Clearances I Report 4

8 Final LA and Clearances I Report 4

9 Draft Environmental Assessment report&RAP

4

10 Final Environmental Assessment report&RAP

6

11 Draft Detailed Design Report & Drawings etc. Draft EMP

4 4

12 DraftBidding Documents 4

13 Final Detailed ProjectReport withBill of Quantities, Cost Estimates, Updated Drawings etc. Final EMP

6

6

14 Final BiddingDocuments 6

15 Draft 3(a) ,3(A) and 3(D) notification for land acquisition ( 3 copies each)

9

16 LA & Clearances II Report 6

Total

138

IX. Survey andInvestigation

A. Topographical Survey (Fixed Rate)

No. Item Kms Rateper Km (INR)

Amount (INR)

1 Topographic Survey including hire charges for equipment and supply of survey teams comprising of project survey filed staff etc. inclusive of cost of materials, labourer

2 Detailed topographic surveys using mobile/ aerial LiDAR or better technology

B. Investigation(Fixed cost)

No. Description Quantity Amount (INR)

1 Road and BridgeInventory

2 BBD Testand PavementEvaluation

3 Roughness Survey

4 Axle Load Survey

5 Material SurveyandInvestigation

6 Sub-gradeInvestigation

7 TrafficSurvey

8 Socio-economic&Census Survey/Studies

9 LandAcquisition Studies

10 Anyother investigations/surveys

11 *Sub-Soil Investigation (Boring)

Rate Qty. Amount (Rs)

a) Boring in all type of soils (other

than hard rock)

b)Boring in hard rock

1500m (for projects of length < 110 km)

or

2000m (for projects of length > 110 km)

200m (for projects of length < 110 km)

or

300m (for projects of length > 110 km)

Total

139

Note: *QuantitiesofboringsshallbetakenfromFinancialProposalFormNo.V. For financial evaluation, these quantities and rates quoted by the consultant will be considered.However,Paymentshallbemadeontheactualquantityofboringatrates quotedabovebytheConsultant.whichmay besubstantially moreorlessthanthe estimated quantities.

140

(Form-IV)

EstimateofCosts forExpatriateConsultants(in IndianRupees)

I. Remuneration ofExpatriate Staffincludingper diem allowances

No. Positions Name Rate() SM Amount ()

Total :

II. Mobilizationand Demobilization

1. International Airfares (Fixed costs)

Position RoundTrips Rate Amount

Total

2 InlandTravel in HomeCountry(Fixed Costs)

LumpSum ……

3. Other Miscellaneous expenses ( like DA, internal travel expenses other incidentals)(fixed cost)

Lump Sum …….

141

S. No

Stretch Proposedfor DPR

NH No.

Approxi mate Length (inKm.)

Package No.

State Cumulative Tentative Quantities(in m)

In Soils other than hardrock

In hard rock

2 HP/Punjab Border to Mandi 20 197 km NHAI/HP Border-Mandi/NH-20/DPR/HP/2016

HP 2000 300

TENTATIVE QUANTITIESFOR SUB-SOILINVESTIGATIONS (BORING)

(Form–V)

142

Appendix-V

DETAILED EVALUATION CRITERIA

1. FirstStage Evaluation-ProofofEligibility (Para 12.1 ofData Sheet)

1.1 Eligibility criteriafor soleapplicant firm.

Thesole applicantfirmshallsatisfythefollowing3 (Three)Nos. ofcriteria.

(a)&(b) FirmshouldhaveexperienceofpreparationofDPR/Feasibility of4/6lane of

aggregatelengthasgivenbelow.ThefirmshouldhavealsopreparedDPR/Feasibility

ofatleastoneprojectof4/6laning ofminimum lengthasindicatedbelowinthelast 7 years

(i.e.from 2009-10onwards)

S.

No.

PackageNo. Tentative

Length

Minimum

AggregateLength

required

Minimumlengthofa EligibleProject(4/6

lane)

DPR/Feasibility=

TentativeLength

DPR=0.4x

TentativeLength

Feasibility=0.6x

TentativeLength

1 2 3 4 5 6

(c) AnnualAverageTurnOverforthelast3years{Incaseswhere,Audited/Certifiedcopy

ofBalanceSheetfortheFY2014-15isavailable,lastthreeyearsshallbecountedfrom2013-14to2015-

16.However,whereaudited/certifiedcopyoftheBalanceSheetfortheFY2015-16is

notavailable(ascertifiedbytheStatutoryauditor)theninsuchcaseslastthreeyearsshallbe consideredfrom 2012-

13to2014-15}ofthefirm from Consultancyservicesshouldbeequalto more than Rs 5crore.

143

1.2 Eligibilitycriteriafor Lead Partner/OtherPartner in caseofJV.

Incaseof JV, theLeadPartnershould fulfillatleast 75%ofalleligibility requirementsandthe

otherpartnershallfulfillatleast50%ofalleligibility requirementsasgivenat1.1 above. Thusa

FirmapplyingasLead Partner/OtherPartnerin case ofJV/Associateshould satisfythe following

(a)& (b) FirmshouldhaveexperienceofpreparationofDPR/Feasibilityof4/6laneof

aggregatelengthasgivenbelow.The firm shouldhavealsopreparedDPR/Feasibilityofatleast

oneprojectof4/6laningofminimumlengthasindicatedbelowinthelast7years(i.e.from

2009-10 onwards

S.

No.

Package No. MinimumAggregate

Length required of

DPR/Feasibility km)

MinimumlengthofaEligibleProject (4/6lane)

DPR Feasibility

Lead in

JV

Other

Partner

in JV

Lead in

JV

Other

Partner in

JV

Lead in

JV

Other

Partner

in JV

144

c ) Minimum Annual Average Turn Over for the last 5 years {In cases where,

Audited/Certifiedcopy ofBalanceSheetfortheFY2015-16isavailable,lastfive yearsshallbe

countedfrom2011-12to2015-16.However,whereaudited/certifiedcopyoftheBalanceSheet for the

FY2015-16isnotavailable (ascertified by theStatutory auditor) then in such cases last five years shall

be considered from 2010-11 to 2014-15} of a firm applying as Lead

Partner/OtherPartnerincase ofJV fromConsultancyservicesshould be as givenbelow:

No. Mode ofSubmission by afirm Annual Average TurnOverfor the last5years

1 Lead Partnerin aJV Rs 3.75 crore

2 OtherLead partner inaJV Rs 2.50 crore

Note: (i)WeightagetobegivenwhenexperiencebyaFirmasSoleFirm/LeadPartnerina

JV/OtherPartnerin aJV/As Associate

No. Status of thefirmin carrying

out DPR/Feasibility Study

Weightageforexperience

1 Solefirm 100%

2 Lead partnerin aJV 75%

3 Otherpartnerin aJV 50 %

4 As Associate 25%

(ii)TheexperienceofafirminpreparationofDPRforaprivateConcessionaire/contractorshall

notbeconsidered

2. Second Stage Evaluation -TechnicalEvaluation(Para 12.2 ofData Sheet)

2.1. Firm’s Relevant Experience

S.No Description Maximum

Points

Sub-

Points

1 Specific experience of the DPR consultancy related

to the assignment for eligibility

10

1.1 Aggregate Length of DPR / Feasibility study of4/ 6

lane projects

5

1.1.1 More than the indicative Length of the package

applied for

3

1.1.2 More than 2 times the indicative length of the

package applied for

4

145

S.No Description Maximum

Points

Sub-

Points

1.1.3 More than 3 times the indicative length of the

package applied for

5

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)

5

1.2.1 1 project 3

1.2.2 2 projects 4

1.2.3 3 or more projects 5

2 DPR of Bridge having length more than 200 m 3

2.1 1 bridge 0

2.2 2 bridges 1

2.3 3 bridges 2

2.4 4 or more bridges 3

3 Specific experience of firms in terms of turnover 3

3.1 Firm’s Average Turnover of last 5 years >= 10 crore 3

3.2 Firm Average Turnover of last 5 years > = 5 crore

but < 10 crore

2

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

4 DPR for special category projects (Tunnels) 4

4.1 DPR of number of Tunnels (Minimum 200 mtr

Length)

4

4.1.1 1 project 0

4.1.2 2 projects 1

146

S.No Description Maximum

Points

Sub-

Points

4.1.3 3 projects 2

4.1.4 4 projects 3

4.1.5 5 or more projects 4

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)WeightagetobegivenwhenexperiencebyaFirmasSoleFirm/LeadPartnerina

JV/OtherPartnerin aJV/As Associate

No. Status of thefirmin carrying

out DPR/Feasibility Study

Weightageforexperience

1 Solefirm 100 %

2 Lead partnerin aJV 75%

3 Otherpartnerin aJV 50 %

4 As Associate 25%

(ii) TheexperienceofafirminpreparationofDPRforaprivateConcessionaire/contractorshall

notbeconsidered.

2. 2. Adequacy of the proposedwork plan andmethodology inrespondingto theTOR

S. No. Description Maxpoints

(i) Site Appreciation 1

(ii) Comments on TOR 1

(iii) TeamComposition andTaskassignment 1

(iv) Methodology* 2

147

TotalPoints 5

Rating givenbelowshallbe applicable on allabove Below Average (50 %) Average (75%) Good (90%) Excellent (100%) * 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.

148

2.3 Materialtesting, Surveyand investigation equipmentand software proposed to beused

S.No Description Maximum

Points

Sub-

Points

1 Availability of in-house material testing facility 2

1.1 Available 2

1.2 Outsourced/ Not Available 0

2 Field Investigation Facilities 1

2.1 Available (Created in-house at site) 1

2.2 Outsourced/ Not Available 0

3 Office Equipment and Software 2

3.1 High Level (More than 75% as per ToR requirement) 2

3.2 Medium Level (Between 75%-50% as per ToR

requirement)

1

3.3 Low Level (Less than 50% as per ToR requirement) 0

4 Experience in LiDAR or better technology for

topographic survey (Infrastructure sector)

4

4.1 1 -2 project 1

4.2 3 - 5 projects 2

4.3 6 - 10 projects 3

4.4 > 10 projects 4

5 Experience in using GPR and Induction Locator

or better technologies for detection of sub-surface

utilities (Infrastructure sector)

3

5.1 1 – 2project 1

5.2 3 - 5 projects 2

149

S.No Description Maximum

Points

Sub-

Points

5.3 > 5 projects 3

6 Experience in digitization of cadastral maps for

land surveys

3

6.1 Project of area upto 100 ha 1

6.2 Project of area between 100 - 500 ha 2

6.3 Project of area more than 500 ha 3

150

2.4. QualificationandCompetenceoftheKeyStaffforadequacyoftheAssignment.(Para12.2 of

DataSheetand EnclosureII ofTOR)

2.4.1 TEAM LEADERcumSENIOR HIGHWAYENGINEER

S. No. Description Max. Points

I GeneralQualification 25

i) Degree in CivilEngineeringorequivalent 20

ii) PostGraduationinHighway Engg./Structures/TrafficandTransportation/Soil

Mechanicsand FoundationEngineering/ConstructionManagement/Transportation

5

II RelevantExperience&AdequacyfortheProject 65

a) TotalProfessionalExperience 14

<20 years 0

20-25years 11

>25-28 years 13

>28 years 14

(b) Experience in Highway Projects - Experience in Planning, project

preparation and design of Highway Projects (2/4/6 laning of

NH/SH/Expressways)

23

<15 years 0

15-20years 17

>20 -25 years 21

>25 years 23

c) Experiencein Similar Capacity 28

(i) InFeasibilityof2/4/6 laningworksorDPR/IC/ConstructionSupervisionof major

highwayprojects i.e. 2/4/6 laningofNH/SH/Expressways inSimilar Capacity

(MinimumAggregate lengthof80km)

19

< 80km 0

80 km-150km 14

> 150km-250km 17

> 250km 19

(ii) InFeasibilityof2/4/6 laningworksorDPR/IC/ConstructionSupervisionof

majorhighwayprojectsi.e.2/4/6laningofNH/SH/ExpresswaysinSimilar

Capacity-Number ofProjects

9

2 projects 7

3-5 projects 8

Morethan 5 projects 9

III EmploymentwithFirm 10

Lessthan 1Year 0

1-2years 5

more than 2 years 10

Total 100

151

2.4.2 HIGHWAYcumPAVEMENT ENGINEER

S.

No.

Description Max. Points

I GeneralQualification 25

i) Degree in CivilEngineeringorequivalent 20

ii) Postgraduationin HighwayEngg/

Transportation Engineering

5

II RelevantExperience&Adequacyforthe Project 65

a) TotalProfessionalExperience 14

<15 years 0

15-20years 11

>20 -25years 13

>25 years 14

(b) ExperienceinHighwayProjects -ExperienceinDesign/PavementDesign of

HighwayProjects(2/4/6laningofNH/SH/Expressways)

23

<10 years 0

10-15years 17

>15-20 years 21

>20years 23

c) Experiencein Similar Capacity 28

(i) In Design/ Pavement Design of Highway Projects (2/4/6 laning of

NH/SH/Expressways)inSimilar Capacity(Minimum aggregatelength 80 km)

19

<80km 0

80km-150km 14

>150km-250km 17

>250km 19

(ii) In Design/ Pavement Design of Highway Projects (2/4/6 laningof NH/SH/

Expressways)in SimilarCapacity– NumberofProjects

9

2 projects 7

3-5 projects 8

Morethan 5 projects 9

III EmploymentwithFirm 10

Lessthan 1Year 0

1-2years 5

more than 2 years 10

Total 100

152

2.4.3 SENIOR BRIDGE ENGINEER

S.

No.

Description Max. Points

I GeneralQualification 25

i) Degree in CivilEngineeringorequivalent 20

ii) PostGraduationinStructuralEngineering/Bridge Engineering 5

II RelevantExperience&AdequacyfortheProject 65

a) TotalProfessionalExperience 14

<15 years 0

15-20years 11

>20 -25years 13

>25years 14

b) ExperienceinBridgeProjects 23

(i) Experiencein projectpreparation and design ofbridgeprojects 18

<10 years 0

10-15years 13

>15 -20years 16

>20years 18

(ii) Experienceof2/4 lane configuration bridges 5

<2 Projects 0

2-4 Projects 4

> 4 projects 5

c) ExperienceasSeniorBridgeEngineeror SimilarCapacity inHighway

DesignConsultancyProjects(2/4/6laningofNH/SH/Expressways)involving

designof MajorBridges(minimum2 nos. of length more than200m)

28

<2 numbers 0

2-4 numbers 22

5-6 numbers 25

> 6 numbers 28

III EmploymentwithFirm 10

Lessthan 1Year 0

1-2years 5

more than 2 years 10

Total 100

153

2.4.4 TRAFFIC ANDSAFETYEXPERT

S. No. Description Max. Points

I GeneralQualification 25

i) Degree in CivilEngineering 20

ii) PostgraduationinTraffic Engineering/TransportationEngineering/

Transportation Planning

5

II RelevantExperience&AdequacyfortheProject 65

a) TotalProfessionalExperience 14

<10 years 0

10-15years 11

>15-20 years 13

>20years 14

b) ExperienceinHighwayProjects–ExperienceonSimilarProjects(2/4/6 laning

ofNH/SH/ Expressways)

23

<5 years 0

5-7years 17

>7-10 years 21

>10years 23

c) ExperienceasTrafficandSafetyExpert/TrafficEngineerorinSimilar

CapacityinHighwayProjects (2/4/6laningofNH/SH/Expressways)

(Minimumaggregate length 80 km)

28

<80km 0

80km-150km 22

>150km-250km 25

>250km 28

III EmploymentwithFirm 10

Lessthan 1Year 0

1-2years 5

more than 2 years 10

Total 100

154

2.4.5 MATERIAL ENGINEERcumGEOTECHNICAL ENGINEERcumGEOLOGIST

S. No. Description Max. Points

I GeneralQualification 25

i) Degree in CivilEngineering/M. Sc. in Geology 20

ii) Postgraduationin Foundation Engineering/SoilMechanics /GeoTechEngineering

orPhdin Geology

5

II RelevantExperience&Adequacyfor theProject 65

a) TotalProfessionalExperience 14

<15 years 0

15-20years 11

>20-25 years 13

>25 years 14

b) Experience in Highway Projects – In Similar Projects (2/4/6 laningof

NH/SH/Expressways)indesignand or Construction/ Construction Supervision

23

<8 years 0

8-10years 17

>10 -12 years 21

>12years 23

c) Experience as Material cum Geo-technical Engineer or in Similar capacity

on HighwayProjects (2/4/6 laningofNH/SH/Expressways)(Minimum aggregate

length 80 km)

28

<80km 0

80km-150km 22

>150km– 250km 25

>250km 28

III EmploymentwithFirm 10

Lessthan 1Year 0

1-2years 5

more than 2 years 10

Total 100

155

2.4.6 SENIORSURVEY ENGINEER

S. No. Description Max. Points

I GeneralQualification 25

i) Degree orequivalentin CivilEngineering/Diploma in CivilEngineering/

Diploma in Surveying

20

ii) PostGraduationinSurveyEngineering/Surveying/ Remote Sensing 5

II RelevantExperience&AdequacyfortheProject 65

a) TotalProfessionalExperience 14

>15 years 0

15-20years 11

>20-25 years 13

>25 years 14

b) ExperienceinHighway Projects 23

i) Experience in Similar Projects (2/4/6 laningof NH/SH/Expressways) in

projectpreparation/ Construction/Construction Supervision

18

<5years 0

5 -7years 13

>7-10 years 16

>10 years 18

ii) Knowledge and understanding of Modern Computer based method of

Surveying

5

Yes 5

No 0

c) Experience as Survey Engineer or in Similar Capacity for project

preparationofhighway project(2/4/6laningofNH/SH/Expressways) (Minimum

Aggregate Length of to 80km)

28

>80km 0

80km-150km 22

>150km-250km 25

>250km 28

III EmploymentwithFirm 10

Lessthan 1Year 0

1-2years 5

more than 2 years 10

Total 100

156

2.4.7 ENVIRONMENTALSPECIALIST

S. No. Description Max. Points

I GeneralQualification 25

i) Degree in CivilEngineering/EnvironmentalEngineeringorPostGraduate in

EnvironmentalSciences

20

ii) PostGraduationinEnvironmentalEngineering 5

II RelevantExperience&AdequacyfortheProject 65

a) TotalProfessionalExperience 14

<10 years 0

10-15years 11

>15-20 years 13

>20 years 14

b) Experience in Highway Projects- Experience in Environment impact

assessmentofHighwayProjects(2/4/6laningofNH/SH/Expressways)

23

<5 years 0

5 -7years 17

>7-10 years 21

>10 years 23

c) Experienceas EnvironmentalSpecialistorin Similar CapacityinHighway

Projects(2/4/6laningofNH/SH/Expressways)

28

<2 projects 0

2-4 projects 22

5-7 projects 25

>7 projects 28

III EmploymentwithFirm 10

Lessthan 1Year 0

1-2years 5

more than 2 years 10

Total 100

157

2.4.8 QUANTITYSURVEYOR/DOCUMENTATIONEXPERT

S. No. Description Max. Points

I GeneralQualification 25

i) Graduation orequivalent inCivilEngineering/Certificatecoursefrom‘Institution of

QuantitySurveying’

20

ii) Graduation orequivalent inCivilEngineering 5

II RelevantExperience&AdequacyfortheProject 65

a) TotalProfessionalExperience 14

<15 years 0

15-20years 11

>20-25 years 13

>25 years 14

b) ExperienceinHighwayProjects-ExperienceinpreparationofBillofQuantities,

Contractdocumentsanddocumentationformajorhighwayprojects(2/4/6laningofNH/

SH/Expressways)

23

>5 years 0

5 -7years 17

>7-10 years 21

>10 years 23

c) ExperienceasQuantitySurveyor/DocumentationExpertorinSimilarCapacity

inHighwayProjects (2/4/6laningofNH/SH/Expressways)(Minimum Aggregate

length of 80km)

28

>80km 0

80km-150km 22

>150km– 250km 25

>250km 28

III EmploymentwithFirm 10

Lessthan 1Year 0

1-2years 5

more than 2 years 10

Total 100

158

Assumptions to be made regarding SimilarCapacityfor various positions

1. TeamLeadercumSeniorHighway Engineer

i) On behalfofConsultant/Contractor: TeamLeader/SeniorHighwayEngineer.

ii) In GovernmentOrganizations: SuperintendingEngineer(orequivalent)and

above

2. Senior Bridge Engineer

i) On behalfofConsultant: SeniorBridge Engineer/Bridge Engineer/Bridge

Design Engineer

ii) In GovernmentOrganizations: Executive Engineer (orequivalent)and above

3. Highway cumPavementEngineer

i) On behalfofConsultant: HighwayEngineer/HighwayDesign

Engineer/PavementEngineer.

ii) In GovernmentOrganizations: Executive Engineer (orequivalent)and above

4. MaterialEngineer cumGeo TechnicalEngineer-Geologist

i) On behalfofConsultant: MaterialEngineer/MaterialExpert/Geo

TechnicalEngineer

ii) In GovernmentOrganizations: Executive Engineer (orequivalent)and above

iii)

On behalfofContractor:

MaterialEngineer/MaterialExpert/Geo

TechnicalEngineer/Manager(Material)

159

5. Traffic and Safety Expert i) On behalfofConsultant: Traffic Engineer/Transportation Engineer/Road

Safety

Expert

ii) In GovernmentOrganizations: Executive Engineer (orequivalent)and aboveiii)

On behalfofContractor : Traffic Engineer/Transportation

Engineer/Road SafetyExpert 6. SeniorSurvey Engineer

i) On behalfofConsultant: SeniorSurveyEngineer/SurveyEngineer/

SeniorSurveyor

ii) In GovernmentOrganizations : Surveyor/Engineer (orequivalent)

iii) On behalfofContractor: SeniorSurveyEngineer/SurveyEngineer/

SeniorSurveyor

7. EnvironmentalSpecialist

i) On behalfofConsultant /Contractor: EnvironmentalEngineer/Environmental

Specialist/EnvironmentalExpert

ii) In GovernmentOrganisation: Officers who has dealtenvironment/forest

matter.

8. Quantity Surveyor/Documentation Expert

i) On behalfofConsultant /Contractor: QuantitySurveyor

(ii) In GovernmentOrganizations : AssistantEngineer(orequivalent)

160

Appendix VI

DRAFT CONTRACT

AGREEMENT

Between

National Highways Authority of India (Ministry of Road Transport and Highways)

Dwarka, New Delhi-75

and

M/s ………………………..in JV with M/s……………………………………. inAssociationwithM/s…………

and

For Consultancy Services for Preparation of Feasibility and Detailed Project Report for upgradation to 4 lane of HP/Punjab Border to Mandi Section (Km 11.00 to Km 208.00) of NH-20 in the State of Himachal Pradesh through BOT/Hybrid Annuity/EPC mode

(Fromkm tokm of NH in the State of…)

161

CONTENTS

Sl. No. Description PageNo.

I CONTRACT FORCONSULTANT’S SERVICES

II GENERALCONDITIONSOFCONTRACT

1. General Provisions

1.1 Definitions 1.2 Relation between theParties 1.3 Law GoverningtheContract 1.4 Language 1.5 Headings 1.6 Notices 1.7 Location 1.8 AuthorityofMember in Charge 1.9 Authorized Representatives 1.10 Taxesand Duties

2. Commencement,Completion, ModificationandTerminationofContract

2.1 EffectivenessofContract 2.2 Termination ofContract for Failureto BecomeEffective 2.3 Commencement ofServices 2.4 ExpirationofContract 2.5 EntireAgreement 2.6 Modification 2.7 ForceMajeure 2.7.1 Definition

2.7.2 No Breach ofContract 2.7.3 Measuresto beTaken 2.7.4 Extension ofTime 2.7.5 Payments

2.8

2.7.6 Suspension

Consultation

2.9 Termination 2.9.1

BytheClient

2.9.2 BytheConsultants 2.9.3 Cessation ofRightsand Obligations

2.9.4 Cessation ofServices 2.9.5 Payment upon Termination 2.9.6 Disputesabout EventsofTermination

3. Obligationsofthe Consultants 3.1 General

3.1.1 Standard ofPerformance 3.1.2 Law GoverningServices3.2 Conflict of Interests

162

3.2.1 Consultantsnot toBenefit fromCommissions,discountsetc. 3.2.2 Consultantsand Affiliatesnotto beotherwise

interestedin Project 3.2.3 Prohibition ofConflictingActivities

3.3 Confidentiality 3.4 LiabilityoftheConsultants 3.5 Insuranceto betaken outbytheConsultants 3.6 Accounting, Inspection and Auditing 3.7 Consultants’ActionsrequiringClient’sprior Approval 3.8 ReportingObligations 3.9 Documentsprepared bytheConsultantsto betheProperty

oftheClient 3.10 Equipmentand Materialsfurnished bytheClient

4. Consultants’Personnel

4.1 General 4.2 Description ofPersonnel 4.3 Approval ofPersonnel 4.4 WorkingHours, Overtime, Leave etc. 4.5 Removal and/or Replacement ofPersonnel 4.6 Resident Project Manager

5. Obligationsofthe Client

5.1 Assistanceand Exemptions 5.2 Accessto Land 5.3 Changein theApplicableLaw 5.4 Services, Facilitiesand PropertyoftheClient 5.5 Payment

6. Payment to the Consultants

6.1 Cost Estimates; CeilingAmount 6.2 Currencyof Payment 6.3 ModeofBillingand Payment

7. Responsibilityforaccuracy oftheprojectdocument

7.1 General 7.2 Retentionmoney 7.3 Penalty 7.4 Action for deficiencyin services

8. FairnessandGoodFaith

8.1 Good Faith 8.2 Operation oftheContract

9. SETTLEMENT OFDISPUTES

9.1 AmicableSettlement 9.2 DisputeSettlement

163

III. SPECIAL CONDITIONSOFCONTRACT

IV. APPENDICES

Appendix A: Termsofreferencecontaining, inter-alia, the Description oftheServicesand Reporting Requirements

Appendix B: Consultants’ Sub consultants, KeyPersonnel and Sub Professional

Personnel,Task assignment, work programme, manningschedule, qualification requirementsofkeypersonnel, schedulefor submission of variousreport.

Appendix C: Hoursofworkfor Consultants’ Personnel Appendix D: DutiesoftheClient AppendixE: Cost Estimate Appendix F: MinutesofFinancial/ Contract Negotiations with theConsultant Appendix G: Copyofletter ofinvitation Appendix H: Copyofletter ofacceptance Appendix I(1):Format for Bank Guaranteefor PerformanceSecurity for individual work Appendix I(2):Format for Bank Guaranteefor PerformanceSecurity for anumber ofworks AppendixJ: MinutesofthePre-bid meeting

164

DRAFTCONTRACTFORCONSULTANT’SSERVICES

165

INDIA

CONTRACT FORCONSULTANTS’ SERVICES

ConsultancyServicesforPreparation of Feasibility and Detailed Project Report for upgradation to 4 lane of HP/Punjab Border to Mandi Section (Km 11.00 to Km 208.00) of NH-20 in the State of Himachal Pradesh through BOT/Hybrid Annuity/EPC mode

(Fromkm. 11.00 to km 208.00OfNH 20 in theStateofHimachal Pradesh)

ThisCONTRACT (hereinafter called the“Contract”) ismadeon the----------dayofthe

monthof -----------------2016,between,ontheonehand, National Highways Authority of India (NHAI),

New Delhi(hereinafter calledthe“Client”)and, ontheotherhand,M/s------------------------------------------inJVwith---------------------------------- and in Association with……………………………………………. (hereinaftercalledthe“Consultants”).

WHEREAS (A) theClient hasrequested theConsultantsto providecertain consultingservicesasdefined in

theGeneral Conditionsattached tothisContract (hereinaftercalledthe“Services”); (B) theConsultants, havingrepresented totheClient that theyhavetherequired professional

skills,personnelandtechnicalresources,haveagreedtoprovidetheServicesontheterms andconditions set forth inthisContract;

NOWTHEREFORE thepartieshereto herebyagree asfollows:

1 Thefollowingdocumentsattached hereto shall bedeemedto form anintegral partof

thisContract:

(a) TheGeneral ConditionsofContract (hereinaftercalled “GC”);

(b) TheSpecial Conditionsofcontract(hereinafter called “SC”); (c)

ThefollowingAppendices:

Appendix A: Termsofreferencecontaining, inter-alia, the Description oftheServicesand Reporting Requirements

Appendix B: Consultants’ Sub consultants, KeyPersonnel and Sub ProfessionalPersonnel,Task assignment, work programme, manningschedule, qualification requirementsofkeypersonnel, and schedulefor submission ofvariousreport.

Appendix C: Hoursofworkfor Consultants’ Personnel Appendix D: DutiesoftheClient

AppendixE: Cost Estimate

166

Appendix F: MinutesofFinancial/ Contract Negotiations with theConsultant

Appendix G: Copyofletter ofinvitation

Appendix H: Copyofletter ofacceptance

Appendix I: CopyofBank Guaranteefor PerformanceSecurity

Appendix-J: Minutesofthepre-bidmeeting

2. Themutual rightsand obligationsoftheClientand theConsultants shall be asset forth in

theContract; in particular:

(a) TheConsultants shallcarryout theServicesinaccordancewiththeprovisionsof theContract;and

(b) Client shall makepaymentsto theConsultantsinaccordancewith the

provisionsoftheContract. INWITNESSWHEREOF, thePartiesheretohavecausedthisContract to besigned in their respectivenamesasofthedayandyear first abovewritten.

FOR AND ONBEHALF OF Witness (National Highways Authority of India)

1 Signature Name Address

By AuthorizedRepresentative 2. Signature

Name Address

FOR AND ONBEHALF OF Witness (Consultant) 1. Signature Name Address By AuthorisedRepresentative 2. Signature

Name Address

167

GENERALCONDITIONSOFCONTRACT

168

GENERAL CONDITIONSOFCONTRACT 1. GENERAL PROVISIONS

1.1 Definitions

Unlessthecontext otherwiserequires, thefollowingterms whenever used in this Contract havethefollowingmeanings: (a) “ApplicableLawmeansthelawsandany otherinstrumentshavingtheforceoflawin

theGovernment’scountryastheymaybeissued andin forcefromtimeto time; (b) “Contract” means the Contract signed by the Parties, to which these General

ConditionsofContractareattached,togetherwithallthedocumentslistedinClause 1 ofsuch signed Contract;

(c) “EffectiveDate”meansthedateon which thisContract comesinto forceandeffect

pursuant toClauseGC 2.1;

(d) “foreigncurrency”meansanycurrencyother than the currencyoftheGovernment; (d)

“GC”meanstheseGeneral ConditionsofContract;

(f) “Government”meanstheGovernment of India;

(g) “localcurrency”meansthe currencyoftheGovernment;

(h) “Member”,incasetheConsultantsconsistofajointventureorconsortiumofmore than one

entity, meansanyofthese entities, and “Members”meansall ofthese entities;

(i) “Personnel”meanspersonshired bytheConsultantsor byanySubconsultant

asemployeesand assigned to theperformanceoftheServicesoranypartthereof; “foreignPersonnel”means such persons who atthetimeofbeingso hired hadtheir domicileoutsideIndia;and “local Personnel”meanssuch persons who atthetimeof beingso hired had their domicileinsideIndia;

(j) “Party”meanstheClientor theConsultants, asthecasemaybe, and Partiesmeans

both ofthem;

(k) “Services”meansthework to beperformed bytheConsultantspursuantto this Contract for thepurposesoftheProject, asdescribed in Appendix Ahereto;

(l) “SC”meanstheSpecialConditionsofContract bywhich theseGeneral

ConditionsofContract maybe amended or supplemented;

(m) “Subconsultant”meansanyentityto which theConsultants subcontractanypartof

theServicesin accordance with theprovisionsofClauseGC 3.7; and

(n) “Third Party”meansanyperson or entityother thantheGovernment, theClient, the Consultantsor aSubconsultant.

169

1.2 Relation between the Parties

Nothingcontained hereinshall be construedasestablishingarelation ofmaster and servant or ofagent and principal asbetween theClient andtheConsultants. TheConsultants, subject tothisContract, have completechargeofPersonnel performingtheServicesand shall befullyresponsiblefor theServicesperformed bythem or on their behalfhereunder.

1.3 Governing LawandJurisdiction

ThisContract, itsmeaningand interpretation,andtherelation between theParties shallbegovernedbytheApplicableLawsofIndiaandtheCourtsat…………shallhaveexclusivejurisdictionover mattersarisingout ofor relatingtothis Agreement.

1.4 Language

ThisContract hasbeenexecuted inthelanguagespecified intheSC, which shall bethe bindingand controllinglanguagefor all mattersrelatingto themeaningor interpretation ofthisContract.

1.5 TableofContentsandHeadings Thetableof contents,headingsorsub-headingsinthisagreementareforconveniencefor referenceonly andshallnotbeusedin,andshallnotlimit,alteroraffecttheconstructionand interpretation ofthisContract.

1.6 Notices

1.6.1 Anynotice, request orconsent required orpermittedto begiven or madepursuant tothis Contract shall bein writing. Anysuchnotice, request orconsentshall bedeemed

tohavebeen given or madewhen deliveredin person to an authorized

representativeofthePartyto whomthe communication isaddressed,orwhen sent

byregistered mail, facsimileore-mail tosuchPartyat theaddress specifiedin theSC. 1.6.2 Noticewillbedeemedtobe effective as specified intheSC. 1.6.3 Apartymaychangeitsaddressfor noticehereunder bygivingtheother Partynoticeof

such changepursuant totheprovisionslisted in theSC with respectto ClauseGC 1.6.2.

1.7 Location

TheServices shallbeperformedat suchlocationsasarespecifiedinLetterof Acceptance(Appendix-I)hereto and, wherethelocation ofaparticular task isnot so specified,atsuchlocations, whetherin Indiaor elsewhere, astheClient mayapprove.

1.8 Authority ofMemberinCharge

IncasetheConsultantsconsistof ajointventureof morethanone entity,withorwithoutan AssociatetheMembers herebyauthorizetheentityspecifiedintheSCtoactontheirbehalf in exercising all the Consultants’ rights and obligations towards the Client under this Contract, includingwithoutlimitationthereceivingofinstructionsand paymentsfromtheClient.

170

1.9 Authorized Representatives Anyaction required or permittedto betaken, andanydocument required or permittedto be executed, under thisContract bytheClient or theConsultantsmaybetakenorexecutedbytheofficials specifiedin theSC.

1.10 Taxesand Duties

Unlessotherwisespecified in theSC, theConsultants shall payall such taxes,duties, feesand otherimpositionsasmaybelevied under theApplicableLaw.

2. COMMENCEMENT, COMPLETION, MODIFICATION ANDTERMINATION

OFCONTRACT 2.1 EffectivenessofContract

ThisContract shall come into force andeffect on thedateoftheClient’snoticeto the ConsultantsinstructingtheConsultantsto begin carryingout theServices. Thisnotice shall confirmthat the effectivenessconditions, ifany, listed intheSC havebeen met.

2.2 TerminationofContractfor Failureto BecomeEffective

IfthisContract hasnot becomeeffectivewithin such timeperiod afterthedateofthe Contract signed bythePartiesas shall bespecified in theSC, either Partymay,bynot lessthan four (4) weeks’written noticeto theotherParty, declarethisContract to benulland void, and intheeventofsuch adeclaration byeither Party, neither Partyshall have anyclaim againsttheother Partywith respect hereto.

2.3 Commencement ofServices TheConsultants shallbegin carryingout theServicesat the end ofsuch time periodafter the EffectiveDate as shallbespecified intheSC.

2.4 ExpirationofContract

Unlessterminatedearlierpursuant toClauseGC 2.9hereof, thisContract shallexpire when serviceshavebeencompletedandall paymentshavebeen madeattheend ofsuch timeperiod aftertheEffectiveDateas shall bespecified in theSC.

2.5 EntireAgreement

ThisContract containsallcovenants,stipulationsand provisionsagreed bytheParties. No agent or representativeofeither Partyhasauthorityto make,andtheParties shall not bebound byor beliablefor, anystatement, representation, promiseoragreement not set forth herein.

2.6 Modification

Modification ofthetermsand conditionsofthisContract, includinganymodification of thescopeoftheServices, mayonlybemadebywritten agreement between theParties.Pursuant to ClauseGC 7.2hereof, however, each partyshall givedue consideration to anyproposalsfor modificationmadebytheother Party.

2.7 ForceMajeure

2.7.1 Definition

(a) For thepurposesofthisContract, “ForceMajeure”meansan event which isbeyond

171

thereasonablecontrol ofaParty, and which makesaParty’sperformanceofits obligationshereunder impossibleor so impractical asreasonablyto be considered impossibleinthecircumstances,and includes, butisnot limitedto, war, riots,civildisorder, earthquake, fire,explosion, storm, flood orotheradverseweather conditions, strikes, lockoutsor otherindustrialaction (except wheresuch strikes, lockoutsor other industrial actionarewithinthepower ofthePartyinvokingForce Majeureto prevent), confiscation or anyother actionbygovernmentagencies.

(b) ForceMajeureshall notinclude(i)anyevent whichiscaused bythenegligenceor intentionalaction ofaPartyor such Party’s Subconsultantsor agentsoremployees, nor (ii)anyevent whichadiligent Partycould reasonablyhavebeen expectedto both (A) takeintoaccountatthetimeoftheconclusion ofthisContract and (B) avoid or overcomein thecarrying out ofitsobligationshereunder.

(c) ForceMajeureshall notincludeinsufficiencyof fundsor failuretomakeany payment required hereunder.

2.7.2 No BreachofContract

ThefailureofaPartyto fulfill anyofitsobligationshereunder shall notbeconsideredto beabreach of, or defaultunder, thisContractinsofar as such inabilityarisesfrom an event of ForceMajuere, provided that thePartyaffected bysuch an event hastakenall reasonableprecautions, due careand reasonablealternativemeasures, all with the objectiveofcarryingout thetermsandconditionsofthisContract.

2.7.3 Measuresto beTaken (a) Apartyaffected byan event ofForceMajeureshalltakeall reasonablemeasures to remove such Party’sinabilitytofulfill itsobligationshereunder withaminimum of delay. (b) Apartyaffected byan event of ForceMajuereshallnotifytheother Partyofsuchevent as soon as

possible,and inanyevent not later than fourteen (14) daysfollowingthe occurrenceofsuch event, providingevidenceofthenature andcauseofsuch event, and shall similarlygivenoticeofthe restoration ofnormal conditionsas soon aspossible.

(c) TheParties shalltakeall reasonablemeasurestominimizetheconsequencesofanyevent of Force

Majeure. 2.7.4 Extensionof Time

Anyperiod within whichaPartyshall, pursuantto thisContract,completeanyaction or task, shall beextended foraperiod equalto thetimeduringwhich such Partywasunableto performsuchactionasaresult ofForceMajeure.

2.7.5 Payments

Duringtheperiod oftheirinabilityto performtheServicesasaresult ofan event ofForceMajeure, theConsultants shall be entitledto bereimbursed for additional costs reasonablyand necessarilyincurred bythem duringsuch period for thepurposesoftheServicesand inreactivatingtheServicesafter the end ofsuch period.

2.7.6 Consultation

Not later than thirty(30) daysafter theConsultants,astheresult ofanevent ofForceMajeure,

172

havebecomeunableto performamaterialportion oftheServices, theParties shall consult with each other withaviewto agreeingon appropriatemeasuresto betaken in thecircumstances.

2.8 Suspension

TheClient may, bywritten noticeofsuspension to theConsultants, suspendall paymentsto theConsultantshereunderiftheConsultantsfailto perform anyoftheir obligations under thisContract,includingthe carryingout oftheServices, provided that such notice ofsuspension (i) shall specifythenatureofthefailure, and (ii) shall request the Consultantsto remedysuch failurewithinaperiod not exceedingthirty(30) daysafter receipt bytheConsultantsofsuch noticeofsuspension.

2.9 Termination 2.9.1 By theClient

TheClientmay,bynotlessthanthirty (30)days’writtennoticeofterminationtothe Consultants(exceptintheeventlisted inparagraph(f)below,forwhichthereshallbea written notice of not less than sixty (60) days), such notice to be given after the occurrenceofanyoftheeventsspecifiedinparagraphs(a)through(f)ofthisClause2.9.1, terminatethisContract: (a) iftheConsultantsfailto remedyafailureintheperformanceoftheir obligations areunder, as

specifiedinanoticeofsuspension pursuant to Clause2.8 hereinabove, within thirty(30) daysofreceiptofsuch noticeofsuspension or within such further periodastheClient mayhavesubsequentlyapproved in writing;

(b) iftheConsultantsbecome(or, iftheConsultantsconsist ofmorethan oneentity,ifanyoftheir

Membersbecomes) insolvent or bankruptor enterintoanyagreements with theircreditorsfor reliefofdebt or takeadvantageofanylawfor thebenefit of debtorsor go intoliquidation or receivership whether compulsoryor voluntary;

(c) iftheConsultantsfailto complywith anyfinal decision reached asaresultof arbitration

proceedingspursuant to Clause8 hereof;

(d) iftheConsultants submitto theClientastatementwhich hasamaterial effect on therights, obligationsorinterestsoftheClientandwhich theConsultantsknow to befalse;

(e) if, as the result of Force Majeure, the Consultants are unable to perform a material portion oftheServicesfor aperiod ofnot lessthan sixty(60) days; or

(f) if the Client, in its sole discretion and for any reason whatsoever, decides to

terminatethisContract.

173

2.9.2 By theConsultants

TheConsultantsmay,bynotlessthanthirty(30)day’swrittennoticetotheClient,such noticeto begiven after theoccurrenceofanyoftheevents specifiedin paragraphs(a) through (d) ofthisClause2.9.2, terminatethisContract:

(a) iftheClientfailstopayanymoneyduetotheConsultantspursuanttothiscontractandnot subjecttodisputepursuanttoClause8hereofwithinforty-five(45)daysafterreceiving written noticefromtheConsultantsthat such payment isoverdue;

(b) iftheClientisinmaterialbreachofitsobligationspursuanttothisContractandhasnot remediedthesamewithinforty-five(45)days(orsuchlongerperiodastheConsultantsmay have subsequently approved in writing) following thereceipt by the Client of the Consultants’ noticespecifying such breach;

(c) if, astheresult ofForceMajeure, theConsultant areunableto performamaterial portion oftheServicesfor aperiod ofnot lessthan sixty(60) days; or

(d) iftheClientfailstocomplywithanyfinaldecisionreachedasaresultofarbitrationpursuant to Clause8 hereof.

2.9.3 CessationofRightsandObligations

Uponterminationof thisContractpursuanttoClauses2.2or2.9hereof,oruponexpirationof thisContractpursuantto Clause2.4hereof,allrightsandobligationsofthePartieshereunder shall cease, except (i) such rights and obligations as may have accruedon the date of

terminationorexpiration,(ii)theobligationofconfidentialitysetforthinClause3.3hereof, (iii)the Consultant’sobligationtopermitinspection,copyingandauditingoftheiraccounts andrecordsset forth in Clause3.6 (ii) hereof, and (iv) anyright which aPartymayhaveunder theApplicableLaw.

2.9.4 CessationofServices

UponterminationofthisContractbynoticeofeitherPartytotheotherpursuanttoClauses 2.9.1or2.9.2hereof,theConsultantsshall,immediately upondispatchorreceiptofsuch notice,takeallnecessarystepstobringtheServicestoacloseinapromptandorderly mannerandshallmakeevery reasonableefforttokeepexpendituresforthispurposetoa minimum.Withrespecttodocumentsprepared by theConsultantsandequipmentand materialsfurnishedby theClient,theConsultantsshallproceedasprovided,respectively,by Clauses3.9 or 3.10 hereof.

2.9.5 Payment uponTermination

Uponterminationofthis ContractpursuanttoClauses2.9.1or2.9.2hereof,theClientshall makethefollowingpaymentstotheConsultants(afteroffsettingagainstthesepaymentsany amount that maybeduefrom theConsultantto theClient):

(i) remuneration pursuant toClause6 hereof for Services satisfactorilyperformedprior to

the effectivedateoftermination. (ii) reimbursableexpenditures pursuant to Clause 6 hereof for expenditures

actuallyincurred priorto the effectivedateoftermination; and (iii) except inthecaseofterminationpursuantto paragraphs(a) through (d) ofClause

2.9.1 hereof, reimbursement ofanyreasonable cost incident totheprompt andorderly termination oftheContract includingthecost ofthereturntravel oftheConsultants’ personneland theireligibledependents.

174

2.9.6 Disputesabout Eventsof Termination

IfeitherPartydisputeswhetheraneventspecifiedinparagraphs(a)through(e)ofClause 2.9.1orinClause2.9.2hereofhasoccurred,suchParty may,withinforty-five(45)daysafter receiptofnoticeofterminationfromtheotherParty,referthemattertoarbitrationpursuant toClause8hereof,andthisContractshallnotbeterminatedonaccountofsucheventexcept in accordancewiththetermsofanyresultingarbitralaward.

3. OBLIGATIONSOFTHE CONSULTANTS

3.1 General

3.1.1 Standard ofPerformance

TheConsultantsshallperformtheServices andcarry outtheirobligationshereunderwithall duediligence,efficiencyandeconomy,inaccordancewithgenerallyacceptedprofessionaltechniques andpractices, andshallobservesoundmanagementpractices,and employ appropriateadvancedtechnology andsafeandeffectiveequipment,machinery,materialsand methods.TheConsultantsshallalwaysact,inrespectofanymatterrelatingtothisContract ortotheServices,asfaithfuladvisers totheClient,andshallatalltimessupportand safeguardtheClient's legitimateinterestsinany dealingswithSubconsultantsorThird Parties.

3.1.2 LawGoverning Services

TheConsultantsshallperformtheServicesin accordancewith theApplicableLawandshall takeallpracticablestepstoensurethatanySubconsultants,aswellasthePersonneland agentsoftheConsultantsandanySubconsultants,complywiththeApplicableLaw.The ClientshalladvisetheConsultantsinwriting of relevantlocalcustoms and theConsultants shall,after such notifications, respectsuch customs.

3.2 Conflict ofInterests

3.2.1 Consultants not to BenefitfromCommissions, Discounts, etc.

Theremuneration oftheConsultantspursuant to Clause6 hereofshallconstitutetheConsultants' sole remuneration in connection with thisContract or theServicesand theConsultants shall not accept for theirownbenefitanytradecommission,discountorsimilarpaymentinconnectionwithactivities pursuantto thisContractortotheServicesorintheDischargeof theirobligationshereunder,andthe Consultants shall usetheirbesteffortsto ensurethatanySubconsultants, as well asthePersonnel and agentsofeither ofthem, similarlyshall not receiveanysuch additional remuneration.

3.2.2 ConsultantsandAffiliates not to beotherwiseinterestedinProject

The Consultants agree that, duringtheterm ofthis Contract and after its termination,the Consultants andany entityaffiliated with the Consultants,as wellas any Subconsultant and any entity affiliated with such Subconsultant, shall be disqualified from providing goods, works or services (other thanthe Services and any continuation thereof) for any project resulting from or closely relatedto the Services.

175

3.2.3 ProhibitionofConflicting Activities Neither theConsultantsnor their Subconsultantsnor thePersonnel ofeither ofthem shall engage, either directlyor indirectly, in anyofthefollowingactivities:

(a) duringthetermofthisContract, anybusinessor professional activitiesin

theGovernment'scountrywhich wouldconflict withtheactivities assigned to them under thisContract; or

(b) afterthetermination ofthisContract, such other activitiesasmaybe specified in theSC.

3.3 Confidentiality

TheConsultants, their SubconsultantsandthePersonnel ofeither ofthem shallnot,either during the term or within two (2) years after the expiration of this Contract, discloseanyproprietaryor confidentialinformationrelationto theProject,theServices,thisContract or theClient'sbusinessor operationswithouttheprior written consent oftheClient.

3.4 Liability oftheConsultants

Subject toadditional provisions, ifany, set forth in theSC, theConsultants'liability under thisContract shall be asprovided bytheApplicableLaw.

3.5 Insuranceto betakenout by theConsultants

TheConsultants(i) shall takeout and maintain, andshall cause anySubconsultantstotakeout andmaintain,attheir(ortheSubconsultants',asthecasemay be)owncostbutontermsand conditionsapproved bytheClient,insuranceagainsttherisks, and for the coverage, as shallbespecifiedintheSpecialConditions (SC),and(ii)attheClient'srequest,shallprovide evidencetotheClientshowingthatsuchinsurancehasbeentakenoutandmaintainedand thatthecurrent premiumsthereforehavebeenpaid.

3.6 Accounting, Inspectionand Auditing

TheConsultants(i) shall keepaccurate and systematicaccountsand recordsinrespect of theServiceshereunder,inaccordancewith internationallyacceptedaccountingprinciples and in such form and detail as will clearlyidentifyall relevant timechargesand cost, and thebasesthereof(includingthebasesoftheConsultants' costsandcharges), and (ii) shall permit theClient or itsdesignated representativeperiodically, and up to oneyear fromthe expirationor termination ofthisContact, toinspectthesameandmake copiesthereof as wellasto havethemaudited byauditorsappointed bytheClient.

3.7 Consultants' Actionsrequiring Client's priorApproval

TheConsultants shallobtain theClient'spriorapproval in writingbeforetakinganyof thefollowingactions:

(a) appointingsuch membersofthePersonnelasarelistedin Appendix B;

176

(b) enteringintoasubcontractfortheperformanceofanypartoftheServices,itbeing understood(i)thattheselectionoftheSub-consultantandthetermsandconditionsofthe subcontractshallhavebeenapprovedinwritingbytheClientpriortotheexecutionof thesubcontract, and(ii)thattheConsultantsshallremainfullyliablefortheperformance oftheServicesbytheSub-consultantand itsPersonnel pursuant tothisContract;

(c) anyother action that maybespecified intheSC. 3.8 Reporting Obligations

TheConsultants shall submitto theClientthereportsand documents specifiedin AppendixA/Ehereto,in theform, in thenumbersand withinthetimeperiodsset forth in thesaid Appendix.

3.9 Documents prepared by theConsultantsto bethe Property oftheClient All plans, drawings, specifications, designs, reportsand other documentsprepared bythe Consultantsinperforming theServicesshallbecomeandremaintheproperty of theClient,andthe Consultantsshall, notlaterthanupontermination orexpirationof thisContract,deliverallsuch documentstotheClient,togetherwithadetailedinventorythereof.TheConsultantsmayretaina copyof such documents. Restrictionsabout thefutureuseofthesedocuments,shall be as specified in theSC.

3.10 Equipment andMaterialsfurnished by theClient

Equipment andmaterialsmade availabletotheConsultantsbytheClient, or purchased bytheConsultants with fundsprovided bytheClient, shall betheproperty oftheClient and shall bemarked accordingly. Upon terminationor expiration ofthisContract,the Consultants shallmake availabletothe Client an inventory of such equipment andmaterials and shalldisposeof such equipment andmaterials in accordance withtheClient'sI instructions. Whileinpossessionof such equipment andmaterials,theConsultants,unless otherwiseinstructedbytheClientin writing, shallinsurethemin anamount equaltotheir full replacement value.

4. CONSULTANTS' PERSONNEL

4.1 General

TheConsultants shallemployand providesuch qualified and experienced Personnelas arerequired tocarryout theServices.

4.2 Descriptionof Personnel

(a) The titles, agreed job descriptions, minimum qualification and estimated periods of

engagement inthe carrying outof theServicesof eachof the Consultants'KeyProfessional / Sub Professional Personnel aredescribedin Appendix B.

(b) IfrequiredtocomplywiththeprovisionsofClause3.1.1ofthisContract,adjustmentswith

respecttotheestimatedperiodsofengagement ofKeyProfessional/SubProfessional PersonnelsetforthinAppendixBmay bemadebytheConsultantsby writtennoticetothe Client, provided (i)thatsuchadjustmentsshallnotaltertheoriginally estimatedperiodof engagementof any

177

individual bymorethan 10% or oneweek, whichever islarger, and (ii)thattheaggregateofsuchadjustmentsshallnotcausepaymentsunderthisContractto exceed

theceilingssetforthinClause6.1(b)of thisContract.Any othersuch adjustments shall only bemadewith theClient'swritten approval.

(c)If additionalworkisrequiredbeyondthescopeoftheServicesspecifiedinAppendixA,the

estimatedperiodsofengagementofKey PersonnelsetforthinAppendixBmay beincreased byagreementin writingbetween theClientand theConsultants.

4.3 Approval of Personnel

TheKeyPersonnel and Subconsultantslisted bytitleas wellasbynamein Appendix Bare herebyapprovedbytheClient. In respect ofother KeyPersonnel whichtheConsultants proposeto usein thecarryingout oftheServices, theConsultants shall submitto theClient for reviewand approval a copyoftheir biographical data. IftheClient doesnot object in writing(statingthereasonsfor theobjection) withintwenty-one(21)calendar daysfromthedateofreceipt ofsuch biographicaldata, such KeyPersonnel shall bedeemed tohavebeen approved bytheClient.

4.4 Working Hours, Overtime, Leave, etc.

(a) Workinghoursand holidaysfor KeyProfessional /Sub Professional Personnel are set forth in

Appendix C hereto.To account for traveltime, foreign Personnel carryingout ServicesinsidetheGovernment'scountryshall bedeemedto have commenced (or finished)work in respect oftheServices such number ofdays beforetheir arrival in (orafter theirdeparturefrom) theGovernment'scountryas is specifiedin Appendix Chereto.

(b) TheKeyProfessional / Sub Professional Personnel shall notbeentitled to be paidfor

overtimenortotakepaid sickleaveorvacationleaveexceptasspecifiedinAppendixC hereto, andexceptas specified in such Appendix, theConsultants'remunerationshallbe deemedto covertheseitems.AllleavetobeallowedtothePersonnelis includedinthestaff- monthsofserviceset forinAppendixB.AnytakingofleavebyPersonnelshallbesubject to the priorapprovaloftheClientbytheConsultants,whoshallensurethatabsencefor leavepurposes will not delaytheprogressand adequatesupervision oftheServices.

4.5 Removal and/orReplacement ofPersonnel

Removal and/or replacement ofPersonnel shall beregulatedasunder: 4.5.1 IncasenoticetocommenceservicespursuanttoClause2.1ofthis Contractisnotordered by

Clientwithin120daysofnegotiationsthekey personnelcanexcusethemselvesonvalid

grounds,e.g., selectionon some otherassignment, health problemdeveloped aftercontract

negotiation,etc.In sucha caseno penaltyshallbeleviedon theFirm oronthe person

concerned. Thefirmshallhoweverbeaskedtogiveareplacementbyanequalorbetter

scoringperson, whenever mobilization isordered.

4.5.2 In casenotice to commence services is given within 120 days of negotiations the

replacement shallbe as below:

178

a. Replacementupto33%:Replacementshallbebyanequalorbetterscoringperson. Reduction in remunerations forthe balanceperiodshallbe@ 5%of themonthlyrate.

b. Replacementofmorethan33%andupto50%: Replacementshallbebyanequalor betterscoring person.Reductioninremunerationsforthebalanceperiod shallbe@10% of themonthlyrate.

c. Replacementbeyond50%andupto66%.Replacementshallbeby anequalorbetter scoring person.Reductioninremunerationsforthebalanceperiodshallbe@15%ofthe monthlyrate.

d. Replacementbeyond66%shallnormally notbeconsidered.Howeverinexceptional circumstances,whereitbecomesabsolutely essentialtheremunerationsofthesubstitute shallbereducedby50%oftheoriginalpersonreplaced.Replacementshallbebyan equalorbetterscoringperson,TheDepartmentmay initiateactionfor termination/debarmentofsuchconsultantforfuture projectsof NHAI/ MoRTHfora period of6 months to 24 months dependingupontheseverityofcase.

4.5.3 Replacement after original contract period is over:

Thereshallbenolimitonthereplacementsandnoreductioninremunerationsshallbe made.

Thereplacement shallhowever beof equalor better score.

4.5.4IftheEmployer(i)findsthatanyofthePersonnelhascommittedseriousmisconductorhas beencharged withhavingcommitteda criminalaction or (ii) hasreasonable ground to be dissatisfied with theperformanceofanyof thePersonnel, then the consultantshall, at the Employer’s writtenrequestspecifyingthegroundstherefore,forthwithprovidea replacement withqualifications and experienceacceptableto him.

4.5.5 Iftheteamleaderoranyotherkeypersonnel/specialistconsideredpivotaltotheprojectis replaced, thesubstitutemaybeinterviewed by NHAIto assesstheir meritand suitability.

4.5.6Ifanymemberoftheapprovedteamofaconsultantengagedby NHAIleavesthat consultant

before completion ofthe job, heshall bebarred for aperiod of6 months to 24 months from being engagedasateammemberof any otherconsultantworking (ortobe appointed)forany other NHAI/ MoRTHprojects.

4.5.7 Inexceptionalsituationswherethereplacementwithequivalentorbetterqualificationisnot available,replacementwithlowerqualificationsthantheoriginallyapprovedmaybeaccepted with reduction in remunerationasper theprocedureprescribed below. This kind of relaxation shall however, belimitedto replacement of2 key personnelonlyin one consultancycontract 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

179

-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 least75% 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/ MoRTHworks 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.

4.6 Resident ProjectManager

Ifrequired bythe SC, theConsultants shall ensure that at all timesduringtheConsultants' performanceofthe Servicesin the Government's countryaresident project manager, acceptabletothe Client, shalltake chargeoftheperformanceof such Services.

5. OBLIGATIONOFTHE CLIENT

5.1 Assistanceand Exemptions

Unlessotherwisespecified in theSC, theClient shall useitsbesteffortsto ensurethat theGovernment shall:

(a) provide the Consultants, Sub consultants and Personnel with work permits and such other documents as shall be necessary to enable the Consultants, Subconsultants or Personnel to perform the Services;

180

(b)assistfor thePersonnel and, ifappropriate,their eligibledependentsto beprovided promptlywith allsupportingpapersfor necessaryentryand exit visas, residence permits, exchangepermitsand anyother documentsrequired for their stayin India;

(c) facilitate prompt clearance through customs of any property required for the Services; (d) issue to officials, agents and representatives of the Government all such instructions as may

be necessary or appropriate for the prompt and effective implementation ofthe Services;

5.2 Accessto Land

TheClient warrantsthat theConsultants shall have, freeofcharge, unimpeded accessto alllandin theGovernment’scountryin respect ofwhich accessisrequired for the performanceoftheServices. TheClient will beresponsiblefor anydamagetosuch land or anypropertythereon resulting fromsuch accessand willindemnifytheConsultants and each ofthePersonnelin respect ofliabilityfor anysuch damage, unless such damageiscausedbythedefault or negligenceoftheConsultantsor anySubconsultants or thePersonnel ofeitherofthem.

181

5.3 ChangeintheApplicableLaw

If, after thedateofthisContract, thereisanychangein theApplicableLaw with respect to taxesand duties which increasesor decreasesthecost or reimbursable expenses incurred bytheConsultantsin performingtheServices, thentheremunerationand reimbursable expensesotherwisepayabletotheConsultantsunder thisContract shall be increased or decreased accordinglybyagreement between thePartieshereto, and correspondingadjustments shall bemadetotheceilingamounts specified in Clause 6.1(b),

5.4 Services, FacilitiesandProperty of theClient

Theclient shallmake availabletotheConsultantsand thePersonnel, for thepurposesof theServicesand freeofanycharge, theservices, facilitiesand propertydescribed in Appendix Dat thetimesand in themanner specifiedin said Appendix D, provided that if such services,facilitiesand propertyshall not bemade availabletotheConsultantsasand when so specified, theParties shallagreeon (i) anytime extension that maybe appropriateto grantto theConsultantsfor theperformanceoftheServices, (ii)the manner in which theConsultants shallprocure anysuch services, facilitiesandproperty fromother sources, and (iii) theadditional payments, ifany, to bemadetothe Consultantsasaresultthereofpursuant to Clause6.1(c) hereinafter.

5.5 Payment

In consideration ofthe Servicesperformed bytheConsultantsunder thisContract,the Client shall maketo the Consultants such payments and in suchmanner asis provided by Clause6 ofthisContract.

6. PAYMENT TO THE CONSULTANTS

6.1 Cost Estimates;CeilingAmount

(a) An abstract ofthecost oftheServicespayableinlocal currency (Indian Rupees)is set forth

inAppendixE. (b) Except asmaybeotherwise agreed under Clause2.6 and subjectto Clause6.1(c), the payments

under thisContract shall not exceed theceilingspecifiedin theSC.The Consultants shallnotifytheClientas soon ascumulative chargesincurred for the Serviceshavereached 80% ofthe ceiling.

(c) NotwithstandingClause6.1(b) hereof, ifpursuant toClauses5.4 hereof, theParties shall

agreethat additionalpayments shall bemadetotheConsultantsin order to cover anynecessaryadditional expendituresnot envisaged in thecost estimates referred toin Clause6.1(a) above, theceilingset forthin Clause6.1(b) aboveshall beincreased bythe amount or amounts, asthecasemaybe, ofanysuch additional payments.

182

6.2 Currency of Payment (a) Thepayment shall bemadein Indian Rupees.

6.3 ModeofBilling andPayment

Billingand paymentsin respect oftheServices shallbemadeasfollows:-

(a) TheClient shall causeto bepaidto theConsultantsan advancepayment as specified in theSC,and

asotherwiseset forth below. The advancepayment willbedueafter provision bytheConsultantsto theClient ofabank guaranteebyabank acceptable to theClientin anamount(or amounts) andin acurrency(or currencies) specified in theSC, such bank guarantee(i) to remain effectiveuntiltheadvancepayment has been fullyset offasprovided intheSC, andii)in suchformastheClient shall haveapprovedinwriting.

(b) Payment Schedule TheConsultant will bepaid stage-wise asapercentageofthe contract value aspertheschedule given below:

S.No Item Payment as % of contract value

1 Submission of final Inception Report 15%

2 Submission of final Alignment Report 10%

3 Submission of final Feasibility Report 5%

4 Submission of final Land Acquisition Report

10%

5 Submission of clearance proposals 5%

6 Submission of Draft DPR 10%

7 Approval of Final DPR 10%

8 Approval of Technical Schedules 5%

9 3D publication 10%

10 Clearance – Stage I Approval 5%

11 Clearance – Stage II/Final Approval 5%

12 Retention to be released after 3 years 10%

Total: 100%

13 Bonus on submission of draft 3A within 1 month of alignment finalization

2.5% bonus

14 Bonus on submission of draft clearance proposals within 1 month of alignment finalization

2.5% bonus

183

Note:Consultantshavetoprovideacertificatethatallkey personnelasenvisagedintheContract Agreementhasbeenactuallydeployedintheproject.Theyhavetosubmitthiscertificateatthetime ofsubmission ofbillsto NHAIfromtimeto time.

(c) Nopaymentshallbecomeeligibleforthenextstagetillthe consultant completes tothe

satisfactionoftheclienttheworkpertainingtotheprecedingstage.Thepaymentforthe workofsub-soilinvestigation(Boring)willbeasperplanapprovedby theclientandwillbe paidasperactual attheratesquotedbytheconsultants.Thepaymentforthequantitygiven by theclientforboringwillbedeemedtobeincludedintheabovementionedpayment schedule. Anyadjustmentin thepayment to the consultants will bemadein thefinal payment only.

(d) TheClientshallcausethepaymentoftheConsultantsinPara6.4(b)aboveasgivenin

scheduleofpaymentwithinthirty (30)daysafterthereceiptby theClientofbills.Interestsat theratespecifiedintheSCshallbecomepayableasfromtheaboveduedate onany amount dueby, but notpaid on, such duedate.

(e) ThefinalpaymentunderthisClauseshallbemadeonly afterthefinalreportandafinal

statement,identifiedassuch,shallhavebeensubmittedby theConsultants andapprovedas satisfactorybytheClient.TheServicesshallbedeemedcompletedandfinallyacceptedby theClientandthefinalreportandfinalstatementshallbedeemedapproved by theClientas satisfactory onehundred andeighty (180)calendardaysafterreceiptofthefinalreportand final statement by the Client unless the Client, within ninety(90) day period, gives written noticeto the ConsultantsspecifyingindetaileddeficienciesintheServices,the final report or final statement. The Consultants shall thereuponpromptly make any necessarycorrections, and uponcompletionofsuchcorrections,theforegoingprocess shall berepeated. AnyamountwhichtheClienthaspaidorcausedtobepaidinaccordance withthisClauseinexcessoftheamountsactually payableinaccordancewiththeprovisions ofthisContractshallbereimbursedby theConsultantstotheClientwithinthirty (30)days after receipt bythe Consultants of notice thereof. Any such claimby the Client for reimbursementmustbemadewithintwelve(12)calendarmonthsafterreceiptbytheClient ofafinal reportand afinal statementapproved bytheClientin accordancewith theabove.

(f) AllpaymentsunderthisContractshallbemadetotheaccountoftheConsultantsspecifiedin theSC.

7. ResponsibilityforAccuracy ofProject Documents

7.1 General

7.1.1 TheConsultant shall beresponsiblefor accuracyofthedatacollected, byhim directlyor procured

from other agencies/authorities, the designs, drawings, estimates and all other detailspreparedbyhimaspartoftheseservices.HeshallindemnifytheAuthorityagainst anyinaccuracyintheworkwhichmightsurfaceduringimplementationoftheproject.The Consultantwillalsoberesponsibleforcorrecting,athisowncostandrisk,thedrawings includinganyre-survey/investigationsandcorrectinglayoutetc.ifrequiredduringthe executionoftheServices.

7.1.2 TheConsultant shall befullyresponsiblefor theaccuracyofdesign and drawingsofthe bridgesand

184

structures. Allthedesignsand drawingsforbridgesand structuresincluding alltheir components shallbefullychecked byaSenior Engineerafter completion ofthe designs. All drawingsforbridgesand structures shall bedulysigned bythe(a) Designer, (b) Senior CheckingEngineer,and (c) Senior Bridge/ Structure Expert.Thedesignsand drawingsnot signed bythethreepersonsmentionedaboveshall not beaccepted. The Consultant shall indemnifytheClient againstanyinaccuracy/ deficiencyin thedesigns and drawingsofthebridgesandstructuresnoticed duringthe construction andeven thereafter and theClient shall bearno responsibilityfor the accuracyofthedesignsanddrawings submitted bytheConsultants.

7.1.3 Thesurveycontrolpointsestablished bytheConsultant shall beprotected bythe

Consultantstill the completion oftheConsultancyServices. 7.2. RetentionMoney

An amountequivalentto 10% ofthe contract valueshall beretainedat theend ofthe contractfor accuracyofdesign and quantities submittedand thesamewill bereleasedafterthecompletionofcivilcontractworksorafter3yearsfromcompletionofconsultancy services, whicheveris earlier.Theretentionmoney willhoweverbereleasedby theClientonsubstitution by Bank Guaranteeofthesameamount valid up to theperiodasabove.

7.3. Penalty

7.3.1. PenaltyforError/Variation

i) If variation inanyofthemain quantitiesofwork likeearth workincludingsub grade, GSB,

WMM, Bituminousworks(BM/DBM/AC/BC),drains, total concretequantitiesand reinforcing steel in bridgeworksor overall project cost, found duringexecution ismorethan +/-15%, the penaltyequivalent to 5% ofthe contract valueshall beimposed. For thispurposeretention moneyequivalent to 5% ofthe contract valuewill beforfeited. This shall exclude any additional/deletion ofitems/worksordered duringtheexecution

ii) Forinaccuraciesinsurvey/investigation/designworkthepenaltiesshallbeimposedas per

detailsgiven in Tablebelow:

Sl. No.

Item Penalty(%ageof contract value)

185

1

Topographic Surveys 0.5 to 1.0

a)Thehorizontalalignmentdoesnotmatchwithground condition.

b)Thecross sections donot match with existing ground.

c) The co-ordinates are defective as instruments of desired accuracynot used.

2

Geotechnical Surveys 0.5 to 1.0

a)Incompletesurveys

b)Data not analysed properly

c)Thesubstratasubstantiallydifferentfromtheactual stratafound during construction.

3

Trafficdatafoundtobevaryingbymorethan25%on resurvey at a later date, unless there are justifiable reasons.

0.2 to 0.5

4

Axleloaddatafoundtobevaryingbymorethan25%on resurvey at a later date, unless there are justifiable reasons.

0.20 to 0.5

5 StructuralDesignsfoundtobeunsafeorgrosslyover safe.

1.0 to 2.0

7.3.2 Penaltyfordelay

In caseofdelayin completion ofservices, apenaltyequalto 0.05%ofthe contract price per daysubject toamaximum 5% ofthecontract valuewill beimposedand shall be recovered frompaymentsdue/performancesecurity.However in caseofdelaydueto reasonsbeyond the control ofthe consultant, suitable extension oftimewill begranted.

7.3.3 Total amount ofrecoveryfrom all penalties shall belimitedto 10% oftheConsultancy Fee.

7.4 ACTIONFOR DEFICIENCY IN SERVICES

7.4.1 Consultantsliability towardstheClient

Consultant shall beliable to indemnifythe client foranydirect lossor damageaccrued or likelyto accrueduetodeficiencyin servicerendered byhim.

7.4.2 Warning / Debarring

In additionto thepenaltyasmentioned in para7.3,warningmaybeissued tothe erring consultantsfor minor deficiencies. In thecaseofmajor deficienciesintheDetailed Project Report involvingtimeand cost overrun andadverse effect on reputation of NHAI, other penalactionincludingdebarring for certain period mayalso beinitiated as perpolicyof NHAI.

8. FAIRNESS ANDGOOD FAITH

186

8.1 GoodFaith

ThePartiesundertaketo act in good faith with respect toeach other’s rightsunder this Contract and toadoptall reasonablemeasurestoensuretherealization oftheobjectives ofthisContract.

8.2 OperationoftheContract

ThePartiesrecognizethatit isimpractical inthisContract to providefor every contingencywhich mayariseduringthelifeoftheContract, and thePartiesherebyagree thatit istheir intention that thisContract shall operatefairlyasbetween them,and without detriment totheinterestofeither ofthem,and that,ifduringthetermofthis Contract either Partybelievesthat thisContractisoperatingunfairly, theParties will use their besteffortsto agreeon such actionasmaybenecessaryto removethecauseor causesofsuch unfairness,but no failuretoagreeonanyaction pursuantto thisClause shall giverisetoadisputesubject toarbitration inaccordancewith Clause9 hereof.

9. SETTLEMENT OFDISPUTES 9.1 AmicableSettlement

TheParties shall usetheirbest effortsto settleamicablyall disputesarisingout ofor in connection withthisContract ortheinterpretationthereof.

9.2 DisputeSettlement

Any disputebetween the Parties as to matters arising pursuant to this Contract which cannot besettled amicably within thirty (30) days after receipt by oneParty of theother Party’s request for such amicablesettlement may besubmitted by either Party for settlement in accordance with theprovisions specified in theSC.

10. ChangeofScope

The change ofScope on account of variation of total length as well as 4 laned length of project Highway from the indicative length asgiven at Annex-1 of Letter of Invitation of the RFP shall bedealt as follows

i) During the course of consultancy services in case it is considered necessary to

increase/decrease the scope ofservices(oftotal length or 4lanedlength as comparedto indicative Length as given in theRFP) by the client thesameshall benotified by Change of scopenotice. Similarly, if theConsultant determines that changeof scopeis needed, he shall inform of the sameto theClient. TheClientwill examine and shall either reject the proposal or issue changeof scopenotice.

ii) TheConsultancyfeeshallberevised onaccount of changeofscope asbelow:

- Incasethetotallengthofproject increase/decreaseuptomore10% ofindicative

lengthgiven in theRFP : No changein Consultancy Fees - Incasetheincrease/decrease intotallengthofprojectismorethan10%oftheindicative length

asgiven in theRFP: Theconsultancy feeshall beincreased/decreased inthesame proportionin which thelength oftheproject roadisincreased/ decreased beyond 10% .

187

- Incasethelengthof4laneroadisincreasedupto10% ofthelengthasindicatedinthe RFP: No changein Consultancy Fees

- Incasethelengthof4laneroadisincreasedbymorethan10% ofthelengthasindicatedin theRFP: The consultancy feeshallbe increased by 0.25timesthe averagequoted rate(Rs per km) for theincreasedlength of4 lanebeyond10%

iii) LengthofBypass/realignmentshallnotbetreatedasadditionalitytotheexistinglength of

thehighway forthepurposeof change/variationinlength.Increase/decreasein length onaccountofbypassesshallnotbeconsideredas changeofscope.However,thetotal lengthoftheprojecthighway (includingbypassesandrealignment)alongthefinally approvedalignmentshall becomparedwiththeindicativelengthintheRFPforthe purposeof variation.

188

SPECIAL CONDITIONSOFCONTRACT

Numberof GC Clause

A. Amendmentsof, and Supplementsto, ClausesintheGeneral Conditions

1.1(a) Thewords “intheGovernment’s country”areamendedto read “in INDIA”

1.4 Thelanguageis:English

1.6.1 Theaddressesare:

FortheClient : Chairman, National Highway Authority of India, G5&6, Sector-10, Dwarka, New Delhi-75

Attention: Nishoo Gupta, GM (T), HP National Highways Authority of India, G5&6, Sector-10, Dwarka, New Delhi-75

011-25074100/ 4200 Ext.- 1321; E-mail: [email protected]

FortheConsultants:

Attention: Name

Designation

Address

Tel: Fax: E-mail address

1.6.2 Noticewillbedeemedtobe effective asfollows:

(a) in thecaseofpersonal deliveryor registered mail, on delivery; (b) In the caseof facsimiles, 24 hoursfollowingconfirmed transmission. (c) In caseofEmail, 24 hoursfollowingconfirmed transmission.

1.8EntitytoActasMemberincharge(IncaseofJointVentureofConsultants)withorwithoutan Associate: - ……………………….. 1.9 TheAuthorized Representativesare:

FortheClient : (-- ) Chairman, NHAI(-- )

For theConsultant: Name

Designation 1.10 TheConsultantsand thepersonnel shall paythetaxes, duties, fees, leviesand other

impositionslevied under the existing, amended orenacted laws(prevailing7 daysbeforethe last dateofsubmission ofbids) duringlifeofthiscontract andtheClient shallperformsuch

189

dutiesin regard tothedeductionofsuch tax asmaybelawfullyimposed.

2.1 Theeffectivenessconditionsarethefollowing: a) Thecontracthasbeen approved by NHAI.

b) The consultant will furnish within 15 days of the issue of letter of acceptance, an

unconditionalBankGuaranteefromaNationalisedBank,IDBIorICICI/ICICIBank/Foreign Bank/EXIMBank/AnyScheduledCommercialBank approvedbyRBIhavinganetworthofnot lessthan 500 crore as per latestAnnualReportof the Bank. Inthe case ofa Foreign Bank(issued byaBranchinIndia)thenetworthinrespectofIndianoperationsshallonlybetakeninto account. IncaseofForeignBank,theBGissuedbyForeignBankshouldbecounterguaranteed byanyNationalisedBankinIndia.IncaseofJV,the BGshallbefurnishedonbehalfoftheJVor

leadpartnerofJVforanamountequivalentto10%ofthetotalcontractvaluetobereceived byhim towards PerformanceSecurityvalid for aperiod of three yearsbeyond thedateofcompletion ofservices.

2.2 Thetimeperiodshallbe “fourmonths”orsuchothertimeperiodasthepartiesmayagreein writing.

2.3 Thetimeperiodshallbe “fifteendays”orsuchothertimeperiodasthePartiesmayagree in writing.

2.4 Thetimeperiodshallbe------monthsorsuchothertimeperiodasthepartiesmayagree in writing.

3.4 LimitationoftheConsultants’ LiabilitytowardstheClient

(a) ExceptincaseofnegligenceorwillfulmisconductonthepartoftheConsultantsoronthe

partofanyperson orfirmactingon behalfof theConsultantsin carrying outtheServices, the Consultants,withrespecttodamagecausedby theConsultantstotheClient’sproperty,shall not beliableto theClient:

(i) foranyindirect orconsequentiallossordamage; and (ii) foranydirect lossor damagethatexceeds(A) thetotal paymentsfor Professional

Fees andReimbursableExpendituremadeor expectedtobemadetotheConsultants hereunder,or(B)theproceedstheConsultantsmay beentitledtoreceivefromanyinsurance maintained bytheConsultantstocover such aliability, whichever of(A)or (B) ishigher.

(b) ThislimitationofliabilityshallnotaffecttheConsultants’liability,ifany,fordamageto

ThirdPartiescausedby theConsultantsorany personorfirmactingonbehalfofthe Consultantsin carryingout theServices.

3.5 Therisksand the coverageshallbeasfollows: (a) Third Partymotor vehicleliabilityinsurance asrequired under Motor Vehicles Act, 1988 in respect

ofmotor vehiclesoperated in IndiabytheConsultantsor their Personnelor anySubconsultantsor their Personnel for theperiodof consultancy.

190

(b) ThirdPartyliabilityinsurancewithaminimumcoverage,forRs.1.00millionfortheperiod ofconsultancy.

(c) (i) TheConsultantshallprovideto NHAI ProfessionalLiabilityInsurance(PLI)foraperiodof

FiveyearsbeyondcompletionofConsultancy servicesorasperApplicableLaw,whichever ishigher.

(ii) TheConsultant will maintain at itsexpensePLIincludingcoveragefor errorsand

omissions causedby Consultant’snegligenceintheperformanceofitsdutiesunderthisagreement,(A) Fortheamount not exceeding totalpaymentsforProfessionalFees andReimbursable Expenditures made or expected to be made to the Consultants hereunder OR (B) the proceeds,theConsultantsmay beentitledtoreceivefromany insurancemaintainedby the Consultantsto cover such aliability, whichever of (A) or (B) is higher.

iii) Thepolicyshould beissued onlyfroman InsuranceCompanyoperatinginIndia.

iv) Thepolicymustclearlyindicatethelimitofindemnityintermsof“AnyOneAccident”

(AOA)and“Aggregatelimitonthepolicy”(AOP)andinnocaseshouldbeforanamount lessthan stated inthecontract.

v) IftheConsultant entersinto an agreement with NHAI in ajoint ventureor ‘inassociation’,

thepolicymustbeprocuredandprovidedto NHAI bythejointventure/inassociationentity and not bytheindividualpartnersofthejointventure/ association.

vi) ThecontractmayincludeaprovisiontherebytheConsultantdoesnotcancel thepolicy

midtermwithouttheconsentofNHAI.Theinsurancecompanymayprovideanundertaking in thisregard.

(d) Employer’sliabilityandworkers’compensationinsuranceinrespectofthePersonnelofthe Consultantsandofany Subconsultant,inaccordancewiththerelevantprovisionsofthe Applicable Law,aswellas,withrespecttosuchPersonnel,any suchlife,health,accident,travel orother insuranceasmay beappropriate;andallinsurancesandpoliciesshouldstartfromthe dateof commencement ofservicesandremaineffective asper relevant requirementsofcontract agreement.

3.9 TheConsultants shallnotusethesedocumentsfor purposesunrelated

tothisContract withouttheprior writtenapproval oftheClient. 4.6 Theperson designated asTeam Leader cum SeniorHighwayEngineer inAppendix B

shallserveinthat capacity, as specifiedin Clause4.6. 6.1 (b) The ceilingamount in local currencyisRs……… Excluding

Servi

191

ceTax)

6.3 (a) No advancepayment willbemade. 6.3 (e) Theinterest rateis: @12% perannum 6.3 (f) Theaccount is:

9.2 Disputes shall besettledbyarbitration in accordancewith thefollowingprovisions:

9.2.1 SelectionofArbitrators Eachdisputesubmitted byaPartyto arbitration shallbeheard byasole arbitrator or an arbitration panelcomposed ofthree arbitrators, in accordancewith thefollowing provisions:

(a) WherethePartiesagreethatthedisputeconcernsatechnicalmatter,theymayagreeto

appointasolearbitratoror,failingagreementontheidentityofsuchsolearbitratorwithin thirty(30) daysafter receipt bytheother Partyoftheproposalof a name for such an appointmentby thePartywhoinitiatedtheproceedings,eitherParty mayapply tothe President,IndianRoadsCongress,NewDelhi,foralistofnotfewerthanfivenominees and, onreceiptofsuchlist,thePartiesshallalternately strikenamestherefrom,andthelast remainingnomineeon thelist shallbethesolearbitratorforthematterindispute.Ifthelast remainingnominee hasnotbeendeterminedinthismannerwithinsixty(60)daysofthe dateofthelist,thepresident,IndianRoadsCongress,NewDelhi,shall appoint, upon the requestofeitherParty andfromsuchlistorotherwise,asolearbitratorforthematterin dispute.

(b) WherethePartiesdonotagreethat thedisputeconcernsatechnical matter, theClient andthe

Consultants shalleach appoint one arbitrator,and thesetwoarbitrators shall jointly appoint athirdarbitrator,whoshallchairthearbitrationpanel.Ifthearbitratorsnamedby theParties donotsucceedin appointing athirdarbitrator within thirty(30)days afterthelater of thetwo arbitratorsnamed bythe Partieshasbeen appointed,thethird arbitrator shall, at therequest of eitherParty, be appointedbySecretary, theIndian CouncilofArbitration, NewDelhi.

(c) If,inadisputesubjecttoClauseSC9.2.1(b),onePartyfailstoappointitsarbitratorwithin

thirty(30)daysaftertheotherPartyhasappointeditsarbitrator,thePartywhichhasnamed an arbitrator mayapplytotheSecretary,Indian Council ofArbitration, New Delhi, toappoint asolearbitratorforthe matterindispute, andthearbitratorappointedpursuanttosuch application shall bethesole arbitrator for that dispute.

9.2.2 Rulesof Procedure

192

Arbitration proceedings shall be conducted in accordancewith procedureoftheArbitration & Conciliation Act1996, of IndiaunlesstheConsultant isaforeign national/firm, where arbitrationproceedings shallbeconductedinaccordancewiththerulesof procedurefor arbitrationoftheUnitedNationsCommissiononInternationalTradeLaw(UNCITRAL)as in forceon thedateofthisContract.

9.2.3 SubstituteArbitrators

If for any reason an arbitrator is unable to perform his function, a substitute shall be appointed in thesamemanner astheoriginal arbitrator.

9.2.4 QualificationsofArbitrators

Thesolearbitratororthe thirdarbitratorappointedpursuanttoparagraphs(a)through(c)of Clause8.2.1 hereofshallbeaninternationallyrecognizedlegalortechnical expertwith extensive experiencein relation tothematterin dispute.

9.2.5 Miscellaneous

In anyarbitration proceedinghereunder:

(a) Proceedings shall, unlessotherwiseagreed bytheParties,

beheldinDELHI (b) the Englishlanguageshallbetheofficial languagefor

allpurposes;and [Note:English languagemaybe changed to anyother Language, with the agreement ofboth theParties.]

(c) thedecision ofthesole arbitrator or ofamajorityof the arbitrators(or ofthethird

arbitrator if thereisnosuchmajority)shallbefinalandbindingandshallbeenforceableinany courtof competentjurisdiction,andthePartieshereby waiveany objectionstoorclaimsofimmunity in respect of such enforcement.

(d) Themaximumamount payableper Arbitrator in Arbitrationclauses shallbeasunder

S. No. Particulars of fee and

other charges

Schedule Amount payable per Arbitrator / per case

1. Arbitrator fee

Rs.25,000/- per day Or

Rs. 7 lacs (lump sum) subject to publishing the Award within 6 months. Or

Rs. 5 lakhs (Lump-sum) subject to publishing the Award after 6 months but before 12 months. Note:- The amount of fees already paid for the days of hearing @ Rs.

193

25,000/- would be adjusted in the lump-sum payment.

2. Reading Charges

Rs. 25,000/- per Arbitrator per case including counter claim.

3. Secretarial Assistance and Incidental Charges (telephone, fax, postage etc)

Rs. 20,000/-

4. Charges for Publishing / declaration of the Award

Rs.35,000/-

5. Other expenses (As per actual against bills subject to maximum of the prescribed ceiling given below)

Traveling Expenses Lodging and Boarding

Economy class (By Air), First Class AC (By Train) and AC Car (By Road) (a) Rs. 15,000/- per day (in metro cities) (b) Rs. 7,000/- per day (in other cities) (c) Rs. 3,000/- per day, if any Arbitrator makes their own arrangements.

6. Local Travel Rs. 1,500/- per day

7. Extra Charges for days other than hearing / meeting days (maximum for 2 days)

Rs. 5,000/- per day for outside Arbitrator

Note: 1. Lodging, boarding and traveling expenses shall be allowed only for those members who are residing 100 kms. away from place of meeting. 2. Delhi, Mumbai, Chennai, Kolkata, Bangalore and Hyderabad shall be considered as Metro Cities.

Inexceptionalcases,suchascasesinvolvingmajorlegalimplications/widerramifications/higher financialstakesetc., aspecialfeestructure couldbefixedinconsultationwiththeContractor/ SupervisionConsultantsandwiththespecificapprovalof theChairman, NHAI beforeappointmentof theArbitrator,

194

Appendix A

Terms ofreference containing, inter-alia, the Description of theServices and Reporting

Requirements

195

Appendix B

Consultants’ Subconsultants, KeyPersonnel andSub Professional Personnel

196

Appendix C

Hours of workforConsultants’ Personnel

TheConsultant’spersonnelshallnormally workfor8hoursinaday andsixdaysaweek.

NormallySundaysshallbeclosedforworking.Inadditiontheyshallalsobeallowedtoavail

holidaysasobservedby theClient’sofficeintherelevantstatewithoutdeductionof

remunerations.Incaseany personisrequiredtoworkonSunday orHolidayduetoexigency of work,

he/she shallbegiven compensatoryleavewithin thenext 15 days.

197

Appendix D

Duties ofthe Client

198

Appendix E

Cost Estimate

199

Appendix F

Minutes of Financial/ Contract Negotiations with the Consultant

200

Appendix G: Copy ofletterofinvitation

201

Appendix H: Copy ofletterofacceptance

202

Appendix-I

Format forBankGuaranteeforPerformance Security (Forindividual work) BANK GUARANTEE FORPERFORMANCE SECURITY

To, Chairman National Highways Authority of India, G-5&6, Sector-10, Dwarka, New Delhi-110075

Inconsiderationof "National Highways Authority of India” (hereinafter referredasthe “Client”,whichexpressionshall,unlessrepugnanttothecontextormeaning thereofincludeits successors,administratorsandassigns) havingawardedto M/s.………………………………………………having its office at ……………….. (Hereinafter referredtoasthe “Consultant” whichexpressionshallrepugnanttothe contextor meaningthereof,includeitssuccessors,administrators,executorsandassigns),acontractby issueofclient’sContractAgreementno./LetterofAcceptanceNo.………………..dated ………………andthesamehavingbeenunequivocallyacceptedbytheConsultant,resultingin aContractvaluedatRs…………../-(Rupees….………………….)excluding servicetaxfor “Consultancy Services for Preparation of Feasibility and Detailed Project Report for upgradation to 4 lane of HP/Punjab Border to Mandi Section (Km 11.00 to Km 208.00) of NH-

20 in the State of Himachal Pradesh through BOT/Hybrid Annuity/EPC mode” (Total Length - 197 km) on NH-20 in the stateof Himachal Pradesh ………….under –Contract PackageNo.NHAI/HP Border-Mandi/NH-20/DPR/HP/2016 (Hereinaftercalledthe“Contract”),andthe ConsultanthavingagreedtofurnishaBankGuaranteetotheClientas“PerformanceSecurity as stipulatedby theClientinthesaidcontractforperformanceoftheaboveContractamountingto Rs.……………./-(Rupees…………………………………….).

We,……………………………..having registeredofficeat……………..,abody registered/constituted under the ……………………….(hereinafter referred to as the Bank), which expression shall, unless repugnant to the context or meaning thereof, include its successors,administrators,executorsandassigns)doherebyguaranteeandundertaketopay the clientimmediatelyondemandanyor,allmoneypayablebytheConsultanttotheextentofRs. …………..(Rupees………..………………..)asaforesaidatany timeupto………..withoutany demur,reservation,contest,recourseorprotestand/orwithoutany referencetotheconsultant. Any such demand made by the client on the bank shall be conclusive and binding notwithstandinganydifferencebetweentheClientandtheConsultantoranydisputepending beforeany Court,Tribunal,Arbitratororany otherauthority.WeagreethattheGuaranteeherein containedshallbe irrevocable andshallcontinuetobe enforceable tillthe Clientdischargesthis guarantee.

TheClientshallhavethefullestlibertywithoutaffectinginanywaytheliabilityoftheBank underthisGuarantee,fromtimetotimetovaryortoextendthetimeforperformanceofthe contractby theConsultant.TheClientshallhavethefullestlibertywithoutaffectingthis guarantee,topostponefromtimetotimetheexerciseofanypowersvestedinthemorofany rightwhichtheymighthaveagainsttheconsultantandtoexercisethesameatanytimeinany

203

manner,andeithertoenforceortoforbeartoenforceany covenants,containedorimplied,inthe ContractbetweentheClientandtheConsultantany othercourseorremedyorsecurity available totheClient.Thebankshallnotberelievedofitsobligationsunderthesepresentsbyany exercise by theClientofitslibertywithreferencetothemattersaforesaidorany ofthemorby reasonofany otheractorforbearanceorotheractsofomissionorcommissiononthepartofthe Clientorany otherindulgenceshownby theClientorbyany othermatterorthingwhatsoever which under law would but forthis provision havethe effect of relievingtheBank.

TheBankalso agreesthat the Clientatits option shallbeentitled to enforcethis Guarantee againsttheBankas aprincipal debtor,in thefirstinstancewithoutproceeding againstthe Consultantandnotwithstandingany security orotherguaranteethattheClientmay havein relation to the Consultant’s liabilities.

Notwithstandinganythingcontained herein,

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

……………….(Rupees……………………………)anditshall remaininforceupto andincluding …………andshallbeextendedfromtimetotimeforsuchperiodas may bedesired by M/s…………………….,onwhosebehalfthisguaranteehasbeen given.

b) This Bank Guaranteeshallbevalid up to …………..

c) WeareliabletopaytheguaranteedamountoranypartthereofunderthisBank

Guaranteeonlyandonlyifyouserveuponusawrittenclaimordemandonor before……………(dateof expiryof Guarantee).

(Signatureof theAuthorisedOfficial)

(Name&Designation with Bank Stamp)

NOTE: (i) Thebankguarantee(s)contains thename, designation and codenumber of the

officer(s) signing theguarantee(s). (ii) Theaddress, telephoneno. and other details oftheHead Officeof theBankas wellas of

issuing branch shouldbementioned on thecovering letter of issuing Branch. (iii) ThebankguaranteeforRs. 10,000 and aboveis signed byat least two officials (or as per

the norms prescribedbythe RBIin this regard).

204

Appendix J :Reply to Queries ofthe Bidder

205

APPENDIX-VII

DPR Checklist – Stage 1 – Inception Report (Pavements)

General Details

Project Name

Consultant's Name

Date of Review

S.No SECTION OF THE REPORT YES/NO/NA Details /

Specifications Remarks

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

2.3 Key departments identified for various

documents Yes ☐ No ☐ NA ☐

2.4 Start and end location of project verified

with client (Mention details) Yes ☐ No ☐ NA ☐

2.5

Project description

• Start and End Chainage

• Village/District

Yes ☐ No ☐ NA ☐

2.6

Project location map

• On State Map

• On District Map

Yes ☐ No ☐ NA ☐ NA

2.7 Site photos and data of project alignment Yes ☐ No ☐ NA ☐ NA

206

S.No SECTION OF THE REPORT YES/NO/NA Details /

Specifications Remarks

2.8 Overview of land use plans Yes ☐ No ☐ NA ☐ NA

2.9

Overview of existing pavement

conditions

• Number of Lanes

• Type of Pavement (Flexible/Rigid/Surfaced/ Unsurfaced)

Yes ☐ No ☐ NA ☐

2.10 Existing right of way details Yes ☐ No ☐ NA ☐

2.11 Number/ Location of major and minor

bridges Yes ☐ No ☐ NA ☐

2.12 Number/ Location of level crossings

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

3.4 Estimation of project cost, viability and

financing options Yes ☐ No ☐ NA ☐ NA

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 ☐

207

S.No SECTION OF THE REPORT YES/NO/NA Details /

Specifications Remarks

4.2 Specific tasks assigned to each key

personnel Yes ☐ No ☐ NA ☐ NA

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

6 Indicative design standards and cross

sections Yes ☐ No ☐ NA ☐ NA

7 Development plans Yes ☐ No ☐ NA ☐ NA

7.1 Overview of development plans being

implemented/ proposed by local bodies Yes ☐ No ☐ NA ☐ NA

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

8.3 Material geo-technical and sub-soil

investigations Yes ☐ No ☐ NA ☐ NA

8.4 Road and pavement investigations Yes ☐ No ☐ NA ☐ NA

8.5 Investigation and design of bridges and

structures Yes ☐ No ☐ NA ☐ NA

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

208

S.No SECTION OF THE REPORT YES/NO/NA Details /

Specifications Remarks

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

10.2 Report fulfils project objectives and

scope as per RFP Yes ☐ No ☐ NA ☐ NA

10.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

10.4 Compliance report prepared on client

observations Yes ☐ No ☐ NA ☐ NA

209

DPR Checklist – Stage 2 – Feasibility Report (Pavements)

General Details

Project Name

Consultant's Name

Date of Review

S.No SECTION OF THE REPORT YES/ NO/ NA Details /

Specifications Remarks

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

4.1 Regional economic profile basis last 10

years data as per IRC Yes ☐ No ☐ NA ☐ NA

4.2 Economic profile of project influence

area basis last 10 years data as per IRC Yes ☐ No ☐ NA ☐ NA

4.3 Socio Economic status of project

influence area Yes ☐ No ☐ NA ☐ NA

5 Indicative design standards,

methodologies, and specifications Yes ☐ No ☐ NA ☐ NA

6 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA

6.1 Classified traffic volume counts using

IHMCL data (7 day data) Yes ☐ No ☐ NA ☐ NA

210

S.No SECTION OF THE REPORT YES/ NO/ NA Details /

Specifications Remarks

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 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

6.8 Traffic surveys for the design of road

junctions as per data in IRC: SP:41 Yes ☐ No ☐ NA ☐ NA

6.9 Analysis for replacing railway level

crossings with over bridges/ subways Yes ☐ No ☐ NA ☐ NA

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

6.12 Traffic surveys monitored and reviewed

by the client Yes ☐ No ☐ NA ☐ NA

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

7.3 Chainage wise details of pavement

composition survey Yes ☐ No ☐ NA ☐ NA

7.4

Geological Survey

• Geological Map of the Area

• Seismicity

Yes ☐ No ☐ NA ☐ NA

211

S.No SECTION OF THE REPORT YES/ NO/ NA Details /

Specifications Remarks

7.5

Climatic Conditions

• Temperature

• Rainfall

• Wind

Yes ☐ No ☐ NA ☐ NA

7.6 Pavement composition and condition

survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

7.7 Review of pavement composition and

condition survey by client Yes ☐ No ☐ NA ☐ NA

7.8 Pavement roughness survey as per

IRC:SP:16 Yes ☐ No ☐ NA ☐ NA

7.9 Review of pavement roughness survey

by client Yes ☐ No ☐ NA ☐ NA

7.10 Pavement structural strength survey as

per IRC:81 Yes ☐ No ☐ NA ☐ NA

7.11 Review of pavement structural strength

survey by client Yes ☐ No ☐ NA ☐ NA

7.12 Sub grade characteristics and strengths Yes ☐ No ☐ NA ☐ NA

7.13

Topographical survey as per IRC:SP:19

using LiDAR

• Gradient

• Terrain

Yes ☐ No ☐ NA ☐ NA

7.14 Review of topographical survey by client Yes ☐ No ☐ NA ☐ NA

7.15 Inventory of bridges, culverts and

structures Yes ☐ No ☐ NA ☐ NA

7.16 Condition survey for bridges, culverts

and structures Yes ☐ No ☐ NA ☐ NA

7.17 Review of condition survey for bridges,

culverts and structures by client Yes ☐ No ☐ NA ☐ NA

7.18 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

212

S.No SECTION OF THE REPORT YES/ NO/ NA Details /

Specifications Remarks

8 Geotechnical Survey Yes ☐ No ☐ NA ☐ NA

8.1 Geo-technical and sub-soil explorations

as per IRC:78 Yes ☐ No ☐ NA ☐ NA

8.2 Bore holes dug for every pier and

abutment Yes ☐ No ☐ NA ☐ NA

8.3 Review of geo-technical and sub-soil

explorations by client Yes ☐ No ☐ NA ☐ NA

8.4

Field testing, soil sampling, laboratory

testing in accordance with BIS/

AASHTO/ BS

Yes ☐ No ☐ NA ☐ NA

8.5 Recommendation of Foundation Type

and Depth Yes ☐ No ☐ NA ☐ NA

8.6 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

9 Hydraulic and Hydrological Survey Yes ☐ No ☐ NA ☐ NA

9.1

Hydraulic and hydrological

investigations as per IRC:SP:13 and

IRC:5

Yes ☐ No ☐ NA ☐ NA

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 investigations by

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

213

S.No SECTION OF THE REPORT YES/ NO/ NA Details /

Specifications Remarks

10.2

Sources of Naturally Occurring

Aggregates specified

• Details of Borrow Pits with Distance from Project Site

• Cost of Material/ Transportation

Yes ☐ No ☐ NA ☐

10.3

Sources of Manufactured Items specified

• Details of suppliers with distance from project site

• Cost of material/ transportation

Yes ☐ No ☐ NA ☐ NA

10.4 Sources of water for construction

specified as per IS: 456 Yes ☐ No ☐ NA ☐ NA

10.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

11 Environmental screening/ preliminary

environmental assessment Yes ☐ No ☐ NA ☐ NA

11.1 Analysis basis Initial Environment

Examination in IRC: SP: 19 Yes ☐ No ☐ NA ☐ NA

11.2 Recommended feasible mitigation

measures Yes ☐ No ☐ NA ☐ NA

12 Initial social assessment/ preliminary

LA resettlement plan Yes ☐ No ☐ NA ☐ NA

12.1 Analysis basis Initial Environment

Examination in IRC: SP: 19 Yes ☐ No ☐ NA ☐ NA

12.2 Details of consultation with potentially

affected persons Yes ☐ No ☐ NA ☐ NA

12.3 Names/ Details of consultation with local

NGOs Yes ☐ No ☐ NA ☐

12.4 Names/ Details of consultation with

municipal authorities Yes ☐ No ☐ NA ☐

12.5 Preliminary resettlement plan Yes ☐ No ☐ NA ☐ NA

214

S.No SECTION OF THE REPORT YES/ NO/ NA Details /

Specifications Remarks

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

14.4 Analysis and results (IRR, Sensitivity

Analysis, Financial Viability) Yes ☐ No ☐ NA ☐ NA

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

15.4 Details about ownership of land to be

acquired Yes ☐ No ☐ NA ☐ NA

15.5 Strip plan basis reconnaissance and

topographic surveys Yes ☐ No ☐ NA ☐ NA

15.6 Strip plan reviewed and approved by the

client Yes ☐ No ☐ NA ☐ NA

16 Alignment Options Study Yes ☐ No ☐ NA ☐ NA

16.1 At least two alignments proposed

• Details of Alignments on Map

Yes ☐ No ☐ NA ☐ NA

215

S.No SECTION OF THE REPORT YES/ NO/ NA Details /

Specifications Remarks

16.2 Review of options with client Yes ☐ No ☐ NA ☐ NA

16.3 Length of the project along proposed

alignment options Yes ☐ No ☐ NA ☐

16.4 Land Acquisition required along

alignment options Yes ☐ No ☐ NA ☐

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

17.1 MoRTH technical specifications for

Roads and Bridge works followed Yes ☐ No ☐ NA ☐ NA

17.2 Details of technical specifications Yes ☐ No ☐ NA ☐ NA

18 Rate Analysis Yes ☐ No ☐ NA ☐ NA

18.1 Rate analysis for all relevant items as per

latest SoR Yes ☐ No ☐ NA ☐ NA

19 Cost Estimates Yes ☐ No ☐ NA ☐ NA

19.1 Cost estimates for all relevant items as

per latest SoR Yes ☐ No ☐ NA ☐ NA

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

21.2 Report fulfils project objectives and

scope as per RFP Yes ☐ No ☐ NA ☐ NA

21.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

216

S.No SECTION OF THE REPORT YES/ NO/ NA Details /

Specifications Remarks

21.4 Compliance report prepared on client

observations Yes ☐ No ☐ NA ☐ NA

217

DPR Checklist – Stage 3 – LA and Clearances I Report (Pavements)

General Details

Project Name

Consultant's Name

Date of Review

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Environment Clearance Yes ☐ No ☐ NA ☐ NA

2.1 Requirement for environment clearance

identified Yes ☐ No ☐ NA ☐ NA

2.2 Date/ Details of Initial consultation with

competent authority Yes ☐ No ☐ NA ☐

2.3 Date of submission of draft EIA report/

proposal for clearance Yes ☐ No ☐ NA ☐ NA

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

3.2 Date/ Details of initial consultation with

competent authority Yes ☐ No ☐ NA ☐

3.3 Details/cost of trees being felled basis

concerned District Forest Office Yes ☐ No ☐ NA ☐

218

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

3.4 Date of submission of proposal for forest

clearance Yes ☐ No ☐ NA ☐ NA

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

4.2 Date/ Details of initial consultation with

competent authority Yes ☐ No ☐ NA ☐

4.3 Details/cost of trees being felled basis

concerned District Forest Office Yes ☐ No ☐ NA ☐

4.4 Date of submission of proposal for

wildlife clearance Yes ☐ No ☐ NA ☐

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

5.2

Identification of underground utilities

using GPR, Induction Locator or

equivalent technologies

Yes ☐ No ☐ NA ☐ NA

5.3 Name/ Details of consultation with local

authority/ people Yes ☐ No ☐ NA ☐

5.4

Utility relocation plan with existing /

proposed location showing existing RoW

and topographic details

Yes ☐ No ☐ NA ☐ NA

5.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

5.6 Date of proposal submission to

competent authority Yes ☐ No ☐ NA ☐

219

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

5.7 Review of utility relocation plan/

proposal by client Yes ☐ No ☐ NA ☐ NA

6 Utility Clearances (Water) Yes ☐ No ☐ NA ☐ NA

6.1 Identification of overground utilities in

RoW Yes ☐ No ☐ NA ☐ NA

6.2

Identification of underground utilities

using GPR, Induction Locator or

equivalent technologies

Yes ☐ No ☐ NA ☐ NA

6.3 Name/ Details of consultation with local

authority/ people Yes ☐ No ☐ NA ☐

6.4

Utility relocation plan with existing /

proposed location showing existing RoW

and topographic details

Yes ☐ No ☐ NA ☐ NA

6.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

6.6 Date of proposal submission to

competent authority Yes ☐ No ☐ NA ☐ NA

6.7 Review of utility relocation plan/

proposal by client Yes ☐ No ☐ NA ☐ NA

7 Utility Clearances (Others) Yes ☐ No ☐ NA ☐ NA

7.1 Identification of overground utilities in

RoW Yes ☐ No ☐ NA ☐ NA

7.2

Identification of underground utilities

using GPR, Induction Locator or

equivalent technologies

Yes ☐ No ☐ NA ☐ NA

7.3 Name/ Details of consultation with local

authority/ people Yes ☐ No ☐ NA ☐

7.4

Utility relocation plan with existing /

proposed location showing existing RoW

and topographic details

Yes ☐ No ☐ NA ☐ NA

220

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

7.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

7.6 Date of proposal submission to

competent authority Yes ☐ No ☐ NA ☐

7.7 Review of utility relocation plan/

proposal by client Yes ☐ No ☐ NA ☐ NA

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

8.3 Date of proposal submission to

competent authority Yes ☐ No ☐ NA ☐

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

9.2 Date of proposal submission to

competent authority Yes ☐ No ☐ NA ☐

9.3 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

10 Land Acquisition Yes ☐ No ☐ NA ☐ NA

10.1 Detailed schedule about acquisition of

landholdings as per land records Yes ☐ No ☐ NA ☐ NA

10.2 Consultation with affected persons Yes ☐ No ☐ NA ☐ NA

10.3 Name/ Details of consultation with

NGOs Yes ☐ No ☐ NA ☐

221

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

10.4 Name/ Details of consultation with

concerned government agencies Yes ☐ No ☐ NA ☐

10.5 Total land required, land area already

available , land to be acquired identified Yes ☐ No ☐ NA ☐

10.6 Review of land acquisition using digital

cadastral map by client Yes ☐ No ☐ NA ☐ NA

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

11.2 Report fulfils project objectives and

scope as per RFP Yes ☐ No ☐ NA ☐ NA

11.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

11.4 Compliance report prepared on client

observations Yes ☐ No ☐ NA ☐ NA

222

DPR Checklist – Stage 4 – Detailed Project Report (Pavements)

General Details

Project Name

Consultant's Name

Date of Review

S.No SECTION OF THE REPORT YES/NO/NA Details /

Specifications Remarks

1 Main Report Yes ☐ No ☐ NA ☐ NA

2 Introduction and project background Yes ☐ No ☐ NA ☐ NA

2.1 Overview of project location, project

objectives etc. Yes ☐ No ☐ NA ☐ NA

2.2 Overview of report structure,

deliverables etc. Yes ☐ No ☐ NA ☐ NA

3 Social analysis of the project Yes ☐ No ☐ NA ☐ NA

3.1 Project impact on stakeholders such as

local people Yes ☐ No ☐ NA ☐ NA

3.2 Project impact on residential, commercial

and public properties Yes ☐ No ☐ NA ☐ NA

3.3 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

4 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA

223

S.No SECTION OF THE REPORT YES/NO/NA Details /

Specifications Remarks

4.1

Geometric Features of the Existing Road

Design Speed

• Sight distance details

• Horizontal Alignment Details

• Vertical Alignment Details

• Height of Embankment

Yes ☐ No ☐ NA ☐

4.2

Topographical Survey using LiDAR (or

equivalent technology) as per IRC:SP:19

• Gradient

• Terrain

Yes ☐ No ☐ NA ☐ NA

4.3 Pavement composition and condition

survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

4.4 Pavement roughness survey as per

IRC:SP:16 Yes ☐ No ☐ NA ☐ Na

4.5 Pavement structural strength survey as

per IRC:81 Yes ☐ No ☐ NA ☐ NA

4.6

Geological Survey

• Geological Map of the Area

• Seismicity

Yes ☐ No ☐ NA ☐ NA

4.7

Climatic Conditions

• Temperature

• Rainfall

• Wind

Yes ☐ No ☐ NA ☐ NA

4.8

Land Use along the existing alignment

• Map of the Project Area depicting Agricultural/Habitation/Forest Area

Yes ☐ No ☐ NA ☐ NA

4.9

Details of Existing Structures

• Map of the Project Area depicting Hutments/Buildings/Temples/Public Building/Any Other Significant Structure

Yes ☐ No ☐ NA ☐ NA

224

S.No SECTION OF THE REPORT YES/NO/NA Details /

Specifications Remarks

4.10 Inventory and condition survey of

culverts Yes ☐ No ☐ NA ☐ NA

4.11 Geo-technical and sub-soil explorations

as per IRC:78 Yes ☐ No ☐ NA ☐ NA

4.12 Number of Bore holes dug (holes for

every pier and abutment) Yes ☐ No ☐ NA ☐

4.13 Field testing, soil sampling, laboratory

testing as per IRC: 78 Yes ☐ No ☐ NA ☐ NA

4.14 Recommendation of Foundation Type

and Depth Yes ☐ No ☐ NA ☐

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

4.20

Sources of Naturally Occurring

Aggregates specified

• Details of Borrow Pits with Distance from Project Site

• Cost of Material/Transportation

Yes ☐ No ☐ NA ☐

4.21

Sources of Manufactured Items specified

• Details of Suppliers with Distance from Project Site

• Cost of Material/Transportation

Yes ☐ No ☐ NA ☐ NA

4.22 Source of Water for construction

specified as per IS:456 Yes ☐ No ☐ NA ☐ NA

4.23 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

225

S.No SECTION OF THE REPORT YES/NO/NA Details /

Specifications Remarks

5 Traffic studies and demand forecast

designs Yes ☐ No ☐ NA ☐ NA

5.1 Classified traffic volume counts using

IHMCL data (7 day data) Yes ☐ No ☐ NA ☐ NA

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

5.8 Traffic surveys for the design of road

junctions as per data in IRC: SP:41 Yes ☐ No ☐ NA ☐ NA

5.9 Analysis for replacing railway level

crossings with over bridges/ subways Yes ☐ No ☐ NA ☐ NA

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

5.12 Traffic surveys monitored and reviewed

by the client Yes ☐ No ☐ NA ☐ NA

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

226

S.No SECTION OF THE REPORT YES/NO/NA Details /

Specifications Remarks

7.2

Details of Public consultation at

residential and commercial settlements

affected

Yes ☐ No ☐ NA ☐ NA

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

8.4 Analysis and results (IRR, Sensitivity

Analysis, Financial Viability) Yes ☐ No ☐ NA ☐ NA

8.5 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

9 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

9.1 Report fulfils project objectives and

scope as per RFP Yes ☐ No ☐ NA ☐ NA

9.2 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

9.3 Compliance report prepared on client

observations Yes ☐ No ☐ NA ☐ NA

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

227

S.No SECTION OF THE REPORT YES/NO/NA Details /

Specifications Remarks

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

10.13 Pavement deflection survey as per IRC

81-1997 Yes ☐ No ☐ NA ☐ NA

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

11.6 Geo-technical and sub-soil explorations

as per IRC:78 Yes ☐ No ☐ NA ☐ NA

11.7 Review of geo-technical and sub-soil

explorations by client Yes ☐ No ☐ NA ☐ NA

11.8

Field testing, soil sampling, laboratory

testing in accordance with BIS/

AASHTO/ BS

Yes ☐ No ☐ NA ☐ NA

228

S.No SECTION OF THE REPORT YES/NO/NA Details /

Specifications Remarks

11.9 Pavement composition and condition

survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

11.10 Review of pavement composition and

condition survey by client Yes ☐ No ☐ NA ☐ NA

11.11 Pavement roughness survey as per

IRC:SP:16 Yes ☐ No ☐ NA ☐ NA

11.12 Review of pavement roughness survey

by client Yes ☐ No ☐ NA ☐ NA

11.13 Pavement structural strength survey as

per IRC:81 Yes ☐ No ☐ NA ☐ NA

11.14 Review of pavement structural strength

survey by client Yes ☐ No ☐ NA ☐ NA

11.15 Water sample tests as per MoRTH

specifications Yes ☐ No ☐ NA ☐ NA

11.16 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

12 Environmental Assessment Report/

Resettlement and Rehabilitation Plan Yes ☐ No ☐ NA ☐ NA

12.1 Option for alignment alternatives

considered and conclusions Yes ☐ No ☐ NA ☐ NA

12.2 Land environment data collection and

details/ impact/ mitigation measures Yes ☐ No ☐ NA ☐ NA

12.3 Air environment data collection and

details/ impact/ mitigation measures Yes ☐ No ☐ NA ☐ NA

12.4 Water resources details/ impact/

mitigation measures Yes ☐ No ☐ NA ☐ NA

12.5 Noise environment details/ impact/

mitigation measures Yes ☐ No ☐ NA ☐ NA

229

S.No SECTION OF THE REPORT YES/NO/NA Details /

Specifications Remarks

12.6 Biological environment details/ impact/

mitigation measures Yes ☐ No ☐ NA ☐ NA

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

12.10 Details of resettlement and rehabilitation

action plan Yes ☐ No ☐ NA ☐ NA

12.11 Measures to minimize resettlement Yes ☐ No ☐ NA ☐ NA

12.12 Details of public consultation with

stakeholders Yes ☐ No ☐ NA ☐ NA

12.13 Details of implementation arrangement /

budget Yes ☐ No ☐ NA ☐ NA

12.14 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

13 Technical Specifications Yes ☐ No ☐ NA ☐ NA

13.1 MoRTH technical specifications for

Roads and Bridge works followed Yes ☐ No ☐ NA ☐ NA

13.2 Details of technical specifications Yes ☐ No ☐ NA ☐ NA

14 Rate Analysis Yes ☐ No ☐ NA ☐ NA

14.1 Rate analysis for all relevant items as per

latest SoR Yes ☐ No ☐ NA ☐ NA

15 Cost Estimates Yes ☐ No ☐ NA ☐ NA

15.1 Cost estimates for all relevant items as

per latest SoR Yes ☐ No ☐ NA ☐ NA

16 Bill of quantities Yes ☐ No ☐ NA ☐ NA

230

S.No SECTION OF THE REPORT YES/NO/NA Details /

Specifications Remarks

17 Drawing Volume Yes ☐ No ☐ NA ☐ NA

231

DPR Checklist – Stage 5 – Technical Schedules (Pavements)

General Details

Project Name

Consultant's Name

Date of Review

S.No SECTION OF THE REPORT YES/NO/NA Details /

Specifications Remarks

1 Schedule A - Site of the project Yes ☐ No ☐ NA ☐ NA

2 Schedule B - Development of the

project highway 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

232

DPR Checklist – Stage 6 – LA and Clearances II Report (Pavements)

General Details

Project Name

Consultant's Name

Date of Review

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Environment Clearance Yes ☐ No ☐ NA ☐ NA

2.1 Details of public hearings completed Yes ☐ No ☐ NA ☐

2.2 Date of final environment clearance by

competent authority Yes ☐ No ☐ NA ☐

3 Forest Clearance Yes ☐ No ☐ NA ☐ NA

3.1 Date/ Details of Joint site inspection with

DFO/ competent authority Yes ☐ No ☐ NA ☐

3.2 Date of Stage I forest clearance approval

by competent authority Yes ☐ No ☐ NA ☐

3.3 Date of final forest clearance approval by

competent authority Yes ☐ No ☐ NA ☐

4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA

4.1 Date/ Details of joint site inspection with

DFO/ competent authority Yes ☐ No ☐ NA ☐

4.2 Date of final wildlife clearance approval

by competent authority Yes ☐ No ☐ NA ☐

233

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA

5.1 Date/ Details of Joint site inspection with

competent authority Yes ☐ No ☐ NA ☐

5.2 Date of estimate submission by

competent authority Yes ☐ No ☐ NA ☐

5.3 Date of estimate approval by competent

authority Yes ☐ No ☐ NA ☐

6 Utility Clearances (Water) Yes ☐ No ☐ NA ☐ NA

6.1 Date/ Details of Joint site inspection with

competent authority Yes ☐ No ☐ NA ☐

6.2 Date of estimate submission by

competent authority Yes ☐ No ☐ NA ☐

6.3 Date of estimate approval by competent

authority Yes ☐ No ☐ NA ☐

7 Utility Clearances (Others) Yes ☐ No ☐ NA ☐ NA

7.1 Date/ Details of Joint site inspection with

competent authority Yes ☐ No ☐ NA ☐

7.2 Date of estimate submission by

competent authority Yes ☐ No ☐ NA ☐

7.3 Date of estimate approval by competent

authority Yes ☐ No ☐ NA ☐

8 Railway Clearances Yes ☐ No ☐ NA ☐ NA

8.1 Date/ Details of joint site inspection with

competent authority Yes ☐ No ☐ NA ☐

8.2 Date of final approval of GAD by

competent authority Yes ☐ No ☐ NA ☐

9 Other Clearances Yes ☐ No ☐ NA ☐ NA

234

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

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 ☐

10.7 Date of Joint Measurement Survey with

competent authority Yes ☐ No ☐ NA ☐

10.8 Draft 3D notification submitted Yes ☐ No ☐ NA ☐ NA

10.9 Review of 3D notification by client Yes ☐ No ☐ NA ☐ NA

10.10 Date of 3D gazette notification Yes ☐ No ☐ NA ☐

11 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

11.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

11.2 Report fulfils project objectives and

scope as per RFP Yes ☐ No ☐ NA ☐ NA

11.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

11.4 Compliance report prepared on client

observations Yes ☐ No ☐ NA ☐ NA

235

Annexure III: Checklists for Structures such as ROB/ RUB

DPR Checklist – Stage 1 – Inception Report (Structures)

General Details

Project Name

Consultant's Name

Date of Review

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

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

2.3 Details of key departments for

documents Yes ☐ No ☐ NA ☐

2.4

Project description

• Existing LC number

• Start and End Chainage

• Village/District

Yes ☐ No ☐ NA ☐

2.5

Project location map

• On State Map

• On District Map

• Latitude & Longitude Coordinates of the LC

Yes ☐ No ☐ NA ☐

236

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

2.6

Details of Existing Level Crossing

• Number of Railway Tracks

• Type of Railway Tracks (Broad/Meter/Narrow)

• No. of trains per day

Yes ☐ No ☐ NA ☐

2.7 Justification for need of an ROB/RUB

(on basis of TVU count) Yes ☐ No ☐ NA ☐ NA

2.8 Overview of land use plans Yes ☐ No ☐ NA ☐ NA

2.9

Overview of existing pavement

conditions

• Number of Lanes

• Type of Pavement (Flexible/Rigid/Surfaced/Unsurfaced)

Yes ☐ No ☐ NA ☐

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

3.4 Estimation of project cost, viability and

financing options Yes ☐ No ☐ NA ☐ NA

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 ☐

237

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

4.2 Specific tasks assigned to each key

personnel Yes ☐ No ☐ NA ☐ NA

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

6 Indicative Design standards and cross

sections Yes ☐ No ☐ NA ☐ NA

7 Development plans Yes ☐ No ☐ NA ☐ NA

7.1 Overview of development plans being

implemented/ proposed by local bodies Yes ☐ No ☐ NA ☐ NA

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

8.3 Material geo-technical and sub-soil

investigations Yes ☐ No ☐ NA ☐ NA

8.4 Road and pavement investigations Yes ☐ No ☐ NA ☐ NA

8.5 Investigation and design of bridges and

structures Yes ☐ No ☐ NA ☐ NA

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

238

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

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

9.1 Geometric design standards of bridges

(Plain) Yes ☐ No ☐ NA ☐ NA

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

10.2 Report fulfils project objectives and

scope as per RFP Yes ☐ No ☐ NA ☐ NA

10.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

10.4 Compliance report prepared on client

observations Yes ☐ No ☐ NA ☐ NA

239

DPR Checklist – Stage 2 – Feasibility Report (Structures)

General Details

Project Name

Consultant's Name

Date of Review

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

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

4.1 Regional economic profile basis last 10

years data as per IRC Yes ☐ No ☐ NA ☐ NA

4.2 Economic profile of project influence

area basis last 10 years data as per IRC Yes ☐ No ☐ NA ☐ NA

4.3 Socio Economic status of project

influence area Yes ☐ No ☐ NA ☐ NA

5 Indicative design standards,

methodologies, and specifications Yes ☐ No ☐ NA ☐ NA

6 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA

6.1 Classified traffic volume counts using

IHMCL data (7 day) Yes ☐ No ☐ NA ☐ NA

240

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

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

6.8 Traffic surveys monitored and reviewed

by the client Yes ☐ No ☐ NA ☐ NA

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

7.3

Geometric Features of the Existing Road

• Design Speed

• Sight distance elements

• Horizontal Alignment Details

• Vertical Alignment Details

• Height of Embankment

Yes ☐ No ☐ NA ☐ NA

7.4

Topographical Survey as per IRC:SP:19

using LiDAR or equivalent technology

• Gradient

• Terrain

Yes ☐ No ☐ NA ☐ NA

7.5 Review of topographical survey by client Yes ☐ No ☐ NA ☐ NA

7.6 Pavement composition and condition

survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

241

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

7.7

Geological Survey

• Geological Map of the Area

• Seismicity

Yes ☐ No ☐ NA ☐ NA

7.8

Climatic Conditions

• Temperature

• Rainfall

• Wind

Yes ☐ No ☐ NA ☐ NA

7.9

Land Use along the existing alignment

• Map of the Project Area depicting Agricultural/Habitation/Forest Area

Yes ☐ No ☐ NA ☐ NA

7.10

Details of Existing Structures

• Map of the Project Area depicting Hutments/Buildings/Temples/Public Building/Any Other Significant Structure

Yes ☐ No ☐ NA ☐ NA

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

8.1 Geo-technical and sub-soil explorations

as per IRC:78 Yes ☐ No ☐ NA ☐ NA

8.2 Number of Bore holes dug (holds for

every pier and abutment) Yes ☐ No ☐ NA ☐

8.3 Review of geo-technical and sub-soil

explorations by client Yes ☐ No ☐ NA ☐ NA

8.4 Field testing, soil sampling, laboratory

testing as per IRC:78 Yes ☐ No ☐ NA ☐ NA

8.5 Recommendation of Foundation Type

and Depth Yes ☐ No ☐ NA ☐

242

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

8.6 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

9 Hydraulic & Hydrological Survey Yes ☐ No ☐ NA ☐ NA

9.1 Hydrological investigations as per IRC:5

and IRC: 13 Yes ☐ No ☐ NA ☐ NA

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

10.2

Sources of Naturally Occurring

Aggregates specified

• Details of Borrow Pits with Distance from Project Site

• Cost of Material/Transportation

Yes ☐ No ☐ NA ☐

10.3

Sources of Manufactured Items specified

• Details of Suppliers with Distance from Project Site

• Cost of Material/Transportation

Yes ☐ No ☐ NA ☐ NA

10.4 Source of Water for construction

specified as per IS:456 Yes ☐ No ☐ NA ☐ NA

10.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

11 Determination of whether ROB or

RUB is appropriate Yes ☐ No ☐ NA ☐ NA

243

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

11.1 Justification of whether ROB or RUB

should be built Yes ☐ No ☐ NA ☐ NA

11.2 Review of justification by client Yes ☐ No ☐ NA ☐ NA

12 Alignment Options Study Yes ☐ No ☐ NA ☐ NA

12.1 At least two alignments proposed

• Details of Alignments on Map

Yes ☐ No ☐ NA ☐ NA

12.2 Review of options with client Yes ☐ No ☐ NA ☐ NA

12.3 Length of the project along proposed

alignment options Yes ☐ No ☐ NA ☐ NA

12.4 Land Acquisition required along

alignment options Yes ☐ No ☐ NA ☐ NA

12.5 Cost Estimates of alternatives Yes ☐ No ☐ NA ☐ NA

12.6 Recommended Alignment with

Justification Yes ☐ No ☐ NA ☐

12.7 Skew Angle of Proposed Alignment

Specified Yes ☐ No ☐ NA ☐

12.8 Review and approval of alignment by

client Yes ☐ No ☐ NA ☐ NA

12.9 Traffic Diversion Route Specified Yes ☐ No ☐ NA ☐ NA

12.10 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

13 Environmental screening/ preliminary

environmental assessment Yes ☐ No ☐ NA ☐ NA

13.1 Analysis basis Initial Environment

Examination in IRC: SP: 19 Yes ☐ No ☐ NA ☐ NA

13.2 Recommended feasible mitigation

measures Yes ☐ No ☐ NA ☐ NA

244

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

14 Initial social assessment/ preliminary

LA resettlement plan Yes ☐ No ☐ NA ☐ NA

14.1 Analysis basis Initial Environment

Examination in IRC: SP: 19 Yes ☐ No ☐ NA ☐ NA

14.2 Details of consultation with potentially

affected persons Yes ☐ No ☐ NA ☐ NA

14.3 Details of consultation with local NGOs Yes ☐ No ☐ NA ☐ NA

14.4 Details of consultation with municipal

authorities Yes ☐ No ☐ NA ☐ NA

14.5 Preliminary resettlement plan Yes ☐ No ☐ NA ☐ NA

14.6 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

15 Cost estimates Yes ☐ No ☐ NA ☐ NA

15.1 Item rates and rate analysis Yes ☐ No ☐ NA ☐ NA

15.2 Escalation Yes ☐ No ☐ NA ☐ NA

16 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA

16.1 Estimated cost details Yes ☐ No ☐ NA ☐ NA

16.2 Projected revenues details Yes ☐ No ☐ NA ☐ NA

16.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA

16.4

Analysis and results

• IRR

• Sensitivity Analysis

• Financial Viability

Yes ☐ No ☐ NA ☐ NA

16.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

17 Strip Plan NA

245

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

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

17.5 Strip plan basis reconnaissance and

topographic surveys Yes ☐ No ☐ NA ☐ NA

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

18 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

18.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

18.2 Report fulfils project objectives and

scope as per RFP Yes ☐ No ☐ NA ☐ NA

18.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

18.4 Compliance report prepared on client

observations Yes ☐ No ☐ NA ☐ NA

246

DPR Checklist – Stage 3 – LA and Clearances I Report (Structures)

General Details

Project Name

Consultant's Name

Date of Review

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Environment Clearance Yes ☐ No ☐ NA ☐ NA

2.1 Requirement for environment clearance

identified Yes ☐ No ☐ NA ☐ NA

2.2 Date/ Details of Initial consultation with

competent authority Yes ☐ No ☐ NA ☐

2.3 Date of submission of draft EIA report/

proposal for clearance Yes ☐ No ☐ NA ☐ NA

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

3.2 Date/ Details of initial consultation with

competent authority Yes ☐ No ☐ NA ☐

3.3 Details/cost of trees being felled basis

concerned District Forest Office Yes ☐ No ☐ NA ☐

3.4 Date of submission of proposal for forest

clearance Yes ☐ No ☐ NA ☐ NA

247

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

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

4.2 Date/ Details of initial consultation with

competent authority Yes ☐ No ☐ NA ☐

4.3 Details/cost of trees being felled basis

concerned District Forest Office Yes ☐ No ☐ NA ☐

4.4 Date of submission of proposal for

wildlife clearance Yes ☐ No ☐ NA ☐

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

5.2

Identification of underground utilities

using GPR, Induction Locator or

equivalent technologies

Yes ☐ No ☐ NA ☐ NA

5.3 Name/ Details of consultation with local

authority/ people Yes ☐ No ☐ NA ☐

5.4

Utility relocation plan with existing /

proposed location showing existing RoW

and topographic details

Yes ☐ No ☐ NA ☐ NA

5.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

5.6 Date of proposal submission to

competent authority Yes ☐ No ☐ NA ☐

5.7 Review of utility relocation plan/

proposal by client Yes ☐ No ☐ NA ☐ NA

6 Utility Clearances (Water) Yes ☐ No ☐ NA ☐ NA

248

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

6.1 Identification of overground utilities in

RoW Yes ☐ No ☐ NA ☐ NA

6.2

Identification of underground utilities

using GPR, Induction Locator or

equivalent technologies

Yes ☐ No ☐ NA ☐ NA

6.3 Name/ Details of consultation with local

authority/ people Yes ☐ No ☐ NA ☐

6.4

Utility relocation plan with existing /

proposed location showing existing RoW

and topographic details

Yes ☐ No ☐ NA ☐ NA

6.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

6.6 Date of proposal submission to

competent authority Yes ☐ No ☐ NA ☐ NA

6.7 Review of utility relocation plan/

proposal by client Yes ☐ No ☐ NA ☐ NA

7 Utility Clearances (Others) Yes ☐ No ☐ NA ☐ NA

7.1 Identification of overground utilities in

RoW Yes ☐ No ☐ NA ☐ NA

7.2

Identification of underground utilities

using GPR, Induction Locator or

equivalent technologies

Yes ☐ No ☐ NA ☐ NA

7.3 Name/ Details of consultation with local

authority/ people Yes ☐ No ☐ NA ☐

7.4

Utility relocation plan with existing /

proposed location showing existing RoW

and topographic details

Yes ☐ No ☐ NA ☐ NA

7.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

7.6 Date of proposal submission to

competent authority Yes ☐ No ☐ NA ☐

249

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

7.7 Review of utility relocation plan/

proposal by client Yes ☐ No ☐ NA ☐ NA

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

8.3 Date of proposal submission to

competent authority Yes ☐ No ☐ NA ☐

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

9.2 Date of proposal submission to

competent authority Yes ☐ No ☐ NA ☐

9.3 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

10 Land Acquisition Yes ☐ No ☐ NA ☐ NA

10.1 Detailed schedule about acquisition of

landholdings as per land records Yes ☐ No ☐ NA ☐ NA

10.2 Consultation with affected persons Yes ☐ No ☐ NA ☐ NA

10.3 Name/ Details of consultation with

NGOs Yes ☐ No ☐ NA ☐

10.4 Name/ Details of consultation with

concerned government agencies Yes ☐ No ☐ NA ☐

10.5 Total land required, land area already

available , land to be acquired identified Yes ☐ No ☐ NA ☐

250

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

10.6 Review of land acquisition using digital

cadastral map by client Yes ☐ No ☐ NA ☐ NA

11 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

11.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

11.2 Report fulfils project objectives and

scope as per RFP Yes ☐ No ☐ NA ☐ NA

11.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

11.4 Compliance report prepared on client

observations Yes ☐ No ☐ NA ☐ NA

251

DPR Checklist – Stage 4 – Detailed Project Report (Structures)

General Details

Project Name

Consultant's Name

Date of Review

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

1 Project background Yes ☐ No ☐ NA ☐ NA

1.1

Project description

• Existing LC number

• Start and End Chainage

• Village/District

Yes ☐ No ☐ NA ☐

1.2

Project location map

• On State Map

• On District Map

• Latitude & Longitude Coordinates of the LC

Yes ☐ No ☐ NA ☐

1.3

Details of Existing Level Crossing

• Number of Railway Tracks

• Type of Railway Tracks (Broad/Meter/Narrow)

• No. of trains per day

Yes ☐ No ☐ NA ☐

1.4 Justification for need of an ROB/RUB

(on basis of TVU count) Yes ☐ No ☐ NA ☐ NA

1.5 Overview of land use plans Yes ☐ No ☐ NA ☐ NA

252

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

1.6

Overview of existing pavement

conditions

• Number of Lanes

• Type of Pavement (Flexible/Rigid/Surfaced/Unsurfaced)

Yes ☐ No ☐ NA ☐

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

2.1 Project impact on stakeholders such as

local people Yes ☐ No ☐ NA ☐ NA

2.2 Project impact on residential, commercial

and public properties Yes ☐ No ☐ NA ☐ NA

2.3 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

3 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA

3.1

Geometric Features of the Existing Road

• Design Speed

• Sight distance details

• Horizontal Alignment Details

• Vertical Alignment Details

• Height of Embankment

Yes ☐ No ☐ NA ☐

3.2

Topographical Survey using LiDAR or

equivalent technology as per IRC:SP:19

• Gradient

• Terrain

Yes ☐ No ☐ NA ☐ NA

3.3 Pavement composition and condition

survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

3.4

Geological Survey

• Geological Map of the Area

• Seismicity

Yes ☐ No ☐ NA ☐ NA

253

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

3.5

Climatic Conditions

• Temperature

• Rainfall

• Wind

Yes ☐ No ☐ NA ☐ NA

3.6

Land Use along the existing alignment

• Map of the Project Area depicting Agricultural/Habitation/Forest Area

Yes ☐ No ☐ NA ☐ NA

3.7

Details of Existing Structures

• Map of the Project Area depicting Hutments/Buildings/Temples/Public Building/Any Other Significant Structure

Yes ☐ No ☐ NA ☐ NA

3.8 Inventory and condition survey of

culverts Yes ☐ No ☐ NA ☐ NA

3.9 Geo-technical and sub-soil explorations

as per IRC:78 Yes ☐ No ☐ NA ☐ NA

3.10 Number of Bore holes dug (holds for

every pier and abutment) Yes ☐ No ☐ NA ☐

3.11 Field testing, soil sampling, laboratory

testing as per IRC: 78 Yes ☐ No ☐ NA ☐ NA

3.12 Recommendation of Foundation Type

and Depth Yes ☐ No ☐ NA ☐

3.13 Hydraulic and Hydrological

investigations as per IRC:5 Yes ☐ No ☐ NA ☐ NA

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

254

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

3.18

Sources of Naturally Occurring

Aggregates specified

• Details of Borrow Pits with Distance from Project Site

• Cost of Material/Transportation

Yes ☐ No ☐ NA ☐

3.19

Sources of Manufactured Items specified

• Details of Suppliers with Distance from Project Site

• Cost of Material/Transportation

Yes ☐ No ☐ NA ☐ NA

3.20 Source of Water for construction

specified as per IS:456 Yes ☐ No ☐ NA ☐ NA

3.21 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

4 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA

4.1 Classified traffic volume counts using

IHMCL data (7 day) Yes ☐ No ☐ NA ☐ NA

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 ☐

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

5 Determination of whether ROB or

RUB is appropriate Yes ☐ No ☐ NA ☐ NA

5.1 Justification of whether ROB or RUB

should be built Yes ☐ No ☐ NA ☐ NA

6 Alignment Options Study Yes ☐ No ☐ NA ☐ NA

255

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

6.1 At least two alignments proposed

• Details of Alignments on Map

Yes ☐ No ☐ NA ☐ NA

6.2 Length of the project along proposed

alignment options Yes ☐ No ☐ NA ☐ NA

6.3 Land Acquisition required along

alignment options Yes ☐ No ☐ NA ☐ NA

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 ☐

7.2

Width of ROB

• Width of Carriageway

• Width of Safety Kerbs

• Width of Footpath

• Any other

Yes ☐ No ☐ NA ☐

7.3

Proposed Number of Lanes on ROB in

line with PCU as per latest MoRTH

guidelines

Yes ☐ No ☐ NA ☐ NA

7.4

Proposed Length of the Project

• Length of ROB

• Length of Viaduct

• Length of RE Wall

• Length of Approach Road

• Length of Service Road

Yes ☐ No ☐ NA ☐

256

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

7.5

Span Arrangement

• Span Length

• Number of Spans

Yes ☐ No ☐ NA ☐

7.6

Are all spans of standardised length as

per Railways standards

(https://ircep.gov.in/RCApproval/)

• If non-standardised, suitable justification provided

Yes ☐ No ☐ NA ☐ NA

7.7

Details of Proposed Superstructure

Design

• Type

• Details of Material Use Proposed

• Drawings of Cross-Sections

Yes ☐ No ☐ NA ☐ NA

7.8

Details of Proposed Substructure Design

Type

• Details of Material Use Proposed

• Drawings of Cross-Sections

Yes ☐ No ☐ NA ☐ NA

7.9

Details of Proposed Pavement Design

Type

• Details of Material Use Proposed

• Thickness

• Design MSA

• Drawings of Cross-Sections

Yes ☐ No ☐ NA ☐ NA

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

8.1 Summary of Cost Estimates (Refer

following subsection) Yes ☐ No ☐ NA ☐

8.2 Detailed Abstract of Cost Yes ☐ No ☐ NA ☐ NA

8.3 Detailed Bills of Quantity Yes ☐ No ☐ NA ☐ NA

257

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

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

9.4

Analysis and results

• IRR

• Sensitivity Analysis

• Financial Viability

Yes ☐ No ☐ NA ☐

10 Land Acquisition Study Yes ☐ No ☐ NA ☐ NA

10.1

Land Acquisition Details

• Total Land Required

• Land Area already available

• Area of Land to be Acquired

Yes ☐ No ☐ NA ☐

10.2 Land Acquisition Plan on Cadastral Map Yes ☐ No ☐ NA ☐ NA

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

11.2

Utility relocation plan with existing /

proposed location showing existing RoW

and topographic details

Yes ☐ No ☐ NA ☐ NA

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

258

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

12.3 General Elevation Yes ☐ No ☐ NA ☐ NA

12.4 General Plan (showing complete

ROB/RUB along with diversion) Yes ☐ No ☐ NA ☐ NA

12.5 Key Plan Yes ☐ No ☐ NA ☐ NA

12.6 Cross-Section of Railway Portion Yes ☐ No ☐ NA ☐ NA

Cost Summary Table

S.No. Particulars Cost Estimate(in '000)

1 Cost of ROB Portion

Foundation

Substructure

Superstructure

Total-ROB Portion

2 Cost of Viaduct

Foundation

Substructure

Superstructure

Total-Viaduct

3 Cost of Approach Road

4 Cost of RE Wall

259

S.No. Particulars Cost Estimate(in '000)

5 Cost of Service Road

6 Miscellaneous Costs

Cost of Subway

Cost of Toll Plaza

Cost of Culverts

Any Other Costs

Civil Cost of the Project

7 Contingencies @x%

Total Civil Cost

8 Supervision Charges @x%

9 Cost of Quality Control @x%

10 Maintenance Charges @x%

11 Escalation Costs @x%

12 Land Acquisition Costs

13 Utility Shifting Costs

14 Any Other Costs

Total Cost of the Project

260

DPR Checklist – Stage 5 – Tchnical Schedules (Structures)

General Details

Project Name

Consultant's Name

Date of Review

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

1 Schedule A - Site of the project Yes ☐ No ☐ NA ☐ NA

2 Schedule B - Development of the

project highway 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

261

DPR Checklist – Stage 6 – LA and Clearances II Report (Structures)

General Details

Project Name

Consultant's Name

Date of Review

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Environment Clearance Yes ☐ No ☐ NA ☐ NA

2.1 Details of public hearings completed Yes ☐ No ☐ NA ☐

2.2 Date of final environment clearance by

competent authority Yes ☐ No ☐ NA ☐

3 Forest Clearance Yes ☐ No ☐ NA ☐ NA

3.1 Date/ Details of Joint site inspection with

DFO/ competent authority Yes ☐ No ☐ NA ☐

3.2 Date of Stage I forest clearance approval

by competent authority Yes ☐ No ☐ NA ☐

3.3 Date of final forest clearance approval by

competent authority Yes ☐ No ☐ NA ☐

4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA

4.1 Date/ Details of joint site inspection with

DFO/ competent authority Yes ☐ No ☐ NA ☐

4.2 Date of final wildlife clearance approval

by competent authority Yes ☐ No ☐ NA ☐

5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA

262

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

5.1 Date/ Details of Joint site inspection with

competent authority Yes ☐ No ☐ NA ☐

5.2 Date of estimate submission by

competent authority Yes ☐ No ☐ NA ☐

5.3 Date of estimate approval by competent

authority Yes ☐ No ☐ NA ☐

6 Utility Clearances (Water) Yes ☐ No ☐ NA ☐ NA

6.1 Date/ Details of Joint site inspection with

competent authority Yes ☐ No ☐ NA ☐

6.2 Date of estimate submission by

competent authority Yes ☐ No ☐ NA ☐

6.3 Date of estimate approval by competent

authority Yes ☐ No ☐ NA ☐

7 Utility Clearances (Others) Yes ☐ No ☐ NA ☐ NA

7.1 Date/ Details of Joint site inspection with

competent authority Yes ☐ No ☐ NA ☐

7.2 Date of estimate submission by

competent authority Yes ☐ No ☐ NA ☐

7.3 Date of estimate approval by competent

authority Yes ☐ No ☐ NA ☐

8 Railway Clearances Yes ☐ No ☐ NA ☐ NA

8.1 Date/ Details of joint site inspection with

competent authority Yes ☐ No ☐ NA ☐

8.2 Date of final approval of GAD by

competent authority Yes ☐ No ☐ NA ☐

9 Other Clearances Yes ☐ No ☐ NA ☐ NA

263

S.No SECTION OF THE REPORT YES/NO/NA Details/

Specifications Remarks

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 ☐

10.7 Date of Joint Measurement Survey with

competent authority Yes ☐ No ☐ NA ☐

10.8 Draft 3D notification submitted Yes ☐ No ☐ NA ☐ NA

10.9 Review of 3D notification by client Yes ☐ No ☐ NA ☐ NA

10.10 Date of 3D gazette notification Yes ☐ No ☐ NA ☐

11 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

11.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

11.2 Report fulfils project objectives and

scope as per RFP Yes ☐ No ☐ NA ☐ NA

11.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

11.4 Compliance report prepared on client

observations Yes ☐ No ☐ NA ☐ NA