0% found this document useful (0 votes)
1K views524 pages

PMC NH627 Package-I Assam

PROJECT MANAGEMENT CONSULTANCY (PMC) SERVICE FOR Feasibility study and preparation of DPR, Supervision during construction and maintenance of NH-627(Pkj-I).

Uploaded by

Adil
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
1K views524 pages

PMC NH627 Package-I Assam

PROJECT MANAGEMENT CONSULTANCY (PMC) SERVICE FOR Feasibility study and preparation of DPR, Supervision during construction and maintenance of NH-627(Pkj-I).

Uploaded by

Adil
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 524

PROJECT MANAGEMENT CONSULTANCY (PMC) SERVICE

FOR

Feasibility study and preparation of DPR, Supervision during


construction and maintenance of NH-627(Pkj-I).

PART-I

REQUEST FOR PROPOSAL (RFP)

December, 2021

Office of the Chief Engineer, PWD (NH Works)


Assam, Chandmari, Guwahati-781003

-1-
INDEX

Sl. No. Content Page No.


1 Notice Inviting Tender (NIT)
2 Letter of Invitation
3 Annexure-I : Details of the Proposed Stretch
Annexure-II : Procedure of Assessment of Least Cost to Assam PWD NH
4
Works/MoRT&H under special circumstances
5 Data Sheet
6 Appendix-IA : Manning Schedule
7 Appendix-IB : Qualification Requirements of Key Personnel
8 Appendix-II : Formats for Proof of Eligibility
9 Appendix-III : Formats for Technical Proposals
10 Appendix-IV: Formats for Financial Proposals
11 Appendix-V: Detailed Evaluation Criteria

-2-
PART-I
Ministry of Road Transport and Highways
Government of India
NOTICE INVITING TENDER (NIT)
No NHR/26/2020/…… Date …….. Dec.,2021

1. Assam PWD NH Works has been assigned the work of PMC for Feasibility Study and
Preparation of DPR for upgrading the newly declared NH-627 from junction point of NH-
27 & NH-627 near Nellie connecting Rajagaon, Doyangmukh, Umrangsu, Khobak and
terminating on NH-27 near Harangajao (as Annexure-I)

2. Proposals are hereby invited from eligible consultant for Project managerment
Consultancy services for feasibility study and preparation of DPR, Supervision during
construction and maintenance of NH-627(Pkj-I). The Letter of Invitation (LOI) and
Terms of Reference (ToR) including Request for Proposal (RFP) is available online on e-
tender portal of https://eprocure.gov.in.. Cost of the Document must be furnished in the
form of a non-refundable fee of INR 5,000 (Rupees Five Thousand only) by way
of online payment only (payment through other modes shall not be accepted), through
Bharat Kosh (payable to the designated account of RPAO, MoRT&H, Guwahati). The
online payment receipt shall be submitted while submitting the proposal. The
application form without proof of payment of application fee will be rejected without
any intimation. Brief particulars of the work are as follows:

Project Length Assignment


Sl
( km)/ Project
No Consultancy Package NH No State Project Stretch Period
Cost ( Rs. In Cr.)
(months)
Project managerment
Road length=
Consultancy services for
122.0 KM,
feasibility study and
Tentetive Project 96 months
preparation of DPR, Cost (10 months+8
1 Nagoan
Supervision during = Rs 26.98 crore months+ 18
627 Assam (Dharamtul) to
construction and months+ 60
Dima Hasao (DPR cost=3.96
maintenance of NH- months)
(Panimur) Cr. + Supervision
Period
627(Pkj-I). Cost=23.02 Cr.)

**Estimated PMC cost is inclusive of GST.

3. The RFP has also been uploaded on “INFRACON” (www.infracon.nic.in). As such before
submitting the proposal the PMC 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. The bidders are requested to provide their
official e-mail id for future correspondence.

5. Bid must be submitted online at the Ministry’s e-tender portal of https://eprocure.gov.in


on or before 01/02/2022 at 14.00 hrs.

-3-
6. The following schedule is to be followed for this assignment:

i) Deadline for downloading of bid: 01/02/2021 at 13.59 hrs


ii) Last date for submission of queries: 12/01/2022 up to 12:00 hrs
iii) Pre bid meeting: 12/01/2022 from 12:00 hrs to 14:00 hrs
iv) Deadline for Submission of both Technical
and Financial Bids: 01/02/2022 up to 14.00 hrs

7. The activity Schedule for the work is as mentioned below: -

Sl. No Event Description Date


1 Bid Document/NIT Publishing Date 31.12.2021
2 Bid Document Download/Start Date 31.12.2021
3 Clarification Start Date (Pre bid queries) 31.12.2021
4 Clarification End Date (Last date for receipt 12.01.2022 (12:00 hrs)
of pre bid query)
5 Pre bid meeting 12.01.2022 (14:00 hrs)
6 Bid Submission Start Date 31.12.2021 (12:00 hrs)
7 Bid Submission End Date 01.02.2022 (14:00 hrs)
(online & physical copy, if any)
8 Opening of Technical Bids at 02.02.2022 (14:00 hrs)
Venue
9 Declaration eligible/ qualified To be intimated later
bidders
10 Opening of Financial Bid To be intimated later
E-tendering Activity Schedule for NH Package No. mentioned at table above
Yours sincerely,

Tel: 0361-2664189 Chief Engineer P.W.D. (NH Works)


E-mail: cepwdnhassam@gmail.com Assam, Chandmari, Guwahati-3.
No NHR/26/2020/…-A Date …….. Dec.,2021
Copy to:-
1. The Director General (Road Development) and Special Secretary to the Govt. of India,
Ministry of Road Transport & Highways, Transport Bhawan, No.1, Parliament Street, New
Delhi–110001 for favour of information. (kind attention: - MoRT&H, Zone-V).
2. The Commissioner and Special Secretary to the Govt. of Assam, P.W.D. (Building & NH)
Dispur, Guwahati–6, for favour of information.
3. The Regional Officer, MoRT&H, Rajgarh Road, Chandmari, Guwahati–3, for information.
4. The Superintending Engineer, P.W.D., Guwahati NH Circle, Chandmari for information &
wide circulation.
5. The Executive Engineer, PWD, Nagaon NH Division & Bakulia NH Division for information
& wide circulation.
6. Notice Board of this office.
7. The DBA, CPPP, MoRT&H (Camp at Guwahati- O/o the CE, PWD, NH Works, Assam,
Chandmari, Guwahati-3) for information and necessary action. They are requested to
upload the notice in the website www.eprocure.gov.in

Chief Engineer P.W.D. (NH Works),


-4- Assam, Chandmari, Guwahati-3.
Letter of Invitation (LOI)
No NHR/26/2020/……. Date ………Dec.,2021

Dear Sir,
Sub: Project Management Consultancy for Project managerment Consultancy services for
feasibility study and preparation of DPR, Supervision during construction and maintenance
of NH-627(Pkj-I).

1. Introduction

1.1 The Assam PWD NH Works has been entrusted with the assignment of Project
managerment Consultancy services for feasibility study and preparation of DPR,
Supervision during construction and maintenance of NH-627(Pkj-I). Assam PWD NH
Works on behalf of MoRT&H now invites proposal from Technical consultants for
carrying out detailed project report, Pre construction and supervision as per details
given in Annexure- I.

1.2 A brief description of the assignment and its objectives are given in the Appendix-I,
“Terms of Reference”.
1.3.1 The Assam PWD NH Works invites Proposals (the “Proposals”) through e-tender (on-
line bid submission) for selection of Technical Consultant (the “Consultant”) who shall
prepare detailed project report (DPR), Pre construction and construction supervision.
The consultant should have expertise in carrying out similar kind of job, in similar
geographical location (particularly for hill road projects). Consultants are hereby invited
to submit proposal in the manner as prescribed in the RFP document.
A Consultant with “a Particular Team” may submit proposals for more than one package.
However, a Consultant is not allowed to bid for a package with more than one team. For
the sake of clarity, it is mentioned that one consultant cannot submit two proposals/ bids
for the same package.
A Consultant with “a Particular Team” may submit only one “proof of eligibility (Part1)”
and “Technical Proposal (Part II)” for any number of packages applied for by them.
However, the packages for which a Consultant with “a Particular Team” applies should
be clearly mentioned.

Financial proposal for each package are to be submitted separately. Financial proposal
are only to be submitted online and no hard copy of the financial proposal should be
submitted. The most preferred bidder (H-1) for each package would be determined on
the basis of Quality and Costs mentioned in the RFP.

Award of work to a Consultant with “a Particular Team”either as sole or as in JV shall be


limited to one package only. Joint venture shall not have more than two firms.
In case, a Consultant with “a Particular Team” turns out to be the most preferred bidder
(H-1) in more than one package, the package which is to be awarded to this
Consultant with “a Particular Team” shall be determined on the basis of least cost to
Assam PWD NH Works under MoRT&H considering the financial quote of H-1 bidder
and H-2 bidder limited to those packages, which shall be worked out as per the
procedure given in the RFP. The consultants are hereby invited to submit proposals in
the manner prescribed in the RFP. -5-
1.3.2 The consultant (s) shall meet the requirement of available bid capacity i.e. at least equal
to the estimated PMC cost (as indicated in NIT). The available bid capacity will be
calculated as under:

Available bid capacity = (A * N * 2.5) - B

Where,

A = Average Annual turnover (year means Financial year) during the last five years
updated to the price level of the year based on factors indicated in table below: Form T3-
A of Appendix-III.
Year Year-1 Year-2 Year -3 Year-4 Year-5
Up-dation
1.00 1.05 1.10 1.15 1.20
factor

N = Number of years prescribed for completion of the PMC consultancy for which these
bids are being invited
B = Value of existing commitments (only allotted works) on the last date of submission of
bids as per bidding document and on-going works to be completed during the period of
completion of the consultancy for which these bids are being invited.
In case of JV, the lead partner shall fulfill minimum 60% requirement of bid capacity and
other partner shall fulfill minimum 40% requirement of bid capacity and the Consultant
as a whole shall meet the requirement of bid capacity as above.

Note: The statement (Form T3-A of Appendix-III) showing the value of existing
commitments and on-going consultancy works as well as the stipulated period of
completion remaining for each of the works listed should be attached along with
certificates duly signed by the Engineer-in-Charge, not below the rank of Executive
Engineer or equivalent OR the fees received statement certified by CA can also be
submitted as a certificate for ongoing works.

1.4 The consultants shall submit proposals either in sole capacity or in JV. In case of Joint
Venture, the maximum number of Joint Venture partners is limited to 2 (i.e. one lead + 1
JV partner) and one associate. 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 The Applicant, whether a sole applicant or lead member with joint venture may include
an Associate for providing key personnel. In such case, the applicant should submit an
MOU with associate regarding role and responsibility of Associate Company. However,
the maximum no. of key personnel from Associate firm during whole consultancy should
be limited to maximum two (2) i.e. one at DPR stage and one at Supervision stage.

1.6 To obtain first-hand information on the assignment and on the local conditions, the
-6-
consultants are encouraged to pay a visit to the client, local State PWDs and the project
site before submitting a proposal and attend a pre-proposal conference. They must fully
inform themselves of local and site conditions and take them into account in preparing
the proposal.

1.7 Financial Proposals will be opened only for the firms found to be eligible and scoring
qualifying marks in accordance with Para 5 hereof. The consultancy services will be
awarded to the highest ranking consultant on the basis of Quality and Cost.

1.8 Please note that (i) costs of preparing the proposal and of negotiating the contract,
including visits to the Client, etc., are not reimbursable as a direct cost of the assignment;
and (ii) Client is not bound to accept any of the proposals submitted and reserve the right
to reject any or all proposals without assigning any reasons.

1.9 The proposals must be properly digitally signed as detailed below(submission with DSC)

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


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

1.9.2 In case of a Joint Venture, the proposal shall be accompanied by a certified copy of legally
binding Memorandum of Understanding(MOU) on a stamp paper of Rs.100, signed by all
firms to the joint venture confirming the following therein:

i. Date and place of signing


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

1.9.3 In case of Joint venture, one of the firms which preferably have relatively higher
-7-
experience will act as the lead firm representing the Joint Venture. The duties,
responsibilities and powers of such lead firm shall be specifically included in the
MOU/agreement. It is expected that the lead partner would be authorized to incur
liabilities and to receive instructions and payments for and on behalf of the Joint Venture.
Payment to be made to the JV can also be made to the account of the JV. For a JV to be
eligible for bidding, the experience of lead partner and other partner should be as
indicated in data sheet.

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

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

1.11 The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice to the Assam PWD NH Works under MoRT&H
any other right or remedy hereunder or in law or otherwise, the Applicant shall be
debarred from participating in the future projects of the Assam PWD NH Works under
MoRT&H in the following situations:

(a) If an Applicant withdraws its Proposal during the period of its validity as
specified in this RFP and as extended by the Applicant from time to time.
(b) In the case of a Selected Applicant, if the Applicant fails to sign the Agreement.

2. Documents

2.1 To enable you to prepare a proposal, please find and use the attached documents listed
in the Data Sheet.

2.2 Consultants requiring a clarification of the documents must notify the Client, in writing,
by 12/01/2022 upto 12.00 hrs. Any request for clarification in writing or by
telefax/e-mail must be sent to the Client’s address indicated in the Data Sheet. The
Client will upload replies to pre-bid queries on its website.

2.3 At any time before the submission of proposals, the Client may, for any reason, whether
at its own initiative or in response to a clarification requested by a Consulting firm,
modify the Documents by amendment or corrigendum. The amendment will be uploaded
on the Ministry’s website https://eprocure.gov.in . The Client may at its discretion
extend the deadline for the submission of proposals and the same shall also be uploaded
on https://eprocure.gov.in website.

3. Preparation of Proposal
The proposal must be prepared in three parts viz.
Part 1: Proof of eligibility
Part 2: Technical Proposal
Part 3: Financial Proposal

-8-
3.1 Document in support of proof of eligibility

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

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


(ii) Firm’s relevant experience and performance for the last 7 years: Project
sheets in support of relevant experience as per Form-E2/T3 supported by the
experience certificates from clients in support of experience as specified in data
sheet for the project size preferably in terrain of similar nature as that of proposed
project shall be submitted on Infracon portal in input data sheet. Certificate should
indicate clearly the firms Design/DPR experience/Supervision/ Authority
Engineer, in 2/4-/6- laning of highway, structures like bridges, Viaducts, tunnels,
hill slope stabilization, rock bolting, ground improvement, etc. Scope of services
rendered by the firm should be clearly indicated in the certificate obtained from
the client. The information given in Form E2/T3 shall also be considered as part
of Technical Proposal and shall be evaluated accordingly. The Consultants are
therefore advised to see carefully the evaluation criteria for Technical Proposal
and submit the Project Sheets accordingly.
The above details are to be submitted through INFRACON only.
(iii) Firm’s turnover for the last 5 years: A tabular statement as in Form E3 showing
the turnover of the applicant firm(s) for the last five years beginning with the last
financial year certified by the Chartered Account along with certified copies of the
audit reports shall be submitted in support of the turnover shall be submitted on
Infracon Portal in input data sheet.
The above details are to be submitted through INFRACON only.
(iv) Document fee: Cost of the Document must be furnished in the form of a non-
refundable fee of INR 5,000 (Rupees Five Thousand only) by way of online
payment only (payment through other modes shall not be accepted), through
Bharat Kosh (payable to the designated account of RPAO, MoRT&H,
Guwahati). The online payment receipt shall be submitted while submitting the
proposal. The application form without proof of payment of application fee will
be rejected without any intimation.
(v) BID Security: - The bidder has to digitally sign a Bid securing declaration
accepting that if the bidder withdraw or modify its bid during the period of
validity i. e. not less than bid validity as mentioned in data sheet from the bid due
date or if the bidder is awarded the contract and fail to sign the contract or to
submit a performance security before the deadline defined in the request for bid
documents, the bidder will be suspended for participation in the tendering
process for the works of MoRTH/NHAI/NHIDCL and works under other Centrally
Sponsored Schemes, for a period of two year from the bid due date of this work
and shall be declared non-performing. The bid securing declaration shall be
submitted as per the format at Appendix-III-Form –T-12 (Format for Bid Securing
Declaration)".
-9-
(vi) Power of Attorney on a stamp paper of Rs.100 and duly notarized authorizing to
submit the proposal (scanned copies to be uploaded).
(vii) In case of Joint Venture, the proposal shall be accompanied by a certified copy of
legally binding Memorandum of Understanding (MOU) on a stamp paper of
Rs.100, signed by all firms to the joint venture as detailed at para 1.9.2 above.
(scanned copies to be uploaded).

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

3.2 Technical Proposal

3.2.1 You are expected to examine all terms and instructions included in the Documents. Failure
to provide all requested information will be at your own risk and may result in rejection
of your proposal.

3.2.2 During preparation of the technical proposal, you must give particular attention to the
following:

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


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

3.2.3 The technical proposal shall be submitted strictly in the Formats given in Appendix-
III and shall comprise of following documents:

i) Forwarding letter for Technical proposal duly signed by the authorized person
on behalf of the bidder, as in Form-T-1.
ii) Details of projects for which Technical and Financial Proposals have been
submitted by the PMC with a particular Team as in Form-T-2.
iii) Firm’s references - Relevant Services carried out in the last seven years as per
Form- E2/T-3. This information submitted as part of Proof of Eligibility shall be
evaluated and need not be submitted again as a part of the Technical proposal.
The above details are to be submitted through INFRACON only.

- 10 -
iv) Site Appreciation: limited to four A4 size pages in 1.5 space and 12 font including
photographs, if any (Form-T-4).
v) The composition of the proposed Team and Task Assignment to individual
personnel: Maximum three pages (Form-T-5).
vi) Proposed methodology for the execution of the services illustrated with bar
charts of activities, including any change proposed in the methodology of services
indicated in the TOR, and procedure for quality assurance: The proposed
methodology should be accompanied by the consultants initial view, key
challenges they foresee and potential solutions suggested regarding: a) proposed
alignment and bypass required, b) land acquisition requirements, c)access
control, rehabilitation of existing road, drainage and utilities, d) adoption of
superior technology along with proof e) Quality control and assurance f) Faster
execution of the project: limited to six A4 size pages in 1.5 space and 12 font
including photographs, if any for items a to c, (Form-T-6) and information in
Form-T-8 (as covered in para viii below) for item d
vii) The proposal should clearly identify and mention the details of Material Testing
lab facilities to be used by the PMC for the project (Form-T-7). In this connection,
the proposals of the Consultants to use in-house lab facilities up to a distance of
maximum 400 km from the project site being feasible would be accepted. For
all other cases suitable nearby material Testing Laboratory shall be proposed
before Contract Agreement is executed.
viii). A The proposal shall indicate as to whether the firm is having the facilities for
carrying out the following field activities or these are proposed to be outsourced
to specialized agencies in the Form- T-8.
(a). Pavement Investigation
(b). Geo-technical Investigation

In case the consultant envisages outsourcing any or all of the above services to
the expert agencies, the details of the same indicating the arrangement made with
the agencies need to be furnished. These agencies would however, be subject to
approval of the client to ensure quality input by such agencies before award of
the work. For out-sourced services, proposed firms/consultants should have such
experience on similar projects

viii). B The proposal shall indicate as to whether the firm is having the facilities for
carrying out the following field activities during the supervision phase or these
are proposed to be outsourced to specialized agencies.

• Surface defects detection and roughness measurement using Network Survey


Vehicle

• Pavement strength measurement using FWD

• Bridge inspection using Mobile Bridge Inspection Unit or technology

• Road signs inspection using Retro Reflectometer

- 11 -
Viii). C Proposed Quality Audit Methodology including Quality Assurance Plan

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

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


through Infracon in Form–T-10

[i) Team Leader cum Senior Highways Engineers,

ii) Senior Bridge Engineer,

iii)) Highway cum Pavement Engineer,

iv) Road/Traffic Safety Expert in case of Normal Highway

NOT APPLICABLE (Stand alone Bridge)


[ i) Team Leader cum Senior Bridge Engineer,
ii) Highway cum Pavement Engineer,

iii) Senior Bridge Engineer &

iv) Material cum Geo-Technical Engineer-Geologist in case of Standalone Bridge


Project]

NOT APPLICABLE (Stand alone Tunnel Peoject)


[i) Team Leader cum Senior Tunnel Expert,

ii) Tunnel Design Expert,

iii) Senior Geo-Physicist &

iv) Senior Geotechnical Engineer in case Standalone Tunnel Project].

For remaining key personnels during the DPR/ Pre construction activity, the CVs
need to be submitted for approval prior to signing of contract. Moreover, other key
personnel to be deployed during supervision phase, their CVs also need to be
submitted for approval prior to start of construction/supervision. The CV of the all
Key Personnels who is proposed to be engaged at any stage of the
consultancy should score at least 75 % marks.

x(b) It would be preferred that the team leader cum senior Highway Engineer shall
continue during all the Phase 1, 2 & 3 of the aggrement. Authority also expects all
the key personnel specified in the proposal to be available during
implementation of Phase 1 & 2(DPR & Preconstruction activities).

During phase 3 the team leader shall be equal or better qualification in case the
replacement is necessitated. Moreover, the combined technical score of these 3 key
personnels
(i) Resident cum Highway Engineer
(ii)Senior Bridge Engineer
(iii) Highway cum Pavement Engineer

to be deployed during phase 3 (Construction, Supervision & Maintenance) should


- 12 -
be equal or more then the Technical score of 3 key personnels (except team
leader) as assessed during the technical evaluation. This would ensure that the
evaluated preferred bidder during the evaluation stage remain the preferred
bidders even in the phase 3 stage (Construction, Supervision & Maintenance).
xi) INTEGRITY PACT (Form –T-11)
xii) BID SECURING DECLARATION(Form-T-12)

3.2.4 CVs of Key Persons:


i) The CVs of the four key personnel as mentioned in para 3.2.3 (x) above in the
format as per Form T-10 is to be furnished on Infracon portal. It may please be
ensured that the format is strictly followed and the information furnished therein
is true and correct. The CV must indicate the work in hand and the duration till
which the person will be required to be engaged in that assignment. The Firm shall
ensure that details furnished in the CV by the personnel are correct. If any
information is found incorrect, at any stage, action including termination and
debarment from future Assam PWD NH Works/ MoRT&H projects for a minimum
period of 2 years may be taken by Assam PWD NH Works/MoRT&H on the
personnel and the Firm.
ii. The minimum requirements of Qualification and Experience of all key personnel
are listed in Enclosure-II of TOR. CV of a person who does not meet the minimum
experience requirement as given at enclosure-II of TOR shall be evaluated and
the marks obtained shall be taken into consideration during evaluation of
Technical Proposal (except Team leader). However, if a firm with such key
personnel is declared the “most preferred bidder” for a particular package, such
key personnel should be replaced before signing of contract with a person
meeting requirement of Qualification and Experience as given at enclosure-II of
TOR and whose CV secures 75 % marks and above. If proposed key personnel
does not possess the minimum (essential) educational qualification as given at
enclosure-II of TOR, Zero marks shall be assigned to such CV and such CV shall
not be evaluated further. The CV of the proposed Team Leader should score
at least 75 % marks otherwise the entire proposal shall be considered to
have failed in the evaluation of Technical Proposals and shall not be
considered for opening of Financial Proposals.
iii. Team Leader cum senior Highway Engineer, Senior Bridge Engineer, Highway
cum Pavement Engineer, Material cum Geo-technical engineer, Senior Survey
Engineer, Road/Traffic Safety expert, Tunnel Design Expert should be available
from beginning of the project. Other Key Personnel with intermittent input are
allowed to be deployed/proposed in 3 teams at a time. Further the key personnel
required during supervision should also be available as per the
requirement/manning schedule. If same CV is submitted by two or more

firms, zero marks shall be given for such CV for all the firms.

1This is to be modified as per project requirement.

- 13 -
iv. The availability of key personnel must be ensured for the duration of project as
per proposed work programme. If a firm claim that key personnel proposed by
them is a permanent employee of the firm (the personnel should have worked in
the firm continuously for a period of at least 1 year), a certificate to the effect be
furnished by the firm.

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

vi. An undertaking from the key personnel must be furnished that he/she will be
available for entire duration of the project assignment and will not engage
himself/herself in any other assignment during the period of his/her assignment
on the project. After the award of work, in case of non-availability of key personnel
in spite of his/her declaration, he/she shall be debarred for a period of two years
for all projects of Assam PWD NH Works and MoRT&H.

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

viii. A good working knowledge of English Language is essential for key professional
staff on this assignment. Study reports must be in English Language.

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

x. Availability of key personnel engaged for the phase of pre-construction activities


and construction supervision shall also be ensured by the consultant.

xi. It may please be noted that in case the requirement of the ‘Experience’ of the
firm/consortium as mentioned in the “Proof of Eligibility’ is met by any foreign
company, their real involvement for the intended project shall be mandatory.
This can be achieved either by including certain man-months input of key experts
belonging to the parent foreign company, or by submitting at least the draft
feasibility report and draft DPR duly reviewed by the parent firm and their paying
visit to the site and interacting with Assam PWD NH Works/MoRT&H. In case of
key personnel proposed by the foreign company, they should be on its pay roll
for at least last six months (from the date of submission).

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


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

3.2.5 The technical proposal must not include any financial information.

- 14 -
3.3 Financial Proposal
3.3.1 The Financial proposal should include the costs associated with the assignment. These
shall normally cover: remuneration for staff (foreign and local, in the field, office etc.),
accommodation, transportation, equipment, printing of documents, surveys,
geotechnical investigations etc. This cost should be broken down into foreign and local
costs. Your financial proposal should be prepared strictly using, the formats attached in
Appendix – IV. Your financial proposal should clearly indicate the amount asked for by
you without any assumptions of conditions attached to such amounts. Conditional offer
or the proposal not furnished in the format attached in Appendix-IV shall be considered
non- responsive and is liable to be rejected.

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

3.3.3 Costs shall be expressed in Indian Rupees in case of domestic as well as for foreign
Consultant. The payments shall be made in Indian Rupees by the MoRT&H and the
Consultant themselves would be required to obtain foreign currency to the extent quoted
and accepted by Assam PWD NH Works under MoRT&H. Rate for foreign exchange for
payment shall be at the rate established by RBI applicable at the time of making each
payment installment on items involving actual transaction in foreign currency. No
compensation done to fluctuation of currency exchange rate shall be made.

3.3.4 Consultants are required to charge only rental of equipments/ software(s) use so as to
economize in their financial bid.

3.3.5 Goods & Service tax as applicable shall be paid to the Consultant while making payment
for services rendered. The consultants shall then deposit the same with the tax
authorities and provide a proof of having done so within next 90 days inline with policy
circulars issued by Employer. Employer shall pay only the Goods & service tax.

3.3.6 Beginning 13th months from the bid due date, billing rates shall be increased to cover all
items of contract i.e. remuneration, vehicle hire, office rent, consumables, furniture etc.
@ 5% every 12 months. However, for evaluation and award of the Bid proposals, the
quoted initial rate (as applicable for first 12 months from last date of submission of bid)
shall be multiplied by the total time input for each position on this contract, i.e. without
considering the increase in the billing rates.

4. Submission of Proposals

4.1 The Applicants shall submit the proposal (Proof of Eligibility and Technical
Proposal) comprising the documents as mentioned under clause 3.1.1 and 3.2.3
respectively to meet the requirements of ‘Proof of Eligibility’ and ‘Technical
Proposal’online. However, documents listed in para 3.1.1(iv), (v) (vi) & (vii) shall
be submitted in original by the successful bidder before issue of LOA in case of non
compliance the bidder shall be debarred for two year from the bid due date of
this work and shall be declared nonperforming. A Consultant with “a Particular
Team” may submit only one proposal of “proof of eligibility (Part 1, para 5.1)” and
“Technical Proposal (Part II)” to Assam PWD NH Works for all the packages applied by
them with a particular team on or before the deadline of submission o f bids. A
- 15 -
consultant can a p p l y for a particular package with one team only. The packages for
which a Consultant with “a Particular Team” applies should be clearly mentioned in their
proposal. However, Consultants are required to submit a copy of Proof of Eligibility and
Technical Proposal online separately for each package. Financial proposal for each
package are to be submitted separately. Financial proposal are to be submitted online
and no hard copy of the financial proposal should be submitted.

The document listed in para 3.1.1 (iv), (v), (vi), (vii) shall be digitally submitted
by all the bidders to the Authority while submitting the proposal.

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

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


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

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

5. Proposal Evaluation

5.1 Stage I- Proof of Eligibility

The proposals would be evaluated by a Committee constituted by Assam PWD NH


Works and RO, MoRT&H. A three- stage procedure will be adopted in evaluating the
proposal. In the first stage- Proof of Eligibility, it will be examined as to whether:

i) The proposal is accompanied by Document fee


ii) The proposal is accompanied by Bid Scuring declaration form as per Form-T-12
of Annexure-III.
iii) The firms(s) have required experience
iv) The firms(s) have required turnover
v) The documents are properly digitally signed by the authorized signatories and
whether the proposal contains proper POA (digitally) as mentioned at para 1.9.1
above
vi) The proposals have been received on or before the dead line of
submission.
vii) In case a Joint Venture of firms, the proposal shall be accompanied by a digitally
signed certified copy of legally binding Memorandum of Understanding (MOU)
on a stamp paper of Rs.100, signed by all firms to the joint venture as detailed at
para1.9.2 above

In case answers to any of the above items is ‘No’ the bid shall be declared as non-
responsive and shall not be evaluated further.
- 16 -
A Consultant satisfying the minimum Eligibility Criteria as mentioned in the Data sheet
and who had submitted the above-mentioned documents shall be declared “pass” in
Proof of Eligibility and the Technical Proposals of only those consultants shall be opened
and evaluated further.

5.2 Stage II- Technical evaluation

In the second stage the Technical proposal shall be evaluated as per the detailed
evaluation criteria given in Data Sheet.

A proposal securing 75 marks shall be declared pass in the evaluation.

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

5.3 Stage III-Evaluation of Financial Proposal

5.3.1 In case for a particular package, only one firm is eligible for opening of Financial
Proposals, the Financial Proposal shall not be opened, the bids for that package shall be
cancelled and fresh bids for this package shall be invited. For financial evaluation, total
cost of financial proposal excluding Goods & Service tax shall be considered. Goods &
Service tax shall be payable extra.

5.3.2 The evaluation committee will determine whether the financial proposals are complete
(i.e. whether they have included cost of all items of the corresponding proposals; if not,
then their cost will be considered as NIL but the consultant shall however be
required to carry out such obligations without any compensation. In case, if client feels
that the work cannot be carried out within overall cost of financial proposal, the proposal
can be rejected. The client shall correct any computational errors and correct prices in
various currencies to the single currency specified in Data Sheet. The evaluation shall
exclude those taxes, duties, fees, levies and other charges imposed under the applicable
law & applied to foreign components/ resident consultants.

5.3.3 For a package in which 2 firms are eligible for opening of Financial proposals, the
procedure as mentioned at Clauses 5.3.4, 5.4 and, 5.5 as mentioned below shall be
followed for determining the “most preferred bidder (H-1 bidder)” for this package.

5.3.4 The lowest financial proposal (FM) will be given a financial score (SF) of 100 points. The
financial scores of other proposals will be computed as follows:
SF = 100xFM/F
(SF = Financial Score, FM= Amount of lowest bid, F= Amount of financial proposal
converted in the common currency)

5.4 Combined evaluation of Technical and Financial Proposals.

Proposals will finally be ranked according to their combined technical (ST) and Financial

- 17 -
(SF) scores using the weights indicated in the Data Sheet:

S= STxT + SFxf

Where,

S=Combined Score,
ST=Technical Score out of 100
SF= Financial Score out of 100
T and f are values of weightage for technical and financial proposals respectively as given
in the Data Sheet.

5.5 Most Preferred Bidder (H-1).

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


Maximum Combined score (S) shall be declared as the most preferred bidder(H-1).

5.6 In case work has to be awarded for multiple packages, award of work to a Consultant
with “a Particular Team” either as sole or as in JV shall be limited to one package only. At
first, Consultants who become H-1 in one package each shall be assigned the respective
package. Then packages in which a Consultant with “a Particular Team” turns out to be
the most preferred bidder (H-1) in more than one package shall be considered. In case, a
Consultant with “a Particular Team” turns out to be the most preferred bidder (H-1) in
more than one package, the package which is to be awarded to this team of a consultant
shall be determined on the basis of least cost to Assam PWD(NH-Works)/MoRT&H
considering the Financial Quote of H-1 bidder and H-2 Bidder limited to those packages.
Procedure to be followed for awarding work based on QCBS including assessment of
least cost to Assam PWD(NH-Works)/MoRT&H under special circumstances i.e. When a
Consultant with “a Particular Team”turns out to be the most preferred bidder (H-1) in
more than one package is given at Annexure-II.

6. Performance Security

6.1 The consultant will furnish within 15 days of the issue of Letter of Acceptance (LOA),
an unconditional Bank Guarantee equivalent to 2.0% of the total contract value from a
Nationalized Bank, IDBI or ICICI/ICICI Bank/Foreign Bank/EXIM Bank / Any Scheduled
Commercial Bank approved by RBI having a net worth of not less than Rs.1000 crore as
per latest Annual Report of the Bank. In the case of a Foreign Bank (issued by a Branch in
India) the net worth in respect of Indian operations shall only be taken into account. In
case of Foreign Bank, the BG issued by Foreign Bank should be counter guaranteed by
any Nationalized Bank in India. In case of JV, the BG shall be furnished on behalf of the JV
or by the lead member of the JVs towards Performance Security valid initially for a period
of two year which can be extendable from time to time. The Bank Guarantee will be
released by Assam PWD NH Works upon expiry of contract. However, if contract is
foreclosed / terminated by Assam PWD NH Works/ MoRT&H at any Stage, with no
fault of Consultant, Performance Security shall be released within three
months from date of foreclosure / termination.

- 18 -
6.2 In the event the PMC fails to provide the security within 15 days of date of LOA, it may
seek extension of time for a period of 15 (Fifteen) days on payment of damages for such
extended period in a sum of calculated at the rate of 0.05% (Zero Point Zero Five Percent)
of the Bid price for each day until the performance security is provided. For the avoidance
of doubt the agreement shall be deemed to be terminated on expiry of additional 15 days
time period.

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

7. Penalty

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

8. Deleted.

9. Signing of Contract Agreement

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

10. The Client shall keep the bidders informed during the entire bidding process and
shall host the following information on https://eprocure.gov.in website:

i) Notice Inviting Tender (NIT)


ii) Request For Proposal (RFP)
iii) Replies to pre-bid queries, if any
iv) Amendments/corrigendum to RFP
v) List of bidders who submitted the bids up to the deadline of submission
vi) List of bidders who did not pass the eligibility requirements, stating the
broad deficiencies.
vii) List of bidders who did not pass the Technical Evaluation stating the reasons.
viii) List of bidders along with the technical score, who qualified for opening
the financial bid
ix) Final Score of qualified bidders
- 19 -
ix) Name of the bidders who is awarded the Contract

11. It is the Assam PWD NH Works under MoRT&H policy that the consultants observe
the highest standard of ethics during the selection and execution of such contracts.
In pursuance of this policy, the Assam PWD NH Works under MoRT&H

(a) Defines, for the purpose of this paragraph, the terms set forth below as follows:
(i) “corrupt practice” means the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the action of a public
official in the selection process or in contract execution;
(ii) “fraudulent practice” means a misrepresentation or omission of facts
in order to influence a selection process or the execution of a contract;
(iii) “collusive practices” means a scheme or arrangement between two or
more consultants with or without the knowledge of the Client, designed to
establish prices at artificial, non-competitive levels;
(iv) “coercive practices” means harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in
a procurement process, or affect the execution of a contract.
(b) will reject a proposal for award if it determines that the Consultant
recommended for award has, directly or through an agent, engaged in corrupt,
fraudulent, collusive or coercive practices in competing for the contract in
question;
(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded a contract if it at any time determines that the firm has engaged in corrupt
or fraudulent practices in competing for, or in executing, a contract; and
(d) Will have the right to require that a provision be included requiring consultants to
permit the Employer to inspect their account and records relating to the
performance of the contract and to have them audited by authorized
representatives of Employer.”
(e) Any defaulting bidder who fails to sign the agreement after issuance of LOA or found
practicing fraudulent activity may be declared non-performer for a period of 2
years, which will not be allowed to bid in project/tenders called by Ministry and its
agencies.

12. Confirmation

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

Thanking you.
Yours sincerely,

Sd/-
Tel: 0361-2664189 Chief Engineer P.W.D. (NH Works)
E-mail: cepwdnhassam@gmail.com Assam, Chandmari, Guwahati-3.
Encl. as above
- 20 -
ANNEXURE-I

Details of the stretch proposed for PMC


Project managerment Consultancy services for feasibility study and preparation
of DPR, Supervision during construction and maintenance of NH-627(Pkj-I)

S. NH No. Section State Tentative Package No.


No. Length
(in km)
1 2 3 4 5 6
1 627 Newly declared NH-627 from junction Assam 122 BRD/RD/NAG/2020-21/05
point of NH-27 and NH-627 near Nellie
connecting Rajagaon, Doyangmukh,
Umrangsu Khobak and terminating on
NH-27 near Harangajao.

The details of various sections of the existing road along the tentative alignment of the newly declared
NH-627 are as follows:

Sl SL/IL Total Length Name of Exising Status of


Location Chainage
No /DL (kM) Road Road
1 2 3 4 5
Dharamtul to
1 0.000 to 16.4000 SL (P) 16.4 New Alignment Field
Dalimbari

Dalimbari to Senai Amsoi Dalimbari


2 16.400 to 20.117 SL (P) 3.717 No Work
nodi Road
Proposal
for
improve
ment
Boroak-Hatigarh-
Senai nodi to made
3 20.117 to 40.517 SL (P) 20.4 Bhakson -
Rajagaon under
Dalimbari Road
IRDF -25
for the
year 21-
22
Nagaon-Kampur-
Rajagaon to
4 40.517 to 50.130 IL (P) 9.613 Baithalangso- No Work
Baithalangso
Kundali Road
Baithalangso-
Baithalangso to
5 50.130 to 87.130 SL (P) 37.00 Kolonga- Kheroni No Work
Kheroni
Road
Kheroni to Kheroni-
6 87.130 to 90.685 SL (P) 3.735 No Work
Kheroni Chariali Kharikhana Road
Kheroni Chariali- Improve
Lanka-Garampani
6a Umrangso ( Vinay 90.865 to 97.415 SL(P) 6.55 ment
Road
Cement) work are
- 21 -
Sl SL/IL Total Length Name of Exising Status of
Location Chainage
No /DL (kM) Road Road
going on

Improve
Kheroni Chariali-
24.585 Lanka-Garampani ment
7 Panimur 97.415 to 122.00 SL(H)
Road work are
going on
122.00km

Note: - The length shown in the table above is indicative. The consultant needs to co-ordinate with
Project Management Consultant working on NH-627(Pkj-II) for deciding the ending chainage NH-627
PMC (Pkj-I).

- 22 -
ANNEXURE-II

Procedure of Awarding Work based on QCBS including Assessment of Least Cost


to<Assam PWD(NH-Works)>under Special Circumstances i.e. When a Consultant with a
particular team becomes H-1 bidder in more than one package

A Consultant with a particular Team can apply for any number of packages with one
team. However, Award of work to a Consultant with “a Particular Team” either as sole or as in
JV shall be limited to one package only. Following procedure shall be followed for the selection of
the most preferred bidder for the consultancy assignment:

1. At first, Consultants who become H-1 in one package each shall be assigned the
respective package. Then packages in which a Consultant with “a Particular Team” turns
out to be the most preferred bidder (H-1) in more than one package shall be considered.
In case, a Consultant with “a Particular Team” turns out to be the most preferred bidder
(H-1) in more than one package, the package which is to be awarded to this team of a
consultant shall be determined on the basis of least cost to<Agency>considering the
Financial Quote of H-1 bidder and H-2 Bidder limited to those packages which shall be
worked out as per procedure illustrated with an example as mentioned below.

2. Suppose there are 8 packages namely Package-1, Package-2, Package -3, Package-4,
Package -5, Package -6, Package-7 and Package-8 respectively. It is also assumed that 10
consultants namely P, Q, R, S, T, U, V, W, X and Y has applied for these packages. It is also
assumed that three Consultants namely P, R and U have applied with two Teams and the
remaining Consultants have applied with only one team. It is also assumed that the
following is the position of various firms after opening of the Financial proposals (and
after arithmetic corrections if any of the Financial bids) of the packages and after applying
QCBS

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


Package no. Name of Consultantsand Financial Quotes (Rs in lakhs)
P (team-1) Q W X T Y
Package-1
230 lakhs 200 lakhs 240 lakhs 220 lakhs 200 lakhs 230 lakhs
V U(team-1) X P (team-2) T Y
Package-2
240 lakhs 210 lakhs 240 lakhs 220 lakhs 200 lakhs 230 lakhs
V P(team-1) U(team-1) R (team-2) X Y
Package-3
200 lakhs 230 lakhs 250 lakhs 230 lakhs 220 lakhs 200 lakhs
R (team-1) T U (team-2) P (team-2) Y X
Package-4
250 lakhs 220 lakhs 250 lakhs 260 lakhs 220 lakhs 245 lakhs
R (team-1) V S U(team-2) W T
Package-5
220 lakhs 240 lakhs 260 lakhs 250 lakhs 220 lakhs 240 lakhs
U (team-
Q T S P (team-2) W
Package-6 2)
210 lakhs 240 lakhs 250 lakhs 220 lakhs 200 lakhs 230 lakhs
R (team-1) U (team-1) Q S W Y
Package-7
200 lakhs 220 lakhs 240 lakhs 255 lakhs 230 lakhs 240 lakhs
- 23 -
V R(team-1) W S P (team-1) Y
Package-8
190 lakhs 250 lakhs 220 lakhs 240 lakhs 255 lakhs 240 lakhs

The different packages shall be awarded to consultants as mentioned below:

2.1 Step-1:

In this case, Consultants P (team-1) and Q are the H-1 in only one package each namely
package-1 and package-6 respectively. Consultant V is H-1 in 3 packages namely Package-
2, Package-3 and Package-8 respectively. Consultant R (team-1) is H-1 in 3 packages
namely Package-4, Package-5 and Package-7 respectively. Since Consultant P (team-1) is
H-1 in Package-1 only and Consultant Qis H-1 in Package-6 only, Consultant P (team-1)
shall be awarded Package-1 and Consultant Q shall be awarded Package-6.

2.2 Step-2:

After Consultant P (team-1) is awarded Package-1 and Consultant Qis awarded


Package-6, the scenario for the remaining 6 packages is as given below.P (team-1)
and Q occurring anywhere else stands deleted as they have already been awarded one
work each

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


Package No. Name of Consultantsand Financial Quotes (Rs in lakhs)
V U(team-1) X P (team-2) T Y
Package-2
240 lakhs 210 lakhs 240 lakhs 220 lakhs 200 lakhs 230
lakhs
V U(team-1) R (team-2) X Y
Package-3
200 lakhs 250 lakhs 230 lakhs 220 lakhs 200 lakhs
R (team-1) T U (team-2) P (team-2) Y X
Package-4 245
250 lakhs 220 lakhs 250 lakhs 260 lakhs 220 lakhs
lakhs
R (team-1) V S U (team-2) W T
Package-5 240
220 lakhs 240 lakhs 260 lakhs 250 lakhs 220 lakhs
lakhs
R (team-1) U (team-1) S W Y
Package-7
200 lakhs 220 lakhs 255 lakhs 230 lakhs 240 lakhs
V R(team-1) W S Y
Package-8
190 lakhs 250 lakhs 220 lakhs 240 lakhs 240 lakhs

Consultant V shall be awarded only one package out of the 3 packages for which it is H-1 namely
Package-2, Package-3 and Package-8 respectively. Similarly, Consultant R (team-1) shall be
awarded only one package out of the 3 packages for which it is H-1 namely Package-4, Package-5
and Package-7 respectively. The determination of package to be awarded to Consultant V and
Consultant R (team-1) shall be worked out in a single step (i.e. one at a time).New H-1 for the
remaining packages (4 packages) shall be worked out only after determination of packages to be
awarded to the H-1 bidders at this stage [i.e. Consultant V and R (Team-1) in the instant case] in
one step. Determination of Package to be awarded to each of Consultant V and Consultant R (team-
- 24 -
shall be worked out as follows:

(i) After the award of Package-1to Consultant–P (team-1) and Package-6 to Consultant –Q
and also considering that a Consultant with a particular team can be awarded only one
work, the details of H-1 and H-2 / New H-2in the remaining 6 packages areas
mentioned below.Since V is H-1 in more than one package and shall be awarded one
of these packages, V has been deleted from all other packages. Similarly, since R
(Team-1) in more than one package and shall be awarded one of these packages, R
(Team-1) has been deleted from all other packages

H-1 H-2 / NewH-2 Remarks


V U(team-1)
Package-2
240 lakhs 210 lakhs
V U(team-1) Since Consultant P (Team-1) is awarded
Package-3 Package-1, Consultant U (team-1)
200 lakhs 250 lakhs becomes the new H-2
R (team-1) T
Package-4
250 lakhs 220 lakhs
R (team-1) S
Package-5
220 lakhs 260 lakhs
Package-7 R (team-1) U (team-1)

200 lakhs 220 lakhs


V W Consultant-R (team-1) has not been
consideredas H-2 since Consultant –C
(team-1) is to be awarded one
Package-8
190 lakhs 220 lakhs package out of the packages 4,5 and 7
in which it is H-1. Hence Consultant –
W is the new H-2

(ii) Package to be awarded to Consultant –V who is H-1 in three packages namely Package -
2, 3 and 8 respectively shall be determined on the basis of least cost
to Assam PWD NH Works considering the Financial Quote of H-1 bidder and H-2 Bidder
limited to those packages The situation for leastcost to Assam PWD NH Works shall be
when the firm with Consultant – G is awarded the package for which Financial
Bid of second ranked team (H-2) minus Financial Bid of the first ranked team
(H-1) is maximum. The same is illustrated as given below

H- Financial Bid of H-
H-1 2/NewH- 2/New H-2 minus Remarks
2 Financial Bid of H-1
U(team-
V
1)
Package-2 210-240 = (-) 30 lakhs
240
210 lakhs
lakhs
U(team- H-2 minus H-1 is
V
1) Maximum. Hence

- 25 -
Package-3 200 250 – 200 = (+) 50 Consultant V
250 lakhs lakhs shall be awarded
lakhs
Package-3
220–190=(+)30
Package-8 V W
lakhs

In a similar way, Package to be awarded to Consultant – R (team-1) who is H-1 in


three packages namely Package -4, 5 and 7 respectively shall be determined as
illustrated below:

Financial Bid of H-2/New


H-1 H-2/NewH-2 H-2 minus Financial Bid Remarks
of H-1
R (team-1) T
Package-4 220-250 = (-) 30 lakhs
250 lakhs 220 lakhs
R (team-1) S H-2 minus H-1 is
Maximum. Hence
Consultant – R
Package-5 260 – 220 =(+) 40lakhs
220 lakhs 260 lakhs (team-1) shall be
awarded Package-
5
Package-7 R (team-1) U (team-1) 220–200=(+)20lakhs

200 lakhs 220 lakhs

2.3 Step-3

(i) After the award of the above mentioned 4 packages namely, Package-1 to Consultant–
P (team-1), Package -6 to Consultant –Q, Package -3 to Consultant –V, Package -5 to
Consultant –R (team-1) and also considering that a Consultant with a particular team can
be awarded only one work, the details of new H-1 and New H-2in the remaining 4
packages are as mentioned below

H-1 (NewH-1) H-2(NewH-2) Remarks


U(team-1) X Since Consultant V is awarded Package-3,
Consultant U (team-1) becomes the new
Package-2
210 lakhs 240 lakhs H-1 and Consultant X becomes the new H-
2
T U (team-2) Since Consultant-R (team-1) is awarded
Package-5, Consultant T becomes the new
Package-4
220 lakhs 240 lakhs H-1 and Consultant U (team-2) becomes
the new H-2
U (team-1) S Since Consultant R (team-1) is awarded
Package-5, Consultant U (team-1)
Package-7
220 lakhs 255 lakhs becomes the new H-1 and Consultant S
becomes the new H-2
W S Since Consultant V is awarded Package-3,
Package-8 Consultant W becomes the new H-1 and
220 lakhs 240 lakhs Consultant S becomes the new H-2

- 26 -
(ii) Consultant T is the new H-1 for only one package namely Package-4. Similarly, Consultant
W is the new H-1 for only one package namely Package-8. Accordingly, Package- 8 shall
be awarded to Consultant–W and Package -4 shall be awarded to Consultant–T.

2.4 Step-4:

Consultant U (team-1) is the new H-1 for package- 2 and Package-7 respectively and
Consultant U (team-1) shall be awarded only one package out of this 2 packages. Package to be
awarded to Consultant –U (team-1) shall be determined as illustrated below

Financial Bid of H-
H-1 H-2/NewH-2 2/New H-2 minus Remarks
Financial Bid of H-1
U(team-1) X 240-210
Package-2
210 lakhs 240 lakhs =(+)30lakhs

U (team-1) S H-2 minus H-1 is Maximum.


255 – 220 = (+) Hence Consultant – U (team-
Package-7
220 lakhs 255 lakhs 35lakhs 1) shall be awarded Package-
7

2.5 Step-5:

(i) After the award of the above mentioned 7 packages namely, Package-1 to Consultant–
P (team-1) , Package -6 to Consultant –Q, Package -3 to Consultant –V, Package -5
toConsultant –R (team-1), Package-4 to Consultant -T, Package -8 to Consultant-W,
package-7 to Consultant –U (team-1) team and also considering that a Consultant with a
particular team can be awarded only one work , the details of new H-1 and / New H-2
in the remaining package i.e. package -2 is as mentioned below

H-1 (New H-
H-2 (New H-2) Remarks
1)
X A (team-2) Since Consultant V is awarded Package-3 and
Consultant U (team-1) is awarded package- 7 ,
Package-2
240 lakhs 220 lakhs Consultant X becomes the new H-1 and
Consultant P(team-2) becomes the new H-2

(ii) Consultant X is the new H-1 for only one package namely Package-2. Accordingly, Package
-2 shall be awarded to Consultant –X.

3. Thus as per the above mentioned procedure the 8 packages are awarded to the
following Consultant at the Financial Quoted (after arithmetic Corrections) by
them for the respective packages

4.

Package No. Name of Consultants awarded packages

Package-1 Consultant- P (team-1)

Package-2 Consultant- X

Package-3 Consultant-V

- 27 -
Package-4 Consultant- T

Package-5 Consultant- R (team-1)

Package-6 Consultant- Q

Package-7 Consultant-U (team-1)

Package-8 Consultant-W

- 28 -
DATA SHEET

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

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


I (Ref. Para 1.1)

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

2. The name of the Client is: Chief Engineer, PWD, NH Works, Assam.

3. Duration of the Project: 96months (10 months for DPR+8 months for
preconstruction activity+18 month for the construction years+60 months for
Maintenance). However, if after finalisation of DPR, if the project has not been
awarded within 2.5 years then the consultant is free to exit from the PMC work.

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

Date: 12/01/2022

Time: from 12.00 hrs upto 14:00 hrs.

Venue: O/o Chief Engineer, PWD, NH Works, Assam, Chandmari, Guwahati-3.

5 The Documents are:

PART-I

i. Appendix-IA: Manning Schedule for Project (Phase I, II & III)

ii. Appendix-IB: Qualification and Experience requirement (Phase I, II & III)

iii. Appendix-II: Formats for Proof of Eligibility

iv. Appendix-III: Formats for Technical Proposal

v. Appendix-IV: Formats for Financial Proposal

vi. Appendix-V: Detailed Evaluation Criteria

PART-II

vii. Appendix-VI: Terms of Reference

viii. Appendix –VII: Draft Contract Agreement

ix. Appendix –VIII: DPR Checklist

x. Appendix –IX: Sample Executive Summary

(Ref. Para 2.1)

6. Deleted

- 29 -
7. Tax and Insurance (Ref. Para 3.3.2)

(i). The Consultants and their personnel shall pay all taxes (including Goods
& service tax), custom duties, fees, levies and other impositions levied under the
laws prevailing seven days before the last date of submission of the bids. The
effects of any increase / decrease of any type of taxes levied by the Government
shall be borne by the Client / Consultant, as appropriate.

(ii). Limitations of the Consultant’s Liability towards the Client shall be as


Per Clause3.4 of Draft Contract Agreement.

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

8. Deleted

9. Deleted

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

Date 01.02.2022
Time 14:00 hrs
Address : O/o Chief Engineer, PWD, NH Works, Assam, Chandmari, Guwahati-3.

11. Proposal Validity period (Number of days): 120 days (Ref. Para 4.4)

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

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

Table-1: Minimum Eligibility Requirements

Minimum experience and performance of Preparation of DPR/Supervision of


Annual
Sr. construction of Highways / Bridges in the last 7 years (NH/SH/Equivalent)
average
No. (for past performance attach undertaking for any litigation history/ and
turnover
arbitration).
A Firm applying for a package should have Experience of preparation of Detailed
Project Report of two/four/six lane / Feasibility of Two/ four/ six lane projects of
aggregate length equal to the indicative length of the package (i.e. 122.0 Km
Annual
Firm should have also prepared DPR for at least one project of 2/4/6laning of
average
minimum 40% of the indicative length of the package (i.e. 48.80 KM ) or
turnover for
1 Feasibility Study of two/four/six laning of minimum 60% of the indicative length
last 5 years
of the package (i.e. 73.20 km)
of the firm
Note: The experience of a firm in preparation of DPR for a private
should be
concessionaire/contractor shall not be considered unless certified by the client
equal to or
(Road owning authority).
more than
Rs.10.00
The firm should have minimum experience of Authority Engineer/Independent
Crores.
Engineer /Construction supervision/PMC of 2/4/6** - lanning/Bridge project of
(Updated to
aggregate length equal to the indicative length of the package or more of similar
the factor as
category** for which RFP is invited.
2 per clause
Firm should also have experience of Authority Engineer/Independent Engineer
1.3.2 of LOI)
/Construction supervision/PMC of at least one project of similar category of
2/4/6** lanning/bridge work of minimum 40% of the indicative length of the
package.

- 30 -
*Additional requirement in case of specialized projects if any may be added.

(i) The sole applicant shall fulfill all the requirements given in Table-1.

(ii) In case of JV, the Lead Partner should fulfill at least 75% of all eligibility
requirements and the other partner shall fulfill at least 50% of all eligibility
requirements.

(iii) For weightage of experience in any past Consultancy assignment, experience


certificate from the client shall be submitted. If the applicant firm/member of
JV has / have prepared the DPR/FS/Supervision projects solely on its own,
100% weightage shall be given. If the applicant firm/member of JV has prepared
the DPR/FS/Supervision projects as a partner in a JV, weightage shall be given
as per its share in JV. If the applicant firm/member of JV has prepared the
DPR/FS/Supervision projects as an associate, 25% weightage shall be given.

(iv) Similar project means 2/4/6 lane as applicable for the project for which RFP is
invited. For 2-lane projects experience of 4/6 lane also to be considered with a
multiplication factor of 1.5. Experience of 4/6 lane shall be considered
interchangeably for 4/6 laning projects. For 4/6 laning projects, experience of 2
lane will be considered with a multiplication factor of 0.5. but only for those 2
lane projects whose cost of consultancy services was more than Rs.1.0 crore for
DPR/FS and Rs. 3.0 crore for supervision.

12.2 Second stage technical evaluation (Refer 5.2)

S.No. Description Marks


Firm’s Profile, turnover and professionals working with the
A1 20
firm
A2 Firm's relevant experience in last 7 years for DPR work 15
Firm's relevant experience in last 7 years for Supervision
A3 15
work
Material testing, survey & investigation, equipment and
B1 10
software proposed to be used for DPR work
Experience in use of technology for road inspection in
B2 10
supervision work/quality/safety audit
Qualification and Relevant experience of the proposed key
C 30
personnel
Total 100

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

- 31 -
A1. Firm’s Profile, turnover and professionals working with the firm (20M)

1 Specific experience of firms in terms of year 7


1.1 Less than 5 year 2.5
1.2 5 year to 15 year. 5.0
1.3 15 year to 25 year 6.0
1.4 More than 25 years 7.0
2 Profile of the Firm 3
2.1 Partnership /others (Solo /Joint) 1.0
2.2 Private Limited Company and Joint applicant 2.5
2.3 Private Limited Company and sole applicant 3.0
2.4 Public Limited Company and Joint applicant 2.5
2.5 Public Limited Company and sole applicant 3.0
3 Specific experience of firms in terms of 6
turnover(Updated to the factor as per clause
1.3.2 of LOI)
3.1 Firm Average Turnover of last 5 years 4.0
>10 but < 20 crore
3.2 Firm Average Turnover of last 5 years 20 - 50 crore 5.0

3.3 Firm’s Average Turnover of last 5 years > 50 6.0


crore
4 Highway Professionals * working with the firm 4

4.1 <10 nos. 0


4.2 10-20 nos. 2.0
4.3 > 20-30 nos. 3.0
4.4 > 30 nos. 4.0
*The professionals who possess degree in Civil Engineering/Transport
Planning/Transport Economics/Traffic Management/Geology/Environment Science or
Engineering and 8 years Experience in highway/bridge/tunnel with employment in the
firm for more than one year. The current Employment Certificate/Pay roll details shall
be uploaded by Key Personnel on INFRACON.

- 32 -
A2. Firm's relevant experience in last 7 years for DPR work (15 M)

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

Maximum Sub-
S.No. Description
Marks Marks
Specific experience of the DPR consultancy related to the
1 15
assignment
Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane
1.1 5
projects
1.1.1 More than the indicative Length of the package applied for 3.75
More than 2 times the indicative length of the package applied
1.1.2 4.5
for
More than 3 times the indicative length of the package applied
1.1.3 5.0
for
DPR for 2/4/6 laning projects each equal to or more than 40
% of indicative length of a package applied for (or Feasibility
1.2 5
Study for 2/4/6 laning projects each equal to or more than
60 % of indicative length of a package applied for)
1.2.1 1 project 3.75
1.2.2 2 projects 4.5
1.2.3 ≥3 projects 5.0
1.3 DPR of Bridge having length more than 200 m 5
1.3.1 1 bridge 1.0
1.3.2 2 bridges 2.0
1.3.3 3 bridges 3.0
1.3.4 4 bridges 4.0
1.3.5 ≥5 bridges 5.0

- 33 -
For special projects such as special bridges, tunnels and expressways that require
specialized capabilities and skill sets, the following is the break-up:
S. Maximum Sub-
Description
No. Marks Marks
Specific experience of the DPR consultancy related to the
1 assignment- Aggregate Length of DPR / Feasibility study of 7
2/4/ 6 lane projects
1.1 More than the indicative Length of the package applied for 5
More than 2 times the indicative length of the package applied
1.2 6
for
More than 3 times the indicative length of the package applied
1.3 7
for
DPR for Bridge/tunnel/expressway of 2/4/6 laning
projects each equal to or more than 40 % of indicative
2 length of a package applied for (or Feasibility Study for 8
2/4/6 laning projects each equal to or more than 60 % of
indicative length of a package applied for)
1.2.1 1 project 6
1.2.2 2 projects 7
1.2.3 ≥ 3 projects 8

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)

- 34 -
A3: Firm's relevant experience in last 7 years for Supervision work (15 M).

Maximum
Sub-Marks
S. No. Description Marks

Specific Experience as Authority Engineer/Independent


1 Engineer /Construction supervision/PMC in aggregate length 5
of Highway Projects of 2/4/6-laning
More than the indicative Length of the package applied for -
1.1 3.75

More than 2 times the indicative length of the package


1.2 applied for 4.5

More than 3 times the indicative length of the package


1.3 5.0
applied for-
Specific Experience as Authority Engineer/Independent
Engineer /Construction supervision/PMC in Number of
2 HighwayProjects of 2/4/6-laning**of length (40%of project 5
length) or more in last 7 years.

2.1 1 project 3.75

2.2 2 Project 4.00


3 Project
2.3 4.25
4 Project
2.4 4.50
2.5 5 Project or more 5.00
Experience in Construction Supervision of major structures
3 having length of more than 200 meter in last 7 years. 5

3.1 1 project 3.75

3.2 2 Project 4.00


3 Project
3.3 4.25
4 Project
3.4 4.50

3.5 5 Project or more 5.00

4 Additional requirement in case of specialized projects*** ***

Note 1: In case of JV the turnover and experience details of Lead and JV partners to be added.
Note 2: Employer’s certificate/ certificate from Statutory Auditor should be submitted
substantiating the experience/turnover claimed by the firm.
*** In case the project includes any specialized nature of work such as tunnels, specialized
structures etc. in substantial quantum, this requirement/Marks may be included by suitably
adjusting marks of other attributes.

- 35 -
B1. Material testing, survey and investigation, equipment and software proposed to
be used (10M)

S.No. Description Maximum Sub-


Marks Marks
1 Availability of Material Testing Facilities 1.5
with persons/resources having
operational skills of the equipment
1.1 Owned* (Available In House) 1.5
1.2 Outsourced (Hire basis) 1.5
* Shall be ascertained through the ownership/hiring evidence uploaded on INFRACON
in regard to major equipments required for testing of materials to be used for
construction of Highway Project.
2 Availability of Field Investigation Facilities 1
with persons/resources having
operational skills of the equipment
2.1 Owned** (Available In House) 1
2.2 Outsourced (Hire basis) 1

** Shall be ascertained through ownership/hiring evidence uploaded on INFRACON for


construction of Highway Project.
3 Availability of Office Equipment and 1.5
Software with persons/resources having
operational skills of the equipment
3.1 Owned*** (Available In House) 1.5
3.2 Outsourced (Hire basis) 1.5
*** Shall be ascertained through ownership/hiring evidence uploaded on INFRACON for
key hardware/software required for Highway consultancy assignment.
4 Experience in LiDAR or equivalant 2.5
technology for topographic survey
(Infrastructure sector)
4.1 1 project 0.5
4.2 2 projects 1
4.3 3 projects 1.5
4.4 4 projects 2
4.5 ≥ 5 projects 2.5
5 Experience in using GPR and Induction 2
Locator or equivalant technologies for
detection of sub-surface utilities
(Infrastructure sector)
5.1 1project 0.5
5.2 2 projects 1
5.3 3 projects 1.5
5.4 ≥ 4 projects 2
6 Experience in digitization of cadastral 1.5
maps for land surveys
6.1 Area upto 100 ha 0.5
6.2 Area between 100-500 ha 1
6.3 Area > 500 ha 1.5

Note: The experience of firm/associate in Lidar or equivalent technology, GPR and Induction
Locator or equivalent technologies and Experience in digitization of cadastral maps for land
acquisition shall be supported by experience certificate. The experience of a firm/associate in

- 36 -
Lidar or equivalent technology, GPR and Induction Locator or equivalent technologies and
Experience in Digitization of cadastral maps for land acquisition for a private concessionaire/
contractor (client) shall be considered on self-certification along with the client certificate of
Government agencies not below the rank of EE/PD/GM or equivalent officer. Any false
certification shall attract provisions of Clause 1.8, Section -2 (letter of Invitation) read with Clause
2.9.1(g) of GCC

B2: Experience in use of technology for road inspection in supervision work (10M)

S.
Description Maximum
No
Marks

1 Experience in Network Survey Vehicle (NSV) or equival ant 3.5


technology for pavement inspection

1.1 Equipment 2

(a) Equipment on MOU on hiring basis- 2 marks

(b) Own Equipment – 2 marks

1.2 Experience 1.5

(i) 1-2 projects 0.5


(ii) 3-5 projects 1
(iii) > 5 projects 1.5
Experience in Falling Weight Deflectometer (FWD) or equivalant
2 technology for pavement strength measurement 2

2.1 Equipment 1
(a) Equipment on MOU on hiring basis- 1 mark
(b) Own Equipment – 1 marks
2.2 Experience 1
(i) 1-3 Projects - 0.5 marks
(ii) >3 Projects- 1 marks
3 Experience in Mobile Bridge Inspection Unit or better 2.5
3.1 Equipment 1
(a) Equipment on MOU on hiring basis- 1 mark
(b) Own Equipment – 1 marks
3.2 Experience 1.5
(i) 1-2 Projects- 0.5 marks
(ii) 3-5 Projects- 1 marks
(iii) > 5 Projects- 1.5 marks
4 Experience in Retro reflectometer technology 2

- 37 -
4.1 Equipment 1
(a) Equipment on MOU on hiring basis- 1 mark
(b) Own Equipment – 1 marks
4.2 Execution with owned/hired Equipment 1
(i) 1-3 Projects - 0.5 marks
(ii) >3 Projects – 1 marks
Total 10
Notes:
(i) The Consultants owning the equipment shall be required to submit proof of
ownership.
(ii) The experience of firm/associate in NSV or equivalent technology, FWD or equivalent
technology, MBIU or equivalent technology and Retro reflectometer or equivalent
technology shall be supported by experience certificate. The experience of a
firm/associate for a private concessionaire/ contractor (client) shall be considered on
self-certification along with the client certificate of Government agencies not below
the rank of EE/PD/GM or equivalent officer. Any false certification shall
attract provisions of Clause 1.8, Section -2 (letter of Invitation) read with Clause
2.9.1(g) of GCC

- 38 -
C.Qualification and relevant experience of the proposed key personnel (30M)

The weightage for various key staff is as under:

C-1 Normal Highway Project:


S.No. Key personnel Marks
1 Team Leader cumSenior Highway Engineer 10
2 Senior Bridge Engineer 8
3 Highway cum Pavement Engineer 6
4 Road/TrafficSafety Expert 6
Total 30

C-2 NOT APPLICABLE Standalone Bridge Project:


S. No. Key personnel Marks
1 Team Leader cum Senior Bridge Engineer 10
2 Highway cum Pavement Engineer 8
3 Bridge Structural Engineer 6
4 Material cum Geotechnical Engineer –Geologist 6
Total 30

C-3 NOT APPLICABLE Standalone Tunnel Project:


S. No. Key personnel Marks
1 Team Leader cum Senior Tunnel Expert 10
2 Tunnel Design Expert 8
3 Senior Geotechnical Engineer 6
4 Senior Geophysicist 6
Total 30

The number of marks assigned during the evaluation of qualification and competence of key
staff are as given below:
Maximum Sub-
S.No. Description
Marks Marks
1 General Qualification 25
1.1 Essential education qualification 20
1.2 Desirable education qualification 5
2 Relevant experience and adequacy for the project 70
2.1 Total professional experience 15
2.2 Experience in Highway/Bridge/Tunnel Projects 25
2.3 Experience in Similar Capacity 30
3 Employment with the Firm 5
3.1 Less than 1 Year 0
3.2 1 year 3
Add 0.5 marks for each subsequent year subject to
3.3
maximum of 2 marks

- 39 -
12.3 Detailed evaluation criteria which is to be used for evaluation of technical bids is
as indicated at Appendix-V.

The Consultant should carryout self-evaluation based on the evaluation criteria at


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

12.4 Third stage – Evaluation of Financial proposal

Financial Proposals of all Qualified Consultants in accordance with clause 5.2 and 5.3 of
Letter of Invitation shall be opened.

The consultancy services will be awarded to the consultant scoring highest marks in
combined evaluation of Technical and Financial proposals in accordance with clause 1.3
and 5.4 hereof.

The Factors are:

The weight given to Technical Proposal (T) =0.80.The weight given to Financial Proposal
(f) =0.20

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

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

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

- 40 -
APPENDIX-IA

MANNING SCHEDULE for phase 1&2 (project preparation and pre-construction activity).

A. Normal Highway Projects

Pre-construction activity 240


Project Preparation 300 days
days
Sr. At design Total Time At design Total Time
Key Personnel At site At site
No office Period office Period
(man (man
(man (man (man (man
month) month)
month) month) month) month)
Team Leader Cum
1 Senior Highway 6 4 10 5 3 8
Engineer
Senior Bridge
2 2 3 5 0 0 0
Engineer
Highway cum
3 2 3 5 0 0 0
Pavement Engineer
Material-cum-Geo-
4 technical Engineer – 4 2 6 0 0 0
Geologist
Senior Survey
5 4 3 7 4 2 6
Engineer
Road/Traffic Safety
6 2 2 4 0 0 0
expert
Environmental
7 2 1 3 2 1 3
Specialist
Quantity Surveyor /
8 Documentation 2 2 4 1 1 2
Expert
Land Acquisition
9 4 2 6 5 3 8
Expert
10 Utility Expert 3 1 4 5 3 8
Total 31 23 54 22 13 35

1. Consultants have to provide a certificate that all the key personnel as envisaged in the
Contract Agreement have been actually deployed in the projects. They have to furnish the
certificate at the time of submission of their bills to Assam PWD NH Works/ MoRT&H
from time to time.

2. The requirement of tunnel/s is to be assessed strictly as per site requirement during the
detailed study after mobilisation of Consultant on site.

In case Tunnels are to be constructed, necessary input of Tunnel Experts shall be provided
in addition to above mentioned Manpower requirement.

Tunnel expert, if required, the remuneration may be provided equivalent to Team Leader
remuneration and time period shall be decided by Regional Officer, MoRT&H.

3. The Consultant shall provide one Land Acquisition Expert along with allied team and
supporting logistic as envisaged in Clause 5.1.5.1 of TOR for each 100 km stretches
proposed for DPR preparation or part thereof

- 41 -
If delay in LA process occurs beyond the reasonable control of consultant, the extension
of LA team staff/s along with logistic support/transportation shall be granted by the
Chief Engineer, PWD (NH Works), Assam and beyond further 6 months, Regional Officer,
MoRT&H is empowered to grant extension to LA team staff/s.

B. Standalone Bridge Projects (NOT APPLICABLE )

Total Project Assignment 300 days


At design
Total Time
Sr. No Key Personnel At site (man office
Period (man
month) (man
month)
month)
1 Team Leader cum Sr. Bridge Engineer 6 4 10
2 Highway cum Pavement Engineer 2 8 10
3 Senior Bridge Engineer 3 3 6
Material-cum-Geo-technical Engineer-
4 6 4 10
Geologist
5 Senior Survey Engineer 2 4 6
6 Senior Geologist 3 3 6
7 Environmental Specialist 4 2 6
Quantity surveyor /Documentation
8 2 2 4
Expert
Total 28 30 58
C. Standalone Tunnel Projects (NOT APPLICABLE)
Total Project Assignment 300 days
At site Total Time
Sr. No Key Personnel At design office
(man Period (man
(man month)
month) month)
Team Leader Cum Senior Tunnel
1 6 4 10
Engineer
2 Tunnel Design Expert 2 8 10
3 Senior Geophysicist 3 3 6
4 Senior Geotechnical Engineer 6 4 10
5 Senior E& M Expert 2 4 6
6 Senior Geologist 6 4 10
7 Senior Survey Engineer 4 2 6
8 Environmental Specialist 2 2 4
9 Material Engineer 6
10 Highway cum Pavement Engineer 4
Quantity Surveyor/Documentation
11 4
Expert
Total 31 31 76

Note: In case of standalone bridge project and standalone tunnel project phase-2 i.e. pre
construction activity may not be required. In case phase 2 is required, the requirement of
appropriate key personnel may be provided in the RFP.

- 42 -
MANNING SCHEDULE for phase 3 (Construction supervision and maintenance work).

A. Normal Highway Project (For projects length 0-60 km) (NOT APPLICABLE)

Man-month in Man-monthin
S. No. Key Personnel Construction Defect Liability
Period of 18 Period of 60
A: Key Personnel months months
1 Team Leader Cum Senior Highway Engineer 18 15
2 Resident cum Highway Engineer 18 60
3 Senior Bridge Engineer 18 10
4 Highway cum Pavement Engineer 18 0
5 Senior Quality cum Material Expert 18 0
6 Road/Traffic Safety expert 6 10
Sub Total 96 95
Total for Construction and Maintenance 191
B: Sub Professional Staff
Survey Engineer 18 10
Assistant Highway Engineer (2 nos.) 2x18 1x60
CAD Expert 4 4
Environmental Engineer 4 0
Assistant Bridge Engineer 18 0

Assistant Quality cum Material Engineer (2 Nos) 2x18 0

ElectricalEngineer 4 3
HTMS/Toll expert 2 0
Quantitysurveyor 18 8
Horticulture cum Landscaping Expert 6 18
Sub Total 146 103
Total for Construction and Maintenance 249
Grand Total 440
Note:

1. The other inputs like support staff shall be provided by the Consultant of an
acceptable type commensurate with the roles and responsibilities of each position.
2. In case of project having different construction period, Man Month Input shall be
adjusted proportionately.
3. The Financial Expert or Legal expert or Contract Specialist may be required for the
project for specific needs. Their deployment shall be arranged by the Consultant on
specific requisition from the Authority and the payment shall be made as per the
actual deployment. The Financial Expert or Legal expert or Contract Specialist shall
be paid at the rates quoted for Senior Pavement Specialist.

- 43 -
B.Normal Highway Project (For projects length more than 60 km)

Man-month in Man-monthin
S. No. Key Personnel
Construction period DefectLiability
A: Key Personnel of 18 months Periodof60months
Team Leader Cum Senior Highway Engineer 18 15
Resident cum Highway Engineer (2 nos) 2x18 1x60
Senior Bridge Engineer 18 15
Highway cum Pavement Engineer 18 0
Senior Quality cum Material Expert 18 0
Road/Traffic Safety expert 8 15
Sub Total 116 105
Total for Construction and Maintenance 221
B: Sub Professional Staff
Survey Engineer (2 nos) 2x18 1x10
Assistant Highway Engineer
3x18 1x60
(3 nos)
CAD Expert 8 4
Environmental Engineer 6 0
Assistant Bridge Engineer (2 nos) 2x18 0
Assistant Quality cum Material Engineer (3 nos) 3x18 0
Electrical Engineer 4 3
HTMS/Toll Expert 3 0
Quantity Surveyor 18 8
Horticulture cum Landscaping Expert 8 28
Sub Total 227 113
Total for Construction and Maintenance 304
Grand Total 456
Note:

1. The other inputs like support staff shall be provided by the Consultant of an
acceptable type commensurate with the roles and responsibilities of each position
2. In case of project having different construction period, Man Month Input shall be
adjusted proportionately
3. The Financial Expert or Legal expert or Contract Specialist may be required for the
project for specific needs. Their deployment shall be arranged by the Consultant on
specific requisition from the Authority and the payment shall be made as per the
actual deployment. The Financial Expert or Legal expert or Contract Specialist shall
be paid at the rates quoted for Senior Pavement Specialist.

- 44 -
C.Standalone Bridge ProjectNOT APPLICABLE)

Man-month in Man-monthin
S. No. Key Personnel Construction Defect Liability
Period of 36 Period of 60
A: Key Personnel months months
1 Team Leader Cum Senior Bridge Engineer 36 15
2 Resident cum Pavement Specialist 36 60
3 Senior Bridge Engineer 36 15
4 Senior Contract Specialist 10 0
5 Senior Quality cum Material Expert 36 0
6 Road/Traffic Safety expert 12 10
Sub Total 166 100
Total for Construction and Maintenance 266

B: Sub Professional Staff


A
B
C
Sub Total
Total for Construction and Maintenance
Grand Total

Note: The number of key personnel may be modified as per the requirement with the approval of
Competent Authority.

- 45 -
D. NOT APPLICABLE Standalone Tunnel Project

Man-month in
Man-month in Defect
S. No. Key Personnel Construction Liability
period of 60 Period of 60
A: Key Personnel months months
1. Team Leader Cum Senior Tunnel Expert 60 15
2. Resident cum Excavation Specialist 60 60
3. Senior Geotechnical Expert 60 0
4. Tunnel Design Engineer 60 0
5. Tunnel Safety Expert 60 5
6. Senior Contract Specialist 10 0
7. Senior Geologist 20 0
Sub Total 330 80
Total for Construction and Maintenance 410
B: Sub Professional Staff
(To be decided by the Authority as per requirement of the Project at
the time of preparation of RFP)

Sub Total
Total for Construction and Maintenance
Grand Total

Note: The number of key personnel may be modified as per the requirement with the
approval of Competent Authority.

- 46 -
APPENDIX-IB

Qualification and Experience Requirement of Key Personnelfor Phase 1 & 2

TEAM LEADER CUM SENIOR HIGHWAY ENGINEER

Educational
i)
Qualification
Graduate in Civil Engineering or equivalent as
Essential
approved by AICTE
Post graduate in Civil Engineering (highways /
structures / traffic and transportation / soil
Desirable mechanics and foundation engineering/
Construction Management /Transportation)
{AICTE Approved}
ii) Essential Experience
a) Total
Min.15 years
Professional
Experience
Min. 6 years in Planning, project preparation and design
of Highway projects, including 2/4/6 laning of
b) Experience in Highway NH/SH/ expressways. The person should also 6 years
projects experience in construction/construction supervision.
For hill roads, respective hill roads experience is
required
In Feasibility/DPR of two / Four/Six Laning works of
major highway projects (NH/SH/Expressways) of
c) Experience in similar minimum aggregate length of 40 km
capacity (Either as Team AND IC/ Construction Supervision of Two/Four/six
Leader or in Similar laning of major highway projects
capacity ) (NH/SH/Expressways) of minimum aggregate length
of 40 km. For hill roads, respective hill roads
experience is required.
iii) Age Limit 65 years on the date of submission of proposal

- 47 -
SENIOR BRIDGE ENGINEER

i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent
Masters in Bridge Engineering / Structural
Desirable
Engineering
ii) Essential Experience
a)Total Professional
Min. 10years
Experience
b) Experience in Bridge Min. 08 years in project preparation and design
projects of bridge projects.
Bridge Engineer in highway design
c) Experience in similar consultancy projects (2/4/6 lane NH/SH/
capacity Expressways) involving design of minimum two
major bridges (length more than 200 m)
iii) Age Limit 65 years on the date of submission of Proposal

HIGHWAY CUM PAVEMENT ENGINEER

i) Educational Qualification
Essential Degree in Civil Engineering
Masters in highway engineering/
Desirable
Transportation Engineering
ii) Experience
a)Total Professional
Min.08years
Experience
b) Experience in Highway Minimum 06years’ experience in pavement design
projects and maintenance of NH/SH/Expressways.
Pavement design for major highway projects
c) Experience in similar
(2/4/6lane NH/SH/Expressways) of minimum
capacity
aggregate length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal

- 48 -
ROAD/ TRAFFIC SAFETY EXPERT

i) Educational Qualification
Essential Graduate in Civil Engineering
Masters in Traffic Engineering /Transportation
Desirable
Engineering / TransportPlanning
ii) EssentialExperience
a)Total Professional
Min. 06 years
Experience
b) Experience in Highway Min. 05 years on similar projects of
projects NH/SH/Expressways
Traffic Engineer in highway Projects
c) Experience in similar
capacity (NH/SH/Expressways) involving 2/4/6 laning of
minimum aggregate length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal

MATERIAL ENGINEER – CUM – GEOTECHNICAL ENGINEER CUM GEOLOGIST

i) Educational Qualification
Essential Graduate in Civil Engineering or M.Sc. Geology
Masters in Foundation Engineering / Soil
Desirable Mechanics / Phd in Geology /Geo Tech
Engineering
ii) Essential Experience
a)Total Professional
Min. 10years
Experience
b) Experience in Highway Min.7 years on similar projects in design and/or
Projects construction
Material cum Geo-technical Engineer on
c) Experience in similar highway projects (2/4/6 lane
capacity NH/SH/Expressways) of minimum aggregate
length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal

- 49 -
SENIOR SURVEY ENGINEER

i) Educational Qualification
Graduate or equivalent in Civil Engineering or
Essential
Diploma in Civil Engg or Diploma in Surveying
Masters in Survey Engineering/ Surveying /
Desirable
Remote Sensing
ii) EssentialExperience
a)Total Professional
Min. 10years
Experience
Min. 8 years on similar projects in project
b) Experience in Highway preparation and construction & thorough
projects understanding of modern computerbased methods
of surveying
Survey Engineer for projects preparation of
c) Experience in similar highwayproject (NH/SH/Expressways) involving
capacity 2/4/6- laning of minimum aggregate length of 80
km.
iii) Age Limit 65 years on the date of submission of Proposal

ENVIRONMENTAL SPECIALIST

i) Educational Qualification
Graduate in Civil Engineering / Environment
Essential
Engineering / Masters in Environment Science
Desirable Post Graduate in Environmental Engineering
ii) Essential Experience
a) Total Professional
Min. 06 years
Experience
b) Experience in Highway Min. 5 years in environment impact assessment and
Projects permitting of highway projects (2/4/6 laning)
c) Experience in similar Environmental Specialist in at least two
capacity highway projects (2/4/6 laning)
iii) Age Limit 65 years on the date of submission of bid

- 50 -
QUANTITY SURVEYOR/DOCUMENTATION EXPERT

i) Educational Qualification
Graduate or equivalent in Civil Engineering /
Essential Certificate course from ‘Institution of Quantity
Surveying’
Desirable
ii) EssentialExperience
a) Total Professional
Min. 10 years
Experience
Min. 8 years in Preparation of Bill of Quantities,
b) Experience in Highway
Contract documents and documentation for major
Projects
highway projects involving two/ four laning
Quantity Surveyor / Documentation Expert in
c) Experience in similar highway projects (NH/SH/Expressways)
capacity involving two/four/six laning of minimum
aggregate length of 80 km.
65 years on the date of submission of
iii) Age Limit
Proposal

LAND ACQUISITION EXPERT

i) Educational Qualification
Essential Graduate or equivalent
ii) Essential Experience
15 years as Deputy-Tehsildar or aboveDesirable:
a) Total Professional
Ex- revenue officers like Ex-ADM/SDM, Ex-
Experience
Tehsildar, Ex-Deputy-Tehsildar etc.
Min 10 years in Land acquisition for government/
b) Role specific experience
authority projects
iii) Age Limit 65 years on the date of submission of bid

- 50 -
UTILITY EXPERT

i) Educational Qualification
Graduate or equivalent in major engineering
Essential disciplines viz. mechanical/ electrical/ civil
engineering
ii) Essential Experience
Min 10 yearsDesirable: Ex- officers or
a) Total Professional Experience
engineers from utility agencies
Min. 8 years in Utility estimation and
relocation/ erection of electric/ gas/ other
b) Role specific experience
utilitiesDesirable: Experience with utilities
along the highway/road.
iii) Age Limit 65 years on the date of submission of bid

TEAM LEADER CUM SENIOR BRIDGE ENGINEER

i) Educational Qualification
Graduate in Civil Engineering or equivalent as
Essential
approved by AICTE
Post graduate in Structural Engineering,
Desirable Degree/Diploma/Certificate in Project
Management
ii) Essential Experience
a)Total Professional Experience Min. 15 years
Min. 5 years in major Bridge
b) Experience in Bridge projects
Design/Construction/Development project.
He should have handled as Team Leader/Project
c) Experience in similar capacity Manager or similar capacity of at least Two
(Either as Team Leader or in projects each in design and supervision of atleast
Similar capacity ) two major bridge of a length 500 mtr.(Excluding
approaches)
65years on the date of submission of
iii) Age Limit
proposal

- 51 -
BRIDGE/STRUCTURAL ENGINEER

i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent
Masters in Bridge Engineering / Structural
Desirable
Engineering
ii) Essential Experience
a)Total Professional Experience Min. 8years
Min. 05 years in project preparation and
b) Experience in Bridge projects
design of bridge projects.

Bridge Engineer in highway design consultancy


projects (2/4/6 lane NH/SH/ Expressways)
c) Experience in similar capacity
involving design of minimum two major
bridges (length more than 200 m)

65 years on the date of submission of


iii) Age Limit
Proposal

- 52 -
TEAM LEADER CUM SENIOR TUNNEL EXPERT

I Educational Qualification
Graduate in Civil Engineering/Tunnel
Essential
Engineering/Mining Engineering
Post Graduate in Civil Engineering/Tunnel
Desirable
Engineering/Mining Engineering
II Essential Experience
Total Professional
a) Min. 20 years
Experience
(i) Professional experience of min 12 years in
handling major tunnel projects (Road/Rail/Metro)
(ii) Experience of min 6 years in major tunnel
construction/construction supervision projects
(Road/Rail/Metro)
(iii) Experience min 6 years in reviewing of DPR or
Experience in Tunnel Feasibility report of major tunnel
b)
projects projects(Road/Rail/Metro)
(iv) Experience in DPR reviewing of minimum 1 km
Tunnel length
(v) Experience in construction/construction
supervision/ reviewing of DPR/feasibility report of
major tunnel projects (Road/Rail/metro) using
NATM
(i) Experience as Team Leader or similar capacity in
major tunnel construction/construction
Experience in similar supervision projects (Road/Rail/Metro)
c)
capacity (ii) Experience as Team Leader or similar capacity
inreviewing of DPR or Feasibility report of major
tunnel projects(Road/Rail/Metro)
III Age Limit 65 years on the date of submission of proposal

- 53 -
TUNNEL DESIGN EXPERT

Educational
I
Qualification
Essential Degree in Civil/ Mining Engineering
Post Graduation in Design/ Structural Engineering or
Desirable
equivalent.
II Essential Experience
a) Total Professional
Min. 15 years
Experience
(i) Professional Experience in handling major tunnel
projects (Road/Rail/Metro)
(ii) Experience of major tunnel
b) Experience in
construction/construction supervision projects
Tunnel projects
(Road/Rail/Metro)
(iii) Experience inpreparation of DPR or Feasibility
report of major tunnel projects(Road/Rail/Metro)
c) Experience in (i) Professional Experience as Tunnel Design
similar capacity Engineer (Structural)
(ii) Experience as Tunnel Design Engineer
(Structural) of major tunnel
construction/construction supervision projects
(Road/Rail/Metro)
(iii) Experience as Tunnel Design Engineer
(Structural) of major tunnel for preparation of DPR
projects (Road/Rail/Metro)
(iv)Experience as Tunnel Design Engineer
(Structural) in preparation of DPR/ Feasibility report
of major tunnel projects (Road/Rail/Metro) using
NATM
III Age Limit 65 years on the date of submission of Proposal

- 54 -
SENIOR GEOTECHNICAL ENGINEER

I Educational Qualification
Civil Engineering/Mining Engineering/ Engineering
Essential
Geology
Geotechnical Engineering /Foundation
Desirable Engineering/Rock Mechanics/Geo science or
equivalent
II Essential Experience
a) Total Professional
Min. 15 years
Experience
(i) Professional experience in handling major tunnel
projects (Road/Rail/Metro)
(ii) Experience in major tunnel
b) Experience in Tunnel
construction/construction supervision projects
Projects
(Road/Rail/Metro)
(iii)Experience in preparation of DPR or Feasibility
report of major tunnel projects(Road/Rail/Metro)
(i) Professional Experience as Senior Geotechnical
Engineer
(ii) Experience as Senior Geotechnical Engineer or
similar capacity in major tunnel
construction/construction supervision projects
(Road/Rail/Metro)
c) Experience in similar
(iii) Experience as Senior Geotechnical Engineer or
capacity
similar capacity inpreparation of DPR or Feasibility
report of major tunnel projects(Road/Rail/Metro)
(iv) Experience as Senior Geotechnical Engineer or
similar capacity inpreparation of DPR/ Feasibility
report of major tunnel projects (Road/Rail/Metro)
using NATM
III Age Limit 65 years on the date of submission of proposal

- 55 -
SENIOR GEOPHYSICIST

I Educational Qualification
Graduate in Geophysics/Geo science/ Earth science
Essential
or equivalent.
Post Graduation in Geophysics/Geo science/ Earth
Desirable
science or equivalent
II Essential Experience
a) Total Professional
Min. 15 years
Experience
(i) Professional Experience in handling tunnel/
mineral and oil exploration projects
(ii) Experience of carrying out AEM survey for
tunneling/ mineral and oil exploration or any other
similar work for area of more than 2.7 sq km
(iii) Processing, Interpreting, generating 3D
b) Experience in Relevant resistivity model of AEM survey’s raw data for
works tunneling/ mineral and oil exploration or any other
similar work for area of more than 2.7 sq km

(iv) Experience in carrying out AEM survey,


processing, interpreting, generating 3D resistivity of
AEM survey’s raw data for major tunnel work
(Rail/Road/Metro)

III Age Limit 65 years on the date of submission of proposal

- 56 -
SENIOR GEOLOGIST

i) Educational Qualification
Essential Post Graduate Degree in Geology/Related field.
Desirable Phd in Geology/Related fields.
ii) Essential Experience
a) Total Professional Experience Min. 15 years
He should have a minimum 10 years of professional
experience and should have involved in project
b) Experience in Tunnel projects
preparation/ DPR/ Tunnel Design for atleast two
major Tunnel projects.
He should have experience in similar capacity per
five years on Design/ Construction/ Supervision of
c) Experience in similar capacity Tunnel Projects. The minimum cost of the project
handled in the similar capacity should be 2500
Millions
iii) Age Limit 65 years on the date of submission of Proposal

SENIOR E&M EXPERT

i) Educational Qualification
Essential Degree in Electrical/Mechanical Engineering.
Post Graduation in Degree in Electrical/Mech
Desirable
Engineering.
ii) Essential Experience
a) Total Professional
Min. 15 years
Experience
10 years in Tunnel Projects and should have worked
b) Experience in Tunnel
for atleast five years as an E&M Expert for Tunnel
projects
Design/ Construction projects.
c) Experience in similar He should have handled atleast two tunneling
capacity projects in similar capacity.
iii) Age Limit 65 years on the date of submission of Proposal

- 57 -
MATERIAL ENGINEER

i) Educational Qualification
Graduate in Civil Engineering/Material Science and
Essential
Engineering or equivalent
Post-graduation in Material Science and Engineering
Desirable
or equivalent
ii) Essential Experience
a) Total Professional
Min. 15 years
Experience
Minimum 8 years on Tunnel projects in design and
b) Experience in Highway
/or construction. Experience on Tunnel projects
Projects
shall be preferred.
Material Engineer on highway projects (2/4/6 lane
c) Experience in similar
NH/SH/Expressway) of minimum aggregate length
capacity
of 80 km.
iii) Age Limit 65 years on the date of submission of proposal

- 58 -
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL FOR
PHASE 3

RESIDENT CUM HIGHWAYENGINEER

The expert shall be continuously interacting with the Concessionaire, for the review of
highway designs and drawings using sophisticated computer software and also
construction and O&M works and to ensure lifecycle cost effectiveness and viable design of
pavement including appropriate rehabilitation / strengthening of the existing pavement. He
shall also be responsible for ensuring complete adherence to maintenance standards during
Construction and Operation period. Thus, the position requires a pavement specialist with
thorough knowledge and understanding of international ‘best practices’ in the field of
Design, Construction and maintenance of flexible/rigid type of pavements including latest
Codal stipulations andspecifications.
He should have the following qualification / experience.

2. EssentialQualifications.
a) Graduate in Civil Engineering from a recognized University.
b) Professional Experience of at least 12years
c) Experience of at least 5 years in similar capacity in Construction / Construction
Supervision of 2/4/6 laning** of major highwayprojects.
d) Experience in similar capacity in handling at least 2 major highway projects (of
length 40% of project length or more of similar configuration (2/4/6 laning**) and
above).
e) Not more than 65 years of age

3. PreferentialQualifications.
Post Graduate Degree in Highway Engineering / Construction Management / Geotechnical
Engineering / Transportation Engineering / Structural Engineering
Experience in similar capacity in Highway project construction/ construction supervision on
EPC mode (of length 40% of project length or more of similar configuration (2/4/6 laning**)
and above).

- 59 -
SENIOR BRIDGE ENGINEER

The Bridge & Structural Engineer shall be responsible for checking the designs of bridges,
ROBs, interchanges and any other structure to be constructed in the Project highway and
supervising the works of bridges, interchanges and any other structure to be constructed
by the Concessionaire for this project. He shall also inspect the bridge rehabilitation and
repair works to be undertaken by the Concessionaire. He should have thorough
understanding and experience with international `best practices’ of modern bridge
construction technology.
He should have the following qualification / experience.

1. Essential Qualifications.
a) Graduate in Civil Engineering from a recognized University.
b) Professional Experience of at least 10 years in handling Highway/Bridge projects.
At least 5 years experience in Construction / Construction Supervision of bridge /
interchange / any other structures.
d) Experience in similar capacity in supervision of at least 2 Major Highway Bridges.
e) Experience in supervision of Rehabilitation and repair of 2 nos Major Bridges.
f) Not more than 65 years of age.

2. Preferential Qualifications.
a) Post Graduate Degree in Structural Engineering.
b) He should have thorough understanding and experience of modern bridge
construction technology. viz., Precast Segmental, Balanced Cantilever Construction,
Extradosed Bridge, Full Span Launching, Incremental Launching

HIGHWAY CUM PAVEMENT ENGINEER

The expert shall be continuously interacting with the Concessionaire,for the review of
highway designs and drawings using sophisticated computer software and also construction
and O&M works and to ensure life cycle cost effectiveness and viable design of pavement
including appropriate rehabilitation / strengthening of the existing two lane pavement which
is significantly distressed. He shall also be responsible for ensuring complete adherence to
maintenance standards during Construction and Operation period. Thus, the position requires
a pavement specialist with thorough knowledge and understanding of international ‘best
practices’ in the field of Design, Construction and maintenance of flexible/rigid type of
pavements including latest Codal stipulations and specifications.
He should have the following qualification / experience.

1. Essential Qualifications.
a) Graduate in Civil Engineering from a recognized University.
b) Professional Experience of at least 10 years in Pavement Design / Pavement
Construction / Pavement Maintenance of Highways / Roads / Airfield Runways

- 60 -
c) Experience of at least 5 years in similar capacity in Construction / Construction
Supervision of 2/4/6 laning** of major highway projects.
d) Experience as Pavement Specialist/Pavement Engineer in Construction/Construction
Supervision of at least 2 major highway projects (of length 40% of project length or
more of similar configuration (2/4/6 laning**) and above).

2. Preferential Qualifications.
a) Post Graduate Degree in Highway Engineering / Pavement Engineering
/Transportation Engineering
b) Experience as a Pavement Specialist/Pavement Engineer in Highway EPC project (of
length 40% of project length or more of similar configuration (2/4/6 laning**) and
above).

SENIOR CONTRACT SPECIALIST


Duties: He will be deployed in working season in stages for cumulative duration of period
mentioned in Enclosure-A for obtaining his expert opinion on emerging
contractualissues. His key responsibilities will be to guide and assist Team
Leader/Employer in all aspects of contract management in proper implementation of
contract provisions including controlling the project cost of the construction package. He
will also be required to offer his advice on contractual complications arising during the
implementation as per the request of the employer. He will be required to prepare
manuals/schedules for the consultants team/employer based on the provisions of the
contract document. He will be responsible for giving appropriate suggestions in handling
claims of the contractors and any dispute arising thereof.

(1) Essential Qualifications.


a) Graduate in Civil Engineering from a recognized University.
b) Professional Experience of 15 years in Contract Management.
c) Experience of at least 4 years as Contract Specialist on any National/State Highway
project/Bridge Project.
d) Contract Management of a large Highway/Bridge contract say over Rs.150 crore
including experience of handling Variation orders, claims of the contractor and
there appropriate disposal for at least 2projects.
e) Handled at least one Arbitration cases in respect of any Highway/Bridgeprojects.
f) Not more than 65 years ofage.
(2) Preferential Qualifications.
(a) Degree in Law/PG in management/certificate course in management/ certificate
course in construction management/certificate course in contract management.

- 61 -
ROAD/TRAFFIC SAFETY EXPERT
Shall be responsible for the overall Road/Traffic Safety Aspect of the Project. He shall
ensure that safety provisions as per relevant codes are strictly followed at site during
Construction of Road and also during the Maintenance Period

1. Essential Qualifications.
a) Graduate in Civil Engineering from a recognized University.
b) Professional Experience of at least 10 years in handling Highway projects.
c) Minimum5years experience in Road Safety works of Major Highway Projects(4/6
laning projects)
d) Experience in similar capacity in Road Safety Audit of at least 2 nos. 2/4/6 lane**
highway / expressway project including 1 nos. at design stage
e) Experience in similar capacity in the field of Road Safety Management Plan.
f) Not more than 65 years of age.

2. Preferential Qualifications
a) Post Graduate Degree in Traffic Transportation/Safety Engineering.
b) Experience in similar capacity in identification and improvement of black spots on
Major Highway Project.

c) Experience in similar capacity in Preparation of Road Safety Management Plan for


inter urban Highways.

Senior Quality cum Material Expert


The Quality/Material Expert shall review the test results of bore holes, quarry and
borrow area material to find out their strength characteristics and suitability for using them
in construction. He shall inspect the Concessionaire’s field laboratories to ensure that they
are adequately equipped and capable of performing all the specified testing requirements
of the contract. He shall look into the quality assurance aspect of the construction works
and supervise the setting-up of the various Concessionaire’s rock crushers and bituminous
mixing plants to ensure that the specified requirements for such equipment are fully met.
Experience in latest Quality Management techniques in highway projects shall have added
advantage.
He should have the following qualification / experience.

1. Essential Qualifications.
a) Graduate in Civil Engineering from a recognized University.
b) Professional Experience of at least 10 years in handling Highway projects.
c) Experience of at least 5 years as Senior Quality/ Material Expert or in similar
capacity in Construction / Construction Supervision /major highway projects
d) Experience as Senior Quality/ Material Expert or in similar capacity in handling of
at least 2 similar highway projects (of length 40% of project length or more of

- 62 -
similar configuration (2/4/6 laning**) and above)
e) Not more than 65 years of age.

2. Preferential Qualifications.

Post Graduate Degree in Geotechnical Engineering / Foundation Engineering / Soil


Mechanics.

Senior Geo Technical Engineer


Duties: He will be responsible for supervising all the tests to be done in different stages of
construction, besides ensuring that specified tests are done as per codal stipulations and as
per the specifications laid down in the contract for all the different stages of construction.
The Senior Geotechnical Engineer shall be responsible for checking and verifying the
Specifications for Geotechnical investigations and the geotechnical details submitted by the
Contractor. He shall assist the Team Leader & Tunnel Design Engineer in design of tunnel.
He shall monitor the tunnel excavation activities including blasting
He should have the following qualification / experience.

(1) ) Essential Qualifications.

a) Graduate in Civil Engineering/masters in engineering geology or equivalent from a


recognized University.
b) Professional Experience of at least 20years
c) Experience of at least 10 years in Construction / Construction Supervision of
transportation tunnel projects in developedcountries
d) Experience as Geotechnical Engineer in Construction/Construction Supervision of
at least 4 transportation Tunnel projects of length equal to or more than 4Km
e) Specific experience in construction of tunnel projects involving vertical shaft sinking
of at least 200 meter of vertical depth
f) Experience in similar capacity in project preparation of at least 2 transportation
tunnel projects each of minimum 4 Km in length
g) Not more than 65 years ofage.

2) Preferential Qualifications.

Post Graduate in Rock Mechanics/ Foundation Engineering/ Tunnel Engineering

- 63 -
SUB-PROFESSIONAL

SURVEY ENGINEER

The candidate should be Diploma in Civil Engineering Firm may field Survey Engineer with
diploma in Civil Engineering/Survey having at least 5 years experience in the field of
surveying out of which atleast 3 years should be in highway projects and they should have
also dealt with at least 1 project of similar nature. This position requires thorough
understanding of modern computer based method of surveying with total station digital
level etc.

ASSISTANT HIGHWAY ENGINEER

The Candidate should be Diploma in Civil Engineering.

CAD EXPERT

He should be Diploma in Civil Engineering/Computer Science having experience in computer


related design method for highway engineering.

ENVIRONMENTAL ENGINEER

The Candidate should be Diploma in Civil Engineering/Environmental Engineering or other


relevant qualification. He should have at least 6 years experience out of which 2 years in
highway projects. He should have good knowledge of MOEF guidelines/requirements for
mitigation measures.

ASSISTANT BRIDGE ENGINEER

The Candidate should be Graduate in Civil Engineering with 3 years experience. He should
have handled at least 1 major bridge project.

ASSISTANT QUALITY CUM MATERIAL ENGINEER

The Candidate should be Graduate in Civil Engineering or diploma in Civil Engineering with
3 years experience.

ELECTRICAL ENGINEER

The Candidate should be Diploma in Electrical Engineering from recognised institute. He


should have at least 6 years experience

- 64 -
QUANTITY SURVEYOR

He should be Diploma or equivalent in Civil Engineering having Min. 5 years of professional


experience in preparation of highway project estimates. He should have Min. 3 years
experience in Preparation of Bill of Quantities/estimates for major highway projects costing
Rs.100 Crore or above.

HORTICULTURE CUM LANDSCAPING SPECIALIST

He should be a Diploma/Graduate in Agriculture with specialization in


Horticulture/Arboriculture having minimum 5 year of field experience in
Horticulture/Arboriculture and landscaping. He should have minimum 5 years field
experience.
Note: Upto 2 sub-professional can be a fresh graduate (zero/ less than minimum required
work experience) with first class in graduation stream. Eligibility requirement in terms of
minimum years of experience shall not be applicable for this sub professional.

- 65 -
APPENDIX-II

Proof of Eligibility

Form-E1

Letter of Proposal (On Applicant’s letter head)

(Date and Reference)

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

Sub: Appointment of Consultant for Project Management Consultancy for ……………...

Dear Sir,

With reference to your RFP Document dated ………, I/we i.e. M/s----------------------------
-----------------------------------------------(Name of Bidder) having examined all relevant
documents and understood their contents, hereby submit our Proposal for selection as
Consultant. The proposal is unconditional and unqualified.

2. All information provided in the Proposal uploaded on INFRACON and in the Appendices
is true and correct and all documents accompanying such Proposal are true copies of
their respective originals.

3. This statement is made for the express purpose of appointment as the Consultant for
the aforesaid Project.

4. I/We shall make available to the Authority any additional information it may deem
necessary or require for supplementing or authenticating the Proposal.

5. I/We acknowledge the right of the authority to reject our application without assigning
any reason or otherwise and hereby waive our right to challenge the same on any
account whatsoever.

6. I/We certify that in the last three years, we or any of our Associates have neither failed
to perform on any contract, as evidenced by imposition of a penalty by an arbitral or
judicial authority or a judicial pronouncement or arbitration award against the
Applicant, nor been expelled from any project or contract by any public authority
nor have had any contract terminated by any public authority for breach on our part.

7. I/We understand that you may cancel the Selection Process at any time and that you are
neither bound to accept any Proposal that you may receive nor to select the Consultant,
without incurring any liability to the Applicants in accordance with Clause 1.7 of the
RFP document.

8. I/We declare that we/any member of the consortium, are/is not a Member of any
otherConsortium applying for Selection as a Consultant.

9. I/We certify that in regard to matters other that security and integrity of the country,
we or any of our Associates have not been convicted by a Court of Law or indicted or
adverse orderspassedbyaregulatoryauthoritywhichwouldcastadoubtonourabilityto

- 66 -
undertake the Consultancy for the Project or which relates to a grave offence that
outrages the moral sense of the community.

10. I/We further certify that in regardto matters relatingto securityand integrity of the
country, we have not been charge-sheeted by any agency of the Government or
convicted by a Court of Law for any offence committed by us or by any of our Associates.

11. I/We further certify that no investigation by a regulatory authority is pending either
against us or against our Associates or against our CEO or any of our
Directors/Managers/employees.

12. I/We hereby irrevocably waive any right or remedy which we may have at any stage at
law or howsoever otherwise arising to challenge or question any decision taken by the
Authority [and/ or the Government of India] in connection with the selection of
Consultant or in connection with the Selection Process itself in respect of the above
mentioned Project.

13.Deleted.

14. I/We agree and understand that the proposal is subject to the provisions of the RFP
document. In no case, shall I/we have any claim or right of whatsoever nature if the
Consultancy for the Project is not awarded to me/us or our proposal is not opened or
rejected.

15. I/We agree to keep this valid for 120 (One hundred and twenty) days from the
Proposal Due Date specified in the RFP.

16. A Power of Attorney in favor of the authorized signatory to sign and submit this
Proposal and documents is attached herewith.

17. In the event of my/our firm/consortium being selected as the Consultant, I/we agree to
enter into any Agreement in accordance with the form Appendix V of the RFP. We agree
not to seek any changes in the aforesaid form and agree to abide by the same.

18. I/We have studied RFP and all other documents carefully and also surveyed the Project
site. We understand that except to the extent as expressly set forth in the Agreement,
we shall have no claim, right or title arising out of and documents or information
provided to us by the Authority or in respect of any matter arising out of or concerning
or relating to the Selection Process including the award of Consultancy.

19. The Proof of Eligibility and Technical proposal are being submitted in separate covers
in hard copy (as per clause 4.1 of LoI) and INFRACON Team I.D no. . Financial
Proposal is being submitted online only. This Proof of Eligibility read with Technical
Proposal and Financial Proposal shall constitute the Application which shall be binding
on us.

20. I/We agree and undertake to abide by all the terms and conditions of the RFP Document.
In witness thereof, I/we submit this Proposal under and in accordance with the terms
of the RFP Document.

Yours faithfully,
(Signature, name and designation of the authorized signatory)
(Name and seal of the Applicant/Lead Member)

- 67 -
Appendix- II..
FORM-E2/T3
FIRM’S REFERENCES

The following information related to the firm should be provided in the proposal.
i. Name of the package appliedfor:-
ii. Year of establishment offirm*

Year of Type of Organization


Consultant Country
Establishme Partnership Private Public Other
Individual/Lea nt
d Partner(ofJV)
/ MinorPartner
of JV

NOTE:- Year of Establishment of Lead Partner of JV shall be considered.

*Copy of Certificate of incorporation shall be submitted.

iii. Office/ Business Address/Telephone nos. /CableAddress.


iv. Narrative description of firm (Not more than 2sheets)
v. Name of two (2) principals who may be contacted with title and
telephone number/faxnumber/e-mail.

Relevant Services Carried out in the Last Seven Years, Which Best Illustrate Qualifications

The following information should be provided in the format below for each reference
assignment for which your firm, either individually as a corporate entity or as one of the
major companies within a consortium, was legally contracted by the client:

Assignment Name: Country:


Location within Country : Professional Staff Provi ded by your firm:
Name of Client : No. of Staff :
Address : No. of Staff Months :
Start Date Completion Date Approx. Value of
(Month / Year) (Month / Year) Services : (in INR/curre nt USD) :
No. of Months of Profes sional Staff provided by
Name of JV Firm(s) if any :
Associated Firm(s)
Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member
Narrative Description of Project :
Description of Actual Services Provided by your Company:

Signature of Authorized Representative

(Certificate from Employer regarding experience should be furnished)

- 68 -
i. Experience in DPR/ Feasibility Study preparation of 2/4/6laning / Bridge Highway
Projects separately for the PPP and non-PPP projects during the last 7years.***

Projects Name
Client
/Year
(with
Type Complete Total Fee Fee received
Sole Consultant/ Length %age of
address, for the byApplicant
Prime of of total fee
SNo contact Consultancy (in case of Period
Consultant of JV / Services Project received
person, Assignment JV/)
minor Authority’s Rendered (kms) by thefirm
telephone (INR)
Engineer of JV
Nos.and
consultant
FaxNos.)

1 2 3 4 5 6 7 8 9

(ii) Experience as Authority Engineer/Independent Consultant/Construction


supervision of Highway projects, separately for PPP and non-PPP Projects during
the last 7 years.***

S Projects Type of Descriptio Client Total Fee Fee received % age Approx. Perio
No Name / Service nof (withcom for the byApplicant of total Cost of d
Sole rendered Highway plete Consultanc (in case of JV) fee Highwa
Consultant Project/ address, y receive y
/ Prime Length contact Assignment d by Project
Consultant (kms) person, (INR) the
ofJV/ Telephone firm
minor Nos. and
Authority’ FaxNos.)
s Engineer
of
JVconsulta
nt
1 2 3 4 5 6 7 8 9 10
A. Completed / Substantially completed projects:
1.
2.
3.
B. Projects in progress:
1.
2.
3.

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

- 69 -
2 lane will be considered with a multiplication factor of 0.5.
b) Only those projects, to be included in the table which are Highways Projects
and for which clients certificates from the concerned Government agencies
are enclosed with theproposal.
c) The details of bridges having length more than 200 m (500 min case the
project consist of bridges of length more than 500m) in the listed projects is
to be specifically mentioned.
d) For weightage of experience in any past Consultancy assignment,
experience certificate from the client shall be submitted. If the applicant
firm/member of JV has / have prepared the DPR/FS/Supervision projects
solely on its own, 100% weightage shall be given. If the applicant
firm/member of JV has prepared the DPR/FS/Supervision projects as a
partner in a JV, weightage shall be given as per its share in JV. If the applicant
firm/member of JV have prepared the DPR/FS/Supervision projects as an
associate, 25% weightage shall be given.
e) For weightage of experience in any past Consultancy assignment,
experience certificate from the client shall be submitted. In absence of clear
demarcation of JV share in client certificate, the weightage will be treated as
60 % for lead partner and 40% for minor partner. Annual turnover duly
certified by Chartered Accountant shall be accepted. In case of non-
availability of such documents no weightage of turnover/experience will
beconsidered.
(ix) Assignments on hand including those for which the Letter of Acceptance
from the clients received as on 7 days prior to due date for submission of
proposals: The details shall be given in the followingformat.

Role of the firm Team Members


Date of Date of Present providedby the firm
S. Name of
Client Sole, Lead/ letter of Agreement status of
No Assignment
OtherinJVor Acceptance if signed Assignment
sub-consultant Name DOB Position

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

- 70 -
APPENDIX-II...

FORM- E3

Financial Capacity of the Applicant

Average Annual turnoverof the Bidder

(Refer to Clauses 1.3.2 of the RFP)

(In Rs. crore$)

Bidder type Annual Turnover Average


Annual
Year 1 Year 2 Year 3 Year 4 Year 5 Turnover

(Rs.)
Updation
(Rs.)
Updation
(Rs.)
Updation
(Rs.)
Updation
(Rs.)
Updation (In Rs.
factor factor factor factor factor crore$)

(2x3+4x5+
1 2 3 4 5 6 7 8 9 10 11 6x7+8x9+1
0x11)/5

Single entity
Bidder or
Lead Member
including
1.00 1.05 1.10 1.15 1.20
other
members of
the Joint
Venture

Name & address of Bidder’s Bankers:

$The conversion rate of USD into Rupees shall be the daily representative exchange rates published by the
Reserve Bank of India for the relevant date.Where relevant date should be as on the date 28 (twenty eight)
days prior to the Application Due Date.

- 71 -
Instructions:

1. The Bidder shall attach copies of the balance sheets, financial statements and Annual
Reports for 5 (five) years preceding the Bid Due Date. The financial statements shall:
(a) reflect the financial situation of the Bidder;

(b) be audited by a statutory auditor;

(c) be complete, including all notes to the financial statements; and

(d) correspond to accounting periods already completed and audited (no


statements for partial periods shall be requested or accepted).

2. Year 1 will be the latest completed financial year, preceding the bidding. Year 2 shall
be the year immediately preceding Year 1 and so on. In case the Bid Due Date falls
within 3 (three) months of the close of the latest financial year of a Bidder, it shall
ignore such financial year for the purposes of its Bid and furnish all its information
and certification with reference to the 5 (five) years or 1 (one) year, as the case may
be, preceding its latest financial year. For the avoidance of doubt, financial year shall,
for the purposes of a Bid hereunder, mean the accounting year followed by the
Bidder in the course of its normal business.

3. In the case of a Joint Venture, a copy of the Jt. Bidding Agreement shall be submitted.

4. The Bidder shall also provide the name and address of the Bankers to the Bidder.

- 72 -
APPENDIX-III

TECHNICAL PROPOSAL

(Form-T1)

FROM (Name of Firm) To: (Name and Address ofClient)

Ladies/Gentlemen:
Subject: Submission of Technical and Financial Proposal for engagement of PMC Consultant.

We, the undersigned, offer to provide the consulting services for the above in accordance
with your Request for Proposal dated (Date), and our Proposal. We are hereby submitting
our Proposal, which includes this Technical Proposal for the above mentioned work.

My/Our registration No. on Infracon is ……. And my/our Infracon Team ID is …………….

Our Proposal is binding upon us. We understand you are not bound to accept any Proposal
you receive

We remain,
Yours sincerely,

Managing Director/Head of the


firm/ Authorised Representative of
the firm + *
Name of the firm
Address
*Lead Member in case of JV

- 73 -
(Form-T-2)

Details of projects for which Technical and Financial Proposals have been submitted

Sl.No. Name of Project Consultancy Package No. Names of Proposed


Key Personnel

- 74 -
(Form-E2/T3)

FIRM’S REFERENCES
The following information related to the firm should be provided in the proposal.
i. Name of the package applied for:-
ii. Year of establishment of firm*
Type of Organization
Year of
Consultant Country Private Public
Establishment Partnership Other
limited limited

Individual/
Lead
Partner(ofJV)
/ Minor
Partnerof JV

NOTE:- Year of Establishment of Lead Partner of JV shall be considered.

*Copy of Certificate of incorporation shall be submitted.

iii. Office/ Business Address/Telephone nos. /CableAddress.


iv. Narrative description of firm (Not more than 2sheets)
v. Name of two (2) principals who may be contacted with title and telephone
number/faxnumber/e-mail.

Relevant Services Carried out in the Last Seven Years Which Best Illustrate Qualifications

The following information should be provided in the format below for each reference
assignment for which your firm, either individually as a corporate entity or as one of the
major companies within a consortium, was legally contracted by the client:

Assignment Name: Country:


Location within Country : Professional Staff Provi ded
by your firm:
Name of Client : No. of Staff :
Address : No. of Staff Months :
Start Date Completion Date Approx. Value of
(Month / (Month / Year) Services : (in INR/curre nt USD) :
Year)
Name of JV Firm(s) if any : No. of Months of Profes sional Staff provided by
Associated Firm(s)
Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member
Narrative Description of Project :
Description of Actual Services Provided by your Company:

Signature of Authorized Representative

(Certificate from Employer regarding experience should be furnished)

- 75 -
(iii) Experience in DPR/ Feasibility Study preparation of 2/4/6laning / Bridge Highway
Projects separately for the PPP and non-PPP projects during the last 7years.***

SNo Projects Name Typeof Length Client Total Fee Fee received %age Period
/Year Services of (with for the by of total
Rendered Project
Sole Complete Consultancy Applicant fee
Consultant (kms)
address, Assignment (incaseof receive
/Prime contact (INR) JV/) dby
ConsultantofJV/ person, case of JV) the
minor Authority’s telephon firm
Engineer of JV e
Consultant Nos.and
1 2 3 4 5 6 7 8 9

(iv) Experience as Authority Engineer/Independent Consultant/Construction supervision


of Highway projects, separately for PPP and non-PPP Projects during the last 7
years.***

S Projects Type Description Client Total Fee Fee received % age Approx. Period
No Name / Year of of (with for the by Applicant of Cost of
Sole Servic Highway complete Consultancy (incase ofJV/) total fee Highway
Consultant/ es Project/ address, Assignment received Project
Prime render Length contact (INR) by the
ed (kms) person, firm
Consultant of
Telephone
JV/minor
Nos. and
Authority’s
FaxNos.)
Engineer of
JV consultant

1 2 3 4 5 6 7 8 9 10
A. Completed / Substantially completed projects:
1.
2.
3.
B. Projects in
progress: 1.
2.
3.

***a) 2/4/6 lane/Bridge work as applicable for the project for which RFP is invited.
For 2- lane projects experience of 4/6 lane also to be considered with a
multiplication factor of 1.5. Experience of 4/6 lane shall be considered
interchangeably for 4/6 laning projects. For 4/6 lane projects, experience of
2 lane will be considered with a multiplication factor of 0.5. For standalone
bridge projects, experience in bridgework (either standalone project or as a

- 76 -
part of road project) only be considered.

f) Only those projects, to be included in the table which are Highways Projects
and for which clients certificates from the concerned Government agencies
are enclosed with theproposal.
g) The details of bridges having length more than 200m (500min case the
project consist of bridges of length more than 500m) in the listed projects is
to be specifically mentioned.
h) The weightage given for experience of a firm would depend on the role of
the firm in the respective assignments. The firm’s experience would get full
credit if it was the sole firm in the respective assignment. If the applicant
firm has completed projects as JV with some other firms, weightage shall be
given as per the JV share***. However if the applicant firm has executed the
project as associate with some other firms, 25% weightage shall be given to
the applicant firm for the projects completed under such association
i) For weightage of experience in any past Consultancy assignment,
experience certificate from the client shall be submitted. In absence of clear
demarcation of JV share in client certificate, the weightage will be treated as
60 % for lead partner and 40% for minor partner. Annual turnover duly
certified by Chartered Accountant shall be accepted. In case of non-
availability of such documents no weightage of turnover/experience will
beconsidered.
(ix) Assignments on hand including those for which the Letter of Acceptance
from the clients received as on 7 days prior to due date for submission of
proposals: The details shall be given in the followingformat.

S. Name of Client Role of the firm Date of Date of Present Team Members
No Assignment letter of Agreement status of providedbythefirm
Sole, Lead/ Acceptance ifsigned Assignment
OtherinJVor
sub-consultant
Name DOB Positi
on
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

Signature of Authorised Representative

(Certificate from Employer regarding experience should be furnished

- 77 -
Form-T3-A

Information required to evaluate the BID Capacity under clause 1.3.2:

To calculate the value of “A”

Average Annual turnoverof the Bidder

(Refer to Clauses 1.3.2 of the RFP)

(In Rs. crore$)

Bidder type Annual Turnover Average


Annual
Year 1 Year 2 Year 3 Year 4 Year 5 Turnover

Updatio Updatio Updatio Updatio Updatio (In Rs.


(Rs.) (Rs.) (Rs.) (Rs.) (Rs.)
n factor n factor n factor n factor n factor crore$)

(2x3+4x5+
1 2 3 4 5 6 7 8 9 10 11 6x7+8x9+1
0x11)/5

Single entity
Bidder or
Lead Member
including
1.00 1.05 1.10 1.15 1.20
other
members of
the Joint
Venture

Name & address of Bidder’s Bankers:

$The conversion rate of USD into Rupees shall be the daily representative exchange rates published by the Reserve Bank
of India for the relevant date.Where relevant date should be as on the date 28 (twenty eight) days prior to the
Application Due Date.

- 78 -
Instructions:

1. The Bidder shall attach copies of the balance sheets, financial statements and Annual
Reports for 5 (five) years preceding the Bid Due Date. The financial statements shall:

(a) reflect the financial situation of the Bidder;

(b) be audited by a statutory auditor;

(c) be complete, including all notes to the financial statements; and

(d) correspond to accounting periods already completed and audited (no


statements for partial periods shall be requested or accepted).

2. Year 1 will be the latest completed financial year, preceding the bidding. Year 2 shall
be the year immediately preceding Year 1 and so on. In case the Bid Due Date falls
within 3 (three) months of the close of the latest financial year of a Bidder, it shall
ignore such financial year for the purposes of its Bid and furnish all its information
and certification with reference to the 5 (five) years or 1 (one) year, as the case may
be, preceding its latest financial year. For the avoidance of doubt, financial year shall,
for the purposes of a Bid hereunder, mean the accounting year followed by the
Bidder in the course of its normal business.

3. In the case of a Joint Venture, a copy of the Jt. Bidding Agreement shall be submitted.

4. The Bidder shall also provide the name and address of the Bankers to the Bidder.

- 79 -
Form-T3-B

To calculate the value of “B”

A table containing value of all the existing commitments and on-going works to be completed
during the next ** years is as follows:

Sl. Nam Percentage Dater of start Consultancy Value of contract as Value of Balance value Antici Bala nce
No. e of of / appointed period as per per Agreement /LOAβ work of work to be pat value of
Cons participati date of Agreement completed completed ed work at
ultan on of project /LOA date 2021-20
cy of Bidder in of /2021)
Road the project compl price
Work eti on level

Rs. in Crore Rs. in Crore Rs. in Crore Rs. In


Crore
1 2 3 4 5 6 7 8= (6-7) 9 10
(3x

The Statement showing the value of all existing commitments, anticipated value of consultancy
work to be completed in the period of PMC consultancy work for which bid is invited and
ongoing works as well as the stipulated period of completion remaining for each of the
consultancy works mentioned above is verified from the certificate issued that has been
countersigned by the Client or its Engineer-in-charge not below the rank of Executive Engineer
or equivalent. No awarded / ongoing works has been left in the aforesaid statement which has
been awarded to M/s………………individually / and other member M/s ……………….. and M/s
………………., as on bid due date of this RFP.

…………………….. …………………………

…………………….. ………………………….

Signature, name and designation of Name of the Statutory Auditor’s firm:


Authorised Signatory
Seal of the audit firm: (Signature, name
Date:

Place:

Date:

Place:

β
In case balance period of Consultancy is less than the value of period of Consultancy of the project for which
bid is invited, then full value of Consultancy work as per Agreement/LOA to be mentioned, else, anticipated
value of Consultancy work to be completed in the period of Consultancy of the project for which bid is invited
is to be mentioned. In the absence of the anticipated value of Consultancy work to be completed, the
proportionate value shall be considered while evaluating the Assessed Available Bid Capacity.

- 80 -
(Form- T4)

SITE APPRECIATION

Shall give details of site as per actual site visit and data provided in RFP and collected
from site supported by photographs to demonstrate that responsible personnel of the
Consultant have actually visited the site and familiarized with the salient
details/complexities and scope of services.

- 81 -
(Form- T5)

Composition of the Team Personnel and the task Which would be assigned to each
Team Member For DPR work

I. Technical/Managerial Staff

Sr .No. Name Position Task Assignment

1.

2.

3.

4.

……

II. Support Staff

Sr. No. Name Position Task Assignment

1.

2.

3.

4.

….

….

- 82 -
(Form- T6)

APPROACH PAPER ON METHODOLOGYPROPOSED FOR PERFORMING THE DPR AND


PRECONSTRUCTION WORK

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

1) Methodology for services, surveying, data collection [not more than 2 pages] and
analysis

2) Quality Assurance system for consultancy assignment [not more than 1 page]

3) The key challenges foreseen and proposed solutions will be detailed precisely under
the following topics

a) proposed alignment and bypass required

b) land acquisition requirements

c) access control, rehabilitation of existing road, drainage and utilities

d) adoption of superior technology along with proof (to be submitted in Form T9)

e) Clearances for the preconstruction activities.

f) Utility shifting, Tree cutting etc.

Replies to items 3) a) to c) should be limited to six A4 size pages in 1.5 space and 12 font
including photographs, if any

- 83 -
(Form- T7)

Details of Material Testing Facility

1. State whether the Applicant has in-house Material Testing Facility Available
/Outsourced/Not Available

2. In case answer to 1 is Available, attach a list of Lab equipment and facility for testing of
materials and location of laboratory

3. In case laboratory is located at a distance of more than 400 km from the project site,
state arrangements made/proposed to be made for testing of materials

4. In case answer to 1 is Outsourced/ Not Available state arrangements made/proposed


to be made for testing of materials.

- 84 -
(Form- T8)

Facility for Field investigation and Testing

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

a) Geo-technical investigation Available (created in-house at site)/ Outsourced/


Not Available

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


Available

2. In case answer to 1 is Available (created in-house at site) a list of field investigation and
testing equipments available in-house

3. In case answer to 1 is Outsourced/ Not Available arrangements made/proposed to be


made for each of above Field investigation and testing

4. For experience in LIDAR or better technology for topographic survey, GPR and
Induction Locator or better technologies for detection of sub-surface utilities and
digitization of cadastral maps for land acquisition, references need to be provided in
following format:

REFERENCES

Relevant Services Carried Out Which Best Illustrate Qualifications

The following information should be provided in the format below for each reference
assignment for which your firm, either individually as a corporate entity or as one of the major
companies within a consortium, was legally contracted by the client:

Assignment Name: Country:


Location within Country : Professional Staff Provi ded by your firm:
Name of Client : No. of Staff :
Address : No. of Staff Months :
Technology Used:
Start Date Completion Date Approx. Value of Service s : (in INR/current USD) :
(Month / Year) (Month / Year)
Name of JV Firm(s) if any : No. of Months of Profes sional Staff provided by
Associated Firm(s)
Status of your Company in the Assignment i.e., Sole/Lead Member/Other
Member/Associate
Narrative Description of Project :
Description of Actual Services Provided by your Company:

Signature of Authorised Representative

(Certificate from Employer regarding experience should be furnished)

- 85 -
Also to provide details of following facilities to be used during construction supervision

1. State whether applicant has in-house (created in house at site)/ outsourced/ not
available facilityfor
• Surface defects detection and roughness measurement using Network Survey
Vehicle
• Pavement strength measurement usingFWD
• Bridge inspection using Mobile Bridge Inspection Unit or Drone technology
• Road signs inspection using Retro-Reflectometer
2. In-caseanswerto1isavailable(created in house at site) a list of field investigation
and testing equipment is to be attached

3. In case answer to 1 is outsourced/not available – arrangements made or proposed


to be made for each of the above field investigations is to beattached

4. For experience in NSV, FWD, MBIUand reflectometer, references need to be


provided in the followingformat:

REFERENCES

Relevant Services Carried Which Best Illustrate Qualifications

The following information should be provided in the format below for each reference assignment
for which your firm, either individually as a corporate entity or a sone of the major companies
within a consortium, was legally contracted by the client:

AssignmentName: Country:
Location within Country: Professional Staff Provi ded by your firm:
NameofClient: No. of Staff :
Address : No.ofStaffMonths:
Technology Used:
Start Date CompletionDate
es in INR/current USD):
(Month / Year) Approx. Value of Servic
(Month / Year)
No.of Months of Profes sional Staff provided by
Name of JV Firm(s)if any:
AssociatedFirm(s)
Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member/Associate
Narrative Description of Project :
Description of Actual Services Provided by your Company:

Signature of Authorised Representative


(Certificate from Employer regarding experience should be furnished)

- 86 -
(Form- T9)

Office Equipment and software

Attach a list of office equipment and software owned by the Applicant

- 87 -
(Form- T10)

(Curriculum Vitae as per INFRACON)

CVs of the Key Personnel should be uploaded on INFRACON and the hard copies of the
CVs as uploaded on the INFRACON is to be submitted along with the Technical Proposals.

Proposed Position:……………………………………………… Photograph

Name of Firm:........................................................................................
Name of Staff :........................................................................................
Profession :..............................................................................................
Date of Birth :
Years with Firm/Entity: ...........................................Nationality:.............................. Membership
of
Professional Societies :.........................................................................
Detailed Task Assigned : Please attach printout of CV along with all the relevant details
uploaded on infracon portal.

- 88 -
(Form- T10)...

CERTIFICATION BY THE CANDIDATE

I, the undersigned, (Name and Address) undertake that this CV correctly describes myself,
my qualifications and my experience and Employer would be at liberty to debar me if any
information given in the CV, in particular the Summary of Qualification & Experience vis-à-
vis the requirements as per TOR is found incorrect. I further undertake that I have neither
been debarred by MORT&H or its implementing agencies or any other central/stage
government organization nor left any assignment with the consultants engaged by Employer
/ contracting firm (firm to be supervised now) for any continuing work of Employer without
completing my assignment. I will be available for the entire duration of the current project
(named…..). If I leave this assignment in the middle of the work, Employer would be at
liberty to debar me from taking any assignment in any of the Employer works for an
appropriate period of time to be decided by the Employer. I have no objection if my
services are extended by the Employer for this work in future.

I further undertake that my CV is being proposed forth is project by ---------(the applicant


firm) and I have not given consent to any other consultant(s) to propose my CV for any
position for thisproject.

I further undertake that if due to my inability to work on this project due to unavoidable
circumstances, due to which consultant’s firm is forced to seek replacement. In such
unavoidable circumstances, I shall not undertake any employment in Employer projects
during the period of assignment of this project and Employer shall consider my CV invalid
till such time.

I undertake that I have no objection in uploading/hosting of my credentials by Employer in


public domain.
For Key Personnel having intermittent inputs, add the following:
I further certify that I am associated with the following assignments as on date (as on 7
days prior todue date for submission of proposal) including those for which LOA has been
received by the firm and the inputs in these assignments shall not effect the work of the
current assignment.
Name of Assignment Client Dateof LOA Likely start Likely end Totalinputofthe
(Month / Year) (Month /Year) person (man-
months)

…………………………………………………………..Date
(Signature of KeyPersonnel)
(Day/Month/Year)
The PMC should carryout self-evaluation based on the evaluation criteria at Appendix-EC
and furnish the same here. While submitting the self-evaluation along with bid, Authority’s
Engineer shall make references to the documents which have been relied upon in his self-
evaluation.

- 89 -
(Form- T10)...

CERTIFICATION BY THE FIRM

The undersigned on behalf of ----------( name of consulting firm) certify that Shri--------
(name of proposed personnel) to the best of our knowledge has neither been debarred by
MORT&H or its implementing agencies or any other Central/State Government
organization nor left his assignment with any other consulting firm engaged by the
Employer/Contracting firm (firm to be supervised now) for the ongoing projects. We also
confirm the truthfulness of the credentials uploaded by our firm/JV Member/Associateand
all the Key Personnel proposed inour team on INFRACON

We understand that if any information about our firm/JV Member/ Key Personnel is
found contrary to what has been uploaded on INFRACON, the Client would be at liberty to
remove the concerned personnel from the present assignment and debar our firm/JV
Member/Associate / Key Personnel for an appropriate period to be decided by the Client, if
the information is submitted by the consultant wilfully.

We understand that if the information about leaving the past assignment is known to the
Employer, Employer would be at liberty to remove the personnel from the present
assignment and debar him for an appropriate period to be decided by theEmployer.

…………………………………………………………..Date : ……………… (Day/Month/Year)

[Signature of authorized representative of the Firm]

- 90 -
(Form- T11)

INTEGRITY PACT

(To be executed on plain paper and submitted along with Technical Bid/Tender documents
for tenders having a value between Rs.5 Cr and 100 Cr. To be signed by the bidder and same
signatory competent/ authorized to sign the relevant contract on behalf of the MORT&H)

TenderNo.

This integrity Pact ismadeat on this dayof 2021. Between

MORT&H herein after referred to as “The Principal”, which expression shall unless repugnant
to the meaning or contract thereof include its successors and permitted assigns.

And

Hereinafter referred to as “The Bidder/Contractor

/Concessionaire/Consultant” and which expression shall unless repugnant to be meaning


or context there of include its successors and permitted assigns.

Preamble

Whereas, the Principal intends to award, under laid down organizational procedures,
contract/s for “Authority Engineer Services for the project of ----Project name----”. The
Principal values full compliance with all relevant laws of the land, rules of land, regulations,
economic use of resources and of fairness/ transparency in its relations with its Bidder(s)
and/ or Contractor(s)/Concessionaire(s)/ Consultant(s).

And whereas to meet the purpose aforesaid, both the parties have agreed to enter into this
Integrity Pact (hereafter referred to as Integrity Pact) the terms and conditions of which shall
also be read as integral part and parcel of the Tender documents and contract between the
parties. Now, therefore, in consideration of mutual covenants stipulated in this pact, the
parties hereby agree as follows and this pact witnesses as under:-

Article-1 Commitments of the Principal

1. The Principal commits itself to take all measures necessary to prevent corruption
and to observe the following principles:-

a. No employee of the Principal, personally or through family members, will in

- 91 -
connection with the tender for, or the execution of a contract, demand, take a
promise for or accept, for self, or third person, any material of immaterial benefit
which the person is not legally entitledto.

b. The Principal will, during the tender process treat all Bidder(s) with equity and
reason. The Principal will in particular, before and during the tender process,
provide to all Bidder(s) the same information and will not provide to any
Bidder(s) confidential/ additional information through which the Bidder(s)
could obtain an advantage in relation to the tender process or the contract
execution.

c. The Principal will exclude all known prejudiced persons from the process,
whose conduct in the past has been of biasednature.

2. If the Principal obtains information on the conduct of any of its employees which is
a criminal offence under the IPC/PC Act or any other Statutory Acts or if there be a
substantive suspicion in this regard, the Principal will inform the Chief Vigilance
Officer and in addition can initiate disciplinary actions as per its internal laid down
Rules/Regulations.

Article – 2 Commitments of the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s).

The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) commit himself to take all


measures necessary to prevent corruption. He commits himself to observe the following
principles during his participation in the tender process and during the contract execution.

(a) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not,


directly or through any other person or firm, offer, promise or give to any of
the Principal’s employees involved in the tender process or the execution of
the contract or to any third person any material or other benefit which
he/sheis notlegally entitle do, in order to obtain in exchange any advantage
of any kind whatsoever during the tender process or during the execution of
the contract.
(b) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not
enter with other Bidders into any undisclosed agreement or understanding,
whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-
submission or bids or any other action store strict competitiveness or to
introduce cartelization in the bidding process.
(c) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not
commit any offence under the relevant IPC/PC Act and other Statutory Acts;
further the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will
not use improperly, for purposes of completion or personal gain, or pass on
to others, any information or document provided by the Principal as part of
the business relationship, regarding plans, technical proposals and business
- 92 -
details, including information contained or transmitted electronically.
(d) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of foreign-
origin shall disclose the name and address of the Agents/ Representatives in
India, if any. Similarly the Bidder(s)/ Contractor(s)/ Concessionaire(s)/
Consultant(s) of Indian Nationality shall furnish the name and address of the
foreign principle, if any.
(e) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will, when
presenting his bid, disclose any and all payments he has made, is committed
to or intends to make to agents, brokers or any other intermediaries in
connection with the award of the contract. He shall also disclose the details
of services agreed upon for such payments.
(f) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not
instigate third persons to commit offences outlined above or be a naccessory
to such offences.
(g) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not
bring any outside influence through any Govt. bodies/quarters directly or
indirectly on the bidding process in furtherance of hisbid.

Article–3 Disqualification from tender process and exclusion from futurecontracts.

1. If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s), before award or


during execution has committed a transgression through a violation of any provision
of Article-2, above or in any other form such as to put his reliability or credibility in
question, the Principal is entitled to disqualify the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) from the tenderprocess.

2. If the Bidder/ Contractor/ Concessionaire/ Authority’s Engineer has committed a


transgression through a violation of Article-2 such as to put his reliability or
credibility into question, the Principal shall be entitled to exclude including blacklist
and put on holiday the Bidder/ Contractor/ Concessionaire/ Authority’s Engineer for
any future tenders/ contract award process. The imposition and duration of the
exclusion will be determined by the severity of the transgression. The severity will
be determined by the Principal taking into consideration the full facts and
circumstances of each case particularly taking into account the number of
transgressions, the position of the transgressors within the company hierarchy of the
Bidder/ Contractor/ Concessionaire/ Authority’s Engineer and the amount of the
damage. The exclusion will be imposed for a minimum of 1year.

3. A transgression is considered to have occurred if the Principal after due


consideration of the available evidence concludes that “On the basis of facts available
there are no material doubts”.

4. The Bidder/ Contractor/ Concessionaire/ Authority’s Engineer with its free consent
and without any influence agrees and undertakes to respect and uphold the

- 93 -
Principal’s absolute rights to resort to and impose such exclusion and further accepts
and undertakes not to challenge or question such exclusion on any ground, including
the lack of any hearing before the decision to resort to such exclusion is taken. This
undertaking is given freely and after obtaining independent legal advice.

5. The decision of the Principal to the effect that a breach of the provisions of this
Integrity Pact has been committed by the Bidder/ Contractor/ Concessionaire/
Authority’s Engineer shall be final and binding on the Bidder/ Contractor/
Concessionaire/ Consultant.
6. On occurrence of any sanctions/ disqualification etc. arising out from violation of
integrity pact, the Bidder/ Contractor/ Concessionaire/ Authority’s Engineer shall
not be entitled for any compensation on thisaccount.

7. Subject to full satisfaction of the Principal, the exclusion of the Bidder/ Contractor/
Concessionaire/ Authority’s Engineer could be revoked by the Principal if the
Bidder/ Contractor/ Concessionaire/ Authority’s Engineer can prove that he has
restored/recouped the damage caused by him and has installed a suitable corruption
prevention system in his organization.

Article – 4 Compensation for Damages.

1. If the Principal has disqualified the Bidder(s) from the tender process prior to the
award according to Arcticle-3, the Principal shall be entitled to forfeit the Earnest
Money Deposit/ Bid Security or demand and recover the damages equivalent to
Earnest Money Deposit/ Bid Security (equivalent to 1% of Contract Price) apart from
any other legal right that may have accrued to thePrincipal.

2. In addition to 1 above, the Principal shall be entitled to take recourse to the relevant
provisions of the contract related to Termination of Contract due to Contractor/
Concessionaire/Consultant’s Default. In such case, the Principal shall be entitled to
forfeit the Performance Bank Guarantee of the Contractor/ Concessionaire/
Authority’s Engineer and/ or demand and recover liquidated and all damages as per
the provisions of the contract/concession agreement against Termination.

Article–5 PreviousTransgression

1. The Bidder declares that no previous transgressions occurred in the last 3 years
immediately before signing of this Integrity Pact with any other Company in any
country conforming to the anti corruption/ Transparency International (TI)
approach or with any other Public Sector Enterprise/ Undertaking in India or any
Government Department in India that could justify his exclusion from the tender
process.

2. If the Bidder makes incorrect statement on this subject, he can be disqualified from

- 94 -
the tender process or action for his exclusion can be taken as mentioned under
Article-3 above for transgressions of Article-2 and shall be liable for compensation
for damages as per Article-4 above.

Article-6 Equal treatments of all Bidders/ Contractors/ Concessionaires/ Consultants/


Subcontractors.

1. The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) undertake(s) to


demand from all sub-contractors a commitment in conformity with this Integrity
Pact, and to submit it to the Principal before contractsigning.

2. The Principal will enter into agreements with identical conditions as this one with
all Bidders/ Contractors/ Concessionaires/ Consultants and Subcontractors.
3. The Principal will disqualify from the tender process all Bidders who do not sign this
Pact or violate itsprovisions.

Article – 7 Criminal charges against violating Bidder(s)/ Contractor(s)/ Concessionaire(s)/


Consultant(s)/ Sub-contractor(s).

If the Principal obtains knowledge of conduct of a Bidder/ Contractor/ Concessionaire/


Authority’s Engineer or Subcontractor, or of an employee or a representative or an associate
of a Bidder/ Contractor/ Concessionaire/ Authority’s Engineer or Subcontractor, which
constitutes corruption, or if the Principal has substantive suspicion in this regard, the
Principal will inform the same to the Chief Vigilance Officer.

Article – 8 Pact Duration

This Pact begins when both parties have legally signed it. (In case of EPC i.e.for projects
funded by Principal and consultancy services). It expires for the Contractor/ Authority’s
Engineer 12 months after his Defect Liability period is over or 12 months after his last
payment under the contract whichever is later and for all other unsuccessful Bidders 6
months after this Contract has been awarded. (In case of BOT Projects) It expires for the
concessionaire 24 months after his concession period is over and for all other unsuccessful
Bidders 6 months after this Contract has beenawarded.
If any claim is made/ lodged during this time, the same shall be binding and continue to be
valid despite the lapse of this pact as specified above, unless it is discharged/ determined by
MORT&H.

- 95 -
Article – 10 Other Provisions.

1. This pact is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e.........

2. Changes and supplements as well as termination notices need to be made inwriting.

3. If the Bidder/Contractor/Concessionaire/Authority’s Engineer is a partnership or a


consortium, this pact must be signed by all partners or consortium members.

4. Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their originalintentions.

5. Any disputes/ differences arising between the parties with regard to term of this
pact, any action taken by the Principal inaccordance with this Pact or interpretation
thereof shall not be subject to anyArbitration.

6. The actions stipulated in this Integrity Pact are without prejudice to any other legal
action that may follow in accordance with the provisions of the extant law in force
relating to any civil or criminal proceedings.
In witness whereof the parties have signed and executed this Pact at the place and date first
done mentioned in the presence of following witness:-

(For & On behalf ofthe Principal) (For & On behalf of theBidder/


Contractor/ Concessionaire/ Authority’s
Engineer)
(Office
Seal )
Place Date
Witness 1 :
(Name & Address):
Witness 2 :
(Name & Address):

- 96 -
(Form- T12)

Bid Securing Declaration


(Refer Clauses 3.2.3)

I hereby submit a declaration that the bid submitted by the undersigned, on behalf of the consultant, [Name of
the consultant], either sole or in JV, shall not be withdrawn or modified during the period of validity i.e. not less
than 120 (one hundred twenty) days from the bid due date.

I, on behalf of the consultant, [Name of the consultant ], also accept the fact that in case the bid is
withdrawn or modified during the period of its validity or if we fail to sign the contract in case the work is
awarded to us or we fail to submit a performance security before the deadline defined in clause 6.1 of the
letter of Invitation (LOI), then [Name of the consultant] will be suspended for participation in the tendering
process for the consultancy works of MoRTH/NHAIINHIDCL and consultancy works under other Centrally
Sponsored Schemes, for a period of two years from the bid due date of this work.

(Signature of the Authorised Signatory)


(Official-Seal)

- 97 -
APPENDIX-IV

FINANCIAL PROPOSALS

(FORM-I)

FROM : (Name of Firm) TO:

Address of Employer
Subject :

We,the undersigned, offer to provide the consulting services for the above in accordance
with your Request for Proposal dated [Date], and our proposal. Our attached financial
proposal is for the sum of [Amount in words and figures]. This amount is inclusive of the
taxes exceptGoods and Services Tax which shall be reimbursed by the authority.

Our financial proposal shall be binding upon us upto the expiration of the validity period of
the proposal, i.e., [Date].

We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India
namely “Prevention of Corruption Act 1988”.

Commission and gratuities, if any, paid or to be paid by us to agents relating to this proposal
and contract execution, if we are awarded the contract, are listed below:

Name and Address Amount and Purpose of Commission


of Agents Currency or Gratuity

............................... ........................... ……..…………………

............................... ........................... ……………………….

We understand you are not bound to accept any proposal you receive.

We
remain,
Yours
sincerely,

Managing Director/Head of the firm/


Authorised Representative of the
firm* Name of the firm
Address
*Lead Member in case of JV

- 98 -
(FORM-II)

Format of Financial Proposal

Summary of Cost in Local Currency

A. For Phase 1 & 2 (DPR and PRECONSTRUCTION ACTIVITIES)

No. Description Amount(LC)*


(INR)
I Local Consultants
Remuneration for Local Staff (inclusive of perdiem
allowance)
II Support Staff (inclusive of per diem allowance)
III Transportation
IV Duty Travel to Site
V Office Rent
VI Office Supplies, Utilities and Communication
VII Office Furniture and Equipment (Rental)
VIII Reports and Document Printing
IX Surveys & Investigations
A Topographical Survey
B Investigations
C Net Work Survey and GPR
X Cost of supply and fixing Boundary Pillars
XI Land Acquisition Team including support staff and
logistics/transportation
Subtotal Local Consultants :
Foreign Consultants
F-I Remuneration for Expatriate Staff
F-II Mobilization and Demobilization
Total cost net ofGoods &service tax**

- 99 -
A. For Phase 3 (Construction Supervision and Maintenance)

No. Description Amount (Rs.)


I Remuneration for Local Professional Staff
II Supporting Staff
III Transportation
IV Duty Travel to Site
V Office Rent
VI Office Supplies, Utilities and Communication
VII Office Furniture and Equipment
VIII Reports and Document Printing
IX Road Survey Equipment
X Contingencies
Total cost net of Goods & service tax**

Total for Phase 1 2 &3

GrandTotalnetofGoodsandServicetax(forall3phases)
Goods and Service tax
Grand Total including goods and service tax (for all 3 phases)

Note: Payments will be made as per stipulations of the Conditions of Contract.

LC* Local Currency

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

Note: Escalation shall be paid @ of 5% after each 12 months from the bid due date.

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

Rates for all items shall be quoted in figures as well as in words.

- 100 -
(FORM-III)

Estimate of Local Currency Costs

A. For Phase 1 & 2 (DPR and PRECONSTRUCTION ACTIVITIES)

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

(Normal Highway Project)

Sr.No. Position Name Rate(INR) Staff Month Amt.(INR)


Professional Staff
Team Leader cum
1 18
SeniorHighway Engineer
2 Senior Bridge Engineer 5
Highway cum
3 5
PavementEngineer
Material-cum-
4 GeotechnicalEngineer- 6
Geologist
5 Senior Survey Engineer 13
6 Road/TrafficSafety Expert 4
6
7 Environmental Specialist

Quantity Surveyor/
8 6
Documentation Expert
9 Land Acquisition Expert 14
10 Utility Expert 12
Sub-Total:
(To be assessed by Consultant as per requirement
Sub-Professional Staff of assignment and one sub-professional be a fresh
graduate)
1
2
3
4
5
6
7
Sub-Total:
TOTAL

- 101 -
(For Standalone Bridge Project)(N/A)

Staff
Sr. No. Position Name Rate(INR) Amt.(INR)
Month
Professional Staff
Team Leader cum
1 10
SeniorBridge Engineer
2 Senior Bridge Engineer 6
Highway cum
3 10
PavementEngineer
Material-cum-
4 GeotechnicalEngineer- 10
Geologist
5 Senior Survey Engineer 6
6 Senior Geologist 6
6
7 Environmental Specialist

Quantity
8 Surveyor/Documentation 4
Expert
Sub-Total: 58
(To be assessed by Consultant as per requirementof
Sub-Professional Staff assignment and one sub-professional be a fresh
graduate)
1
2
3
4
5
6
7
Sub-Total:
TOTAL

- 102 -
For Standalone Tunnel Project(N/A)

Staff
Sr. No. Position Name Rate(INR) Amt.(INR)
Month
Professional Staff
1 Team Leader cum 10
SeniorTunnel Engineer
2 Tunnel Design Expert 10
3 Senior Geophysicist 6
4 Senior GeotechnicalEngineer 10
5 Senior E&M Expert 6
6 Senior Geologist 10
4
7 Environmental Specialist

8 Material Engineer 6
Highway cum Pavement
9 4
Engineer
Quantity Surveyor cum
10 4
Documentation Expert
11 Senior Survey Engineer 6
Sub-Total:
(To be assessed by Consultant as per requirement
Sub-Professional Staff of assignment and one sub-professional be a fresh
graduate)
1
2
3
4
5
6
7
Sub-Total:
TOTAL

- 103 -
II..Support Staff

Staff Billing Amount


No. Position Name
Months Rate( INR) ( INR)
1 Office Manager
2 Typist
3 Office Boy
4 Night Watchman
Total :
III. Transportation (Fixed costs)

Rate/
Nos. of
S.No Description Qty. Month Amount(INR)
months
(INR)
The vehicles provided by the
Consultants shall include the cost for
1 rental, drivers, operation, maintenance,
repairs, insurance, etc.
A. For use of consultants
Total

IV. Duty Travel to Site (Fixed Costs)

Trips NO Rate (INR) Amount (INR)

V. Office Rent (Fixed Costs)

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

Total__

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

Monthly Amount
No. Item Months
Rate (INR) InINR.
Office Supplies Drafting
1
Supplies Computer
2
Running Costs
3
Domestic and International
4
Communication

TOTAL:---------------------------
- 104 -
VII. Office Furniture and Equipment (Rental)

Rate Amount
No. Description Unit Quantity
( INR) (INR )
1 Office Furniture and Equipment LS
Total

- 105 -
VIII. Reports and Document Printing

Rate per Copy Amount


No. Description No. of Copies
(INR. ) (INR)
1 Monthly Report 3 PerMonth
2 Inception Report & QAP 3
Environment and Social
3 4
ImpactScreening Report
4 Draft Feasibility Report 4
5 Final Feasibility Report 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
Draft Environmental Assessment
9 4
report & RAP
Final Environmental Assessment
10 6
report & RAP
Draft Detailed Design Report &
4
Drawings etc.
11
4
Draft EMP
12 Draft Bidding Documents 4

Final Detailed Project Reportwith Bill 6


of Quantities, Cost Estimates, Updated
13 Drawings etc.

Final EMP 6
14 Final Bidding Documents 6
Draft 3(a) ,3(A) and 3(D)notification
15 9
for land acquisition(3 copies each)
16 LA & Clearances II Report 6
Total

IX. Survey and Investigation

A. Topographical Survey (Fixed Rate)

Rate per Km
No. Item Kms Amount (INR)
(INR)

1 Topographic Survey including hire charges


for equipment and supply of survey teams

- 106 -
Rate per Km
No. Item Kms Amount (INR)
(INR)
comprising of project survey filed staff etc.
inclusive of cost of materials, labourer
Detailed topographic surveys using mobile/
2
aerial LiDAR or better technology

B. Investigation (Fixed cost)

No. Description Quantity Amount (INR)


1 Road and Bridge Inventory
2 FWD Test and Pavement Evaluation
3 Roughness Survey
4 Axle Load Survey
5 Material Survey and Investigation
6 Sub-grade Investigation
7 Traffic Survey
8 Socio-economic & Census Survey/Studies
9 Land Acquisition Studies
10 Any other investigations/surveys
*Sub-Soil Investigation
Rate Qty. Amount (Rs)
(Boring)

1500m (for
projects of
length < 110
a) Boring in all type of soils km)or2000m
(other than hard rock) (for projects
of length >
11
110 km)
200m (for
projects of
length < 110
b) Boring in hard rock km)or300m
(for projects
of length >
110 km)

Total

Note:* Quantities of borings shall be taken from Financial Proposal Form No.V. For financial
evaluation, the sequantities and rates quoted by the consultant will be considered. However,
Payment shall be made on the actual quantity of boring at rates quoted above by the Consultant,
which may be substantially more or less than the estimated quantities.

- 107 -
C. Network Survey and GPR

Rate Amount
No. Description Unit Quantity
( INR) (INR )
Network Survey of the existing Highways
1 as a repositoryfor civil work as per Job 1
directions from Authority.
GPR Survey for detection of under ground
2 Job 1
utilities
Total

X. Cost of supply and fixing Boundary Pillars

Amount
Item
(INR.)
Procuring and fixing boundary pillars and its installation, complete in all
respect as per IRC: 25, 1967: Wherever the proposed alignment follows
the existing alignment, the boundary pillars shall be fixed at an interval
of 200m on either side of proposed Right of Way. Wherever there is a
proposal of realignment of the existing Highway and/orconstruction of
New Bypasses, Consultant shall fix boundary pillars along the proposed
alignment on the extreme boundary on either side of the project
Highway at 50 m interval. (lumpsum )

- 108 -
XI Land Acquisition Team including support staff and logistics/transportation

(A) Land acquisition Team including support staff:

S. Rate Amount
Position Name Number Man Months
No. (INR) (INR)
Ex-Land Revenue
1 Inspector/Officer TBN 1 8
or equivalent
Ex-
2 Kanoogo/Girdwar TBN 1 8
or equivalent
Ex-Patwari or
3 TBN 1 8
equivalent
4 Typist TBN 2 8
5 Peon TBN 1 8
Total
Number of Land acquisition Teams
Grand Total for All Land acquisition Teams (A)

(B) Logistics for Land acquisition Team:

S. Amount
Item particulars Number Months Rate (INR)
No. (INR)
Computer including
1 2 8
necessary peripherals
2 Printers 2 8
Vehicles (Bolero or
3 equivalent) with monthly 1 8
running limit of 4000 km
Total
Number of Land acquisition Teams
Grand Total (B)
Grand Total for All Land acquisition Teams and Logistics (A) + (B)

Note: The Consultant shall provide one Land Acquisition Expert along with allied team and
supporting logistic as envisaged in Clause 5.1.5.1 of TOR for each 100 km stretches proposed for
DPR preparation or part thereof (For example total length of package is 343 km, there will be four
team).

- 109 -
Estimate of Local Currency costs

B.FOR PHASE 3 (CONSTRUCTION SUPERVISION AND MAINTENANCE)

I. REMUNERATION FOR LOCAL PROFESSIONALSTAFF

Normal Highway Project

For Project with Construction Period of 18 months

ConstructionPeriod18months+DLP
60months
No. Position Name
No. of man-
Rate months* Amount

Professional Staff
Team Leader cum Senior Highway 18+15
1. Engineer
2. Resident cum Highway Engineer 18x2+1x60

3. Senior Bridge Engineer 18+15


4. Highway cum Pavement Engineer 18+0

5. Senior Quality cum Material Expert 18+0

6. Road/traffic Safety Expert 8+15


Sub – Total 221
Sub-professional
1. Survey Engineer 2x18+1x10
2 Highway Design Engineer -

3 Assistant Highway Engineer 3x18+1x60

4 CAD Expert 8+4

5 Environmental Engineer 6+0

6 Bridge Design Engineer -


2x18+0
7 Assistant Bridge Engineer
3x 18+0
8 Assistant Quality cum Material Engineer
9 ElectricalEngineer 4+3
10 HTMS/Toll Expert 3+0

11 QuantitySurveyor 18+8

12. Horticulture cum Landscaping Expert 8+28

Sub Total 340

Total 561

- 110 -
NOT APPLICABLE For Project with Construction Period of 24 months

Construction Period24months+DLP
60 months
No. Position Name
No. of man-
Rate months* Amount

Professional Staff
Team Leader cum Senior Highway
1. Engineer
2. Resident cum Highway Engineer (2 Nos)
3. Senior Bridge Engineer
4. Pavement cum Highway Engineer
5. Senior Quality cum Material Expert
6. Road/traffic Safety Expert
Sub – Total
Sub-professional
1. Survey Engineer (2 Nos)
2 Highway Design Engineer -

3 Assistant Highway Engineer (3 Nos)


4 CAD Expert
5 Environmental Engineer
6 Bridge Design Engineer -

7 Assistant Bridge Engineer (2 Nos)


8 Assistant Quality cum Material Engineer (3 Nos)
9 ElectricalEngineer
10 HTMS/Toll Expert
11 QuantitySurveyor
12. Horticulture cum Landscaping Expert
Sub Total
Total

*The man-month against each key personnel/sub – professional shall be same as


specified in Enclosure A of TOR.

NOT APPLICABLE For Standalone Bridge Project:

Construction Period36 months+DLP


60months
No. Position Name
No. of man-
Rate months* Amount

Professional Staff
- 110 -
Team Leader Cum
1. Senior Bridge
Engineer

2. Resident cum Pavement Specialist


3. Senior Bridge Engineer
4. Senior Contract Specialist
5. Senior Quality cum Material Expert
6. Road/traffic Safety Expert
Sub – Total
Sub-professional

1.
2.
3.
4.

5.

6.

7
8.
9.
10.
Sub Total
Total

NOT APPLICABLE For Standalone Tunnel Project:

Construction Period60months+DLP
60months
No. Position Name
No. of man-
Rate months* Amount

Professional Staff
Team Leader cum Senior Tunnel
1. Expert
2. Resident Engineer cum Excavation Specialist
3. Senior Geotechnical Expert
4. Tunnel Design Engineer

- 111 -
5. Tunnel Safety Expert
6. Senior Geologist
7. Senior Contract Specialist
Sub – Total
Construction Period60 months+DLP
60months
No. Position Name
No. of man-
Rate Amount
months*
Sub-professional
(To be decided bythe Authorityas
per requirement of the Project at the
time of preparation of RFP)

Sub Total
Total

II. Support Staff

Billing
No. Position Name Staff Months Amount( )
Rate()
1. Office Manager TBN
2. Accountant cum Cashier TBN
Steno cum
3. TBN
ComputerOperator
4. Office Boy(1 no) TBN
Total :

III. Transportation (Fixed rate on rentalbasis)

The vehicles provided by the Consultants shall include the cost for rental, drivers, operation,
maintenance, repairs, insurance, etc. for all complete approx. 3000km/month run
Qty.
Rate/
Description of (No. of vehicle-month)
Sr. No Total Vehicle- Amount
Vehicles During Construction During Development
Month
Period and O&M Period
1
2
Total

- 112 -
IV. Duty Travel to Site (Fixed Costs) (For all Lengths of projects): Professional and
Sub-Professional Staff

Trips Number of Trips Rate* Amount

* Rate quoted includes Hotel charges, travel cost etc.complete.

V. Office Rent (Fixed Costs)–


Minimum 200 sqm area of office shall be rented. The rent cost includes electricity and
water charges, maintenance, cleaning, repairs, etc. complete.

Nos. of Months Rate/month Amount


48

The rent cost includes electricity and water charges, maintenance, cleaning, repairs, etc.
complete.

VI. Office Supplies, Utilities and Communication (FixedCosts)

Monthly Amount in
No Item Months
Rate Rs.
1. Office Supplies
2. Drafting Supplies
3. Computer Running Costs

4. Domestic and International Communication

VII. Office Furniture and Equipment(Rental)

The cost shall include rental charges towards all such furniture and equipment as required
for proper functioning of office. Office furniture shall include executive tables, chairs, visitor
chairs, steel almirahs, computer furniture, conference table etc. Office equipment shall
include as a minimum of telephone (2external &10 internal lines), photocopier (15ppm,
12000copies per month with A3 & A4 input) fax machine, PCs(5 No., Intel Core 2 Duo E8300,
19’’ colour TFT, Cache-6MB, RAM-2 GB, HDD-250 GB, DVD Writer, Key board, optical scroll
mouse, MS- Windows Vista Business, pre-loaded anti-virus etc.), laser printers (2 no., 14
ppm, 266 MHZ, 5000 pages per month, 600x600 dpi or better etc., Engineering Plan printer
(1 no.), binding machine (1 no.), plotter A0 size, overhead projector, AC (4 no., 1.5 Ton),
Water Coolers (as required)etc.

- 113 -
Nos. of Months Rate/month Amount
48

VIII. Reports and Document Printing

No.of Total Rate


No.of
No. Description Copiesper Nos.of perCopy Amount
Reports
Report copies ()
Monthly reports
1 84 3 252
(Design and Construction)
2 Half yearly Reports 8 3 24
Various others reports as
3 provided in the Concession
Agreement such as Completion
Total

IX. Road Survey Equipment

The cost shall include carrying out survey using equipment, manpower, software and
report processing.

Nooftimes Amount
Rate per
Item Kms survey to be
km (INR) (INR)
conducted
Surface defects detection and roughness measurement
8
using Network Survey Vehicle
Pavement strength measurement using FWD 4
Bridge inspection using Mobile Bridge Inspection Unit
or Drone technology 8

Road signs inspection using Retro Reflectometer 8


Total

X. Contingencies

A fixed amount of Indian Rupees ONE MILLION shall be included in the Financial Proposal.
The provisions of Contingency shall be operated with the specific approval from the
Competent Authority in Assam PWD NH Works.

- 114 -
(Form-IV)

Estimate of Costs for Expatriate Consultants (in Indian Rupees)

I.Remuneration of Expatriate Staff including per Diem allowances

II.Mobilization and Demobilization

1. International Airfares (Fixed costs)

2. Inland Travel in Home Country (Fixed Costs)

LumpSum ……

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

(Fixed cost)

Lump Sum …….

- 115 -
TENTATIVE QUANTITIES FOR SUB-SOIL INVESTIGATIONS (BORING)

(Form –V)

Cumulative
TentativeQuantities
Stretch
Approximate ( in m )
Proposed
S.No NH No. Length (in PackageNo. State
Km.)
for DPR
In Soils
In
other than
hardrock
hard rock

For projects
As per List As perList As perList
of length <
at As per List at at at
1 110 1500 200
km<Details of Annexure- Annexure- I Annexure- Annexure-
I I I
packages>

For projects As per List As per List As per List


As per List
of length > at at at
2 110 km - Annexure- at 2000 300
Annexure- Annexure-
PMC FOR Annexure- I
I I I
PROJECT
MANAGERMEN
T
CONSULTANCY
SERVICES FOR
FEASIBILITY
STUDY AND
PREPARATION
OF DPR,
SUPERVISION
DURING
CONSTRUCTIO
N AND
MAINTENANCE
OF NH-
627(PKJ-I).

- 116 -
APPENDIX-V

DETAILED EVALUATION CRITERIA

1. First Stage Evaluation -Proof of Eligibility (Para 12.1 of Data Sheet)

1.1 Eligibility criteria for sole applicant firm.

The sole applicant firm shall satisfy the following criteria.

(a)Firm should have experience of preparation of DPR/Feasibility of 2/4/6 lane of aggregate


length as given below. The firm should have also prepared DPR/Feasibility of at least one
project of 2/4/6 laning of minimum length as indicated below in the last 7 years.

Package Tentative Minimum Aggregate Minimum length of a Eligible


S.No.
No. Length Length required Project (2/4/6lane)
DPR = 0.4
DPR/ Feasibility = Feasibility = 0.6
xTentative
Tentative Length xTentative Length
Length
1 2 3 4 5 6

(b) Firm should also have experience of project Authority Engineer/Independent


Engineer/Construction supervision of 2/4/6 lanning/Bridge project of aggregate length as
given below in the last 7 years.

Package Tentative MinimumAggregate Length Minimum length of a Eligible


S.No.
No. Length required Project (2/4/6lane)
Project
Project
Supervision/independent
Supervision/independent
Engineer = 0.4 xTentative
Engineer(Tentative length)
Length
5
1 2 3 4

Note: Similar project means 2/4/6 lane as applicable for the project for which RFP is invited.
For 2-lane projects experience of 4/6 lane also to be considered with a multiplication factor of
1.5. Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For 4/6
laning projects, experience of 2 lane will be considered with a multiplication factor of 0.5.

- 117 -
(a) Annual Average Turn Over for the last 5 years

{In cases where, Audited/Certified copy of Balance Sheet for the FY 2020-21 is
available, last five years shall be counted from 2016-17 to 202-21. However, where
audited/certified copy of the Balance Sheet for the FY 2020-21 is not available (as
certified by the Statutory auditor) then in such cases last five years shall be
considered from 2015-16 to 2019-20 of the firm from Consultancy services should
be equal to more than Rs.10 crore.

(In Rs. crore$)

Bidder
Annual Turnover
type Average
Annual
Year 1 Year 2 Year 3 Year 4 Year 5 Turnover

Updati Updati (In Rs.


Updation Updation Updatio
(Rs.) (Rs.) (Rs.) on (Rs.) on (Rs.) crore$)
factor factor n factor
factor factor

(2x3+4x5
+6x7+8x9
1 2 3 4 5 6 7 8 9 10 11
+10x11)/
5

Single
entity
Bidder or
Lead
Member
including 1.00 1.05 1.10 1.15 1.20
other
members
of the
Joint
Venture

Name & address of Bidder’s Bankers:

$The conversion rate of USD into Rupees shall be the daily representative exchange rates published by the
Reserve Bank of India for the relevant date.Where relevant date should be as on the date 28 (twenty eight)
days prior to the Application Due Date.

(Financial Year to be modified as applicable)

- 118 -
1.2 Eligibility criteria for Lead Partner/Other Partner in case of JV.

In case of JV, the Lead Partner should fulfill at least 75% of all eligibility requirements and the
other partner shall fulfill at least 50% of all eligibility requirements as given at 1.1 above. Thus
a Firm applying as Lead Partner/Other Partner in case of JV should satisfy the following (a) &
(b). Firm should have experience of preparation of DPR/Feasibility of 4/6 lane of aggregate
length as given below. The firm should have also prepared DPR/Feasibility of at least one
project of 4/6 laning of minimum length as indicated below in the last 7 years (i.e. from2011-
12 onwards)

(a) Preparation of DPR/Feasibility of 2/4/6 lane of aggregate length as given below.

Minimum
S. Package Tentative
Aggregate Minimum length of a Eligible Project (2/4/6lane)
No. No. Length
Length required
DPR/
Feasibility = DPR = 0.4 xTentative Feasibility = 0.6
Tentative Length xTentative Length
Length
1 2 3 4 5 6
Other Other partner Lead in Other
Lead Lead in
partner in partner in
in JV JV in JV JV
JV JV

(b) Authority Engineer/Independent Engineer/Construction supervision of 2/4/6


lanning/Bridge project of aggregate length as given below

Tentative Minimum Aggregate Length Minimum length of a Eligible


S.No. Package No.
Length required Project (2/4/6lane)
Project
Supervision/independent Project Supervision/independent
Engineer=Tentative Engineer = 0.4 xTentative Length
Length
5
1 2 3 4

Other
Other Lead in
Lead in JV partner
partner in JV JV
in JV

- 119 -
c) Minimum Annual Average Turn Over for the last 5years

{ In cases where, Audited/Certified copy of Balance Sheet for the FY 2020-21 is available, last
five years shall be counted from 2016-17 to 2020-21. However, where audited/certified copy
of the Balance Sheet for the FY 2020-21 is not available (as certified by the Statutory auditor)
then in such cases last five years shall be considered from 2015-16 to 2019-20} of a firm
applying as Lead Partner/Other Partner in case of JV from Consultancy services should be as
given below:

(Financial Year to be modified as applicable)

No. Mode of Submission by a firm Annual Average Turn Over for the last 5 years
1 Lead Partner in a JV Rs.7.5 crore
2 Other Lead partner in a JV Rs.5 crore

Note: (i) Weightage to be given when experience by a Firm as Sole Firm/Lead


Partner in aJV/Other Partner in a JV/As Associate

Status of the firm in carryingout DPR/ Feasibility


No. Weightage for experience
Study
1 Sole firm 100%
2 Lead partner in a JV As per share in JV
3 Other partner in a JV As per share in JV
4 As Associate 25%

(ii) The experience of a firm in preparation of DPR for a private Concessionaire/contractor


shall not be considered, unless certified by the client (Road owning authority)

- 120 -
2. Second Stage Evaluation -Technical Evaluation (Para 12.2 of Data Sheet)

A1. Firm’s Profile, turnover and professionals working with the firm (20M)

1 Specific experience of firms in terms of year 7


1.1 Less than 5 year 2.5
1.2 5 year to 15 year. 5.0
1.3 15 year to 25 year 6.0
1.4 More than 25 years 7.0
2 Profile of the Firm 3
2.1 Partnership /others (Solo /Joint) 1.0
2.2 Private Limited Company and Joint applicant 2.5
2.3 Private Limited Company and sole applicant 3.0
2.4 Public Limited Company and Joint applicant 2.5
2.5 Public Limited Company and sole applicant 3.0
3 Specific experience of firms in terms of 6
turnover(Updated to the factor as per clause
1.3.2 of LOI)
3.1 Firm Average Turnover of last 5 years 4.0
>10 but < 20 crore
3.2 Firm Average Turnover of last 5 years 5.0
20 - 50 crore
3.3 Firm’s Average Turnover of last 5 years > 50 6.0
crore
4 Highway Professionals * working with the 4
firm
4.1 <10 nos. 0
4.2 10-20 nos. 2.0
4.3 > 20-30 nos. 3.0
4.4 > 30 nos. 4.0
*The professionals who possess degree in Civil Engineering/Transport
Planning/Transport Economics/Traffic Management/Geology/Environment Science or
Engineering and 8 years Experience in highway/bridge/tunnel with employment in the
firm for more than one year. The current Employment Certificate/Pay roll details shall
be uploaded by Key Personnel on INFRACON.

Note:

A. 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)

B. Similar project means 2/4/6 lane as applicable for the project for which RFP is invited. For
2-lane projects experience of 4/6 lane also to be considered with a multiplication factor of 1.5.

- 121 -
Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For 4/6
laning projects, experience of 2 lane will be considered with a multiplication factor of 0.5.

Note: (i) Weightage to be given when experience by a Firm as Sole Firm/Lead Partner in a
JV/Other Partner in a JV/As Associate

Status of the firm in carryingout DPR/


No. Weightage for experience
Feasibility Study

1 Sole firm 100 %

2 Lead partner in a JV As per share in JV

3 Other partner in a JV As per share in JV

4 As Associate 25%

(ii) The experience of a firm in preparation of DPR for a private Concessionaire/contractor shall
not be considered, unless certified by the client (Road owning authority)

- 122 -
A2. Firm's relevant experience in last 7 yearsfor DPR work (15 M)

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

Maximum Sub-
S.No. Description
Marks Marks
Specific experience of the DPR consultancy related to the
1 15
assignment
Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane
1.1 5
projects
1.1.1 More than the indicative Length of the package applied for 3.0
More than 2 times the indicative length of the package applied
1.1.2 4.0
for
More than 3 times the indicative length of the package applied
1.1.3 5.0
for
DPR for 2/4/6 laning projects each equal to or more than
40 % of indicative length of a package applied for (or
1.2 Feasibility Study for 2/4/6 laning projects each equal to 5
or more than 60 % of indicative length of a package
applied for)
1.2.1 1 project 3.0
1.2.2 2 projects 4.0
1.2.3 ≥3 projects 5.0
2 DPR of Bridge having length more than 200 m 5
2.1 1 bridge 1.0
2.2 2 bridges 2.0
2.3 3 bridges 3.0
2.4 4 bridges 4.0
2.5 ≥5 bridges 5.0

- 123 -
For special projects such as special bridges, tunnels and expressways that require
specialized capabilities and skill sets, the following is the break-up:
S. Maximum Sub-
Description
No. Marks Marks
Specific experience of the DPR consultancy related to the
1 8
assignment
Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane
1.1 4
projects
1.1.1 More than the indicative Length of the package applied for 2.0
1.1.2 More than 2 times the indicative length of the package applied for 3.0
1.1.3 More than 3 times the indicative length of the package applied for 4.0
DPR for 2/4/6 laning projects each equal to or more than 40
% of indicative length of a package applied for (or Feasibility
1.2 4
Study for 2/4/6 laning projects each equal to or more than
60 % of indicative length of a package applied for)
1.2.1 1 project 2.0
1.2.2 2 projects 3.0
1.2.3 ≥ 3 projects 4.0
2 DPR of Bridge having length more than 200 m 3
2.1 1 bridge 1.0
2.2 2 bridges 1.5
2.3 3 bridges 2.0
2.4 ≥4 bridges 2.5
2.5 ≥ 5 bridges 3.0
DPR for special category projects (Special bridges/ tunnels
3 or expressways, whichever applicable). It is to be noted that
either 3.1 or 3.2 shall be applicable, and not both.
3.1 DPR of number of special bridges/ tunnels (if applicable) 4
3.1.1 1 project 1
3.1.2 2 projects 2
3.1.3 3 projects 3
3.1.4 ≥4 projects 4
3.2 Aggregate length of DPR/ Feasibility study for expressways 4
3.2.1 Upto 50 km 1
3.2.2 50 km to 100 km 2
3.2.3 100 km to 150 km 3
3.2.4 > 150 Km 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)

- 124 -
A3: Firm's relevant experience in last 7 years for Supervision work (15 M).

Maximum Sub-Marks
S. No. Description Marks
Specific Experience as Authority Engineer/Independent
1 Engineer /Construction supervision in aggregate length of 5
HighwayProjects of 2/4/6-laning
1.1 More than the indicative Length of the package applied for - 3.0
More than 2 times the indicative length of the package
1.2 applied for- 4.0

More than 3 times the indicative length of the package


1.3 5.0
applied for-
Specific Experience as Authority Engineer/Independent
Engineer /Construction supervision in Number of
2 HighwayProjects of 2/4/6-laning**of length (40%of project 5
length) or more in last 7 years.

2.1 1 project 3.0

2.2 2 Project 3.5


3 Project
2.3 4.0
4 Project
2.4 4.5
2.5 5 Project or more 5.0
Experience in Construction Supervision of major structures
3 having length of more than 200 meter in last 7 years. 5

3.1 1 project 3.0

3.2 2 Project 3.5


3 Project
3.3 4.0
4 Project
3.4 4.5

3.5 5 Project or more 5.0

4 Additional requirement in case of specialized projects*** ***

Note 1: In case of JV the turnover and experience details of Lead and JV partners to be
added.
Note 2: Employer’s certificate/ certificate from Statutory Auditor should be submitted
substantiating the experience/turnover claimed by the firm.

*** In case the project includes any specialized nature of work such as tunnels, specialized
structures etc. in substantial quantum, this requirement/Marks may be included by suitably
adjusting marks of other attributes.

- 125 -
B1. Material testing, survey and investigation, equipment and software proposed to
beused (10M)
Maxim
Sub-
S.No. Description um
Marks
Marks
Availability of Material Testing Facilities with
1 1.5
persons/resources having operational skills of the equipment
1.1 Owned* (Available In House) 1.5
1.2 Outsourced (Hire basis) 1.5
* Shall be ascertained through the ownership evidence uploaded on INFRACON in regard
to major equipments required for testing of materials to be used for construction of
Highway Project.
Availability of Field Investigation Facilities with
2 1
persons/resources having operational skills of the equipment
2.1 Owned** (Available In House) 1
2.2 Outsourced (Hire basis) 1
** Shall be ascertained through ownership evidence uploaded on INFRACON for
construction of Highway Project.
Availability of Office Equipment and Software with
3 1.5
persons/resources having operational skills of the equipment
3.1 Owned*** (Available In House) 1.5
3.2 Outsourced (Hire basis) 1.5
*** Shall be ascertained through ownership evidence uploaded on INFRACON for key
hardware/software required for Highway consultancy assignment.
Experience in LiDAR or better technology for topographic
4 2.5
survey (Infrastructure sector)
4.1 1 project 0.5
4.2 2 projects 1
4.3 3 projects 1.5
4.4 4 projects 2
4.5 ≥ 5 projects 2.5
Experience in using GPR and Induction Locator or better
5 technologies for detection of sub-surface utilities 2
(Infrastructure sector)
5.1 1project 0.5
5.2 2 projects 1
5.3 3 projects 1.5
5.4 ≥ 4 projects 2
6 Experience in digitization of cadastral maps for land surveys 1.5
6.1 Area upto 100 ha 0.5
6.2 Area between 100-500 ha 1
6.3 Area > 500 ha 1.5

Note: The experience of firm/associate in Lidar or equivalent technology, GPR and Induction Locator or
equivalent technologies and Experience in digitization of cadastral maps for land acquisition shall be
supported by experience certificate. The experience of a firm/ associate in Lidar or equivalent
technology, GPR and Induction Locator or equivalent technologies and Experience in Digitization of
cadastral maps for land acquisition for a private concessionaire/ contractor (client) shall be considered
on self-certification along with the client certificate of Government agencies not below the rank of
EE/PD/GM or eqivalant officer. Any false certification shall attract provisions of Clause 1.8, Section -2
(letter of Invitation) read with Clause 2.9.1(g) of GCC

- 126 -
B2: Experience in use of technology for road inspection in supervision work (10M)

S. Maximum
No Description Marks
Experience in Network Survey Vehicle (NSV) or better
1 technology for pavement inspection 3.5
1.1 Equipment 2
(a) Equipment on MOU on hiring basis- 2 marks
(b) Own Equipment – 2 marks
1.2 Experience 1.5
(i) 1-2 projects 0.5
(ii) 3-5 projects 1
(iii) > 5 projects 1.5
Experience in Falling Weight Deflectometer (FWD) or better
2 technology for pavement strength measurement 2

2.1 Equipment 1
(a) Equipment on MOU on hiring basis- 1 marks
(b) Own Equipment – 1 marks
2.2 Experience 1
(i) 1-3 Projects - 0.5 marks
(ii) >3 Projects- 1 marks
3 Experience in Mobile Bridge Inspection Unit or better 2.5
3.1 Equipment 1
(a) Equipment on MOU on hiring basis- 1 marks
(b) Own Equipment – 1 marks
3.2 Experience 1.5
(i) 1-2 Projects- 0.5 marks
(ii) 3-5 Projects- 1 marks
(iii) > 5 Projects- 1.5 marks
4 Experience in Retro reflectometer technology 2
4.1 Equipment 1
(a) Equipment on MOU on hiring basis- 1 marks
(b) Own Equipment – 1 marks
4.2 Execution with owned/hired Equipment 1
(i) 1-3 Projects - 0.5 marks
(ii) >3 Projects – 1 marks
Total 10
Notes:
(iii) The Consultants owning the equipment shall be required to submit proof
ofownership.
(iv) The experience of firm/associate in NSV or equivalent technology, FWD or equivalent
technology, MBIU or equivalent technology and Retro reflectometer or equivalent
technology shall be supported by experience certificate. The experience of a firm/associate
for a private concessionaire/ contractor (client) shall be considered on self-certification
along with the client certificate of Government agencies not below the rank of
EE/PD/GM or eqivalant officer. Any false certification shall attract provisions of Clause
1.8, Section -2 (letter of Invitation) read with Clause 2.9.1(g) of GCC

- 127 -
C1. Qualification and Competence of the Key Staff for adequacy of the Assignment for
phase 1 & 2 (Project preparation and pre construction activity). (Para 12.2 ofData Sheet
and Enclosure II of TOR)

C1.1 TEAM LEADER cum SENIOR HIGHWAY ENGINEER


S. No. Description Max. Marks
I General Qualification 25
i) Degree in Civil Engineering or equivalent [AICTE Approved] 20
Post Graduation in HighwayEngg./Structures/Traffic and
Transportation/SoilMechanics and Foundation
ii) 5
Engineering/Construction Management/Transportation[AICTE
Approved]
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<15years 0
15-18 years 11
>18-21 years 13
>21 years 15
Experience in Highway Projects-Experience in Planning, project
(b) preparation and designof Highway (2/4/6 laning 7.5
ofNH/SH/Expressways)
<6 years 0
6-8 years 5.5
>8-10 years 6.5
>10 years 7.5
Experience in Highway Projects-Experience in Construction
(c) Supervision/AE/IEfor Projects (2/4/6 laning 7.5
ofNH/SH/Expressways)
<6 years 0
6-8 years 5.5
>8-10 years 6.5
>10 years 7.5
d) Experience in Similar Capacity 40
In Feasibility of 2/4/6 laning works or DPR of major highway
(i)a projects i.e. 2/4/6 laning of NH/SH/Expressways in Similar 10
Capacity ( Minimum Aggregate length of 40 km )
< 40km 0
40km-80 km 4
80 km-150km 8
>150km-250km 9
> 250km 10

- 128 -
S. No. Description Max. Marks
In Construction Supervision/IC of major highway projects i.e.
(i)b 2/4/6 laning of NH/SH/Expressways in Similar Capacity ( 10
Minimum Aggregate length of 40 km )
< 40km 0
40 km-70km 8
>70km-100km 9
> 100km 10
In Feasibility of 2/4/6 laning works or DPR of major highway
projects (of length 40% of project length or more of similar
(ii)a 10
configuration) i.e. 2/4/6 laning of NH/SH/Expressways in
SimilarCapacity- Number of Projects(full time)
< 2 projects 0
2 projects 8
3- 5 projects 9
> 5 projects 10
In Construction Supervision/IC ofmajor highway projects(of
length 40% of project length or more of similar configuration) i.e.
(ii)b 10
2/4/6 laning of NH/SH/Expressways in SimilarCapacity- Number
of Projects( full time deployment)
< 1 projects 0
1 project 4
2 projects 8
3- 5 projects 9
> 5 projects 10
III Employment with Firm 5
Less than 1 Year 0
1 year 3.0
Add 0.5 marks for each
subsequent year subject to
maximum of 2.0 marks
Total 100

- 129 -
C1.2 HIGHWAY cum PAVEMENT ENGINEER

S.No. Description Max. Marks


I General Qualification 25
i) Degree in Civil Engineering or equivalent [AICTE Approved] 20
Post graduation in Highway Engg/
ii) 5
Transportation Engineering [AICTE Approved]
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<8years 0
8-12 years 11
>12-15 years 13
>15 years 15
Experience in Highway Projects - Experience in Design/
(b) Pavement Design of Highway Projects (2/4/6 laning of 25
NH/SH/Expressways)
<6 years 0
6-10years 19
>10-15 years 22
>15years 25
(C) Experience in Similar Capacity 30
In Design/ Pavement Design of Highway Projects (2/4/6 laning
(i) o fNH/SH/Expressways) in Similar Capacity (Minimum 20
aggregate length 80 km)
<80km 0
80km-150km 15
>150km-250km 17
>250km 20
InDesign/Pavement Design
(ii) ofHighwayProjects(2/4/6laningofNH/SH/ Expressways) in 10
Similar Capacity – Number of Projects
2 projects 8
3- 5 projects 9
> 5 projects 10
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each
subsequent year subject to
maximum of 2.0 marks
Total 100

- 130 -
C1.3 SENIOR BRIDGE ENGINEER

S.
Description Max. Marks
No.
I General Qualification 25
i) Degree in Civil Engineering or equivalent 20
[AICTE Approved]
ii) Post Graduation in Structural Engineering/ Bridge 5
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<10 years 0
10-12years 11
>12-15 years 13
>15 years 15
b) Experience in Bridge Projects 25
(i) Experience in project preparation and design of bridge 20
<8 years 0
8-10 years 15
>10-12 years 17
>12years 20
(ii) Experience of 2/4 lane configuration bridges 5
<2 Projects 0
2-4 Projects 4
> 4 projects 5
Experience as Senior Bridge Engineer or Similar Capacity
c) in Highway Design Consultancy Projects (2/4/6 laning of 30
NH/SH/Expressways) involving design of Major Bridges
( minimum 2 nos. of length more than 200m)
<2 numbers 0
2-4 numbers 24
5-6 numbers 27
> 6 numbers 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year
subject to maximum of 2 marks
Total 100

- 131 -
C1.4 Road/Traffic Safety Expert

S. No. Description Max. Marks


I General Qualification 25
i) Degree in Civil Engineering[AICTE Approved] 20
Post graduation in Traffic Engineering /Transportation Engineering
ii) 5
/Transportation Planning[AICTE Approved]
Relevant Experience & Adequacy for the
II 70
Project
a) Total Professional Experience 15
<6 years 0
6-10years 11
>10-15 years 13
>15years 15
Experience in Highway Projects – Experience on Similar
b) 25
Projects (2/4/6 laning of NH/SH/ Expressways)
<5years 0
5-6years 19
>6-10 years 22
>10years 25
Experience as Traffic and Safety Expert / Traffic Engineer or in
c) Similar Capacity in Highway Projects(2/4/6 laning of 30
NH/SH/Expressways) (Minimum aggregate length 80 km)
<80 km 0
80 km-150 km 24
>150 km -250 km 27
>250 km 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year
subject to maximum of 2 marks
Total 100

- 132 -
C1.5 MATERIAL ENGINEER cum GEOTECHNICAL ENGINEER cum GEOLOGIST

S. No. Description Max. Marks


I General Qualification 25
i) Degree in Civil Engineering /M. Sc. in Geology[AICTE Approved] 20
Post graduation in Foundation Engineering / Soil Mechanics / Geo
ii) 5
Tech Engineeringor Phd in Geology[AICTE Approved]
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<10 years 0
10-12 years 11
>12-15 years 13
>15 years 15
Experience in Highway Projects–In Similar Projects
b) (2/4/6laning of NH/SH/Expressways) in design and or 25
Construction/ Construction Supervision
<7 years 0
7-10 years 19
>10 -12 years 22
>12years 25
Experience as Material cum Geo-technical Engineeror in
c) Similar capacity on Highway Projects (2/4/6 laning of 30
NH/SH/Expressways) (Minimum aggregate length 80 km)
<80 km 0
80 km-150 km 24
>150 km – 250 km 27
>250 km 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year subject
to maximum of 2 marks
Total 100

- 133 -
C1.6 SENIOR SURVEY ENGINEER

S. No Description Max. Marks


I General Qualification 25
Degree or equivalent in Civil Engineering / Diploma in Civil Engineering
i) 20
/Diploma in Surveying[AICTE Approved]
Post Graduation in Survey Engineering / Surveying / Remote
ii) 5
Sensing[AICTE Approved]
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<10 years 0
10-12 years 11
>12-15 years 13
>15 years 15
b) Experience in Highway Projects 25
Experience in Similar Projects (2/4/6 laning of NH / SH /
i) Expressways) in project preparation/ Construction / Construction 20
Supervision
<8years 0
8 -10 years 15
>10-12 years 17
>12 years 20
Knowledgeand understanding of modernComputer based method
ii) 5
of Surveying
Yes 5
No 0
Experience as Survey Engineer or in Similar Capacity for project
c) preparation of highway project (2/4/6 laning of 30
NH/SH/Expressways) (Minimum Aggregate Length 80km)
<80 km 0
80 km-150 km 24
>150 km-250 km 27
>250 km 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year subject to
maximum of 2 marks
Total 100

- 134 -
C1.7 ENVIRONMENTAL SPECIALIST

S. No. Description Max. Marks


I General Qualification 25
Degree in Civil Engineering / Environmental Engineering or
i) 20
Post Graduate in Environmental Sciences[AICTE Approved]
ii) Post-Graduation in Environmental Engineering [AICTE Approved] 5
Relevant Experience & Adequacy for the
II 70
Project
a) Total Professional Experience 15
<6 years 0
6-8 years 11
>8-10 years 13
>10 years 15
Experience in Highway Projects- Experience in Environment
b) impact assessment of Highway Projects (2/4/6 laning of 5

2 NH/SH/Expressways)
<5 years 0
5 -7 years 19
>7-10 years 22
>10 years 25
0
Experience as Environmental Specialist or in Similar Capacity in
c) 3
Highway Projects(2/4/6 laning of NH/SH/Expressways)
<2 projects 0
2- 4 projects 24
5-7 projects 27
>7 projects 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year subject
to maximum of 2 marks
Total 100

- 135 -
C1.8 QUANTITY SURVEYOR/DOCUMENTATION EXPERT

S. No. Description Max. Marks


I General Qualification 25
Graduation or equivalent in Civil Engineering / Certificate
i) course from ‘Institution of Quantity Surveying ’[AICTE 20
Approved]
Graduation or equivalent in Civil Engineering
ii) 5
[AICTE Approved]
Relevant Experience & Adequacy for the
II 70
Project
a) Total Professional Experience 15
<10 years 0
10-12 years 11
>12-15 years 13
>15 years 15
Experience in Highway Projects- Experience in preparation
of Bill of Quantities, Contract documents and documentation
b) 25
for major highway projects (2/4/6 laning of
NH/SH/Expressways)
<8 years 0
8 -10 years 19
>10-12 years 22
>12 years 25
Experience as Quantity Surveyor / Documentation Expert or
c) in Similar Capacity in Highway Projects(2/4/6 laning of 30
NH/SH/Expressways) (MinimumAggregate length of80km)
<80 km 0
80 km-150 km 24
>150 km –
27
250km
>250 km 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year subject
to maximum of 2 marks
Total 100

- 136 -
C1.9 LAND ACQUISITION EXPERT

S. No. Description Max. Marks


I General Qualification 25
i) Graduation or equivalent 20
ii) Post Graduation 5
Relevant Experience & Adequacy for the
II 70
Project
a) Total Professional Experience 15
<15 years 0
15-17 years 11
>17-20 years 13
>20 years 15
Experience in Land Acquisition works of
b) 20
Government/Authority
<10 years 0
10 -12 years 15
>12-15 years 17
>15 years 20
c) Experience in Land Acquisition works in Highway/road sector 25
Nil project 0
1 project 19
2 projects 22
3 projects 25
Retired Revenue officer at the level of ADM/SDM /
d) 10
Tehsildar
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each
subsequent year subject
to maximum of 2 marks
Total 100

- 137 -
C1.10 UTILITY EXPERT

S. No. Description Max. Marks


I General Qualification 25
i) Graduation or equivalent 20
ii) Post Graduation 5
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<10 years 0
10-12 years 11
>12-15 years 13
>15 years 15
b) Experience in Utility estimation and its laying/ erection 30
<8 years 0
8 -10 years 24
>10-12 years 27
>12 years 30
Experience in Utility shifting estimation and its laying/ erection along
c) 25
Highway/ roads
Nil project 0
1 project 19
2 projects 22
3 projects 25
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for
each subsequent year
subject to maximum of
2 marks
Total 100

- 138 -
C1.11 TEAM LEADER cum SENIOR BRIDGE ENGINEER(N/A)

S. No. Description Max. Marks


I General Qualification 25
i) Degree in Civil Engineering or equivalent [AICTE Approved] 20
Post Graduation in Structural Engineering, Degree/Diploma/Certificate in
ii) 5
Construction Management
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<15 years 0
15-18 years 11
>18-21 years 13
> 21 years 15
Experience in major Bridge Project –Experience in major Bridge
(b) 25
Design/Construction / Development Project
< 5 years 0
6-8 years 19
>8-10 years 22
>10 years 25
c) Experience in Similar Capacity 30
As Team Leader/Project Manager or similar capacity of atleast two
(i) major bridge of a length 500 mtr. (Excluding approaches) in 20
Construction Supervision / IC.
< 2 projects 0
2 projects 15
3- 5 projects 18
> 5 projects 20
As Team Leader/Project Manager or similar capacity of atleast two
(ii) major bridge of a length 500 mtr. (Excluding approaches) in DPR/ 10
Feasibility Study.
< 2 projects 0
2 projects 8
3- 5 projects 9
> 5 projects 10
III Employment with Firm 5
> 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year subject to maximum of 2 marks
Total 100

- 139 -
C1.12 Bridge Structural Engineer(N/A)

S.
Description Max. Marks
No.
I General Qualification 25
Degree in Civil Engineering or
i) 20
equivalent[AICTE Approved]
Post Graduation in Structural Engineering/ Bridge
ii) 5
Engineering[AICTE Approved]
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<8 years 0
8-10 years 11
>10-15=12 years 13
>12 years 15
b) Experience in Bridge Projects 25
(i) Experience in project preparation and design of bridge projects 25
<5 years 0
5-8 years 19
>8-10 years 22
>10 years 25
Experience as Bridge Engineer orSimilar Capacity in Highway
Design Consultancy Projects (2/4/6 laning of
c) 30
NH/SH/Expressways) involving design of Major Bridges
( minimum 2 nos. of length more than 200m)
<2 numbers 0
2-4 numbers 24
5-6 numbers 27
> 6 numbers 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year
subject to maximum of 2 marks
Total 100

- 140 -
C1.13Team Leader cum Senior Tunnel Expert(N/A)

Max.
S. No. Description
Marks
I General Qualification 25
i) Degree in Civil Engineering/Tunnel Engineering / Mining Engineering 20
Post Graduation in Civil Engineering /Tunnel Engineering/Mining
ii) 5
Engineering
II Relevant Experience & Adequacy for the Project 65
a) Total Professional Experience 10
<20 years 0
20-25 years 8
>25-28 years 9
>28 years 10
(b) Experience in Tunnel Projects 40
(i) Professional experience in handling major tunnel projects
8
(Road/Rail/Metro)
<12 years 0
>=12 – 14 years 6
>14 – 15 years 7
>15years 8
(ii) Experience in major tunnel construction/construction
8
supervision projects (Road/Rail/Metro)
<6 years 0
>=6 – 8 years 7
>8 years 8
(iii) Experience in reviewing of DPR or Feasibility report of major
8
tunnel projects(Road/Rail/Metro)
<6 years 0
>=6 – 8 years 7
>8 years 8
(iv) Experience in DPR reviewingof minimum aggregate tunnel
8
length of 1.0 km
<1.0 km 0
1.0 km-2.5 km 6
more than 2.5 km 8
(v) Experience in construction/construction supervision/
reviewing of DPR/feasibility report of major tunnel projects 8
(Road/Rail/metro) using NATM

- 141 -
Max.
S. No. Description
Marks
<10 years 0
>=10 – 12 years 7
>12 years 8
c) Experience in Similar Capacity 15
(i) Experience as Team Leader or similar capacity in major tunnel
7
construction/construction supervision projects (Road/Rail/Metro)
=2 projects 5
= 3 to 5 projects 6
> 5 or more 7
(ii) Experience as Team Leader or similar capacity inreviewing of DPR
8
or Feasibility report of major tunnel projects (Road/Rail/Metro)
=2 projects 6
= 3 to 5 projects 7
> 5 or more 8
III Employment with Firm 10
Less than 1 Year 0
1-2 years 7.5
Add 0.5 marks for each
subsequent year subject to
maximum of 2.5 marks
Total 100

- 142 -
C1.14 Tunnel Design Expert(N/A)

Sr. No. Description Max. Marks


I General Qualification 25
i) Degree in Civil/ Mining Engineering 20
ii) Post Graduation in Design/Structural Engineering or equivalent 5
II Relevant Experience & Adequacy for the Project 65
a) Total Professional Experience 10
<15 years 0
15-20 years 8
>20 -25years 9
>25years 10
b) Experience in Tunnel Projects 24
(i) Professional Experience in handling major tunnel
8
projects (Road/Rail/Metro)
<10 years 0
>=10-12 years 6
>12 -14 years 7
>14 years 8
(ii) Experience of major tunnel construction/construction
8
supervision projects (Road/Rail/Metro)
<10 years 0
>=10-12 years 6
>12 -14 years 7
>14 years 8
(iii) Experienceinpreparation of DPR or Feasibility report of major
8
tunnel projects(Road/Rail/Metro)
<10 years 0
>=10-12 years 6
>12 -14 years 7
>14 years 8
c) Experience in Similar Capacity 31
(i) Professional Experience as Tunnel Design Engineer (Structural) 8
<8 years 0
>=8-10 years 6
>10 – 12 years 7
>12 years
8

- 143 -
Sr. No. Description Max. Marks
(ii) Experience as Tunnel Design Engineer (Structural) of major
tunnel construction/construction supervision projects 8
(Road/Rail/Metro)
<8 years 0
>=8 – 10 years 6
>10-12 years 7
>12 years8 8
(iii) Experience as Tunnel Design Engineer (Structural) of major
8
tunnel for preparation of DPR projects (Road/Rail/Metro)
<8 years 0
>=8 – 10 years 6
>10-12 years 7
>12 years 8
(iv)Experience as Tunnel Design Engineer (Structural) in
preparation of DPR/ Feasibility report of major tunnel projects 7
(Road/Rail/Metro) using NATM
< 3 projects 0
>=3-5 projects 6
5 or more projects 7
III Employment with Firm 10
Less than 1 Year 0
1-2 years 7.5
Add 0.5 marks for each subsequent year subject to maximum of 2.5
marks
Total 100

- 144 -
C1.15 Senior Geotechnical Engineer(N/A)

S. No. Description Max. Marks


I General Qualification 25
Degree in Civil Engineering/Mining Engineering / Engineering
i) 20
Geology
Post Graduation in Geotechnical Engineering /Foundation
ii) 5
Engineering/Rock Mechanics/Geo science or equivalent
II Relevant Experience & Adequacy for the Project 65
Total Professional
a) 10
Experience
<15 years 0
15-20 years 8
>20 -25years 9
>25years 10
(b) Experience in Tunnel Projects 24
(i) Professional experience in handling major tunnel
8
projects (Road/Rail/Metro)
<10 years 0
>=10-12 years 6
>12 -14 years 7
>14 years 8
(ii) Experience in major tunnel construction/construction
8
supervision projects (Road/Rail/Metro)
<10 years 0
>=10-12 years 6
>12 -14 years 7
>14 years 8
(iii)Experience in preparation of DPR or Feasibility report of
8
major tunnel projects(Road/Rail/Metro)
<10 years 0
>=10-12 years 6
>12 -14 years 7
>14 years 8
Experience in Similar
c) 31
Capacity
(i) Professional Experience as Tunnel Design Engineer
8
(Structural)
<8 years 0

- 145 -
S. No. Description Max. Marks
>=8-10 years 6
>10 – 12 years 7
>12 years 8
(ii) Experience as Senior Geotechnical Engineer or similar
capacity in major tunnel construction/construction 8
supervision projects (Road/Rail/Metro)
<8 years 0
>=8 – 10 years 6
>10-12 years 7
>12 years 8
(iii) Experience as Senior Geotechnical Engineer or similar
capacity in preparation of DPR or Feasibility report of 8
major tunnel projects (Road/Rail/Metro)
<8 years 0
>=8 – 10 years 6
>10-12 years 7
>12 years8 8
(iv) Experience in construction/construction supervision/
preparation of DPR/feasibility report of major tunnel 7
projects (Road/Rail/metro) using NATM
<8 years 0
>=8 – 10 years 6
>10-12 years 7
<8 years 0
III Employment with Firm 10
Less than 1 Year 0
1-2 years 7.5
Add 0.5 marks for each subsequent year subject to maximum of
2.5 marks
Total 100

- 146 -
C1.16Senior Geophysicist(N/A)

Max.
Sr. No. Description
Marks
I General Qualification 25
i) Graduate in Geophysics/Geo science/ Earth science or equivalent 20
Post Graduation in Geophysics/Geo science/ Earth Scienceor
ii) 5
equivalent
II Relevant Experience & Adequacy for the Project 65
a) Total Professional Experience 15
<15 years 0
15-20 years 10
>20 -25years 13
>25years 15
b) Experience in Relevant works 50
(i) Professional Experience in handling tunnel/ mineral and oil
12
exploration projects
<10 years 0
>=10-12 years 9
>12 -14 years 11
>14 years 12
(ii) Experience of carrying out AEM survey for tunneling/
mineral and oil exploration or any other similar work for area 12
of more than 2.7 sq km
< 2 projects 0
2 projects 9
3 projects 11
4or more projects 12
(iii) Processing, Interpreting, generating 3D resistivity model
of AEM survey’s raw data for tunneling/ mineral and oil
12
exploration or any other similar work for area of more than
2.7 sq km
< 2 projects 0
2 projects 9
3 projects 11
4or more projects 12
(iv) Experience in carrying out AEM survey, processing,
interpreting, generating 3D resistivity of AEM survey’s raw 14
data for major tunnel work (Rail/Road/Metro)
< 3 projects 0

- 147 -
Max.
Sr. No. Description
Marks
3 projects 9
4 projects 12
5or more projects 14
II Employment with Firm 10
Less than 1 Year 0
1-2 years 7.5
Add 0.5 marks for each subsequent
year subject to maximum of 2.5 marks
Total 100

- 148 -
Assumptions to be made regarding Similar Capacity for various positions

1. Team Leader cum Senior Highway Engineer

i) On behalf of Consultant / Contractor: TeamLeader/Resident


Engineer/Project Manager/Senior
Highway Engineer.

ii) In Government Organizations: Superintending Engineer (or

equivalent) and above

2. Senior Bridge Engineer

i) On behalf of Consultant: Senior Bridge Engineer/Bridge

Engineer/Bridge Design Engineer

ii) In Government Organizations: Executive Engineer (or equivalent)

and above

3. Highway cum Pavement Engineer

i) On behalf of Consultant: Highway Engineer/Highway Design

Engineer/Pavement Engineer.

ii) In Government Organizations: Executive Engineer (or equivalent)

and above

4. Material Engineer cum Geo Technical Engineer- Geologist

i) On behalf of Consultant: Material Engineer/Material

Expert/Geo Technical Engineer

ii) In Government Organizations: Executive Engineer (or equivalent) and


above

Material Engineer/Material
Expert/Geo Technical
Engineer/Manager (Material)

- 149 -
5. Road/TrafficSafety Expert

i) On behalf of Consultant: Traffic Engineer/Transportation

Engineer/RoadSafety Expert

ii) In Government Organizations: Executive Engineer (or equivalent) and above

iii) On behalf of Contractor: Traffic Engineer/Transportation

Engineer/ Road Safety Expert

6. Senior Survey Engineer

i) On behalf of Consultant: Senior Survey Engineer/ Survey

Engineer/ Senior Surveyor

ii) In Government Organizations: Surveyor/Engineer (or equivalent)

iii) On behalf of Contractor: Senior Survey Engineer/Survey

Engineer/ Senior Surveyor

7. Environmental Specialist

i) On behalf of Consultant /Contractor: Environmental Engineer/

EnvironmentalSpecialist/

Environmental Expert

ii) In Government Organization: Officers who has dealt

environment/forest matter.

8. Quantity Surveyor/Documentation Expert

i) On behalf of Consultant /Contractor: Quantity Surveyor

(ii) In Government Organizations:Assistant Engineer (or equivalent)

9. Land Acquisition Expert

i) On behalf of Consultant /Contractor: Land Acquisition Expert

(ii) In Government Organizations:ADM, SDM, Tehsildar,

10. UTILITY Expert

i) On behalf of Consultant /Contractor: Utility Expert

- 150 -
(ii) In Government Organizations: Executive Engineer (or equivalent) and above.

11. Team Leader cum Senior Tunnel Expert

i) On behalf of the Consultant/Contractor: Team Leader/Senior Highway Engineer.

ii) In Government Organizations: Superintending Engineer (or equivalent)


and above

12. Tunnel Design Engineer

i) On behalf of the Consultant/Contractor: Tunnel Design Engineer

ii) In Government Organizations: -----------

13. Senior E&M Expert

i) On behalf of the Consultant/Contractor: Senior E&M Expert (Tunnels)

ii) In Government Organizations: ------------

14. Senior Geologist:

i) On behalf of the Consultant/Contractor: Geologist

ii) In Government Organizations: Geologist

15. Material Engineer

i) On behalf of the Consultant/Contractor: Material Engineer/ Material Expert

ii) In Government Organizations: Executive Engineer (or equivalent) and


above

Consultant has to assess the major utility shifting involved and propose the CV accordingly.

Note: While carrying out evaluation of key personnel, the experience in similar capacity is also
a criteria of evaluation and assumptions to be made regarding similar capacity have been
mentioned above. However, if a key personnel has worked in next lower category to the similar
capacity, the marks allotted to key personnel in the category ‘experience in similar capacity’
shall be reduced to two thirds of marks in this category. This shall be applicable for evaluation
of all key personnel.

- 151 -
C2. Evaluation Criteria for assessment of score of Key Staff for adequacy of the
Assignment for phase 3 Construction Supervision and Maintenance

C2.1 Resident cum Highway Engineer

Reference/Details Marks self-


Max.
S. No. Description of projects Claimed assessed by
Marks
for self-assessment the bidder
1 General Qualification 25
i) Graduate in Civil Engineering 21
Post Graduation in Highway
Engineering / Construction
Management / Geotechnical
ii) 04
Engineering / Transportation
Engineering / Structural
Engineering
2 Adequacy for the Project 70
Professional Experience
Total Professional Experience in handling
Highway projects
< 12 years -0
i) 20
12 years -8 marks
Add 1 mark extra for each additional year of
experience subject to maximum 2 (two) marks.
Experience as Resident Engineer/Project
Director/Project Manager/Superintending
Engineer or equivalent/Executive Engineer or
equivalent on construction works/Authority
Engineer/Independent Engineer Projects
ii) (similar configuration (2/4/6 laning*) and 20
above).
< 5 years -0;
5 years -15 marks
Add 1 marks extra for each additional year of
experience subject to maximum 5 (five) marks.
Experience in similar capacity in handling major
2/4/6-laning** projects (of length 40% of
project length or more of
similar configuration (2/4/6 laning**) and
iii) above) 25
< 2 nos. -0
2 nos. -19 marks
Add three marks extra for each additional
project subject to maximum 6 (Six) marks.
Experience in similar capacity of Highway
Project of Construction/Construction
Supervision/IC on EPC Mode (of length 40% of
project length or more of similar configuration
iv) 5
(2/4/6 laning**) and above)
1 Project- 4 marks
Add 1 (one) mark extra for each additional
project subject to maximum 1 (one) mark
Employment with the Firm
3 5
< 1 year -0

- 152 -
Reference/Details Marks self-
Max.
S. No. Description of projects Claimed assessed by
Marks
for self-assessment the bidder
1 year – 3 marks
Add 0.5 marks for each subsequent year subject
to maximum 2 marks
Total: 100
Note:

(1) Similar Capacity includes the following positions

i) On behalf of Consultant: Resident / Highway Engineer

ii) On behalf of Contractor: Resident Engineer/ Highway Engineer / Project


Manager (Construction/Construction Supervision)

iii) In Government Organizations: Executive Engineer (or equivalent) and above

(2) Only those projects (in numbers) will be considered for evaluation above, where the
input of the personnel is not < 12 months

(3) In case of experience on behalf of Authority’s Engineer or Contractor, the experience


shall be duly endorsed by the respective Government agency. In case of non-availability
of endorsement from Govt. Agency, the experience uploaded on INFRACON Portal will
be taken into consideration. However, the key personnel/ bidder will be solely
responsible for any fake information/ CV, which may result in debarment.

- 153 -
C2.2 Senior Bridge Engineer

Marks
Reference/Deta
self-
Max. ils of projects
S. No. Description assessed
Marks Claimed for self-
by the
assessment
bidder

1 General Qualification 25

i) Graduate in Civil Engineering 21

Post-Graduation in Structural
ii) 04
Engineering

2 Adequacy for the Project 70

Total Professional Experience in handling


Highway/Bridge projects

< 10 years -0 15
i)
10 years -11 marks

Add one mark extra for each additional 2


year subject to maximum 4(four) marks

Experience in similar capacity in


Design/Construction/Construction
Supervision of
Bridges/ROB/Flyover/Interchanges/any
other such structures (similar configuration
(2/4/6 laning**) and above) 20
ii)
< 5 years -0;

5 years -15 marks

Add 1 (one) mark extra for each additional


completed year of experience subject to
maximum 5 (five) marks

Experience in similar capacity in supervision


of Major Highway Bridges/ROB/Flyover/
Interchanges/ any other structures

iii) < 2 Bridges -0 20


02 Bridge -15 marks

Add 2.5 mark extra for each additional


bridge subject to maximum 5 marks

- 154 -
Marks
Reference/Deta
self-
Max. ils of projects
S. No. Description assessed
Marks Claimed for self-
by the
assessment
bidder
Experience in similar capacity in supervision
of Rehabilitation and repair of Major
Bridges/ROB/Flyover/ Interchanges/ any
other structures
iv) 10
< 2 nos. – 0

2 nos. -8 marks

> 3 nos.- 10

Experience in similar capacity of modern


bridge construction technology viz., Precast
Segmental, Balanced Cantilever
Construction, Extra dosed Bridge, Full Span
v) Launching, Incremental Launching. 5

Experience in 1 project – 4 marks

More than one project – 5 marks

Employment with the Firm

< 1 year -0
3 1 year -3 marks 5

Add 0.5 marks for each subsequent year


subject to maximum 2 marks

Total : 100

Note:

(1) Similar Capacity includes the following positions

i) On behalf of Consultant/Contractor: Bridge Engineer/Project Manager


(Bridges)

ii) On behalf of Government: Executive Engineer

(2) Only those projects (in numbers) will be considered for evaluation above, where the
input of the personnel is not < 12 months

(3) In case of experience on behalf of Authority’s Engineer or Contractor, the experience


shall be duly endorsed by the respective Government agency. In case of non-availability
of endorsement from Govt. Agency, the experience uploaded on INFRACON Portal will

- 155 -
be taken into consideration. However, the key personnel/ bidder will be solely
responsible for any fake information/ CV, which may result in debarment.

C2.3 Highway cum Pavement Engineer

Reference/Details Marks self-


Max.
S. No. Description of projects Claimed assessed by
Mark
for self-assessment the bidder
s
1 General Qualification 25

21
I) Graduate in Civil Engineering

Post-Graduation in
Transportation/Highway 04
II)
Engineering/Pavement engineering or
equivalent

2 Adequacy for the Project 70

Professional Experience

Total Professional Experience of Pavement


Design/Construction and Maintenance of
Highways/Roads/Air Field Runway

< 10 years -0
i) 20
10 years -15 marks

Add one mark extra for each additional year


of experience subject to maximum 5 (five)
marks.

Experience in Similar capacity in


Construction/Construction Supervision of
2/4/6-laning** of major Highway Projects
(similar configuration (2/4/6 laning**) and
above)
ii) 20
< 5 years -0; 5 years -15 marks

Add one mark extra for each additional year


of experience subject to maximum 5 (five)
marks.

Experience in similar capacity as Pavement


specialist/pavement engineer in
iii) construction/ construction supervision of 25
Major Highway projects (of length 40% of
project length or more of similar

- 156 -
Reference/Details Marks self-
Max.
S. No. Description of projects Claimed assessed by
Marks
for self-assessment the bidder

configuration (2/4/6 laning**) and above)

< 2 nos. -0

2 nos. -20 marks

Add 2.5 marks extra for each additional


project subject to maximum 5 marks.

Experience in similar capacity on EPC


Projects (of length 40% of project length or
more of similar configuration (2/4/6
laning**) and above)
iv) 5
1 Project- 4 marks

Add 1 (one) mark extra for each additional


project subject to maximum 1 (one) mark

Employment with the Firm

< 1 year -0
3 1 year – 3 marks 5

Add 0.5 marks for each subsequent year


subject to maximum 2 marks

Total : 100

Note:

(1) Similar Capacity includes the following positions

i) On behalf of Consultant/Contractor: Pavement Specialist/ Pavement Engineer/


Pavement Expert / Highway Engineer

ii) On behalf of Government: Executive Engineer

(2) Only those projects (in numbers) will be considered for evaluation above, where the
input of the personnel is not < 6 months

(3) In case of experience on behalf of Authority’s Engineer or Contractor, the experience


shall be duly endorsed by the respective Government agency. In case of non-availability of
endorsement from Govt. Agency, the experience uploaded on INFRACON Portal will be taken
into consideration. However, the key personnel/ bidder will be solely responsible for any fake
information/ CV, which may result in debarment.

- 157 -
C2.4 Senior Quality/Material Expert

Reference/Details Marks self-


Max.
S. No. Description of projects Claimed assessed by
Marks
for self-assessment the bidder
1 General Qualification 25
I) Graduate in Civil Engineering 21
II) Post Graduation in Geotechnical
Engineering/ Foundation
Engineering/ Soil Mechanics/ Rock 04
Mechanics
2 Adequacy for the Project 70
Professional Experience
Total Professional Experience in handling
Highway/Bridge projects
< 10 years -0
15
i) 10 years -11
Add one mark extra for each additional year
of experience subject to maximum 4 (four)
marks.
Experience in similar capacity in
Construction/Construction Supervision of
major Highway Projects ((similar
configuration (2/4/6 laning**) and above))
ii) < 5 years -0; 25
5 years -19
Add 2.0 (two) marks extra for each
additional year of experience subject to
maximum 6 (Six) marks.
Experience in similar capacity in handling
Similar Highway projects (of length 40% of
project length or more of similar
configuration (2/4/6 laning**) and above)
iii) 30
< 2 nos. -0
2 nos. - 25
Add 2.5 marks extra for each additional
project subject to maximum 5 (five) marks.
Employment with the Firm
< 1 year – 0
1 year – 3
3 5
Add 0.5 marks for each subsequent year
subject to maximum 2 marks
Total : 100
Note:

(1) Similar Capacity includes the following positions

- 158 -
i) On behalf of Consultant/Contractor: Quality Expert/ Material
Engineer/Material Expert/ Quality Engineer/ Geo-Technical Expert.

ii) On behalf of Government: Executive Engineer

(2) Only those projects (in numbers) will be considered for evaluation above, where the
input of the personnel is not < 12 months

(3) In case of experience on behalf of Authority’s Engineer or Contractor, the experience


shall be duly endorsed by the respective Government agency. In case of non-availability
of endorsement from Govt. Agency, the experience uploaded on Infracon Portal will be
taken into consideration. However, the key personnel/ bidder will be solely
responsible for any fake information/ CV, which may result in debarment.

- 159 -
C2.5 Road/Traffic Safety Expert

Reference/
Marks
Details of
S. self-
Max. projects
No Description assessed
Marks Claimed for
. by the
self-
bidder
assessment

1 General Qualification 25

I) Graduate in Civil Engineering 21

Post-Graduation in Traffic/ Transportation/


II) 04
Safety Engineering or equivalent

2 Adequacy for the Project 70

Professional Experience

Total Professional Experience in handling


Highway/Bridge projects

< 10 years -0 15
i)
10 years -11 marks

Add one mark extra for each additional year of


experience subject to maximum 4 (four) marks.

Experience in similar capacity in Road Safety


works on Major Highway Project (similar
configuration (2/4/6 laning**) and above).
15
ii) < 5 years -0

5 years -11 marks

Add one mark extra for each additional year of


experience subject to maximum 4 (four) marks.

Experience in similar capacity in Road Safety


Audits of 2/4/6-laning** Highway projects at
different stages including at least one at design
stage

iii) < 2 nos. -0 20

2 nos. -15 marks

Add 2.5 marks extra for each additional project


subject to maximum 5 marks.

- 160 -
Reference/
Marks
Details of
S. self-
Max. projects
No Description assessed
Marks Claimed for
. by the
self-
bidder
assessment

Experience in similar capacity in identification and


improvement of black spots on Major Highway
Project (similar configuration (2/4/6 laning**)
and above)

iv) < 2 nos. -0 10


2 nos. -8 marks

Add 2 marks extra for each additional


improvement of black spots subject to maximum 2
marks.

Experience in similar capacity of preparing Road


Safety Management Plans for Inter Urban Highway
v) 5
1 project -4 marks

2 or more -5 marks

Experience in similar capacity in field of Road


Safety Management Plan
vi) 5
1 project -4 marks

2 or more -5 marks

Employment with the Firm

<1 year- 0
3 1 year – 3 marks 5

Add 0.5 marks for each subsequent year subject to


maximum 2 marks

Total : 100

Note:

(1) Similar Capacity includes the following positions


i) On behalf of Consultant/Contractor: Road Safety Expert
ii) In Government Organizations: Executive Engineer (or equivalent) and above
(2) Only those projects (in numbers) will be considered for evaluation above, where the
input of the personnel is not < 6 months

- 161 -
C2.7 Resident cum Pavement Specialist

Reference/Details
Marks self-
Max. of projects
S. No. Description assessed by
Marks Claimed for self-
the bidder
assessment

1 General Qualification 25

i) Graduate in Civil Engineering 21

ii) Post Graduation in 04


Transportation/Highway
Engineering/Structural
Engineering/Geotechnical
Engineering

2 Adequacy for the Project 70

Professional Experience

i) Total Professional Experience in 20


handling Highway projects

< 12 years -0

12 years -16 marks

Add 2 mark extra for each additional


year of experience subject to
maximum 4 (four) marks.

ii) Experience as Resident 20


Engineer/Project Director/Project
Manager/Superintending Engineer or
equivalent/Executive Engineer or
equivalent on construction
works/Authority
Engineer/Independent Engineer
Projects (similar configuration
(2/4/6 laning*) and above).

< 5 years -0; 5 years -15 marks

Add 1 marks extra for each additional


year of experience subject to
maximum 5 (five) marks.

- 162 -
Reference/Details
Marks self-
Max. of projects
S. No. Description assessed by
Marks Claimed for self-
the bidder
assessment

iii) Experience in similar capacity in 25


handling major 2/4/6-laning**
projects (of length 40% of project
length or more ofsimilar
configuration (2/4/6 laning**) and
above)

< 2 nos. -0

2 nos. -19 marks

Add three marks extra for each


additional project subject to
maximum 6 (Six) marks.

iv) Experience in similar capacity of 5


Highway Project of
Construction/Construction
Supervision on EPC Mode (of length
40% of project length or more of
similar configuration (2/4/6
laning**) and above)

1 Project- 4 marks

Add 1 (one) mark extra for each


additional project subject to
maximum 1 (one) mark

3 Employment with the Firm 5

< 1 year -0

1 year – 3 marks

Add 0.5 marks for each subsequent


year subject to maximum 2 marks

Total : 100

- 163 -
C2.8 Senior Contract Specialist

Reference/
Marks
Details of
self-
S. Max. projects
Description assessed
No. Marks Claimed
by the
for self-
bidder
assessment

1 General Qualification 25

I) Graduate in Civil Engineering 21

Post Graduate Degree in Law/PG in


management/certificate course in
II) management/ certificatecourse in 04
construction management/certificate
course in contract management

2 Adequacy for the Project 70

Professional Experience

Total Professional Experience of Contract


Management.

< 15 years -0 20
i)
15 years -15 marks

Add one mark extra for each additional year of


experience subject to maximum 5 (five) marks.

Experience as Contract Specialist on any


National/State Highway project.

< 4 years -0 20
ii)
4 years -15 marks

Add one mark extra for each additional year of


experience subject to maximum 5 (five) marks.

Contract Management of a large Highway


contract say over Rs.150 crore including
experience of handling variation orders, claims of
the contractor and there appropriate disposal
iii) 25
< 2 nos. -0

2 nos. -20

Add 2.5 marks extra for each additional project

- 164 -
subject to maximum 5 (five) marks.

Experience of Handling Arbitration cases in


respect of any Highway project.
v) 5
1 project -4 marks

2 or more projects-5 marks

Employment with the Firm

<1 year- 0
3 1 year – 3 marks 5

Add 0.5 marks for each subsequent year subject


to maximum 2 marks

Total : 100

Note: As per RFP, Definition of Team Leader includes Project Manager/Resident Engineer/ or
any equivalent position.

** tunnel projects, unless specifically mentioned, to be considered for evaluation has to


be major tunnels of length equal to or more than 1.5 Km

- 165 -
C2.10 Resident cum Tunnel Excavation Expert:

Reference/
Marks
Details of
self-
Max. projects
S. No. Description assessed
Marks Claimed
by the
for self-
bidder
assessment

1 General Qualification 25

Graduate in Civil/Mining Engineering or


I) 21
equivalent

Post-Graduate or chartered engineer in


II) 04
civil/Mining Engineering or equivalent

2 Adequacy for the Project 70

Total Experience

<15 years – 0

15 years – 12 marks
a i) 15
Add 1 mark extra for each additional year of
experience subject to maximum 3 (three) marks.

Total professional experience in handling major


tunnelling projects

< 10 years – 0
A ii) 10
10 years – 7 marks

Add 1.5 marks extra for each additional year of


experience subject to maximum 3 (three) marks.

b Experience in Similar Capacity

Experience as Tunnel Excavation Expert or similar


capacity in construction supervision of major
tunnelling projects

(Road/Rail/Metro)
b i) 10
< 7 years – 0

7 years – 7 marks

Add 1.5 marks extra for each additional year of


experience subject to maximum 3 (three) marks.

Experience as Tunnel Excavation Expert or similar


capacity in construction supervision of tunnel
b ii) 20
projects (Road/Rail/Metro) of minimum length of
4 km (Minimum one year supervision in a project)

- 166 -
Reference/
Marks
Details of
self-
Max. projects
S. No. Description assessed
Marks Claimed
by the
for self-
bidder
assessment

< 2 projects – 0

2 projects – 15 marks

Add 2.5 marks extra for each additional projects


subject to 5 (five) marks.

Experience in tunnel design/ DPR/ preparation /


feasibility study/design review involving major
tunnel projects (Road/Rail/Metro) of minimum
length of 4 km (minimum 1 year experience in a
b iii) project) 10
1 project – 7 marks

Add 1 mark extra for each additional projects


subject to maximum 3 (three) marks

Experience in construction of major tunnel


projects (Road/Rail/Metro) apart from those
under 2 (b) (ii)
C) 5
1 project – 3 marks

Add 1 mark extra for each additional projects


subject to maximum 2 (two) marks.

Employment with the Firm

<1 year- 0
3 1 year – 3 marks 5

Add 0.5 marks for each subsequent year subject to


maximum 2 marks

Total : 100

Note:- Max Age = 65 Years

** tunnel projects, unless specifically mentioned, has to be major tunnels of length equal
to or more than 1.5 Km to be considered for evaluation

- 167 -
C2.11 TUNNEL DESIGN ENGINEER:

Reference/
Marks
Details of
self-
Max. projects
S. No. Description assessed
Marks Claimed
by the
for self-
bidder
assessment
1 General Qualification 25
I) Graduate in Civil Engineering or equivalent 21
II) Post-Graduate in Engineering (Structural) 04
2 Adequacy for the Project 70
Total Professional Experience
<20 years – 0
20 years – 11 marks
a i) 15
Add 1 mark extra for each additional year of
experience subject to maximum 4 (four) marks.
Total Professional Experience in handling major
Tunnel projects
<12 years – 0
A ii) 10
12 years- 7 marks
Add 1 mark extra for each additional year of
experience subject to maximum 3 (three) marks.
b Experience in Similar Capacity
Experience in tunnel design (Road/Rail/Metro)
works in similar capacity
<12 years – 0
b i) 10
12 years – 7 marks
Add 1 mark extra for each additional year of
experience subject to maximum 3 (three) marks.
Experience in similar capacity in Project
Preparation/DPR involving design of tunnels
(Road/Rail/Metro)of more than 4 km length (Min.
1 year experience in a project)
b ii) 15
< 3 projects – 0
3 projects – 11 marks
Add 1 mark extra for each additional projects
subject to maximum 4 (four) marks.
Experience in similar capacity in
construction/construction supervision projects
involving design/design review of tunnels of more
than 4 Km length (Min. 1 year experience in
b iii) project) 10
<2 projects – 0
2 projects – 7 marks
Add 1.5 mark extra for each additional projects
subject to maximum 3(three) marks.
Experience in innovation tunnel design
(Road/Rail/Metro) like immersed tunnel and sub-
c i) 5
sea bored tunnel 1 projects – 4 marks
2 or more projects -5 marks
Experience in design tunnel
c ii) projects(Road/Rail/Metro) apart from those 5
under 2 (b) (ii)

- 168 -
Reference/
Marks
Details of
self-
Max. projects
S. No. Description assessed
Marks Claimed
by the
for self-
bidder
assessment
1 project – 4 marks
2 or more projects – 5 marks
Employment with the Firm
<1 year- 0
3 1 year – 3 marks 5
Add 0.5 marks for each subsequent year subject to
maximum 2 marks
Total : 100

Note: Max Age =65Years

** tunnel projects, unless specifically mentioned, has to be major tunnels of length equal
to or more than 1.5 Km to be considered for evaluation

- 170 -
C2.12 TUNNEL SAFETY EXPERT

Reference/
Marks
Details of
self-
Max. projects
S. No. Description assessed
Marks Claimed
by the
for self-
bidder
assessment
1 General Qualification 25
Graduate in Civil/Mining Engineering or
I) 21
equivalent
Any professional Certification from a
II) recognized/statutory body on 04
safety/health/shot firer
2 Adequacy for the Project 70
Total Professional Experience
<20 years – 0
20 years – 11 marks
a i) 15
Add 1 mark extra for each additional year of
experience subject to maximum 4 (four) marks.
Experience Tunnel (Road/Rail/Metro) Safety
Works
<10 years – 0
A ii) 15
10 years – 11 marks
Add 1 mark extra for each additional year of
experience subject to maximum 4 (four) marks.
International exposure in tunnel safety works in
developed countries
<7 years – 0
a iii) 10
7 years – 7 marks
Add 1 mark extra for each additional projects
subject to maximum 3 (three) marks.
b Experience in Similar Capacity
Experience in similar capacity of Tunnel Safety
Audits during construction stage of tunnel
projects(Road/Rail/Metro) of minimum length of
4 Km
b i) 20
< 2 projects – 0
2 projects – 15 marks
Add 1.25 mark extra for each additional projects
subject to maximum 5 (five) marks.
Experience in similar capacity of Tunnel Safety
Audits in design stage on tunnel projects
b ii) (Road/Rail/Metro) 10
1 project – 8 marks
2 or more – 10 marks
Experience in construction of major tunnel
projects (Road/Rail/Metro) using
C) 1 project – 3 marks 5
Add 1 mark extra for each additional projects
subject to maximum 2 (two) marks.
Employment with the Firm
3 <1 year- 0 5
1 year – 3 marks

- 171 -
Reference/
Marks
Details of
self-
Max. projects
S. No. Description assessed
Marks Claimed
by the
for self-
bidder
assessment
Add 0.5 marks for each subsequent year subject to
maximum 2 marks
Total : 100

Note: Max Age = 65 Years

** tunnel projects, unless specifically mentioned, has to be major tunnels of length equal to or
more than 1.5 Km to be considered for evaluation

- 172 -
C2.13 Senior Geotechnical Expert:

Reference/
Marks
Details of
self-
S. Max. projects
Description assessed
No. Marks Claimed
by the
for self-
bidder
assessment
1 General Qualification 25
Graduate in Civil Engineering / Masters
I) in Engineering Geology or equivalent 21
from a recognized university
Post Graduate in Rock Mechanics
II) /Foundation Engineering/ Tunnel 04
Engineering
2 Adequacy for the Project 70
Total Professional Experience
<20 years – 0
20 years – 11 marks
a i) Add 1 mark extra for each additional year of 15
experience subject to maximum 4 (four)
marks.
Experience in Construction/ Construction
Supervision of major tunnel projects
(Road/Rail/Metro
< 10 years – 0
A ii) 10
10 years – 7 marks
Add 1 mark extra for each additional year of
experience subject to maximum 3 (three)
marks.
b Experience in Similar Capacity
Experience as Geotechnical engineer or
similar capacity in construction/
construction supervision of at least 4 tunnel
projects (Road/Rail/Metro) of length equal
b i) to or more than 4 km 25
< 4 projects – 0
4 projects -17 marks
Add 2 mark extra for each additional project
subject to maximum 8 (eight) marks
Experience as Geotechnical engineer or
similar capacity in Construction/
Construction Supervision of major tunnel
b ii) projects involving vertical shaft sinking of at 5
least 200m vertical depth
1 project – 4 marks
2 or more projects – 5 marks
Experience as Geotechnical engineer or
similar capacity in design/project
B iii) 15
preparation of tunnel projects
(Road/Rail/Metro) of at least 4 km length

- 173 -
Reference/
Marks
Details of
self-
S. Max. projects
Description assessed
No. Marks Claimed
by the
for self-
bidder
assessment
< 2 projects – 0
2 projects – 11 marks
Add 2 marks extra for each additional
projects subject to maximum 4 (four) marks.
Employment with the Firm
<1 year- 0
3 1 year – 3 marks 5
Add 0.5 marks for each subsequent year
subject to maximum 2 marks
Total : 100
Note:- Max Age =65 Years

** tunnel projects, unless specifically mentioned, has to be major tunnels of length equal
to or more than 1.5 Km to be considered for evaluation.

- 174 -
C2.14 Senior GEOLOGIST:

Reference/
Marks
Details of
self-
S. Max. projects
Description assessed
No. Marks Claimed
by the
for self-
bidder
assessment
1 General Qualification 25

Masters in Geology /Applied Geology from


I) 25
recognized university.

2 Adequacy for the Project 70


Total Professional Experience
<<20 years – 0
20 years – 15 marks
a i) 20
Add 1 mark extra for each additional year of
experience subject to maximum 5 (five) marks.
Experience in major Tunnel
construction/construction supervision Projects
(Road/Rail/Metro) using NATM technology
A ii) < 5 years – 0 15
5 years – 12 marks
Add 1.5 marks extra for each additional year
subject to maximum 3 (three) marks.
b Experience in Similar Capacity
Experience in major Tunnel (Road/Rail/Metro)
Construction works in similar capacity
< 7 years – 0
b i) 15
7 years – 12 marks
Add 1 mark extra for each additional year of
experience subject to maximum 3 (three) marks.
Experience in similar capacity in project
preparation/DPR involving of major tunnel
projects (Road/Rail/Metro). (Min 1 year
experience in a project)
b ii) 10
<2 projects – 0
2 projects -7 marks
Add 1.5 marks extra for each additional projects
subject to maximum 3 (three) marks.
Experience in similar capacity in highway tunnel
construction/construction supervision with
minimum length of 4 Km
b iii) < 2 projects – 0 10
2 project – 7 marks
Add 1.5 marks extra for each additional projects
subject to maximum 3 (three) marks.
Employment with the Firm
<1 year- 0
3 1 year – 3 marks 5
Add 0.5 marks for each subsequent year subject to
maximum 2 marks
Total : 100

- 175 -
Note: Max Age = 65 Years

** tunnel projects, unless specifically mentioned, has to be major tunnels of length equal
to or more than 1.5 Km to be considered for evaluation

Note: applicable to all key personnel:

1. If a key personnel has worked in next lower category to the similar capacity, the marks
allotted to key personnel in the category ‘experience in similar capacity’ shall be reduced To
two thirds of marks in this category. This shall be applicable for evaluation of all key personnel.

2. ** Similar projects means 2/4/6 lane as applicable for the project for which RFP
is invited. For 2-lane projects experience of 4/6 lane also to be considered with a multiplication
factor of 1.5. Experience of 4/6 lane shall be considered interchangeably for 4/6 laning
projects. For 4/6 laning projects, experience of 2 lane will be considered with a multiplication
factor of 0.4.

*****

- 176 -
[Ministry of Road Transport & Highways]

Government of India

Project managerment Consultancy services for feasibility


study and preparation of DPR, Supervision during
construction and maintenance of NH-627(Pkj-I).

PART-II

TERMS OF REFERENCE

&

DRAFT CONCESSION AGGREMENT

December, 2021

Office of the Chief Engineer, PWD (NH Works)


Assam, Chandmari, Guwahati-781003

- 177 -
INDEX

Sl.
Content Page No.
No.
1 TERMS OF REFERENCE-Appendix-VI

Terms of Reference (TOR)for Project Preparation and Pre


2
Construction Activity-Appendix-VIA

3 Supplement -I: Additional Requirements for Hill Roads


4 Supplement - II: Additional Requirements for Bridges
5 Supplement - III : Additional requirement for safety audit
Terms of reference for phase 3: Construction supervision and
6 maintenance –Appendix-VIB

Enclosure - I: Schedule for Submission of Reports and Documents and


7
format of submission of reports and documents.
8 Enclosure - II: Format for submission of reports and documents
9 Appendix-VII: Draft Contract Agreement
Appendix-VIII: DPR Checklist for 8 stages [Stage 1: Inception Report, Stage
2: Feasibility Report, Stage 3: LA & Clearances I, Stage 4: Detailed Project
10 Report, Stage 5: Technical Schedules, Stage 6: LA & Clearances II]: Stage 7:
Award Determination (Structures), Stage 8: Land Possession Report
(Structures)
11 Appendix-IX: Sample Executive Summary of Detailed Project Report

- 178 -
APPENDIX-VI

TERMS OF REFERENCE (TOR)

Project managerment Consultancy services for feasibility study and preparation


of DPR, Supervision during construction and maintenance of NH-627(Pkj-I).

Terms of Reference (TOR) for PMC

1. General

1.1 The Assam PWD NH Works has been entrusted with the assignment of
Project managerment Consultancy services for feasibility study and preparation of DPR,
Supervision during construction and maintenance of NH-627(Pkj-I).

Assam PWD NH Works on behalf of MoRT&H now invites proposal from Technical
consultants for PMC as per details given in Annexure- I.

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

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

2. Objective

2.1 The main objective of the consultancy service is to establish the technical, economical, and
financial viability of the project and prepare feasibility report, detailed project report,
carrying out pre-construction activity and also construction supervision to ensure quality
work for rehabilitation and upgradation of the existing road, from junction point of NH-27
and NH-627 near Nellie via Umrangso, Khobak and terminating on NH-27 near
Harangajao, to two lane configuration of National Highway Standards including
construction of bridges, culverts, ROBs, viaducts etc. to 2 (two) configuration.

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

2.3 The Detailed Project Report (DPR) would inter-alia include detailed highway design,
design of pavement and overlay with options for flexible or rigid pavements, design of
bridges and cross drainage structures and grade separated structures, design of service
roads, quantities of various items, detailed working drawings, detailed cost estimates,
economic and financial viability analyses, environmental and social feasibility, social
and environmental action plans as appropriate and documents required for tendering
the project on commercial basis for international / local competitive bidding.
- 180 -
2.4 The PMC consultant should ensure detailed project preparation incorporating aspects of
value engineering, quality audit and safety audit requirement in design and
implementation. The Consultant shall ensure to carry out Road Safety Audit at various
stages as per supplement-III (Additional Requirement for Safety Audit) of TOR.
2.5 The consultant should, along with Feasibility Report, clearly bring out through financial
analysis the preferred mode of implementation on which the Civil Works for the stretches
are to be taken up. The consultant should also give cost estimates along with feasibility
report/ detailed Project Report.
2.6 If at inception stage or feasibility stage, employer desires to terminate the contract, the
contract will be terminated after payment up to that stage. Likewise the contract may also
be terminated/foreclosed at any stage/phase and payment due upto that stage only
would be payable.
3. Scope of Services
The PMC consultancy shall be carried out into following phases:

Phase Description Sub-Phase Report/deliverable


Key activities
submitted
1A (Feasibility Project planning and Inception Report and
Study) mobilization QAP
1 Project
preparation Alignment finalization, Alignment Options
preliminary surveys Report and Feasibility
Report
LA, utilities Strip Plan, LA Report
identification; creation (3a, 3A), Clearances and
of draft notifications Utility Shifting proposals
and proposals, updating
1B (DPR) in BHUMI RASHI Portal
Detailed design of Draft DPR Report
highway after including NSV report,
conducting proper Final DPR Report,
Network Vehicle documents and
Survey of the site, drawings
preparation of detailed
project report with
drawings
Preparation of bid Civil Works Contract
documents and Agreement and
technical schedules Schedules
Land acquisition JMS and 3D Report, Final
process, obtaining final Project Clearances and
utilities estimates and Utilities Report
Pre-
required clearances
2 construction
activities Land acquisition award 3G Report
determination
Obtaining possession of Land Possession Report
land
Court cases, arbitration Court cases, arbitration
including mutation including mutation

- 181 -
3 Construction A. During
activity and Construction
maintenance 1. Review and approval
of design
2. Supervision of
construction work,
3. review of progress
work
4. Quality assurance
monitoring and

- 182 -
Phase Description Sub-Phase Report/deliverable
Key activities
submitted
supervision test,
5. Arrangement of
safety of
work/workers/users/
pedestrians
6. Progress of pre-
construction activities
7. Clearances from
different agencies

B. During
maintenance
1) Performance
Monitoring through
Network Survey
Vehicle
2) Inspection of defect
and deficiencies
3) Maintenance of the
road work
4) Quality assurance
during project life
5) Safety aspects

Detailed TOR for Project Preparation and Pre Construction activity shall be as per Appendix
VI A and for construction Supervision as per Appendix VI B. W herever the consultant is
stated in the TOR or elsewhere,

(i) as DPR, it shall mean the Project Management consultant in the Phase 1 and Phase 2
(Project Preparation and Pre Construction activity) and

(ii) as Authority Engineer,it shall mean the Project Management consultant in Phase 3
(Construction Supervision and maintenance)

- 183 -
APPENDIX -VI A

Terms of Reference (TOR) for Project Preparation and Pre-Construction Activity

1. General

1.1 The Assam PWD NH Works under MoRT&H has been entrusted with the assignment of
PMC for Feasibility Study and Preparation of DPR for upgrading the newly declared
NH-627 from junction point of NH-27 and NH-627 near Nellie connecting Rajagaon,
Doyangmukh, Umrangsu, Khobak and terminating on NH-27 near Harangajao. Assam
PWD NH Works under MoRTH now invites proposal from Technical consultants for
carrying out detailed project report as per details given in Annexure- I.

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

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

2. Objective

2.1 The main objective of the consultancy service is to establish the technical, economical,
and financial viability of the project and prepare detailed project reports for
rehabilitation and upgrading of the existing road from junction point of NH-27 and
NH-627 near Nellie via Umrangso, Khobak and terminating on NH-27 near
Harangajao, to two lane configuration of National Highway Standards including
construction of bridges, culverts, ROBs, viaducts etc.

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

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

2.4 The DPR consultant should ensure detailed project preparation incorporating
aspects of value engineering, quality audit and safety audit requirement in design
and implementation. The Consultant shall ensure to carry out Road Safety Audit at
various stages as per supplement-III (Additional Requirement for Safety Audit) of
TOR.
- 184 -
2.5 The consultant should, along with Feasibility Report, clearly bring out through
financial analysis the preferred mode of implementation on which the Civil Works for
the stretches are to be taken up. The consultant should also give cost estimates
along with feasibility report/ detailed Project Report.
2.6 If at inception stage or feasibility stage, employer desires to terminate the contract,
the contract will be terminated after payment up to that stage.

3. Scope of Services

The general scope of services is given in the sections that follow. However, the entire
scope of services would, inter-alia, include the items mentioned in the Letter of Invitation,
terms of reference, general contract and any supplements and appendices to these documents

3.1 RoW and Land related aspects


3.1.1 The Right of Way norms for National Highways should be as under:

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

3.1.2 In case of upgradation of an existing two lane Highway to a 4/6/8 lane


configuration, a comparative cost-benefit analysis shall necessarily be carried out
while recommending development of existing route/alignment vis-a-vis alternate
option of a green –field alignment. While carrying out the cost benefit analysis of
both the options, the following factors shall be considered:
(i) Extant of land acquisition and the associated costs;
(ii) Number of structures required to be acquired along their extant and costs.
(iii) The quantum of utilities and costs required for their shifting.
(iv) The extent of tree –felling and the associated cost & time for obtaining the
requisite permissions.
3.1.3 However, green-field option may not be resorted to in cases where growth of traffic is
such that ultimate capacity does not require widening beyond 4 lanes in future.
3.1.4 In case the green field alignment option works out to be a preferred option, then-
(i) Entire ROW (60m -70m) may be acquired for a maximum capacity of 8 lane
main carriage way with provision for service roads.
(ii) Initially 4 lane carriage-way with4lane structures shall be developed
with additional land left in the median for future expansion.
(iii) The highway shall have provision for service roads in inhabited areas,
preferably of 10 mtrs width, with maximum access –control for the main
carriage way.
(iv) Access to the towns/cities/establishments located on the existing
National Highway, may be provided through spurs from the green field route.

- 185 -
3.1.5 All efforts shall be made to avoid any road alignment through National Parks and
Wildlife Sanctuaries, even if it requires taking a longer route / bypass. However,
where it becomes absolutely unavoidable and necessary to keep the alignment
through such reserve forest / restricted areas, land would be acquired with RoW of
not more than 30 mtrs.

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

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

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

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

(c) Earmark width of 1.5 mtrs for construction of a drain so as to be able to capture
the rainwater flow from the Service Road (wherever provided) and the
main carriageway.

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

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

(f) A Mirror Image on the other end.

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

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


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

3.3 Role and Responsibilities at different stages of Land Acquisition

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

- 186 -
(i) To delineate and propose the most optimal alignment and take care of
geometrics of the road to meet safety parameters while finalizing the DPR;
(ii) Identify and avoid (to the extent feasible) all such structures(religious
structures, public utilities cremation grounds, private structures) in the
RoW of the road project that could become major hindrances at the time of
project execution;
(iii) Procure or create digitized, geo referenced cadastral/land revenue maps for
the purpose of land acquisition activities. Where state governments of local
agencies have already digitize cadastral maps, the consultant shall arrange to
procure such maps. The digitized map should exactly match the original map
so that the dimensions and area of plots can be extracted from the map itself.
(iv) Co-ordinate collection of all relevant land revenue records (including Khasra
maps,
Khatiyan, Jamabandi etc.) from the local land revenue administration
office required for preparation of Draft notification under Section 3A of the
NH Act.
(v) Identify and list all land parcels that need to be acquired as part of project
road. Conduct Joint measurement survey in conjunction with CALA, the
Executing Agency and the Land Revenue Department to verify land records.
(vi) Assist the CALA and the Project Executing agency in preparation of
statutory notification under Sections 3A, the CALA during hearing of
objections received under Section 3C, recording of hearings and completion of
this process, preparation of draft notification under Section 3D and
completion of the LA process at every stage, timely publication of
notifications and public notices in newspapers at every stage; furnish land
acquisition details as per revenue records/maps for further processing of land
acquisition by uploading all draft notification and updating in BHUMI RASHI
Portal after approval of the Authority.
(vii) Clear identification and preparation of an inventory of the assets attached to
the land under acquisition (e.g. Structures, trees, crops or any such assets
which should be valued for payment of compensation);
(viii) Co-ordination with offices of various departments like Land Revenue Office
(or Tehsil), Registrar office and other State departments (public works
department, horticulture department, forest department etc.) for evaluation
of assets (Structures, tree, crops etc.) attached to the land and liaison with
respective State authority for authentication of the valuation.
(ix) Prepare an inventory of all the utilities (electrical/water supply lines/gas
pipelines etc.- both linear and cross overs) and all such structures (religious
structure, public utilities, cremation grounds, private structures) in the RoW of
the road project that could become major hindrances at the time of project
execution;
(x) Carefully avoid location of any Flyover/VUP/elevated structure where a high
tension electricity line (66/132/220/400 KV etc.) is crossing over so as to
avoid raising of such line at such point, while designing the road projects;
(xi) Assist in demarcation of the acquired land and installation of the boundary
stones/pillars/peg makings along the RoW of the alignment;
(xii) Identification of land parcels missed out from acquisition in the first round
and assist the Authority and the CALA in preparation of Draft Notification
for acquisition of the land under missing plots.

- 187 -
3.4 Approach to the provision and specifications for Structures:

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

3.4.2 Highway projects shall be designed for separation of local traffic especially for
Vulnerable Road Users (VRUs), for longitudinal movements and crossing facilities
through viaduct(s) located at convenient walking distance. Provision of PUPs and
CUPs with size of 7.0m x 4.0m, as specified in para 2.10 of the IRC specifications,
has proved to be insufficient keeping in view the increased use of mechanization in
agriculture practices. These structures do not support the easy passage / crossing for
the tractors with trolleys so often used for agricultural operations. As traffic on cross
roads is increasing day-by-day, it has been decided to substitute the provision of
Pedestrian Underpass (PUP) / Cattle Underpass (CUP) [for para 2.10 of IRC
specifies the dimensions of 7.0m x 3.0m] with aLVUP with a minimum size of 12
(lateral clearance) x 4m (vertical clearance). Out of 12m lateral width, 2.5m width on
one side shall be raised for pedestrian sidewalks with grills to make pedestrian
movement convenient and safe. A third smaller dimension VUP-SVUP (4m*7m) for
all cross roads carriageway width lesser than 5.5m may also be considered. Thus
VUPs would be of three grades i.e.VUP-5.5mx20m; LVUP-4mx12m; and SVUP-
4mx7m.These structures shall be located at the most preferred place of pedestrian /
cattle
/ day-to-day crossings. Depending on the site conditions, feasibility of clubbing the
crossing facilities through service roads shall also be explored. Further, the bed
level of these crossings shall not be depressed as any such depression, in the
absence of proper drainage facilities becomes water-logged rendering the same
unusable. Ideally, the bed level of the crossings should be a bit higher with proper
connectivity to a drain, which could serve the drainage requirements of the main
carriageway, the underpass and the service road as well.

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

3.4.4 To ensure that bypass once constructed serves the intended purpose during its life, all
the bypasses shall be well designed and access controlled. The entry / exit from / to
side roads shall be controlled such that they are grade separated at major roads or at
spacing not less than 5 kms. Side roads at closer spacing shallbe connected to the
service roads on either side and taken to major roads forprovision of grade
- 188 -
separated interchange.

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

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

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

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

3.9 Environmental Impact Assessment, Environmental Management Plan and


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

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

3.11 The DPR consultant shall be required toprepare the Bid Documents, based on the
feasibility report, due to exigency of the project for execution if desired by Assam
PWD NH Works/MoRT&H

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

3.13 The consultant shall prepare separate documents for BoT as well as EPC
contracts at Feasibility stage / DPR stage. The studies for financing options like BoT,
Annuity, EPC will be undertaken in feasibility study stage.

3.14 The consultant shall be guided in its assignment by the Model Concession/
Contract Agreements for PPP/ EPC projects, as applicable and the Manual of
- 189 -
Specifications and Standards for two/ four/ six laning of highways published by IRC
(IRC:SP:73 or IRC:SP:84 or IRC:SP:87, as applicable) along with relevant IRC codes
for design of long bridges.

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

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

4. General

4.1 Primary Tasks

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

i. Review of all available reports and published information about the project road
and the project influence area;
ii. Environmental and social impact assessment, including such as related to cultural
properties, natural habitats, involuntary resettlement etc.
ii(a). Public consultation, including consultation with Communities located along the
road, NGOs working in the area, other stake-holders and relevant Government
departments at all the different stages of assignment (such as inception stage,
feasibility stage, preliminary design stage and once final designs are concretized).
iii. Detailed Reconnaissance;
iv. Identification of possible improvements in the existing alignment and bypassing
congested locations with alternatives, evaluation of different alternatives
comparison on techno-economic and other considerations and recommendations
regarding most appropriate option;
v. Traffic studies including traffic surveys and Axle load survey and demand
forecasting for next thirty years;
vi. Inventory and condition surveys for road including Network Vehicle Survey (NSV);
vii. Inventory and condition surveys for bridges, cross-drainage structures,
otherStructures, river Bank training/Protection works and drainage provisions;
viii. Detailed topographic surveys using LiDAR equipped with minimum engineering
grade system or any other better technology having output accuracy not less than
(a) specified in IRC SP 19 (b) Total Station (c) GPS/ DGPS. The use of conventional
high precision instruments i.e Total Station or equivalent can be used at locations
such as major bypasses, water bodies etc. where it may not be possible to survey
using LiDAR. Use of mobile / Aerial LiDAR survey is preferable.
ix. Pavement investigations;
- 190 -
x. Sub-grade characteristics and strength: investigation of required sub-grade and
sub-soil characteristics and strength for road and embankment design and sub soil
investigation;
xi. Identification of sources of construction materials;
xii. Detailed design of road, its x-sections, horizontal and vertical alignment and
design of embankment of height more than 6m and also in poor soil conditions and
where density consideration require, even lesser height embankment.Detailed
design of structures preparation of GAD and construction drawings and cross-
drainage structures and underpasses etc.
xiii. Identification of the type and the design of intersections;
xiv. Design of complete drainage system and disposal point for storm water
xv. Value analysis / value engineering and project costing;
xvi. Economic and financial analyses;
xvii. Contract packaging and implementation schedule.
xviii Strip plan indicating the scheme for carriageway widening, location of all existing
utility services (both over- and underground) and the scheme for their relocation,
trees to be felled, transplanted and planted and land acquisition requirements
including schedule for LA: reports documents and drawings arrangement of
estimates for cutting/transplanting of trees and shifting of utilities from the
concerned department;
xix Develop 3D engineered models of terrain and elevation, as-is project highway,
proposed and project highway along with all features, currentand proposed
structures, current and proposed utilities and land acquisition plans.
xx To find out financial viability of project for implementation and suggest the
preferred mode on which the project is to be taken up.
xxi. Preparation of detailed project report, cost estimate, approved for
constructionDrawings, rate analysis, detailed bill of quantities, bid documents for
execution of civil works through budgeting resources.
xxii. Design of toll plaza and identification of their numbers and location and office cum
residential complex including working drawings
xxiii. Design of weighing stations, parking areas and rest areas.
xxiv. Any other user oriented facility en-route toll facility.
xxv. Tie-in of on-going/sanctioned works of MORT&H/ Assam PWD NH Works / other
agencies.
xxvi. Preparation of social plans for the project affected people as per policy of the
lending agencies/ Govt. of India R&R Policy.

4.2 While carrying out the field studies, investigations and design, the development
plans being implemented or proposed for future implementation by the local bodies,
should be taken into account. Such aspect should be clearly brought out in the reports
and drawings.

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

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

- 191 -
4.5 Standards and Codes of Practices

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

2. All notations, abbreviations and symbols used in the reports, documents and
drawings shall be as per IRC:71.

4.6 Quality Assurance Plan (QAP)

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

2. Data formats for report and investigation results

ii. Required data formats for some reports, investigations and documents
are discussed in ENCLOSURE-II
iii. Formats for submission of Reports and Documents.
iv. The consultants will need to propose data formats for use in all other field
studies and investigations not covered in enclosure II.
v. The proposed data forms will need to be submitted for the approval
of Assam PWD NH Works and MoRT&H after the commencement of services.

4.7 Review of Data and Documents

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

i. Climate;
ii. Road inventory
- 192 -
iii Road condition, year of original construction, year and type of
major maintenance/rehabilitation works;
iv. Condition of bridges and cross-drainage structures;
v. sub-surface and geo-technical data for existing bridges;
vi. Hydrological data, drawings and details of existing bridges;
vii Existing geological maps, catchment area maps, contour plansetc. for
theproject area
viii Condition of existing river bank / protection works, if any.
ix. Details of sanctioned/on-going works on the stretchs
anctioned by MoRT&H/other agencies for Tie-in purposes
x. Survey and evaluation of locally available construction materials;
xi. Historical data on classified traffic volume (preferably for 5years or more);
xii. Origin-destination and commodity movement characteristics; if available
xiii. Speed and delay characteristics; if available;
xiv. Commodity-wise traffic volume; if available;
xv. Accident statistics; and,
xvi. Vehicle loading behavior (axle load spectrum), if available.
xvii. Type and location of existing utility services (e.g. Fibre Optical Cable, O/H and
U/G Electric, Telephone line, Water mains, Sewer, Trees etc.)
xviii. Environmental setting and social baseline of the project.

4.8. Social Analysis

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

4.9 Traffic Surveys

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

4.9.1 Number and Location of Survey Stations

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

Sl.No. Description Numberof SurveyStations


1. Classified Traffic Volume Count 3
2. Origin-Destination and Commodity Minimum 2
Movement Characteristics
3. Axle Loading Characteristics 2
4. Intersection Volume Count All Major Intersections
5. Speed-Delay Characteristics Project Road Section

- 193 -
6. Pedestrian/animal cross traffic count All major inhabitations
along the highway
7. Turning movement surveys For all major intersections

2. The number of survey locations indicated in the table above are indicative only for
each road stretch under a package. The Consultants shall, immediately upon award of
the work, submit to Assam PWD NH Works and MoRT&H, proposals regarding the
total number as well as the locations of the traffic survey stations as of inception
report. Suitable maps and charts should accompany the proposals clearly indicating
the rationale for selecting the location of survey Station.

3. The methodology of collection and analysis of data, number and location of traffic
survey stations shall be finalized in consultation with Assam PWD NH Works along
with MoRT&H officials prior to start of the traffic survey.

4.9.2. Classified Traffic Volume Count Survey

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

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

(a) Classification of vehicles: better than 95%

(b) Counting of vehicles: better than 98%

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

(a) Classification of vehicles: better than 90%

(b) Counting of vehicles: better than 95%

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

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

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

Motorised Traffic Non-Motorised Traffic


2-Wheeler Bi-Cycle
3-Wheeler Cycle-Rickshaw
Passenger Car Animal Drawn Vehicle (ADV)
- 194 -
Utility Vehicle (Jee p, Van etc.) Hand Cart
Other Non-Motorised Vehicle
Bus Mini Bus
Standard Bus
LCV LCV-Passenger
LCV-Freight
Truck MCV : 2-Axle Rigid Chassis
HCV : 3-Axle Rigid Chassis
MAV Semi Articulated
Articulated

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

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

4.9.3. Origin Destination and Commodity Movements Surveys

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

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

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

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

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

6. The commodity movement data should be duly taken into consideration while making
the traffic demand estimates.
- 195 -
4.9.4. Turning Movement Surveys

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

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

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

4.9.5. Axle Load Surveys

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

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

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

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

4.9.6. Speed-Delay Surveys

The Consultants shall carry out appropriate field studies such as moving car
survey to determine running speed and journey speed. The data should be
analyzed to identify sections with typical traffic flow problems and congestion.
The objective of the survey would be to recommend suitable measures for
segregation of local traffic, smooth flow of through traffic and traffic safety. These
measures would include the provision of bypasses, under-passes, fly-overs,
interchanges, grade-separated intersections and service roads.
- 196 -
4.9.7 Pedestrian / animal cross traffic surveys:

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


pedestrians/animals is necessary to improve the traffic safety.

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

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


junctions being replaced by grade separators.

4.9.8 Truck Terminal Surveys

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

4.10. Traffic Demand Estimates

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

2. The values of elasticity of transport demand shall be based on the prevailing


practices in the country. The Consultants shall give complete background including
references for selecting the value of transport demand elasticity.

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

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


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

5. The methodology for traffic demand estimates described in the preceding


paragraphs is for normal traffic only. In addition to the estimates for normal traffic,
the Consultants shall also work out the estimates for generated, induced and diverted
traffic.

6. The traffic forecasts shall also be made for both diverted and generated traffic.
- 197 -
7. Overall traffic forecast thus made shall form the basis for the design of each pavement
type and other facilities/ancillary works.

4.11. Engineering Surveys and Investigations

4.11.1. Reconnaissance and Alignment

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

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

(i). topographical features of the area;


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

(xii). Type and extent of existing utility services along the alignment (within ROW).
(xiii). Typical physical features along the approach roads

Possible bridge locations, land acquisition problems, nature of crossings,likely


length of approaches and bridge, firmness of banks, suitability of alignment of
approach roads.

3. The data derived from the reconnaissance surveys are normally utilizedfor planning
and programming the detailed surveys and investigations. All field studies including
- 198 -
the traffic surveys should be taken upon the basis of information derived from the
reconnaissance surveys.

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

5. The data obtained from the reconnaissance surveys should be compiled in the
tabular as well as graphical (chart) form indicating the major physical features and
the proposed widening scheme for Assam PWD NH Works's u n d e r M o R T & H
comments. The data and the charts should also accompany the rationale for the
selection of traffic survey stations.

4.11.2. Topographic Surveys

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

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

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 Assam PWD NH Works / Consultant.
Assam PWD NH Works and MoRT&H may decide about format/ platform of
point cloud data.
(c). Topographic map of scale 1:1000 of the entire highway length and adjoining
areas of interest.
(d). Contour map of 50 cm of entire highway length and adjoining areas of interest.
(e). Cross section of the highway at every 50 m in drawing format.

(f). Develop a digital elevation/surface model (bare earth model from survey
data) digital terrain model combining topographic data from LiDAR, road
inventory and other available sources of data for use while modeling the road
alignment and road and structure design.

- 199 -
(g). For land based surveys, Mobile LiDAR (Light Detection and Ranging) or
better technology that can meet above requirements shall be adopted. For
aerial based surveys, Aerial Mobile LiDAR (Light Detection and Ranging) or
better technology that can meet above requirements shall be adopted.
Where possible, mobile/terrestrial LiDAR and total station or better
studies should be used to supplement aerial LiDAR for the final alignment
chosen. Aerial based surveys shall be used as the primary source of
topographical data only in cases where a new/green field alignment is
being planned and/or major junctions are being planned where it is
necessary to significantly increase the survey corridor beyond the capabilities
of mobile LiDAR. In shadow areas such as invert levels below culverts,
terrestrial LiDAR shall be used where LiDAR or better technologies cannot
survey accurately, traditional methods of Total Station/ Auto Level shall be
used to complete the study.
(h). In case of mobile LiDAR or better technology, 360 degree panoramic images of
the entire highway length and adjoining areas of interest shall be submitted.
In case of aerial LiDAR or better technology, ortho-images of the entire
highway length and adjoining areas of interest shall be submitted.
(i). The detailed field surveys would essentially include the following activities:
i. Topographic Surveys along the Existing Right of Way (ROW): Carrying
out topographic survey using LiDAR or better technology along the
existing road and realignments, wherever required and properly
referencing the same with reference pillars fixed on either side of the
centre-line at safe places within the ROW
ii. The detailed field surveys would essentially include the topographic
surveys along the proposed location of bridge and alignment of approach
road.
iii. The detailed topographic surveys should be carried out along the
approach roads alignment and location of bridge approved by Assam
PWD NH Works .
iv. Collection/ Extraction of details for all features such as structures
(bridges, culverts etc.) utilities, existing roads, electric and telephone
installations (both O/H as well as underground), huts, buildings,
fencing and trees (with girth greater than 0.3metre) oil and gas lines etc.
falling within the extent of survey.

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

(i). The width of the survey corridor should take into account the layout of the
existing alignment including the extent of embankment and cut slopes and
the general ground profile. While carrying out the field surveys, the widening
scheme (i.e. right, left or symmetrical to the centre line of the existing
carriageway) should be taken into consideration so that the topographic
surveys cover sufficient width beyond the centre line of the proposed divided
carriageway. Normally the surveys should extend a minimum of 30 m
beyond either side of the centre line of the proposed divided carriageway or
land boundary whichever is more.
(ii). In case the reconnaissance survey reveals the need for bypassing the
congested locations, the traverse lines would be run along the possible
alignments in order to identify and select the most suitable alignment forthe
bypass. The detailed topographic surveys should be carried out along the
bypass alignment approved by Assam PWD NH Works under MoRT&H. At
locations where grade separated intersections could be the obvious choice,
- 200 -
the survey area willbe suitably increased. Field notes of the survey hould be
maintained which would also provide information about traffic, soil,
drainage etc.
(iii). The width of the surveyed corridor will be widened appropriately where
developments and / or encroachments have resulted in a requirement for
adjustment in the alignment, or where it is felt that the existing alignment
can be improved upon through minor adjustments.
(iv). Where existing roads cross the alignments, the survey will extend minimum of
100 m either side of the road centre line and will be of sufficient width
to allow improvements, including at grade intersection to be designed.

8. The surveyed alignment shall be transferred on to the ground as under:

i. Reference Pillar and Bench Mark / Reference pillar of size 15 cm X 15 cm X


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

4.11.2.1 Longitudinal and Cross-Sections

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

i. Longitudinal section levels along final centre line shall be taken at every
10 m interval.The levels shall be taken at closer intervals at thecurve
points, small streams, and intersections and at the locations of change in
elevation.The interval shall also be modified as per IRC:SP-19 for rolling,
mountainous & steep terrain.
ii. Cross sections at every 50 m interval in full extent of survey covering
sufficient number of spot levels on existing carriageway and adjacent
ground for profile correction course and earth work calculations. Cross
sections shall be taken at closer interval at curves.The interval shall be
modified as per IRC SP 19 for rolling, mountainous & steep terrain.
iii. Longitudinal section for cross roads for length adequate for design and
quantity estimation purposes.
iv. Longitudinal and cross sections for major and minor streams shall cover
Cross section of the channel at the site of proposed crossing and few cross
sections at suitable distance both upstream and downstream, bed level upto
top of banks and ground levels to a sufficient distance beyond the edges
of channel, nature of existing surface soil in bed, banks & approaches,
longitudinal section of channel showing site of bridge etc. These shall be as
- 201 -
per recommendations contained in IRC Special Publication No. 13
(Guidelines for the Design of Small Bridges and Culverts) and provisions of
IRC:5 (“Standard Specifications & Code of Practice for Road Bridges, Section 1
– General Features of Design”).

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

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

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


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

4.11.2.2 Details of utility Services and Other Physical Features

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

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

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

4.11.3. Road and Pavement Investigations

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

4.11.3.1 Road Inventory Surveys

1. Detailedroadinventorysurveysshallbecarriedouttocollectdetailsof all existing road


and pavement features along the existing road sections using the technology
i.e.Network Survey vehicles. The inventory data shall include but not limited to the
following:

i. Terrain (flat, rolling, mountainous);

- 202 -
ii. Land-use (agricultural, commercial, forest, residential etc) @ every kilometre;
iii. Carriageway width, surfacing type @ every 500m and every change of
feature whichever is earlier;
iv. Shoulder surfacing type and width @ every 500m and every change of
feature whichever is earlier;
v. Sub-grade / local soil type (textural classification) @ every 500m and every
change of feature whichever is earlier;
vi. Horizontal curve; vertical curve
vii. Road intersection type and details, at every occurrence;
viii. Retaining structures and details, at every occurrence;
ix. Location of water bodies (lakes and reservoirs), at every occurrence;
x. Height of embankment or depth of cut @ every 200m and every change of
feature whichever is earlier.
xi. Land width i.e. ROW
xii. Culverts, bridges and other structures (type, size, span arrangement and
location)
xiii. Roadside arboriculture
xiv. Existing utility services on either side within ROW.There shall be a
provision of utility corridorfor appropriate categories / combination of
utilities in the construction of new 4/6 laning of National Highways. Such
structures shall be located at appropriate location preferably as close to the
extreme edge of Right of Way (RoW). In this connection, guidelines contained
in IRC:98 shall be followed.
xv. General drainage conditions
xvi. Design speed of existing road

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

4.11.3.2 Pavement Investigation

1. Pavement Composition

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

2. Road and Pavement Condition Surveys

i. Detailed field studies shall be carried out to collect road and pavement
surface conditions. The data should generally cover:

- 203 -
 pavement condition (surface distress type and extent);
 shoulder condition;
 embankment condition; and
 drainage condition

Pavement Condition

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


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

Shoulder Condition

 Paved: Same as forpavement


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

Embankment Condition

 general condition; and


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

Drainage Condition
- 204 -
 General condition
 Connectivity of drainage turnouts into the natural topography
 Condition in cut sections
 Condition at high embankments

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

3. Pavement Roughness

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


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

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

 Roughness measurement with outputs of both raw longitudinal


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

 The IRI shall be determined for both wheelpaths over a minimum


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

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

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

4. Pavement Structural Strength

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

i. It is suggested that the deflection surveys may be carried out as per the
scheme given below:
 mainline testing; and,
 Control section testing.
ii. The deflection tests for the mainline shall be carried out at every 500 m
along theroad sections covered under the study. The control section testing
shall involve carrying out deflection testing for each 100 m long
homogenous road segment along the road sections.The selection of
homogenous segment shall be based on the data derived from pavement
condition surveys. The total length of such homogenous segments shall not be
less than 100 m per kilometre. The deflection measurements for the control
- 205 -
section testing should be at an interval of not more than 10 m.
iii. Test pits shall be dug at every 500 m and also along each homogeneous
road segment to obtain pavement composition details (pavement course,
material type and thickness) so as to be able to study if a correlation exists
between deflection and composition. If so, the relationship may be used while
working out the overlay thickness for the existing pavement.
iv. Falling weight deflectometre surveys may not be carried out for severely
distressed sections of the road warranting reconstruction. The Consultants,
immediately upon the award of the contract, shall submit to Assam PWD
NH Works the scheme describing the testing schedule including the interval.
The testing scheme shall be supported by data from detailed reconnaissance
surveys.
v. It is mandatory for the consultant to use Falling weight deflectometre or
alternative better technique for the evaluation of pavement strength, details
of such methods or innovative features for deflection testing using Falling
weight deflectometrealong with themethodologyfordata 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
Assam PWD NH Works under MoRT&H. The sources of such methods should be
properly referenced.

4.11.3.3 Subgrade Characteristics and Strength

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

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

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


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

3. The testing for subgrade soil shall include:

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


(ii). Field CBR using DCP at each test pit
(iii). Characterization (grain size and Atterberg limits) at each test pit and,
(iv). Laboratorymoisture-density characteristics(modified AASHTOcompaction);
(v). Laboratory CBR (unsoaked and 4-day soak compacted at three energy levels)
and swell.

4. For problematic soils, the testing shall be more rigorous. The characteristics with
regard to permeability and consolidation shall also be determined for these soils. The
frequency of sampling and testing of these soils shall be finalized in consultation
- 206 -
with the Assam PWD NH Works officers/ MoRT&H after the problematic soil types
are identified along the road sections.

5. The laboratory for testing of material should be got approved from Assam PWD NH
Works/MoRT&H before start of work.

4.11.4 Investigations for Bridges and

Structure 4.11.4.1Inventory of Bridges, Culverts

and Structures

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

4.11.4.2 Hydraulic and Hydrological Investigations

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

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

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


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

4. The Consultants shall make a desk study of available data on topography(topographic


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

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

6. Conducting Model studies for bridges is not covered in the scope of consultancy
services.If Model study is envisaged for any bridge, requirement of the same shall be
spelt out in the RPF documents separately indicating scope and time frame of such
study. Salient features of the scope of services to be included for model study are
- 207 -
given in the supplement- II Terms of Reference.

4.11.4.3 Condition Surveys for Bridges, Culverts and Structures

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

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

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

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

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

5. Consultantshall carryout necessary surveys and investigations to establish the


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

4.11.4.4 Geo-technical Investigations and Sub-Soil Exploration

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


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

S.No. Description Location of Boring


1 Overall length = 6 – 30 m One abutment locationand at least one
intermediate location
betweenabutmentsforstructureshavingmore
than one span

- 208 -
2 Overall length = 30 – 60 m One abutment location and at leastone
intermediate location betweenabutments for
structures having more than one span.
3 Overall length >60 m Each abutment and each pier locations.

2. The deviation(s), if any, by the Consultants from the scheme presented above should
be approved by Assam PWD NH Works/MoRT&H .

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


adjacent crossings over the same waterway (existing highway and railway bridges)
indicates that subsurface variability is such that boring at the suggested spacing will
be insufficient to adequately define the conditions for design purposes, the
Consultants shall review and finalize the bore hole locations in consultation with the
Assam PWD NH Works/MoRT&H officers.

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

5. The scheme for the borings locations and the depth of boring shall be
prepared by the Consultants and submitted to Assam PWD NH Works and
MoRT&H for approval. These may be finalized in consultation with Assam
PWD NH Works and MoRT&H.

6. The sub-soil exploration and testing should be carried out through the Geotechnical
Consultants empanelled by MORT&H. The soil testing reports shall be in the format
prescribed in relevant IRC Codes.

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

4.11.5. Material Investigations

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

“Environment friendly materials”

“As per MORTH circular No. RW /NH-33044/53/2013-S&R(R) dated 20th


November, 2013, alternative pavement materials and technologies for road
construction shall be assessed and compared in the design stage. The alternative
resulting in substantial reduction in GHG emission and with least life cycle cost shall
- 209 -
be recommended for implementation.

Technical and economic feasibility of using industrial byproducts, recyclable and


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

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


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

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


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

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

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

4.12 Detailed Design of Road and Pavements, Bridges,

Structures 4.12.1General

1. The Consultants are to carryout detailed designs and prepare working drawings for
the following:
i. High speed highway with divided carriageway configuration complete in
all respects with service roads at appropriate locations;
ii. Design of pavement for the additional lanes and overlay for the existing road,
paved shoulders, medians, verges;
iii. Bridges, viaduct/subways and other grade separated
structures includingROBs/RUBs etc.
iv. At-grade and grade-separated intersections, interchanges (if required);
v. ROB for railway crossings as per the requirement and the standards of the
Indian Railways; and,
vi. Prepare alignment plans, longitudinal sections and cross-
sections@50mintervals;
vii. Designs for road furniture and road safety/traffic control features;
viii. Designs and drawings for service road/under passes/overpass / cattle passes
tree planting/fencing at locations where necessary / required
ix. Toll plazas and office-cum-residential complex for Assam PWD NH Works
(one for each civil contract package)
x. Short bypasses at congested locations
xi. Drainage design showing location of turnouts, out falling structures,
separate drawings sheet for each 5 km. stretch.
xii. Bridges and structures rehabilitation plan with design and drawings
- 210 -
xiii. Traffic amenities (Parking Areas, Weighing Station and Rest Areas, etc.).
xiv. Design of pavement for approach road
xv. Design of river bank protection/trainingworks. Innovative type of structures
with minimum joints, aesthetically, pleasing and appropriate tothe
topography of the region shall be designed wherever feasible.

4.12.2. Design Standards

1. The Consultants shall evolve Design Standards and material specifications for the
Study primarily based on IRC publications, MoRT&H Circulars and relevant
recommendations of the international standards for approval by Assam PWD NH
Works under MoRT&H.

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

4.12.3. Geometric Design

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

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

3. The data on accident statistics should be compiled and reported showing accident type
and frequency so that blackspots are identified along the project road section. The
possible causes (such as poor geometric features, pavement condition etc.) of
accidents should be
investigated into and suitable cost-effective remedial measures suggested
for implementation.

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

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

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

6. The consultants shall make detailed analysis of traffic flow and level of service for
the existing road and workout the traffic flow capacity for the improved project
road. The analysis should clearly establish the widening requirements with respect
to the different horizon periods taking into account special problems such as road
segments with isolated steep gradients.

- 211 -
7. In the case of closely spaced cross roads the Consultant shall examine different
options such as, providing grade separated structure for some of them with a
view to reduce number of at-grade crossings, services roads connecting the cross-
roads and closing access from some of the intersections and prepare and furnish
appropriate proposals for this purpose keeping in view the cost of improvement,
impact on traffic movement and accessibility to cross roads.The detailed drawings
and cost estimate should include the provisions for realignments of the existing
cross roads to allow such arrangements.

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

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

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

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

4.12.4. Pavement Design

1. The detailed design of pavement shall involve:

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

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

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

4. For the design of pavement, each set of design input shall be decided on the
basis of rigorous testing and evaluation of its suitability and relevance in respect
of in-service performance of the pavement. The design methodology shall
accompany the design proposals and shall clearly bring out the basic assumptions,
values of the various design inputs, rationale behind the selection of the design inputs
and the criteria for checking and control during the implementation of works. In
other words, the design of pavement structure should take due account of the
type, characteristics of materials used in the respective courses, variability of their
properties and also the reliability of traffic predictions. Furthermore, the
methodology adopted for the design of pavement shall be complete with flowcharts
indicating the various steps in the design process, their interaction with one
- 212 -
another and the input parametre required at each step.

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

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

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


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

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

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

4.12.5. Design of Embankments

1. The embankments design should provide for maximum utilization of locally


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

2. The Consultants shall carry out detailed analysis and design for all embankments of
height greater than 6 m based on relevant IRC publications.
- 213 -
3. The design of embankments should include the requirements for protection
worksand traffic safety features.

4.12.6. Design of Bridges and Structures

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

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

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

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

4. GAD for bridges/structures across irrigation/water waychannels shall be got


- 214 -
approved from the concerned Irrigation/Water way Authorities. Subsequent to
approval of GAD and alignment plan by Assam PWD NH Works and MoRT&H , the
Consultants shall prepare detailed design as per IRC codes/guidelines for all
components of the bridges and structures.

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

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


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

7. The existing structures having inadequate carriageway width shall be widened/


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

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


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

9. Subsequent to the approval of the GAD and the alignment plan by Assam PWD NH
Works/ MoRT&H Works, detailed design shall also be carried out for the proposed
underpasses, overpasses and interchanges.

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

11 In case land available is not adequate for embankment slope, suitable design for
RCC retaining wall shall be furnished. However, RES wall may also be considered
depending upon techno-economic suitability to be approved by Assam PWD NH
Works and MoRT&H

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

4.12.7. Drainage System

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

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

3. The designed drainage system should show locations of turnouts/outfall points with
details of outfall structures fitting into natural contours. A separate drawing sheet
- 215 -
covering every 5 km. stretch of road shall be prepared.

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

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

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

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

4.12.8. Traffic Safety Features, Road Furniture and Road Markings

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

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

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

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

5. Road markings and proper signage constitute another important aspect of the Road
safety. The DPR shall contain a detailed signage plan, indicating the places,
directions, distances and other features, duly marked on the chainage plan. It shall
specify the suitable places where FoBs are to be provided. Road marking and
signage plan shall be included in DPR and shall be specifically approved by the Assam
PWD NH Works/ MoRT&H
- 216 -
6. Advanced Traffic Management System (ATMS) shall be in place for all 4/6 lane
roads of Assam PWD NH Works/MoRT&H being put to tolling. This would provide
real time information, guidance and emergency assistance to users. ATMS would
include outdoor equipment including emergency call boxes, variable message sign
systems, meteorological data system, close circuit TV camera (CCTV) system in
addition to any other equipment required to meet the objective. Indoor equipment
would include large display board, central computer with Network Management
System, CCTV monitor system and management of call boxes system with
uninterrupted power supply, all housed in a central control centre. In this connection,
NHAI’s policy circular no.11041/218/2007-Admn dated 15.09.2016 may be referred.

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

4.12.9. Arboriculture and Landscaping

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

4.12.10. Toll Plaza

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

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

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

- 217 -
4. Toll Plaza shall be designed as per IRC 84.

4.12.11. Weighing Station, Parking Areas and Rest Areas

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

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

4.12.12 Miscellaneous Works

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

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

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

4.13 Environment and Social Impact Assessment

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

4.13.1 Environmental Impact Assessment

Environment impact assessment or initial environment examination be carried


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

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


assess the direct and induced impacts due to the project.

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


project with the objective to establish the benchmarks.
- 218 -
3. The consultant shall assess the potential significant impacts and identify the
mitigation measures to address these impacts adequately.

4. The consultant shall do the analysis of alternatives incorporating environmental


concerns. This should include with and without scenario and modification
incorporated in the proposed project due to environment considerations.

5. The consultant shall give special attention to the environmental enhancement


measures in the project for the following:

(a) Cultural property enhancement along the highways


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

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


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

7. The consultant shall establish a suitable monitoring network with regard to air,
water and noise pollution. The consultant will also provide additional inputs in the
areas of performance indicators and monitoring mechanisms for environmental
components during construction and operational phase of the project.

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

9. The consultant shall prepare the application forms and obtain forestry and
environmental clearances from the respective authorities including the SPCBs and
the MOEF onbehalf of Assam PWD NH Works/ MoRT&H. The consultants will
make presentation, if required, in defending the project to the MOEF
Infrastructure Committee.

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

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


relevant environment and social sections of BPIP.

12. Provision should be made for Noise Barriers wherever (especially where project
highway passes through dense habitation) required as a mitigation measure
against noise pollution and nuisance. Their location, dimension, type, material and
shapes should be determined and defined in environment impact assessment
studies forming part of DPR.

- 219 -
4.13.2 Social Assessment

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

2 The consultant shall prepare Land Acquisition Plan and assist Assam PWD NH Works
under MoRT&H/district Authority in acquisition of land under various Acts.

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

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

4.13.4 Reporting Requirements of EIA

 Theconsultant would prepare the stand-alone reports as per the requirementof


the Assam PWD NH Works 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.
- 220 -
 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 Assam PWD NH Works, till
the acceptance of the reports by the Assam PWD NH Works.
 EMP Reports for Contract Package based on uniform methodology and
processes.The consultant will also ensure that the EMP has all the elements for it
to be a legal document. The EMP reports would include the following:
 Brief description of the project, purpose of the EMP, commitments on
incorporating environmental considerations in the design, construction and
operations phases of the project and institutional arrangements for implementing
the EMP.
 A detailed EMP for construction and operational phases with recourse to the
mitigation measures for all adverse impacts.
 Detailed plans for highway-side tree plantation (as part of the compensatory
afforestation component).
 Environmental enhancement measurewould be incorporated.
 Enhancement measures would include items described in the scope of work and
shall be complete with plans, designs, BOQ and technical specifications.
 Environmental monitoring plans during and after construction including scaling
and measurement techniques for the performance indicators selected for
monitoring.
 The EMP should be amendable to be included in the contract documents for the
works.
 Incorporating any other suggestions of the ADB/ World Bank/ Assam PWD NH
Works under MoRT&H, till theacceptance of the reports by the ADB/ World Bank/
Assam PWD NH Works under MoRT&H.

4.13.5 Reporting requirements of RAP

Analysis on the resettlement plan be conducted based on MoRTH, Government of


India Guidelines.

 Executive summary
 Description ofproject
 Objectives of the project.
 The need for Resettlement in the Project and evaluation of measures to minimize
resettlement.
 Description andr esults of public consultation and plans for continued
participation of PAPs.
 Definition of PAPs and the eligibility criteria.
 Census and survey results-number affected, how are they affected and what
impacts will they experience.
- 221 -
Legal and entitlement policy framework-support principles for different
categories of impact.
 Arrangements for monitoring and evaluation (internal and external)
 Implementation schedule for resettlement which is linked to the civil works
contract
 A matrix of scheduled activities linked to land acquisition procedures to indicate
clearly what steps and actions will be taken at different stages and the time frame
 The payment of compensation and resettlement during the acquisition process
 An itemized budget (replacement value for all assets) and unit costs for different
assets

5.1 Land Acquisition

5.1.1 Overall program management of all activities pertaining to Land Acquisition

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

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

5.1.1.2 Liaison with relevant state departments throughout land acquisition process

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

5.1.1.3 Facilitate communication between Assam PWD NH Works under MoRT&H and CALA
throughout land acquisition process

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


notifications) between the office of Competent Authority for Land Acquisition
(CALA) and Assam PWD NH Works under MoRT&H

5.1.1.4 Support CALA and Assam PWD NH Works with manpower and resources CALA
throughout land acquisition process

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


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

5.1.2 Assist CALA and Assam PWD NH Works in the publication of notifications

- 222 -
5.1.2.1 Provide copy of following documents to Assam PWD NH Works - 1 soft copy (less than
3MB combined) + 1 hard copy, on finalization of alignment and approval of the
alignment from the competent authority

i. Index Map: Document showing alignment of proposed highway overlaid on a


detailed political map of the region
ii. Alignment plan: Engineering plan detailing relative position of Proposed Right of
Way to existing road, bypasses, realignments significant structures, affected
villages and chainage
iii. Assam PWD NH Works project sanction document detailing chainage, length,
scheme code and land acquisition requirements (Total Land Required, Land
available, land to be acquired etc.)

5.1.2.2 Conduct enquiry at Village Administrative Office along approved alignment to ensure
inclusion of all villages

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

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

5.1.2.5 Co-ordinate with Assam PWD NH Works and District Collector/State Government in
obtaining appointment order for CALA

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

5.1.2.7 Assist Assam PWD NH Works in creating 3a notification and preamble on Bhoomi
Rashi along with all supporting documents in format prescribed to be sent for
approval to competent Authority.

5.1.3 Assist CALA and Assam PWD NH Works under MoRT&H in the publication of 3A
notification

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

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

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

i. Ensure collection of digitized survey maps from the state revenue department
prepared using CollabLand software of NIC for the purposes of land acquisition
activities, wherever available
ii. Ensure all survey maps collected are scaled to 1:500, 1:1000 or 1:2000
iii. Ensure survey maps contain all necessary information including boundary
dimensions, ladder diagrams, topographical details, sub division details and
adjoining survey numbers as available, in line with the norms of the State
Government
iv. Verify the level of accuracy in the maps and their suitability for the purposes of
supporting the land acquisition effort for the project road in terms of both
- 220 -
dimensional accuracy and details available
v. Ensure consistency between the revenue maps and other land records (Record of
Rights, Tenancy and Crops /A-Register etc.) and correct the maps/records in case
of inconsistency. Ensure, the corrected maps are vetted by the Village
Administrative Officer

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

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


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

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

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


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

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

i. Alignment Map
ii. Digitized Village Map
- 221 -
iii. Topographical details as collected during topographical survey using LiDAR/.
Imaging
iv. Geo-referenced control points imported into GIS software

5.1.3.6 Ensure proper superimposition of the alignment map, digitized village map by accurately
matching the topographical details and geo-referenced ground control points on both the
layers.

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

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


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

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

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

5.1.3.9 Prepare and submit 3A draft and LA plan in the format prescribed by Assam PWD NH
Works

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

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

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

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

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


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

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

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


notification

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

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

5.1.3.17 Assist Assam PWD NH Works in coordinating with newspaper agency to ensure
publication of 3A notification in 2 newspapers: 1 Vernacular + 1 Other

- 222 -
5.1.3.18 Provide copies of newspaper publication of 3A notification to the CALA and Assam
PWD NH Works.

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

i. Ensure submission of 3A to the Assam PWD NH Works in prescribed


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

5.1.4 Assist CALA and Assam PWD NH Works in conduction of 3C enquiry and
compilation of final orders

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

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

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


the CALA

5.1.4.4 Assist CALA staff in receiving and compiling of objections

5.1.4.5 Assist CALA during objection hearings, recording of hearings, ensuring


compliance of corresponding orders and notification of final CALA order to
petitioners

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

5.1.5 Assist CALA and Assam PWD NH Works under MoRT&H in conducting Joint
Measurement Survey

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

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

i. Ensure use of Differential GPS or Total Station systems to conduct center


line marking
ii. Ensure placing of boundary pillars (left and right) and the center line peg (in
case of brownfield sections), center line pillar (in case of greenfield
sections) at 50- meter intervals, clearly demarcating the Proposed Right of
Way.
- 223 -
iii. Ensure all boundary pillars are provided and planted as per IRC:25:1967
iv. Ensure that the boundary stones are secured at location
v. Provide daily reports to Assam PWD NH Works and CALA office by mail
indicating progress of boundary stone marking in terms of length and
chainage covered

vi. Retain a Total Station system, controller and a prism holder for the entire
duration of the JMS to ensure prompt assistance to the survey team

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

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

5.1.5.4 Assist land revenue department in conducting pre-scrutiny

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

- 224 -
5.1.5.5 Co-ordinate with CALA team and Assam PWD NH Works to facilitate site inspection

5.1.6 Assist CALA and Assam PWD NH Works under MoRT&H in the publication of 3D
notification

5.1.6.1 Prepare 3D draft based on 3A notification and scrutinized JMS statements in the
format prescribed by Assam PWD NH Works

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

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

i. Ensure presence of surveyors to clarify/rectify any issue that may arise


during verification, both during on-ground inspection as well as during
the document verification

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

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

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


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

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

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

i. Ensure the translated 3D sent to the newspaper matches the 3D Gazette


copy verbatim and no changes are made

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

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


notification in 2 newspapers: 1 Vernacular + 1 Other

5.1.6.10 Provide copies of newspaper publication of 3D notification to the CALA and Assam
PWD NH Works

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

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


Assam PWD NH Works in prescribed format within 45 days of 3A
publication
ii. Ensure publishing of 3D in Gazette by pursuing the same with relevant
stakeholder within 15 days of submission of final 3D to the Assam PWD NH
Works
iii. Provide adequate manpower including but not limited to surveyors,
revenue inspectors, chain-men, liaison officers, computer operators,
central line marking teams, helpers, etc. to ensure mandated timelines are
- 225 -
met
iv. Ensure adequate resources including but not limited to computers,
boundary pillars, Total Station/DGPS systems, vehicles etc. are deployed to
ensure mandated timelines are met

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

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

5.1.7.2 Co-ordinate with Assam PWD NH Works under MoRT&H /CALA on publishing of
claim invitation notification in 2 local newspapers - 1 vernacular and 1 other.
The public notice inviting claims (under sub- section 3 of section 3G) from all
persons interested in the land to be acquired can be issued along with the newspaper
publication of 3D notification
5.1.7.3 Provide 1 copy of newspaper notification of 3D and claim invitation to CALA,
Ward, Panchayat, Circle office, police station and Collector office.

5.1.7.4 Assist CALA during claim hearings, record hearings and compliance of
corresponding orders

i. Collate ownership claims and the documents received during the claim
hearings
ii. Assist the office of the CALA in verifying the claims and in finalizing the land
owners

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

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

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

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

5.1.7.8 Assist CALA in 3G award preparation and in drafting 3G award documents along with
the required Annexures including but not limited to preparation of field book which
contains award by each beneficiary, list of sales statistics considered for finalizing the
market value, etc.
- 226 -
5.1.8 Assist Assam PWD NH Works under MoRT&H in obtaining possession of land

5.1.8.1 Co-ordinate delivery of confirmation letter of deposit from Assam PWD NH Works to
CALA

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

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

5.1.8.4 Co-ordinate collection of certificate of possession from CALA

5.1.8.5 Assist and liaison with competent authority for Land acquision in getting mutation of
land done in the name of Assam PWD NH Works. Also incorporate status of
mutation of land in Monthly Progress Report (MPR).

5.1.9 Publication of Gazette Notifications relating to Land Acquisition:

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


Newspapers shall be borne by the Assam PWD NH Works under MoRT&H
5.2 Utility shifting proposal and estimates

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

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

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


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

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

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


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

5.2.2 Plan for utilities in future road design

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

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

5.2.3 Develop a utilities relocation plan


1. Consultants need to develop and submit a utilities relocation plan in consultation
with Assam PWD NH Works along with MoRT&H officials and user departments
clearly identifying current utilities and suggested relocations along with
crossings as required
- 227 -
2. Plan and conduct discussions, consultations and joint site visits required for the
planning of utilities shifting and the development of required drawings and proposals

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


submitted to user department

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

5.2.4 Estimates and approvals

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

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

3. Review final designs submitted, cost estimates, complete checklist, obtain required
declarations and submit to Assam PWD NH Works/MoRT&H for approval

4. Work with user department, Assam PWD NH Works/MoRT&H as required to


incorporate any changes requested in shifting proposal and cost estimate

5. Obtain all required utilities shifting proposal estimates and required approvals from
both user departments and Assam PWD NH Works/MoRT&H within the time
stipulated in DPR contract

5.3 Estimation of Quantities and Project Costs

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


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

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

3. The project cost estimates so prepared for Assam PWD NH Works under MoRT&H are
to be checked against rates for similar on-going works in India under Assam PWD NH
Works and MoRT&H projects.

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

5. The consultant shall furnish cost comparison amongst conventional and with the
use of New/alternative Material and Technology to arrive at the estimated cost. The
estimated cost as proposed by the consultant shall be cost effective as well as
- 228 -
environment friendly.

6. Viability and Financing Options and Bidding process

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

2. The values of input parametres and the rationale for their selectionfor the economic
and commercial analyses shall be clearly brought out and got approved by MoRT&H

3. For models to be used for the economic and the commercial analyses, the
calibration methodology and the basic parametres adapted to the local conditions
shall be clearly brought out and got approved by MoRT&H.

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

6.1. Economic Analysis

1. The Consultants shall carry out economic analysis for the project. The analysis should
be for each of the sections covered under this TOR. The benefit and cost streams
should be worked out for the project using HDM-IV or other internationally
recognized life-cycle costing model.

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

i. assess the capacity of existing roads and the effects of capacity constraints
on vehicle operating costs (VOC);
ii. calculate VOCs for the existing road situation and those for the project;
iii. quantify all economic benefits, including those from reduced congestion,
travel distance, road maintenance cost savings and reduced incidence of road
accidents; and,
iv. estimate the economic internal rate of return (EIRR) for the project over a 30-
year period. In calculating the EIRRs, identify the tradable and non- tradable
components of projects costs and the border price value of the tradable
components.
v. Saving in time value.

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

Scenario – I Base Costs and Base Benefits


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

- 229 -
The sensitivity scenarios given above are only indicative. The Consultants shall select
the sensitivity scenarios taking into account possible construction delays,
construction costs overrun, traffic volume, revenue shortfalls, operating costs,
exchange rate variations, convertibility of foreign exchange, interestrate volatility,
non-compliance or default by contractors, political risks and force majeure.

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

6.2 Financial Analysis

6.2.1 Need for financial analysis

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


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

6.2.2 Financial analysis of the project

1. The Consultants shall in consultation with Assam PWD NH Works/MoRT&H


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

6.2.3 Outputs from financial analysis

1. The financial model so developed shall be handed over to and be the property
of Assam PWD NH Works under MoRT&H.
2. The consultant shall also suggest positive ways of enhancing the project
viability and furnish different financial models for implementing on BOT
format

6.3 Bidding process

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

6.3.2 Preparation of documents


- 230 -
1. The consultant shall prepare all required bid documents and technical
schedules required for the bidding of the project

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

3. The consultant shall assist authority in reviewing bid documents and in making
any changes required basis their findings or the and finalising bid documents

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

5. The DPR consultant may be required to prepare the Bid Documents, based on
the feasibility report, due to exigency of the project for execution if
desired by Assam PWD NH Works / MoRT&H

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

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


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

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


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

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


ministry before bidding the project.

6.3.3 Support during the bidding process

1. Consultant shall support Assam PWD NH Works through the entire bid
process and shall be responsible for sharing the findings from the
preparation stages during the bid process.

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


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

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

a. Responding to all pre-bid technical queries


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

4. The consultant shall assist Assam PWD NH Works and its functionaries as
needed in the evaluation of technical bids
- 231 -
7. Time period for the service

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

2. Assam PWD NH Works under MoRT&H shall arrange to give approval on all
sketches, drawings, reports and recommendations and other matters and proposals
submitted for decision by the Consultant in such reasonable time so as not to delay
or disrupt the performance of the Consultant’s services.

8. Project Team and Project Office of the Consultant

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


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

2. List of suggested key personnel to be fielded by the consultant with appropriate


man- month of consultancy services is given in APPENDIX-IA (Part-I) as per client's
assessment.

3. A Manning Schedule for key personnel mentioned above is enclosed as APPENDIX-IA


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

4. The Consultants shall establish an office at the project site manned by senior
personnel during the course of the surveys and investigations. All the project related
office work shall be carried out by the consultant in their site office unless there
are special reasons for carrying out part of the office work elsewhere for which prior
approval of Assam PWD NH Works shall be obtained. The address of the site office
including the personnel manning it including their Telephone and FAX numbers will
be intimated by the Consultant to Assam PWD NH Works before commencement of
the services.

5. All key personnel and sub professional staff of the DPR Consultants shall use the finger
print based (biometric) attendance system for marking their daily attendance.
Attendance shall be marked at least once a day and anytime during the day.
Biometric Attendance System shall be installed by the DPR Consultants at its own
cost at the site office and design office in order to facilitate the attendance marking. A
copy of attendance records shall be attached at the time of submission of their bills to

- 232 -
the Assam PWD NH Works/MoRT&H from time to time. Proper justification shall be
provided for cases of absence of key personnel/ sub-professional staff which do not
have prior approval from Project Director of Concerned stretch. If Assam PWD
NH Works so desires, it shall facilitate electronic linking of the attendance system
with the Central Monitoring System of Assam PWD NH Works.

9. Reports to be submitted by the Consultant to Assam PWD NH Works under


Mort&H

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

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

Report/deliverable
No Stage Key activities
submitted
1 Inception Project planning and mobilization Inception Report and QAP
2 Feasibility Alignment finalization, Alignment Options Report and
preliminary surveys Feasibility Report
3 LA and LA, utilities identification; creation Strip Plan, LA Report (3a, 3A),
Clearances I of draft notifications and proposals Clearances and Utility Shifting
proposals
4 DPR Detailed design of highway, Draft DPR Report, Final DPR
preparation of detailed project Report, documents and
report with drawings drawings
5 Technical Preparation of bid documents and Civil Works Contract
Schedules technical schedules Agreement and Schedules
Report/deliverable
No Stage Key activities
submitted
6 (i) LA II Land acquisition process, obtaining JMS and 3D Report, Final Project
(ii) Project final utilities estimates and Clearances and Utilities Report
Clearances required clearances

7 LA III- Award Land acquisition award 3G Report


Determination determination
8 LA IV- Possession Obtaining possession of land Land Possession Report

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

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

- 233 -
9.3 Timelines for the submission of reports and documents

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

10 Reports and Documents to be submitted by the Consultant to Assam PWD NH Works


under MoRT&H

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

2. The time schedule for various submissions prescribed at Sl. No.1 above shall be
strictly adhered to. No timeoverrun in respect of these submissions will normally be
permitted. Consultant is advised to go through the entire terms of reference
carefully and plan his work method in such a manner that various activities followed
by respective submissions as brought out at Sl.No.1 above are completed as
stipulated. Consultant is, therefore, advised to deploy sufficient number of
supporting personnel, both technical and administrative, to undertake the project
preparation activities in constructionpackage (Section) simultaneously. As far as
possible, the proposal should include complete information such as number of such
persons, name, position, period of engagement, remuneration rate etc. The Consultant
is also advised to start necessary survey works from the beginning so as to gain time in
respect of various other activities in that stage.

3. DPR Deliverables in each stage of project

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

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

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

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


additional format and content requirements

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

- 234 -
STAGE 1

10.1 Quality Assurance Plan (QAP) Document

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

2. Data formats for report and investigation result submission

i. Required data formats for some reports, investigations and documents


are discussed in ENCLOSURE-II
ii. Formats for submission of Reports and Documents.
iii. The consultants will need to propose data formats for use in all other field
studies and investigations not covered in enclosure II.
iv. The proposed data forms will need to be submitted for the approval
of Assam PWD NH Works under MoRT&H after the commencement of services.

10.2 Inception Report (IR)

1. The report shall cover the following major aspects:

i. Project appreciation;
ii. Detailed methodology to meet the requirements of the TOR finalized in
consultation with the Assam PWD NH Works and MoRT&H officers; including
scheduling of various sub activities to be carried out for completion of
various stages of the work; stating out clearly their approach & methodology
for project preparation after due inspection of the entire project stretch and
collection/ collation of necessary information;
iii. Task Assignment and Manning Schedule;
iv. Work programme;
v. Proforma for data collection;
vi. Design standards and proposed cross-sections;
vii. Key plan and LinearPlan;
viii. Development plans being implemented and/or proposed for implementation in
the near future by the local bodies and the possible impact of such
development plans on the overall scheme for field work and design for the
study;
ix. Quality Assurance Plan (QAP) finalized in consultation with Assam PWD NH
Works/MoRT&H;

- 235 -
x. Draft design standards; and

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

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

- 236 -
STAGE 2: Feasibility Report

10.3 Alignment options report

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

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

(i) Greenfield sections of the road


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

3. The alignment report shall contain:

i. Drivers for re-alignment of road and re-alignment needed as discussed in para 2


above
ii. Alignment alternatives for each section where re-alignment of road is needed
iii. Analysis of alignment alternatives bringing out the pros and cons of each
alternative including, but not limited to: new construction required, land
acquisition requirements, environmental impact, utilities and structures affected,
cost of construction, road geometry and road safety aspects, input from local
consultation, Assam PWD NH Works/MoRT&H views
iv. Recommendations from among the alignment options presented for the authority
to consider

a. Consultant will enable authority to visualize and compare alignment options


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

i. Road alignment alternative centerlines


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

10.4 Feasibility Report

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

i. Executive summary
ii. Overview of Assam PWD NH Works under MoRT&H organization and activities, and
project financing and cost recovery mechanisms
- 237 -
iii. Project description including possible alternative alignments/bypasses and
technical/engineering alternatives
iv. Methodology adopted for the feasibility study
v. Socioeconomic profile of the project areas
vi. Indicative design standards, methodologies and specifications
vii. Traffic surveys and analysis
viii. Environmental screening and preliminary environmental assessment
ix. Initial social assessment and preliminary land acquisition/resettlement plan
x. Cost estimates based on preliminary rate analysis and bill of quantities,
xi. Cost analysis of all alternate identifiedalignments
xii. Economic and financial analysis
xiii. Conclusions and recommendations

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

i. Technical Specifications: The MORT&H’s Technical Specifications for Road and


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

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

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

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

3. The basic data obtained from the field studies and investigations shall be submitted in a
separate volume as an Appendix to Feasibility Report.

4. The Final Feasibility Study Report incorporating comments, revisions and modifications
suggested by Assam PWD NH/MoRT&H Works shall be submitted within 15 days of
receipt of comments from Assam PWD NH Works/MoRT&H on draft feasibility study
report.

- 238 -
STAGE 3

10.5 Strip Plan and Clearances

1. The Consultants shall submit the following documents:

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

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

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

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


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

4. The strip plans shall clearly indicate the scheme for widening. The views and suggestions
of the concerned State PWDs should be duly taken into account while working out the
widening scheme (left, right or symmetrical). The widening scheme shall be finalized in
consultation with Assam PWD NH Works/MoRT&H.

5. Kilometre-wise Strip Plans for section (Package) shall be prepared separately for each
- 239 -
concerned agency and suggested by Assam PWD NH Works/MoRT&H.

10.6 Land Acquisition Report

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

2. The Land acquisition plan and report shall be prepared and submitted for each section
(package). Details shall also be submitted in land acquisition proforma to be supplied by
Assam PWD NH Works under MoRT&H, in both Hindi and English languages.

3. The Land Acquisition Plan shall be prepared after digitization of cadastral/land revenue
maps as per clause of this TOR

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


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

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

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


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

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

i. All required details on land parcels to be acquired


ii. Copies draft 3a and 3A notifications and approvals from Assam PWD NH Works
under MoRT&H
iii. Copies of published notifications, communication with CALAs and current status
land acquisition process
iv. Village, district and CALA wise summary of land to be acquired, current status of
process and notifications published

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

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

- 240 -
10.7 Utility relocation plan

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

2. The utility relocation shall contain details regarding:

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

10.8 Clearances report

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

2. The clearances report shall include kilometre-wise requirement of all clearances required
presented along with the strip plan including, but not limited to:

i. Requirements for environmental clearances along the project corridor


ii. Requirements for forest clearances including type of forest affected, extent of land
area needing diversion
iii. Account of required felling of trees of different type and girth and value estimate of
such trees based on realistic rates obtainable from concerned District forest office
iv. Plan of compensating afforestation, its land requirement with specific locations
and cost involved for undertaking all activities in this regard.
v. Requirements for wildlife clearances
vi. Requirements for CRZ clearances
vii. ROB/RUBs along the project corridor to be constructed, widened or modified in
any form requiring clearances from the railways
viii. Clearances from Irrigation Authorities regarding Irrigation structures, etc.

3. The clearances report shall also include:

i. Details of proposals made to concerned agencies and departments

- 241 -
ii. Date of submission of clearances proposals, Environmental impact
assessment report to the competent authority
iii. Copies of all actual clearance proposals made or drafts of proposals yet
to be submitted
iv. Information regarding points of contact, current status of proposals made,
key issues raised and clear next steps to obtaining clearances
4. The consultant shall also assist in attending to queries raised/ furnishing of
clarifications towards securing applicable clearances.

- 242 -
STAGE: 4

10.9 Draft Detailed Project Report (DPR)

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

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

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

Reports

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

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

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

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

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

iii. Volume - III, Materials Report: The Materials Report shall contain details
concerning the proposed borrow areas and quarries for construction
materials and possible sourcesof water for construction purposes. The report
shall include details on locations of borrow areas and quarries shown on
maps and charts and also the estimated quantities with mass haul diagram
- 243 -
including possible end use with leads involved, the details of sampling and
testing carried out and results in the form of important index values with
possible end use thereof.

The materials Report shall also includedetails of sampling, testing and test
results obtained in respect physical properties of subgrade soils. The
information shall be presented in tabular as well as in graphical
representations and schematic diagrams. The Report shall present soil
profiles along the alignment.

The material Report should also clearly indicate the locations of areas with
problematic soils. Recommendations concerning the improvement of such
soils for use in the proposed construction works, such as stabilization
(cement, lime, mechanical) should be included in the Report.

iv. Volume - IV, Environmental Assessment Report including


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

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


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

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

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

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

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

 Horizontal Alignment and Longitudinal Profile.


 Cross-section @ 50m interval along the alignment within ROW
 Typical Cross-Sections with details of pavement structure.
 Detailed Working Drawings for individual Culverts and Cross Drainage
Structures.
 DetailedWorking DrawingsforindividualBridges, tunnels and Structures.
 Detailed Drawings for Improvement of At-Grade and Grade-Separated
 Intersections and Interchanges.
 Drawings for Road Sign, Markings, Toll Plazas, and other Facilities.
- 244 -
 Schematic Diagrams (linear chart) indicating but be not limited to be
following:
 Widening scheme;
 Locations of median openings, intersections, interchanges, underpasses,
overpasses, bypasses;
 Locations of service roads;
 Location of traffic signals, traffic signs, road markings,safety features; and,
 Locations of toll plaza, parking areas, weighing stations, bus bays, rest areas, if
any.
 Drawings for toll plaza, Bus Bays, Parking areas, Rest areas, weighing stations
etc.All drawings will be prepared in A2 size sheets. The format for plan, cross
section and profile drawings shall be finalized in consultation with the
concerned Assam PWD NH Works / MoRT&H officers. The drawings shall also
include details of all BM and reference pillars, HIP and VIP. The co-ordinates of
all points should be referenced to a common datum, preferably GTS
referencing system. The drawings shall also include the locations of all traffic
safety features including traffic signals, signs, markings, crash barriers,
delineators and rest areas, busbays, parking areas etc.
 The typical cross-section drawings should indicate the scheme for future
widening of the carriageway. The proposed cross-sections of road segment
passing through urban areas should indicate the provisions for pedestrian
movements and suitable measures for surface and sub-surface drainage and
lighting, as required.
 Digital drawings of proposed highway and features

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

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

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

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

1. The Final package-wise DPR consisting of Main Report, Design Report, Drainage
Design Report and Materials Report, incorporating all revisions deemed relevant
following receipt
of the comments from Assam PWD NH Works /MoRT&H on the draft DPR shall be
submitted as per the schedule given in Enclosure-I.

- 245 -
STAGE: 5

10.11 Bid documents and Technical Schedules

1. Bid documents

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

2. Technical Schedules

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


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

- 246 -
STAGE: 6

10.12 LA & Clearances II

Report Land

acquisition report II

1. The consultant shall prepare and submit a second report on Land


Acquisition providing details of further land acquisition activity, relevant
documentation and notifications until 3D and report the outcomes of the joint
measurement survey

2. The land acquisition report shall contain:

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


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

Clearances Report II

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

2. The final approvals shall be obtained and submitted to Assam PWD NH Works/
MorT&H so that project implementation can begin straight away

3. The accompanying report on clearances shall include:

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


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

- 247 -
vi. Copies of all clearances obtained

Utilities Report II

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

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

3. The final utilities clearances report shall contain a summary view of utilities
shifting: type and extent of utility, length of road affected, chainage, user agency,
point of contact and approver at agency, date of approval at agency and Assam
PWD NH Works/MoRT&H,shifting estimate, agency/super vision fees, executing
agency – user agency or Assam PWD NH Works/MoRT&H
4.
5. In addition, for each utility to be shifted, the report shall contain:

i. Copies of actual approvals granted at user agency and Assam PWD NH


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

- 248 -
Stage 7: Award Determination

10.13 Submission of Award Determination Report

a. Consultant shall submit a report on status of award upon approval by Assam PWD
NH Works under MoRT&H of award declared for 90% of linear length as per LA
plan or as per the timeline as given in Enclosure I, whichever is earlier

b. The Consultant shall also submit an updated report containing all required details
upon approval of award by Assam PWD NH Works under MORT&H of 100% of
land required to be acquired

c. The Land award report shall contain details of:

i. Summary of compensation award status by village including:


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

- 249 -
Stage 8: Land Possession

10.14 Submission of land possession report

a) The consultant shall submit a report on status of land possession upon receiving
land possession certificates for 90% of linear length as per LA plan or as per the
timeline as given in Enclosure I, whichever is earlier

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

c) The land possession report shall contain

i. Summary of land possession status by village including:

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

 date of final award by CALA, approval by Assam PWD NH Works under


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

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

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

11. Interaction with Assam PWD NH Works/MoRT&H

1. During entire period of services, the Consultant shall interact continuously with Assam
PWD NH Works/MoRT&Hand provide any clarification as regards methods being followed
and carryout modification as suggested by Assam PWD NH Works/MoRT&H. A
programme of various activities shall be provided to Assam PWD NH Works and prior
intimation shall be given to Assam PWD NH Works regarding start of key activitiessuch as
boring, survey etc. so that inspections of Assam PWD NH Works officials could be
arranged in time.

2. The Assam PWD NH Works officers and other Government officers may visit the site at
any time, individually or collectively to acquaint/ supervise the field investigation and
survey works.
Assam PWD NH Works/MoRT&H 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 Assam PWD NH Works. 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 Guwahati
are foreseen during the currency of project preparation.

- 250 -
4. All equipment, software and books etc. required for satisfactory services for this project
shall be obtained by the Consultant at their own cost and shall be their property.

12. Payment Schedule

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

13. Data and Software

1. a. Consultants shall also deliver to Assam PWD NH Works and MoRT&H all basic as
well as the processed data from all field studies and investigations, report,
appendices, Annexure, documents and drawings in a digital format as described in
Enclosure II over the course of this assignment and at the submission of the final
report in the form of a removable storage device (CD or USB pen drive) and
hosted in a secure online file hosting platform

b. If required by Assam PWD NH Works/MoRT&H the consultant shall arrange at


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

i. Engineering Investigations and Traffic Studies:Road Inventory, Condition,


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

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


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

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

iv. Economic and Financial Analysis

2. Software: The Consultant shall also hand-over to Assam PWD NH Works and MoRT&H
softcopy containing any general software including the financial model which has been
specifically developed for the project.

3. The pen drive /CD’s should be properly indexed and a catalogue giving contents of all
pen drive/CD’s and print-outs of the contents (data from field studies topographic data and
drawings) should be handed over to Assam PWD NH Works and MoRT&H at the time of
submission of the Final Report.

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

- 251 -
SUPPLEMENT-I

ADDITIONAL POINTS TO BE CONSIDERED FOR HILL ROADS IN ADDITION TO POINTS


COVERED IN MAIN TOR

Sr. Clause No. Additional points


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

2. 2.3 a)Design of tunnels, if required


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

3. 3 Feasibility study and preparation of detailed project report for hill roads shall be
done in accordance with best international practices and wherever
practicable/feasible steep gradients and hair pin bends may be avoided by
realignments by provision of structures and provision of tunnels if required

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


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

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

6. 4.7 Review of data and documents pertaining to


a) Terrain and soil condition
b) Condition of tunnels, if required.
c) Sub-surface and geo-technical data for existing tunnels, if required.
d) Drawing and details of existing tunnels, if required.
e) Existing protective works, erosion control and land slide control/protection
works, slope stabilization measures, snow drift control measures, avalanche
protection measures
f) Existing land slide and snow clearance facilities
g) Geological details of rock strata in the area in case of tunnels

- 252 -
Sr. Clause No. Additional points
No of TOR
.
7. 4.11.1(1) The Consultant should make an in depth study of available geological and
Meteorological maps of the area.

8. 4.11.1(2) The primary tasks to be accomplished during the reconnaissance survey shall
also include:
a) details of terrain (steep or mountainous), cliffs and gorges, general elevation
of the road including maximum heights negotiated by main ascents and descents,
total number of ascents and descents, hair pin bends, vegetation etc.
b) Climatic conditions i.e. temperature, rainfall data, snowfall data, fog
conditions, unusual weather conditions etc.
c) Realignment requirements including provision of tunnels, if required.
d) Inventory of tunnels and geologically sensitive areas like slip prone areas,
areas subject to landslides, rockfall, snow drifts, erosion, avalanche activity etc.

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

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


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

11. 4.11.3.2 (2) Pavement:


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

12. -- Condition Surveys & Investigation for Slope Stabilization, Erosion Control,
Landslide Correction/Protection & Avalanche Protection Measures:
a)Inventory & Condition Surveys of Existing Protective/Control Measures:
The consultant shall make an inventory of all the structures related to Slope
Stabilization, Erosion Control, Landslide Control/protection, Avalanche
Protection etc. This shall include details of effectiveness of control measures
already done and condition of protective/control structures.
b) Landslide Investigation
This shall be carried out to identify landslide prone areas, to suggest preventive
measures or alternate routes that are less susceptible to landslide hazard.
Further in existing slide areas this shall help to identify factors responsible for
- 250 -
Sr. Clause No. Additional points
No of TOR
.
instability and to determine appropriate control measures needed to prevent or
minimize recurring of instability problems.Initial preliminary studies shall be
carried out using available contour maps, topographical maps, geological/geo-
morphological maps, aerial photographs etc. for general understanding of
existing slide area and to identify potential slide areas. This shall be followed by
further investigations like geological/geotechnical/hydrological investigation to
determine specific site conditions prevailing in the slide area as per relevant IRC
specifications/publications, MORT&H circulars and relevant recommendations
of the international standards for hill roads. The result of the investigations shall
provide basis for engineering analysis and the design of protection/remedial
measures.

13. 4.11.4.4 a) For tunnels if required, geotechnical and subsurface investigation shall be
done asper IRC:SP:91.
b) Geotechnical and subsurface investigation and testing for tunnels shall be
carried out through the geotechnical Consultants who have the experience of
geotechnical and subsurface investigation in similar project.

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

15. 4.12.2 (1) The Consultant shall evolve Design Standards and material specifications for the
Study primarily based on IRC publications, MORT&H Circulars and relevant
recommendations of the international standards for hill roads for approval by
MoRT&H.
4.12.2 (2) The Design Standards evolved for the project shall cover all aspects of detailed
design including the design of geometric elements, pavement design, bridges and
structures, tunnels if required, traffic safety and materials.
16. 4.12.3 Wherever practicable/feasible hairpin bends and steep gradients shall be
avoided by realignments, provision of structures or any other suitable
provisions.

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

- 251 -
Sr. Clause No. Additional points
No of TOR
.
18. 4.12.5(3) The design of embankments should include the requirements for protection
works and traffic safety features including features specific to hill roads.

19. 4.12.6 DesignandDrawing of Tunnels:


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

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

21. 4.12.8 The Consultant shall design suitable traffic safety features and road furniture
including traffic signals, signs, markings, overhead sign boards, crash barriers,
delineators etc. including any feature specific to hill roads. The locations of these
features shall be given in the reports and also shown in the drawings.

22. 4.12.11 The Consultant shall makesuitable designs and layout for miscellaneous works
including restareas, bus bays, vehicle parking areas, telecommunication
facilities, scenicover looks, watering points etc. wherever appropriate.

23. 10.9.3 Volume II: Design Report :


a) Inventory of protection measures and other structures b) Inventory of
tunnels, if required.
b) Proposed preliminary designs for tunnels, if required.
Volume III: Drawings
a) Drawings for protection/control measures and other structures
b) Drawings for tunnels, if required.

24. 10.9.3 Volume II: Design Report (Part II)


Part II of Design Report shall also deal with design of tunnels, if required and
design of other protection/control structures.
Volume IX: Drawing Volume
This shall also include :
a) Detailed working drawings for tunnels, if required.
b) Detailed working drawings for protection/control structures

- 252 -
SUPPLEMENT-II

ADDITIONAL REQUIREMENTS FOR BRIDGES

Sr.No. Clause No. Additional points


of TOR
1 4.1 For standalone bridge projects the scope of work shall include
detailed design of approach road extending at least up to 2 km
on either side of the bridge
1. 4.11.4.2(6) Model Studies for Bridges
1. Objective
Physical/ Mathematical Model study for detailed Hydraulic /
Hydrologic investigations regarding the proposed bridge for
hydraulic design of the bridge and assessment and hydraulic design
of required river training works.
2. Methodology
Physical/Mathematical Model study shall be carried out at a
reputed/recognized institution. The consultant will be responsible
for identifying the institution, supplying Information /Documents
/Data required for modal studies as indicated in para 4 below and
coordinating the model study with the institution concerned
3. Scope of Work
3.1 Physical Model study
Physical modeling with appropriate model scale for Hydraulic and
Hydrologic Investigations to:
i) Finalize span arrangement causing uniformity in flow distribution,
and work out the alignment and orientation of river training works
and bridge axis.
ii) Provide information on estimated/observed maximum depth of
scour.
iii) Provide information on required river training works for
proposed bridge
iv) Provide hydraulic design for the bridge and the required river
training works.
v) Quantify the general direction of river course through bridge,
afflux, extent and magnitude of flood, effect of backwater, if any,
aggradation/degradation of bed, evidence of scour etc. shall be used
to augment the available hydrological data. The presence of flood
control/irrigation structures, if affecting the hydraulic
characteristics like causing obliquity, concentration of flow, scour,
silting of bed, change in flow levels, bed levels etc. shall be studied
and considered in Hydraulic design of proposed bridge. The details
of any planned work in the immediate future that may affect the
river hydraulics shall be studied and considered.
vi) Analyze effects of Wind Load on the Structures.

3.2 Mathematical Model study


- 253 -
Sr.No. Clause No. Additional points
of TOR
Mathematical modeling for detailed Hydraulic / Hydrologic
investigations regarding the proposed new bridge to:
i) Finalize the site/location of the proposed new bridge based on
mathematical modeling.
ii) Provide information on estimated/observed maximum depth of
scour.
iii) Provide information on required river training works for
proposed bridge
iv) Provide hydraulic design for the bridge and the required river
training works.
v) Quantify the general direction of river course through bridge,
afflux, extent and magnitude of flood, effect of backwater, if any,
aggradation/degradation of bed, evidence of scour etc. shall be used
to augment the available hydrological data. The presence of flood
control/irrigation structures, if affecting the hydraulic
characteristics like causing obliquity, concentration of flow, scour,
silting of bed, change in flow levels, bed levels etc. shall be studied
and considered in Hydraulic design of proposed bridge. The details
of any planned work in the immediate future that may affect the
river hydraulics shall be studied and considered.
vi) Analyze effects of Wind Load on the Structures
4. Information/Documents/Data required for Physical
/Mathematical Model study
i) Plan layouts showing the locations of the proposed bridge as well
as the existing bridges /barrages etc., in the vicinity of the proposed
bridge with the chainages with respect to a standard reference
marked on it.
ii) High flood discharges and corresponding flood levels at the
locations of the existing bridges in the vicinity of the proposed
bridge.
iii) General arrangement drawing (GAD) of the existing bridges
showing number of spans, pier and well dimensions, founding levels,
maximum scour level, the design discharge and the HFL, guide bund
details. On this, the plan form of the river course with the bridge
alignment may also be shown as far as possible.
iv) General arrangement drawing (GAD) of the proposed new bridge
showing number of spans, pier and foundation dimensions. On this,
the plan form of the river course with the bridge alignment may also
be shown as for as possible.
v) River cross sections at 500m longitudinal spacing (maximum) up
to a distance of 2 times the bridge total length on the upstream side
and up to a distance equal to the bridge total length on the
downstream with right bank and left bank clearly marked on it. At
least one cross section to be provided at the location of the proposed
bridge. At each cross section, the bed levels to be taken at a
maximum lateral distance of 8 m in flow section and at 25 m in non-
flow section respectively. The abrupt variations in the bed levels to

- 254 -
Sr.No. Clause No. Additional points
of TOR
be captured by taking measurements at closer locations both in
longitudinal as well as lateral directions.
vi) The cross sections, as for as possible, from high bank to high
bank.
vii) The longitudinal profile of the river along the length of the
proposed alignment.
viii) Size distribution of the river bed material and the bore log data
at different locations at the site of the proposed bridge.
ix) The series of annual peak rainfall and flood of the river for at least
30 years period

- 255 -
SUPPLEMENT-III

ADDITIONAL REQUIREMENT FOR SAFETY AUDIT

The use of checklists is highly recommended as they provide a useful “aide memoire” for theaudit
team to checkthat no important safety aspects are being overlooked. They also give to theproject
manager and the designengineer a sense of understanding of the place of safety audit inthe design
process. The following lists have beendrawn up based on the experience ofundertaking systematic
safety audit procedures overseas. This experience indicates that extensivelists of technical details
has encouraged their use as “tick” sheets without sufficient thoughtbeing given to the processes
behind the actions. Accordingly, the checklists provide guidelineson the principal issues that need
to be examined during the course of the safety audits.

Stage F-During Feasibility Study

1. The audit team should review the proposed design from a road safety perspective and heck
the followingaspects

CONTENTS ITEMS
Aspects to be checked A. Safety and operational implications of proposed alignment
and junction strategy with particular references to expected
road users and vehicle types likely to use the road.
B. Width options considered for various sections.
C. Departures from standards and action taken.
D. Provision of pedestrians, cyclists and intermediate transport
E. Safety implicationsofthe schemebeyond itsphysical limits i.e.
how the scheme fits into its environs and road Hierarchy
A1 : General 1. Departures from standards
2. Cross-sectional variation
3. Drainage
4. Climatic conditions
5. Landscaping
6. Services apparatus
7. Lay-byes
8. Footpath
9. Pedestrian crossings
10. Access (minimize number of private accesses)
11. Emergency vehicles
12. Public Transport
13. Future widening
14. Staging of contracts
15. Adjacent development
A2 : Local Alignment 1. Visibility
2. New/Existing road interface
3. Safety Aids on steep hills
A3 : Junctions 1. Minimise potential conflicts
2. Layout
3. Visibility
A4: Non-Motorised road 1. Adjacent land
users Provision 2. Pedestrians
3. Cyclists
4. Non-motorised vehicles

- 256 -
CONTENTS ITEMS
A5 : Signs and Lighting 1. Lighting
2. Signs/Markings
A6:Construction and 1. Build ability
Operation 2. Operational
3. Network Management

Stage 1 – Completion of Preliminary Design

1. The audit team should review the proposed check the following aspects design from a road
safety perspective and check the following aspects
CONTENTS ITEMS
A. Safety and operational implications of proposed alignment
Aspects to be checked and junction strategy with particular references to
expected road users and vehicle types likely to use the
road.
B. Width options considered for various sections.
C. Departures from standards and action taken.
D. Provision of pedestrians, cyclists and intermediate
transport
E. Safety implications of the scheme beyond its physical
limits i.e. how thescheme fits into its environs and road
hierarchy
1. Departures from standards
B1 : General 2. Cross-sectional variation
3. Drainage
4. Climatic conditions
5. Landscaping
6. Services apparatus
7. Lay-byes
8. Footpaths
9. Pedestrian crossings
10. Access (minimize number of private accesses)
11. Emergency vehicles
12. Public Transport
13. Future widening
14. Staging of contracts
15. Adjacent development
1. Visibility
B2 : Local Alignment 2. New/Existing road interface
3. Safety Aids on steep hills
1. Minimise potential conflicts
B3 : Junctions 2. Layout
3. Visibility
1. Adjacent land
B4: Non-Motorisedroad users 2. Pedestrians
Provision 3. Cyclists
4. Non-motorised vehicles

- 257 -
1. Lighting
B5 : Signs and Lighting 2. Signs/Markings

1. Build ability
B6:Construction andOperation 2. Operational
3. Network Management

- 258 -
Stage 2 – Completion of Detailed Design

1. The audit team should satisfy itself that all issues raised at Stage 1 have been resolved. Items
may require further consideration where significant design changes have occurred.
2. If a scheme has not been subject to a stage 1 audit, the items listed in Checklists B1 to B6
should be considered together with the items listed below.
CONTENTS ITEMS
Aspects to be checked A. Any design changes since Stage 1.
B. The detailed design from a road safety viewpoint,
including the road safety implications of future
maintenance (speed limits; road signs and markings;
visibility; maintenance of street lighting and central
reserves).
C1 : General 1. Departures from standards
2. Drainage
3. Climatic conditions
4. Landscaping
5. Services apparatus
6. Lay-byes
7. Access
8. Skid-resistance
9. Agriculture
10. Safety Fences
11. Adjacent development
C2 : Local Alignment 1. Visibility
2. New/Existing road interface
C3 : Junctions 1. Layout
2. Visibility
3. Signing
4. Lighting
5. Road Marking
6. T,X,Y-junctions
7. All roundabouts
8. Traffic signals
C4:Non-Motorisedroad users 1. Adjacent land
Provision 2. Pedestrians
3. Cyclists
4. Non-motorised vehicles
C5 : Signs and Lighting 1. Advanced direction signs
2. Local traffic signs
3. Variable message signs
4. Other traffic signs
5. Lighting
6. Network Management

- 259 -
APPENDIX- VI B

Terms of reference for phase 3: Construction supervision and maintenance

[Note: The term Agreement and caluses thereof refered to the EPC agreement to be entered
between Authority and .... contractor for the work of ...... on Engineering Procurement
Construction (EPC) basis]
1. Scope

1.1 These Terms of Reference (the “TOR”) for the Authority’s Engineer are beingspecified
pursuant to the EPC Agreement........... (the “Agreement”), which has to be entered into
between the Authority and ............. (the “Contractor”) for (work…)on Engineering,
Procurement, Construction (EPC) basis.

1.2 The TOR shall apply to construction and maintenance of the Project Highway.

2. Definitions and interpretation

2.1 The words and expressions beginning with or in capital letters and not defined herein
but defined in the Agreement shall have, unless repugnant to the context, the meaning
respectively assigned to them in theAgreement.

2.2 References to Articles, Clauses and Schedules in this TOR shall, except where the context
otherwise requires, be deemed to be reference to the Articles, Clauses and Schedules of
the Agreement, and references to Paragraphs shall be deemed to be references to
Paragraphs of this TOR.

2.3 The rules of interpretation stated in Clauses 1.2, 1.3 and 1.4 of the Agreement shall apply,
mutatis mutandis, to this TOR.

3. General

3.1 The Authority’s Engineer shall discharge its duties in a fair, impartial and efficient
manner, consistent with the highest standards of professional integrity and Good
Industry Practice.

3.2 The Authority’s Engineer shall perform the duties and exercise the authority in
accordance with the provisions of this Agreement, but subject to obtaining prior written
approval of the Authority before determining.

(a) any Time Extension.


(b) Any additional cost to be paid by the Authority to the Contractor;
(c) The Termination Payment;or
(d) Any other matter which is not specified in (a), (b) or (c) above and which creates an
obligation or liability on either Party for a sum exceeding Rs.5,000,000(Rs.Fifty
lakh.)
- 260 -
3.3 The Authority’s Engineer shall submit regular periodic reports, once every month, to the
Authority in respect of its duties and functions under this Agreement. Such reports shall
be submitted by the Authority’s Engineer within10 (ten) days of the beginning of every
month.

3.4 The Authority’s Engineer shall inform the Contractor of any delegation of its duties and
responsibilities to its suitably qualified and experienced personnel; provided, however,
that it shall not delegate the authority to refer any matter for the Authority’s prior
approval in accordance with the provisions of Clause 18.2 EPC Agreement.

3.5 The Authority’s Engineer shall aid and advise the Authority on any proposal for Change
of Scope under Article 13.

3.6 In the event of any disagreement between the Parties regarding the meaning, scope and
nature of Good Industry Practice, as set forth in any provision of the Agreement, the
Authority’s Engineer shall specify such meaning, scope and nature by issuing a reasoned
written statement relying on good industry practice and authentic literature.

4. Role and responsibility of Officers of the Authority

The officer in-charge of the Authority (e.g.PD/RO/CGM/Member in the case of


NHAI; RO/CE/ADG in the case of MoRTH projects executed through the State PWDs;
and PD/ED/Director in the case of NHIDCL) is responsible for the overall supervision
and monitoring of the execution of project as the representative of the owner of the
project. The Authority's Engineer is appointed to assist the Authority for carrying out
the functions as detailed under clause 18.2 of the EPC Agreement. As such, an officer of
the Authority is vested with all such powers and responsibilities as are enjoined upon
the Authority's Engineer and is fully competent to issue any instructions for proper
monitoring and supervision of the project, either by himself or through the Authority's
Engineer. Instructions issued by the concerned officer of the Authority shall have the
same effect as that of the Authority's Engineer in terms of this Agreement. Wherever such
concerned officer issues any instructions or notice to the Contractor, he shall endorse a
copy thereof to the Authority's Engineer.

5 Construction Period

5.1 During the Construction Period, the Authority’s Engineer shall review and approve the
Drawings furnished by the Contractor along with supporting data, including the geo-
technical and hydrological investigations, characteristics of materials from borrow areas
and quarry sites, topographical surveys, and the recommendations of the Safety
Consultant in accordance with the provisions of Clause 10.1.6 of EPC Agreement. The
Authority’s Engineer shall complete such review and approve and send its observations
to the Authority and the Contractor within 15(fifteen) days of receipt of such Drawings;
provided, however that in case of a Major Bridge or Structure, the aforesaid period of 15
(fifteen) days may be extended upto 30 (thirty) days. In particular, such comments shall

- 261 -
specify the conformity or otherwise of such Drawings with the Scope of the Project and
Specifications and Standards.
5.2 The Authority’s Engineer shall review and approve any revised Drawings sent to it by
the Contractor and furnish its comments within 10 (ten) days of receiving such
Drawings. The review/approval of drawing should be authenticated by Authority’s
Engineer.
5.3 Quality Assurance Manual and Plan forms the basis of quality of the work. It is therefore
essential that the Quality Assurance Manual and Plan prepared by the Concessionaire be
checked and approved. Thus, the Authority’s Engineer shall check contents of Quality
Assurance Plan and Manual of Concessionaire as per requirements of Quality
Management System (as per ISO 9001), IRC Special Publication-112:2017 (Manual for
Quality control in Road & Bridge. The Authority’s Engineer shall also offer their
comments for modifying/ improving the document. After receiving the corrected
document, the Authority’s Engineer shall review and formally approve the QAM and
Quality Plan and send one copy to the Authority. The Authority’s Engineer shall complete
the review of the methodology proposed to be adopted by the Contractor for executing
the Works, and convey its comments to the Contractorwithin a period of 10 (ten) days
from the date of receipt of the proposed methodology from the Contractor.

5.4 The Authority’s Engineer shall grant written approval to the Contractor, where
necessary, for interruption and diversion of the flow of traffic in the existing lane(s) of
the Project Highway for purposes of maintenance during the Construction Period in
accordance with the provisions of Clause 10.4 EPCAgreement.

5.5 The Authority’s Engineer shall review the monthly progress report furnished by the
Contractor and send its comments thereon to the Authority and the contractor within 7
(seven) days of receipt of suchreport.

5.6 On a daily basis, the concerned key personnel of Authority Engineer shall inspect the
Construction Works. Following activities need to be undertaken during thevisits.
• Review of construction including progress, quality and safety ofconstruction
• Inspection of defects and deficiencies in construction works
• Witnessing quality inspection tests at labs established by Concessionaire on a
sample basis
Review of quality of work shall be done in reference to Quality Assurance Plan
(QAP)/Manual and ISO 9001:2008, IRC: SP: 47-1998 and IRC: SP: 57-2000 for road
bridges and roads respectively. The Authority’s Engineer also needs to capture following
documents and send to Assam PWD NH Works field office via email on a daily basis
• Scanned copy of filled RFI (Request for Inspection) form including commentary on
‘Satisfactory/Unsatisfactory’ nature of work completed byConcessionaire
• Daily inspection report Proforma as provided in EnclosureIB1
• Readings of quality inspection tests witnessed by theConsultant
• Minimum 6 high resolution photographs supporting the remarks made by the
Authority’s Engineer in RFI form
Team Leader will be responsible for sending daily emails to Assam PWD NH Works office.

- 262 -
5.7 On a monthly basis, the Authority Engineer shall prepare a Monthly Inspection
Report in accordance with the format prescribed in Enclosure I B 5 setting forth an
overview of the status, progress, quality and safety of construction, including the work
methodology adopted, the materials used and their sources, and conformity of
Construction Works with the Scope of the Project and the Specifications and Standards.
In a separate section of the Inspection Report, the Authority Engineer shall describe in
reasonable detail the lapses, defects or deficiencies observed by it in the construction
of the Project Highway. The Authority Engineer shall send a copy of its Inspection
Report to the Authority and the Concessionaire latest by 7th of every month. Key
sections of the Monthly Progress Report are as follows.

S No. Section Sub-Sections


1.1 Construction progress in current month
1.2 Summary of strip plan
1 Executive Summary
1.3 Detailed strip plan
1.4 Current issues and recommended actions by AE
2.1 Salient Features of the Project
2.2 Project Milestones
2 Project Overview
2.3 Location Map
2.4 Key Plan
Critical issues and 3.1 Pending issues and action log
3
Actionlog 3.2 Obligations as per contract
4 Physical Progress 4.1 Detailed physical progress by component
5.1 LA summary
5.2LAdetailbyCALA
Land Acquisition 5.3 LA detail by village
5
andClearances 5.4 Manpower with each CALA
5.5 Clearances summary
5.6 Status of utility shifting
6 Change of Scope 6.1 Status of pending COS proposals
7 Mobilization of Resources 7.1 Resource mobilization by contractor/ concessionaire
8.1 Pen picture- Escrow
8 Financial Progress Details
8.2 Escrow details
Summary of quality 9.1 Tests witnessed by IE/AE
9
controltests 9.2 Tests conducted by IE/AE
Monitoring of maintenance 10.1 Critical issues and action log
10 obligationsduring 10.2 Cumulative defects and deficiencies
construction phase 10.3 Status of damages
11.1 Pen picture on safety features at construction site
11 Safety features
11.2 Accident report
Annexure1:Detailedlistofphysicalcomponentsasper
12 Annexures ScheduleG
Annexure 2 onwards: Additional details provided by AE

- 263 -
5.8 If at any time during the Construction Period, the Authority Engineer determines that
the Concessionaire has not made adequate arrangements for the safety of workers and
Users in the zone of construction or that any work is being carried out in a manner that
threatens the safety of the workers and the Users, it shall make a recommendation to
the Authority forthwith, identifying the whole or part of the Construction Works that
should be suspended for ensuring safety in respectthereof.

5.9 The Authority’s Engineer shall conduct the pre-construction review of manufacturer’s
reports and standard samples of manufactured Materials, and such other Materials as
the Authority’s Engineer may require.

5.10 For determining that the Works conform to Specifications and Standards, the
Authority’s Engineer shall require the Contractor to carry out, or cause to be carried
out, tests at such time and frequency and in such manner as specified in the Agreement
and in accordance with Good Industry Practice for quality assurance. For purposes of
this, the tests specified in the IRC Special Publication-112:2017 (Manual for Quality
control in Road & Bridge works and the Specifications for Road and Bridge Works
issued by MORT&H (the “Quality Control Manuals”) or any modifications/substitution
thereof shall be deemed to be tests conforming to Good Industry Practice for
qualityassurance.

5.11 The Authority’s Engineer shall test check at least 60(sixty) percent of the quantity or
number of tests prescribed for each category or type of test for quality control by the
Contractor.

5.12 The timing of tests referred to in Paragraph 5.10, and the criteria for
acceptance/rejection of their results shall be determined by the Authority’s Engineer
in accordance with the Quality Control Manuals. The tests shall be undertaken on a
random sample basis and shall be in addition to, and independent of, the tests that may
be carried out by the Contractor for its own quality assurance in accordance with Good
Industry Practice.

5.13 In the event that results of any tests conducted under Clause 11.10 establish any
Defects or deficiencies in the Works, the Authority’s Engineer shall require the
Contractor to carry out remedial measures.

5.14 The Authority’s Engineer may instruct the Contractor to execute any work which is
urgently required for the safety of the Project Highway, whether because of an accident,
unforeseeable event or otherwise; provided that in case of any work required on
account of a ForceMajeure Event, the provisions of Clause21.6 of EPC Agreement shall
apply.

5.15 In the event that the Contractor fails to achieve any of the Project Milestones, the
Authority’s Engineer shall undertake a review of the progress of construction and
identify potential delays, if any. If the Authority’s Engineer shall determine that
completion of the Project Highway is not feasible within the time specified in the
- 264 -
Agreement, it shall require the Contractor to indicte within 15 (fifteen) days the steps
proposed to be take to expedite progress, and the period within which the Project
Completion Date shall be achieved. Upon receipt of a report from the Contractor,
theAuthority’s Engineer shall review the same and send its comments to the Authority
and the Contractor forthwith.

5.16 The Authority’s Engineer shall obtain from the Contractor a copy of all the Contractor’s
quality control records and documents before the Completion Certificate is issued
pursuant to Clause 12.2 of EPC Agreement.

5.17 Authority’s Engineer may recommend to the Authority suspension of the whole or part
of the Works if the work threatens the safety of the Users and pedestrians. After the
Contractor has carried out remedial measure, the Authority’s Engineer shall inspect
such remedial measures forthwith and make a report to the Authority recommending
whether or not the suspension hereunder may berevoked.

5.18 In the event that the Contractor carries out any remedial measures to secure the safety
of suspended works and users, and requires the Authority’s Engineer to inspect such
works, the Authority’s Engineer shall inspect the suspended works within 3 (three)
days of receiving such notice, and make a report to the Authority forthwith,
recommending whether or not such suspension may be revoked by theAuthority.

5.19 The Authority’s Engineer shall carry out, or cause to be carried out, all the Tests
specified in Schedule-K and issue a Completion Certificate or Provisional Certificate as
the case maybe. For carrying out functions under this Paragraph and allmatters
incidental thereto, the Authority’s Engineer shall act under and in accordance with the
provisions of Article 12 and Schedule-K. The Authority’s Engineer shall use following
equipment in carrying out thetests.

S No Key metrics of Asset Equipment to be used


1 Surface defects of pavement Network Survey Vehicle (NSV)
2 Roughness of pavement LaserProfilometer
3 Strength of pavement Falling Weight Reflectometer (FWD)
4 Bridges Mobile Bridge Inspection Unit (MBIU)
5 Road signs and road markings Retro-reflectometer

6 Maintenance Period

6.1 The Authority’s Engineer shall aid and advise the Contractor in the preparation of its
monthly Maintenance Programme and for this purpose carry out a joint monthly
inspection withContractor.

6.2 The Authority’s Engineer shall undertake regular inspections, at least once every month
to evaluate compliance with the Maintenance Requirements and submit a Maintenance
Inspection Report to the Authority and theContractor.

- 265 -
6.3 Visual Inspection of projecthighway

6.3.1 The Authority Engineer shall carry out visual inspection of entire highway stretch as
per the frequency defined in the following table
Frequ ency
Nature of defect or deficiency of
inspe ction
ROADS
(a) Carriageway and paved shoulders
(i) Breach or blockade Daily
(ii) Pot holes Daily
(iii) Cracking Weekly
(iv) Rutting Weekly
(v) Bleeding/skidding Weekly
(vi) Ravelling/Stripping of bitumen surface Weekly
(vii) Damage to pavement edges Weekly
(viii)
Removal of debris Daily
(b) Hard/earth shoulders, side slopes, drains and culverts
(i) Variation by more than 2% in the prescribed slope of camber/cross fall Weekly
(ii) Edge drop at shoulders Weekly
(iii) Variation by more than 15% in the prescribed side (embankment) slopes Weekly
(iv) Rain cuts/gullies in slope Weekly

(v) Damage to or silting of culverts and side drains during and immediately
Weekly
preceding the rainy season
(vi) Desilting of drains in urban/semi-urban areas Daily
(c) Road side furniture including road signs and pavement marking
Damage to shape or position;
(i) Daily
poor visibility or loss of retro-reflectivity
(d) Street lighting and telecom (ATMS)
(i) Any major failure of the system Daily
(ii) Faults and minor failures Daily
(iii) Streetlight with Lux Meter Weekly
(e) Trees and plantation

(i) Obstruction in a minimum head-room of 5m above carriage way or


Daily
obstruction invisibility of road signs
(ii) Deterioration in health of trees and bushes Weekly
(iii) Replacement of trees and bushes Weekly
(iv) Removal of vegetation affecting sight line and road structures Weekly
(f) Rest areas/Wayside amenities
(i) Cleaning of toilets Daily
(ii) Defects in electrical, water and sanitary installations Daily
(g) Tollplaza[s]
(i) Failure of toll collection equipment including ETC or lighting Daily
(ii) Damage to toll plaza Weekly
(h) Other Project Facilities and Approach roads

- 266 -
Damage or deterioration in ApproachRoads,
(i) -[pedestrian facilities, trucklay-bys, bus-bays, bus-shelters, Daily
cattlecrossings, Traffic Aid Posts, Medical Aid Posts and other works]
(j) Incident Management
Frequ ency
Nature of defect or deficiency of
inspe ction
(i) Instances of Incident Management as reported including time of call,
Daily
responsetime, services rendered and time of clearing of the Highway.
(ii) List of the Incident Management Services rendered. Weekly
BRIDGES
(a) Superstructure of bridges
(i) Cracks Weekly
(ii) Spalling/scaling Weekly
(b) Foundations of bridges
(i) Scouring and/or cavitation Weekly
(c) Piers, abutments, return walls and wing walls of bridges
(i) Cracks and damages including settlement and tilting Weekly
(d) Bearings (metallic) of bridges
(i) Deformation Weekly
(e) Joints in bridges
(i) Loosening and malfunctioning of joints Weekly
(f) Other items relating to bridges
(i) Deforming of pads in elastomeric bearings Weekly

(ii) Gathering of dirt in bearings and joints; or clogging of spouts, weepholes


Weekly
andvent-holes
(iii) Damage or deterioration in parapets and handrails Weekly
(iv) Rain-cuts or erosion of banks of the side slopes of approaches Weekly
(v) Damage to wearing coat Weekly

(vi) Damage or deterioration in approach slabs, pitching, apron, toes, floor or


Weekly
guide bunds
(vii) Growth of vegetation affecting the structure or obstructing the waterway Weekly

6.3.2 All elements which have daily inspection frequency shall be inspected weekly as
well. Similarly, all elements which have weekly inspection frequency shall be inspected
monthly as well.
6.3.3 Daily inspection report format and weekly inspection report format has been
provided in IB2 and Enclosure IB3 of this document respectively. Manpower which
needs to conduct visual inspection and mode of reporting is defined in the following
table

Frequency of inspection Inspection to be carried out by Mode of reporting


Daily Sub-professionalstaff Soft copy by Email
Weekly Key personnel Soft copy by Email
Monthly Key personnel Hard copy and Soft copy

6.3.4 High resolution photographs and video of the highway stretches having defects
and/or deficiencies shall be submitted along with Weekly Inspection Report and
- 267 -
Monthly Status Report. Summary of key observations around defects and
deficiencies in highway stretch shall be reported in Monthly Progress Report
and detailed inspection report shall be provided as Annexure to Monthly
ProgressReport.
6.3.5 The Authority’s Engineer shall also be responsible for inspection and
monitoring of Way side Amenities. ETC (Electronic Toll Collection) and ATMS
(Advanced Traffic Management System) and incident management.

6.4.1 Road conditionssurveys

6.4.1 The carrying out of condition surveys will be one of the most important and crucial
field tasks under the project. The Authority Engineer shall carry out condition
surveys using equipment and following a frequency as definedunder.

Frequencyof
S No Key metrics of Asset Equipment to be used
conditionsurve
Surface defects of Atleasttwiceayear(Asper
1 Network Survey Vehicle (NSV) survey months defined for
pavement
thestatebasisrainyseason)
Atleasttwiceayear(Asper
2 Roughness of pavement LaserProfilometer survey months defined for
the state ba sisrainy season)
Falling Weight Reflectometer
3 Strength of pavement Atleastonce ayear
(FWD)
Atleasttwiceayear(Asper
Mobile Bridge Inspection Unit
4 Bridges survey months defined for
(MBIU)
the state basis rainy season)

Atleast twice a year(Asper


5 Road signs Retro-reflectometer survey months defined for
the state basis rainy season)

The first equipment based inspection shall be conducted at the time of completion testing.
The other inspections shall be conducted before and after the rainy seasons as per the
schedule defined in Enclosure I B 4, except for FWD testing which shall be conducted
once a year.
Calibration of equipment, wherever needed, is required to be done in presence of
Competent Authority. Once approval of equipment, the settings and a sample data
set is provided by Competent Authority, network level data for entire project stretch
can be collected. Month of survey for each state has been defined in Enclosure I B 4 of
this document.

6.4.2 Measurement of pavement surface defects androughness

i. The Authority Engineer shall use Network Survey Vehicles mounted with
equipment such as Laser based automatic crack detection, high resolution
digital cameras for RoW and pavement, high accuracy DGPS receiver and in
vehicle data processing software or better technology to accurately measure
following pavement surface properties.
- 268 -
Surface defect Dimensions to be reported
 Length
Cracking  Width
 Depth
 Area
Potholes
 Depth
Raveling  Indicator

- 269 -
Surface defect Dimensions to be reported
• %
• Area

Rutting • Depth
• Width
Concrete Joint/ Faulting • Length
Roughness • IRIinbothwheelpaths
ii. The following criteria shall be met by the process of defects detection
• Measurement of 3D road profile using such technologies as laser scanning or
other proven technologies.
• Ability to operate (collect data) at different speeds with a minimum speed of
30km/hr and upto at least 75 km/ hr.
• Profile depth accuracy of 0.5mm
• Capability for lane tracking to control driver wander’ and ensure high
repeatability of data between surveys.
• Measure at least 3.5m width of highway lane.
• Transverse Profile including rut depth measurement of pavement surface
widths of both carriageway and shoulders. The rut depth data must be
convertible to different straightedge lengths (1.8m to 3.5m) and meet industry
standards (ASTM E1703 /E1703M).
• Pavement images with capability to automatically identify and ratedistresses
• Roughness measurement with outputs of both raw longitudinal profiles and
International Roughness Index (IRI) calculation shall be reported at least 100m
referenced to the preceding Location Reference Post (LRP). The roughness
must meet ASTM-E950 (equivalent to Class I road profiler). The IRI shall be
determined in both wheelpaths.
• Ability to record images at user-defined intervals (e.g. every 5, 10m, etc.)
• Minimum images resolution of1600x1200
• Outputs must include Standard JPEG image or similar industry standard
• Distance resolution of<1mm,
• Capable of achieving distance accuracy of 0.1% (i.e. within 1m over 1km
distance)
• All data outputs should be in a non-proprietary format (e.g. .CSV, .MDB, Excel)
and not require specialist software in order to view or format data
• Data should also be capable of being easily formatted into data compatible with
HDM-4

iii. The following are the set of deliverables which should be submitted after
completion of survey as part of Monthly Progress Report
• Raw data generated from the equipment which are part of Network Survey
covering the parameters mentioned in above table. It should also include
o Survey ID, Description, Date,Lane
o GPS referenced data for GISmapping
• Video logging
o Pavement imagery(AVI/JPEG)
o 360 degree imagery(JPEG)
- 270 -
• Interpretation report covering summary of entire survey and analysis of
defects and deficiencies

6.4.3 Measurement of pavement strength

(i) The Authority Engineer shall carry out structural strength surveys for existing
pavements using Falling Weight Deflectometer technique in accordance with the
procedure given in IRC:115-2014 (Guidelines for Structural Evaluation and
Strengthening of Flexible Road Pavements Using Falling Weight Deflectometer (FWD)
Technique) and IRC: 117-2015 (Guidelines for the Structural Evaluation of Rigid
Pavement by Falling Weight Deflectometer)

(ii) The interval at which deflection measurements are to be taken up are as per IRC:115-
2014 / IRC:117-2015. For flexible pavements, the sample size and the interval of the
data to be collected depends on the length of the uniform section calculated and
condition of the pavement section i.e. ‘good’, ‘fair’ and ‘poor’ for each lane, established
on the pavement condition data based on the criterion given in IRC:115-2014.
Forrigid pavements, the deflection data may be collected at interiors, corners,
transverse joints and longitudinal joints in the outer lanes at intervals as specified in
IRC:117-2015.

(iii) The following are the set of deliverables which should be submitted after completion
of inspection test as part of Monthly Progress Report.

• Data report covering following parameters


o Deflection Bowl (Transient Deflections at seven differentpoints)
o Corrected Elastic Modulus BituminousE1
o Corrected Elastic Modulus GranularE2
o Corrected Elastic Modulus SubgradeE3
o Subgrade CBR
• Interpretation report covering summary of entire survey results and
analysis of key parameters.

6.4.4 The Authority Engineer shall carry out the condition and structural assessment
survey of the bridges in accordance with IRC-SP; 35 with the use of Mobile Bridge
Inspection unit (MBIU) or better technology.

(i) The following criteria shall be met by the process of bridge condition assessment

• Automatic folding and unfolding of platform


• 90 degree rotation of platform
• Sufficient safety features to be incorporated such as dedicated power supply,
emergency cut off system, etc.

• Complete access to hidden parts of the bridge by the raters

- 271 -
(ii) Detailed bridge inspection report shall be submitted as per the Inspection Proforma
provided in IRC-SP35
6.4.5 Measurement of retroreflection of roadsigns

(i) The Authority Engineer shall measure Coefficient of retro reflected luminance RA
(night time retro reflection) of road traffic signs using a portable retro reflectometer.

(ii) The following criteria shall be met by the process of road signs retro reflection
measurement

• Measurement of retro reflective signs shall be conducted in accordance with


ASTM E1709 and ASTME2540
• Measurement time after pressing trigger shall be less than or equal to 1sec
• Observation angle adjustment from 0.2 degrees to 2.0degrees
• Entrance angle adjustment from -45 degrees to +45degrees
• Self-contained commercially availablebattery
• Inbuilt data storage of at least 2,000 measurements so that data transfer
requirement is minimized while the survey is beingconducted
• Interface for transferring data from device toComputer
• Built in GPS to capture GPS coordinates of roadsign
• Range shall be at least 0-2000 cd/lx/m2

(iii) The following are the set of deliverables which should be submitted after completion
of survey as part of Monthly Progress Report

• System generated coefficient of retro reflected luminance RA (nighttime retro


reflection) of all road signs
• Interpretation report covering analysis of road signs falling in different range
of RA and actions to betaken
6.5 The Authority Engineer shall carry out following inspections of ETC lanes at toll plazas
on a month basis:

(i) Infrastructure:

• Availability of civil infrastructure at toll plazas required for installation of ETCsystems


• Adequacy of hardware, software and other related items as per IHMCL/MORT&H
technical specifications andrequirements

(ii) Operations:

• Adherence of various stakeholders (acquirer bank, system integrator, toll


operator, issuer bank etc.) of the ETC system to the service levelagreements

- 272 -
• Efficacy of the ETC system (RFID tagging, AVC, WIM etc.) in terms of accuracy
and uptime
• Tracking and reporting toll plaza experience metrics such as average waiting
time, transaction times for different modes of payment (RFID, cash, smart cards,
QR codes etc) and congestion levels (eg. length of queue in different lanes) across
4 different times in a day
• Robustness of dispute resolution mechanisms in place for the tag holder and
toll operators by the issuer and acquirer banks

6.6 The Authority Engineer shall prepare a Monthly Status Report in O&M phase of project
in respect of its duties and functions under this Agreement and in accordance with
the format prescribed in Enclosure I B 6. 1st deliverable of the report which is an
executive summary to the main report (Section 1) shall be submitted to the Authority
and updated on the PMIS and project specific website by 4th of every month. Main
report (Section 2 onwards) shall be submitted to the Authority and updated on the
PMIS and project specific website by 7th of every month. Key sections of the Monthly
Status Report are as follows;

S.No Sections Sub sections


1.1 Overall road condition
1.2 Key reporting metrics
1 Executive Summary 1.3 Key maintenance activities undertaken
1.4 Pending issues
1.5 Recommended actions by AE
1.6 Strip plan for maintenance
2.1 Key project details
2.2 Location map
2 Project Overview 2.3 Key plan
2.4 Summary of project features
2.5 RoW availability
3.1 Issue and action log
Critical issues and action
3.2 Summary of deficiencies
3 taken
3.3 Obligations as per contract
3.4 Inspection schedule
4.1 Summary of NCR issued
4 Monthly Inspection Report
4.2 Equipment based inspection report
5.1 Monthly ETC Report
5 Monitoring of ETC Lanes
5.2 On-ground infrastructure report
5.3 On ground ETC operations & SLA adherence
6.1 Damages for non completion of project facilities
6 Status of damages 6.2 Damages for breach of maintenance activities
6.3 Damages for non completion of major maintenance
works
Change of Scope
7 7.1 Change of Scope proposals
proposals
- 273 -
8 Status of pending disputes 8.1 Status of pending disputes
9.1 Toll collection statement
9 Reports
9.2 Accident Report
9.3 Details of user complaints
9.4 Encroachment list
9.5 Lane closure report
AnnexureI-Detailed visual inspection report of
10 Annexures project highway
Annexure II onwards- Additional details provided by AE

6.7 The Authority’s Engineer shall specify the tests, if any, that the Contractor shall carry
out, or cause to be carried out, for the purpose of determining that the Project
Highway is in conformity with the Maintenance Requirements. It shall monitor
and review the results of such tests and remedial measures, if any, taken by the
Contractor in this behalf.

6.8 In respect of any defect or deficiency referred to in Paragraph 3 of Schedule-E, the


Authority’s Engineer shall, in conformity with Good Industry Practice, specify the
permissible limit of deviation or deterioration with reference to the Specifications and
Standards and shall also specify the timelimit for repair or rectification of any
deviation or deterioration beyond the permissiblelimit.

6.9 The Authority’s Engineer shall examine the request of the Contractor for closure of any
lane(s) of the Project Highway for undertakings maintenance/repair thereof, and
shall grant permission with such modifications, as it may deem necessary, within 5
(five) days of receiving a request from the Contractor. Upon expiry of the permitted
period of closure, the Authority’s Engineer shall monitor the reopening of such
lane(s), and in case of delay, determine the Damages payable by the Contract or to the
Authority under Clause 14.5 of EPC Agreement.

7 Determination of costs and time

7.1 The Authority’s Engineer shall determine the costs, and/or their reasonableness, that
are required to be determined by it under theAgreement.

7.2 The Authority’s Engineer shall determine the period of Time Extension that is required
to be determined by it under theAgreement.

7.3 The Authority’s Engineer shall consult each Party in every case of determination in
accordance with the provisions of Clause 18.5 of EPCAgreement.

- 274 -
8 Payments

8.1 The Authority’s Engineer shall withhold payments for the affected works for which
the Contractor fails to revise and resubmit the Drawings to the Authority’s Engineer
in accordance with the provision of Clause 10.2.4 (d) of EPC Agreement.

8.2 Authority’s Engineer shall


(a) within 10 (ten) days of receipt of the Stage Payment Statement from the
Contractor pursuant to Clause 19.4, determine the amount due to the
Contractor and recommend there lease of 90(ninety) percent of the amount
so determined as part payment, pending issue of the Interim Payment
Certificate; and
(b) within 15 (fifteen) days of the receipt of the Stage Payment Statement referred
to in Clause 19.4, deliver to the Authority and the Contractor an Interim
Payment Certificate certifying the amount due and payable to the Contractor,
after adjustments in accordance with the provisions of Clause 19.10 of EPC
Agreement.

8.3 The Authority’s Engineer shall, within 15 (fifteen) days of receipt of the First stage
Maintenance Payment Statement from the Contractor pursuant to Clause 19.6 of EPC
Agreement, verify the Contractor’s statement and certify the amount to be paid to the
Contractor in accordance with the provisions of theAgreement.

8.4 The Authority’s Engineer shall certify final payment with 30(thirty) days of the receipt
of the final payment statement of Maintenance in accordance with the provisions of
Clause 19.16 of EPC Agreement.

9 Other duties and functions

The Authority’s Engineer shall perform all other duties and functions as specified in
the Agreement.

10 Miscellaneous

10.1 All key personnel and sub professional staff of the Authority Engineer shall use the
fingerprint based (biometric) attendance system for marking their daily attendance.
Attendance shall be marked at least once a day and anytime during the day. 1
Biometric Attendance System shall be installed by the Authority Engineer at its own
cost at the site office in order to facilitate the attendance marking. More systems can
be installed near the project highway up to a maximum of 1 system per 50 km in order
to encourage frequent visits of project highway by key personnel and sub professional
staff. A copy of monthly attendance records shall be attached with Monthly Status
Report. Proper justification shall be provided for cases of absence of key personnel/
sub professional staff which do not have prior approval from Project Director of
concerned stretch.
- 275 -
10.2 A copy of all communications, comments, instructions, Drawings or Documents sent
by the Authority’s Engineer to the Contractor pursuant to this TOR, and a copy of all
the test results with comments of the Authority’s Engineer thereon, shall be furnished
by the Authority’s Engineer to the Authority forthwith.

10.3 The Authority’s Engineer shall retain at least one copy each of all Drawings and
Documents received by it, including ‘as – built’ Drawings and keep them in its safe
custody.

10.4 Within 90 (ninety) days of the Project Completion Date, the Authority’s Engineer shall
obtain a complete set of as-built Drawings in 2(two) hard copies and in microfilm
formor in such other medium as may be acceptable to the Authority, reflecting the
Project Highway as actually designed, engineered and constructed, including an as-
built survey illustrating the layout of the Project Highway and setback lines, if any, of
the buildings and structures forming part of project Facilities; and shall hand them
over to the Authority against receipt there of.

10.5 The Authority’s Engineer, if called upon by the Authority or the Contractor or both,
shall mediate and assist the Parties in arriving at an amicable settlement of any
Dispute between the Parties.

10.6 The Authority’s Engineer shall inform the Authority and the Contractor of any event
of Contractor’s Default within one week of itsoccurrence.

11. PERFORMANCE CLAUSE

Authority’s Engineers shall be expected to fully comply with all the provisions of the
`Terms of Reference’, and shall be fully responsible for supervising the Designs,
Construction and maintenance and operation of the facility takes place in accordance
with the provisions of the EPC Agreement and other schedules. Any failure of the
Authority Engineer in notifying to Employer and the Contractor on non-compliance of
the provisions of the EPC Contract Agreement and other schedules by the EPC
Contractor, non-adherence to the provision of ToR and non-adherence to the time
schedule prescribed under ToR shall amount tonon-performance.
The Authority Engineer shall appoint its authorized representative, who shall issue
on behalf of the AE, Completion Certificate along with the Team Leader and shall
carryout any such task as may be decided by Employer. The AE shall take prior
approval of Employer before issuing Completion Certificate. The proposal submitted
shall also include the name of the authorized representative along with the
authorization letter and power ofattorney.

- 276 -
12. CONSULTANT’S PROPOSAL

12.1 List of key personnel to be fielded by the Consultants shall be as below:

Normal Highway Project:

i. Team Leader Cum Senior Highway Engineer


ii. Resident cum Highway cum pavement Engineer
iii. Senior Quantity cum Material Expert
iv. Senior Bridge Engineer
v. Senior Pavement Specialist
vi. Road/Traffic Safety Expert

NOT APPLICABLE Standalone

Bridge Project:

i. Team Leader Cum Senior Bridge Construction Engineer


ii. Resident cum Pavement Specialist
iii. Bridge/Structural Engineer
iv. Senior Contract Specialist
v. Road Safety Expert
vi. Senior Quality cum Material Expert

NOT APPLICABLE Standalone Tunnel Project:

i. Team Leader Cum Senior Tunnel Expert


ii. Resident cum Excavation Specialist
iii. Senior Geotechnical Expert
iv. Tunnel Design Engineer
v. Tunnel Safety Expert
vi. Senior Contract Specialist
vii. Senior Geologist

12.2 Broad job-description and minimum qualification for key personnel mentioned above
is enclosed as Appendix-IB (Part-I). However, higher marks shall be accorded to the
Candidate with higher relevant qualification and experience. The age of the Key
Personnel should not be more than 65 years as on date of submission of
bid/proposal. Consultants are advised in their own interest to frame the technical
proposal in an objective manner as far as possible so that these could be properly
assessed in respect of points to be given as part of evaluation criteria. The bio-data of
the key personnel should be signed on every sheet by the personnel concerned and
the last sheet of each bio-data should also be signed by the authorised signatory for
the Consultant. The key personnel shall also certify at the end of their bio- data
proforma that they have not left any of the Employer works without completing of
- 277 -
their assignment and have not accepted any other offer at the time of signing of the
bio-data and as such shall be available to work with the Authority Engineer. In case
the key personnel leaves the assignment without approval of Employer, Employer
would be at liberty to take any appropriate action against that key personnel
including debarment. The CV submitted by selected firm/JV shall be hoisted on official
website of Employer. It is clarified that CVs for the key Personnel to be deployed
during supervision phase shall be submitted at the time of start of construction
and supervision work.

12.3 In addition to above, consultants are required to propose other key personnel, sub-
professional staff and other field engineers as detailed in Appendix-IA (Part-I)and
the minimum qualification requirements for the same is enclosed in Appendix-IB
(Part-I).

13. PERIOD OF SERVICES

13.1 The services of an Authority’s Engineer will be in phases as per Contract


Agreement.
13.1.1 The time period for construction supervision shall be as per Annexure A of LOI.

14. Project Coordinator

The Firm shall appoint a personnel from its headoffice to act as Project Coordinator
for the assignment. He will be authorised to communicate with the Authority in
respect of all matters pertaining to the project. The cost of the Project Coordinator
shall be incidental to the Consultancy Assignment.

- 278 -
ENCLOSURE-I A
Schedule forsubmissionofReports andDocuments for Phase-1 & 2

Stage No. Activity No. of copies Time Period in days from


date of commencement

1 Monthly Reports 3 th
By 10 day of every month

2 Inception Report
(i) Draft Inception Report including QAP 3 21
document
3 30
(ii) Inception Report includingQAP
document

3 F.S. REPORT
i) Draft Feasibility Study Report including 4 90
option study report including draft 3(a)report
1 100
ii) Comments of client
4 120
iii) Final Feasibility Study Report
incorporating compliance of comments of Client
4 LA & Clearances I Report
i) Draft LA & Clearances I Report including draft 4 150
3(A) report
1 180
ii) Comments of client
4 210
iii) Final LA & Clearances I Report
incorporating compliance of comments of
Client

5 DetailedProjectReport
i)Draft DPR ii)Comments of 4 240
client 1 270
iii)Final DPR incorporatingcompliance of 6 300
comments of Client

6 Technical Schedules
i) Draft Technical Schedules 4 240
ii) Comments of client 1 270
iii) Final technical schedule 6 300

7 Land Acquisition II 4 350


Submission of draft 3D publication report
8 Land AcquisitionIII, Award 400
determination (3G)
9 Project Clearances& LA IV Report Approval of 6
Projectclearancesfrom Concernedagenciese.g. Original letters 540
from MOEF; Rly for approval of GAD from the
and detail engineering drawing concerned
of ROB/RUB; agencies and 5
Irrigation Dept., Possession of Land photocopies of
Utility Report and Possession of Land each

- 279 -
The check list for different stages of submission of report has been enclosed as under
and the same shall be appended with proper references and page numbering. The
checklist/s shall be appended with the report without which no payment shall be
made.
Indicative Schedule for approval of Reports and Documents by Consultant.

Stage Activity Time Period in days from date of


No. submission of Comment and
acceptance by the officials as per
the delegation of powers

1 Inception Report 7 days


2 Feasibility Study Report
i) Draft Feasibility StudyReport including 15days
option study report including draft 3(a)
report
7 days
ii) Final feasibility Study report
3 LA & Clearances Report
i) Draft LA & Clearances Report 15 days
ii) Final LA & Clearances Report 7 days
incorporating compliance of comments of
Client
4 Detailed Project Report
i) Draft DPR 30 days
ii) Final DPR incorporating compliance of 7 days
comments of Client
5 Technical Schedules
i) Draft Technical Schedules 30 days
ii) Final technical schedule 7 days

The checklist for different stages of submission of report has been enclosed as under and
the same shall be appended with proper references and page numbering. The checklist/s
shall be appended with the report without which no payment shall be made.

Note: - The approval of various stages is as per the delegation of powers in


accordance to Ministry’s circular No. H·39011 130/2015'P&P(Pt-l) dated 12.03.2019.

- 280 -
ENCLOSURE- I B1
Daily Inspection Report in construction period Phase 3

Results of lab
Description of tests conducted Nameofkey
Component Item Description inspection personnel
(Test
work carried conducted, inspecting the
out Pass/Fail) work

1. Road works
including Embankment/ Sub
culverts, and Grade/GSB/WMM/
minor bridges DBM/BC

2.MajorBridge
works, Flyovers, Foundation/ Sub
ROB,RUB,VUP, structure/
PUP Super structure

3. Approach to
ROB/RUB/ Major Foundation/ Sub
Bridges/ Viaduct structure/
/ Super structure
RE wall

4. Other Works

- 281 -
ENCLOSURE- I B2

Daily Inspection Report in O&M period -Phase 3

Nature of defect/ deficiency Defect If defect found, Compliance of AE Remarks


found Chainage &side previous
(Yes/No) defect
(Yes/No/NA)
ROADS
Carriageway and paved shoulders
Breach or blockade
Pot holes
Removal of debris
Hard/earth shoulders, side slopes, drains and culverts
Desilting of drains in
urban/semi- urban areas
Road side furniture including road signs and pavement marking
Damage to shape or position; poor
visibilityorlossofretro-
reflectivity
Street lighting and telecom (ATMS)
Any major failure of the system
Faults and minor failures
Trees and Plantation
Obstruction in a minimum head-
roomof 5mabovecarriageway
or obstruction in visibility of
roadsigns
Rest areas
Cleaning of toilets
Defects in electrical, water and
sanitaryinstallations
Tollplaza[s]
Failure of toll collection
equipment
Other Project Facilities and Approach roads
Damage or deterioration in
ApproachRoads,-[pedestrian
facilities, trucklay-bys, bus-bays,
bus- shelters, cattle crossings,
Traffic Aid Posts, Medical Aid Posts
and other works]

- 283 -
ENCLOSURE- I B 3

Weekly Inspection Report in O&M period

Defect If defect Compliance of AE Remarks


found found, previous defect
Nature of defect or deficiency (Yes/No) Chainage (Yes/No/NA)
&side

ROADS

(a) Carriageway and paved shoulders

(i) Breach or blockade

Roughness value exceeding


2,500mminastretchof1km(as
(ii)
measured by a standardised
roughometer/bump integrator)
(iii) Pot holes

Cracking in more than 5% of road


(iv)
surfaceinastretchof1km
Rutting exceeding 10 mm in more
than2%of road surface in a stretch
(v)
of 1km (measured with 3m straight
edge)
(vi) Bleeding/skidding

Ravelling/Stripping of bitumen
(vii)
surface exceeding 10 sq m
Damage to pavement edges
(viii)
exceeding 10 cm
(ix) Removal of debris

Hard/earthshoulders,sideslopes,drainsand
(b)
culverts
Variation by more than 2% in
(i) the prescribed slope of
camber/crossfall
Edge dropat shoulders exceeding
(ii)
40mm
Variation by more than 15% in
(iii) theprescribed side
(embankment) slopes
(iv) Rain cuts/gullies in slope

- 284 -
Defect If defect Compliance of AE Remarks
found found, previous defect
Nature of defect or deficiency
(Yes/No) Chainage & (Yes/No/NA)
side
Damage to or silting of culverts and
(v) side drains during and immediately
preceding the rainy season
Desilting of drains in
(vi)
urban/semi- urban areas
Roadside furniture in cluding road signs and
(c)
pavement marking
Damage to shape or position;

(i) poor visibility or loss of retro-


reflectivity

(d) Street lighting and telecom (ATMS)

(i) Any major failure of the system

(ii) Faults and minor failures

(e) Trees and plantation

Obstruction in a minimum head-


(i) room of 5m above carriageway
or obstruction invisibility of road
signs
Deterioration in health of trees
(ii)
andbushes
(iii) Replacement of trees and bushes

Removal of vegetation affecting


(iv)
sightline and road structures
(f) Rest areas

(i) Cleaning of toilets

Defectsinelectrical,waterand
(ii)
sanitaryinstallations
Toll
(g) plaza[s]
Failure of toll collection
(i)
equipment including ET
Corlighting
(ii) Damage to toll plaza

(h) Other Project Facilities and Approach roads


- 285 -
Defect If defect Compliance of AE Remarks
found found, previous defect
Nature of defect or deficiency
(Yes/No) Chainage & (Yes/No/NA)
side
Damage or deterioration in
Approach Roads,-[pedestrian
facilities, trucklay-bys, bus-bays,
(i)
bus- shelters, cattle crossings,
Traffic AidPosts, Medical AidPosts
and other works]
BRIDGES

(a) Superstructure of bridges

(i) Cracks

(ii) Spalling/scaling

(b) Foundations of bridges

(i) Scouring and/or cavitation

Piers, abutments, return walls and wingwalls


(c)
of bridges
Cracks and damages including
(i)
settlement and tilting
(d) Bearings (metallic) of bridges

(i) Deformation

Joints
(e) inbridges

Loosening and malfunctioning of


(i)
joints
(f) Other items relating to bridges

Deforming of padsinelastomeric
(i)
bearings

Gathering of dirtinbearings and


(ii) joints;orcloggingofspouts,weep
holesandvent-holes
Damage or deterioration in
(iii)
parapets and handrails
Rain-cuts or erosion of banks of the
(iv)
side slopes of approaches
(v) Damage to wearing coat

- 286 -
Defect If defect Compliance of AE Remarks
found found, previous defect
Nature of defect or deficiency
(Yes/No) Chainage (Yes/No/NA)
&side
Damage or deterioration in
(vi) approach slabs, pitching, apron,
toes, floor or guidebunds

Growth of vegetation affecting the


(vii) structure or obstructing the
waterway

- 287 -
ENCLOSURE- I B 4

Month of survey for equipment based road condition assessment

Equipment based road inspection shall be done by the Authority’s Engineer twice a year as per
the month of the year defined in the following table.

However, since the first survey shall be conducted at the time of completion testing, the
following modification to the schedule shall be adopted. For example, if majority of highway
length (>50%) passes through a state, where defined survey months are May and November, if
completion testing is conducted in April, then the first equipment based survey shall be
conducted in the month of April. This shall be considered as the equipment based survey tobe
conducted in the month of May. The 2nd equipment based survey shall be conducted in the
month of November, the 3rd survey shall be conducted in the month of May and so on. As
regards FWD, the first test/survey shall be conducted at the time of completion in April. The
2nd test/survey shall be conducted in April of next year and soon.

Region State Survey before rains Survey after rains

East Bihar May Nov


East Chhattisgarh May Nov

East Jharkhand May Nov

East Orissa May Nov


East West Bengal May Nov
Central Madhya Pradesh May Nov

NE Arunachal Pradesh Mar Oct


NE Assam Mar Oct

NE Manipur Mar Oct

NE Meghalaya Mar Oct

NE Mizoram Mar Oct

NE Nagaland Mar Oct


NE Sikkim Mar Oct

NE Tripura Mar Oct


North Chandigarh May Nov

North Delhi May Nov

North Haryana May Nov

North Himachal May Nov

- 288 -
North Jammu And Kashmir May Nov
North Punjab May Nov
North Uttar Pradesh May Nov

Region State Survey before rains Survey after rains


North Uttaranchal May Nov
Andaman And Nicobar
South Apr Nov
Islands
South Andhra Pradesh Apr Nov

South Karnataka Apr Nov


South Kerala Apr Nov

South Pondicherry Jun Jan

South Tamil Nadu Jun Jan


West Dadar Nagar Haveli Apr Oct

West Daman And Diu Apr Oct

West Goa May Nov

West Gujarat Apr Oct


West Maharashtra May Nov

West Rajasthan Apr Oct

- 289 -
ENCLOSURE- I B5

MONTHLY PROGRESS REPORT IN CONSTRUCTION PHASE

Project managerment Consultancy services for feasibility study and


preparation of DPR, Supervision during construction and maintenance
of NH-627(Pkj-I).

[NAME OF CONSULTING FIRM]

MONTHLY PROGRESS REPORT NO.[XX] FOR THE MONTH OF: Month,

Year

- 290 -
Contents
Table of content

1 Executive Summary
...............................................................................................................................................

14.1 Construction progress in current month …………………………………………………..

14.2 Current issues and recommended actions by

IE/AE……………………………………… 1.3

StripPlan(Summary)……………………………………………………………………………………

1.4 Strip Plan

(Details)……………………………………………………………………………………………..

2 ProjectOverview
.................................................................................................................................................................

2.1 Salient Features of Project…………………………………………………………………………….

2.2 Project Milestones………………………………………………………………………………………

2.3 LocationMap……………………………………………………………………………………………….

2.4 KeyPlan……………………………………………………………………………………………………….

3 Critical Issues
&ActionLog.............................................................................................................................................

3.1 Pending Issues &ActionLog………………………………………………………………………….

3.2 Obligations asperContract …………………………………………………………………………..

4 PhysicalProgress
................................................................................................................................................................

4.1 Detailed Scope of Work & Physical ProgressbyComponent…………………………..

5 Land AcquisitionandClearance
...................................................................................................................................

5.1 LASummary

5.2 LA Detail by CALA

5.3 LA Detail by Village for each CALA

5.4 Manpower details of CALA

5.5 Clearances Summary

5.6 Status of utilities shifting

- 291 -
6 Changeof
Scope...................................................................................................................................................................

7 Mobilization of
Resources..............................................................................................................................................

8 Financial Progress Details (for PPP projects)


......................................................................................................

8.1 Pen Picture-Escrow


8.2 Escrow deta ils

9 Summary of quality control tests ....................................................................................................................

9.1 Tests witnessed by IE/ AE142

9.2 Tests conducted by IE/AE

10 Monitoring of maintenance obligations during construction phase ..........................................

10.1 Critical issues and action log

10.2 Summary of repair work

10.3 Status of damages

11 Safety features......................................................................................................................................................

11.1 Pen picture of safety features

11.2 AccidentReport

12 Annexures ...............................................................................................................................................................

- 292 -
1 Executive Summary

1.1 Construction progress in current month

Key reporting metrics Value/ %/ Amount


Scheduled Physical Progress (%)

Cumulative Physical Progress upto current month (%)


Physical Progress during current month (%)

Financial progress (%)

Cumulative Expenditure till date (Rs Cr)

Testspassedas%oftotaltestswitnessedbyIE

Testspassedas%oftotaltestsconductedbyIE

Number of pending COS proposals

Amount for pending COS (Rs Cr)

1.2 Current issues and recommended actions by IE /AE

1. Slow Progress of Structures: The progress of structures (especially,major


bridges, flyovers and ROB’s) is very slow. Overall progress is only XX%.
Out of the total YY underpasses not even single underpass structure and
its approaches is completed so far. No bridge is open to trafficso far.

a. Recommendation: Concessionaire should improve the progress of


structures. Request for revised work plan from Concessionaire
including specific activities onstructures.

2. Status of Change of Scope Proposals: Concessionaire has submitted Xx No.


Change of Scope proposals. Yy No. of them are still pending for decision.
Concessionaire has not submitted necessary clarifications /details for the
following Changes of Scope in spite ofseveral reminders.

a. Recommendation: Concessionaire to submit all pending clarifications to


Authority. Authority and Concessionaire to expedite pending COS proposals.

- 293 -
1.3 Strip Plan (Summary)

1. Workfront Unavailable & reason for Unavailability

2. Length completed by layer(MCW)

3. Lengthcompletedbylayer(ServiceRoad)

% Total % %
Lengt Pendin Lengt Total Lengt Total
h (km) g h (km) Lengt h (km) Lengt
Length h h
Total Length Total Total
Length Length
Total Total Total
Workfront Length Length
Unavailable Complete Complete
d (Till d
DBM) (Till DBM)
Pending Land BC BC
Acq. DBM DBM
Pending WMM WMM
Clearances GSB GSB
Encumbrance Sub- Sub-
s Grade Grade
C&G C&G

- 294 -
1.4 Strip Plan(Details)

Detailedreport

2 Project Overview

2.1 Salient Features of Project

Project Name
NH No. (New/ Old)
Scheme/ Phase
ModeoftheExecution(BOTToll/BOTAnnuity/EPC/
HAM/ItemRate/Others)
No. of Lanes/ Configuration
Length of the Project (in Km)
Total Project Cost (in Cr)
No. of Bypasses (Name of Town, Length)
No. of Major Bridges (Number and Location)
No. of Toll Plazas (Number and Location)
No. of Fly Overs (Number and Location)
DPR Authority’s EngineerName
- 295 -
Lead & Consortium Members of Banks
Concessionaire Name (SPV & Parent Company)
Date of Award (LOA Date)
Appointed Date
Concession Period
Construction Period (in Days)
O&M Period (in Days)
Scheduled Date of Completion
Authority Engineer
IE / AE Agreement Date
IE / AE Mobilization Date

ALL FIGURES & GRAPHS IN TEMPLATES ARE


ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

2.2 Project Milestones

Descripti
Planned Actual Delay
Project on (Days Curren t
Milesto from (No.of Status
ne Appointe d Physical Physical month
Scheduled Revised Date s)
Date) Progress Date Progress
(%) (%)

Milestone I [DD/MM/YYYY] [DD/MM/YYYY] Achieve d


[Description] 25 25 5

Started
Milesto ne [DD/MM/YYYY] [DD/MM/YYYY] , not
[Description] 65 22
II achieve
d

Schedule d
[DD/MM/YYYY] [DD/MM/YYYY] Not
Completio
[Description] 100 21 starte
n
d

ALL FIGURES & GRAPHS IN TEMPLATES ARE


ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

2.3 3 Location Map


- 296 -
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

- 297 -
2.4 Key Plan

[Above image is illustrative only. Please include chainage and name


below the axis and list of features above the axis]

ALL FIGURES & GRAPHS IN TEMPLATES ARE


ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

- 298 -
3 Critical Issues & ActionLog

3.1 Pending Issues & ActionLog

Ongoin Chainage( Action(s) Expected


S.N Issue g/ New Concerned s)affected Length Action(s) suggested date/ Actual
o Description Type Issue/ Authority due tothe affecte taken till Date for
by
Resolve issue d (km) now the AE resolving
d issue

1.Proposal
submitted to
MoEFLetter Escalateto
Diversion of Xx
1 Clearance Ongoin MoEF [Chainage] 4 kms sentbyROto higherlevel [DD/MM/YYY
haofforestLand
g Issue MoEF nodal officersat Y]
officeron MoEF
[DD/MM/YYY
Y]
1. Escalated
to chief
21 secretary
Crcompensati on levelthrough
2 Land Resolve [CALANam [Chainage] 2.4 km DO from [DD/MM/YYY
disbursement
Acquisiti d e] Chairman/ Y]
pending
on Secretary,
dated
[DD/MM/YYY
Y]

Project
Slow progress Director to
by Concession New [Concess. call [DD/MM/YYY
3 [Chainage] 57 km None
concessionair ai re Issue Name] higherup Y]
e concessionai
re

3.2 Obligations as perContract

Expected Contents & Structure


Please write a summary of non-compliances of contractual obligations highlighting
reasons for delay, stating pending actions and their potential risk to the project’s progress
and recommended actions by the IE.

Critical obligation sand constraints of concessionaire as percontract


Critical obligations of authority as percontract
Critical pending obligations of IE as percontract
NOTE: Please include important issues requiring intervention of various parties,
giving details and background wherever necessary

- 299 -
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS
4 PhysicalProgress

Physical
Physical Progress
%
Component Progress(During (Cumulative,
Weightage
Current Month) Upto Current
Month)

Road Works 35.00% 5% 15.0%


Major Bridge works and ROB / RUB 40.00% 1.20% 26.2%
Structures 21.00% 0.00% 0.8%
Other Works 4.00% 0.00% 0.0%
Physical
Progress 2% 42.0%

ALL FIGURES & GRAPHS IN TEMPLATES ARE


ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

- 300 -
4.1 Detailed Scope of Work & Physical Progress byComponent

Cost Cost Value of


Plannedin
Weightage Item Description Weightage Progress %Physical Physical
Component Scope(As
in Project in till Date Progress Progress
perScope
(%) Component (7X4)
ofWork)
(%)
1 2 3 4 5 6 7 8
35.00% 1. C&G 5.00% 80 km 45 km 56% 2.8%
1. Road works
2. Embankment 5.00% 80 km 40 km 50% 2.5%
including
3. Sub Grade 5.00% 80 km 35 km 44% 2.2%
culverts, minor
4. GSB 5.00% 80 km 33 km 41% 2.1%
bridges,
5. WMM 5.00% 80 km 30 km 38% 1.9%
underpasses,
6. DBM 5.00% 80 km 28 km 35% 1.8%
overpasses,
7.BC 5.00% 80 km 27 km 34% 1.7%
approaches to
ROB/RUB/ Major
Bridges/
Structures (but
excluding service
roads)
40.00% 1. Major Bridges 10.00% 6No 6No 100% 10.0%
2. Major Bridge
2. Minor Bridges 5.00% 23 No 21 No 91% 4.6%
works and
3. Flyovers 5.00% 2No 0 0% 0.0%
ROB/RUB
4. ROB 5.00% 228 No 121 No 53% 2.7%
5. VUP 5.00% 11 No 6No 55% 2.7%
6. PUP 5.00% 15 No 6No 40% 2.0%
7. RUB 5.00% 136 No 114 No 84% 4.2%
3. Structures 21.00% 1. Foundation 5.00% 35 km 2.2 km 6% 0.2%
(elevated 2.Sub-structure 5.00% 35 km 2.1 km 6% 0.2%
sections, 3.Super-structure 5.00% 35 km 2.1 km 6% 0.2%
reinforced earth) 4.ReinforcedEarth 6.00% 35 km 2.1 km 6% 0.2%
Wall
4.OtherWorks 4.00% 1. Toll Plaza 4.00% 4No 0 0% 0.0%
GRANDTOTAL 100% 42.0%

5 Land Acquisition and Clearance

5.1 LA Summary
Total Required Total in Total to be acquired
Description
(ha) possessionat (ha)
Existing ROW 135.00 135.00 0.00
Pvt. Land To be Acquired 240.00 0.000 240.00
Public Land To be Transferred 52.00 50.35 1.65
Grand Total 427 185 242
- 301 -
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

5.2 LA Detail by CALA

3G Amount Pendin
Total 3H 3DDo 3ADo Amount Amount
CALA Landleft Pend- 3HDo Pend 3GDo 3DPend ne(h 3APend ne(h Awarde Deposite Disbursed g
ne(ha by
tobe ing(ha n -ing ing a i a d d (Crore Amount
Acquired ) e(ha (ha) ) (ha) ) ng(Ha ) (Crore Rs.) CALA(Cro (Crore
) ) Rs.) re Rs.) Rs.)
(Ha)

CALA1] 150 15 15 15 135 0 150 0 150 396 370 327 43


[CALA2
67 0 0 0 67 0 67 0 67 132 132 120 23
]
[CALA
23 23 23 23 0 14 9 0 23 0 0 0 0
3]
Grand
Total 240 38 202 38 202 14 226 0 240 528 502 447 66

5.3 LA Detail by Village for each CALA1

Total Amount Pendin


3H 3G Amount Amount
Landleft 3H 3G 3D 3D 3A 3A Disburse g
Village Pend Pend Awarde Deposite
tobe Done Done Pendin Done Pendin Done dby Amoun
-ing -ing d(Crore d (Crore
Acquire (ha) (ha) g (ha) (ha) g (Ha) (ha) CALA t(Rs
(ha) (ha Rs.) Rs.)
d(Ha) (Rs Cr) Cr)
[Village 1] 150 15 15 15 135 0 150 0 150 396 370 327 43
[Village 2] 67 0 0 0 67 0 67 0 67 132 132 120 23
[Village 3] 23 23 23 23 0 14 9 0 23 0 0 0 0
Grand
240 38 202 38 202 14 226 0 240 528 502 447 66
Total

ALL FIGURES & GRAPHS IN TEMPLATES ARE


ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

- 302 -
5.4 Manpower details of CALA

Provided Revenu Tehsilda


Amins/ Patwaris Compu
by e r s/ Clerks Accounta
CALA / ter Peons Chain Tota
<Agency> Survey Inspect Dep. /
nts m
o rs Village operat l
/ o rs/ Tehsilda Sahaya an
account ks ors
StateGov Kanung rs
<Agency
[CALA 1] > 4 1 0 0 3 0 3 1 0 12

[CALA 1] State Govt 2 0 2 0 0 0 1 0 0 5

<Agency
[CALA 2]
>

[CALA 2] State Govt

Grand
Total

5.5 Clearances Summary

Environment
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
Approval of construction in Obtained Nil Completed
coastal zone
ForestLand
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
Diversion of Xx ha ([Chainage]) Pending [Length Completed Stage 1 clearancepending
inkm]
Diversion of Xx Ha. ([Chainage]) Obtained Nil Ongoing

ALL FIGURES & GRAPHS IN TEMPLATES ARE


ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

- 303 -
Wildlife
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
Diversion of Xx Ha. of forest Pending [Length Ongoing QueriessenttoMoEFbyRO,
land inkm] compliancepending
TreeCutting
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
N.A. N.A. N.A. N.A. N.A.
Railway (ROBs/RUBs)
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
[GAD Number] Proposal [Chainage] Uploaded on N.A.
Submitted, portal on
Approval pending [DD/MM/YYYY]

- 304 -
5.6 Status of utilities shifting

Date when
Date of Date of Progre Date of
Date of Estimate
Utility Length
was Approval Deposit ss Certificati Estimat
Issue/
Categor Nam affecte Departm requestby by ofsuper- ofPhys on from e
y e Status d ent Authority Received Agency Amoun
Commen
from Authority vision ical
for for ts
RO/ HQ charge Shiftin t
estimate concerned Completio
dept. g
n

Estima [Lengt [DD/MM [DD/MM [DD/MM [DD/MM Not


Water te [DEPART TBD
h /YYYY] /YYYY] /YYYY] / started
Appro in km] MENT] YYYY]
ved

Electric Estima [Lengt [DD/MM [DD/MM [DD/MM [DD/MM Not


te [DEPART TBD
ity h /YYYY] /YYYY] /YYYY] / started
Appro in km] MENT] YYYY]
ved

Estima [DD/MM [DD/MM [DD/MM [DD/MM


[Lengt
Others te [DEPART TBD
h /YYYY] /YYYY] /YYYY] /YYYY]
Appro MENT]
in km]
ved

6 Change of Scope

Date of first
S No. Proposal Details Current Status COS ed/ Actual Date
submission to
Amoun ofApproval
AE
t

Construction of [Flyover Approved in principle by


1 [DD/MM/YYYY [+/ - [DD/MM/YYYY
Name] at Authority. Detailed quantities in
] Amount] ]
[Chainage] properorder yet to be
submitted

Clarificationstobesubmittedb
2 Nallah diversion through [DD/MM/YYYY [+/ - [DD/MM/YYYY
y Concessionaire, expected
box culvert at[Chainage] ] Amount] ]
date[DD/MM/YYYY]

- 305 -
7 Mobilization ofResources

Expected
Ageof Planned/ Deploye Reason(s)
S Equipment Mak Mode Actual dDuring Delaydue Remark
Equipme Required for
No. Name l Quantity theMont Under/Over toUnder- s
e nt Quantity Mobilizati
h Mobilization
on
Excavator/ 5
Poclain

Paver 2

Transit Meter 0

Plate 0
Compactors

[ADD
OTHERS]

8 Financial Progress Details (for PPPprojects)

8.1 Pen Picture -Escrow

Cumulative inflow
Cumulative outflow Inflow to Escrow Outflow from
to Escrow till
TPC (Cr) from Escrow till during the Escrow during
previous month
previous month(Cr) month(Cr) themonth(Cr)
(Cr)

1,206 1,033 900 30 35

Are the Escrow withdrawals in accordance with the order of withdrawal as specified in the
Concession Agreement?

Tick as applicable

If not, details to be provided below:

ALL FIGURES & GRAPHS IN TEMPLATES ARE


ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

- 306 -
8.2 Escrow details

Cumulative EscrowPlan EscrowPla EscrowPla Escrow EscrowActual Escrow


TPC (Cr) exp. till tilldate- n till date- n till date- Actual tilldate- Actualtill
date (Cr) Debt(BOT) Equity(BOT VGF till date- Equity(BOT)( date-VGF
(Cr) )(Cr) (BOT)(Cr) Debt(BO Cr) (BOT)(Cr

1,206 1,033 900 306 - 769 264 -

PLEASE EXCLUDE OUTSTANDING


MOBILIZATION FEE/ ADVANCE IN S-CURVE

9 Summary of quality controltests

9.1 Tests witnessed by IE/AE

Totaltest up
Freque e No.
toPrevious Remar
Descriptio ncy of Un ests
Month
n tests it ks

No Conducte Pas Fai Conducte Pas Fai Conducte Pas Fai l


Qt
. y. d s l d s l d s
s

- 307 -
Sub grade

15
Procter test 1 0 m3 0 0 0 0 0 0 0 0 0

Atterberg 15
Limits 1 0 m3 0 0 0 0 0 0 0 0 0

Free 15
SwellInde 1 0 m3 0 0 0 0 0 0 0 0 0

Grain 15
SizeAnalysi 1 0 m3 0 0 0 0 0 0 0 0 0

30
C.B.R 1 0 m3 0 0 0 0 0 0 0 0 0

Granular Sub Base

Gradation 1 20 m3 151 151 0 5 5 0 156 156 0


0

Atter berg
Limits 1 20 m3 151 136 15 5 5 0 151 136 15
0

15
Procter test 1 0 m3 0 0 0 0 0 0 0 0 0

Wet Mix
Macadam
Filter
material
Concrete

Cement

Water

Prime
Coat
Tack coat

Dense
Bituminous
Macadam
Bituminous
Concrete
Bitumen
test
DLC

- 308 -
Steel

9.2 Tests conducted by IE /AE

<Quality inspection test results to be reported in a table similar to the table provided in
previous section>

ALL FIGURES & GRAPHS IN TEMPLATES ARE


ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

10 Monitoring of maintenanceobligations during constructionphase

10.1 Critical issues and actionlog


IssueDescription

ExpectedDatefor
resolvingissue
affecteddueto

Action(s)taken
Ongoing/New

Lengthaffected
Chainage(s)

suggestedbySC
Action(s)
Concerned
Authority

theissue

tillnow
(km)
Issue
SNo

1 Drying up Ongoing Concessionaire 325+200 2.6 Irregular Replacemen NA


of plants to watering tofplants
on median 327+800 and daily
watering
2 Large New Concessionaire 387+300 0.1 None Filling of <DD/M
potholes LHS potholes M>

10.2 Summary of repairwork

- 309 -
Work Work
doneupto donedurin
SNo Description Unit Total Balance Remarks
previous g reporting
month month
1 Carriageway and paved shoulders

(a) Pot Holes Sqm - -

(b) Roughness value exceeding mm


2,500mm
(c) Cracking in more than 5% Sqm - -
of road surface
(d) Ruttingexceeding10mmi Sqm - -
nmorethan2%ofroad
surface
(e) Bleeding/Skiding Sqm

(f) Ravelling Sqm

(g) Damage to pavement m


edges exceeding 10cm
2 Hard/Earth Shoulders

Work Work
doneupto donedurin
SNo Description Unit Total Balance Remarks
previous g reporting
month month
(a) Rain cuts/ gullies in slope Cum -

(b) Edge drop at shoulders m


exceeding 40 mm
3 Drains and culverts

(a) Cleaning of Culvert Nos - -

(b) Damage to or silting


ofculverts
(c) Silting of drains in urban/
semi urban areas
4 Road furniture

(a) Sign Boards Nos - -

(b) Kilometer Stones

(c) Metal Beam Crash Barrier

(d) Bus Shelters Nos -

- 310 -
(e) Junction signs Nos -

(f) Median Grills Rmt - -

(g) Studs Nos - -

(h) Delinators Nos - -

(i) Road Marking Sqm - -

(j) Kerb Painting Sqm - -

(k) Guard Posts Nos - -

5 Street lighting and telecom (ATMS)

(a) Street lights Nos

(b) Telecom Nos


6 Trees and plantation

(a) Removalofvegetationa Ha -
ffectingsightlineand
roadstructures
(b) Replacement of trees and Nos - -
bushes
Work Work
doneupto donedurin
SNo Description Unit Total Balance Remarks
previous g reporting
month month
7 Buildings and bridges

(a) Rest areas

(b) Toll plazas

(c) Bridges

Status of damages

SNo Period Amount of damages (Rs)

1
2
3
4
Total

- 311 -
11 Safety features

11.1 Pen picture of safety features

Details to be provided after assessment of the site requirement vis-à-vis provisions in


the Concession Agreement:
Suggested Remedial
Financialimplicationsof
Location of Black Measures within Additional Remedial
additional Remedial
Spots provisions of Measures (if any)
Measures for Authority(Cr.)
Concession Agreement

11.2 cident Report

S No
1
1/1/1

Date
7

382/05

Chainage no
RHS
0
05:25

Time of accident
pm M 2

Sex (M/F)
Accident location
A

Nature of accident
B
2

Classification of
C
3

Causes
D
4

Load conditions of
E
1

Road condition
F
1

Intersection type of
G
-

Weather condition
1

Age of victim
3

Type of victim
1

Type of vehicle
K
3

Fatal
-

ns
perso
d
affecte
of

Major
No
1

Mino
1 Ambu

Help provided by

- 312 -
Mapping of report fields to responses

A 1.Urban2.Rural
1.Overturned2.HeadOnCollision3.HitfromBack4.HittoFixObject5.RightturnCollision
B
6.LeftturnCollision7.VeeredOutoffTheRoad8.HitPedestrian9.Unknown/Hit&RanAway
C 1.Fatal2.Majorinjury3.Minorinjury
1.Drunken2.OverSpeeding3.VehicleoutofControl4.Drivenonwrongside5.Mechanical Problem
D
6.Drowsiness/NotApplicable7.FaultofDriver
E 1. Normally Loaded 2. Overloaded/Handing 3. Empty 4. Unknown
F 1.Straightroad2.SlightCurve3.SharpCurve4.Hump5.Dip
1.T-Junction2.Y-Junction3.FourarmJunction4.StaggeredJunction5.Junctionwithmore than
G
6.Roundabout
1.Fine/Clear2.Mist/Fog3.Cloudy4.LightRain5.HeavyRain6.StrongWind7.DustStorm8. Cold
H
9.Hot
I 1. 0-18 Years 2. 18-25 Years 3. 25-40 Years 4.40-60 Years 5. 60-80 Years
J 1. Driver 2. Passenger 3. Pedestrian 4. Cyclist 5. Others
1.TwoWheeler2.AutoRickshaw3.Car/Jeep4.Bus5.LightTruck6.HeavyTruck7.Tractor
K
8. Bicycle 9. Cycle Rickshaw 10. Hand Drawn Cart 11. Animal Drawn Cart

- 313 -
12 Annexures

Annexure 1. Detailed List of Physical Components as per ScheduleG

PhysicalItem
Component
A- Widening and strengthening of existing road
(1) Earthwork up to top of the sub-grade
(2) Granular work (sub- base, base, shoulders)
(a) GSB
(b) WMM
(3) Shoulders
(4) Bituminous work
(a) DBM
(b) BC
(5) Rigid Pavement
Concrete work
(6) Widening and repair of culverts
(7) Widening and repair of minor bridges
B- New realignment/bypass
Road works (1) Earthwork up to top of the sub-grade
including culverts, (2) Granular work (sub- base, base, shoulders)
minor bridges, (a) GSB
underpasses, (b) WMM
overpasses, (3) Shoulders
approaches to (4) Bituminous work
ROB/RUB/ Major (a) DBM
Bridges/ Structures (b) BC
(but excluding (5) Rigid Pavement
service roads) Concrete work
C-New culverts, minor bridges, underpasses, overpasses on existing
road, realignments, bypasses:
(1) Culverts
(2) Minor bridges
(a) Foundation
(b) Sub-structure
(c) Super-structure (including crash barriers etc.
(3) Cattle/Pedestrian underpasses
(a) Foundation
(b) Sub-structure
(c) Super-structure (including crash barriers etc.
(4) Pedestrian overpasses
(a) Foundation
(b) Sub-structure
(c) Super-structure (including crash barriers etc.
(5) Grade separated structures
(a) Underpasses

- 314 -
PhysicalItem
Component

(i) Foundation
(ii) Sub-structure
(iii) Super-structure(includingcrashbarriersetc.complete)
(b) Overpass
(i) Foundation
(ii) Sub-structure
(iii) Super-structure(including crash barriersetc.complete)
(c) Flyover
(i) Foundation
(ii) Sub-structure
(iii) Super-structure(including crash barriersetc.complete)
(d) Foot over Bridge
A- Widening and repairs of Major Bridges
(1) Foundation
(a) Open Foundation
(b) Pile Foundation/Well Foundation
(2) Sub-structure
(3) Super-structure (including crash barriers etc. complete)
B- Widening and repair of
(a) ROB
(1) Foundation
(2) Sub-structure
(3) Super-structure (including crash barriers etc. complete)
(b) RUB
(1) Foundation
MajorBridge works (2) Sub-structure
and ROB/RUB (3) Super-structure (including crash barriers etc. complete)
C- New Major Bridges
(1) Foundation
(a) Open Foundation
(b) Pile Foundation/Well Foundation
(2) Sub-structure
(3) Super-structure (including crash barriers etc. complete)
D- New rail-road bridges
(a) ROB
(1) Foundation
(2) Sub-structure
(3) Super-structure (including crash barriers etc. complete)
(b) RUB
(1) Foundation
(2) Sub-structure
(3) Super-structure (including crash barriers etc. complete)
Structures (elevated (1) Foundation
sections, reinforced (2) Sub-structure
earth) (3) Super-structure (including crash barriers etc. complete)

- 315 -
PhysicalItem
Component

(4)Reinforced Earth Wall (includes Approaches of ROB, Underpasses,


Overpasses, Flyover etc.
(i) Service roads/ Slip Roads
(ii) Toll Plaza
(iii) Road side drains
(iv) Road signs, markings, km stones, safety devices, ….
(a )Road signs, markings, km stones, ….
(b) Concrete Crash Barrier/ W-Beam Crash Barrier in Road work
(v) Project facilities
(a)Busbays
(b) Truck lay-byes
Other Works (c) Rest areas
(vi) Repairs to bridges/structures
(vii) Road side plantation
(viii) Protection works
(a) Boulder Pitching on slopes
(b) Toe/Retaining wall
(ix) Tunnel
(a) Excavation
(b) Construction of support system including rock bolting, lining etc.
(c) On complete completion of tunnel
(x) Miscellaneous

* The above list is illustrative and may require modification as per the actual scope of the
work
Annexure 2. Onwards

IE / AE should include comments, status update, data points and reports in


following Annexures which have not been included elsewhere in the main report.
Such reports may include but not limited to:
• Review status of drawings/ designreports
• Review status of other documents
• Minutes of reviewmeeting
• Detailed Inspection report of projecthighway
• Correspondence details
• Weatherreport
• Organizational chart of Concessionaire / Contractor and IE /AE
• List of labequipment
• Details of usercomplaints
• Project photographs

- 316 -
ENCLOSURE-I B 6
MONTHLY STATUS REPORT IN CONSTRUCTION PHASE

PMC FOR FEASIBILITY STUDY AND PREPARATION OF D.P.R. FOR UPGRADING THE NEWLY
DECLARED NH-627 FROM JUNCTION POINT AT NELLIE ON NH-27 CONNECTING RAJAGAON,
DOYANGMUKH, UMRANGSU, KHOBAK AND TERMINATING ON NH-27 NEAR HARANGAJAO.

[NAME OF CONSULTING FIRM]

MONTHLY STATUS REPORT NO.[XX]

FOR THE MONTH OF: Month, Year

- 317 -
Table of content

Nos. Contents

1 Executive Summary

1.1 Overall road condition

1.2 Key reporting metrics

1.3 Key maintenance activities undertaken

1.4 Pendingissues

1.5 Recommended actions by Authority Engineer

1.6 Strip Planformaintenance

2 Project Overview .............................................................

2.1 Key project details

2.2 Location Map

2.3 Key plan

2.4 RoW availability

2.5 Summary of project features

3 Critical Issues and Action taken

3.1 Issue and action log

3.2 Summary of items (CumulativeObservations/Deficiencies)

3.3 Obligations as per contract

3.4 Major maintenance and Inspection schedule

4 InspectionReport.................................

4.1 Summary of NC Rissued

4.2 Equipment based inspection report

5 Monitoring of ET Clanes

5.1 Monthly ETC Report

5.2 On-ground infrastructure report

- 318 -
5.3 On-ground ETC operations and SLA adherence

6 Status of Damages for breach of maintenance activities

6.1 Damages for non completion of project facilities

6.2 Damages for breach of maintenance activities

6.3 Damages for non completion of major maintenance/ periodicoverlay

7 Change of Scope proposals ...............................................................................................................................

8 Status of pending disputes .................................................................................................................................

9 Reports ........................................................................................................................................................................

9.1 Monthly Toll Collection Report (Applicable only if project highway istolled)

9.2 Accident Report

9.3 Details of complaints

9.4 Encroachment list

10 Lane Closure Report ......................................................................................................................

11 Annexures 3

- 319 -
1 Executive Summary

1.1 Overall road condition

Road condition LHS RHS


Satisfactory road condition
Poor road condition
Total length of project

1.2 Key reporting metrics

Keymetrics Value/Amount
No of pending NCRs
Damages amount recommended on Concessionaire (Rs Cr)
No of pending Change of Scope proposals
No of pending disputes
Monthly toll collection (Rs Cr) (If applicable)
No of accidents
No of encroachments

1.3 Key maintenance activities undertaken

Asset Maintenance activities undertaken



Pavement
Shoulder
Drainage •
Median

Road furniture

Bridges
Building •
Horticultur •

1.4 Pending issues

- 320 -
1.5 Recommended actions by AuthorityEngineer

All figures and graphs in templates are


illustrative. Please add actual details.

- 321 -
1.6 Strip Plan formaintenance

Satisfactory road condition (Maintenance not


Poor road condition (Maintenance required)
All figures and graphs in templates are
illustrative. Please add actual details.

- 322 -
Main report

2 Project Overview
2.1 Key project details

Project Name
NH no (New/Old)
Mode of the Project
No. of Lanes
Length of the Project
Total Project Cost
Concessionaire/Contractor
Date of Award (LOA date)
Appointed Date
Commercial Operation Date (COD)
Concession Period
O&M Period
Authority Engineer
AE Agreement Date
AE Mobilization Date
AE Scheduled Completion Date
AE EOT (Extension Of Time)

All figures and graphs in templates are


illustrative. Please add actual details.

- 323 -
2.2 Location Map

- 324 -
2.3 Keyplan

RoW availability

Width of RoW available on both sides of the highway

>2
20
18
WidthofRoWavailable

16 16 16 16 16 1 1 1
14
12
10
8 8.2 8.2 8.2 8.2 8.2
6
LHS-

4 4. 4. 4. 4. 4.
2 1. 1.
Chaina
2
WidthofRoWavailable

4
6 6. 6. 6. 6. 6. 6.
8
10 1 10
12
14
16
18 17. 17. 17. 17. 17. 17. 17. 17.
RHS-

20
>2 2 2 25

All figures and graphs in templates are


illustrative. Please add actual details.

- 325 -
2.5 Summary of project features

SNo Particulars Value


1 No of flyovers
2 Service Road
3 ROBs

4 ROB location (chainage)

5 RUBs
6 RUB location (chainage)
7 No of Bypass
8 Length of Bypass
9 No of Major Bridges
10 No of Minor Bridges
11 No of Culvert
12 NoofVUP
13 No of PUP/ Cattle Underpass
14 No of Major Intersection/ Junction
15 NoofTollPlaza
16 Location of Toll Plaza (chainage)
17 No of Truck Laybye
18 NoofBusBays
19 No of Wayside Amenities
20 Location of Wayside Amenities (chainage)
All figures and graphs in templates are
illustrative. Please add actual details.

- 326 -
3 Critical Issues and Actiontaken

3.1 Issue and actionlog

IssueDescription

ExpectedDatefor
resolvingissue
affecteddueto

Action(s)taken
Ongoing/New

Lengthaffected
Chainage(s)

suggestedbySC
Action(s)
Concerned
Authority

theissue

tillnow
(km)
Issue
SNo

All figures and graphs in templates are


illustrative. Please add actual details.

3.2 Summary of items (Cumulative Observations/Deficiencies)

Work Work
SNo Description Unit Total doneupto donedurin Balance Remarks
previous g reporting
month month
1 Carriageway and paved shoulders
(a) Pot Holes Sqm
(b) Roughness value exceeding mm
2,500mm
(c) Cracking in more than 5% Sqm
of road surface
(d) Ruttingexceeding10mmi Sqm
nmorethan2%ofroad
surface
(e) Bleeding/Skiding Sqm
(f) Ravelling Sqm
(g) Damage to pavement m
edges exceeding 10cm
2 Hard/Earth Shoulders
(a) Rain cuts/ gullies in slope Cum

- 327 -
Work Work
SNo Description Unit Total doneupto donedurin Balance Remarks
previous g reporting
month month
(b) Edge drop at shoulders m
exceeding 40 mm
3 Drains and culverts
(a) Cleaning of Culvert Nos
(b) Damagetoorsiltingof
culverts
(c) Silting of drains in urban/
semi urban areas
4 Road furniture
(a) Sign Boards Nos
(b) Kilometer Stones
(c) Metal Beam Crash Barrier
(d) Bus Shelters Nos
(e) Junction signs Nos
(f) Median Grills Rmt
(g) Studs Nos
(h) Delinators Nos
(i) Road Marking Sqm
(j) Kerb Painting Sqm
(k) Guard Posts Nos
5 Street lighting and telecom (ATMS)
(a) Street lights Nos
(b) Telecom Nos
6 Trees and plantation
(a) Removal of vegetation Ha
affecting sightline and
roadstructures
(b) Replacement of trees and Nos
bushes
7 Buildings and bridges
(a) Rest areas
(b) Toll plazas
(c) Bridges

- 328 -
3.3 Obligations as per contract

Please write a summary of contractual obligations of Concessionaire and non-compliances of


critical obligations highlighting reasons for delay and stating pending actions

• Critical obligations of Concessionaire as percontract

• Non compliances of critical contractualobligations

3. 4 Major maintenance and Inspectionschedule

Item Responsibility Last completed on Due date

Major maintenance Concessionaire [DD/MM/YY] [DD/MM/YY]

Periodic overlay Concessionaire [DD/MM/YY] [DD/MM/YY]


Pavement
inspection using Authority Engineer [DD/MM/YY] [DD/MM/YY]
NSV
Roughness using
Authority Engineer [DD/MM/YY] [DD/MM/YY]
Laser Profilometer
Pavement strength
Authority Engineer [DD/MM/YY] [DD/MM/YY]
using FWD
Bridge inspection
Authority Engineer [DD/MM/YY] [DD/MM/YY]
using MBIU

Road sign
inspection using Authority Engineer [DD/MM/YY] [DD/MM/YY]
Reflectometer
Other
All figures and graphs in templates are
illustrative. Please add actual details.
4 InspectionReport
4.1 Summary of NCRissued

Total NCR issued


NCR issued in NCR closed in Balance NCR
SNo Highway asset till previous
reporting month reporting month (A+B-C)
month
(B) (C)
(A)
1 Pavement
2 Shoulder
3 Drainage
4 Median

- 329 -
5 Road furniture
6 Bridges
7 Buildings
8 Horticulture
9 [Other assets]
Total

4.2 Equipment based inspection report

Pavement Surface Defects Roughness Pavement Strength

Elastic Modulus
Bituminous E1
(International
Roughness
Rutting depth

Texture depth
Lane Number

SubGrade E3
Bleeding (cm)
Potholes (cm)

Resistance
Raveling (cm)
Cracks (cm)

Granular E2
Modulus

Modulus
Chainage
Chainage

Elastic
Starting

Ending

Elastic
(mm)

IRI
(mm)
(cm)

Skid

Index)

Report of equipment based inspection needs be provided as an Annexure to monthly


report as per the defined frequency. Following documents/media to be submitted for
equipment based inspection.

• Video footage of all cameras installed on Network Survey Vehicle- ROW


cameras and pavementcamera
• Network Survey Vehicle report capturing dimensions of following key
metrics of pavement
– Cracks
– Potholes
– Raveling
– Bleeding
– Rutting
– Texturedepth
– Skid resistance
– Roughness(IRI)
• Falling Weight Deflectometer (FWD) report capturing following key metrics of
pavementstrength
– Deflection Bowl (Transient Deflections at seven differentpoints)
– Corrected Elastic Modulus BituminousE1
- 330 -
– Corrected Elastic Modulus GranularE2
– Corrected Elastic Modulus SubgradeE3
– Subgrade CBR
– Bituminous layer coefficientA1
– Base layer coefficientA2
– Granular base layer coefficientA3
– Modified structuralnumber
• Mobile Bridge Inspection Report (MBIU) capturing following key metrics of bridges
– Condition Approach
– Condition Signs
– Condition Debris
– Condition Joint
– Condition Deck
– Condition Rails
– Condition Protect
– Condition Stream
– Condition Superstructure
– Condition Piers
– Condition Abutment
• Retro reflectometer report capturing following key metrics of road furniture
– Coefficient of retroreflected luminance RA (night time retroreflection) of road
traffic signs
All figures and graphs in templates are
illustrative. Please add actual details.

5 Monitoring of ETC lanes

5.1 Monthly ETC Report

For Corresponding
TYPE OF VEHICLE month of previous For For Current Month
year
Noof Fee No of Fee Fee pe r Noof Fee
vehicles Collected vehic les Collected vehicle vehicles Collected
A Car Total 428,900.00
B LCV Total 223,840.00
C Bus Total 786,915.00
D Truck Total 524,610.00
E 3 Axle Total 5,521,355.00

- 331 -
F MAV Total
Over
G Total
Size
Total for the
Month

5.2 On-ground infrastructure report

Total number of plaza lanes =


Total number of dedicated ETC
lanes = Total number of hybrid
lanes =

Equipmentas
Total Units Units Equipment
SNo Description per Remarks
units working damaged/ owner/
specifications
missing provider
(Y/N)
1 Hardware
(a) Over-headtransceiver
(b) Hand-heldreader
(c) Lane controller
(d) AVC
(e) Camera
(f) Weigh-in-motion
(g) Static weigh bridge
(h) Any other items
2 Softwares
Equipmentas
Total Units Units Equipment
SNo Description per Remarks
units working damaged/ owner/
specifications
missing provider
(Y/N)
(a) Software – Lane/ Plaza
level
(b) TMS
(c) Any other items

- 332 -
5.3 On-ground ETC operations and SLAadherence

Average Average
queue queue Average Average Average Average Average
Lane length length Transaction transaction transaction transaction transction
during during time(cash) time(RFID) time(cards) time(wallet time
) (others)
peaktime onpeaktim

Lane 1

Lane 2

Lane 3

• Average system uptime =80%


• Transactions uploaded (as per SLA) =80%
• Blacklists uploaded (as per SLA) =50%
• Blacklists downloaded (as per SLA) = 85%

6 Status of Damages for breach of maintenanceactivities

6.1 Damages for non completion of projectfacilities

SNo Period Amount of damages (Rs)

1
2
3
4
Total

Supporting Calculations for damages for Sep 2016


• No of days in Sep =30
• Performance security is Rs64,80,00,000
• As per CA Clause 12.3.2 damages payable is 0.1% of performance security
per day = Rs 6,48,000
• Total damages payable = 30 X 6,48,000 = Rs1,94,40,000
6.2 Damages for breach of maintenanceactivities

SNo Period Amount of damages (Rs)


1
2

- 333 -
3
4
Total

Supporting Calculations for damages for reporting month

Costofrepair

No of days as
asestimated
Damagesas

Damagesat
higher side

inspection

No of days
damages
Natureof

Damages

Damages
amount
Quantity

Date of
per CA

per CA
defect

Total

from
Rate
Unit
S No

6.3 Damages for non completion of major maintenance/ periodicoverlay

SNo Period Amount of damages (Rs)

Total

Supporting Calculations for damages for Sep 2016

• No of days in Sep =30


• Performance security is Rs 64,80,00,000
• As per CA Clause 12.3.2 damages payable is 0.1% of performance security
per day = Rs 6,48,000
• Total damages payable = 30 X 6,48,000 = Rs1,94,40,000

All figures and graphs in templates


are illustrative. Please add actual
details.

- 334 -
7 Change of Scope proposals
Dateoffirsts Expected/
SN Proposal Details Current status COS Amount
ubmission Actualdate
o
toAE ofapproval
Approved in principle by
Construction of [Flyover [DD/MM/YYYY Authority. Detailed [DD/MM/YYY
1 Name] at [Chainage] ] [+/- Amount] Y]
quantit SCs in proper
order yet to be submitted
Clarifications to be
Nallah diversion through [DD/MM/YYYY [DD/MM/YYY
2 submitted by [+/- Amount]
box culvert at ] Y]
Concessionaire,expected
[Chainage]
date [DD/MM/YYYY]

8 Status of pending disputes

Date of first Dispute


SN Dispute Details Suggested resolution by AE Current
submission to Amount (if
o stage
AE applicable)
Increased tollable
No merit in increasing tollable
1 lengthtobe [DD/MM/YYYY] NA SAROD
length hence no action
applicable in toll
required by<Agency>
fee calculations
Filling stations B/w
<Agency>to consider the
2 energized without [DD/MM/YYYY] [+/- Amount] Concession
Concessionaire's request for
obtainingNOCfrom aire and
intervention and assistance
ministry <Agency>.
All figures and graphs in templates are
illustrative. Please add actual details.

9 Reports

9.1 Monthly Toll Collection Report (Applicable only if project highway istolled)

For Corresponding
TYPE OF VEHICLE month of previous For Previous Month For Current Month
year
Fee
Noof Fee Noof Fee Noof Fee
per
vehicles Collected vehicles Collected vehicles Collected
vehicle
Single
A Car Return
Local
Single
B LCV Return

- 335 -
Local
Single
C Bus Return
Local
Single
D Truck Return
Local
Single
E 3 Axle Return
Local
Single
F MAV Return
Local
Single
Over
G Size Return
Local
Total for the
Month

S No
1
7
1/1/1

Date
382/05 05:2
RHS

Chainage no
0 5

Time of accident
pm

Sex (M/F)
M

Accident location
A
2

Nature of accident
B
2

Classification of accident
C
3

Causes
D
4

Load conditions of vehicle


E
1

Road condition
F
1

Intersection type of control


G
-

Weather condition
H
1

Age of victim
I
3

Type of victim
J
1

- 336 -
Type of vehicle

K
3
Fatal

ed
affect
Noof
Major

1
Minor

1
Ambu
Help provided by

Mapping of report fields to responses

A 1.Urban2.Rural

B 1.Overturned 2.Head On Collision 3. Hit from Back 4. Hit to Fix Object 5. Right turn Collision
6. Left turn Collision 7. Veered Out off The Road 8.Hit Pedestrian 9. Unknown/Hit & Ran Away
C 1.Fatal2.Majorinjury3.Minorinjury

D 1. Drunken 2. OverSpeeding 3. Vehicle out of Control 4. Driven on wrong side 5. Mechanical


Problem 6. Drowsiness/Not Applicable 7. Fault of Driver
E 1. Normally Loaded 2. Overloaded/Handing 3. Empty 4. Unknown

F 1.Straightroad2.SlightCurve3.SharpCurve4.Hump5.Dip

G 1.T-Junction 2. Y-Junction 3. Fourarm Junction 4. Staggered Junction 5. Junction with more


than 6. Round about Junction
H 1. Fine/Clear2.Mist/Fog3.Cloudy4.LightRain5.HeavyRain6.StrongWind7.DustStorm8.
Cold 9. Hot
I 1.0-18Years2.18-25Years3.25-40Years4.40-60Years5.60-80Years

J 1. Driver 2. Passenger 3. Pedestrian 4. Cyclist 5. Others

K 1.TwoWheeler2.AutoRickshaw3.Car/Jeep4.Bus5.LightTruck6.HeavyTruck7.Tractor
8. Bicycle 9. Cycle Rickshaw 10. Hand Drawn Cart 11. Animal Drawn Cart
All figures and graphs in templates are
illustrative. Please add actual details.

- 337 -
9.3 Details ofcomplaints

Contact
SNo Toll Complaint Date Name of the
detailsof
Details of Compliance by the
plaza No person complaint concessionaire
person

All figures and graphs in templates


are illustrative. Please add actual
details.

- 338 -
9.4 Encroachmentlist

Establishment(New/existing)
Category(Teastall,Temple, etc)

Distancefromroadedge(m)

Encroachmentwidthand
(Temporary/Permanent)
StretchChainage(km)

Encroachmenttype

NameofEncroacher
Side(LHS/RHS)

District/

Village
Tehsil

length
SNo

10 Lane ClosureReport
S.No Date Chainage (Km) Side Time of Closure Reasons for Lane Remarks
Closure & Approval
From To Details

11 Annexures

Annexure 1: Detailed visual inspection report of project highway

Assets to be covered- Pavement, Shoulder, Drainage, Median, Bridges, Road furniture,


Buildings, Horticulture, Service Road
Description of
SNo NCP/ SNo Date of issue defect Chainage Side AE Remarks

Annexure 2 onwards:

AE should include comments, status update, data points and reports in following
Annexures which have not been included elsewhere in the main report. Such
reports may include but not limited to:
• Minutes of reviewmeeting
• Correspondence details
• Weatherreport
• Organizational chart of Concessionaire and AE
• Project photographs

- 339 -
ENCLOSURE-IB 7

OUTPUT FORMAT FROM NETWORK SURVEY VEHICLE AND FWD TESTING

FEASIBILITY STUDY AND PREPARATION OF D.P.R. FOR UPGRADING THE NEWLY DECLARED NH-
627 FROM JUNCTION POINT AT NELLIE ON NH-27 CONNECTING RAJAGAON, DOYANGMUKH,
UMRANGSU, KHOBAK AND TERMINATING ON NH-27 NEAR HARANGAJAO.

PROJECT MANAGEMENT CONSULTANCY

[NAME OF CONSULTING FIRM]

OUTPUT FROM NETWORK SURVEY VEHICLE AND FWD TESTING

- 340 -
Table of contents

Contents

SECTION 1 ROAD INVENTORY DATA

1.1. Location Reference Post (LRP) Master


1.2. Carriageway Type
1.3. Road Type
1.4. Pavement Type
1.5. Pavement Width
1.6. Shoulder Type
1.7. Shoulder Width
1.8. Topography
1.9. Cross Section
1.10. Drain Type
1.11. Median Opening
1.12. Right Of Way
1.13. Pavement composition
1.14. Carriageway Furniture
1.15. Wayside Amenities
1.16. Land Use

SECTION 2 ROAD CONDITION DATA

2.1. Visual condition


2.2. Roughness
2.3. Rutting
2.4. Texture Depth
2.5. Skid Resistance
2.6. Falling Weight Deflectometer (FWD)
2.7. Falling Weight Deflectometer (FWD) Rigid

- 341 -
Enclosure-IB 7:
OUTPUT FORMAT FROM NETWORK SURVEY VEHICLE AND FWD TESTING (SECTION 1:
TESTING AT TIME OF COMPLETION, SECTION 2: FWD ATTRIBUTES - ANNUALLY, BALANCE
PARAMETERS –BIANNUALLY AFTER CONSTRUCTION PHASE)

In addition to the reports being submitted on equipment based inspection as specified in


Section 4.2 of the Monthly Progress Report in the O&M phase, the Authority Engineer (AE) shall
submit electronically in excel(.xls) format certain key parameters to the Project Direct or in the
following format.

Worksheets under Section 1 (‘Road inventory data’) shall be updated from surveys conducted
only once at the time of completion testing. Worksheets under Section2 (‘Road condition data’)
shall be updated from surveys carried out annually for FWD attributes and biannually for the
remainingattributes.

The fields to be updated in each of the worksheets are described below. Each description is
followed by an example of data for a sample project.

SECTION 1 - ROAD INVENTORY DATA

Road inventory data consists of parameters which provide basic information about roads such
as pavement type, number of lanes, topography, etc. These parameters are largely static in
nature, and therefore a survey to update this dataset shall be conducted only once at the time
of completion testing. The road inventory data shall be used to update specific work sheets
listed below.
1.1 Location Reference Post (LRP) Master

The following table lists the fields which need to be populated for the ‘LRP Master’ attribute.
The descriptions of the fields are given below.

Field Descriptio Exampl


NH Number New National Highway number NH0065
LRP Name Name of location reference post (LRP) Km stone 17
Chainage Chainage of the survey point (in km) 17
Direction Direction of survey Increasing
• Increasing(chainage)
• Decreasing(chainage)
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Old NH Number Old National Highway number NH0065
Section Code HYD-VIJ(Hyderabad-
Code indicating starting and ending locations of
section Vijayawada)

- 342 -
A sample output is shown below for reference

NH Survey Old NH Section


Number LRP Name Chainage Direction Latitude Longitude Altitude Date Number Code

NH0xxx Road Start 1.230 Increasing 9.98897 78.02671 63.07767 23-12-15 NH0yyy ABC-DEF
NH0xxx KmStone8 8.000 Increasing 9.98444 78.02934 68.60126 23-12-15 NH0yyy ABC-DEF
NH0xxx KmStone8 8.030 Increasing 9.98341 78.03004 68.15520 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 9.008 Increasing 9.98107 78.03078 65.17153 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 12.012 Increasing 9.96328 78.04160 56.03436 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 17 17.085 Increasing 9.95385 78.05255 56.24748 23-12-15 NH0yyy ABC-DEF

1.2 Carriageway Type

The following table lists the fields which need to be populated for the ‘Carriageway Type’
attribute. The descriptions of the fields are given below.
Field Description Example
NH Number New National Highway number NH0065
HYD-VIJ
Section Code Code indicating starting and ending locations of section (Hyderabad-
Vijayawada)
Start Chainage Chainageofthestartpoint(inkm) 0.500
End Chainage Chainageoftheendpoint(inkm) 1.500
Type of carriageway, classified into one of the below Divided
categories:
CarriagewayType
• Divided
• Undivided
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference

Start End Carriageway Date of


NHNumber Section Latitude Longitude
Chainage Chainage Type Survey

NH00xx ABC-DEF 0.000 0.794 Undivided 06-05-17 9.98897 78.02671


NH00xx ABC-DEF 0.794 1.000 Undivided 06-05-17 9.98444 78.02934
NH00xx ABC-DEF 1.000 2.810 Undivided 06-05-17 9.98341 78.03004
NH00xx ABC-DEF 2.810 4.335 Undivided 06-05-17 9.98107 78.03078
NH00xx ABC-DEF 4.335 6.666 Undivided 06-05-17 9.96328 78.04160
NH00xx ABC-DEF 6.666 12.906 Undivided 06-05-17 9.95385 78.05255

- 343 -
1.3 Road Type

The following table lists the fields which need to be populated for the ‘Road Type’ attribute.
The descriptions of the fields are given below.

Field Descriptio Example


NH Number New National Highway number NH0065
Code indicating starting and ending HYD-VIJ(Hyderabad-
Section Code
locations of section Vijayawada)
Start Chainage Chainageofthestartpoint(inkm) 0.500
End Chainage Chainageoftheendpoint(inkm) 1.500
Classificationofroadonbasisofnumberoflanes Four Lane
• Single Lane
• Two Lane
Road Type
• Intermediate Lane
• Four Lane
• Six Lane
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Start End Date of


NH Number Section RoadType Latitude Longitude
Chainage Chainage Survey

NH00xx ABC-DEF 0.000 0.794 Two Lane 06-05-17 9.98897 78.02671


NH00xx ABC-DEF 0.794 1.000 Two Lane 06-05-17 9.98444 78.02934
NH00xx ABC-DEF 1.000 2.810 Two Lane 06-05-17 9.98341 78.03004
NH00xx ABC-DEF 2.810 4.335 Two Lane 06-05-17 9.98107 78.03078
NH00xx ABC-DEF 4.335 6.666 Two Lane 06-05-17 9.96328 78.04160
NH00xx ABC-DEF 6.666 12.906 Two Lane 06-05-17 9.95385 78.05255

1.4 Pavement Type

The following table lists the fields which need to be populated for the ‘Pavement Type’
attribute. The descriptions of the fields are given below.
Field Description Example
NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ(Hyderabad-
Section Code section Vijayawada)
Start Chainage Chainageofthestartpoint(inkm) 0.500
End Chainage Chainageoftheendpoint(inkm) 1.500

- 344 -
Direction of survey Increasing
Direction • Increasing(chainage)
• Decreasing(chainage)
PavementType Classification of pavement based on type of Asphalt
surface:

- 345 -
Field Descriptio Example
• Asphalt
• Cementconcrete
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


Start End Pavement Date of
NHNumbe r Section Chainage Chainage Direction Type Survey Latitud Longitude
ABC- 0.000 0.804 Asphalt 06-05-17 9.98897 78.02671
NH00xx Both
DEF
ABC-
NH00xx DEF 0.804 1.000 Both Asphalt 06-05-17 9.98444 78.02934

NH00xx ABC- 1.000 1.172 Both Asphalt 06-05-17 9.98341 78.03004


DEF
ABC-
NH00xx 1.172 2.821 Both Asphalt 06-05-17 9.98107 78.03078
DEF
ABC-
NH00xx DEF 2.821 4.350 Both Asphalt 06-05-17 9.96328 78.04160

NH00xx ABC- 4.350 6.710 Both Asphalt 06-05-17 9.95385 78.05255


DEF
ABC-
NH00xx DEF 6.710 12.925 Both Asphalt 06-05-17 9.93102 78.05648

1.5 Pavement Width

The following table lists the fields which need to be populated for the ‘Pavement
Width’ attribute. The descriptions of the fields are given below.

Field Description Example

NH Number New National Highway number NH0065


Code indicating starting and ending locations of HYD-VIJ(Hyderabad-
Section Code section Vijayawada)
Start Chainage Chainageofthestartpoint(inkm) 0.500
End Chainage Chainageoftheendpoint(inkm) 1.500
Direction of survey Increasing
Direction • Increasing(chainage)
• Decreasing(chainage)
Width of the pavement in metres, classified into >7m and <10.5m
one of the below categories
 >=3.75m and <5.5m
PavementWidth
 >5.5m and <7m
 >=7m and <10.5m
 >=10.5m and <=12.5m
 >12.5 m
Width of the pavement in metres, rounded to 7.0
Pavement Width Value
two places after decimal

- 346 -
Field Description Example

Survey Date Date of survey in the format <DD-MM-YY> 06-05-17


Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


Pavement
Section Start End Pavement Survey
NHNumber Direction Width Latitude Longitude
Code Chainage Chainage Width Date
Value

NH00xx ABC-DEF 0.000 0.794 Both 7 – 10.5 m 7.00 06-05-17 9.98897 78.02671
NH00xx ABC-DEF 0.794 1.000 Both 7 – 10.5 m 7.00 06-05-17 9.98444 78.02934
NH00xx ABC-DEF 1.000 2.810 Both 7 – 10.5 m 7.00 06-05-17 9.98341 78.03004
NH00xx ABC-DEF 2.810 4.335 Both 7 – 10.5 m 7.00 06-05-17 9.98107 78.03078
NH00xx ABC-DEF 4.335 6.666 Both 7 – 10.5 m 7.00 06-05-17 9.96328 78.04160
NH00xx ABC-DEF 6.666 12.906 Both 7 – 10.5 m 7.00 06-05-17 9.95385 78.05255

1.6 Shoulder Type

The following table lists the fields which need to be populated for the ‘Shoulder Type’
attribute. The descriptions of the fields are given below.

Field Description Example


NH Number New National Highway number NH0065
Codeindicatingstartingandendinglocations HYD-VIJ(Hyderabad-
Section Code of section Vijayawada)
Start Chainage Chainageofthestartpoint(inkm) 0.500
End Chainage Chainageoftheendpoint(inkm) 1.500
Direction of survey Increasing
• Increasing(chainage)
Direction • Decreasing(chainage)
Typeofshoulder,classifiedintooneofthe Gravel
below categories:
• None
• Paved
• Gravel
Shoulder Type • Earth
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

- 347 -
A sample output is shown below for reference:

Section End
NH Number StartChainage Direction ShoulderType SurveyDate Latitude Longitude
Code Chainage

NH00xx ABC-DEF 0.000 0.763 Increasing NoShoulder 09-01-16 9.98897 78.02671


NH00xx ABC-DEF 0.763 0.834 Increasing Gravel 09-01-16 9.98444 78.02934
NH00xx ABC-DEF 0.834 1.254 Increasing Gravel 09-01-16 9.98341 78.03004
NH00xx ABC-DEF 1.254 2.945 Increasing Gravel 05-01-16 9.98107 78.03078
NH00xx ABC-DEF 2.945 4.327 Increasing Gravel 05-01-16 9.96328 78.04160
NH00xx ABC-DEF 4.327 4.405 Increasing Gravel 05-01-16 9.95385 78.05255
NH00xx ABC-DEF 4.405 6.844 Increasing Gravel 05-01-16 9.93102 78.05648
NH00xx ABC-DEF 6.844 9.359 Increasing Gravel 05-01-16 9.91229 78.04961
NH00xx ABC-DEF 9.359 12.966 Increasing Gravel 05-01-16 9.89041 78.03458

1.7 Shoulder Width

The following table lists the fields for the ‘Shoulder Width’ attribute, which need to be
populated. The descriptions of the fields are given below.

Field Description Example


NH Number New National Highway number NH0065
Code indicating starting and ending HYD-VIJ(Hyderabad-
Section Code locations of section Vijayawada)
Start Chainage Chainageofthestartpoint(inkm) 0.500
End Chainage Chainageoftheendpoint(inkm) 1.500
Direction of survey Increasing
• Increasing(chainage)
Direction • Decreasing(chainage)
Width of the shoulder in metres, classified <1m
intooneof thebelowcategories
 Noshoulder
 <1m
>=1mand<=2m
Shoulder Width  >2m
Width of the shoulder in metres, rounded to one 0.5
Shoulder Width Value place after decimal
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

- 348 -
A sample output is shown below for reference:

Shoulder
Section Start End Shoulder Survey
NH Number Direction Width Latitude Longitude
Code Chainage Chainage Width Date
Value
No
NH0xxx ABC-DEF 0.000 0.785 Increasing 0.0 03-01-16 9.98897 78.02671
Shoulder
No
NH0xxx ABC-DEF 0.785 2.612 Increasing 0.0 03-01-16 9.98444 78.02934
Shoulder
NH0xxx ABC-DEF 2.612 3.170 Increasing 1-2m 2.0 03-01-16 9.98341 78.03004
NH0xxx ABC-DEF 3.170 5.194 Increasing 1-2m 2.0 03-01-16 9.98107 78.03078
NH0xxx ABC-DEF 5.194 6.793 Increasing 1-2m 2.0 03-01-16 9.96328 78.04160
NH0xxx ABC-DEF 6.793 11.404 Increasing 1-2m 2.0 03-01-16 9.95385 78.05255

1.8 Topography

The following table lists the fields which need to be populated for the ‘Topography’
attribute. The descriptions of the fields are given below.

Field Description Example


NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ(Hyderabad-
Section Code section Vijayawada)
Start Chainage Chainageofthestartpoint(inkm) 0.500
End Chainage Chainageoftheendpoint(inkm) 1.500
Topographyoftheroad,classifiedintooneofthe
belowcategories
Topography • Flat Flat
• Rolling
• Hilly
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End Survey


NHNumber Topography Latitude Longitude
Code Chainage Chainage Date
NH0xxx ABC-DEF 0.000 0.808 Flat 05-01-16 9.98897 78.02671
NH0xxx ABC-DEF 0.808 1.254 Flat 05-01-16 9.98444 78.02934
NH0xxx ABC-DEF 1.254 2.828 Flat 05-01-16 9.98341 78.03004
NH0xxx ABC-DEF 2.828 4.363 Flat 05-01-16 9.98107 78.03078
NH0xxx ABC-DEF 4.363 6.724 Flat 05-01-16 9.96328 78.04160
NH0xxx ABC-DEF 6.724 12.933 Flat 05-01-16 9.95385 78.05255

- 349 -
1.9 Cross Section

The following table lists the fields which need to be populated for the ‘Cross Section’
attribute. The descriptions of the fields are given below.

Field Description Example


NH Number New National Highway number NH0065
Code indicating starting and ending HYD-VIJ(Hyderabad-
Section Code locations of section Vijayawada)
Start Chainage Chainageofthestartpoint(inkm) 0.500
End Chainage Chainageoftheendpoint(inkm) 1.500
Direction of survey Increasing
• Increasing(chainage)
Direction • Decreasing(chainage)
Crosssectiontype,classifiedintooneofthebelow Fill
Cross Section categories
Field Description Example
• Cut
• Fill
• Cut andFill
• Level
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End


NHNumber Direction CrossSection Survey Date Latitude Longitude
Code Chainage Chainage
NH0xxx ABC-DEF 0.000 0.822 Increasing Level 03-01-16 9.98897 78.02671
NH0xxx ABC-DEF 0.822 2.642 Increasing Level 03-01-16 9.98444 78.02934
NH0xxx ABC-DEF 2.642 3.199 Increasing Level 03-01-16 9.98341 78.03004
NH0xxx ABC-DEF 3.199 5.360 Increasing Level 03-01-16 9.98107 78.03078
NH0xxx ABC-DEF 5.360 5.715 Increasing Fill 03-01-16 9.96328 78.04160
NH0xxx ABC-DEF 5.715 6.941 Increasing Level 03-01-16 9.95385 78.05255
NH0xxx ABC-DEF 6.941 11.163 Increasing Level 03-01-16 9.93102 78.05648

1.10 Drain Type

The following table lists the fields which need to be populated for the ‘Drain Type’
attribute. The descriptions of the fields are given:

- 350 -
Field Description Example
NH Number New National Highway number NH0065
Code indicating starting and ending HYD-VIJ(Hyderabad-
Section Code locations of section Vijayawada)
Start Chainage Chainageofthestartpoint(inkm) 0.500
End Chainage Chainageoftheendpoint(inkm) 1.500
Direction of survey Increasing
• Increasing(chainage)
Direction • Decreasing(chainage)
Typeofdrain,classifiedintooneofthebelow Open lined drain
categories
• Openunlineddrain
• Openlineddrain
• Coveredlinedrain
Drain Type • Nodrain
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
A sample output is shown below for reference:

NHNumber SectionCode StartChainage EndChainage Direction DrainType SurveyDate Latitude Longitude


OpenUnlined
NH0xxx ABC-DEF 0.000 0.069 Increasing 09-01-16 9.98897 78.02671
Drain
NH0xxx ABC-DEF 0.069 0.782 Increasing Open Lined Drain 09-01-16 9.98444 78.02934
OpenUnlined
NH0xxx ABC-DEF 0.288 0.000 Decreasing 09-01-16 9.98341 78.03004
Drain
OpenUnlined
NH0xxx ABC-DEF 0.782 0.846 Increasing 09-01-16 9.98107 78.03078
Drain
OpenUnlined
NH0xxx ABC-DEF 0.846 1.254 Increasing 09-01-16 9.96328 78.04160
Drain
OpenUnlined
NH0xxx ABC-DEF 1.254 2.265 Increasing 05-01-16 9.95385 78.05255
Drain
OpenUnlined
NH0xxx ABC-DEF 1.929 0.288 Decreasing 09-01-16 9.93102 78.05648
Drain
NH0xxx ABC-DEF 1.952 1.929 Decreasing No Drain 09-01-16 9.91229 78.04961
OpenUnlined
NH0xxx ABC-DEF 2.265 3.005 Increasing 05-01-16 9.89041 78.03458
Drain
OpenUnlined
NH0xxx ABC-DEF 2.680 1.952 Decreasing 09-01-16 9.88489 78.02995
Drain
OpenUnlined
NH0xxx ABC-DEF 3.005 4.424 Increasing 05-01-16 9.87474 78.02828
Drain
OpenUnlined
NH0xxx ABC-DEF 3.109 2.680 Decreasing 09-01-16 9.87363 78.02744
Drain
Covered Line
NH0xxx ABC-DEF 3.320 3.109 Decreasing 09-01-16 9.84857 78.01535
Drain
OpenUnlined
NH0xxx ABC-DEF 3.917 3.320 Decreasing 09-01-16 9.83764 78.00392
Drain
OpenUnlined
NH0xxx ABC-DEF 4.424 4.601 Increasing 05-01-16 9.83711 77.98576
Drain
OpenUnlined
NH0xxx ABC-DEF 4.601 5.693 Increasing 05-01-16 9.83386 77.97729
Drain

- 351 -
1.11 Median Opening

The following table lists the fields which need to be populated for the ‘Median Opening’
attribute. The descriptions of the fields are given below.

Field Descriptio Example


NH Number New National Highway number NH0065
Code indicating starting and ending HYD-VIJ(Hyderabad-
Section Code locations of section Vijayawada)
Start Chainage Chainageofthestartpoint(inkm) 0.500
End Chainage Chainageoftheendpoint(inkm) 1.500
Direction of survey
• Increasing(chainage) Increasing
Direction • Decreasing(chainage)
Typeofmedian,classifiedintooneofthebelow
categories
• Raised;
Raised
• Depressed;
• Barrier;
Median Type • None.
Field Descriptio Example
Width of the median in metres, rounded to one
0.5
Median Width place after decimal
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End Median Median Survey


NHNumber Direction Latitude Longitude
Code Chainage Chainage Type Width Date
NH00xx ABC-DEF 0.000 0.794 Both Raised 0.5 05-01- 9.98897 78.02671
NH00xx ABC-DEF 0.794 1.000 Both Raised 0.5 05-01- 9.98444 78.02934
NH00xx ABC-DEF 1.000 2.810 Both No Median 0.0 05-01- 9.98341 78.03004
NH00xx ABC-DEF 2.810 4.335 Both Raised 1.5 05-01- 9.98107 78.03078
NH00xx ABC-DEF 4.335 6.666 Both No Median 0.0 05-01- 9.96328 78.04160
NH00xx ABC-DEF 6.666 12.906 Both No Median 0.0 05-01- 9.95385 78.05255

1.12 Right Of Way

The following table lists the fields which need to be populated for the ‘Right of Way’
attribute. The descriptions of the fields are given below.

- 352 -
Field Description Example
NH Number New National Highway number NH0065
Code indicating starting and ending HYD-VIJ(Hyderabad-
Section Code locations of section Vijayawada)
Start Chainage Chainageofthestartpoint(inkm) 0.500
End Chainage Chainageoftheendpoint(inkm) 1.500
Direction of survey
• Increasing(chainage) Increasing
Direction • Decreasing(chainage)
Row Width Width of Right of Way (in metres) 24
Remarks
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End ROW Survey


NHNumber Direction Remarks Latitude Longitude
Code Chainage Chainage Width Date
NH0xxx ABC-DEF 0.000 1.000 Increasing 28 05-05-15 9.98897 78.02671
NH0xxx ABC-DEF 1.000 2.000 Increasing 24 05-05-15 9.98444 78.02934
NH0xxx ABC-DEF 2.000 3.000 Increasing 30 05-05-15 9.98341 78.03004
NH0xxx ABC-DEF 3.000 4.000 Increasing 26 05-05-15 9.98107 78.03078
NH0xxx ABC-DEF 4.000 11.000 Increasing 24 05-05-15 9.96328 78.04160

1.13 Pavement composition

The following table lists the fields which need to be populated for the ‘Pavement
composition’ attribute. The descriptions of the fields are given below.
Field Description Example
NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad- Vijayawada)
SectionCode
section
StartChainage Chainageofthestartpoint(inkm) 0.500

EndChainage Chainageoftheendpoint(inkm) 1.500


Direction of survey Increasing
Direction
• Increasing(chainage)
• Decreasing(chainage)
Type of pavement Asphalt
Pavement Type
• Asphalt
• Cementconcrete
BituminousSurface Course BC
Type of bituminous surface course
Type
Bituminous Surface ThicknessofBSClayerinmm 40
Course Thickness MM

- 353 -
BSC Construction Year YearofconstructionofBSClayerinflexiblepavements 2015
BituminousBase Course Type of bituminous base course DBM
Type
Bituminous Base Course 100
ThicknessofBBClayerinmm
Thick—ness
BBCConstruction Year Year of construction of BBC layer in flexible pavements 2015

Granular Base Type Type of granular base WMM


Granular Base Thick- 250
ThicknessofGBlayerinmm
ness
GB Construction Year Year of construction of GB layer in flexible pavements 2015
Pavement QualityConcrete PQC
Type of pavement quality concrete
Type
Pavement Quality ThicknessofPQClayerinmm 300
Concrete Thickness
PQC Construction Year Year of construction of PQC layer in rigid pavements 2015
Dry Lean 100
ThicknessofDLClayerinmm
ConcreteThickness
Dry Lean DLC
Type of dry lean concrete
ConcreteType
DLC Construction Year Year of construction of DLC layer in rigid pavements 2015
Granular Sub Base Type of granular sub base GSB
Type
Granular Sub Base 200
ThicknessofGSBlayerinmm
Thickness
GSB Construction Year Year of construction of GSB layer 2014

Design CBR Design CBR of the subgrade, expressed in % 5%

SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897


Field Description Example
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Bitumino
Bituminou s Bituminou s BSC Bitumino BBC Granular
NH Sec- Start End Direc- Paveme us Base Granul
Surface Surface Constru us Base Constru Base
No. tion Chai Chai tion nt Type Course arBase
Course Course c-tion Course c-tion Thickne
Code nage nage Thicknes s Type
Type Thickness Year Type Year ss

NH00x ABC- Both


0.0 5.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
x DEF side
NH00x ABC- Both
5.0 11.0 Asphalt BC 40.0 2015 DBM 80 2015 WMM 250
x DEF side
NH00x ABC- Both
11.0 20.0 Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
x DEF side
NH00x ABC- Both
20.0 22.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
x DEF side
NH00x ABC- Both
22.0 30.0 Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
x DEF side
NH00x ABC- Both
30.0 31.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
x DEF side
(table continued…)

- 354 -
Paveme
Dry
GB Paveme nt PQC Dry DLC Granul Granula GSB
Lean
Constr nt Quality Constr Lean Constr ar r Constru Desig Survey Latit Longit
Concret
uction Quality Concret uction Concret uction SubBas SubBase ction n Date ude ude
e
Year Concret e Year e Type Year e Type Thickne Year CBR
Thickn
e Type Thickne ss
ess
ss

05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.99 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.96 78.04
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.95 78.05
15

1.14 Carriageway Furniture

The following table lists the fields which need to be populated for the ‘Carriageway
Furniture’ attribute. The descriptions of the fields are given below.

Field Description Example


NH Number New National Highway number NH0065
Code indicating starting and ending HYD-VIJ(Hyderabad-
Section Code
locations of section Vijayawada)
Chainage Chainageofthepoint(inkm) 0.500
Direction of survey Increasing
Direction • Increasing(chainage)
• Decreasing(chainage)
Field Description Example
Wayside amenities classified into one of the Road sign
below categories:
• Crashbarriers
Wayside Amenity Type
• Signs
• StreetLights
• Kmstone
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

- 355 -
A sample output is shown below for reference:

NHNumber SectionCode Chainage Direction EventType SurveyDate Latitude Longitude


StreetLight
NH00xx ABC-DEF 0.012 Increasing 03-01-16 9.98897 78.02671
Start
Street
NH00xx ABC-DEF 0.287 Increasing 03-01-16 9.98444 78.02934
LightEnd
NH00xx ABC-DEF 2.491 Decreasing Road Sign 03-01-16 9.98341 78.03004
NH00xx ABC-DEF 2.708 Decreasing Road Sign 03-01-16 9.98107 78.03078
NH00xx ABC-DEF 3.496 Increasing Road Sign 03-01-16 9.96328 78.04160
NH00xx ABC-DEF 5.160 Increasing Road Sign 03-01-16 9.95385 78.05255
NH00xx ABC-DEF 5.356 Decreasing Road Sign 03-01-16 9.93102 78.05648
NH00xx ABC-DEF 8.402 Decreasing Road Sign 03-01-16 9.91229 78.04961
NH00xx ABC-DEF 10.966 Decreasing Road Sign 03-01-16 9.89041 78.03458

- 356 -
1.15 Wayside Amenities

The following table lists the fields which need to be populated for the ‘Wayside
Amenities’ attribute. The descriptions of the fields are given below.

Field Description Example


NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad- Vijayawada)
SectionCode
section

Chainage Chainageofthepoint(inkm) 0.500


Direction of survey Increasing
Direction
• Increasing(chainage)
• Decreasing(chainage)
Wayside amenities classified into one of the below Restaurant/Motel
categories:
• Busshelter;
• Culverts;
Wayside Amenity
• Restaurant/Motel;
• Toilet/Publicconvenience;
• RestRoomsforshortstay;
• TollPlaza;
• First aid/Medicalcentre;

Field Description Example


• Telephonebooth;
• Petrolpump/minorrepairshop(optional);
• PoliceStation;
• Temple/Mosque;
• Bridges.

Survey Date Date of survey in the format <DD-MM-YY> 06-05-17

Data Source
Remarks
Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Section Survey Data


Chainage Direction Wayside Amenity Remarks Latitude Longitude
Number Code Date Source

ABC-
NH00xx 0.650 Increasing Restaurant/Motel 05-01-16 9.98897 78.02671
DEF
ABC-
NH00xx 1.998 Increasing Restaurant/Motel 05-01-16 9.98444 78.02934
DEF
ABC-
NH00xx 5.524 Increasing PetrolPump 05-01-16 9.98341 78.03004
DEF
ABC-
NH00xx 11.413 Increasing Restaurant/Motel 05-01-16 9.98107 78.03078
DEF

- 357 -
1.16 Land Use

The following table lists the fields which need to be populated for the ‘Land Use’ attribute. The
descriptions of the fields are given below.

Field Description Example


NH Number New National Highway number NH0065

Code indicating starting and ending locations of HYD-VIJ (Hyderabad- Vijayawada)


SectionCode
section
StartChainage Chainageofthestartpoint(inkm) 0.500

EndChainage Chainageoftheendpoint(inkm) 1.500


Direction of survey Increasing
Direction
• Increasing(chainage)
• Decreasing(chainage)
Landuseclassifiedintooneofthebelowcategories: Commercial
• Residential;
Land Use • Commercial;
• Industrial;
• Agricultural;
• Waterbodies;
• Mixed.

SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897


Field Description Example
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Number Section Code Start Chainage End Chainage Direction Land Use Survey Date Latitude Longitude
NH00xx ABC-DEF 0.000 0.797 Increasing Mixed 03-01-16 9.98897 78.02671
NH00xx ABC-DEF 0.511 0 Decreasing Mixed 03-01-16 9.98444 78.02934
NH00xx ABC-DEF 0.797 2.699 Increasing Mixed 03-01-16 9.98341 78.03004
NH00xx ABC-DEF 0.835 0.511 Decreasing Mixed 03-01-16 9.98107 78.03078
NH00xx ABC-DEF 0.987 0.835 Decreasing Mixed 03-01-16 9.96328 78.04160
NH00xx ABC-DEF 1.641 0.987 Decreasing Agriculture 03-01-16 9.95385 78.05255
Barren
NH00xx ABC-DEF 2.081 1.641 Decreasing 03-01-16 9.93102 78.05648
Land
NH00xx ABC-DEF 2.378 2.081 Decreasing Agriculture 03-01-16 9.91229 78.04961
NH00xx ABC-DEF 2.458 2.378 Decreasing Agriculture 03-01-16 9.89041 78.03458
NH00xx ABC-DEF 2.699 3.234 Increasing Agriculture 03-01-16 9.88489 78.02995

- 358 -
SECTION 2 - ROAD CONDITION DATA

Road condition data consists of parameters which directly affect maintenance requirements
of the road. These parameters are dynamic in nature, and therefore a survey to update this
dataset shall be conducted annually for FWD testing and every six months as per Annexure
IV for network survey vehicle testing. The first survey shall be conducted at the time of
completion testing and the remaining surveys shall be conducted as per the defined
frequency.

As an example, if majority of highway length (>50%) passes through a state, where defined
survey months are May and November, if completion testing is conducted in April, then the
first network survey shall be conducted in the month of April. This shall be considered as the
network survey to be conducted in the month of May. The 2nd survey shall be conducted in
the month of November, the 3rd survey shall be conducted in the month of May and so on.
As regards FWD, the first test/survey shall be conducted at the time of completion in April.
The 2nd test/survey shall be conducted in April of next year and so on.

The road condition data shall be used to update specific worksheets, which are listed below.

2.1 Visual condition

The following table lists the fields which need to be populated for the ‘Visual Condition’
attribute. The descriptions of the fields are given below.

Field Description Example


NH Number New National Highway number NH0065
Field Description Example
Code indicating starting and ending HYD-VIJ(Hyderabad-
Section Code
locations of section Vijayawada)
Start Chainage Chainage of the start point (in 0.500
End Chainage Chainage of the end point (in 1.500
Direction of survey Increasing
Direction • Increasing(chainage)
• Decreasing(chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 L1
Lane Number st
being1 lane on the left from centerline of
carriageway, L2 being 2nd lane on the left from
centerlineandsoon

- 359 -
Percent of pavement are aaffected by ravelling, 2
which is converted to the following rating scale:
• 1-Very Poor (>30%)
Ravelling • 2-Poor (11-30%)
• 3-Fair (6-10%)
• 4-Good (1-5%)
• 5-Very Good (0%)
No.ofpotholes,whichisconvertedtothe 1
following rating scale:
• 1-VeryPoor(>5)
Pot Holes • 2-Poor(3-5)
• 3-Fair(2)
• 4-Good(1)
• 5-VeryGood(0)
Pavement area containing edge breaks, which is 3
converted to the following rating scale:
• 1-VeryPoor(>5m2)
Edge Break • 2-Poor(1-5m2)
• 3-Fair(0.5-1m2)
• 4-Good(0-0.5m2)
• 5-VeryGood(0m2)
Percent of pavement are aaffected by cracking, 3
which is converted to the following rating scale:
• 1-Very Poor (>30%)
Cracking • 2-Poor (21-30%)
• 3-Fair (11-20%)
• 4-Good (5-10%)
• 5-Very Good (<5%)
Percent of pavement area affected by 2
disintegration, which is converted to the
following rating scale:
Disintegration • 1-Very Poor (>50%)
• 2-Poor (20-50%)
• 3-Fair (10-20%)
• 4-Good (1-10%)
• 5-Very Good(<1%)
Field Description Example
Percent of pavement area affected by 5
depression, which is converted to the following
rating scale:
Depression • 1-Very Poor (>5%)
• 2-Poor (3-5%)
• 3-Fair (1-2%)
• 4-Good (0-1%)
• 5-VeryGood(0)

- 360 -
Percent of pavement area affected by bleeding, 3
which is converted to the following rating scale:
• 1-VeryPoor(>50%)
Bleeding • 2-Poor (20-50%)
• 3-Fair (10-20%)
• 4-Good (1-10%)
• 5-Very Good(<1%)
Percent of pavement area affected by patching, 4
which is converted to the following rating scale:
• 1-Very Poor (>30%)
Patching • 2-Poor (16-30%)
• 3-Fair (6-15%)
• 4-Good (2-5%)
• 5-Very Good (<2%)
Condition of the drain, which is converted to 2
the following rating scale:
DrainCondition • 1-Poor
• 2-Fair
• 3-Good
Condition of the shoulder, which is converted Fair
to the following rating scale:
Shoulder Condition
• 1-Poor
• 2-Fair
• 3-Good
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Start End Lane


NHNumber Section Direction Ravelling PotHoles EdgeBreak Cracking
Chainage Chainage Number
NH00xx ABC-DEF 0.000 0.500 Increasing L1 4 4 4 4
NH00xx ABC-DEF 0.500 1.000 Increasing L1 4 4 4 5
NH00xx ABC-DEF 1.000 1.500 Increasing L1 5 5 4 5
NH00xx ABC-DEF 1.500 2.000 Increasing L1 5 5 5 5
NH00xx ABC-DEF 2.000 2.500 Increasing L1 5 5 5 5
NH00xx ABC-DEF 2.500 3.000 Increasing L1 5 5 4 5
NH00xx ABC-DEF 3.000 3.500 Increasing L1 5 5 4 5
NH00xx ABC-DEF 3.500 4.000 Increasing L1 5 4 3 5
Start End Lane
NHNumber Section Direction Ravelling PotHoles EdgeBreak Cracking
Chainage Chainage Number
NH00xx ABC-DEF 4.000 4.500 Increasing L1 4 4 4 5
NH00xx ABC-DEF 4.500 5.000 Increasing L1 5 5 4 5
NH00xx ABC-DEF 5.000 5.500 Increasing L1 5 5 4 5
NH00xx ABC-DEF 5.500 6.000 Increasing L1 5 5 4 5
NH00xx ABC-DEF 6.000 6.500 Increasing L1 5 5 4 5
NH00xx ABC-DEF 6.500 7.000 Increasing L1 5 5 4 5

- 361 -
NH00xx ABC-DEF 7.000 7.500 Increasing L1 5 5 5 5
NH00xx ABC-DEF 7.500 8.000 Increasing L1 5 5 4 5
NH00xx ABC-DEF 8.000 8.500 Increasing L1 5 5 4 5
NH00xx ABC-DEF 8.500 9.000 Increasing L1 5 5 4 5
NH00xx ABC-DEF 9.000 9.500 Increasing L1 5 5 4 5
NH00xx ABC-DEF 9.500 10.000 Increasing L1 5 5 3 5

Drain Date of
Disintegration Depression Bleeding Patching ShoulderCondition Latitude Longitude
Condition Survey
4 4 4 4 2 2 06-05-17 9.98897 78.02671
4 4 4 4 2 2 06-05-17 9.98444 78.02934
5 5 5 4 2 2 06-05-17 9.98341 78.03004
5 5 5 5 2 2 06-05-17 9.98107 78.03078
5 5 5 5 2 2 06-05-17 9.96328 78.04160
5 5 5 5 2 2 06-05-17 9.95385 78.05255
5 5 5 5 2 3 06-05-17 9.93102 78.05648
4 4 4 4 2 3 06-05-17 9.91229 78.04961
4 4 4 4 2 2 06-05-17 9.89041 78.03458
5 5 5 5 2 2 06-05-17 9.88489 78.02995
5 5 5 5 2 2 06-05-17 9.87474 78.02828
5 5 5 5 2 2 06-05-17 9.87363 78.02744
5 5 5 5 2 2 06-05-17 9.84857 78.01535
5 5 5 5 2 2 06-05-17 9.83764 78.00392
5 5 5 5 2 2 06-05-17 9.83711 77.98576
5 5 5 5 1 2 06-05-17 9.83386 77.97729
5 5 5 5 2 2 06-05-17 9.81804 77.97875
5 5 5 5 2 2 06-05-17 9.77426 77.98129
5 4 4 4 2 2 06-05-17 9.73071 77.97999
5 5 5 3 2 2 06-05-17 9.68686 77.97017

2.2 Roughness

The following table lists the fields which need to be populated for the ‘Roughness’
attribute. The descriptions of the fields are given below.

Field Description Example


NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad- Vijayawada)
SectionCode
section
Field Description Example
StartChainage Chainageofthestartpoint(inkm) 0.500

EndChainage Chainageoftheendpoint(inkm) 1.500


Direction of survey Increasing
Direction
• Increasing(chainage)
• Decreasing(chainage)
LwpIri International roughness index (IRI) of left wheel path 2.33
measured from laser profilometer

- 362 -
RwpIri Internationalroughnessindex(IRI)ofrightwheelpath 1.97
measuredfromlaserprofilometer
LaneIri Average of the International roughness index (IRI) of left and 2.15
right wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Section Start End Lane Survey


Direction LwpIri RwpIri LaneIri Speed Latitude Longitude
Number Code Chainage Chainage Number Date
ABC- 06-05-
NH00xx 0.0 0.1 Increasing L1 3.31 5.16 4.24 20 9.98897 78.02671
DEF 17
ABC- 06-05-
NH00xx 0.1 0.2 Increasing L1 2.81 3.54 3.18 37 9.98444 78.02934
DEF 17
ABC- 06-05-
NH00xx 0.2 0.3 Increasing L1 2.31 1.92 2.12 42 9.98341 78.03004
DEF 17
ABC- 06-05-
NH00xx 0.3 0.4 Increasing L1 2.17 2.37 2.27 46 9.98107 78.03078
DEF 17
ABC- 06-05-
NH00xx 0.4 0.5 Increasing L1 2.11 1.72 1.92 42 9.96328 78.04160
DEF 17
ABC- 06-05-
NH00xx 0.5 0.6 Increasing L1 2.33 1.97 2.15 49 9.95385 78.05255
DEF 17
ABC- 06-05-
NH00xx 0.6 0.7 Increasing L1 2.37 2.00 2.19 42 9.93102 78.05648
DEF 17
ABC- 06-05-
NH00xx 0.7 0.8 Increasing L1 2.15 2.17 2.16 33 9.91229 78.04961
DEF 17
ABC- 06-05-
NH00xx 0.8 0.9 Increasing L1 2.45 2.05 2.25 32 9.89041 78.03458
DEF 17
ABC- 06-05-
NH00xx 0.9 1.0 Increasing L1 2.18 2.51 2.35 48 9.88489 78.02995
DEF 17

2.3 Rutting
The following table lists the fields which need to be populated for the ‘Rutting’ attribute.
The descriptions of the fields are given below.
Field Description Example
NH Number New National Highway number NH0065
HYD-VIJ (Hyderabad-
SectionCode Code indicating starting and ending locations of section
Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
Field Description Example
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction
• Increasing(chainage)
• Decreasing(chainage)

- 363 -
Number of the lane: L1, L2, R1, R2, etc., L1 being 1
st L1
LaneNumber
lane on the left from centerline of carriageway, L2
nd
being 2 lane on the left from center line and soon
RuttingLeft Rut depth in mm, measured from left wheel path 20
RuttingRight Rut depth in mm, measured from right wheel path 18
RuttingAvg Average rut depth measured from left and right wheel 19
Speed Speed of vehicle in km/h 42
Survey Date Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Section Start End Lane Rutting Rutting Rutting Survey


Direction Speed Latitude Longitude
Number Code Chainage Chainage Number Left Right Avg Date
ABC- 06-05-
NH00xx 0.0 0.5 Increasing L1 15 14 15 20 9.98897 78.02671
DEF 17
ABC- 06-05-
NH00xx 0.5 1.0 Increasing L1 20 18 19 37 9.98444 78.02934
DEF 17
ABC- 06-05-
NH00xx 1.0 1.5 Increasing L1 10 8 9 42 9.98341 78.03004
DEF 17
ABC- 06-05-
NH00xx 1.5 2.0 Increasing L1 5 6 6 46 9.98107 78.03078
DEF 17
ABC- 06-05-
NH00xx 2.0 2.5 Increasing L1 10 10 10 42 9.96328 78.04160
DEF 17
ABC- 06-05-
NH00xx 2.5 3.0 Increasing L1 7 5 6 49 9.95385 78.05255
DEF 17
ABC- 06-05-
NH00xx 3.0 3.5 Increasing L1 20 18 19 42 9.93102 78.05648
DEF 17
ABC- 06-05-
NH00xx 3.5 4.5 Increasing L1 5 5 5 33 9.91229 78.04961
DEF 17
ABC- 06-05-
NH00xx 4.5 5.0 Increasing L1 5 5 5 32 9.89041 78.03458
DEF 17

2.4 Texture Depth

The following table lists the fields which need to be populated for the ‘Texture
Depth’ attribute. The descriptions of the fields are given below.
Field Description Example
NH Number New National Highway number NH0065
HYD-VIJ (Hyderabad-
SectionCode Code indicating starting and ending locations of section
Vijayawada)

StartChainage Chainage of the start point (in km) 0.500


Field Description Example
EndChainage Chainage of the end point (in km) 1.500

- 364 -
Direction of survey Increasing
Direction
• Increasing(chainage)
• Decreasing(chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being L1
LaneNumber st
1 lane on the left from centerline of carriageway, L2
nd
being 2 lane on the left from centerline and so on
TextureLeft Texturedepthofpavementinmm,measuredfromleft 0.40
wheelpath
TextureRight Texture depth of pavement in mm, measured from 0.30
right wheelpath
Texture Average Averagetexture depth measured from left and right 0.35
wheel paths
Speed Speed of vehicle in km/h 42
Survey Date Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Section Start End Lane Texture Texture Texture Survey


Direction Speed Latitude Longitude
Number Code Chainage Chainage Number Left Right Average Date
ABC- 06-05-
NH00xx 0.0 0.5 Increasing L1 0.40 0.30 0.35 20 9.98897 78.02671
DEF 17
ABC- 06-05-
NH00xx 0.5 1.0 Increasing L1 0.60 0.50 0.55 37 9.98444 78.02934
DEF 17
ABC- 06-05-
NH00xx 1.0 1.5 Increasing L1 0.80 0.90 0.85 42 9.98341 78.03004
DEF 17
ABC- 06-05-
NH00xx 1.5 2.0 Increasing L1 0.40 0.40 0.4 46 9.98107 78.03078
DEF 17
ABC- 06-05-
NH00xx 2.0 2.5 Increasing L1 0.30 0.30 0.3 42 9.96328 78.04160
DEF 17
ABC- 06-05-
NH00xx 2.5 3.0 Increasing L1 0.70 0.60 0.65 49 9.95385 78.05255
DEF 17
ABC- 06-05-
NH00xx 3.0 3.5 Increasing L1 0.40 0.50 0.45 42 9.93102 78.05648
DEF 17
ABC- 06-05-
NH00xx 3.5 4.5 Increasing L1 0.90 0.80 0.85 33 9.91229 78.04961
DEF 17
ABC- 06-05-
NH00xx 4.5 5.0 Increasing L1 0.40 0.30 0.35 32 9.89041 78.03458
DEF 17

2.5 Skid Resistance

The following table lists the fields which need to be populated for the ‘Skid
Resistance’ attribute. The descriptions of the fields are given below.
Field Description Example
NH Number New National Highway number NH0065
HYD-VIJ (Hyderabad-
SectionCode Code indicating starting and ending locations of section
Vijayawada)

- 365 -
Field Description Example
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction
• Increasing(chainage)
• Decreasing(chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being L1
LaneNumber st
1 lane on the left from centerline of carriageway, L2
nd
being 2 lane on the left from centerline and so on
Skid Left Skid resistance of pavement measured as skid 25
number, measured from left wheel path
Skid Right Skid resistance of pavement measured as 24
skid number, measured from right wheel path
SkidAverage Average skid resistance measured from left and right 24.5
wheelpaths
Speed Speed of vehicle in km/h 42
Survey Date Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Section Start End Lane Skid Skid Skid Survey


Direction Speed Latitude Longitude
Number Code Chainage Chainage Number Left Right Average Date
ABC- 06-05-
NH00xx 0.0 0.5 Increasing L1 25.0 24.0 24.5 20 9.98897 78.02671
DEF 17
ABC- 06-05-
NH00xx 0.5 1.0 Increasing L1 23.0 23.0 23.0 37 9.98444 78.02934
DEF 17
ABC- 06-05-
NH00xx 1.0 1.5 Increasing L1 23.0 24.0 23.5 42 9.98341 78.03004
DEF 17
ABC- 06-05-
NH00xx 1.5 2.0 Increasing L1 22.0 22.0 22.0 46 9.98107 78.03078
DEF 17
ABC- 06-05-
NH00xx 2.0 2.5 Increasing L1 20.0 21.0 20.5 42 9.96328 78.04160
DEF 17
ABC- 06-05-
NH00xx 2.5 3.0 Increasing L1 24.0 24.0 24.0 49 9.95385 78.05255
DEF 17
ABC- 06-05-
NH00xx 3.0 3.5 Increasing L1 28.0 28.0 28.0 42 9.93102 78.05648
DEF 17
ABC- 06-05-
NH00xx 3.5 4.5 Increasing L1 21.0 21.0 21.0 33 9.91229 78.04961
DEF 17
ABC- 06-05-
NH00xx 4.5 5.0 Increasing L1 25.0 24.0 24.5 32 9.89041 78.03458
DEF 17

- 366 -
2.6 Falling Weight Deflectometer(FWD)

The following table lists the fields which need to be populated for the ‘FWD’ attribute.
The descriptions of the fields are given below.

Field Description Example


NH Number New National Highway number NH0065
Field Description Example
HYD-VIJ (Hyderabad-
SectionCode Code indicating starting and ending locations of section Vijayawada)
Chainage Chainage of survey point (in km) 0.500
Direction of survey
Direction • Increasing(chainage) Increasing
• Decreasing(chainage)
st
Number of the lane: L1, L2, R1, R2, etc., L1 being 1 lane on
nd
the left from centerline of carriageway, L2 being 2 lane on the L1
LaneNumber
left from centerline and so on

Air Temperature Air temperature recorded in °C 33


Surface Temperature Temperature of the pavement surface, recorded in °C 39.3
Peak Load Peak impulse load, measured in kN 45.7
Deflection0 Surface deflection at the test load center, measured in micron 246
Surface deflection at location 1 from the test load center,
Deflection1 measured in micron 110

Distance1 Distance of location 1 from the test load center 300


Surface deflection at location 2 from the test load center,
Deflection2 measured in micron 153

Distance2 Distance of location 2 from the test load center 600


Surface deflection at location 3 from the test load center,
Deflection3 measured in micron 110

Distance3 Distance of location 3 from the test load center 900


Surface deflection at location 4 from the test load center,
Deflection4 measured in micron 76
Distance4 Distance of location 4 from the test load center 1200
Surface deflection at location 5 from the test load center,
Deflection5 measured in micron 59
Distance5 Distance of location 5 from the test load center 1500
Surface deflection at location 6 from the test load center,
Deflection6 measured in micron 44
Distance6 Distance of location 6 from the test load center 1800
Surface deflection at location 7 from the test load center,
Deflection7 measured in micron 35
Distance7 Distance of location 7 from the test load center 2100

- 367 -
Surface deflection at location 8 from the test load center,
Deflection8 measured in micron 28
Distance8 Distance of location 8 from the test load center 2400
Elastic Modulus
BituminousE1 Elastic modulus of bituminous layer, back calculated in MPa 3359
Elastic Modulus
GranularE2 Elastic modulus of granular layer, backcalculated in MPa 396
Elastic Modulus
SubGradeE3 Elastic modulus of subgrade, back calculated in MPa 90
Field Description Example
Corrected Elastic
Modulus BituminousE1 Corrected elastic modulus of bituminous layer in MPa 3424
Corrected Elastic
Modulus GranularE2 Corrected elastic modulus of granular layer in MPa 300
Corrected Elastic
Modulus SubGradeE3 Corrected elastic modulus of subgrade in MPa 69
Bituminous Layer Thickness of bituminous layer in mm 105
Base Layer Thickness of base layer in mm 230
GSB Layer Thickness of GSB layer in mm 200
SubgradeCBR CBR of subgrade 0.08
Bituminous Layer
Coefficient A1 Layer coefficient of the bituminous layer 0.36
Base Layer Coefficient
A2 Layer coefficient of the base layer 0.17
Granular Base Layer
Coefficient A3 Layer coefficient of the GSB layer 0.17
Structural Number Structural number of the pavement 3.86
Modified Structural
Number Modified structural number including contribution from subgrade 4.85
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Pea
NH Lane Air Surface
Sectio Chainag Directio k Deflection Deflection Locatio Deflection
Numbe Numbe Temperatur Temperatur
nCode e n Loa 0 1 n1 2
r r e e
d
ABC-
NH00xx 0.500 RHS R2 32.6 43.7 45.7 333 188 300 243
DEF
ABC-
NH00xx 1.000 LHS L1 29.9 32.6 45.4 317 163 300 217
DEF
ABC-
NH00xx 1.499 RHS R1 33.0 39.3 45.7 246 110 300 153
DEF
ABC-
NH00xx 2.000 LHS L2 28.7 32.4 46.0 293 130 300 187
DEF
ABC-
NH00xx 2.500 RHS R2 33.7 45.8 45.3 429 232 300 316
DEF
ABC-
NH00xx 3.000 LHS L1 29.0 33.0 45.7 343 204 300 252
DEF

- 368 -
ABC-
NH00xx 3.500 RHS R1 33.5 45.4 44.5 373 194 300 268
DEF
ABC-
NH00xx 4.010 LHS L2 28.9 33.5 45.0 348 201 300 254
DEF
ABC-
NH00xx 4.500 RHS R2 33.3 40.3 46.0 393 241 300 301
DEF

Locatio Deflection Locatio Deflection Locatio Deflection Locatio Deflection Locatio Deflection Locatio Deflection
n2 3 n3 4 n4 5 n5 6 n6 7 n7 8

600 180 900 128 1200 102 1500 75 1800 58 2100 42


600 158 900 104 1200 70 1500 48 1800 38 2100 28
600 110 900 76 1200 59 1500 44 1800 35 2100 28
600 126 900 81 1200 62 1500 44 1800 32 2100 23
600 227 900 152 1200 116 1500 86 1800 71 2100 58
600 196 900 144 1200 117 1500 85 1800 65 2100 48
600 187 900 118 1200 83 1500 47 1800 31 2100 22
600 198 900 135 1200 105 1500 64 1800 42 2100 26
600 231 900 162 1200 123 1500 82 1800 62 2100 46

Sub
Loca Elastic Mod ElasticMod Elastic Mod Corrected Elastic Corrected Corrected Elasti c Bitumi Bas GS gra
tion ulus Bitumi ulusGranul ulus Modulus Elastic Modulus Modulus Sub nousL e La BLa de
8 nousE1 arE2 SubGradeE BituminousE1 GranularE2 GradeE3 ayer yer yer CB
3 R
2400 6213 185 100 6447 135 78 105 230 200 0.08
2400 5356 195 100 5295 143 78 105 230 200 0.08
2400 3359 396 90 3424 300 69 105 230 200 0.08
2400 4830 226 100 4770 169 78 105 230 200 0.08
2400 4570 137 97 4781 93 75 105 230 200 0.08
2400 8454 135 100 8374 91 78 105 230 200 0.08
2400 4394 165 100 4590 117 78 105 230 200 0.08
2400 7817 139 96 7762 95 74 105 230 200 0.08
2400 7666 123 95 7847 81 73 105 230 200 0.08

Granular Base Modified


BituminousLayer Base Layer Structural Survey Latitude Longitude
LayerCoefficient Structural
Coefficient A1 CoefficientA2 Number Date
A3 Number
0.45 0.13 0.13 3.68 4.82 01-07-16 9.98897 78.02671
0.42 0.13 0.13 3.56 4.70 23-06-16 9.98444 78.02934
0.36 0.17 0.17 3.86 4.85 01-07-16 9.98341 78.03004
0.41 0.14 0.14 3.65 4.79 23-06-16 9.98107 78.03078
0.41 0.11 0.11 3.24 4.34 01-07-16 9.96328 78.04160
0.49 0.11 0.11 3.58 4.72 23-06-16 9.95385 78.05255
0.40 0.12 0.12 3.34 4.48 01-07-16 9.93102 78.05648
0.48 0.12 0.12 3.67 4.75 23-06-16 9.91229 78.04961
0.48 0.11 0.11 3.53 4.59 01-07-16 9.89041 78.03458

- 369 -
2.7 Falling Weight Deflectometer (FWD)Rigid
The following table lists the fields which need to be populated for the ‘FWD Rigid’
attribute. The descriptions of the fields are given below.

Field Description Example


NH Number New National Highway number NH0065
HYD-VIJ (Hyderabad-
SectionCode Code indicating starting and ending locations of section Vijayawada)
Chainage Chainage of the point (in km) 0.500
Direction of survey
• Increasing(chainage) Increasing
Direction • Decreasing(chainage)
LaneNumber Number of the lane: L1, L2, R1, R2, etc. L2
Air Temperature Air temperature recorded in °C 30.1
Surface Temperature Temperature of the pavement surface, recorded in °C 39.4
Peak Load Peak impulse load, measured in kN 103.7
Deflection1 Surface deflection at the test load center, measured in micron 140
Surfacedeflectionat300mmfromthetestloadcenter,measured
Deflection2 inmicron 121

Surface deflection at 600mm from the test load center, measured


Deflection3 in micron 108

Surface deflection at 900mm from the test load center, measured


Deflection4 in micron 101
ConcreteSlab
Thicknessh Thickness of concrete slab, measured in mm 300
Areaofdeflectionbasin,calculatedfrommeasureddeflections,in
Area of
DeflectionBasin cm2 761
Radius of Relative
Stiffness Radius of relative stiffness, calculated in mm 823
NormalizedDeflectiond
Normalized deflection at location 1, in mm 3.1
1
NormalizedDeflectiond
2 Normalized deflection at location 2, in mm 2.9
NormalizedDeflectiond
3 Normalized deflection at location 3, in mm 2.4
NormalizedDeflectiond
4 Normalized deflection at location 4, in mm 1.9
Modulus of
SubgradeReaction k Modulus of subgrade reaction, measured in MPa/m 131
Elastic Modulus
ofConcrete Ec Elastic modulus of concrete, calculated in MPa 26118
Cube Strength of
Concrete fck Cube strength of concrete, calculated inMPa 27
Flexural strength of
concretefmr Flexural strength of concrete, calculated in MPa 3.7

Date Of Testing Date of testing in the format <DD-MM-YY> 06-05-17


Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

- 370 -
A sample output is shown below for reference:
Pea Concrete
Sectio Chain Lan Air Surface k Slab
NH No n - Directio e Temperatur Temperatur Loa Deflectio Deflectio Deflectio Deflectio Thickness
Code -age n No. e e n1 n2 n3 n4
d h
NH00x ABC- 104.
x DEF 0.0 LHS L2 29.0 34.9 1 167 143 130 119 300
NH00x ABC- 104.
x DEF 0.5 RHS R2 30.5 38.1 4 141 130 122 115 300
NH00x ABC- 105.
x DEF 1.0 LHS L1 30.0 35.6 2 147 111 100 91 300
NH00x ABC- 102.
x DEF 1.5 RHS R1 28.9 38.3 4 140 126 116 107 300
NH00x ABC- 103.
x DEF 2.0 LHS L2 30.1 39.4 7 140 121 108 101 300
NH00x ABC- 104.
x DEF 2.5 RHS R2 29.0 37.5 6 150 134 126 117 300
NH00x ABC- 102.
x DEF 3.0 LHS L1 30.6 38.9 7 124 109 104 92 300
NH00x ABC- 105.
x DEF 3.5 RHS R1 29.3 39.1 9 149 136 128 119 300
NH00x ABC- 104.
x DEF 4.5 RHS R2 30.3 41.0 9 138 127 121 114 300

Modulu Flexura
Radius Elastic Cube
Area of Normaliz Normaliz Normaliz Normaliz s of l Date
of Modulu Strengt
Deflecti ed ed ed ed Subgra strengt Of Latitu Longitu
Relative s of h of
on Deflectio Deflectio Deflectio Deflectio de h of Testin de de
S Concre Concre
Basin n d1 n d2 n d3 n d4 Reactio concre g
tiffness teEc te fck
nk tefmr

25-06- 9.9889 78.0267


759 816 3 3 2 2 112 21590 19 3
16 7 1
28-06- 9.9844 78.0293
821 1214 3 3 3 2 62 58161 135 8
16 4 4
25-06- 9.9834 78.0300
684 580 3 3 2 1 246 12051 6 2
16 1 4
28-06- 9.9810 78.0307
796 1014 3 3 3 2 87 39783 63 6
16 7 8
25-06- 9.9632 78.0416
761 823 3 3 2 2 131 26118 27 4
16 8 0
28-06- 9.9538 78.0525
800 1040 3 3 3 2 79 39908 64 6
16 5 5
25-06- 9.9310 78.0564
789 971 3 3 3 2 107 41290 68 6
16 2 8
28-06- 9.9122 78.0496
814 1150 3 3 3 2 66 50086 100 7
16 9 1
28-06- 9.8904 78.0345
826 1257 3 3 3 2 59 64082 164 9
16 1 8

- 371 -
ENCLOSURE-II

Formats for submission of Reports and Documents

1 Standard formats for deliverables

i. During the course of the assignment to prepare detailed project report, several
reports, drawings and documents will need to be submitted by the consultants
to Assam PWD NH Works.
ii. For the purposes of submission, format requirements have been laid out for
some of the reports and drawing deliverables in this enclosure, which shall be
adhered to strictly
iii. In addition, consultants are to align and agree with Assam PWD NH Works
officials the format of submission for all reports, during the inception stage as
mentioned in clause 10.2 of this terms of reference

1. Format for submission of report deliverables

1Printed hard copies of reports

iv. All reports and documents shall be submitted in both printed hard copy and
digital formats
v. For hard copies, the consultant shall submit bound volumes (and not in spiral
binding form) after completion of each stage of work as per the schedule and in
the number of copies as given in Enclosure I.

2Digital copies of reports

1. Every report shall also be submitted in digital format to the authority in the
following formats:

i. The final report as submitted in the portable document format (.pdf)


ii. An editable document in the relevant Open Document Format for Office
Applications (ODF) and if available the relevant Microsoft Office document
format (MS Office)
iii. All tables and models used to and referred to in the reports shall also be
submitted as spread-sheets in the relevant ODF format and MS Office
format
iv. The digital copies of reports shall be submitted in the form of removable
storage devices (CD or USB pen drive) and also hosted on a secured online
document storage and retrieval platform as described in clause 2 Data
products

2. The removable storage device submitted at each deliverable stage shall


contain:

i. Reports for that stage


ii. All draft and final reports previously submitted
vi. Correspondence with Assam PWD NH Works
vii. Clients’ comments on submitted reports

- 372 -
viii. Any communication, letters and approvals to and from other government
and local agencies and any other relevant body
ix. An updated index of all the contents on the removable storage device

2. Every submission will be accompanied by a table of contents and index of all


documents submitted for ease of reference

2 Data products

1. During the course of the assignment, the consultant shall perform several surveys and
collect data that will be used for the design of the road and delivered to the client.

2. Consultants are encouraged to keep commonly available software and data packages,
and typical uses for data while deciding final formats of data within the constraints of
this document or where a format has not been defined

3. As required in clause 1. (iii) of this Enclosure-II,consultants are required to agree with


Assam PWD NH Works officials in all actual data formats proposed to be used for the
project

4. In order to standardise data formats and simplify hand over and re-use of data, some
requirements for minimum content and format are laid down below.

Sr Data product Contents required (definition) Data format


No

0 Formats to be List of data, drawing and design outputs, CSV or ODF sheet,
used reporting format, digital format suggested, .xlsx optional
key data to be included (column headers),
units and system to be used

1 Traffic surveys

1.1 List of traffic Point no, location coordinates (lat, long), CSV or ODF sheet,
survey points location of survey point, chainage, no .xlsx optional
lanes/type of junction, type of survey, date of
survey, length of survey, any commentary,
equipment/technique used, link to survey
output

1.2 Classified Survey point, survey location, location id Raw data: IHMCL
traffic volume (ihmcl), no of lanes, chainage, location Traffic survey data
count survey coordinates (lat, long), date, time and period format
of survey Processed,
corrected with
AADT: CSV or ODF
sheet, .xlsx optional

1.3 O-D, turning Survey point, survey location, location lat, CSV or ODF sheet,
movement, long, chainage, date, time, period of survey, .xlsx optional
axle load and technique/equipment used in addition to the
other surveys survey data itself

- 373 -
Sr Data product Contents required (definition) Data format
No

2 Engineering surveys and investigations

2.1 Raw DGPS Notes must contain Date, time of survey, CSV or ODF,
data equipment used, corrections applied is any. Receiver
Data: Survey benchmarks, benchmark points, Independent
location data points Exchange
Format (RINEX)

2.2 LiDAR point Notes must contain Date, time of survey, LASer file format
cloud equipment, summary post processing for exchange
applied. Data: Survey benchmarks, data CSV sheet, .xlsx
points, point cloud of entire project corridor optional
as defined in

2.3 Images 360 Deg/ ortho images of entire project road Geographic Tagged
way Image File Format
(GeoTIFF)

2.4 Video Traverse video of entire project length Audio video


interleave (.avi) or
MPEG-4 file (.mp4)

2.5 Topographic 1:1000 scale map with 50 cm contours with Contours: geo-
map + roadway marked on maps referenced shape
contours files (.shp) or .dxf
files, .dwg/.dgn files
options

2.6 Digital Digital terrain modeled from aerial and Digital elevation
elevation ground surveys model in USGS
model Spatial Data
transfer standard
(SDTS) format

2.7 Longitudinal Location of cross section - existing, design .dxf files, .dwg/.dgn
and cross chainage, lat, long, Cross section drawing files options
sections

2.8 As-is road map 3D digital map of as-is project highway Digital terrain
containing earth surface, road layers, utilities, model and maps in
buildings and trees with feature data LandXML/.dxf
extracted and mapped in layers, marked on format, .dwg/.dgn
the map and tabulated data provided files options
separately. All road, surface, sub surface Separate CSV or
inventory, pavement investigation and soil ODF sheet, .xlsx
survey data to be super-imposed as layers optional of feature
data in addition to
map

- 374 -
Sr Data product Contents required (definition) Data format
No

2.9 Details of type of utility, no, class and category of utility CSV or ODF sheet,
utility installation (e.g. 66 kV xlpe), location, .xlsx optional
distance from centerline, user agency

2.10 Utility maps geo-referenced schematic map, existing and georeferenced


design road centerline, type of utility, size, no, shape files (.shp)
class and category and drawings in .dxf
format

2.11 Road All data as required in clause 4.11.3.1, geo- CSV or ODF sheet
inventory referencing for each row of data in lat, long
surveys form

2.12 Pavement Test pit reference id, location, chainage, geo- CSV or ODF sheet
investigation reference (lat, long), pavemet composition -
layer no, material type, thickness, sub grade
type, and condition

2.13 Pavement Data as required in clause 4.11.3.2, along with CSV or ODF sheet
condition location/chainage and geo-reference for all
survey data

2.14 Pavement FWD results as per IRC guidelines, geo- CSV or ODF sheet
structural referencing for test points
strength

2.15 Sub-grade and In the format of the testing lab, summary Summary in CSV or
soil strength details must be tabulated and must include: ODF sheet
test pit no, location, chianage, lat/long, date,
time of test, tester/lab details, in-situ density,
moisture content, field CBR, characterization,
in-lab moisture and density, lab CBR

3 Proposed roadway designs

3.1 Proposed Georeferenced centerline horizontal and Geometry or shape


alignment vertical alignment for the road files : .shp/.dxf,
geometry To be presented superimposed on surface .dwg/.dgn files
map, satellite imagery and digital elevation options
model of region

3.2 Final Georeferenced centerline horizontal and Geometry or shape


alignment vertical alignment for the road. Additional files : .shp/.dxf,
geometry detail on lanes, super elevation, junctions, .dwg/.dgn files
structures, under/overpasses, PUP/CUP, options
wayside amenities etc

3.3 Proposed Proposed digital roadway model and design .dxf/.dtm


roadway data- including embankment, road way, road

- 375 -
Sr Data product Contents required (definition) Data format
No

model layers, roadside amenities, signals, road


furniture, markings and other construction
elements in 3D

3.4 Proposed Geo referenced location and alignment, 3D .dxf/.dtm


structures model of structure and appurtenances, cross
section, plan and profile drawings for
construction as per IRC

3.5 Proposed Roadway cross sections for homogenous .dxf files


highway cross sections Digital surface
sections model in .dxf
format

4 Other deliverables

4.1 Digitized Digitized revenue map overlaid with key Geometry or shape
cadastral maps landmarks, land size, survey number and files : .shp/.dxf,
ownership data. min 1:1000 scale map with .dwg/.dgn files
>1mm accuracy options

4.2 Financial Spreadsheet model with instructions, index ODF sheets, MS


analysis and containing all inputs and assumptions, office .xlsx optional
time series construction and operating costs,
revenues, financing and equity cash flows,
NPV/IRR, sensitivity scenarios and results

3 Online hosting and archival of deliverables

3.1 Hosting deliverables online

i. The consultant shall store all deliverables from this assignment on a secure
online file hosting platform that is remotely accessible by authorised users on
the world wide web
ii. The consultant shall provide read only access to all relevant officers of
Assam PWD NH Works and provide further access to additional users as and
when requested by Assam PWD NH Works
iii. Consultant shall provide a point of contact for access to these files, solving any
technical issues and shall respond to all requests in a timely manner
iv. Consultant shall ensure that the files are hosted in a platform that conforms to
any file hosting and file sharing security standards as may be laid down by the
government of India

3.2 Deliverables to be hosted

i. Data and deliverables to be hosted in an online accessible format shall include


but not be limited to:

- 376 -
ii. All draft and final deliverables in the digital formats prescribed in this TOR and
in file formats in wide use where formats are not specified
iii. Data, images and videos from all surveys and investigations conductedof this
enclosure
iv. All correspondence to and from Assam PWD NH Works including clients’
comments on submitted reports
v. Any communication, letters and approvals to and from other government local
agencies and any other relevant body
vi. The platform shall also contain an index and table of contents of information
being hosted for ease of access and use

3.3 Time period and costs

i. Access to above mentioned files will be provided till the end of construction
(final commercial operations date of contractor/ concessionaire) of all
packages that form a part of this assignment at the cost of the consultant
ii. Access to additional users shall also be at no additional cost to the authority

- 377 -
APPENDIX-VII

DRAFT CONTRACT AGREEMENT

Between

Chief Engineer, PWD, NH Works, Assam


Chandmari, Guwahati-3.

And

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

For

Consultancy Services for Project Management for Feasibility Study and Preparation of DPR for
upgrading the newly declared NH-627 from junction point at Nellie on NH-27 connecting Rajagaon,
Doyangmukh, Umrangsu, Khobak and terminating on NH-27 near Harangajao.

(From km to km of NH in the State of Assam)

- 378 -
CONTENTS

Sl. No. Description Page No.

I CONTRACT FOR CONSULTANT’S SERVICES

II GENERAL CONDITIONS OF CONTRACT

1. General Provisions

1.1 Definitions

1.2 Relation between the Parties

1.3 Law Governing the Contract

1.4 Language

1.5 Headings

1.6 Notices

1.7 Location

1.8 Authority of Member in Charge

1.9 Authorized Representatives

1.10 Taxes and Duties

2. Commencement, Completion, Modification and Termination of Contract

2.1 Effectiveness of Contract

2.2 Termination of Contract for Failure to Become Effective

2.3 Commencement of Services

2.4 Expiration of Contract

2.5 Entire Agreement

2.6 Modification

2.7 Force Majeure

2.7.1 Definition

- 379 -
2.7.2 No Breach of Contract
2.7.3 Measures to be Taken
2.7.4 Extension of Time
2.7.5 Payments
2.8 Suspenstion
2.9 Termination
2.9.1 By the Client
2.9.2 By the Consultants
2.9.3 Cessation of Rights and Obligations
2.9.4 Cessation of Services
2.9.5 Payment upon Termination
2.9.6 Disputes about Events of Termination

3. Obligations of the Consultants

3.1 General

3.1.1 Standard of Performance

3.1.2 Law Governing Services

3.2 Conflict of Interests

3.2.1 Consultants not to Benefit from Commissions, discounts etc.

3.2.2 Consultants and Affiliates not to be otherwise interested in Project

3.2.3 Prohibition of Conflicting Activities

3.3 Confidentiality

3.4 Liability of the Consultants

3.5 Insurance to be taken out by the Consultants

3.6 Accounting, Inspection and Auditing

3.7 Consultants’ Actions requiring Client’s prior Approval

3.8 Reporting Obligations

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

3.10 Equipment and Materials furnished by the Client

4. Consultants’Personnel

4.1 General

4.2 Description of Personnel

- 380 -
4.3 Approval of Personnel

4.4 Working Hours, Overtime, Leave etc.

4.5 Removal and/or Replacement of Personnel

4.6 Resident Project Manager

5. Obligations of the Client

5.1 Assistance and Exemptions

5.2 Access to Land

5.3 Change in the Applicable Law

5.4 Services, Facilities and Property of the Client

5.5 Payment

6. Payment to the Consultants

6.1 Cost Estimates; Ceiling Amount

6.2 Currency of Payment

6.3 Mode of Billing and Payment

7. Responsibility for accuracy of the project document

7.1 General

7.2 Retention money

7.3 Penalty

7.4 Action for deficiency in services

8. Fairness and Good Faith

8.1 Good Faith

8.2 Operation of the Contract

9. SETTLEMENT OF DISPUTES

9.1 Amicable Settlement

9.2 Dispute Settlement

III. SPECIAL CONDITIONS OF CONTRACT

- 381 -
IV. APPENDICES

Appendix A: Terms of reference containing, inter-alia, the Description of the


Services and Reporting Requirements

Appendix A1: Reporting requirement

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


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

Appendix B1: Medical certificate

Appendix C: Hours of work for Consultants’ Personnel

Appendix D: Duties of the Client

Appendix E: Cost Estimate

Appendix F: Copy of letter of invitation

Appendix G: Copy of letter of acceptance

Appendix H: Format for Bank Guarantee for Performance Security for individual work

Appendix I: Minutes of the Pre-bid meeting

Appendix J: Memorandum of Understanding

- 382 -
CONTRACT FOR CONSULTANTS’ SERVICES

Consultancy Services for Feasibility Study and Preparation of DPR for upgrading the newly
declared NH-627 from junction point at Nellie on NH-27 connecting Rajagaon, Doyangmukh,
Umrangsu, Khobak and terminating on NH-27 near Harangajao.

(From km to km Of NH in the State of Assam)

This CONTRACT (hereinafter called the “Contract”) is made on the ---------- day of the month of
-----------------2021, between, on the one hand Assam PWD NH Works (herein after called the
“Client”) and,

on the other hand,M/s ------------------------------------------ in JV with ----------------------------------


(hereinafter called the “Consultants”).

WHEREAS

(A) the Client has requested the Consultants to provide certain consulting services as
defined in the General Conditions attached to this Contract (hereinafter called the
“Services”);

(B) the Consultants, having represented to the Client that they have the required
professional skills, personnel and technical resources, have agreed to provide the
Services on the terms andconditions set forth in this Contract;

NOW THEREFORE the parties hereto hereby agree as follows:

1 The following documents attached hereto shall be deemed to form an integral part of
this Contract:

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

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

(c) The following Appendices:

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

Appendix A1: Reporting requirement

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


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

Appendix B1: Medical certificate

Appendix C: Hours of work for Consultants’ Personnel

Appendix D: Duties of the Client

Appendix E: Cost Estimate

Appendix F: Copy of letter of invitation

- 383 -
Appendix G: Copy of letter of cceptance

Appendix H: Copy of Bank Guarantee for Performance Security

Appendix-I: Minutes of the pre-bid meeting

Appendix J: Memorandum of Understanding

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

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

(b) Client shall make payments to the Consultants in accordance with the provisions of
the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.

FOR AND ON BEHALF OF Witness

(Assam PWD NH Works)

1. Signature Name

Address

By

Authorized Representative 2. Signature Name

Address

FOR AND ON BEHALF OF Witness

(Consultant)

1. Signature

Name

Address

By

Authorized Representative 2. Signature


Name

Address

- 384 -
GENERAL CONDITIONS OF CONTRACT

1. GENERAL PROVISIONS

1.1 Definitions

Unless the context otherwise requires, the following terms whenever used in
thisContract have the following meanings:

(a) “ApplicableLaw”meansthelawsandanyotherinstrumentshavingtheforceof law


in the Government’s country [or in such other country as may be specified in
the Special Conditions of Contract (SC)], as they may be issued and in force from
time to time.

(b) “Contract” means the Contract signed by the Parties, to which these General
Conditions of Contract are attached, together with all the documents listed in
Clause1 of such signed Contract;

(c) “Effective Date” means the date on which this Contract comes into forceand
effectpursuant to Clause GC 2.1;

(d) “foreign currency” means any currency other than the currency of
theGovernment;

(e) “GC” means these General Conditions of Contract;

(f) “Government” means the Government of India;

(g) “local currency” means the currency of the Government;

(h) “Consultant” wherever mentioned in this Contract Agreement means the


“Project Management Consultant (PMC))” and includes sub-consultants or
Associates engaged by the primary consultant.

(i) “Member”, in case the Consultants consist of a joint venture or consortium of


more than one entity, means any of these entities, and “Members” means all of
these entities;

(j) “Personnel” means persons hired by the Consultants or by any Sub-Consultants


and or Associates as Employees and assigned to the performance of the
Services

Or any part thereof;“Foreign Personnel” means such persons who at the time of
being so hired had their domicile outside the Government’s Country, “Local
Personnel” means such persons who at the time of being so hired had their
domicile inside the Government’s Country; and ‘key personnel’ means the
personnel referred to in Clause GC 4.2 (a).

(k) “Party” means the Client or the Consultants, as the case may be, and Parties
meansboth of them;

(l) "Services" means the work to be performed by the Consultants pursuant to his
contract, as described in Appendix A hereto. The scope of work will be strictly

- 385 -
as given in various Clauses in TOR. The approach and methodology to be
adopted by the Consultant for carrying out the assignment as Authority
Engineer may be modified depending on the site requirements and work
programme of the EPC Contract or after mutual discussions with Employer, the
EPC Contractor and the Authority Engineer. The work plan as indicated by the
Consultant may be modified accordingly to the site requirements.

(m) “SC” means the Special Conditions of Contract by which these General
Conditions of Contract may be amended or supplemented;

(n) “Sub consultant” means any entity to which the Consultants subcontract any
part of the Services in accordance with the provisions of Clause GC 3.7; and

(o) “Third Party” means any person or entity other than the Government, the Client,
theConsultants or a Sub consultant.

1.2 Relation between the Parties

Nothing contained herein shall be construed as establishing a relation of master and


servant or of agent and principal as between the Client and the Consultants.
TheConsultants, subject to this Contract, have complete charge of Personnel
performing theServices and shall be fully responsible for the Services performed by
them or on their behalf hereunder.

1.3 Governing Law and Jurisdiction

This Contract, its meaning and interpretation, and the relation between the
Partiesshallbe governed by the Applicable Laws of India and the Courts at …………shall
have exclusivejurisdiction over matters arising out of or relating to this Agreement.

1.4 Language

This Contract has been executed in the language specified in the SC, which shall be the
binding and controlling language for all matters relating to the meaning or
interpretation of this Contract.

1.5 Table of Contents and Headings

The table of contents, headings or sub-headings in this agreement are for convenience
for reference only and shall not be used in, and shall not limit, alter or affect the
construction and interpretation of this Contract.

1.6 Notices

1.6.1 Any notice, request or consent required or permitted to be given or made pursuant to
thisContract shall be in writing. Any such notice, request or consent shall be deemed
tohave been given or made when delivered in person to an authorized representative of
theParty to whom the communication is addressed, or when sent by registered mail,
facsimile or e-mail to such Party at the address specified in the SC.

1.6.2 Notice will be deemed to be effective as specified in the SC.

1.6.3 A party may change its address for notice hereunder by giving the other Party notice

- 386 -
of such change pursuant to the provisions listed in the SC with respect to Clause GC
1.6.2.

1.7 Location

The Services shall be performed at such locations as are specified in Letter of


Acceptance(Appendix-G) hereto and, where the location of a particular task is not so
specified, at such locations, whether in India or elsewhere, as the Client may approve.

1.8 Authority of Member in Charge

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

1.9 Authorized Representatives

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

1.10 Taxes and Duties

Unless otherwise specified in the SC, the Consultants, Sub-consultants and Personnel
shall pay such taxes, duties, fees and other impositions as may be levied under the
Applicable Law. Goods &Service tax as applicable shall be paid to the Authority’s
Engineer while making payment for services rendered. The consultants shall then
deposit the same with the tax authorities and provide a proof of having done so within
next 90 days in line with policy circulars issued by Employer.

2. COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION OF


CONTRACT

2.1 Effectiveness of Contract

This Contract shall come into force and effect on the date (the" Effective Date") of the
Client's notice to the Consultants instructing the Consultants to begin carrying out the
Services. This notice shall confirm that the effectiveness conditions, if any, listed in the
SC have been met.

2.2 Termination of Contract for Failure to Become Effective

If this Contract has not become effective within such time period after the date of the
Contract signed by the Parties as shall be specified in the SC, either Party may, by not
less than four (4) weeks’ written notice to the other Party, declare this Contract to be
nulland void, and in the event of such a declaration by either Party, neither Party shall
have any claim against the other Party with respect hereto.

- 387 -
2.3 Commencement of Services

The Consultants shall begin carrying out the Services at the end of such time period
after the Effective Date as shall be specified in the SC.

2.4 Expiration of Contract

Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall expire
when services have been completed and all payments have been made at the end of
suchtime period after the Effective Date as shall be specified in the SC.

2.5 Entire Agreement

This Contract contains all covenants, stipulations and provisions agreed by the Parties.
No agent or representative of either Party has authority to make, and the Parties shall
not be bound by or be liable for, any statement, representation, promise or agreement
not set forth herein.

2.6 Modification

Modification of the terms and conditions of this Contract, including any modification of
the scope of the Services, may only be made by written agreement between the Parties
as the case may be, has been obtained. Pursuant to Clause GC 8.2 hereof, however, each
Party shall give due consideration to any proposals for modification made by the other
Party.

2.7 Force Majeure

2.7.1 Definition

(a) For the purposes of this Contract, “Force Majeure” means an event which is
beyond the reasonable control of a Party, and which makes a Party’s
performance of its obligations hereunder impossible or so impractical as
reasonably to be considered impossible in the circumstances, and includes,
but is not limited to, war, riots, civildisorder, earthquake, fire, explosion,
storm, flood or other adverse weather conditions, strikes, lockouts or other
industrial action (except where such strikes, lockouts or other industrial
action are within the power of the Party invoking Force Majeure to prevent),
confiscation or any other action by government agencies.

(b) Force Majeure shall not include (i) any event which is caused by the
negligence or intentional action of a Party or such Party’s Subconsultants or
agents or employees, nor (ii) any event which a diligent Party could
reasonably have been expected to both (A) take into account at the time of the
conclusion of this Contract and (B) avoid or overcome in the carrying out of
its obligations hereunder.

(c) Force Majeure shall not include insufficiency of funds or failure to make any
payment required hereunder.

2.7.2 No Breach of Contract

The failure of a Party to fulfill any of its obligations hereunder shall not be considered
to be a breach of, or default under, this Contract insofar as such inability arises from an
event of Force Majuere, provided that the Party affected by such an event has taken all

- 388 -
reasonable precautions, due care and reasonable alternative measures, all with the
objective of carrying out the terms and conditions of this Contract.

2.7.3 Measures to be Taken

(a) A party affected by an event of Force Majeure shall take all reasonable
measures to remove such Party’s inability to fulfill its obligations hereunder
with a minimum of delay.

(b) A party affected by an event of Force Majuere shall notify the other Party of
suchevent as soon as possible, and in any event not later than fourteen (14)
days following the occurrence of such event, providing evidence of the nature
and cause of such event, and shall similarly give notice of the restoration of
normal conditions as soon as possible.

(c) The Parties shall take all reasonable measures to minimize theconsequences
of any event of Force Majeure.

2.7.4 Extension of Time

Any period within which a Party shall, pursuant to this Contract, complete any action
or task, shall be extended for a period equal to the time during which such Party was
unableto perform such action as a result of Force Majeure.

2.7.5 Payments

During the period of their inability to perform the Services as a result of an event
ofForce Majeure, the Consultants shall be entitled to be reimbursed for additional costs
reasonably and necessarily incurred by them during such period for the purposes of
theServices and in reactivating the Services after the end of such period.

2.7.6 Consultation

Not later than thirty (30) days after the Consultants, as the result of an event of
ForceMajeure, have become unable to perform a material portion of the Services, the
Parties shall consult with each other with a view to agreeing on appropriate measures
to be taken in the circumstances.

2.8 Suspension

The Client may, by written notice of suspension to the Consultants, suspend all
paymentsto the Consultants hereunder if the Consultants fail to perform any of their
obligations under this Contract, including the carrying out of the Services, provided
that such notice of suspension (i) shall specify the nature of the failure, and (ii) shall
request the Consultants to remedy such failure within a period not exceeding thirty
(30) days after receipt by the Consultants of such notice of suspension.

2.9 Termination

2.9.1 By the Client

The Client may, by not less than thirty (30) days’ written notice of termination to the
Consultants (except in the event listed in paragraph (f) below, for which there shall be
a written notice of not less than sixty (60) days), such notice to be given after the
occurrence of any of the events specified in paragraphs (a) through (h) of this

- 389 -
Clause2.9.1, terminate this Contract:

(a) if the Consultants fail to remedy a failure in the performance of their


obligations areunder, as specified in a notice of suspension pursuant to Clause
2.8 hereinabove, within thirty (30) days of receipt of such notice of
suspension or within such further period as the Client may have subsequently
approved in writing;

(b) if the Consultants become (or, if the Consultants consist of more than one
entity, if any of their Members becomes) insolvent or bankrupt or enter into
any agreements with their creditors for relief of debt or take advantage of any
law forthe benefit of debtors or go into liquidation or receivership whether
compulsoryor voluntary;

(c) if the Consultants fail to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause 8 hereof;

(d) if the Consultants submit to the Client a statement which has a material effect
on the rights, obligations or interests of the Client and which the Consultants
know to be false;

(e) if, as the result of Force Majeure, the Consultants are unable to performa
material portion of the Services for a period of not less than sixty (60) days;
or

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

(g) if the consultant, in the judgment of the Client has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract. For the
purpose of this clause:

"corrupt practice" means the offering, giving, receiving or soliciting of anything


of value to influence the action of a public official in the selection process or in
contract execution.

"fraudulent practice" means a misrepresentation of facts in order to influence


a selection process or the execution of a contract to the detriment of the
Borrower, and includes collusive practice among consultants (prior to or after
submission of proposals) designed to establish prices at artificial non-
competitive levels and to deprive the Borrower of the benefits of free and open
competition.

(h) if EPC Contractor represents to Employer that the Consultant is not discharging
his duties in a fair, efficient and diligent manner and if the dispute remains
unresolved, Employer may terminate this contract.

2.9.2 By the Consultants

The Consultants may, by not less than thirty (30) day’s written notice to the Client,
suchnotice to be given after the occurrence of any of the eventsspecified in paragraphs
(a)through (d) of this Clause 2.9.2, terminate this Contract:

- 390 -
(a) if the Client fails to pay any money due to the Consultants pursuant to this
contract and not subject to dispute pursuant to Clause 8 hereof within forty-
five(45) days after receiving written notice from the Consultants that such
payment isoverdue;

(b) if the Client is in material breach of its obligations pursuant to this Contract
andhas not remedied the same within forty-five (45) days (or such longer
period asthe Consultants may havesubsequently approved inwriting)
following the receipt by the Client of the Consultants’ notice specifying such
breach;

(c) if, as the result of Force Majeure, the Consultant are unable to perform a
material portion of the Services for a period of not less than sixty (60) days;
or

(d) if the Client fails to comply with any final decision reached as a result
ofarbitration pursuant to Clause 8 hereof.

2.9.3 Cessation of Rights and Obligations

Upon termination of this Contract pursuant to Clauses GC 2.2 or GC 2.9 hereof, or upon
expiration of this Contract pursuant to Clause GC2.4 hereof, all rights and obligations
of the Parties hereunder shall cease, except:

(i) such rights and obligations as may have accrued on the date of termination or
expiration;

(ii) the obligation of confidentiality set forth in Clause GC 3.3 hereof;

(iii) the Consultants' obligation to permit inspection, copying and auditing of their
accounts and records set forth in Clause GC 3.6 (ii) hereof; and

(iv) any right which a Party may have under the Applicable Law

2.9.4 Cessation of Services

Upon termination of this Contract by notice of either Party to the other pursuant
toClauses2.9.1 or 2.9.2 hereof, the Consultants shall, immediately upon dispatch or
receiptof such notice, take all necessary steps to bring the Services to a close in a
prompt andorderly manner and shall make every reasonable effort to keep
expenditures for thispurpose to a minimum. With respect to documents prepared by
the Consultants andequipment and materials furnished by the Client, the Consultants
shall proceed asprovided, respectively, by Clauses 3.9 or 3.10 hereof.

2.9.5 Payment upon Termination

Upon termination of this Contract pursuant to Clauses 2.9.1 or 2.9.2 hereof, the Client
shall make the following payments to the Consultants (after offsetting against these
payments anyamount that may be due from the Consultant to the Client):

(i) Remuneration pursuant to Clause 6 hereof for Services satisfactorily


performed prior to the effective date of termination.

(ii) Reimbursable expenditures pursuantto Clause 6 hereof for expenditures

- 391 -
actually incurred prior to the effective date of termination; and

(iii) except in the case of termination pursuant to paragraphs (a) through(d) of


Clause2.9.1 hereof, reimbursement of any reasonable cost incident to the
prompt and orderly termination of the Contract including the cost of the
return travel of the Consultants’ personnel and their eligible dependents.

2.9.6 Disputes about Events of Termination

If either Party disputes whether an event specified in paragraphs (a) through (e) of
Clause2.9.1 or in Clause 2.9.2 hereof has occurred, such Party may, within forty-
five(45) days after receipt of notice of termination from the other Party, refer the
matter to arbitration pursuantto Clause 9 hereof, and this Contract shall not be
terminated on account of such event except in accordance with the terms of any
resulting arbitral award.

3. OBLIGATIONS OF THE CONSULTANTS

3.1 General

3.1.1 Standard of Performance

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

3.1.2 Law Governing Services

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

3.2 Conflict of Interests

3.2.1 Consultants not to Benefit from Commissions, Discounts, etc.

The Remuneration of the Consultants pursuant to Clause GC6 hereof shall constitute
the Consultants' sole remuneration in connection with this Contract or the Services
and, subject to Clause GC3.2.1.1 hereof, the Consultants shall not accept for their own
benefit any trade commission, discount or similar payment in connection with
activities pursuant to this Contract or to the Services or in the discharge of their
obligations hereunder, and the Consultants shall use their best efforts to ensure that
any Sub-consultants and or Associates, as well as the Personnel and agents of either of
them, similarly shall not receive any such additional remuneration.

3.2.1.1 If the Consultants, as part of the Services, have the responsibility of advising the Client

- 392 -
on the procurement of goods, works or services, the Consultants shall comply with any
applicable procurement guidelines of the Client (Employer) and or Associates Bank or
of the Association, as the case maybe, and other funding agencies and shall at all times
exercise such responsibility in the best interest of the Client. Any discounts or
commissions obtained by the Consultants in the exercise of such procurement
responsibility shall be for the account of the Client.

3.2.2 Consultants and Affiliates not to be otherwise interested in Project

The Consultants agree that, during the term of this Contract and after its termination,
the Consultants and any entity affiliated with the Consultants, as well as any
Subconsultant and any entity affiliated with such Subconsultant, shall be disqualified
from providing goods, works or services (other than the Services and any continuation
thereof) for any project resulting from or closely related to the Services.

3.2.3 Prohibition of Conflicting Activities

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

(a) during the term of this Contract, any business or professional activities in the
Government's country which would conflict with the activities assigned to
them under this Contract; or

(b) after the termination of this Contract, such other activities as may be specified
in the SC.

3.3 Confidentiality

The Consultants, their Subconsultants and the Personnel of either of them shall not,
either during the term or within two(2) years after the expiration of this Contract,
disclose any proprietary or confidential information relation to the Project, the
Services,this Contract or the Client's business or operations without the prior written
consent ofthe Client.

3.4 Liability of the Consultants

Subject to additional provisions, if any, set forth in the SC, the Consultants' liability
under this Contract shall be as provided by the Applicable Law.

3.5 Insurance to be taken out by the Consultants

The Consultants (i) shall take out and maintain, and shall cause any Subconsultants
to take out and maintain, at their (or the Subconsultants', as the case may be) own cost
buton terms and conditions approved by the Client, insurance against the risks, and
for the coverage, as shall be specified in the Special Conditions (SC), and (ii) at the
Client'srequest, shall provide evidence to the Client showing that such insurance has
been taken out and maintained and that the current premiums therefore have been
paid.

- 393 -
3.6 Accounting, Inspection and Auditing

The Consultants(i)shall keep accurate and systematic accounts and records in respect
of the Services, hereunder, in accordance with internationally accepted accounting
principles such as Generally Accepted Accounting Principles (GAAP) and in such form
and detail as will clearly identify all relevant time charges and cost, and the bases
thereof (including such bases as may be specifically referred to in the SC) ; (ii) shall
permit the Client or its designated representative periodically, and upto one year from
the expiration or termination of this Contract, to inspect the same and make copies
thereof as well as to have them audited by auditors appointed by the Client; and (iii)
shall permit the client to inspect the Consultant's accounts and records relating to the
performance of the Consultant and to have them audited by auditors appointed by the
client.

3.7 Consultants' Actions requiring Client's prior Approval

The Consultants shall obtain the Client's prior approval in writing before taking any
of the following actions:
(a) Appointing such members of the Personnel as are listed in Appendix B;

(b) entering into a subcontract for the performance of any part of the Services, it
being understood (i) that the selection of the Sub-consultant and the terms and
conditions of thesubcontract shall have been approved in writing by the Client
prior to the execution of the subcontract, and (ii) that the Consultants shall
remain fully liable for the performanceof the Services by the Sub-consultant
and its Personnel pursuant to this Contract;

(c) any other action that may be specified in the SC.

3.8 Reporting Obligations

The Consultants shall submit to the Client the reports and documents specified in
Appendix A/E hereto, in the form, in the numbers and within the time periods set
forth in the said Appendix. Reporting stages, review progress and checklist shall be as
reflected in the DPR.

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

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

3.10 Equipment and Materials furnished by the Client

Equipment and materials made available to the Consultants by the Client, or purchased
by the Consultants with funds provided by the Client, shall be the property of the Client
and shall be marked accordingly. Upon termination or expiration of this Contract, the
Consultants shall make available to the Client an inventory of such equipment

- 394 -
andmaterials and shall dispose of such equipment and materials in accordance with
theClient's instructions. While in possession of such equipment and materials,
theConsultants, unless otherwise instructed by the Client in writing, shall insure them
in anamount equal to their full replacement value.

4. CONSULTANTS' PERSONNEL

4.1 General

The Consultants shall employ and provide such qualified and experienced
Personnel as are required to carry out the Services.

4.2 Description of Personnel

(a) The titles, agreed job descriptions, minimum qualification and estimated periods of
engagement in the carrying out of the Services of each of the Consultants' Key Personnel
are described in Appendix B. If any of the Key Personnel has already been approved by the
clients his/her name is listed as well.

(b) If required to comply with the provisions of Clause 3.1.1 of this Contract, adjustments
with respect to the estimated periods of engagement of Key Professional / Sub Professional
Personnel set forth in Appendix B may be madeby the Consultants by written notice to the
Client, provided

(i) that such adjustments shall not alter the originally estimated period of engagement of
any individual by more than 10% or one week, whicheveris larger, and

(ii) that the aggregate of such adjustments shall not cause payments under this Contract
to exceed the ceilings set forth in Clause 6.1 (b) of this Contract. Any other such
adjustments shall only be made with the Client'swritten approval.

(c) If additional work is required beyond the scope of the Services specified in Appendix
A, the estimated periods of engagement of Key Personnel set forth in Appendix B may be
increased by agreement in writing between the Client and the Consultants.

4.3 Approval of Personnel

The Key Personnel i.e. Professional Staff and Sub-consultants listed by title as well
as By name in Appendix B are hereby approved by the Client. In respect of other
Key Personnel which the Consultants propose, to use in the carrying out of the
Services, the Consultants shall submit to the client for review and approval a copy
of their biographical data and (in the case of Key personnel to be used within the
country of the Government) a copy of a satisfactory medical certificate in the form
attached here to as Appendix B1. If the Client does not object in writing (stating the
reasons for the objection) within thirty (30) calendar days from the date of receipt of
such biographical data and (if applicable) such certificate, such Key Personnel shall
be deemed to have been approved by the Client.

- 395 -
4.4 Working Hours, Overtime, Leave, etc.

(a) Working hours and holidays for Key Professional / Sub Professional Personnel are set
forth in Appendix C hereto. To account for travel time, foreign Personnel carrying out
Services inside the Government's country shall be deemed to have commenced (or
finished) work in respect of the Services such number of days before their arrival in (or
after their departure from) the Government's country is specified in Appendix C hereto.

(b) The Key Professional / Sub Professional Personnel shall not be entitled to be paid for
overtime nor to take paid sick leave or vacation leave except as specified in Appendix C
hereto, and except as specified in such Appendix, the Consultants' remuneration shall
be deemed to cover these items. All leave to be allowed to the Personnel is included in
the staff- months of service set for in Appendix B. Any taking of leave by Personnel shall
be subject to the prior approval of the Client by the Consultants, who shall ensure that
absence for leave purposes will not delay the progress and adequate supervision of the
Services.

(c) All Key personnel and sub professional staff of the consultants shall use the Aadhar
based Biometric attendance/ Geo- tagged selfie-based attendance system for marking
their daily attendance. Aadhar based Biometric attendance/ Geo- tagged selfie-based
attendance shall be marked at least once a day and anytime during the day. Aadhar
based Biometric attendance/ Geo- tagged selfie-based attendance system shall be
installed by the consultants at its own cost at the site office and design office in order to
facilitate the attendance marking. A copy of Aadhar based Biometric attendance/ Geo-
tagged selfie-based attendance records shall be attached at the time of submission of
their bills to the <PWD(NH-Works)>. Proper justification shall be provided for cases of
absence of key personnel/ sub-professional staff which do not have prior approval from
Project Director of Concerned stretch. If <PWD(NH-Works)> so desires, it shall facilitate
electronic linking of the Aadhar based Biometric attendance/ Geo- tagged selfie-based
attendance system with the Central Monitoring System of < PWD(NH-Works)>.

(d) Consultants will intimate concerned Project Director/ Project Incharge immediately
after establishing its site office regarding installation of Aadhar based Biometric
attendance/ Geo- tagged selfie-based attendance system and complete address of its
site office.

4.4 Removal and/or Replacement of Key Personnel

Removal and/or replacement of Key Personnel shall be regulated as under:

In case notice to commence services pursuant to Clause 2.1 of this Contract is notordered by
Client within 120 days of signing of contract:

The key personnel can excuse themselves on valid grounds, e.g., selection on
some other assignment, health problem developed after signing of contract, etc.
In such a case no penalty shall be levied on the Firm or on the person concerned.
The firm shall however be asked to give a replacement by an equally or better
qualified and experienced personnel to the satisfaction of the Authority,
whenever mobilization is ordered.

In case notice to commence services is given within 120 days of signing ofcontract.

- 396 -
It would be preferred that the team leader cum senior Highway Engineer shall
continue during all the Phase 1, 2 & 3 of the aggrement.

(i) During phase 3 the team leader shall be equal or better qualification in case the
replacement is necessitated. Morover the combined technical score of these 3 key
personnels

(i) Resident cum Highway Engineer

(ii) Bridge/Structural Engineer

(iii) Senior Pavement specialist

to be deployed during phase 3 (Construction , Supervision & Maintenance) should


be equal or more then the Technical score of 3 key personnels (except team leader)
as assessed during the technical evaluation. This would ensure that the evaluated
preferred bidder during the evaluation stage remain the preferred bidders even in
the phase 3 stage (Construction, Supervision & Maintenance).
(ii) Replacement of team leader and other key personnel are permitted once during
Phase III (i.e Supervision and Maintenance stage) without any reduction in
remuneration subject to equally or better qualified and experienced personnel
being provided to the satisfaction of the Authority. However any further
Replacement of all the Key Personnel shall be permitted subject to reduction of
remuneration equal to 2 % (two per cent) of the total remuneration specified for
the Key Personnel who is proposed to be replaced subject to equally or better
qualified and experienced personnel being provided to the satisfaction of the
Authority. In case of emergency such as death, serious medical ground the
replacement of team leader and other key personnels are permitted without any
reduction in remuneration subject to equally or better qualified and experienced
personnel being provided to the satisfaction of the Authority. The maximum age
limit of replaced key personnel shall be 65 years as on the date of submission of
proposal for such replacement.

If the consultant finds that any of the personnel had made false or fake
representation regarding his qualification and experience, he may request the
Employer for replacement of the personnel. There shall be no reduction in
remuneration for such replacement. The replacement shall however be of equal or
better score. The personnel so replaced shall be debarred from future projects for
2 years.

Replacement after original contract period is over:

There shall be no limit on the replacements and no reduction in remunerations


shall be made. The replacement shall however be of equal or better score.

If the Employer (i) finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal action or (ii) has
- 397 -
reasonable ground to be dissatisfied with the performance of any of the Personnel,
then the consultant shall, at the Employer’s written request specifying the grounds
therefore, forthwith provide a replacement with qualifications and experience
acceptable to him. For such replacement there will be no reduction in
remuneration.

If any member of the approved team of a consultant engaged by Assam PWD NH


Works leaves that consultant before completion of the job, he shall be barred for a
period of 24 months from being engaged as a team member of any other
consultant working (or to be appointed) for any other Assam PWD NH Works/
MoRTH projects.

4.6 Resident Team Leader and Coordinator

The person designated as the Team Leader of the Consultant’s Personnel shall be
responsible for the coordinated, timely and efficient functioning of the Personnel.
In addition, the Consultant shall designate a suitable person from its Head Office as
Project Coordinator who shall be responsible for day to day performance of the
Services.

5. OBLIGATION OF THE CLIENT

5.1 Assistance and Exemptions unless otherwise specified in the SC, the Client shall use its
best efforts to ensure that the Government shall:

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

- 398 -
(b) assist for the Personnel and, if appropriate, their eligible dependents to be
provided promptly with all supporting papers for necessary entry and exit
visas, residence permits, exchange permits and any other documents required
for their stay in India;

(c) Facilitate prompt clearance through customs of any property required for the
Services;

(d) issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and effective
implementation ofthe Services;

Assist the Consultants and the Personnel and any Sub-consultants and or
Associates employed by the Consultants for the Services from any
requirement to register or obtain any permit to practice their profession or to
establish themselves either individually or as a corporate entity according to
the Applicable Law;
(a) grant to the Consultants, any Sub-consultants and or Associates and the
Personnel of either of them the privilege, pursuant to the Applicable Law, of
bringing into Government's country reasonable amounts of foreign currency
for the purposes of the Services or for the personal use of the Personnel and
their dependents and of withdrawing any such amounts as may be earned
therein by the Personnel in the execution of the Services: and
(b) Provide to the Consultants, Sub-consultants and or Associates and Personnel
any such other assistance as may be specified in the SC.

5.2 Access to Land

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

5.3 Change in the Applicable Law

If, after the date of this Contract, there is any change in the Applicable Law with respect to
taxes and duties which increases or decreases the cost or reimbursable expenses incurred
by the Consultants in performing the Services, then the remuneration and reimbursable
expenses otherwise payable to the Consultants under this Contract shall be increased or
decreased accordingly by agreement between the Parties hereto, and corresponding
adjustments shall be made to the ceiling amounts specified in Clause6.1(b). For any
increase or decrease of amount due to change in the Applicable law, a supplementary
agreement between the parties shall be executed before making any such payments.

- 399 -
5.4 Services, Facilities and Property of the Client

The client shall make available to the Consultants and the Personnel, for the purposes of
the Services and free of any charge, the services, facilities and property described in
Appendix D at the times and in the manner specified in said Appendix D, provided that if
such services, facilities and property shall not be made available to the Consultants asand
when so specified, the Parties shall agree on (i) any time extension that may be appropriate
to grant to the Consultants for the performance of the Services, (ii) the manner in which
the Consultants shall procure any such services, facilities and property from other sources,
and (iii) the additional payments, if any, to be made to the Consultants as a result thereof
pursuant to Clause 6.1(c) hereinafter.

5.5 Payment

In consideration of the Services performed by the Consultants under this Contract, the
Client shall make to the Consultants such payments and in such manner as is provided by
Clause 6 of this Contract.

6. PAYMENT TO THE CONSULTANTS

6.1 Cost Estimates: Ceiling Amount

(a) An abstract of the cost of the Services payable in local currency (Indian Rupees)is set forth in
Appendix E.

(b) Except as may be otherwise agreed under Clause 2.6 and subject to Clause 6.1(c), the
payments under this Contract shall not exceed the ceiling specified in the SC. The
Consultants shall notify the Client as soon as cumulative charges incurred for the Services
have reached 80% of the ceiling.

(c) Not withstanding Clause 6.1(b) hereof, if pursuant to Clauses 5.4 hereof, the Parties shall
agree that additional payments shall be made to the Consultants in order to cover any
necessary additional expenditures not envisaged in the cost estimates referred to in Clause
6.1(a) above, the ceiling set forth in Clause6.1(b) above shall be increased by the amount or
amounts, as the case may be,of any such additional payments.

6.2 Currency of Payment

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

6.3 Mode of Billing and Payment

Billing and payments in respect of the Services shall be made as follows:-

(a) The Client shall cause to be paid to the Consultants an advance payment as specified in
the SC, and as otherwise set forth below. The advance payment will be due after
provision by the Consultants to the Client of a bank guarantee by a bank acceptable to
the Client in an amount (or amounts) and in a currency (or currencies) specified in the
SC, such bank guarantee (i) to remain effective until the advance payment has been
fully set off as provided in the SC, and ii) in such form as the Client shall have approved
in writing.

- 400 -
(b) Payment Schedule

Phase Description Sub- Paym


Phase ent Payment
Key activities Phase key
wise activities
% %
1A Project planning and mobilization 2.0
1 Project (Feasibilit
preparation y Study) Alignment, finalization,preliminary 3.5
surveys
LA, utilities, identification;creation of 3.0
draft notifications and proposals
1B (DPR) Detailed design of highway, 3.5
preparation of detailed project report 15.0%
with drawings
Preparation of bid documents and 3.0
technical schedules
Land acquisition process (JMS and 3D 1.5
reports), obtaining final utilities
Pre- estimates and required clearances
2 construction
Land acquisition award determination 1.0
activities 5.0%
(3G report) acquisition awarddetermination (
Obtaining possession of land-Land 1.5
possession report
Mutation related work i.e court 1.0
case, arbitration
3 Construction A. During Construction
activity and 1. Review and approval ofdesign
maintenance 2.Supervision of constructionwork ,
3. review of progress work
4. Quality assurance monitoring and
supervisiontest,
5.Arrangement of safety of
work/workers/users/ pedestrians 80.0% 55.0
6. Progress of pre-
construction activities
7. Clearances from differentagencies
B. During maintenance
1) Performance Monitoringthrough
Network Survey Vehicle
2) Inspection of defect and
deficiencies
3) Maintenance of the roadwork 25.0
4) Quality assurance duringproject
life
5) Safety aspects

- 400 -
Paym
ent Payment
Sub-
Phase Description Key activities Phase key
Phase
wise activities%
%
B. During maintenance
1) Performance Monitoring
through Network Survey
Vehicle
2) Inspection of defect and
deficiencies 25.0
3) Maintenance of the road
work
4) Quality assurance during
project life
5) Safety aspects

Note: Consultants have to provide a certificate that all key personnel as envisaged in the
Contract Agreement has been actually deployed in the project. They have to submit the
proof of Aadhar based Biometric attendance/ Geo-tagged selfie-based attendance at the
time of submission of bills to the concerned Authority.

* The Concerned Project Director or his authorized representative shall ensure and
certify at least 5% test check of all the data collected by the Consultant before
releasing the payment to the Consultant.

(c) Beginning 13th months from the bid due date, billing rates shall be increased to
cover all items of contract i.e. remuneration, vehicle hire, office rent, consumables,
furniture etc. @ 5% every 12 months. However, for evaluation and award of the Bid
proposals, the quoted initial rate (as applicable for first 12 months from last date of
submission of bid) shall be multiplied by the total time input for each position on this
contract, i.e. without considering the increase in the billing rates.

(d) Not withstanding anything to the contrary stated in the GCC and SCC, it shall be
mandatory to deploy the key personnel and sub-professional as per the Man-
Months Input specified in the Terms of Reference.

(e) Inadequate deployment of key personnel and sub-professional shall lead to


100% deduction in the monthly payment. The key personnel and sub- professional
shall be considered to be inadequately deployed if he/she is not present for atleast
90% (excluding holidays) of the time stipulated in the month, as per the Man Months
Input in the Terms of Reference and the Deployment Schedule proposed by the firm.
For avoidance of doubt, in case the Team Leader cum Senior Highway Engineer has
not been made available for 90% of the stipulated time in the month, then no
monthly payment shall be released.

- 401 -
(f) All payments shall be made in Indian Rupees and shall be subjected to applicable
Indian laws withholding taxes if any.

(g) Payment for Phase-1& 2-[Project preparation and Preconstruction activity]

(i) The payment to the consultant shall be made on deliverable basis as per the payment
schedule mentioned in GC 6.3(b). No payment shall become eligiblefor the next stage till
the consultant completes to the satisfaction of the client the work pertaining to the
preceding stage. The payment for the work of sub-soil investigation(Boring)will be as per
plan approved by the client and will be paid as per actual at the rates quoted by the
consultants .The payment forthe quantity given by the client for boring will be deemed
to be included in the above mentioned payment schedule. Any adjustment in the
payment to the consultants will be made in the final payment only.

(ii) The Client shall cause the payment of the Consultants in Para 6.3 (b) above as given in
schedule of payment within thirty (30) days after the receipt by the Client of bills.
Interests at the rate specified in the SC shall become payable as from the above due date
on any amount due by, but not paid on, such due date.

(iii) The final payment under this Clause shall be made only after the final reportand a final
statement, identified as such, shall have been submitted by the Consultants and
approved as satisfactory by the Client. The Services shall be deemed completed and
finally accepted by the Client and the final report and final statement shall be deemed
approved by the Client as satisfactory one hundred and eighty (180) calendar days after
receipt of the final report and final statement by the Client unless the Client, within
ninety (90) day period, gives written notice to the Consultants specifying in detailed
deficiencies in the Services, the final report or final statement. The Consultants shall
thereupon promptly make any necessary corrections, and upon completion of such
corrections, the foregoing process shall be repeated. Any amount which the Client has
paid or caused to be paid in accordance with this Clause in excess of the amounts
actually payable in accordance with the provisions of this Contract shall be reimbursed
by the Consultants to the Client within thirty (30) days after receipt by the Consultants
of notice thereof. Any such claim by the Client for reimbursement must be made within
twelve (12) calendar months after receipt by the Client of a final report and a final
statement approved by the Client in accordance with the above.

(iv) All payments under this Contract shall be made to the account of the Consultants
specified in the SC.

(v) Efforts need to be made by the Consultant to submit the schedule reports of each road
stretch /s of a package. However, due to reasons beyond the reasonable control of
Consultant, if the schedule submission of reports / documents of each road stretch /s of
a package is not done, the payment shallbe made on pro-rata basis.

(h) Payment for Phase-3-[Construction supervision and Maintenance]


(i) (a) During Construction-

The due amount of the consultant’s financial proposal for Construction supervisionphase
as mentioned in GC 6.3 (b) will be converted to the % of Civil work cost quoted by the
- 402 -
Civil Contractor and payment will be made in proportionate to the financial progress of
Civil work. If the progress of the work may be lagging behind the scheduled milestone
due to various reasons such as non-availability of certain parcels of land, forest
clearance, poor performance of contractor etc, in such situations/ circumstances, the
Authority shall review the requirement of personnel & logistics items commensurate to
the progress of the work. Authority, if found necessary reduce the deployment of
personnel & logistics. The payment of remuneration and also of the reimbursable
items in such cases may be paid as per the actual deployment of personnel/ logistics
duly accounting the modification in the payment as per the payment schedule
mentioned in para 6.3(b).Authority may also de-mobilize the Authority's Engineer, if
the projectis at a standstill.

(i) (b) During maintenance

The due amuont of the consultant’s financial proposal for Maintenaince


supervision phase as mentioned in GC 6.3 (b) shall be paid monthly on
proportionate basis. Payment shall be deducted at the rate specified in form III
of RFP in case consultant do not use required equipment for supervision during
maintenance.

Notwithstanding any other provisions in the agreement in this regard, this


provision will prevail and override any other provision to the contrary in this
agreement.

(ii) As soon as practicable and not later than fifteen (15days) after the end of each
calendar month during the period of the Services, the Consultants shall submit to
the Client, in duplicate, itemized statements, accompanied by copies of receipted
invoices, vouchers and other appropriate supporting materials, of the amounts
payable pursuant to Clauses GC6.3 for such month. Each monthly statement shall
distinguish that portion of the total eligible costs which pertains to remuneration
from that portion which pertains to reimbursable expenditures.
(iii) 75% of bill raised by the Consultant shall be paid within 72 Hrs and remaining bill
may be paid after due scrutiny. The Client shall cause the payment of the
Consultants periodically as given in schedule of payment above within thirty (30)
days after the receipt by the Client of bills with supporting documents. Only such
portion of a monthly statement that is not satisfactorily supported may be withheld
from payment. Should any discrepancy be found to exist between actual payment
and costs authorized to be incurred by the Consultants, the Client may add or
subtract thedifference from any subsequent payments. Interest at the rate specified
in the SC shallbecome payable as from the above due date on any amount due by,
but not paid on such due date.

(iv) The final payment under this Clause shall be made only after the final reportand a
final statement, identified as such, shall have been submitted by the Consultants and
approved as satisfactory by the Client. The Services shall be deemed completed and
- 403 -
finally accepted by the Client and the final report and final statement shall be
deemed approved by the Client as satisfactory ninety (90) calendar days after
receipt of the final report and final statement by the Client unless the Client, within
such ninety (90) day period, gives written notice to the Consultants specifying in
detail deficiencies in the Services, the final report or final statement. The
Consultants shall there upon promptly make any necessary corrections, and upon
completion of such corrections, the foregoing process shall be repeated. Any
amount which the Client has paid or caused to be paid in accordance with this
Clause in excess of the amounts actually payable in accordance with the provisions
of this Contract shall be reimbursed by the Consultants to the Client within thirty
(30) days after receipt by the Consultants of notice thereof. Any such claim by the
Client for reimbursement must be made within twelve (12) calendar months after
receipt by the Client of a finalreport and a final statement approved by the Client in
accordance with theabove.

(v) All payments under this Contract shall be made to the account of the Consultants
specified in the SC.

(I) “In the event that the construction of the project (under phase 3) occurs
prior to the Scheduled Construction completion Date, the Consultant shall
be entitled to receive a payment of bonus equivalent to 0.02% (zero point
zero two per cent) of the consultancy cost for each day by which the
Construction completion Date precedes the Scheduled Construction
completion Date, but subject to a maximum of 2% (two per cent) of the
consultancy cost. Provided, however, that the payment of bonus, if any,
shall be made only after the issue of the Completion Certificate for the Civil
work to the Civil Contractor.For the avoidance of the doubt, the Parties agree
that for the purpose of determining the bonus payable hereunder, the
Consultancy Price shall always be deemed to be the amount specified in
Financial Proposal, and shall exclude any revision thereof for any reason.”
(j) Consultants will make payment of salary to all key personnel in their
respective bank accounts through electronic mode only. No cash transaction
wrt salary will be made. Proof of salary transfer through electronic mode
shall be submitted by the consultants with each bill.

7. Responsibility for Accuracy of Project Documents

7.1 General

7.1.1 The Consultant shall be responsible for accuracy of the data collected, by him
directly or procured from other agencies/authorities, the designs, drawings,
estimates and all other details prepared by him as part of these services. He shall
indemnify the Authority against any inaccuracy in the work which might surface
during implementation of the project. The Consultant will also be responsible for
correcting, at his own cost and risk, the drawings including any re-survey /
investigations and correcting layout etc. if required during the execution of the
Services.
- 404 -
The Consultant shall be fully responsible for the accuracy of design and drawings of
the bridges and structures. All the designs and drawings for bridges and structures
including all their components shall be fully checked by a Senior Engineer after
completion of the designs. All drawings for bridges and structures shall be duly signed
by the (a) Designer, (b) Senior Checking Engineer, and (c) Senior Bridge / Structure
Expert. The designs and drawings not signed by the three persons mentioned above
sha ll not be accepted. The Consultant shall indemnify the Client against any
inaccuracy / deficiency in the designs an d draw ing s of t he bridg es an d
struc tures not iced d uring the construction and even thereafter and the Client shall
bear no responsibility f or the accuracy of the designs anddrawings submitted by the
Consultants.

7.1.2 The survey control marks established by the Consultant shall be protected by the
Consultants till the start of the Construction work.

7.2. Retention Money

An amount equivalent to 5% of the contract value shall be retained at the end of the
contract for accuracy of design, quantities submitted & supervision etc. and the same
will be released after the completion of civil contract works or after 3 years from
completion of consultancy services, whichever is earlier. The retention money will
however be released by the Client on substitution by Bank Guarantee of the same
amount valid upto the period as above. Out of this 5%, 2.5% shall be in the form of Bank
Guarantee and 2.5% shall be the amount retained from Consultancy fee payable to the
Consultant.

7.3. Penalty

7.3.1. Penalty for Error/Variation

i. If variation in project cost occurs due to Change of scope requests of more than 5%
of the total project cost as estimated by the consultant and these change of scope
requests arise due to deficiencies in the design provided by the consultant, the penalty
equivalent to 1% of the contract value shall be imposed. For this purpose retention
money equivalent to 1% of the contract value will be forfeited. This shall exclude any
additional/deletion of items/works ordered by the client during the execution

ii. If there is a discrepancy in land to be acquired during the execution of the project upto
an extent of +/- 2% of the area of land, a penalty equivalent to 0.75% of the contract
value shall be imposed however, above panelty shall not be invoked if discrepancy in
land to be acquired is due to fault of revenue authority. For this purpose retention
money equivalent to 0.75% of the contract value will be forfeited. This shall exclude
any additional/deletion of items/works ordered by the client during the execution.
For discrepancy of more than + / - 2% of the area of land to be acquired, the firm shall
be declared as non-performing as per para 7.4.2.1.

iii. If there is a variation in quantities of various itmes ofutilities shifting during the
execution of the project upto an extent of +/- 10% of the quantity estimated by the
design consultant, a penalty equivalent to 0.75% of the contract value shall be
imposed. For this purpose retention money equivalent to 0.75% of the contract value
will be forfeited. This shall exclude any additional/deletion of items/works ordered
by the client during the execution

iv) For inaccuracies in survey/investigation/design work the penalties shall be imposed


as per details given in Table below:
- 405 -
Penalty (%age
Sr.No. Item
ofcontract value)
1 Topographic Surveys 0.25 to 0.40

- 406 -
Penalty (%age
Sr.No. Item
ofcontract value)
a) The horizontal alignment does not match with ground
condition.
b) The cross sections do not match with existing ground.
c) Theco-ordinatesaredefectiveasinstrumentsofdesired accuracy
not used.
Geotechnical Surveys 0.25 to 0.40
a) Incomplete surveys
2 b) Data not analyzed properly
c) The substrata substantially different from the actual strata
found during construction.
Traffic data found to be varying by more than 25% on resurvey
3 0.15 to 0.25
at a later date, unless there are justifiable reasons.
Axle load data found to be varying by more than 25% on
4 0.15 to 0.25
resurvey at a later date, unless there are justifiable reasons.
The firm shall
be considered
5 Structural Designs found to be unsafe or grossly over designed as non-
performing as
per para 7.4.2.1

7.3.2 Penalty for delay

In case of delay in completion of services, a penalty equal to 0.01% of the contract price
per day subject to a maximum 1% of the contract value will be imposed and shall be
recovered from payments due/performance security. However in case of delay due to
reasons beyond the control of the consultant, suitable extension of time will be granted
on case to case basis.

7.3.3 Total amount of recovery from all penalties shall be limited to 4% of the Consultancy
Fee.

7.3.4 Assam PWD NH Works is in process of evolving performance based rating system
for DPR Consultants. Performance of Consultants shall be monitored by Assam PWD
NH Works and will be taken into account in technical evaluation of future DPR
projects. For this purpose, performance of Consultant in the current project shall
also be taken into account to create rating of Consultant.

7.4 ACTION FOR DEFICIENCY IN SERVICES

7.4.1 Consultants liability towards the Client

Consultant shall be liable to indemnify the client for any direct loss or damage accrued
or likely to accrue due to deficiency in service rendered by him.

7.4.2.1 Non Performing:

The firm shall be declared as non-performing under following circumstances:

- 407 -
(a) Structural Designs found to be unsafe or grossly over designed.
(b) Change of scope more then +/-10%.
(c) Discrepancy in land to be acquired during the execution of the project more
then +/-5%.
(d) Variation in quantities of various itmes ofutilities shifting during the execution
of the project more then +/- 20%.
(e) Recommendation for Release of Payment to the contractor and without
compliance of contractual obligation.
(f) In the absence of prescribed no of Key Personnel and non reporting of the
same to authority.
(g) In the case of major deficiencies in the Detailed Project Report involving time
and cost overrun and adverse effect on reputation of Assam PWD NH Works.
7.4.2.2 Debarring-
If the firm is declared as non-performing under any clause 7.4.2.1, the firm will
not be eligible for participating in future projects of the Ministry (including
NHAI, NHIDCL, BRO, etc.) and Assam PWD as well for a period of 5 years.

8. FAIRNESS AND GOOD FAITH

8.1 Good Faith

The Parties undertake to act in good faith with respect to each other’s rights under this
Contract and to adopt all reasonable measures to ensure the realization of the
objectives of this Contract.

8.2 Operation of the Contract

The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties hereby
agree that it is their intention that this Contract shall operate fairly as between them,
and without detriment to the interest of either of them, and that, if during the term of
this Contract either Party believes that this Contract is operating unfairly, the Parties
will use their best efforts to agree on such action as may be necessary to remove the
cause or causes of such unfairness, but no failure to agree on any action pursuant to
this Clause shall give rise to a dispute subject to arbitration in accordance with Clause
9 hereof.

9. SETTLEMENT OF DISPUTES

9.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising out of or
in connection with this Contract or the interpretation thereof.

9.2 Dispute Resolution

9.2.1 Any dispute, difference or controversy of whatever nature howsoever arising under or
out of or in relation to this Agreement (including its interpretation) between the
Parties, and so notified in writing by either Party to the other Party (the “Dispute”)

- 408 -
shall, in the first instance, be attempted to be resolved amicably in accordance with the
conciliation procedure set forth in Clause 9.3.

9.2.2 The Parties agree to use their best efforts for resolving all Disputes arising under or in
respect of this Agreement promptly, equitably and in good faith, and further agree to
provide each other with reasonable access during normal business hours to all non –
privileged records, information and data pertaining to any dispute.

9.3 Conciliation

In the event of any Dispute between the Parties, either Party may call upon
t h e C h i e f E n g i n e e r , P W D N H W O R K S and the Chairman of the Board of
Directors of the Consultant or a substitute thereof for amicable settlement, and
upon such reference, the said persons shall meet no later than 10(ten) days from
the date of reference to discuss and attempt to amicably resolve the Dispute. If
such meeting does not take place within the 10(ten) day period or the Dispute is
not amicably settled within 15(fifteen) days of the meeting or the Dispute is
not resolved as evidenced by the signing of written terms of settlement within
30 (thirty) days of the notice in writing referred to in Clause 9.2.1 or such
longer period as may be mutually agreed by the Parties, either Party may refer
the Dispute to arbitration in accordance with the Provisions of Clause 9.4.

9.4 Arbitration

9.4.1. Any Dispute which is not resolved amicably by conciliation, as provided in Clause
9.3, shall be finally decided by reference to arbitration by an Arbitral Tribunal
appointed in accordance with Clause 9.4.2. Such arbitration shall be held in
accordance with the Rules of Arbitration of the International Centre for
Alternative Dispute Resolution, New Delhi (the “Rules”), or such other rules as
may be mutually agreed by the Parties, and shall be subject to the provisions of
the Arbitration and Conciliation Act, 1996 as amended. The venue of such
arbitration shall be t h e in Guwahati and the language of arbitration
proceedings shall be English.

9.4.2 Each dispute submitted by a Party to arbitration shall be heard by a sole arbitrator to
be appointed as per the procedure below

a) Parties may agree to appoint a sole arbitrator or, failing agreement on the identity
of such sole arbitrator within thirty(30) days after receipt by the other Party of the
proposal of a name for such an appointment by the Party who initiated the
proceedings, either Party may apply to the President, Indian Roads Congress, New
Delhi for a list of not fewer than five nominees and, on receipt of such list, the Parties
shall alternately strike names therefrom, and the last remaining nominee on the list
shall be sole arbitrator for the matter in dispute. If the last remaining nominee has
not been determined in this manner within sixty (60) days of the date of the list, the
president, Indian Roads Congress, New Delhi, shall appoint, upon the request of
either Party and from such list or otherwise, a sole arbitrator for the matter in
dispute.

9.4.3 Substitute Arbitrator

If for any reason an arbitrator is unable to perform his function, a substitute shall be
appointed in the same manner as the original arbitrator.

- 409 -
9.4.4 Qualifications of Arbitrator
The sole arbitrator selected pursuant to Clause 9.2.1 hereof shall be expert with
extensive experience in relation to the matter in dispute. Preference will be given to
the person having adequate experience in the Infrastructure Field/ Civil Engineering.

9.4.5 The Arbitrators shall make a reasoned award (the “Award”). Any Award made in any
arbitration held pursuant to this Clause 9 shall be final and biding on the Parties as
from the date it is made, and the Consultant and the Authority agree and undertake to
carry out such Award without delay.

9.4.6 The Consultant and the Authority agree that an Award may be enforced against the
Consultant and/or the Authority, as the case may be, and their respective assets
wherever situated.

9.4.7. This Agreement and the rights and obligations of the Parties shall remain in full force
and effect, pending the Award in any arbitration proceedings hereunder

9.4.8 Miscellaneous

In any arbitration proceeding hereunder:

(a) Proceedings shall, unless otherwise agreed by the parties be held in Guwahati.

(b) The English language shall be the official language for all purposes;

(c) The decision of sole arbitrator shall be final and binding and shall be enforceable
in any court of competent jurisdiction, and the Parties hereby waive any objections
to or claims of immunity in respect of such enforcement; and

(d) The schedule of Expenses and Fee payable to the Arbitrator shall be/as per the
Schedule IV of Arbitration & Conciliation Act, 1996 as amended.

In exceptional cases, such as cases involving major legal implications/wider


ramifications/higher financial stakes etc. a special fee structure could be fixed in
consultation with the Contractor/Supervision Consultants and with the specific approval
of the Assam PWD NH Works before appointment of the Arbitrator,

10. Change of Scope

The change of Scope on account of variation of total length as well as 4 laned length of
project Highway from the indicative length as given at Annexure- I of Letter of
Invitation of the RFP shall be dealt as follows

i) During the course of consultancy services in case it is considered necessary


to increase/decrease the scope of services(of total length or 4 laned length as
compared to indicative Length as given in the RFP) by the client the same shall
be notified by Change of scope notice. Similarly, if the Consultant determines
that change of scope is needed, he shall inform of the same to the Client. The
Client will examine and shall either reject the proposal or issue change of scope
notice.

ii) The Consultancy fee shall be revised on account of change of scope as below:

- In case the total length of project increase/ decrease up to 10% of indicative


length given in the RFP: No change in Consultancy Fees.
In case the increase/ decrease in total length of project is more than 10 % of
- 410 -
the indicative length as given in the RFP: The consultancy fee shall be
increased/ decreased in the same proportion in which the length of the project
road is increased/ decreased beyond 10% .

iii) Increase/decrease in length on account of bypasses shall not be considered as


change of scope. However, the total length of the project highway (including
bypasses and realignment) along the finally approved alignment shall be
compared with the indicative length in the RFP for the purpose of variation.

10.1 The Consultancy fee shall be increased on account of change of scope as below:

a) In case of increase in configuration of Lanes in the project after the


submission of Final Report: 10% of the original consultancy charges

b) In case of change of mode of delivery is involved after submission of Final


Report / due to revision of specifications / IRC Codes etc.

(i) Revision of DPR after submission due to changes in 0.5% of the original Consultancy
IRC codes / specification etc. charges.

(ii) Revision of DPR due to changes in mode EPC / BOT 0.5% of the original Consultancy
/ HAM etc charges.

11. Fake CV

If any case of fake/incorrect/inflated CV is found, it shall be dealt with very severely


and would result in all possible penal action including blacklisting of key personnel
from future projects of Assam PWD NH Works. This would also apply even when the
consulting firm is not successful in getting the assignment. In case CV of a person is
turned out to be fake/incorrect/inflated during the assignment, the consultancy
firms will have to refund the salary and perks drawn including interest @12% per
annumin respect of the person apart from other consequences. In addition to above,
10% of the salary and perks to be refunded shall be recovered from the Firm as
penalty.

- 410 -
SPECIAL CONDITIONS OF CONTRACT

Number of GC Clause

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

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

1.4 The language is: English

1.6.1 The addresses are:

For the Client : Assam PWD NH Works, Chandmari, Guwahati-3.

Attention : Chief Engineer, PWD NH Works

Chandmari, Guwahati-3

For the Consultants:

Attention: Name…………
Designation
Address
Tel: Fax: E-mail address

1.6.2 Notice will be deemed to be effective as follows:

(a) In the case of personal delivery or registered mail, on delivery;

(b) In the case of facsimiles, 24 hours following confirmed transmission.

(c) In case of E mail, 24 hours following confirmed transmission.

(d) In the case of telexes, 24 hours following confirmed transmission;


(e) In the case of telegrams, 24 hours following confirmed transmission; and

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

1.9 The Authorized Representatives are:

For the Client : ( Will be notified later )

For the Consultant: Name

Designation

- 411 -
1.10 The Consultants and the personnel shall pay the taxes, duties, fees, levies and other
impositions levied under the existing, amended or enacted laws (prevailing 7 days
before the last date of submission of bids) during life of this contract and the Client
shallperform such duties in regard to the deduction of such tax as may be lawfully
imposed.

2.1 The effectiveness conditions are the following:

a) The contract has been approved by Assam PWD NH Works.

b) The consultant will furnish within 15 days of the issue of Letter of Acceptance
(LOA), an unconditional Bank Guarantee equivalent to 2.0% of the total contract
value from a Nationalized Bank, IDBI or ICICI/ICICI Bank/Foreign Bank/EXIM Bank
/ Any Scheduled Commercial Bank approved by RBI having a net worth of not less
than Rs.1000 crore as per latest Annual Report of the Bank.In the case of a Foreign
Bank (issued by a Branch in India) the net worth in respect of Indian operations
shall only be taken into account. In case of Foreign Bank, the BG issued by Foreign
Bank should be counter guaranteed by any Nationalized Bank in India. In case of JV,
the BG shall be furnished on behalf of the JV or by the lead member of the JVs
towards Performance Security valid for a period of six months beyond the expiry of
contract period

2.2 The time period shall be “four months” or such other time period as the parties may
agree in writing.

2.3 The time period shall be“fifteen days”or such other time period as the Parties may
agree in writing.

2.4 The time period shall be 96 months or such other time period as the parties may
agree in writing.

2.9.4 If after finalisation of DPR, if the project has not been awarded within 2.5 years
then the consultant is free to exit from the PMC work

2.9.7 Foreclosure with mutual consent (New Clause)

2.9.7.1 Without prejudice to any provision of this Agreement, the Authority and Consultant
may foreclose this Agreement by mutual consent in circumstances which does not constitute
either party’s default without any liability or consequential future liability for either party
except as mentioned in this Clause.

2.9.7.2 Should a Party intend to foreclose this Agreement by mutual consent, the intending
Party shall issue a notice to the other Party and upon issuance of such notice, the other Party
may within 15 days from receipt of such notice either agree to such foreclosure or raise
objection(s) to the same by intimating either of the two possible positions to the intending
Party in writing. In case the contract is foreclosed on mutual consent, payment upto the
completed stage will be paid as per CI 9.6 (b) of GC and remuneration & logistics beyond
completed stage will be paid as per actual using the rates quoted in Consultants’ financial
proposal.

2.9.7.3 If at inception stage or feasibility stage, employer desires to foreclose the contract, the
contract will be foreclosed with mutual consent up to that stage and the Consultant’s consent
is implied without exception.

2.9.7.4 Any attempt or endeavor for foreclosure by mutual agreement shall be without

- 412 -
Prejudice to the rights and obligations of the Parties herein and the factum of such an attempt
or exercise shall not stop either of the Parties from discharging their contractual obligations
under this Agreement.

2.9.7.5 For the avoidance of doubt, it is clarified that such foreclosure will be without
prejudice to the Consultant and shall not affect the Consultant in any way if it wishes to bid in
future projects of the Authority.

2.9.7.6 In case the project has not been awarded within a period of 2.5 years from the date of
finalization of DPR and the Consultants have completed their activities under Phase 2,
Consultants is free to exit from the Contract and such circumstances. Client will pay 5% of phase
3 cost quoted by the Consultants in its Financial Proposal as commitment charges on
submission of an affidavit by the Consultants waiving Client from any claim in future.

3.4 Limitation of the Consultants’ Liability towards the Client

(a) Except in case of negligence or willful misconduct on the part of the Consultants
or on the part of any person or firm acting on behalf of the Consultants in carrying
out the Services, the Consultants, with respect to damage caused by the
Consultants to the Client’s property, shall not be liable to the Client:

(i) for any indirect or consequential loss or damage; and


(ii) for any direct loss or damage that exceeds (A) the total payments for
Professional Fees and Reimbursable Expenditure made or expected to be made
to the Consultants hereunder, or (B) the proceeds the Consultants may be
entitled to receive from any insurance maintained by the Consultants to cover
such a liability, whichever of (A) or (B) is higher.

(b) This limitation of liability shall not affect the Consultants’ liability, if any, for
damage to Third Parties caused by the Consultants or any person or firm acting
on behalf of the Consultants in carrying out the Services.

3.5 The risks and the coverage shall be as follows:

(a) Third Party motor vehicle liability insurance as required under Motor Vehicles Act,
1988 as amended in respect of motor vehicles operated in India by the Consultants or
their Personnel or any Sub consultants or their Personnel for the period of
consultancy.

(b) Third Party liability insurance with a minimum coverage, for Rs.1.00 million for
the period of consultancy.

(c) (i) The Consultant shall provide to Assam PWD NH Works Professional Liability
Insurance (PLI) for a period of Five years beyond completion of Consultancy
services or as per Applicable Law, whichever is higher.

(ii) The Consultant will maintain at its expense PLI including coverage for errors and
omissions caused by Consultant’s negligence in the performance of its duties
under this agreement, (A) For the amount not exceeding total payments for
Professional Fees and Reimbursable Expenditures made or expected to be
made to the Consultants hereunder OR (B) the proceeds, the Consultants may
be entitled to receive from any insurance maintained by the Consultants to cover
such a liability, whichever of (A) or (B) is higher.
(iii) The policy should be issued only from an Insurance Companyoperating in India.

- 413 -
(iv) The policy must clearly indicate the limit of indemnity in terms of “Any One
Accident” (AOA) and “Aggregate limit on the policy” (AOP) and in no case should
be for an amount less than stated in the contract.
(v) If the Consultant enters into an agreement with Assam PWD NH Works in a
joint venture, the policy must be procured and provided to Assam PWD NH
Works by the joint venture entity and not by the individual partners of the joint
venture.
(vi) The contract may include a provision thereby the Consultant does not cancelthe
policy midterm without the consent of Assam PWD NH Works. The insurance
company may provide an undertaking in this regard.

(d) Employer’s liability and workers’ compensation insurance in respect of the Personnel
of the Consultants and of any Sub consultant, in accordance with the relevant
provisions of the Applicable Law, as well as, with respect to such Personnel, any such
life, health, accident, travel or other insurance as may be appropriate; and all
insurances and policies should start from the date of commencement of services and
remain effective as per relevant requirements of contract agreement.

3.7(c) The other actions are

"(i) taking any action under a civil works contract designating the Consultants as
"Authority’s Engineer", for which action, pursuant to such civil works contract,
the written approval of the Client as "Employer" is required".

3.9 The Consultants shall not use these documents for purposes unrelated to this Contract
without the prior written approval of the Client.

4.6 The person designated as Team Leader cum Senior Highway Engineer inAppendix
Bshall serve in that capacity, as specified in Clause 4.6.

6.1 (b) The ceiling amount in local currency is Rs……… (Excluding Goods&Services Tax)

6.3 (a) No advance payment will be made.

6.3 (b) Additional conditions: Payment for Phase-3-[Construction supervision and


Maintenance]

(i) Payment of Authority Engineer shall be released on approval of the monthly


reports. Report shall be approved by the Authority only if it includes all the
sections prescribed in the format and submitted as per specified timelines.

(ii) Payment shall be released as per rates quoted in Form-III of Appendix-IV-


Breakup of Local currency costs.

(iii) For equipment based road inspection to be conducted in O&M phase, payment
shall be released as per actual use of equipment on road and rates quoted in
Form-III of Appendix-IV- Breakup of Local currency costs.

(iv) If any of the report is found to be misleading or containing incorrect


information as determined by the Authority, 10% of payment linked to that
report shall be deducted as penalty

(v) It is understood(i)that the remuneration rates shall cover(A) such salaries and
- 414 -
allowances as the Consultants shall have agreed to pay to the Personnel as
well as factors for social charges and overhead, and (B)the cost of back
stopping by home office staff not included in the Personnel listed in Appendix
C, and(C)the Consultants' fee;(ii)that bonuses or other means of profit-sharing
shall not be allowed as an element of overhead, and(iii)that any rates specified
for persons not yet appointed shall be provisional and shall be subject to
revision, with the written approval of the Client, once the applicable salaries
and allowances are known.

(vi) Remuneration for periods of less than one month shall be calculated on
anhourly basis for actual time spent in the Consultants' home office and
directly attributable to the Services(one hour being equivalent to 1/240th of
a month) and on a calendar-day basis for time spent away from home
office(one day being equivalent to 1/30th of a month).

(vii) The rates for foreign and local Personnel are set forth in Appendix E

6.3 (g)(ii) &(h)(ii) The interest rate is: @ 10% per annum

6.3 (g)(iv) & (h)(v)The account is:

Account Number:

IFSC Code :

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

9.2.1 Selection of Arbitrators

Each dispute submitted by a Party to arbitration shall be heard by a sole arbitrator to


be appointed as per the procedure below

a) Parties may agree to appoint a sole arbitrator or, failing agreement on the
identity of such sole arbitrator within thirty(30) days after receipt by the other
Party of the proposal of a name for such an appointment by the Party who
initiated the proceedings, either Party may apply to the President, Indian
Roads Congress, New Delhi for a list of not fewer than five nominees and, on
receipt of such list, the Parties shall alternately strike names therefrom, and the
last remaining nominee on the list shall be sole arbitrator for the matter in
dispute. If the last remaining nominee has not been determined in this manner
within sixty (60) days of the date of the list, the president, Indian Roads
Congress, New Delhi, shall appoint, upon the request of either Party and from
such list or otherwise, a sole arbitrator for the matter in dispute.

- 415 -
Appendix A

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


ReportingRequirements

- 416 -
Appendix A1: Reporting Requirements

[List format, frequency, contents of reports and number of copies; persons to receive them; dates
of submission etc. If no reports are to be submitted, state here "Not applicable".}

Please refer TOR

- 417 -
Appendix B

Consultants’ Sub consultants, Key Personnel and Sub Professional Personnel

- 418 -
Appendix B1: Medical Certificate

[Show here an acceptable form of medical certificate for foreign Personnel to be stationedin
India. If there is no need for a medical certificate, state here: "Not applicable. "]

The form of Medical Certificate as required under the rules of Govt. of India

- 419 -
Appendix C

Hours of work for Consultants’ Personnel

The Consultant’s personnel shall normally work for 8 hours in a day and six days a week.
Normally Sundays shall be closed for working. In addition they shall also be allowed to avail
holidays as observed by the Client’s office in the relevant state without deduction of
remunerations. In case any person is required to work on Sunday or Holiday due to exigency
of work, he/she shall be given compensatory leave within the next 15 days.

- 420 -
Appendix D

Duties of the Client

[List here under:

D-1 Services, facilities and property to be made available to the Consultants by the
Client.

D-2 Counterpart personnel to be made available to the Consultants by the Client.]

Please refer TOR

- 421 -
Appendix E

Cost Estimate

List hereunder cost estimate in INR:

1. Monthly rates for local Personnel (Key Personnel and other Personnel)

2. Reimbursable/Rental/Fixed expenditures as follows:

a. Cost of local transportation.

b. Cost of other local services, rentals, utilities, etc.

- 422 -
Appendix F:

Copy of letter of invitation

- 423 -
Appendix G:

Copy of letter of acceptance

- 424 -
Appendix –H

(PERFORMANCE BANK GUARANTEE)

(Clause-13 of TOR)

To

Address of Employer:

1
WHEREAS [Name and address of Consultants ] (hereinafter called “the
consultants”) has undertaken, in pursuance of ContractNo. dated
to provides the services on terms and conditions set forth in this
Contract [Name of contract and brief description of works) (hereinafter
called the “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Consultants shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified there in as
security for compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Consultants such a BankGuarantee;

NOW THERE OF wehereby affirm that we are the Guarantor and responsible to you, on behalf
2
of the Consultants upto a total of [amount of Guarantee] [inwords], such sum
being payable in the types and proportions of currencies in which the Contract Price is payable,
and we undertake to pay you, upon your first written demand and without cavil or argument,
any sum or sums within the limits of [amount of Guarantee] as aforesaid without your needing
to prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Consultants before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the
Contract or of the services to be performed there under or of any of the Contract documents
which may be made between you and the Consultants shall in any way release us from any
liability under this guarantee, and we hereby waive notice of any such change, addition or
modification.

The liability of the Bank under this Guarantee shall not be affected by any change in the
constitution of the consultants or of the Bank.

Notwithstanding anything contained herein before, our liability under this guarantee is
restricted to Rs. (Rs. ) and the
guaranteeshall remain valid till . Unless a claim or a demand in
writing is made up on us on or before all our liability under this
guarantee shall cease.

- 425 -
This guarantee shall be valid for a period of 98 months i.e. upto 2 months beyond the expiry of
contract of 96 months.

Signature and Seal of the Guarantor In presence of

Name and Designation

1.

(Name, Signature&Occupation)

Name of the Bank

Address 2.

(Name &Occupation)

Date

1
Give names of all partners if the Consultants is a Joint Venture.

- 426 -
Appendix I: Minutes of Pre-bid meeting

- 427 -
Appendix-J

Memorandum of Understanding

between

__________________

And

_________________________

Whereas the Chief Engineer, P.W.D., NH Works, Assam (the ‘Employer’) has invited
proposal for appointment of PMC for Feasibility Study and Preparation of DPR for
upgrading the newly declared NH-627 from junction point at Nellie on NH-27
connecting Rajagaon, Doyangmukh, Umrangsu, Khobak and terminating on NH-27 near
Harangajao, hereinafter called the Project.

And Whereas (Lead Partner) and JV partner/s have


agreed to form a Joint Venture to provide the said services to the Employer as
Authority’s Engineer; and

Now, therefore, it is hereby agreed by and on behalf of the partners as follows:

(i) will be the lead partner and will be the other JV partner/s.

(ii) (lead partner) shall be the incharge of overall administration of contract


and shall be authorised representative of all JV partners for conducting all business for
and on behalf of the JV during the bidding process and subsequently, represent the joint
venture for and on behalf of the JV for all contractual matters for dealing with the
Employer/EPC Contractor if Consultancy work is awarded to JV.

(iii) All JV partners do hereby undertake to be jointly and severely responsible for all the
obligation and liabilities relating to the consultancy work and in accordance with the
Terms of Reference of the Request for Proposal for the Consultancy Services.

(iv) Subsequently, if the JV is selected to provide the desired consultancy services, a detailed
MOU indicating the specific project inputs and role of each partner/s along with
percentage sharing of cost of services shall be submitted tothe Employer (Consultant
may submit the detailed MOU along with percentage sharing of cost at the time of
bidding also).

For (Name of Lead partner)

Managing Director/Head of the Firm

Address

For (Name of JV partner/s)

- 428 -
Managing Director/Head of the Firm

Address

For (Name of Associate Partner/s)

DISCLAIMER

The Applicant must read all the instructions in the RFP and submit the same accordingly.

- 429 -
APPENDIX-VIII

DPR Checklist – Stage 1 – Inception Report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
1 Executive Summary NA

Yes ☐ No ☐ NA
2 Project Appreciation NA

Yes ☐ No ☐ NA
2.1 Location of site office

Review of scope of ToR and gap Yes ☐ No ☐ NA
2.2 NA
identification ☐
Key departments identified for Yes ☐ No ☐ NA
2.3
various documents ☐
Start and end location of project
Yes ☐ No ☐ NA
2.4 verified with client (Mention
details) ☐
Project description
Yes ☐ No ☐ NA
2.5  Start and End Chainage
 Village/District ☐
Project location map
Yes ☐ No ☐ NA
2.6  On State Map NA
 On District Map ☐
Site photos and data of project Yes ☐ No ☐ NA
2.7 NA
alignment ☐
Yes ☐ No ☐ NA
2.8 Overview of land use plans NA

Overview of existing pavement
conditions
 Number of Lanes Yes ☐ No ☐ NA
2.9
 Type of Pavement ☐
(Flexible/Rigid/Surfaced/
Unsurfaced)
Yes ☐ No ☐ NA
2.10 Existing right of way details

Number/ Location of major and Yes ☐ No ☐ NA
2.11
minor bridges ☐
Number/ Location of level
Yes ☐ No ☐ NA
2.12 crossings

Number/ Location of ROB and Yes ☐ No ☐ NA
2.13
RUB ☐

- 430 -
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Any other details relevant to the Yes ☐ No ☐ NA
2.14 NA
project ☐
Yes ☐ No ☐ NA
3 Approach Methodology NA

Engineering survey and Yes ☐ No ☐ NA
3.1 NA
investigations ☐
Design of road, pavements and Yes ☐ No ☐ NA
3.2 NA
structures ☐
Environment and social impact Yes ☐ No ☐ NA
3.3 NA
assessment ☐
Estimation of project cost, Yes ☐ No ☐ NA
3.4 NA
viability and financing options ☐
Any other details relevant to the Yes ☐ No ☐ NA
3.5 NA
project ☐
Task Assignment and Manning Yes ☐ No ☐ NA
4 NA
Schedule ☐
Number of key personnel Yes ☐ No ☐ NA
4.1
provided ☐
Specific tasks assigned to each key Yes ☐ No ☐ NA
4.2 NA
personnel ☐
Manning schedule for key Yes ☐ No ☐ NA
4.3 NA
personnel ☐
Number of key personnel Yes ☐ No ☐ NA
4.4
deployed at site ☐
Yes ☐ No ☐ NA
5 Performa for data collection NA

Indicative design standards and Yes ☐ No ☐ NA
6 NA
cross sections ☐
Yes ☐ No ☐ NA
7 Development plans NA

Overview of development plans
Yes ☐ No ☐ NA
7.1 being implemented/ proposed by NA
local bodies ☐
Overview of impact of such Yes ☐ No ☐ NA
7.2 NA
development plans ☐
Yes ☐ No ☐ NA
8 Quality Assurance Plan NA

Engineering surveys and Yes ☐ No ☐ NA
8.1 NA
investigation ☐
Yes ☐ No ☐ NA
8.2 Traffic surveys NA

Material geo-technical and sub- Yes ☐ No ☐ NA
8.3 NA
soil investigations ☐
Yes ☐ No ☐ NA
8.4 Road and pavement investigations NA

- 431 -
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Investigation and design of Yes ☐ No ☐ NA
8.5 NA
bridges and structures ☐
Environment and R&R Yes ☐ No ☐ NA
8.6 NA
assessment ☐
Yes ☐ No ☐ NA
8.7 Economic and financial analysis NA

Yes ☐ No ☐ NA
8.8 Drawing and documentation NA

Any other details relevant to the Yes ☐ No ☐ NA
8.9 NA
project ☐
Discussion of draft QAP document Yes ☐ No ☐ NA
8.10 NA
with client ☐
Approval of final QAP document Yes ☐ No ☐ NA
8.11 NA
by client ☐
Yes ☐ No ☐ NA
9 Draft design Standards NA

Geometric design standards of Yes ☐ No ☐ NA
9.1 NA
highway (Plain) ☐
Geometric design standards of Yes ☐ No ☐ NA
9.2 NA
highway (Hilly) ☐
Conclusions and Yes ☐ No ☐ NA
10 NA
recommendations ☐
Conclusions and Yes ☐ No ☐ NA
10.1 NA
recommendations ☐
Report fulfils project objectives Yes ☐ No ☐ NA
10.2 NA
and scope as per RFP ☐
Report reviewed for errors and Yes ☐ No ☐ NA
10.3 NA
omissions ☐
Compliance report prepared on Yes ☐ No ☐ NA
10.4 NA
client observations ☐

- 432 -
DPR Checklist – Stage 2 – Feasibility Report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Yes ☐ No ☐ NA
1 Executive Summary NA

Overview of client organization / Yes ☐ No ☐ NA
2 NA
activities ☐
Methodology adopted for Yes ☐ No ☐ NA
3 NA
feasibility study ☐
Socioeconomic profile of the Yes ☐ No ☐ NA
4 NA
project areas ☐
Regional economic profile basis last Yes ☐ No ☐ NA
4.1 NA
10 years data as per IRC ☐
Economic profile of project influence
Yes ☐ No ☐ NA
4.2 area basis last 10 years data as per NA
IRC ☐

Socio Economic status of project Yes ☐ No ☐ NA


4.3 NA
influence area ☐
Indicative design standards, Yes ☐ No ☐ NA
5 NA
methodologies, and specifications ☐
Yes ☐ No ☐ NA
6 Traffic surveys and analysis NA

Classified traffic volume counts Yes ☐ No ☐ NA
6.1 NA
using IHMCL data (7 day data) ☐
Traffic projection methodology as Yes ☐ No ☐ NA
6.2 NA
per IRC:108 ☐
Yes ☐ No ☐ NA
6.3 Projected Traffic data for 20 years NA

Yes ☐ No ☐ NA
6.4 Current and Projected PCU

Yes ☐ No ☐ NA
6.5 Current and Projected TVU

Origin destination surveys as per Yes ☐ No ☐ NA
6.6 NA
IRC: 102 ☐

- 433 -
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Speed and delay studies as per Yes ☐ No ☐ NA
6.7 NA
IRC:102 ☐
Traffic surveys for the design of road Yes ☐ No ☐ NA
6.8 NA
junctions as per data in IRC: SP:41 ☐
Analysis for replacing railway level
Yes ☐ No ☐ NA
6.9 crossings with over bridges/ NA
subways ☐

Yes ☐ No ☐ NA
6.10 Axle load survey as per IRC:SP:19 NA

Any other details relevant to the Yes ☐ No ☐ NA
6.11 NA
project ☐
Traffic surveys monitored and Yes ☐ No ☐ NA
6.12 NA
reviewed by the client ☐
Yes ☐ No ☐ NA
7 Reconnaissance survey NA

Road Inventory Survey as per Yes ☐ No ☐ NA


7.1 NA
IRC:SP:19 ☐

Review of Road Inventory survey by Yes ☐ No ☐ NA


7.2 NA
client ☐

Chainage wise details of pavement Yes ☐ No ☐ NA


7.3 NA
composition survey ☐
Geological Survey
Yes ☐ No ☐ NA
7.4  Geological Map of the Area NA

 Seismicity
Climatic Conditions
 Temperature Yes ☐ No ☐ NA
7.5 NA
 Rainfall ☐
 Wind

Pavement composition and Yes ☐ No ☐ NA


7.6 NA
condition survey as per IRC:SP:19 ☐

Review of pavement composition Yes ☐ No ☐ NA


7.7 NA
and condition survey by client ☐

Pavement roughness survey as per Yes ☐ No ☐ NA


7.8 NA
IRC:SP:16 ☐

Review of pavement roughness Yes ☐ No ☐ NA


7.9 NA
survey by client ☐

Pavement structural strength survey Yes ☐ No ☐ NA


7.10 NA
as per IRC:81 ☐

- 434 -
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications

Review of pavement structural Yes ☐ No ☐ NA


7.11 NA
strength survey by client ☐

Sub grade characteristics and Yes ☐ No ☐ NA


7.12 NA
strengths ☐
Topographical survey as per
IRC:SP:19 using LiDAR Yes ☐ No ☐ NA
7.13 NA
 Gradient ☐
 Terrain

Review of topographical survey by Yes ☐ No ☐ NA


7.14 NA
client ☐

Inventory of bridges, culverts and Yes ☐ No ☐ NA


7.15 NA
structures ☐

Condition survey for bridges, Yes ☐ No ☐ NA


7.16 NA
culverts and structures ☐
Review of condition survey for
Yes ☐ No ☐ NA
7.17 bridges, culverts and structures by NA
client ☐

Any other details relevant to the Yes ☐ No ☐ NA


7.18 NA
project ☐
Yes ☐ No ☐ NA
8 NA
Geotechnical Survey ☐

Geo-technical and sub-soil Yes ☐ No ☐ NA


8.1 NA
explorations as per IRC:78 ☐

Bore holes dug for every pier and Yes ☐ No ☐ NA


8.2 NA
abutment ☐

Review of geo-technical and sub-soil Yes ☐ No ☐ NA


8.3 NA
explorations by client ☐
Field testing, soil sampling,
Yes ☐ No ☐ NA
8.4 laboratory testing in accordance NA
with BIS/ AASHTO/ BS ☐

Recommendation of Foundation Yes ☐ No ☐ NA


8.5 NA
Type and Depth ☐

Any other details relevant to the Yes ☐ No ☐ NA


8.6 NA
project ☐

Hydraulic and Hydrological Yes ☐ No ☐ NA


9 NA
Survey ☐
Hydraulic and hydrological
Yes ☐ No ☐ NA
9.1 investigations as per IRC:SP:13 and NA
IRC:5 ☐

High Flood Level specified Yes ☐ No ☐ NA


9.2 NA

- 435 -
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Depth of Water Table specified Yes ☐ No ☐ NA
9.3 NA

Ponded Water Level specified Yes ☐ No ☐ NA
9.4 NA

Any other details relevant to the Yes ☐ No ☐ NA
9.5 project NA

Review of hydrological Yes ☐ No ☐ NA


9.6 NA
investigations by client ☐
Yes ☐ No ☐ NA
10 NA
Materials Survey ☐

Materials Survey conducted as per Yes ☐ No ☐ NA


10.1 NA
IRC:SP:19 ☐
Sources of Naturally Occurring
Aggregates specified
 Details of Borrow Pits with Yes ☐ No ☐ NA
10.2
Distance from Project Site ☐
 Cost of Material/
Transportation
Sources of Manufactured Items
specified
 Details of suppliers with Yes ☐ No ☐ NA
10.3 NA
distance from project site ☐
 Cost of material/
transportation

Sources of water for construction Yes ☐ No ☐ NA


10.4 NA
specified as per IS: 456 ☐

Any other details relevant to the Yes ☐ No ☐ NA


10.5 NA
project ☐
Environmental screening/
Yes ☐ No ☐ NA
11 preliminary environmental NA
assessment ☐

Analysis basis Initial Environment Yes ☐ No ☐ NA


11.1 NA
Examination in IRC: SP: 19 ☐
Recommended feasible mitigation Yes ☐ No ☐ NA
11.2 NA
measures ☐
Initial social assessment/ Yes ☐ No ☐ NA
12 NA
preliminary LA resettlement plan ☐
Analysis basis Initial Environment Yes ☐ No ☐ NA
12.1 NA
Examination in IRC: SP: 19 ☐
Details of consultation with Yes ☐ No ☐ NA
12.2 NA
potentially affected persons ☐

- 436 -
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Names/ Details of consultation with Yes ☐ No ☐ NA
12.3
local NGOs ☐
Names/ Details of consultation with Yes ☐ No ☐ NA
12.4
municipal authorities ☐
Yes ☐ No ☐ NA
12.5 Preliminary resettlement plan NA

Any other details relevant to the Yes ☐ No ☐ NA
12.6 NA
project ☐
Yes ☐ No ☐ NA
13 Cost estimates NA

Yes ☐ No ☐ NA
13.1 Item rates and rate analysis NA

Yes ☐ No ☐ NA
13.2 Escalation NA

Yes ☐ No ☐ NA
14 Economic and financial analysis NA

Yes ☐ No ☐ NA
14.1 Estimated cost details NA

Yes ☐ No ☐ NA
14.2 Projected revenues details NA

Yes ☐ No ☐ NA
14.3 Assumptions stated NA

Analysis and results (IRR, Sensitivity Yes ☐ No ☐ NA
14.4 NA
Analysis, Financial Viability) ☐
Yes ☐ No ☐ NA
15 Strip plan and Alignment NA

Details of center line of proposed Yes ☐ No ☐ NA
15.1 NA
highway ☐
Yes ☐ No ☐ NA
15.2 Details of existing RoW NA

Yes ☐ No ☐ NA
15.3 Details of proposed RoW NA

Details about ownership of land to Yes ☐ No ☐ NA
15.4 NA
be acquired ☐
Strip plan basis reconnaissance and Yes ☐ No ☐ NA
15.5 NA
topographic surveys ☐
Strip plan reviewed and approved by Yes ☐ No ☐ NA
15.6 NA
the client ☐

- 437 -
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Yes ☐ No ☐ NA
16 Alignment Options Study NA

At least two alignments proposed
Yes ☐ No ☐ NA
16.1  Details of Alignments on NA

Map
Review of options with client Yes ☐ No ☐ NA
16.2 NA

Review of options with local
16.2.1 Yes ☐ No ☐ NA ☐ NA
authority
Length of the project along proposed Yes ☐ No ☐ NA
16.3 alignment options ☐
Land Acquisition required along Yes ☐ No ☐ NA
16.4 alignment options ☐
16.4.1 Environmental impact of each option Yes ☐ No ☐ NA ☐
Review of road geometry and safety
16.4.2 Yes ☐ No ☐ NA ☐
for each option
Cost Estimates of alternatives Yes ☐ No ☐ NA
16.5

Recommended Alignment with Yes ☐ No ☐ NA
16.6 Justification NA

Any other details relevant to the Yes ☐ No ☐ NA
16.7 project NA

Yes ☐ No ☐ NA
17 Technical Specifications NA

MoRTH technical specifications for Yes ☐ No ☐ NA
17.1 NA
Roads and Bridge works followed ☐
Yes ☐ No ☐ NA
17.2 Details of technical specifications NA

Yes ☐ No ☐ NA
18 Rate Analysis NA

Rate analysis for all relevant items as Yes ☐ No ☐ NA
18.1 NA
per latest SoR ☐
Yes ☐ No ☐ NA
19 Cost Estimates NA

Cost estimates for all relevant items Yes ☐ No ☐ NA
19.1 NA
as per latest SoR ☐
Yes ☐ No ☐ NA
20 Bill of quantities NA

- 438 -
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Conclusions and Yes ☐ No ☐ NA
21 NA
recommendations ☐
Yes ☐ No ☐ NA
21.1 Conclusions and recommendations NA

Report fulfils project objectives and Yes ☐ No ☐ NA
21.2 NA
scope as per RFP ☐
Report reviewed for errors and Yes ☐ No ☐ NA
21.3 NA
omissions ☐
Compliance report prepared on Yes ☐ No ☐ NA
21.4 NA
client observations ☐

- 439 -
DPR Checklist – Stage 3 – LA and Clearances I Report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
1 Executive Summary NA

Strip plan- additional details
2 Yes ☐ No ☐ NA ☐ NA
added
Details of centreline, existing
2.1 structures, road furniture and other Yes ☐ No ☐ NA ☐ NA
features
2.2 Widening scheme Yes ☐ No ☐ NA ☐ NA
New construction/ reconstruction of
2.3 Yes ☐ No ☐ NA ☐ NA
structures and amenities
2.4 Existing and proposed right of way Yes ☐ No ☐ NA ☐ NA
2.5 Clearances impacting each chainage Yes ☐ No ☐ NA ☐ NA
Yes ☐ No ☐ NA
3 Forest Clearance NA

Requirement for forest clearance Yes ☐ No ☐ NA
3.1 NA
identified ☐
Date/ Details of initial consultation Yes ☐ No ☐ NA
3.2
with competent authority ☐
Details/cost of trees being felled Yes ☐ No ☐ NA
3.3
basis concerned District Forest Office ☐
Date of submission of proposal for Yes ☐ No ☐ NA
3.4 NA
forest clearance ☐
Yes ☐ No ☐ NA
3.5 Review of proposal by client NA

Yes ☐ No ☐ NA
4 Wildlife Clearance NA

Requirement for wildlife clearance Yes ☐ No ☐ NA
4.1 NA
identified ☐
Date/ Details of initial consultation Yes ☐ No ☐ NA
4.2
with competent authority ☐

- 440 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Details/cost of trees being felled Yes ☐ No ☐ NA
4.3
basis concerned District Forest Office ☐
Date of submission of proposal for Yes ☐ No ☐ NA
4.4
wildlife clearance ☐
Yes ☐ No ☐ NA
4.5 Review of proposal by client NA

Yes ☐ No ☐ NA
5 Utility Clearances (Electricity) NA

Yes ☐ No ☐ NA
5.1 Identification of overground utilities NA

Identification of underground
Yes ☐ No ☐ NA
5.2 utilities using GPR, Induction Locator NA
or equivalent technologies ☐

Name/ Details of consultation with Yes ☐ No ☐ NA


5.3
local authority/ people ☐
Utility relocation plan with existing /
Yes ☐ No ☐ NA
5.4 proposed location showing existing NA
RoW and topographic details ☐

Yes ☐ No ☐ NA
5.5 Cost for relocation as per authority

Date of proposal submission to Yes ☐ No ☐ NA
5.6
competent authority ☐
Review of utility relocation plan/ Yes ☐ No ☐ NA
5.7 NA
proposal by client ☐
Yes ☐ No ☐ NA
6 Utility Clearances (Water) NA

Identification of overground utilities Yes ☐ No ☐ NA
6.1 NA
in RoW ☐
Identification of underground
Yes ☐ No ☐ NA
6.2 utilities using GPR, Induction Locator NA
or equivalent technologies ☐

Name/ Details of consultation with Yes ☐ No ☐ NA


6.3
local authority/ people ☐
Utility relocation plan with existing /
Yes ☐ No ☐ NA
6.4 proposed location showing existing NA
RoW and topographic details ☐

Yes ☐ No ☐ NA
6.5 Cost for relocation as per authority

Date of proposal submission to Yes ☐ No ☐ NA
6.6 NA
competent authority ☐

- 441 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Review of utility relocation plan/ Yes ☐ No ☐ NA
6.7 NA
proposal by client ☐
Yes ☐ No ☐ NA
7 Utility Clearances (Others) NA

Identification of overground utilities Yes ☐ No ☐ NA
7.1 NA
in RoW ☐
Identification of underground
Yes ☐ No ☐ NA
7.2 utilities using GPR, Induction Locator NA
or equivalent technologies ☐

Name/ Details of consultation with Yes ☐ No ☐ NA


7.3
local authority/ people ☐
Utility relocation plan with existing /
Yes ☐ No ☐ NA
7.4 proposed location showing existing NA
RoW and topographic details ☐

Yes ☐ No ☐ NA
7.5 Cost for relocation as per authority

Date of proposal submission to Yes ☐ No ☐ NA
7.6
competent authority ☐
Review of utility relocation plan/ Yes ☐ No ☐ NA
7.7 NA
proposal by client ☐
Yes ☐ No ☐ NA
8 Railway Clearances NA

Identification of ROB/ RUB on Yes ☐ No ☐ NA
8.1 NA
project corridor ☐
Initial consultation with competent Yes ☐ No ☐ NA
8.2 NA
authority ☐
Date of proposal submission to Yes ☐ No ☐ NA
8.3
competent authority ☐
Yes ☐ No ☐ NA
8.4 Review of GAD/ proposal by client NA

Yes ☐ No ☐ NA
9 Other Clearances NA

Requirement for other clearances Yes ☐ No ☐ NA
9.1 NA
identified ☐
Date of proposal submission to Yes ☐ No ☐ NA
9.2
competent authority ☐
Yes ☐ No ☐ NA
9.3 Review of proposal by client NA

Yes ☐ No ☐ NA
10 Land Acquisition NA

- 442 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Detailed schedule about acquisition Yes ☐ No ☐ NA
10.1 NA
of landholdings as per land records ☐
Yes ☐ No ☐ NA
10.2 Consultation with affected persons NA

Name/ Details of consultation with Yes ☐ No ☐ NA
10.3
NGOs ☐
Name/ Details of consultation with Yes ☐ No ☐ NA
10.4
concerned government agencies ☐
Total land required, land area
Yes ☐ No ☐ NA
10.5 already available, land to be acquired
identified ☐

Review of land acquisition using Yes ☐ No ☐ NA


10.6 NA
digital cadastral map by client ☐
Yes ☐ No ☐ NA
10.7 Draft 3a notification submitted NA

Yes ☐ No ☐ NA
10.8 Review of 3a notification by client NA

Yes ☐ No ☐ NA
10.9 Date of 3a gazette notification

Yes ☐ No ☐ NA
10.10 Draft 3a notification submitted NA

Yes ☐ No ☐ NA
10.11 Review of 3A notification by client NA

Yes ☐ No ☐ NA
10.12 Date of 3A gazette notification

Conclusions and Yes ☐ No ☐ NA
11 NA
recommendations ☐
Yes ☐ No ☐ NA
11.1 Conclusions and recommendations NA

Report fulfils project objectives and Yes ☐ No ☐ NA
11.2 NA
scope as per RFP ☐
Report reviewed for errors and Yes ☐ No ☐ NA
11.3 NA
omissions ☐
Compliance report prepared on Yes ☐ No ☐ NA
11.4 NA
client observations ☐

- 443 -
DPR Checklist – Stage 4 – Detailed Project Report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
1 Main Report NA

Introduction and project Yes ☐ No ☐ NA
2 NA
background ☐
Overview of project location, project Yes ☐ No ☐ NA
2.1 NA
objectives etc. ☐
Overview of report structure, Yes ☐ No ☐ NA
2.2 NA
deliverables etc. ☐
Yes ☐ No ☐ NA
3 Social analysis of the project NA

Project impact on stakeholders such Yes ☐ No ☐ NA
3.1 NA
as local people ☐
Project impact on residential, Yes ☐ No ☐ NA
3.2 NA
commercial and public properties ☐
Any other details relevant to the Yes ☐ No ☐ NA
3.3 NA
project ☐
Yes ☐ No ☐ NA
4 Reconnaissance survey NA

Geometric Features of the Existing
Road
Design Speed
 Sight distance details Yes ☐ No ☐ NA
4.1

 Horizontal Alignment Details
 Vertical Alignment Details
 Height of Embankment
Topographical Survey using LiDAR
(or equivalent technology) as per
IRC:SP:19 Yes ☐ No ☐ NA
4.2 NA
 Gradient ☐
 Terrain
Pavement composition and condition Yes ☐ No ☐ NA
4.3 NA
survey as per IRC:SP:19 ☐

- 444 -
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Pavement roughness survey as per Yes ☐ No ☐ NA
4.4 Na
IRC:SP:16 ☐
Pavement structural strength survey Yes ☐ No ☐ NA
4.5 NA
as per IRC:81 ☐
Geological Survey
Yes ☐ No ☐ NA
4.6  Geological Map of the Area NA

 Seismicity
Climatic Conditions
 Temperature Yes ☐ No ☐ NA
4.7 NA
 Rainfall ☐
 Wind
Land Use along the existing
alignment
Yes ☐ No ☐ NA
4.8  Map of the Project Area NA

depicting
Agricultural/Habitation/Forest Area
Details of Existing Structures
 Map of the Project Area
depicting Yes ☐ No ☐ NA
4.9 NA
Hutments/Buildings/Temples/Public ☐
Building/Any Other Significant
Structure
Inventory and condition survey of Yes ☐ No ☐ NA
4.10 NA
culverts ☐
Geo-technical and sub-soil Yes ☐ No ☐ NA
4.11 NA
explorations as per IRC:78 ☐
Number of Bore holes dug (holes for Yes ☐ No ☐ NA
4.12
every pier and abutment) ☐
Field testing, soil sampling, Yes ☐ No ☐ NA
4.13 NA
laboratory testing as per IRC: 78 ☐
Recommendation of Foundation Yes ☐ No ☐ NA
4.14
Type and Depth ☐
Hydrological investigations as per Yes ☐ No ☐ NA
4.15 NA
IRC:5 ☐
Yes ☐ No ☐ NA
4.16 High Flood Level specified NA

Yes ☐ No ☐ NA
4.17 Depth of Water Table specified NA

Yes ☐ No ☐ NA
4.18 Ponded Water Level specified NA

- 445 -
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Materials Survey conducted as per Yes ☐ No ☐ NA
4.19 NA
IRC:SP:19 ☐
Sources of Naturally Occurring
Aggregates specified
 Details of Borrow Pits with Yes ☐ No ☐ NA
4.20
Distance from Project Site ☐
 Cost of
Material/Transportation
Sources of environmentally friendly
Yes ☐ No ☐ NA
4.20.1 construction materials identified as NA
per MoRT&H circular ☐

Sources of Manufactured Items


specified
 Details of Suppliers with Yes ☐ No ☐ NA
4.21 NA
Distance from Project Site ☐
 Cost of
Material/Transportation
Source of Water for construction Yes ☐ No ☐ NA
4.22 NA
specified as per IS:456 ☐
Any other details relevant to the Yes ☐ No ☐ NA
4.23 NA
project ☐
Traffic studies and demand Yes ☐ No ☐ NA
5 NA
forecast designs ☐
Classified traffic volume counts using Yes ☐ No ☐ NA
5.1 NA
IHMCL data (7 day data) ☐
Traffic projection methodology as Yes ☐ No ☐ NA
5.2 NA
per IRC:108 ☐
Yes ☐ No ☐ NA
5.3 Projected Traffic data for 20 years NA

Yes ☐ No ☐ NA
5.4 Current and Projected PCU

Yes ☐ No ☐ NA
5.5 Current and Projected TVU

Origin destination surveys as per Yes ☐ No ☐ NA
5.6 NA
IRC: 102 ☐
Speed and delay studies as per Yes ☐ No ☐ NA
5.7 NA
IRC:102 ☐
Traffic surveys for the design of road Yes ☐ No ☐ NA
5.8 NA
junctions as per data in IRC: SP:41 ☐
Analysis for replacing railway level
Yes ☐ No ☐ NA
5.9 crossings with over bridges/ NA
subways ☐

- 446 -
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
5.10 Axle load survey as per IRC:SP:19 NA

Any other details relevant to the Yes ☐ No ☐ NA
5.11 NA
project ☐
Traffic surveys monitored and Yes ☐ No ☐ NA
5.12 NA
reviewed by the client ☐
Yes ☐ No ☐ NA
6 Cost estimates NA

Yes ☐ No ☐ NA
6.1 Project costing as per latest SoR NA

Yes ☐ No ☐ NA
7 Environmental aspects NA

Environment profile of the project Yes ☐ No ☐ NA
7.1 NA
region ☐
Details of Public consultation at
Yes ☐ No ☐ NA
7.2 residential and commercial NA
settlements affected ☐

Impact analysis and mitigation Yes ☐ No ☐ NA


7.3 NA
measures ☐
Economic and commercial Yes ☐ No ☐ NA
8 NA
analysis ☐
Yes ☐ No ☐ NA
8.1 Estimated cost details NA

Yes ☐ No ☐ NA
8.2 Projected revenues details NA

Yes ☐ No ☐ NA
8.3 Assumptions stated NA

Analysis and results (IRR, Sensitivity Yes ☐ No ☐ NA
8.4 NA
Analysis, Financial Viability) ☐
Yes ☐ No ☐ NA
8.5 Conclusions and recommendations NA

Financial model shared with client Yes ☐ No ☐ NA
8.6 NA
and reviewed ☐
Conclusions and Yes ☐ No ☐ NA
9 NA
recommendations ☐
Report fulfils project objectives and Yes ☐ No ☐ NA
9.1 NA
scope as per RFP ☐
Report reviewed for errors and Yes ☐ No ☐ NA
9.2 NA
omissions ☐

- 447 -
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Compliance report prepared on Yes ☐ No ☐ NA
9.3 NA
client observations ☐
Yes ☐ No ☐ NA
10 Design Report NA

Yes ☐ No ☐ NA
10.1 Highway improvement proposals NA

Yes ☐ No ☐ NA
10.2 Highway geometric designs NA

Yes ☐ No ☐ NA
10.3 Roadside drainage NA

Yes ☐ No ☐ NA
10.4 Intersections NA

Yes ☐ No ☐ NA
10.5 Urban service roads NA

Yes ☐ No ☐ NA
10.6 Bus-stops NA

Yes ☐ No ☐ NA
10.7 Toll plazas NA

Yes ☐ No ☐ NA
10.8 Pedestrian crossings NA

Yes ☐ No ☐ NA
10.9 Utility relocation NA

Yes ☐ No ☐ NA
10.10 Pavement NA

Yes ☐ No ☐ NA
10.11 Structures NA

Any other details relevant to the Yes ☐ No ☐ NA
10.12 NA
project ☐
Pavement deflection survey as per Yes ☐ No ☐ NA
10.13 NA
IRC 81-1997 ☐
Any other details relevant to the Yes ☐ No ☐ NA
10.14 NA
project ☐
Yes ☐ No ☐ NA
11 Materials Report NA

Yes ☐ No ☐ NA
11.1 Material investigations as per IRC:10 NA

Review of material investigations by Yes ☐ No ☐ NA
11.2 NA
client ☐

- 448 -
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
11.3 Multiple borrow areas identified NA

Yes ☐ No ☐ NA
11.4 Material survey as per IRC: SP: 19 NA

Yes ☐ No ☐ NA
11.5 Review of material survey by client NA

Geo-technical and sub-soil Yes ☐ No ☐ NA
11.6 NA
explorations as per IRC:78 ☐
Review of geo-technical and sub-soil Yes ☐ No ☐ NA
11.7 NA
explorations by client ☐
Field testing, soil sampling,
Yes ☐ No ☐ NA
11.8 laboratory testing in accordance with NA
BIS/ AASHTO/ BS ☐

Pavement composition and condition Yes ☐ No ☐ NA


11.9 NA
survey as per IRC:SP:19 ☐
Review of pavement composition and Yes ☐ No ☐ NA
11.10 NA
condition survey by client ☐
Pavement roughness survey as per Yes ☐ No ☐ NA
11.11 NA
IRC:SP:16 ☐
Review of pavement roughness Yes ☐ No ☐ NA
11.12 NA
survey by client ☐
Pavement structural strength survey Yes ☐ No ☐ NA
11.13 NA
as per IRC:81 ☐
Review of pavement structural Yes ☐ No ☐ NA
11.14 NA
strength survey by client ☐
Water sample tests as per MoRTH Yes ☐ No ☐ NA
11.15 NA
specifications ☐
Any other details relevant to the Yes ☐ No ☐ NA
11.16 NA
project ☐
Environmental Assessment
Yes ☐ No ☐ NA
12 Report/ Resettlement and NA
Rehabilitation Plan ☐

Option for alignment alternatives Yes ☐ No ☐ NA


12.1 NA
considered and conclusions ☐
Land environment data collection
Yes ☐ No ☐ NA
12.2 and details/ impact/ mitigation NA
measures ☐

Air environment data collection and Yes ☐ No ☐ NA


12.3 NA
details/ impact/ mitigation measures ☐

- 450 -
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Water resources details/ impact/ Yes ☐ No ☐ NA
12.4 NA
mitigation measures ☐
Noise environment details/ impact/ Yes ☐ No ☐ NA
12.5 NA
mitigation measures ☐
Biological environment details/ Yes ☐ No ☐ NA
12.6 NA
impact/ mitigation measures ☐
Yes ☐ No ☐ NA
12.7 Details of public consultation NA

Environment monitoring and Yes ☐ No ☐ NA
12.8 NA
management plan ☐
Yes ☐ No ☐ NA
12.9 Details of social impact assessment NA

Details of resettlement and Yes ☐ No ☐ NA
12.10 NA
rehabilitation action plan ☐
Yes ☐ No ☐ NA
12.11 Measures to minimize resettlement NA

Details of public consultation with Yes ☐ No ☐ NA
12.12 NA
stakeholders ☐
Details of implementation Yes ☐ No ☐ NA
12.13 NA
arrangement / budget ☐
Any other details relevant to the Yes ☐ No ☐ NA
12.14 NA
project ☐
Yes ☐ No ☐ NA
13 Technical Specifications NA

MoRTH technical specifications for Yes ☐ No ☐ NA
13.1 NA
Roads and Bridge works followed ☐
Yes ☐ No ☐ NA
13.2 Details of technical specifications NA

Yes ☐ No ☐ NA
14 Rate Analysis NA

Rate analysis for all relevant items as Yes ☐ No ☐ NA
14.1 NA
per latest SoR ☐
Yes ☐ No ☐ NA
15 Cost Estimates NA

Cost estimates for all relevant items Yes ☐ No ☐ NA
15.1 NA
as per latest SoR ☐
Yes ☐ No ☐ NA
16 Bill of quantities NA

- 451 -
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
17 Drawing Volume NA

18 Digital drawings of road
Yes ☐ No ☐ NA
18.1 Highway cross sections

3D engineered models of:
 Road alignment geometry Yes ☐ No ☐ NA
18.2
 Proposed highway ☐
 Proposed structures

- 452 -
DPR Checklist – Stage 5 – Technical Schedules (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Bid documents- EPC Yes ☐ No ☐ NA ☐ NA
2 Bid documents- BOT/PPP Yes ☐ No ☐ NA ☐ NA
3 Bid documents- other, if any Yes ☐ No ☐ NA ☐ NA
4 Draft concession agreement Yes ☐ No ☐ NA ☐ NA

Schedule D - Specifications and Yes ☐ No ☐ NA


4 NA
standards ☐
Yes ☐ No ☐ NA
5 NA
Any other relevant details ☐

- 453 -
DPR Checklist – Stage 6 – LA and Clearances II Report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details/
Remark
S.No SECTION OF THE REPORT YES/NO/NA Specification
s
s
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Environment Clearance Yes ☐ No ☐ NA ☐ NA
2.1 Details of public hearings completed Yes ☐ No ☐ NA ☐
Date of final environment clearance
2.2 Yes ☐ No ☐ NA ☐
by competent authority
3 Forest Clearance Yes ☐ No ☐ NA ☐ NA
Date/ Details of Joint site inspection
3.1 Yes ☐ No ☐ NA ☐
with DFO/ competent authority
Date of Stage I forest clearance
3.2 Yes ☐ No ☐ NA ☐
approval by competent authority
Date of final forest clearance
3.3 Yes ☐ No ☐ NA ☐
approval by competent authority
4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA
Date/ Details of joint site inspection
4.1 Yes ☐ No ☐ NA ☐
with DFO/ competent authority
Date of final wildlife clearance
4.2 Yes ☐ No ☐ NA ☐
approval by competent authority
5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA
Date/ Details of Joint site inspection
5.1 Yes ☐ No ☐ NA ☐
with competent authority
Date of estimate submission by
5.2 Yes ☐ No ☐ NA ☐
competent authority
Date of estimate approval by
5.3 Yes ☐ No ☐ NA ☐
competent authority
Approved utility shifting proposal
5.4 Yes ☐ No ☐ NA ☐
including strip plan
Details of approved contractors, SoR
5.5 Yes ☐ No ☐ NA ☐ NA
and deposit details for user agency
Utilities checklist, no upgradation
5.6 Yes ☐ No ☐ NA ☐
certificate attached
Date of estimate submission by
6.2 Yes ☐ No ☐ NA ☐
competent authority

- 454 -
Details/
Remark
S.No SECTION OF THE REPORT YES/NO/NA Specification
s
s
Date of estimate approval by
6.3 Yes ☐ No ☐ NA ☐
competent authority
Approved utility shifting proposal
6.4 Yes ☐ No ☐ NA ☐
including strip plan
Details of approved contractors, SoR
6.5 Yes ☐ No ☐ NA ☐ NA
and deposit details for user agency
Utilities checklist, no upgradation
6.6 Yes ☐ No ☐ NA ☐
certificate attached
Date of estimate submission by
7.2 Yes ☐ No ☐ NA ☐
competent authority
Date of estimate approval by
7.3 Yes ☐ No ☐ NA ☐
competent authority
Approved utility shifting proposal
7.4 Yes ☐ No ☐ NA ☐
including strip plan
Details of approved contractors, SoR
7.5 Yes ☐ No ☐ NA ☐ NA
and deposit details for user agency
Utilities checklist, no upgradation
7.6 Yes ☐ No ☐ NA ☐
certificate attached
Date of final approval of GAD by
8.2 Yes ☐ No ☐ NA ☐
competent authority
9 Other Clearances Yes ☐ No ☐ NA ☐ NA
Date of final approval by competent
9.1 Yes ☐ No ☐ NA ☐
authority
10 Land Acquisition Yes ☐ No ☐ NA ☐ NA
10.1 Draft 3a notification submitted Yes ☐ No ☐ NA ☐
10.2 Review of 3a notification by client Yes ☐ No ☐ NA ☐
10.3 Date of 3a gazette notification Yes ☐ No ☐ NA ☐
10.4 Draft 3a notification submitted Yes ☐ No ☐ NA ☐
10.5 Review of 3A notification by client Yes ☐ No ☐ NA ☐
10.6 Date of 3A gazette notification Yes ☐ No ☐ NA ☐
Date of Joint Measurement Survey
10.7 Yes ☐ No ☐ NA ☐
with competent authority
10.7. Date of survey - village wise
Yes ☐ No ☐ NA ☐ NA
1
10.7. Land type –by survey number
Yes ☐ No ☐ NA ☐ NA
2
10.7. Nature of Land –by survey number
Yes ☐ No ☐ NA ☐ NA
3
10.7. Ownership status of plots- by survey
Yes ☐ No ☐ NA ☐ NA
4 number

- 455 -
Details/
Remark
S.No SECTION OF THE REPORT YES/NO/NA Specification
s
s
10.7. Verification of area to be acquired –
Yes ☐ No ☐ NA ☐ NA
5 by survey number
10.7. List of structures on each plot
Yes ☐ No ☐ NA ☐ NA
6
10.7. Sketches of updated alignment by
Yes ☐ No ☐ NA ☐ NA
7 village
10.7. Verification from Land revenue
Yes ☐ No ☐ NA ☐ NA
8 department
10.7. Verification by CALA office
Yes ☐ No ☐ NA ☐ NA
9

- 456 -
DPR Checklist – Stage 7 – Award determination (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Village level summary Yes ☐ No ☐ NA ☐ NA
Total private and public land being
2.1 Yes ☐ No ☐ NA ☐ NA
acquired
Variation in area and nature of land
2.2 Yes ☐ No ☐ NA ☐ NA
against 3D with justification
Method used by CALA to arrive at
2.3 Yes ☐ No ☐ NA ☐ NA
award
Date of award by CALA and
2.4 approval by <Agency>along with
valuation report
Total award calculated and
2.5 Yes ☐ No ☐ NA ☐ NA
deviation from RFCTLARR act
3 In detail for each Village Yes ☐ No ☐ NA ☐ NA
Updated land acquisition tracker
with status of:
3.1  Notifications Yes ☐ No ☐ NA ☐ NA
 Award
 Disbursement
Valuation report and details of
3.2 award calculation- verification by Yes ☐ No ☐ NA ☐ NA
state authority to be included
3.3 Claims report Yes ☐ No ☐ NA ☐ NA
3.4 Copies of notifications published Yes ☐ No ☐ NA ☐ NA
Copies of land possession
3.5 Yes ☐ No ☐ NA ☐ NA
certificates received
Conclusions and
4 Yes ☐ No ☐ NA ☐ NA
recommendations
4.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and
4.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP

- 457 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Report reviewed for errors and
4.3 Yes ☐ No ☐ NA ☐ NA
omissions
Compliance report prepared on
4.4 Yes ☐ No ☐ NA ☐ NA
client observations

DPR Checklist – Stage 8 – Land possession report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Village level summary Yes ☐ No ☐ NA ☐ NA
Total private and public land
2.1 Yes ☐ No ☐ NA ☐ NA
being acquired
Date of final award by CALA and
2.2
approval by <Agency>
Status of disbursement on date of
2.3 receipt of Land possession Yes ☐ No ☐ NA ☐ NA
certificate
Key issues being faced in
2.4 Yes ☐ No ☐ NA ☐ NA
completing land acquisition, if any
3 In detail for each Village Yes ☐ No ☐ NA ☐ NA
Updated land acquisition tracker
with status of:
3.1  Notifications Yes ☐ No ☐ NA ☐ NA
 Award
 Disbursement
3.2 Final award and claims report Yes ☐ No ☐ NA ☐ NA
Copies of notifications published,
3.3 land possession certificates Yes ☐ No ☐ NA ☐ NA
received
Conclusions and
4 Yes ☐ No ☐ NA ☐ NA
recommendations
Conclusions and
4.1 Yes ☐ No ☐ NA ☐ NA
recommendations

- 458 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Report fulfils project objectives
4.2 Yes ☐ No ☐ NA ☐ NA
and scope as per RFP
Report reviewed for errors and
4.3 Yes ☐ No ☐ NA ☐ NA
omissions
Compliance report prepared on
4.4 Yes ☐ No ☐ NA ☐ NA
client observations
GIS Map containing digitsed
Yes ☐ No ☐ NA
5 details of land parcels acquired NA
with all relevant details ☐

- 459 -
Annexure III: Checklists for Structures such as ROB/ RUB

DPR Checklist – Stage 1 – Inception Report (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.N
SECTION OF THE REPORT YES/NO/NA Specification Remarks
o
s
Yes ☐ No ☐ NA
1 Executive Summary NA

Yes ☐ No ☐ NA
2 Project Appreciation NA

Yes ☐ No ☐ NA
2.1 Location of site office

Review of scope of ToR and gap Yes ☐ No ☐ NA
2.2 NA
identification ☐
Details of key departments for Yes ☐ No ☐ NA
2.3
documents ☐
Project description
 Existing LC number Yes ☐ No ☐ NA
2.4
 Start and End Chainage ☐
 Village/District
Project location map
 On State Map
Yes ☐ No ☐ NA
2.5  On District Map

 Latitude & Longitude
Coordinates of the LC
Details of Existing Level Crossing
 Number of Railway Tracks
Yes ☐ No ☐ NA
2.6  Type of Railway Tracks

(Broad/Metre/Narrow)
 No. of trains per day
Justification for need of an Yes ☐ No ☐ NA
2.7 NA
ROB/RUB (on basis of TVU count) ☐
Yes ☐ No ☐ NA
2.8 Overview of land use plans NA

- 460 -
Details/
S.N
SECTION OF THE REPORT YES/NO/NA Specification Remarks
o
s
Overview of existing pavement
conditions
 Number of Lanes Yes ☐ No ☐ NA
2.9
 Type of Pavement ☐
(Flexible/Rigid/Surfaced/Unsurfa
ced)
Yes ☐ No ☐ NA
2.10 Existing right of way details

Any other details relevant to the Yes ☐ No ☐ NA
2.11 NA
project ☐
Yes ☐ No ☐ NA
3 Approach Methodology NA

Engineering survey and Yes ☐ No ☐ NA
3.1 NA
investigations ☐
Design of road, pavements and Yes ☐ No ☐ NA
3.2 NA
structures ☐
Environment and social impact Yes ☐ No ☐ NA
3.3 NA
assessment ☐
Estimation of project cost, Yes ☐ No ☐ NA
3.4 NA
viability and financing options ☐
Any other details relevant to the Yes ☐ No ☐ NA
3.5 NA
project ☐
Task Assignment and Manning Yes ☐ No ☐ NA
4 NA
Schedule ☐
Number of key personnel Yes ☐ No ☐ NA
4.1
provided ☐
Specific tasks assigned to each key Yes ☐ No ☐ NA
4.2 NA
personnel ☐
Manning schedule for key Yes ☐ No ☐ NA
4.3 NA
personnel ☐
Number of key personnel Yes ☐ No ☐ NA
4.4
deployed at site ☐
Yes ☐ No ☐ NA
5 Performa for data collection NA

Indicative Design standards Yes ☐ No ☐ NA
6 NA
and cross sections ☐

- 461 -
Details/
S.N
SECTION OF THE REPORT YES/NO/NA Specification Remarks
o
s
Yes ☐ No ☐ NA
7 Development plans NA

Overview of development plans
Yes ☐ No ☐ NA
7.1 being implemented/ proposed by NA
local bodies ☐

Overview of impact of such Yes ☐ No ☐ NA


7.2 NA
development plans ☐
Yes ☐ No ☐ NA
8 Quality Assurance Plan NA

Engineering surveys and Yes ☐ No ☐ NA
8.1 NA
investigation ☐
Yes ☐ No ☐ NA
8.2 Traffic surveys NA

Material geo-technical and sub- Yes ☐ No ☐ NA
8.3 NA
soil investigations ☐
Yes ☐ No ☐ NA
8.4 Road and pavement investigations NA

Investigation and design of Yes ☐ No ☐ NA
8.5 NA
bridges and structures ☐
Yes ☐ No ☐ NA
8.6 Environment and R&R assessment NA

Yes ☐ No ☐ NA
8.7 Economic and financial analysis NA

Yes ☐ No ☐ NA
8.8 Drawing and documentation NA

Discussion of draft QAP document Yes ☐ No ☐ NA
8.9 NA
with client ☐
Approval of final QAP document Yes ☐ No ☐ NA
8.10 NA
by client ☐
Any other details relevant to the Yes ☐ No ☐ NA
8.11 NA
project ☐
Yes ☐ No ☐ NA
9 Draft design standards NA

Geometric design standards of Yes ☐ No ☐ NA
9.1 NA
bridges (Plain) ☐
Geometric design standards of Yes ☐ No ☐ NA
9.2 NA
bridges (Hilly) ☐

- 462 -
Details/
S.N
SECTION OF THE REPORT YES/NO/NA Specification Remarks
o
s
Any other details relevant to the Yes ☐ No ☐ NA
9.3 NA
project ☐
Conclusions and Yes ☐ No ☐ NA
10 NA
recommendations ☐
Conclusions and Yes ☐ No ☐ NA
10.1 NA
recommendations ☐
Report fulfils project objectives Yes ☐ No ☐ NA
10.2 NA
and scope as per RFP ☐
Report reviewed for errors and Yes ☐ No ☐ NA
10.3 NA
omissions ☐
Compliance report prepared on Yes ☐ No ☐ NA
10.4 NA
client observations ☐

- 463 -
DPR Checklist – Stage 2 – Feasibility Report (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Yes ☐ No ☐ NA
1 Executive Summary NA

Overview of client organization / Yes ☐ No ☐ NA
2 NA
activities ☐
Methodology adopted for Yes ☐ No ☐ NA
3 NA
feasibility study ☐
Socioeconomic profile of the Yes ☐ No ☐ NA
4 NA
project areas ☐
Regional economic profile basis last Yes ☐ No ☐ NA
4.1 NA
10 years data as per IRC ☐
Economic profile of project influence
Yes ☐ No ☐ NA
4.2 area basis last 10 years data as per NA
IRC ☐

Socio Economic status of project Yes ☐ No ☐ NA


4.3 NA
influence area ☐
Indicative design standards, Yes ☐ No ☐ NA
5 NA
methodologies, and specifications ☐
Yes ☐ No ☐ NA
6 Traffic surveys and analysis NA

Classified traffic volume counts using Yes ☐ No ☐ NA
6.1 NA
IHMCL data (7 day) ☐
Traffic projection methodology as Yes ☐ No ☐ NA
6.2 NA
per IRC:108 ☐
Yes ☐ No ☐ NA
6.3 Projected Traffic data for 20 years NA

Yes ☐ No ☐ NA
6.4 Current and Projected PCU

Yes ☐ No ☐ NA
6.5 Current and Projected TVU

- 464 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Yes ☐ No ☐ NA
6.6 Axle load survey as per IRC:SP:19 NA

Any other details relevant to the Yes ☐ No ☐ NA
6.7 NA
project ☐
Traffic surveys monitored and Yes ☐ No ☐ NA
6.8 NA
reviewed by the client ☐
Yes ☐ No ☐ NA
7 Reconnaissance survey NA

Yes ☐ No ☐ NA
7.1 Road Inventory as per IRC:SP:19 NA

Review of Road Inventory Survey by Yes ☐ No ☐ NA
7.2 NA
client ☐
Geometric Features of the Existing
Road
 Design Speed
 Sight distance elements Yes ☐ No ☐ NA
7.3 NA

 Horizontal Alignment Details
 Vertical Alignment Details
 Height of Embankment
Topographical Survey as per
IRC:SP:19 using LiDAR or equivalent
technology Yes ☐ No ☐ NA
7.4 NA
 Gradient ☐
 Terrain
Review of topographical survey by Yes ☐ No ☐ NA
7.5 NA
client ☐
Pavement composition and condition Yes ☐ No ☐ NA
7.6 NA
survey as per IRC:SP:19 ☐
Geological Survey
Yes ☐ No ☐ NA
7.7  Geological Map of the Area NA

 Seismicity
Climatic Conditions
 Temperature Yes ☐ No ☐ NA
7.8 NA
 Rainfall ☐
 Wind
Land Use along the existing
alignment
Yes ☐ No ☐ NA
7.9  Map of the Project Area NA

depicting
Agricultural/Habitation/Forest Area

- 465 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Details of Existing Structures
 Map of the Project Area
depicting Yes ☐ No ☐ NA
7.10 NA
Hutments/Buildings/Temples/Public ☐
Building/Any Other Significant
Structure
Inventory and condition survey of Yes ☐ No ☐ NA
7.11 NA
culverts ☐
Any other details relevant to the Yes ☐ No ☐ NA
7.12 NA
project ☐
Yes ☐ No ☐ NA
8 Geotechnical Survey NA

Geo-technical and sub-soil Yes ☐ No ☐ NA
8.1 NA
explorations as per IRC:78 ☐
Number of Bore holes dug (holds for Yes ☐ No ☐ NA
8.2
every pier and abutment) ☐
Review of geo-technical and sub-soil Yes ☐ No ☐ NA
8.3 NA
explorations by client ☐
Field testing, soil sampling, Yes ☐ No ☐ NA
8.4 NA
laboratory testing as per IRC:78 ☐
Recommendation of Foundation Yes ☐ No ☐ NA
8.5
Type and Depth ☐
Any other details relevant to the Yes ☐ No ☐ NA
8.6 NA
project ☐
Yes ☐ No ☐ NA
9 Hydraulic & Hydrological Survey NA

Hydrological investigations as per Yes ☐ No ☐ NA
9.1 NA
IRC:5 and IRC: 13 ☐
Yes ☐ No ☐ NA
9.2 High Flood Level specified NA

Yes ☐ No ☐ NA
9.3 Depth of Water Table specified NA

Yes ☐ No ☐ NA
9.4 Ponded Water Level specified NA

Any other details relevant to the Yes ☐ No ☐ NA
9.5 NA
project ☐
Review of Hydrological Survey by the Yes ☐ No ☐ NA
9.6 NA
client ☐

- 466 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Yes ☐ No ☐ NA
10 Materials Survey NA

Materials Survey conducted as per Yes ☐ No ☐ NA
10.1 NA
IRC:SP:19 ☐
Sources of Naturally Occurring
Aggregates specified
 Details of Borrow Pits with Yes ☐ No ☐ NA
10.2
Distance from Project Site ☐
 Cost of
Material/Transportation
Sources of Manufactured Items
specified
 Details of Suppliers with Yes ☐ No ☐ NA
10.3 NA
Distance from Project Site ☐
 Cost of
Material/Transportation
Source of Water for construction Yes ☐ No ☐ NA
10.4 NA
specified as per IS:456 ☐
Any other details relevant to the Yes ☐ No ☐ NA
10.5 NA
project ☐
Determination of whether ROB or Yes ☐ No ☐ NA
11 NA
RUB is appropriate ☐
Justification of whether ROB or RUB Yes ☐ No ☐ NA
11.1 NA
should be built ☐
Yes ☐ No ☐ NA
11.2 Review of justification by client NA

Yes ☐ No ☐ NA
12 Alignment Options Study NA

At least two alignments proposed Yes ☐ No ☐ NA
12.1 NA
 Details of Alignments on Map ☐
Yes ☐ No ☐ NA
12.2 Review of options with client NA

Review of options with local Yes ☐ No ☐ NA
12.2.1 NA
authority ☐
Length of the project along proposed Yes ☐ No ☐ NA
12.3 NA
alignment options ☐
Land Acquisition required along Yes ☐ No ☐ NA
12.4 NA
alignment options ☐

- 467 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Yes ☐ No ☐ NA
12.5 Cost Estimates of alternatives NA

Recommended Alignment with Yes ☐ No ☐ NA
12.6
Justification ☐
Skew Angle of Proposed Alignment Yes ☐ No ☐ NA
12.7
Specified ☐
Yes ☐ No ☐ NA
12.7.1 Environmental impact of each option

Review of road geometry and safety Yes ☐ No ☐ NA
12.7.2 NA
for each option ☐
Yes ☐ No ☐ NA
12.9 Traffic Diversion Route Specified NA

Any other details relevant to the Yes ☐ No ☐ NA
12.10 NA
project ☐
Environmental screening/
Yes ☐ No ☐ NA
13 preliminary environmental NA
assessment ☐

Analysis basis Initial Environment Yes ☐ No ☐ NA


13.1 NA
Examination in IRC: SP: 19 ☐
Recommended feasible mitigation Yes ☐ No ☐ NA
13.2 NA
measures ☐
Initial social assessment/ Yes ☐ No ☐ NA
14 NA
preliminary LA resettlement plan ☐
Analysis basis Initial Environment Yes ☐ No ☐ NA
14.1 NA
Examination in IRC: SP: 19 ☐
Details of consultation with Yes ☐ No ☐ NA
14.2 NA
potentially affected persons ☐
Details of consultation with local Yes ☐ No ☐ NA
14.3 NA
NGOs ☐
Details of consultation with Yes ☐ No ☐ NA
14.4 NA
municipal authorities ☐
Yes ☐ No ☐ NA
14.5 Preliminary resettlement plan NA

Any other details relevant to the Yes ☐ No ☐ NA
14.6 NA
project ☐
Yes ☐ No ☐ NA
15 Cost estimates NA

- 468 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Yes ☐ No ☐ NA
15.1 Item rates and rate analysis NA

Yes ☐ No ☐ NA
15.2 Escalation NA

Yes ☐ No ☐ NA
16 Economic and financial analysis NA

Yes ☐ No ☐ NA
16.1 Estimated cost details NA

Yes ☐ No ☐ NA
16.2 Projected revenues details NA

Yes ☐ No ☐ NA
16.3 Assumptions stated NA

Analysis and results
 IRR Yes ☐ No ☐ NA
16.4 NA
 Sensitivity Analysis ☐
 Financial Viability
Any other details relevant to the Yes ☐ No ☐ NA
16.5 NA
project ☐
17 Strip Plan NA
Details of center line of proposed Yes ☐ No ☐ NA
17.1 NA
structure ☐
Yes ☐ No ☐ NA
17.2 Details of existing RoW

Yes ☐ No ☐ NA
17.3 Details of proposed RoW

Details about ownership of land to be Yes ☐ No ☐ NA
17.4 NA
acquired ☐
Strip plan basis reconnaissance and Yes ☐ No ☐ NA
17.5 NA
topographic surveys ☐
Strip plan reviewed and approved by Yes ☐ No ☐ NA
17.6 NA
the client ☐
Any other details relevant to the Yes ☐ No ☐ NA
17.7 NA
project ☐
Strip plan- additional details Yes ☐ No ☐ NA
11 NA
added ☐
Details of centreline, existing
Yes ☐ No ☐ NA
11.1 structures, road furniture and other NA
features ☐

- 469 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Yes ☐ No ☐ NA
11.2 Widening scheme NA

New construction/ reconstruction of Yes ☐ No ☐ NA
11.3 NA
structures and amenities ☐
Yes ☐ No ☐ NA
11.4 Existing and proposed right of way NA

Yes ☐ No ☐ NA
11.5 Clearances impacting each chainage NA

- 470 -
DPR Checklist – Stage 3 – LA and Clearances I Report (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
1 Executive Summary NA

Yes ☐ No ☐ NA
2 Environment Clearance NA

Requirement for environment Yes ☐ No ☐ NA
2.1 NA
clearance identified ☐
Date/ Details of Initial consultation Yes ☐ No ☐ NA
2.2
with competent authority ☐
Date of submission of draft EIA Yes ☐ No ☐ NA
2.3 NA
report/ proposal for clearance ☐
Review of proposal/ EIA report by Yes ☐ No ☐ NA
2.4 NA
client ☐
Yes ☐ No ☐ NA
3 Forest Clearance NA

Requirement for forest clearance Yes ☐ No ☐ NA
3.1 NA
identified ☐
Date/ Details of initial consultation Yes ☐ No ☐ NA
3.2
with competent authority ☐
Details/cost of trees being felled basis Yes ☐ No ☐ NA
3.3
concerned District Forest Office ☐
Date of submission of proposal for Yes ☐ No ☐ NA
3.4 NA
forest clearance ☐
Yes ☐ No ☐ NA
3.5 Review of proposal by client NA

Yes ☐ No ☐ NA
4 Wildlife Clearance NA

Requirement for wildlife clearance Yes ☐ No ☐ NA
4.1 NA
identified ☐
Date/ Details of initial consultation Yes ☐ No ☐ NA
4.2
with competent authority ☐

- 471 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Details/cost of trees being felled basis Yes ☐ No ☐ NA
4.3
concerned District Forest Office ☐
Date of submission of proposal for Yes ☐ No ☐ NA
4.4
wildlife clearance ☐
Yes ☐ No ☐ NA
4.5 Review of proposal by client NA

Yes ☐ No ☐ NA
5 Utility Clearances (Electricity) NA

Yes ☐ No ☐ NA
5.1 Identification of overground utilities NA

Identification of underground utilities
Yes ☐ No ☐ NA
5.2 using GPR, Induction Locator or NA
equivalent technologies ☐

Name/ Details of consultation with Yes ☐ No ☐ NA


5.3
local authority/ people ☐
Utility relocation plan with existing /
Yes ☐ No ☐ NA
5.4 proposed location showing existing NA
RoW and topographic details ☐

Yes ☐ No ☐ NA
5.5 Cost for relocation as per authority

Date of proposal submission to Yes ☐ No ☐ NA
5.6
competent authority ☐
Review of utility relocation plan/ Yes ☐ No ☐ NA
5.7 NA
proposal by client ☐
Yes ☐ No ☐ NA
6 Utility Clearances (Water) NA

Identification of overground utilities Yes ☐ No ☐ NA
6.1 NA
in RoW ☐
Identification of underground utilities
Yes ☐ No ☐ NA
6.2 using GPR, Induction Locator or NA
equivalent technologies ☐

Name/ Details of consultation with Yes ☐ No ☐ NA


6.3
local authority/ people ☐
Utility relocation plan with existing /
Yes ☐ No ☐ NA
6.4 proposed location showing existing NA
RoW and topographic details ☐

Yes ☐ No ☐ NA
6.5 Cost for relocation as per authority

Date of proposal submission to Yes ☐ No ☐ NA
6.6 NA
competent authority ☐

- 472 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Review of utility relocation plan/ Yes ☐ No ☐ NA
6.7 NA
proposal by client ☐
Yes ☐ No ☐ NA
7 Utility Clearances (Others) NA

Identification of overground utilities Yes ☐ No ☐ NA
7.1 NA
in RoW ☐
Identification of underground utilities
Yes ☐ No ☐ NA
7.2 using GPR, Induction Locator or NA
equivalent technologies ☐

Name/ Details of consultation with Yes ☐ No ☐ NA


7.3
local authority/ people ☐
Utility relocation plan with existing /
Yes ☐ No ☐ NA
7.4 proposed location showing existing NA
RoW and topographic details ☐

Yes ☐ No ☐ NA
7.5 Cost for relocation as per authority

Date of proposal submission to Yes ☐ No ☐ NA
7.6
competent authority ☐
Review of utility relocation plan/ Yes ☐ No ☐ NA
7.7 NA
proposal by client ☐
Yes ☐ No ☐ NA
8 Railway Clearances NA

Identification of ROB/ RUB on project Yes ☐ No ☐ NA
8.1 NA
corridor ☐
Initial consultation with competent Yes ☐ No ☐ NA
8.2 NA
authority ☐
Date of proposal submission to Yes ☐ No ☐ NA
8.3
competent authority ☐
Yes ☐ No ☐ NA
8.4 Review of GAD/ proposal by client NA

Yes ☐ No ☐ NA
9 Other Clearances NA

Requirement for other clearances Yes ☐ No ☐ NA
9.1 NA
identified ☐
Date of proposal submission to Yes ☐ No ☐ NA
9.2
competent authority ☐
Yes ☐ No ☐ NA
9.3 Review of proposal by client NA

Yes ☐ No ☐ NA
10 Land Acquisition NA

- 473 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Detailed schedule about acquisition of Yes ☐ No ☐ NA
10.1 NA
landholdings as per land records ☐
Yes ☐ No ☐ NA
10.2 Consultation with affected persons NA

Name/ Details of consultation with Yes ☐ No ☐ NA
10.3
NGOs ☐
Name/ Details of consultation with Yes ☐ No ☐ NA
10.4
concerned government agencies ☐
Total land required, land area already
Yes ☐ No ☐ NA
10.5 available, land to be acquired
identified ☐

Review of land acquisition using Yes ☐ No ☐ NA


10.6 NA
digital cadastral map by client ☐
Yes ☐ No ☐ NA
11 Strip plan- additional details added NA 11

Details of centreline, existing
Yes ☐ No ☐ NA
11.1 structures, road furniture and other NA 11.1
features ☐

Yes ☐ No ☐ NA
11.2 Widening scheme NA 11.2

New construction/ reconstruction of Yes ☐ No ☐ NA
11.3 NA 11.3
structures and amenities ☐
Yes ☐ No ☐ NA
11.4 Existing and proposed right of way NA 11.4

Yes ☐ No ☐ NA
11.5 Clearances impacting each chainage NA 11.5

Yes ☐ No ☐ NA
12 Conclusions and recommendations NA

Yes ☐ No ☐ NA
12.1 Conclusions and recommendations NA

Report fulfils project objectives and Yes ☐ No ☐ NA
12.2 NA
scope as per RFP ☐
Report reviewed for errors and Yes ☐ No ☐ NA
12.3 NA
omissions ☐
Compliance report prepared on client Yes ☐ No ☐ NA
12.4 NA
observations ☐

- 474 -
DPR Checklist – Stage 4 – Detailed Project Report (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Project background Yes ☐ No ☐ NA ☐ NA
Project description
 Existing LC number
1.1 Yes ☐ No ☐ NA ☐
 Start and End Chainage
 Village/District
Project location map
 On State Map
1.2  On District Map Yes ☐ No ☐ NA ☐
 Latitude & Longitude
Coordinates of the LC
Details of Existing Level Crossing
 Number of Railway Tracks
1.3  Type of Railway Tracks Yes ☐ No ☐ NA ☐
(Broad/Metre/Narrow)
 No. of trains per day
Justification for need of an ROB/RUB
1.4 Yes ☐ No ☐ NA ☐ NA
(on basis of TVU count)
1.5 Overview of land use plans Yes ☐ No ☐ NA ☐ NA
Overview of existing pavement
conditions
1.6  Number of Lanes Yes ☐ No ☐ NA ☐
 Type of Pavement
(Flexible/Rigid/Surfaced/Unsurfaced)
1.7 Existing right of way details Yes ☐ No ☐ NA ☐
Any other details relevant to the
1.8 Yes ☐ No ☐ NA ☐ NA
project
2 Social analysis of the project Yes ☐ No ☐ NA ☐ NA
Project impact on stakeholders such
2.1 Yes ☐ No ☐ NA ☐ NA
as local people
Project impact on residential,
2.2 Yes ☐ No ☐ NA ☐ NA
commercial and public properties

- 475 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Any other details relevant to the
2.3 Yes ☐ No ☐ NA ☐ NA
project
3 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA
Geometric Features of the Existing
Road
 Design Speed
3.1  Sight distance details Yes ☐ No ☐ NA ☐
 Horizontal Alignment Details
 Vertical Alignment Details
 Height of Embankment
Topographical Survey using LiDAR or
equivalent technology as per
3.2 IRC:SP:19 Yes ☐ No ☐ NA ☐ NA
 Gradient
 Terrain
Pavement composition and condition
3.3 Yes ☐ No ☐ NA ☐ NA
survey as per IRC:SP:19
Geological Survey
3.4  Geological Map of the Area Yes ☐ No ☐ NA ☐ NA
 Seismicity
Climatic Conditions
 Temperature
3.5 Yes ☐ No ☐ NA ☐ NA
 Rainfall
 Wind
Land Use along the existing alignment
3.6  Map of the Project Area Yes ☐ No ☐ NA ☐ NA
depicting
Agricultural/Habitation/Forest Area
Details of Existing Structures
 Map of the Project Area
3.7 depicting Yes ☐ No ☐ NA ☐ NA
Hutments/Buildings/Temples/Public
Building/Any Other Significant
Structure
Inventory and condition survey of
3.8 Yes ☐ No ☐ NA ☐ NA
culverts
Geo-technical and sub-soil
3.9 Yes ☐ No ☐ NA ☐ NA
explorations as per IRC:78
Number of Bore holes dug (holds for
3.10 Yes ☐ No ☐ NA ☐
every pier and abutment)
Field testing, soil sampling, laboratory
3.11 Yes ☐ No ☐ NA ☐ NA
testing as per IRC: 78

- 476 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Recommendation of Foundation Type
3.12 Yes ☐ No ☐ NA ☐
and Depth
Hydraulic and Hydrological
3.13 Yes ☐ No ☐ NA ☐ NA
investigations as per IRC:5
3.14 High Flood Level specified Yes ☐ No ☐ NA ☐ NA
3.15 Depth of Water Table specified Yes ☐ No ☐ NA ☐ NA
3.16 Ponded Water Level specified Yes ☐ No ☐ NA ☐ NA
Materials Survey conducted as per
3.17 Yes ☐ No ☐ NA ☐ NA
IRC:SP:19
Sources of Naturally Occurring
Aggregates specified
 Details of Borrow Pits with
3.18 Yes ☐ No ☐ NA ☐
Distance from Project Site
 Cost of
Material/Transportation
Sources of Manufactured Items
specified
 Details of Suppliers with
3.19 Yes ☐ No ☐ NA ☐ NA
Distance from Project Site
 Cost of
Material/Transportation
Sources of environmentally friendly
3.19.1 construction materials identified as Yes ☐ No ☐ NA ☐ NA
per MoRT&H circular
Source of Water for construction
3.20 Yes ☐ No ☐ NA ☐ NA
specified as per IS:456
Any other details relevant to the
3.21 Yes ☐ No ☐ NA ☐ NA
project
4 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA
Classified traffic volume counts using
4.1 Yes ☐ No ☐ NA ☐ NA
IHMCL data (7 day)
4.2 Traffic projection as per IRC:108 Yes ☐ No ☐ NA ☐ NA
4.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ NA
4.4 Current and Projected PCU Yes ☐ No ☐ NA ☐
4.5 Current and Projected TVU Yes ☐ No ☐ NA ☐
4.6 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA
Any other details relevant to the
4.7 Yes ☐ No ☐ NA ☐ NA
project
Determination of whether ROB or
5 Yes ☐ No ☐ NA ☐ NA
RUB is appropriate

- 477 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Justification of whether ROB or RUB
5.1 Yes ☐ No ☐ NA ☐ NA
should be built
6 Alignment Options Study Yes ☐ No ☐ NA ☐ NA
At least two alignments proposed
6.1 Yes ☐ No ☐ NA ☐ NA
 Details of Alignments on Map
Length of the project along proposed
6.2 Yes ☐ No ☐ NA ☐ NA
alignment options
Land Acquisition required along
6.3 Yes ☐ No ☐ NA ☐ NA
alignment options
6.4 Cost Estimates of alternatives Yes ☐ No ☐ NA ☐ NA
Recommended Alignment with
6.5 Yes ☐ No ☐ NA ☐
Justification
Skew Angle of Proposed Alignment
6.6 Yes ☐ No ☐ NA ☐
Specified
6.7 Traffic Diversion Route Specified Yes ☐ No ☐ NA ☐ NA
Any other details relevant to the
6.8 Yes ☐ No ☐ NA ☐ NA
project
7 Design Specifications Yes ☐ No ☐ NA ☐ NA
7.1 Number of Lanes Yes ☐ No ☐ NA ☐
Width of ROB
 Width of Carriageway
7.2  Width of Safety Kerbs Yes ☐ No ☐ NA ☐
 Width of Footpath
 Any other
Proposed Number of Lanes on ROB in
7.3 line with PCU as per latest MoRTH Yes ☐ No ☐ NA ☐ NA
guidelines
Proposed Length of the Project
 Length of ROB
 Length of Viaduct
7.4 Yes ☐ No ☐ NA ☐
 Length of RE Wall
 Length of Approach Road
 Length of Service Road
Span Arrangement
7.5  Span Length Yes ☐ No ☐ NA ☐
 Number of Spans
Are all spans of standardised length as
per Railways standards
7.6 (https://ircep.gov.in/RCApproval/) Yes ☐ No ☐ NA ☐ NA
 If non-standardised, suitable
justification provided

- 478 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Details of Proposed Superstructure
Design
 Type
7.7 Yes ☐ No ☐ NA ☐ NA
 Details of Material Use
Proposed
 Drawings of Cross-Sections
Details of Proposed Substructure
Design
Type
7.8 Yes ☐ No ☐ NA ☐ NA
 Details of Material Use
Proposed
 Drawings of Cross-Sections
Details of Proposed Pavement Design
Type
 Details of Material Use
7.9 Proposed Yes ☐ No ☐ NA ☐ NA
 Thickness
 Design MSA
 Drawings of Cross-Sections
Details of Drainage Structures
7.10 Yes ☐ No ☐ NA ☐ NA
Proposed
Any other details relevant to the
7.11 Yes ☐ No ☐ NA ☐ NA
project
8 Cost estimates Yes ☐ No ☐ NA ☐ NA
Summary of Cost Estimates (Refer
8.1 Yes ☐ No ☐ NA ☐
following subsection)
8.2 Detailed Abstract of Cost Yes ☐ No ☐ NA ☐ NA
8.3 Detailed Bills of Quantity Yes ☐ No ☐ NA ☐ NA
8.4 Detailed Rate Analysis Yes ☐ No ☐ NA ☐ NA
9 Financial Viability Yes ☐ No ☐ NA ☐ NA
9.1 Estimated cost details Yes ☐ No ☐ NA ☐ NA
9.2 Projected revenues details Yes ☐ No ☐ NA ☐ NA
9.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA
Analysis and results
 IRR
9.4 Yes ☐ No ☐ NA ☐
 Sensitivity Analysis
 Financial Viability
10 Land Acquisition Study Yes ☐ No ☐ NA ☐ NA

- 479 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Land Acquisition Details
 Total Land Required
10.1 Yes ☐ No ☐ NA ☐
 Land Area already available
 Area of Land to be Acquired
10.3 Details of LA Cost Yes ☐ No ☐ NA ☐
11 Utility Shifting Study Yes ☐ No ☐ NA ☐ NA
11.1 Results of GPR investigation Yes ☐ No ☐ NA ☐ NA
Utility relocation plan with existing /
11.2 proposed location showing existing Yes ☐ No ☐ NA ☐ NA
RoW and topographic details
11.3 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
12 General Arrangement Drawing Yes ☐ No ☐ NA ☐ NA
12.1 Elevation of Railway Portion Yes ☐ No ☐ NA ☐ NA
12.2 Plan of Railway Portion Yes ☐ No ☐ NA ☐ NA
12.3 General Elevation Yes ☐ No ☐ NA ☐ NA
General Plan (showing complete
12.4 Yes ☐ No ☐ NA ☐ NA
ROB/RUB along with diversion)
12.5 Key Plan Yes ☐ No ☐ NA ☐ NA
12.6 Cross-Section of Railway Portion Yes ☐ No ☐ NA ☐ NA
3D engineered models of:
 Existing structure, if any
12.7  Proposed structure Yes ☐ No ☐ NA ☐
 Utilities and other features in
RoW

- 480 -
Cost Summary Table

S.No. Particulars Cost Estimate(in '000)


1 Cost of ROB Portion
Foundation
Substructure
Superstructure
Total-ROB Portion

2 Cost of Viaduct
Foundation
Substructure
Superstructure
Total-Viaduct

3 Cost of Approach Road

4 Cost of RE Wall

5 Cost of Service Road

6 Miscellaneous Costs
Cost of Subway
Cost of Toll Plaza
Cost of Culverts
Any Other Costs

Civil Cost of the Project


7 Contingencies @x%
Total Civil Cost

8 Supervision Charges @x%


9 Cost of Quality Control @x%
10 Maintenance Charges @x%
11 Escalation Costs @x%
12 Land Acquisition Costs
13 Utility Shifting Costs
14 Any Other Costs

Total Cost of the Project

- 481 -
DPR Checklist – Stage 5 – Technical Schedules (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Bid documents- EPC Yes ☐ No ☐ NA ☐ NA
2 Bid documents- Other, if any Yes ☐ No ☐ NA ☐ NA
3 Draft concession agreement Yes ☐ No ☐ NA ☐ NA
3 Schedule C - Project facilities Yes ☐ No ☐ NA ☐ NA
Schedule D - Specifications and
4 Yes ☐ No ☐ NA ☐ NA
standards
5 Any other relevant details Yes ☐ No ☐ NA ☐ NA

- 482 -
DPR Checklist – Stage 6 – LA and Clearances II Report (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
1 Executive Summary NA

Yes ☐ No ☐ NA
2 Environment Clearance NA

Yes ☐ No ☐ NA
2.1 Details of public hearings completed

Date of final environment clearance Yes ☐ No ☐ NA
2.2
by competent authority ☐
Yes ☐ No ☐ NA
3 Forest Clearance NA

Date/ Details of Joint site inspection Yes ☐ No ☐ NA
3.1
with DFO/ competent authority ☐
Date of Stage I forest clearance Yes ☐ No ☐ NA
3.2
approval by competent authority ☐
Date of final forest clearance Yes ☐ No ☐ NA
3.3
approval by competent authority ☐
Yes ☐ No ☐ NA
4 Wildlife Clearance NA

Date/ Details of joint site inspection Yes ☐ No ☐ NA
4.1
with DFO/ competent authority ☐
Date of final wildlife clearance Yes ☐ No ☐ NA
4.2
approval by competent authority ☐
Yes ☐ No ☐ NA
5 Utility Clearances (Electricity) NA

Date/ Details of Joint site inspection Yes ☐ No ☐ NA
5.1
with competent authority ☐
Date of estimate submission by Yes ☐ No ☐ NA
5.2
competent authority ☐
Date of estimate approval by Yes ☐ No ☐ NA
5.3
competent authority ☐

- 483 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
5.4 Approved utility shifting proposal

Details of approved contractors, SoR Yes ☐ No ☐ NA
5.5 NA
and deposit details for user agency ☐
Utilities checklist, no upgradation Yes ☐ No ☐ NA
5.6
certificate attached ☐
Date of estimate submission by Yes ☐ No ☐ NA
6.2
competent authority ☐
Date of estimate approval by Yes ☐ No ☐ NA
6.3
competent authority ☐
Yes ☐ No ☐ NA
6.4 Approved utility shifting proposal

Details of approved contractors, SoR Yes ☐ No ☐ NA
6.5 NA
and deposit details for user agency ☐
Utilities checklist, no upgradation Yes ☐ No ☐ NA
6.6
certificate attached ☐
Date of estimate submission by Yes ☐ No ☐ NA
7.2
competent authority ☐
Date of estimate approval by Yes ☐ No ☐ NA
7.3
competent authority ☐
Yes ☐ No ☐ NA
7.4 Approved utility shifting proposal

Details of approved contractors, SoR Yes ☐ No ☐ NA
7.5 NA
and deposit details for user agency ☐
Utilities checklist, no upgradation Yes ☐ No ☐ NA
7.6
certificate attached ☐
Date of final approval of GAD by Yes ☐ No ☐ NA
8.2
competent authority ☐
Yes ☐ No ☐ NA
9 Other Clearances NA

Date of final approval by competent Yes ☐ No ☐ NA
9.1
authority ☐
Yes ☐ No ☐ NA
10 Land Acquisition NA

Yes ☐ No ☐ NA
10.1 Draft 3a notification submitted NA

Yes ☐ No ☐ NA
10.2 Review of 3a notification by client NA

- 484 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐ NA
10.3 Date of 3a gazette notification

Yes ☐ No ☐ NA
10.4 Draft 3a notification submitted NA

Yes ☐ No ☐ NA
10.5 Review of 3A notification by client NA

Yes ☐ No ☐ NA
10.6 Date of 3A gazette notification

Date of Joint Measurement Survey Yes ☐ No ☐ NA
10.7
with competent authority ☐
Yes ☐ No ☐ NA
10.7.1 Date of survey NA

Yes ☐ No ☐ NA
10.7.2 Land type –by survey number NA

Yes ☐ No ☐ NA
10.7.3 Nature of Land –by survey number NA

Ownership status of plots- by survey Yes ☐ No ☐ NA
10.7.4 NA
number ☐
Verification of area to be acquired – Yes ☐ No ☐ NA
10.7.5 NA
by survey number ☐
Yes ☐ No ☐ NA
10.7.6 List of structures on each plot NA

Yes ☐ No ☐ NA
10.7.7 Sketches of updated alignment NA

Verification from Land revenue Yes ☐ No ☐ NA
10.7.8 NA
department ☐
Yes ☐ No ☐ NA
10.7.9 Verification by CALA office NA

- 485 -
DPR Checklist – Stage 7 – Award determination (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Village level summary Yes ☐ No ☐ NA ☐ NA
Total private and public land
2.1 Yes ☐ No ☐ NA ☐ NA
being acquired
Variation in area and nature of
2.2 Yes ☐ No ☐ NA ☐ NA
land against 3D with justification
Method used by CALA to arrive at
2.3 Yes ☐ No ☐ NA ☐ NA
award
Date of award by CALA and
2.4 approval by <Agency>along with
valuation report
Total award calculated and details
2.5 Yes ☐ No ☐ NA ☐ NA
of deviation from RFCTLARR act
3 In detail Yes ☐ No ☐ NA ☐ NA
Updated land acquisition tracker
with parcel-wise status of:
3.1  Notifications Yes ☐ No ☐ NA ☐ NA
 Award
 Disbursement
Valuation report and details of
3.2 award calculation- verification by Yes ☐ No ☐ NA ☐ NA
state authority to be included
3.3 Claims report Yes ☐ No ☐ NA ☐ NA
3.4 Copies of notifications published Yes ☐ No ☐ NA ☐ NA
Copies of land possession
3.5 Yes ☐ No ☐ NA ☐ NA
certificates received
Conclusions and
4 Yes ☐ No ☐ NA ☐ NA
recommendations
Conclusions and
4.1 Yes ☐ No ☐ NA ☐ NA
recommendations
Report fulfils project objectives
4.2 Yes ☐ No ☐ NA ☐ NA
and scope as per RFP

- 486 -
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Report reviewed for errors and
4.3 Yes ☐ No ☐ NA ☐ NA
omissions
Compliance report prepared on
4.4 Yes ☐ No ☐ NA ☐ NA
client observations

- 487 -
DPR Checklist – Stage 8 – Land possession report (Structures)

General Details
Project Name
Consultant's
Name
Date of Review

Details/
Remark
S.No SECTION OF THE REPORT YES/NO/NA Specification
s
s
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Village level summary Yes ☐ No ☐ NA ☐ NA
Total private and public land being
2.1 Yes ☐ No ☐ NA ☐ NA
acquired
Date of final award by CALA and
2.2
approval by <AGENCY>
Status of disbursement on date of
2.3 Yes ☐ No ☐ NA ☐ NA
receipt of Land possession certificate
Key issues being faced in completing
2.4 Yes ☐ No ☐ NA ☐ NA
land acquisition, if any
3 In detail Yes ☐ No ☐ NA ☐ NA
Updated land acquisition tracker with
status of:
3.1  Notifications Yes ☐ No ☐ NA ☐ NA
 Award
 Disbursement
3.2 Final award and claims report Yes ☐ No ☐ NA ☐ NA
Copies of notifications published, land
3.3 Yes ☐ No ☐ NA ☐ NA
possession certificates received
4 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
4.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and
4.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP
Report reviewed for errors and
4.3 Yes ☐ No ☐ NA ☐ NA
omissions
Compliance report prepared on client
4.4 Yes ☐ No ☐ NA ☐ NA
observations
GIS Map containing digitised details
Yes ☐ No ☐ NA
5 of land parcels acquired with all NA
relevant details ☐

- 488 -
APPENDIX-IX

Sample Executive Summary of Detailed Project Report

<Name & Logo of the Agency>

(Ministry of Road Transport & Highways)

Government of India

Executive summary of detailed project report for:

[Project name, stretch, state]

All figures, details and graphs in this


template are illustrative. Consultants DPR Consultant
are to add actual details and expand
tables, chapters as needed while
keeping the format and information
required in each chapter as suggested.
Please delete this sticker upon
completion

[Name and logo of consulting agency]

- 489 -
Table of Contents

1 Introduction
2 Project overview
2.1 Key features of project
2.2 Key plan of existing project stretch
3 Traffic demands on project road
3.1 Traffic volume surveys
3.2 Axle load survey
3.3 Traffic volume forecast
3.4 Turning movement surveys
4 Pavement and corridor surveys
4.1 Pavement condition and distress seen
4.2 Pavement composition
4.3 Pavement strength
4.4 Sub-grade soil survey
5 Improvement proposals
5.1 Proposed alignment
5.2 Bypasses proposed
5.3 Road geometry
5.4 Widening scheme
5.5 Pavement design
5.6 Design of structures
5.7 Intersections and grade separators
5.8 Toll plazas
5.9 Wayside amenities proposed
6 Environmental impact assessment
6.1 Impact and clearances needed
6.2 Cost of environmental mitigation
7 Social impact assessment and Land acquisition
7.1 Social impact assessment
7.2 Land acquisition requirements
7.3 Key risks envisaged in land acquisition
8 Utilities shifting and clearances
8.1 Utilities shifting estimates
8.2 Total cost of utilities shifting
9 Project cost estimates
10 Material investigation

- 490 -
10.1 Borrow pits for soil
10.2 Sand
10.3 Gravel
10.4 Fly ash
10.5 Bitumen
10.6 Cement
10.7 Other local material available
10.8 Key risks
10.9 Location of material sources
11 Potential for value engineering and innovative technologies
12 Economic and financial analysis
12.1 Economic analysis of the project
12.2 Financial analysis
13 Execution plan
13.1 Packaging
13.2 Bidding mode and timelines
13.3 Construction time and planning

14Conclusions and recommendation

- 491 -
1. Introduction

The <Agency>proposes to implement the <re> the development, maintenance and


management of the <NH-xx> stretch from <Origin> to <Destination> from chainage <aa km>
to <bb km> into <proposed improvement, xx lane road/ expressway etc.> under the NHDP
Phase V programme. The proposed project road has been selected to <primary reason for
project- e.g. to improve connectivity and ease congestion between aa bb>

<Consultant> was appointed in <mm/yyyy> to prepare the detailed project report for
the project road, and this executive summary covers is submitted along with the <draft/final>
detailed project report to cover the key aspects of the project.

<Any special circumstances or requests made by the Authority for the project that
affect the consultancy assignment e.g.: <Agency>desired to restructure project into two
packages, bifurcating the project road at Betulnagar, this report has been revised and
resubmitted providing improvement proposals and bid documents separately for the two
stretches>

- 492 -
2. Project overview

As described earlier the project road lies on NH xx (previously NH yy) and connects
<orgin> with <destination>, passing through the states of <state 1, state 2>. The proposed
project alignment passess through <towns/junctions a, b, c, d> for a total length of <xx km>.

Figure 1: Location of project road

2.1. Key features of project

Table 1: Key features of project

Attributes Details
Xx (old)
NH No
Yy (new)
Origin-destination
Origin- Destination
Origin point Lat/long – destination point lat/long
Via towns Town 1, 2, 3, 4
2L (7.0m) over 80% of the road stretch with 4L (16.0m) in
Existing carriageway
20% of the stretch in some urban locations
Service lanes and slip roads Service lanes of 2-4m width for 16 km, largely in urban areas
Shoulder 2L has paved shoulder of 1-2m width
Condition of existing
Good to fair
pavement
Right of way Typically 45 m along entire stretch
Predominant land use in the area is agricultural (60% on LHS,
Land use along project road 50% on RHS), with the rest being urban and forest area (20%
on LHS, RHS)
Largely commercial, with trucks accounting for 80% of
Traffic on the stretch
vehicle volume
Toll infrastructure There are no toll plazas in the current stretch

- 493 -
Attributes Details
Terrain Primarily plain and rolling, passing through x settlements
69 structures- 3 ROBs, 7 major bridges, 2 flyovers, 9 minor
Structures along stretch
bridges, 16 VUP/PUPs and 32 culverts
User amenities along
32 bus shelters, 7 truck lay-byes, and 1 rest area
stretch
Key utilities in the proposed 4 km 66 kV UG line with 3 crossings, 30in water main for 7.3
RoW km
Xx km of road from <point a> to <point b> crosses <type of
Forest Stretches along RoW
forest><forest name>
Railway LC no <x> at chainage yy on the <origin station> to
Rail crossings along RoW
<destination station> rail line at railway chainage zz
Other clearance related <please describe any other clearances that will be required
aspects for the project>

- 494 -
2.2. Key plan of existing project stretch

Figure 2: Key plan of existing project road

- 495 -
3. Traffic demands on project road

3.1. Traffic volume surveys

For the purposes of traffic projections and lane design, <xx> individual sections of road
were considered:

Table 2: Traffic survey locations

Volume
Length
Section Chainages Count Remarks
(Kms)
Locations
Km 163.0 - Km 177.0, Kasia/Tonta mines near
1 29.0
192.0 45.0 192.000
End point of proposed
Km 192.0 -
2 27.0 Km 201.50 Koida bypass at km
219.0
218.250

Traffic volume surveys for the project road were < available from IHMCL for x locations>
and were carried out at <x> additional locations along the project road in the month of
<mm/yyyy>. The results are as follows:

Table 3: Results of traffic surveys conducted

Homogenous section 1 1 2
Chainage 45.00 177.00 201.50
Source of data IHMCL Consultant Consultant
Bicycle 47 75 61
2 Wheeler 3320 3288 2630
3 Wheeler 32 47 30
Tractor 24 18 22
Tractor with Trailer 389 385 341
2 Axle SCV 436 386 388
LMV 2 axle 3561 3545 3327
LCV 2 Axle 577 603 563
2 Axle Truck or Bus 908 987 1014
3 Axle Truck or Bus 1142 1062 1086
Multi Axle Vehicles
2033 1962 1994
MAV
Oversized Vehicle OSV 2 1 3

- 496 -
Cycle 0 0 0
Earth Moving
0 0 0
Equipment
AADT (in vehicles) 12471 12359 11459
AADT (in PCUs) 34000 xx xx

3.2. Axle load survey

Axle load surveys were conducted at <x> locations using <xxxx> to understand the
actual load spectrum of commercial vehicles plying on the prject road. The results of the load
survey, were converted to Vehicle Damage Factor (VDF) using equivalency factors from <IRC
xx> for the purpose of MSA calculations

Table 4: Axle load survey results

Mode Section 1 Section 2 Section 2


Observed- Observed-
Observed-
at at
at chainage Recommended Recommended Recommended
chainage chainage
xx
xx xx
LCV 0.47 0.47 0.45 0.45
2-
3.97 3.97 3.57 3.97
axle
3-
3.63 3.63 3.26 3.26
axle
MAV 4.92 4.92 4.07 4.07
Bus 0.78 0.82 0.82 0.82

3.3. Traffic volume forecast

Traffic volume forecast was developed using the <xx> method and converted to Million
Standard Axles (MSA) for the purposes of pavement design. The cumulative load in MSA for
each section is given as under for various horizon years:

Table 5: Projected traffic load on project road in MSA

MSA In x+15 In x+30


Section LHS RHS LHS RHS
1 23.31 22
2 33 40

- 497 -
3.4. Turning movement surveys

Table 6: Turning movement survey results

Peak
Total Grade
SL. Existing Hour Peak Intersection
Location Volume separator
No. Chainage Volume Hour type
PCU proposed
PCU
17:00 3 arm No
1 0.300 xxx 30988 1915 -
18:00
09:00 4 arm No
2 6.200 xxx 28077 1962 -
10:00
15:00 5 arm Yes
3 10.200 xxx 53333 3599 -
16:00
10:00 4 arm Yes
4 28.000 xxx 64315 3884 -
11:00

Classified direction wise turning movement surveys were conducted at <x>


intersections to determine the need for re-design and addition of structure at the intersection

- 498 -
4. Pavement and corridor surveys

4.1. Pavement condition and distress seen

The overall pavement condition <description of overall pavement condition- e.g. from
poor to very poor, with high roughness and significant presence of potholes and raveling>

Table 7: Condition survey of existing pavement

Length affected, in Kms


Type of
distress Area Area Area Area Area
<=10 % 10 %-25 % 25 %-50 % 50 %-75% >75 %
Total
36 70 0 0 0
Cracking
Potholes 28 23 55 0 0
Patching 44 61 1 0 0
Raveling 80 4 22 0 0
<other
categories
seen>
Total 106 106 106 106 106

4.2. Pavement composition

The existing pavement structure is a <rigid/flexible/inverted etc.> pavement


consisting of sub-grade and <x> additional layers. The summary of pavement composition seen
is as follows

Table 8: Composition of existing pavement

Bituminous course Granular course Xx


Section (mm) (mm) (mm)
Min Max Min Max Min Max
1 50 350 100 600
2 40 300 80 500
X

4.3. Pavement strength

<xxx FWD/BBD> was carried out to test the strength of the existing pavement, and the
characteristic deflection values have been calculated for each homogeneous section of road to
enable design of an overlay for the road.

- 499 -
Table 9: Strength of existing pavement

Characteristic
Chainage Distance
Section deflection
Start End Km Mm
1 0.400 2.400 2.000 1.6
2 2.400 10.000 7.600 1.3
X

4.4. Sub-grade soil survey

Extensive review of available soil information and testing was done to understand the
sub-grade characteristics. Summary of soil investigation surveys is as follows:

Table 10: Soil investigation survey results

Attribute Results Comments


Sub-grade CBR range (%) 0.6%-14% Low over large lengths of section
Degree of compaction (% of MDD) ~95% Sufficient as per MoRTH guidelines
Swelling ratio (%) 2.5 to 32% Significant variation seen across
stretch
<other attributes>

Table 11: Soil types observed

Soil type % of length Plasticity index Comments


Clayey sand (SC) 34% 3 to 15 Poorly graded sand
clay mixture
Silty sand (SM) 9% Non-plastic Poorly graded
Clayey gravel (GC) 9% 11 to 13 Mixture of gravel,
sand and silt

- 500 -
5. Improvement proposals

5.1. Proposed alignment

The final alignment chosen for the project in consultation with <xx, yy> will <be along
current project road/ pass through xx, yy new towns- short description of alignment with
changes if any>.

Figure 3: Map showing proposed alignment of project road

5.2. Bypasses proposed

Given increasing urban traffic and congestion and the lack of available RoW in urban
areas through the project route, <x> urban areas are proosed to be by-passed in the proposed
project alignment

Table 12: Proposed by-passes along project length

Bypass plan
Urban area to
Start End Length Key driver for by-pass
be bypassed
chainage chainage proposed
Nagar 1 45.000 52.000 21.000 Heavy local traffic of ~10,000
PCUs in town limits
Xxxx

- 501 -
5.3. Road geometry

The project road has been re-designed to accommodate speeds of <xx>, adopted as per
<standard or consultation with <AGENCY>>. Enabling this higher speed will require re-design
and re-alignemnt of the road in certain sections given their <description of poor geometry>.

5.4. Widening scheme

Basis traffic information available, level of service requirements and consultation with
<<AGENCY>, local authorities etc.>, the following lane configuration is adopted for the project
road:

Table 13: Lane configuration planned for project road

Chainage Traffic
forecast Service
Section Start End Lane config. Comments
k PCUs in lanes
20xx
1 0.00 2.400 43.5 6 Yes High urban traffic
influx
2 2.400 60.400 16.4 4 No
3
xx

Basis availability of RoW and land acquisition constraints, a widening scheme has been
proposed that makes optimum use of existing ROW and minimizes need for land acquisition in
urban areas, a summary of which is given below:

Table 14: Summary of widening type proposed

Sl no Type of widening Length, Km


1 Concentric 2.400
2 Eccentric, Right 34.600
3 Eccentric, Left 33.800
4 Green field 16.000

5.5. Pavement design

5.5.1. Design period, loading and pavement type

Using the projected traffic, VDF values,lane and directional distribution factors, the
design traffic loading used for the project is <xx to yy> MSA.

Through preliminary design and lifecycle comparisons, the <flexible/rigid/inverted>


type of pavement was chosen for construction with a design life of <xx> years as per
<IRC/MoRTH/<AGENCY> standards/request> has been considered for design.

- 502 -
5.5.2. Design sub-grade strength

Considering the soil investigations conducted in the prject road area, and the
availability of suitable soil in the region, the following sub-grade strength has been assumed to
vary from <xx%> to <yy%> for various sections of the highway

5.5.3. Pavement composition for new carriageway

The proposed pavement composition for the new sections carriageway basis
<standards>, subgrade strength and design traffic is:

Table 15: Proposed pavement composition

Sub-grade Pavement
Design Chainage Layer thickness (mm)
Section strength loading
Start End Min % CBR MSA GSB WMM DBM BC xx
1 0.400 2.400 10% 40 200 250 95-125 40
2 2.400 10.000 8%
X

5.5.4. Strengthening of existing pavement

The strengthening requirements for the existing pavement have been estimated from
the deflection measurements and estimated traffic loadings. The designed overlay proposed is
as below:

Table 16: Overlay thickness required

Characteristic Overlay thickness ( mm)


ction
Chainage Dist ance
Section defle
Start End Km Mm D
B
1 0.400 2.400 2.000 1.6 9
M
5
2 2.400 10.000 7.600 1.3 5
X0
X 4
x
0
4
0

- 503 -
5.5.5. Pavement design for service lanes

Pavement for service lanes is designed for MSA of xx-yy with a design CBR of ~xx%.
The composition for the <flexible/rigid> service lane pavement along the project corridor is as
follows:

Table 17: Pavement composition for service road

Layer Layer Thickness in mm


SDBC 25
DBM 50
WMM 250
GSB 150

5.6. Design of structures

Along the project stretch, there are several bridges, culverts, under/overpasses and
flyovers. A summary of the total number and proposed additions is given in the table below

Table 18: Proposed improvement to structures along project road

Construct in New
Sl No Structure Existing Dismantle Widen Reconstruct Total
parallel construction

Major
1 4 1 - 1 2 3 7
bridge
Minor
2
bridge
3 Flyover
Vehicle
4
overpass
Vehicle
5
underpass
Passenger
6
under pass
7 Culverts
8 xxx

- 504 -
5.7. Intersections and grade separators

Based on the traffic and turning movement surveys conducted, <xx> junctions have
been identified for redesign or grade separation, the details of which are given below

Table 19: Proposed intersection improvement

Est Peak
SL. Existing Est total vol
Location HourVol Improvement proposed
No. Chainage (k PCU)
(k PCU)
Grade separator
1 10.200 xxx 53333 3599

Grade separator
2 28.000 xxx 64315 3884

3
4

5.8. Toll plazas

Based on the traffic surveys, O-D surveys and layout of project road, <xx> toll plazas
are proposed along the project road:

Table 20: Location of current and proposed toll plazas

Sl Existing Design Existing no Proposed no


Location
No chainage chainage of lanes of lanes
1 20.400 22.600 Near origin 2 6
2 95.000 101.500 Near via-nagar junction New 6
x xx xx

5.9. Wayside amenities proposed

<local discussions, discussions with authority, demand modelling etc.> was conducted
to locate various way-side amenities across the project road. A summary of the improvements
proposed is given below:

Table 21: Proposed user amenities along project stretch

Sl no Amenity type Current Proposed Comments


1 Passenger rest 0 2
stops
2 Truck lay-byes 5 15 High demand due to urban areas along
stretch
3 Bus bays 4 10 Limited increase due to scarcity of land
4 Bus shelters 2 34 Proposed in lieu of bus-bays
5 Petrol bunks 1 5 Severe shortage along stretch

- 505 -
6. Environmental impact assessment

6.1. Impact and clearances needed

A environmental impact study was undertaken during the process of creating the
detailed project report to understand impact of the project road on the surrounding ecology
and environment. The project road is categorized as a category <xx> project by the MoEF and
as it is <xx km> in length, it <will/will not> require environmental clearances.

The proposed project <involves/does not involve> the acquisition of


forest/ecologically sensitive land, felling of trees and will impact wildlife habitat and will hence
require individual clearances for each. A summary of the environmental impact and clearances
required is provided below

Table 22: Environmental impact and clearances required

Sl No Impact type Description Clearance status


Form 1 submitted
Environmental Required due to nature of dd/mm/yyyy and
1
clearance project, category ‘A’ environmental clearance
obtained on dd/mmm/yyyy
Diversion of 27.72 ha of land in <xx> district
2 Stage II clearance in progress
forest land will need to be acquired
28,460 trees need to be enable
3 Trees in RoW To be taken
road expansion

6.2. Cost of environmental mitigation

The Environmental Mitigation and Management Costs were developed based on the
estimation of resources required to implement the mitigation measures proposed and also
number of places where intervention is required. Environmental mitigation cost for the
proposed project is Rs. <xx> cr.

- 506 -
7. Social impact assessment and Land acquisition

7.1. Social impact assessment

The existing RoW (x-y m) is <adequate/ in adequate> for the proposed widening and
RoW requirements as required by <<AGENCY>/Authority>. This will lead to the additional
acquisition of <xx>Ha across the states of <states1, 2>, affecting a total of <yy> villages in <zz>
districts. In addition to structures found to be encroaching the current Row, the required
acquisition is poised to affect <xx> residential and <yy> other structures.

Preliminary interactions have been held with locals to understand their issues and
concerns and help communicate the project plan and its impact on them. The key concerns of
title and non-title holders centered around:

 <Key issues expressed over and above land being acquired, and compensation
norms>

7.2. Land acquisition requirements

The state and district wise details and status of land acquisition as on the date of
publishing of this report is as follows:

Table 23: Districtwise land acquisition requirements and status

Private 3A done,
Village Total land 3A
land to be 3D 3D
State and required pending
acquired pending completed
Chainage (Ha) (Ha)
(Ha) (Ha)
Thane
Maharashtra 137 90 10 70 10
(xx to yy)
Gujarat <aaa> 454 400 20 300 80
Gujarat <bbb> 588 588 60 500 28
Gujarat <ccc> 688 320 80 160 80

A total of <xx cr> is expected to be awarded for the acquisition of land required for this
project. The land acquisition process is underway with a total of <xx> CALAs appointed, and
90% of land is expected to be in possession by <xx, 20xx>.

7.3. Key risks envisaged in land acquisition

Despite the best efforts of the consultant and various lad acquisition teams working to
complete land acquisition, it is envisaged that acquiring possession of the RoW for some
specific sections of the project road may prove to be difficult or be delayed inordinately. Such
potential risks are highlighted below:

 <Highlight any risks foreseen along with chainage and ha affected>

- 507 -
8. Utilities shifting and clearances

Utilities belonging to <x> user agencies have been identified that fall within the project
road ROW and will need to be shifted to enable road construction. Shifting proposals have been
submitted to the user agencies and initial estimates have been received from the concerned
agencies. The process of site inspection, review and revision of the proposals for utilities
shifting is in process.

<To enable better management of utilities and installation going forward, all utilities
are being shifted underground/into a utilitiy corridor/out of the road RoW/ utilities trench is
being planned as part of construction>

8.1. Utilities shifting estimates

Table 24: Key utilities shifting requirements

Estimated
Sl Chainage Shifting cost Supervision Current
Utility Agency
No affected required % status
(INR cr)
19 km of
overhead Final
66kV 123.00-
1 UPVVNL cable, 4 ~140 cr 15% approval
powerline 145.00
road obtained
crossings

8.2. Total cost of utilities shifting

The total cost of utilities shifting for all the utilities identified in the road RoW is
estimated to be <xx cr> with supervision charges of <yy cr> being paid as supervision charges
to the <z> concerned agencies.

- 508 -
9. Project cost estimates

The cost estimates for the project has been carried out based on detailed design, bill of
quantities, and the schedule of rates for <state/district/authority> of year <xx-yy>.

Table 25: Summary of project cost

No Item Amount in Cr Amount in %


Civil construction cost
1 Site clearance and dismantling 60 2%
2 Earth Work
3 Base courses
4 Paving courses
5a Repair and rehabilitation of structures
5b Bridges
5c Culverts
5d PUP/VUP
5e Flyover and overpass
5f Drainage, protective works and other services
5g RE/toe walls
6 Junctions and interchanges
7 Toll plazas
8 User amenities
9 Traffic signs, road markings, other appurtenences
10 Miscellaneous
11 Maintenance of road during construction
A Total civil cost
12 Add contingencies @ x% on Z
B Estimated project cost
13 Construction supervision @ x% on Z
14 Agency charges @ x% on Z
15 Quality control changes @ x% on Z
16 Road safety cell audit charges @ x% on Z
17 Maintenance costs @ x% on Z
18 Escalation @ x% on Z
C Total project cost
19 R&R cost
20 Environment cost
21 Cost of shifting utilities
22 LA compensation cost
D Total capital cost

- 509 -
10. Material investigation

Material investigations were carried out to explore the availability and identify sources
of suitable material for the construction of the road.

<retain only relevant sections>

10.1. Borrow pits for soil

Material investigation of <xxx> locations indicates that soil suitable for embankment
(of CBR>xx% and density yy g/cc) and for sub-grade (CBR>xx% and density yy g/cc) is
available at an average lead of aa to bb km for the project stretch.

<include details on additional material sources like construction rubble, moorum etc>

10.2. Sand

Sand is available in <close proximity> of the project site. Test results show that xx of yy
sand sources satisfy the minimum requirement for use in the project.

<Include details of additional potential for sources such as pond bed desilting, other
excavation happening>

10.3. Gravel

Several quarries were identified for sourcing aggregates in the project zone. Xx of yy
quarries were found to be suitable for use in the construction of the road. <further details on
gravel available and suitability for construction>

10.4. Fly ash

Fly ash is available in close proximity of the project road due to the presence of <xx
steel plant/power plant>. Test results show that the available fly ash <satisfies/does not
satisfy> the minimum requirement of <specification> to use as <material for
embankment/cement mixture/other layers>. The fly ash available has density greater than xx
g/cc and shows an OCM of xx-yy%. <the fly ash located isnon plastic>

10.5. Bitumen

Bulk bitumen of the <required grades> is available <closest sources> with an average
lead of <xx km>. For the project road <grade> of bitumen has been proposed for <yy layer>
due to <reason> and <grade of bitumen> has been proposed for <zz layer> due to <reason>.

10.6. Cement

Bulk bitumen of the <required grades> is available <closest sources> with an average
lead of <xx km>. For the project road <grade> of bitumen has been proposed for <yy layer>
due to <reason> and <grade of bitumen> has been proposed for <zz layer> due to <reason>.

- 510 -
Other local material available

Details of other local material available for construction

Table 26: Locally available and alternative materials

Sl No Material Source

1 Hume pipes Local hume pipe factory in xx yy

2 xx xxxx

10.7. Key risks

Despite the best efforts of the consultant, there continue to be some materials and
sections of the project road where material will have to brought from significant leads.

Table 27: Key risks envisaged in material procurement

Sl
Chainage Material Closest source
No

1 Entire project Bitument Closest available source is Mumbai at a


lead of 900 km

2 223.00+ Soil of CBR >10% No borrow pit in vicinity, minimum


lead of 40 km

- 511 -
10.8. Location of material sources

Figure 4: Key plan showing location of potential borrow pits tested

- 512 -
11. Potential for value engineering and innovative technologies

Throughout the detailed design of the project, several opportunities for value
engineering and introduction of new technology were explored that will help in reducing the
cost of the project or increase quality and longevity of project road. Approval of these elements
as part of the construction design and suitable instructions to all stakeholders of the project
can help significantly lower the projected cost of construction.

A summary of these opportunities is provided here.

Table 28: Key value engineering opportunities identified

Sl
Value engineering opportunity Potential impact
No
1 Use of inverted pavement with a cement stabilized 40% reduction in layer
based and granular material in the base layer thickness and ~15% reduction
in TPC

- 513 -
12. Economic and financial analysis

12.1. Economic analysis of the project

The EIRR and NPV of the project has been carried out using <model/software> under
multiple scenarios, and the project returns <justify/do not justify> construction given an EIRR
of xx in the best case and yy in the worst case.

The various sensitivity scenarios considered were as follows:

1. Base case: Base cost and base benefits

2. Sensitivity 1: Base cost plus xx% and base benefits

3. Sensitivity 2: Xx

4. Sensitivity 3: Xx

The results of the base case and sensitivity analysis are presented below:

Table 29: Economic return analysis

RUCS HDM 4
Option Sensitivity Case NPV (in NPV (in
EIRR (in %) EIRR (in %)
million Rs.) million Rs.)
Base Case 0 19199 30.31 2788.5 14.1
Sensitivity 1 18041 27.51 1362.6 12.9
With time
Sensitivity 2 15147 27.1 943.3 12.8
Sensitivity 3 13989 24.56 -ve 11.7
Base Case 0 19199 30.31 2788.5 14.1
Sensitivity 1 18041 27.51 1362.6 12.9
Without time
Sensitivity 2 15147 27.1 943.3 12.8
Sensitivity 3 13989 24.56 -ve 11.7

12.2. Financial analysis

12.2.1. Potential for toll revenue

The projected tollable traffic basis traffic survey and forecasts at the <xx> toll plazas
suggested in year <xx> is given below

Table 30: Tollable traffic on project stretch

1 @ Chainage 45.000
Toll Plaza 2
1
Traffic type Total Tollable
Bicycle 47 0

- 514 -
2 Wheeler 3320 0
3 Wheeler 32 0
Tractor 24 0
Tractor with Trailer 389 385
2 Axle SCV 436 386
LMV 2 axle 3561 3545
LCV 2 Axle 577 603
2 Axle Truck or Bus 908 800
3 Axle Truck or Bus 1142 1062
Multi Axle Vehicles
2033 1962
MAV
Oversized Vehicle OSV 2 1
Earth Moving
0 0
Equipment
AADT (in vehicles) 12471 6500

12.2.2. Results of financial analysis

With the most likely traffic scenario and assumed costs of construction, maintenance,
financing and tolling over the period of the project, the return on equity at various periods of
concession was calculated. Equity IRR for this project will pass <15%> in year <x> of this
project, hence it <is/is not> possible to bid the project

Figure 5: Equity IRR with increasing concession period for project road

- 515 -
13. Execution plan

In consultation with <AGENCY>, it is proposed to complete the proosed project road in


a period of <xx> months. Planning for the project packaging, bidding process and construction
was conducted as a part of this project.

13.1. Packaging

Given the length of the project, the entire project is planned to be bid out in <xx>
packages with <yy> packages.

<include table of package details if more than 1 package>

13.2. Bidding mode and timelines

The authority has proposed to initiate bidding of the project under <bot/epc/ham>
mode <with a grant/premium of xx %>. The tentative timeline for this is:

 Submission of bid documents to authority dd/mmm/yyyy


 Review and finalization of documents dd/mmm/yyyy
 Launch of tender dd/mmm/yyyy
 Tender close date dd/mmm/yyyy
 Tentative date for award of project dd/mmm/yyyy

13.3. Construction time and planning

Upon reviewing the improvements planned and in consultation with <AGENCY>, the
design and construction period for this project has been arrived at <xx> months from the date
of appointment of the contractor/concessionaire. To enable this construction schedule, a
detailed construction plan and timeline has been included in the detailed project report. This
also includes a traffic management and lane closure plan for the period of construction.

- 516 -
14. Conclusions and recommendation

The <expansion/rehabilitation> of the project road from <source> to <destination>,


chainage <a> to <b> on NH <x> in the states of <state 1, state 2> to <n> lane configuration is
recommended for implementation by <AGENCY> as the project is likely to <1 line justification/
need of project: provide much needed connectivity/improve connectivity/provide higher level
of service/rehabilitate the road etc, is needed urgently>.

The project as envisaged is economically viable with an estimated EIRR >12%. The
project with a 30 year concession period is expected to return an equity IRR of <xx%> with
<yy%><grant/premium> and is hence recommended for implementation in the
<BOT/EPC/HAM> mode.

Table 31: Salient features and key financial aspects of the project road a

Project road
Project road length Xx km
Connecting <origin>- <destination>
On national highway NH No
Proposed features Current road Proposed
Lanes 2 4
Bypasses proposed - 5
Major junctions 5 5
Minor Junctions 18 18
Grade separated interchanges 1 4
Major Bridges 4 6
Minor Bridges 19 21
ROBs 1 3
Culverts 120 200
Vehicle/Pedestrian under/overpasses 16 25
Service roads (kms) 14 32
Slip roads (kms) 8 9
Toll plazas (no) - 2
Bus bays (no) 4 15
Truck lay-byes (no) 2 8
Rest areas (no) 2 6
Financial implications INR Cr/%
Total capital cost 1595
Total project cost 1486
Civil construction cost (incl.
1249
contingency)

- 517 -
Preconstruction expenses 110
Land acquisition 40
Utilities shifting 30
Rehabilitiation and resettlement costs 20
Other pre-construction expenses 20
Implementation mode proposed BOT (Toll)
Total project cost 1486
Concession period 18 years
<Authority> support (Grant/Premium) 18%
Estimated NPV 50
Project IRR 12%
Equity IRR 15%

- 518 -

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy