1 CKICP PH 2 DPR RFP 18082023
1 CKICP PH 2 DPR RFP 18082023
HIGHWAYS DEPARTMENT
FOR
SELECTION OF CONSULTANT
FOR
QCBS
Lump Sum
RFP NO.CKICP/PHASE-II/2023-24/01
August 2023
2
Disclaimer
1. The information contained in this Request for Proposal document (“RFP”) or subsequently
provided to prospective Applicants, whether verbally orin documentary or any other form
by or on behalf of the Authority or any of its employees or advisers, is provided to
Applicants on the terms and conditions set out in this RFP and such other terms and
conditions subject to which such information isprovided.
2. This RFP is neither an agreement nor an offer by the Authority to the prospective
Applicants or any other person. The purpose of this RFP is to provide interested parties with
the information that may be useful to them in the formulation of their Proposals (the
“Application”) pursuant to this RFP. This RFP includes statements, which reflect various
assumptions and assessments arrived at by the Authority in relation to the Consultancy.
Such assumptions, assessments and statements do not purport to contain all the information
that each Applicant may require. This RFP may not be appropriate for all persons, and it is
not possible for the Authority, its employees or advisers to consider the objectives, technical
expertise and particular needs of each party who reads or uses this RFP. The assumptions,
assessments, statements and information contained in this RFP, may not be complete,
accurate, adequate or correct. Each Applicant should, therefore, conduct its own
investigations and analysis and should check the accuracy, adequacy, correctness, reliability
and completeness of the assumptions, assessments and information contained in this RFP
and obtain independent advice from appropriate sources. For the avoidance of doubt, in case
an Applicant places reliance on any aforesaid assumptions, assessments, statements, data
and information furnished by the Authority and/or its consultants, in this RFP or under any
project report etc. then the same shall not in any manner bind/make liable the Authority
and/or its consultants, employees orrepresentatives, to indemnify the Applicant in respect of
anyloss/damage/costswhatsoever arising out of or in connection with such reliance placed
by the Applicant on the aforesaid assumptions, assessments, statements, data and
information.
3. Information provided in this RFP to the Applicants may be on a wide range of matters,
some of which may depend upon interpretation of law. The information given is not
intended to be an exhaustive account of statutory requirements and should not be regarded
as a complete or authoritative statement of law. The Authority accepts no responsibility for
the accuracy or otherwise for any interpretation or opinion on the law expressed herein.
4. The Authority, its employees, consultants and advisers make no representation or warranty
and shall have no liability to any person including any Applicant under any law, statute,
3
rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for
any loss, damages, cost or expense which may arise from or be incurred or suffered on
account of anything contained in this RFP or otherwise, including the accuracy, adequacy,
correctness, reliability or completeness of the RFP and any assessment, assumption,
statement or information contained therein or deemed to formpart of this RFP or arising in
any way in this Selection Process.
5. The Authority also accepts no liability of any nature whether resulting from negligence or
otherwise, howsoever caused, arising from reliance of any Applicant upon the statements
contained in this RFP.
6. The Authority may in its absolute discretion, but without being under any obligation to do
so, update, amend or supplement the information, assessment or assumption contained in
thisRFP.
7. The issue of this RFP does not imply that the Authority is bound to select an Applicant or to
appoint the Selected Applicant, as the case may be, for the Consultancy Services and the
Authority reserves the right to reject all or any of the Proposals without assigning any
reasons whatsoever.
8. The possession or use of this RFP in any manner contrary to any applicable law is expressly
prohibited. The Applicant shall inform themselves concerning, and shall observe any
applicable legal requirements. The information does not purport to be comprehensive or to
have been independently verified. Nothing in this RFP shall be construed as legal, financial
or tax advice.
9. The Applicant shall bear all its costs associated with or relating to the preparation and
submission of its Proposal including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which may be
required by the Authority or any other costs incurred in connection with or relating to its
Proposal. All such costs and expenses will remain with the Applicant and the Authority
shall not be liable in any manner whatsoever for the same or for any other costs or other
expenses incurred by the Applicant in preparation or submission of the Proposal, regardless
of the conduct or outcome of the Selection Process.
10. The Applicants are prohibited from any form of collusion or arrangement in an attempt to
influence the selection and award process of the Proposal. Giving or offering of any gift,
bribe or inducement or any attempt to any such act on behalf of the Applicant towards any
officer/ employee/ advisor/ representative of the Authority or to any other person in a
position to influence the decision of the Authority for showing any favour in relation to this
4
RFP or any other contract, shall render the Applicant to such liability/penalty as the
Authority may deem proper, including but not limited to rejection of the Proposal of the
Applicant and forfeiture of its Proposal Security.
11. Laws of the Republic of India are applicable to this RFP.
5
6
TABLE OF CONTENTS
SECTION 1. ...............................................................................................................................................9
Instructions to Applicants ...........................................................................................................................9
1.1 Background ..................................................................................................................................9
1.2 Validity of the Proposal ...............................................................................................................9
1.3 Brief Description of Selection Process (the “SelectionProcess”) ................................................9
1.4 Schedule of Selection Process ...................................................................................................10
1.5 Conflict of Interest .....................................................................................................................11
1.6 Number of Proposals .................................................................................................................12
1.7 Cost of Proposal.........................................................................................................................13
1.8 Site visit, verification of information and acknowledgment by the Applicant ..........................13
1.9 Right to Cancel this RFP or Reject any Proposal ......................................................................13
1.10 The Submission and Opening of Proposals ...............................................................................14
1.11 Clarifications .............................................................................................................................18
1.12 Amendment ofRFP ....................................................................................................................18
1.13 Language ...................................................................................................................................18
1.14 Modification/ substitution of proposals .....................................................................................18
1.15 Evaluation Committee ...............................................................................................................19
1.16 Clarifications during Evaluation ................................................................................................19
1.17 Confidentiality ...........................................................................................................................20
1.18 Negotiations ...............................................................................................................................20
1.19 Substitution of Key Personnel ...................................................................................................20
1.20 Award of Consultancy ...............................................................................................................21
1.21 Execution of Contract ................................................................................................................21
1.22 Commencement of Assignment .................................................................................................21
1.23 Proprietary Data .........................................................................................................................21
1.24 Bid Security ...............................................................................................................................22
1.25 Performance Security.................................................................................................................22
1.26 Fraud and Corrupt Practices ......................................................................................................23
SECTION 2. DATASHEET .....................................................................................................................25
SECTION 3. TERMS OF REFERENCE .................................................................................................33
SECTION 4. FORMATS........................................................................................................................121
FORM TECH A – Minimum Eligibility Experience..........................................................................121
FORM TECH 1 – TECHNCIAL PROPOSAL SUBMISSION FORM .............................................123
FORM TECH 2 – Particulars of the Applicant...................................................................................126
FORM TECH 3 – Power of Attorney for Signing of Proposal ..........................................................128
FORM TECH 4 – Summary of Applicant’s Experience ....................................................................130
FORM TECH 5 –Applicant’s Experience ..........................................................................................131
FORM TECH- 6: Work Plan and Approach & Methodology Proposed ............................................132
7
FORM TECH- 7: Work Schedule Form .............................................................................................133
FORM TECH 8 – TEAM COMPOSITION AND TASK ASSIGNED .............................................134
FORM TECH 9 – Curriculum Vitae of Key Personnel ......................................................................135
FORM FIN1 : FINANCIAL PROPOSAL SUBMISSION FORM ....................................................145
FORM FIN - 2: Summary of Costs ....................................................................................................146
FORM FIN - 3: Breakdown of Remuneration ....................................................................................147
FORM FIN - 4: Breakdown of Other Expenses .................................................................................148
ANNEXURE 1: Format of Bank Guarantee for Bid Security ............................................................150
SECTION 5. DRAFT CONTRACT .......................................................................................................178
I. General Conditions of Contract ...........................................................................................180
8
SECTION 1.
Instructions to Applicants
1.1 Background
1.1.1 The Tamil Nadu Infrastructure Development Board (TNIDB) was set up under the Tamil
Nadu Infrastructure Development Act (TNID Act) 2012. The Board is envisaged as the
nodal agency for infrastructure development in the State of Tamil Nadu. TNIDB is
expected to play a critical role in infrastructure development in the State by ensuring
project development happens in a seamless, efficient and transparent manner. The Board
will coordinate infrastructure development activities in the State and facilitate projects
undertaken solely by Government institutions as well as projects undertaken through
Public-Private Partnerships (PPP).
1.2.1 The RFP Proposal shall remain valid for a period as indicated in Data Sheet from the
last date of submission of the RFP with a provision for extension.
1.3 Brief Description of Selection Process (the “SelectionProcess”)
1.3.1 The Authority intends to select a consulting firm/ organization (the “Consultant”)
following the method of selection given in Data Sheet, through online tender process
from the all the eligible technical engineering consultants, who make an Application
(the “Applicant”) through a two cover (i.e. Technical and Financial Proposal) (the
“Proposal”) selection process in accordance with the procedure set out herein.
9
1.3.2 In Technical Cover (Cover 1 - Technical Proposal), the eligibility of Applicants will be
verified based on the eligibility information mentioned in Data Sheet and provided by
the Applicants as per the formats given in this RFP. The Technical Proposal of only
those firms found eligible and satisfying the minimum eligibility criteria shall be
evaluated and scored based on the marking criteria mentioned in Data Sheet. Such
applicants may be invited to make presentation on the Approach & Methodology,
covering all the aspects of TOR, Work Schedule by the Team proposed for the
assignment to the Evaluation Committee of the Authority. Team Leader proposed by
the applicant must be present during the presentation and other key professionals shall
participate either in person or through video conferencing. The time schedule and
venue for presentation will be intimated to such applicants by the Authority. Applicants
scoring not less than 70% of the total points (St) in Technical Proposal shall only be
qualified for opening of Financial Cover (Cover 2 - Financial Proposal). After the
technical evaluation is completed, Authority/Tender Inviting Authorityshall notify
results of the technical evaluation and invite those who have secured the minimum
qualifying mark for opening of the financial proposals indicating the date and
timethrough online procurement portal (Refer Data sheet). The financial Proposal of
unqualified Applicants shall not be opened.
1.3.3 In Financial Proposal evaluation, the Financial Proposal of Technically qualified
Applicants shall be evaluated and the lowest evaluated financial proposal (Fm) will be
given the maximum financial score (Sf) of 100 points. The financial scores (Sf) of the
other Financial Proposals will be computed as per the formula givenbelow:
Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest price
quoted by any Applicant and F the price of the Proposal under consideration.
1.3.4 A combined evaluation would be done separately utilizing the technical score and
financial score applying the weightages as mentioned above. The total scores of the
Applicants shall be arrived by applying the weights to the Technical and Financial
Proposal. The weights given to the Technical and Financial Proposals shall be as per
the Data Sheet.Based on the combined evaluation, the Applicants would be ranked R1
to Rn. The Contract will be awarded after successful negotiations, with the selected
Consultant. If negotiations fail, the Authority will invite the bidder whose percentage is
next higher to R1 and ranked as R2 for negotiations. If negotiation with R2 fails the
above process will continue with R3, R4 and so on till all the qualified firms are
covered. Upon successful completion, the Client will promptly inform the other
Consultants about the selection.
1.4 Schedule of Selection Process
10
queries /clarifications
Bid Start Date 23.08.2023 at 17.00 Hrs(IST) Refer Data Sheet
Last Date of Submission Refer Data Sheet
of Proposal/ Proposal Due 04.10.2023 upto 15.00Hrs (IST)
Date (the “PDD”)
Opening of Technical Proposal 04.10.2023 at 15.30 Hrs (IST) Refer Data Sheet
Opening of To be intimated to Technically
Financial Proposal Qualified Applicants
1.5.1 An Applicant shall not have a conflict of interest that may affect the Selection Process
or the Consultancy (the “Conflict of Interest”). Any Applicant found to have a Conflict
of Interest shall be disqualified. In the event of disqualification, the Authority shall
forfeit and appropriate Bid Security as mutually agreed genuine pre-estimated
compensation and damages payable to the Authority for, inter alia, thetime, cost and
effort of the Authority including consideration of such Applicant’s Proposal, without
prejudice to any other right or remedy that may be available to the Authority hereunder
or otherwise.
1.5.2 The Authority requires that the Consultant provides professional, objective, and
impartial advice and at all times hold the Authority’s interest paramount, avoid
conflicts with other assignments or its own interests, and act without any consideration
for future work. The Consultant shall not accept or engage in any assignment that
would be in conflict with its prior or current obligations to other Authority, or that may
place it in a position of not being able to carry out the assignment in the best interests of
the Authority. Without limiting the generality of the above, an Applicant shall be
deemed to have a Conflict of Interest affecting the Selection Process, if:
a. the Applicant, and any other Applicant, has common controlling shareholders or
other ownership interest; provided that this disqualification shall not apply in cases
where the direct or indirect shareholding or ownership interest of an Applicant, (or
any shareholder thereof having a shareholding of more than 5 per cent of the paid up
and subscribed share capital ofsuchApplicant, as the case may be) in the other
Applicant, is less than 5% (five per cent) of the subscribed and paid up equity share
capital thereof; provided further that this disqualification shall not apply to any
ownership by a bank, insurance company, pension fund orapublicfinancial
institution referred to in section 4A of the Companies Act, 1956/ sub-Section (72) of
Section 2 of the Companies Act, 2013. For the purposes of this Clause 1.5.2(a),
indirect shareholding held through one or more intermediate persons shall be
computed as follows: (aa) where any intermediary is controlled by a person through
management control or otherwise, the entire shareholding held by such controlled
intermediary in any other person (the “Subject Person”) shall be taken intoaccount
for computing the shareholding of such controlling person in the Subject Person; and
(bb) subject always to sub-clause (aa) above, where a person does not exercise
control over an intermediary, which has shareholding in the Subject Person, the
11
computation ofindirect shareholding of such person in the Subject Person shall be
undertaken ona proportionate basis; provided, however, that no such shareholding
shall be reckoned under this sub-clause (bb) if the shareholding of such personinthe
intermediary is less than26% (twenty sixpercent)of the subscribed and paid up
equity shareholding of such intermediary;or
b. A constituent of such Applicant is also a constituent of another Applicant; or
c. Such Applicant receives or has received any direct or indirect subsidy or grant from
any other Applicant or its Associate; or
d. Such Applicant has the same legal representative for purposes of this Application as
any other Applicant; or
e. Such Applicant has a relationship with another Applicant, directly or through
common third parties, that puts them in a position to have access to each other’s
information about, or to influence the Application of either or each of the other
Applicant; or.
f. There is a conflict among this and other consulting assignments of the Applicant
(including its personnel) and any subsidiaries or entities controlled by such
Applicant or having common controlling shareholders. The duties of the Consultant
will depend on the circumstances of each case. While providing consultancy services
to the Authority for this particular assignment, the Consultant shall not take up any
assignment that by its nature will result in conflict with the present assignment; or
g. A firm which has been engaged by the Authority to provide goods or works or
services for a project, and its Associates, will be disqualified from providing
consulting services for the same project save and except as per provisions of this
RFP; conversely, a firm hired to provide consulting services for the preparation or
implementation of a project, and its Members or Associates,will bedisqualified from
subsequently providing goods or works or services relatedto the same project,
provided further that this restriction shall not apply to consultancy/ advisoryservices
provided to the Authority in continuation of this Consultancy or to any subsequent
consultancy/ advisory services provided to the Authority in accordance with the
rules of the Authority
For purposes of this RFP, Associate means, in relation to the Applicant, a person who
controls, is controlled by, or is under the common control with such Applicant (the
“Associate”). As used in this definition, the expression “control” means, with respect to
a person which is a company or corporation, the ownership, directly or indirectly, of
more than 50% (fifty per cent) of the voting shares of such person, and with respect to
apersonwhich is not a company or corporation, the power to direct the management and
policies of such person by operation of law or by contract.
1.6.1 No Applicant or its Associate shall submit more than one Application for the
12
Consultancy.Consortium between firms not exceeding two firms will be allowed.
1.7 Cost of Proposal
1.7.1 The Applicants shall be responsible for all the costs associated with the preparation of
their Proposals and their participation in the Selection Process including subsequent
negotiation, visits to the Authority, Project site etc. The Authority will not be responsible
or in any way liable for such costs, regardless of the conduct or outcome of the Selection
Process.
1.8 Site visit, verification of information and acknowledgment by the Applicant
1.8.1 Applicants are encouraged to submit their Proposals after visiting the project site and
ascertaining for themselves the site conditions, traffic, location, surroundings, climate,
access tothe site, availability of drawings and other data, Applicable Laws and
regulations or any other matter considered relevant by them. The costs of undertaking
such visit shall be borne by the Applicant.
1.8.2 It shall be deemed that by submitting the Proposal, the Applicant has:
a. Made a complete and careful examination of the RFP;
b. Received all relevant information requested from the Authority;
c. Acknowledged and accepted the risk of inadequacy, error or mistake in the
information providedin the RFP or furnished by or on behalf of the Authority
or relating to any of the matters referredto in Clause1.8.1above;
d. satisfied itself about all matters, things and information, including matters
referred to in 1.8.1 herein above, necessary and required for submitting an
informed Application and performance of all of its obligations thereunder;
e. Acknowledged that it does not have a Conflict of Interest; and
f. Agreed to be bound by the undertaking provided by it under and in terms
hereof.
1.8.3 The Authority shall not be liable for any omission, mistake or error on the part of the
Applicant in respect of any of the above or on account of any matter or thing arising out
of or concerning or relating to RFP or the Selection Process, including any error or
mistake therein or in any information or data given by the Authority.
1.9 Right to Cancel this RFP or Reject any Proposal
1.9.1 Notwithstanding anything contained in this RFP, the Authority reserves the right to
postpone/ Cancel this RFP at any point of time without assigning any reason,
whatsoever.
1.9.2 The Authority reserves the right to reject any Proposal if:
a. At any time, a material misrepresentation is made or discovered, or
b. The Applicant does not provide, within the time specified by the Authority,
13
the supplemental information sought by the Authority for evaluation of the
Proposal.
1.9.3 Misrepresentation/ improper response by the Applicant may lead to the disqualification
of the Applicant. If such disqualification / rejection occurs after the Proposals have been
opened andthe highestranking Applicant gets disqualified / rejected, then the Authority
reserves the right to consider the next best Applicant, or take any other measure as may
be deemed fit in the sole discretion of the Authority, including annulment of the
Selection Process.
1.10 The Submission and Opening of Proposals
1.10.1 The Proposals addressed to the Authority as mentioned in the Data Sheet 1.1 shall be
submitted online in two covers (Technical Proposal-Bid Security & Financial Proposal)
following the formats/schedules given for respective proposal.
1.10.2 The proof of online payment of bid security shall be furnished along with the technical
proposal and proposal for each package shall be clearly marked with the Title of the
Consultancy Services as mentioned in the Data Sheet1.1 and the package for which the
proposal is applied for. The following documents should be uploaded in online technical
cover.
Technical Proposal
a. Scanned copy of proof of online payment of Bid Security
b. Form TECH A – Minimum Eligibility Experience
c. Form TECH 1 –Technical Proposal Submission Form
d. Form TECH 2 – Particulars of the Applicant
e. Form TECH 3 - Power of Attorney for Signing of Proposal Form
f. Form TECH 4 – Summary of Applicant’s Experience
g. Form TECH 5 – Applicant’s Experience
h. Form TECH 6 - Work Plan and Approach and Methodology Proposed
i. Form TECH 7 – Work Schedule Form
j. Form TECH 8 – Team Composition and Task Assigned
k. Form TECH 9 - Curriculum Vitae of Key Personnel
l. Affidavit regarding the correctness of the information furnished with RFP
m. Signed Copy of the RFP along with Addendum/Corrigendum
n. Any other document as specified
1.10.3 The Applicant shall prepare a copy of the proposal (as submitted online) and submitted
to the Authority along with soft copy (Pen drive) of the Technical Proposal before the
Proposal Due Date and time as indicated in Data Sheet.
1.10.4 The Proposal shall be typed or written in indelible ink and signed by the authorized
signatory of the Applicant who shall initial each page, in blue ink and then scanned and
uploaded in the website. All the alterations, omissions, additions, or any other
14
amendments made to the Proposal shall be initialed by the person(s) signing the
Proposal before uploading. The Proposals must be properly signed by the authorized
representative (the “Authorized Representative”) as detailed below:
a. In case of Consortium or Joint Venture, by the authorized representative of the Lead
Member
b. By a partner, in case of a partnership firm and/or a limited liability partnership; or
c. By a duly authorized person holding the Power of Attorney, in case of a Limited
Company/Private Limited Company or a Corporation; or
d. By a person authorized through a General or Specific Board Resolution for signing
proposals; Certified True Copy of such resolution in the hands of a Director of the
Company shall be submitted for this purpose.
e. The power of attorney, if applicable should be certified under the hands of a partner
or director of the Applicant and notarized by a notary public in the form specified in
Section 4 and shall accompany the Proposal.
f. Memorandum of Understanding (MoU) shall be furnished along with Technical
proposals. If the successful Consultant is a consortium/JV, they shall produce the
relevant agreement at the time of signing of contract.
1.10.5 In case the proposal is submitted on the document downloaded from Official Website,
the Applicant shall be responsible for its accuracy and correctness as per the version
uploaded by the Authority and shall ensure that there are no changes caused in the
content of the downloaded document. In case of any discrepancy between the
downloaded or photocopied version of the RFP and the original RFP issued by the
Authority, the latter shall prevail. The first cover should not contain any cost information
whatsoever.
1.10.6 The BOQ shall be uploaded in the Second cover “Financial cover”. This cover should
contain the detailed price offer for the consultancy services in the formats as given in
Forms FIN-1 to FIN -4. Financial Proposal
a. FORM FIN-1: Financial Proposal Submission Form
b. FORM FIN-2: Summary of Costs
c. FORM FIN-3: Breakdown of Remuneration
d. FORM FIN-4: Breakdown of Other expenses
e. Price Bid BOQ (.xls)
1.10.7 Applicants shall submit the financial proposal in the prescribed formats clearly
indicating the total cost of the Consultancy in both figures and words, in Indian Rupees,
and signed by the Applicant’s Authorized Representative. In the case of discrepancy
between figures and words in the financial proposal, the lower of the two shall be
considered.
1.10.8 While submitting the Financial Proposal, the Applicant shall ensure the following:
a. All the costs associated with the assignment shall be included in the Financial
Proposal. These shall normally cover remuneration for all the Personnel (Expatriate
15
and Resident, in the field, office etc.), accommodation, air fare, local transport,
equipment, printing/scanning of documents, surveys, investigations, report
collections, photography, videography etc. The total amount indicated in the
Financial Proposal shall be without any condition attached or subject to any
assumption and shall be final and binding. In case any assumption or condition is
indicated in the Financial Proposal, it shall be considered non- responsive and liable
to be rejected.
b. The Financial Proposal shall take into account all expenses and tax liabilities except
GST which shall be paid at applicable rates. For the avoidance of doubt, it is
clarified that all taxes except GST shall be deemed to be included in the costs shown
in the Financial Proposal and GST shall be quoted separately as per applicable law.
The evaluation will be carried out on the quoted price inclusive of all taxes and
duties including GST. Further, all payments shall be subject to deduction of taxes at
source as per Applicable Laws.
c. Costs shall be expressed in INR.
1.10.9 (a) Bids, both Technical and Financial cover, shall be submitted online on the
e-procurement system specified in Data sheet 1.4. Detailed guidelines for viewing bids
and submission of online bids are given in the website (www.tntenders.gov.in).The
Request for Proposal under this Project is published on this website. All the eligible
consultants can participate in the bidding process. The RFP and the details of works for
which bids are invited can be viewed in the e-procurement portal. A prospective
Applicant can submit its bid online; however, the Applicantis required to have
enrolment/registration in the website, and should have valid Digital Signature
Certificate (DSC) in the form of smart card/e-token obtained from any certifying
agency authorised by the Government of India (refer to help in
e-procurement portal). The Applicant should register in the website using the relevant
option available. Then the Digital Signature registration has to be done with the e-token,
after logging into the website. The Applicant can then login the website through the
secured login by entering the password of the e-token & the user id/ password chosen
during registration. After downloading the Request for Proposals, the Applicant should
go through them carefully and submit the specified documents, along with the bid,
otherwise the bid will be rejected. The Applicants shall fill up online, the forms that are
available for online filling on the e-portal. The rest of the forms shall be downloaded by
the Applicant and filled up. The filled up pages shall then be scanned and uploaded on
thee-procurement portal along with the scanned copies of the supporting documents.
(b) The e-Procurement system will scan the uploaded documents for virus and
if a document uploaded by Applicant is found to have virus, the system will reject the
uploaded file. Applicants shall take due care to ensure that the documents uploaded by
them in e-Procurement system are virus free. The e-Procurement system restricts
Applicants from uploading file attachments larger than the file size specified in Data
sheet. Hence, the Applicants are informed to restrict the size of file attachments
uploaded as part of their bid response to less than this size per file.
16
(c) The Bid Security shall be paid online only in the e-procurement portal
(https://tntenders.gov.in), as specified in the Data Sheet before the bid submission
deadline.
(d) In case of non-receipt of the original Bid Security, the Bid will be declared
non-responsive and will not be opened.
(e) The completed Bid should be uploaded on the e-procurement portal along
with scanned copies of requisite certificates as are mentioned in different sections in the
RFP and scanned copy of proof of online payment of Bid Security.
(f) All the documents are required to be signed digitally by the Applicant. After
electronic online bid submission, the system generates a unique bid identification
number which is time stamped as per server time. This shall be treated as
acknowledgement of bid submission.
(g) Physical, e-mail, Telex, Cable or Facsimile bids will be rejected as non-
responsive.
1.10.10 The Applicants are advised in their own interest to ensure that completed Proposals are
uploaded before the last date for bid submission and also ensure that the original
documents as specified in para 1.10.8 (c) reaches the office of Authority at the address
mentioned well before the dates and time stipulated in the Data Sheet. The Original
documents received after the date and time stipulated in this RFP shall not be considered
and shall be summarily rejected. The Authority shall not be responsible for delayed
receipt of Proposals.
1.10.11 Prior to evaluation of Proposals, the Authority will determine whether each Proposal is
responsive to the requirements of the RFP. The Authority may, in its sole discretion,
reject any Proposal that is not responsive hereunder. A Proposal shall be considered
responsive only if:
a. The Technical Proposal is received online in the forms specified at Section
4;
b. It is received by the Proposal Due Date including any extension there of
pursuant to Clause1.12
c. It is accompanied by the Bid Security as specified in Clause1.24
d. Technical cover is signed and scanned as stipulated in Clause 1.10.
e. It is accompanied by the Power of Attorney as specified in Form 3 or such
other document stipulatedin Clause1.10;
f. It contains all the information (complete in all respects) as requested in the
RFP;
g. It does not contain any condition on qualification.
1.10.12 The proposals (Technical Proposal) will be opened electronically by the Authority as per
schedule mentioned in Clause 1.4. It may be noted that the Financial Proposal shall be
opened onlineon a later date in the presence of the Technically Qualified Applicants
Representative who choose to attend.
17
1.11 Clarifications
1.11.1 Applicants requiring any clarification on the RFP may send their queries to the
Authority online so as to reach before the date mentioned in the Schedule of Selection
Process at Clause 1.4. The Authority shall endeavor to respond to any queries or request
for clarifications received from the Applicants within the date mentioned as per Clause
1.4 The Authority will post the reply to all such queries in the online procurement portal
and the project website mentioned in the datasheet.
1.11.2 The Authority shall endeavor to respond to any further queries/request for clarifications
received up to Last date for receiving queries /clarifications as stipulated in Data Sheet.
The Authority will post the reply to all such queries, addendum/corrigendum, if any on
the online procurement portal and the project website mentioned in the datasheet. No
Separate Advertisement for Addendum/Corrigendum/extension of date will be published
in the Newspapers.
1.12 Amendment of RFP
1.12.1 At any time prior to the deadline for submission of Proposal, the Authority may, for any
reason, whether at its own initiative or in response to clarifications requested by an
Applicant, modify the RFP document by the issuance of Addendum/Amendment and
posting it on online procurement portal and the project website mentioned in the
datasheet. All such amendments will be binding on all Applicants.
1.12.2 In order to afford the Applicants a reasonable time for taking an amendment into
account, or for anyotherreason, the Authority may, in its sole discretion, extend the
Proposal Due Date.
1.13 Language
1.13.1 The Proposal with all accompanying documents (the “Documents”) and all
communications in relation to or concerning the Selection Process shall be in English
language and strictly on the forms provided in this RFP. No supporting document or
printed literature shall be submitted with the Proposal unless specifically asked for and
in case any of these Documents is in another language, it must be accompanied by an
accurate translation of the relevant passages in English, in which case, for all purposes of
interpretation of the Proposal, the translation in English shall prevail.
1.14 Modification/ substitution of proposals
1.14.1 The Applicant may modify, or substitute, its Proposal after submission in online before
Proposal Due Date. No Proposal shall be modified, or substituted, by the Applicant on or
after the Proposal Due Date.
1.14.2 Deleted.
1.14.3 Any alteration / modification in the Proposal or additional information or material
supplied subsequent to the Proposal Due Date, unless the same has been expressly
18
sought for by the Authority, shall be disregarded.
1.14.4 Applicants shall not be allowed to withdraw the proposal any time after the Proposal Due Date
as stipulated.
1.15.1 The Evaluation Committee appointed by the Authority shall carry out its evaluation of
the Technical and Financial Proposals as per the RFP.
1.15.2 The Evaluation Committee appointed by the Authority shall evaluate the Technical
Proposals after evaluation of minimum eligibility criteria as given in the Data Sheet.
1.15.3 The Committee shall carry out evaluation of Technical proposals of Applicants who
have met the minimum eligibility criteria as per the point system specified in the Data
Sheet below. Each responsive proposal will be attributed a technical score (St).
1.15.4 After the technical evaluation is completed, Authority shall notify those Consultants
whose Proposals did not meet the minimum eligibility criteria or minimum qualifying
mark or were considered non-responsive to the RFP and ToR through online
procurement portal mentioned in the Data Sheet. The Authority shall simultaneously
notify to the Consultants that have secured the minimum qualifying mark, the date, time
for opening the Financial Proposals electronically through online procurement portal
mentioned in the datasheet.
1.15.5 The financial proposals shall be opened electronically in the presence of the Consultants’
representatives who choose to attend. The Authority shall prepare minutes of financial
proposal opening.
1.15.6 The Evaluation Committee will determine if the financial proposals are complete in
accordance with the RFP. The quoted price shall be corrected for arithmetical errors in
accordance with TAMIL NADU TRANSPARENCY IN TENDERS ACT, 1998 and
RULES 2000 and as amended there on. The Evaluation Committee will determine if the
financial proposals are complete and without computational errors. In the case of
discrepancy between figures and words in the financial proposal, the lower of the two
shall be considered. In addition to the above corrections, activities and items described
in the Technical Proposal but not priced, shall be assumed to be included in the prices of
other activities or items.
1.16 Clarifications during Evaluation
1.16.1 To facilitate evaluation of Proposals, the Authority may, at its sole discretion, seek
clarifications from any Applicant regarding its Proposal. Such clarification(s) shall be
provided within the time specified by the Authority for this purpose. Any request for
clarification(s) and all clarification(s) in response thereto shall be inwriting.
1.16.2 If an Applicant does not provide clarifications sought under Clause 1.16.1 above within
the specified time, its Proposal shall be liable to be rejected. In case the Proposal is not
rejected, the Authority may proceed to evaluate the Proposal by construing the
particulars requiring clarification to the best of its understanding, and the Applicant shall
19
be barred from subsequently questioning such interpretation of theAuthority.
1.17 Confidentiality
1.18.1 The aim of the negotiations is to reach agreement on all points and initial a draft contract
by the conclusion of Negotiations.
1.18.2 Negotiations with selected Applicant will commence with a discussion of technical
proposal, the proposed methodology (work plan), costing, staffing and any suggestions
made to improve the TOR. Agreement must then be reached on the final TORs, the
staffing and staff months, logistics and reporting.
1.18.3 The Authority will not consider substitutions in the proposed key personnel during
contract negotiations unless both parties agree that undue delay in the selection process
makes suchsubstitution unavoidable or for reasons such as death or medical incapacity.
Any proposed substitute shall have equivalent or better qualifications and experience
than the original candidate and be submitted by the successful applicant within the
period specified in the letter of invitation to negotiate.
1.18.4 Any need for substitution as a result of negligence on the part of the successful applicant
such as non-confirmation of availability of key personnel before submission of proposal
may result in disqualification of the successful Applicant and Bid Security of such
applicant be forfeited.
1.18.5 Changes agreed upon will then be reflected in the draft contract, including all tax
liabilities and all costs, etc.,
1.18.6 The Contracts will be awarded after successful negotiations, with the selected applicant.
In the event the selected applicant fails to reconfirm its commitments during negotiations
such that there arises a material deviation in the technical proposal as evaluated by the
Authority, then the Authority reserves the right to disqualify the proposal of the selected
applicant and designate the next ranked applicant as the selected applicant and invite it
for negotiations.
1.18.7 The Contract will be awarded after successful negotiations, with the Selected Applicant.
1.19 Substitution of Key Personnel
20
1.19.1 The Authority expects all the Key Personnel specified in the Proposal are to be available
during implementation of the Scope of Work mentioned in this RFP. The Authority will
not consider any substitution of Key Personnel during the negotiation stage except under
compelling circumstances beyond the reasonable control of the Consultant such as
retirement, death, medical incapacity among others, of key professional. Such
substitution shall be limited to a maximum of two Key Personnel other than Team
Leader subject to equally or better qualified and experienced personnel being provided
to the satisfaction of the Authority. For any replacement due to the reason other than
death, medical incapacity of Key experts, penalty at the rate of 0.2% of the contract price
shall be levied. The same shall be deducted from the first interim payment certificate.
Any further request for replacement shall not be encouraged and in the event of such
replacement proposal from the consulant, the next highest ranking Applicant may be
invited for negotiations.
1.20 Award of Consultancy
1.20.1 After selection, a Letter of Award (the “LOA”) shall be issued, in duplicate, by the
Authority to the Selected Applicant (the “Consultant”) and the Selected Applicant
shall, within7(seven) days of the receipt of the LOA, sign and return the duplicate copy
of the LOA in acknowledgement thereof. In the event the duplicate copy of the LOA
duly signed by the Selected Applicant is not received by the stipulated date, the
Authority may, unless it consents to extension of time for submission thereof,
appropriate the Bid Security of such Applicant for damages suffered by the Authority on
account of failure of the Selected Applicant to acknowledge the LOA, and the next
highest ranking Applicant may be invited for negotiations.
1.21 Execution of Contract
1.21.1 After acknowledgement of the LOA as aforesaid by the Selected Applicant, it shall
execute the Contract within the period of 21 days. The Selected Applicant shall not be
entitled to seek any deviation in the Contract.
1.22 Commencement of Assignment
1.22.1 The Consultant shall commence the Services within 7 (seven) days of signing of
contractor such other date as may be mutually agreed. If the Consultant fails to either
sign the contract as specified in Clause 1.21 or commence the assignment as specified
herein, the Authority may invite the next ranked Applicant for negotiations. In such an
event, the Bid Security of the Selected Applicant shall be forfeited and appropriated in
accordance with the provisions of Clause1.24
1.23 Proprietary Data
1.23.1 Subject to the provisions of Clause 1.17, all documents and other information provided
by the Authority or submitted by an Applicant to the Authority shall remain or become
the property of the Authority. Applicants and the Consultant, as the case may be, are to
treat all information as strictly confidential. The Authority will not return any Proposal
or any information related thereto. All information collected, analyzed, processed or in
21
whatever manner provided by the Consultant to the Authority in relation to the
Consultancy shall be the property of the Authority.
1.24 Bid Security
1.24.1 The Applicant shall furnish as part of its Proposal, a Bid Security as per details
mentioned in Data Sheet. The Selected Applicant’s Bid Security amount shall be
returned upon the Applicant signing the Contract.
1.24.2 Any Proposal not accompanied by the Bid Security shall be rejected by the Authority as
non- responsive.
1.24.3 The Authority shall not be liable to pay any interest on the Bid Security and the same
shall be interest free.
1.24.4 The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to
have acknowledged that without prejudice to the Authority’s any other right or remedy
hereunder or in law or otherwise, the Bid Security may be forfeited and appropriated by
the Authority for damages payable to the Authority for, inter alia, the time, cost and
effort of the Authority in regard to the RFP including the consideration and evaluation of
the Proposal under the following conditions:
a. If an Applicant engages in any of the Prohibited Practices specified in Clause
1.26 of this RFP;
d. In the case of the Selected Applicant, if the Applicant fails to reconfirm its
commitments during negotiations as required vide Clause1.18;
e. In the case of a Selected Applicant, if the Applicant fails to accept the LOA as
specified in Clause1.20
f. In the case of a Selected Applicant, if the Applicant fails to sign the Contract
or provide the performance security within the specified time limit as specified
in Clauses 1.21 and 1.25 respectively; or
1.25.1 Prior to signing of contract, the Selected Applicant shall furnish Performance Security to
the Authority within 14 days from the date of issuance of LOA, for an amount
mentioned in the Data Sheet. The Performance Security shall be in the form of Bank
Guarantee issued by Scheduled Commercial Banks in India, in the name of the Authority
mentioned in the Datasheet, as per the format attached in Draft Contract.
22
1.25.2 In case of Bank Guarantee, this Performance Security shall remain valid for a period of
90(Ninety) days beyond the date of completion of all contractual obligations by the
Selected Applicant. The validity of performance security will be extended according to
the extension of contract period as per the contract executed. The Performance Security
shall be in the prescribed form as provided in this RFP.
1.25.3 The Penalty for error/variation and Penalty for delay shall be recovered by appropriation
from the Performance Security or otherwise as provided in the Draft Contract.
1.25.4 If Selected Applicant fails to fulfill its obligations in terms of the Contract, the
Performance Security may be invoked by the Authority as compensation.
1.25.5 If any amendment is issued to the Contract, the Selected Applicant shall, within 21
(twenty-one) days of issue of the amendment, furnish the corresponding amendment to
the Performance Security (as necessary), rendering the same valid in all respects in terms
of the contract, as amended.
1.25.6 The Authority shall have the right to appropriate the Performance Security, in whole or
in part, in the event of breach of Contract or for recovery of penalty. Subject to the
above sub-clauses, the Authority will release the Performance Security without any
interest to the Selected Applicant on completion of the firm’s contractual obligations.
1.26.1 The Applicants and their respective officers, employees, agents and advisers shall
observe the highest standard of ethics during the Selection Process. Notwithstanding
anything to the contrary contained in this RFP, the Authority will reject a Proposal
without being liable in any manner whatsoever to the Applicant, if it determines that the
Applicant has, directly or indirectly or through an agent, engaged in corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice
(collectively the “Prohibited Practices”) in the Selection Process. In such an event, the
Authority will, without prejudice to its any other rights or remedies, forfeit and
appropriate the Bid Security, as mutually agreed genuine pre-estimated compensation
and damages payable to the Authority for, inter alia, time, cost and effort of the
Authority, in regard to the RFP, including consideration and evaluation of such
Applicant’s Proposal.
1.26.2 For the purposes of this Clause, the following terms shall have the meaning hereinafter
respectively assigned to them:
a. “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the action of any person connected with
the Selection Process(for avoidance of doubt, offering of employment to or
employing or engaging in any manner whatsoever, directly or indirectly, any official
of the Authority who is or has been associated in any manner, directly or indirectly
with the Selection Process or the LOA or has dealt with matters concerning the
Contractor arising there from, before or after the execution thereof, at any time prior
to the expiry of one year from the date such official resigns or retires from or
23
otherwise ceases to be in the service of the Authority, shall be deemed to constitute
influencing the actions of a person connected with the Selection Process; or (ii) save
as provided herein, engaging in any manner whatsoever, whether during the Selection
Process or after the issue of the LOA or after the execution of the Contract, as the
case may be, any person in respect of any matter relating to the Project or the LOA or
the Contract, who at any time has been or is a legal, financial or technical consultant/
adviser of the Authority in relation to any matter concerning the Project;
b. “fraudulent practice” means a misrepresentation or omission of facts or disclosure
of incomplete facts, in order to influence the Selection Process;
c. “coercive practice” means impairing or harming or threatening to impair or harm,
directly or indirectly, any persons or property to influence any person’s participation
or action in the Selection Process;
d. “undesirable practice” means (i) establishing contact with any person connected
with or employed or engaged by the Authority with the objective of canvassing,
lobbying or in any manner influencing or attempting to influence the Selection
Process; or (ii) having a Conflict of Interest; and
e. “Restrictive practice” means forming a cartel or arriving at any understanding or
arrangement among Applicants with the objective of restricting or manipulating a full
and fair competition in the Selection Process.
24
SECTION 2. DATASHEET
2.1 The Consultant shall upload the bid through ONLINE only in the tender portal
“www.tntenders.gov.in”
2.2 The following specific data for the Works to be procured shall complement, supplement,
or amend the provisions in the Instructions to Applicants (ITA). Whenever there is a conflict,
the provisions herein shall prevail over those in ITA. (CKICP/PHASE-II/2023-24/01)
1.2.1 Proposal 150 days from the Proposal Due Date (PDD)
Validity Period
25
Body, any Public Sector Undertaking in India or any Multi-
Lateral Funding Agencies in last Five years
5. RELEVANT EXPERIENCE:
Sl. Minimum experience and performance of Preparation of
No. DPR of Highways / Bridges in the last 7 years (SH/ MDR or
Equivalent) (for past performance attach undertaking for
any litigation history/ and arbitration).
1 A Firm applying for a package should have Experience of
preparation of Detailed Project Report of two/four/six lane
projects of aggregate length equal to the indicative length of
the package (i.e. 100km if the indicative length of the
package is 100 km).
Firm should have also prepared DPR for at least one project
of 2/4/6 laning of minimum 40% of the indicative length of
the package (i.e. 40 km if the indicative length of the package
is 100 km)
Note: The experience of a firm in preparation of DPR for a
private concessionaire/contractor shall not be considered.
(i) The sole applicant shall fulfill all the requirements given in Table-1.
(ii) In case of JV, the Lead Partner should fulfill at least 75% of all
eligibility requirements and the other partner shall fulfill at least 50%
of all eligibility requirements.
(iii) If the applicant firm has / have prepared the DPR projects solely on
its own, 100% weightage shall be given. If the applicant firm has
prepared the DPR projects as a lead partner in a JV, 75% weightage
shall be given. If the applicant firm have prepared the DPR projects
as the other partner (not lead partner) in a JV 50% weightage shall be
given. If the applicant firm have prepared the DPR projects as an
associate, 25% weightage shall be given.
(iv) Similar project means 2/4/6 lane as applicable for the project for
26
which RFP is invited. For 2-lane projects experience of 4/6 lane also
to be considered with a multiplication factor of 1.5. Experience of 4/6
lane shall be considered interchangeably for 4/6 laning projects. For
4/6 laning projects, experience of 2 lane will be considered with a
multiplication factor of 0.4, but only for those 2 lane projects whose
cost of consultancy services was more than Rs.1.0 crore.
27
3.1 Firm’s Average Turnover of last 5 years > 5
50 crore
3.2 Firm Average Turnover of last 5 years 20 -
50 crore 4
3.3 Firm Average Turnover of last 5 years
> 5 but < 20 crore 3
4 Highway Professionals*working with 5
the firm
4.1 <10nos. 0
4.2 10-20nos. 3
4.3 >20-30nos. 4
4.4 >30nos. 5
*The professionals who possess degree in Civil Engineering/ Transport Planning/
Transport Economics/TrafficManagement/ Geology/ Environment Science or
Engineering and 8 years Experience in highway/bridge/tunnel with employment in
the firm for more than one year.
B. Materialtesting, survey & investigation, equipment and software
proposed to be used (15) (*In regard to major testing equipment, a
copy of the document indicating the evidence on ownership shall be
shall be provided along with the proposal.)
28
S. No. Description Maximum Sub-
Points Points
5.3 3 projects 3
5.4 ≥ 4 projects 4
6 Experience in digitization of 3
cadastral maps for land surveys
6.1 Area up to 100 ha 1
6.2 Area between 100-500 ha 2
6.3 Area > 500 ha 3
Note: The experience of firm in Lidar or equivalent technology, GPR
and Induction Locator or equivalent technologies and Experience in
digitization of cadastral maps for land acquisition shall be supported by
experience certificate. The experience of a firm in Lidar or equivalent
technology, GPR and Induction Locator or equivalent technologies and
Experience in Digitization of cadastral maps for land acquisition for a
private concessionaire/contractor shall be considered only if the
experience certificate is authenticated by the concerned competent
Government department/authority. In case of overseas experience the
weightage shall be assigned to the certificate for experience in use of the
equipment, a self-certificate followed by the client certificate may be
accepted.
29
3.3 Add 0.5 marks for each subsequent year subject
to maximum of 2 marks
Note:
Detailed evaluation criteria which is to be used for evaluation of technical
bids is as indicated at Appendix-V
Ongoing assignments shall be considered as experience subject to completion of
80% of contracted work/receipt of 80% of the project fee by the applicant. In this
regard, applicant shall enclose a certificate from the client/employer or
certificate from its Auditor certifying the percentage of fee received for such
assignment.
Applicants scoring not less than 70% in Technical Proposal shall only be
qualified for opening of Cover 2 - Financial Proposal.
Organization Name:
Chennai Kanyakumari Industrial Corridor Project
Address: 76, Saradar Patel Road, HRS
Campus, CKICP Complex, Guindy,
Chennai - 25
Email:[email protected]
Office Telephone No: 044 22350664/ 22350610
30
1.4 Website details Replies to queries/ clarifications/ addendum/ corrigendum etc.
shall be posted at the following websites:www.tntenders.gov.in
1.6 Consortium Yes
Allowed Consortium in the form of Joint Venture or Associates is
allowed. Consortium between firms not exceeding two firms
will be allowed. Memorandum of Understanding (MoU) shall be
furnished along with Technicalproposals. If the successful
Consultant is a consortium/JV, they shall produce the relevant
agreement at the time of signing of contract
1.8 Project/Site List of Project Roads is Appended in Annex-1
Related
Documents
1.10.13 Submission Add:
and opening The consultants applying for more than one package, shall
of proposal submit the technical and financial proposals including the
supporting documents separately for each package in the
respective folders. However, in the BOQ sheet (Excel Sheet), the
abstract of the financial proposal shall be indicated combinedly.
If the consultant is not applying for any specific, shall upload a
undertaking indicating the unwillingness.
Further the consultant shall clearly indicate the package for
which the proposal is applied for in the cover page of the
proposal.
1.10.8 (b) File size of The e-Procurement system restricts Applicants from uploading
document to be file attachments larger than file size e.g. 25MB per file.
uploaded online
1.11.1 Clarification The Authority shall endeavor to respond to any further
queries/request for clarifications received on or before the Last
date for receiving quires / clarifications as indicated in data sheet
1.4.
But the Authority will reserve the rights to give any extension of
time for preparation based on the queries raised by the
Applicant.
1.24 Bid Security Bid security shall be for an amount of Rs.420000 (Rupees
Four Lakh and Twenty Thousand only) through online mode
in e-procurement portal
Proof of online payment shall be uploaded along with the
technical proposal
1.25.1 Performance 5% of the Contract value in the form of demand draft or Bank
Security Guaranttee
Demand draft shall be drawn in the favor of the Deputy Project
Director, CKICP, Chennai Payable at Chennai.
The Performance security shall be from a Nationalised or Scheduled
Banks in India approved by the Reserve Bank of India.
31
Annex-1 (Group wise list of roads for packages)
Note:
1. The length mentioned above are tentative and during prepration of DPR if the length
increases / decreases due to any reason by 10%, no variation on contract price shall be
paid/deducted.
32
SECTION 3. TERMS OF REFERENCE
3.1. Project Background
3.1.1. Highways Department of Government of Tamil Nadu is maintaining 66,382 km of road
network in the category of State Highways, Major District Roads and Other District
Roads. The vision of the department is to increase the capacity, connectivity, efficiency
and safety of the road network so as to enable balanced socio-economic development of
all sections of society and regions of the State. Highways Department is upgrading/
maintaining these roads under various schemes. Towards improvement of Industrial
Connectivity Corridors falling under the Chennai Kanyakumari Industrial Corridor
influence area in the State of Tamil Nadu, the Government has established Chennai
Kanyakumari Industrial Corridor Project Wing (CKICP) under Highways Department.
Currently, 16 State Highway corridors for a length of 587 km are being upgraded with
the ADB loan assistance across the State.
3.1.3. CKICP now invites proposal from technical consultants for carrying out detailed
project report.
3.1.4. The details of industrial connectivity corridors for which this Terms of Reference is
applicable is indicated in TOR. Road length given is tentative and may increase or
decrease depending upon field survey/study findings. No variation in cost will be
allowed up to 10% increase or decrease in length of package due to study findings. For
all these roads, the consultant shall prepare ‘Detailed Project Report’.
3.1.5. Project Director, Highways, CKICP 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.
33
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.
3.2.3. 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 analyses, environmental and social feasibility, social and environmental action
plans as appropriate and documents required for tendering the project for international /
local competitive bidding.
3.2.4. 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.
3.3. Scope of Services
3.3.1. 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.
3.3.2. RoW and Land related aspects
3.3.2.1. The Right of Way norms should be for as per the IRC requirements for the proposed
upgrading lane standards.
3.3.2.2. 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) Extent 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.
3.3.2.3. All efforts shall be made to avoid any road alignment through National Parks and
Wildlife Sanctuaries, even if it requires taking a longer route / bypass. However, where
it becomes absolutely unavoidable and necessary to keep the alignment through such
reserve forest / restricted areas, land would be acquired with RoW matching the
minimum road way requirement for the proposed configuration.
3.3.2.4. Similarly, though it may be difficult, while determining the alignment for any bypass,
efforts be made to see if these could be along the revenue boundaries of two revenue
34
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.
3.3.2.5. Boundary stones be provided at the end of the RoW as per provisions of IRC.
3.3.2.6. 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.
3.3.3. Provisions of short bypasses, service roads, alignment corrections, improvement of
intersections shall be made wherever considered necessary, practicable and cost
effective. However, bypasses proposals should also be considered, wherever in
urban areas, improvement to 4 Lane with paved shoulders plus service roads as
required of the existing road is not possible.
3.3.4. Role and Responsibilities at different stages of Land Acquisition
The Consultant in the process of his deliverables, is expected to:
(i) To delineate and propose the most optimal alignment and take care of
geometrics of the road to meet safety parameters while finalizing the DPR;
(ii) Identify and avoid (to the extent feasible) all such structures (religious
structures, public utilities cremation grounds, private structures) in the RoW
of the road project that could become major hindrances at the time of project
execution;
(iii) Procure or create digitized, geo referenced cadastral/land revenue maps for the
purpose of land acquisition activities. Where state governments of local
agencies have already digitize cadastral maps, the consultant shall arrange to
procure such maps. The digitized map should exactly match the original map
so that the dimensions and area of plots can be extracted from the map itself.
(iv) Collection of all relevant land revenue records (including FMB Sketch,
Village/Town Survey Maps, Chitta, Adangal etc.) from the local land revenue
administration office required for preparation of LPS and Draft notification
under Section 15(2) of the Tamil Nadu Highways Act, 2001.
(v) Identify and list all land parcels that need to be acquired as part of project
road. Conduct Joint measurement survey in conjunction with Authority,
LARR Implementation Unit, the Executing Agency and the Land Revenue
Department to verify land records.
(vi) Prepare and submit LPS to the Project Executing Agency.
(vii) Assist the Authority, LARR Implementation Unit and the Project Executing
agency in preparation of preliminary notification under Sections 15(2);
(viii) 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);
(ix) Co-ordination with offices of various departments like Land Revenue Office
(or Tehsil), Registrar office and other State departments (rural development
35
department, highways 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.
(x) Prepare and inventory of all the utilities (electrical/ water supply lines/gas
pipelines, communication cables 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;
(xi) Carefully avoid location of any Flyover/VUP/elevated structure where a high
tension electricity line (66/132/220/400 KV etc.) is crossing over so as to
avoid raising of such line at such point, while designing the road projects;
(xii) Assist in demarcation of the acquired land and installation of the boundary
stones/pillars/peg makings along the RoW of the alignment;
3.3.5. Approach to the provision and specifications for Structures:
3.3.5.1. The structures on roads viz. Bridges, ROBs (Road Over Bridges, and Flyovers), RUBs
(Road Under Bridges) etc. are designed for more than 50 years.
3.3.5.2. 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. 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.
3.3.5.3. The provision of embankments shall be kept minimum so as to save land as well as earth
which are scarce resources. This can be decided on case to case basis with due
deliberations. However, economic considerations may also be given due weightage
before deciding the issue.
3.3.5.4. The Consultant shall study the possible locations and design wayside amenities. 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.
3.3.5.5. 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.
3.3.5.6. All ready to implement ‘good for construction’ drawings shall be prepared incorporating
all the details.
36
3.3.5.7. Environmental Impact Assessment, Environmental Management Plan and Rehabilitation
and Resettlement Studies shall be carried out by the Consultant meeting the
requirements of the lending agencies like ADB/ World Bank/JICA, etc.
3.3.5.8. 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 CKICP and payment to the proof consultant shall be made by CKICP 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 CKICP. Consultant is also
required to prepare all Land Acquisition papers (i.e. all necessary schedule and draft
LPS, 15(2) and preliminary valuation as per Tamil Nadu Highways Act, 2001) for
acquisition of land under State Act.
3.3.5.9. 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 CKICP.
3.3.5.10. 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.
3.3.5.11. The consultant shall prepare separate documents for EPC contracts at DPR stage.
3.3.5.12. The consultant shall prepare the bid documents including required schedules (as
mentioned above) as per EPC documents. For that it is suggested that consultant should
also go through the EPC documents before bidding the project.
3.4. General
3.4.1. Primary Tasks
3.4.1.1. 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 is
given in Supplement I):
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.
(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).
37
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;
vii. Inventory and condition surveys for bridges, cross-drainage structures, other
Structures, river Bank training/Protection works and drainage provisions;
viii. Detailed topographic surveys using LiDAR equipped with minimum
engineering grade system or any other better technology having output accuracy
not less than (a) specified in IRC SP 19 (b) Total Station (c) GPS/ DGPS. The
use of conventional high precision instruments i.e Total Station or equivalent
can be used at locations such as major bypasses, water bodies etc. where it may
not be possible to survey using LiDAR. Use of mobile / Aerial LiDAR survey
is preferable.
ix. Pavement investigations;
x. Sub-grade characteristics and strength: investigation of required sub-grade and
sub-soil characteristics and strength for road and embankment design and sub
soil investigation;
xi. Identification of sources of construction materials;
xii. Detailed design of road, its x-sections, horizontal and vertical alignment and
design of embankment of height more than 6m and also in poor soil conditions
and where density consideration require, even lesser height embankment.
Detailed design of structures preparation of GAD and construction drawings
and cross-drainage structures and underpasses etc.
xiii. Identification of the type and the design of intersections;
xiv. Design of complete drainage system and disposal point for storm water
xv. Value analysis / value engineering and project costing;
xvi. Economic 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;
38
xix. Develop 3D engineered models of terrain and elevation, as-is project highway,
proposed and project highway along with all features, current and proposed
structures, current and proposed utilities and land acquisition plans.
xx. Preparation of detailed project report, cost estimate, approved for construction
Drawings, rate analysis, detailed bill of quantities, bid documents for execution
of civil works through budgeting resources.
xxi. Design of parking areas and rest areas.
xxii. Preparation of social plans for the project affected people as per policy of the
lending agencies/ CKICP’s/ State Government’s R&R Policy.
3.4.2. 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.
3.4.3. The consultant shall study the possible locations and design of wayside amenities
required and arboriculture along the highway shall also be planned.
3.4.4. 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.
3.4.5. Standards and Codes of Practices
3.4.5.1. 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 CKICP and reflect the same
in the inception report.
3.4.5.2. All notations, abbreviations and symbols used in the reports, documents and drawings
shall be as per IRC:71.
3.4.6. Quality Assurance Plan (QAP)
3.4.6.1. (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
39
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 CKICP officers immediately upon the award of the Contract and submitted as
part of the inception report.
(ii) It is imperative that the QAP is approved by CKICP before the Consultants start the
field work.
3.4.6.2. Data formats for report and investigation results
3.4.6.3. Required data formats for some reports, investigations and documents are discussed in
Enclosure-IV
3.4.6.4. Formats for submission of Reports and Documents.
3.4.6.5. The consultants will need to propose data formats for use in all other field studies and
investigations not covered in Enclosure-IV.
3.4.6.6. The proposed data forms will need to be submitted for the approval of CKICP after the
commencement of services.
3.4.7. Review of Data and Documents
3.4.7.1. 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:
a. Climate;
b. Road inventory
c. Road condition, year of original construction, year and type of major maintenance /
rehabilitation works;
d. Condition of bridges and cross-drainage structures;
e. sub-surface and geo-technical data for existing bridges;
f. Hydrological data, drawings and details of existing bridges;
g. Existing geological maps, catchment area maps, contour plans etc. for the project
area
h. Condition of existing river bank / protection works, if any.
i. Details of sanctioned / on-going works on the stretch sanctioned by MoRT&H/other
agencies for Tie-in purposes
j. Survey and evaluation of locally available construction materials;
k. Historical data on classified traffic volume (preferably for 5 years or more);
l. Origin-destination and commodity movement characteristics; if available
m. Speed and delay characteristics; if available;
40
o. Accident statistics; and,
p. Vehicle loading behavior (axle load spectrum), if available.
q. 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.)
r. Environmental setting and social baseline of the project.
3.4.8. Social Analysis
3.4.8.1. The social analysis study shall be carried out in accordance with the Lending Agencies/
State Government. 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 .
3.4.9. Traffic Surveys
All traffic surveys and studies will be completed in feasibility studies.
3.4.9.1. Number and Location of Survey Stations
3.4.9.1.1. The type of traffic surveys and the minimum number of survey stations shall
normally be as under, unless otherwise specifically mentioned.
41
3.4.9.2.1. DPR consultant should carry out classified traffic volume count survey using
Automatic Traffic Counter and Classifier (ATCC) systems or latest modern
technologies. However, in isolated locations where there are site constraints,
manual counting can be done along with complete videogpraph for cross
verification.
3.4.9.2.2. ATCC systems such as Pneumatic Tube Detector, Inductive Detector Loop,
Video Image Detection, and Infrared Sensor or latest technologies shall be
adopted.
3.4.9.2.3. 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 asgiven in relevant IRC code may be followed. However,
the following generalized classification systemis suggested in view of the
requirements of traffic demand estimates and economic analysis:
Motorised Traffic Non-Motorised Traffic
2-Wheeler Bi-Cycle
3-Wheeler Cycle-Rickshaw
Passenger Car Animal Drawn Vehicle (ADV)
Utility Vehicle (Jeep, Van etc.) Hand Cart
Other Non-Motorised Vehicle
Bus Mini Bus Standard Bus
LCV LCV-Passenger LCV-Freight
Truck MCV : 2-Axle Rigid Chassis
HCV : 3-Axle Rigid Chassis
MAV Semi Articulated
Articulated
3.4.9.2.4. 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.
3.4.9.2.5. 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 Construction
and Maintenance Wing of Highways Department shall be suitably explained.
3.4.9.3. Origin Destination and Commodity Movements Surveys
3.4.9.3.1. The consultants shall carry out 1-day (24 hour, both directions) O-D and
commodity movement surveys at locations finalized in consultation with CKICP.
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.
42
3.4.9.3.2. 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.
3.4.9.3.3. 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.
3.4.9.3.4. 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.
3.4.9.3.5. The distribution of lead and load obtained from the surveys should be compared.
The axle load surveys shall normally be done using axle load pads or other
sophisticated instruments. The location(s) of count station(s) and the survey with
those derived from the axle load studies.
3.4.9.3.6. The commodity movement data should be duly taken into consideration while
making the traffic demand estimates.
3.4.9.4. Turning Movement Surveys
3.4.9.4.1. The turning movement surveys for estimation of peak hour traffic for the design of
major and minor intersections shall be carried out for the Study. The details
regarding composition and directional movement of traffic shall be furnished by
the Consultant.
3.4.9.4.2. 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
CKICP officials. The proposal in response to this TOR shall clearly indicate the
number of locations that the Consultants wish to conduct turning movement
surveys and the rationale for the same.
3.4.9.4.3. 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.
3.4.9.5. Axle Load Surveys
3.4.9.5.1. 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 CKICP. 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
43
load restrictions, if any, should be taken into account and such sites should be
avoided.
3.4.9.5.2. 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
3.4.9.5.3. 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).
3.4.9.5.4. 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.
3.4.9.6. Speed-Delay Surveys
3.4.9.6.1. 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.
3.4.10. Traffic Demand Estimates
3.4.10.1. 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.
3.4.10.2. 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.
3.4.10.3. 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
44
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.
3.4.10.4. 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.
3.4.10.5. 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.
3.4.10.6. The traffic forecasts shall also be made for both diverted and generated traffic.
3.4.10.7. Overall traffic forecast thus made shall form the basis for the design of each
pavement type and other facilities/ancillary works.
3.4.11. Engineering Surveys and Investigations
3.4.11.1. Reconnaissance and Alignment
3.4.11.1.1. The Consultants should make an in-depth study of the available land width
(ROW) topographic maps, satellite imageries and air photographs of the project
area, geological maps, catchment area maps, contour plans, flood flow data and
seismologicaldata and other available relevant information collected by them
concerning the existingalignment. 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.
3.4.11.1.2. The detailed ground reconnaissance may be taken up immediately after the study
ofmaps and other data. The primary tasks to be accomplished during the
reconnaissancesurveysinclude;
a. Topographical features of the area;
b. typical physical features along the existing alignment within and outside
ROW i.e. land use Pattern;
c. possible alignment alternatives, vis-a-vis, scheme for the construction of
additional lanes parallel to the existing road;
d. realignment requirements including the provision of bypasses, ROBs /
Flyovers andvia-duct for pedestrian crossings with possible alignment
alternatives;
e. preliminary identification of improvement requirements including treatments
45
and measures needed for the cross-roads;
f. traffic pattern and preliminary identification of traffic homogenous links;
g. sections through congested areas;
h. 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:
i. critical areas requiring detailed investigations; and,
j. Requirements for carrying out supplementary investigations.
k. Soil (textural classifications) and drainage conditions
l. Type and extent of existing utility services along the alignment (within
ROW).
m. 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.
3.4.11.1.3. The data derived from the reconnaissance surveys are normally utilized for
planning and programming the detailed surveys and investigations. All field
studies including the traffic surveys should be taken up on the basis of
information derived from the reconnaissance surveys.
3.4.11.1.4. The data and information obtained from the reconnaissance surveys should be
documented. The data analysis and the recommendations concerning alignment
andthe 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.
3.4.11.1.5. 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 CKICP's comments. The data and the
charts should also accompany the rationale for the selection of traffic survey
stations.
3.4.11.2. Topographic Surveys
3.4.11.2.1. 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.
3.4.11.2.2. 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
46
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.
3.4.11.2.3. 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 CKICP / Consultant. CKICP 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.
e. 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.
f. 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.
g. 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.
h. The detailed field surveys would essentially include the following activities:
47
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 CKICP.
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.
3.4.11.2.4. The width of survey corridor will generally be as given under:
a. 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 (minimum of 30 m) beyond the centre line of
the proposed divided carriageway or the existing ROW.
b. In case the reconnaissance survey reveals the need for bypassing the
congested locations, the traverse lines would be run along the possible
alignments in order to identify and select the most suitable alignment for the
bypass. The detailed topographic surveys should be carried out along the
bypass alignment approved by CKICP. At locations where grade separated
intersections could be the obvious choice, the survey area will be suitably
increased. Field notes of the survey should be maintained which would also
provide information about traffic, soil, drainage etc.
c. 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.
d. Where existing roads cross the alignments, the survey will extend a 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.
3.4.11.2.5. The surveyed alignment shall be transferred on to the ground as under:
a. 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
48
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 oneof the two need
be provided.
b. Establishing Bench marks at site connected to GTS Bench marks at a interval
of 250 metres on Bench mark pillar made of RCC as mentioned above with
RL and BM No. marked on it with red paint.
c. 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.
3.4.11.2.6. Longitudinal and Cross-Sections
a. The topographic surveys for longitudinal and cross-sections shall cover the
following:
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 the curve
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 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”).
b. At feasibility study stage cross sections at 50m interval may be taken.
49
c. 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
3.4.11.2.7. Details of utility Services and Other Physical Features
a. 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 intersection locations.
b. 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.
c. 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.
3.4.11.3. 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.
3.4.11.3.1. Road Inventory Surveys
a. Detailed road inventory surveys shall be carried out to collect details of all
existing road and pavement features along the existing road sections. The
inventory data shall include but not limited to the following:
i. Terrain (flat, rolling, mountainous);
ii. Land-use (agricultural, commercial, forest, residential etc) @ every
kilometre;
iii. Carriageway width, surfacing type @ every 500m and every change of
50
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 corridor for appropriate categories / combination of
utilities in the construction of new 4/6 laning of National Highways. Such
structures shall be located at appropriate location preferably as close to the
extreme edge of Right of Way (RoW). In this connection, guidelines
contained in IRC:98 shall be followed.
xv. General drainage conditions
xvi. Design speed of existing road
b. 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.
3.4.11.3.2. Pavement Investigation
a. Pavement Composition
i. The data concerning the pavement composition may be already available
with the Highways Department. 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)
51
b. Road and Pavement Condition Surveys
i. Detailed field studies shall be carried out to collect road and pavement
surface conditions. The data should generally cover:
pavement condition (surface distress type and extent);
shoulder condition;
embankment condition; and
drainage condition
ii. Pavement Condition
cracking (narrow and wide cracking), % of pavement area affected;
raveling, % of pavement area affected;
potholing, % of pavement area affected;
edge break, length (m); and,
rut depth, mm
iii. Shoulder Condition
Paved: Same as for pavement
Unpaved: material loss, rut depth and corrugation,
Edge drop, mm.
iv. Embankment Condition
general condition; and
extent of slope erosion
v. 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
georeferenced using a DGPS receiver and in vehicle data processing
software or equivalent technology to accurately measure the pavement
surface properties covered earlier. This pavement condition survey shall
also be used as a repository for civil work and shall be carried out as per
the directions of.
vi. 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.
vii. 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
52
distress manifestations would be recorded.
viii. For sections with severe distresses, additional investigations as appropriate
shall be carried out to determine the cause of such distresses.
ix. Middle 200m could be considered as representative sample for each one
km. of road and in case all other things are considered similar.
x. Drainage Condition
General condition
Connectivity of drainage turnouts into the natural topography
Condition in cut sections
Condition at high embankments
The data obtained from the condition surveys should be analyzed and
the road segments of more or less equal performance may be identified
using the criteria given in IRC: 81-1997
c. Pavement Roughness
i. The roughness surveys shall be carried out using a network survey vehicle
mounted laser profilometer or better technology with specifications as
described in para 2 above
ii. 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.
iii. 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.
iv. 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
d. Pavement Structural Strength
i. The Consultants shall carry out structural strength surveys for existing
pavements using Falling Weight Deflectometer metre (FWD) in
accordance with IRC 115 or IRC 117 as the case may be
It is suggested that the deflection surveys may be carried out as per the
scheme viz., mainline testing; and, Control section testing.
53
The deflection tests for the mainline shall be carried out at every 500 m
along the road sections covered under the study. The control section
testing shall involve carrying out deflection testing for each 100 m long
homogenous road segment along the road sections. The selection of
homogenous segment shall be based on the data derived from pavement
condition surveys. The total length of such homogenous segments shall
not be less than 100 m per kilometre. The deflection measurements for
the control section testing should be at an interval of not more than 10
m.
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.
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 CKICP the scheme describing the testing schedule including the
interval. The testing scheme shall be supported by data from detailed
reconnaissance surveys.
It is mandatory for the consultant to use Falling Weight Deflectometre
or alternative better technique for the evaluation of pavement strength,
details of such methods or innovative features for deflection testing
using Falling weight deflectometre along with the methodology for data
analysis, interpretation and the use of such data for pavement overlay
design purposes using IRC or any other widely used practices, such as
AASHTO guidelines, should be got approved by CKICP. The sources
of such methods should be properly referenced.
e. Subgrade Characteristics and Strength
i. 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).
ii. The data on soil classification and mechanical characteristics for soils
along the existing alignments may already be available with the CKICP.
The testing scheme is, therefore, proposed as given under:
For the widening (2-Laning) of existing road within the ROW, the
Consultants shall test at least three sub-grade soil samples for each
homogenous road segment or three samples for each soil type
54
encountered, whichever is more.
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.
The testing for subgrade soil shall include:
in-situ density and moisture content at each test pit
Field CBR using DCP at each test pit
Characterization (grain size and Atterberg limits) at each test pit
and,
Laboratory moisture-density characteristics (modified
AASHTO compaction);
Laboratory CBR (unsoaked and 4-day soak compacted at three
energy levels) and swell.
For problematic soils, the testing shall be more rigorous. The
characteristics with regard to permeability and consolidation shall also
be determined for these soils. The frequency of sampling and testing of
these soils shall be finalized in consultation with the CKICP officers
after the problematic soil types are identified along the road sections.
The laboratory for testing of material should be got approved from
CKICP before start of work.
3.4.11.4. Investigations for Bridges and Structure
3.4.11.4.1. Inventory of Bridges, Culverts and Structures
a. 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.
3.4.11.4.2. Hydraulic and Hydrological Investigations
a. 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.
b. The consultant shall also collect information on observed maximum depth of
scour.
c. In respect of major bridges, history of hydraulic functioning of existing bridge, if
any, under flood situation, general direction of river course through structure,
55
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.
d. 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.
e. 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.
f. Conducting Model studies for bridges is not covered in the scope of consultancy
services. If Model study is envisaged for any bridge, requirement of the same
shall be spelt out in the RPF documents separately indicating scope and time
frame of such study. Salient features of the scope of services to be included for
model study are given in the supplement- II Terms of Reference.
3.4.11.4.3. Condition Surveys for Bridges, Culverts and Structures
a. 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.
b. 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.
c. 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
56
structural and / or functional adequacy, and
iii. Design live load is not known nor are the records and drawings available.
d. The evaluation of the load carrying capacity of the bridge shall be carried out as
per IRC-SP:37 (“Guidelines for Evaluation of Load Carrying Capacity of
Bridges”). The analytical and correlation method shall be used for the evaluation
of the load carrying capacity as far as possible. When it is not possible to
determine the load carrying capacity of the bridge using analytical and
correlation method, the same shall be carried out using load testing. The
consultant has to exhaust all other methods of evaluation of strength of bridges
before recommending to take up load testing of bridges. Road closure for testing
if unavoidable shall be arranged by CKICP for limited duration say 12 hours or
so.
e. Consultant shall carryout necessary surveys and investigations to establish the
remaining service life of each retainable bridge or structure with and without the
proposed strengthening and rehabilitation according to acceptable international
practice in this regard.
3.4.11.4.4. Geo-technical Investigations and Sub-Soil Exploration
a. 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. Description Location of Boring
No.
1 Overall length = 6 – 30 m One abutment location and at least one
intermediate location between abutments
for structures having more than one span
2 Overall length = 30–60 m One abutment location and at least one
intermediate location between abutments
for structures having more than one span.
3 Overall length >60 m
The number of bores shall be atleast at 3
locations, if the sub-soil profile vary
considerably between the bores, additional
bores shall be done intermittently till
correct soil profile is ascertained.
In any case, the spacing between the bores
shall not be less than 60 m.
b. The deviation(s), if any, by the Consultants from the scheme presented above
should be approved by CKICP.
c. 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
57
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 CKICP officers.
d. Geotechnical 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 IRC 78.
e. The scheme for the bore locations and the depth of bore shall be prepared by the
Consultants and submitted to CKICP for approval. These may be finalized in
consultation with CKICP.
f. 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
3.4.11.5. Material Investigations
a. The Consultants shall identify sources (including use of fly-ash/ slag), quarry sites
and borrow areas, undertake field and laboratory testing of the materials to
determine their suitability for various components of the work and establish
quality and quantity of various construction materials and recommend their use on
the basis of techno- economic principles. The Consultants shall prepare mass haul
diagram for haulage purposes giving quarry charts indicating the location of
selected borrow areas, quarries and the respective estimated quantities.
“Environment friendly materials”
“As per MORTH circular No. RW/NH-33044/18/2020-S&R(P&S) dated 14th
December, 2020, alternative pavement materials and technologies for road
construction shall be assessed and compared in the design stage. The alternative
resulting in substantial reduction in GHG emission and with least life cycle cost
shall be recommended for implementation.
Technical and economic feasibility of using industrial byproducts, recyclable and
waste materials shall be assessed depending on their availability in the concerned
region.
b. 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
58
obtaining the required formation levels.
c. 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.
59
3.4.12.2. Design Standards
a. 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 CKICP.
b. 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.
60
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.
h. The Consultant shall also prepare design of grade separated pedestrian crossings
(viaducts) for large cross traffic of pedestrians and / or animals on the basis of
passenger and animal cross traffic surveys conducted.
i. 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.
j. 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.
k. The consultant shall prepare complete road and pavement design including
drainage for new bypass option identified around congested town en-route.
l. While fixing the Finished Road Levels in the urban / built-up area, the consultant
shall duly take in to account the instructions issued by the Chief Secretary to
Government, Government of Tamil Nadu vide. 5916/ HN2/ 2021-1, dated
12.05.2021 regarding milling and relaying of roads following the Orders of the
Hon’ble High Court, Madras in WP No.15146 of 2020 dated 18.06.2021.
3.4.12.4. Pavement Design
a. 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.
b. The design of pavement shall primarily be based on IRC publications.
c. 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.
d. 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
61
the various design inputs, rationale behind the selection of the design inputs and
the criteria for checking and control during the implementation of works. In other
words, the design of pavement structure should take due account of the type,
characteristics of materials used in the respective courses, variability of their
properties and also the reliability of traffic predictions. Furthermore, the
methodology adopted for the design of pavement shall be complete with
flowcharts indicating the various steps in the design process, their interaction with
one another and the input parametre required at each step.
e. For the design of overlays for the existing 2-lane pavement, the strengthening
requirement shall duly take into account the strength of the existing pavement vis-
à- vis the remaining life. The overlay thickness requirements shall be worked out
for each road segment homogenous with respect to condition, strength and sub-
grade characteristics. The rehabilitation provisions should also include the
provision of regulating layer. For existing pavement with acceptable levels of
cracking, provision of a crack inhibiting layer should also be included.
f. For rehabilitation and strengthening, consultant shall consider the alternatives of
rehabilitating the existing pavement, overlaying with the same or alternate
pavement type (e.g. white/black topping) and also the option of removal and
replacement of existing pavement layers and chose the best alternative basis
lifecycle costing, and any local considerations such as material availability, time
available for construction etc.
g. 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 CKICP 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.
h. For design of pavment in Delta Region or at location where the subsoil is poor or
warrant stabilisation, latest soil stabilization techniques including use of geo-
textile, geo-cell shall be proposed along with the design/ construction procedure to
minimize the thickness of pavement layers for achieving economy.
i. The paved shoulders shall be designed as integral part of the pavement for the
main carriageway. The design requirements for the carriageway pavement shall,
62
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.
j. The pavement design task shall also cover working out the maintenance and
strengthening requirements and periodicity and timing of such treatments.
3.4.12.5. Design of Embankments
a. 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.
b. The consultant shall propose innovative/ latest methods for sub-soil/ subgrade
improvement so that the use of barrow earth in huge quantities can be minimized.
c. The use of latest subgrade improvement technology/ methods can be proposed
with proper design/ construction procedures for minimizing the pavement
thickness of various pavement layers in order to achieve economic design.
d. The Consultants shall carry out detailed analysis and design for all embankments
of height greater than 6 m based on relevant IRC publications.
e. The design of embankments should include the requirements for protection works
and traffic safety features.
f. The consultant shall take into consideration the gound water fluctuation levels,
HFL of the adjoing waterbody or any irrigation/ drainage channel running along
the proposed road alignment in design of embankment
g. While fixing the Finished Road Levels in the urban / built-up area, the consultant
shall duly take in to account the instructions issued by the Chief Secretary to
Government, Government of Tamil Nadu vide. 5916/HN2/2021-1, dated
12.05.2021 regarding milling and relaying of roads following the Orders of the
Hon’ble High Court, Madras in WP No.15146 of 2020 dated 18.06.2021.
3.4.12.6. Design of Bridges and Structures
a. 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
63
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
b. The Consultant shall prepare General Arrangement Drawing (GAD) and
Alignment Plan showing the salient features of the bridges and structures proposed
to be constructed / reconstructed along the road sections covered under the Study.
These salient features such as alignment, overall length, span arrangement, cross
section, deck level, founding level, type of bridge components (superstructure,
substructure, foundations, bearings, expansion joint, return walls etc.) shall be
finalized based upon hydraulic and geo- technical studies, cost effectiveness and
ease of construction. The GAD shall be supplemented by Preliminary designs. In
respect of span arrangement and type of bridge a few alternatives with cost-benefit
implications should be submitted to enable CKICP 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.
c. 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.
d. GAD for bridges/structures across irrigation/water way channels shall be got
approved from the concerned Irrigation/Water way Authorities. Subsequent to
approval of GAD and alignment plan by CKICP, the Consultants shall prepare
detailed design as per IRC codes/guidelines for all components of the bridges and
structures.
e. Subsequent to the approval of the GAD and Alignment Plan by CKICP 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.
f. 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.
g. The existing structures having inadequate carriageway width shall be
widened/reconstructed in part or fully as per the latest MoRT&H guidelines. The
64
Consultant shall furnish the detailed design and working drawings for carrying out
the above improvements.
h. 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.
i. Subsequent to the approval of the GAD and the alignment plan by CKICP,
detailed design shall also be carried out for the proposed underpasses, overpasses
and interchanges
j. The Consultants shall also carry out the design and make suitable
recommendations for protection works for bridges and drainage structures.
k. In case land available is not adequate for embankment slope, suitable design for
RCC retaining wall shall be furnished. However, RE wall may also be considered
depending upon techno-economic suitability to be approved by CKICP.
l. 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. 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.
3.4.12.7. Drainage System
a. 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.
b. In addition to the roadside drainage system, the Consultants shall design the
special drainage provisions for sections with super-elevated carriageways, high
embankments and for road segments passing through cuts. The drainage
provisions shall also be worked out for road segments passing through urban
areas.
c. The designed drainage system should show locations of turnouts/outfall points
with details of outfall structures fitting into natural contours. A separate drawing
sheet covering every 5 km. stretch of road shall be prepared.
d. 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.
e. 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
65
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).
f. 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.
g. 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.
h. While fixing the Finished Road Levels in the urban / built-up area, the consultant
shall duly take in to account the instructions issued by the Chief Secretary to
Government, Government of Tamil Nadu vide. 5916/HN2/2021-1, dated
12.05.2021 regarding milling and relaying of roads following the Orders of the
Hon’ble High Court, Madras in WP No.15146 of 2020 dated 18.06.2021.
i. The consultant while fixing the invert level of lined drains in built-up / urban
locations, shall take in to consideration the following aspects:
i. The invert level of the drain shall be below the invert level of the existing
drain
ii. The invert level of the drain shall be lower than the adjusant ground/
building level, invert level of the cross road stormwater drain.
iii. The drainage flow pattern and discharge point
iv. Adequacy of size and profile shall be fixed in consultation with the
Divisional Engineer, Highways, CKICP concerned.
v. Wherever unlined existing drains are encountered, the invert level and HFL
of the same shall be taken into account.
3.4.12.8. Traffic Safety Features, Road Furniture and Road Markings
a. 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.
b. The Consultant should make the provisions for “the overhead (gantry-mounted)
signs on roads with two or more lanes in the same direction” as per provisions of
IRC-67. The minimum height of gantry mounted sign be 5.5 m above the highest
point at the carriageway.
c. Road safety shall be the focus of design. The roads shall be forgiving, having self-
66
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.
d. DPR shall undergo the exercise of Road Safety Audit through the Road Safety
Auditor (separate from design team) and recommendations mentioned be
incorporated.
e. 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
CKICP.
f. Advanced Traffic Management System (ATMS) shall be in place for all 4/6 lane
roads of CKICP 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.
g. As availability of suitable sight distance has a large effect on road safety, the
alignment of all the SHs should be finalized in such a way so as to have double the
stopping sight distance available to the road users at all locations.
3.4.12.9. Arboriculture and Landscaping
a. 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.
3.4.12.10. Parking Areas and Rest Areas
a. The consultant shall select suitable sites for 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.
67
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.
b. The Consultant should take into consideration the provisions for Persons with
Disabilities (PwD) in way side amenity centres / rest areas and provide ramp
facilities, exit / entrance door with minimum clear opening of 900 mm and special
toilet facilities for use of handicapped persons. The consultant shall also take into
consideration, the provisions for Pedestrians facilities as per IRC-103
3.4.12.11. Miscellaneous Works
a. The Consultants shall make suitable designs and layout for miscellaneous works
including rest areas, bus bays, vehicle parking areas, telecommunication facilities
etc. wherever appropriate.
b. The Consultants shall prepare the detailed scheme and lay out plan for the works
mentioned in Para 1.
c. The Consultants shall prepare detailed plan for the traffic management and safety
during the construction period.
3.4.13. Environment and Social Impact Assessment
a. 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/CKICP. 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.
68
concerns. This should include with and without scenario and modification
incorporated in the proposed project due to environment considerations.
e. The consultant shall give special attention to the environmental enhancement
measures in the project for the following:
i. Cultural property enhancement along the highways
ii. Bus bays and bus shelters including a review of their location,
iii. Highway side landscape and enhancement of the road junctions,
iv. Enhancement of highway side water bodies, and
v. Redevelopment of the borrow areas located on public land.
f. 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.
g. 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.
h. The consultant shall provide the cost of mitigation measures and ensure that
environmental related staffing, training and institutional requirements are budgeted in
project cost.
i. The consultant shall prepare the application forms and obtain forestry and
environmental clearances from the respective authorities including the SPCBs and the
MOEF on behalf of CKICP. The consultants will make presentation, if required, in
defending the project to the MOEF Infrastructure Committee.
j. The consultant shall identify and plan for plantation and Transplantation of the
suitable trees along the existing highway in accordance with IRC guidelines.
k. The consultant shall assist in providing appropriate input in preparation of relevant
environment and social sections of BPIP.
l. 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.
69
3.4.13.3. The consultant would prepare Resettlement and Rehabilitation Plan and assess
feasibility and effectiveness of income restoration strategies and suitability and
availability to relocation sites. The resettlement plan which accounts for land
acquisition and resettlement impacts would be based on a 25% socio-economic
survey and 100 % census survey of project affected people which provides the
complete assessment of the number of affected households and persons, including
common property resources. All untitled occupants are recorded at the initial stages
and identify cards will be issued to ensure there is no further influx of people in to
the project area. All consultations with affected persons (to include list of
participants) should be fully documented and records made available to CKICP.
a. Assessment on the impact of the project on the poor and vulnerable groups along the
project road corridor.
b. Based on the identified impacts, developing entitlement matrix for the project
affected people.
c. Assessment on social issues such as indigenous people, gender, HIV/AIDS, labourers
including child labour.
d. Implementation budgets, sources and timing of funding and schedule of tasks.
e. Responsibility of tasks, institutional arrangements and personnel for delivering
entitlement and plans to build institutional capacity.
f. Internal and external monitoring plans, key monitoring indicators and grievance
redress mechanism.
g. Incorporating any other suggestions of the ADB/ World Bank/ CKICP, till the
acceptance of the reports by the ADB/ World Bank/ CKICP.
70
k. 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:
l. 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.
m. A detailed EMP for construction and operational phases with recourse to the
mitigation measures for all adverse impacts.
n. Detailed plans for highway-side tree plantation (as part of the compensatory
afforestation component).
o. Environmental enhancement measure would be incorporated.
p. Enhancement measures would include items described in the scope of work and shall
be complete with plans, designs, BOQ and technical specifications.
q. Environmental monitoring plans during and after construction including scaling
and measurement techniques for the performance indicators selected for monitoring.
r. The EMP should be amendable to be included in the contract documents for the
works.
s. Incorporating any other as per the suggestions of the ADB/ World Bank/ CKICP, till
the acceptance of the reports by the ADB/ World Bank /CKICP as applicable.
71
3.5. Land Acquisition
3.5.1. Overall program management of all activities pertaining to Land Acquisition
3.5.1.1. Coordinate all activities necessary for accurate and timely publication of
notifications as per TN Highways Act including but not limited to
a. Identify all land parcels that need to be acquired as part of project highway
b. Conduct Joint Measurement Survey in conjunction with Authority, LARR
Implementation Unit, CKICP and state revenue department to verify land records
c. Conduct valuation of land and associated assets (structures, trees, crops etc.) and
liaison with authorities of State Government for authentication of the valuation
3.5.1.2. Liaison with relevant state departments throughout land acquisition process
a. Liaison with State Government departments including but not limited to Land
Revenue Office, Sub - Registrar office, Directorate of Surveys and with other State
departments (like Agriculture department, horticulture department etc.,) to expedite
the land acquisition process
b. Co-ordinate collection of all the necessary land record documents and information
required to support Authority, LARR Implementation Unit / Authority, LARR
Implementation Unit staff during the LA process
3.5.1.3. Facilitate communication between CKICP (PIU/ FIU) and Authority, LARR
Implementation Unit throughout land acquisition process
a. Ensure prompt official communication (including delivery of documents and
notifications) between the office of Competent Authority for Land Acquisition
(Authority, LARR Implementation Unit ) and CKICP
3.5.1.4. Support Authority, LARR Implementation Unit and PIU with manpower and
resources Authority, LARR Implementation Unit throughout land acquisition
process
a. Ensure presence of adequate manpower like surveyors, revenue inspectors, assistants,
peons, computer operators as required to support Authority, LARR Implementation
Unit, PIU, RO in the LA process corresponding to respective project
b. Ensure comprehensive quality checks (4 Eye Checks) for all the notifications
prepared before submission in the Bhoomi Rashi portal.
3.5.1.5. Assist Authority, LARR Implementation Unit and CKICP (PIU) in the
publication of notifications
3.5.1.6. Provide copy of following documents to PIU - 1 soft copy (less than 3MB
combined) + 1 hard copy, on finalization of alignment and approval of the
alignment from the competent authority
a. Index Map: Document showing alignment of proposed highway overlaid on a
detailed political map of the region
b. Alignment plan: Engineering plan detailing relative position of Proposed Right of
Way to existing road, bypasses, realignments significant structures, affected villages
72
and chainage
c. CKICP project sanction document detailing chainage, length, scheme code and land
acquisition requirements (Total Land Required, Land available, land to be acquired
etc.)
3.5.1.7. Conduct enquiry at Village Administrative Office along approved alignment to
ensure inclusion of all villages
3.5.1.8. Ensure correct spelling of taluks and villages according to local revenue records
or State Government land record website. The same should be done for English
and Tamil
3.5.1.9. Obtain approval of taluk names, village names and other details from Authority,
LARR Implementation Unit office
3.5.2. Assist Authority, LARR Implementation Unit and CKICP (PIU) in the
publication of 15(2) notification
3.5.2.1. Co-ordinate collection of all village maps from state land revenue department
a. Ensure all village maps are collected from the Taluk Office/Regional Deputy Director
of Survey and Land Records and bear a saleable copy mark.
3.5.2.2. Co-ordinate collection of all survey maps for all the affected survey numbers in
the proposed right of way from state land revenue department
a. 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
b. Ensure all survey maps collected are scaled to 1:500, 1:1000 or 1:2000
c. 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
d. Verify the level of accuracy in the maps and their suitability for the purposes of
supporting the land acquisition effort for the project road in terms of both
dimensional accuracy and details available
e. 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
3.5.2.3. Ensure collection of geo-referenced control points capable of being imported into
appropriate GIS system
a. 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
b. Ensure a minimum of 10 control points are identified and geo-referenced for every 1
km
c. 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
73
map. Suitable land details and features should also be added to the GIS system to
enable review of individual land parcels.
3.5.2.4. Ensure accurate digitization and projection of village maps on GIS system
a. Consultant should ensure complete digitization of the area containing the Proposed
Right of Way
b. 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:
i. 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
ii. Input numerical measurements mentioned in the ladder diagram/grid
dimensions/survey boundaries in CollabLand or similar software to ensure
accuracy of digital map
iii. 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
c. Ensure that the digitized map exactly matches the original map like a contact print
and contain all information contained in the original survey map
d. 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
e. 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
i. 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
3.5.2.5. Ensure accurate projection of survey revenue maps on Google Earth or similar
GIS software necessarily having the following layers
a. Alignment Map
b. Digitized Village Map
c. Topographical details as collected during topographical survey using LiDAR/Drone
Imaging
d. Geo-referenced control points imported into GIS software
3.5.2.6. 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.
a. 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
b. Adjust the digitized map to exactly match the ground situation using the geo-
74
referenced ground control points identified
3.5.2.7. 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
3.5.2.8. Co-ordinate collection all the relevant revenue records from state revenue
department required to ascertain type and nature of land
a. Collect the updated land revenue records with details on survey numbers, sub-
division, land type, land nature and owner from the Taluk office
3.5.2.9. Prepare and submit 15(2) notification draft and Land Plan Schedule in the format
prescribed by Authority, LARR Implementation Unit, CKICP
3.5.2.10. Co-ordinate submission of copies of Land Plan Schedule and Alignment map to
Authority, LARR Implementation Unit offices through PIU required for
verification of 15(2) notification draft in the format prescribed by the Authority,
LARR Implementation Unit Office
3.5.2.11. Facilitate Authority, LARR Implementation Unit staff in verification of the draft
15(2) notification document
3.5.2.12. Assist Authority, LARR Implementation Unit staff in preparation of 15(2)
notification, preamble and forwarding letter to be forwarded to PIU
3.5.2.13. Provide copy of 15(2) notification to the office of the Authority, LARR
Implementation Unit on publication in the newspaper
3.5.2.14. Prepare 15(2) notification in vernacular language to be sent to newspaper for
15(2) notification
a. Ensure the translated 15(2) sent to the newspaper matches the 15(2) Gazette copy
verbatim and no changes are made
3.5.2.15. Co-ordinate with the Authority, LARR Implementation Unit to get a signed copy
of the press ready version along with the file reference number needed for future
reference at the Authority, LARR Implementation Unit office
3.5.2.16. Assist PIU in coordinating with newspaper agency to ensure publication of 15(2)
notification in 2 newspapers: 1 Tamil + 1 English
3.5.2.17. Provide copies of newspaper publication of 15(2) notification to the Authority,
LARR Implementation Unit and PIU
3.5.2.18. Ensure all activities are planned and adequate manpower is made available to
ensure the prescribed timelines are adhered to
a. Ensure submission of 15(2) to the PIU in prescribed format within 30 days of
preparation of LPS
b. Ensure publishing of 15(2) in newspaper by pursuing the same with relevant
stakeholder within 14 days of submission of final 15(2) to the PIU
c. Provide adequate manpower including but not limited to AutoCAD draftsmen, liaison
75
officers, computer operators, retired tahsildars, etc. to ensure mandated timelines are
met
d. Ensure adequate resources including but not limited to computers, software licenses,
scanner, printer etc. are deployed to ensure mandated timelines are met.
3.5.3.3. Ensure accurate and timely conduction of JMS for the complete length of the
project
a. Provide scaled revenue maps, latest ownership records, village map and other revenue
documents necessary for conducting JMS
b. Arrange retired revenue sub inspectors of survey and chainmen to conduct Joint
Measurement Survey at the consultant’s cost
c. 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
d. Ensure marking of PROW on scaled revenue maps indicating extent of encroachment
into survey numbers/sub division numbers
e. Ensure surveyors collect details of structures and trees present in sub-divisions during
JMS
f. Ensure accurate calculation of area affected in each sub-division
g. 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
h. Ensure sub-division records divide affected sub-divisions clearly indicating portion of
land vested with the owner and portion of land acquired by CKICP.
76
i. Ensure submission of JMS records in format expected by the Authority, LARR
Implementation Unit office along with all supporting documents
j. Provide daily reports to PIU and Authority, LARR Implementation Unit office by
mail indicating progress of JMS in terms of length, villages and number survey
numbers covered
3.5.3.4. Co-ordinate with Authority, LARR Implementation Unit team and PIU to
facilitate site inspection
3.5.3.5. Assist Authority, LARR Implementation Unit office in collection of sales
statistics and market value (Guideline value/ Collector rates) from the relevant
State Government department
a. Collect the sales statistics for 3 years prior to the date of the 15(2) notification from
the Sub-Registrar’s Office
b. 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.)
c. Compute the average of the top 50% of the sales statistics after eliminating the
outliers, with proper justification
d. 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
e. Collect the details of the sales of land for public purpose through private negotiation
in the recent past for similar type of land
3.5.3.6. Compute land valuation for the all the affected survey numbers in line with
RFCTLARR Act and the guidelines issued by Commissioner of Land
Administration (CLA)
3.5.3.7. 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.
a. Assist Authority, LARR Implementation Unit in 19(5) award preparation and
in drafting 19(5) 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.
3.5.4. Publication of Notifications relating to Land Acquisition:
3.5.4.1. Cost for publication of Notifications relating to land acquisition in Newspapers
shall be borne by the CKICP.
3.6. Utility shifting proposal and estimates
3.6.1. Identify type and location of all existing utilities within the proposed ROW
3.6.1.1. Consultant will review information available with all utilities agencies in the
region, consult maps/plans available with CKICP, MoRTH and state road
agencies, consult with locals and municipal bodies to ascertain the presence and
77
location of utilities, including but not limited to water-mains, gas, telephone,
electricity and fiber-optic installations in and around the project road
3.6.1.2. 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
3.6.1.3. Develop a detailed strip plan and digitized maps showing:
a. type, size and current location of all the utilities identified
b. relative offset from the centerline
c. existing right of way
3.6.2. Plan for utilities in future road design
3.6.2.1. Consultants need to identify utilities that will require shifting to enable
construction of the proposed project road
3.6.2.2. 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. The space for the utility shall preferably be located beyond the
stormwater drain layout.
3.6.3. Develop a utilities relocation plan
3.6.3.1. Consultants need to develop and submit a utilities relocation plan in consultation
with CKICP and user departments clearly identifying current utilities and
suggested relocations along with crossings as required
3.6.3.2. Plan and conduct discussions, consultations and joint site visits required for the
planning of utilities shifting and the development of required drawings and
proposals
3.6.3.3. Prepare necessary details, documents and suggested relocation plan to be
submitted to user department
3.6.3.4. 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
3.6.4. Estimates and approvals
3.6.4.1. Consultants need to obtain draft utilities shifting proposal from user departments
for all utilities identified for shifting along project road
3.6.4.2. Prepare utility shifting cost estimates using latest schedule of rates and obtain
approval from user departments
3.6.4.3. Review final designs submitted, cost estimates, complete checklist, obtain
required declarations and submit to CKICP for approval
3.6.4.4. Work with user department, CKICP as required to incorporate any changes
requested in shifting proposal and cost estimate
78
3.6.4.5. Obtain all required utilities shifting proposal estimates and required approvals
from both user departments and CKICP within the time stipulated in DPR
contract
3.7. Estimation of Quantities and Project Costs
3.7.1. The Consultants shall prepare detailed estimates for quantities (considering
designs and mass haul diagram) and project cost for the entire project (civil
packages wise), including the cost of environmental and social safeguards
proposed based on MoRT&H’s Standard Data Book and market rate for the
inputs. The estimation of quantities shall be based on detailed design of various
components of the projects. The estimation of quantities and costs would have to
be worked out separately for civil work Package as defined in this TOR.
3.7.2. 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.
3.7.3. The project cost estimates so prepared for CKICP/ADB/WB projects are to be
checked against rates for similar on-going works in India under CKICP/World
Bank/ ADB financed road sector projects.
3.7.4. 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.
3.8. Viability and Financing Options and Bidding process
3.8.1. 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.
3.8.2. The values of input parametres and the rationale for their selection for the
economic and commercial analyses shall be clearly brought out and got approved
by CKICP.
3.8.3. 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 CKICP.
3.8.4. The economic and commercial analyses should bring out the priority of the
different homogenous links in terms of project implementation.
3.8.5. Economic Analysis
3.8.5.1. 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
79
streams should be worked out for the project using HDM-IV or other
internationally recognized life- cycle costing model.
3.8.5.2. The economic analysis shall cover but be not limited to be following aspects:
a. assess the capacity of existing roads and the effects of capacity constraints on
vehicle operating costs (VOC);
b. calculate VOCs for the existing road situation and those for the project;
c. quantify all economic benefits, including those from reduced congestion,
travel distance, road maintenance cost savings and reduced incidence of road
accidents; and,
d. 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.
e. Saving in time value.
3.8.5.3. Economic Internal Rate of Return (EIRR) and Net Present Value (NPV), “with
“and “without time and accident savings” should be worked out based on these
cost-benefit stream. Furthermore, sensitivity of EIRR and NPV worked out forth
different scenarios as given under:
Scenario – I Base Costs and Base Benefits
Scenario - II Base Costs plus 15% and Base Benefits
Scenario - III Base Costs and Base Benefits minus 15%
Scenario – IV Base Costs plus 15% and Base Benefits minus 15%
3.8.5.4. The sensitivity scenarios given above are only indicative. The Consultants shall
select the sensitivity scenarios taking into account possible construction delays,
construction costs overrun, traffic volume, revenue shortfalls, operating costs,
exchange rate variations, convertibility of foreign exchange, interest rate
volatility, non-compliance or default by contractors, political risks and force
majeure.
3.8.5.5. 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.
3.9. Bidding process
3.9.1. Consultant shall assist the authority in preparing the required bid documents and
support the authority through the bidding process
3.9.2. Preparation of documents
3.9.2.1. The consultant shall prepare all required bid documents and technical schedules
required for the bidding of the project
3.9.2.2. The Consultants shall prepare separate documents for each type of contract (EPC)
for each package of the DPR assignment
80
3.9.2.3. The consultant shall assist authority in reviewing bid documents and in making
any changes required basis their findings or the and finalising bid documents
3.9.2.4. The consultant shall assist the authority in collecting and providing all required
supporting documents for initiating bid as defined by the SOP for contracting
3.9.2.5. 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
CKICP.
3.9.2.6. Provide any and all clarifications required by the authority or other functionaries
such as the financial consultant and legal advisor as required for the economic
appraisal and legal scrutiny of the Project Highway and Bid Documents.
3.9.2.7. The consultant shall be guided in its assignment by the Contract Agreements for
EPC projects, as applicable and the Manual of Specifications and Standards for
two/ four/ six laning of highways published by IRC (IRC:SP:73 or IRC:SP:84 or
IRC:SP:87, as applicable) along with relevant IRC codes for design of long
bridges.
3.9.2.8. It is suggested that consultant should go through the EPC documents of ministry
before bidding the project.
3.9.3. Support during the bidding process
3.9.3.1. Consultant shall support CKICP through the entire bid process and shall be
responsible for sharing the findings from the preparation stages during the bid
process
3.9.3.2. 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.
3.9.3.3. During the bid process for a project, the consultant shall support the authority in:
3.9.3.4. Responding to all pre-bid technical queries
3.9.3.5. Preparation of detailed responses to the written queries raised by the bidders
3.9.3.6. The consultant shall assist CKICP and its functionaries as needed in the
evaluation of technical bids
3.10. Time period for the service
3.10.1. Time period envisaged for the study of the project is indicated in Special
Conditions of Contract. The final reports, drawings and documentation shall be
completed within this time schedule indicated in Enclosure-III.
3.10.2. CKICP 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.
3.11. Project Team and Project Office of the Consultant
81
3.11.1. 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.
3.11.2. List of suggested key personnel to be fielded by the consultant with appropriate
man-month of consultancy services is given in Enclosure-I as per client's
assessment.
3.11.3. A Manning Schedule for key personnel mentioned above is enclosed as
Enclosure-I along with broad job- description and qualification as Enclosure-II.
The information furnished in Enclosures-I & II are to assist the Consultants to
understand the client’s perception about these requirements and shall be taken by
the Consultants for the purpose of Financial Proposal and deployment schedule
etc. in technical proposal to be submitted by them. Any deviation proposed may
be recorded in the comments on TOR. All the key personnel mentioned will be
evaluated at the time of evaluation of technical proposal. Consultants are advised
in their own interest to frame the technical proposal in an objective manner as far
as possible so that these could be properly assessed in respect of points to be
given as part of evaluation criteria as mentioned in Data sheet. The bio-data of the
key personnel should be signed on every sheet by the personnel concerned and
the last sheet of each bio-data should also be signed by the authorized signatory
of the Consultants.
3.11.4. 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 CKICP 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 CKICP before commencement of the
services.
3.11.5. All key personnel and sub professional staff of the DPR Consultants shall use the
fingerprint based (biometric) attendance system for marking their daily
attendance. Attendance shall be marked at least once a day and anytime during
the day. Biometric Attendance System shall be installed by the DPR Consultants
at its own cost at the site office and design office in order to facilitate the
attendance marking. A copy of attendance records shall be attached at the time of
submission of their bills to the CKICP 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
CKICP so desires, it shall facilitate electronic linking of the attendance system
with the Central Monitoring System of CKICP.
3.12. Reports to be submitted by the Consultant to CKICP
82
3.12.1. 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.
3.12.2. Project preparation activities will be split into eight stages as brought out below.
No Stage Key activities Report/ deliverable
submitted
1 Inception Project planning and Inception Report and QAP
mobilization
2 Feasibility Alignment finalization, Alignment Options
preliminary surveys Report and Feasibility
Report
3 LA and LA, utilities identification; Strip Plan, LA Report (LPS,
Clearances I creation of draft notifications 15(2)), Clearances and Utility
and proposals Shifting proposals
4 DPR Detailed design of highway, Draft DPR Report, Final DPR
preparation of detailed Report, documents and
project report with drawings drawings
5 Technical Preparation of bid documents Civil Works Contract
Schedules and technical schedules Agreement and Schedules
6 (i) LA II Land acquisition process, Pre-valuation of land,
(ii) Project obtaining final utilities structures, R&R Entitlements,
Clearances estimates and required Final Project Clearances and
clearances Utilities 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
3.12.3. Timelines for the submission of reports and documents
3.12.4. 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 3.13 pertaining to Reports and Documents for becoming
eligible for payment for any part of the next stage.
3.13 Reports and Documents to be submitted by the Consultant to CKICP
3.13.1 The Consultant shall submit to the client the reports and documents in bound
volumes (and not spiral binding form) after completion of each stage of work as
per the schedule and in the number of copies as given in Enclosure-III. Further,
the reports shall also be submitted in floppy diskettes / CD’s in addition to the
hardcopies as mentioned in Enclosure-III. Consultant shall submit all other
reports mentioned specifically in the preceding paras of the TOR.
3.13.2 The time schedule for various submissions prescribed at Sl. No.1 above shall be
strictly adhered to. No time overrun in respect of these submissions will normally
be permitted. Consultant is advised to go through the entire terms of reference
carefully and plan his work method in such a manner that various activities
83
followed by respective submissions as brought out at Sl.No.1 above are
completed as stipulated. Consultant is, therefore, advised to deploy sufficient
number of supporting personnel, both technical and administrative, to undertake
the project preparation activities in construction package (Section)
simultaneously. As far as possible, the proposal should include complete
information such as number of such persons, name, position, period of
engagement, remuneration rate etc. The Consultant is also advised to start
necessary survey works from the beginning so as to gain time in respect of
various other activities in that stage.
3.13.3 DPR Deliverables in each stage of project
3.13.3.1 The key stages, activities and deliverables for the detailed project report are as
described in these documents
3.13.3.2 The following section describes the detailed requirements for each report that
needs to be submitted in different Stages
3.13.3.3 Consultants are also advised to refer to ENCLOSURE-IV
3.13.3.4 Formats for submission of Reports and Documents to understand any additional
format and content requirements
3.13.3.5 All reports must be submitted along with the relevant checklist form completed
and signed off by the consultant
3.13.3.6 Review and approval of reports/ proposal: The consultant shall present their
proposals at each stage before the Review Committee constituted under CKICP
for their review/ suggestion and final approval. Report at each stage will be
cleared by the Review Committee. The consultant shall duly attend any remarks
of the Review Committee and incorporate necessary modifications for final
approval prior to presenting the invoice for the payment for any deliverables
specified in relevant section.
84
STAGE 1
3.13.4 Quality Assurance Plan (QAP) Document
3.13.4.1 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 CKICP.
3.13.4.2 Data formats for report and investigation result submission
a) Required data formats for some reports, investigations and documents are
discussed in Enclosure-IV
b) Formats for submission of Reports and Documents.
c) The consultants will need to propose data formats for use in all other field
studies and investigations not covered in Enclosure IV.
d) The proposed data forms will need to be submitted for the approval of
CKICP after the commencement of services.
3.13.5 Inception Report (IR)
3.13.5.1 The report shall cover the following major aspects:
a) Project appreciation;
b) Detailed methodology to meet the requirements of the TOR finalized in
consultation with the CKICP 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;
c) Task Assignment and Manning Schedule;
d) Work programme;
e) Proforma for data collection;
f) Design standards and proposed cross-sections;
85
g) Key plan and Linear Plan;
h) 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;
i) Quality Assurance Plan (QAP) finalized in consultation with CKICP;
j) Draft design standards; and
3.13.5.2 The requirements, if any, for the construction of bypasses should be identified on
the basis of data derived from reconnaissance and traffic studies including O-D
survey. 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 CKICP.
a) Bypasses should be identified on the basis of data derived from
reconnaissance and initial traffic information/traffic studies
b) 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
c) The most appropriate alignment option for bypasses should be identified on
the basis of site conditions and techno-economic considerations.
STAGE 2: Feasibility Report
3.13.6 Alignment options report
3.13.6.1 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
3.13.6.2 Alignment options should include but not be limited to:
a) Greenfield sections of the road
b) New alignments due to lack of RoW, opportunity to shorten road etc.
c) New/Re-alignment to cater to local traffic and o-d points
d) Re-alignment due to changes in local network and/or surrounding road
network
e) Bypasses as suggested and approved in alignment report
f) Re-alignment due to need to improve road geometry
g) Provision of ROBs, flyovers and other structures
86
3.13.6.3 The alignment report shall contain:
a) Drivers for re-alignment of road and re-alignment needed as discussed in
para 2 above
b) Alignment alternatives for each section where re-alignment of road is
needed
c) 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, CKICP views
d) Recommendations from among the alignment options presented for the
authority to consider
1) 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
3.13.7 Feasibility Report
3.13.7.1 The consultant shall commence the Feasibility Study of the project in accordance
with the accepted IR and the report shall contain the following:
a) Executive summary
b) Overview of CKICP organization and activities, and project financing and
cost recovery mechanisms
c) Project description including possible alternative alignments/bypasses and
technical/engineering alternatives
d) Methodology adopted for the feasibility study
e) Socioeconomic profile of the project areas
f) Indicative design standards, methodologies and specifications
g) Traffic surveys and analysis
h) Environmental screening and preliminary environmental assessment
87
i) Initial social assessment and preliminary land acquisition/resettlement plan
j) Cost estimates based on preliminary rate analysis and bill of quantities,
k) Cost analysis of all alternate identified alignments
l) Economic and financial analysis
m) Conclusions and recommendations
3.13.7.2 In view of para 1 above the consultant has to submit the following documents in
six sets:
a) 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.
b) 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.
c) Cost Estimates: This volume will present the each item of work as well as
a summary of total cost.
d) Bill of Quantities: This volume shall contain the detailed Bill of Quantities
for all items of works
3.13.7.3 The basic data obtained from the field studies and investigations shall be
submitted in a separate volume as an Appendix to Feasibility Report.
3.13.7.4 The Final Feasibility Study Report incorporating comments, revisions and
modifications suggested by CKICP shall be submitted within 15 days of receipt
of comments from CKICP on draft feasibility study report.
STAGE 3:
3.13.8 Strip Plan and Clearances
a) Details of the center line of the proposed widened SH along with the
existing and proposed right-of-way limits to appreciate the requirements of
land acquisition;
b) 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;
88
c) Strip plans showing the position of existing utilities and services indicating
clearly the position of their relocation;
d) Details for various clearances such as environment and forest clearances;
e) Separate strip plan showing shifting / relocation of each utility services in
consultation with the concerned local authorities;
f) The utility relocation plans should clearly show existing right-of-way and
pertinent topographic details including buildings, major trees, fences and
other installations such as water-mains, telephone, telegraph and electricity
poles, and suggest relocation of the services along with their crossings the
highway at designated locations as required and prepare necessary details
for submission to the Service Departments;
g) Detail schedules for acquisition of additional land and additional properties
in consultation with the revenue authorities; and
h) 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.
3.13.8.2 The strip plans and land acquisition plan shall be prepared on the basis of data
from reconnaissance and detailed topographic surveys.
3.13.8.3 The Report accompanying the strip plans should cover the essential aspects as
given under:
a) Kilometre-wise Land Acquisition Plan (LAP) and schedule of ownership
thereof and Costs as per Revenue Authorities and also based on realistic
rates.
b) Details of properties, such as buildings and structures falling within the
right- of way and costs of acquisition based on realistic rates.
c) Kilometre-wise Utility Relocation Plan (URP) and costs for relocation per
civil construction package as per concerned authorities.
d) 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.
3.13.8.4 The strip plans shall clearly indicate the scheme for widening. The views and
suggestions of the Highways Department 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 CKICP.
89
3.13.8.5 Kilometre-wise Strip Plans for section (Package) shall be prepared separately for
each concerned agency and suggested by CKICP.
3.13.9.1 Consultant shall submit a detailed land acquisition plan that provides details on
kilometre-wise land acquisition requirements, all required details and draft
notifications made.
3.13.9.2 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 CKICP, in both Hindi and English languages.
3.13.9.3 The Land Acquisition Plan shall be prepared after digitization of cadastral/land
revenue maps as per clause of this TOR
a) 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
3.13.9.4 The land acquisition plan shall present details concerning the land area to be
acquired in conjunction with the strip plan
a) Kilometer-wise existing and proposed RoW on either side of the proposed
centreline
b) Detail schedules of additional land to be acquired, land ownership and other
required details as per revenue records
c) Details of properties, such as buildings and structures falling within the
right-of way
d) Costs of acquisition as per revenue authorities and also based on realistic
market derived rates
e) Detail schedules for acquisition of additional land and additional properties
in consultation with the revenue authorities;
3.13.9.5 The land acquisition plan shall report the progress of the land acquisition process
under the Tamil Nadu Highways Act, 2001, RFCTLARR Act. 2013.
a) All required details on land parcels to be acquired
b) Copies LPS and 15(2) notifications and approvals from CKICP
c) Copies of published notifications, communication with Authority, LARR
Implementation Unit and current status land acquisition process
d) Village, district and Authority, LARR Implementation Unit wise summary
of land to be acquired, current status of process and notifications published
90
3.13.9.6 The estimated cost of land acquisition shall invariably be worked out realistically
for all projects before finalization of 15(1) 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.).
3.13.9.7 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.
3.13.10.1 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
3.13.11.1 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
3.13.11.2 The clearances report shall include kilometre-wise requirement of all clearances
required presented along with the strip plan including, but not limited to:
a) Requirements for environmental clearances along the project corridor
91
b) Requirements for forest clearances including type of forest affected, extent
of land area needing diversion
c) 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
d) Plan of compensating afforestation, its land requirement with specific
locations and cost involved for undertaking all activities in this regard.
e) Requirements for wildlife clearances
f) Requirements for CRZ clearances
g) ROB/RUBs along the project corridor to be constructed, widened or
modified in any form requiring clearances from the railways
h) Clearances from Irrigation Authorities regarding Irrigation structures, etc.
3.13.11.4 The consultant shall also assist in attending to queries raised/ furnishing of
clarifications towards securing applicable clearances.
STAGE: 4
3.13.12.1 The draft DPR Submission shall consist of construction package-wise Main
Report, Design Report, Materials Report, Engineering Report, Drainage Design
Report, Economic and Financial Analysis Report, Environmental Assessment
Report including Resettlement Action Plan (RAP), Package-wise bid Documents
and Drawings.
3.13.12.3 The Documents and Drawings shall be submitted for the Package and shall be in
the following format:
Reports
a) 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
92
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.
The detailed design for all features should be carried out as per the
requirements of the Design Standards for the project. However, there may
be situations wherein it has not been possible to strictly adhere to the design
standards due to the existing site conditions, restrictions and other
considerations. The report should clearly bring out the details of these aspect
and the standards adopted.
c) Volume - III, Materials Report: The Materials Report shall contain details
concerning the proposed borrow areas and quarries for construction materials
and possible sources of water for construction purposes. The report shall
include details on locations of borrow areas and quarries shown on maps and
charts and also the estimated quantities with mass haul diagram including
possible end use with leads involved, the details of sampling and testing
carried out and results in the form of important index values with possible end
use thereof.
The materials Report shall also include details of sampling, testing and test
results obtained in respect physical properties of subgrade soils. The
information shall be presented in tabular as well as in graphical
representations and schematic diagrams. The Report shall present soil profiles
along the alignment.
The material Report should also clearly indicate the locations of areas with
problematic soils. Recommendations concerning the improvement of such
soils for use in the proposed construction works, such as stabilization (cement,
lime, mechanical) should be included in the Report.
93
Report shall be prepared conforming to the Guidelines of the Government
of India, State Government and World Bank / ADB as appropriate for
construction package.
f) Volume - VI, Rate Analysis: This volume will present the analysis of rates
for all items of works. The details of unit rate of materials at source, carriage
charges, any other applicable charges, labour rates, machine charges as
considered in arriving at unit rates will be included in this volume.
g) 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.
h) Volume - VIII, Bill of Quantities: This volume shall contain the package-
wise detailed Bill of Quantities for all items of works.
i) Volume - IX, Drawing Volume: All drawings forming part of this volume
shall be ‘good for construction’ drawings. All plan and profile drawings will
be prepared in scale 1:250V and 1:2500H scale to cover one km in one
sheet. In addition this volume will contain ‘good for construction’ drawings
for the following:
i. Horizontal Alignment and Longitudinal Profile.
ii. Cross-section @ 50m interval along the alignment within ROW
iii. Typical Cross-Sections with details of pavement structure.
iv. Detailed Working Drawings for individual Culverts and Cross
Drainage Structures.
v. Detailed Working Drawings for individual Bridges, tunnels and
Structures.
vi. Detailed Drawings for Improvement of At-Grade and Grade-Separated
Intersections and Interchanges.
vii. Drawings for Road Sign, Markings, and other Facilities.
viii. Schematic Diagrams (linear chart) indicating but be not limited to be
following:
(1) Widening scheme;
(2) Locations of median openings, intersections, interchanges,
underpasses, overpasses, bypasses;
(3) Locations of service roads;
(4) Location of traffic signals, traffic signs, road markings, safety
features; and,
94
(5) Locations of parking areas, weighing stations, bus bays, rest
areas, if any.
ix. Drawings for 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 CKICP 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.
x. 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.
xi. Digital drawings of proposed highway and features
xii. The consultant shall deliver the final road alignment geometry,
proposed road way model and all proposed structures in a 3D
engineered model with all the required features as proposed in
Enclosure IV
3.13.12.4 The consultant shall also provide digital versions of all drawings stated in para
3.13.12.1 above in the format proposed in Enclosure IV
3.13.12.5 The draft Detailed Project report of specialized projects will be scrutinized by the
Peer Review consultant appointed by CKICP. 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 CKICP
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.
3.13.13.1 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 CKICP on the draft DPR shall be submitted
as per the schedule given in Enclosure-III.
95
STAGE: 5
a) The consultant shall prepare bid documents for EPC, PPP or other modes of
contracting as suggested by CKICP
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
a) The consultant shall submit a Draft Contract Agreement derived from the
Master Contract Agreement maintained by the authority with all required
modifications and inclusions made with reference to the
3.13.15.1 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
3.13.15.2 The final approvals shall be obtained and submitted to CKICP so that project
implementation can begin straight away
96
d) Date and details of all joint measurement and site inspection surveys
completed
e) Date of final approval of clearances if any
f) Copies of all clearances obtained
3.13.16.1 Consultant shall obtain final utility clearances from the relevant user agencies to
enable shifting of the utilities from project road
3.13.16.2 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
3.13.16.3 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
3.13.16.4 CKICP, shifting estimate, agency/super vision fees, executing agency – user
agency or CKICP
3.13.16.5 In addition, for each utility to be shifted, the report shall contain:
a) Copies of actual approvals granted at user agency and CKICP
b) Cost estimates and shifting plans approved, demand note from agency
c) Approved utilities shifting proposal including strip plan showing scheme of
shifting
d) Map and design/engineering drawings of existing utility and shifting to be
executed
e) Details of approved contractors, schedule of rates for state and bank
account/deposit details for agency
f) Finance pro-forma, utilities checklist, no upgradation certificate and other
documentation as maybe required by CKICP at the time of approval
3.14.1 During entire period of services, the Consultant shall interact continuously with
CKICP and provide any clarification as regards methods being followed and
carryout modification as suggested by CKICP. A programme of various activities
shall be provided to CKICP and prior intimation shall be given to CKICP
regarding start of key activities such as boring, survey etc. so that inspections of
CKICP officials could be arranged in time.
3.14.2 The CKICP officers and other Government officers may visit the site at any time,
individually or collectively to acquaint/ supervise the field investigation and
survey works. CKICP 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
97
3.14.3 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 CKICP. These reports
will indicate the dates of induction and de-induction of various key personnel and
the activities performed by them. Frequent meetings with the consultant at site
office or in Delhi are foreseen during the currency of project preparation.
3.14.4 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.
3.15.1 The Consultant will be paid consultancy fee as a percentage of the contract values
as per the schedule given in the Draft Contract Agreement
3.16.1 Consultants shall also deliver to CKICP all basic as well as the processed data
from all field studies and investigations, report, appendices, annexure, documents
and drawings in a digital format as described in Enclosure IV over the course of
this assignment and at the submission of the final report in the form of a
removable storage device (CD or USB pen drive) and hosted in a secure online
file hosting platform
3.16.2 If required by CKICP the consultant shall arrange at their own cost necessary
software for viewing and measurement of imagery/ point cloud data.
3.16.2.2 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.
3.16.2.3 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.
98
3.16.4 The floppy diskettes/CD’s should be properly indexed and a catalogue giving
contents of all floppies/CD’s and print-outs of the contents (data from field
studies topographic data and drawings) should be handed over to CKICP at the
time of submission of the Final Report.
3.16.5 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
99
SUPPLEMENT-I
ADDITIONAL POINTS TO BE CONSIDERED FOR HILL ROADS IN ADDITION TO
POINTS COVERED IN MAIN TOR
100
Sr. Clause No. Additional points
No. of TOR
subject to landslides, rockfall, snow drifts, erosion, avalanche activity
etc.
9. 4.11.2.1 (3.ii) Cross sections shall be taken at every 25 m. in case of hill roads and at
points of appreciable changes in soil conditions. While taking cross
sections, soil conditions shall also be recorded.
10. 4.11.3.1 (1) The inventory data shall also include:
a) General elevation of road indicating maximum & minimum heights
negotiated by main ascents & descents and total no. of ascents &
descents.
b) Details of road gradients, lengths of gentle & steep slopes, lengths &
location of stretches in unstable areas, areas with cliffs, areas with
loose rocks, land slide prone areas, snow drift prone areas, no. &
location of hairpin bends etc.
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 subsidence Embankment: 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 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.
14. 4.12.1 (1) The Consultant shall also carry out detailed designs and prepare working
designs for the following:
101
Sr. Clause No. Additional points
No. of TOR
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.
4. 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
4.12.2 (2) Chennai Kanyakumari Industrial Corridor Project Wing (CKICP) of
Highways Department.
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.
16. 4.12.3 Wherever practicable/feasible hairpin bends and steep gradients shall be
avoided by realignments, provision of structures or any other suitable
provisions.
17. 4.12.4 While designing pavement for hill roads specific aspects relevant to hill
regions like terrain & topographic conditions, weather conditions,
altitude effects etc. shall be duly considered and suitably incorporated in
design so that pavement is able to perform well for the design traffic and
service life. Effects of factors like heavy rainfall, frost action, intensive
snow and avalanche activity, thermal stresses due to temperature
difference in day and night, damage by tracked vehicles during snow
clearance operations etc. must also be considered along with traffic
intensity, its growth, axle loads and design life.
18. 4.12.5(3) The design of embankments should include the requirements for
protection works and traffic safety features including features specific to
hill roads.
20. 4.12.7 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.
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 make suitable designs and layout for miscellaneous
102
Sr. Clause No. Additional points
No. of TOR
works including rest areas, bus bays, vehicle parking
areas, telecommunication facilities, scenic overlooks, watering points
etc. wherever appropriate.
23. 10.9.3 Volume II: Design Report :
Inventory of protection measures and other structures
Volume III: Drawings
Drawings for protection/control measures and other structures
103
SUPPLEMENT-II
ADDITIONAL REQUIREMENT FOR SAFETY AUDIT
The use of checklists is highly recommended as they provide a useful “aide memoire” for the
audit team to check that no important safety aspects are being overlooked. They also give to the
project manager and the design engineer a sense of understanding of the place of safety audit in
the design process. The following lists have been drawn up based on the experience of
undertaking systematic safety audit procedures overseas. This experience indicates that
extensive lists of technical details has encouraged their use as “tick” sheets without sufficient
thought being given to the processes behind the actions. Accordingly, the checklists provide
guidelines on the principal issues that need to be examined during the course of the safety
audits.
The audit team should review the proposed design from a road safety perspective and heck the
following aspects
CONTENTS ITEMS
Aspects to be checked A. Safety and operational implications of proposed alignment and
junction strategy with particular references to expected road
users and vehicle types likely to use the road.
B. Width options considered for various sections.
C. Departures from standards and action taken.
D. Provision of pedestrians, cyclists and intermediate transport
E. Safety implications of the scheme beyond its physical limits i.e.
how the scheme fits into its environs and road Hierarchy
A1 : General rds
-sectional variation
-byes
Staging of contracts
A2 : Local Alignment
A3 : Junctions
104
Motorised road users
Provision
-motorised vehicles
A5 : Signs and Lighting
A6 : Construction and
Operation
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 the scheme fits into its environs and road
hierarchy
Lay-byes
B3 : Junctions
105
Provision
-motorised vehicles
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
-byes
-resistance
C2 : Local Alignment
road interface
C3 : Junctions
-junctions
-motorised vehicles
106
C5 : Signs and Lighting
Network Management
107
ENCLOSURE-I
MANNING SCHEDULE
A. Normal Highway Projects
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 Chennai Kanyakumari Industrial Corridor
Project Wing (CKICP) of Highways Department from time to time.
The Consultant shall provide one Land Acquisition Expert along with allied team and
supporting logistic as envisaged in Clause 5.1.5.1 of TOR for each 100 km stretches proposed
for DPR preparation or part thereof
If delay in LA process occurs beyond the reasonable control of consultant, the extension of
LA team staff/s along with logistic support/transportation shall be granted by Project Director.
108
ENCLOSURE-II
i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent as approved
by AICTE
Desirable Post graduate in Civil Engineering (highways /
structures / traffic and transportation / soil mechanics
and foundation engineering/ Construction
Management /Transportation)
{AICTE Approved}
ii) Essential Experience
a) Total Professional Min. 15 years
Experience
b) Experience in Min. 12 years in Planning, project preparation and design
Highway projects of Highway projects, including 2/4/6 laning of NH/SH/
expressways. For hill roads, respective hill roads
experience is required
c) Experience in similar In Feasibility of two / Four/Six Laning works and DPR/IC/
capacity (Either as Construction Supervision of Two/Four/six laning of major
Team Leader or in highway projects(NH/SH/Expressways)/ feasibility cum
Similar capacity ) detailed project report of two/ four laning projects of
minimum aggregate length of 80 km. For hill roads,
respective hill roads experience is required.
iii) Age Limit 65 years on the date of submission of proposal
i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent
Desirable Masters in Bridge Engineering / Structural
Engineering
ii) Essential Experience
a) Total Professional Min. 10 years
Experience
b) Experience in Bridge Min. 08 years in project preparation and design of
projects bridge projects.
c) Experience in similar Bridge Engineer in highway design
capacity consultancy projects (2/4/6 lane NH/SH/Expressways)
involving design of minimum two major bridges
(length more than 200 m)
iii) Age Limit 65 years on the date of submission of Proposal
109
Highway cum Pavement Engineer
i) Educational Qualification
Essential Degree in Civil Engineering
Desirable Masters in highway engineering /
Transportation Engineering
ii) Experience
a) Total Professional Min. 08 years
Experience
b) Experience in Highway Minimum 06 years’ experience in pavement design
projects and maintenance of highways
c) Experience in similar Pavement design for major highway projects (2/4/6
capacity lane NH/SH/Expressways) of minimum aggregate
length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal
i) Educational Qualification
Essential Graduate in Civil Engineering or M.Sc. Geology
Desirable Masters in Foundation Engineering / Soil
Mechanics / Phd in Geology /Geo Tech
Engineering
ii) Essential Experience
a) Total Professional Min. 10 years
Experience
b) Experience in Highway Min. 7 years on similar projects in design and/or
Projects construction
c) Experience in similar Material cum Geo-technical Engineer on highway
capacity projects (2/4/6 lane NH/SH/Expressways) of
minimum aggregate length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal
110
Senior Survey Engineer
i) Educational Qualification
Essential Graduate or equivalent in Civil Engineering or
Diploma in Civil Engg or Diploma in Surveying
Desirable Masters in Survey Engineering/ Surveying / Remote
Sensing
ii) Essential Experience
a) Total Professional Min. 10 years
Experience
b) Experience in Highway Min. 8 years on similar projects in project preparation
projects and construction & thorough understanding of modern
computer based methods of surveying
c) Experience in similar Survey Engineer for projects preparation of highway
capacity project (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
i) Educational Qualification
Essential Graduate in Civil Engineering
Desirable Masters in Traffic Engineering / Transportation
Engineering
/ Transport Planning
ii) Essential Experience
a) Total Professional Min. 06 years
Experience
b) Experience in Highway Min. 05 years on similar projects.
projects
c) Experience in similar Traffic Engineer in highway Projects
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
111
Environmental Specialist
i) Educational Qualification
Essential Graduate in Civil Engineering / Environment
Engineering / Masters in Environment Science
Desirable Post Graduate in Environmental Engineering
ii) Essential Experience
a) Total Professional Min. 06 years
Experience
b) Experience in Highway Min. 5 years in environment impact assessment and
Projects permitting of highway projects (2/4/6 laning)
c) Experience in similar Environmental Specialist in at least two highway
capacity projects (2/4/6 laning)
iii) Age Limit 65 years on the date of submission of bid
i) Educational Qualification
Essential Graduate or equivalent in Civil Engineering /
Certificate course from ‘Institution of Quantity
Surveying’
Desirable
ii) Essential Experience
a) Total Professional Min. 10 years
Experience
b) Experience in Highway Min. 8 years in Preparation of Bill of Quantities,
Projects Contract documents and documentation for major
highway projects involving two/ four laning
c) Experience in similar Quantity Surveyor / Documentation Expert in
capacity highway projects (NH/SH/Expressways) involving
two/four/six laning of minimum aggregate length of
80 km.
iii) Age Limit 65 years on the date of submission of Proposal
112
Land acquisition expert
i) Educational Qualification
Essential Graduate or equivalent
ii) Essential Experience
a) Total Professional 15 years as Deputy-Tehsildar or above Desirable: Ex-
Experience revenue officers like Ex-ADM/SDM, Ex-Tehsildar,
Ex-Deputy- Tehsildar etc.
b) Role specific Min 10 years in Land acquisition for government/
experience authority projects
iii) Age Limit 65 years on the date of submission of bid
Utility expert
i) Educational Qualification
Essential Graduate or equivalent in major engineering
disciplines viz. mechanical/ electrical/ civil
engineering
ii) Essential Experience
a) Total Professional Experience Min 10 years Desirable: Ex- officers or
engineers from utility agencies
b) Role specific experience Min. 8 years in Utility estimation and
relocation/ erection of electric/ gas/ other
utilities Desirable: Experience with utilities
along the highway/road.
iii) Age Limit 65 years on the date of submission of bid
113
ENCLOSURE-III
Time Period in
Stage No. of days from
Activity
No. copies date of
commencement
1 Inception Report
(i) Draft Inception Report including QAP document 3 21
(ii) Inception Report including QAP document 3 30
F.S. REPORT
(i) Draft Feasibility Study Report including option
study report including social and environmental 4 60
2 screening and impact assessment.
(ii) Comments of client 1 75
(iii) Final Feasibility Study Report incorporating 4 90
compliance of comments of Client
3 LA & Clearances I Report
(i) Draft LA & Clearances I Report including LPS
4 105
and draft 15(2) Notification
(ii) Comments of client 1 120
(iii) Final LA & Clearances I Report incorporating
4 135
compliance of comments of Client
Detailed Project Report
(i) Draft DPR
4 180
4 (ii) Comments of client
1 210
(iii) Final DPR incorporating compliance of comments
6 240
of Client
Technical Schedules
(i) Draft Technical Schedules 4 180
5
(ii) Comments of client 1 210
(iii) Final technical schedule 6 240
6 Project Clearances 6 300
Approval of Project clearances from Concerned Original
agencies e.g. from MOEF; Rly for approval of GAD and letters from
detail engineering drawing of ROB/RUB; Irrigation agencies
Dept., Utility Report and Possession of Land and 5
photocopies
of each
7 Monthly Reports 3 By 10th day of
every month
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.
114
Schedule for approval of Reports and Documents by CKICP after submission by
Consultant.
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.
115
ENCLOSURE-IV
Formats for submission of Reports and Documents
1. Standard formats for deliverables
i. During the course of the assignment to prepare detailed project report, several
reports, drawings and documents will need to be submitted by the consultants to
Chennai Kanyakumari Industrial Corridor Project Wing (CKICP) of Highways
Department.
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 Chennai Kanyakumari Industrial
Corridor Project Wing (CKICP) of Highways Department officials the format of
submission for all reports, during the inception stage as mentioned in clause 10.2 of
this terms of reference
i. Every report shall also be submitted in digital format to the authority in the following
formats:
a. The final report as submitted in the portable document format (.pdf)
b. An editable document in the relevant Open Document Format for Office
Applications (ODF) and if available the relevant Microsoft Office document
format (MS Office)
c. 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
d. 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
ii. The removable storage device submitted at each deliverable stage shall contain:
a. Reports for that stage
b. All draft and final reports previously submitted
c. Correspondence with Chennai Kanyakumari Industrial Corridor Project Wing
(CKICP) of Highways Department
d. Clients’ comments on submitted reports
e. Any communication, letters and approvals to and from other government and
local agencies and any other relevant body
f. An updated index of all the contents on the removable storage device
iii. Every submission will be accompanied by a table of contents and index of all
documents submitted for ease of reference
116
3. Data products
i. 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.
ii. 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
iii. As required in clause Error! Reference source not found. Error! Reference
source not found., consultants are required to agree with Chennai Kanyakumari
Industrial Corridor Project Wing (CKICP) of Highways Department all actual data
formats proposed to be used for the project
iv. 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, key .xlsx optional
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 lanes/type .xlsx optional
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: ATCC
traffic volume (ATCC), no of lanes, chainage, location Traffic survey data
count survey coordinates (lat, long), date, time and period of format
survey Processed, corrected
with AADT: CSV or
ODF sheet, .xlsx
optional
1.3 O-D, turning Survey point, survey location, location lat, long, CSV or ODF sheet,
movement, axle chainage, date, time, period of survey, .xlsx optional
load and other technique/equipment used in addition to the
surveys survey data itself
2 Engineering surveys and investigations
2.1 Raw DGPS data Notes must contain Date, time of survey, CSV or ODF,
equipment used, corrections applied is any. Receiver
Data: Survey benchmarks, benchmark points, Independent
location data points Exchange Format
(RINEX)
2.2 LiDAR point Notes must contain Date, time of survey, LASer file format for
cloud equipment, summary post processing applied. exchange
Data: Survey benchmarks, data points, point CSV sheet, .xlsx
cloud of entire project corridor as defined in optional
2.3 Images 360 Deg/ ortho images of entire project road Geographic Tagged
way Image File Format
(GeoTIFF)
117
Sr
Data product Contents required (definition) Data format
No
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 files
+ contours (.shp) or .dxf files,
.dwg/.dgn files
options
2.6 Digital Digital terrain modeled from aerial and ground Digital elevation
elevation model surveys model in USGS
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 model
containing earth surface, road layers, utilities, and maps in
buildings and trees with feature data extracted LandXML/.dxf
and mapped in layers, marked on the map and format,.dwg/.dgn
tabulated data provided separately. All road, files options
surface, sub surface inventory, pavement Separate CSV or
investigation and soil survey data to be super- ODF sheet, .xlsx
imposed as layers optional of feature
data in addition to
map
2.9 Details of utility type of utility, no, class and category of utility CSV or ODF sheet,
installation (e.g. 66 kV xlpe), location, distance .xlsx optional
from centerline, user agency
2.10 Utility maps geo-referenced schematic map, existing and georeferenced shape
design road centerline, type of utility, size, no, files (.shp) and
class and category drawings in .dxf
format
2.11 Road inventory All data as required in clause 4.11.3.1, geo- CSV or ODF sheet
surveys referencing for each row of data in lat, long form
2.12 Pavement Test pit reference id, location, chainage, geo- CSV or ODF sheet
investigation reference (lat, long), pavement 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 data
survey
2.14 Pavement FWD results as per IRC guidelines, geo- CSV or ODF sheet
structural referencing for test points
strength
118
Sr
Data product Contents required (definition) Data format
No
2.15 Sub-grade and In the format of the testing lab, summary details Summary in CSV or
soil strength must be tabulated and must include: test pit no, ODF sheet
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 vertical Geometry or shape
alignment alignment for the road files
geometry To be presented superimposed on surface map, : .shp/.dxf, .dwg/.dgn
satellite imagery and digital elevation model of files options
region
3.2 Final alignment Georeferenced centerline horizontal and vertical Geometry or shape
geometry alignment for the road. Additional detail on files
lanes, super elevation, junctions, structures, : .shp/.dxf, .dwg/.dgn
under/overpasses, PUP/CUP, wayside amenities files options
etc
3.3 Proposed Proposed digital roadway model and design .dxf/.dtm
roadway model data- including embankment, road way, road
layers, roadside amenities, signals, road
furniture, markings and other construction
elements in 3D
3.4 Proposed Geo referenced location and alignment, 3D .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 model
sections 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
119
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
120
FORMATS
FORM TECH A – Minimum Eligibility Experience
1. Outline of Similar Project Experience:
Project Total
S. Project Client Fees Project Date of Date of Proof
Location
No Name Name (Rs. In Cost (Rs. Commencement Completion Attached
Lakhs) In Lakhs)
Kindly attach Project Description Sheet (PDS) as per format given in Form TECH 5 and
Relevant Proofs
For completed Projects - LOI/LOA/ Work Order /Agreement copy and Completion
Certificate from client /Certificate from Auditor of applicant certifying receipt of 100%
professional fee for assignment
For Ongoing Projects - LOI/LOA/ Work Order/Agreement copy and Work in Process
(WIP) certificate or minutes of meeting issued by client as proof for completion of 80%
of the work assigned to the applicant/ certificate from Auditor certifying receipt of 80%
professional fee for assignment.
121
1. Financial Capacity of the Applicant$
Net worth#
This is to certify that ....................(name of the Applicant) has received the payments shown
above against the respective years on account of Revenue from Advisory Services/Consultancy
fees.
Date:
# The Applicant should provide the Financial Capability based on its own financial statements. Financial
Capability of the Applicant's parent company or its subsidiary or any associate company will not be
considered for computation of the Financial Capability of the Applicant.
$ Applicant to enclose Audited Balance Sheet and Profit & Loss account for last 3 years
* If, audited statements are not available for the latest year, then the available statements can be submitted
with an undertaking that the latest year account is yet to be audited
122
FORM TECH 1 – TECHNCIAL PROPOSAL SUBMISSION FORM
[On the Letter head of the Applicant (Lead Member of Consortium)]
Ref No: Date:
To:
The Project Director,
Highways,
Chennai Kanyakumari Industrial Corridor project
HRS Campus, CKICP Complex,
No. 76, Saradar Patel Road
Guindy, Chennai – 600091
Tamil Nadu.
Dear Sir,
1. With reference to your RFP Document dated ………….., I/we, having examined all relevant
documents and understood their contents, hereby submit our Technical Proposal for Selection
for “Preparation of Detailed Project Report for Industrial Connectivity Corridors in
Chennai Kanyakumari Industrial Corridor Influence Area-Phase II”. The Proposal is
unconditional and unqualified.
2. We are submitting our Proposal as [sole applicant/Consortium] [with] [insert a list with full
name and address of other member of consortium].
3. I/We declare that we are not a member of any other Consortium applying for Selection as a
Consultant.
4. The Bid Security of Rs. ______/- (Rupees ________) through ______ is paid online and the
proof of online payment is here by attached, in accordance with the RFP document.
5. A Power of Attorney in favor of the authorized signatory to sign and submit this Proposal and
documents is attached herewith in Form TECH 3.
6. I/We agree to keep this offer valid for 150 (one hundred and fifty) days from the Proposal
Due Date specified in the RFP
7. All information provided in the Proposal is true and correct and all documents accompanying
such Proposal are true copies of their respective originals.
8. This statement is made for the express purpose of appointment as the Consultant for the
aforesaid work.
9. I/We shall make available to the Authority any additional information it may deem necessary
or require for supplementing or authenticating the Proposal.
123
10. 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.
11. I/We certify that in the last 3 (three) years, we 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.
12. We further certify that neither we nor any of our consortium members have been barred or
blacklisted by the Central Government, any State Government, a Statutory Body, any Public
Sector Undertaking or any Multi-lateral funding agency, as the case may be, from
participating in any project or bid, and that any such bar, if any, does not subsist as on the
proposal due date for this RFP.
13. 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 or equivalent / Proposed
key personnel for this assignment referenced to their official representation with us.
14. I/We declare that:
a. I/We have examined and have no reservations to the RFP Documents, including any
Addendum issued by the Authority;
b. I/We do not have any conflict of interest in accordance with the terms of the RFP
Document;
c. I/We have not directly or indirectly or through an agent engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice, as defined in the RFP document, in respect of any tender or request
for Proposal issued by or any agreement entered into with the Authority or any other
public sector enterprise or any government, Central or State; and
d. I/We hereby certify that we have taken steps to ensure that in conformity with the
provisions of the RFP, no person acting for us or on our behalf will engage in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice.
15. 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 clauses of the RFP
document.
16. I/We certify that in regard to matters other than security and integrity of the country, we or
any of our Associates have not been convicted by a Court of Law or indicted or adverse
orders passed by a regulatory authority which would cast a doubt on our ability to undertake
124
the Consultancy for the Study or which relates to a grave offence that outrages the moral
sense of the community.
17. I/We further certify that in regard to matters relating to security and integrity of the country,
we have not been charge-sheeted by any agency of the Government or convicted by a Court
of Law for any offence committed by us or by any of our affiliates.
18. 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 Tamil Nadu] in connection with the selection of Consultant or in
connection with the Selection Process itself in respect of the above mentioned Study.
19. 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 if Proposal is not opened or rejected.
20. In the event of our firm being selected as the Consultant, I/we agree to enter into a Contract in
accordance with Section-5 of the RFP. We agree not to seek any changes in the aforesaid
form and agree to abide by the same.
21. The Financial Proposal is being submitted in a separate cover. This Technical Proposal read
with the Financial Proposal shall constitute the Application which shall be binding on us.
22. If negotiations are held during the period of validity of the Proposal, we undertake to
negotiate in accordance with the RFP. Our Proposal is binding upon us, subject only to the
modifications resulting from negotiations in accordance with the RFP.
23. We understand you are not bound to accept any Proposal you receive
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)
125
FORM TECH 2 – Particulars of the Applicant
(On the Letter head of the Applicant)
126
4. If the Applicant is a Consortium/JV, state theRoles and Responsibilities pertaining tothe
assignment for the Lead Member of the Consortium and other Member Firms of the
Consortium:
Lead Member:
MemberFirm1:
MemberFirm2:
5. For the Applicant, (in case of a consortium, for each Member), state the following
information:
In case of non-Indian Firm, does the Firm have business presence in India?
Yes/No
If so, provide the office address(es) in India.
Has the Applicant or any of the Members in case of Consortium been penalized by any
organization for poor quality of work or breach of contract in the last five years?
Yes/No
Has the Applicant/ or any of the Members in case of Consortium ever failed to
complete any work awarded to it by any public authority/ entity in last five years?
Yes/No
Has the Applicant or any member of the Consortium/JV been blacklisted by any
Government Department/Public Sector Undertaking and Statutory Body, in India or
anyMulti-Lateral Funding in the last five years and such bar subsists as on the proposal
due date for this RFP?
Yes/No
If answer to any of the questions at (ii) to (iv) is yes, theApplicant is not eligiblefor this
consultancy assignment
6.
127
FORM TECH 3 – Power of Attorney for Signing of Proposal
Know all men by these presents, we, ......................................... (name of Firm and address of the
registered office) do hereby constitute, nominate, appoint and authorize Mr./ Ms........................................
son/daughter/wife and presently residing at ........................................, who is presently employed with us
and holding the position of .................... as our true and lawful attorney (hereinafter referred to as the
“Authorized Representative”) to do in our name and on our behalf, all such acts, deeds and things as are
necessary or required in connection with or incidental to submission of our Proposal for and selection as
the Consultant …………….. including but not limited to signing and submission of all applications,
Proposals and other documents and writings, participating in pre-bid and other conferences and providing
information/ responses to the Project Director, Highways, CKICP., representing us in all matters before
the Project Director, Highways, CKICP., signing and execution of all contracts and undertakings
consequent to acceptance of our Proposal and generally dealing with the Project Director, Highways,
CKICP in all matters in connection with or relating to or arising out of our Proposal for the said work
and/or upon award thereof to us till the entering into of the Contract with Project Director, Highways,
CKICP.
AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused to be
done by our said Authorised Representative pursuant to and in exercise of the powers conferred by this
Power of Attorney and that all acts, deeds and things done by our said Authorised Representative in
exercise of the powers hereby conferred shall and shall always be deemed to have been done by us.
IN WITNESS WHEREOF WE, .................... THE ABOVE NAMED PRINCIPAL HAVE EXECUTED
THIS POWER OF ATTORNEY ON THIS .................... DAY OF ...................., 2020.
For .......................................
Witnesses:
1.
2.
Notarized Accepted
(Signature, name, designation and address of the Attorney)
128
any, laid down by the applicable law and the charter documents of the executants(s) and when it is
so required the same should be under common seal affixed in accordance with the required
procedure.
III. The Power of Attorney should be executed on a non-judicial stamp paper of Rs. 100 (one
hundred) and duly notarized by a notary public.
IV. Wherever required, the Applicant should submit for verification the extract of the charter
documents and other documents such as a resolution/power of attorney in favour of the person
executing this Power of Attorney for the delegation of power hereunder on behalf of the
Applicant.
V. For a Power of Attorney executed and issued overseas, the document will also have to be
legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney is
being issued. However, Applicants from countries that have signed the Hague Legislation
Convention, 1961 need not get their Power of Attorney legalized by the Indian Embassy if it
carries a conforming Apostle certificate.
VI. In case the Application is signed by an Authorised Director of the Applicant, a certified copyof
the appropriate resolution/ document conveying such authority may be enclosed in lieu of the
Power of Attorney.
129
FORM TECH 4 – Summary of Applicant’s Experience
Total
Project
S. Project Client Project Date of Date of Proof
Location Fees (Rs.
No Name Name Cost (Rs. Commencement Completion Attached
In Lakhs)
In Lakhs)
List down experience in relevant assignments as per the Technical Proposal Scoring matrix
given in Data Sheet.
Enclose description of applicant’s experience mentioned above as per format given in FORM
TECH-5 along with relevant proof.
Form for each member of consortium to be provided
130
FORM TECH 5 –Applicant’s Experience
Project Name Country
Project location within the country Professional staff provided by the Applicant:
Name of the client Number of staff provided by the Applicant:
Address and contact person (Client) Professional staff months provided by the Applicant:
Phone No:
Fax No.
Email id:
Value of consultancy assignment
Start Date:
End Date:
Approx. value of services provided by Applicant
No. of months of Professional Staff provided by
Name of Associated Consultant
Associated Consultants:
Name of the Key professional of your firm involved in the assignment
Detailed narrative description of project:
Attachments:
For completed assignments : LOI/LOA/ Work Order/Agreement copy and Completion certificate
from client/Certificate from Auditor of applicant certifying receipt of
100% professional fee for assignment
For ongoing assignments : LOI/LOA/ Work Order/Agreement copy and Work in Process (WIP)
certificate or minutes of meeting issued by client as proof for
completion of 80% of the work assigned to the applicant/ certificate
from Auditor certifying receipt of 80% professional fee for
assignment
131
FORM TECH- 6: Work Plan and Approach & Methodology Proposed
Kindly provide approach and methodology outlining various steps for performing the Assignment
a. Proposed Technical Approach & Methodology: Please explain your understanding of the
objectives of the assignment as outlined in the Terms of Reference (TORs), the approach,
and the methodology you would adopt for implementing the tasks to deliver the expected
output(s), and the degree of detail of such output. Please do not repeat/copy the TORs in
here.
b. Work plan: Please outline the plan for the implementation of the main activities/tasks of
the assignment, their content and duration, phasing and interrelations, milestones, and
tentative delivery dates of the reports. The proposed work plan should be consistent with
the approach and methodology, showing your understanding of the TOR and ability to
translate them into a feasible working plan. A list of the final documents (including
reports) to be delivered as final output(s) should be included here. The work plan should be
consistent with the Work Schedule at FORM TECH -7.
c. Organization and Staffing: Please describe the structure and composition of your team,
including the list of the Key Experts, Non-Key Experts and relevant technical and
administrative support staff.
132
FORM TECH- 7: Work Schedule Form
1
2
3
4
n
Indicate all main activities of the assignment, including delivery of reports (e.g.: inception,
interim, and final reports), and other benchmarks such as Client approvals. For phased
assignments indicate activities, delivery of reports, and benchmarks separately for each phase.
133
FORM TECH 8 – TEAM COMPOSITION AND TASK ASSIGNED
134
FORM TECH 9 – Curriculum Vitae of Key Personnel
1. Proposed Position :
2. Name of Firm :
3. Name of Expert :
4. Date of Birth : MM/DD/YYYY
5. Nationality :
Area of
6. :
Specialisation
Month & Year % Marks
Board /University/ Examination
obtained/
Institution Passed From To
CGPA
Educational
7. :
Qualifications
(Starting with present position, list in reverse order every employment held.)
Task Assigned for
13. :
this Assignment
Work Undertaken that Shows the Minimum Years of Relevant Experience of the Expert and Best
14.
Illustrates the experts Capability to Handle the Tasks Assigned:
Project Name:
Year:
Location:
Client(s):
Main Project Features
Activities Performed:
Project Name:
Year:
Location:
Client(s):
Main Project Features
Activities Performed:
(Add more rows to mention relevant projects for the key personnel. )
135
Certification:
i. I am willing to work on the assignment and I will be available for entire duration of the Assignment as
required.
ii. I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes
myself, my qualifications and my experience.
Notes:
1. Use separate form for each Key Personnel
2. The CV shall be signed in by both the Personnel concerned and by the Authorized Representative of
the Applicant along with the seal of the Applicant or only by the Authorized Representative of the
Applicant along with the seal of the applicant accompanied necessarily by an e-mail confirmation from
the key personnel.
3. E-mail confirmation should contain the Name of the Key Personnel, RFP No., Name of the
Assignment, Name of Client, and position for which he/she is proposed along with certification as
follows:
Certification:
i. I am willing to work on the assignment and I will be available for entire duration of the Assignment as
required.
ii. I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes
myself, my qualifications and my experience.
136
Affidavit
To
We M/s………………………………………………………………………………… do
solemnly affirm an oath and state that the information furnished with the RFP which are being
submitted in response to RFP No. CKICP/PHASE-II/2023-24/01 as invited by the Project
Director, Highways, CKICP, Chennai-25 for and on behalf of the Governor of Tamilnadu is true
and correct. We are fully responsible for the corrections of the information.
Authorised Signatory
Date:
Place:
137
FORM TECH 10 – 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
138
FORM TECH 11 – Facility for Field investigation and Testing
139
FORM TECH 12 – Office Equipment and Software
140
FORM TECH 13 –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.
141
142
UNDERTAKING FROM THE PROFESSIONAL
Name of Work:
I, the undersigned, also certify that to the best of my knowledge and belief, my
biodata, information and credentials proposed truly describe myself, my qualification
and my experience. I shall be liable for any action, as deemed fit, in case there is any
mis-representation in this regard.
Date:
Place:
Signature
143
UNDERTAKING FROM CONSULTING FIRM
Name of Work:
Date:
Place:
Signature
144
FORM FIN1: FINANCIAL PROPOSAL SUBMISSION FORM
[To be provided in separate envelope for each Package) [On the Applicant’s Letterhead]
Ref: Date:
To,
The Project Director,
Highways,
Chennai Kanyakumari Industrial Corridor project
HRS Campus, CKICP Complex,
No. 76, Saradar Patel Road
Guindy, Chennai – 600091
Tamil Nadu.
Subject: Financial Proposal for “Preparation of Detailed Project Report for Industrial Connectivity
Corridors in Chennai Kanyakumari Industrial Corridor Influence Area-Phase II (CKICP/PHASE-
II/2023-24/01)” vide RFP No. CKICP/PHASE-II/2023-24/01
Sir:
We, the undersigned, offer to provide the Consultancy Services for “Preparation of Detailed
Project Report for Industrial Connectivity Corridors in Chennai Kanyakumari Industrial Corridor
Influence Area-Phase II (CKICP/PHASE-II/2023-24/01)” in accordance with your Terms of
Reference and Request for Proposal (RFP) & its addendum and our Technical Proposal.
Our Financial Proposal forth said consulting services is Rs [Insertamount in figures and words],
inclusive of GST. We also understand that, in the case of discrepancy between figures and words,
the lower of the two shall be considered.
Our Financial Proposal shall be binding upon us.
We understand that the Authority is not bound to accept any Proposal that the Authority receives.
Thanking You Sincerely
145
FORM FIN - 2: Summary of Costs
Cost (INR)
Item
Amount in words Amount in figures
GST
Total cost of Financial Proposal
(including GST)
146
FORM FIN - 3: Breakdown of Remuneration
Information to be provided in this Form shall only be used to demonstrate the basis for the calculation of the Contract’s ceiling amount; to calculate
applicable taxes at contract negotiations; and, if needed, to establish payments to the Consultant for possible additional services requested by the
Client. This Form shall not be used as a basis for payments under Lump-Sum contracts
147
FORM FIN - 4: Breakdown of Other Expenses
When used for Lump-Sum contract assignment, information to be provided in this Form shall only be used to demonstrate the basis for calculation of
the Contract ceiling amount, to calculate applicable taxes at contract negotiations and, if needed, to establish payments to the Consultant for possible
additional services requested by the Client. This form shall not be used as a basis for payments under Lump-Sum contracts
{Trip}
{e.g., In/out airport transportation}
....................................
Total Costs
148
149
Proposal Summary of Cost in Local Currency
** Total Cost Net of Goods & Service Tax shall be considered for financial evaluation
Note: No escalation will be payable during the services
Insurances shall not be allowed separately. These will be incidental to main items.
Rates for all items shall be quoted in figures as well as in words.
150
Estimate of Local Currency Costs
Sl. Staff
Position Name Rate (INR) Amt.(INR)
No. Month
Professional Staff
Team Leader cum Senior
1 9
Highway Engineer
2 Senior Bridge Engineer 5
Highway cum Pavement
3 5
Engineer
Material-cum-Geotechnical
4 6
Engineer- Geologist
5 Senior Survey Engineer 7
6 Traffic and Safety Expert 4
7 Environmental Specialist 3
Quantity Surveyor/
8 6
Documentation Expert
9 Land Acquisition Expert 10
10 Utility Expert 4
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
Billing Amount
Staff
No. Position Name Rate ( INR)
Months
(INR)
1 Office Manager
2 Typist
3 Office Boy
4 Night Watchman
Total :
151
III. Transportation (Fixed costs)
Total__
TOTAL:---------------------------
152
VIII. Reports and Document Printing
Rate per
Copy Amount
No. Description No. of Copies
(INR)
(INR. )
1 Monthly Report 3 Per Month
2 Inception Report & QAP 3
3 Environment and Social Impact 4
Screening 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
9 Draft Environmental Assessment 4
report & RAP
10 Final Environmental Assessment 6
report & RAP
11 Draft Detailed Design Report & 4
Drawings etc.
Draft EMP 4
12 Draft Bidding Documents 4
13 Final Detailed Project Report with Bill 6
of Quantities, Cost Estimates, Updated
Drawings etc
Final EMP 6
14 Final Bidding Documents 6
15 LPS, Draft 15(2) notification for land 9
acquisition (3 copies each)
16 Final 15(2) Notification for land 6
acquisition & Clearances II Report
Total
153
IX. Survey and Investigation
Note: * Quantities of borings shall be taken from Financial Proposal Form No. V. For
financial evaluation, these quantities and rates quoted by the consultant will be considered.
However, Payment shall be made on the actual quantity of boring at rates quoted above by the
Consultant, which may be substantially more or less than the estimated quantities.
154
C. Net Work Survey and GPR
XI. Land Acquisition Team including support staff and logistics/ transportation
Rate Amount
S. No. Position Name Number Man Months
(INR) (INR)
Ex-Land Revenue
1 Inspector/ Officer or TBN 1 8
equivalent
Ex-Kanoogo/ Girdwar
2 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)
155
(B) Logistics for Land acquisition Team:
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).
156
Estimate of Costs for Expatriate Consultants (in Indian Rupees)
3. Other Miscellaneous expenses (like DA, internal travel expenses other incidentals)
(fixed cost)
157
TENTATIVE QUANTITIES FOR SUB-SOIL INVESTIGATIONS
158
APPENDIX-V
DETAILED EVALUATION CRITERIA
The sole applicant firm shall satisfy the following 3 (Three) Nos. of criteria.
(a) & (b) Firm should have experience of preparation of DPR of 2/4/6 lane of aggregate
length as given below. The firm should have also prepared DPR of at least one project of 2/4/6
laning of minimum length as indicated below in the last 7 years.
Note: Similar project means 2/4/6 lane as applicable for the project for which RFP is invited.
For 2-lane projects experience of 4/6 lane also to be considered with a multiplication factor of
1.5. Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For 4/6
laning projects, experience of 2 lane will be considered with a multiplication factor of 0.4, but
only for those 2 lane projects whose cost of consultancy services was more than Rs.1.0 crore
(c) Annual Average Turn Over for the last 5 years {In cases where, Audited/Certified copy of
Balance Sheet for the FY 2022-23 is available, last five years shall be counted from 2018-19 to
2022-23. However, where audited/certified copy of the Balance Sheet for the FY 2022-23 is
not available (as certified by the Statutory auditor) then in such cases last five years shall be
considered from 2017-18 to 2021-22} of the firm from Consultancy services should be equal
to more than Rs.5 crore.
159
1.2 Eligibility criteria for Lead Partner/Other Partner in case of JV.
In case of JV, the Lead Partner should fulfill at least 75% of all eligibility requirements and the
other partner shall fulfill at least 50% of all eligibility requirements as given at 1.1 above. Thus a
Firm applying as Lead Partner/Other Partner in case of JV/Associate should satisfy the
following (a) & (b) Firm should have experience of preparation of DPR of 4/6 lane of aggregate
length as given below. The firm should have also prepared DPR of at least one project of 4/6
laning of minimum length as indicated below in the last 7 years
Minimum Aggregate
S. Length required of Minimum length of a Eligible Project (4/ 6
Package No. DPR/
No. lane)
Feasibility km)
DPR Feasibility
Lead Other Lead in Other Lead in Other
in JV Partner in JV Partner JV Partner
JV in JV in JV
c) Minimum Annual Average Turn Over for the last 5 years { In cases where,
Audited/Certified copy of Balance Sheet for the FY 2022-23 is available, last five years shall
be counted from 2018-19 to 2022-23. However, where audited/certified copy of the
Balance Sheet for the FY 2022-23 is not available (as certified by the Statutory auditor)
then in such cases last five years shall be considered from 2017-18 to 2021-22} of a firm
applying as Lead Partner/Other Partner in case of JV from Consultancy services should be
as given below:
No. Mode of Submission by a Annual Average Turn Over for the last 5
firm years
1 Lead Partner in a JV Rs.3.75 crore
2 Other Lead partner in a JV Rs.2.50 crore
No. Status of the firm in carrying out DPR/ Feasibility Weightage for
Study experience
1 Sole firm 100%
2 Lead partner in a JV 75%
3 Other partner in a JV 50 %
4 As Associate 25%
160
2. Second Stage Evaluation -Technical Evaluation (Para 1.15 of Data Sheet)
A Firm’s Relevant Experience (40)
For standard highways, the following is the break-up:
161
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. Experience of 4/6 lane shall be considered interchangeably for 4/6 laning
projects. For 4/6 laning projects, experience of 2 lane will be considered with a
multiplication factor of 0.4, but only for those 2 lane projects whose cost of
consultancy services was more than Rs.1.0 crore
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
(ii) The experience of a firm in preparation of DPR for a private Concessionaire/contractor shall
not be considered.
B Material testing, survey and investigation, equipment and software proposed to be used
(20)
162
S. Description Maximum Sub-
No. Points Points
3 Availability of Office Equipment and 3
Software with persons / resources having operational
skills of the equipment
3.1 Owned*** (Available In House) 3
3.2 Outsourced (Hire basis/Through Associate) 2.25
*** Shall be ascertained through ownership evidence uploaded on INFRACON if
registered for key hardware/software required for Highway consultancy assignment.
4 Experience in LiDAR or better technology for 5
topographic survey (Infrastructure sector)
4.1 1 project 1
4.2 2 projects 2
4.3 3 projects 3
4.4 4 projects 4
4.5 ≥ 5 projects 5
5 Experience in using GPR and Induction Locator or 4
better technologies for detection of sub-surface utilities
(Infrastructure sector)
5.1 1 project 1
5.2 2 projects 2
5.3 3 projects 3
5.4 ≥ 4 projects 4
6 Experience in digitization of cadastral maps for land 3
surveys
6.1 Area upto 100 ha 1
6.2 Area between 100-500 ha 2
6.3 Area > 500 ha 3
Note: The experience of firm in Lidar or equivalent technology, GPR and Induction Locator
or equivalent technologies and Experience in digitization of cadastral maps for land
acquisition shall be supported by experience certificate. The experience of a firm in Lidar or
equivalent technology, GPR and Induction Locator or equivalent technologies and
Experience in digitization of cadastral maps for land acquisition for a private
concessionaire/contractor shall not be considered.
163
2.4. Qualification and Competence of the Key Staff for adequacy of the
Assignment. (Para 1.15 of Data Sheet and Enclosure II of TOR)
S. Description Max.
No. Points
I General Qualification 25
i) Degree in Civil Engineering or equivalent [AICTE Approved] 20
ii) Post Graduation in Highway Engg./ Structures/ Traffic and 5
Transportation/Soil Mechanics and Foundation Engineering /
Construction Management/ Transportation [AICTE Approved]
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<15 years 0
15-18 years 11
>18-21 years 13
> 21 years 15
(b) Experience in Highway Projects- Experience in Planning, project 25
preparation and design of Highway Projects (2/4/6 laning of NH /
SH / Expressways)
<12 years 0
12-15 years 19
>15-18 years 22
>18 years 25
c) Experience in Similar 30
Capacity
(i) In Feasibility of 2/4/6 laning works or DPR/IC/Construction 20
Supervision of major highway projects i.e. 2/4/6 laning of
NH/SH/Expressways in Similar Capacity ( Minimum Aggregate
length of 80 km )
< 80km 0
80 km-150km 15
>150km-250km 17
> 250km 20
(ii) In Feasibility of 2/4/6 laning works or DPR/IC/Construction 10
Supervision of major highway projects i.e. 2/4/6 laning of
NH/SH/Expressways in Similar Capacity- Number of Projects
< 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
164
2.4.2 HIGHWAY cum PAVEMENT ENGINEER
165
2.4.3 SENIOR BRIDGE ENGINEER
166
2.4.4 Traffic / Road Signage / Marking and Safety Expert
167
2.4.5 MATERIAL ENGINEER cum GEOTECHNICAL ENGINEER cum
GEOLOGIST
168
2.4.6 SENIOR SURVEY ENGINEER
169
2.4.7 ENVIRONMENTAL SPECIALIST
170
2.4.8 QUANTITY SURVEYOR/DOCUMENTATION EXPERT
171
2.4.9 LAND ACQUISITION EXPERT
Total 100
172
2.4.10 UTILITY EXPERT
Total 100
173
Assumptions to be made regarding Similar Capacity for various positions
1. Team Leader cum Senior Highway Engineer
i) On behalf of Consultant / Contractor : Team Leader/Senior Highway Engineer.
ii) In Government Organizations : Superintending Engineer (or equivalent)
and above
2. Senior Bridge Engineer
i) On behalf of Consultant : Senior Bridge Engineer/Bridge Engineer/
Bridge Design Engineer
ii) In Government Organizations : Executive Engineer (or equivalent) and
above
3. Highway cum Pavement Engineer
i) On behalf of Consultant : Highway Engineer/Highway Design
Engineer/Pavement Engineer.
ii) In Government Organizations : Executive Engineer (or equivalent) and
above
4. Material Engineer cum Geo Technical Engineer- Geologist
i) On behalf of Consultant : Material Engineer/Material Expert/Geo
Technical Engineer
ii) In Government Organizations : Executive Engineer (or equivalent) and
above
iii) On behalf of Contractor : Material Engineer/Material Expert/Geo
Technical Engineer/Manager (Material)
5. Traffic and Safety Expert
i) On behalf of Consultant : Traffic Engineer/Transportation
Engineer/ Road Safety 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/ Environmental
Specialist/ Environmental Expert
ii) In Government Organization : Officers who has dealt environment/
forest matter.
174
8. Quantity Surveyor/Documentation Expert
i) On behalf of Consultant /Contractor : Quantity Surveyor
ii) In Government Organizations : Assistant Engineer (or equivalent)
9. Land Acquisition Expert
i) On behalf of Consultant /Contractor : Land Acquisition Expert
ii) In Government Organizations : ADM, SDM, Tehsildar,
10. Utility Expert
i) On behalf of Consultant /Contractor : Utility Expert
ii) In Government Organizations : Executive Engineer (or equivalent) and
above.
175
176
ANNEXURE 1: Format of Bank Guarantee for Bid Security
177
DRAFT CONTRACT
I. Form of Contract
This CONTRACT (hereinafter called the “Contract”) is made on the [Date in words] day of the
month of [month] [year in ‘yyyy’ format], by and between
_________________________________, having its Registered Office at
__________________________, hereinafter referred to as the “Client” which expression unless
repugnant to context or meaning thereof shall include its successors, affiliates and assigns) of the
First Part.
AND,
WHEREAS
a) The Client has requested the Consultants to provide certain consulting services as defined
in the General Conditions attached to this Contract (hereinafter called the “Services”);
b) The Consultants, having represented to the Client that they have the required professional
skills, personnel and technical resources, have agreed to provide the services on the terms
and conditions set forth in this Contract.
NOW THEREFORE the parties hereto hereby agree as follows:
1. The following documents attached hereto shall be deemed to form an integral part of this
Contract:
a) The General Conditions of Contract (hereinafter called “GC”);
b) The Special Conditions of contract (hereinafter called “SC”);
c) The following Appendices:
Appendix A: Terms of reference containing, inter-alia, the Description of the Services,
qualification requirements of key personnel, reporting requirements and schedule
for submission of various deliverables
Appendix B: Team Composition & Task Assigned
Appendix C: Duties of the Client
Appendix D: Summary of Costs, Breakdown of Remuneration and Breakdown of other Expenses
as per Negotiation submitted by the Consultant
Appendix E: “Conformed Document” which incorporates all the changes, modifications and
results of the contract negotiations
Appendix F: Copy of letter of Award/ acceptance by Consultant
Appendix G: Copy of Bank Guarantee for Performance Security
2. The mutual rights and obligations of the Client and the Consultants shall be as set forth in the
Contract; in particular:
178
a) The Consultants shall carry out the Services in accordance with the provisions of the
Contract; and
b) Client will make payments to the Consultants in accordance with the provisions of the
Contract.
3. Priority of documents: The Parties expressly agree that in the event of any conflict,
inconsistency or contradiction between any clauses forming part of the documents
constituting the Contract, and more particularly mentioned in Clause 1 (of this contract)
hereinabove, the documents shall be interpreted in the following order of precedence:
a) The provisions of this Contract shall override all provisions of other documents
comprising the Contract.
b) the provisions of the SC shall be subject to the Contract, but shall override all provisions
of other documents comprising the Contract;
c) the provisions of the GC shall be subject to the Contract SC, but shall take precedence
over all other documents comprising the Contract; and
d) the Appendices shall subject to each of the Contract, SC and the GC.
e) Any decision of the Client in relation to the priority of documents shall be final and
binding upon the Consultant.
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.
[Signature]
[Name]
[Designation]
Witness:
179
I. General Conditions of Contract
1. General provisions
1.1. Definitions
Unless the context otherwise requires, the following terms whenever used in this Contract have
the following meanings:
a. “Applicable Law” means the all laws, bye-laws, rules, regulations, orders,
ordinances, protocols, codes, guidelines, policies, notices, directions,
judgments, decrees and any other instruments having the force of law in India
as they may be issued and in force from time to time;
b. “Affiliate” means, with respect to any Party, any other entity that, directly or
indirectly:
i. (a) Controls such Party; (b) is Controlled by such Party; (c) is Controlled by
the same person who, directly or indirectly, Controls such Party; and
“Control” with respect to any person, shall mean: (a) the possession, directly
or indirectly, of the power to direct or cause the direction of the management
and policies of such person whether through the ownership of voting share
capital, by agreement or otherwise or the power to elect more than one-half
of the directors, partners or other individuals exercising similar authority
with respect to such person; (b) the possession, directly or indirectly, of a
voting interest of more than 50%; and the terms “Controlling” and
“Controlled by” shall be construed accordingly;
c. “Client/Authority” means the Party named in the Contract, who employs the
Consultant;
d. “Consultant” or “Consultants” means the party named in the Contract, who is
employed as an independent professional firm by the Client to perform the
Services;
e. “Contract” means the Contract signed by the Parties, to which these General
Conditions of Contract (GC) constitute a part, together with all other documents
listed in this signed Contract;
f. “Contract Price” means the price to be paid for the performance of the Services;
g. “GC” means the General Conditions of Contract;
h. “Government” means the Government of India (GOI) and the Government of
Tamil Nadu (GoTN);
i. “Local Currency” means Indian Rupees (INR);
j. “Member”, in case the Consultants consist of a joint venture of more than one
entity, means any of these entities, and “Members” means all of these entities;
“Lead Member” or “Member in Charge” means the entity specified in the SC to
act on behalf of Each Member in exercising all the Consultants’ rights and
obligations towards the Client under this Contract;
180
k. “Material Adverse Effect” means material adverse effect on (a) the ability of
the Consultant to observe and perform any of its rights and obligations under
and in accordance with the provisions of this Agreement and/or (b) the legality,
validity, binding nature or enforceability of this Agreement;
l. Master Services Agreement (MSA) shall mean the same as “contract”;
m. “Party” means the Client or the Consultants, as the case may be, and Parties
means both of them;
n. “Performance Security” shall mean the irrevocable and unconditional bank
guarantee provided by the Consultant from a scheduled Indian bank as
guarantee for the performance of its obligations in respect of the Contract;
o. “Personnel” means persons hired by the Consultants or by any Sub-consultant
as employees and assigned to the performance of the Services or any part
thereof;
p. “Project” means “[name of assignment]”;
q. “SC” means the Special Conditions of Contract by which these General
Conditions of the Contract may be amended or supplemented;
r. “Services” means the work to be performed by the Consultants pursuant to this
Contract as described in ToR;
s. “Sub-consultant” means any entity to which the Consultants subcontract any
part of the Services in accordance with the provisions of this contract; and,
t. “ToR” means Terms of Reference
u. “Work Order” means a specific directive or order to perform a defined scope
for a defined duration and fee.
v. “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.
w. “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 Client,
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 Client of the benefits of free and open competition.
x. “Coercive Practice” means impairing or harming, or threatening to impair or
harm, directly or indirectly, any person or property to influence any person’s
participation or action in the Selection Process or the exercise of its rights or
performance of its obligations by the Client under this Agreement;
y. “Undesirable Practice” means (i) establishing contact with any person
connected with or employed or engaged by the Client with the objective of
canvassing, lobbying or in any manner influencing or attempting to influence
the Selection Process; or (ii) having a Conflict of Interest; and
181
z. “Restrictive Practice” means forming a cartel or arriving at any understanding
or arrangement among Bidders with the objective of restricting or manipulating
a full and fair competition in the Selection Process.
1.2. Relationship between the Parties: Nothing contained herein shall be construed as
establishing a relationship of master and servant or of principal and agent as between the
Client and the Consultant. The Consultant, subject to this Contract, has complete charge
of the Experts and Sub-consultants, if any, performing the Services and shall be fully
responsible for the Services performed by them or on their behalf hereunder.
1.3. Law Governing Contract: This Contract, its meaning and interpretation, and the relation
between the Parties shall be governed by the Applicable Laws of India and shall be
subject to the jurisdiction of the Courts at Chennai.
1.4. Language: This Contract has been executed in English, as specified in the SC, which
shall be binding and controlling language for all matters relating to the meaning or
interpretation of this Contract.
1.5. Notices: Any notice, request or consent made pursuant to the Contract shall be in writing
and shall be deemed to have been made when delivered in person to an authorized
representative of the Party to whom the communication is addressed, or when sent by
registered mail, telex, telegram or facsimile to such Party at the address specified in the
SC.
1.6. Location: The Services shall be performed at the site of the Assignmnet in accordance
with the provisions of RFP and at such locations as are incidental thereto, including the
offices of the Consultant.
1.7. Authorized Representatives: Any action required or permitted to be taken, and any
document required or permitted to be executed, under this Contract by the Client or the
Consultants may be taken or executed by the officials in the SC.
1.8. Taxes and Duties: Unless otherwise specified in the SC, the Consultants, Sub-
consultants and their Personnel shall pay such taxes, duties, fees and other impositions
as may be levied under the Applicable Law, the amount of which is deemed to have
been included in the Contract Price.
1.9. Interpretation: In the Contract, unless the context otherwise requires:
1.9.1. The singular includes the plural and vice versa and any word or expression defined in
the singular shall have a corresponding meaning if used in the plural and vice versa. A
reference to any gender includes the other gender.
1.9.2. A reference to any document, agreement, deed or other instrument (including, without
limitation, references to the Contract), includes a reference to any document, agreement,
deed or other instrument as may be varied, amended, supplemented, restated, novated or
replaced, from time to time.
1.9.3. A reference to any document, agreement, deed or other instrument (including, without
limitation, references to the Contract), means a reference to such document, agreement,
deed or other instrument and to all appendices, annexes, schedules and parts attached or
182
relatable thereto, all of which shall form an integral part of such document, agreement,
deed or other instrument, as the case may be.
1.9.4. A reference to any Applicable Law includes any amendment, modification, re-enactment
or change in interpretation or applicability of such Law and a reference to any statutory
body or authority includes a reference to any successor as to such of its functions as are
relevant in the context in which the statutory body or authority was referred to.
1.9.5. Where a word or phrase has a defined meaning, any other part of speech or grammatical
form in respect of the word or phrase has a corresponding meaning.
1.9.6. The words ‘include’ and ‘including’ are to be construed without limitation. The terms
‘herein’, ‘hereof’, ‘hereto’, ‘hereunder’ and words of similar purport refer to the
Contract as a whole. Where a wider construction is possible, the words ‘other’ and
‘otherwise’ shall not be construed ejusdem generis with any foregoing words.
1.9.7. In the Contract, headings are for the convenience of reference only and are not intended
as complete or accurate descriptions of the content thereof and shall not be used to
interpret the provisions of the Contract.
1.9.8. Any obligation not to do something shall be deemed to include an obligation not to
suffer, permit or cause that thing to be done. An obligation to do something shall be
deemed to include an obligation to cause that thing to be done.
1.9.9. The rule of interpretation which requires that a Contract be interpreted against the person
or Party drafting it shall have no application in the case of this Contract.
1.9.10. References to a person (or to a word importing a person) shall be construed so as to
include:
i. Individual, firm, partnership, trust, joint venture, company, corporation, body
corporate, unincorporated body, association, organization, any government, or
state or any agency of a government or state, or any local or municipal authority
or other Governmental Authority (whether or not in each case having separate
legal personality);
ii. That person’s successors in title and assigns or transferees permitted in
accordance with the terms of the Contract; and
iii. References to a person’s representatives shall be to its officers, Personnel, legal
or other professional advisors, subcontractors, agents, attorneys and other duly
authorized representatives.
2. Joint and Several Liability: Collective action by Members
2.1. In the event the Consultant is a joint venture /consortium, the Members shall be deemed
to be jointly and severally liable to the Client for the performance of this Contract.
Without prejudice to the foregoing, the Client shall be entitled to terminate this Contract
in the event of any change in the structure or composition of the joint venture/
consortium, including the Member in Charge ceasing to act as such. In the event the
Consultant is a joint venture/ consortium, the Performance Security may be provided by
183
any member; provided that such Performance Security shall mention the details of this
Contract and shall indicate the JV/Consortium name.
2.2. In the event the Consultant is a joint venture /consortium, without prejudice to the joint
and several liability of all the Members, each Member agrees that it shall exercise all
rights and remedies under this Contract through the Member in Charge and the Client
shall be entitled to deal with such Member in Charge as the representative of all
Members. Each Member agrees and acknowledges that, notwithstanding anything to the
contrary in the memorandum of understanding or any other such agreement or
arrangement between the Members:
2.2.1. any decision (including without limitation, any waiver or consent), action, omission,
communication or notice of the Member in Charge on any matters related to this
Contract shall be deemed to have been on its behalf and shall be binding on it. The
Client shall be entitled to rely upon any such action, decision or communication from the
Member in Charge;
2.2.2. consolidated invoices for the Services performed by all the Members shall be prepared
and submitted by the Member in Charge and the Client shall have the right to release
payments solely to the Member in Charge and the Client shall not in any manner be
responsible or liable for the inter se allocation of payments, works etc. among the
Members;
2.2.3. any notice, communication, information or documents to be provided to the Consultant
shall be delivered to the authorized representative of the Consultant (as designated
pursuant to Clause 1.5 of the GCC) and any such notice, communication, information or
documents shall be deemed to have been delivered to all the Members.
3. Commencement, completion, modification and termination of contract
3.1. Effectiveness of Contract: This Contract shall come into effect on the date the Contract
is signed by both the Parties, or such other date as may be stated in the SC. The date the
Contract comes into effect is defined as the Effective Date.
3.2. Commencement of Services: The Consultants shall commence the Services not later
than the Effective Date specified in the SC.
3.3. Expiration of Contract: Unless terminated earlier pursuant to relevant clauses in this
contract hereof, this Contract shall expire when Services have been completed and all
payments have been made at the end of such time period after the Effective Date as shall
be specified in the SC.
3.4. Modification: Modification of the terms and conditions of this Contract, including any
modification of the scope of the Services or of the Contract Price, may only be made by
written agreement between the Parties. Such modifications will be finalised based on
mutual agreement between the selected consultant and authority and as per procedure
laid out under the Tamil Nadu Transparency in Tenders Act, 1998 and RULES 2000 and
as amended there on.
184
3.5. Force Majeure
3.5.1. Definition: 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 under the Contract impossible or so impractical to be considered impossible
under the circumstances, and includes, but not limited to war, riots, civil disorder,
earthquake, fire, explosion, storm, flood or other adverse weather conditions, strikes,
lockouts or other industrial action (except where such strikes, lockouts or other industrial
action are within the power of the Party invoking Force Majeure to prevent),
confiscation or any other action by government agencies. Force Majeure shall not
include (i) any event which is caused by the negligence or intentional action of a Party or
such Party’s 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. Force Majeure shall not include insufficiency of funds or failure
to make any payment required hereunder.
3.5.2. No Breach of Contract: The failure of a party to fulfil any of its obligations under the
Contract shall not be considered to be a breach of, or default under this Contract insofar
as such inability arises from an event of Force Majeure, provided that the Party affected
by such an event:
i. has taken all precautions, due care and reasonable alternative measures in order
to carry out the terms and conditions of this Contract, and
ii. has informed the other party as soon as possible about the occurrence of such an
event.
iii. has informed the dates of commencement and estimated cessation of such event
of Force Majeure; and
iv. Informed the manner in which the Force Majeure event(s) affects the Party’s
obligation(s) under the Contract.
3.5.3. The Parties agree that neither Party shall be able to suspend or excuse the non-
performance of its obligations hereunder unless such Party has given the notice specified
above.
3.5.4. 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 fulfil its obligations hereunder
with a minimum of delay.
(b) The Parties shall take all reasonable measures to minimize the consequences of
any event of Force Majeure.
(c) A Party affected by an event of Force Majeure shall notify the other party of
such event as soon as possible, and in any case not later than fourteen (14)
calendar days following the occurrence of such event, providing evidence of the
nature and cause of such event, and shall similarly give written notice of the
restoration of normal conditions as soon as possible.
3.5.5. 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
185
which such Party was unable to perform such action as a result of Force Majeure or any
other reasons, which the client agrees.
3.5.6. Payments: During the period of their inability to perform the Services as a result of an
event of Force Majeure, the Consultant, upon instructions by the Client, shall either:
(a) demobilize, in which case the Consultant shall be reimbursed for additional
costs they reasonably and necessarily incurred, and, if required by the Client, in
reactivating the Services; or
(b) continue with the Services to the extent reasonably possible, in which case the
Consultant shall continue to be paid under the terms of this Contract and be
reimbursed for additional costs reasonably and necessarily incurred.
3.5.7. In the case of disagreement between the Parties as to the existence or extent of Force
Majeure, the matter shall be settled according to Clauses GCC 9.
3.6. Suspension of Agreement
The Client may, by written notice of suspension to the consultant, suspend all payments
to the Consultant hereunder if the Consultant shall be in breach of this Contract or shall
fail to perform any of its obligations under this contract, including the carrying out of the
Services; provided that such notice of suspension (i) shall specify the nature of the
breach or failure, and (ii) shall provide an opportunity to the Consultant to remedy such
breach or failure within a period not exceeding 30 (thirty) days after receipt by the
Consultant of such notice of suspension.
4. Termination
4.1. By the client: The Client may terminate this Contract in case of the occurrence of any of
the events specified in paragraphs (a) through (f) of this Clause. In such an occurrence
the Client shall give at least thirty (30) calendar days’ written notice of termination to
the Consultant in case of the events referred to in (a) through (f); at least sixty (60)
calendar days’ written notice in case of the event referred to in (g):
a) if the Consultant fail to remedy a failure in the performance of its obligations
hereunder, as specified in a notice of suspension pursuant to Clause 3.6;
b) If the Consultant becomes (or, if the Consultant consists of more than one
entity, if any of its members becomes) insolvent or bankrupt or enter into any
agreements with their creditors for relief of debt or take advantage of any law
for the benefit of debtors or go into liquidation or receivership whether
compulsory or voluntary
c) if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60) days;
d) if the Consultant fails to comply with any final decision reached as a result of
arbitration proceedings pursuant to relevant clauses hereof;
e) if the Consultant submits to the Client a false statement which has a material
effect on the rights, obligations or interests of the Client. If the Consultant
places itself in position of conflict of interest or fails to disclose promptly any
conflict of interest to the Client;
186
f) if the Consultant, in the judgment of the Client has engaged in Corrupt or
Fraudulent Practices in competing for or in executing the Contract;
g) if the Client, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.
4.2. By the Consultants: The Consultants may terminate this Contract, by not less than thirty
(30) day’s’ written notice to the Client, such notice to be given after the occurrence of
the events specified in this clause:
i. if the Client fails to pay any money due to the Consultants pursuant to this
Contract and not subject to dispute pursuant to relevant clauses hereof within
forty-five (45) days after receiving written notice from the Consultants that
such payment is overdue; or
ii. if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60) days.
iii. within thirty (30) days, if the Client fails to comply with any final decision
reached as a result of arbitration proceedings pursuant to relevant clauses
hereof;
4.3. Cessation of Rights and Obligations: Upon termination of this Contract pursuant to
actual Termination, or upon expiration of this Contract pursuant to relevant clause
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 relevant clause hereof, (iii) the Consultant’s
obligation to permit inspection, copying and auditing of their accounts and records, (iv)
the rights of indemnity of the Client specified in the relevant clauses hereof and (v) any
right which a Party may have under the Applicable Law.
4.4. Cessation of Services: Upon termination of this Contract by notice of either Party to the
other pursuant to relevant clauses hereof, the Consultant shall, immediately upon
dispatch or receipt of such notice, take all necessary steps to bring the Services to a close
in a prompt and orderly manner and shall make every reasonable effort to keep
expenditures for this purpose to a minimum. With respect to documents prepared by the
Consultant and equipment and materials furnished by the Client, the Consultant shall
handover all assignment documents under procedure described in this contract.
4.5. Payment upon termination: Upon termination of this Contract, the Client will make the
following payments to the Consultants:
i. Payments pursuant to relevant clauses for Services satisfactorily performed
prior to the effective date of termination;
ii. If the Contract is terminated pursuant to Clause 4.1 a), b), d), e) or f), the
Consultant shall not be entitled to receive any agreed payments upon
termination of the Contract. However, the Client may consider to make
payment for the part satisfactorily performed on the basis of the quantum merit
as assessed by it, in its sole discretion, if such part is of economic utility to the
Client. Under such circumstances, upon termination, the Client may also
187
impose penalty as per the provisions of relevant clauses of this Contract. The
consultant will be required to pay any such penalty to Client within 30 days of
termination date.
4.6. Disputes about Events of Termination: If either Party disputes Termination of the
contract under relevant clauses hereof, such Party may, within forty-five (45) days after
receipt of notice of termination from the other Party, refer the matter to arbitration under
relevant clauses hereof, and this Contract shall not be terminated on account of such
event except in accordance with the terms of any resulting arbitral award.
5. Obligations of the Consultants
5.1. General: The Consultants shall perform the Services and carry out their obligations
hereunder with all due diligence, efficiency and economy, in accordance with generally
accepted professional techniques and practices, and shall observe sound management
practices, and employ appropriate advanced technology and safe methods. The
Consultants shall always act, in respect of any matter relating to this Contract or to the
Services, as faithful advisers to the Client, and shall at all times support and safeguard
the Client’s legitimate interests in any dealings with Sub-consultants or third parties.
Since the Tamil Nadu Infrastructure Development Board is the nodal agency for
development of Infrastructure in the State of Tamil Nadu, it must be continuously
consulted, besides the Client, as a major stakeholder in the Project.
5.2. Conflict of interest
5.2.1. The Consultant shall hold the Client’s interest paramount, without any consideration for
future work, and strictly avoid conflict with other assignments or their own corporate
interests. Any breach of an obligation under Clause 5 shall constitute a conflict of
interest (“Conflict of Interest”). The Consultant shall comply and shall ensure the Sub-
consultants and Affiliates of the foregoing comply with the provisions of Clause 5 and
any breach of such an obligation shall constitute an event of default by the Consultant
for the purposes of this Contract. The Consultant shall promptly disclose any Conflict of
Interest to the Client. For the avoidance of doubt, the Consultant agrees that a disclosure
of any Conflict of Interest shall not in any manner whatsoever be deemed to cure such
Conflict of Interest.
5.2.2. Consultants Not to Benefit from Commissions, Discounts, etc.: The payment to the
Consultants pursuant to relevant clauses hereof shall constitute the Consultant’s sole
payment in connection with this Contract or the Services, and the Consultants shall not
accept for their own benefit any trade commission, discount or similar payment in
connection with activities pursuant to this Contract or to the Services or in the discharge
of their obligations under the Contract, and the Consultants shall use their best efforts to
ensure that the Personnel, any Sub-consultants and agents of either of them, similarly
shall not receive any such additional payment.
5.2.3. Consultants and Affiliates Not to Engage in Certain Activities: The Consultants agree
that, during the term of this Contract and after its termination, the Consultants and their
affiliates, as well as any Sub-consultant and any of its affiliates, shall be disqualified
188
from providing goods, works or services resulting from or directly related to the
Consultant’s Services for the preparation or implementation of the project, unless
otherwise indicated in the SC.
5.2.4. Prohibition of Conflicting Activities: Neither the Consultants nor their Sub-consultants
nor the Personnel shall engage, either directly or indirectly, in any of the following
activities:
i. during the term of this Contract, any business or professional activities which
would conflict with the activities assigned to them under this Contract; and
ii. after the termination of this Contact, such other activities as may be specified in
the SC.
5.2.5. The Consultant and its Personnel shall observe the highest standards of ethics and shall
not have engaged in and shall not hereafter engage in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice (collectively the
“Prohibited Practices”). Notwithstanding anything to the contrary contained in this
Agreement, the Client shall be entitled to terminate this Agreement forthwith by a
communication in writing to the Consultant, without being liable in any manner
whatsoever to the Consultant, if it determines that the Consultant has, directly or
indirectly or through an agent, engaged in any Prohibited Practices in the Selection
Process or before or after entering into of this Agreement. In such an event, the Client
shall forfeit and appropriate the performance security, if any, as mutually agreed genuine
pre-estimated compensation and damages payable to the Client towards, inter alia, the
time, cost and effort of the Client, without prejudice to the Client’s any other rights or
remedy hereunder or in law.
5.2.6. Without prejudice to the rights of the Client under Clause 5.2.5 above and the other
rights and remedies which the Client may have under this Agreement, if the Consultant
is found by the Client to have directly or indirectly or through an agent, engaged or
indulged in any Prohibited Practices, during the Selection Process or before or after the
execution of this Agreement, the Consultant shall not be eligible to participate in any
tender or RFP issued during a period of 2 (two) years from the date the Consultant is
found by the Client to have directly or indirectly or through an agent, engaged or
indulged in any Prohibited Practices.
5.3. Confidentiality: The Consultants, their Sub-consultants, and the Personnel of either of
them shall not, disclose any proprietary or confidential information, including
information relating to reports, data, drawings, design software or other material,
whether written or oral, in electronic or magnetic format, and the contents thereof; and
any reports, digests or summaries created or derived from any of the foregoing that is
provided by the Client to the Consultant, its Sub-Contractors and the Personnel; any
information provided by or relating to the Client, its technology, technical processes,
business affairs or finances or any information relating to the Client’s employees,
officers or other professionals or suppliers, customers, or contractors of the Client; and
any other information which the Consultant is under an obligation to keep confidential
relating to the Project, the Services, this Contract or the Client’s business or operations
189
without the prior written consent of the Client. Notwithstanding the aforesaid, the
Consultant, its Sub-Consultants and the Personnel of either of them may disclose
Confidential Information to the extent that such Confidential Information:
i. was in the public domain prior to its delivery to the Consultant, its Sub-
Consultants and the Personnel of either of them or becomes a part of the public
knowledge from a source other than the Consultant, its Sub- Contractors and
the Personnel of either of them;
ii. was obtained from a third party with no known duty to maintain its
confidentiality;
iii. is required to be disclosed by Applicable Laws or judicial or administrative or
arbitral process or by any governmental instrumentalities, provided that for any
such disclosure, the Consultant, its Sub- Consultants and the Personnel of either
of them shall give the Client, prompt written notice, and use reasonable efforts
to ensure that such disclosure is accorded confidential treatment; and
iv. is provided to the professional advisers, agents, auditors or representatives of
the Consultant or its Sub- Contractors or Personnel of either of them, as is
reasonable under the circumstances; provided, however, that the Consultant or
its Sub- Consultants or Personnel of either of them, as the case may be, shall
require their professional advisers, agents, auditors or its representatives, to
undertake in writing to keep such Confidential Information, confidential and
shall use its best efforts to ensure compliance with such undertaking.
5.4. Reporting Obligations: The Consultants shall submit to the Client the reports and
documents specified in ToR, in the numbers including soft copy, and within the periods
set forth in this contract.
5.5. Documents Prepared by the Consultants to be the Property of the Client: All plans,
drawings, specifications, designs, reports, other documents and software submitted by
the Consultants pursuant to this contract 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 and software to the Client, together with a detailed
inventory thereof. The Consultants may retain a copy of such documents and software.
Restrictions about the future use of these documents and software, if any, shall be
specified in the SC. The client has full rights for reproduction of documents.
5.6. 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 Good Industry
Practise/ Applicable Law.
5.7. Insurance to be taken out by the Consultants: The Consultants (i) shall take out and
maintain, and shall cause any Sub consultants to take out and maintain, at their (or the
Sub consultants’, as the case may be) own cost but on terms and conditions approved by
the Client, insurance against the risks, and for the coverages, as shall be specified in the
Special Conditions (SC), and (ii) within 15 (fifteen) days of receiving any insurance
policy certificate in respect of insurances required to be obtained and maintained under
this clause, the Consultant shall furnish to the Client, copies of such policy certificates,
190
copies of the insurance certificates and evidence that the insurance premium have been
paid in respect of such insurance. No insurance shall be cancelled, modified or allowed
to expire or lapse during the term of this Contract. (iii) if the Consultant fails to effect
and keep in force the aforesaid insurances for which it is responsible pursuant hereto, the
Client will apart from having other recourse available under this Contract have the
option without prejudice to the obligations of the Consultant, to take out the aforesaid
insurance, to keep in force any such insurances, and pay such premia and recover the
costs thereof from the Consultants, and the Consultants shall be liable to pay such
amounts on demand by the Client. (iv) Except in case of Third Party Liabilities, the
insurance policies so procured shall mention the Client as the beneficiary of the
Consultants and the Consultants shall procure an undertaking from the insurance
company in this regard, provided that in the event the Consultant has a general insurance
policy that covers the risks specified in this Contract and the amount of insurance cover
is equivalent to 3 (three) times the cover required hereunder, such insurance policy may
not mention the Client as the sole beneficiary of the Consultant or require an undertaking
to that effect.
6. Consultants’ personnel
6.1. Description of Personnel
6.1.1. The titles agreed job descriptions, minimum qualifications and estimated periods of
engagement in the carrying out of the Services of the Consultants’ core team are
described in this contract. The Key Personnel listed by title at Appendix B are hereby
approved by the Client.
6.2. Removal and/or Replacement of Key Personnel
6.2.1. The Client will not normally consider substitutions except for reasons beyond the
reasonable control of the Consultant such as death, medical incapacity among others of
key personnel. Similarly, after award of contract the Client expects all the proposed key
personnel to be available during implementation of the contract. The Client will not
consider substitutions during contract implementation except under exceptional
circumstances up to a maximum of 2 Key personnel other than Team Leader and that too
by only equally or better qualified and experienced personnel. Any subsequent
replacement of key personnel would call for reduction of remuneration by 10% of the
remuneration of the personnel so replaced for the remaining period. Substitutions
undertaken at the time of contract negotiations shall be counted while calculating the
number of replacement substitutions under this clause. Replacement of the Team Leader
will not normally be considered. It may be considered by the authority for situation
beyond the reasonable control of the consultant such as death, medical incapacity among
others and allowed based on merits of the case so determined by the Authority, subject
to equally or better qualified and experienced personnel being provided to the
satisfaction of the Authority. The Authority may impose, at its discretion, reduction of
remuneration of upto 20% of the applicable remuneration of the Team Leader for the
remaining period. The Authority reserves the right to instruct the Consultant to substitute
the key personnel during negotiation/implementation stage. Such substitution shall not
191
be considered for reduction of remuneration. Inability of consultant to deploy Team
Leader for the assignment will be grounds for Termination by Client.
6.2.2. If the Client finds that any of the Personnel have (i) committed serious misconduct or
has been charged with having committed a criminal action, or (ii) have reasonable cause
to be dissatisfied with the performance of any of the Personnel, then the Consultants
shall, at the Client’s written request specifying the grounds therefore, forthwith provide
as a replacement a person with qualifications and experience acceptable to the Client.
6.2.3. The Consultant shall have no claim for additional costs arising out of or incidental to any
removal and/or replacement of Personnel.
7. Obligations of the client
7.1. Assistance: Unless otherwise specified in the SC, the Client will use its best efforts to
ensure that the Client will provide the Consultants, Sub-consultants and Personnel with
authorisation letters as necessary to enable the Consultants, Sub consultants or Personnel
to perform the Services:
7.1.1. issue to officials, agents and representatives of the Government all such instructions as
may be necessary or appropriate for the prompt and effective implementation of the
Services;
8. Payments to the consultants
8.1. Payment terms: The total payment to Consultant including remuneration and other
expenses shall not exceed the Contract Price and shall be a fixed lump sum fee including
all staff costs, Sub-consultants’ costs, printing, communications, travel, accommodation,
and the like, and all other costs incurred by the Consultant in carrying out the Services.
In addition to these, any conditions mentioned in the SC shall also be applicable to this
contract. The Contract Price may only be increased if the parties have agreed to
additional payments in accordance with relevant clauses hereof.
8.2. Payment relating to a particular stage shall be done after approval of the respective stage
report. No payment shall become eligible for the next stage until the Consultant
completes to the satisfaction of the Client the work pertaining to the preceding stage.
8.3. Currency: The price is payable in local currency i.e., Indian Rupees.
8.4. Payment for Additional Services: For the purpose of determining the payments due for
additional services as may be agreed under relevant clauses for modification in this
contract, the payment for the activities will be finalised based on mutual agreement
between the selected consultant and authority and as per procedure laid out under the
Tamil Nadu Transparency in Tenders Act, 1998 and RULES 2000 and as amended there
on. For this purpose, a breakdown of the lump-sum price is provided at Appendix D.
8.5. The Client shall pay the Consultant’s invoices within the period specified in SC from the
receipt of such itemized invoices or acceptance of the report/deliverable pertaining to the
invoice by the Client, whichever is later.
192
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 its interpretation.
9.2. Disputes Settlement: Any dispute between the Parties as to matters arising out of and
relating to this Contract that cannot be settled amicably within thirty (30) days after
receipt by one Party of the other Party’s request for such amicable settlement may be
submitted by either Party for settlement in accordance with the provision specified in the
SC.
10. Responsibility for accuracy of Assignment documents
10.1. General
10.1.1. The Consultant shall be responsible for accuracy of the Designs, drawings, estimate and
all other details prepared by him as part of these services. He shall indemnify the client
against any inaccuracy in the work, which might surface during implementation of the
Assignment. 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.
10.1.2. The Consultant shall be fully responsible for the accuracy of plans and drawings. The
Consultant shall indemnify the Client against any inaccuracy / deficiency in the designs
and drawings noticed and the Client will bear no responsibility for the accuracy of the
designs and drawings submitted by the Consultants.
11. Penalty
11.1. Penalties for delay & deficiencies: Any delay & deficiencies on part of the Consultant
may attract penalty provisions in the form of fines, up to a maximum amount of 10% of
the Contract Value, and/or termination by the Client. For period exceeding beyond
stipulated time period, due to failure on the part of consultant, the consultant may be
liable to pay to the client penalty at the rate of 1% of the Contract Value per week of
delay subject to maximum of 10% of the contract value.
11.2. Encashment and appropriation of Performance Security: The Client shall have the right
to encash and appropriate the proceeds of the Performance Security, in whole or in part,
without notice to the consultant in the event of breach of this contract or for recovery of
penalty specified in this Clause. In the event any portion of the Performance Security is
appropriated by the client, then immediately following such appropriation, the consultant
shall replenish the Performance Security within 1 (one) month of its appropriation, and
in the event of default by the consultant, client shall have the right to take such steps as it
may deem necessary, including termination of this contract.
12. Representation, warranties and disclaimer
12.1. The Consultant represents and warrants to the Client that:
12.1.1. it is duly organised, validly existing and in good standing under the applicable laws of its
Country;
193
12.1.2. it has full power and authority to execute, deliver and perform its obligations under this
Contract and to carry out the transactions contemplated hereby;
12.1.3. it has taken all necessary corporate and other action under Applicable Laws and its
constitutional documents to authorize the execution, delivery and performance of this
Contract;
12.1.4. it has the financial standing and capacity to undertake the Assignment;
12.1.5. this Contract constitutes its legal, valid and binding obligation enforceable against it in
accordance with the terms hereof;
12.1.6. it is subject to laws of India with respect to this Contract and it hereby expressly and
irrevocably waives any immunity in any jurisdiction in respect thereof;
12.1.7. there are no actions, suits, proceedings, or investigations pending or, to the Consultant’s
knowledge, threatened against it at law or in equity before any court or before any other
judicial, quasi-judicial or other authority, the outcome of which may result in the breach
of or constitute a default of the Consultant under this Contract or materially affect the
discharge by the Consultant of its obligations under the Contract.
12.1.8. no representation or warranty by the Consultant contained herein or in any other
document furnished by it to the Client contains or will contain any untrue statement of
material fact or omits or will omit to state a material fact necessary to make such
representation or warranty not misleading; and,
12.1.9. no sums, in cash or kind, have been paid or will be paid, by or on behalf of the
Consultant, to any person by way of fees, commission or otherwise for securing the
Contract or for influencing or attempting to influence any officer or employee of the
Client in connection therewith.
13. Miscellaneous
13.1. Assignment and Charges
13.1.1. The Contract shall not be assigned by the Consultant save and except with prior consent
in writing of the Client, which the Client will be entitled to decline without assigning
any reason whatsoever.
13.1.2. The Client is entitled to assign any rights, interests and obligations under this Contract to
third parties.
13.2. Indemnity: The Consultant agrees to indemnify and hold harmless the Client from and
against any and all claims, actions, proceedings, lawsuits, demands, losses, liabilities,
damages, fines or expenses (including interest, penalties, attorneys’ fees and other costs
of defence or investigation (i) related to or arising out of, whether directly or indirectly,
(a) the breach by the Consultant of any obligations specified in relevant clauses hereof;
(b) the alleged negligent, reckless or otherwise wrongful act or omission of the
Consultant including professional negligence or misconduct of any nature whatsoever in
relation to Services rendered to the Client; (c) any Services related to or rendered
pursuant to the Contract (collectively “Indemnified matter”). As soon as reasonably
194
practicable after the receipt by the Client of a notice of the commencement of any action
by a third party, the Client will notify the Consultant of the commencement thereof;
provided, however, that the omission so to notify shall not relieve the Consultant from
any liability which it may have to the Client or the third party. The obligations to
indemnify and hold harmless, or to contribute, with respect to losses, claims, actions,
damages and liabilities relating to the Indemnified Matter shall survive until all claims
for indemnification and/or contribution asserted shall survive and until their final
resolution thereof. The foregoing provisions are in addition to any rights which the
Client may have at common law, in equity or otherwise.
13.3. Governing Law and Jurisdiction: The Contract shall be construed and interpreted in
accordance with and governed by the Applicable Law of India and subject to relevant
clauses hereof and the SC, the Courts at Chennai, India shall have jurisdiction over all
matters arising out of or relating to the Contract.
13.4. Waiver:
13.4.1. Waiver by either Party of any default by the other Party in the observance and
performance of any provision of or obligations or under the Contract:
i. shall not operate or be construed as a waiver of any other or subsequent default
hereof or of other provisions or obligations under the Contract;
ii. shall not be effective unless it is in writing and executed by a duly authorised
representative of such Party; and
iii. shall not affect the validity or enforceability of the Contract in any manner.
13.4.2. Neither the failure by either Party to insist on any occasion upon the performance of the
terms, conditions and provisions of the Contract or any obligation hereunder nor time or
other indulgence granted by a Party to the other Party shall be treated or deemed as
waiver of such breach or acceptance or any variation or the relinquishment of any such
right hereunder.
13.5. Survival: Termination of the Contract (a) shall not relieve the Consultant or the Client of
any obligations hereunder which expressly or by implication survive Termination
hereof, and (b) except as otherwise provided in any provision of the Contract expressly
limiting the liability of either Party, shall not relieve either Party of any obligations or
liabilities for loss or damage to the other Party arising out of or caused by acts or
omissions of such Party prior to the effectiveness of such Termination or arising out of
such Termination.
13.6. Notices: Unless otherwise stated, notices to be given under the Contract including but
not limited to a notice of waiver of any term, breach of any term of the Contract and
termination of the Contract, shall be in writing and shall be given by hand delivery,
recognised courier, mail, e-mail, or facsimile transmission and delivered or transmitted
to the Parties at their respective addresses specified in the SC. The notices shall be
deemed to have been made or delivered (i) in the case of any communication made by
letter, when delivered by hand, by recognised courier or by mail (registered, return
receipt requested) at that address and (ii) in the case of any communication made by
195
email, facsimile, when transmitted properly addressed to such telex number or facsimile
number.
13.7. Severability: If for any reason whatever any provision of the Contract is or becomes
invalid, illegal or unenforceable or is declared by any court of competent jurisdiction or
any other instrumentality to be invalid, illegal or unenforceable, the validity, legality or
enforceability of the remaining provisions shall not be affected in any manner, and the
Parties will negotiate in good faith with a view to agreeing upon one or more provisions
which may be substituted for such invalid, unenforceable or illegal provisions, as nearly
as is practicable. Provided failure to agree upon any such provisions shall not be subject
to dispute resolution under the Contract or otherwise.
13.8. No Partnership: Nothing contained in the Contract shall be construed or interpreted as
constituting a partnership between the Parties. Neither Party shall have any authority to
bind the other in any manner whatsoever.
13.9. Language: All notices required to be given under the Contract and all communications,
documentation and proceedings which are in any way relevant to the Contract shall be in
the language specified in the SC.
13.10. Exclusion of Implied Warranties etc.: The Contract expressly excludes any warranty,
condition or other undertaking implied at law or by custom or otherwise arising out of
any other agreement between the Parties or any representation by any Party not
contained in the Contract.
13.11. Agreement to Override Other Agreements: The Contract supersedes all previous
agreements or arrangements between the Parties, including any memorandum of
understanding entered into in respect of the contents hereof and represents the entire
understanding between the Parties in relation thereto.
13.12. Counterparts: The Contract may be executed in two counterparts, each of which when
executed and delivered shall constitute an original of the Contract.
196
197
II. Special Conditions of Contract
The Special Conditions of Contract
The Special Conditions (SC) of contract contains number of amendments and supplements to
clauses in the General Conditions of the Contract.
Clause No Insertion
1.1 (f) The contract price payable in Indian Rupees is _______ (excluding GST).
198
For domestic consultants/personnel and foreign consultants/personnel who are
permanent residents in India. The Consultants and the personnel shall pay the
taxes, duties, fees, levies/expenses and other impositions levied under the existing,
amended or enacted laws during life of this contract and the Client will perform
1.8
such duties in regard to the deduction of such tax as may be lawfully imposed.
The duration of the services will be 12 months for DPR & Project Appraisal by
funding agency over a period of 12 months from the date of completion of DPR.
3.3
Termination of Contract for Failure to Become Effective: The time period shall be
90 calendar days from the date of signing of agreement.
Add: If at inception stage, feasibility stage or any other stage, employer desires to
4.1 terminate the contract for any reason, the contract will be terminated and the
Consultant will be eligible for payment only up to that stage.
The Client reserves the right to determine on a case-by-case basis whether the
Consultant should be disqualified from providing goods, works or non-consulting
5.2.3 services due to a conflict of a nature described in Clause GCC 5.2.3
Yes
The Consultant shall not use this Assignment Data and Documents for purposes
5.5
unrelated to this Contract without the prior written approval of the Client.
Limitation of the Consultants’ Liability towards the Client
5.6
a. Except in case of negligence or wilful misconduct on the part of the
199
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 (i) the total payments for
Professional Fees and Reimbursable Expenditure made or expected to
be made to the Consultants hereunder, or (ii) the proceeds the
Consultants may be entitled to receive from any insurance maintained
by the consultants to cover such a liability, whichever of (i) or (ii) 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, subject,
however, to a limit equal to the Contract Value.
c. this limitation on liability shall not apply to losses or damages caused by the
Consultant’s fraud or wilful misconduct and liability in this case shall be
actual as determined by the Good Industry Practice/Applicable law.
200
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.
(e) Any other insurance that may be necessary to protect the Client, its
employees and its assets (against loss, damage or destruction, at
replacement value) including rioting and all Force Majeure Events that are
insurable.
Stage of Report Timeline Payment
S. No
(As per Para 3.13 of ToR) (In Weeks) (%)
Approval of final QAP and Inception
1 4 10.00%
Report (Stage-1)
Approval of final Alignment Report
2 9 5.00%
(Stage-2)
Approval of final feasibility Report
3 13 5.00%
(Stage-2)
Submission of LPS and Draft 15(2) in
complete shape and approval of Land
4 15 7.50%
Acquisition Report containing details of
LPS and 15(2) (Stage-3)
Submission of all utilities shifting
proposals in complete shape to user
5 agencies and submission of utilities 17 7.50%
relocation plan to Executing Authority
(Stage-3)
Submission of all stage I clearance
proposals in complete shape and
6 Submission of clearances report in 20 5.00%
8.1 complete shape to Executing Authority
(Stage-3)
Submission of Draft DPR report in complete
7 26 5.00%
shape, documents and drawings(Stage-4)
Approval of Draft DPR report, documents
28 10.00%
and drawings(Stage-4)
Submission of Final DPR report in complete
9 33 5.00%
shape, documents and drawings(Stage-4)
Approval of final DPR report, documents
10 35 15.00%
and drawings(Stage-4)
Approval of bid documents and draft civil
11 works contract agreement along with 35 10.00%
technical schedules.(Stage-5)
Stage II clearance approval and
12 submission of final clearances II 42 5.00%
report(Stage-6)
Final approval of utilities shifting
13 estimates and submission of Utilities II 42 5.00%
report(Stage-6)
Amount to be released at earlier of
14 projects completion date or 3 years from 5.00%
start of civil work
201
8.5 Within 30 days
The Consultant shall, subject to the provisions of the Contract, indemnify the
13.2 Client for an amount not exceeding the value of the Contract for any direct loss or
damage that is caused due to any deficiency in services.
202
203
Appendix A
Terms of reference containing, inter-alia, the Description of the Services, qualification
requirements of key personnel, reporting requirements and schedule for submission of various
deliverables
204
Appendix B
Team Composition & Task Assigned
205
Appendix C
Duties of the Client
206
Appendix D
207
Appendix E
“Conformed Document” which incorporates all the changes, modifications and results of the
contract negotiations including Minutes of Pre-bid meeting and addendum
208
Appendix F:
Copy of letter of Award/ acceptance by Consultant
209
Appendix G:
Copy of Bank Guarantee for Performance Security
To,
<Agency, Address>
The Client shall have the fullest liberty without affecting in any way the liability of the Bank
under this Guarantee, from time to time to vary or to extend the time for performance of the
contract by the Consultant. The Client shall have the fullest liberty without affecting this
guarantee, to postpone from time to time the exercise of any powers vested in them or of any
right which they might have against the consultant and to exercise the same at any time in any
manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in
the Contract between the Client and the Consultant any other course or remedy or security
available to the Client. The bank shall not be relieved of its obligations under these presents by
any exercise by the Client of its liberty with reference to the matters aforesaid or any of them or
by reason of any other act or forbearance or other acts of omission or commission on the part of
the Client or any other indulgence shown by the Client or by any other matter or thing
whatsoever which under law would but for this provision have the effect of relieving the Bank.
210
The Bank also agrees that the Client at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance without proceeding against the
Consultant and notwithstanding any security or other guarantee that the Client may have in
relation to the Consultant’s liabilities. Not with standing anything contained herein,
NOTE:
(i) The bank guarantee(s) contains the name, designation and code number of the
officer(s) signing the guarantee(s).
(ii) The address, telephone no. and other details of the Head Office of the Bank as well
as of issuing branch should be mentioned on the covering letter of issuing Branch.
(iii) The bank guarantee for Rs 10,000 and above is signed by at least two officials (or
as per the norms prescribed by the RBI in this regard).
211
DPR Checklist – Stage 1 – Inception Report (Pavements)
General Details
Project Name
Consultant's Name
Date of Review
212
S.No SECTION OF THE REPORT YES/NO/NA Details / Remarks
Specifications
Estimation of project cost,
3.4 Yes ☐ No ☐ NA ☐ NA
viability and financing options
3.5 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
Task Assignment and Manning
4 Schedule Yes ☐ No ☐ NA ☐ NA
4.1 Number of key personnel Yes ☐ No ☐ NA ☐
provided
4.2 Specific tasks assigned to each Yes ☐ No ☐ NA ☐ NA
key personnel
4.3 Manning schedule for key Yes ☐ No ☐ NA ☐ NA
personnel
4.4 Number of key personnel Yes ☐ No ☐ NA ☐
deployed at site
5 Performa for data collection Yes ☐ No ☐ NA ☐ NA
Indicative design standards
6 and cross sections Yes ☐ No ☐ NA ☐ NA
7 Development plans Yes ☐ No ☐ NA ☐ NA
Overview of development plans
7.1 Yes ☐ No ☐ NA ☐ NA
being implemented/ proposed by
local bodies
Overview of impact of such Yes ☐ No ☐ NA ☐
7.2 NA
development plans
8 Quality Assurance Plan Yes ☐ No ☐ NA ☐ NA
8.1 Engineering surveys and Yes ☐ No ☐ NA ☐ NA
investigation
8.2 Traffic surveys Yes ☐ No ☐ NA ☐ NA
Material geo-technical and sub-
8.3 Yes ☐ No ☐ NA ☐ NA
soil investigations
8.4 Road and pavement Yes ☐ No ☐ NA ☐ NA
investigations
Investigation and design of
8.5 Yes ☐ No ☐ NA ☐ NA
bridges and structures
8.6 Environment and R&R Yes ☐ No ☐ NA ☐ NA
assessment
8.7 Economic analysis Yes ☐ No ☐ NA ☐ NA
8.8 Drawing and documentation Yes ☐ No ☐ NA ☐ NA
8.9 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
8.10 Discussion of draft QAP Yes ☐ No ☐ NA ☐ NA
document with client
8.11 Approval of final QAP document Yes ☐ No ☐ NA ☐ NA
by client
9 Draft design Standards Yes ☐ No ☐ NA ☐ NA
9.1 Geometric design standards of Yes ☐ No ☐ NA ☐ NA
highway (Plain)
9.2 Geometric design standards of Yes ☐ No ☐ NA ☐ NA
highway (Hilly)
213
S.No SECTION OF THE REPORT YES/NO/NA Details / Remarks
Specifications
10 Conclusions and Yes ☐ No ☐ NA ☐ NA
recommendations
10.1 Conclusions and Yes ☐ No ☐ NA ☐ NA
recommendations
Report fulfils project objectives Yes ☐ No ☐ NA ☐
10.2 NA
and scope as per RFP
10.3 Report reviewed for errors and Yes ☐ No ☐ NA ☐ NA
omissions
Compliance report prepared on
10.4 Yes ☐ No ☐ NA ☐ NA
client observations
214
DPR Checklist – Stage 2 – Feasibility Report (Pavements)
General Details
Project Name
Consultant's Name
Date of Review
215
S.No SECTION OF THE REPORT YES/ NO/ NA Details / Remarks
Specifications
6.12 Traffic surveys monitored and Yes ☐ No ☐ NA ☐ NA
reviewed by the client
7 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA
7.1 Road Inventory Survey as per Yes ☐ No ☐ NA ☐ NA
IRC:SP:19
7.2 Review of Road Inventory survey Yes ☐ No ☐ NA ☐ NA
by client
7.3 Chainage wise details of Yes ☐ No ☐ NA ☐ NA
pavement composition survey
Geological Survey
7.4 Geological Map of the Area Yes ☐ No ☐ NA ☐ NA
Seismicity
Climatic Conditions
Temperature Yes ☐ No ☐ NA ☐
7.5 Rainfall NA
Wind
7.6 Pavement composition and Yes ☐ No ☐ NA ☐ NA
condition survey as per IRC:SP:19
7.7 Review of pavement composition Yes ☐ No ☐ NA ☐ NA
and condition survey by client
7.8 Pavement roughness survey as per Yes ☐ No ☐ NA ☐ NA
IRC:SP:16
7.9 Review of pavement roughness Yes ☐ No ☐ NA ☐ NA
survey by client
7.10 Pavement structural strength Yes ☐ No ☐ NA ☐ NA
survey as per IRC:81
7.11 Review of pavement structural Yes ☐ No ☐ NA ☐ NA
strength survey by client
7.12 Sub grade characteristics and Yes ☐ No ☐ NA ☐ NA
strengths
Topographical survey as per
7.13 IRC:SP:19 using LiDAR Yes ☐ No ☐ NA ☐ NA
Gradient
Terrain
7.14 Review of topographical survey Yes ☐ No ☐ NA ☐ NA
by client
7.15 Inventory of bridges, culverts and Yes ☐ No ☐ NA ☐ NA
structures
7.16 Condition survey for bridges, Yes ☐ No ☐ NA ☐ NA
culverts and structures
7.17 Review of condition survey for Yes ☐ No ☐ NA ☐ NA
bridges, culverts and structures by
client
7.18 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
8 Geotechnical Survey Yes ☐ No ☐ NA ☐ NA
8.1 Geo-technical and sub-soil Yes ☐ No ☐ NA ☐ NA
explorations as per IRC:78
8.2 Bore holes dug for every pier and Yes ☐ No ☐ NA ☐ NA
216
S.No SECTION OF THE REPORT YES/ NO/ NA Details / Remarks
Specifications
abutment
8.3 Review of geo-technical and sub- Yes ☐ No ☐ NA ☐ NA
soil explorations by client
Field testing, soil sampling,
8.4 laboratory testing in accordance Yes ☐ No ☐ NA ☐ NA
with BIS/ AASHTO/ BS
8.5 Recommendation of Foundation Yes ☐ No ☐ NA ☐ NA
Type and Depth
8.6 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
9 Hydraulic and Hydrological Yes ☐ No ☐ NA ☐ NA
Survey
9.1 Hydraulic and hydrological Yes ☐ No ☐ NA ☐ NA
investigations as per IRC:SP:13
and IRC:5
9.2 High Flood Level specified Yes ☐ No ☐ NA ☐ NA
9.3 Depth of Water Table specified Yes ☐ No ☐ NA ☐ NA
9.4 Ponded Water Level specified Yes ☐ No ☐ NA ☐ NA
9.5 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
9.6 Review of hydrological Yes ☐ No ☐ NA ☐ NA
investigations by client
10 Materials Survey Yes ☐ No ☐ NA ☐ NA
10.1 Materials Survey conducted as per Yes ☐ No ☐ NA ☐ NA
IRC:SP:19
Sources of Naturally Occurring
Aggregates specified Yes ☐ No ☐ NA ☐
10.2 Details of Borrow Pits with
Distance from Project Site
Cost of Material/ Transportation
Sources of Manufactured Items
10.3 specified Yes ☐ No ☐ NA ☐ NA
Details of suppliers with distance
from project site
Cost of material/ transportation
10.4 Sources of water for construction Yes ☐ No ☐ NA ☐ NA
specified as per IS: 456
10.5 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
11 Environmental screening/ Yes ☐ No ☐ NA ☐ NA
preliminary environmental
assessment
11.1 Analysis basis Initial Environment Yes ☐ No ☐ NA ☐ NA
Examination in IRC: SP: 19
11.2 Recommended feasible mitigation Yes ☐ No ☐ NA ☐ NA
measures
12 Initial social assessment/ Yes ☐ No ☐ NA ☐ NA
preliminary LA resettlement
plan
217
S.No SECTION OF THE REPORT YES/ NO/ NA Details / Remarks
Specifications
12.1 Analysis basis Initial Environment Yes ☐ No ☐ NA ☐ NA
Examination in IRC: SP: 19
12.2 Details of consultation with Yes ☐ No ☐ NA ☐ NA
potentially affected persons
12.3 Names/ Details of consultation Yes ☐ No ☐ NA ☐
with local NGOs
12.4 Names/ Details of consultation Yes ☐ No ☐ NA ☐
with municipal authorities
12.5 Preliminary resettlement plan Yes ☐ No ☐ NA ☐ NA
12.6 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
13 Cost estimates Yes ☐ No ☐ NA ☐ NA
13.1 Item rates and rate analysis Yes ☐ No ☐ NA ☐ NA
13.2 Escalation Yes ☐ No ☐ NA ☐ NA
14 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA
14.1 Estimated cost details Yes ☐ No ☐ NA ☐ NA
14.2 Projected revenues details Yes ☐ No ☐ NA ☐ NA
14.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA
14.4 Analysis and results (IRR, Yes ☐ No ☐ NA ☐ NA
Sensitivity Analysis, Financial
Viability)
15 Strip plan and Alignment Yes ☐ No ☐ NA ☐ NA
15.1 Details of center line of proposed Yes ☐ No ☐ NA ☐ NA
highway
15.2 Details of existing RoW Yes ☐ No ☐ NA ☐ NA
15.3 Details of proposed RoW Yes ☐ No ☐ NA ☐ NA
15.4 Details about ownership of land to Yes ☐ No ☐ NA ☐ NA
be acquired
15.5 Strip plan basis reconnaissance Yes ☐ No ☐ NA ☐ NA
and topographic surveys
15.6 Strip plan reviewed and approved Yes ☐ No ☐ NA ☐ NA
by the client
16 Alignment Options Study Yes ☐ No ☐ NA ☐ NA
16.1 At least two alignments proposed Yes ☐ No ☐ NA ☐ NA
Details of Alignments on Map
16.2 Review of options with client Yes ☐ No ☐ NA ☐ NA
16.2.1 Review of options with local Yes ☐ No ☐ NA ☐ NA
authority
16.3 Length of the project along Yes ☐ No ☐ NA ☐
proposed alignment options
16.4 Land Acquisition required along Yes ☐ No ☐ NA ☐
alignment options
16.4.1 Environmental impact of each Yes ☐ No ☐ NA ☐
option
16.4.2 Review of road geometry and Yes ☐ No ☐ NA ☐
safety for each option
16.5 Cost Estimates of alternatives Yes ☐ No ☐ NA ☐
218
S.No SECTION OF THE REPORT YES/ NO/ NA Details / Remarks
Specifications
16.6 Recommended Alignment with Yes ☐ No ☐ NA ☐ NA
Justification
16.7 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
17 Technical Specifications Yes ☐ No ☐ NA ☐ NA
17.1 MoRTH technical specifications Yes ☐ No ☐ NA ☐ NA
for Roads and Bridge works
followed
17.2 Details of technical specifications Yes ☐ No ☐ NA ☐ NA
18 Rate Analysis Yes ☐ No ☐ NA ☐ NA
18.1 Rate analysis for all relevant items Yes ☐ No ☐ NA ☐ NA
as per latest SoR
19 Cost Estimates Yes ☐ No ☐ NA ☐ NA
19.1 Cost estimates for all relevant Yes ☐ No ☐ NA ☐ NA
items as per latest SoR
20 Bill of quantities Yes ☐ No ☐ NA ☐ NA
21 Conclusions and Yes ☐ No ☐ NA ☐ NA
recommendations
21.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
21.2 Report fulfils project objectives Yes ☐ No ☐ NA ☐ NA
and scope as per RFP
21.3 Report reviewed for errors and Yes ☐ No ☐ NA ☐ NA
omissions
21.4 Compliance report prepared on Yes ☐ No ☐ NA ☐ NA
client observations
219
DPR Checklist – Stage 3 – LA and Clearances I Report (Pavements)
General Details
Project Name
Consultant's Name
Date of Review
220
S.No SECTION OF THE REPORT YES/NO/NA Details/ Remarks
Specifications
utilities
Identification of underground
5.2 utilities using GPR, Induction Yes ☐ No ☐ NA ☐ NA
Locator or equivalent
technologies
5.3 Name/ Details of consultation Yes ☐ No ☐ NA ☐
with local authority/ people
Utility relocation plan with
5.4 existing / proposed location Yes ☐ No ☐ NA ☐ NA
showing existing RoW and
topographic details
5.5 Cost for relocation as per Yes ☐ No ☐ NA ☐
authority
5.6 Date of proposal submission to Yes ☐ No ☐ NA ☐
competent authority
5.7 Review of utility relocation plan/ Yes ☐ No ☐ NA ☐ NA
proposal by client
6 Utility Clearances (Water) Yes ☐ No ☐ NA ☐ NA
6.1 Identification of overground Yes ☐ No ☐ NA ☐ NA
utilities in RoW
Identification of underground
6.2 utilities using GPR, Induction Yes ☐ No ☐ NA ☐ NA
Locator or equivalent
technologies
6.3 Name/ Details of consultation Yes ☐ No ☐ NA ☐
with local authority/ people
Utility relocation plan with
6.4 existing / proposed location Yes ☐ No ☐ NA ☐ NA
showing existing RoW and
topographic details
6.5 Cost for relocation as per Yes ☐ No ☐ NA ☐
authority
6.6 Date of proposal submission to Yes ☐ No ☐ NA ☐ NA
competent authority
6.7 Review of utility relocation plan/ Yes ☐ No ☐ NA ☐ NA
proposal by client
7 Utility Clearances (Others) Yes ☐ No ☐ NA ☐ NA
7.1 Identification of overground Yes ☐ No ☐ NA ☐ NA
utilities in RoW
Identification of underground
7.2 utilities using GPR, Induction Yes ☐ No ☐ NA ☐ NA
Locator or equivalent
technologies
7.3 Name/ Details of consultation Yes ☐ No ☐ NA ☐
with local authority/ people
Utility relocation plan with
7.4 existing / proposed location Yes ☐ No ☐ NA ☐ NA
showing existing RoW and
topographic details
221
S.No SECTION OF THE REPORT YES/NO/NA Details/ Remarks
Specifications
7.5 Cost for relocation as per Yes ☐ No ☐ NA ☐
authority
7.6 Date of proposal submission to Yes ☐ No ☐ NA ☐
competent authority
7.7 Review of utility relocation plan/ Yes ☐ No ☐ NA ☐ NA
proposal by client
8 Railway Clearances Yes ☐ No ☐ NA ☐ NA
8.1 Identification of ROB/ RUB on Yes ☐ No ☐ NA ☐ NA
project corridor
8.2 Initial consultation with Yes ☐ No ☐ NA ☐ NA
competent authority
8.3 Date of proposal submission to Yes ☐ No ☐ NA ☐
competent authority
8.4 Review of GAD/ proposal by Yes ☐ No ☐ NA ☐ NA
client
9 Other Clearances Yes ☐ No ☐ NA ☐ NA
9.1 Requirement for other clearances Yes ☐ No ☐ NA ☐ NA
identified
9.2 Date of proposal submission to Yes ☐ No ☐ NA ☐
competent authority
9.3 Review of proposal by client Yes ☐ No ☐ NA ☐ NA
10 Land Acquisition Yes ☐ No ☐ NA ☐ NA
10.1 Detailed schedule about Yes ☐ No ☐ NA ☐ NA
acquisition of landholdings as per
land records
10.2 Consultation with affected Yes ☐ No ☐ NA ☐ NA
persons
10.3 Name/ Details of consultation Yes ☐ No ☐ NA ☐
with NGOs
10.4 Name/ Details of consultation Yes ☐ No ☐ NA ☐
with concerned government
agencies
10.5 Total land required, land area Yes ☐ No ☐ NA ☐
already available , land to be
acquired identified
10.6 Review of land acquisition using Yes ☐ No ☐ NA ☐ NA
digital cadastral map by client
10.7 Draft LPS submitted Yes ☐ No ☐ NA ☐ NA
10.8 Review of LPS by client Yes ☐ No ☐ NA ☐ NA
10.9 Date of LPS finalization Yes ☐ No ☐ NA ☐
10.10 Draft 15(2) notification Yes ☐ No ☐ NA ☐ NA
submitted
10.11 Review of 15(2) notification by Yes ☐ No ☐ NA ☐ NA
client
10.12 Date of 15(2) Publication Yes ☐ No ☐ NA ☐
11 Conclusions and Yes ☐ No ☐ NA ☐ NA
recommendations
11.1 Conclusions and Yes ☐ No ☐ NA ☐ NA
222
S.No SECTION OF THE REPORT YES/NO/NA Details/ Remarks
Specifications
recommendations
11.2 Report fulfils project objectives Yes ☐ No ☐ NA ☐ NA
and scope as per RFP
11.3 Report reviewed for errors and Yes ☐ No ☐ NA ☐ NA
omissions
11.4 Compliance report prepared on Yes ☐ No ☐ NA ☐ NA
client observations
223
DPR Checklist – Stage 4 – Detailed Project Report (Pavements)
General Details
Project Name
Consultant's Name
Date of Review
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Main Report Yes ☐ No ☐ NA ☐ NA
2 Introduction and project Yes ☐ No ☐ NA ☐ NA
background
2.1 Overview of project location, project Yes ☐ No ☐ NA ☐ NA
objectives etc.
Overview of report structure,
2.2 Yes ☐ No ☐ NA ☐ NA
deliverables etc.
3 Social analysis of the project Yes ☐ No ☐ NA ☐ NA
Project impact on stakeholders such
3.1 Yes ☐ No ☐ NA ☐ NA
as local people
Project impact on residential,
3.2 Yes ☐ No ☐ NA ☐ NA
commercial and public properties
3.3 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
4 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA
4.1 Geometric Features of the Existing
Road Design Speed
Sight distance details Yes ☐ No ☐ NA ☐
Horizontal Alignment Details
Vertical Alignment Details
Height of Embankment
4.2 Topographical Survey using LiDAR
(or equivalent technology) as per Yes ☐ No ☐ NA ☐
NA
IRC:SP:19
Gradient
Terrain
Pavement composition and condition
4.3 Yes ☐ No ☐ NA ☐ NA
survey as per IRC:SP:19
Pavement roughness survey as per
4.4 Yes ☐ No ☐ NA ☐ Na
IRC:SP:16
Pavement structural strength survey
4.5 Yes ☐ No ☐ NA ☐ NA
as per IRC:81
224
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Geological Survey
4.6 Geological Map of the Area Yes ☐ No ☐ NA ☐ NA
Seismicity
Climatic Conditions
Temperature Yes ☐ No ☐ NA ☐
4.7 NA
Rainfall
Wind
Land Use along the existing
4.8 alignment Yes ☐ No ☐ NA ☐ NA
Map of the Project Area
depicting
Agricultural/Habitation/Forest
Area
Details of Existing Structures
4.9 Map of the Project Area Yes ☐ No ☐ NA ☐ NA
depicting Hutments/Buildings /
Temples / Public Building / Any
Other Significant Structure
225
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Sources of Naturally
Occurring Aggregates
specified
4.20 Yes ☐ No ☐ NA ☐
Details of Borrow Pits with
Distance from Project Site
Cost of Material/Transportation
Sources of environmentally
4.20.1 friendly construction materials Yes ☐ No ☐ NA ☐ NA
identified as per MoRT&H circular
Sources of Manufactured Items
specified
4.21 Yes ☐ No ☐ NA ☐ NA
Details of Suppliers with Distance
from Project Site
Cost of Material/Transportation
4.22 Source of Water for construction Yes ☐ No ☐ NA ☐ NA
specified as per IS:456
4.23 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
5 Traffic studies and demand Yes ☐ No ☐ NA ☐ NA
forecast designs
5.1 Classified traffic volume counts using Yes ☐ No ☐ NA ☐ NA
ATCC data (7 day data)
5.2 Traffic projection methodology as Yes ☐ No ☐ NA ☐ NA
per IRC:108
5.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ NA
5.4 Current and Projected PCU Yes ☐ No ☐ NA ☐
5.5 Current and Projected TVU Yes ☐ No ☐ NA ☐
5.6 Origin destination surveys as per Yes ☐ No ☐ NA ☐ NA
IRC: 102
5.7 Speed and delay studies as per Yes ☐ No ☐ NA ☐ NA
IRC:102
5.8 Traffic surveys for the design of Yes ☐ No ☐ NA ☐ NA
road junctions as per data in IRC:
SP:41
5.9 Analysis for replacing railway Yes ☐ No ☐ NA ☐ NA
level crossings with over bridges/
subways
5.10 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA
5.11 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
226
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Traffic surveys monitored and
5.12 Yes ☐ No ☐ NA ☐ NA
reviewed by the client
6 Cost estimates Yes ☐ No ☐ NA ☐ NA
6.1 Project costing as per latest SoR Yes ☐ No ☐ NA ☐ NA
7 Environmental aspects Yes ☐ No ☐ NA ☐ NA
7.1 Environment profile of the project Yes ☐ No ☐ NA ☐ NA
region
Details of Public consultation at
7.2 Yes ☐ No ☐ NA ☐ NA
residential and commercial
settlements affected
7.3 Impact analysis and mitigation Yes ☐ No ☐ NA ☐ NA
measures
8 Economic and commercial analysis Yes ☐ No ☐ NA ☐ NA
8.1 Estimated cost details Yes ☐ No ☐ NA ☐ NA
8.2 Projected revenues details Yes ☐ No ☐ NA ☐ NA
8.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA
227
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
10.9 Pavement Yes ☐ No ☐ NA ☐ NA
10.10 Structures Yes ☐ No ☐ NA ☐ NA
10.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
10.12 Pavement deflection survey as per IRC Yes ☐ No ☐ NA ☐ NA
81-1997
10.13 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
11 Materials Report Yes ☐ No ☐ NA ☐ NA
11.1 Material investigations as per IRC:10 Yes ☐ No ☐ NA ☐ NA
11.2 Review of material investigations by Yes ☐ No ☐ NA ☐ NA
client
11.3 Multiple borrow areas identified Yes ☐ No ☐ NA ☐ NA
11.4 Material survey as per IRC: SP: 19 Yes ☐ No ☐ NA ☐ NA
11.5 Review of material survey by client Yes ☐ No ☐ NA ☐ NA
Geo-technical and sub-soil
11.6 Yes ☐ No ☐ NA ☐ NA
explorations as per IRC:78
Review of geo-technical and sub-
11.7 Yes ☐ No ☐ NA ☐ NA
soil explorations by client
Field testing, soil sampling,
11.8 laboratory testing in accordance with Yes ☐ No ☐ NA ☐ NA
BIS/ AASHTO/ BS
Pavement composition and
11.9 Yes ☐ No ☐ NA ☐ NA
condition survey as per
IRC:SP:19
228
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Option for alignment alternatives
12.1 Yes ☐ No ☐ NA ☐ NA
considered and conclusions
Land environment data collection and
12.2 Yes ☐ No ☐ NA ☐ NA
details/ impact/ mitigation measures
Air environment data collection and
12.3 Yes ☐ No ☐ NA ☐ NA
details/ impact/ mitigation measures
Water resources details/ impact/
12.4 Yes ☐ No ☐ NA ☐ NA
mitigation measures
Noise environment details/ impact/
12.5 Yes ☐ No ☐ NA ☐ NA
mitigation measures
Biological environment details/
12.6 Yes ☐ No ☐ NA ☐ NA
impact/ mitigation measures
12.7 Details of public consultation Yes ☐ No ☐ NA ☐ NA
Environment monitoring and
12.8 Yes ☐ No ☐ NA ☐ NA
management plan
12.9 Details of social impact assessment Yes ☐ No ☐ NA ☐ NA
229
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
3D engineered models of:
Road alignment geometry Yes ☐ No ☐ NA ☐
18.2
Proposed highway
Proposed structures
230
DPR Checklist – Stage 5 – Technical Schedules (Pavements)
General Details
Project Name
Consultant's Name
Date of Review
231
Schedule Q – Test on
17 Yes ☐ No ☐ NA ☐
completion of
maintenance period
Schedule R – Taking
18 Yes ☐ No ☐ NA ☐
Over Cerificate
Schedule S – Performance
19 Yes ☐ No ☐ NA ☐
Certificate
Schedule T – Schedule of
20 Yes ☐ No ☐ NA ☐
Payments
Schedule U –
21 Yes ☐ No ☐ NA ☐
Environmental Health
and Safety Management
Plan and Monitoring Plan
Schedule V – Safety
22 Yes ☐ No ☐ NA ☐
Requirements
Schedule W - Involuntary
23 Yes ☐ No ☐ NA ☐
Resettlement Safeguard
Principals for the Project
5 Any other relevant details Yes ☐ No ☐ NA ☐ NA
232
DPR Checklist – Stage 6 – LA and Clearances II Report (Pavements)
General Details
Project Name
Consultant's Name
Date of Review
233
S.No SECTION OF THE YES/NO/NA Details/ Remarks
REPORT Specifications
Utilities checklist, no upgradation
5.6 Yes ☐ No ☐ NA ☐
certificate attached
Date of estimate submission by
6.2 Yes ☐ No ☐ NA ☐
competent authority
Date of estimate approval by
6.3 Yes ☐ No ☐ NA ☐
competent authority
6.4 Approved utility shifting Yes ☐ No ☐ NA ☐
proposal including strip plan
Details of approved contractors,
6.5 Yes ☐ No ☐ NA ☐ NA
SoR 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
7.4 Yes ☐ No ☐ NA ☐
proposal including strip plan
Details of approved contractors,
7.5 Yes ☐ No ☐ NA ☐ NA
SoR and deposit details for user
agency
Utilities checklist, no upgradation
7.6 Yes ☐ No ☐ NA ☐
certificate attached
8.2 Date of final approval of GAD by Yes ☐ No ☐ NA ☐
competent authority
9 Other Clearances Yes ☐ No ☐ NA ☐ NA
Date of final approval by
9.1 Yes ☐ No ☐ NA ☐
competent authority
10 Land Acquisition Yes ☐ No ☐ NA ☐ NA
10.1 Draft LPS submitted Yes ☐ No ☐ NA ☐
10.2 Review of LPS by client Yes ☐ No ☐ NA ☐
10.3 Date of LPS Yes ☐ No ☐ NA ☐
10.4 Draft 15(2) notification submitted Yes ☐ No ☐ NA ☐
10.5 Review of 15(2) notification by Yes ☐ No ☐ NA ☐
client
10.6 Date of 15(2) notification Yes ☐ No ☐ NA ☐
Date of Joint Measurement
10.7 Yes ☐ No ☐ NA ☐
Survey with competent authority
10.7.1 Date of survey - village wise Yes ☐ No ☐ NA ☐ NA
234
S.No SECTION OF THE YES/NO/NA Details/ Remarks
REPORT Specifications
10.7.2 Land type –by survey number Yes ☐ No ☐ NA ☐ NA
10.7.3 Nature of Land –by survey Yes ☐ No ☐ NA ☐ NA
number
10.7.4 Ownership status of plots- by Yes ☐ No ☐ NA ☐ NA
survey number
10.7.5 Verification of area to be Yes ☐ No ☐ NA ☐ NA
acquired – by survey number
10.7.6 List of structures on each plot Yes ☐ No ☐ NA ☐ NA
10.7.7 Sketches of updated alignment by Yes ☐ No ☐ NA ☐ NA
village
10.7.8 Verification from Land revenue Yes ☐ No ☐ NA ☐ NA
department
10.7.9 Verification by Authority, LARR Yes ☐ No ☐ NA ☐ NA
Implementation Unit office
235
Annexure III: Checklists for Structures such as ROB/ RUB
General Details
Project Name
Consultant's Name
Date of Review
236
Details/
S.No SECTION OF THE YES/NO/NA Remarks
REPORT Specifications
2.10 Existing right of way details Yes ☐ No ☐ NA ☐
2.11 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
3 Approach Methodology Yes ☐ No ☐ NA ☐ NA
3.1 Engineering survey and Yes ☐ No ☐ NA ☐ NA
investigations
Design of road,
3.2 Yes ☐ No ☐ NA ☐ NA
pavements and
structures
Environment and social
3.3 Yes ☐ No ☐ NA ☐ NA
impact assessment
Estimation of project cost,
3.4 Yes ☐ No ☐ NA ☐ NA
viability and financing
options
3.5 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
4 Task Assignment and Yes ☐ No ☐ NA ☐ NA
Manning Schedule
4.1 Number of key personnel Yes ☐ No ☐ NA ☐
provided
Specific tasks assigned to
4.2 Yes ☐ No ☐ NA ☐ NA
each key personnel
4.3 Manning schedule for key Yes ☐ No ☐ NA ☐ NA
personnel
Number of key personnel
4.4 Yes ☐ No ☐ NA ☐
deployed at site
5 Performa for data collection Yes ☐ No ☐ NA ☐ NA
237
Details/
S.No SECTION OF THE YES/NO/NA Remarks
REPORT Specifications
238
DPR Checklist – Stage 2 – Feasibility Report (Structures)
General Details
Project Name
Consultant's Name
Date of Review
239
S.No SECTION OF THE YES/NO/NA Details/ Remarks
REPORT Specifications
7 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA
7.1 Road Inventory as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA
7.2 Review of Road Inventory Survey Yes ☐ No ☐ NA ☐ NA
by client
Geometric Features of the Existing
Road
Design Speed Yes ☐ No ☐ NA ☐
7.3 NA
Sight distance elements
Horizontal Alignment Details
Vertical Alignment Details
Height of Embankment
Topographical Survey as per
IRC:SP:19 using LiDAR or Yes ☐ No ☐ NA ☐
7.4 NA
equivalent technology
Gradient
Terrain
7.5 Review of topographical survey by Yes ☐ No ☐ NA ☐ NA
client
7.6 Pavement composition and Yes ☐ No ☐ NA ☐ NA
condition survey as per
IRC:SP:19
Geological Survey
7.7 Geological Map of the Area Yes ☐ No ☐ NA ☐ NA
Seismicity
Climatic Conditions
Temperature Yes ☐ No ☐ NA ☐
7.8 NA
Rainfall
Wind
Land Use along the existing
7.9 alignment Yes ☐ No ☐ NA ☐ NA
Map of the Project Area
depicting
Agricultural/Habitation/Forest
Area
Details of Existing Structures
Yes ☐ No ☐ NA ☐
7.10 Map of the Project Area NA
depicting
Hutments/Buildings/Temples/Pu
blic Building/Any Other
Significant Structure
7.11 Inventory and condition survey of Yes ☐ No ☐ NA ☐ NA
culverts
240
S.No SECTION OF THE YES/NO/NA Details/ Remarks
REPORT Specifications
7.12 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
8 Geotechnical Survey Yes ☐ No ☐ NA ☐ NA
Geo-technical and sub-soil
8.1 Yes ☐ No ☐ NA ☐ NA
explorations as per IRC:78
Number of Bore holes dug (holds
8.2 Yes ☐ No ☐ NA ☐
for every pier and abutment)
Review of geo-technical and
8.3 Yes ☐ No ☐ NA ☐ NA
sub-soil explorations by
client
Field testing, soil sampling,
8.4 Yes ☐ No ☐ NA ☐ NA
laboratory testing as per
IRC:78
Recommendation of Foundation
8.5 Yes ☐ No ☐ NA ☐
Type and Depth
8.6 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
9 Hydraulic & Hydrological Survey Yes ☐ No ☐ NA ☐ NA
Hydrological investigations as
9.1 Yes ☐ No ☐ NA ☐ NA
per IRC:5 and IRC: 13
9.2 High Flood Level specified Yes ☐ No ☐ NA ☐ NA
9.3 Depth of Water Table specified Yes ☐ No ☐ NA ☐ NA
9.4 Ponded Water Level specified Yes ☐ No ☐ NA ☐ NA
9.5 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
9.6 Review of Hydrological Survey by Yes ☐ No ☐ NA ☐ NA
the client
10 Materials Survey Yes ☐ No ☐ NA ☐ NA
241
S.No SECTION OF THE YES/NO/NA Details/ Remarks
REPORT Specifications
Source of Water for construction
10.4 Yes ☐ No ☐ NA ☐ NA
specified as per IS:456
10.5 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
11 Determination of whether Yes ☐ No ☐ NA ☐ NA
ROB or RUB is appropriate
Justification of whether ROB
11.1 Yes ☐ No ☐ NA ☐ NA
or RUB should be built
11.2 Review of justification by client Yes ☐ No ☐ NA ☐ NA
12 Alignment Options Study Yes ☐ No ☐ NA ☐ NA
At least two alignments proposed
12.1 Yes ☐ No ☐ NA ☐ NA
Details of Alignments on Map
12.2 Review of options with client Yes ☐ No ☐ NA ☐ NA
12.2.1 Review of options with local Yes ☐ No ☐ NA ☐ NA
authority
12.3 Length of the project along Yes ☐ No ☐ NA ☐ NA
proposed alignment options
12.4 Land Acquisition required along Yes ☐ No ☐ NA ☐ NA
alignment options
12.5 Cost Estimates of alternatives Yes ☐ No ☐ NA ☐ NA
12.6 Recommended Alignment with Yes ☐ No ☐ NA ☐
Justification
12.7 Skew Angle of Proposed Yes ☐ No ☐ NA ☐
Alignment Specified
12.7.1 Environmental impact of each Yes ☐ No ☐ NA ☐
option
12.7.2 Review of road geometry and Yes ☐ No ☐ NA ☐ NA
safety for each option
12.9 Traffic Diversion Route Specified Yes ☐ No ☐ NA ☐ NA
12.10 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
13 Environmental screening/ Yes ☐ No ☐ NA ☐ NA
preliminary environmental
assessment
13.1 Analysis basis Initial Yes ☐ No ☐ NA ☐ NA
Environment Examination
in IRC: SP: 19
13.2 Recommended feasible Yes ☐ No ☐ NA ☐ NA
mitigation measures
14 Initial social assessment/ Yes ☐ No ☐ NA ☐ NA
preliminary LA resettlement
plan
242
S.No SECTION OF THE YES/NO/NA Details/ Remarks
REPORT Specifications
Analysis basis Initial
14.1 Yes ☐ No ☐ NA ☐ NA
Environment Examination
in IRC: SP: 19
Details of consultation with
14.2 Yes ☐ No ☐ NA ☐ NA
potentially affected persons
14.3 Details of consultation with local Yes ☐ No ☐ NA ☐ NA
NGOs
Details of consultation with
14.4 Yes ☐ No ☐ NA ☐ NA
municipal authorities
14.5 Preliminary resettlement plan Yes ☐ No ☐ NA ☐ NA
14.6 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
15 Cost estimates Yes ☐ No ☐ NA ☐ NA
15.1 Item rates and rate analysis Yes ☐ No ☐ NA ☐ NA
15.2 Escalation Yes ☐ No ☐ NA ☐ NA
16 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA
16.1 Estimated cost details Yes ☐ No ☐ NA ☐ NA
16.2 Projected revenues details Yes ☐ No ☐ NA ☐ NA
16.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA
Analysis and results
IRR Yes ☐ No ☐ NA ☐
16.4 NA
Sensitivity Analysis
Financial Viability
16.5 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
17 Strip Plan NA
17.1 Details of center line of proposed Yes ☐ No ☐ NA ☐ NA
structure
17.2 Details of existing RoW Yes ☐ No ☐ NA ☐
17.3 Details of proposed RoW Yes ☐ No ☐ NA ☐
Details about ownership of
17.4 Yes ☐ No ☐ NA ☐ NA
land to be acquired
17.5 Strip plan basis Yes ☐ No ☐ NA ☐ NA
reconnaissance and
topographic surveys
Strip plan reviewed and
17.6 Yes ☐ No ☐ NA ☐ NA
approved by the client
17.7 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
243
S.No SECTION OF THE YES/NO/NA Details/ Remarks
REPORT Specifications
11 Strip plan- additional details Yes ☐ No ☐ NA ☐ NA
added
11.1 Details of centreline, existing Yes ☐ No ☐ NA ☐ NA
structures, road furniture and
other features
11.2 Widening scheme Yes ☐ No ☐ NA ☐ NA
New construction/
11.3 Yes ☐ No ☐ NA ☐ NA
reconstruction of structures
and amenities
11.4 Existing and proposed right of way Yes ☐ No ☐ NA ☐ NA
11.5 Clearances impacting each Yes ☐ No ☐ NA ☐ NA
chainage
244
DPR Checklist – Stage 3 – LA and Clearances I Report (Structures)
General Details
Project Name
Consultant's Name
Date of Review
245
S.No SECTION OF THE YES/NO/NA Details/ Remarks
REPORT Specifications
Date of submission of proposal
4.4 Yes ☐ No ☐ NA ☐
for wildlife clearance
4.5 Review of proposal by client Yes ☐ No ☐ NA ☐ NA
5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA
5.1 Identification of overground utilities Yes ☐ No ☐ NA ☐ NA
Identification of underground
5.2 utilities using GPR, Induction Yes ☐ No ☐ NA ☐ NA
Locator or equivalent technologies
Name/ Details of consultation
5.3 Yes ☐ No ☐ NA ☐
with local authority/ people
Utility relocation plan with
5.4 existing / proposed location Yes ☐ No ☐ NA ☐ NA
showing existing RoW and
topographic details
5.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
Date of proposal submission to
5.6 Yes ☐ No ☐ NA ☐
competent authority
Review of utility relocation plan/
5.7 Yes ☐ No ☐ NA ☐ NA
proposal by client
6 Utility Clearances (Water) Yes ☐ No ☐ NA ☐ NA
6.1 Identification of overground utilities Yes ☐ No ☐ NA ☐ NA
in RoW
Identification of underground
6.2 utilities using GPR, Induction Yes ☐ No ☐ NA ☐ NA
Locator or equivalent technologies
Name/ Details of consultation
6.3 Yes ☐ No ☐ NA ☐
with local authority/ people
Utility relocation plan with
6.4 existing / proposed location Yes ☐ No ☐ NA ☐ NA
showing existing RoW and
topographic details
6.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
Date of proposal submission to
6.6 Yes ☐ No ☐ NA ☐ NA
competent authority
Review of utility relocation plan/
6.7 Yes ☐ No ☐ NA ☐ NA
proposal by client
7 Utility Clearances (Others) Yes ☐ No ☐ NA ☐ NA
7.1 Identification of over ground utilities Yes ☐ No ☐ NA ☐ NA
in RoW
Identification of underground
7.2 utilities using GPR, Induction Yes ☐ No ☐ NA ☐ NA
246
S.No SECTION OF THE YES/NO/NA Details/ Remarks
REPORT Specifications
Locator or equivalent technologies
247
S.No SECTION OF THE YES/NO/NA Details/ Remarks
REPORT Specifications
Review of land acquisition
10.6 Yes ☐ No ☐ NA ☐ NA
using digital cadastral map by
client
248
DPR Checklist – Stage 4 – Detailed Project Report (Structures)
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE YES/NO/NA Remarks
REPORT Specifications
1 Project background Yes ☐ No ☐ NA ☐ NA
Project description
Existing LC number Yes ☐ No ☐ NA ☐
1.1
Start and End Chainage
Village/District
Project location map
On State Map
1.2 Yes ☐ No ☐ NA ☐
On District Map
Latitude & Longitude
Coordinates of the LC
Details of Existing Level
Crossing
1.3
Number of Railway Tracks Yes ☐ No ☐ NA ☐
Type of Railway Tracks
(Broad/Metre/Narrow)
No. of trains per day
Justification for need of an
1.4 Yes ☐ No ☐ NA ☐ NA
ROB/RUB (on basis of TVU
count)
1.5 Overview of land use plans Yes ☐ No ☐ NA ☐ NA
Overview of existing pavement
conditions Yes ☐ No ☐ NA ☐
1.6
Number of Lanes
Type of Pavement
(Flexible/Rigid/Surfaced/Un
surfaced)
1.7 Existing right of way details Yes ☐ No ☐ NA ☐
1.8 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
2 Social analysis of the project Yes ☐ No ☐ NA ☐ NA
Project impact on stakeholders
2.1 Yes ☐ No ☐ NA ☐ NA
such as local people
249
Details/
S.No SECTION OF THE YES/NO/NA Remarks
REPORT Specifications
Project impact on residential,
2.2 Yes ☐ No ☐ NA ☐ NA
commercial and public
properties
2.3 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
3 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA
Geometric Features of the
Existing Road
Design Speed Yes ☐ No ☐ NA ☐
3.1
Sight distance details
Horizontal Alignment Details
Vertical Alignment Details
Height of Embankment
Topographical Survey using
LiDAR or equivalent Yes ☐ No ☐ NA ☐
3.2 NA
technology as per IRC:SP:19
Gradient
Terrain
Pavement composition and
3.3 Yes ☐ No ☐ NA ☐ NA
condition survey as per
IRC:SP:19
Geological Survey
3.4 Geological Map of the Area Yes ☐ No ☐ NA ☐ NA
Seismicity
Climatic Conditions
Temperature Yes ☐ No ☐ NA ☐
3.5 NA
Rainfall
Wind
Land Use along the existing
3.6 alignment Yes ☐ No ☐ NA ☐ NA
Map of the Project Area
depicting Agricultural /
Habitation/Forest Area
Details of Existing Structures
Map of the Project Area Yes ☐ No ☐ NA ☐
3.7 NA
depicting Hutments /
Buildings / Temples/Public
Building/Any Other
Significant Structure
3.8 Inventory and condition survey Yes ☐ No ☐ NA ☐ NA
of culverts
Geo-technical and sub-soil
3.9 Yes ☐ No ☐ NA ☐ NA
250
Details/
S.No SECTION OF THE YES/NO/NA Remarks
REPORT Specifications
explorations as per IRC:78
251
Details/
S.No SECTION OF THE YES/NO/NA Remarks
REPORT Specifications
4.3 Projected Traffic data for 20 Yes ☐ No ☐ NA ☐ NA
years
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 Yes ☐ No ☐ NA ☐ NA
IRC:SP:19
4.7 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
5 Determination of whether Yes ☐ No ☐ NA ☐ NA
ROB or RUB is appropriate
Justification of whether ROB or
5.1 Yes ☐ No ☐ NA ☐ NA
RUB should be built
6 Alignment Options Study Yes ☐ No ☐ NA ☐ NA
At least two alignments
6.1 proposed Yes ☐ No ☐ NA ☐ NA
Details of Alignments on
Map
6.2 Length of the project along Yes ☐ No ☐ NA ☐ NA
proposed alignment options
Land Acquisition required
6.3 Yes ☐ No ☐ NA ☐ NA
along alignment options
6.4 Cost Estimates of alternatives Yes ☐ No ☐ NA ☐ NA
252
Details/
S.No SECTION OF THE YES/NO/NA Remarks
REPORT Specifications
Proposed Length of the Project
Length of ROB
Yes ☐ No ☐ NA ☐
7.4 Length of Viaduct
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
7.6 standards Yes ☐ No ☐ NA ☐ NA
(https://ircep.gov.in/RCApprov
al/)
If non-standardised, suitable
justification provided
Details of Proposed
Superstructure Design
7.7 Yes ☐ No ☐ NA ☐ NA
Type
Details of Material Use
Proposed
Drawings of Cross-Sections
Details of Proposed
Substructure Design Type Yes ☐ No ☐ NA ☐
7.8 NA
Details of Material Use
Proposed
Drawings of Cross-Sections
Details of Proposed Pavement
Design Type
Yes ☐ No ☐ NA ☐
7.9
Details of Material Use NA
Proposed
Thickness
Design MSA
Drawings of Cross-Sections
7.10 Details of Drainage Structures Yes ☐ No ☐ NA ☐ NA
Proposed
7.11 Any other details relevant to the Yes ☐ No ☐ NA ☐ NA
project
8 Cost estimates Yes ☐ No ☐ NA ☐ NA
Summary of Cost Estimates
8.1 Yes ☐ No ☐ NA ☐
(Refer following subsection)
253
Details/
S.No SECTION OF THE YES/NO/NA Remarks
REPORT Specifications
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 Yes ☐ No ☐ NA ☐
9.4
Sensitivity Analysis
Financial Viability
10 Land Acquisition Study Yes ☐ No ☐ NA ☐ NA
Land Acquisition Details
Total Land Required Yes ☐ No ☐ NA ☐
10.1
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
11.2 existing / proposed location Yes ☐ No ☐ NA ☐ NA
showing existing RoW and
topographic details
11.3 Cost for relocation as per Yes ☐ No ☐ NA ☐
authority
12 General Arrangement Yes ☐ No ☐ NA ☐ NA
Drawing
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
254
Details/
S.No SECTION OF THE YES/NO/NA Remarks
REPORT Specifications
3D engineered models of:
Existing structure, if any Yes ☐ No ☐ NA ☐
12.7
Proposed structure
Utilities and other features in
RoW
255
Cost Summary Table
2 Cost of Viaduct
Foundation
Substructure
Superstructure
Total-Viaduct
4 Cost of RE Wall
6 Miscellaneous Costs
Cost of Subway
Cost of Toll Plaza
Cost of Culverts
Any Other Costs
256
DPR Checklist – Stage 5 – Technical Schedules
(Structures)
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE YES/NO/NA Remarks
REPORT Specifications
1 Bid documents- EPC Yes ☐ No ☐ NA ☐ NA
2 Bid documents- Other, if any Yes ☐ No ☐ NA ☐ NA
3 Draft concession agreement Yes ☐ No ☐ NA ☐ NA
3 Schedule C - Project facilities Yes ☐ No ☐ NA ☐ NA
4 Schedule D - Yes ☐ No ☐ NA ☐ NA
Specifications and
standards
5 Any other relevant details Yes ☐ No ☐ NA ☐ NA
257
DPR Checklist – Stage 6 – LA and Clearances II Report (Structures)
General Details
Project Name
Consultant's Name
Date of Review
258
S.No SECTION OF THE YES/NO/NA Details/ Remarks
REPORT Specifications
Details of approved
5.5 Yes ☐ No ☐ NA ☐ NA
contractors, SoR and deposit
details for user agency
Utilities checklist, no
5.6 Yes ☐ No ☐ NA ☐
upgradation certificate
attached
Date of estimate submission
6.2 Yes ☐ No ☐ NA ☐
by competent authority
Date of estimate approval by
6.3 Yes ☐ No ☐ NA ☐
competent authority
6.4 Approved utility shifting Yes ☐ No ☐ NA ☐
proposal
Details of approved
6.5 Yes ☐ No ☐ NA ☐ NA
contractors, SoR and deposit
details for user agency
Utilities checklist, no
6.6 Yes ☐ No ☐ NA ☐
upgradation certificate
attached
Date of estimate submission
7.2 Yes ☐ No ☐ NA ☐
by competent authority
Date of estimate approval by
7.3 Yes ☐ No ☐ NA ☐
competent authority
7.4 Approved utility shifting Yes ☐ No ☐ NA ☐
proposal
7.5 Details of approved Yes ☐ No ☐ NA ☐ NA
contractors, SoR and deposit
details for user agency
Utilities checklist, no
7.6 Yes ☐ No ☐ NA ☐
upgradation certificate
attached
Date of final approval of
8.2 Yes ☐ No ☐ NA ☐
GAD by competent authority
9 Other Clearances Yes ☐ No ☐ NA ☐ NA
259
S.No SECTION OF THE YES/NO/NA Details/ Remarks
REPORT Specifications
submitted
10.5 Review of 3A notification by Yes ☐ No ☐ NA ☐ NA
client
10.6 Date of 3A gazette notification Yes ☐ No ☐ NA ☐
Date of Joint Measurement
10.7 Yes ☐ No ☐ NA ☐
Survey with competent
authority
10.7.1 Date of survey Yes ☐ No ☐ NA ☐ NA
10.7.2 Land type –by survey number Yes ☐ No ☐ NA ☐ NA
10.7.3 Nature of Land –by survey Yes ☐ No ☐ NA ☐ NA
number
10.7.4 Ownership status of plots- Yes ☐ No ☐ NA ☐ NA
by survey number
10.7.5 Verification of area to be
Yes ☐ No ☐ NA ☐ NA
acquired – by survey number
10.7.6 List of structures on each plot Yes ☐ No ☐ NA ☐ NA
10.7.7 Sketches of updated alignment Yes ☐ No ☐ NA ☐ NA
10.7.8 Verification from Land revenue Yes ☐ No ☐ NA ☐ NA
department
10.7.9 Verification by CALA office Yes ☐ No ☐ NA ☐ NA
260
1.1.1 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
2.2 Yes ☐ No ☐ NA ☐ NA
of land against 3D with
justification
Method used by CALA to
2.3 Yes ☐ No ☐ NA ☐ NA
arrive at 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
details of deviation from
RFCTLARR act
3 In detail Yes ☐ No ☐ NA ☐ NA
Updated land acquisition
tracker with parcel-wise status
3.1 of: Yes ☐ No ☐ NA ☐ NA
Notifications
Award
Disbursement
Valuation report and details of
3.2 award calculation- verification Yes ☐ No ☐ NA ☐ NA
by 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
4 Conclusions and Yes ☐ No ☐ NA ☐ NA
recommendations
4.1 Conclusions and Yes ☐ No ☐ NA ☐ NA
recommendations
261
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Report fulfils project
4.2 Yes ☐ No ☐ NA ☐ NA
objectives and scope as per
RFP
Report reviewed for
4.3 Yes ☐ No ☐ NA ☐ NA
errors and omissions
Compliance report prepared
4.4 Yes ☐ No ☐ NA ☐ NA
on client observations
262
1.1.2 DPR Checklist – Stage 8 – Land possession report (Structures)
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE YES/NO/NA Remarks
REPORT Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Village level summary Yes ☐ No ☐ NA ☐ NA
Total private and public
2.1 Yes ☐ No ☐ NA ☐ NA
land being acquired
Date of final award by CALA
2.2
and approval by <AGENCY>
Status of disbursement on date
2.3 Yes ☐ No ☐ NA ☐ NA
of receipt of Land possession
certificate
263
Details/
S.No SECTION OF THE YES/NO/NA Remarks
REPORT Specifications
GIS Map containing digitised Yes ☐ No ☐ NA☐
5 details of land parcels NA
acquired with all relevant
details
264
265
APPENDIX VIII
266
267
Table of Contents
1 Introduction 293
2 Project overview 294
2.1 Key features of project 294
2.2 Key plan of existing project stretch 296
3 Traffic demands on project road 297
3.1 Traffic volume surveys 297
3.2 Axle load survey 298
3.3 Traffic volume forecast 298
3.4 Turning movement surveys 299
4 Pavement and corridor surveys 300
4.1 Pavement condition and distress seen 300
4.2 Pavement composition 300
4.3 Pavement strength 300
4.4 Sub-grade soil survey 301
5 Improvement proposals 302
5.1 Proposed alignment 302
5.2 Bypasses proposed 302
5.3 Road geometry 303
5.4 Widening scheme 303
5.5 Pavement design 303
5.6 Design of structures 305
5.7 Intersections and grade separators 306
5.8 Toll plazas 306
5.9 Wayside amenities proposed 306
6 Environmental impact assessment 307
6.1 Impact and clearances needed 307
6.2 Cost of environmental mitigation 307
7 Social impact assessment and Land acquisition 308
7.1 Social impact assessment 308
7.2 Land acquisition requirements 308
7.3 Key risks envisaged in land acquisition 308
8 Utilities shifting and clearances 309
8.1 Utilities shifting estimates 309
8.2 Total cost of utilities shifting 309
9 Project cost estimates 310
268
10 Material investigation 311
10.1 Borrow pits for soil 311
10.2 Sand 311
10.3 Gravel 311
10.4 Fly ash 311
10.5 Bitumen 311
10.6 Cement 311
10.7 Other local material available 312
10.8 Key risks 312
10.9 Location of material sources 313
11 Potential for value engineering and innovative technologies 314
12 Economic and financial analysis 315
12.1 Economic analysis of the project 315
12.2 Financial analysis 315
13 Execution plan 317
13.1 Packaging 317
13.2 Bidding mode and timelines 317
13.3 Construction time and planning 317
14 Conclusions and recommendation 318
269
1. Introduction
The <Agency> proposes to implement the <re> the development, maintenance and
management of the <SH-xx> stretch from <Origin> to <Destination> from chainage <aa
km> to <bb km> into <proposed improvement, xx lane road/ expressway etc.> under the
<……………….> 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>
2. Project overview
As described earlier the project road lies on SH xx (previously SH 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>.
270
Attributes Details
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
Land use along project road Predominant land use in the area is agricultural (60% on LHS,
50% on RHS), with the rest being urban and forest area (20%
on LHS, RHS)
Traffic on the stretch Largely commercial, with trucks accounting for 80% of
vehicle volume
Toll infrastructure There are no toll plazas in the current stretch
Terrain Primarily plain and rolling, passing through x settlements
Structures along stretch 69 structures- 3 ROBs, 7 major bridges, 2 flyovers, 9 minor
bridges, 16 VUP/PUPs and 32 culverts
User amenities along stretch 32 bus shelters, 7 truck lay-byes, and 1 rest area
Key utilities in the proposed 4 km 66 kV UG line with 3 crossings, 30in water main for 7.3
RoW km
Forest Stretches along RoW Xx km of road from <point a> to <point b> crosses <type of
forest> <forest name>
Rail crossings along RoW Railway LC no <x> at chainage yy on the <origin station> to
<destination station> rail line at railway chainage zz
Other clearance related <please describe any other clearances that will be required for
aspects the project>
<lat/long> <lat/long>
<lat/long>
271
3. Traffic demands on project road
For the purposes of traffic projections and lane design, <xx> individual sections of road
were considered:
Table 2: Traffic survey locations
Section Chainages Length Volume Count Remarks
(Kms) Locations
1 Km 163.0 - 29.0 Km 177.0, Kasia/Tonta mines near
192.0 45.0 192.000
Km 192.0 - End point of proposed
2 219.0 27.0 Km 201.50 Koida bypass at km
218.250
Traffic volume surveys for the project road were < available from ATCC 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:
272
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
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:
Classified direction wise turning movement surveys were conducted at <x> intersections
to determine the need for re-design and addition of structure at the intersection
Table 6: Turning movement survey results
Total Peak Hour Grade
SL. Existing Intersection
Location Volume Volume Peak Hour separator
No. Chainage type
PCU PCU proposed
1 0.300 xxx 30988 1915 17:00 - 18:00 3 arm No
2 6.200 xxx 28077 1962 09:00 - 10:00 4 arm No
3 10.200 xxx 53333 3599 15:00 - 16:00 5 arm Yes
4 28.000 xxx 64315 3884 10:00 - 11:00 4 arm Yes
4. Pavement and corridor surveys
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>
273
Table 7: Condition survey of existing pavement
Length affected, in Kms
Area Area Area Area Area
Type of distress
<=10 % 10 %-25 % 25 %-50 % 50 %-75% >75 %
Total Cracking 36 70 0 0 0
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
<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.
Table 9: Strength of existing pavement
Characteristic
Chainage Distance
deflection
Section
Start End Km Mm
1 0.400 2.400 2.000 1.6
2 2.400 10.000 7.600 1.3
X
Extensive review of available soil information and testing was done to understand the
sub-grade characteristics. Summary of soil investigation surveys is as follows:
Table 10: Soil investigation survey results
Attribute Results Comments
Sub-grade CBR range (%) 0.6%-14% Low over large lengths of section
Degree of compaction (% of ~95% Sufficient as per MoRTH guidelines
274
MDD)
Swelling ratio (%) 2.5 to 32% Significant variation seen across
stretch
<other attributes>
5. Improvement proposals
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>.
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
275
Urban area Bypass plan
to be Start End Length Key driver for by-pass
bypassed chainage chainage proposed
Nagar 1 45.000 52.000 21.000 Heavy local traffic of ~10,000
PCUs in town limits
Xxxx
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-alignment of the road in certain sections given their <description of
poor geometry>.
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
276
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.
277
5.5.2. Design sub-grade strength
Considering the soil investigations conducted in the project road area, and the
availability of suitable soil in the region, the following sub-grade strength has been
assumed to vary from <xx%> to <yy%> for various sections of the highway
The proposed pavement composition for the new sections carriageway basis
<standards>, subgrade strength and design traffic is:
The strengthening requirements for the existing pavement have been estimated fromt eh
deflection measurements and estimated traffic loadings. The designed overlay proposed
is as below:
278
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
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
Sl Construct New
Structure Existing Dismantle Widen Reconstruct Total
No in parallel construction
1 Major 4 1 - 1 2 3 7
bridge
2 Minor
bridge
3 Flyover
4 Vehicle
over pass
5 Vehicle
underpass
6 Passenger
under pass
7 Culverts
8 xxx
Based on the traffic and turning movement surveys conducted, <xx> junctions have
been identified for redesign or grade separation, the details of which are given below
279
3
4
<local discussions, discussions with authority, demand modelling etc.> was conducted
to locate various way-side amenities across the project road. A summary of the
improvements proposed is given below:
Table 21: Proposed user amenities along project stretch
Sl no Amenity type Current Proposed Comments
1 Passenger rest stops 0 2
2 Truck lay-byes 5 15 High demand due to urban areas along
stretch
3 Bus bays 4 10 Limited increase due to scarcity of
land
4 Bus shelters 2 34 Proposed in lieu of bus-bays
5 Petrol bunks 1 5 Severe shortage along stretch
6
280
6. Environmental impact assessment
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 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.
281
7. Social impact assessment and Land acquisition
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>
The state and district wise details and status of land acquisition as on the date of
publishing of this report is as follows:
Private
State Village Total land 3A 3A done, 3D
required land to be 3D
and acquired pending completed
Chainage (Ha) (Ha) pending
(Ha) (Ha)
Thane
Maharashtra (xx to 137 90 10 70 10
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>.
Despite the best efforts of the consultant and various lad acquisition teams working to
282
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:
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>
Estimated
Sl Chainage Shifting Supervision Current
Utility Agency cost
No affected required % status
(INR cr)
19km of Final
66kV 123.00 - overhead approval
1 UPVVNL ~140 cr 15%
powerline 145.00 cable, 4 road
obtained
crossings
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.
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>.
283
No Item Amount in Cr Amount in %
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
284
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>.
Other local material available
Details of other local material available for construction
Table 26: Locally available and alternative materials
Sl Material Source
No
1 Hume pipes Local hume pipe factory in xx yy
2 xx xxxx
285
Table 27: Key risks envisaged in material procurement
286
A summary of these opportunities is provided here.
Table 28: Key value engineering opportunities identified
Sl
Value engineering opportunity Potential impact
No
1 Use of inverted pavement with a cement 40% reduction in layer
stabilized based and granular material in the thickness and ~15% reduction
base layer in TPC
The results of the base case and sensitivity analysis are presented below:
Table 29: Economic return analysis
RUCS HDM 4
Option Sensitivity
Case NPV EIRR NPV EIRR
(in million Rs.) (in %) (in million Rs.) (in %)
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
287
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>
Project road
Project road length Xx km
Connecting <origin>- <destination>
On national highway SH No
Proposed features Current road Proposed
Lanes 2 4
Bypasses proposed - 5
288
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
Proposed features Current road Proposed
Vehicle/Pedestrian under/overpasses 16 25
Service roads (kms) 14 32
Slip roads (kms) 8 9
Toll plazas (no) - 2
Bus bays (no) 4 15
Truck lay-byes (no) 2 8
Rest areas (no) 2 6
Financial implications INR Cr/%
Total capital cost 1595
Total project cost 1486
Civil construction cost (incl. contingency) 1249
Preconstruction expenses 110
Land acquisition 40
Utilities shifting 30
Rehabilitiation and resettlement costs 20
Other pre-construction expenses 20
Implementation mode proposed EPC
Total project cost 1486
Estimated NPV 50
Project IRR 12%
289