0% found this document useful (0 votes)
152 views372 pages

Consultancy Services For Preparation of DPR For HGCL

Uploaded by

Aditya Magotra
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
152 views372 pages

Consultancy Services For Preparation of DPR For HGCL

Uploaded by

Aditya Magotra
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 372

Tender Notice No. 17/CGM(T)/HGCL/DGM(T)-IV/2024-25 Dated 03.09.

2024

NAME OF THE WORK: - “Consultancy Services for Preparation of Detailed Project


report for Construction of Greenfield Radial Road from Outer Ring Road interchange at
Raviryal to Regional Ring Road at Amangal”

REQUEST FOR PROPOSAL (RFP)

Sep, 2024

HYDERABAD GROWTH CORRIDOR LIMITED


OFFICE OF THE CHIEF GENERAL MANAGER (T)
HGCL Building, 2nd FLOOR, KAJAGUDA ROAD, ADJACENT TO ORR,
NANAKRAMGUDA, HYDERABAD -500104
INDEX

Sl. No. Content Page No.


1 Notice Inviting Tender (NIT) 1
2 Letter of Invitation 3
3 Annex -I : Details of the Proposed Stretch 17
4 Annex-II : Deleted 18
5 Data Sheet 19
6 Appendix - I : Terms of Reference 28
7 Enclosure - I : Manning Schedule 96
8 Enclosure - II : Qualification Requirements of Key Personnel 97
9 Enclosure - III: Schedule for Submission of Reports and Documents and
106
format of submission of reports and documents.
10 Enclosure - IV: Format for submission of reports and documents 107
11 Appendix – II : Formats for Eligibility 113
12 Appendix - III : Formats for Technical Proposals 118
13 Appendix - IV: Formats for Financial Proposal 143
14 Appendix - V: Detailed Evaluation Criteria 152
15 Appendix - VI: Draft Contract Agreement 173
16 Appendix – VII: DPR Checklist for 8 stages [Stage 1: Inception Report, 218
Stage 2: Feasibility Report, Stage 3: LA & Clearances I, Stage 4: Detailed
Project Report, Stage 5: Technical Schedules, Stage 6: LA & Clearances
II]: Stage 7: Award Determination(Structures), Stage 8: Land Possession
Report (Structures)
17 Appendix- VIII: Sample Executive Summary of Detailed Project Report 329
18 Appendix – IX: Format of BG for BID Security 372
Government of Telangana
NOTICE INVITING TENDER (NIT)
1. Consultancy Services for Preparation of Detailed Project report for
Construction of Greenfield Radial Road from Outer Ring Road interchange at
Raviryal to Regional Ring Road at Amangal

2. .. (as per Annexure-I).

3. Proposals are hereby invited from eligible Consultants for preparation of


preparation of Detailed Project report for Construction of Greenfield Radial
Road from Outer Ring Road interchange at Raviryal to Regional Ring Road
at Amangal. The Letter of Invitation (LOI) and Terms of Reference (ToR)
including Request for Proposal (RFP) is available online on e-tender portal of
https://tender.telangna.gov.in. The document can also be downloaded from HMDA
Website.

3.1 The Consultant who download the RFP document from the website will be
required to pay the non-refundable fee of Rs. 10,000/- at the time of the
submission of the Bid proposal through Online payment only clearly
mentioning the tender ID and bid due date. The RFP will be invited through e-
tendering portal. Refer Procedure under e-tendering for submission of RFP
through e- tendering.

The Bidders shall also upload online payment receipt for Rs. 10,000/- (Rupees
Ten thousand only) towards cost of Bid Documents in HGCL’s designated
bank account.

3.2 The refundable Bid Security of Rs. 5,00,000 (Rupees Five Lakhs only) to be
paid in the shape of online payment/ demand draft/ bank guarantee in favour of
Managing Director, HGCL obtained from Nationalised Bank/Scheduled Bank.
The same shall be uploaded at the time submission of Bid. The Bid Security
shall be released after successful submission of Performance Security by
Selected bidder.

Details of designated bank account are as under:

S. Particulars Details
No.
1 Name of Beneficiary Hyderabad Growth Corridor Limited
2 Name of Bank State Bank of India
3 Account No. 00000062017194053
4 IFSC Code SBIN0020454

4. Deleted

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

1
6. All the bidders registered on Infracon shall form a Team on Infracon and which would be
assigned unique Infracon Team ID. Bidders while submitting the proposal shall quote the
Infracon Team ID.

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

7. Bid must be submitted online at e-tender portal of HGCL https://tender.telangana.gov.in on or


before 19.09.2024

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

i) Deadline for downloading of bid: 1500 hrs, 19.09.2024


ii) Last date for submission of queries: 1700 hrs, 09.09.2024
iii) Pre bid meeting: 1100 hrs, 09.09.2024
iv) Deadline for Submission of bids : 1500 hrs, 19.09.2024

Mr. B. Ravinder
CGM Technical
Hyderabad Growth Corridor Limited
2ndFloor, HGCL Building,Khajaguda Road,
Adjacent to ORR, Nanakramguda,
Hyderabad –500104,
Tel:+ +91 9849909792
Email: [email protected]

2
Letter of Invitation (LOI)
Tender Notice NO: 17/CGM(T)/HGCL/DGM(T)-IV/2024-25 Dated 03.09.2024

Dear Sir,

Sub: Consultancy Services for Preparation of Detailed Project report for Construction
of Greenfield Radial Road from Outer Ring Road interchange at Raviryal to
Regional Ring Road at Amangal

1.1 Hyderabad Growth Corridor Limited(HGCL) has been has been entrusted with the
assignment Preparation of Detailed Project report for Construction of Greenfield
Radial Road from Outer Ring Road interchange at Raviryal to Regional Ring Road
at Amangal . (as per Annexure-I).

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

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

A Consultant with “a Particular Team” may submit only one “proof of eligibility (Part 1)”
and “Technical Proposal (Part II)” for any number of packages applied for by them.
However, the packages for which a Consultant with “a Particular Team” applies should be
clearly mentioned.

No Financial proposal for the package / projects are to be submitted separately. The most
preferred bidder (H-1) for each package would be determined on the basis of 100%
Quality (i.e highest technical scorer) as mentioned in the RFP..

1.4 The consultants shall submit proposals in sole capacity Any entity which has been
barred by the Ministry of Road Transport and Highways (MoRT&H) or its
implementing agencies for the works of Expressways, National Highways, ISC and EI
Works and the bar subsists as on the date of application, would not be eligible to
submit the bid, either individually
1.5 To obtain first hand information on the assignment and on the local conditions, the
consultants are encouraged to pay a visit to the client, local State PWDs and the project
site before submitting a proposal and attend a pre-proposal conference. They must fully
inform themselves of local and site conditions and take them into account in preparing
the proposal.

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

1.7 Please note that (i) costs of preparing the proposal and of negotiating the contract,
including visits to the Client, etc., are not reimbursable as a direct cost of the

3
assignment; and (ii) Client is not bound to accept any of the proposals submitted and
reserve the right to reject any or all proposals without assigning any reasons.

1.8 The proposals must be properly signed as detailed below:

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


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

1.8.2 Deleted
1.8.3 Deleted
1.8.4 A firm can bid for a project either as a sole consultant only

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

(i) 'Class-I local bidder' means a bidder, whose goods, services or works offered for
procurement, meets the minimum local content as prescribed for 'Class-I local bidder' under
this RFP. The ‘local content' requirement to categorize a bidder as 'Class-I local bidder' is
minimum 50%.
(ii) 'Class-II local bidder' means a bidder, whose goods, services or works offered for
procurement, meets the minimum local content as prescribed for 'Class-II local bidder' under
this RFP. The ‘local content' requirement to categorize a bidder as 'Class-II local
bidder' is minimum 20%.
(iii) 'Non-local bidder' means a bidder, whose goods, Services or works offered For
procurement, has local content less than that prescribed for 'Class-II local' under this
RFP.
(iv) 'Local content' means the Amount of value added in India which shall be the total value
of item procured (excluding net domestic indirect taxes) minus the value of imported
content in the item (including all customs duties) as a proportion of the total value, in
percent.
In case estimated project cost is above Rs. 10 crores, the 'Class-I local bidder' / 'Class-
II local bidder' shall provide a certificate from the statutory auditor or cost auditor of
the company (in case of companies) or from a practicing cost accountant or practicing
chartered accountant (in respect of suppliers other than companies) giving the
percentage of local content.

4
1.9 Pre-proposal conference shall be held on the date, time and venue given in Data Sheet.

1.10 The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to
have acknowledged that without prejudice to Hyderabad Growth Corridor
Limited(HGCL) any other right or remedy hereunder or in law or otherwise, the
Applicant shall be debarred from participating in the future projects of Hyderabad
Growth Corridor Limited(HGCL)/HMDA and Bid Security shall be forfieted in the
following situations:
(a) If an Applicant withdraws its Proposal during the period of its validity as specified in
this RFP and as extended by the Applicant from time to time.
(b) In the case of a Selected Applicant, if the Applicant fails to sign the Agreement.

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

2. Documents

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

2.2 Consultants requiring a clarification of the documents must notify the Client, in
writing, by 1700 hrs, 09.09.2024 Any request for clarification in writing or by
telefax/e-mail must be sent to the Client’s address indicated in the Data Sheet. The
Client will upload replies to pre-bid queries on its website.

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

3. Preparation of Proposal

The proposal must be prepared in three parts viz.

Part 1: Proof of eligibility


Part 2: Technical Proposal
Part 3: Deleted

5
3.1 Document in support of proof of eligibility

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

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


(ii) Firm’s relevant experience and performance for the last 7 years: Project sheets
in support of relevant experience as per Form-E2/T3 supported by the experience
certificates from clients in support of experience as specified in data sheet for the
project size preferably in terrain of similar nature as that of proposed project.
Certificate should indicate clearly the firms Design/DPR experience, in 2/4-/6-
laning of highway, structures like bridges, Viaducts, tunnels, hill slope
stabilization, rock bolting, ground improvement, etc. Scope of services rendered by
the firm should be clearly indicated in the certificate obtained from the client. The
information given in Form E2/T3 shall also be considered as part of Technical
Proposal and shall be evaluated accordingly. The Consultants are therefore advised
to see carefully the evaluation criteria for Technical Proposal and submit the
Project Sheets accordingly.

(iii) Firm’s turnover for the last 5 years: A tabular statement as in Form E3 showing
the turnover of the applicant firm(s) for the last five years beginning with the last
financial year certified by the Chartered Account along with certified copies of the
audit reports

(iv) The Consultant who download the RFP document from the website will be
required to pay the non-refundable fee of Rs. 10,000/- at the time of the
submission of the Bid proposal through Online payment only clearly mentioning
the tender ID and bid due date. The RFP will be invited through e- tendering
portal. Refer Procedure under e-tendering for submission of RFP through e-
tendering.

The Bidders shall also upload online payment receipt for Rs. 10,000/- (Rupees Ten
thousand only) towards cost of Bid Documents in HGCL’s designated bank
account.

(v) The refundable BID SECURITY of Rs. 5,00,000 (Rupees Five Lakhs only) to be
paid in the shape of online payment/ demand draft/ bank guarantee in favour of
Managing Director, HGCL obtained from Nationalised Bank/Scheduled Bank. The
same shall be uploaded at the time submission of Bid. The BID SECURITY shall
be released after successful submission of Performance Security by Selected
bidder.

Details of designated bank account are as under:

S. No. Particulars Details


1 Name of Beneficiary Hyderabad Growth Corridor Limited
2 Name of Bank State Bank of India
3 Account No. 00000062017194053
4 IFSC Code SBIN0020454

6
(vi) Power of Attorney on a stamp paper of Rs.100 and duly notarized authorizing to submit
the proposal.

(vii) Joint Ventures not allowed.

(viii) Consultants shall comply with the provisions of Integrity Pact (IP) as given in Form T- 13
and the Integrity Pact (IP) duly signed by Authorised signatory shall be submitted by the
Consultant with technical Proposal & shall be part of the Contract Agreement.

3.1.2 The minimum essential requirement in respect of eligibility has been indicated in the data
sheet, the proposal found deficient in any respect of these requirements will not be
considered for further evaluation.
3.1.3 The Residential DPR Bid Capacity viz R shall be more than the tentative length of the
project for which DPR assignment bids have been invited.

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

R= CL x TF - RP

Wherein:

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

Note:

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

2. For Feasibility Projects the length shall be considered after multiplication of factor of 0.60
3. Completed DPR/Feasibility projects shall be those for which either Completion
Certification of the Consultancy Assignment has been issued by Executing Government Agency or
the Tender of the Civil Work has been awarded by the Executing Government Agency.
4. Deleted
5. In case of experience of Associate, the share as per MoU subject to Maximum 25% shall be
considered. In case MoU does not specify the share the same can be considered as per
certification of Statutory Auditors of the Associate Member.

Turnover Factor (TF)= Multiplication factor based on

Turnover Note: The TF shall be decided as under

Average Turnover of Last 5 Financial Years Factor “B”


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

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


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

7
(iii) The above guideline will not be applicable in case of Special projects such as standalone
projects of tunnel, bridge, emergency landing facility, flyovers and ROB/RUB/underpass
only.
(iv) The Consultant shall provide all details and they shall be solely responsible for accuracy
of such details provided.

3.2 Technical Proposal

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

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

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


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

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

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

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

(b). Geo-technical Investigation

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

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

x) CVs of all 10 Key Personnels may be submitted in Form–T-10

xi) The bidders shall submit the additional details for assessment of Residual DPR Bid Capacity in Form–T-11.

xii) Certificate regarding Compliance with Restrictions under Rule 144 (xi) of the General Financial Rules (GFR)
in Form T-12.

xiii) Integrity Pact as per Form T-13.

3.2.4 CVs of Key Persons:

i) The CVs of the four key personnel as mentioned in para 3.2.3 (x) above in the format as per
Form T-10 is to be furnished. It may please be ensured that the format is strictly followed
and the information furnished therein is true and correct. The CV must indicate the work in
hand and the duration till which the person will be required to be engaged in that
assignment. The Firm shall ensure that details furnished in the CV by the personnel are
correct. If any information is found incorrect, at any stage, action including termination and
debarment from future HGCL projects for a minimum period of 2 years may be taken by
HGCL on the personnel and the Firm.

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

iii. Team Leader cum Senior Highway Engineer should be available from beginning of the
project. Other Key Personnel with intermittent input are allowed to be deployed/proposed
in 2 teams at a time. If same CV is submitted by two or more firms, zero marks shall
be given for such CV for all the firms.
9
iv. The availability of key personnel must be ensured for the duration of project as per
proposed work programme. If a firm claims that a key personnel proposed by them is a
permanent employee of the firm (the personnel should have worked in the firm
continuously for a period of at least 1 year), a certificate to the effect be furnished by the
firm.
v. The age limit for key personnel is 65 years as on the date of bid submission. The proof of
age and qualification of the key personnel must be furnished in the technical proposal.
vi. An undertaking from the key personnel must be furnished that he/she will be available for
entire duration of the project assignment and will not engage himself/herself in any other
assignment during the period of his/her assignment on the project. After the award of work,
in case of non-availability of key personnel in spite of his/her declaration, he/she shall be
debarred for a period of two years for all projects of MoRT&H & its executing agencies.
vii. Age limit for supporting staff to be deployed on project is 65 years as on the date of bid
submission.
viii. A good working knowledge of English Language is essential for key professional staff
on this assignment. Study reports must be in English Language.
ix. Photo, contact address and phone/mobile number of key personnel should be furnished
in the CV.
x. Availability of few key personnel engaged for preparation of Detailed Project Report
for the envisaged project may be ensured during first 3 to 4 months after start of the
civil work at site during the period of survey and review of DPR by the Supervision
consultant/Authority Engineer. For this purpose, payment shall be made as per actual
site deployment of the key personnel at the man month rates of form-II of Appendix-
IV.
xi. It may please be noted that in case the requirement of the ‘Experience’ of the
firm/consortium as mentioned in the “Proof of Eligibility’ is met by any foreign
company, their real involvement for the intended project shall be mandatory. This can be
achieved either by including certain man-months input of key experts belonging to the
parent foreign company, or by submitting at least the draft feasibility report and draft
DPR duly reviewed by the parent firm and their paying visit to the site and interacting
with HGCL. In case of key personnel proposed by the foreign company, they should be
on its pay roll for at least last six months (from the date of submission).
xii. In case a firm is proposing key personnel from educational/research institutions, a ‘No
Objection Certificate’ from the concerned institution should be enclosed with the CV
of the proposed key personnel committing his services for the instant project.
xiii In case consultant Firm’s experience/ document is found to be false at any stage i.e.
from bidding to completion of services, the Consultancy contract shall be terminated
and consultant firm shall be debarred for a period of 2 years.

3.2.5 The technical proposal must not include any financial information.

3.3 Financial Proposal

3.3.1 No Financial proposal for the package / projects are to be submitted separately.
However, the Fixed Cost Financial proposal given in Form-II of Appendix-IV includes
the costs associated with the assignment. These shall normally cover: remuneration for
staff (foreign and local, in the field, office etc.), accommodation, transportation,
equipment, printing of documents, surveys, geotechnical investigations etc. This cost
has been broken down into foreign and local costs. Conditional offer shall be
considered non- responsive and is liable to be rejected.

3.3.2 The financial proposal has taken into account all types of the tax liabilities and cost of
insurance specified in the Data Sheet.
3.3.3 Costs has been expressed in Indian Rupees in case of domestic as well as for foreign
10
Consultant. The payments shall be made in Indian Rupees by the HGCL and the
Consultant themselves would be required to obtain foreign currency to the extent quoted
and accepted by HGCL. Rate for foreign exchange for payment shall be at the rate
established by RBI applicable at the time of making each payment installment on items
involving actual transaction in foreign currency. No compensation done to fluctuation of
currency exchange rate shall be made.

3.3.4 Consultants are required to keep equipments / software(s) on rental basis use so as to
economize in their financial bid.

4. Submission of Proposals

4.1 The Applicants shall submit the proposal (Proof of Eligibility and Technical Proposal)
comprising the documents as mentioned under clause 3.1.1 and 3.2.3 respectively to meet
the requirements of ‘Proof of Eligibility’ and ‘Technical Proposal’ online only. A
Consultant with “a Particular Team” may submit only one proposal of “proof of eligibility
(Part 1 Para 5.1 i, ii &vii)” and “Technical Proposal (Part II)” to HGCL for all the
packages applied by them with a particular team on or before the deadline of submission of
bids. A consultant can apply for a particular package with one team only. The packages for
which a Consultant with “a Particular Team” applies should be clearly mentioned in their
proposal. However, Consultants are required to submit a copy of Proof of Eligibility and
Technical Proposal online separately for each package.

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

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

4.3 The proposal must contain no interlineations or overwriting except as necessary to correct
errors made by the Consultants themselves, in which cases such corrections must be
initialed by the person or persons signing the proposal.

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

4.5 Procurement of Consultants through Government Portal (to be uploaded on


https://tender.telangana.gov.in

(i) The intending bidders need to register on the electronic procurement market place of
Government of Telangana that is https://tender.telangana.gov.in/. On registration on the e-
procurement market place they will be provided with a user ID and password by the system
using which they can submit their bids on line.

(ii) Registration with e-Procurement platform:

For registration and online bid submission bidders may contact HELP DESK of M/s TSTS
https://tender.telangana.gov.in

(iii) Digital Certificate Authentication: The bidder shall authenticate the bid with his Digital
11
Certificate for submitting the bid electronically on e-Procurement platform and the bids not
authenticated by digital certificate of the bidder will not be accepted on the e-Procurement
platform.

For obtaining Digital Signature Certificate, you may please Contact:

Technical Help Desk


M/s. Vupadhi Techno Services Pvt. Ltd. 1st Floor,
Ramky Grandiose, Sy. No: 136/2 & 4, Gachibowli,
Hyderabad - 500032. Telangana State. +91 40-33762222, 23

(iv) While registering on the e-procurement market place, bidders need to scan and upload the
required documents as per the RFP requirements on to their profile.

(v) Such uploaded documents need to be attached while submitting the bids.

(vi) The e-procurement market place provides an online self-service registration facility to such
of the bidders who are already registered with respective participating departments for
supply of specified goods and services.

(vii) Action to be taken against the Selected bidder, who back out at the time of Agreement, the
contract Registration will be suspended for a period of One year duly forfeiting the E.M.D.
as per G.O.Ms.No.259, T.R&B (Roads-V) Dept., dt.6.9.2008.

(viii) Non-refundable fee for participating in the bidding process:

(a) eCorpus charges:

The successful bidders has to pay a non refundable amount maximum of Rs.10,000/-
(Rupees ten thousand only) before entering into agreement / issue of purchase
orders, towards eCorpus fund through e-procurement portal.

(b) eProcurement Transactional charges:

All participating bidders have to pay a non refundable amount of Rs.10,000/-


(Rupees ten thousand only) towards transaction fee at the time of bid submission
electronically in e procurement platform.

5. Proposal Evaluation

5.1 Stage I- Proof of Eligibility

The proposals would be evaluated by a Committee constituted by HGCL. A three-stage


procedure will be adopted in evaluating the proposal. In the first stage- Proof of Eligibility,
it will be examined as to whether:

i) The proposal is accompanied by Document fee


ii) The proposal is accompanied by Bid Security of required value and validty equal or more than the minimum
required validty
iii) The firms(s) have required experience
iv) The firms(s) have required turnover
v) The documents are properly signed by the authorized signatories and whether the
proposal contains proper POA as mentioned at para 1.8.1 above
vi) The proposals have been received on or before the dead line of
submission.
12
vii) In case a Association of firms, the proposal shall be accompanied by a certified copy of
legally binding Memorandum of Understanding (MOU) on a stamp paper of Rs.100,
signed by all firms to the joint venture/Association as detailed at para
1.8.2 above

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

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

5.2 Stage II- Technical evaluation

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

A proposal securing 75 points shall be declared pass in the evaluation

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

5.3 Deleted

5.4 Deleted

5.5 Most Preferred Bidder (H-1).

For a particular package, a Consultant with a “particular Team” having the maximum
Technical Score as determined in Stage-II shall be declared as the most preferred bidder
(H-1).

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

6. Performance Security

6.1 (i) The consultant will furnish within 15 days of the issue of Letter of Acceptance (LOA),
an unconditional Bank Guarantee equivalent to 10% of the total contract value from a
Nationalized Bank, IDBI or ICICI/ ICICI Bank/ Foreign Bank/ EXIM Bank / Any
Scheduled Commercial Bank approved by RBI having a net worth of not less than
Rs.1000 crore as per latest Annual Report of the Bank. In the case of a Foreign Bank
(issued by a Branch in India) the net worth in respect of Indian operations shall only be
taken into account. In case of Foreign Bank, the BG issued by Foreign Bank should be
counter guaranteed by any Nationalized Bank in India. The BG shall be furnished on for an
amount equivalent to 10% of the total contract value to be received by him towards
Performance Security valid for a period of three years beyond the date of completion of
services, or end of civil works contract, whichever earlier. The Bank Guarantee will be
released by HGCL upon expiry of 3 years beyond the date of completion of services,
or end of civil works contract, whichever earlier, provided rectification of errors if
13
any, found during implementation of the contract for civil work and satisfactory
report by HGCL in this regard is issued. However, if contract is foreclosed /
terminated by HGCL at Inception Stage, with no fault of Consultant, Performance
Security shall be released within three months from date of foreclosure / termination.

(ii) As an alternative to the contents of Para 1.10 and Para 6.1 (i) above, a single Bank
Guarantee to cover for the performance of all projects under HGCL may also be deposited
as tabulated below, at the discretion of the consultant, instead of depositing separately again
and again. The Consultant may initially provide the Performance Security for a period of
two years provided that it shall procure the extension of the validity of the Performance
Security at least one month prior to the date of expiry thereof. Once the appropriate single
Bank Guarantee for Performance Security has been submitted by the Consultant, the
existing BGs shall be returned. The Bank Guarantee be submitted in prescribed Performa.

Performance Security
Cumulative Value of Consultancy Fee as per BG Value (in Rs. Crores.)
Contracts under HGCL) (in Rs. Cr)

0-10 0.25

10-20 0.50

20-30 0.75

30-40 1.00

40-60 1.50

60-80 2.00

80-100 2.50

100-200 4.00

Beyond 200 5.00

6.2 Deleted.

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

6.4 Notwithstanding anything to the contrary contained in this Agreement, the Parties agree
that in the event of failure of the Consultant to provide the Performance Security in
accordance with the provisions of Clause 6.1 and 6.2 within the time specified therein or
such extended period as may be provided by the Authority, in accordance with the
provisions of Clause 6.3, all rights, privileges, claims and entitlements of the Consultant
under or arising out of this Agreement shall be deemed to have been waived by, and to have
ceased with the concurrence of the Consultant and the LoA shall be deemed to have been
14
withdrawn by mutual agreement of the Parties. Authority may take action to debar such
firms for future projects for a period of 1-2 year.

7. Penalty

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

8. Award of Contract

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

9. Signing of Contract Agreement

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

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

i) Notice Inviting Tender (NIT)


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

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

(a) Defines, for the purpose of this paragraph, the terms set forth below as follows:
(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the action of a public official in the
selection process or in contract execution;
(ii) “fraudulent practice” means a misrepresentation or omission of facts in order to
influence a selection process or the execution of a contract;
(iii) “collusive practices” means a scheme or arrangement between two or more consultants

15
with or without the knowledge of the Client, designed to establish prices at artificial, non-
competitive levels;
(iv) “coercive practices” means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in a procurement process, or
affect the execution of a contract.

(b) will reject a proposal for award if it determines that the Consultant recommended for
award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or
coercive practices in competing for the contract in question;
(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded a contract if it at any time determines that the firm has engaged in corrupt
or fraudulent practices in competing for, or in executing, a contract; and

(d) will have the right to require that a provision be included requiring consultants to
permit the Employer to inspect their accounts and records relating to the
performance of the contract and to have them audited by authorized representatives
of Employer.”

12. Confirmation

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

Thanking you.

Yours Sincerely,

Chief General Manager(T)


HGCL

Encl. as above

16
ANNEX-1

Details of the stretch proposed for DPR preparation

S. NH No. Section State Tentative Package No.


No. Length (in
km)
1 2 3 4 5 6
1 Radial Construction of Telangana 42 km NA
Road Greenfield Radial Road
from Outer Ring Road
interchange at Raviryal
to Regional
Ring Road at Amangal.

17
ANNEX-II
DELETED

18
DATA SHEET
I (References to corresponding paragraphs of LOI are mentioned alongside)

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


(Ref. Para 1.1)

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

2. The name of the Client is: Hyderabad Growth Corridor Limited (HGCL)

3. Duration of the Project: 90 days

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

Date: 09.09.2024

Time: 1100 hrs.

Venue: HGCL Administrative Building, Nanakramguda

5 The Documents are:

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

ii. Appendix-II Formats for Proof of Eligibility

iii. Appendix-III: Formats for Technical Proposal

iv. Appendix-IV: Formats for Financial Proposal

v. Appendix-V: Detailed Evaluation Criteria

vi. Appendix –VI Draft Contract Agreement

vii. Appendix –VII DPR Checklist

viii. Appendix –VIIII Sample Executive Summary

ix. Appendix – IX Format of BID SECURITY

(Ref. Para 2.1)

6. Deleted

7. Tax and Insurance (Ref. Para 3.3.2)

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

(ii). Limitations of the Consultant’s Liability towards the Client shall be as per Clause
3.4 of Draft Contract Agreement

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

19
8. Deleted

9. Deleted

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

Date 19.09.2024

Time 1500 hrs.

Address E procurement Portal (Online submission)

(Ref. Para 4.4)

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

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

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

Table-1: Minimum Eligibility Requirements

Sr. Minimum experience and performance of Preparation of DPR of Annual


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

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


of Detailed Project Report of two/four/six lane / Feasibility of Two/ average
four/ six lane projects of aggregate length equal to the indicative length turnover for
of the package (i.e. 100km if the indicative length of the package is last 5 years of
100 km). Firm should have also prepared DPR for at least one project the firm
of 2/4/6laning of minimum 40% of the indicative length of the package should be
(i.e. 40 km if the indicative length of the package is 100 km) or equal to or
Feasibility Study of two/four/six laning of minimum 60% of the more than
indicative length of the package (i.e. 60 km if the indicative length of Rs.5.00
the package is 100 km) Crores.
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) If the applicant firm has / have prepared the DPR/FS projects solely on its own,
100% weightage shall be given. If the applicant firm has prepared the DPR/FS
projects as a lead partner in a JV, 75% weightage shall be given. If the applicant
firm have prepared the DPR projects as the other partner (not lead partner) in a JV
50% weightage shall be given. If the applicant firm have prepared the DPR/FS
projects as an associate,25% weightage shall be given.

20
(iii) 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

12.2 Second stage technical evaluation (Refer 5.2)

S. Description Points
No.
Firm’s Profile, turnover and professionals workingwith the
A1 firm 10

Firm's relevant experience in last 7 years for DPRwork


A2 30

Material testing, survey & investigation, equipment and


B1 5
software proposed to be used
Experience in use of technology for road inspectionin
B2 supervision work/quality/safety audit 5

Qualification and Relevant experience of the proposed key


C 50
personnel

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


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

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

S. Description Max Sub-


No. Points Points

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

1.1 <10 0
1.2 >10 but ≤25 1.5
1.3 >25 but ≤40 2.5
1.4 >40 but ≤60 3.5
1.5 >60 5

21
Note* The key professionals who possess degree in Civil
Engineering/Transport Planning /Transport
Economics/Traffic Management / Geology/ Environment
Science or Engineering and 8 years’ experience in
highway/bridge /tunnel with employment in the firm for more
than three year. The Head Office of the Consultant should also
have at least 3 Sr Highway Design Engineer, 2 Senior
Pavement/material Specialist, 2 Senior Bridge design Engineer, 2
geotechnical Engineer and 2 Traffic/Road Safety Expert on
employee roll to be eligible for marks in this criteria.
2 Specific experience of firms in terms of turnoverin last 5
three Financial Years
2.1 Firm’s Average Turnover of last 5 years >250 crore 5
2.2 Firm Average Turnover of last 5 years 50 - 250 crore 4
2.3 Firm Average Turnover of last 5 years - >5 but < 50 crore 3.5
Total 10

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

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

S.No. Description Max Sub-


Points Points
1 Specific experience of the DPR consultancy related to the 30
assignment for eligibility in last 7 Financial Years
1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane 10
NH/SH/Expressway projects
1.1.1 More than the indicative Length of the package applied for 3.5
1.1.2 More than 2 times the indicative length of the packageapplied for 4.5
1.1.3 More than 3 times the indicative length of the packageapplied for 5
1.1.4 More than 4 times the indicative length of the packageapplied for 6.5
1.1.5 More than 5 times the indicative length of the packageapplied for 8.5
1.1.6 More than 6 times the indicative length of the packageapplied for 10

22
1.2 DPR for 2/4/6 laning NH/SH/Expressway projects each equal 15
to or more than 40 % of indicative length of a package applied
for (or Feasibility Study for 2/4/6 laning NH/SH/Expressway
projects each equal to or more than 60 % of indicative length
of a package applied for
1.2.1 1 project 7.5
1.2.2 2 projects 9
1.2.3 3 projects 11
1.2.4 4 projects 12.5
1.2.5 >=5 projects 15
2 DPR of Major Bridges/ROBs having length more than 1000m 5
(excluding approaches)
2.1 2 bridge 3.5
2.2 3 bridges 4.0
2.3 4 bridges 4.5
2.4 ≥5 bridges 5.0
Note: In case feasibility study is a part of DPR services the experience shall be counted in
DPR only. In case bridge is included as part of DPR of highway the experience will be counted
in both (1) and (2).

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


proposed to be used (5)

S.No Description Max Sub-


Points Points
1 Availability of minimum Material Testing Facilities with 0.75
persons/resources having operational skills ofthe equipment –
(as per details given below the
table)
1.1 Owned* (Available In House) or Outsourced (Hire 0.75
basis/Through Associate) supported by MOU / lease
Agreement
1.2 Not available 0
* Shall be ascertained through the ownership evidence in regard to major equipment required
for testing of materials to be used for construction of Highway Project.
2 Availability of minimum Field Investigation Facilities with 0.50
persons/resources having operational skills of the equipment (as
per details given below the table)

2.1 Owned** (Available In House) or Outsourced (Hire 0.50


basis/Through Associate) supported by MOU / leaseAgreement

23
2.2 Not available 0

** Shall be ascertained through ownership evidence for construction of Highway Project.


3 Availability of minimum Office Equipment and Software with 0.75
persons/resources having operational skills of the equipment
(as per details given below the
table)
3.1 Owned*** (Available In House) or Outsourced (Hire 0.75
basis/Through Associate) supported by MOU / lease
Agreement
3.2 Not available 0
*** Shall be ascertained through ownership evidence for key hardware/software required
for Highway consultancy assignment.
4 Experience in use of LiDAR or better technology for 1.25
topographic survey (Infrastructure sector) in last 7 Financial
Years

4.1 1project 0.25


4.2 2 projects 0.50
4.3 3 projects 0.75
4.4 4 projects 1.00
4.5 ≥ 5 projects 1.25
5 Experience in using GPR and Induction Locator orbetter 1
technologies for detection of sub-surface utilities
(Infrastructure sector) in last 7 Financial
Years
5.1 1project 0.25
5.2 2 projects 0.50
5.3 3 projects 0.75
5.4 ≥ 4 projects 1.0
6 Experience in digitization of cadastral maps for landsurveys in 0.75
last 7 Financial Years
6.1 Area upto 100 ha 0.25
6.2 Area between 100-500 ha 0.50
6.3 Area > 500 ha 0.75

24
List of minimum essential equipment which the firm must possess for securing
marks in respective categories:
Material Testing Facilities (All should be available to be eligible for full marks)
a. Aggregate testing facility including flakiness index, elongation index, abrasion,impact,
crushing, stripping value, unconfined compressive strength, setting time.
b. Soil testing facility including Atterrberg limits, soil classifications, moisture content,
density, CBR value.
Field Investigation Facilities (All should be available to be eligible for fullmarks)
a. Benkelman Beam or equivalent / better
b. Roughometer or equivalent / better
c. DGPS and Total station with appropriate software or equivalent / better
Office Equipment and Software (All should be available to be eligible for fullmarks)
a. Office equipment setup including Computer, plotter, A0 printer etc.
b. MX/ MOSS or equivalent / better software for road design
c. AutoCAD
d. STAAD or equivalent / better

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

B2 Experience in use of technology (5)

Max Sub-
S. Description Marks Points
No
1 Experience of Aerial LiDAR or equivalent technology for 1.5
topographic survey (Infrastructure sector) with
persons/resources having operational skills of the equipment
with the firm Experience through owned or outsourced e q u i
p m e n t s u p p o r t e d b y M O U / l e a s e Agreement
(i) 1 project 0.5
(ii) 2 projects 1
(iii) >2 projects 1.5

25
1
Experience of using Geo Physical Survey Equipment
2
(Seismic Reflection / Seismic Refraction / Electrical
Resistivity / AEM etc.) for subsurface investigation with the
firm through owned or outsourced equipment
supported by MOU / lease Agreement

(i) 1 Project 0.5


(ii) >1 Projects 1
3 Experience of use of advanced structural health monitoring 1.5
systems which consists of accelerometers, Sensors,
inclinometers, anemometer, Load measuring pin etc. with
software to analyze the data and infer the structural health
and residual life. The experience can be through owned or
outsourced equipment & software supported by MOU / lease
Agreement.

(i) 1-2 Major Bridges 0.5


(ii) 3-5 Major Bridges 1
(iii) > 5 Major Bridges 1.5
4 Availability and experience in Processing of satellite imagery 1
for the creation of Digital Elevation Model (DEM) and Digital
Terrain Model (DTM) with the firm through owned or
outsourced equipment supported byMOU / lease
Agreement

(i) 1 Project 0.50


(ii) >1 Projects 1.00
Total 5

* Ownership Shall be ascertained through the ownership evidence. Notes:

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

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

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

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

26
D. Qualification and relevant experience of the proposed key personnel (50)

The weightage for various key staff is as under:

1 Normal Highway Project:

S.No. Key personnel Proposed


Points
1 Team Leader cum Senior Highway Engineer 10
2 Senior Bridge Design Engineer 8
3 Highway Design Engineer 6
4 Traffic / Road Signage / Marking and SafetyExpert 5

5 Environmental Specialist 4
6 Material-cum-Geo-technical Engineer 5
7 Senior Survey Engineer 4
8 Quantity Surveyor / Documentation Expert 2
9 Land Acquisition Expert 4
10 Utility Expert 2
Total 50

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

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


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

12.4 DELETED

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

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

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

27
APPENDIX-I

TERMS OF REFERENCE (TOR)

Consultancy services for preparation of DPR for Construction of Greenfield Radial Road
from Outer Ring Road interchange at Raviryal to Regional Ring Road at Amangal

Terms of Reference for Consultancy Services (TOR)

1. General

1.1 The HGCL has been entrusted with the assignment Preparation of Detailed Project
report for Construction of Greenfield Radial Road from Outer Ring Road
interchange at Raviryal to Regional Ring Road at Amangal . HGCL now invites
proposal from Technical consultants for carrying out detailed project report as per details
given in Annexure-1.

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

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

2. Objective

2.1 The main objective of the consultancy service is to establish the technical, economical, and
financial viability of the project and prepare detailed project reports for Construction of six
lane Greenfield road configuration.

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

2.3 The Detailed Project Report (DPR) would inter-alia include detailed highway design,
design of pavement and overlay with options for flexible or rigid pavements, design of
bridges and cross drainage structures and grade separated structures, design of service roads,
quantities of various items, detailed working drawings, detailed cost estimates, economic
and financial viability analyses, environmental and social feasibility, social

28
and environmental action plans as appropriate and documents required for tendering the
project on commercial basis for international / local competitive bidding.

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

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

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

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

29
(iii) The highway shall have provision for service roads in inhabited areas, preferably of 10 mtrs
width, with maximum access –control for the main carriage way .
(iv) Access to the towns/cities/establishments located on the existing National Highway, may be
provided through spurs from the green field route.

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

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

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

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

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

(c) Earmark width of 1.5 mtrs for construction of a drain so as to be able to capture the
rainwater flow from the Service Road (wherever provided) and the main carriageway.

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

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

(f) A Mirror Image on the other end.

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

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


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

30
3.3 Role and Responsibilities at different stages of Land Acquisition

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

(i) To delineate and propose the most optimal alignment and take care of geometrics of the
road to meet safety parameters while finalizing the DPR;

(ii) Identify and avoid (to the extent feasible) all such structures (religious structures, public
utilities cremation grounds, private structures) in the RoW of the road project that could
become major hindrances at the time of project execution;
(iii) Procure or create digitized, geo referenced cadastral/land revenue maps for the purpose of
land acquisition activities. Where state governments of local agencies have already digitize
cadastral maps, the consultant shall arrange to procure such maps. The digitized map should
exactly match the original map so that the dimensions and area of plots can be extracted from
the map itself.
(iv) Co-ordinate collection of all relevant land revenue records (including Khasra maps,
Khatiyan, Jamabandi etc.) from the local land revenue administration office required for
preparation of Draft notification under Section 3A of the relevant Act.
(v) Identify and list all land parcels that need to be acquired as part of project road. Conduct Joint
measurement survey in conjunction with CALA, the Executing Agency and the Land
Revenue Department to verify land records.
(vi) Assist the CALA and the Project Executing agency in preparation of statutory notification
under Sections 3A, the CALA during hearing of objections received under Section 3C,
recording of hearings and completion of this process, preparation of draft notification under
Section 3D and completion of the LA process at every stage, timely publication of
notifications and public notices in newspapers at every stage;
(vii) Clear identification and preparation of an inventory of the assets attached to the land under
acquisition (e.g. Structures, trees, crops or any such assets which should be valued for
payment of compensation);
(viii) Co-ordination with offices of various departments like Land Revenue Office (or Tehsil),
Registrar office and other State departments (public works department, horticulture
department, forest department etc.) for evaluation of assets (Structures, tree, crops etc.)
attached to the land and liaison with respective State authority for authentication of the
valuation.
(ix) Prepare and inventory of all the utilities (electrical/water supply lines/gas pipelines etc.–
(x) both linear and cross overs) and all such structures (religious structure, public utilities,
cremation grounds, private structures) in the RoW of the road project that could become
major hindrances at the time of project execution;
(xi) Carefully avoid location of any Flyover/VUP/elevated structure where a high tension
electricity line (66/132/220/400 KV etc.) is crossing over so as to avoid raising of such line
at such point, while designing the road projects;
(xii) Assist in demarcation of the acquired land and installation of the boundary
stones/pillars/peg makings along the RoW of the alignment;
(xiii) Identification of land parcels missed out from acquisition in the first round and assist the
Authority and the CALA in preparation of Draft Notification for acquisition of the land
under missing plots.
(xiv) All Land Acquisition (LA) shall be done through empanelled LA agencies. However,
payment to such LA agencies would be made by the DPR consultants. However, the
responsibility of Deliverables shall be solely that of the DPR Consultant. Alternatively, in
case the Consulting Firm itself satisfies the criteria of empanelment or is itself empanelled
as LA agency, then there is no need to engage any other empanelled LA

31
Agency. Financial proposal of given the RFP is inclusive of the implications for support
team for CALA. Registration and empanelment of the LAAgencies shall be done by HGCL.
The rolling portal for the same shall be available throughout the year without any closing
date for the purpose of registration and the evaluation. The empanelment criteria for LA
consultants is described as under:
a) Total Experience of Land Acquisition for Any Central/State Government Agency
in last 7 Financial Years: More than 1000 Hectares
b) Total Experience of Land Acquisition for Any Central/State Government Agency
under relevant Act in last 7 Financial Years: More than 225 Hectares
c) Experience in digitization of cadastral maps for land surveys in last 7 Financial
Years: More than 100 Hectares
d) Has atleast 5 on-roll Land Acquisition Experts in form of Retired or Ex-Patwari
Naib Tahsildars/ Tahsildars /SDM/ADMs (or equivalent State
Government Designations) and senior Officers with at least 10 years ofexperience in
their respective Post
e) Has defined LA sub-professional team on the regular roll of at least 25 people
(Excluding Experts) in the last 3 Financial Years
f) Should have average annual Turnover of Atleast 2.5 Crores in last 3 Financial
Years.
g) Experience of each member of JV shall be considered in proportion to the JV
share give in the Joint Bidding Agreement.
h) Empanelment shall only be of a sole firm and not of any JV or Associate.

Note: Till the Empanelment process of LA Agencies has been completed by


HGCL, the DPR consultant shall utilise the services of such agencies which fulfil
the above said criteria which shall be verified by Authority before commencement
of the consultancy assignment

3.4 Approach to the provision and specifications for Structures:

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

3.4.2 Highway projects shall be designed for separation of local traffic especially for Vulnerable
Road Users (VRUs), for longitudinal movements and crossing facilities through viaduct(s)
located at convenient walking distance. Provision of PUPs and CUPs with size of 7.0m x
3.0m, as specified in para 2.10 of the IRC specifications, has proved to be insufficient
keeping in view the increased use of mechanization in agriculture practices. These
structures do not support the easy passage / crossing for the tractors with trolleys so often
used for agricultural operations. As traffic on cross roads is increasing day-by-day, it has
been decided to substitute the provision of Pedestrian Underpass (PUP) / Cattle
Underpass (CUP) [for para 2.10 of IRC specifies the

32
dimensions of 7.0m x 3.0m] with aLVUP with a minimum size of 12 (lateral clearance) x
4m (vertical clearance). Out of 12m lateral width, 2.5m width on one side shall be raised
for pedestrian sidewalks with grills to make pedestrian movement convenient and safe. A
third smaller dimension VUP-SVUP (4m*7m) for all cross roads carriageway width lesser
than 5.5m may also be considered. Thus VUPs would be of three grades i.e.VUP-
5.5mx20m ; LVUP-4mx12m ; and SVUP-4mx7m These structures shall be located at the
most preferred place of pedestrian / cattle / day-to-day crossings. Depending on the site
conditions, feasibility of clubbing the crossing facilities through service roads shall also be
explored. Further, the bed level of these crossings shall not be depressed as any such
depression, in the absence of proper drainage facilities becomes water-logged rendering
the same unusable. Ideally, the bed level of the crossings should be a bit higher with
proper connectivity to a drain, which could serve the drainage requirements of the main
carriageway, the underpass and the service road as well.

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

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

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

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

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

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

3.9 Environmental Impact Assessment, Environmental Management Plan and Rehabilitation


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

33
3.10 Wherever required, consultant will liaise with concerned authorities and arrange all
clarifications. Approval of all drawings including GAD and detail engineering drawings will
be got done by the consultant from the Railways. However, if Railways require proof
checking of the drawings prepared by the consultants, the same will be got done by HGCL
and payment to the proof consultant shall be made by HGCL 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 HGCL. Consultant is also required to prepare all Land
Acquisition papers (i.e. all necessary schedule and draft 3a, 3A, and 3D, 3G notification as
per L.A. act) for acquisition of land either under relevant Act or State Act.

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

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

3.13 The consultant shall prepare separate documents for BoT as well as EPC contracts at
Feasibility stage / DPR stage. The studies for financing options like BoT, Annuity, EPC
will be undertaken in feasibility study stage.

3.14 The consultant shall be guided in its assignment by the Model Concession/ Contract
Agreements for PPP/ EPC projects, as applicable and the Manual of Specifications and
Standards for two/ four/ six laning of highways published by IRC (IRC:SP:73 or
IRC:SP:84 or IRC:SP:87, as applicable) along with relevant IRC codes for design of long
bridges.

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

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

4. General

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

Part-I: Components of Feasibility Study (To be completed in First 1 month):


1. Traffic Study including axle load surveys
2. Alignment Options after verification through PMG Gati Shakti Portal
3. Topographical Study
4. Broad Structural features including lane configuration
34
5. Lane Configuration and intersections/junctions/Service Roads
6. Utility Shifting Requirement along with Tentative Estimates
7. Forest/Environmental/CRZ Clearance Requirement
8. Tentative/Normative Cost estimate with reasonable accuracy
9. Land Acquisition Tentative cost assessment
10. Financial Feasibility of the Project for Authority from Socio-Economic Prospect and
strictly in Financial Prospects (for both flexible & rigid pavements).
11. Proposing Mode of Contract Execution-EPC/HAM/BOT (Toll)/BOT (Annuity).

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

Part-II Components of DPR Study:

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


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

18. Proposing Mode of Contract Execution-EPC/HAM/BOT (Toll)/BOT (Annuity)

4.1 Primary Tasks

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

35
i. Review of all available reports and published information about the project road and the
project influence area;
ii. Environmental and social impact assessment, including such as related to cultural
properties, natural habitats, involuntary resettlement etc.
ii (a). Public consultation, including consultation with Communities located along the road, NGOs
working in the area, other stake-holders and relevant Government departments at all the
different stages of assignment (such as inception stage, feasibility stage, preliminary
design stage and once final designs are concretized).
iii. Detailed Reconnaissance;
iv. Identification of possible improvements in the existing alignment and bypassing congested
locations with alternatives, evaluation of different alternatives comparison on techno-
economic and other considerations and recommendations regarding most appropriate
option;
v. Traffic studies including traffic surveys and Axle load survey and demand forecasting for
next thirty years;
vi. Inventory and condition surveys for road;
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 and financial analyses;
xvii. Contract packaging and implementation schedule.
xviii Strip plan indicating the scheme for carriageway widening, location of all existing utility
services (both over- and underground) and the scheme for their relocation, trees to be
felled, transplanted and planted and land acquisition requirements including schedule for
LA: reports documents and drawings arrangement of estimates for cutting/ transplanting of
trees and shifting of utilities from the concerned department;
xix Develop 3D engineered models of terrain and elevation, as-is project highway, proposed and
project highway along with all features, current and proposed structures, current and proposed
utilities and land acquisition plans.
xx To find out financial viability of project for implementation and suggest the preferred mode on
which the project is to be taken up.
xxi. Preparation of detailed project report, cost estimate, approved for construction Drawings, rate
analysis, detailed bill of quantities, bid documents for execution of civil works through
budgeting resources.
xxii. Design of toll plaza and identification of their numbers and location and office cum residential
36
complex including working drawings
xxiii. Design of weighing stations, parking areas and rest areas.
xxiv. Any other user oriented facility en-route toll facility.
xxv. Tie-in of on-going/sanctioned works of MORT&H/ HGCL / other agencies.
xxvi. Preparation of social plans for the project affected people as per policy of the lending agencies/
Govt. of India R&R Policy.

4.2 While carrying out the field studies, investigations and design, the development plans
being implemented or proposed for future implementation by the local bodies, should be
taken into account. Such aspect should be clearly brought out in the reports and drawings.
It must be noted that all the geotechnical investigations and testings shall be done through
the empanelled agencies of HGCL only. The Empanelment Criteria is attached as
Enclosure-V

Registration and empanelment of the Testing Agencies shall be done by HGCL. The
rolling portal for the same shall be available throughout the year without any closing date
for the purpose of registration and the evaluation.

Note: Till the Empanelment process of testing/investigation Agencies has been completed by
HGCL, the DPR consultant shall utilise the services of such agencies which fulfil the
above said criteria (Enclosure-V) which shall be verified by Authority before
commencement of the consultancy assignment .

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

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

4.5 Standards and Codes of Practices

1. All activities related to field studies, design and documentation shall be done as per the
latest guidelines/ circulars of MoRT&H and relevant publications of the Indian Roads
Congress (IRC) and Bureau of Indian Standards (BIS). For aspects not covered by IRC
and BIS, international standards practices, may be adopted. The Consultants, upon award
of the Contract, may finalize this in consultation with HGCL and reflect the same in the
inception report.
2. All notations, abbreviations and symbols used in the reports, documents and drawings
shall be as per IRC:71.

4.6 Quality Assurance Plan (QAP)

1. (i) The Consultants should have detailed Quality Assurance Plan (QAP) for all field studies
including topographic surveys, traffic surveys, engineering surveys and investigations,
design and documentation activities. The quality assurance plans/procedures for different
field studies, engineering surveys and investigation, design and documentation activities
should be presented as separate sections like engineering surveys and investigations,
traffic surveys, material geo-technical and sub-soil investigations, road and pavement
investigations, investigation and design of bridges & structures, environment and R&R
assessment, economic & financial analysis, drawings and documentation, preparation,
checking, approval and filing of calculations, identification and tractability of project
documents etc. Further, additional information as per format shall be furnished regarding
the details of personal who shall be responsible for carrying out/preparing and
checking/verifying various activities forming part of feasibility study and project
preparation, since inception to the completion of work. The detailed Draft QAP Document
must be discussed and finalized with the concerned HGCL officers immediately upon the
award of the Contract and submitted as part of the inception report.
37
(ii) It is imperative that the QAP is approved by HGCL before the Consultants start the field
work.

2. Data formats for report and investigation results

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

4.7 Review of Data and Documents

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

i. Climate;
ii. Road inventory
iii Road condition, year of original construction, year and type of major
maintenance/rehabilitation works;
iv. Condition of bridges and cross-drainage structures;
v. sub-surface and geo-technical data for existing bridges;
vi. Hydrological data, drawings and details of existing bridges;
vii Existing geological maps, catchment area maps, contour plans etc. for the project area

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


ix. Details of sanctioned / on-going works on the stretch sanctioned by MoRT&H/other
agencies for Tie-in purposes
x. Survey and evaluation of locally available construction materials;
xi. Historical data on classified traffic volume (preferably for 5 years or more);
xii. Origin-destination and commodity movement characteristics; if available
xiii. Speed and delay characteristics; if available;
xiv. Commodity-wise traffic volume; if available;
xv. Accident statistics; and,
xvi. Vehicle loading behavior (axle load spectrum), if available.
xvii Type and location of existing utility services (e.g. Fibre Optical Cable, O/H and U/G
Electric, Telephone line, Water mains, Sewer, Trees etc.)
xviii Environmental setting and social baseline of the project.

4.8. Social Analysis

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

38
4.9 Traffic Surveys

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

4.9.1 Number and Location of Survey Stations

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

Sl. No. Description Number of Survey


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

2. The number of survey locations indicated in the table above are indicative only for each road
stretch under a package. The Consultants shall, immediately upon award of the work,
submit to HGCL, proposals regarding the total number as well as the locations of the traffic
survey stations as of inception report. Suitable maps and charts should accompany the
proposals clearly indicating the rationale for selecting the location of survey Station.
3. The methodology of collection and analysis of data, number and location of traffic
survey stations shall be finalized in consultation with HGCL prior to start of the traffic
survey.

4.9.2. Classified Traffic Volume Count Survey

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

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

(a) Classification of vehicles: better than 95%

(b) Counting of vehicles: better than 98%

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

(a) Classification of vehicles: better than 90%

(b) Counting of vehicles: better than 95%

For verification of above accuracy levels, audit of raw ATCC shall be done by the
consultant on a sampling basis and should submit a certificate in this regard.
39
3. ATCC systems such as Pneumatic Tube Detector, Inductive Detector Loop, Video
Image Detection, and Infrared Sensor or latest technologies shall be adopted.

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

Motorised Traffic Non-Motorised Traffic


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

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

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

4.9.3. Origin Destination and Commodity Movements Surveys

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

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

3. The trip matrices shall be worked out for each vehicle type information on weight for
trucks should be summed up by commodity type and the results tabulated, giving total
weight and average weight per truck for the various commodity types. The sample size for
40
each vehicle type shall be indicated on the table and also in the graphical representations.

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

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

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

4.9.4. Turning Movement Surveys

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

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

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

4.9.5. Axle Load Surveys

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

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

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

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

41
4.9.6. Speed-Delay Surveys

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

4.9.7 Pedestrian / animal cross traffic surveys:

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


necessary to improve the traffic safety.

2. Consultant shall leverage information from local consultations, inputs from local
governmental/ non-governmental agencies in selecting sites for checking pedestrian/
animal crossing traffic surveys.
3. Surveys for provision of pedestrian crossings shall minimum be conducted at all junctions
being replaced by grade separators.

4.9.8 Truck Terminal Surveys

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

4.10. Traffic Demand Estimates

1. The consultants shall make traffic demand estimates and establish possible traffic growth
rates in respect of all categories of vehicles, taking into account the past trends, annual
population and real per capita growth rate, elasticity of transport demand in relation to
income and estimated annual production increase. The other aspects including socio-
economic development plans and the land use patterns of the region having impact on the
traffic growth, the projections of vehicle manufacturing industry in the country,
development plans for the other modes of transport, O-D and commodity movement
behaviour should also be taken into account while working out the traffic demand
estimates.
2. The values of elasticity of transport demand shall be based on the prevailing practices in the
country. The Consultants shall give complete background including references for selecting
the value of transport demand elasticity.
3. It is envisaged that the project road sections covered under this TOR would be completed
and opened to traffic after 3 years. The traffic demand estimates shall be done for a further
period of 30 years from completion of two/four lane. The demand estimates shall be done
assuming three scenarios, namely, optimistic, pessimistic and most likely traffic growth.
The growth factors shall be worked out for five-yearly intervals.
4. Traffic projections should be based on sound and proven forecasting techniques. In case
traffic demand estimated is to be made on the basis of a model, the application of the model
in the similar situation with the validation of the results should be established. The traffic
projections should also bring out the possible impact of implementation of any competing
facility in the near future. The demand estimates should also take into account the freight
and passenger traffic along the major corridors that may interconnect with the project.
Impact of toll charges on the traffic estimates should be estimated.
5. The methodology for traffic demand estimates described in the preceding paragraphs is for
normal traffic only. In addition to the estimates for normal traffic, the Consultants shall also
work out the estimates for generated, induced and diverted traffic.
6. The traffic forecasts shall also be made for both diverted and generated traffic.
7. Overall traffic forecast thus made shall form the basis for the design of each pavement type
and other facilities/ancillary works.
42
4.11. Engineering Surveys and Investigations

4.11.1. Reconnaissance and Alignment


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

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

(i). topographical features of the area;


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

Possible bridge locations, land acquisition problems, nature of crossings, likely length of
approaches and bridge, firmness of banks, suitability of alignment of approach roads.
3. The data derived from the reconnaissance surveys are normally utilized for planning and
programming the detailed surveys and investigations. All field studies including the traffic
surveys should be taken up on the basis of information derived from the reconnaissance
surveys.
4. The data and information obtained from the reconnaissance surveys should be documented.
The data analysis and the recommendations concerning alignment and the field studies
should be included in the Inception Report. The data obtained from the reconnaissance
surveys should form the core of the database which would be supplemented and augmented
using the data obtained from detailed field studies and investigations.
5. The data obtained from the reconnaissance surveys should be compiled in the tabular as
well as graphical (chart) form indicating the major physical features and the proposed
widening scheme for HGCL's comments. The data and the charts should also
accompany the rationale for the selection of traffic survey stations.

43
4.11.2. Topographic Surveys

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

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

3. The following are the set of deliverables which should be submitted after completion of
survey:

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

44
iii. The detailed topographic surveys should be carried out along the approach roads
alignment and location of bridge approved by HGCL.
iv. Collection/ Extraction of details for all features such as structures (bridges, culverts
etc.) utilities, existing roads, electric and telephone installations (both O/H as well as
underground), huts, buildings, fencing and trees (with girth greater than 0.3metre) oil
and gas lines etc. falling within the extent of survey.

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

(i). The width of the survey corridor should take into account the layout of the existing
alignment including the extent of embankment and cut slopes and the general ground
profile. While carrying out the field surveys, the widening scheme (i.e. right, left or
symmetrical to the centre line of the existing carriageway) should be taken into
consideration so that the topographic surveys cover sufficient width beyond the centre line of
the proposed divided carriageway. Normally the surveys should extend a minimum of 30 m
beyond either side of the centre line of the proposed divided carriageway or land boundary
whichever is more
(ii). In case the reconnaissance survey reveals the need for bypassing the congested locations,
the traverse lines would be run along the possible alignments in order to identify and select
the most suitable alignment for the bypass. The detailed topographic surveys should be carried
out along the bypass alignment approved by HGCL. At locations where grade separated
intersections could be the obvious choice, the survey area will be suitably increased. Field
notes of the survey should be maintained which would also provide information about
traffic, soil, drainage etc.
(iii). The width of the surveyed corridor will be widened appropriately where developments and /
or encroachments have resulted in a requirement for adjustment in the alignment, or where
it is felt that the existing alignment can be improved upon through minor adjustments.
(iv). Where existing roads cross the alignments, the survey will extend a minimum of100 m
either side of the road centre line and will be of sufficient width to allow improvements,
including at grade intersection to be designed.

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 top surface. The
reference pillar shall be embedded in concrete upto a depth of 30cm with CC M10 (5 cm
wide all around). The balance 15 cm above ground shall be painted yellow. The spacing
shall be 250m apart, incase Bench Mark Pillar coincides with Reference Pillar, only one
of the two need be provided.
(b). Establishing Bench marks at site connected to GTS Bench marks at a interval of250 metres
on Bench mark pillar made of RCC as mentioned above with RL and BM No. marked
on it with red paint.
(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.

4.11.2.1 Longitudinal and Cross-Sections

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

45
earth work calculations. Cross sections shall be taken at closer interval at curves. The
interval shall be modified as per IRC SP 19 for rolling, mountainous & steep terrain.
iii. Longitudinal section for cross roads for length adequate for design and quantity estimation
purposes.
iv. Longitudinal and cross sections for major and minor streams shall cover Cross section of
the channel at the site of proposed crossing and few cross sections at suitable distance both
upstream and downstream, bed level upto top of banks and ground levels to a sufficient
distance beyond the edges of channel, nature of existing surface soil in bed, banks &
approaches, longitudinal section of channel showing site of bridge etc. These shall be as per
recommendations contained in IRC Special Publication No. 13 (Guidelines for the Design
of Small Bridges and Culverts) and provisions of IRC:5 (“Standard Specifications & Code
of Practice for Road Bridges, Section 1 – General Features of Design”).

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

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

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


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

4.11.2.2 Details of utility Services and Other Physical Features

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

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

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

4.11.3. Road and Pavement Investigations

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

4.11.3.1 Road Inventory Surveys

1. Detailed road inventory surveys shall be 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:
46
i. Terrain (flat, rolling, mountainous);
ii. Land-use (agricultural, commercial, forest, residential etc) @ every kilometre;
iii. Carriageway width, surfacing type @ every 500m and every change of feature
whichever is earlier;
iv. Shoulder surfacing type and width @ every 500m and every change of feature
whichever is earlier;
v. Sub-grade / local soil type (textural classification) @ every 500m and every change of
feature whichever is earlier;
vi. Horizontal curve; vertical curve
vii. Road intersection type and details, at every occurrence;
viii. Retaining structures and details, at every occurrence;
ix. Location of water bodies (lakes and reservoirs), at every occurrence;
x. Height of embankment or depth of cut @ every 200m and every change of feature
whichever is earlier.
xi. Land width i.e. ROW
xii. Culverts, bridges and other structures (type, size, span arrangement and location)
xiii. Roadside arboriculture
xiv. Existing utility services on either side within ROW. There shall be a provision of utility
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

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

1. Pavement Composition
i. The data concerning the pavement composition may be already available with the PWD.
However, the consultants shall make trial pits to ascertain the pavement composition. The
test pit interval will be as per Para 4 below.
ii. For each test pit, the following information shall be recorded:
test pit reference (Identification number, location):
pavement composition (material type and thickness); and
subgrade type (textural classification) and condition (dry, wet)
embankment (composition and geometry)
2. Road and Pavement Condition Surveys
i. Detailed field studies shall be carried out to collect road and pavement surface conditions.
The data should generally cover:
pavement condition (surface distress type and extent);
shoulder condition;
embankment condition; and
drainage condition

47
Pavement Condition
cracking (narrow and wide cracking), % of pavement area affected;
raveling, % of pavement area affected;
potholing, % of pavement area affected;
edge break, length (m); and,
rut depth, mm

Shoulder Condition
Paved: Same as for pavement
Unpaved: material loss, rut depth and corrugation,
Edge drop, mm.

Embankment Condition

general condition; and


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

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

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

3. Pavement Roughness

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

48
mounted laser profilometer or better technology with specifications as described in
para 2 above

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

 Roughness measurement with outputs of both raw longitudinal profiles and IRI
calculation shall be reported at 100m referenced to the preceding LRP. The
roughness must meet ASTM-E950 (equivalent to Class I road profiler).

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

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

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

4. Pavement Structural Strength


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

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

49
4.11.3.3 Subgrade Characteristics and Strength

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

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

(i). For the widening (2-Laning) of existing road within the ROW, the Consultants shall test at
least three sub-grade soil samples for each homogenous road segment or three samples for
each soil type encountered, whichever is more.
(ii). For the roads along new alignments, the test pits for sub grade soil shall be @5km or for
each soil type, whichever is more. A minimum of three samples should be tested
corresponding to each homogenous segment.

3. The testing for subgrade soil shall include:

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


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

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

5. The laboratory for testing of material should be got approved from HGCL before start of
work.4.11.4 Investigations for Bridges and Structure

4.11.4.1 Inventory of Bridges, Culverts and Structures

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

4.11.4.2 Hydraulic and Hydrological Investigations

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

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

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


under flood situation, general direction of river course through structure, afflux, extent and
magnitude of flood, effect of backwater, if any, aggradation/degradation of bed, evidence
50
of scour etc. shall be used to augment the available hydrological data. The presence of
flood control/ irrigation structures, if affecting the hydraulic characteristics like causing
obliquity, concentration of flow, scour, silting of bed, change in flow levels, bed levels etc.
shall be studied and considered in design of bridges. The details of any future planned work
that may affect the river hydraulics shall be studied and considered.

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

5. The Consultants shall collect information on high flood level (HFL), low water levels
(LWL), high tide level (HTL), low tide level (LTL) where applicable, discharge velocity
etc. from available past records, local inquiries and visible signs, if any, on the structural
components and embankments. Local inquiries shall also be made with regard to the road
sections getting overtopped during heavy rains.
6. Conducting Model studies for bridges is not covered in the scope of consultancy services. If
Model study is envisaged for any bridge, requirement of the same shall be spelt out in the
RPF documents separately indicating scope and time frame of such study. Salient features
of the scope of services to be included for model study are given in the supplement- II
Terms of Reference.

4.11.4.3 Condition Surveys for Bridges, Culverts and Structures

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

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

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

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

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

5. Consultant shall carryout necessary surveys and investigations to establish the remaining
service life of each retainable bridge or structure with and without the proposed
strengthening and rehabilitation according to acceptable international practice in this
regard.
51
4.11.4.4 Geo-technical Investigations and Sub-Soil Exploration
1. The Consultants shall carry out geo-technical investigations and sub-surface explorations
for the proposed Bridges / Road over bridges/ tunnels/ viaducts/ interchanges etc., along
high embankments and any other location as necessary for proper design of the works and
conduct all relevant laboratory and field tests on soil and rock samples. The minimum
scope of geo-technical investigations for bridge and structures shall be as under:

S. No. Description Location of Boring


1 Overall length = 6 – 30 m One abutment location and at least one intermediate
location between abutments for structures having
more than one span
2 Overall length = 30 – 60 One abutment location and at least one intermediate
m location between abutments for structures having
more than one span.
3 Overall length >60 m Each abutment and each pier locations.

2. The deviation(s), if any, by the Consultants from the scheme presented above should be
approved by HGCL.

3. However, where a study of geo-technical reports and information available from adjacent
crossings over the same waterway (existing highway and railway bridges) indicates that
subsurface variability is such that boring at the suggested spacing will be insufficient to
adequately define the conditions for design purposes, the Consultants shall review and
finalize the bore hole locations in consultation with the HGCL officers.

4. 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.

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

6. The sub-soil exploration and testing should be carried out through the Geotechnical
Consultants empanelled by HGCL. The soil testing reports shall be in the format
prescribed in relevant IRC Codes.

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

4.11.5. Material Investigations

1. The Consultants shall identify sources (including use of fly-ash/ slag), quarry sites and borrow
areas, undertake field and laboratory testing of the materials to determine their suitability for
various components of the work and establish quality and quantity of various construction
materials and recommend their use on the basis of techno- economic principles. The
Consultants shall prepare mass haul diagram for haulage purposes giving quarry charts
52
indicating the location of selected borrow areas, quarries and the respective estimated
quantities.
“Environment friendly materials”

“As per MORTH circular No. RW /NH-33044/53/2013-S&R(R) dated 20th November,


2013, alternative pavement materials and technologies for road construction shall be
assessed and compared in the design stage. The alternative resulting in substantial
reduction in GHG emission and with least life cycle cost shall be recommended for
implementation.

Technical and economic feasibility of using industrial byproducts, recyclable and waste
materials shall be assessed depending on their availability in the concerned region.

2. It is to be ensured that no material shall be used from the right-of-way except by way of
leveling the ground as required from the construction point of view, or for landscaping and
planting of trees etc. or from the cutting of existing ground for obtaining the required
formation levels.

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


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

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

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

4.12 Detailed Design of Road and Pavements, Bridges, Structures

4.12.1. General

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

53
xi. Drainage design showing location of turnouts, out falling structures, separate drawings sheet
for each 5 km. stretch.
xii. Bridges and structures rehabilitation plan with design and drawings
xiii. Traffic amenities (Parking Areas, Weighing Station and Rest Areas, etc.).
xiv. Design of pavement for approach road
xv. Design of river bank protection / training works. Innovative type of structures with
minimum joints, aesthetically, pleasing and appropriate to the topography of the region shall
be designed wherever feasible.

4.12.2. Design Standards

1. 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 HGCL.

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

4.12.3. Geometric Design

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

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

3. The data on accident statistics should be compiled and reported showing accident type and
frequency so that black spots are identified along the project road section. The possible
causes (such as poor geometric features, pavement condition etc.) of accidents should be
investigated into and suitable cost-effective remedial measures suggested for
implementation.

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

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

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

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

54
different horizon periods taking into account special problems such as road segments with
isolated steep gradients.

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

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

9. The Consultant shall also prepare details for at-grade junctions, which may be adopted as
alternative to the grade separated structures. The geometric design of interchanges shall
take into account the site conditions, turning movement characteristics, level of service,
overall economy and operational safety.
10. The Consultants shall prepare design and other details in respect of the parallel service roads
in urbanized locations and other locations to cater to the local traffic, their effect of the
viability of the project on commercial basis if service roads are constructed as part of the
project and the implications of not providing the service roads.

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

4.12.4. Pavement Design

1. The detailed design of pavement shall involve:

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

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

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

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

5. For the design of overlays for the existing 2-lane pavement, the strengthening
55
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.

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

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


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

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

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

4.12.5. Design of Embankments

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

2. The Consultants shall carry out detailed analysis and design for all embankments of height
greater than 6 m based on relevant IRC publications.

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

56
4.12.6. Design of Bridges and Structures

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

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

2. The Consultant shall prepare General Arrangement Drawing (GAD) and Alignment Plan
showing the salient features of the bridges and structures proposed to be constructed
/ reconstructed along the road sections covered under the Study. These salient features such
as alignment, overall length, span arrangement, cross section, deck level, founding level,
type of bridge components(superstructure, substructure, foundations, bearings, expansion
joint, 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 HGCL to approve the best
alternative. After approval of alignment and GAD the Consultant shall prepare detailed
design as per IRC codes /guidelines and working drawings for all components of bridges
and structures.

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

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

57
5. Subsequent to the approval of the GAD and Alignment Plan by HGCL and Railways, the
Consultant shall prepare detailed design as per IRC and Railways guidelines and working
drawings for all components of the bridges and structures. The Consultant shall furnish the
design and working drawings for suitable protection works and/or river training works
wherever required.

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


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

7. The existing structures having inadequate carriageway width shall be


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

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


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

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

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

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

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

4.12.7. Drainage System

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

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

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

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

58
5. The rain water harvesting requirements be assessed taking into consideration the Ministry
of Environment & Forest Notification Dt. 14.01.1997 (as amended on 13.01.1998,
05.01.1999 & 06.11.2000). The construction of rainwater harvesting structure is mandatory
in and around water scarce / crisis areas notified by the Central Ground Water Board. The
provisions for rainwater harvesting be executed as per the requirements of IRC:SP:42-2014
(Guidelines for Road Drainage) and IRC:SP:50-2013 (Guidelines on Urban Drainage).

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

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

4.12.8. Traffic Safety Features, Road Furniture and Road Markings

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

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

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

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

5. Road markings and proper signage constitute another important aspect of the Road safety.
The DPR shall contain a detailed signage plan, indicating the places, directions, distances
and other features, duly marked on the chainage plan. It shall specify the suitable places
where FoBs are to be provided. Road marking and signage plan shall be included in DPR
and shall be specifically approved by the HGCL.
6. Advanced Traffic Management System (ATMS) shall be in place for all 4/6 lane roads
of HGCL 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, HGCL’s policy circular no.11041/218/2007-Admn dated
15.09.2016 and Policy Circular No. 11.53/2023 dated 10.10.2023 may be referred.

7. As availability of suitable sight distance has a large effect on road safety, the alignment of
all the NHs should be finalized in such a way so as to have double the stopping sight
distance available to the road users at all locations.
59
4.12.9. Arboriculture and Landscaping

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

4.12.10. Toll Plaza

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

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

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

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

4.12.11. Weighing Station, Parking Areas and Rest Areas


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

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

60
4.12.12 Miscellaneous Works

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

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

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

4.13 Environment and Social Impact Assessment

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

4.13.1 Environmental Impact Assessment

Environment impact assessment or initial environment examination be carried out in


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

1. The consultant should carry out the preliminary environmental screening to assess
the direct and induced impacts due to the project.

2. The consultant shall ensure to document baseline conditions relevant to the project
with the objective to establish the benchmarks.

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

4. The consultant shall do the analysis of alternatives incorporating environmental


concerns. This should include with and without scenario and modification
incorporated in the proposed project due to environment considerations.

5. The consultant shall give special attention to the environmental enhancement


measures in the project for the following:

(a) Cultural property enhancement along the highways


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

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


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

7. The consultant shall establish a suitable monitoring network with regard to air,
water and noise pollution. The consultant will also provide additional inputs in the
61
areas of performance indicators and monitoring mechanisms for environmental
components during construction and operational phase of the project.

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

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

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

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

12 Provision should be made for Noise Barriers wherever (especially where project
highway passes through dense habitation) required as a mitigation measure against
noise pollution and nuisance. Their location, dimension, type, material and shapes
should be determined and defined in environment impact assessment studies
forming part of DPR.

4.13.2 Social Assessment

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

2 The consultant shall prepare Land Acquisition Plan and assist HGCL in
acquisition of land under various Acts.

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

 Assessment on the impact of the project on the poor and vulnerable groups
along the project road corridor.
 Based on the identified impacts, developing entitlement matrix for the project
affected people.
 Assessment on social issues such as indigenous people, gender, HIV/AIDS,
62
labourers including child labour.
 Implementation budgets, sources and timing of funding and schedule of tasks.
 Responsibility of tasks, institutional arrangements and personnel for delivering
entitlement and plans to build institutional capacity.
 Internal and external monitoring plans, key monitoring indicators and grievance
redress mechanism.
 Incorporating any other suggestions of the ADB/ World Bank/ HGCL, till the
acceptance of the reports by the ADB/ World Bank/ HGCL

4.13.4 Reporting Requirements of EIA

 The consultant would prepare the stand-alone reports as per the requirement of the
ADB/World Bank /HGCL, as applicable, with contents as per the following:
 Executive Summary
 Description of the Project
 Environmental setting of the project.
 Identification and categorization of the potential impacts (during pre- construction,
construction and operation periods).
 Analysis of alternatives (this would include correlation amongst the finally
selected alternative alignment/routing and designs with the avoidance and
environmental management solutions).
 The public consultation process.
 Policy, legal and administrative framework. This would include mechanisms at the
states and national level for operational policies. This would also include a
description of the organizational and implementation mechanism recommended for
this project.
 Typical plan or specific designs for all additional environmental items as described
in the scope of work.
 Incorporating any other as per the suggestions of the ADB/ World Bank / HGCL, till
the acceptance of the reports by the ADB/ World Bank/ HGCL , as applicable.
 EMP Reports for Contract Package based on uniform methodology and processes.
The consultant will also ensure that the EMP has all the elements for it to be a legal
document. The EMP reports would include the following:
 Brief description of the project, purpose of the EMP, commitments on
incorporating environmental considerations in the design, construction and
operations phases of the project and institutional arrangements for implementing
the EMP.
 A detailed EMP for construction and operational phases with recourse to the
mitigation measures for all adverse impacts.
 Detailed plans for highway-side tree plantation (as part of the compensatory
afforestation component).
 Environmental enhancement measure would be incorporated.
 Enhancement measures would include items described in the scope of work and
shall be complete with plans, designs, BOQ and technical specifications.
 Environmental monitoring plans during and after construction including scaling
and measurement techniques for the performance indicators selected for
monitoring.
63
 The EMP should be amendable to be included in the contract documents for the
works.
 Incorporating any other as per the suggestions of the ADB/ World Bank/ HGCL, till
the acceptance of the reports by the ADB/ World Bank /HGCL as applicable.

4.13.5 Reporting requirements of RAP

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


Resettlement, A Guide to Good practice 1998 as amended time to time/ World Bank
Guidelines / Government of India Guidelines, as applicable.
 Executive summary
 Description of project
 Objectives of the project.
 The need for Resettlement in the Project and evaluation of measures to minimize
resettlement.
 Description and results of public consultation and plans for continued
participation of PAPs.
 Definition of PAPs and the eligibility criteria.
 Census and survey results-number affected, how are they affected and what
impacts will they experience.
 Legal and entitlement policy framework-support principles for different categories
of impact.
 Arrangements for monitoring and evaluation (internal and external)
 Implementation schedule for resettlement which is linked to the civil works
contract
 A matrix of scheduled activities linked to land acquisition procedures to indicate
clearly what steps and actions will be taken at different stages and the time frame
 The payment of compensation and resettlement during the acquisition
process
 An itemized budget (replacement value for all assets) and unit costs for different
assets
5.1 Land Acquisition
(AS per Right to Fair Compensation and Transparency in Land Acquisition, Rehabilitation and Resettlement Act, 2013
(Central Act No. 30 of 2013) as amended by the Right to Fair Compensation and Transparency in Land Acquisition,
Rehabilitation and Resettlement (Telangana Amendment) Act, 2016 (Act No. 21 of 2017).
5.1.1 Overall program management of all activities pertaining to Land Acquisition

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

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

i. Liaison with State Government departments including but not limited to Land Revenue
Office (or Tehsil), Sub - Registrar office, Directorate of Surveys and with other State
departments (like Public works department, horticulture department etc.) to expedite the
land acquisition process

64
ii. Co-ordinate collection of all the necessary land record documents and information required
to support CALA/CALA staff during the LA process
5.1.1.3 Facilitate communication between HGCL (PIU) and CALA throughout land acquisition
process

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


between the office of Competent Authority for Land Acquisition (CALA) and HGCL
5.1.1.4 Support CALA and PIU with manpower and resources CALA throughout land
acquisition process

i. Ensure presence of adequate manpower like surveyors, revenue inspectors, assistants, peons,
computer operators as required to support CALA, PIU, RO in the LA process
corresponding to respective project
5.1.2 Ensure comprehensive quality checks (4 Eye Checks) for all the notifications prepared before
submission in the Bhoomi Rashi portal Assist CALA and HGCL (PIU) in the publication of
notifications

5.1.2.1 Provide copy of following documents to PIU - 1 soft copy (less than 3MB combined) + 1
hard copy, on finalization of alignment and approval of the alignment from the competent
authority

i. Index Map: Document showing alignment of proposed highway overlaid on a detailed


political map of the region
ii. Alignment plan: Engineering plan detailing relative position of Proposed Right of Way to
existing road, bypasses, realignments significant structures, affected villages and chainage
iii. HGCL project sanction document detailing chainage, length, scheme code and land
acquisition requirements (Total Land Required, Land available, land to be acquired etc.)

5.1.2.2 Conduct enquiry at Village Administrative Office along approved alignment to ensure
inclusion of all villages

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

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

5.1.2.5 Co-ordinate with PIU and District Collector/State Government in obtaining appointment
order for CALA

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

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

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

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

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

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

i. Ensure collection of digitized survey maps from the state revenue department prepared
using CollabLand software of NIC for the purposes of land acquisition activities, wherever
65
available
ii. Ensure all survey maps collected are scaled to 1:500, 1:1000 or 1:2000
iii. Ensure survey maps contain all necessary information including boundary dimensions,
ladder diagrams, topographical details, sub division details and adjoining survey numbers
as available, in line with the norms of the State Government
iv. Verify the level of accuracy in the maps and their suitability for the purposes of supporting the
land acquisition effort for the project road in terms of both dimensional accuracy and details
available
v. Ensure consistency between the revenue maps and other land records (Record of Rights,
Tenancy and Crops /A-Register etc.) and correct the maps/records in case of inconsistency.
Ensure, the corrected maps are vetted by the Village Administrative Officer
5.1.3.3 Ensure collection of geo referenced control points capable of being imported into
appropriate GIS system

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

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

66
5.1.3.6 Ensure proper superimposition of the alignment map, digitized village map by accurately
matching the topographical details and geo-referenced ground control points on both the
layers.

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

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


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

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

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

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

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

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

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

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

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


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

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

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


notification

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

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

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


notification in 2 newspapers: 1 Vernacular + 1 Other

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

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

67
i. Ensure submission of 3A to the PIU in prescribed format within 30 days of 3a publication
ii. Ensure publishing of 3A in Gazette by pursuing the same with relevant stakeholder within
14 days of submission of final 3A to the PIU
iii. Provide adequate manpower including but not limited to AutoCAD draftsmen, liaison
officers, computer operators, retired tahsildars, etc. to ensure mandated timelines are met
iv. Ensure adequate resources including but not limited to computers, software licenses,
scanner, printer etc. are deployed to ensure mandated timelines are met

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

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

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

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

5.1.4.4 Assist CALA staff in receiving and compiling of objections

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

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

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

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

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

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

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

68
i. Provide scaled revenue maps, latest ownership records, village map and other revenue
documents necessary for conducting JMS
ii. Arrange retired revenue sub inspectors of survey and chainmen to conduct Joint
Measurement Survey at the consultant’s cost
iii. Ensure accurate measurement of revenue survey plots with respect to PROW of project, by
identifying physical features present on the ground & the survey sketches, measuring the
distance of the PROW stone from the physical features and marking the distance on the
survey sketch
iv. Ensure marking of PROW on scaled revenue maps indicating extent of encroachment into
survey numbers/sub division numbers
v. Ensure surveyors collect details of structures and trees present in sub-divisions during JMS
vi. Ensure accurate calculation of area affected in each sub-division
vii. Ensure sub-division records are prepared as per the guidelines of the state revenue surveyor
clearly indicating the name of the land owner as per latest ownership record
viii. Ensure sub-division records divide affected sub-divisions clearly indicating portion of land
vested with the owner and portion of land acquired by HGCL
ix. Ensure submission of JMS records in format expected by the CALA office along with all
supporting documents
x. Co-ordinate with local land revenue office in updating of all land records as per sub-
division records submitted to CALA office, including vesting of acquired land in the name
of Government of India, post publication of the 3D notification
xi. Provide daily reports to PIU and CALA office by mail indicating progress of JMS in terms of
length, villages and number survey numbers covered

5.1.5.4 Assist land revenue department in conducting pre-scrutiny

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

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

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

5.1.6.1 Prepare 3D draft based on 3A notification and scrutinized JMS statements in the format
prescribed by HGCL

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

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

i. Ensure presence of surveyors to clarify/rectify any issue that may arise during verification,
both during on-ground inspection as well as during the document verification

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

69
5.1.6.5 Assist PIU in uploading 3D notification (as declared by CALA) along with preamble on
Bhoomirashi

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


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

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

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

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

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

5.1.6.9 Assist PIU in coordinating with newspaper agency to ensure publication of 3A notification
in 2 newspapers: 1 Vernacular + 1 Other

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

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

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


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

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

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

5.1.7.2 Co-ordinate with HGCL /CALA on publishing of claim invitation notification in 2 local
newspapers - 1 vernacular and 1 other. The public notice inviting claims (under sub-
section 3 of section 3G) from all persons interested in the land to be acquired can be issued
along with the newspaper publication of 3D notification

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

5.1.7.4 Assist CALA during claim hearings, record hearings and compliance of corresponding
orders

i. Collate ownership claims and the documents received during the claim hearings

70
ii. Assist the office of the CALA in verifying the claims and in finalizing the land owners

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

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

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

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

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

5.1.8 Assist HGCL in obtaining possession of land

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

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

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

5.1.8.4 Co-ordinate collection of certificate of possession from CALA

5.1.9 Publication of Gazette Notifications relating to Land Acquisition:

5.1.9.1 Cost for publication of Gazette Notifications relating to land acquisition in Newspapers
shall be borne by the HGCL.

5.2 Utility shifting proposal and estimates

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

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

71
2. Deploy ground penetrating radar, inductor locators or better technology to accurately map
the location, type and size of utilities in the ROW of the project road as required in the
section of this TOR

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

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


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

5.2.2 Plan for utilities in future road design

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

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

5.2.3 Develop a utilities relocation plan

1. Consultants need to develop and submit a utilities relocation plan in consultation with
HGCL and user departments clearly identifying current utilities and suggested relocations
along with crossings as required

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

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

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

5.2.4 Estimates and approvals

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

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

3. Review final designs submitted, cost estimates, complete checklist, obtain required
declarations and submit to HGCL for approval

4. Work with user department, HGCL as required to incorporate any changes requested in
shifting proposal and cost estimate

5. Obtain all required utilities shifting proposal estimates and required approvals from both
user departments and HGCL within the time stipulated in DPR contract

5.3 Estimation of Quantities and Project Costs

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

72
and mass haul diagram) and project cost for the entire project (civil packages wise),
including the cost of environmental and social safeguards proposed based on MoRT&H’s
Standard Data Book and market rate for the inputs. The estimation of quantities shall be
based on detailed design of various components of the projects. The estimation of quantities
and costs would have to be worked out separately for civil work Package as defined in this
TOR.

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

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

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

6. Viability and Financing Options and Bidding process

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

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

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 HGCL.

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

6.1. Economic Analysis

1. The Consultants shall carry out economic analysis for the project. The analysis should be
for each of the sections covered under this TOR. The benefit and cost streams should be
worked out for the project using HDM-IV or other internationally recognized life- cycle
costing model.

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

i. assess the capacity of existing roads and the effects of capacity constraints on vehicle
operating costs (VOC);
ii. calculate VOCs for the existing road situation and those for the project;
iii. quantify all economic benefits, including those from reduced congestion, travel distance,
road maintenance cost savings and reduced incidence of road accidents; and,
iv. estimate the economic internal rate of return (EIRR) for the project over a 30-year

73
period. In calculating the EIRRs, identify the tradable and non- tradable components of
projects costs and the border price value of the tradable components.
v. Saving in time value.

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

Scenario – I Base Costs and Base Benefits


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

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

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

6.2 Financial Analysis

6.2.1 Need for financial analysis

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


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

6.2.2 Financial analysis of the project

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

74
6.2.3 Outputs from financial analysis

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

6.3 Bidding process

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

6.3.2 Preparation of documents

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

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

3. The consultant shall assist authority in reviewing bid documents and in making any
changes required basis their findings or the and finalising bid documents

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

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

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

6. Provide any and all clarifications required by the authority or other functionaries
such as the financial consultant and legal advisor as required for the financial
appraisal and legal scrutiny of the Project Highway and Bid Documents.

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


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

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


ministry before bidding the project.

6.3.3 Support during the bidding process

1. Consultant shall support HGCL through the entire bid process and shall be
responsible for sharing the findings from the preparation stages during the bid
process

2. The consultant shall ensure participation of senior team members of the consultant
during all interaction with potential bidders including pre-bid conference,
meetings, site visits etc.

75
3. During the bid process for a project, the consultant shall support the authority in:

a. Responding to all pre-bid technical queries


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

4. The consultant shall assist HGCL and its functionaries as needed in the
evaluation of technical bids

7. Time period for the service

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

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

8. Project Team and Project Office of the Consultant

1. The Consultants shall be required to form a multi-disciplinary team for this assignment. The
consultants’ team shall be manned by adequate number of experts with relevant experience
in the execution of similar detailed design assignments.

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

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

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

5. All key personnel and sub professional staff of the DPR Consultants shall use the
fingerprint based (biometric) attendance system for marking their daily attendance.
Attendance shall be marked at least once a day and anytime during the day. Biometric
Attendance System shall be installed by the DPR Consultants at its own cost at the site

76
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 HGCL 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 HGCL so desires, it shall facilitate electronic linking of the attendance system
with the Central Monitoring System of HGCL.

9. Reports to be submitted by the Consultant to HGCL

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

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

Report/deliverable
No Stage Key activities
submitted
1 Inception Project planning and Inception Report and QAP
mobilization
2 Feasibility Alignment finalization, Alignment Options Report and
preliminary surveys Feasibility Report
3 LA and LA, utilities identification; Strip Plan, LA Report (3a, 3A),
Clearances I creation of draft notifications and Clearances and Utility Shifting
proposals proposals
4 DPR Detailed design of highway, Draft DPR Report, Final DPR
preparation of detailed project Report, documents and drawings
report with drawings
5 Technical Preparation of bid documents and Civil Works Contract Agreement
Schedules technical schedules and Schedules
6 (i) LA II Land acquisition process, JMS and 3D Report, Final
(ii) Project obtaining final utilities estimates Project Clearances and Utilities
Clearances and required clearances Report

7 LA III- Award Land acquisition award 3G Report


Determination determination
8 LA IV- Obtaining possession of land Land Possession Report
Possession

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

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

77
9.3 Timelines for the submission of reports and documents

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

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

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

2. The time schedule for various submissions prescribed at Sl. No.1 above shall be strictly
adhered to. No time overrun in respect of these submissions will normally be permitted.
Consultant is advised to go through the entire terms of reference carefully and plan his
work method in such a manner that various activities followed by respective submissions
as brought out at Sl.No.1 above are completed as stipulated. Consultant is, therefore,
advised to deploy sufficient number of supporting personnel, both technical and
administrative, to undertake the project preparation activities in construction package
(Section) simultaneously. As far as possible, the proposal should include complete
information such as number of such persons, name, position, period of engagement,
remuneration rate etc. The Consultant is also advised to start necessary survey works from
the beginning so as to gain time in respect of various other activities in that stage.

3. DPR Deliverables in each stage of project

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

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

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

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

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

STAGE 1
10.1 Quality Assurance Plan (QAP) Document

1. Immediately upon the award, the Consultants shall submit four copies of the QAP
document covering all aspects of field studies, investigations design and economic
financial analysis. The quality assurance plans/procedures for different field studies,
engineering surveys and investigation, design and documentation activities should be
presented as separate sections like engineering surveys and investigations, traffic surveys,
material geo-technical and sub-soil investigations, road and pavement

78
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 HGCL.

2. Data formats for report and investigation result submission

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

10.2 Inception Report (IR)

1. The report shall cover the following major aspects:

i. Project appreciation;
ii. Detailed methodology to meet the requirements of the TOR finalized in consultation with
the HGCL officers; including scheduling of various sub activities to be carried out for
completion of various stages of the work; stating out clearly their approach & methodology
for project preparation after due inspection of the entire project stretch and collection/
collation of necessary information;
iii. Task Assignment and Manning Schedule;
iv. Work programme;
v. Proforma for data collection;
vi. Design standards and proposed cross-sections;
vii. Key plan and Linear Plan;
viii. Development plans being implemented and / or proposed for implementation in the near
future by the local bodies and the possible impact of such development plans on the overall
scheme for field work and design for the study;
ix. Quality Assurance Plan (QAP) finalized in consultation with HGCL;
x. Draft design standards; and

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

i. Bypasses should be identified on the basis of data derived from reconnaissance and initial
traffic information/traffic studies

79
ii. The available alignment options should be worked out on the basis of available
topographic maps, publicly available mapping services or remote sensing based topography
and land use maps
iii. The most appropriate alignment option for bypasses should be identified on the basis of site
conditions and techno-economic considerations

80
STAGE 2: Feasibility Report
10.3 Alignment options report

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

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

(i) Greenfield sections of the road


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

3. The alignment report shall contain:

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

a. Consultant will enable authority to visualize and compare alignment options by


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

i. Road alignment alternative centerlines


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

10.4 Feasibility Report

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

81
i. Executive summary
ii. Overview of HGCL organization and activities, and project financing and cost recovery
mechanisms
iii. Project description including possible alternative alignments/bypasses and
technical/engineering alternatives
iv. Methodology adopted for the feasibility study
v. Socioeconomic profile of the project areas
vi. Indicative design standards, methodologies and specifications
vii. Traffic surveys and analysis
viii. Environmental screening and preliminary environmental assessment
ix. Initial social assessment and preliminary land acquisition/resettlement plan
x. Cost estimates based on preliminary rate analysis and bill of quantities,
xi. Cost analysis of all alternate identified alignments
xii. Economic and financial analysis
xiii. Conclusions and recommendations

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

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

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

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

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

3. The basic data obtained from the field studies and investigations shall be submitted in a
separate volume as an Appendix to Feasibility Report.

4. The Final Feasibility Study Report incorporating comments, revisions and modifications
suggested by HGCL shall be submitted within 15 days of receipt of comments from HGCL
on draft feasibility study report.

82
STAGE 3:
10.5 Strip Plan and Clearances

1. The Consultants shall submit the following documents:

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

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

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

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


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

4. The strip plans shall clearly indicate the scheme for widening. The views and suggestions
of the concerned State PWDs should be duly taken into account while working out the
widening scheme (left, right or symmetrical). The widening scheme shall be finalized in
consultation with HGCL.

5. Kilometre-wise Strip Plans for section (Package) shall be prepared separately for each
concerned agency and suggested by HGCL.

83
10.6 Land Acquisition Report

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

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

3. The Land Acquisition Plan shall be prepared after digitization of cadastral/land revenue
maps as per clause of this TOR

i. Land parcels identification should be verified by superimposing the proposed road corridor
RoW on the geo-located cadastral map to ensure all affected land parcels have been
accounted for and land area to be acquired is accurately determined

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

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

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

i. All required details on land parcels to be acquired


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

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

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

84
10.7 Utility relocation plan

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

2. The utility relocation shall contain details regarding:

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

10.8 Clearances report

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

2. The clearances report shall include kilometre-wise requirement of all clearances required
presented along with the strip plan including, but not limited to:

i. Requirements for environmental clearances along the project corridor


ii. Requirements for forest clearances including type of forest affected, extent of land area
needing diversion
iii. Account of required felling of trees of different type and girth and value estimate of such
trees based on realistic rates obtainable from concerned District forest office
iv. Plan of compensating afforestation, its land requirement with specific locations and cost
involved for undertaking all activities in this regard.
v. Requirements for wildlife clearances
vi. Requirements for CRZ clearances
vii. ROB/RUBs along the project corridor to be constructed, widened or modified in any form
requiring clearances from the railways
viii. Clearances from Irrigation Authorities regarding Irrigation structures, etc.

3. The clearances report shall also include:

i. Details of proposals made to concerned agencies and departments

85
ii. Date of submission of clearances proposals, Environmental impact assessment report to the
competent authority
iii. Copies of all actual clearance proposals made or drafts of proposals yet to be submitted
iv. Information regarding points of contact, current status of proposals made, key issues raised
and clear next steps to obtaining clearances
4. The consultant shall also assist in attending to queries raised/ furnishing of
clarifications towards securing applicable clearances.
5. Further, for Environmental & Wildlife Clearances the firm should have been
accredited by National Accreditation Board for Education and Training (NABET)
for EIA. In case NABET accreditation is not available, the DPR consultant should
have at least 1 retired or Ex Indian Forest Service officer and 2 retired or Ex State
Forest Service officers on regular payroll each with over 15 years of service in Forest
& Wildlife Department.

86
STAGE: 4
10.9 Draft Detailed Project Report (DPR)

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

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

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

Reports

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

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

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

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

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

iii. Volume - III, Materials Report: The Materials Report shall contain details
concerning the proposed borrow areas and quarries for construction materials and
possible sources of water for construction purposes. The report shall include
details on locations of borrow areas and quarries shown on maps and

87
charts and also the estimated quantities with mass haul diagram including possible
end use with leads involved, the details of sampling and testing carried out and
results in the form of important index values with possible end use thereof.

The materials Report shall also include details of sampling, testing and test results
obtained in respect physical properties of subgrade soils. The information shall be
presented in tabular as well as in graphical representations and schematic
diagrams. The Report shall present soil profiles along the alignment.

The material Report should also clearly indicate the locations of areas with
problematic soils. Recommendations concerning the improvement of such soils for
use in the proposed construction works, such as stabilization (cement, lime,
mechanical) should be included in the Report.

iv. Volume - IV, Environmental Assessment Report including Environmental


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

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


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

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

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

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

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

 Horizontal Alignment and Longitudinal Profile.


 Cross-section @ 50m interval along the alignment within ROW
 Typical Cross-Sections with details of pavement structure.
 Detailed Working Drawings for individual Culverts and Cross Drainage Structures.
 Detailed Working Drawings for individual Bridges, tunnels and Structures.
 Detailed Drawings for Improvement of At-Grade and Grade-Separated

88
 Intersections and Interchanges.
 Drawings for Road Sign, Markings, Toll Plazas, and other Facilities.
 Schematic Diagrams (linear chart) indicating but be not limited to be following:
 Widening scheme;
 Locations of median openings, intersections, interchanges, underpasses,
overpasses, bypasses;
 Locations of service roads;
 Location of traffic signals, traffic signs, road markings, safety features; and,
 Locations of toll plaza, parking areas, weighing stations, bus bays, rest areas, if any.
 Drawings for toll plaza, Bus Bays, Parking areas, Rest areas, weighing stations etc. All
drawings will be prepared in A2 size sheets. The format for plan, cross section and
profile drawings shall be finalized in consultation with the concerned HGCL officers.
The drawings shall also include details of all BM and reference pillars, HIP and VIP.
The co-ordinates of all points should be referenced to a common datum, preferably
GTS referencing system. The drawings shall also include the locations of all traffic
safety features including traffic signals, signs, markings, crash barriers, delineators
and rest areas, busbays, parking areas etc.
 The typical cross-section drawings should indicate the scheme for future widening of
the carriageway. The proposed cross-sections of road segment passing through urban
areas should indicate the provisions for pedestrian movements and suitable measures
for surface and sub-surface drainage and lighting, as required.
 Digital drawings of proposed highway and features

x. Volume X: Drainage Plan

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

For the purpose above, HGCL policy guideline no. 18.48 dated 08.07.2020 may be taken into account.
a. The consultant shall deliver the final road alignment geometry, proposed road way
model and all proposed structures in a 3D engineered model with all the required
features as proposed in Enclosure IV

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

89
6. The draft Detailed Project report of specialized projects will be scrutinized by the Peer
Review consultant appointed by HGCL. 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 HGCL for each DPR. The
Peer Review consultant will scrutinize the draft DPR within 15 days of submission and the
observations will be complied with and incorporated in the final DPR.

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

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

90
STAGE: 5
10.11 Bid documents and Technical Schedules

1. Bid documents

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

2. Technical Schedules

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

STAGE: 6
10.12 LA & Clearances II Report

Land acquisition report II

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

2. The land acquisition report shall contain:

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


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

91
Clearances Report II
1. The consultant shall obtain all the necessary project related clearances such as
environment, forest and wildlife clearance from MOEF, Railways in respect of
ROB/ RUBs, Irrigation Deptt, CRZ clearances from concerned authorities, and any
other concerned agencies by the end of this stage

2. The final approvals shall be obtained and submitted to HGCL so that project
implementation can begin straight away

3. The accompanying report on clearances shall include:

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

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

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

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

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

i. Copies of actual approvals granted at user agency and HGCL


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

92
Stage 7: Award Determination
10.13 Submission of Award Determination Report

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


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

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

c. The Land award report shall contain details of:

i. Summary of compensation award status by village including:


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

93
Stage 8: Land Possession
10.14 Submission of land possession report

a) The consultant shall submit a report on status of land possession upon receiving
land possession certificates for 90% of area as per LA plan or as per the timeline as
given in Enclosure III, whichever is earlier

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

c) The land possession report shall contain

i. Summary of land possession status by village including:

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

 date of final award by CALA, approval by HGCL, notification (3E) to owners and
receipt of land possession certificates from CALA by village

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

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

11. Interaction with HGCL

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

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

3. The consultant shall be required to send 3 copies of concise monthly Progress Report by
the 5th day of the following month to the designated officer at his Head Quarter so that
progress could be monitored by the HGCL. These reports will indicate the dates of
induction and de-induction of various key personnel and the activities performed by them.
Frequent meetings with the consultant at site office or in Delhi are foreseen during the
currency of project preparation.

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

94
12. Payment Schedule

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

13. Data and Software

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

b. If required by HGCL the consultant shall arrange at their own cost necessary
software for viewing and measurement of imagery/ point cloud data.

i. Engineering Investigations and Traffic Studies: Road Inventory, Condition,


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

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

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

iv. Economic and Financial Analysis

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

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

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

95
ENCLOSURE-I
MANNING SCHEDULE.

Table Deleted

1. Consultants have to provide a certificate that all the key personnel as envisaged in the
Contract Agreement have been actually deployed in the projects. They have to furnish the
certificate at the time of submission of their bills to HGCL from time to time.

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

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

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

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

If delay in LA process occurs beyond the reasonable control of consultant, the extension of
LA team staff/s along with logistic support/transportation shall be granted by Nodal Project
Director and beyond further 6 months, Regional Officer, HGCL is empowered to grant
extension to LA team staff/s.

96
ENCLOSURE-II
Qualification and Experience Requirement of Key Personnel

Team Leader cum Senior Highway Engineer

i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent as approved by
AICTE
Desirable Post graduate in Civil Engineering (highways /
structures / traffic and transportation / soil mechanics
and foundation engineering/ Construction Management
/Transportation) {AICTE Approved}

ii) Essential Experience


a)Total Professional Min. 15 years
Experience
b) Experience in Highway Min. 12 years in Planning, project preparation and design of
projects 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 Team Construction Supervision of Two/Four/six laning of major
Leader or in Similar highway projects(NH/SH/Expressways)/ feasibility cum
capacity ) detailed project report of two/ four laning projects of
minimum aggregate length of 80 km.

iii) Age Limit 65 years on the date of submission of proposal

Senior Bridge Design Engineer

i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent
Desirable Masters in Bridge Engineering / Structural
Engineering
ii) Essential Experience
a)Total Professional Min. 10 years
Experience
b) Experience in Bridge Min. 08 years in project preparation and
projects design of bridge projects.
c) Experience in similar Bridge Engineer in highway design consultancy projects
capacity (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

97
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

Highway Design 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 and
projects maintenance of highways
c) Experience in similar Pavement design for major highway projects (2/4/6 lane
capacity NH/SH/Expressways) of minimum aggregate length of
80 km.
iii) Age Limit 65 years on the date of submission of Proposal

Material – cum – Geo-technical Engineer

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 Experience Min. 10 years
b) Experience in Highway Min. 7 years on similar projects in design and/or
Projects construction
c) Experience in similar capacity Material cum Geo-technical Engineer on highway
projects (2/4/6 lane
NH/SH/Expressways) of minimum aggregate
length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal

98
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

Senior Survey Engineer

i) Educational Qualification
Essential Graduate or equivalent in Civil Engineering or
Diploma in Civil Engg or Diploma in Surveying
Desirable Masters in Survey Engineering/ Surveying /
Remote Sensing
ii) Essential Experience
a) Total Professional Min. 10 years
Experience
b) Experience in Highway Min. 8 years on similar projects in project
projects preparation 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

Traffic / Road Signage / Marking and Safety Expert

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

99
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

Environmental Specialist

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

Quantity Surveyor/Documentation Expert

i) Educational Qualification
Essential Graduate or equivalent in Civil Engineering /
Certificate course from ‘Institution of Quantity
Surveying’
Desirable
ii) Essential Experience
a) Total Professional Experience Min. 10 years
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 capacity Quantity Surveyor / Documentation Expert in highway
projects (NH/SH/Expressways) involving two/four/six
laning of minimum aggregate length of 80 km.

iii) Age Limit 65 years on the date of submission of Proposal

100
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

Land acquisition expert

i) Educational Qualification
Essential Graduate or equivalent
ii) Essential Experience
a) Total Professional 15 years minimum.
Experience

b) Role specific experience Min 10 years in Land acquisition

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

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

101
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

TEAM LEADER CUM SENIOR BRIDGE ENGINEER

i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent as
approved by AICTE
Desirable Post graduate in Structural Engineering,
Degree/Diploma/Certificate in Project
Management
ii) Essential Experience
a)Total Professional Experience Min. 15 years
b) Experience in Bridge projects Min. 5 years in major Bridge Construction /
Development Project.
c) Experience in similar capacity He should have handled as Team Leader/Project
(Either as Team Leader or in Manager or similar capacity of at least Two projects in
Similar capacity ) Construction Supervision / IC involving 4 laning/6-
laning/Expressway of minimum 50km length and
atleast two major bridge of a length 500 mtr.
(Excluding approaches).
iii) Age Limit 65 years on the date of submission of proposal

Bridge/Structural Engineer

i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent
Desirable Masters in Bridge Engineering / Structural
Engineering
ii) Essential Experience
a)Total Professional Experience Min. 8 years

b) Experience in Bridge projects Min. 05 years in project preparation and design of


bridge projects.

c) Experience in similar capacity Bridge Engineer in highway design


consultancy projects (2/4/6 lane NH/SH/
Expressways)involving design of minimum two
major bridges (length more than 200 m)

iii) Age Limit 65 years on the date of submission of


Proposal

102
Enclosure-II(contd.)

Qualification and Experience Requirement of Key Personnel

Material Engineer

i) Educational Qualification
Graduate in Civil Engineering/Material Science and
Essential
Engineering or equivalent
Post-graduation in Material Science and Engineering or
Desirable
equivalent
ii) Essential Experience
a) Total Professional
Min. 15 years
Experience
Minimum 8 years on Tunnel projects in design and
b) Experience in Highway
/or construction. Experience on Tunnel projects shall be
Projects
preferred.
Material Engineer on highway projects (2/4/6 lane
c) Experience in similar
NH/SH/Expressway) of minimum aggregate length of80
capacity
km.
iii) Age Limit 65 years on the date of submission of proposal

103
ENCLOSURE-III
Schedule for submission of Reports and Documents
Stage No. Activity No. of copies Time Period in days
from date of
commencement
1 Monthly Reports 3 By 10th day of every
month
2 Inception Report
(i) Draft Inception Report including 3 07
QAP document
(ii) Inception Report including QAP 3 14
document
3 F.S. REPORT
i) Draft Feasibility Study Report including 4 28
option study report including draft 3(a)
report
ii) Final Feasibility Study Report 4 36
incorporating compliance of comments of
Client including Cost Estimates for submission to
Government for approval
4 LA & Clearances I Report
i) Draft LA & Clearances I Report including 4 28
draft 3(A) report
ii) Final LA & Clearances I Report 4 36
incorporating compliance of comments
of Client
iii) Reports for application in Parivesh Portal for 4 36
Forest Clearances
5 Detailed Project Report
i) Draft DPR 4 64
ii) Final DPR incorporating compliance of
comments of Client 6 78
6 Technical Schedules
i) Draft Technical Schedules 4 64
ii) Final technical schedule 6 78

7 Land Acquisition II 4 64
Submission of draft 3D publication report
8 Land Acquisition III, Award 90
determination (3G)
9 Project Clearances & LA IV Report Approval of 6
Project clearances from Concerned agencies e.g. Original letters 90
from MOEF; Rly for approval of GADand from the
detail engineering drawing of ROB/RUB; Irrigation concerned
Dept., Utility Report and Possession of Land agencies and 5
photocopie
s of each

104
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.

105
Enclosure - III
Schedule for approval of Reports and Documents by PD after
submission by Consultant.

Deleted

106
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
HGCL.
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 HGCL officials the format of
submission for all reports, during the inception stage as mentioned in clause
10.2 of this terms of reference

2. Format for submission of report deliverables

2.1 Printed hard copies of reports

i. All reports and documents shall be submitted in both printed hard copy and digital
formats
ii. For hard copies, the consultant shall submit bound volumes (and not in spiral
binding form) after completion of each stage of work as per the schedule and in the
number of copies as given in Enclosure III

2.2 Digital copies of reports

1. Every report shall also be submitted in digital format to the authority in the following
formats:

i. The final report as submitted in the portable document format (.pdf)


ii. An editable document in the relevant Open Document Format for Office
Applications (ODF) and if available the relevant Microsoft Office document
format (MS Office)
iii. All tables and models used to and referred to in the reports shall also be submitted
as spread-sheets in the relevant ODF format and MS Office format
iv. The digital copies of reports shall be submitted in the form of removable storage
devices (CD or USB pen drive) and also hosted on a secured online document
storage and retrieval platform as described in clause 2 Data products

2. The removable storage device submitted at each deliverable stage shall contain:

i. Reports for that stage


ii. All draft and final reports previously submitted
iii. Correspondence with HGCL
iv. Clients’ comments on submitted reports
v. Any communication, letters and approvals to and from other government and local
agencies and any other relevant body

107
vi. An updated index of all the contents on the removable storage device

3. Every submission will be accompanied by a table of contents and index of all documents
submitted for ease of reference

2 Data products

1. During the course of the assignment, the consultant shall perform several surveys and
collect data that will be used for the design of the road and delivered to the client.

2. Consultants are encouraged to keep commonly available software and data packages, and
typical uses for data while deciding final formats of data within the constraints of this
document or where a format has not been defined

3. As required in clause Error! Reference source not found. Error! Reference source no t
found., consultants are required to agree with HGCL all actual data formats proposed to be
used for the project

4. In order to standardise data formats and simplify hand over and re-use of data, some
requirements for minimum content and format are laid down below.

Sr Data product Contents required (definition) Data format


No

0 Formats to be List of data, drawing and design outputs, CSV or ODF sheet,
used reporting format, digital format suggested, 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 .xlsx optional
lanes/type of junction, type of survey, date of
survey, length of survey, any commentary,
equipment/technique used, link to survey output

1.2 Classified Survey point, survey location, location id Raw data: IHMCL
traffic volume (ihmcl), no of lanes, chainage, location Traffic survey data
count survey coordinates (lat, long), date, time and period 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

108
Sr Data product Contents required (definition) Data format
No

2.1 Raw DGPS Notes must contain Date, time of survey, CSV or ODF,
data equipment used, corrections applied is any. Receiver
Data: Survey benchmarks, benchmark points, Independent
location data points Exchange
Format (RINEX)

2.2 LiDAR point Notes must contain Date, time of survey, LASer file format
cloud equipment, summary post processing applied. for exchange
Data: Survey benchmarks, data points, point CSV sheet,
cloud of entire project corridor as defined in .xlsx optional

2.3 Images 360 Deg/ ortho images of entire project road Geographic Tagged
way Image File Format
(GeoTIFF)

2.4 Video Traverse video of entire project length Audio video


interleave (.avi) or
MPEG-4 file (.mp4)

2.5 Topographic 1:1000 scale map with 50 cm contours with Contours: geo-
map + roadway marked on maps referenced shape
contours files (.shp) or .dxf
files, .dwg/.dgn files
options

2.6 Digital Digital terrain modeled from aerial and ground Digital elevation
elevation surveys model in USGS
model Spatial Data
transfer standard
(SDTS) format

2.7 Longitudinal Location of cross section - existing, design .dxf files, .dwg/.dgn
and cross chainage, lat, long, Cross section drawing files options
sections

2.8 As-is road map 3D digital map of as-is project highway Digital terrain
containing earth surface, road layers, utilities, model and maps in
buildings and trees with feature data 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 type of utility, no, class and category of utility CSV or ODF
installation (e.g. 66 kV xlpe), location, sheet,

109
Sr Data product Contents required (definition) Data format
No

utility distance from centerline, user agency .xlsx optional

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 All data as required in clause 4.11.3.1, geo- CSV or ODF sheet
inventory referencing for each row of data in lat, long
surveys form

2.12 Pavement Test pit reference id, location, chainage, geo- CSV or ODF sheet
investigation reference (lat, long), pavemet composition -
layer no, material type, thickness, sub grade
type, and condition

2.13 Pavement Data as required in clause 4.11.3.2, along with CSV or ODF sheet
condition location/chainage and geo-reference for all data
survey

2.14 Pavement FWD results as per IRC guidelines, geo- CSV or ODF sheet
structural referencing for test points
strength

2.15 Sub-grade and In the format of the testing lab, summary 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 : .shp/.dxf,
geometry To be presented superimposed on surface map, .dwg/.dgn files
satellite imagery and digital elevation model of options
region

3.2 Final Georeferenced centerline horizontal and vertical Geometry or shape


alignment alignment for the road. Additional detail on files : .shp/.dxf,
geometry lanes, super elevation, junctions, structures, .dwg/.dgn files
under/overpasses, PUP/CUP, wayside amenities options
etc

3.3 Proposed Proposed digital roadway model and design .dxf/.dtm


roadway data- including embankment, road way, road
model layers, roadside amenities, signals, road
furniture, markings and other construction

110
Sr Data product Contents required (definition) Data format
No

elements in 3D

3.4 Proposed Geo referenced location and alignment, 3D .dxf/.dtm


structures model of structure and appurtenances, cross
section, plan and profile drawings for
construction as per IRC

3.5 Proposed Roadway cross sections for homogenous .dxf files


highway cross sections Digital surface
sections model in .dxf format

4 Other deliverables

4.1 Digitized Digitized revenue map overlaid with key Geometry or shape
cadastral maps landmarks, land size, survey number and files : .shp/.dxf,
ownership data. min 1:1000 scale map with .dwg/.dgn files
>1mm accuracy options

4.2 Financial Spreadsheet model with instructions, index and ODF sheets,
analysis containing all inputs and assumptions, time MS office
series construction and operating costs, .xlsx optional
revenues, financing and equity cash flows,
NPV/IRR, sensitivity scenarios and results

3 Online hosting and archival of deliverables

3.1 Hosting deliverables online

i. The consultant shall store all deliverables from this assignment on a secure online
file hosting platform that is remotely accessible by authorised users on the world
wide web
ii. The consultant shall provide read only access to all relevant officers of HGCL and
provide further access to additional users as and when requested by HGCL
iii. Consultant shall provide a point of contact for access to these files, solving any
technical issues and shall respond to all requests in a timely manner
iv. Consultant shall ensure that the files are hosted in a platform that conforms to any
file hosting and file sharing security standards as may be laid down by the
government of India

3.2 Deliverables to be hosted

i. Data and deliverables to be hosted in an online accessible format shall include but
not be limited to:
ii. All draft and final deliverables in the digital formats prescribed in this TOR and in
file formats in wide use where formats are not specified

111
iii. Data, images and videos from all surveys and investigations conducted of this
enclosure
iv. All correspondence to and from HGCL including clients’ comments on
submitted reports
v. Any communication, letters and approvals to and from other government local
agencies and any other relevant body
vi. The platform shall also contain an index and table of contents of information
being hosted for ease of access and use

3.3 Time period and costs

i. Access to above mentioned files will be provided till the end of construction (final
commercial operations date of contractor/ concessionaire) of all packages that form
a part of this assignment at the cost of the consultant
ii. Access to additional users shall also be at no additional cost to the authority

112
APPENDIX-II

Proof of Eligibility

Form-E1

Letter of Proposal (On Applicant’s letter head)

(Date and Reference)

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

Sub: Appointment of Consultant for preparation of Detailed Project Report for ……………...

Dear Sir,

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

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

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

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

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

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

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

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

9. I/We certify that in regard to matters other that security and integrity of the country, we or
any of our Associates have not been convicted by a Court of Law or indicted or adverse
orders passed by a regulatory authority which would cast a doubt on our

113
ability to undertake the Consultancy for the Project or which relates to a grave offence that
outrages the moral sense of the community.

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

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

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

13. Deleted.

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

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

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

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

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

19. The Proof of Eligibility and Technical proposal are being submitted in separate covers in
hard copy (as per clause 4.1 of LoI). I shall abide by the Financial Proposal stipulated by
the Authority in the RFP. This Proof of Eligibility read with Technical Proposal and
Financial Proposal shall constitute the Application which shall be binding on us.

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

Yours faithfully,

(Signature, name and designation of the authorized signatory)

(Name and seal of the Applicant/Lead Member)

114
Appendix- II
Form-E2/T3

FIRM’S REFERENCES

Relevant Services Carried out in the Last Seven Years (2010-11 onwards) Which Best
Illustrate Qualifications

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

Assignment Name: Country:


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

Signature of Authorized Representative

(Certificate from Employer regarding experience should be furnished)

115
APPENDIX-II
Form- E3

Financial Capacity of the Applicant

Name of Applicant:

Sr. No. [Financial Year]* Annual Revenue (Rs/US $ in million)


1 2023-24
2 2022-23
3 2021-22
4 2020-21
5 2019-20

Certificate from the Statutory Auditor$

This is to certify that -------------- (name of the Applicant) has received the payments shown
above against the respective years on account of Consultancy Services.

Name of the audit firm Seal of the audit firm Date

(Signature, name and designation of the authorized signatory)

$In case the Applicant does not have a statutory auditor, it shall provide the certificate from its chartered
accountant that ordinarily audits the annual account of the Applicant.

Note:

*Financial year to be modified as applicable

Please do not attach any printed Annual Financial Statement.

116
APPENDIX-II
Form- E4

(Deleted)

117
APPENDIX-III
(Form-T1)

TECHNICAL PROPOSAL

FROM: TO:

Sir:

Subject Consultancy Service for

Regarding Technical Proposal

I/We (name of Bidder) Consultant/ Consultancy firm herewith


enclose Technical Proposal for selection of my/our firm/organization as Consultant for

Yours faithfully,

Signature

Full Name

Designation

Address

(Authorized Representative)

118
(Form-T-2)
Details of projects for which Technical Proposals have been submitted

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


Key Personnel

119
Form-E2/T3
FIRM’S REFERENCES

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

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

Assignment Name: Country:


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

Signature of Authorised Representative

(Certificate from Employer regarding experience should be furnished

120
Form- T4
SITE APPRECIATION

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

121
Form- T5
Composition of the Team Personnel and the task Which would be assigned to each
Team Member

I. Technical/Managerial Staff

Sr .No. Name Position Task Assignment

1.

2.

3.

4.

……

II. Support Staff

Sr. No. Name Position Task Assignment

1.

2.

3.

4.

….

….

122
Form- T6
APPROACH PAPER ON METHODOLOGY PROPOSED FOR
PERFORMING THE ASSIGNMENT

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

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

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

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

a) proposed alignment and bypass required

b) land acquisition requirements

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

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

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

123
Form- T7
Details of Material Testing Facility

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

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

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

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


made for testing of materials.

124
Form- T8
Facility for Field investigation and Testing

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

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


Available

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


Available

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

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


for each of above Field investigation and testing

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

125
REFERENCES

Relevant Services Carried Out Which Best Illustrate Qualifications

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

Assignment Name: Country:


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

Signature of Authorised Representative

(Certificate from Employer regarding experience should be furnished)

126
Form- T9
Office Equipment and software

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

127
Form- T10

(Curriculum Vitae)

128
Form-T11: Format for submission of Residual DPR Bid Capacity “R”

(TO BE FILLED BY THE SOLE CONSULTANT & IN CASE OF JV,

SEPARATELY BY JV PARTNERS BIDDING FOR THE ASSIGNMENT)

(i) Details of Total Length of DPR/Feasibility completed for 2/4/6 laning of


NationalHighways/Expressways in the last 5 Financial Years.

Sl Project Lane Length of Date of Project In case Complet


. Description Config the Final Completion Type of JV, ed
N along with uratio Alignmen Certificate of (DPR/Feas share of Length
o. Client n of t (in KM) DPR ibility) Contrac (CL)
Department planne assignment/ t Fee calculati
d Date of (%) on *
highw issuance of
ay LOA of Civil *To be
Work calculat
(attach copy ed after
of consider
completion ing
certificate/co factors
py of LOA given in
as Note 1-4
applicable) given at
point
(iii)
below

1 2 3 4 5 6 7 8=

Format for undertaking by the firm for completed DPR /Feasibility Projects:

The undersigned on behalf of.......................(name of Consulting firm) certify that the


above are correct and true and the consulting firm was not at default on these project
assignments. It is also agreed that any misrepresentation of facts and false information shall
make the firm liable for penal action as stipulated in the RFP.

Date ...........................................(dd/mm/yyyy)

[Signature of authorized representative of the Firm]

(ii) Length of DPR/Feasibility Projects in Hand wherein Completion Certificate has not
been issued by Executing Government Agency or the Tender of the Civil Work has not been
awarded by the Executing Government Agency. This length shall also include the projects
for which the firm has emerged as the H-1 bidder but the LOA have not been issued.

Sl Projec Lane Lane Date of Project In case of Running


. t Confi Config issuance of Type JV, share Projects
N Descri gurati uratio LOA for (DPR/Fe of (RP)
o. ption on of n of consultanc asibility) Contract calculation
along plann planne y Fee (%) *
with ed d assignment
Client highw highw (attach *To be
Depar ay ay copy of calculated
tment LOA as after
applicabl considerin
e) g factors
given in
Note1-4
given at
point (iii)
below
1 2 3 4 5 6 7 8

Format for undertaking by the firm for under implementation/running DPR/Feasibility Projects:

The Undersigned on behalf of (name of Consulting firm) certify that the firm details given
above are correct and true and the consulting firm/JV was not at default on these project
assignments. It is also agreed that any misrepresentation of facts and false information shall make
the firm/JV liable for penal action as stipulated in the RFP.
(iii) Notes:

1. For DPR of two laning projects, the length shall be considered after
multiplication of factor of 0.50
2. For Feasibility Projects the length shall be considered after multiplication of
factor of 0.60

3. In case of experience as JV, weighted average based on their share in the JV


shall be considered for experience.
4. In case of experience of Associate, the share as per MoU subject to
Maximum 25% shall be considered. In case MoU does not specify the share the
same can be considered as per certification of Statutory Auditors of the Associate
Member.
(iv) Turnover Factor (TF)= Multiplication factor based on Turnover

Average Turnover of Factor


Last 5 Financial Years “B”
Upto 50 Cr 1.00
50-250 Cr 1.25
>250 Cr 1.50
130
(v) Residual DPR Bid Capacity requirements “R” shall be calculated for each JV
member who has bid for the consultancy assignment and the weighted average as per
Share in JV shall be calculated using formaul as under:

R= CL x TF - RP

Where
CL= Details of Total Length of DPR/Feasibility completed for 2/4/6 laning of National
Highways/Expressways in the last 5 Financial Years.

RP= Length of DPR/Feasibility Projects in Hand wherein Completion Certificate has not
been issued by Executing Government Agency or the Tender of the Civil Work has not been
awarded by the Executing Government Agency. This length shall also include the projects for
which the firm has emerged as the H-1 bidder but the LOA have not been issued.

TF=Turnover Factor

Self- Assessment of Residual DPR Bid Capacity “R” by the consultancy firm (in
case of JV, separately by the JV partners) on eligibility as per technical
capacity provisions:

(a) Residual DPR Bid Capacity of Sole Bidder

Total value of CL assessed by Sole Bidder (in KM)= CL0 Total

value of RP assessed by Sole Bidder (in KM)= RP0

Turnover factor (TF) assessed by Sole Bidder (as per point iv above)= TF0

Assessed Residual DPR Bid Capacity assessed by Sole Bidder (in KM)= R0 = CL0 x TF0 – RP0

(b) Residual DPR Bid Capacity of Joint Ventures

Total value of CL assessed by Lead Member (in KM)= CL1

Total value of RP assessed by Lead Member (in KM)= RP1

Turnover factor (TF) assessed by Lead Member (as per point iv above)= TF1
Share of Lead Member in instant bid proposal (in %) = S1

Assessed Residual DPR Bid Capacity assessed by Lead Member (in KM)= R1 = {CL1 x TF1 – RP1} x S1

Total value of CL assessed by Other Member (in KM)= CL2

Total value of RP assessed by Other Member (in KM)= RP2

Turnover factor (TF) assessed by Other Member (as per point iv above)= TF2

Share of in Assessed Residual DPR Bid Capacity of Joint Venture(in KM)= R1 + R2

131
Form T -12

(To be on the letter head of the Bidder/ Each Member of the JV/Associates)

Certificate regarding Compliance with Restrictions under Rule 144 (xi) of the

General Financial Rules (GFR)

The Chief General Manager (T)


HGCL

Sub: BID for “Name


of work ........................................................................................................... ”

Dear Sir,

With reference to your RFP document dated *** **$, I, having examined the
Bidding Documents and understood their contents, hereby undertake and
confirm as follows:
I have read the clause regarding restrictions on procurement from a bidder of
a country which shares a land border with India and on sub- contracting to
contractors/Consultant from such countries; I certify that this Bidder is not
from such a country or, if from such a country, has been registered with the
Competent Authority, specified in Annexure-I of Order (Public Procurement
No. 1) issued by Ministry of Finance, Department of Expenditure Public
Procurement Division vide F. No. 6/18/2019-PPD, dated 23rd July 2020 and
will not subcontract any work to a contractor/Consultant from such countries
unless such contractor/Consultant is registered with the said Competent
Authority. Ihereby certify that this bidder fulfils all requirements in this regard
and is eligible to be considered.
Yours faithfully,
Date:
Place:
(Signature of the Authorised signatory)
(Name and designation of the of the Authorised signatory)
Name and seal of Bidder/Each Member of the Consortium
Notes:{Where applicable, evidence of valid registration by the Competent Authority shall be attached}
In case the above certification is found to be false, this would be a ground for immediate rejection of
Bid/termination and further legal action in accordance with law. OM F. No. 6/18/2019-PPD, dated 23rd
July 2020 is enclosed herewith for ready reference

132
133
Form T-13

INTEGRITY PACT FORMAT

Integrity pact
(Refer clause 4.1 B (iv) of Section 2: Letter of Invitation to Consiltants)
(To be executed on the plain paper and submitted along with Technical Bid/ Tender
documents for tenders having a value of Rs. 5 crore or more. To be signed by the bidder and
same signatory competent/ authorized to sign the relevant contract on behalf of the HGCL)

Tender No. ………………………………………

This integrity Pact is made at . on this day of… ...........2023.


BETWEEN
HYDERABAD GROWTH CORRIDOR LIMITED(HGCL), hereinafter referredto as "The
Principal", which expression shall, unless repugnant to the meaning of contract thereof,
include its successors and permitted assigns)
AND
…………………………………………………………. hereinafter referred to as "The
Bidder(s)/Contractor(s)/Concessionaire(s)/Consultant(s)" and which expression shall unless
repugnant to be meaning or context thereof include its successors and permitted assigns.
Preamble
Whereas, the Principal intends to award, under laid down organizational procedure, contract/s for
“Consultancy Services for preparation of Detailed Project Report for (i) connectivity of Nagari to
Medikheda fatak and (ii) Khatushyam ring road and Pathway along NH-52 (Jaipur to Sikar) for
pedestrian pilgrim in the State of Rajasthan”. The Principal values full compliance with all relevant
laws of the land, rules of land, regulations, economic use of resources and of fairness/ transparency in
its relations with its Bidder(s) and for Contractor(s)/ Concessionaire(s)/ Consultant(s).

And Whereas in order to achieve these goals, the Principal will appoint an Independent
External Monitors (IEMs), who will monitor the tender process and the execution of the
contract for compliance with the Principles mentioned above.

And whereas to meet the purpose aforesaid, both the parties have agreed to enter into this
Integrity Pact (hereafter referred to as "Integrity Pact") the terms and conditions of which
shall also be read as integral part and parcel of the Tender documents and contract between
the parties.
Now, therefore, in consideration of mutual covenants stipulated in this pact, the parties
hereby agree as follows and this pact witnesses as under:
Article-1: Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent
corruptionand to observe the following principles:-
134
(a) No employee of the Principal, personally or through family members,
will in connection with the Tender for, or the execution of a Contract,
demand, take a promise for or accept, for self, or third person, any
material or immaterial benefit which the person is not legally entitled to.

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

(c) The Principal will exclude all known prejudiced persons from the
process.

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

Article - 2: Commitments of the Bidder(s)/ Contractor(s)/ Concessionaire(s)/


Consultant(s).
The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) commit himself to take all
measures necessary to prevent corruption. He commits himself to observe the following
principles during his participation in the tender process and during the contract execution.
(a) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not, directly or
through any other person or firm, offer, promise or give to any of the Principal's
employees involved in the tender process or the execution of the contract or to any
third person any material or other benefit which he/she is not legally entitled to, in
order to obtain in exchange any advantage of any kind whatsoever during the tender
process or during the execution of the contract.
(b) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not enter with
other Bidders into any undisclosed agreement or understanding, whether formal or
informal. This applies in particular to prices, specifications, certifications,
subsidiary contract, submission or non-submission or bids or any other actions to
restrict competitiveness or to introduce cartelization in the bidding process.

(c) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not commit any
offence under the relevant IPC/PC Act and other Statutory Acts; further the
Bidder(s)/Contractor(s)/Concessionaire(s)/Consultant(s) will not use improperly,
for purposes of completion or personal gain, or pass on to others, any information
or document provided by the Principal as part of the business relationship, regarding
plans, technical proposals and business details, including information contained or
transmitted electronically.

(d) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of foreign origin


135
shall disclose the name and address of the Agents/ Representatives in India, if any.
Similarly, the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of Indian
Nationality shall furnish the name and address of the foreign principals, if any.
Further, details as mentioned in the 'Guidelines on Indian Agents of Foreign
Suppliers' shall be disclosed by the Bidder(s)/ Contractor(s)/ Concessionaire(s)/
Consultant(s). Further, all the payments made to the Indian Agent / Representative
have to be Indian Rupees only.

(e) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will, when


presenting his bid, disclose any and all payments he has made, is committed to or
intends to make to agents, brokers or any other intermediaries in connection with
the award of the contract. He shall also disclose the details of services agreed upon
for such payments.

(f) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not instigate


third persons to commit offences outlined above or be an accessory to such offences.

(g) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not bring any
outside influence through any Govt. bodies/quarters directly or indirectly on the
bidding process in furtherance of his bid.

(h) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) who have signed a


Integrity pact shall not approach the court while representing the matter to IEMs
and shall wait for their decision in the matter.

Article - 3 Disqualification from tender process and exclusion from future contracts.
(1) If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s), before award or
during execution has committed a transgression through a violation of any provision
of Article2, above or in any other form such as to put his reliability or credibility in
question, the Principal is entitled to disqualify the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) from the tender process.
(2) If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) has committed a
transgression through a violation of Article-2 such as to put his reliability or
credibility into question, the Principal shall be entitled to exclude including blacklist
and put on holiday the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)
for any future tenders/ contract award process. The imposition and duration of the
exclusion will be determined by the severity of the transgression. The severity will
be determined by the Principal taking into consideration the full facts and
circumstances of each case particularly taking into account the number of
transgressions, the position of the transgressors within the company hierarchy of the
Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) and the amount of the
damage. The exclusion will be imposed for a minimum period of 6 months and
maximum period of 2 years.

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


consideration of the available evidence concludes that “On the basis of facts
available there are no material doubts”.
136
(4) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) with its free consent
and without any influence agrees and undertakes to respect and uphold the
Principal's absolute rights to resort to and impose such exclusion and further accepts
and undertakes not to challenge or question such exclusion on any ground, including
the lack of any hearing before the decision to resort to such exclusion is taken. This
undertaking is given freely and after obtaining independent legal advice.

(5) The decision of the Principal to the effect that a breach of the provisions of this
Integrity Pact has been committed by the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) shall be final and binding on the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s), however, the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s) can approach IEM(s) appointed for
the purpose of this Pact.

(6) On occurrence of any sanctions/ disqualification etc. arising out from violation of
integrity pact, the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) shall
not be entitled for any compensation on this account.

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

Article-4: Compensation for Damages.


(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the
award according to Article-3, the Principal shall be entitled to forfeit the amount
equal to 1% of the price quoted by the Selected Bidder apart from to suspend the
bidder from participating in the tendering process of MoRTH/ HGCL/ NHIDCL
and Works under other Centrally Sponsored Schemes for a period of One Year
from the bid due date of this work including any other legal right that may have
accrued to the Principal.

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

Article - 5: Previous Transgressions


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

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from
137
the tender process or action for his exclusion can be taken as mentioned under
Article-3 above for transgressions of Article-2 and shall be liable for compensation
for damages as per Article-4 above.

Article - 6: Equal treatment of all Bidders/ Contractors/ Concessionaires/ Consultants/


Subcontractors.
(1) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) undertake(s) to
demand from all sub-contractors a commitment in conformity with this Integrity
Pact, and to submit it to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this one with
all Bidders/ Contractors/ Concessionaires/ Consultants and subcontractors.

(3) The Principal will disqualify from the tender process all Bidders who do not sign
this Pact or violate its provisions.
Article - 7: Criminal charges against violating Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s)/ Sub-contractor(s).
If the Principal obtains knowledge of conduct of a Bidder/ Contractor/
Concessionaire/ Consultant or subcontractor, or of an employee or a representative
or an associate of a Bidder/ Contractor/ Concessionaire/ Consultant or
Subcontractor, which constitutes corruption, or if the Principal has substantive
suspicion in this regard, the Principal will inform the same to the Chief Vigilance
Officer.
Article- 8: Independent External Monitor (IEM)
(1) The Principal has appointed Smt. Gauri Kumar, IAS (Retd.), Sh. Animesh Chauhan,
Ex MD and CEO, Oriental Bank of Commerce and Sh. Ashish Bhauguna, IAS
(Retd.) as Independent External Monitor for this Pact. The task of the Monitor is to
review independently and objectively, whether and to what extent the parties
comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Chairman,
HGCL.

(3) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) accepts that the


Monitor has the right to access without restriction to all project documentation of
the Principal including that provided by the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s). The Bidder(s)/ Contractor(s)/ Concessionaire(s)/
Consultant(s) will also grant the Monitor, upon his request and demonstration of a
valid interest, unrestricted and unconditional access to his project documentation.
The same is applicable to Subcontractors.

(4) The Monitor is under contractual obligation to treat the information and documents
of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality. The Monitor
has also signed on ‘Non-disclosure of Confidential Information’ and of ‘Absence of
Conflict of Interest’. In case of any conflict of interest arising at a later date, the
IEM shall inform Chairman, HGCL and rescue himself/ herself from that case.
138
(5) The Principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
impact on the contractual relations between the Principal and the Bidder/Contractor/
Concessionaire/ Consultant. The parties offer to the Monitor the option to
participate in such meetings.

(6) As soon as the Monitor notices, or believes, to notice any transgression as given in
Article-2, he may request the Management of the Principal to take corrective action,
or to take relevant action. The monitor can in this regard submit non-binding
recommendations. Beyond this, the Monitor has no right to demand from the parties
that they act in a specific manner, refrain from action or tolerate action.

(7) The Monitor will submit a written report to the Chairman, HGCL within 8 to 10
weeks from the date of reference or intimation to him by the Principal and, should
the occasion arise, submit proposals for correcting problematic situations.

(8) If the Monitor has reported to the Chairman, HGCL, a substantiated suspicion of
an offence under relevant IPC/PC Act or any other Statutory Acts, and the
Chairman, HGCL has not, within the reasonable time taken visible action to
proceed against such offence or reported it to the Chief Vigilance Officer, the
Monitor may also transmit this information directly to the Central Vigilance
Commissioner.

(9) The word 'Monitor' would include both singular and plural.
Article - 9 Pact Duration
This Pact begins when both parties have legally signed it (in case of EPC i.e. for
projects funded by Principal and consultancy services). It expires for the Contractor/
Consultant 12 months after his Defect Liability Period is over or 12 months after his
last payment under the contract whichever is later and for all other unsuccessful
Bidders 6 months after this Contract has been awarded. (In case of BOT Projects) It
expires for the concessionaire 24 months after his concession period is over and for
all other unsuccessful Bidders 6 months after this Contract has been awarded. Any
violation of the same would entail disqualification of the bidder and exclusion from
future dealings.
If any claim is made/ lodged during this time, the same shall be binding and continue
to be valid despite the lapse of this pact as specified above, unless it is discharged/
determined by Chairman of HGCL.
Article - 10 Other Provisions
(1) This pact is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e. Hyderabad.

(2) Changes and supplements as well as termination notices need to be made in writing.

(3) If the Bidder/Contractor/Concessionaire/Consultant is in a partnership or a Joint


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

(4) Should one or several provisions of this agreement turn out to be invalid, the
139
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their original intentions.

(5) Issue like warranty / Guarantee etc. shall be outside the purview of IEMs.

(6) In the event of any contradiction between the Integrity Pact and its Annexure, the
clause in integrity pact shall prevail.

(7) Any disputes/ differences arising between the parties with regard to term of this
pact, any action taken by the Principal in accordance with this Pact or interpretation
thereof shall not be subject to any Arbitration.

(8) The actions stipulated in this Integrity Pact are without prejudice to any other legal
action that may follow in accordance with the provision of the extent law in force
relating to any civil or criminal proceedings.

In witness whereof the parties have signed and executed this Pact at the place and date
first done mentioned in the presence of following witness:-

……………………………………. ……………………………………..

For & on behalf of the Principal


For & On behalf of Bidder/ Contractor/
(Office Seal)
Concessionaire/ Consulting

Place……………

Date………….…

Witness 1:
(Name & Address)

Witness 2:

(Name & Address)

140
UNDERTAKING FROM THE PROFESSIONAL

Name of Work:

Position in the Team:

I,.............................(Name) have not left any assignment


with the consultants/ contractors engaged by Client viz. MoRT&H /HGCL/NHIDCL/
IAHE/BRO/ State PWD or any other MoRTH implementing agency without completing my
assignment. I will be available for the entire duration of the current project for which I am being
included in the team. If I leave this assignment in the middle of the completion of the work, I
may be debarred for an appropriate period to be decided by Client. I shall also have no objection
if my services are extended by Client for this work in future.

I, the undersigned, also certify that to the best of my knowledge and belief, my biodata,
information and credentials truly describe myself, my qualification and my experience. I shall be
liable for any action, as deemed fit, in case there is any mis-representation in this regard.

Date:

Place:

Signature

(Name of Key Personnel)

141
UNDERTAKING FROM CONSULTING FIRM

Name of Work:

The undersigned on behalf of ...................................... (Name of Consulting Firm) with


……………. certify that none of the Key Personnel included in our team to the best of our
knowledge has left his/her assignment with any consulting/ contracting firm engaged by
MoRT&H /HGCL/NHIDCL/ IAHE/BRO/ State PWD or any other MoRTH implementing
agency. We also confirm the truthfulness of the credentials uploaded by our firm/JV
Member/Associate and all the Key Personnel proposed in our team.

We understand that if any information about our firm/JV Member/Associate / Key


Personnel is found contrary, the Client would be at liberty to remove the concerned personnel
from the present assignment and debar our firm/JV Member/Associate / Key Personnel for an
appropriate period to be decided by the Client.

Date:

Place:

Signature

(Name of Authorized Signatory)

142
APPENDIX-IV

(Form-I)

FINANCIAL PROPOSAL

FROM: TO:

Sir:

Subject: Consultants’ Services for

Regarding Price Proposal

I/We Consultant/consultancy firm herewith undertake to


complete the consultancy assignment as per terms & conditions stipulated in the RFP for the fixed
cost financial proposal of the Authority as attached in Form-II of Appendix-IV of the RFP.

Yours faithfully,

Signature

Full Name

Designation

Address

(Authorized Representative)

* No Financial proposal for the package / projects are to be submitted separately.

143
(Form-II)

Fixed Cost Financial Proposal for the Consultancy Assignment by Authority

Summary of Cost in Local Currency


Name of Firm
S. No. Description Amount (LC)* (INR)
Local Consultants
Remuneration for Local Staff (inclusive of per 2,73,55,000
I diem allowance)
II Support Staff (inclusive of per diem Allowance) 13,80,000
III Transportation 27,00,000
IV Duty Travel to Site 6,00,000
V Office Rent 3,00,000
VI Office Supplies, Utilities and Communication 3,60,000
VII Office Furniture and Equipment (Rental) 10,00,000
VIII Report and Document Printing 77,500
IX Surveys & Investigation
A Topographic Survey 20,00,000
B Investigation 97,00,000
C Network Survey and GPR 2,00,000
X Cost of supply and fixing of boundary pillars 35,00,000
XI Land acquisition team including support staff
and logistics/transportation 12,50,000

Subtotal Local Consultant: 5,04,22,500


Foreign Consultant
Total Cost Net of Tax for 100km length 5,04,22,500
Total Cost Net of Tax for 42 km length 2,11,77,450
Goods and Service Tax for 42 km length 38,11,941
TOTAL COST (Including Goods and Services 2,49,89,391
Tax)
Per km DPR cost (without GST) 5,04,225
Per km DPR cost (with GST) 5,94,985.50
LC* Local Currency
** Total Cost Net of Goods and Service Tax shall be considered for financial evaluation

Note: No escalation will be payable during the services.


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

144
Estimate of Local Currency Costs

Remuneration for Local Staff (including per diem allowance)

I(a)
S. Position Name Rate (INR) SM Amt. (INR)
No.
Professional Staff
1 Team Leader Cum Senior 500000 12 6000000
Highway Engineer (1 no.)
2 Bridge Design Engineer (1 no.) 500000 5 2500000
3 Highway Design Engineer (1 350000 5 1750000
no.)
4 Traffic and Road Safety expert 350000 8 2800000
(1 no.)
5 Environmental Specialist (1 150000 7 1050000
no.)
6 Material-cum-Geo-technical 350000 4 1400000
Engineer – Geologist (1 no.)
7 Senior Survey Engineer (1 no.) 200000 5 1000000
8 Quantity Surveyor / 150000 8 1200000
Documentation Expert (1 no.)
9 Land Acquisition Expert (1 no.) 150000 10 1500000
10 Utility Expert (1 no.) 150000 4 600000
Sub-Total 68 1,98,00,000
Sub-Professional Staff (To be assessed by Consultant as per requirement of
Assignment subject to minimum below and one sub-
professional be a fresh graduate)

1 Assistant Highway Engineer 85,000 12 10,20,000


(04 Nos.)
2 Assistant Bridge Engineer 1,00,000 5 5,00,000

3 Assistant Quantity Surveyor 85,000 8 6,80,000


(04 Nos.)

4 Assistant Survey Engineer (04 85,000 10 8,50,000


Nos.)

145
LA Team Member (18 Sub KP
with 5 man months each with
one Sub- Key dedicated for
Forest/ Environment
Clearance)
85,000 50 42,50,000

5
Assistant Material and Quality
85,000 3 2,55,000
6 Engineer (01 no.)
Sub-Total: 75,55,000
TOTAL 2,73,55,000
II. Support Staff
S. Position Name Staff Billing Amount (INR)
No. Months Rate
(INR)
1 Office Manager 12 50000 600000
2 Typist 12 25000 300000
3 Office Boy 12 20000 240000
4 Night Watchman 12 20000 240000
Total 13,80,000

146
III. Transportation (Fixed Cost)

S. Description Qty. Nos. of Rate/Months Amount


No. Months (INR) (INCR)
1 The vehicles provided
by the Consultants
shall include the cost
for rental, drivers,
operation, 3 12 75000 2700000
m
aintenance, repairs,
insurance, etc.
A. For use of
Consultants
Total 27,00,000

IV. Duty Travel to Site (Fixed Costs)


Amount
Trips No. Rate (INR) (INR)
trips of each KP to site 60 5000 300000
10x6
Guest House Stay 12 25000 300000
Total 6,00,000
V. Office Rent Fixed Costs)
S. Description No. of Monthly Amount
No. Month Rate (INR)
(INR)
1 The rent cost
includes 12 300000
maintenance, 25000
cleaning,
repairs, etc.
Total 3,00,000

VI. Office Supplies, Utilities and Communication


(Fixed Costs)
S. Item Months Monthly Amount In
No. Rate INR
(INR)
1 Office Supplies 12 10000 120000
Drafting
2 Supplies Computer 12 5000 60000
3 Running Costs 12 10000 120000
Domestic and
International 12
4 5000 60000
Communication
TOTAL 3,60,000

147
VII. Office Furniture and Equipment
(Rental)
S. Description Unit Quantity Rate (INR) Amount
No. (INR)
Office
1 Furniture 1 LS 1000000 1000000
and
Equipment
Total 10,00,000

VIII. Report and document Printing.


S.No Description No. of Rate per Amount
. Copies Copy (INR)
(INR)
1 Monthly report (3 Per 9 500 4500
month)
2 Inception Report & QAP 3 500 1500
Submission of Preliminary 3
Alignment report including
preliminary cost estimate for
preferred alignment along
with cost of land acquisition,
3 traffic study and 2000 6000
outcome
Environment and Social 4
4 Impact Screening Report 500 2000
5 Draft Feasibility Report 4 500 2000
6 Final Feasibility Report 6 500 3000
7 Strip Plan with L.A. reports 6 2000 12000
Draft LA & Clearances 1 4
8 Report 2000 8000
Final LA & Clearances 1 4
9 Report 2000 8000
Draft 4
10 Environm ental Assessment 500 2000
Report and RAP

Final 6
11 Environm ental Assessment 500 3000
Report and RAP

Draft Detailed Design 4


Report and Drawing etc. 2000 8000
12 Draft EMP 4 500 2000
13 Draft Bidding Documents 4 500 2000

148
Final Detailed Project Report 6
with Bill of Quantities, Cost
Estimates, Updated Drawings
14 etc. Final 500 3000
EMP.
15 Final Bidding Documents 6 500 3000
Draft 3(a), 3(A) and 3(D) 9
notification for land
16 acquisition (3 copies each) 500 4500
17 LA and Clearances II reports 6 500 3000
Total 77,500

IX. Survey and


Investigation
A. Topographic Survey and sub-surface utilities
detection Survey (Fixed Rate)

Rate per Amount


Item km km (INR) (INR)
Detailed topographic surveys
100 20000 20,00,000
using Mobile/Aerial LIDAR or
better Technology
Topographic Survey
including hire charges for
equipment and supplies of
survey teams comprising of
project survey filed staff etc.
inclusive of cost
of materials, labourer.
Total
20,00,000
B. Investigation (Fixed Cost)
Amount
S.No Description Quantity (INR)
.

Road and bridge Inventory (through 3D 3,00,000


1 NSV and MBIU)

FWD Test and Pavement Evaluation 3,00,000


2
3 Roughness survey NA 0
4 Axle Load Survey NA 0

149
For two
quarry
location
one test for
Material Survey and Investigation coarse 1,00,000
aggregate
and one for
fine
aggregates
@Rs,
25,000
5 per
Test
one sample
for CBR or
K value at
Sub-grade Investigation every 500 20,00,000
m
6 @ Rs 10000
per test

Traffic Survey (including all sub- For all 25,00,000


surveys such as axle load Surveys, O&D proposed
7 survey etc. as per TOR) alignments
Special Investigation for Hill Roads for
8 slope stabilisation LS 5,00,000
Land Acquisition Studies including
9 GIS Mapping LS 5,00,000

10 Hydrological Models for Major Bridges LS 5,00,000


11 Amount
*Geotechnical Rate/m Qty (in m) (INR.)
Investigation
To be done as per frequency and rates as per
Annexure-I of RFP. Provisional Sum of 30 lakhs kept 30,00,000
for this purpose
Total 97,00,000
Note: Payment shall be made on the actual quantity of boring at rates quoted above bythe
Consultant which may be substantially more or less than the estimated quantities.
C. GPR
No. Description Unit Quantity Rate (INR) Amount
(INR)

150
GPR Survey for detection of 10,000 2,00,000/-
1 Job
underground utilities
Total 2,00,000/-

X. Cost of Supply & Fixing


Boundary pillars
Amount
Item Amount (INR.)
Procuring and fixing boundary
pillars and its installation,
complete in all respect as per
IRC 25:1967: Wherever the
proposed alignment follows the
existing alignment, the boundary
pillars shall be fixed at an
interval of 200m on either side of
proposed Right of Way.
Wherever there is a proposal of 3500000 35,00,000
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. (on lumpsum
basis)

Assumed that 25% length in urban area, new bypasses and


realignment of existing highways with Rs. 2000 per boundary
pillar

XI Land acquisition team including support staff and logistics

S. Item Length Rate per km Amount


No. (km) (INR) (INR)

1 Land acquisition support


staff and logistics for land 100 12,500 12,50,000
acquisition team as detailed
below @Rs 2,50,000 per
month for 5 months
Details of land acquisition teams including support staff, logistics support for land
acquisition teams to be deployed by the consultant for each CALA as detailed below. The
requirements is minimum. However, the consultant has to ensure adequate manpower given
to CALA in terms of area under acquisition in the jurisdiction of each CALA in
consultation with HGCL, to ensure completion of land acquisition proceedings in time
frame stipulated in contract agreement. Cost variation in this regard is not admissible.

151
APPENDIX-V
DETAILED EVALUATION
CRITERIA

152
1. First Stage Evaluation -Proof of Eligibility (Para 12.1 of Data Sheet)

1.1 Eligibility criteria for sole applicant firm.

The sole applicant firm shall satisfy the following 3 (Three) Nos. of criteria.

(a) & (b) Firm should have experience of preparation of DPR/Feasibility of 2/4/6 lane of aggregate
length as given below. The firm should have also prepared DPR/Feasibility of at least one project of
2/4/6 laning of minimum length as indicated below in the last 7 years.

S. Package No. Tentative Minimum Minimum length of a Eligible Project


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

Note: Similar project means 2/4/6 lane as applicable for the project for which RFP is invited. For
2-lane projects experience of 4/6 lane also to be considered with a multiplication factor of
1.5. Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For 4/6 laning
projects, experience of 2 lane will be considered with a multiplication factor of 0.4, but only for
those 2 lane projects whose cost of consultancy services was more than Rs.1.0 crore

(c) Annual Average Turn Over for the last 5 years {In cases where, Audited/Certified copy of
Balance Sheet for the FY 2023-24 is available, last five years shall be counted from 2019-20 to
2023-24. However, where audited/certified copy of the Balance Sheet for the FY 2023-24 is not
available (as certified by the Statutory auditor) then in such cases last five years shall be
considered from 2018-19 to 2022-23} of the firm from Consultancy services should be equal to
more than Rs.5 crore.

(Financial Year to be modified as applicable)

1.2 Deleted

153
2. Second Stage Evaluation -Technical Evaluation (Para 12.2 of Data Sheet) A

Firm’s Relevant Experience (40)

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

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

S. No. Description Maximum Sub-


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

1. 1 <10 0
1.2 >10 but ≤25 1.5
1. 3 >25 but ≤40 2.5
1.4 >40 but ≤60 3.5
.1.55 >60 5

Note *The key professionals who possess degree in Civil Engineering/Transport


Planning/Transport Economics/Traffic Management/Geology/Environment Science or Engineering
and 8 years Experience in highway/bridge/tunnel with employment in the firm for more than three
year. The Head Office of the Consultant should also have at least 3 Sr Highway Design
Engineer, 2 Senior Pavement/material Specialist, 2 Senior Bridge design Engineer, 2
geotechnical Engineer and 2 Traffic/Road Safety Expert on employee roll to be eligible for
marks in this criteria.

2 Specific experience of firms in terms of turnover in last 5


three Financial Years
2.1 Firm’s Average Turnover of last 5 years >250 crore 5
2.2 Firm Average Turnover of last 5 years 50 - 250 crore 4
2.3 Firm Average Turnover of last 5 years - >5 but < 50 3.5
crore
Total 10
A2. Firm's relevant experience in last 7 years for DPR work (30)

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

S. No. Description Maximum Sub-Points


Points
1 Specific experience of the DPR consultancy related to the 30
assignment for eligibility in last 7 Financial Years
1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane 10
NH/SH/Expressway projects
1.1.1 More than the indicative Length of the package applied for 3.5

154
S. No. Description Maximum Sub-Points
Points
1.1.2 More than 2 times the indicative length of the package applied for 4.5

1.1.3 More than 3 times the indicative length of the package applied for 5

1.1.4 More than 4 times the indicative length of the package 6.5
applied for
1.1.5 More than 5 times the indicative length of the package 8.5
applied for
1.1.6 More than 6 times the indicative length of the package 10
applied for
1.2 DPR for 2/4/6 laning NH/SH/Expressway projects each 15
equal to or more than 40 % of indicative length of a package
applied for (or Feasibility Study for 2/4/6 laning
NH/SH/Expressway projects each equal to or more than
60 % of indicative length of a package applied for)
1.2.1 1 project 7.5
1.2.2 2 projects 9
1.2.3 ≥ 3 projects 11
1.2.4 4 projects 12.5
1.2.5 >=5 projects 15
2 DPR of Major Bridges/ROBs having length more than 5
1000m (excluding approaches)
2.1 2 bridge 3.5
2.2 3 bridges 4
2.3 4 bridges 4.5
2.4 ≥ 5 bridges 5

Note:

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

No. Status of the firm in carrying out DPR/ Weightage for experience
Feasibility Study

1 Sole firm 100 %

2 Lead partner in a JV 75%

3 Other partner in a JV 50 %

4 As Associate 25%

155
(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 (5)

S. No. Description Maximum Sub-Points


Points
1 Availability of Material Testing Facilities with 0.75
persons/resources having operational skills of the
equipment(as per details given below the table)
1.1 Owned* (Available In House) or Outsourced (Hire 0.75
basis/Through Associate) supported by MOU / lease
Agreement
1.2 ) Not available 0
* Shall be ascertained through the ownership evidence in regard to major equipments required for
testing of materials to be used for construction of Highway Project.

2 Availability of minimum Field Investigation Facilities with 0.50


persons/resources having operational skills of the
equipment(as per details given below the table)
2.1 Owned** (Available In House) or Outsourced (Hire 0.50
basis/Through Associate) supported by MOU / lease Agreement

2.2 Not available 0

** Shall be ascertained through ownership evidence for construction of Highway Project.

3 Availability of minimum Office Equipment and Software 0.75


with persons/resources having operational skills of the
equipment(as per details given below the table)
3.1 Owned*** (Available In House) or Outsourced (Hire 0.75
basis/Through Associate) supported by MOU / lease Agreement

3.2 Not available 0


*** Shall be ascertained through ownership evidence for key hardware/software required for
Highway consultancy assignment.
4 Experience in LiDAR or better technology for topographic 1.25
survey (Infrastructure sector) in last 7 Financial Years
4.1 1 project 0.25
4.2 2 projects 0.50
4.3 3 projects 0.75
4.4 4 projects 1.00
4.5 ≥ 5 projects 1.25
5 Experience in using GPR and Induction Locator or better 1
technologies for detection of sub-surface utilities
(Infrastructure sector) in last 7 Financial Years
5.1 1 project 0.25

156
S. No. Description Maximum Sub-Points
Points
5.2 2 projects 0.50
5.3 3 projects 0.75
5.4 ≥ 4 projects 1.00
6 Experience in digitization of cadastral maps for land surveys 0.75
in last 7 Financial Years
6.1 Area upto 100 ha 0.25
6.2 Area between 100-500 ha 0.50
6.3 Area > 500 ha 0.75

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

Material Testing Facilities (All should be available to be eligible for full marks)
a. Aggregate testing facility including flakiness index, elongation index, abrasion, impact, crushing,
stripping value, unconfined compressive strength, setting time.
b. Soil testing facility including Atterrberg limits, soil classifications, moisture content, density, CBR
value.

Field Investigation Facilities (All should be available to be eligible for full marks)
a. Benkelman Beam or equivalent / better
b. Roughometer or equivalent / better
c. DGPS and Total station with appropriate software or equivalent / better

Office Equipment and Software (All should be available to be eligible for full
marks)
a. Office equipment setup including Computer, plotter, A0 printer etc.
b. MX/ MOSS or equivalent / better software for road design
c. AutoCAD
d. STAAD or equivalent / better

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

157
B2: Experience in use of technology (5)
Max Sub-
S. Description Marks Points
No
1 Experience of Aerial LiDAR or equivalent technology for 1.5
topographic survey (Infrastructure sector) with
persons/resources having operational skills of the
equipment with the firm Experience through owned or
outsourced equipment supported by MOU / lease
Agreement
(i) 1 project 0.5
(ii) 2 projects 1
(iii) >2 projects 1.5
1
Experience of using Geo Physical Survey Equipment
2
(Seismic Reflection / Seismic Refraction / Electrical
Resistivity / AEM etc.) for subsurface investigation with
the firm through owned or outsourced equipment
supported by MOU / lease Agreement
(i) 1 Project 0.5
(ii) >1 Projects 1
3 Experience of use of advanced structural health 1.5
monitoring systems which consists of accelerometers,
Sensors, inclinometers, anemometer, Load measuring pin
etc. with software to analyze the data and infer the
structural health and residual life. The experience can be
through owned or outsourced equipment &
software supported by MOU / lease Agreement.
(i) 1-2 Major Bridges 0.5
(ii) 3-5 Major Bridges 1
(iii) > 5 Major Bridges 1.5
4 Availability and experience in Processing of satellite 1
imagery for the creation of Digital Elevation Model (DEM)
and Digital Terrain Model (DTM) with the firm through
owned or outsourced equipment supported by
MOU / lease Agreement
(i) 1 Project 0.50
(ii) >1 Projects 1.00
Total 5
* Ownership Shall be ascertained through the ownership evidence.
Notes:
(i) The Consultants owning the equipment shall be required to submit proof of ownership.
(ii) The experience of firm/associate in use of technology shall be supported by experience
certificate. The experience of a firm/associate for a private concessionaire/ contractor (client) shall
be considered on self-certification along with the client certificate of Government agencies not
below the rank of EE/PD/GM or equivalent officer. In case of overseas experience the weightage to
be assigned to the certificate for experience in use of the equipment, a self-

158
certificate followed by the client certificate with Apostille Certificate may be accepted. Any false
certification shall attract provisions of Clause 1.8, Section -2 (letter of Invitation) read with Clause
2.9.1(g) of GCC.

C. In case, ownership document of equipment Consultancy/Associate firm is found to be false, (i) The
consultancy/Associate firm, as the case may be, shall be put on holiday listing (temporary
debarment) for a period of 12 months.

2.4. Qualification and Competence of the Key Staff for adequacy of the Assignment.
(Para 12.2 of Data Sheet and Enclosure II of TOR)

2.4.1 TEAM LEADER cum SENIOR HIGHWAY ENGINEER

S. Description Max. Points


No.
I Desirable Qualification 25
Post-Graduation in Construction Management Management/
Transportation/Highway Engineering

II Relevant Experience & Adequacy for the Project 70


a) Total Professional Experience 15
<15 years 0
15-18 years 11
>18-21 years 13
> 21 years 15
(b) Experience in Highway Projects- Experience in Planning, project 15
preparation and design of Highway Projects or Construction
Supervision of major highway projects i.e. 2/4/6 laning of
NH/SH/Expressways (2/4/6 laning
of NH/SH/Expressways)
<12 years 0
12-15 years 10
>15-18 years 12.5
>18 years 15
c) Experience in Similar 40
Capacity
(i) In Feasibility of 2/4/6 laning works or DPR/ of major highway projects 20
i.e. 2/4/6 laning of NH/SH/Expressways in Similar Capacity ( Minimum
Aggregate length of 80 km )
< 80km 0

159
S. Description Max. Points
No.
80 km-150km 15
>150km-250km 17
> 250km 20
(ii) In Feasibility of 2/4/6 laning works or DPR of major highway projects 20
i.e. 2/4/6 laning of NH/SH/Expressways in Similar Capacity- (Minimum
length 20km)
< 2 projects 0
2 projects 8
3- 5 projects 10
5-10 projects 12
10-15 projects 15
Each additional project add 1 mark subject to max of 5 additional marks
III Employment with Firm 5
> 1 Year 0
1 year 2
Add 0.5 marks for each
subsequent year subject to
maximum of 3 marks
Total 100
2.4.2 HIGHWAY DESIGN ENGINEER

S. Description Max. Points


No.
I Desirable Qualification 25
Post-Graduation in Transportation/ Highway
Engineering
II Relevant Experience & Adequacy for the Project 70
(b) - Experience in Design/ Pavement Design of Highway Projects 20
(2/4/6 laning of NH/SH/Expressways)
<6 years 0
6-10years 10
>10-15 years 15
>15years 20
c) Experience in Similar Capacity 50
(i) In Design/ Pavement Design of Highway Projects (2/4/6 laning of 30
NH/SH/Expressways) in Similar Capacity (Minimum
aggregate length 120 km)
<120km 0
120km-200km 10
>200km-300km 12.5
>300km-400km 15
>400km-500km 17.5
>500km-600km 20

160
>600-700km 22.5
>700-800km 25
Add 2.5 marks for
each additional
100 km length
subject to max 5
additional marks
(ii) In Design/ Pavement Design of Highway Projects (2/4/6 laning of 20
NH/SH/ Expressways) in Similar Capacity – Number of
Projects (Minimum length 25km
2 projects 8
3- 5 projects 10
> 5-8 projects 12.5
>8 – 10 projects 15
>10-15 projects 20
III Employment with Firm 5
Less than 1 Year 0
1 year 2
Add 0.5 marks for each subsequent
year subject to maximum of 3
marks
Total 100
2.4.3 SENIOR BRIDGE DESIGN ENGINEER

S. Description Max. Points


No.
I Desirable Qualification 30
i) Post-Graduation in Structural/Bridge Engineering
II Relevant Experience & Adequacy for the Project 65
b) Experience in Bridge Projects
(i) Experience in Design/Construction of bridge 15
< 8 years 0
8-10 years 5
>10-12 years 8
12-15 years 10
For each additional year add 1 marks subject to a maximum
(ii) Experience of 2/4 lane configuration bridges 15
<2 Projects 0
2-4 Projects 3
5-7 projects 6
8-10 9
11-13 12
For each additional project add 0.5 marks subject to a maximum
additional 3 marks

161
c) Experience as Senior Bridge Engineer or Similar Capacity in 35
Highway Design Consultancy Projects (2/4/6 laning o
NH/SH/Expressways) involving design of Major Bridges (
minimum 2 nos. of length more than 100m)
<2 numbers 0
2-4 numbers 10
5-6 numbers 15
7-8 numbers 20
9-10 numbers 25
For design of each additional project add 1 mark subject to a
maximum additional
III Employment with Firm 5
Less than 1 Year 0
1 year 2
Add 0.5 marks for each subsequent year
subject to maximum of 2 marks
Total 100
2.4.4 Traffic / Road Signage / Marking and Safety Expert

S. Description Max. Points


No.
I Desirable Qualification 25
i) Post-Graduation in Traffic/ Transportation/ Safety Engineering
or equivalent.
II Relevant Experience & Adequacy for the 70
Project
b) Experience on Similar Projects (2/4/6 laning of NH/SH/ 35
Expressways) in Similar Capacity
<5 years 0
5-8years 10
>8-10 years 15
>10-15 years 20
>15-20 years 25
>20-25 years 30
>25 years 35
c) Experience as Traffic and Safety Expert / Traffic Engineer or in 30
Similar Capacity in Highway Projects (2/4/6 laning of
NH/SH/Expressways) (Minimum aggregate length 120 km)
<120km 0
120km-200km 10
>200km -300km 15
>300km-400km 20
>400km-500km 25
>500km-600km 30

162
>600km 35
III Employment with Firm 5
Less than 1 Year 0
1 year 2
Add 0.5 marks for each subsequent year
subject to maximum of 3marks
Total 100
2.4.5 MATERIAL ENGINEER cum GEOTECHNICAL ENGINEER

S. No. Description Max. Points


I Desirable Qualification 25
Post-Graduation in Foundation Engineering / Soil Mechanics /
Geo Tech Engineering
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<10 years 0
10-12 years 11
>12-15 years 13
>15 years 15
b) Experience in Highway Projects – In Similar Projects (2/4/6 laning 20
of NH/SH/Expressways) in design and or Construction/
Construction Supervision
<7 years 0
7-10 years 15
>10 -12 years 17.50
>12years 20
c) Experience as Material cum Geo-technical Engineer or in Similar 20
capacity on Highway Projects (2/4/6 laning of NH/SH/Expressways)
(Minimum aggregate length 120 km)
<120km 0
120km-200km 15
>200km – 300km 17.50
>300km 20
Experience in Similar capacity on Highway Projects (2/4/6 laning of 15
NH/SH/Expressways) in DPR preparation of slope protection measures
and land slide management in hill roads (Traditional protection works
such as Retaining wall, breast wall, gabion wall shall not be considered)
Please mention the slope protection works and land slide
management measures used in each project
<1 Projects 0
1-2 Projects 10
> 2 projects 15

163
III Employment with Firm 5
Less than 1 Year 0
1 year 2
Add 0.5 marks for each subsequent year subject to
maximum of 3 marks
Total 100
2.4.6 SENIOR SURVEY ENGINEER

S. No. Description Max. Points


I Desirable Qualification 25
Graduation in Survey Engineering / Civil / Remote Sensing.
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<10 years 0
10-12 years 11
>12-15 years 13
>15 years 15
b) Experience in Highway Projects 25
i) Experience in Similar Projects (2/4/6 laning of NH / SH / Expressways) 20
in project preparation/ Construction / Construction Supervision

<8 years 0
8 -10 years 15
>10-12 years 17
>12 years 20
ii) Knowledge and understanding of modern Computer based method 5
of Surveying such as LIDAR Survey (ground or aerial), remote
sensing, GIS mapping etc.
Certification from an accredited institute to be submitted for
validation
Yes 5
No 0
c) Experience as Survey Engineer or in Similar Capacity for project 30
preparation of highway project (2/4/6 laning of NH/SH/Expressways)
(Minimum Aggregate Length of to 120km)
<120km 0
120km-200km 10
>200km-300km 15
>300km-400km 20
>400km-500km 25
>500km 30
165
III Employment with Firm 5
Less than 1 Year 0
1 year 2
Add 0.5 marks for each subsequent year subject to
maximum of 3 marks
Total 100

2.4.7 ENVIRONMENTAL SPECIALIST

S. No. Description Max. Points


I Desirable Qualification 25
Graduation in Environmental Engineering / Civil
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<6 years 0
6-8 years 11
>8-10 years 13
>10 years 15
b) Experience in Highway Projects- Experience in Environment impact 25
assessment of Highway Projects (2/4/6 laning of NH/SH/Expressways)

<5 years 0
5 -7 years 19
>7-10 years 22
>10 years 25
c) Experience as Environmental Specialist or in Similar Capacity in 15
Highway Projects(2/4/6 laning of NH/SH/Expressways)
<2 projects 0
2- 4 projects 12
5-7 projects 14
>7 projects 15
d) Experience as
Environmental
Specialist or in Similar
Capacity in Highway
Projects(2/4/6 laning of
NH/SH/Expressways)
<5 years 0
5 -7 years 12
>7-10 years 14
>10 years 15
III Employment with Firm 5

166
Less than 1 Year 0
1 year 2
Add 0.5 marks for each subsequent year subject to
maximum of 3marks
Total 100

2.4.8 QUANTITY SURVEYOR/DOCUMENTATION EXPERT

S. No. Description Max. Points


I Desirable Qualification 25
i) Full Time Graduation in Civil Engineering

II Relevant Experience & Adequacy for the 70


Project
a) Total Professional Experience 15
<10 years 0
10-12 years 11
>12-15 years 13
>15 years 15
b) Experience in Highway Projects- Experience in preparation 25
of Bill of Quantities, Contract documents and documentation for
major highway projects (2/4/6 laning of
NH/SH/Expressways) in Assistant
Quantity Surveyor capacity or Higher Designation
<8 years 0
8 -10 years 12.5
>10-12 years 15
>12-15 years 17.5
>15-18 years 20
>18-20 years 22.5
>20 years 25
c) Experience as Quantity Surveyor or in Similar Capacity in 30
Highway Projects (2/4/6 laning of NH/SH/Expressways)
(Minimum Aggregate length of 120km)
Consider full length experience in Quantity Surveyor or in
similar capacity and consider 2/3 length experience in case of
Assistant Quantity Surveyor or in similar capacity
<120km 0
120km-200km 15
>200km – 300km 17.5
>300km-400km 20

167
>400km-500km 22.5
>500km-600km 25
>600km add2.5
marks for each
additional 100 km
experience subject
maximum5
additional marks
III Employment with Firm 5
<1 Year 0
1 year 2
Add 0.5 marks for each subsequent year
subject to maximum of 3marks
Total 100

2.4.9 LAND ACQUISITION EXPERT

S. No. Description Max. Points


I General Qualification 25
i) Graduation or equivalent in any discipline

II Relevant Experience & Adequacy for the Project 70


a) Total Professional Experience 15
<15 years 0
15-17 years 11
>17-20 years 13
>20 years 15
b) Experience in Land Acquisition works 20
<10 years 0
10 -12 years 15
>12-15 years 17
>15 years 20
c) Experience in Land Acquisition works in Highway/road sector 35
Nil project 0
1 project 20
2 projects 30
3 projects 35
III Employment with Firm 5
Less than 1 Year 0
1 year 2
168
Add 0.5 marks for each
subsequent year subject to
maximum of 3 marks
Total 100

2.4.10 UTILITY EXPERT

S. No. Description Max. Points


I General Qualification 25
Full Time Graduation in Electrical Engineering. For Graduation from any
IIT/NIT/IISC/BITS or other State Government Engineering College of
Repute or Engineering Colleges of Developed Countries give full marks
For other colleges give 50%marks i.e. 12.50 marks
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<10 years 0
10-15 years 11
>15-20 years 13
>20 years 15
b) Experience in Utility estimation and its laying/ erection 30
<8 years 0
8 -10 years 15
>10-15 years 17.5
>15 -20years 22.5
>20-25 years 27.5
>25 years 30
c) Experience in Utility shifting estimation and its laying/ erection along 25
Highway/ roads
Nil project 0
1-3 project 15
4-6projects 20
>6 projects 25
III Employment with Firm 5
Less than 1 Year 0
1 year 2
Add 0.5 marks for each
subsequent year subject
to maximum of 3 marks

Total 100

169
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 Design 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 Design 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

i) On behalf of Consultant: Material Engineer/Material

Expert/Geo Technical Engineer

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


above

Material Engineer/Material
Expert/Geo Technical
Engineer/Manager (Material)
5. Traffic / Road Signage / Marking 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

170
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.

8. Quantity Surveyor/Documentation Expert

i) On behalf of Consultant /Contractor: Quantity Surveyor

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

9. Land Acquisition Expert

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

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

10. UTILITY Expert

i) On behalf of Consultant /Contractor: Utility Expert


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

11. Team Leader cum Senior Tunnel Expert

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

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


and above

171
12. Tunnel Design Engineer

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

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

13. Senior E&M Expert

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

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

14. Senior Geologist:

i) On behalf of the Consultant/Contractor: Geologist

ii) In Government Organizations: Geologist

15. Material Engineer

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

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


above

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

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

172
APPENDIX-VI

DRAFT CONTRACT AGREEMENT

Between

HGCL

<Address>

And

M/s ………………………………….…..

For

__________________________________________________________

173
CONTENTS

Sl. No. Description Page No. I.

CONTRACT FORCONSULTANT’S SERVICES

II GENERAL CONDITIONS OF CONTRACT

1. General Provisions

1.1 Definitions

1.2 Relation between the Parties

1.3 Law Governing the Contract

1.4 Language

1.5 Headings

1.6 Notices

1.7 Location

1.8 Authority of Member in Charge

1.9 Authorized Representatives

1.10 Taxes and Duties

2. Commencement, Completion, Modification and Termination of Contract

2.1 Effectiveness of Contract

2.2 Termination of Contract for Failure to Become Effective

2.3 Commencement of Services

2.4 Expiration of Contract

2.5 Entire Agreement

2.6 Modification

2.7 Force Majeure

2.7.1 Definition

174
2.7.2 No Breach of Contract
2.7.3 Measures to be Taken
2.7.4 Extension of Time
2.7.5 Payments
2.7.6 Consultation Suspension

2.8 Suspension
2.9 Termination

2.9.1 By the Client


2.9.2 By the Consultants
2.9.3 Cessation of Rights and Obligations
2.9.4 Cessation of Services
2.9.5 Payment upon Termination
2.9.6 Disputes about Events of Termination

3. Obligations of the Consultants

3.1 General

3.1.1 Standard of Performance

3.1.2 Law Governing Services

3.2 Conflict of Interests

3.2.1 Consultants not to Benefit from Commissions, discounts etc.

3.2.2 Consultants and Affiliates not to be otherwise interested in Project

3.2.3 Prohibition of Conflicting Activities

3.3 Confidentiality

3.4 Liability of the Consultants

3.5 Insurance to be taken out by the Consultants

3.6 Accounting, Inspection and Auditing

3.7 Consultants’ Actions requiring Client’s prior Approval

3.8 Reporting Obligations

3.9 Documents prepared by the Consultants to be the Property of the Client

3.10 Equipment and Materials furnished by the Client

4. Consultants’ Personnel

175
4.1 General

4.2 Description of Personnel

4.3 Approval of Personnel

4.4 Working Hours, Overtime, Leave etc.

4.5 Removal and/or Replacement of Personnel

4.6 Resident Project Manager

5. Obligations of the Client

5.1 Assistance and Exemptions

5.2 Access to Land

5.3 Change in the Applicable Law

5.4 Services, Facilities and Property of the Client

5.5 Payment

6. Payment to the Consultants

6.1 Cost Estimates; Ceiling Amount

6.2 Currency of Payment

6.3 Mode of Billing and Payment

7. Responsibility for accuracy of the project document

7.1 General

7.2 Retention money

7.3 Penalty

7.4 Action for deficiency in services

8. Fairness and Good Faith

8.1 Good Faith

8.2 Operation of the Contract

9. SETTLEMENT OF DISPUTES

9.1 Amicable Settlement

9.2 Dispute Settlement

III. SPECIAL CONDITIONS OF CONTRACT

176
IV. APPENDICES

Appendix A: Terms of reference containing, inter-alia, the Description of the


Services and Reporting Requirements

Appendix B: Consultants’ Sub consultants, Key Personnel and Sub Professional


Personnel, Task assignment, work programme, manning schedule,
qualification requirements of key personnel, schedule for submission of
various report.

Appendix C: Hours of work for Consultants’ Personnel

Appendix D: Duties of the Client

Appendix E: Cost Estimate

Appendix F: Copy of letter of invitation

Appendix G: Copy of letter of acceptance

Appendix H(1): Format for Bank Guarantee for Performance Security for individual work

Appendix H(2): Format for Bank Guarantee for Performance Security for a number of

works

Appendix I: Minutes of the Pre-bid meeting

177
DRAFT CONTRACT FOR CONSULTANT’S SERVICES

CONTRACT FOR CONSULTANTS’ SERVICES


Consultancy Services for Preparation of Detailed Project report for
Construction of Greenfield Radial Road from Outer Ring Road
interchange at Raviryal to Regional Ring Road at Amangal

This CONTRACT (hereinafter called the “Contract”) is made on the-------------- day of the month of
-----------------2018 , between, on the one hand, (HGCL), Hyderabad (hereinafter called the
“Client”) and,

on the other hand, M/s ------------------------------------------ in JV with ----------------------------------


and in Association with ...................................................... (hereinafter called the “Consultants”).

WHEREAS

(A) the Client has requested the Consultants to provide certain consulting services as defined in
the General Conditions attached to this Contract (hereinafter called the “Services”);

(B) the Consultants, having represented to the Client that they have the required professional
skills, personnel and technical resources, have agreed to provide the Services on the terms
and conditions set forth in this Contract;

NOW THEREFORE the parties hereto hereby agree as follows:

1 The following documents attached hereto shall be deemed to form an integral part of this
Contract:

(a) The General Conditions of Contract (hereinafter called “GC”);

(b) The Special Conditions of contract (hereinafter called “SC”);

(c) The following Appendices:

Appendix A: Terms of reference containing, inter-alia, the Description of the Services and
Reporting Requirements

Appendix B: Consultants’ Sub consultants, Key Personnel and Sub Professional Personnel, Task
assignment, work programme, manning schedule, qualification requirements of key
personnel, and schedule for submission of various report.

Appendix C: Hours of work for Consultants’ Personnel

Appendix D: Duties of the Client

Appendix E: Cost Estimate

Appendix F: Copy of letter of invitation

Appendix G: Copy of letter of acceptance

Appendix H: Copy of Bank Guarantee for Performance Security

178
Appendix-I: Minutes of the pre-bid meeting

2. The mutual rights and obligations of the Client and the Consultants shall be as set forth in
the Contract; in particular:

(a) The Consultants shall carry out the Services in accordance with the provisions of the
Contract; and

(b) Client shall make payments to the Consultants in accordance with the provisions of the
Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.

FOR AND ON BEHALF OF Witness

(HGCL)

1. Signature Name

Address

By

Authorized Representative 2. Signature Name

Address

FOR AND ON BEHALF OF Witness

(Consultant)

1. Signature

Name

Address

By

Authorized Representative 2. Signature


Name

Address

179
GENERAL CONDITIONS OF CONTRACT

180
GENERAL CONDITIONS OF CONTRACT
1. GENERAL PROVISIONS

1.1 Definitions

Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:

(a) “Applicable Law means the laws and any other instruments having the force of law
in the Government’s country as they may be issued and in force from time to time;

(b) “Contract” means the Contract signed by the Parties, to which these General
Conditions of Contract are attached, together with all the documents listed in
Clause 1 of such signed Contract;

(c) “Effective Date” means the date on which this Contract comes into force and effect
pursuant to Clause GC 2.1;

(d) “foreign currency” means any currency other than the currency of the
Government;

(e) “GC” means these General Conditions of Contract;

(f) “Government” means the Government of India;

(g) “local currency” means the currency of the Government;

(h) “Member”, in case the Consultants consist of a joint venture or consortium of more
than one entity, means any of these entities, and “Members” means all of these
entities;

(i) “Personnel” means persons hired by the Consultants or by any Sub consultant as
employees and assigned to the performance of the Services or any part thereof;
“foreign Personnel” means such persons who at the time of being so hired had their
domicile outside India; and “local Personnel” means such persons who at the time
of being so hired had their domicile inside India;

(j) “Party” means the Client or the Consultants, as the case may be, and Parties
means both of them;

(k) “Services” means the work to be performed by the Consultants pursuant to this
Contract for the purposes of the Project, as described in Appendix A hereto;

(l) “SC” means the Special Conditions of Contract by which these General
Conditions of Contract may be amended or supplemented;

(m) “Sub consultant” means any entity to which the Consultants subcontract any part
of the Services in accordance with the provisions of Clause GC 3.7; and

(n) “Third Party” means any person or entity other than the Government, the Client,
the Consultants or a Sub consultant.

181
1.2 Relation between the Parties

Nothing contained herein shall be construed as establishing a relation of master and


servant or of agent and principal as between the Client and the Consultants. The
Consultants, subject to this Contract, have complete charge of Personnel performing the
Services and shall be fully responsible for the Services performed by them or on their
behalf hereunder.

1.3 Governing Law and Jurisdiction

This Contract, its meaning and interpretation, and the relation between the Parties shall
be governed by the Applicable Laws of India and the Courts at Hyderabad shall have
exclusive jurisdiction over matters arising out of or relating to this Agreement.

1.4 Language

This Contract has been executed in the language specified in the SC, which shall be the
binding and controlling language for all matters relating to the meaning or interpretation
of this Contract.

1.5 Table of Contents and Headings

The table of contents, headings or sub-headings in this agreement are for convenience for
reference only and shall not be used in, and shall not limit, alter or affect the construction
and interpretation of this Contract.

1.6 Notices

1.6.1 Any notice, request or consent required or permitted to be given or made pursuant to this
Contract shall be in writing. Any such notice, request or consent shall be deemed to have
been given or made when delivered in person to an authorized representative of the Party to
whom the communication is addressed, or when sent by registered mail, facsimile or e- mail
to such Party at the address specified in the SC.

1.6.2 Notice will be deemed to be effective as specified in the SC.

1.6.3 A party may change its address for notice hereunder by giving the other Party notice of
such change pursuant to the provisions listed in the SC with respect to Clause GC 1.6.2.

1.7 Location

The Services shall be performed at such locations as are specified in Letter of Acceptance
(Appendix-G) hereto and, where the location of a particular task is not so specified, at such
locations, whether in India or elsewhere, as the Client may approve.

1.8 Authority of Member in Charge

In case the Consultants consist of a joint venture of more than one entity, with or without
an Associate the Members hereby authorize the entity specified in the SC to act on their
behalf in exercising all the Consultants’ rights and obligations towards the Client under this
Contract, including without limitation the receiving of instructions and payments from the
Client.

183
1.9 Authorized Representatives

Any action required or permitted to be taken, and any document required or permitted to be
executed, under this Contract by the Client or the Consultants may be taken or executed by
the officials specified in the SC.

1.10 Taxes and Duties

Unless otherwise specified in the SC, the Consultants shall pay all such taxes, duties, fees and
other impositions as may be levied under the Applicable Law.

2. COMMENCEMENT, COMPLETION, MODIFICATION AND


TERMINATION OFCONTRACT

2.1 Effectiveness of Contract

This Contract shall come into force and effect on the date of the Client’s notice to the
Consultants instructing the Consultants to begin carrying out the Services. This notice shall
confirm that the effectiveness conditions, if any, listed in the SC have been met.

2.2 Termination of Contract for Failure to Become Effective

If this Contract has not become effective within such time period after the date of the
Contract signed by the Parties as shall be specified in the SC, either Party may, by not less
than four (4) weeks’ written notice to the other Party, declare this Contract to be null and
void, and in the event of such a declaration by either Party, neither Party shall have any
claim against the other Party with respect hereto.

2.3 Commencement of Services

The Consultants shall begin carrying out the Services at the end of such time period after
the Effective Date as shall be specified in the SC.

2.4 Expiration of Contract

Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall expire when
services have been completed and all payments have been made at the end of such time period
after the Effective Date as shall be specified in the SC.

2.5 Entire Agreement

This Contract contains all covenants, stipulations and provisions agreed by the Parties. No
agent or representative of either Party has authority to make, and the Parties shall not be
bound by or be liable for, any statement, representation, promise or agreement not set forth
herein.

2.6 Modification

Modification of the terms and conditions of this Contract, including any modification of the
scope of the Services, may only be made by written agreement between the Parties. Pursuant
to Clause GC 8.2 hereof, however, each party shall give due consideration to any proposals
for modification made by the other Party.

184
2.7 Force Majeure

2.7.1 Definition

(a) For the purposes of this Contract, “Force Majeure” means an event which is
beyond the reasonable control of a Party, and which makes a Party’s performance
of its obligations hereunder impossible or so impractical as reasonably to be
considered impossible in the circumstances, and includes, but is not limited to,
war, riots, civil disorder, earthquake, fire, explosion, storm, flood or other
adverse weather conditions, strikes, lockouts or other industrial action (except
where such strikes, lockouts or other industrial action are within the power of the
Party invoking Force Majeure to prevent), confiscation or any other action by
government agencies.

(b) Force Majeure shall not include (i) any event which is caused by the negligence
or intentional action of a Party or such Party’s Sub consultants or agents or
employees, nor (ii) any event which a diligent Party could reasonably have been
expected to both (A) take into account at the time of the conclusion of this Contract
and (B) avoid or overcome in the carrying out of its obligations hereunder.

(c) Force Majeure shall not include insufficiency of funds or failure to make any
payment required hereunder.

2.7.2 No Breach of Contract

The failure of a Party to fulfill any of its obligations hereunder shall not be considered to
be a breach of, or default under, this Contract insofar as such inability arises from an event of
Force Majuere, provided that the Party affected by such an event has taken all reasonable
precautions, due care and reasonable alternative measures, all with the objective of
carrying out the terms and conditions of this Contract.

2.7.3 Measures to be Taken

(a) A party affected by an event of Force Majeure shall take all reasonable measures
to remove such Party’s inability to fulfill its obligations hereunder with a
minimum of delay.

(b) A party affected by an event of Force Majuere shall notify the other Party of such
event as soon as possible, and in any event not later than fourteen (14) days
following the occurrence of such event, providing evidence of the nature and cause
of such event, and shall similarly give notice of the restoration of normal
conditions as soon as possible.

(c) The Parties shall take all reasonable measures to minimize the consequences of
any event of Force Majeure.

2.7.4 Extension of Time

Any period within which a Party shall, pursuant to this Contract, complete any action or
task, shall be extended for a period equal to the time during which such Party was unable
to perform such action as a result of Force Majeure.

185
2.7.5 Payments

During the period of their inability to perform the Services as a result of an event of Force
Majeure, the Consultants shall be entitled to be reimbursed for additional costs reasonably
and necessarily incurred by them during such period for the purposes of the Services and in
reactivating the Services after the end of such period.

2.7.6 Consultation

Not later than thirty (30) days after the Consultants, as the result of an event of Force
Majeure, have become unable to perform a material portion of the Services, the Parties shall
consult with each other with a view to agreeing on appropriate measures to be taken in the
circumstances.

2.8 Suspension

The Client may, by written notice of suspension to the Consultants, suspend all payments
to the Consultants hereunder if the Consultants fail to perform any of their obligations
under this Contract, including the carrying out of the Services, provided that such notice of
suspension (i) shall specify the nature of the failure, and (ii) shall request the Consultants
to remedy such failure within a period not exceeding thirty
(30) days after receipt by the Consultants of such notice of suspension.

2.9 Termination

2.9.1 By the Client

The Client may, by not less than thirty (30) days’ written notice of termination to the
Consultants (except in the event listed in paragraph (f) below, for which there shall be a
written notice of not less than sixty (60) days), such notice to be given after the occurrence
of any of the events specified in paragraphs (a) through (f) of this Clause 2.9.1, terminate
this Contract:

(a) if the Consultants fail to remedy a failure in the performance of their obligations
are under, as specified in a notice of suspension pursuant to Clause
2.8 hereinabove, within thirty (30) days of receipt of such notice of suspension or
within such further period as the Client may have subsequently approved in
writing;

(b) if the Consultants become (or, if the Consultants consist of more than one entity,
if any of their Members becomes) insolvent or bankrupt or enter into any
agreements with their creditors for relief of debt or take advantage of any law for
the benefit of debtors or go into liquidation or receivership whether compulsory
or voluntary;

(c) if the Consultants fail to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause 8 hereof;

(d) if the Consultants submit to the Client a statement which has a material effect on
the rights, obligations or interests of the Client and which the Consultants know to
be false;

(e) if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60) days; or

186
(f) if the Client, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.

2.9.2 By the Consultants

The Consultants may, by not less than thirty (30) day’s written notice to the Client, such
notice to be given after the occurrence of any of the events specified in paragraphs (a)
through (d) of this Clause 2.9.2, terminate this Contract:

(a) if the Client fails to pay any money due to the Consultants pursuant to this
contract and not subject to dispute pursuant to Clause 8 hereof within forty-
five(45) days after receiving written notice from the Consultants that such
payment is overdue;

(b) if the Client is in material breach of its obligations pursuant to this Contract and
has not remedied the same within forty-five (45) days (or such longer period as
the Consultants may have subsequently approved in writing) following the
receipt by the Client of the Consultants’ notice specifying such breach;

(c) if, as the result of Force Majeure, the Consultant are unable to perform a material
portion of the Services for a period of not less than sixty (60) days; or

(d) if the Client fails to comply with any final decision reached as a result of
arbitration pursuant to Clause 8 hereof.

2.9.3 Cessation of Rights and Obligations

Upon termination of this Contract pursuant to Clauses 2.2 or 2.9 hereof, or upon expiration
of this Contract pursuant to Clause 2.4 hereof, all rights and obligations of the Parties
hereunder shall cease, except (i) such rights and obligations as may have accrued on the
date of termination or expiration, (ii) the obligation of confidentiality set forth in Clause
3.3 hereof, (iii) the Consultant’s obligation to permit inspection, copying and auditing of
their accounts and records set forth in Clause 3.6 (ii) hereof, and (iv) any right which a
Party may have under the Applicable Law.

2.9.4 Cessation of Services

Upon termination of this Contract by notice of either Party to the other pursuant to Clauses
2.9.1 or 2.9.2 hereof, the Consultants 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 Consultants and equipment and
materials furnished by the Client, the Consultants shall proceed as provided, respectively,
by Clauses 3.9 or 3.10 hereof.

2.9.5 Payment upon Termination

Upon termination of this Contract pursuant to Clauses 2.9.1 or 2.9.2 hereof, the Client shall
make the following payments to the Consultants (after offsetting against these payments
any amount that may be due from the Consultant to the Client):

(i) remuneration pursuant to Clause 6 hereof for Services satisfactorily performed


prior to the effective date of termination.

187
(ii) reimbursable expenditures pursuant to Clause 6 hereof for expenditures actually
incurred prior to the effective date of termination; and

(iii) except in the case of termination pursuant to paragraphs (a) through (d) of Clause
2.9.1 hereof, reimbursement of any reasonable cost incident to the prompt and
orderly termination of the Contract including the cost of the return travel of the
Consultants’ personnel and their eligible dependents.

2.9.6 Disputes about Events of Termination

If either Party disputes whether an event specified in paragraphs (a) through (e) of Clause
2.9.1 or in Clause 2.9.2 hereof has occurred, such Party may, within forty-five
(45) days after receipt of notice of termination from the other Party, refer the matter to
arbitration pursuant to Clause 8 hereof, and this Contract shall not be terminated on
account of such event except in accordance with the terms of any resulting arbitral award.

2.9.7 Foreclosure

2.9.7.1 Without prejudice to any provision of this Agreement, the Client and Consultant may
foreclose this Agreement by mutual consent in circumstances which does not constitute either
party’s default without any liability or consequential future liability for either party except as
mentioned in this Clause. However, the Client has the right to foreclosure the agreement after
completion of the components of feasibility study.

2.9.7.2 Should a Party intend to foreclose this Agreement by mutual consent, the intending Party
shall issue a notice to the other Party and upon issuance of such notice, the other Party may within
15 days from receipt of such notice either agree to such foreclosure or raise objection(s) to the same
by intimating either of the two possible positions to the intending Party in writing. In case the
contract is foreclosed on mutual consent, payment upto the completed stage will be paid as per CI
6.3 (b) of GC and remuneration & logistics beyond completed stage will be paid as per actual using
the rates given in the BOQ of the Financial form given in the RFP..

2.9.7.3 If at inception stage or feasibility stage, Client desires to foreclose the contract, the contract
will be foreclosed with mutual consent up to that stage and the Consultant’s consent is implied
without exception.

2.9.7.4 Any attempt or endeavour for foreclosure by mutual agreement shall be without prejudice
to the rights and obligations of the Parties herein and the factum of such an attempt or exercise shall
not stop either of the Parties from discharging their contractual obligations under this Agreement.

2.9.7.5 For the avoidance of doubt, it is clarified that such foreclosure will be without prejudice to
the Consultant and shall not affect the Consultant in any way if it wishes to bid in future projects of
the Client.

3. OBLIGATIONS OF THE CONSULTANTS

3.1 General

3.1.1 Standard of Performance

188
The Consultants shall perform the Services and carry out their obligations here under 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 and effective equipment, machinery,
materials and methods. The Consultants shall always act, in respect of any matter relating
to this Contract or to the Services, as faithful 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.

3.1.2 Law Governing Services

The Consultants shall perform the Services in accordance with the Applicable Law and shall
take all practicable steps to ensure that any Sub consultants, as well as the Personnel and
agents of the Consultants and any Sub consultants, comply with the Applicable Law. The
Client shall advise the Consultants in writing of relevant local customs and the Consultants
shall, after such notifications, respect such customs.

3.2 Conflict of Interests

3.2.1 Consultants not to Benefit from Commissions, Discounts, etc.

The remuneration of the Consultants pursuant to Clause 6 hereof shall constitute the
Consultants' sole remuneration in connection with this Contract or the Services and the
Consultants shall not accept for their own benefit any trade commission, discount or
similar payment in connection with activities pursuant to this Contract or to the Services or
in the Discharge of their obligations hereunder, and the Consultants shall use their best
efforts to ensure that any Sub consultants, as well as the Personnel and agents of either of
them, similarly shall not receive any such additional remuneration.

3.2.2 Consultants and Affiliates not to be otherwise interested in Project

The Consultants agree that, during the term of this Contract and after its termination, the
Consultants and any entity affiliated with the Consultants, as well as any Sub consultant
and any entity affiliated with such Sub consultant, shall be disqualified from providing
goods, works or services (other than the Services and any continuation thereof) for any
project resulting from or closely related to the Services.

3.2.3 Prohibition of Conflicting Activities

Neither the Consultants nor their Sub consultants nor the Personnel of either of them shall
engage, either directly or indirectly, in any of the following activities:

(a) during the term of this Contract, any business or professional activities in the
Government's country which would conflict with the activities assigned to them
under this Contract; or

(b) after the termination of this Contract, such other activities as may be specified in
the SC.

3.3 Confidentiality

The Consultants, their Sub consultants and the Personnel of either of them shall not,
either during the term or within two (2) years after the expiration of this Contract,
disclose any proprietary or confidential information relation to the Project, the Services,
this Contract or the Client's business or operations without the prior written

189
consent of the Client.

3.4 Liability of the Consultants

Subject to additional provisions, if any, set forth in the SC, the Consultants' liability under
this Contract shall be as provided by the Applicable Law.

3.5 Insurance to be taken out by the Consultants

The Consultants (i) shall take out and maintain, and shall cause any Sub consultants to take
out and maintain, at their (or the Sub consultants', as the case may be) own cost but on
terms and conditions approved by the Client, insurance against the risks, and for the
coverage, as shall be specified in the Special Conditions (SC), and (ii) at the Client's
request, shall provide evidence to the Client showing that such insurance has been taken
out and maintained and that the current premiums therefore have been paid.

3.6 Accounting, Inspection and Auditing

The Consultants (i) shall keep accurate and systematic accounts and records in respect of
the Services hereunder, in accordance with internationally accepted accounting principles
and in such form and detail as will clearly identify all relevant time charges and cost, and
the bases thereof (including the bases of the Consultants' costs and charges), and (ii) shall
permit the Client or its designated representative periodically, and up to one year from the
expiration or termination of this Contact, to inspect the same and make copies thereof as
well as to have them audited by auditors appointed by the Client.

3.7 Consultants' Actions requiring Client's prior Approval

The Consultants shall obtain the Client's prior approval in writing before taking any of the
following actions:

(a) appointing such members of the Personnel as are listed in Appendix B;

(b) Sub-Contracting is not allowed. However, specific survey and investigation work
may be sub-let after approval of Authority. Failure to comply with this provision
shall lead to debarment of the DPR consultant for a minimum of 2 years apart from
recovery of entire contract amount as penalty for the same;

(c) any other action that may be specified in the SC.

3.8 Reporting Obligations

The Consultants shall submit to the Client the reports and documents specified in
Appendix A/E here to, in the form, in the numbers and within the time periods set forth in
the said Appendix. Reporting stages, review progress and checklist shall be as reflected in
the DPR.

3.9 Documents prepared by the Consultants to be the Property of the Client

All plans, drawings, specifications, designs, reports and other documents prepared by the
Consultants in performing the Services shall become and remain the property of the Client,
and the Consultants shall, not later than upon termination or expiration of this Contract,
deliver all such documents to the Client, together with a detailed inventory

190
thereof. The Consultants may retain a copy of such documents. Restrictions about the future
use of these documents, shall be as specified in the SC.

3.10 Equipment and Materials furnished by the Client

Equipment and materials made available to the Consultants by the Client, or purchased by
the Consultants with funds provided by the Client, shall be the property of the Client and
shall be marked accordingly. Upon termination or expiration of this Contract, the
Consultants shall make available to the Client an inventory of such equipment and
materials and shall dispose of such equipment and materials in accordance with the
Client's I instructions. While in possession of such equipment and materials, the
Consultants, unless otherwise instructed by the Client in writing, shall insure them in an
amount equal to their full replacement value.

4. CONSULTANTS' PERSONNEL

4.1 General

The Consultants shall employ and provide such qualified and experienced Personnel as are
required to carry out the Services.

4.2 Description of Personnel

(a) The titles, agreed job descriptions, minimum qualification and estimated periods of
engagement in the carrying out of the Services of each of the Consultants' Key
Professional / Sub Professional Personnel are described in Appendix B.

(b) If required to comply with the provisions of Clause 3.1.1 of this Contract,
adjustments with respect to the estimated periods of engagement of Key
Professional / Sub Professional Personnel set forth in Appendix B may be made by
the Consultants by written notice to the Client, provided

(i) that such adjustments shall not alter the originally estimated period of engagement
of any individual by more than 10% or one week, whichever is larger, and

(ii) that the aggregate of such adjustments shall not cause payments under this Contract
to exceed the ceilings set forth in Clause 6.1 (b) of this Contract. Any other such
adjustments shall only be made with the Client's written approval.

(c) If additional work is required beyond the scope of the Services specified in
Appendix A, the estimated periods of engagement of Key Personnel set forth in
Appendix B may be increased by agreement in writing between the Client and the
Consultants.

4.3 Approval of Personnel

The Key Personnel and Sub consultants listed by title as well as by name in Appendix B
are hereby approved by the Client. In respect of other Key Personnel which the
Consultants propose to use in the carrying out of the Services, the Consultants shall submit
to the Client for review and approval a copy of their biographical data. If the Client does
not object in writing (stating the reasons for the objection) within twenty- one (21) calendar
days from the date of receipt of such biographical data, such Key Personnel shall be
deemed to have been approved by the Client.

191
4.4 Working Hours, Overtime, Leave, etc.

(a) Working hours and holidays for Key Professional / Sub Professional Personnel are
set forth in Appendix C hereto. To account for travel time, foreign Personnel
carrying out Services inside the Government's country shall be deemed to have
commenced (or finished) work in respect of the Services such number of days
before their arrival in (or after their departure from) the Government's country is
specified in Appendix C hereto.

(b) The Key Professional / Sub Professional Personnel shall not be entitled to be paid
for overtime nor to take paid sick leave or vacation leave except as specified in
Appendix C hereto, and except as specified in such Appendix, the Consultants'
remuneration shall be deemed to cover these items. All leave to be allowed to the
Personnel is included in the staff- months of service set for in Appendix B. Any
taking of leave by Personnel shall be subject to the prior approval of the Client by
the Consultants, who shall ensure that absence for leave purposes will not delay
the progress and adequate supervision of the Services.

(c) All key personnel and sub professional staff of the DPR Consultants shall use the
Aadhaar based biometric attendance/ Geo- tagged selfie-based attendance system
for marking their daily attendance. Aadhaar based Biometric attendance/ Geo-
tagged selfie- based attendance shall be marked at least once a day and anytime
during the day. Aadhaar based biometric attendance/ Geo- tagged selfie- based
attendance system shall be installed by the DPR Consultants at its own cost at the
site office and design office in order to facilitate the attendance marking. A copy
of Aadhaar based Biometric attendance/ Geo-tagged selfie-based attendance
records shall be attached at the time of submission of their bills to the HGCL.
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 HGCL so desires, it shall facilitate electronic linking of the
Aadhaar based Biometric attendance/ Geo-tagged selfie. Based attendance system
with the Central Monitoring System of HGCL

(d) Consultant will intimate concerned Project Director/Project Incharge immediately


after establishing its site office regarding installation of Aadhaar based Biometric
attendance/ Geo-tagged selfie-based attendance system and complete address of its
site office.

4.5 Removal and/or Replacement of Key Personnel

Removal and/or replacement of Key Personnel shall be regulated as under:

4.5.1 In case notice to commence services pursuant to Clause 2.1 of this Contract is not ordered
by Client within 120 days of signing of contract the key personnel can excuse themselves
on valid grounds, e.g., selection on some other assignment, health problem developed after
signing of contract, etc. In such a case no penalty shall be levied on the Firm or on the
person concerned. The firm shall however be asked to give a replacement by an equal or
better scoring person, whenever mobilization is ordered.

192
4.5.2 In case notice to commence services is given within 120 days of signing of contract the, the
Authority expects all the Key Personnel specified in the Proposal to be available during
implementation of the Agreement. The Authority will not consider any substitution of Key
Personnel except under compelling circumstances beyond the control of the Consultant
and the concerned Key Personnel. Such substitution shall be limited to not more than three
Key Personnel subject to equally or better qualified and experienced personnel being
provided to the satisfaction of the Authority. Replacement of the Team Leader will not
normally be considered and may lead to disqualification of the Applicant or termination of
the Agreement. Replacement of one Key Personnel shall be permitted subject to reduction
of remuneration equal to 5 % (five per cent) of the total remuneration specified for the
Key Personnel who is proposed to be replaced. In case of second replacement the reduction
in remuneration shall be equal to 10% (ten per cent) and for third and subsequent
replacement, such reduction shall be equal to 15% (fifteen per cent). The maximum age
limit of replaced key personnel shall be 65 years as on the date of submission of proposal
for such replacement.

4.5.3 If the consultant finds that any of the personnel had made false representation regarding
his qualification and experience, he may request the Employer for replacement of the
personnel. There shall be no reduction in remuneration for such replacement. The
replacement shall however be of equal or better score. The personnel so replaced shall be
debarred from future projects for 2 years.

4.5.4 Replacement after original contract period is over:

There shall be no limit on the replacements and no reduction in remunerations shall be


made. The replacement shall however be of equal or better score.

4.5.5 If the Employer (i) finds that any of the Personnel has committed serious misconduct or
has been charged with having committed a criminal action or (ii) has reasonable ground to
be dissatisfied with the performance of any of the Personnel, then the
consultant shall, at the Employer’s written request specifying the grounds therefore,
forthwith provide a replacement with qualifications and experience acceptable to him. For
such replacement there will be no reduction in remuneration.

4.5.6 If any member of the approved team of a consultant engaged by HGCL leaves that
consultant before completion of the job, he shall be barred for a period of 6 months to 24
months from being engaged as a team member of any other consultant working (or to be
appointed) for any other HGCL/ MoRTH projects.

4.6 Resident Team Leader and Coordinator

The person designated as the Team Leader of the Consultant’s Personnel shall be
responsible for the coordinated, timely and efficient functioning of the Personnel. In
addition, the Consultant shall designate a suitable person from its Head Office as Project
Coordinator who shall be responsible for day to day performance of the Services.

5. OBLIGATION OF THE CLIENT

5.1 Assistance and Exemptions unless otherwise specified in the SC, the Client shall use its best
efforts to ensure that the Government shall:

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

193
(b) assist for the Personnel and, if appropriate, their eligible dependents to be provided
promptly with all supporting papers for necessary entry and exit visas, residence
permits, exchange permits and any other documents required for their stay in India;

(c) facilitate prompt clearance through customs of any property required for the
Services;

(d) issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and effective
implementation of the Services;

5.2 Access to Land

The Client warrants that the Consultants shall have, free of charge, unimpeded access to all
land in the Government’s country in respect of which access is required for the
performance of the Services. The Client will be responsible for any damage to such land or
any property thereon resulting from such access and will indemnify the Consultants and
each of the Personnel in respect of liability for any such damage, unless such damage is
caused by the default or negligence of the Consultants or any Sub consultants or the
Personnel of either of them.

5.3 Change in the Applicable Law

If, after the date of this Contract, there is any change in the Applicable Law with respect to
taxes and duties which increases or decreases the cost or reimbursable expenses incurred by the
Consultants in performing the Services, then the remuneration and reimbursable expenses
otherwise payable to the Consultants under this Contract shall be increased or decreased
accordingly by agreement between the Parties hereto, and corresponding adjustments shall be
made to the ceiling amounts specified in Clause 6.1(b),

5.4 Services, Facilities and Property of the Client

The client shall make available to the Consultants and the Personnel, for the purposes of the
Services and free of any charge, the services, facilities and property described in Appendix D at
the times and in the manner specified in said Appendix D, provided that if such services,
facilities and property shall not be made available to the Consultants as and when so specified,
the Parties shall agree on (i) any time extension that may be appropriate to grant to the
Consultants for the performance of the Services, (ii) the manner in which the Consultants shall
procure any such services, facilities and property from other sources, and (iii) the additional
payments, if any, to be made to the Consultants as a result thereof pursuant to Clause 6.1(c)
hereinafter.

5.5 Payment

In consideration of the Services performed by the Consultants under this Contract, the Client
shall make to the Consultants such payments and in such manner as is provided by Clause 6 of
this Contract.

6. PAYMENT TO THE CONSULTANTS

6.1 Cost Estimates: Ceiling Amount

(a) An abstract of the cost of the Services payable in local currency (Indian Rupees) is
set forth in Appendix E.

194
(b) Except as may be otherwise agreed under Clause 2.6 and subject to Clause 6.1(c),
the payments under this Contract shall not exceed the ceiling specified in the SC.
The Consultants shall notify the Client as soon as cumulative charges incurred for
the Services have reached 80% of the ceiling.

(c) Notwithstanding Clause 6.1(b) hereof, if pursuant to Clauses 5.4 hereof, the Parties
shall agree that additional payments shall be made to the Consultants in order to
cover any necessary additional expenditures not envisaged in the cost estimates
referred to in Clause 6.1(a) above, the ceiling set forth in Clause 6.1(b) above shall
be increased by the amount or amounts, as the case may be, of any such additional
payments.

6.2 Currency of Payment

(a) The payment shall be made in Indian Rupees.

6.3 Mode of Billing and Payment

Billing and payments in respect of the Services shall be made as follows:-

(a) The Client shall cause to be paid to the Consultants an advance payment as specified
in the SC, and as otherwise set forth below. The advance payment will be due after
provision by the Consultants to the Client of a bank guarantee by a bank acceptable to
the Client in an amount (or amounts) and in a currency (or currencies) specified in the
SC, such bank guarantee (i) to remain effective until the advance payment has been
fully set off as provided in the SC, and ii) in such form as the Client shall have
approved in writing.

(b) Payment Schedule

S. Item Payment %
No.
1 Submission of final QAP and Inception Report 5%
2 Approval of final Alignment Report, Topographical 5%
Study and Submission of TOR for EAC
3 Submission of LAC1 and LAC2 proposals 5%

3 Submission of final feasibility Report along with Cost estimates for 10%
Submission to Government
4 Submission Of 3a Notification, Draft 3 A And Approval Of Final 5%
Land Acquisition Report containing details of 3a, 3A
5 Submission of all utilities shifting proposals to utility owning 5%
agencies and submission of utilities relocation plan to HGCL and
Final approval of Utilities shifting estimates and submission of
Utilities II report, ROB GADs for Railway, Irrigation other
concerned departments
6 3D publication for all land parcels identified in item 4 above and 5%
submission of LA II report
7 Submission of all stage I clearance (Forest, Wildlifde, EC) 5%
proposals on Parivesh portal and acceptance by Nodal officer

195
8 15%
Submission of Draft DPR

9 5%
Stage II clearance approval ( Receiving approval of Forest, Wildlife,
EC from Concerned agencies) and submission of Final Clearance
report
10 5%
Receipt of Land Possession Certificate (3H) for 90% of all land
parcels identified in LAC report and submission of Land Possession
report
11 20%
Submission of Final DPR, Bidding Documents and Technical
Schedules
12 Completion of Bid Process Management for Construction activity 5%
and issue of LOA to construction Agency
13 Amount to be released after completion of the project or 3 years from 5%
start of project
Total 100%

Note:

(a) Consultants have to provide a certificate that all key personnel as envisaged in the
Contract Agreement has been actually deployed in the project. They have to submit this
certificate at the time of submission of bills to HGCL from time to time.

* (b)The Concerned Project Director or his authorized representative shall ensure


and certify at least 5% test check of all the data collected by the Consultant before
releasing the payment to the Consultant.

(c) No payment shall become eligible till the consultant completes to the
satisfaction of the client the work pertaining to that stage. The payment for
the work of sub-soil investigation (Boring) will be as per plan approved by
the client and will be paid as per actual at the rates quoted by the
consultants. The payment for the quantity given by the client for boring will
be deemed to be included in the above-mentioned payment schedule. Any
adjustment in the payment to the consultants will be made in the final
payment only

(d) The Client shall cause the payment of the Consultants in Para 6.4 (b) above as
given in schedule of payment within thirty (30) days after the receipt by the
Client of bills. Interests at the rate specified in the SC shall become payable as
from the above due date on any amount due by, but not paid on, such due date.

(e) The final payment under this Clause shall be made only after the final report and
a final statement, identified as such, shall have been submitted by the
Consultants and approved as satisfactory by the Client. The Services shall be
deemed completed and finally accepted by the Client and the final report and final
statement shall be deemed approved by the Client as satisfactory one hundred
and eighty (180) calendar days after receipt of the final report and final statement
by the Client unless the Client, within ninety(90) day period, gives written notice
to the Consultants specifying in detailed deficiencies in the Services, the final
report or final statement. The Consultants shall thereupon promptly make any
necessary corrections, and upon completion of such corrections, the foregoing
process shall be repeated. Any amount which the Client has paid or caused to be
paid in accordance with this Clause in excess of the amounts actually payable in
accordance with the provisions of this Contract shall be reimbursed by the
196
Consultants to the Client within thirty (30) days after receipt by the Consultants
of notice thereof. Any such claim by the Client for reimbursement must be made
within twelve (12) calendar months after receipt by the Client of a final report
and a final statement approved by the Client in accordance with the above.
(f) All payments under this Contract shall be made to the account of the Consultants
specified in the SC.

(g) Efforts need to be made by the Consultant to submit the schedule reports of each
road stretch / s of a package. However, due to reasons beyond the reasonable
control of Consultant, if the schedule submission of reports / documents of each
road stretch /s of a package is not done, the payment shall be made on pro-rata
basis.
(h) Consultants will make payment of salary to all key personnel in their respective bank
accounts through electronic mode only. No cash transaction wrt salary will be
made. Proof of salary transfer through electronic mode shall be submitted by the
consultants with each Bill.

(i) In case, no comments on any of the stages above are received from Authority
within 30 days and thereafter major changes to that deliverable are proposed by the
Authority then in such cases, repetition charges up to 50% of the original
payment milestone shall be payable to the DPR consultant, except in case of
traffic, topographical, geotechnical or other surveys for which payment shall be
as per BOQ.

(j) The consultant shall give the engagement schedule of the Key-Personnel at site as
well as at Design Office and the attendance of the Key-Personnel shall have to be
recorded through biometric means and accordingly the 40% of payment of the
deliverables would be made based on the record of attendance of the Key-
Personnel.

(k) As far as possible the meetings with HGCL PIU/RO/HQ may be arranged through
VC and all submissions be done through email as well.

7. Responsibility for Accuracy of Project Documents

7.1 General

7.1.1 The Consultant shall be responsible for accuracy of the data collected, by him directly or
procured from other agencies/authorities, the designs, drawings, estimates and all other
details prepared by him as part of these services. He shall indemnify the Authority against
any inaccuracy in the work which might surface during implementation of the project. The
Consultant will also be responsible for correcting, at his own cost and risk, the drawings
including any re-survey / investigations and correcting layout etc. if required during the
execution of the Services.

7.1.2 The Consultant shall be fully responsible for the accuracy of design and drawings of the
bridges and structures. All the designs and drawings for bridges and structures including
all their components shall be fully checked by a Senior Engineer after completion of the
designs. All drawings for bridges and structures shall be duly signed by the (a) Designer,
(b) Senior Checking Engineer, and (c) Senior Bridge / Structure Expert. The designs and
drawings not signed by the three persons mentioned above shall not be accepted. The
Consultant shall indemnify the Client against any inaccuracy / deficiency in the designs
and drawings of the bridges and structures noticed during the construction and even
thereafter and the Client shall bear no responsibility for the accuracy of the designs and
drawings submitted by the Consultants.

7.1.3 The survey control points established by the Consultant shall be protected by the
Consultants till the completion of the Consultancy Services.
197
7.2. Retention Money

An amount equivalent to 3% of the contract value shall be retained at the end of the
contract for accuracy of design and quantities submitted and the same will be released after
the completion of civil contract works or after 3 years from completion of consultancy
services, whichever is earlier. The retention money will however be released by the Client
on substitution by Bank Guarantee of the same amount valid upto the period as above.

7.3. Penalty

7.3.1. Penalty for Error/Variation

i. If variation in project cost occurs due to Change of scope requests of more than 10% of
the total project cost as estimated by the consultant and these change of scope requests
arise due to deficiencies in the design provided by the consultant, the penalty equivalent to
4% of the contract value shall be imposed. For this purpose retention money equivalent to
4% of the contract value will be forfeited. This shall exclude any additional/deletion of
items/works ordered by the client during the execution

ii. If there is a discrepancy in land to be acquired during the execution of the project upto an
extent of +/- 2% of the area of land, a penalty equivalent to 3% of the contract value shall be
imposed. For this purpose retention money equivalent to 3% of the contract value will be
forfeited. This shall exclude any additional/deletion of items/works ordered by the client
during the execution. For discrepancy of more than + / - 2% of the area of land to be
acquired, the firm shall be declared as non performing as per para 7.4.2.

iii. If there is a variation in quantities of various itmes of utilities shifting during the
execution of the project upto an extent of +/- 10% of the quantity estimated by the design
consultant, a penalty equivalent to 3% of the contract value shall be imposed. For this
purpose retention money equivalent to 3% of the contract value will be forfeited. This
shall exclude any additional/deletion of items/works ordered by the client during the
execution

iv) For inaccuracies in survey/investigation/design work the penalties shall be imposed as per
details given in Table below:

Sr. No. Item Penalty (%age of


contract value)
1 Topographic Surveys 1.0 to 1.5
a) The horizontal alignment does not match with ground condition.
b) The cross sections do not match with existing ground.
c) The co-ordinates are defective as instruments of desired accuracy
not used.
2 Geotechnical Surveys 1.0 to 1.5
a) Incomplete surveys
b) Data not analyzed properly
c) The substrata substantially different from the actual strata found
during construction.
3 Traffic data found to be varying by more than 25% on resurvey at a 0.5 to 1.0
later date, unless there are justifiable reasons.
4 Axle load data found to be varying by more than 25% on resurvey at a 0.5 to 1.0
later date, unless there are justifiable reasons.
198
Sr. No. Item Penalty (%age of
contract value)
5 Structural Designs found to be unsafe or grossly over designed The firm shall be
considered as
non-performing
as per para 7.4.2.

7.3.2 Penalty for delay

In case of delay in completion of services, a penalty equal to 0.05% of the contract price per
day subject to a maximum 5% of the contract value will be imposed and shall be recovered
from payments due/performance security. However in case of delay due to reasons beyond
the control of the consultant, suitable extension of time will be granted on case to case basis.

7.3.3 Total amount of recovery from all penalties shall be limited to 15% of the Consultancy Fee.

7.3.4 HGCL is in process of evolving performance-based rating system for DPR Consultants.
Performance of Consultants shall be monitored by HGCL and will be taken into account in
technical evaluation of future DPR projects. For this purpose, performance of Consultant in
the current project shall also be taken into account to create rating of Consultant.

7.4 ACTION FOR DEFICIENCY IN SERVICES

7.4.1 Consultants liability towards the Client

Consultant shall be liable to indemnify the client for any direct loss or damage accrued or
likely to accrue due to deficiency in service rendered by him.

7.4.2 Debarring / Non-Performing

In the case of major deficiencies in the Detailed Project Report involving time and cost
overrun and adverse effect on reputation of HGCL, the firm shall be declared as non-
performing and the firm will not be eligible for participating in future projects of the
Ministry (including HGCL, NHIDCL, BRO, etc.) for a period of 5 years.

8. FAIRNESS AND GOOD FAITH

8.1 Good Faith

The Parties undertake to act in good faith with respect to each other’s rights under this
Contract and to adopt all reasonable measures to ensure the realization of the objectives of
this Contract.

8.2 Operation of the Contract

The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties hereby agree
that it is their intention that this Contract shall operate fairly as between them, and without
detriment to the interest of either of them, and that, if during the term of this Contract
either Party believes that this Contract is operating unfairly, the Parties will use their best
efforts to agree on such action as may be necessary to remove the cause or causes of such
unfairness, but no failure to agree on any action pursuant to this Clause shall give rise to a
dispute subject to arbitration in accordance with Clause 9 hereof.

199
9. SETTLEMENT OF DISPUTES

9.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising out of or in
connection with this Contract or the interpretation thereof.

9.2 Dispute Resolution

9.2.1 Any dispute, difference or controversy of whatever nature howsoever arising under or out of
or in relation to this Agreement (including its interpretation) between the Parties, and so
notified in writing by either Party to the other Party (the “Dispute”) shall, in the first
instance, be attempted to be resolved amicably in accordance with the conciliation
procedure set forth in Clause 9.3.

9.2.2 The Parties agree to use their best efforts for resolving all Disputes arising under or in
respect of this Agreement promptly, equitably and in good faith, and further agree to
provide each other with reasonable access during normal business hours to all non –
privileged records, information and data pertaining to any dispute.

9.3 Conciliation

In the event of any Dispute between the Parties, either Party may call upon
[Chairman of HGCL] and the Chairman of the Board of Directors of the Consultant or
a substitute thereof for amicable settlement, and upon such reference, the said persons
shall meet no later than 10(ten) days from the date of reference to discuss and attempt
to amicably resolve the Dispute. If such meeting does not take place within the 10(ten)
day period or the Dispute is not amicably settled within 15(fifteen) days of the meeting
or the Dispute is not resolved as evidenced by the signing of written terms of settlement
within 30 (thirty) days of the notice in writing referred to in Clause 9.2.1 or such
longer period as may be mutually agreed by the Parties, either Party may refer the
Dispute to arbitration in accordance with the Provisions of Clause 9.4.

9.4 Arbitration

9.4.1. Any Dispute which is not resolved amicably by conciliation, as provided in Clause 9.3,
shall be finally decided by reference to arbitration by an Arbitral Tribunal appointed
in accordance with Clause 9.4.2. Such arbitration shall be held in accordance with the
Rules of Arbitration of the International Arbitration and Mediation Centre (IAMC),
Hyderabad (the “Rules”), or such other rules as may be mutually agreed by the
Parties, and shall be subject to the provisions of the Arbitration and Conciliation Act,
1996 as amended. The venue of such arbitration shall be ***** and the language of
arbitration proceedings shall be English.

9.4.2 Each dispute submitted by a Party to arbitration shall be heard by a sole arbitrator to be
appointed as per the procedure below

200
a) Parties may agree to appoint a sole arbitrator or, failing agreement on the identity
of such sole arbitrator within thirty(30) days after receipt by the other Party of the
proposal of a name for such an appointment by the Party who initiated the
proceedings, either Party may apply to the President, Indian Roads Congress, New
Delhi for a list of not fewer than five nominees and, on receipt of such list, the
Parties shall alternately strike names therefrom, and the last remaining nominee on
the list shall be sole arbitrator for the matter in dispute. If the last remaining
nominee has not been determined in this manner within sixty (60) days of the date
of the list, the IAMC, shall appoint, upon the request of either Party and from such
list or otherwise, a sole arbitrator for the matter in dispute.

9.4.3 Substitute Arbitrator

If for any reason an arbitrator is unable to perform his function, a substitute shall
be appointed in the same manner as the original arbitrator.

9.4.4 Qualifications of Arbitrator

The sole arbitrator selected pursuant to Clause 8.2.1 hereof shall be expert with extensive
experience in relation to the matter in dispute.

9.4.5 The Arbitrators shall make a reasoned award (the “Award”). Any Award made in any
arbitration held pursuant to this Clause 9 shall be final and biding on the Parties as from the
date it is made, and the Consultant and the Authority agree and undertake to carry out such
Award without delay.

9.4.6 The Consultant and the Authority agree that an Award may be enforced against the
Consultant and/or the Authority, as the case may be, and their respective assets wherever
situated.

9.4.7. This Agreement and the rights and obligations of the Parties shall remain in full force and
effect, pending the Award in any arbitration proceedings hereunder

9.4.8 Miscellaneous

In any arbitration proceeding hereunder:

(a) Proceedings shall, unless otherwise agreed by the parties be held in Delhi.

(b) The English language shall be the official language for all purposes;

(c) The decision of sole arbitrator shall be final and binding and shall be enforceable in
any court of competent jurisdiction, and the Parties hereby waive any objections to or
claims of immunity in respect of such enforcement; and

(d) The schedule of Expenses and Fee payable to the Arbitrator shall be as under

Sr,No. Particulars of Fees and Expenses Maximum amount payable per case
1 Fee (i) Rs. 25,000/- per day
(ii) 25% extra on fee at (i) above in
case of fast-track procedure as per Section
-29 (B) of A&C
Act; Or
10% extra on fee at (i) above if award is
published within 6 months from date of
entering the reference by AT;

201
Alternatively, the Arbitrator may opt for a
lump –sum fee of Rs. 5.00 Lakh per case
including counter claims.

2 Reading charges- One Time Rs 25,000/- per case including counter


claims.
3 One –time charges for Secretarial Rs. 25,000/- per case
Assistance and Incidental charges
(telephone, fax, postage ets.)
4 One time Charges for Rs. 40,000/-
publishing/declaration of the award
5 Other expenses (As per actual against bills subject to celling given below
Travelling expenses Economy class (by air), First class AC (by
train) and AC Car (by road)
Lodging and Boarding a) Rs. 15,000/-per day (in metro cities); or
a) Rs. 8000 per day (in other cities); or
b) Rs. 5,000/- per day if any Arbitrator
makes their own arrangements.
6. Local travel Rs. 2000 /- per day

7 Extra charges for days other than Rs. 5000 /- per day for outstation Arbitrator
meeting days (maximum for 2 X ½
days)
Note 1. Lodging boarding and travelling expenses shall be allowed only for those
arbitrator who is residing 100 kms. Away from the venue of meeting,
2. Delhi, Mumbai, Chennai, Kolkata, Bangalore and Hyderabad shall be considered as
Metro cities.

In exceptional cases, such as cases involving major legal implications/wider


ramifications/higher financial stakes etc. a special fee structure could be fixed in consultation
with the Contractor/Supervision Consultants and with the specific approval of the HGCL
before appointment of the Arbitrator,

10. Change of Scope

The change of Scope on account of variation of total length as well as 4 laned length of
project Highway from the indicative length as given at Annex-1 of Letter of Invitation of
the RFP shall be dealt as follows

i) During the course of consultancy services in case it is considered necessary to


increase/decrease the scope of services (of total length or 4 laned length as
compared to indicative Length as given in the RFP) by the client the same shall be
notified by Change of scope notice. Similarly, if the Consultant determines that
change of scope is needed, he shall inform of the same to the Client. The Client
will examine and shall either reject the proposal or issue change of scope notice.

ii) The Consultancy fee shall be revised on account of change of scope as below:

- In case the total length of project increase/ decrease up to 10% of indicative length given
in the RFP: No change in Consultancy Fees.
In case the increase/ decrease in total length of project is more than 10 % of the indicative
length as given in the RFP: The consultancy fee shall be increased/ decreased in the same
proportion in which the length of the project road is increased/ decreased beyond 10% .

202
iii) Increase/decrease in length on account of bypasses shall not be considered as
change of scope. However, the total length of the project highway (including
bypasses and realignment) along the finally approved alignment shall be compared
with the indicative length in the RFP for the purpose of variation.

10.1 The Consultancy fee shall be increased on account of change of scope as below:

a) In case of increase in configuration of Lanes in the project after the submission of


Final Report: 10% of the original consultancy charges

b) In case of change of mode of delivery is involved after submission of Final Report /


due to revision of specifications / IRC Codes etc.

(i) Revision of DPR after submission due to changes in IRC 2.5% of the original Consultancy
codes / specification etc. charges.

(ii) Revision of DPR due to changes in mode EPC / BOT / 2.5% of the original Consultancy
HAM etc charges.

10.2 If need arises HGCL at its own discretion may entrust similar nature of work for any similar
project in different stretch with same agreement conditions and a supplementary agreement to this
effect shall be entered between the parties for execution of the additional work.

203
SPECIAL CONDITIONS OF CONTRACT
Number of GC Clause

A. Amendments of, and Supplements to, Clauses in the General Conditions

1.1(a) The words “in the Government’s country” are amended to read “in INDIA”

1.4 The language is: English

1.6.1 The addresses are:

For the Client : HGCL, <Address>

Attention : HGCL, <Address>

Extn. …..; Fax: 011-………..

E-mail: <Email>

For the Consultants:

Attention: Name
Designation
Address
Tel: Fax: E-mail address

1.6.2 Notice will be deemed to be effective as follows:

(a) in the case of personal delivery or registered mail, on delivery;

(b) In the case of facsimiles, 24 hours following confirmed transmission.

(c) In case of E mail, 24 hours following confirmed transmission.

1.8 Entity to Act as Member in charge (In case of Joint Venture of Consultants) with or
without an Associate: - ………………………..

1.9 The Authorized Representatives are:

For the Client : ( -- )

Director, HGCL ( -- )

For the Consultant: Name

Designation

1.10 The Consultants and the personnel shall pay the taxes, duties, fees, levies and other
impositions levied under the existing, amended or enacted laws (prevailing 7 days

204
before the last date of submission of bids) during life of this contract and the Client shall
perform such duties in regard to the deduction of such tax as may be lawfully imposed.

2.1 The effectiveness conditions are the following:

a) The contract has been approved by HGCL.

b) The consultant will furnish within 15 days of the issue of letter of acceptance, an
unconditional Bank Guarantee an amount equivalent to 3% of the total contract value to be
received by him from a Nationalized Bank, IDBI or ICICI/ICICI Bank/Foreign
Bank/EXIM Bank / Any Scheduled Commercial Bank approved by RBI having a net
worth of not less than 500 crore as per latest Annual Report of the Bank. In the case of a
Foreign Bank (issued by a Branch in India) the net worth in respect of Indian operations
shall only be taken into account. In case of Foreign Bank, the BG issued by Foreign Bank
should be counter guaranteed by any Nationalized Bank in India. In case of JV, the BG
shall be furnished on behalf of the JV or lead partner of JV for an amount equivalent to 10
% of the total contract value to be received by him towards Performance Security valid for
a period of three years beyond the date of completion of services.

2.2 The time period shall be “four months” or such other time period as the parties may agree
in writing.

2.3 The time period shall be effective from the date of LOA issued by HGCL or such other
time period as the Parties may agree in writing.

2.4 The time period shall be --------- months or such other time period as the parties may
agree in writing.

3.4 Limitation of the Consultants’ Liability towards the Client

(a) Except in case of negligence or willful misconduct on the part of the Consultants or
on the part of any person or firm acting on behalf of the Consultants in carrying out the
Services, the Consultants, with respect to damage caused by the Consultants to the Client’s
property, shall not be liable to the Client:

(i) for any indirect or consequential loss or damage; and


(ii) for any direct loss or damage that exceeds (A) the total payments for Professional Fees and
Reimbursable Expenditure made or expected to be made to the Consultants hereunder, or
(B) the proceeds the Consultants may be entitled to receive from any insurance maintained
by the Consultants to cover such a liability, whichever of (A) or
(B) is higher.

(b) This limitation of liability shall not affect the Consultants’ liability, if any, for
damage to Third Parties caused by the Consultants or any person or firm acting on behalf
of the Consultants in carrying out the Services.

3.5 The risks and the coverage shall be as follows:

(a) Third Party motor vehicle liability insurance as required under Motor Vehicles Act,
1988 in respect of motor vehicles operated in India by the Consultants or their Personnel or any
Sub consultants or their Personnel for the period of consultancy.

(b) Third Party liability insurance with a minimum coverage, for Rs.1.00 million

205
for the period of consultancy.

(c) (i) The Consultant shall provide to HGCL Professional Liability Insurance (PLI) for a period of
Five years beyond completion of Consultancy services or as per Applicable Law, whichever is
higher.

(ii) The Consultant will maintain at its expense PLI including coverage for errors and omissions
caused by Consultant’s negligence in the performance of its duties under this agreement, (A)
For the amount not exceeding total payments for Professional Fees and Reimbursable
Expenditures made or expected to be made to the Consultants hereunder OR (B) the
proceeds, the Consultants may be entitled to receive from any insurance maintained by the
Consultants to cover such a liability, whichever of (A) or
(B) is higher.
(iii) The policy should be issued only from an Insurance Company operating in India.
(iv) The policy must clearly indicate the limit of indemnity in terms of “Any One Accident”
(AOA) and “Aggregate limit on the policy” (AOP) and in no case should be for an amount
less than stated in the contract.
(v) If the Consultant enters into an agreement with HGCL in a joint venture or ‘in association’,
the policy must be procured and provided to HGCL by the joint venture/in association entity
and not by the individual partners of the joint venture/ association.
(vi) The contract may include a provision thereby the Consultant does not cancel the policy
midterm without the consent of HGCL. The insurance company may provide an undertaking
in this regard.

(d) Employer’s liability and workers’ compensation insurance in respect of the Personnel of
the Consultants and of any Sub consultant, in accordance with the relevant provisions of
the Applicable Law, as well as, with respect to such Personnel, any such life, health,
accident, travel or other insurance as may be appropriate; and all insurances and policies
should start from the date of commencement of services and remain effective as per
relevant requirements of contract agreement.

3.9 The Consultants shall not use these documents for purposes unrelated to this Contract without
the prior written approval of the Client.

4.6 The person designated as Team Leader cum Senior Highway Engineer in
Appendix B shall serve in that capacity, as specified in Clause 4.6.

6.1 (b) The ceiling amount in local currency is Rs……… Excluding Goods & Service Tax)

6.3 (a) No advance payment will be made.

6.3 (e) The interest rate is: @ 12% per annum

6.3 (f) The account is:

Account Number :

IFSC Code :

9.2 Disputes shall be settled by arbitration in accordance with the following provisions:

9.2.1 Selection of Arbitrators

Each dispute submitted by a Party to arbitration shall be heard by a sole arbitrator to be


appointed as per the procedure below

206
a) Parties may agree to appoint a sole arbitrator or, failing agreement on the identity
of such sole arbitrator within thirty(30) days after receipt by the other Party of the
proposal of a name for such an appointment by the Party who initiated the
proceedings, either Party may apply to the President, Indian Roads Congress, New
Delhi for a list of not fewer than five nominees and, on receipt of such list, the
Parties shall alternately strike names therefrom, and the last remaining nominee on
the list shall be sole arbitrator for the matter in dispute. If the last remaining
nominee has not been determined in this manner within sixty (60) days of the date
of the list, the president, Indian Roads Congress, New Delhi, shall appoint, upon
the request of either Party and from such list or otherwise, a sole arbitrator for the
matter in dispute.

207
Appendix A
Terms of reference containing, inter-alia, the Description of the Services and Reporting
Requirements

208
Appendix B
Consultants’ Sub consultants, Key Personnel and Sub Professional Personnel

209
Appendix C
Hours of work for Consultants’ Personnel

The Consultant’s personnel shall normally work for 8 hours in a day and six days a week.
Normally Sundays shall be closed for working. In addition they shall also be allowed to avail
holidays as observed by the Client’s office in the relevant state without deduction of
remunerations. In case any person is required to work on Sunday or Holiday due to exigency of
work, he/she shall be given compensatory leave within the next 15 days.

210
Appendix D
Duties of the Client

211
Appendix E
Cost Estimate

212
Appendix F:

Copy of letter of invitation

213
Appendix G:

Copy of letter of acceptance

214
Appendix – H
Format for Bank Guarantee for Performance Security BANK GUARANTEE FOR
PERFORMANCE SECURITY

To,

<Agency, Address>

In consideration of HGCL (hereinafter referred as the “Client”, which expression shall, unless
repugnant to the context or meaning thereof include its successors, administrators and assigns)
having awarded to M/s.………………………………………………having its office at
……………….. (Hereinafter referred to as the “Consultant” which expression shall repugnant to
the context or meaning thereof, include its successors, administrators, executors and assigns), a
contract by issue of client’s Contract Agreement no. / Letter of Acceptance No. ………………..
dated ……………… and the same having been unequivocally accepted by the Consultant,
resulting in a Contract valued at Rs…………../- (Rupees….………………….) excluding Goods &
service tax for “Consultancy Services for preparation of Detailed Project Report
___________________________________________ (Total Length -…….) in the states of
………….under – Contract Package No. …. (Hereinafter called the “Contract”), and the
Consultant having agreed to furnish a Bank Guarantee to the Client as “Performance Security as
stipulated by the Client in the said contract for performance of the above Contract amounting to
Rs.……………./- (Rupees .............................................................. ).

We, ……………………………..having registered office at ........ , a body registered/constituted


under the ……………………….(hereinafter referred to as the Bank), which expression shall,
unless repugnant to the context or meaning thereof, include its successors, administrators,
executors and assigns) do hereby guarantee and undertake to pay the client immediately on
demand any or, all money payable by the Consultant to the extent of Rs.
…………..(Rupees………..………………..) as aforesaid at any time up to . without any demur,
reservation, contest, recourse or protest and/or without any reference to the consultant. Any such
demand made by the client on the bank shall be conclusive and binding notwithstanding any
difference between the Client and the Consultant or any dispute pending before any Court, Tribunal,
Arbitrator or any other authority. We agree that the Guarantee herein contained shall be
irrevocable and shall continue to be enforceable till the Client discharges this guarantee.

The Client shall have the fullest liberty without affecting in any way the liability of the Bank under
this Guarantee, from time to time to vary or to extend the time for performance of the contract by
the Consultant. The Client shall have the fullest liberty without affecting this guarantee, to
postpone from time to time the exercise of any powers vested in them or of any right which they
might have against the consultant and to exercise the same at any time in any manner, and either to
enforce or to forbear to enforce any covenants, contained or implied, in the Contract between the
Client and the Consultant any other course or remedy or security available to the Client. The bank
shall not be relieved of its obligations under these presents by any exercise by the Client of its
liberty with reference to the matters aforesaid or any of them or by reason of any other act or
forbearance or other acts of omission or commission on the part of the Client or any other
indulgence shown by the Client or by any other matter or thing whatsoever which under law would
but for this provision have the effect of relieving the Bank.

The Bank also agrees that the Client at its option shall be entitled to enforce this Guarantee

215
against the Bank as a principal debtor, in the first instance without proceeding against the
Consultant and notwithstanding any security or other guarantee that the Client may have in relation
to the Consultant’s liabilities.

Notwithstanding anything contained herein,

a) Our liability under this Bank Guarantee is limited to


Rs. ……………….(Rupees .......................... ) and it shall remain in force up to and including
…………and shall be extended from time to time for such period as may be desired by
M/s......................... , on whose behalf this guarantee has been given.

b) This Bank Guarantee shall be valid up to …………..

c) We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee
only and only if you serve upon us a written claim or demand on or before ....................... (date of
expiry of Guarantee).

(Signature of the Authorized Official)

(Name & Designation with Bank Stamp)

NOTE:

(i) The bank guarantee(s) contains the name, designation and code number of the officer(s) signing
the guarantee(s).

(ii) The address, telephone no. and other details of the Head Office of the Bank as well as of issuing
branch should be mentioned on the covering letter of issuing Branch.

(iii) The bank guarantee for Rs 10,000 and above is signed by at least two officials (or as per the
norms prescribed by the RBI in this regard).

216
Appendix I: Minutes of Pre-bid meeting

217
APPENDIX-VII
DPR Checklist – Stage 1 – Inception Report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐
1 Executive Summary NA
NA

Yes ☐ No ☐
2 Project Appreciation NA
NA

Yes ☐ No ☐
2.1 Location of site office
NA

Review of scope of ToR and gap Yes ☐ No ☐
2.2 NA
identification NA

Key departments identified for Yes ☐ No ☐
2.3
various documents NA

Start and end location of project
Yes ☐ No ☐
2.4 verified with client (Mention
details) NA

Project description
Yes ☐ No ☐
2.5  Start and End Chainage
NA
 Village/District

Project location map
Yes ☐ No ☐
2.6  On State Map NA
NA
 On District Map

Site photos and data of project Yes ☐ No ☐
2.7 NA
alignment NA

Yes ☐ No ☐
2.8 Overview of land use plans NA
NA

Overview of existing pavement
conditions
 Number of Lanes Yes ☐ No ☐
2.9
 Type of Pavement NA
(Flexible/Rigid/Surfaced/ ☐
Unsurfaced)
Yes ☐ No ☐
2.10 Existing right of way details
NA

218
Number/ Location of major and Yes ☐ No ☐
2.11
minor bridges NA

Number/ Location of level
Yes ☐ No ☐
2.12 crossings
NA

219
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Number/ Location of ROB and Yes ☐ No ☐
2.13
RUB NA

Any other details relevant to the Yes ☐ No ☐
2.14 NA
project NA

Yes ☐ No ☐
3 Approach Methodology NA
NA

Engineering survey and Yes ☐ No ☐
3.1 NA
investigations NA

Design of road, pavements and Yes ☐ No ☐
3.2 NA
structures NA

Environment and social impact Yes ☐ No ☐
3.3 NA
assessment NA

Estimation of project cost, Yes ☐ No ☐
3.4 NA
viability and financing options NA

Any other details relevant to the Yes ☐ No ☐
3.5 NA
project NA

Task Assignment and Manning Yes ☐ No ☐
4 NA
Schedule NA

Number of key personnel Yes ☐ No ☐
4.1
provided NA

Specific tasks assigned to each key Yes ☐ No ☐
4.2 NA
personnel NA

Manning schedule for key Yes ☐ No ☐
4.3 NA
personnel NA

Number of key personnel Yes ☐ No ☐
4.4
deployed at site NA

Yes ☐ No ☐
5 Performa for data collection NA
NA

Indicative design standards and Yes ☐ No ☐
6 NA
cross sections NA

Yes ☐ No ☐
7 Development plans NA
NA

Overview of development plans Yes ☐ No ☐
7.1 being implemented/ proposed by NA
NA
local bodies

220
Overview of impact of such Yes ☐ No ☐
7.2 NA
development plans NA

Yes ☐ No ☐
8 Quality Assurance Plan NA
NA

Engineering surveys and Yes ☐ No ☐
8.1 NA
investigation NA

Yes ☐ No ☐
8.2 Traffic surveys NA
NA

Material geo-technical and sub- Yes ☐ No ☐
8.3 NA
soil investigations NA

221
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐
8.4 Road and pavement investigations NA
NA

Investigation and design of Yes ☐ No ☐
8.5 NA
bridges and structures NA

Environment and R&R Yes ☐ No ☐
8.6 NA
assessment NA

Yes ☐ No ☐
8.7 Economic and financial analysis NA
NA

Yes ☐ No ☐
8.8 Drawing and documentation NA
NA

Any other details relevant to the Yes ☐ No ☐
8.9 NA
project NA

Discussion of draft QAP document Yes ☐ No ☐
8.10 NA
with client NA

Approval of final QAP document Yes ☐ No ☐
8.11 NA
by client NA

Yes ☐ No ☐
9 Draft design Standards NA
NA

Geometric design standards of Yes ☐ No ☐
9.1 NA
highway (Plain) NA

Geometric design standards of Yes ☐ No ☐
9.2 NA
highway (Hilly) NA

Conclusions and Yes ☐ No ☐
10 NA
recommendations NA

Conclusions and Yes ☐ No ☐
10.1 NA
recommendations NA

Report fulfils project objectives Yes ☐ No ☐
10.2 NA
and scope as per RFP NA

Report reviewed for errors and Yes ☐ No ☐
10.3 NA
omissions NA

Compliance report prepared on Yes ☐ No ☐
10.4 NA
client observations NA

222
DPR Checklist – Stage 2 – Feasibility Report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Yes ☐ No ☐
1 Executive Summary NA
NA

Overview of client organization Yes ☐ No ☐
2 NA
/ activities NA

Methodology adopted for Yes ☐ No ☐
3 NA
feasibility study NA

Socioeconomic profile of the Yes ☐ No ☐
4 NA
project areas NA

Regional economic profile basis Yes ☐ No ☐
4.1 NA
last 10 years data as per IRC NA

Economic profile of project
Yes ☐ No ☐
4.2 influence area basis last 10 years NA
NA
data as per IRC

Socio Economic status of project Yes ☐ No ☐
4.3 NA
influence area NA

Indicative design standards, Yes ☐ No ☐
5 methodologies, and NA
NA
specifications

Yes ☐ No ☐
6 Traffic surveys and analysis NA
NA

Classified traffic volume counts Yes ☐ No ☐
6.1 NA
using IHMCL data (7 day data) NA

Traffic projection methodology as Yes ☐ No ☐
6.2 NA
per IRC:108 NA

Yes ☐ No ☐
6.3 Projected Traffic data for 20 years NA
NA

223
Yes ☐ No ☐
6.4 Current and Projected PCU
NA

Yes ☐ No ☐
6.5 Current and Projected TVU
NA

224
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Origin destination surveys as per Yes ☐ No ☐
6.6 NA
IRC: 102 NA

Speed and delay studies as per Yes ☐ No ☐
6.7 NA
IRC:102 NA

Traffic surveys for the design of
Yes ☐ No ☐
6.8 road junctions as per data in IRC: NA
NA
SP:41

Analysis for replacing railway level
Yes ☐ No ☐
6.9 crossings with over bridges/ NA
NA
subways

Yes ☐ No ☐
6.10 Axle load survey as per IRC:SP:19 NA
NA

Any other details relevant to the Yes ☐ No ☐
6.11 NA
project NA

Traffic surveys monitored and Yes ☐ No ☐
6.12 NA
reviewed by the client NA

Yes ☐ No ☐
7 Reconnaissance survey NA
NA

Road Inventory Survey as per Yes ☐ No ☐
7.1 NA
IRC:SP:19 NA

Review of Road Inventory survey Yes ☐ No ☐
7.2 NA
by client NA

Chainage wise details of pavement Yes ☐ No ☐
7.3 NA
composition survey NA

Geological Survey
Yes ☐ No ☐
7.4  Geological Map of the Area NA
NA
 Seismicity ☐
Climatic Conditions
 Temperature Yes ☐ No ☐
7.5 NA
 Rainfall NA
 Wind ☐

Pavement composition and Yes ☐ No ☐


7.6 NA
condition survey as per IRC:SP:19 NA

225
Review of pavement composition Yes ☐ No ☐
7.7 NA
and condition survey by client NA

Pavement roughness survey as Yes ☐ No ☐
7.8 NA
per IRC:SP:16 NA

226
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications

Review of pavement roughness Yes ☐ No ☐


7.9 NA
survey by client NA

Pavement structural strength Yes ☐ No ☐
7.10 NA
survey as per IRC:81 NA

Review of pavement structural Yes ☐ No ☐
7.11 NA
strength survey by client NA

Sub grade characteristics and Yes ☐ No ☐
7.12 NA
strengths NA

Topographical survey as per
IRC:SP:19 using LiDAR Yes ☐ No ☐
7.13 NA
 Gradient NA
 Terrain ☐

Review of topographical survey by Yes ☐ No ☐


7.14 NA
client NA

Inventory of bridges, culverts and Yes ☐ No ☐
7.15 NA
structures NA

Condition survey for bridges, Yes ☐ No ☐
7.16 NA
culverts and structures NA

Review of condition survey for
Yes ☐ No ☐
7.17 bridges, culverts and structures by NA
NA
client

Any other details relevant to the Yes ☐ No ☐
7.18 NA
project NA

Yes ☐ No ☐
8 NA
Geotechnical Survey NA

Geo-technical and sub-soil Yes ☐ No ☐
8.1 NA
explorations as per IRC:78 NA

Bore holes dug for every pier and Yes ☐ No ☐
8.2 NA
abutment NA

Review of geo-technical and sub- Yes ☐ No ☐
8.3 NA
soil explorations by client NA

Field testing, soil sampling,
Yes ☐ No ☐
8.4 laboratory testing in accordance NA
NA
with BIS/ AASHTO/ BS

227
Recommendation of Foundation Yes ☐ No ☐
8.5 NA
Type and Depth NA

Any other details relevant to the Yes ☐ No ☐
8.6 NA
project NA

228
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications

Hydraulic and Hydrological Yes ☐ No ☐


9 NA
Survey NA

Hydraulic and hydrological
Yes ☐ No ☐
9.1 investigations as per IRC:SP:13 NA
NA
and IRC:5

High Flood Level specified Yes ☐ No ☐
9.2 NA
NA

Depth of Water Table specified Yes ☐ No ☐
9.3 NA
NA

Ponded Water Level specified Yes ☐ No ☐
9.4 NA
NA

Any other details relevant to the Yes ☐ No ☐
9.5 project NA
NA

Review of hydrological Yes ☐ No ☐
9.6 NA
investigations by client NA

Yes ☐ No ☐
10 NA
Materials Survey NA

Materials Survey conducted as per Yes ☐ No ☐
10.1 NA
IRC:SP:19 NA

Sources of Naturally Occurring
Aggregates specified
 Details of Borrow Pits with Yes ☐ No ☐
10.2
Distance from Project Site NA
 Cost of Material/ ☐
Transportation
Sources of Manufactured Items
specified
 Details of suppliers with Yes ☐ No ☐
10.3 NA
distance from project site NA
 Cost of material/ ☐
transportation

Sources of water for construction Yes ☐ No ☐


10.4 NA
specified as per IS: 456 NA

Any other details relevant to the Yes ☐ No ☐
10.5 NA
project NA

229
Environmental screening/ Yes ☐ No ☐
11 preliminary environmental NA
NA
assessment

Analysis basis Initial Environment Yes ☐ No ☐
11.1 NA
Examination in IRC: SP: 19 NA

230
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Recommended feasible mitigation Yes ☐ No ☐
11.2 NA
measures NA

Initial social assessment/ Yes ☐ No ☐
12 preliminary LA NA
NA
resettlement plan

Analysis basis Initial Environment Yes ☐ No ☐
12.1 NA
Examination in IRC: SP: 19 NA

Details of consultation with Yes ☐ No ☐
12.2 NA
potentially affected persons NA

Names/ Details of consultation Yes ☐ No ☐
12.3
with local NGOs NA

Names/ Details of consultation Yes ☐ No ☐
12.4
with municipal authorities NA

Yes ☐ No ☐
12.5 Preliminary resettlement plan NA
NA

Any other details relevant to the Yes ☐ No ☐
12.6 NA
project NA

Yes ☐ No ☐
13 Cost estimates NA
NA

Yes ☐ No ☐
13.1 Item rates and rate analysis NA
NA

Yes ☐ No ☐
13.2 Escalation NA
NA

Yes ☐ No ☐
14 Economic and financial analysis NA
NA

Yes ☐ No ☐
14.1 Estimated cost details NA
NA

Yes ☐ No ☐
14.2 Projected revenues details NA
NA

Yes ☐ No ☐
14.3 Assumptions stated NA
NA

231
Analysis and results (IRR,
Yes ☐ No ☐
14.4 Sensitivity Analysis, Financial NA
NA
Viability)

Yes ☐ No ☐
15 Strip plan and Alignment NA
NA

Details of center line of proposed Yes ☐ No ☐
15.1 NA
highway NA

232
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Yes ☐ No ☐
15.2 Details of existing RoW NA
NA

Yes ☐ No ☐
15.3 Details of proposed RoW NA
NA

Details about ownership of land to Yes ☐ No ☐
15.4 NA
be acquired NA

Strip plan basis reconnaissance Yes ☐ No ☐
15.5 NA
and topographic surveys NA

Strip plan reviewed and approved by Yes ☐ No ☐
15.6 NA
the client NA

Yes ☐ No ☐
16 Alignment Options Study NA
NA

At least two alignments proposed
Yes ☐ No ☐
16.1  Details of Alignments on NA
NA
Map ☐
Review of options with client Yes ☐ No ☐
16.2 NA
NA

Review of options with local Yes ☐ No ☐
16.2.1 authority NA
NA

Length of the project along Yes ☐ No ☐
16.3 proposed alignment options NA

Land Acquisition required along Yes ☐ No ☐
16.4 alignment options NA

Environmental impact of each Yes ☐ No ☐
16.4.1 option NA

Review of road geometry and Yes ☐ No ☐
16.4.2 safety for each option NA

Cost Estimates of alternatives Yes ☐ No ☐
16.5
NA

Recommended Alignment with Yes ☐ No ☐
16.6 Justification NA
NA

233
Any other details relevant to the Yes ☐ No ☐
16.7 project NA
NA

Yes ☐ No ☐
17 Technical Specifications NA
NA

MoRTH technical specifications
Yes ☐ No ☐
17.1 for Roads and Bridge works NA
NA
followed

234
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Yes ☐ No ☐
17.2 Details of technical specifications NA
NA

Yes ☐ No ☐
18 Rate Analysis NA
NA

Rate analysis for all relevant items as Yes ☐ No ☐
18.1 NA
per latest SoR NA

Yes ☐ No ☐
19 Cost Estimates NA
NA

Cost estimates for all relevant Yes ☐ No ☐
19.1 NA
items as per latest SoR NA

Yes ☐ No ☐
20 Bill of quantities NA
NA

Conclusions and Yes ☐ No ☐
21 NA
recommendations NA

Conclusions and Yes ☐ No ☐
21.1 NA
recommendations NA

Report fulfils project objectives Yes ☐ No ☐
21.2 NA
and scope as per RFP NA

Report reviewed for errors and Yes ☐ No ☐
21.3 NA
omissions NA

Compliance report prepared on Yes ☐ No ☐
21.4 NA
client observations NA

235
DPR Checklist – Stage 3 – LA and Clearances I Report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐
1 Executive Summary NA
NA

Strip plan- additional details Yes ☐ No ☐
2 NA
added NA

Details of centreline, existing
Yes ☐ No ☐
2.1 structures, road furniture and NA
NA
other features

Yes ☐ No ☐
2.2 Widening scheme NA
NA

New construction/ reconstruction of Yes ☐ No ☐
2.3 NA
structures and amenities NA

Yes ☐ No ☐
2.4 Existing and proposed right of way NA
NA

Clearances impacting each Yes ☐ No ☐
2.5 NA
chainage NA

Yes ☐ No ☐
3 Forest Clearance NA
NA

Requirement for forest clearance Yes ☐ No ☐
3.1 NA
identified NA

Date/ Details of initial consultation Yes ☐ No ☐
3.2
with competent authority NA

Details/cost of trees being felled
Yes ☐ No ☐
3.3 basis concerned District Forest
NA
Office

Date of submission of proposal for Yes ☐ No ☐
3.4 NA
forest clearance NA

236
Yes ☐ No ☐
3.5 Review of proposal by client NA
NA

Yes ☐ No ☐
4 Wildlife Clearance NA
NA

237
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Requirement for wildlife clearance Yes ☐ No ☐
4.1 NA
identified NA

Date/ Details of initial consultation Yes ☐ No ☐
4.2
with competent authority NA

Details/cost of trees being felled
Yes ☐ No ☐
4.3 basis concerned District Forest
NA
Office

Date of submission of proposal for Yes ☐ No ☐
4.4
wildlife clearance NA

Yes ☐ No ☐
4.5 Review of proposal by client NA
NA

Yes ☐ No ☐
5 Utility Clearances (Electricity) NA
NA

Identification of overground Yes ☐ No ☐
5.1 NA
utilities NA

Identification of underground
Yes ☐ No ☐
5.2 utilities using GPR, Induction NA
NA
Locator or equivalent technologies

Name/ Details of consultation with Yes ☐ No ☐
5.3
local authority/ people NA

Utility relocation plan with
existing / proposed location Yes ☐ No ☐
5.4 NA
showing existing RoW and NA
topographic details ☐
Yes ☐ No ☐
5.5 Cost for relocation as per authority
NA

Date of proposal submission to Yes ☐ No ☐
5.6
competent authority NA

Review of utility relocation plan/ Yes ☐ No ☐
5.7 NA
proposal by client NA

Yes ☐ No ☐
6 Utility Clearances (Water) NA
NA

Identification of overground Yes ☐ No ☐
6.1 NA
utilities in RoW NA

238
Identification of underground
Yes ☐ No ☐
6.2 utilities using GPR, Induction NA
NA
Locator or equivalent technologies

Name/ Details of consultation with Yes ☐ No ☐
6.3
local authority/ people NA

239
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Utility relocation plan with
existing / proposed location Yes ☐ No ☐
6.4 NA
showing existing RoW and NA
topographic details ☐
Yes ☐ No ☐
6.5 Cost for relocation as per authority
NA

Date of proposal submission to Yes ☐ No ☐
6.6 NA
competent authority NA

Review of utility relocation plan/ Yes ☐ No ☐
6.7 NA
proposal by client NA

Yes ☐ No ☐
7 Utility Clearances (Others) NA
NA

Identification of overground Yes ☐ No ☐
7.1 NA
utilities in RoW NA

Identification of underground
Yes ☐ No ☐
7.2 utilities using GPR, Induction NA
NA
Locator or equivalent technologies

Name/ Details of consultation with Yes ☐ No ☐
7.3
local authority/ people NA

Utility relocation plan with
existing / proposed location Yes ☐ No ☐
7.4 NA
showing existing RoW and NA
topographic details ☐
Yes ☐ No ☐
7.5 Cost for relocation as per authority
NA

Date of proposal submission to Yes ☐ No ☐
7.6
competent authority NA

Review of utility relocation plan/ Yes ☐ No ☐
7.7 NA
proposal by client NA

Yes ☐ No ☐
8 Railway Clearances NA
NA

Identification of ROB/ RUB on Yes ☐ No ☐
8.1 NA
project corridor NA

Initial consultation with Yes ☐ No ☐
8.2 NA
competent authority NA

240
Date of proposal submission to Yes ☐ No ☐
8.3
competent authority NA

Yes ☐ No ☐
8.4 Review of GAD/ proposal by client NA
NA

241
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐
9 Other Clearances NA
NA

Requirement for other clearances Yes ☐ No ☐
9.1 NA
identified NA

Date of proposal submission to Yes ☐ No ☐
9.2
competent authority NA

Yes ☐ No ☐
9.3 Review of proposal by client NA
NA

Yes ☐ No ☐
10 Land Acquisition NA
NA

Detailed schedule about acquisition
Yes ☐ No ☐
10.1 of landholdings as per land records NA
NA

Yes ☐ No ☐
10.2 Consultation with affected persons NA
NA

Name/ Details of consultation with Yes ☐ No ☐
10.3
NGOs NA

Name/ Details of consultation with Yes ☐ No ☐
10.4
concerned government agencies NA

Total land required, land area
Yes ☐ No ☐
10.5 already available , land to be
NA
acquired identified

Review of land acquisition using Yes ☐ No ☐
10.6 NA
digital cadastral map by client NA

Yes ☐ No ☐
10.7 Draft 3a notification submitted NA
NA

Yes ☐ No ☐
10.8 Review of 3a notification by client NA
NA

Yes ☐ No ☐
10.9 Date of 3a gazette notification
NA

Yes ☐ No ☐
10.10 Draft 3a notification submitted NA
NA

242
Yes ☐ No ☐
10.11 Review of 3A notification by client NA
NA

Yes ☐ No ☐
10.12 Date of 3A gazette notification
NA

Conclusions and Yes ☐ No ☐
11 NA
recommendations NA

243
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Conclusions and Yes ☐ No ☐
11.1 NA
recommendations NA

Report fulfils project objectives Yes ☐ No ☐
11.2 NA
and scope as per RFP NA

Report reviewed for errors and Yes ☐ No ☐
11.3 NA
omissions NA

Compliance report prepared on Yes ☐ No ☐
11.4 NA
client observations NA

244
DPR Checklist – Stage 4 – Detailed Project Report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No
1 Main Report NA

NA ☐
Introduction and project Yes ☐ No
2 NA
background ☐
NA ☐
Overview of project location, project Yes ☐ No
2.1 NA
objectives etc. ☐
NA ☐
Overview of report structure, Yes ☐ No
2.2 NA
deliverables etc. ☐
NA ☐
Yes ☐ No
3 Social analysis of the project NA

NA ☐
Project impact on stakeholders such as Yes ☐ No
3.1 NA
local people ☐
NA ☐
Project impact on residential, Yes ☐ No
3.2 NA
commercial and public properties ☐
NA ☐
Any other details relevant to the Yes ☐ No
3.3 NA
project ☐
NA ☐
Yes ☐ No
4 Reconnaissance survey NA

NA ☐
Geometric Features of the Existing
Road
Design Speed
 Sight distance details Yes ☐ No
4.1

 Horizontal Alignment Details
NA ☐
 Vertical Alignment Details
 Height of Embankment

245
Topographical Survey using LiDAR
(or equivalent technology) as per
IRC:SP:19 Yes ☐ No
4.2 NA

 Gradient
NA ☐
 Terrain

246
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Pavement composition and condition Yes ☐ No


4.3 NA
survey as per IRC:SP:19 ☐
NA ☐
Pavement roughness survey as per Yes ☐ No
4.4 Na
IRC:SP:16 ☐
NA ☐
Pavement structural strength survey as Yes ☐ No
4.5 NA
per IRC:81 ☐
NA ☐
Geological Survey
Yes ☐ No
4.6  Geological Map of the Area NA

 Seismicity NA ☐
Climatic Conditions
 Temperature Yes ☐ No
4.7 NA
 Rainfall ☐
 Wind NA ☐

Land Use along the existing


alignment
Yes ☐ No
4.8  Map of the Project Area ☐
NA
depicting
NA ☐
Agricultural/Habitation/Forest Area
Details of Existing Structures
 Map of the Project Area
depicting Yes ☐ No
4.9 NA
Hutments/Buildings/Temples/Public ☐
Building/Any Other Significant NA ☐
Structure

Inventory and condition survey of Yes ☐ No


4.10 NA
culverts ☐
NA ☐
Geo-technical and sub-soil Yes ☐ No
4.11 NA
explorations as per IRC:78 ☐
NA ☐
Number of Bore holes dug (holes for Yes ☐ No
4.12
every pier and abutment) ☐
NA ☐
Field testing, soil sampling, Yes ☐ No
4.13 NA
laboratory testing as per IRC: 78 ☐
NA ☐
Recommendation of Foundation Yes ☐ No
4.14
Type and Depth ☐
NA ☐
Hydrological investigations as per Yes ☐ No
4.15 NA
IRC:5 ☐

247
NA ☐

High Flood Level specified Yes ☐ No


4.16 NA

NA ☐

248
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Depth of Water Table specified Yes ☐ No
4.17 NA

NA ☐
Ponded Water Level specified Yes ☐ No
4.18 NA

NA ☐
Materials Survey conducted as per Yes ☐ No
4.19 IRC:SP:19 NA

NA ☐
Sources of Naturally Occurring
Aggregates specified
 Details of Borrow Pits with Yes ☐ No
4.20
Distance from Project Site ☐
 Cost of NA ☐
Material/Transportation
Sources of environmentally friendly
Yes ☐ No
4.20.1 construction materials identified as NA
per MoRT&H circular ☐
NA ☐
Sources of Manufactured Items
specified
 D Yes ☐ No
4.21 NA
etails of ☐
Suppliers NA ☐
with
Distance
from
Project
Site
 C
ost
of
M
ate
ria
l/T
ra
ns
po
rta
tio
n
Source of Water for construction Yes ☐ No
4.22 specified as per IS:456 NA

NA ☐
Any other details relevant to the Yes ☐ No
4.23 NA
project ☐
NA ☐

249
Traffic studies and demand Yes ☐ No
5 NA
forecast designs ☐
NA ☐
Classified traffic volume counts using Yes ☐ No
5.1 NA
IHMCL data (7 day data) ☐
NA ☐
Traffic projection methodology as Yes ☐ No
5.2 NA
per IRC:108 ☐
NA ☐
Yes ☐ No
5.3 Projected Traffic data for 20 years NA

NA ☐
Yes ☐ No
5.4 Current and Projected PCU

NA ☐
Yes ☐ No
5.5 Current and Projected TVU

NA ☐
Origin destination surveys as per Yes ☐ No
5.6 NA
IRC: 102 ☐
NA ☐

250
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Speed and delay studies as per Yes ☐ No
5.7 NA
IRC:102 ☐
NA ☐
Traffic surveys for the design of road Yes ☐ No
5.8 NA
junctions as per data in IRC: SP:41 ☐
NA ☐
Analysis for replacing railway level
Yes ☐ No
5.9 crossings with over bridges/ subways NA

NA ☐
Yes ☐ No
5.10 Axle load survey as per IRC:SP:19 NA

NA ☐
Any other details relevant to the Yes ☐ No
5.11 NA
project ☐
NA ☐
Traffic surveys monitored and Yes ☐ No
5.12 NA
reviewed by the client ☐
NA ☐
Yes ☐ No
6 Cost estimates NA

NA ☐
Yes ☐ No
6.1 Project costing as per latest SoR NA

NA ☐
Yes ☐ No
7 Environmental aspects NA

NA ☐
Environment profile of the project Yes ☐ No
7.1 NA
region ☐
NA ☐
Details of Public consultation at
Yes ☐ No
7.2 residential and commercial NA
settlements affected ☐
NA ☐
Impact analysis and mitigation Yes ☐ No
7.3 NA
measures ☐
NA ☐
Yes ☐ No
8 Economic and commercial analysis NA

NA ☐
Yes ☐ No
8.1 NA
Estimated cost details ☐
NA ☐
Yes ☐ No
8.2 NA
Projected revenues details ☐
NA ☐
251
Yes ☐ No
8.3 NA
Assumptions stated ☐
NA ☐
Analysis and results (IRR, Sensitivity Yes ☐ No
8.4 NA
Analysis, Financial Viability) ☐
NA ☐
Yes ☐ No
8.5 Conclusions and recommendations NA

NA ☐

252
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Financial model shared with client Yes ☐ No
8.6 NA
and reviewed ☐
NA ☐
Conclusions and Yes ☐ No
9 NA
recommendations ☐
NA ☐
Report fulfils project objectives and Yes ☐ No
9.1 NA
scope as per RFP ☐
NA ☐
Report reviewed for errors and Yes ☐ No
9.2 NA
omissions ☐
NA ☐
Compliance report prepared on Yes ☐ No
9.3 NA
client observations ☐
NA ☐
Yes ☐ No
10 Design Report NA

NA ☐
Yes ☐ No
10.1 NA
Highway improvement proposals ☐
NA ☐
Yes ☐ No
10.2 NA
Highway geometric designs ☐
NA ☐
Yes ☐ No
10.3 NA
Roadside drainage ☐
NA ☐
Yes ☐ No
10.4 NA
Intersections ☐
NA ☐
Yes ☐ No
10.5 NA
Urban service roads ☐
NA ☐
Yes ☐ No
10.6 NA
Bus-stops ☐
NA ☐
Yes ☐ No
10.7 NA
Toll plazas ☐
NA ☐
Yes ☐ No
10.8 NA
Pedestrian crossings ☐
NA ☐
Yes ☐ No
10.9 NA
Utility relocation ☐
NA ☐
253
Yes ☐ No
10.10 NA
Pavement ☐
NA ☐
Yes ☐ No
10.11 NA
Structures ☐
NA ☐
Any other details relevant to the Yes ☐ No
10.12 NA
project ☐
NA ☐

254
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Pavement deflection survey as per Yes ☐ No


10.13 NA
IRC 81-1997 ☐
NA ☐
Any other details relevant to the Yes ☐ No
10.14 NA
project ☐
NA ☐
Yes ☐ No
11 Materials Report NA

NA ☐
Yes ☐ No
11.1 NA
Material investigations as per IRC:10 ☐
NA ☐
Review of material investigations by Yes ☐ No
11.2 NA
client ☐
NA ☐
Yes ☐ No
11.3 NA
Multiple borrow areas identified ☐
NA ☐
Yes ☐ No
11.4 NA
Material survey as per IRC: SP: 19 ☐
NA ☐
Yes ☐ No
11.5 NA
Review of material survey by client ☐
NA ☐
Geo-technical and sub-soil Yes ☐ No
11.6 NA
explorations as per IRC:78 ☐
NA ☐
Review of geo-technical and sub-soil Yes ☐ No
11.7 NA
explorations by client ☐
NA ☐
Field testing, soil sampling, laboratory
Yes ☐ No
11.8 testing in accordance with BIS/ NA
AASHTO/ BS ☐
NA ☐
Pavement composition and condition Yes ☐ No
11.9 NA
survey as per IRC:SP:19 ☐
NA ☐
Review of pavement composition and Yes ☐ No
11.10 NA
condition survey by client ☐
NA ☐
Pavement roughness survey as per Yes ☐ No
11.11 NA
IRC:SP:16 ☐
NA ☐
Review of pavement roughness Yes ☐ No
11.12 NA
survey by client ☐
NA ☐
255
Pavement structural strength survey as Yes ☐ No
11.13 NA
per IRC:81 ☐
NA ☐
Review of pavement structural Yes ☐ No
11.14 NA
strength survey by client ☐
NA ☐
Water sample tests as per MoRTH Yes ☐ No
11.15 NA
specifications ☐
NA ☐

256
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Any other details relevant to the Yes ☐ No


11.16 NA
project ☐
NA ☐
Environmental Assessment Yes ☐ No
12 Report/ Resettlement and NA

Rehabilitation Plan
NA ☐
Option for alignment alternatives Yes ☐ No
12.1 NA
considered and conclusions ☐
NA ☐
Land environment data collection
Yes ☐ No
12.2 and details/ impact/ mitigation NA
measures ☐
NA ☐
Air environment data collection and Yes ☐ No
12.3 NA
details/ impact/ mitigation measures ☐
NA ☐
Water resources details/ impact/ Yes ☐ No
12.4 NA
mitigation measures ☐
NA ☐
Noise environment details/ impact/ Yes ☐ No
12.5 NA
mitigation measures ☐
NA ☐
Biological environment details/ Yes ☐ No
12.6 NA
impact/ mitigation measures ☐
NA ☐
Yes ☐ No
12.7 NA
Details of public consultation ☐
NA ☐
Environment monitoring and Yes ☐ No
12.8 NA
management plan ☐
NA ☐
Yes ☐ No
12.9 NA
Details of social impact assessment ☐
NA ☐
Details of resettlement and Yes ☐ No
12.10 NA
rehabilitation action plan ☐
NA ☐
Yes ☐ No
12.11 NA
Measures to minimize resettlement ☐
NA ☐
Details of public consultation with Yes ☐ No
12.12 NA
stakeholders ☐
NA ☐
Details of implementation Yes ☐ No
12.13 NA
arrangement / budget ☐
NA ☐
257
Any other details relevant to the Yes ☐ No
12.14 NA
project ☐
NA ☐
Yes ☐ No
13 NA
Technical Specifications ☐
NA ☐
MoRTH technical specifications for Yes ☐ No
13.1 NA
Roads and Bridge works followed ☐
NA ☐
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No
13.2 NA
Details of technical specifications ☐
NA ☐
Yes ☐ No
14 NA
Rate Analysis ☐
NA ☐
Rate analysis for all relevant items as Yes ☐ No
14.1 NA
per latest SoR ☐
NA ☐
Yes ☐ No
15 NA
Cost Estimates ☐
NA ☐
Cost estimates for all relevant items Yes ☐ No
15.1 NA
as per latest SoR ☐
NA ☐
Yes ☐ No
16 NA
Bill of quantities ☐
NA ☐
Yes ☐ No
17 NA
Drawing Volume ☐
NA ☐
18 Digital drawings of road
Yes ☐ No
18.1
Highway cross sections ☐
NA ☐
3D engineered models of:
 Road alignment geometry Yes ☐ No
18.2
 Proposed highway ☐
 Proposed structures NA ☐

258
DPR Checklist – Stage 5 – Technical Schedules (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Bid documents- EPC Yes ☐ No ☐ NA NA

2 Bid documents- BOT/PPP Yes ☐ No ☐ NA NA

3 Bid documents- other, if any Yes ☐ No ☐ NA NA

4 Draft concession agreement Yes ☐ No ☐ NA NA

Schedule D - Specifications and Yes ☐ No ☐ NA
4 NA
standards ☐
Yes ☐ No ☐ NA
5 NA
Any other relevant details ☐

259
DPR Checklist – Stage 6 – LA and Clearances II Report (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐
1 Executive Summary NA
NA

Yes ☐ No ☐
2 Environment Clearance NA
NA

Details of public hearings Yes ☐ No ☐
2.1
completed NA

Date of final environment Yes ☐ No ☐
2.2
clearance by competent authority NA

Yes ☐ No ☐
3 Forest Clearance NA
NA

Date/ Details of Joint site
Yes ☐ No ☐
3.1 inspection with DFO/ competent
NA
authority

Date of Stage I forest clearance Yes ☐ No ☐
3.2
approval by competent authority NA

Date of final forest clearance Yes ☐ No ☐
3.3
approval by competent authority NA

Yes ☐ No ☐
4 Wildlife Clearance NA
NA

Date/ Details of joint site
Yes ☐ No ☐
4.1 inspection with DFO/ competent
NA
authority

Date of final wildlife clearance Yes ☐ No ☐
4.2
approval by competent authority NA

Yes ☐ No ☐
5 Utility Clearances (Electricity) NA
NA

260
Date/ Details of Joint site
Yes ☐ No ☐
5.1 inspection with competent
NA
authority

Date of estimate submission by Yes ☐ No ☐
5.2
competent authority NA

261
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Date of estimate approval by Yes ☐ No ☐
5.3
competent authority NA

Approved utility shifting proposal Yes ☐ No ☐
5.4
including strip plan NA

Details of approved contractors,
Yes ☐ No ☐
5.5 SoR and deposit details for user NA
NA
agency

Utilities checklist, no upgradation Yes ☐ No ☐
5.6
certificate attached NA

Date of estimate submission by Yes ☐ No ☐
6.2
competent authority NA

Date of estimate approval by Yes ☐ No ☐
6.3
competent authority NA

Approved utility shifting proposal Yes ☐ No ☐
6.4
including strip plan NA

Details of approved contractors,
Yes ☐ No ☐
6.5 SoR and deposit details for user NA
NA
agency

Utilities checklist, no upgradation Yes ☐ No ☐
6.6
certificate attached NA

Date of estimate submission by Yes ☐ No ☐
7.2
competent authority NA

Date of estimate approval by Yes ☐ No ☐
7.3
competent authority NA

Approved utility shifting proposal Yes ☐ No ☐
7.4
including strip plan NA

Details of approved contractors,
Yes ☐ No ☐
7.5 SoR and deposit details for user NA
NA
agency

Utilities checklist, no upgradation Yes ☐ No ☐
7.6
certificate attached NA

Date of final approval of GAD by Yes ☐ No ☐
8.2
competent authority NA

262
Yes ☐ No ☐
9 Other Clearances NA
NA

Date of final approval by Yes ☐ No ☐
9.1
competent authority NA

Yes ☐ No ☐
10 Land Acquisition NA
NA

263
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐
10.1 Draft 3a notification submitted
NA

Yes ☐ No ☐
10.2 Review of 3a notification by client
NA

Yes ☐ No ☐
10.3 Date of 3a gazette notification
NA

Yes ☐ No ☐
10.4 Draft 3a notification submitted
NA

Yes ☐ No ☐
10.5 Review of 3A notification by client
NA

Yes ☐ No ☐
10.6 Date of 3A gazette notification
NA

Date of Joint Measurement Survey Yes ☐ No ☐
10.7
with competent authority NA

10.7.1 Date of survey - village wise Yes ☐ No ☐
NA
NA

10.7.2 Land type –by survey number Yes ☐ No ☐
NA
NA

10.7.3 Nature of Land –by survey Yes ☐ No ☐
number NA
NA

10.7.4 Ownership status of plots- by Yes ☐ No ☐
survey number NA
NA

10.7.5 Verification of area to be acquired Yes ☐ No ☐
– by survey number NA
NA

10.7.6 List of structures on each plot Yes ☐ No ☐
NA
NA

10.7.7 Sketches of updated alignment by Yes ☐ No ☐
village NA
NA

10.7.8 Verification from Land revenue Yes ☐ No ☐
department NA
NA

264
10.7.9 Verification by CALA office Yes ☐ No ☐
NA
NA

265
1.1.1 DPR Checklist – Stage 7 – Award determination (Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA NA

2 Village level summary Yes ☐ No ☐ NA NA

Total private and public land being
2.1 Yes ☐ No ☐ NA NA
acquired

Variation in area and nature of land
2.2 Yes ☐ No ☐ NA NA
against 3D with justification

Method used by CALA to arrive at
2.3 Yes ☐ No ☐ NA NA
award

Date of award by CALA and
2.4 approval by HGCL along with
valuation report
Total award calculated and
2.5 Yes ☐ No ☐ NA NA
deviation from RFCTLARR act

3 In detail for each Village Yes ☐ No ☐ NA NA

Updated land acquisition tracker
with status of:
3.1  Notifications Yes ☐ No ☐ NA NA
 Award ☐
 Disbursement
Valuation report and details of
3.2 award calculation- verification by Yes ☐ No ☐ NA NA
state authority to be included ☐
3.3 Claims report Yes ☐ No ☐ NA NA

3.4 Copies of notifications published Yes ☐ No ☐ NA NA

Copies of land possession
3.5 Yes ☐ No ☐ NA NA
certificates received

Conclusions and
4 Yes ☐ No ☐ NA NA
recommendations

266
4.1 Conclusions and recommendations Yes ☐ No ☐ NA NA

Report fulfils project objectives and
4.2 Yes ☐ No ☐ NA NA
scope as per RFP

267
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Report reviewed for errors and
4.3 Yes ☐ No ☐ NA NA
omissions

Compliance report prepared on
4.4 Yes ☐ No ☐ NA NA
client observations

1.1.2 DPR Checklist – Stage 8 – Land possession report


(Pavements)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA NA

2 Village level summary Yes ☐ No ☐ NA NA

Total private and public land
2.1 Yes ☐ No ☐ NA NA
being acquired

Date of final award by CALA and
2.2
approval by HGCL
Status of disbursement on date of
2.3 receipt of Land possession Yes ☐ No ☐ NA NA
certificate ☐
Key issues being faced in completing
2.4 Yes ☐ No ☐ NA NA
land acquisition, if any

3 In detail for each Village Yes ☐ No ☐ NA NA

Updated land acquisition tracker
with status of:
3.1  Notifications Yes ☐ No ☐ NA NA
 Award ☐
 Disbursement
3.2 Final award and claims report Yes ☐ No ☐ NA NA

Copies of notifications published,
3.3 land possession certificates Yes ☐ No ☐ NA NA
received ☐

268
Conclusions and
4 Yes ☐ No ☐ NA NA
recommendations

269
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Conclusions and
4.1 Yes ☐ No ☐ NA NA
recommendations

Report fulfils project objectives
4.2 Yes ☐ No ☐ NA NA
and scope as per RFP

Report reviewed for errors and
4.3 Yes ☐ No ☐ NA NA
omissions

Compliance report prepared on
4.4 Yes ☐ No ☐ NA NA
client observations

GIS Map containing digitsed Yes ☐ No ☐ NA
5 details of land parcels acquired NA

with all relevant details

270
Annexure III: Checklists for Structures such as ROB/ RUB
DPR Checklist – Stage 1 – Inception Report (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.N
SECTION OF THE REPORT YES/NO/NA Specification s Remarks
o

Yes ☐ No ☐
1 Executive Summary NA
NA

Yes ☐ No ☐
2 Project Appreciation NA
NA

Yes ☐ No ☐
2.1 Location of site office
NA

Review of scope of ToR and gap Yes ☐ No ☐
2.2 NA
identification NA

Details of key departments for Yes ☐ No ☐
2.3
documents NA

Project description
 Existing LC number Yes ☐ No ☐
2.4
 Start and End Chainage NA
 Village/District ☐

Project location map


 On State Map
Yes ☐ No ☐
2.5  On District Map NA
 Latitude & Longitude ☐
Coordinates of the LC
Details of Existing Level Crossing
 Number of Railway Tracks
Yes ☐ No ☐
2.6  Type of Railway Tracks NA
(Broad/Metre/Narrow) ☐
 No. of trains per day
Justification for need of an Yes ☐ No ☐
2.7 NA
ROB/RUB (on basis of TVU count) NA

271
Yes ☐ No ☐
2.8 Overview of land use plans NA
NA

272
Details/
S.N
SECTION OF THE REPORT YES/NO/NA Specification s Remarks
o

Overview of existing pavement


conditions
 Number of Lanes Yes ☐ No ☐
2.9
 Type of Pavement NA
(Flexible/Rigid/Surfaced/Unsurfa ☐
ced)
Yes ☐ No ☐
2.10 Existing right of way details
NA

Any other details relevant to the Yes ☐ No ☐
2.11 NA
project NA

Yes ☐ No ☐
3 Approach Methodology NA
NA

Engineering survey and Yes ☐ No ☐
3.1 NA
investigations NA

Design of road, pavements and Yes ☐ No ☐
3.2 NA
structures NA

Environment and social impact Yes ☐ No ☐
3.3 NA
assessment NA

Estimation of project cost, Yes ☐ No ☐
3.4 NA
viability and financing options NA

Any other details relevant to the Yes ☐ No ☐
3.5 NA
project NA

Task Assignment and Manning Yes ☐ No ☐
4 NA
Schedule NA

Number of key personnel Yes ☐ No ☐
4.1
provided NA

Specific tasks assigned to each key Yes ☐ No ☐
4.2 NA
personnel NA

Manning schedule for key Yes ☐ No ☐
4.3 NA
personnel NA

Number of key personnel Yes ☐ No ☐
4.4
deployed at site NA

273
Yes ☐ No ☐
5 Performa for data collection NA
NA

Indicative Design standards Yes ☐ No ☐
6 NA
and cross sections NA

274
Details/
S.N
SECTION OF THE REPORT YES/NO/NA Specification s Remarks
o

Yes ☐ No ☐
7 Development plans NA
NA

Overview of development plans
Yes ☐ No ☐
7.1 being implemented/ proposed by NA
NA
local bodies

Overview of impact of such Yes ☐ No ☐
7.2 NA
development plans NA

Yes ☐ No ☐
8 Quality Assurance Plan NA
NA

Engineering surveys and Yes ☐ No ☐
8.1 NA
investigation NA

Yes ☐ No ☐
8.2 Traffic surveys NA
NA

Material geo-technical and sub- Yes ☐ No ☐
8.3 NA
soil investigations NA

Yes ☐ No ☐
8.4 Road and pavement investigations NA
NA

Investigation and design of Yes ☐ No ☐
8.5 NA
bridges and structures NA

Yes ☐ No ☐
8.6 Environment and R&R assessment NA
NA

Yes ☐ No ☐
8.7 Economic and financial analysis NA
NA

Yes ☐ No ☐
8.8 Drawing and documentation NA
NA

Discussion of draft QAP document Yes ☐ No ☐
8.9 NA
with client NA

Approval of final QAP document Yes ☐ No ☐
8.10 NA
by client NA

Any other details relevant to the Yes ☐ No ☐
8.11 NA
project NA

275
Yes ☐ No ☐
9 Draft design standards NA
NA

Geometric design standards of Yes ☐ No ☐
9.1 NA
bridges (Plain) NA

Geometric design standards of Yes ☐ No ☐
9.2 NA
bridges (Hilly) NA

276
Details/
S.N
SECTION OF THE REPORT YES/NO/NA Specification s Remarks
o

Any other details relevant to the Yes ☐ No ☐


9.3 NA
project NA

Conclusions and Yes ☐ No ☐
10 NA
recommendations NA

Conclusions and Yes ☐ No ☐
10.1 NA
recommendations NA

Report fulfils project objectives Yes ☐ No ☐
10.2 NA
and scope as per RFP NA

Report reviewed for errors and Yes ☐ No ☐
10.3 NA
omissions NA

Compliance report prepared on Yes ☐ No ☐
10.4 NA
client observations NA

277
DPR Checklist – Stage 2 – Feasibility Report (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No
1 Executive Summary NA

NA ☐
Overview of client organization / Yes ☐ No
2 NA
activities ☐
NA ☐
Methodology adopted for Yes ☐ No
3 NA
feasibility study ☐
NA ☐
Socioeconomic profile of the Yes ☐ No
4 NA
project areas ☐
NA ☐
Regional economic profile basis last Yes ☐ No
4.1 NA
10 years data as per IRC ☐
NA ☐
Economic profile of project influence
Yes ☐ No
4.2 area basis last 10 years data as per IRC NA

NA ☐
Socio Economic status of project Yes ☐ No
4.3 NA
influence area ☐
NA ☐
Indicative design standards, Yes ☐ No
5 NA
methodologies, and specifications ☐
NA ☐
Yes ☐ No
6 Traffic surveys and analysis NA

NA ☐
Classified traffic volume counts using Yes ☐ No
6.1 NA
IHMCL data (7 day) ☐
NA ☐
Traffic projection methodology as Yes ☐ No
6.2 NA
per IRC:108 ☐
NA ☐
Yes ☐ No
6.3 Projected Traffic data for 20 years NA

278
NA ☐

Yes ☐ No
6.4 Current and Projected PCU

NA ☐
Yes ☐ No
6.5 Current and Projected TVU

NA ☐

279
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No
6.6 Axle load survey as per IRC:SP:19 NA

NA ☐
Any other details relevant to the Yes ☐ No
6.7 NA
project ☐
NA ☐
Traffic surveys monitored and Yes ☐ No
6.8 NA
reviewed by the client ☐
NA ☐
Yes ☐ No
7 Reconnaissance survey NA

NA ☐
Yes ☐ No
7.1 NA
Road Inventory as per IRC:SP:19 ☐
NA ☐
Review of Road Inventory Survey by Yes ☐ No
7.2 NA
client ☐
NA ☐
Geometric Features of the Existing
Road
 Design Speed
Yes ☐ No
7.3  Sight distance elements NA

 Horizontal Alignment Details
NA ☐
 Vertical Alignment Details
 Height of Embankment
Topographical Survey as per
IRC:SP:19 using LiDAR or equivalent
technology Yes ☐ No
7.4 NA

 Gradient
NA ☐
 Terrain

Review of topographical survey by Yes ☐ No


7.5 NA
client ☐
NA ☐
Pavement composition and condition Yes ☐ No
7.6 NA
survey as per IRC:SP:19 ☐
NA ☐
Geological Survey
Yes ☐ No
7.7  Geological Map of the Area NA

 Seismicity NA ☐
Climatic Conditions
 Temperature Yes ☐ No
7.8 NA
 Rainfall ☐
 Wind NA ☐

281
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Land Use along the existing
alignment
Yes ☐ No
7.9  Map of the Project Area ☐
NA
depicting
NA ☐
Agricultural/Habitation/Forest Area
Details of Existing Structures
 Map of the Project Area
depicting Yes ☐ No
7.10 NA
Hutments/Buildings/Temples/Public ☐
Building/Any Other Significant NA ☐
Structure

Inventory and condition survey of Yes ☐ No


7.11 NA
culverts ☐
NA ☐
Any other details relevant to the Yes ☐ No
7.12 NA
project ☐
NA ☐
Yes ☐ No
8 Geotechnical Survey NA

NA ☐
Geo-technical and sub-soil Yes ☐ No
8.1 NA
explorations as per IRC:78 ☐
NA ☐
Number of Bore holes dug (holds for Yes ☐ No
8.2
every pier and abutment) ☐
NA ☐
Review of geo-technical and sub-soil Yes ☐ No
8.3 NA
explorations by client ☐
NA ☐
Field testing, soil sampling, laboratory Yes ☐ No
8.4 NA
testing as per IRC:78 ☐
NA ☐
Recommendation of Foundation Yes ☐ No
8.5
Type and Depth ☐
NA ☐
Any other details relevant to the Yes ☐ No
8.6 NA
project ☐
NA ☐
Yes ☐ No
9 NA
Hydraulic & Hydrological Survey ☐
NA ☐
Hydrological investigations as per Yes ☐ No
9.1 NA
IRC:5 and IRC: 13 ☐
NA ☐

282
High Flood Level specified Yes ☐ No
9.2 NA

NA ☐
Depth of Water Table specified Yes ☐ No
9.3 NA

NA ☐
Ponded Water Level specified Yes ☐ No
9.4 NA

NA ☐

283
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Any other details relevant to the Yes ☐ No
9.5 project NA

NA ☐
Review of Hydrological Survey by the Yes ☐ No
9.6 client NA

NA ☐
Materials Survey Yes ☐ No
10 NA

NA ☐
Materials Survey conducted as per Yes ☐ No
10.1 IRC:SP:19 NA

NA ☐
Sources of Naturally Occurring
Aggregates specified
 Details of Borrow Pits with Yes ☐ No
10.2
Distance from Project Site ☐
 Cost of NA ☐
Material/Transportation
Sources of Manufactured Items
specified
 Details of Suppliers with Yes ☐ No
10.3 NA
Distance from Project Site ☐
 Cost of NA ☐
Material/Transportation
Source of Water for construction Yes ☐ No
10.4 specified as per IS:456 NA

NA ☐
Any other details relevant to the Yes ☐ No
10.5 NA
project ☐
NA ☐
Determination of whether ROB or Yes ☐ No
11 RUB is appropriate NA

NA ☐
Justification of whether ROB or RUB Yes ☐ No
11.1 should be built NA

NA ☐
Review of justification by client Yes ☐ No
11.2 NA

NA ☐
Yes ☐ No
12 Alignment Options Study NA

NA ☐
At least two alignments proposed Yes ☐ No
12.1 NA
 Details of Alignments on Map ☐
NA ☐
284
Review of options with client Yes ☐ No
12.2 NA

NA ☐
Review of options with local Yes ☐ No
12.2.1 authority NA

NA ☐

285
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Length of the project along proposed Yes ☐ No
12.3 alignment options NA

NA ☐
Land Acquisition required along Yes ☐ No
12.4 alignment options NA

NA ☐
Cost Estimates of alternatives Yes ☐ No
12.5 NA

NA ☐
Recommended Alignment with Yes ☐ No
12.6 Justification ☐
NA ☐
Skew Angle of Proposed Alignment Yes ☐ No
12.7 Specified ☐
NA ☐
Environmental impact of each option Yes ☐ No
12.7.1

NA ☐
Review of road geometry and safety Yes ☐ No
12.7.2 for each option NA

NA ☐
Traffic Diversion Route Specified Yes ☐ No
12.9 NA

NA ☐
Any other details relevant to the Yes ☐ No
12.10 project NA

NA ☐
Environmental screening/
Yes ☐ No
13 preliminary environmental NA
assessment ☐
NA ☐
Analysis basis Initial Environment Yes ☐ No
13.1 NA
Examination in IRC: SP: 19 ☐
NA ☐
Recommended feasible mitigation Yes ☐ No
13.2 NA
measures ☐
NA ☐
Initial social assessment/ Yes ☐ No
14 NA
preliminary LA resettlement plan ☐
NA ☐
Analysis basis Initial Environment Yes ☐ No
14.1 NA
Examination in IRC: SP: 19 ☐
NA ☐
Details of consultation with Yes ☐ No
14.2 NA
potentially affected persons ☐
NA ☐
286
Details of consultation with local Yes ☐ No
14.3 NA
NGOs ☐
NA ☐
Details of consultation with Yes ☐ No
14.4 NA
municipal authorities ☐
NA ☐
Yes ☐ No
14.5 Preliminary resettlement plan NA

NA ☐

287
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Any other details relevant to the Yes ☐ No
14.6 NA
project ☐
NA ☐
Yes ☐ No
15 Cost estimates NA

NA ☐
Yes ☐ No
15.1 Item rates and rate analysis NA

NA ☐
Yes ☐ No
15.2 Escalation NA

NA ☐
Yes ☐ No
16 Economic and financial analysis NA

NA ☐
Yes ☐ No
16.1 Estimated cost details NA

NA ☐
Yes ☐ No
16.2 Projected revenues details NA

NA ☐
Yes ☐ No
16.3 Assumptions stated NA

NA ☐
Analysis and results
 IRR Yes ☐ No
16.4 NA
 Sensitivity Analysis ☐
 Financial Viability NA ☐

Any other details relevant to the Yes ☐ No


16.5 NA
project ☐
NA ☐
17 Strip Plan NA
Details of center line of proposed Yes ☐ No
17.1 NA
structure ☐
NA ☐
Yes ☐ No
17.2 Details of existing RoW

NA ☐
Yes ☐ No
17.3 Details of proposed RoW

NA ☐
Details about ownership of land to be Yes ☐ No
17.4 NA
acquired ☐
NA ☐

288
Strip plan basis reconnaissance and Yes ☐ No
17.5 NA
topographic surveys ☐
NA ☐
Strip plan reviewed and approved by Yes ☐ No
17.6 NA
the client ☐
NA ☐
Any other details relevant to the Yes ☐ No
17.7 NA
project ☐
NA ☐

289
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Strip plan- additional details Yes ☐ No
11 NA
added ☐
NA ☐
Details of centreline, existing
Yes ☐ No
11.1 structures, road furniture and other NA
features ☐
NA ☐
Yes ☐ No
11.2 Widening scheme NA

NA ☐
New construction/ reconstruction of Yes ☐ No
11.3 NA
structures and amenities ☐
NA ☐
Yes ☐ No
11.4 Existing and proposed right of way NA

NA ☐
Yes ☐ No
11.5 Clearances impacting each chainage NA

NA ☐

290
DPR Checklist – Stage 3 – LA and Clearances I Report (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐
1 Executive Summary NA
NA

Yes ☐ No ☐
2 Environment Clearance NA
NA

Requirement for environment Yes ☐ No ☐
2.1 NA
clearance identified NA

Date/ Details of Initial consultation Yes ☐ No ☐
2.2
with competent authority NA

Date of submission of draft EIA Yes ☐ No ☐
2.3 NA
report/ proposal for clearance NA

Review of proposal/ EIA report by Yes ☐ No ☐
2.4 NA
client NA

Yes ☐ No ☐
3 Forest Clearance NA
NA

Requirement for forest clearance Yes ☐ No ☐
3.1 NA
identified NA

Date/ Details of initial consultation Yes ☐ No ☐
3.2
with competent authority NA

Details/cost of trees being felled
Yes ☐ No ☐
3.3 basis concerned District Forest
NA
Office

Date of submission of proposal for Yes ☐ No ☐
3.4 NA
forest clearance NA

Yes ☐ No ☐
3.5 Review of proposal by client NA
NA

291
Yes ☐ No ☐
4 Wildlife Clearance NA
NA

Requirement for wildlife clearance Yes ☐ No ☐
4.1 NA
identified NA

292
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Date/ Details of initial consultation Yes ☐ No ☐
4.2
with competent authority NA

Details/cost of trees being felled
Yes ☐ No ☐
4.3 basis concerned District Forest
NA
Office

Date of submission of proposal for Yes ☐ No ☐
4.4
wildlife clearance NA

Yes ☐ No ☐
4.5 Review of proposal by client NA
NA

Yes ☐ No ☐
5 Utility Clearances (Electricity) NA
NA

Identification of overground Yes ☐ No ☐
5.1 NA
utilities NA

Identification of underground
Yes ☐ No ☐
5.2 utilities using GPR, Induction NA
NA
Locator or equivalent technologies

Name/ Details of consultation with Yes ☐ No ☐
5.3
local authority/ people NA

Utility relocation plan with existing
/ proposed location showing Yes ☐ No ☐
5.4 NA
existing RoW and topographic NA
details ☐
Yes ☐ No ☐
5.5 Cost for relocation as per authority
NA

Date of proposal submission to Yes ☐ No ☐
5.6
competent authority NA

Review of utility relocation plan/ Yes ☐ No ☐
5.7 NA
proposal by client NA

Yes ☐ No ☐
6 Utility Clearances (Water) NA
NA

Identification of overground Yes ☐ No ☐
6.1 NA
utilities in RoW NA

Identification of underground
Yes ☐ No ☐
6.2 utilities using GPR, Induction NA
NA
Locator or equivalent technologies

293
Name/ Details of consultation with Yes ☐ No ☐
6.3
local authority/ people NA

294
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Utility relocation plan with existing
/ proposed location showing Yes ☐ No ☐
6.4 NA
existing RoW and topographic NA
details ☐
Yes ☐ No ☐
6.5 Cost for relocation as per authority
NA

Date of proposal submission to Yes ☐ No ☐
6.6 NA
competent authority NA

Review of utility relocation plan/ Yes ☐ No ☐
6.7 NA
proposal by client NA

Yes ☐ No ☐
7 Utility Clearances (Others) NA
NA

Identification of over ground Yes ☐ No ☐
7.1 NA
utilities in RoW NA

Identification of underground
Yes ☐ No ☐
7.2 utilities using GPR, Induction NA
NA
Locator or equivalent technologies

Name/ Details of consultation with Yes ☐ No ☐
7.3
local authority/ people NA

Utility relocation plan with existing
/ proposed location showing Yes ☐ No ☐
7.4 NA
existing RoW and topographic NA
details ☐
Yes ☐ No ☐
7.5 Cost for relocation as per authority
NA

Date of proposal submission to Yes ☐ No ☐
7.6
competent authority NA

Review of utility relocation plan/ Yes ☐ No ☐
7.7 NA
proposal by client NA

Yes ☐ No ☐
8 Railway Clearances NA
NA

Identification of ROB/ RUB on Yes ☐ No ☐
8.1 NA
project corridor NA

Initial consultation with competent Yes ☐ No ☐
8.2 NA
authority NA

295

Date of proposal submission to Yes ☐ No ☐


8.3
competent authority NA

Yes ☐ No ☐
8.4 Review of GAD/ proposal by client NA
NA

296
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐
9 Other Clearances NA
NA

Requirement for other clearances Yes ☐ No ☐
9.1 NA
identified NA

Date of proposal submission to Yes ☐ No ☐
9.2
competent authority NA

Yes ☐ No ☐
9.3 Review of proposal by client NA
NA

Yes ☐ No ☐
10 Land Acquisition NA
NA

Detailed schedule about acquisition of Yes ☐ No ☐
10.1 NA
landholdings as per land records NA

Yes ☐ No ☐
10.2 Consultation with affected persons NA
NA

Name/ Details of consultation with Yes ☐ No ☐
10.3
NGOs NA

Name/ Details of consultation with Yes ☐ No ☐
10.4
concerned government agencies NA

Total land required, land area
Yes ☐ No ☐
10.5 already available , land to be
NA
acquired identified

Review of land acquisition using Yes ☐ No ☐
10.6 NA
digital cadastral map by client NA

Strip plan- additional details Yes ☐ No ☐ NA
11 NA 11
added ☐
Details of centreline, existing
Yes ☐ No ☐ NA
11.1 structures, road furniture and other NA 11.1
features ☐

Yes ☐ No ☐ NA
11.2 Widening scheme NA 11.2

New construction/ reconstruction of Yes ☐ No ☐ NA


11.3 NA 11.3
structures and amenities ☐
Yes ☐ No ☐ NA
11.4 Existing and proposed right of way NA 11.4

297
Yes ☐ No ☐ NA
11.5 Clearances impacting each chainage NA 11.5

Conclusions and Yes ☐ No ☐


12 NA
recommendations NA

298
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐
12.1 Conclusions and recommendations NA
NA

Report fulfils project objectives and Yes ☐ No ☐
12.2 NA
scope as per RFP NA

Report reviewed for errors and Yes ☐ No ☐
12.3 NA
omissions NA

Compliance report prepared on Yes ☐ No ☐
12.4 NA
client observations NA

299
DPR Checklist – Stage 4 – Detailed Project Report (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No
1 Project background NA

NA ☐
Project description
 Existing LC number Yes ☐ No
1.1
 Start and End Chainage ☐
 Village/District NA ☐

Project location map


 On State Map Yes ☐ No
1.2
 On District Map ☐
 Latitude & Longitude Coordinates of the LC NA ☐

Details of Existing Level Crossing


 Number of Railway Tracks Yes ☐ No
1.3
 Type of Railway Tracks (Broad/Metre/Narrow) ☐
 No. of trains per day NA ☐

Yes ☐ No
1.4 Justification for need of an ROB/RUB (on basis of TVU count) NA

NA ☐
Yes ☐ No
1.5 Overview of land use plans NA

NA ☐
Overview of existing pavement conditions
 Number of Lanes Yes ☐ No
1.6
 Type of Pavement ☐
(Flexible/Rigid/Surfaced/Unsurfaced) NA ☐

Yes ☐ No
1.7 Existing right of way details

NA ☐
Yes ☐ No
1.8 Any other details relevant to the project NA

NA ☐
Yes ☐ No
2 Social analysis of the project NA

NA ☐

300
Yes ☐ No
2.1 NA
Project impact on stakeholders such as local people ☐
NA ☐

301
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Project impact on residential, commercial and public Yes ☐ No


2.2 NA
properties ☐
NA ☐
Yes ☐ No
2.3 NA
Any other details relevant to the project ☐
NA ☐
Yes ☐ No
3 Reconnaissance survey NA

NA ☐
Geometric Features of the Existing Road
 Design Speed
 Sight distance details Yes ☐ No
3.1
 Horizontal Alignment Details ☐
 Vertical Alignment Details NA ☐
 Height of Embankment
Topographical Survey using LiDAR or equivalent technology as
per IRC:SP:19 Yes ☐ No
3.2 NA
 Gradient ☐
 Terrain NA ☐

Yes ☐ No
3.3 NA
Pavement composition and condition survey as per IRC:SP:19 ☐
NA ☐
Geological Survey
Yes ☐ No
3.4  Geological Map of the Area NA

 Seismicity NA ☐
Climatic Conditions
 Temperature Yes ☐ No
3.5 NA
 Rainfall ☐
 Wind NA ☐

Land Use along the existing alignment


Yes ☐ No
3.6  Map of the Project Area depicting ☐
NA
Agricultural/Habitation/Forest Area
NA ☐
Details of Existing Structures
 Map of the Project Area depicting Yes ☐ No
3.7 NA
Hutments/Buildings/Temples/Public Building/Any Other ☐
Significant Structure NA ☐
Yes ☐ No
3.8 NA
Inventory and condition survey of culverts ☐
NA ☐
Yes ☐ No
3.9 NA
Geo-technical and sub-soil explorations as per IRC:78 ☐
NA ☐

302
Yes ☐ No
3.10
Number of Bore holes dug (holds for every pier and abutment) ☐
NA ☐

303
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No
3.11 NA
Field testing, soil sampling, laboratory testing as per IRC: 78 ☐
NA ☐
Yes ☐ No
3.12
Recommendation of Foundation Type and Depth ☐
NA ☐
Yes ☐ No
3.13 NA
Hydraulic and Hydrological investigations as per IRC:5 ☐
NA ☐
High Flood Level specified Yes ☐ No
3.14 NA

NA ☐
Depth of Water Table specified Yes ☐ No
3.15 NA

NA ☐
Ponded Water Level specified Yes ☐ No
3.16 NA

NA ☐
Materials Survey conducted as per IRC:SP:19 Yes ☐ No
3.17 NA

NA ☐
Sources of Naturally Occurring Aggregates specified
Yes ☐ No
3.18  Details of Borrow Pits with Distance from Project Site

 Cost of Material/Transportation NA ☐
Sources of Manufactured Items specified
Yes ☐ No
3.19  Details of Suppliers with Distance from Project Site NA

 Cost of Material/Transportation NA ☐
Sources of environmentally friendly construction materials Yes ☐ No
3.19.1 identified as per MoRT&H circular NA

NA ☐
Source of Water for construction specified as per IS:456 Yes ☐ No
3.20 NA

NA ☐
Yes ☐ No
3.21 NA
Any other details relevant to the project ☐
NA ☐
Yes ☐ No
4 Traffic surveys and analysis NA

NA ☐
Yes ☐ No
4.1 Classified traffic volume counts using IHMCL data (7 day) NA

NA ☐
Yes ☐ No
4.2 Traffic projection as per IRC:108 NA

304
NA ☐

Yes ☐ No
4.3 Projected Traffic data for 20 years NA

NA ☐
Yes ☐ No
4.4 Current and Projected PCU

NA ☐

305
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No
4.5 Current and Projected TVU

NA ☐
Yes ☐ No
4.6 Axle load survey as per IRC:SP:19 NA

NA ☐
Yes ☐ No
4.7 Any other details relevant to the project NA

NA ☐
Determination of whether ROB or RUB is appropriate Yes ☐ No
5 NA

NA ☐
Justification of whether ROB or RUB should be built Yes ☐ No
5.1 NA

NA ☐
Yes ☐ No
6 Alignment Options Study NA

NA ☐
At least two alignments proposed Yes ☐ No
6.1 NA
 Details of Alignments on Map ☐
NA ☐
Length of the project along proposed alignment options Yes ☐ No
6.2 NA

NA ☐
Land Acquisition required along alignment options Yes ☐ No
6.3 NA

NA ☐
Cost Estimates of alternatives Yes ☐ No
6.4 NA

NA ☐
Recommended Alignment with Justification Yes ☐ No
6.5

NA ☐
Skew Angle of Proposed Alignment Specified Yes ☐ No
6.6

NA ☐
Traffic Diversion Route Specified Yes ☐ No
6.7 NA

NA ☐
Any other details relevant to the project Yes ☐ No
6.8 NA

NA ☐
Design Specifications Yes ☐ No
7 NA

NA ☐
306
Number of Lanes Yes ☐ No
7.1

NA ☐
Width of ROB
 Width of Carriageway
Yes ☐ No
7.2  Width of Safety Kerbs

 Width of Footpath NA ☐
 Any other

307
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Proposed Number of Lanes on ROB in line with PCU as per Yes ☐ No
7.3 latest MoRTH guidelines NA

NA ☐
Proposed Length of the Project
 Length of ROB
 Length of Viaduct Yes ☐ No
7.4
 Length of RE Wall ☐
 Length of Approach Road NA ☐
 Length of Service Road
Span Arrangement
Yes ☐ No
7.5  Span Length

 Number of Spans NA ☐
Are all spans of standardised length as per Railways standards
(https://ircep.gov.in/RCApproval/https://ircep.gov.in/RCApproval/) Yes ☐ No
7.6 NA

 If non-standardised, suitable justification provided
NA ☐
Details of Proposed Superstructure Design
 Type Yes ☐ No
7.7 NA
 Details of Material Use Proposed ☐
 Drawings of Cross-Sections NA ☐

Details of Proposed Substructure Design


Type Yes ☐ No
7.8 NA
 Details of Material Use Proposed ☐
 Drawings of Cross-Sections NA ☐

Details of Proposed Pavement Design


Type
 Details of Material Use Proposed Yes ☐ No
7.9 NA
 Thickness ☐
 Design MSA NA ☐
 Drawings of Cross-Sections
Details of Drainage Structures Proposed Yes ☐ No
7.10 NA

NA ☐
Any other details relevant to the project Yes ☐ No
7.11 NA

NA ☐
Yes ☐ No
8 Cost estimates NA

NA ☐
Summary of Cost Estimates (Refer following subsection) Yes ☐ No
8.1

NA ☐

308
Detailed Abstract of Cost Yes ☐ No
8.2 NA

NA ☐

309
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Detailed Bills of Quantity Yes ☐ No
8.3 NA

NA ☐
Detailed Rate Analysis Yes ☐ No
8.4 NA

NA ☐
Yes ☐ No
9 Financial Viability NA

NA ☐
Yes ☐ No
9.1 NA
Estimated cost details ☐
NA ☐
Yes ☐ No
9.2 NA
Projected revenues details ☐
NA ☐
Yes ☐ No
9.3 NA
Assumptions stated ☐
NA ☐
Analysis and results
 IRR Yes ☐ No
9.4
 Sensitivity Analysis ☐
 Financial Viability NA ☐

Land Acquisition Study Yes ☐ No


10 NA

NA ☐
Land Acquisition Details
 Total Land Required Yes ☐ No
10.1
 Land Area already available ☐
 Area of Land to be Acquired NA ☐

Details of LA Cost Yes ☐ No


10.3

NA ☐
Utility Shifting Study Yes ☐ No
11 NA

NA ☐
Results of GPR investigation Yes ☐ No
11.1 NA

NA ☐
Utility relocation plan with existing / proposed location Yes ☐ No
11.2 showing existing RoW and topographic details NA

NA ☐
Cost for relocation as per authority Yes ☐ No
11.3

NA ☐
310
General Arrangement Drawing Yes ☐ No
12 NA

NA ☐
Elevation of Railway Portion Yes ☐ No
12.1 NA

NA ☐
Plan of Railway Portion Yes ☐ No
12.2 NA

NA ☐

311
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
General Elevation Yes ☐ No
12.3 NA

NA ☐
General Plan (showing complete ROB/RUB along with Yes ☐ No
12.4 diversion) NA

NA ☐
Key Plan Yes ☐ No
12.5 NA

NA ☐
Cross-Section of Railway Portion Yes ☐ No
12.6 NA

NA ☐
3D engineered models of:
 Existing structure, if any Yes ☐ No
12.7
 Proposed structure ☐
 Utilities and other features in RoW NA ☐

312
Cost Summary Table

S.No. Particulars Cost Estimate(in '000)


1 Cost of ROB Portion
Foundation
Substructure
Superstructure
Total-ROB Portion

2 Cost of Viaduct
Foundation
Substructure
Superstructure
Total-Viaduct

3 Cost of Approach Road

4 Cost of RE Wall

5 Cost of Service Road

6 Miscellaneous Costs
Cost of Subway
Cost of Toll Plaza
Cost of Culverts
Any Other Costs

Civil Cost of the Project


7 Contingencies @x%
Total Civil Cost

8 Supervision Charges @x%


9 Cost of Quality Control @x%
10 Maintenance Charges @x%
11 Escalation Costs @x%
12 Land Acquisition Costs
13 Utility Shifting Costs
14 Any Other Costs

Total Cost of the Project

313
314
DPR Checklist – Stage 5 – Technical Schedules (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Bid documents- EPC Yes ☐ No ☐ NA ☐ NA
2 Bid documents- Other, if any Yes ☐ No ☐ NA ☐ NA
3 Draft concession agreement Yes ☐ No ☐ NA ☐ NA
3 Schedule C - Project facilities Yes ☐ No ☐ NA ☐ NA
Schedule D - Specifications and
4 Yes ☐ No ☐ NA ☐ NA
standards
5 Any other relevant details Yes ☐ No ☐ NA ☐ NA

315
DPR Checklist – Stage 6 – LA and Clearances II Report (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐
1 Executive Summary NA
NA

Yes ☐ No ☐
2 Environment Clearance NA
NA

Details of public hearings Yes ☐ No ☐
2.1
completed NA

Date of final environment Yes ☐ No ☐
2.2
clearance by competent authority NA

Yes ☐ No ☐
3 Forest Clearance NA
NA

Date/ Details of Joint site
Yes ☐ No ☐
3.1 inspection with DFO/ competent
NA
authority

Date of Stage I forest clearance Yes ☐ No ☐
3.2
approval by competent authority NA

Date of final forest clearance Yes ☐ No ☐
3.3
approval by competent authority NA

Yes ☐ No ☐
4 Wildlife Clearance NA
NA

Date/ Details of joint site
Yes ☐ No ☐
4.1 inspection with DFO/ competent
NA
authority

Date of final wildlife clearance Yes ☐ No ☐
4.2
approval by competent authority NA

Yes ☐ No ☐
5 Utility Clearances (Electricity) NA
NA

316
Date/ Details of Joint site
Yes ☐ No ☐
5.1 inspection with competent
NA
authority

Date of estimate submission by Yes ☐ No ☐
5.2
competent authority NA

317
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Date of estimate approval by Yes ☐ No ☐
5.3
competent authority NA

Yes ☐ No ☐
5.4 Approved utility shifting proposal
NA

Details of approved contractors,
Yes ☐ No ☐
5.5 SoR and deposit details for user NA
NA
agency

Utilities checklist, no upgradation Yes ☐ No ☐
5.6
certificate attached NA

Date of estimate submission by Yes ☐ No ☐
6.2
competent authority NA

Date of estimate approval by Yes ☐ No ☐
6.3
competent authority NA

Yes ☐ No ☐
6.4 Approved utility shifting proposal
NA

Details of approved contractors,
Yes ☐ No ☐
6.5 SoR and deposit details for user NA
NA
agency

Utilities checklist, no upgradation Yes ☐ No ☐
6.6
certificate attached NA

Date of estimate submission by Yes ☐ No ☐
7.2
competent authority NA

Date of estimate approval by Yes ☐ No ☐
7.3
competent authority NA

Yes ☐ No ☐
7.4 Approved utility shifting proposal
NA

Details of approved contractors,
Yes ☐ No ☐
7.5 SoR and deposit details for user NA
NA
agency

Utilities checklist, no upgradation Yes ☐ No ☐
7.6
certificate attached NA

Date of final approval of GAD by Yes ☐ No ☐
8.2
competent authority NA

318
Yes ☐ No ☐
9 Other Clearances NA
NA

Date of final approval by Yes ☐ No ☐
9.1
competent authority NA

Yes ☐ No ☐
10 Land Acquisition NA
NA

319
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Yes ☐ No ☐
10.1 Draft 3a notification submitted NA
NA

Yes ☐ No ☐
10.2 Review of 3a notification by client NA
NA

Yes ☐ No ☐
10.3 Date of 3a gazette notification
NA

Yes ☐ No ☐
10.4 Draft 3a notification submitted NA
NA

Yes ☐ No ☐
10.5 Review of 3A notification by client NA
NA

Yes ☐ No ☐
10.6 Date of 3A gazette notification
NA

Date of Joint Measurement Survey Yes ☐ No ☐
10.7
with competent authority NA

10.7.1 Date of survey Yes ☐ No ☐
NA
NA

10.7.2 Land type –by survey number Yes ☐ No ☐
NA
NA

10.7.3 Nature of Land –by survey number Yes ☐ No ☐
NA
NA

10.7.4 Ownership status of plots- by Yes ☐ No ☐
survey number NA
NA

10.7.5 Verification of area to be acquired Yes ☐ No ☐
– by survey number NA
NA

10.7.6 List of structures on each plot Yes ☐ No ☐
NA
NA

10.7.7 Sketches of updated alignment Yes ☐ No ☐
NA
NA

10.7.8 Verification from Land revenue Yes ☐ No ☐
department NA
NA

320
10.7.9 Verification by CALA office Yes ☐ No ☐
NA
NA

321
1.1.3 DPR Checklist – Stage 7 – Award determination (Structures)

General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA NA

2 Village level summary Yes ☐ No ☐ NA NA

Total private and public land
2.1 Yes ☐ No ☐ NA NA
being acquired

Variation in area and nature of
2.2 land against 3D with Yes ☐ No ☐ NA NA
justification ☐
Method used by CALA to arrive
2.3 Yes ☐ No ☐ NA NA
at award

Date of award by CALA and
2.4 approval by HGCL along with
valuation report
Total award calculated and
2.5 details of deviation from Yes ☐ No ☐ NA NA
RFCTLARR act ☐
3 In detail Yes ☐ No ☐ NA NA

Updated land acquisition tracker
with parcel-wise status of:
 Notifications
3.1 Yes ☐ No ☐ NA NA
 Award

 Disbursement

Valuation report and details of


3.2 award calculation- verification by Yes ☐ No ☐ NA NA
state authority to be included ☐
3.3 Claims report Yes ☐ No ☐ NA NA

3.4 Copies of notifications published Yes ☐ No ☐ NA NA

Copies of land possession
3.5 Yes ☐ No ☐ NA NA
certificates received

322
Conclusions and
4 Yes ☐ No ☐ NA NA
recommendations

323
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Conclusions and
4.1 Yes ☐ No ☐ NA NA
recommendations

Report fulfils project objectives
4.2 Yes ☐ No ☐ NA NA
and scope as per RFP

Report reviewed for errors and
4.3 Yes ☐ No ☐ NA NA
omissions

Compliance report prepared on
4.4 Yes ☐ No ☐ NA NA
client observations

324
1.1.4 DPR Checklist – Stage 8 – Land possession report
(Structures)

General Details
Project Name
Consultant's
Name
Date of Review

Details/
Remark
S.No SECTION OF THE REPORT YES/NO/NA Specificatio
s
ns
Yes ☐ No ☐
1 Executive Summary NA
NA

Yes ☐ No ☐
2 Village level summary NA
NA

Total private and public land being Yes ☐ No ☐
2.1 NA
acquired NA

Date of final award by CALA and
2.2
approval by HGCL
Status of disbursement on date of
Yes ☐ No ☐
2.3 receipt of Land possession NA
NA
certificate

Key issues being faced in completing Yes ☐ No ☐
2.4 NA
land acquisition, if any NA

Yes ☐ No ☐
3 In detail NA
NA

Updated land acquisition tracker
with status of:
Yes ☐ No ☐
3.1  Notifications NA
NA
 Award ☐
 Disbursement
Yes ☐ No ☐
3.2 Final award and claims report NA
NA

Copies of notifications published, land Yes ☐ No ☐
3.3 NA
possession certificates received NA

Conclusions and Yes ☐ No ☐
4 NA
recommendations NA

325
Yes ☐ No ☐
4.1 Conclusions and recommendations NA
NA

326
Details/
Remark
S.No SECTION OF THE REPORT YES/NO/NA Specificatio
s
ns
Report fulfils project objectives and Yes ☐ No ☐
4.2 NA
scope as per RFP NA

Report reviewed for errors and Yes ☐ No ☐
4.3 NA
omissions NA

Compliance report prepared on Yes ☐ No ☐
4.4 NA
client observations NA

GIS Map containing digitised
Yes ☐ No ☐
5 details of land parcels acquired NA
NA
with all relevant details

327
328
APPENDIX VIII

Sample Executive Summary of Detailed Project Report

<Name & Logo of the Agency>


(Ministry of Road Transport & Highways)
Government of India

Executive summary of detailed project report for:

[Project name, stretch, state]

. Please delete this sticker upon


completion

DPR Consultant

[Name and logo of consulting agency]

329
330
Table of Contents

1 Introduction 314
2 Project overview 315
2.1 Key features of project 315
2.2 Key plan of existing project stretch 317
3 Traffic demands on project road 318
3.1 Traffic volume surveys 318
3.2 Axle load survey 319
3.3 Traffic volume forecast 319
3.4 Turning movement surveys 320
4 Pavement and corridor surveys 321
4.1 Pavement condition and distress seen 321
4.2 Pavement composition 321
4.3 Pavement strength 321
4.4 Sub-grade soil survey 322
5 Improvement proposals 323
5.1 Proposed alignment 323
5.2 Bypasses proposed 323
5.3 Road geometry 324
5.4 Widening scheme 324
5.5 Pavement design 324
5.6 Design of structures 326
5.7 Intersections and grade separators 327
5.8 Toll plazas 327
5.9 Wayside amenities proposed 327
6 Environmental impact assessment 329
6.1 Impact and clearances needed 329
6.2 Cost of environmental mitigation 329
7 Social impact assessment and Land acquisition 330
7.1 Social impact assessment 330
7.2 Land acquisition requirements 330
7.3 Key risks envisaged in land acquisition 330
8 Utilities shifting and clearances 331
8.1 Utilities shifting estimates 331

331
8.2 Total cost of utilities shifting 331
9 Project cost estimates 332
10 Material investigation 333
10.1 Borrow pits for soil 333
10.2 Sand 333
10.3 Gravel 333
10.4 Fly ash 333
10.5 Bitumen 333
10.6 Cement 333
10.7 Other local material available 334
10.8 Key risks 334
10.9 Location of material sources 335
11 Potential for value engineering and innovative technologies 336
12 Economic and financial analysis 337
12.1 Economic analysis of the project 337
12.2 Financial analysis 337
13 Execution plan 340
13.1 Packaging 340
13.2 Bidding mode and timelines 340
13.3 Construction time and planning 340
14 Conclusions and recommendation 341

332
Introduction

The HGCL proposes to implement the <re> the development, maintenance and
management of the <___> stretch from <Origin> to <Destination> from chainage <aa km> to <bb
km> into <proposed improvement, xx lane road/ expressway etc.>. 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.: HGCL 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>

333
1. Project overview

As described earlier the project road lies on NH xx (previously NH yy) and connects
<orgin> with <destination>, passing through the states of <state 1, state 2>. The proposed project
alignment passess through <towns/junctions a, b, c, d> for a total length of <xx km>.

Figure 1: Location of project road

1.1. Key features of project

Table 1: Key features of project

Attributes Details
NH No Xx (old)
Yy (new)
Origin- Destination Origin-destination
Origin point Lat/long – destination point lat/long
Via towns Town 1, 2, 3, 4
Existing carriageway 2L (7.0m) over 80% of the road stretch with 4L (16.0m) in 20% of the
stretch in some urban locations
Service lanes and slip roads Service lanes of 2-4m width for 16 km, largely in urban areas
Shoulder 2L has paved shoulder of 1-2m width
Condition of existing 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

334
Attributes Details
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 km
RoW
Forest Stretches along RoW Xx km of road from <point a> to <point b> crosses <type of forest>
<forest name>
Rail crossings along RoW Railway LC no <x> at chainage yy on the <origin station> to
<destination station> rail line at railway chainage zz
Other clearance related <please describe any other clearances that will be required for the
aspects project>

335
1.2. Key plan of existing project stretch

<lat/long> <lat/long>

<lat/long>

Figure 2: Key plan of existing project road

336
2. Traffic demands on project road

2.1. Traffic volume surveys

For the purposes of traffic projections and lane design, <xx> individual sections of road were
considered:

Table 2: Traffic survey locations

Volume
Length
Section Chainages Count Remarks
(Kms)
Locations
Km 163.0 - Km 177.0, Kasia/Tonta mines
1 29.0
192.0 45.0 near 192.000
End point of proposed
Km 192.0 -
2 27.0 Km 201.50 Koida bypass at km
219.0 218.250

Traffic volume surveys for the project road were < available from IHMCL for x locations> and
were carried out at <x> additional locations along the project road in the month of
<mm/yyyy>. The results are as follows:

Table 3: Results of traffic surveys conducted

Homogenous
1 1 2
section
Chainage 45.00 177.00 201.50
Source of data IHMCL Consultant Consultant
Bicycle 47 75 61
2 Wheeler 3320 3288 2630
3 Wheeler 32 47 30
Tractor 24 18 22
Tractor with Trailer 389 385 341
2 Axle SCV 436 386 388
LMV 2 axle 3561 3545 3327
LCV 2 Axle 577 603 563
2 Axle Truck or Bus 908 987 1014
3 Axle Truck or Bus 1142 1062 1086

337
Multi Axle Vehicles
2033 1962 1994
MAV
Oversized Vehicle
2 1 3
OSV
Cycle 0 0 0
Earth Moving
0 0 0
Equipment
AADT (in vehicles) 12471 12359 11459
AADT (in PCUs) 34000 xx xx

2.2. Axle load survey

Axle load surveys were conducted at <x> locations using <xxxx> to understand the actual
load spectrum of commercial vehicles plying on the prject road. The results of the load survey,
were converted to Vehicle Damage Factor (VDF) using equivalency factors from <IRC xx> for the
purpose of MSA calculations

Table 4: Axle load survey results

Mod Section Section Section


e 1 2 2
Observe Observe Observe
d- at Recommen d- at Recommen d- at Recommen
chainag ded chainag ded chainag ded
e xx e xx e xx
LC 0.47 0.47 0.45 0.45
V
2-
3.97 3.97 3.57 3.97
axle
3-
3.63 3.63 3.26 3.26
axle
M
4.92 4.92 4.07 4.07
AV
Bus 0.78 0.82 0.82 0.82

2.3. Traffic volume forecast

Traffic volume forecast was developed using the <xx> method and converted to Million
Standard Axles (MSA) for the purposes of pavement design. The cumulative load in MSA for each
section is given as under for various horizon years:

Table 5: Projected traffic load on project road in MSA


MSA In x+15 In x+30

338
Section LHS RHS LHS RHS
1 23.31 22
2 33 40

2.4. Turning movement surveys

Peak
Total Grade
SL. Existing Hour Peak Intersection
Location Volume separator
No. Chainage Volume Hour type
PCU proposed
PCU

17:00 3 arm No
1 0.300 xxx 30988 1915 -
18:00
09:00 4 arm No
2 6.200 xxx 28077 1962 -
10:00
15:00 5 arm Yes
3 10.200 xxx 53333 3599 -
16:00
10:00 4 arm Yes
4 28.000 xxx 64315 3884 -
11:00

Classified direction wise turning movement surveys were conducted at <x> intersections
to determine the need for re-design and addition of structure at the intersection

Table 6: Turning movement survey results

339
3. Pavement and corridor surveys

3.1. Pavement condition and distress seen

The overall pavement condition <description of overall pavement condition- e.g. from poor
to very poor, with high roughness and significant presence of potholes and raveling>

Table 7: Condition survey of existing pavement

Length affected, in Kms


Type of
distress Area Area Area Area 50 Area
<=10 % 10 %-25 % 25 %-50 % %-75% >75 %
Total
36 70 0 0 0
Cracking
Potholes 28 23 55 0 0
Patching 44 61 1 0 0
Raveling 80 4 22 0 0
<other
categories
seen>
Total 106 106 106 106 106

3.2. Pavement composition

The existing pavement structure is a <rigid/flexible/inverted etc.> pavement consisting of


sub-grade and <x> additional layers. The summary of pavement composition seen is as follows

Table 8: Composition of existing pavement

Granular course Xx
Bituminous course (mm)
Section (mm) (mm)
Min Max Min Max Min Max
1 50 350 100 600
2 40 300 80 500
X

3.3. Pavement strength

340
<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
Section deflection
Start End Km Mm
1 0.400 2.400 2.000 1.6
2 2.400 10.000 7.600 1.3
X

3.4. Sub-grade soil survey

Extensive review of available soil information and testing was done to understand the sub-
grade characteristics. Summary of soil investigation surveys is as follows:

Table 10: Soil investigation survey results

Attribute Results Comments


Sub-grade CBR range (%) 0.6%-14% Low over large lengths of
section
Degree of compaction (% of ~95% Sufficient as per
MDD) MoRTH guidelines
Swelling ratio (%) 2.5 to 32% Significant variation seen across
stretch
<other attributes>

Table 11: Soil types observed

Soil type % of length Plasticity index Comments


Clayey sand (SC) 34% 3 to 15 Poorly graded sand clay
mixture
Silty sand (SM) 9% Non-plastic Poorly graded
Clayey gravel (GC) 9% 11 to 13 Mixture of gravel, sand
and silt

341
4. Improvement proposals

4.1. Proposed alignment

The final alignment chosen for the project in consultation with <xx, yy> will <be along
current project road/ pass through xx, yy new towns- short description of alignment with changes if
any>.

Figure 3: Map showing proposed alignment of project road

4.2. Bypasses proposed

Given increasing urban traffic and congestion and the lack of available RoW in urban areas
through the project route, <x> urban areas are proosed to be by-passed in the proposed project
alignment

Table 12: Proposed by-passes along project length

Urban area Bypass plan


to be Start End Length Key driver for by-pass
bypassed chainage chainage proposed
Nagar 1 45.000 52.000 21.000 Heavy local traffic of ~10,000
PCUs in town limits
Xxxx

342
4.3. Road geometry

The project road has been re-designed to accommodate speeds of <xx>, adopted as per
<standard or consultation with HGCL >. Enabling this higher speed will require re-design and re-
alignemnt of the road in certain sections given their <description of poor geometry>.

4.4. Widening scheme

Basis traffic information available, level of service requirements and consultation with
<HGCL , local authorities etc.>, the following lane configuration is adopted for the project road:

Table 13: Lane configuration planned for project road

Chainage Traffic
forecast Lane Service
Section Start End Comments
k config. lanes
PCUs in
20xx
1 0.00 2.400 43.5 6 Yes High urban traffic
influx
2 2.400 60.400 16.4 4 No
3
xx

Basis availability of RoW and land acquisition constraints, a widening scheme has been
proposed that makes optimum use of existing ROW and minimizes need for land acquisition in
urban areas, a summary of which is given below:

Table 14: Summary of widening type proposed

Sl no Type of widening Length, Km


1 Concentric 2.400
2 Eccentric, Right 34.600
3 Eccentric, Left 33.800
4 Green field 16.000

4.5. Pavement design

4.5.1. Design period, loading and pavement type

Using the projected traffic, VDF values,lane and directional distribution factors, the design
traffic loading used for the project is <xx to yy> MSA.

Through preliminary design and lifecycle comparisons, the <flexible/rigid/inverted> type


of pavement was chosen for construction with a design life of <xx> years as per
<IRC/MoRTH/HGCL standards/request> has been considered for design.

343
4.5.2. Design sub-grade strength

Considering the soil investigations conducted in the prject road area, and the availability of
suitable soil in the region, the following sub-grade strength has been assumed to vary from <xx%> to
<yy%> for various sections of the highway

4.5.3. Pavement composition for new carriageway

The proposed pavement composition for the new sections carriageway basis
<standards>, subgrade strength and design traffic is:

Table 15: Proposed pavement composition

Sub-grade Pavement
Design Chainage Layer thickness (mm)
Section strength loading
Start End Min % MS GSB WMM DBM BC xx
CBR A
1 0.400 2.400 10% 40 200 250 95-125 40
2 2.400 10.000 8%
X

4.5.4. Strengthening of existing pavement

The strengthening requirements for the existing pavement have been estimated fromt eh
deflection measurements and estimated traffic loadings. The designed overlay proposed is as
below:

Table 16: Overlay thickness required

Characteristic Overlay thickness (mm)


Chainage Distance
Section deflection
Start End Km Mm DBM Xx
1 0.400 2.400 2.000 1.6 95 40
2 2.400 10.000 7.600 1.3 50 40
X

344
4.5.5. Pavement design for service lanes

Pavement for service lanes is designed for MSA of xx-yy with a design CBR of ~xx%. The
composition for the <flexible/rigid> service lane pavement along the project corridor is as follows:

Table 17: Pavement composition for service road

Layer Layer Thickness in mm


SDBC 25
DBM 50
WMM 250
GSB 150

4.6. Design of structures

Along the project stretch, there are several bridges, culverts, under/overpasses and flyovers.
A summary of the total number and proposed additions is given in the table below

Table 18: Proposed improvement to structures along project road

Sl Dismantl Reconstru Construct New


Structure Existing Widen Total
No e ct in parallel construction
1 Major 1 - 1 2 3 7
4
bridge
2 Minor
bridge
3 Flyover
4 Vehicle
overpass
5 Vehicle
underpass
6 Passenger
under pass
7 Culverts
8 xxx

345
4.7. Intersections and grade separators

Based on the traffic and turning movement surveys conducted, <xx> junctions have been
identified for redesign or grade separation, the details of which are given below

Table 19: Proposed intersection improvement

SL. Existing Est total vol Est Peak Hour


Location Improvement proposed
No. Chainage (k PCU) Vol (k PCU)
Grade separator
1 10.200 xxx 53333 3599

Grade separator
2 28.000 xxx 64315 3884

4.8. Toll plazas

Based on the traffic surveys, O-D surveys and layout of project road, <xx> toll plazas are
proposed along the project road:

Table 20: Location of current and proposed toll plazas


Sl Existing Design Existing no Proposed
Location
No chainage chainage of lanes no of lanes
1 20.400 22.600 Near origin 2 6
2 95.000 101.500 Near via-nagar New 6
junction
x xx xx

4.9. Wayside amenities proposed

<local discussions, discussions with authority, demand modelling etc.> was conducted to
locate various way-side amenities across the project road. A summary of the improvements
proposed is given below:

Table 21: Proposed user amenities along project stretch


Sl no Amenity type Current Proposed Comments
1 Passenger rest 0 2
stops
2 Truck lay-byes 5 15 High demand due to urban areas along stretch

3 Bus bays 4 10 Limited increase due to scarcity of land


4 Bus shelters 2 34 Proposed in lieu of bus-bays

346
5 Petrol bunks 1 5 Severe shortage along stretch
6

347
5. Environmental impact assessment

5.1. Impact and clearances needed

A environmental impact study was undertaken during the process of creating the detailed
project report to understand impact of the project road on the surrounding ecology and
environment. The project road is categorized as a category <xx> project by the MoEF and as it is
<xx km> in length, it <will/will not> require environmental clearances.

The proposed project <involves/does not involve> the acquisition of forest/ecologically


sensitive land, felling of trees and will impact wildlife habitat and will hence require individual
clearances for each. A summary of the environmental impact and clearances required is provided
below

Table 22: Environmental impact and clearances required

Sl No Impact type Description Clearance status


1 Environmental Required due to nature of Form 1 submitted
clearance project, category ‘A’ dd/mm/yyyy and
environmental clearance
obtained on dd/mmm/yyyy
2 Diversion of 27.72 ha of land in <xx> Stage II clearance in
forest land district will need to be progress
acquired
3 Trees in RoW 28,460 trees need to be enable To be taken
road expansion

5.2. Cost of environmental mitigation

The Environmental Mitigation and Management Costs were developed based on the
estimation of resources required to implement the mitigation measures proposed and also number
of places where intervention is required. Environmental mitigation cost for the proposed project is
Rs. <xx> cr.

348
6. Social impact assessment and Land acquisition

6.1. Social impact assessment

The existing RoW (x-y m) is <adequate/ in adequate> for the proposed widening and RoW
requirements as required by <HGCL /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>

6.2. Land acquisition requirements

The state and district wise details and status of land acquisition as on the date of publishing
of this report is as follows:

Table 23: Districtwise land acquisition requirements and status

Private
Total land 3A done,
Village and land to be 3A pending 3D
State required 3D pending
Chainage acquired (Ha) completed
(Ha) (Ha)
(Ha)
Thane
Maharashtra 137 90 10 70 10
(xx to yy)
Gujarat <aaa> 454 400 20 300 80
Gujarat <bbb> 588 588 60 500 28
Gujarat <ccc> 688 320 80 160 80

A total of <xx cr> is expected to be awarded for the acquisition of land required for this
project. The land acquisition process is underway with a total of <xx> CALAs appointed, and 90%
of land is expected to be in possession by <xx, 20xx>.

6.3. Key risks envisaged in land acquisition

Despite the best efforts of the consultant and various lad acquisition teams working to
complete land acquisition, it is envisaged that acquiring possession of the RoW for some specific
sections of the project road may prove to be difficult or be delayed inordinately. Such potential
risks are highlighted below:

 <Highlight any risks foreseen along with chainage and ha affected>

349
7. Utilities shifting and clearances

Utilities belonging to <x> user agencies have been identified that fall within the project road
ROW and will need to be shifted to enable road construction. Shifting proposals have been submitted
to the user agencies and initial estimates have been received from the concerned agencies. The
process of site inspection, review and revision of the proposals for utilities shifting is in process.

<To enable better management of utilities and installation going forward, all utilities are
being shifted underground/into a utilitiy corridor/out of the road RoW/ utilities trench is being
planned as part of construction>

7.1. Utilities shifting estimates

Table 24: Key utilities shifting requirements

Sl Utility Chainage Agency Shifting Estimated Supervision Current


No affected required cost % status
(INR cr)
1 66kV 123.00- UPVVNL 19km of ~140 cr 15% Final
powerline 145.00 overhead approval
cable, 4 road obtained
crossings

7.2. Total cost of utilities shifting

The total cost of utilities shifting for all the utilities identified in the road RoW is estimated
to be <xx cr> with supervision charges of <yy cr> being paid as supervision charges to the <z>
concerned agencies.

350
8. Project cost estimates

The cost estimates for the project has been carried out based on detailed design, bill of
quantities, and the schedule of rates for <state/district/authority> of year <xx-yy>.

Table 25: Summary of project cost

No Item Amount in Cr Amount in %


Civil construction cost
1 Site clearance and dismantling 60 2%
2 Earth Work
3 Base courses
4 Paving courses
5a Repair and rehabilitation of structures
5b Bridges
5c Culverts
5d PUP/VUP
5e Flyover and overpass
5f Drainage, protective works and other services
5g RE/toe walls
6 Junctions and interchanges
7 Toll plazas
8 User amenities
9 Traffic signs, road markings, other appurtenences
10 Miscellaneous
11 Maintenance of road during construction
A Total civil cost
12 Add contingencies @ x% on Z
B Estimated project cost
13 Construction supervision @ x% on Z
14 Agency charges @ x% on Z
15 Quality control changes @ x% on Z
16 Road safety cell audit charges @ x% on Z
17 Maintenance costs @ x% on Z
18 Escalation @ x% on Z
C Total project cost
19 R&R cost
20 Environment cost
21 Cost of shifting utilities
22 LA compensation cost
D Total capital cost

351
9. Material investigation

Material investigations were carried out to explore the availability and identify sources of
suitable material for the construction of the road.

<retain only relevant sections>

9.1. Borrow pits for soil

Material investigation of <xxx> locations indicates that soil suitable for embankment (of
CBR>xx% and density yy g/cc) and for sub-grade (CBR>xx% and density yy g/cc) is available at
an average lead of aa to bb km for the project stretch.

<include details on additional material sources like construction rubble, moorum etc>

9.2. Sand

Sand is available in <close proximity> of the project site. Test results show that xx of yy
sand sources satisfy the minimum requirement for use in the project.

<Include details of additional potential for sources such as pond bed desilting, other
excavation happening>

9.3. Gravel

Several quarries were identified for sourcing aggregates in the project zone. Xx of yy
quarries were found to be suitable for use in the construction of the road. <further details on gravel
available and suitability for construction>

9.4. Fly ash

Fly ash is available in close proximity of the project road due to the presence of <xx steel
plant/power plant>. Test results show that the available fly ash <satisfies/does not satisfy> the
minimum requirement of <specification> to use as <material for embankment/cement
mixture/other layers>. The fly ash available has density greater than xx g/cc and shows an OCM of
xx-yy%. <the fly ash located isnon plastic>

9.5. Bitumen

Bulk bitumen of the <required grades> is available <closest sources> with an average lead
of <xx km>. For the project road <grade> of bitumen has been proposed for <yy layer> due to
<reason> and <grade of bitumen> has been proposed for <zz layer> due to <reason>.

9.6. Cement

Bulk bitumen of the <required grades> is available <closest sources> with an average lead
of <xx km>. For the project road <grade> of bitumen has been proposed for <yy layer> due to
<reason> and <grade of bitumen> has been proposed for <zz layer> due to <reason>.

352
Other local material available

Details of other local material available for construction

Table 26: Locally available and alternative materials

Sl No Material Source

1 Hume pipes Local hume pipe factory in xx yy

2 xx xxxx

9.7. Key risks

Despite the best efforts of the consultant, there continue to be some materials and sections
of the project road where material will have to brought from significant leads.

Table 27: Key risks envisaged in material procurement

Sl No Chainage Material Closest source

1 Entire project Bitument Closest available source is Mumbai at a lead


of 900 km

2 223.00+ Soil of CBR >10% No borrow pit in vicinity, minimum lead of


40 km

353
9.8. Location of material sources

Figure 4: Key plan showing location of potential borrow pits tested

354
10. Potential for value engineering and innovative technologies

Throughout the detailed design of the project, several opportunities for value engineering
and introduction of new technology were explored that will help in reducing the cost of the project
or increase quality and longevity of project road. Approval of these elements as part of the
construction design and suitable instructions to all stakeholders of the project can help significantly
lower the projected cost of construction.

A summary of these opportunities is provided here.

Table 28: Key value engineering opportunities identified

Sl
Value engineering opportunity Potential impact
No
1 Use of inverted pavement with a cement 40% reduction in layer
stabilized based and granular material in the base thickness and ~15% reduction
layer in TPC

355
11. Economic and financial analysis

11.1. Economic analysis of the project

The EIRR and NPV of the project has been carried out using <model/software> under
multiple scenarios, and the project returns <justify/do not justify> construction given an EIRR of xx
in the best case and yy in the worst case.

The various sensitivity scenarios considered were as follows:

0. Base case: Base cost and base benefits

1. Sensitivity 1: Base cost plus xx% and base benefits

2. Sensitivity 2: Xx

3. Sensitivity 3: Xx

The results of the base case and sensitivity analysis are presented below:

Table 29: Economic return analysis

RUC HDM 4
S
Option Sensitivity Case
NPV NPV
EIRR (in EIRR (in
(in (in
%) %)
million million
Rs.) Rs.)
Base Case 0 19199 30.31 2788.5 14.1
Sensitivity 1 18041 27.51 1362.6 12.9
With time
Sensitivity 2 15147 27.1 943.3 12.8
Sensitivity 3 13989 24.56 -ve 11.7
Base Case 0 19199 30.31 2788.5 14.1
Sensitivity 1 18041 27.51 1362.6 12.9
Without time
Sensitivity 2 15147 27.1 943.3 12.8
Sensitivity 3 13989 24.56 -ve 11.7

11.2. Financial analysis

11.2.1. Potential for toll revenue

The projected tollable traffic basis traffic survey and forecasts at the <xx> toll plazas
suggested in year <xx> is given below

Table 30: Tollable traffic on project stretch

356
1 @ Chainage 45.000
Toll Plaza 2
1

357
Traffic type Total Tollable
Bicycle 47 0
2 Wheeler 3320 0
3 Wheeler 32 0
Tractor 24 0
Tractor with Trailer 389 385
2 Axle SCV 436 386
LMV 2 axle 3561 3545
LCV 2 Axle 577 603
2 Axle Truck or Bus 908 800
3 Axle Truck or Bus 1142 1062
Multi Axle Vehicles
2033 1962
MAV
Oversized Vehicle
2 1
OSV
Earth Moving
0 0
Equipment
AADT (in vehicles) 12471 6500

11.2.2. Results of financial analysis

With the most likely traffic scenario and assumed costs of construction, maintenance,
financing and tolling over the period of the project, the return on equity at various periods of
concession was calculated. Equity IRR for this project will pass <15%> in year <x> of this project,
hence it <is/is not> possible to bid the project

358
Figure 5: Equity IRR with increasing concession period for project road

359
12. Execution plan

In consultation with HGCL , it is proposed to complete the proosed project road in a period
of <xx> months. Planning for the project packaging, bidding process and construction was
conducted as a part of this project.

12.1. Packaging

Given the length of the project, the entire project is planned to be bid out in <xx> packages
with <yy> packages.

<include table of package details if more than 1 package>

12.2. Bidding mode and timelines

The authority has proposed to initiate bidding of the project under <bot/epc/ham> mode
<with a grant/premium of xx %>. The tentative timeline for this is:

 Submission of bid documents to authority dd/mmm/yyyy


 Review and finalization of documents dd/mmm/yyyy
 Launch of tender dd/mmm/yyyy
 Tender close date dd/mmm/yyyy
 Tentative date for award of project dd/mmm/yyyy

12.3. Construction time and planning

Upon reviewing the improvements planned and in consultation with HGCL , the design and
construction period for this project has been arrived at <xx> months from the date of appointment
of the contractor/concessionaire. To enable this construction schedule, a detailed construction plan
and timeline has been included in the detailed project report. This also includes a traffic
management and lane closure plan for the period of construction.

360
13. Conclusions and recommendation

The <expansion/rehabilitation> of the project road from <source> to <destination>,


chainage <a> to <b> on NH <x> in the states of <state 1, state 2> to <n> lane configuration is
recommended for implementation by HGCL as the project is likely to <1 line justification/ need of
project: provide much needed connectivity/improve connectivity/provide higher level of
service/rehabilitate the road etc, is needed urgently>.

The project as envisaged is economically viable with an estimated EIRR >12%. The
project with a 30 year concession period is expected to return an equity IRR of <xx%> with
<yy%> <grant/premium> and is hence recommended for implementation in the
<BOT/EPC/HAM> mode.

Table 31: Salient features and key financial aspects of the project road a

Project road
Project road length Xx km
Connecting <origin>- <destination>
On national highway NH No
Proposed features Current road Proposed
Lanes 2 4
Bypasses proposed - 5
Major junctions 5 5
Minor Junctions 18 18
Grade separated interchanges 1 4
Major Bridges 4 6
Minor Bridges 19 21
ROBs 1 3
Culverts 120 200
Vehicle/Pedestrian under/overpasses 16 25
Service roads (kms) 14 32
Slip roads (kms) 8 9
Toll plazas (no) - 2
Bus bays (no) 4 15
Truck lay-byes (no) 2 8
Rest areas (no) 2 6
Financial implications INR Cr/%
Total capital cost 1595
Total project cost 1486
Civil construction cost (incl. contingency) 1249
Preconstruction expenses 110

361
Land acquisition 40
Utilities shifting 30
Rehabilitiation and resettlement costs 20
Other pre-construction expenses 20
Implementation mode proposed BOT (Toll)
Total project cost 1486
Concession period 18 years
<Authority> support (Grant/Premium) 18%
Estimated NPV 50
Project IRR 12%
Equity IRR 15%

362
Enclosure- V

Empanelment Criteria for Geotechnical Investigation Agencies


A. For Normal Highway Projects the testing agency should have the following:
1. NABL Accreditation: In-situ & Laboratory Testing
(i) Site & Laboratory testing agency shall in-house equipment’s & testing laboratory holding valid
NABL accreditation under ISO 17025: 2017 for the following:

Discipline Product/Material Specific Test Performed Test


of test method
In-Situ Soil Drilling in Soil Standard Penetration Test (SPT) by IS 2131:
Automatic and Manual method 1981

(ii) Site & Laboratory testing agency shall in-house equipment’s & testing laboratory holding valid
NABL accreditation under ISO 17025: 2017 for at least 80% (i.e 24 no.s out of 30) testing
parameters of soil & rock as mentioned below:
S Disciplin Product/Mat Specific Test Performed Test method
No. e erial of test
1 Mechanic Soil Atterberg's Limit IS 2720 (Part 5) 1985 RA: 2020 &
al 2021

2 Mechanic Soil California Bearing Ratio IS 2720 (Part 16) 1987 RA: 2021
al (CBR)
3 Mechanic Soil Triaxial Shear test IS 2720 (Part 12) 1981 RA: 2021
al
4 Mechanic Soil Direct Shear Test IS 2720 (Part 13) 1986 RA: 2021
al
5 Mechanic Soil Consolidation Test IS 2720 (Part 15) 1965 RA:2021
al
6 Mechanic Soil Free Swell Index IS 2720 (Part 40) 1977 RA:2021
al
7 Mechanic Soil Grain Size Analysis IS 2720 (Part 4) 1985 RA: 2020
al (Hydrometer)
8 Mechanic Soil Grain Size Analysis/Sieve IS 2720 (Part 4) 1985 RA: 2020
al Analysis
Standard/ Modified Proctor IS 2720 (Part 7) 1980 RA: 2021
9 Mechanic Soil Compaction (OMC/MDD) /IS 2720 (Part 8) 1983 RA: 2020
al
10 Mechanic Soil Permeability test IS 2720 (Part 17) 1986 RA:2021
al
11 Mechanic Soil Specific Gravity IS 2720 (Part 3) 1980 RA: 2021
al
12 Mechanic Soil Swelling Pressure IS 2720 (Part 41) 1977 RA:2021
al
13 Mechanic Soil Unconfined Compressive IS 2720 (Part X) 1991 RA: 2020
al Strength
14 Mechanic Soil Water Content IS 2720 (Part 2) 1973 RA: 2020
al
15 Chemical Soil Chloride BS 1377 (Part 3) 2018
16 Chemical Soil pH Value IS 2720 (Part 26) 1987 RA: 2021
17 Chemical Soil Soluble Sulphate IS 2720 (Part 27) 1977, RA:2022

363
18 Mechanic Rock Bulk Density of Rock IS 13030 1991 RA: 2016
al
19 Mechanic Rock Geological Classification of IS 4464: 2020
al Rock
20 Mechanic Rock Modulus of Elasticity IS 9221 1979 RA: 2016
al
21 Mechanic Rock Point Load Strength Index IS 8764 1998 RA: 2019
al
22 Mechanic Rock Poisson's Ratio IS 9221 1979 RA: 2016
al
23 Mechanic Rock Porosity IS 13030 1991 RA: 2016
al
24 Mechanic Rock Relative Density IS 13030 1991 RA: 2016
al
25 Mechanic Rock Unconfined Compressive IS 9143 1979 RA: 2016
al Strength
26 Mechanic Rock Water Content/Absorption IS 13030 1991 RA: 2016
al
27 Mechanic Rock Slake Durability Test IS 10050 1981 RA: 2016
al
28 Chemical Water pH value IS 3025 (Part 11) 2022
29 Chemical Water Chloride (Cl) IS 3025 (Part 32) 1988 RA: 2019
30 Chemical Water Sulphate (as SO3) IS 3025 (Part 24) Sec 1 (2022)

2. Ownership of field-testing equipment’s:


Bidder shall have ownership of minimum 10 Nos. in-house Hydraulic/ Rotary drilling rigs, 10 Nos.
power winch/shell & auger drilling rigs.
3. Technical Manpower on-roll:

S. No. Position Minimum Nos. Minimum Experience


Qualification
5 years in geotechnical investigation
work, testing and recommendations
1 Team Leader M.Tech (Geotech) 1
/advisory services.
5 years in geotechnical investigation
Graduate in Civil
works for Graduate in Civil Engg
Engg or Diploma/ITI
2 Lab In charge 1 10 years in geotechnical investigation
in Civil Engg
works for Diploma/ITI Holders in Civil
Engg
Site-In charge
(Project Graduate in Civil 10 years in geotechnical investigation
3 1
Manager) Engg works.
Graduate/Diploma 02 years in geotechnical
Civil Engineer/
Site
/ITI in Civil investigation work.
4 Engg/M.sc in 3
Supervisor/Geolo
Geology (for
gis ts
Geologists)

B.For Highway Projects in Hilly/Mountainous Area the testing agency should fulfil

364
the following requirements in addition to all eligibility requirement for Normal Highway
Projects:

1. NABL Accreditation: In-situ & Laboratory Testing

(i)In addition to requirement for normal highway projects the Site & Laboratory testing agency shall
in-house equipment’s & testing laboratory holding valid NABL accreditation under ISO 17025:
2017 for at least 80% (9 No.s out of 11) of the following tests:

S Disciplin Product/ Specific Test Performed Test method


No. e Material of
test
1. Mechanic Rock Bulk Density of Rock IS 13030 1991 RA: 2016
al
2. Mechanic Rock Geological Classification of Rock IS 4464: 2020
al
3. Mechanic Rock Modulus of Elasticity IS 9221 1979 RA: 2016
al
4. Mechanic Rock Point Load Strength Index IS 8764 1998 RA: 2019
al
5. Mechanic Rock Poisson's Ratio IS 9221 1979 RA: 2016
al
6. Mechanic Rock Porosity IS 13030 1991 RA: 2016
al
7. Mechanic Rock Relative Density IS 13030 1991 RA: 2016
al
8. Mechanic Rock Unconfined Compressive Strength IS 9143 1979 RA: 2016
al
9. Mechanic Rock Water Content/Absorption IS 13030 1991 RA: 2016
al
10. Mechanic Rock Slake Durability Test IS 10050 1981 RA: 2016
al
11. Mechanic Rock Brazilian Tensile Test IS 10082 1981 RA: 2016
al

2. Work Experience: The testing agency should have carried out geotechnical investigation for a
cumulative of 10 kms of Highway/Railway projects in hilly/mountainous areas.
3. Technical Manpower on-roll:

Position Minimum Nos. Minimum Experience


Qualification
Geologist M.sc in Geology 1 5 years in geotechnical investigation work
(To oversee investigation work with suitable
geological description & strata details).
For Highway Projects in Tunnel Projects the testing agency should fulfil the following
requirements in addition to all eligibility requirement for Highway Projects in
Hilly/Mountainous Area:
1. 4.NABL Accreditation: In-situ & Laboratory Testing
(i) In addition to requirement for normal highway projects and projects in

365
hilly/mountainous area the Site & Laboratory testing agency shall in-house equipment’s & testing
laboratory holding valid NABL accreditation under ISO 17025: 2017 for all of the following tests:
S Disciplin Product/ Specific Test Performed Test method
No. e Material of
test
1. Mechanic Rock Cerchar Abrasivity Index test ASTM-D (7625): 2010
al
2. Mechanic Rock Pressure Meter Test (Menard IS 1892
al Method)
3. Mechanic Rock Pressure Meter test (OYO Method) IS 12955 (Part 2)
al
4. Mechanic Rock Insitu Permeability Test in Rock IS 5529 (Part 2)
al

.5.Work Experience: The testing agency should have carried out geotechnical investigation for a
cumulative of at least 500 m of tunnels for Highway/Railway with minimum tunnel length of 100m
of individual project.

C. The scope of work for geotechnical investigation agencies:


1. Mobilization and de-mobilization of Drilling Rigs and all other required equipments, tools &
tackles for carrying out investigation work on-land/in-water investigations.
2. Drilling in Soil, Standard Penetration Test (SPT-NABL accredited) and UDS according to the
respective Indian Standard Code. Drilling in rock to be done only by either double/Triple tube core
barrel.
3. Shifting from one structure/borehole to other and set up of rigs and manpower along with other
tools.
4. Conducting All 18 NABL accredited Laboratory test of soil listed in eligibility according to the
respective Indian Standard Code.
5. Conducting All 10 NABL accredited Laboratory test of rock listed in eligibility according to the
respective Indian Standard Code. For hill/mountain projects Brazilian Tensile Test shall also be
conducted. For tunnel projects Cerchar Abrasivity Index test, Pressure Meter Test (Menard
Method), Pressure Meter test (OYO Method) & InsituPermeability Test in Rock shall also be
conducted.
6. All tests are to be conducted in frequency as specified in the RFP.
7. All Preparation and Submission of report with recommendation of type of foundation and
allowable bearing pressures for the soil/rock at various depths.

.D. The BOQ are as under

Rate*
S.No. Item Unit Quantity
(INR.)
1 Sub-Soil Investigation (Boring)

366
Drilling of borehole in all type of soil up to required To be decided 1500
depth from EGL and conducting Standard Penetration as per
test at 1.50 mtr interval or every change of strata as per Annexure-A
a Per Meter
IS: 2131-1981 including collection of disturbed /
undisturbed soil samples at every 3.0 mtr Intervals and
Recording depth of ground water
table.
Drilling of NX size borehole using Double/Triple tube To be decided 3000
b Per Meter
core barrel with diamond core bit in all type of Rock as per
(CR>0%) Annexure-A

Additional investigation for Hill Roads are as under:

Quantity Rate*
S Item Unit
No. (INR.)
1. Field test according to the Indian
standards codes/ASTM
a Conducting Petrography of rock Nos. To be decided 5,000
as per
Annexure-A
b Geological Mapping (SRT): 1 test at 115 m Nos. To be decided 75,000
length as per
Annexure-A
3. Slope stability analysis lumpsum 5,00,000

367
Additional investigation for Tunnel Projects are as under:
Unit Quantity Rate*
S Item
(INR.)
No.
1. Field test according to the Indian standards
codes/ASTM
a Conducting Pressure meter test in soil (Menard Nos. To be decided as per 15,000
type) Annexure-A
b Conducting Pressure meter test in rock (OYO type) Nos. To be decided as per 20,000
Annexure-A
c Conducting Petrography of rock Nos. To be decided as 5,000
per Annexure-A
d Conducting Cerchar Abrasivity test Nos. To be decided as 1,000
per Annexure-A
e Geophysical Investigation
i Seismic Refraction test (SRT): 1 test at 115 m Nos. To be decided as per 75,000
length Annexure-A
Cross hole seismic test (CHST): up to 30 m To be decided as per
ii Nos. 3,50,000
including drilling of 3 bore holes Annexure-A
f Insitu Permeability test Nos. To be decided as per 7,500
Annexure-A
3 Slope stability analysis lumpsum 5,00,000

Note*: All rates to be reviewed by Technical Divisions before issue of tender

Annexure-A to Enclosure-V

Quantity Estimation for testing


(I) For Normal Highway Projects as well as Projects in Hilly/Mountainous Regions

Type Span Guideli No. of Boreholes Termination Criteria (m)


of length ne for
Struct No of
ure Borehol
es

Case 1 Case 2 Rock Strata Maximum


Combined Bore
Hole Depth not to
Exceed

368
Soil Soft
Abutm
Intermed Open Soil Roc Soft Hard
ent Open Pile
iate/ Pier Foundat Pile k Rock Rock
/ Foundat Foundati
Location ion Foundation Ope Pile (RQ
Appro ion on
(Refusal n Found D
ach Encount Fou ation >75
Locati ered at nda %)
on shallow tion
depth
upto 10
m)
15-30m one 1 - 20 40 5 15 3 20 40
borehole
MJBR on one
/ abutment
MN location
BR one
30m- borehole 1 1 - 40 - 15 3 - 40
60m on one
abutment
location
and one
borehole
on
one
intermedi
ate pier
location
Great borehole 2 1* - 40 - 15 3 - 40
er on each
than abutment
60m and each
pier
location.
15-30m one - 1 20 40 5 15 3 20 40
borehole
on
intermedi
Flyove ate
r / ROB section
/ RUB two 4 - 20 - 5 - 3 20 -
borehole
on each
approach
side
one
borehole 1 1 20 40 5 15 3 20 40
30m-
60m on one
abutment
location
and one
borehole
on one
intermedi
ate pier
location
two 4 - 20 - 5 - 3 20 -
borehole
on each
approach
side
Great borehole 2 1* - 40 - 15 3 - 40
er on each
than abutment
60m and each

369
pier
location.
two 4 - 20 - 5 - 3 20 -
borehole
on each
approach
side
1*12*4. one - 1 20 - 5 - 3 20 -
5 borehole
on
intermedi
ate
section
1*12*5. one - 1 20 - 5 - 3 20 -
5 borehole
on
intermedi
ate
section
VUP one 2 - 20 - 5 - 3 20 -
borehol e
on each
approac
h side

1*20*4. one - 1 20 30 5 - 3 20 30
5 borehole
on
interme
diate
section
one 2 - 20 - 5 - 3 20 -
borehol e
on each
approac
h side

1.20*5.. one - 1 20 30 5 - 3 20 30
5 borehole
on
interme
diate
section
two 4 - 20 - 5 - 3 20 -
borehole
on each
approach
side
Culvert Size as one trial Trial pit 1 / culvert
per IRC pit 15 20 5 3 15 -
SP
13:2004
height< Trial Pit 1 Trial Pit / km
6m at each
Emban km
k ment 1.5 x Embankment height or up to the rock strata which is earlier
along
road height> 1 Bore 1 Bore hole / km
portio 6m hole at
n each km

NOTE:- 1). * depends on the number of piers in the structure


2). Refusal in soil strata as N>100.
3). Case 1:-In case, only soil Strata encountered and open foundation recommended.
4). Case 2 :- In case, only soil Strata encountered and pile foundation recommended.
5). Maximum Borehole depth in case of Open foundation: -Depth of soil + 5 m in soft rock or 3m in hard rock or
limiting to maximum borehole depth as mentioned in case 1.
6). Maximum Borehole depth in case of Pile foundation:-Depth of soil + 15 m in soft rock or 3m in hard rock or
limiting to maximum borehole depth as mentioned in case 2.

370
7). Above guidelines as per clause no. 3.2 of IRC-78:2014 & clause no. 1102.1 of MORTH 5th revision

Strata Classification
Soil Drilling in all type of soils, Core
Recovery upto 0%
Soft Rock Drilling in weathered rock, Core
Recovery > 0%; and 0<RQD<75%
Hard Rock Drilling in rock - RQD >75%

(II) For tunnels:

S Type of Nos. Depth of Bore hole


No. tunnel
1 Length < 1 1 borehole at each 1.5 times of the
km portal and 1 bore diameter below tunnel
hole in center invert level
2 Length > 1 1 borehole at each portal, 1 borehole in center and
km Intermediate boreholes at every 1 km

371
APPENDIX - IX
Format for EMD

BANK GUARANTEE FORMAT FOR BID SECURITY

(To be stamped in accordance with Stamp Act if any, of the country of issuing bank)Ref.:

Tender No. , dated

Bank Guarantee: Date:

WHEREAS, (Name of Bidder) (hereinafter called "the bidder") has submitted his
bid dated (date) for the Tender No. , dated
…………….. (hereinafter called "the Bid". KNOW ALL MEN by these presents that We,
[Name of Bank] of [Name of Country] having our registered office at
(hereinafter called "the Bank") are bound unto [name of employer]
(hereinafter called "the Employer") in the sum of Rs. 5,00,000/- (Rupees Five Lakhs only)
for which payment will and truly to be made to the said employer the bank binds himself, his
successors and assigns by these presents. SEALED with the Common Seal of the said Bank this
day of 2023.

THE CONDITIONS of this obligation are:

1. If the Bidder withdraws his Bid during the period of bid validity specified in the Bid
document; or

2. If the Bidder does not accept the correction of arithmetical errors of his Bid Price in
accordancewith the Instructions to Bidder; or

3. If the Bidder having been notified of the acceptance of his Bid by the Employer during
the periodof bid validity,

a. fails or refuses to execute the Form of Agreement in accordance with the


Instructions to Bidders, if required; or
b. fails or refuses to furnish the Performance Security, in accordance with the letter
of invitation, we undertake to pay the Employer up to the above amount upon
receipt of his first written demand, without the Employer having to substantiate
his demand, provided that in his demand the Employer will note that the amount
claimed by him is due to him owing to the occurrence of one or any of the
conditions, specifying the occurred condition or conditions.

The guarantor/bank hereby confirms that it is on the SFMS (Structural Finance Messaging
System) platform & shall invariably send an advice of this Bank Guarantee to the designated
bank having following details:

Name of Beneficiary : Hyderabad Growth Corridor Limited


Bank : State Bank of India
Account Number : 00000062017194053
IFSC Code : SBIN0020454

This Guarantee will remain in force up to and including the date 150 (one hundred and fifty)
days after the deadline for submission of bids as such deadline is stated in the Instructions to
Bidders or as it may be extended by the Employer, notice of which extension(s) to the Bank is
372
hereby waived. Any demand in respect of this Guarantee shouldreach the Bank not later than
the above date.

Notwithstanding anything contained herein before, our liability under this guarantee is
restricted toRs.5,00,000/- (Rs. Five Lacs only) and the guarantee shall remainvalid till .

Unless a claim or a demand in writing is made upon us on or before .all our


liability under this guarantee shall ceaseDATE

SIGNATURE OF THE BANK SEAL OF THE BANK


SIGNATURE OF THE WITNESS

Name and Address of the Witness _

The bank guarantee shall be issued by a bank (Nationalized/Scheduled) located in India

373

You might also like