Tuting-Muirbe-Bame Road Consultancy RFP
Tuting-Muirbe-Bame Road Consultancy RFP
(RFP)
SEP 2023
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 2
INDEX
4. All the bidders registered on Infracon shall form a Team on Infracon and
which would be assigned unique Infracon Team ID. Bidders while
submitting the proposal shall quote the Infracon Team ID.
6. The following two Independent External Monitors (IEMs) have been appointed
by MoD:
(i) Shri Sudhir Bhargava, IAS (Retd)
(ii) Shri Vikram Srivastava, IPS (Retd)
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 4
Yours sincerely,
xxxxxSdxxxx
(Raj Kumar)
SE (Civ)
Dir (EPC)
For Chief Engineer
Project Brahmank
NIT No. 90121/BMK/DPR/T-M-B/2023-24/ /EPC Cell
Dated: ___ Sep 2023
Headquarters
Chief Engineer
Project Brahmank
C/O 99 APO
Tel: 0368-2222124
Mobile No. 94120 55688 (Director EPC)
Email: [email protected]
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 5
Letter of Invitation (LOI)
90121/BMK/T-M-B/EPC Cell Dated:
Dear Sir,
The <Border Roads Organisation (BRO)> has been entrusted with the assignment of
“CONSULTANCY SERVICES FOR FEASIBILITY STUDY, PREPARATION OF
DETAILED PROJECT REPORT(DPR) AND PROVIDING PRECONSTRUCTION
SERVICES IN RESPECT OF TUTING-MUIRBE-BAME ROAD (INDICATIVE
LENGTH 72.0 KM) GREEN FIELD ALIGNMENT FOR CONSTRUCTION AND
UPGRADATION TO NHSL SPECIFICATION UNDER 1448 BCC/761 BRTF IN
AOR OF (P) BRAHMANK”
1.1 <BRO> now invites proposal from Technical consultants for carrying out
detailed project report as per details given in Annexure-1.
1.2 A brief description of the assignment and its objectives are given in the
Appendix-I, “Terms of Reference”.
1.3 The <BRO> 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 proposals for more than one
package. However, a Consultant is not allowed to bid for a package with more than one
team. For the sake of clarity, it is mentioned that one consultant cannot submit two
proposals/ bids for the same package. A consultant (either as sole or as in
JV/Association) can be awarded only upto 2 packages. A Consultant with “a Particular
Team” may submit only one “proof of eligibility (Part 1)” and “Technical Proposal
(Part II)” for any number of packages applied for by them. However, the packages for
which a Consultant with “a Particular Team” applies should be clearly mentioned.
Financial proposal for each package are to be submitted separately. Financial proposal
are only to be submitted online and no hard copy of the financial proposal should be
submitted. The most preferred bidder (H-1) for each package would be determined on
the basis of Quality and Cost as mentioned in the RFP. Award of work to a Consultant
with “a Particular Team” either as sole or as in JV/Association shall be limited to one
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 6
package only. Joint venture shall not have more than two firms.
In case, a Consultant with “a Particular Team” turns out to be the most preferred bidder
(H-1) in more than one package, the package which is to be awarded to this Consultant
with “a Particular Team” shall be determined on the basis of least cost to <BRO>
considering the financial quote of H-1 bidder and H-2 bidder limited to those
packages,
which shall be worked out as per the procedure given in the RFP. The consultants are
hereby invited to submit proposals in the manner prescribed in the RFP.
1.5 To obtain first hand information on the assignment and on the local conditions,
the consultants are encouraged to pay a visit to the client, local State PWDs and the
project site before submitting a proposal and attend a pre-proposal conference. They
must fully inform themselves of local and site conditions and take them into account in
preparing the proposal.
1.6 Financial Proposals will be opened only for the firms found to be eligible and
scoring qualifying marks in accordance with Para 5 hereof. The consultancy services
will be awarded to the highest ranking consultant on the basis of Quality and Cost.
1.7 Please note that (i) costs of preparing the proposal and of negotiating the
contract, including visits to the Client, etc., are not reimbursable as a direct cost of the
assignment; and (ii) Client is not bound to accept any of the proposals submitted and
reserve the right to reject any or all proposals without assigning any reasons.
1.8.3 In case of Joint venture, one of the firms which preferably have relatively
higher experience will act as the lead firm representing the Joint Venture. The duties,
responsibilities and powers of such lead firm shall be specifically included in the MOU
/agreement. It is expected that the lead partner would be authorized to incur liabilities
and to receive instructions and payments for and on behalf of the Joint Venture.
Payment to be made to the JV can also be made to the account of the JV. For a JV to be
eligible for bidding, the experience of lead partner and other partner should be as
indicated in data sheet.
1.8.4 A firm can bid for a project either as a sole consultant or in the form of joint
venture with other consultant or in association with any other consultant. However,
alternative proposals i.e. one as sole or in JV with other consultant and another in
association / JV with any other consultant for the same package will be summarily
rejected. In such cases, all the involved proposals shall be rejected.
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 the <BRO> any other
right or remedy hereunder or in law or otherwise, the Applicant shall be debarred
from participating in the future projects of the <BRO> 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.
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 8
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 09 Oct 2023 upto 1100 Hrs. Any request for clarification in writing or by
telefax/e-mail must be sent to the Client’s address indicated in the Data Sheet. The
Client will upload replies to pre-bid queries on its website.
2.3 At any time before the submission of proposals, the Client may, for any reason,
whether at its own initiative or in response to a clarification requested by a Consulting
firm, modify the Documents by amendment or corrigendum. The amendment will be
uploaded on <BRO> website. The Client may at its discretion extend the deadline for
the submission of proposals and the same shall also be uploaded on
https://defproc.gov.in website.
3. Preparation of Proposal
3.1.1 The minimum essential requirement in respect of eligibility has been indicated in
the Data Sheet. The proposal found deficient in any respect of these requirements will
not be considered for further evaluation. The following documents must be furnished in
support of proof of eligibility as per Formats given in Appendix-II:
3.1.2 The minimum essential requirement in respect of eligibility has been indicated in
the data sheet, the proposal found deficient in any respect of these requirements will not
be considered for further evaluation.
3.2.1 You are expected to examine all terms and instructions included in the
Documents. Failure to provide all requested information will be at your own risk and
may result in rejection of your proposal.
3.2.2 During preparation of the technical proposal, you must give particular attention to
the following:
3.2.3 The technical proposal shall be submitted strictly in the Formats given in
Appendix- III and shall comprise of following documents:
i. Forwarding letter for Technical proposal duly signed by the authorized person on
behalf of the bidder, as in Form-T-1
ii. Details of projects for which Technical and Financial Proposals have been
submitted by a Consultant with a particular Team as in Form-T-2
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 10
iii. Firm’s references - Relevant Services carried out in the last seven years as per Form-
E2/T-3. This information submitted as part of Proof of Eligibility shall be evaluated and
need not be submitted again as a part of the Technical proposal.
The above details are to be submitted through INFRACON only.
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, access control, rehabilitation of existing road, drainage and
utilities, d) adoption of superior technology along with proof: limited to six A4 size pages
in 1.5 space and 12 font including photographs, if any for items a to c, (Form-T- 6) and
information in Form-T-8 (as covered in para viii below) for item d
vii. The proposal should clearly identify and mention the details of Material Testing lab
facilities to be used by the Consultants for the project (Form-T-7). In this connection, the
proposals of the Consultants to use in-house lab facilities up to a distance of maximum 400
km from the project site being feasible would be accepted. For all other cases suitable
nearby material Testing Laboratory shall be proposed before Contract Agreement is
executed.
viii. The proposal shall indicate as to whether the firm is having the facilities for
carrying out the following field activities or these are proposed to be outsourced to
specialized agencies in the Form- T-8.
(a). Pavement Investigation
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
[Team Leader cum Senior Bridge Engineer, Highway cum Pavement Engineer,
Bridge/Structural Engineer & Material cum Geo-Technical Engineer-Geologist in case
of Standalone Bridge Project]
[Team Leader cum Senior Tunnel Expert, Tunnel Design Expert, Senior Geo-
Physicist & Senior Geotechnical Engineer in case Standalone Tunnel Project].
For remaining key personnel’s, the CVs need to be submitted for approval prior to
signing of contract.
(i) The CVs of the four key personnel as mentioned in para 3.2.3 (x) above in the
format as per Form T-10 is to be furnished on Infracon portal. It may please be
ensured that the format is strictly followed and the information furnished therein is
true and correct. The CV must indicate the work in hand and the duration till which
the person will be required to be engaged in that assignment. The Firm shall ensure
that details furnished in the CV by the personnel are correct. If any information is
found incorrect, at any stage, action including termination and debarment from future
<Agency> projects for a minimum period of 2 years may be taken by <Agency> 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 opening of Financial Proposals.
(iii) [Team Leader, Highway cum Pavement Engineer, Senior Bridge Engineer,
Geotechnical cum material engineer Senior Survey Engineer, Tunnel design Expert,
1
Senior Geotechnical Engineer and Senior Geo Physicist] should be vailable 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.
(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.
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 12
(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 <BRO>.
(vii) Age limit for supporting staff to be deployed on project is 65 years as on the
date of bid submission.
(ix) Photo, contact address and phone/mobile number of key personnel should be
furnished in the CV.
(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 <BRO> . 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).
3.2.5 The technical proposal must not include any financial information.
3.3.1 The Financial proposal should include the costs associated with the assignment.
These shall normally cover: remuneration for staff (foreign and local, in the field,
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 13
office etc.), accommodation, transportation, equipment, printing of documents,
surveys, geotechnical investigations etc. This cost should be broken down into foreign
and local costs. Your financial proposal should be prepared strictly using, the formats
attached in Appendix – IV. Your financial proposal should clearly indicate the amount
asked for by you without any assumptions of conditions attached to such amounts.
Conditional offer or the proposal not furnished in the format attached in Appendix-IV
shall be considered non- responsive and is liable to be rejected.
3.3.2 The financial proposal shall take into account all types of the tax liabilities and
cost of insurance specified in the Data Sheet.
3.3.3 Costs shall be expressed in Indian Rupees in case of domestic as well as for
foreign Consultant. The payments shall be made in Indian Rupees by the
<BRO> and the Consultant themselves would be required to obtain foreign
currency to the extent quoted and accepted by <BRO>. Rate for foreign
exchange for payment shall be at the rate established by RBI applicable at the
time of making each payment installment on items involving actual transaction
in foreign currency. No compensation done to fluctuation of currency exchange
rate shall be made.
3.3.4 Consultants are required to charge only rental of equipments / software(s) use
so as to economize in their financial bid.
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 <BRO> 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 eligbility and Technical Proposal online separately for
each package. Financial proposal for each package are to be submitted separately. Financial
proposal are only to be submitted online and no hard copy of the financial proposal should be
submitted.
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 Proof of Eligibility and Technical Proposal online separately for each package. Financial
proposal for each package are to be submitted separately. Financial proposal are only to be
submitted online and no hard copy of the financial proposal should be submitted.
4.3 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.
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 14
4.4 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.
4.5 Your proposal must be valid for the number of days stated in the Data Sheet from the
closing date of submission of proposal.
5 Proposal Evaluation
In the second stage the Technical proposal shall be evaluated as per the detailed
evaluation criteria given in Data Sheet.
Technical Proposal .The technical proposal should score at least 75 points out of
100 to be considered for financial evaluation. The CV of the proposed Team
Leader should score at least 75 % marks otherwise the entire proposal shall be
considered to have failed in the evaluation of Technical Proposals and shall not be
considered for opening of Financial Proposals.
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 15
5.3 Stage III- Evaluation of Financial Proposal
5.3.1 In case for a particular package, only one firm is eligible for opening of
Financial Proposals, the Financial Proposal shall not be opened, the bids for that
package shall be cancelled and <BRO> shall invite fresh bids for this package. For
financial evaluation, total cost of financial proposal excluding Goods & Service Tax
shall be considered. Goods & Service Tax shall be payable extra.
5.3.2 The evaluation committee will determine whether the financial proposals
are complete (i.e. whether they have included cost of all items of the corresponding
proposals; if not, then their cost will be considered as NIL but the consultant shall
however be required to carry out such obligations without any compensation. In case,
if client feels that the work cannot be carried out within overall cost of financial
proposal, the proposal can be rejected. The client shall correct any computational
errors and correct prices in various currencies to the single currency specified in Data
Sheet. The evaluation shall exclude those taxes, duties, fees, levies and other charges
imposed under the applicable law & applied to foreign components/ resident
consultants.
5.3.3 For a package, the procedure as mentioned at Clauses 5.3.4, 5.4 and, 5.5 as
mentioned below shall be followed for determining the “most preferred bidder (H-1
bidder)” for this package.
5.3.4 The lowest financial proposal (FM) will be given a financial score (SF) of
100 points. The financial scores of other proposals will be computed as follows:
SF = 100xFM/F
(SF = Financial Score, FM= Amount of lowest bid, F= Amount of financial proposal
converted in the common currency)
5.4 Combined evaluation of Technical and Financial Proposals.
Proposals will finally be ranked according to their combined technical (ST) and
Financial (SF) scores using the weights indicated in the Data Sheet:
S= STxT + SFxf
Where,
S= Combined Score,
ST= Technical Score out of 100 SF= Financial Score out of 100
T and f are values of weightage for technical and financial proposals respectively as
given in the Data Sheet.
5.5 Most Preferred Bidder (H-1).
For a particular package, a Consultant with a “particular Team” having the maximum
Combined score (S) shall be declared as the most preferred bidder (H-1).
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 16
5.6 In case work has to be awarded for multiple packages, award of work to a Consultant with “a
Particular Team” either as sole or as in JV/Association shall be limited to one package only.
At first, Consultants who become H-1 in one package each shall be assigned the respective
package. Then packages in which a Consultant with “a Particular Team” turns out to be the
most preferred bidder (H-1) in more than one package shall be considered. In case, a
Consultant with “a Particular Team” turns out to be the most preferred bidder (H-1) in more
than one package, the package which is to be awarded to this team of a consultant shall be
determined on the basis of least cost to <BRO> considering the Financial Quote of H-1
bidder and H-2 Bidder limited to those packages. Procedure to be followed for awarding
work based on QCBS including assessment of least cost to <BRO> under special
circumstances i.e. When a Consultant with “a Particular Team” turns out to be the most
preferred bidder (H-1) in more than one package is given at given at Annex-II.
6. Performance Security
6.1 The consultant will furnish within 15 days of the issue of Letter of Acceptance (LOA), an
unconditional Bank Guarantee equivalent to 03% of the total contract value from a
Nationalized Bank, IDBI or ICICI/ ICICI Bank/ Foreign Bank/ EXIM Bank / Any Scheduled
Commercial Bank approved by RBI having a net worth of not less than Rs.1000 crore as per
latest Annual Report of the Bank. In the case of a Foreign Bank (issued by a Branch in India)
the net worth in respect of Indian operations shall only be taken into account. In case of
Foreign Bank, the BG issued by Foreign Bank should be counter guaranteed by any
Nationalized Bank in India. In case of JV, the BG shall be furnished on behalf of the JV or
by the lead member of the JVs for an amount equivalent to 03% 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 upon expiry of 3 years beyond the date of
completion of services, or end of civil works contract, whichever earlier, provided
rectification of errors if any, found during implementation of the contract for civil work
and satisfactory report by <BRO> in this regard is issued. However, if contract is
foreclosed / terminated by <BRO> at Inception Stage, with no fault of Consultant,
Performance Security shall be released within three months from date of
foreclosure/termination.
6.2 Further, in case where the bid of the successful consulting firm is less than 85% of
the average of all bids received, the successful consulting firm shall have to submit an
Additional Performance Security (APS) in the form of a Bank Guarantee for 30% of the
differential value between the successful bid and average of all the bids received. The BG
shall be valid for a period of [xx+2] months i.e. upto 2 months beyond the expiry of the
Contract of [xx] months. The other requirements of APS are same as those of Performance
Security.
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
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 17
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
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.
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, who qualified for opening the financial bid
ix) Final Score of qualified bidders
ix) Name of the bidders who is awarded the Contract
11 It is the <BRO> policy that the consultants observe the highest standard of ethics during
the selection and execution of such contracts. In pursuance of this policy, the <BRO>:
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 18
(a) Defines, for the purpose of this paragraph, the terms set forth below as follows:
(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the action of a public official in the selection process
or in contract execution;
(ii) “fraudulent practice” means a misrepresentation or omission of facts in order to influence
a selection process or the execution of a contract;
(iii) “collusive practices” means a scheme or arrangement between two or more consultants
with or without the knowledge of the Client, designed to establish prices at artificial, non-
competitive levels;
(iv) “coercive practices” means harming or threatening to harm, directly or indirectly, persons
or their property to influence their participation in a procurement process, or affect the execution
of a contract.
(b) will reject a proposal for award if it determines that the Consultant recommended for award
has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices
in competing for the contract in question;
(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent
practices in competing for, or in executing, a contract; and
(d) will have the right to require that a provision be included requiring consultants to permit
the Employer to inspect their 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,
Dir (EPC)
For Chief Engineer
Project Brahmank
Pasighat
Arunachal Pradesh
Pin-791102
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 19
ANNEX-1
A Consultant with a particular Team can apply for any number of packages with one team.
However, Award of work to a Consultant with “a Particular Team” either as sole or as in
JV/Association shall be limited to one package only. Following procedure shall be
followed for the selection of the most preferred bidder for the consultancy assignment:
1. At first, Consultants who become H-1 in one package each shall be assigned the
respective package. Then packages in which a Consultant with “a Particular Team”
turns out to be the most preferred bidder (H-1) in more than one package shall be
considered. In case, a Consultant with “a Particular Team” turns out to be the most
preferred bidder (H- 1) in more than one package, the package which is to be
awarded to this team of a consultant shall be determined on the basis of least cost to
<BRO> considering the Financial Quote of H-1 bidder and H-2 Bidder limited to
those packages which shall be worked out as per procedure illustrated with an
example as mentioned below.
2. Suppose there are 8 packages namely Package-1, Package-2, Package -3, Package-4,
Package -5, package -6, package-7 and Package-8 respectively. It is also assumed
that 10 consultants namely P, Q, R, S, T, U, V, W, X and Y has applied for these
packages. It is also assumed that three Consultants namely P, R and U has applied
with two Teams and the remaining Consultants have applied with only one team. It
is also assumed that the following is the position of various firms after opening of
the Financial proposals (and after arithmetic corrections if any of the Financial bids)
of the packages and after applying QCBS
H-1 H- H-3 H-4 H-5 H-6
2
Package Name of Consultants and Financial Quotes (Rs in
no. lakhs)
Package-1 P (team- Q W X T Y
1)
230 lakhs 200 240 220 200 lakhs 230 lakhs
lakhs lakhs lakhs
Package-2 V U(team- X P (team- T Y
1) 2)
240 lakhs 210 240 220 200 lakhs 230 lakhs
lakhs lakhs lakhs
Package-3 V P(team- U(tea R (team- X Y
1) m- 1) 2)
200 lakhs 230 250 230 220 lakhs 200 lakhs
lakhs lakhs lakhs
Package-4 R (team- T U P (team- Y X
1) (team- 2)
2)
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 21
250 lakhs
220 250 260 220 lakhs 245 lakhs
lakhs lakhs lakhs
Package-5 R (team- V S U(team- W T
1) 2)
220 lakhs 240 260 250 220 lakhs 240 lakhs
lakhs lakhs lakhs
Package-6 Q T S P (team- W U (team- 2)
2)
210 lakhs
240 250 220 200 lakhs 230 lakhs
lakhs lakhs lakhs
Package-7 R (team- U (team- Q S W Y
1) 1)
200 lakhs 220 240 255 230 lakhs 240 lakhs
lakhs lakhs lakhs
Package-8 V R(team- W S P (team-1) Y
1)
190 lakhs 250 220 240 255 lakhs 240 lakhs
lakhs lakhs lakhs
2.1 Step-1:
In this case, Consultants P (team-1) and Q are the H-1 in only one package each
namely package-1 and package-6 respectively. Consultant V is H-1 in 3 packages
namely Package-2, Package-3 and Package-8 respectively. Consultant R (team-1) is H-1
in 3 packages namely Package-4, Package-5 and Package-7 respectively. Since
Consultant P (team-1) is H-1 in Package-1 only and Consultant Qis H-1 in Package-6
only, Consultant P (team-1) shall be awarded Package-1 and Consultant Q shall be
awarded Package-6.
2.2 Step-2:
After Consultant P (team-1) is awarded Package-1 and Consultant Qis awarded Package-
6, the scenario for the remaining 6 packages is as given below .P (team1) and Q
occurring anywhere else stands deleted as they have already been awarded one work
each
H-1 H-2 H-3 H-4 H-5 H-6
Package No. Name of Consultants and Financial Quotes (Rs in
lakhs)
Package-2 V U(team- X P (team- T Y
1) 2)
240 210 240 lakhs 220 200 230
lakhs lakhs lakhs lakhs lakhs
Package-3 V U(team- R (team- X Y
1) 2)
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 22
200 250 230 lakhs 220 200
lakhs lakhs lakhs lakhs
Package-4 R T U (team- P (team- Y X
(team- 2) 2)
1)
250 220 250 lakhs 260 220 245
lakhs lakhs lakhs lakhs lakhs
Package-5 R V S U W T
(team- (team-
1) 2)
220 240 260 lakhs 250 220 240
lakhs lakhs lakhs lakhs lakhs
Package-7 R U S W Y
(team- (team-
1) 1)
200 220 255 lakhs 230 240
lakhs lakhs lakhs lakhs
Package-8 V R(team- W S Y
1)
190 250 220 lakhs 240 240
lakhs lakhs lakhs lakhs
Consultant V shall be awarded only one package out of the 3 packages for which it is H-1
namely Package-2, Package-3 and Package-8 respectively. Similarly Consultant R (team-1)
shall be awarded only one package out of the 3 packages for which it is H-1 namelyPackage-4,
Package5 and Package-7 respectively. The determination of package to be awarded to
Consultant V and Consultant R (team-1) shall be worked out in a single step (i.e. one at a time)
.New H-1 for the remaining packages (4 packages) shall be worked out only after determination
of packages to be awarded to the H-1 bidders at this stage [i.e. Consultant V and R (Team-1) in
the instant case] in one step . Determination of Package to be awarded to each of Consultant V
and Consultant R (team-1) shall be worked out as follows
(i) After the award of Package-1 to Consultant –P (team-1) and Package -6 to Consultant
– Q and also considering that a Consultant with a particular team can be awarded only one
work, the details of H-1 and H-2 / New H-2 in the remaining 6 packages are as mentioned
below .Since V is H-1 in more than one package and shall be awarded
one of these packages, V has been deleted from all other packages .Similarly, since
R(Team-1) in more than one package and shall be awarded one of these packages,
R (Team-1) has been deleted from all other packages
H- H-2 / New Remark
1 H-2 s
Package- V U(team-
2 1)
240 lakhs 210 lakhs
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 23
Package- V U(team- Since Consultant P (Team-1) is
3 1) awarded Package-1, Consultant U
200 lakhs 250 lakhs (team-1) becomes the new H-2
Package- R (team-1) T
4
250 lakhs 220 lakhs
Package- R (team-1) S
5
220 lakhs 260 lakhs
Package- R (team-1) U (team-
7 1)
200 lakhs 220 lakhs
Package- V W Consultant-R(team-1) has not been
8 considered as H-2 since Consultant –C
190 lakhs 220 lakhs
(team-1) is to be awarded one package
out of the packages 4,5 and 7 in
which it is H-1.
Hence Consultant – W is the new H-2
2.3 Step-3
(i) After the award of the above mentioned 4 packages namely, Package-1 to Consultant–P
(team-1), Package -6 to Consultant –Q, Package -3 to Consultant –V, Package -5 to
Consultant –R (team-1) and also considering that a Consultant with a particular team
can be awarded only one work, the details of new H-1 and New H-2 in the remaining 4
packages are as mentioned below
H-1 (New H-2 (NewRemarks
H- 1) H- 2)
Package-2 U(team- X Since Consultant V is awarded Package-3
1) , Consultant U (team-1) becomes the new H-
1 and Consultant X becomes the new
210 lakhs 240 lakhs H-2
Package-4 T U (team- Since Consultant -R(team-1) is awarded
2) Package-5 , Consultant T becomes the new
220 lakhs 240 lakhs H-1 and Consultant U (team-2) becomes the
new H-2
(ii) Consultant T is the new H-1 for only one package namely Package-4. Similarly
Consultant W is the new H-1 for only one package namely Package-8. Accordingly
Package- 8 shall be awarded to Consultant–W and Package -4 shall be awarded to
Consultant–T.
2.4 Step-4:
Consultant U (team-1) is the new H-1 for package- 2 and Package-7 respectively and
Consultant U (team-1) shall be awarded only one package out of this 2 packages. Package
to be awarded to Consultant –U (team-1) shall be determined as illustrated below
H-1 H-2 / New Financial Bid of H- Remarks
H-2 2/ New
H-2 minus
Financial
Bid of H-1
Package-2 U(team- X 240-210 =(+)30
1) lakhs
210 lakhs 240
lakhs
Package-7 U (team- S 255 – 220 = (+) H-2 minus H-1 is Maximum.
1) 35 Hence Consultant – U (team- 1)
lakhs shall be awarded Package- 7
220 lakhs 255
lakhs
2.5 Step-5 :
(i) After the award of the above mentioned 7 packages namely, Package-1 to
Consultant–P (team-1) , Package -6 to Consultant –Q, Package -3 to Consultant –V,
Package -5 to Consultant –R (team-1), Package-4 to Consultant -T, Package -8 to
Consultant-W, package-7 to Consultant –U (team-1) team and also considering that
a Consultant with a particular team can be awarded only one work , the details of
new H-1 and / New H-2 in the remaining package i.e. package -2 is as
mentioned below
H-1 H-2 (New Remarks
(Ne H- 2)
w H-
1)
Packag X A (team-2) Since Consultant V is awarded Package-3 and
TENDER NO. CE (P) BMK/EPC-05/2023-24 Serial Page No. 26
e- 2 240 lakhs 220 lakhs Consultant U (team-1) is awarded package- 7 ,
Consultant X becomes the new H-1 and
Consultant
P(team-2) becomes the new H-2
(ii) Consultant X is the new H-1 for only one package namely Package-2. Accordingly,
Package -2 shall be awarded to Consultant –X.
3. Thus as per the above mentioned procedure the 8 packages are awarded to
the following Consultant at the Financial Quoted (after arithmetic
Corrections) by them for the respective packages
Package No. Name of Consultants awarded packages
Package-1 Consultant- P (team-1)
Package-2 Consultant- X
Package-3 Consultant- V
Package-4 Consultant- T
Package-5 Consultant- R (team-1)
Package-6 Consultant- Q
Package-7 Consultant- U (team-1)
Package-8 Consultant- W
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 27
DATA SHEET
I (References to corresponding paragraphs of LOI are mentioned alongside)
(The Name of project and Package No. should be indicated in the format
given in the technical proposal)
(ii). Limitations of the Consultant’s Liability towards the Client shall be as per Clause
3.4 of Draft Contract Agreement
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 28
(iii). The risk and coverage shall be as per Clause 3.5 of Draft Contract Agreement.
8. Deleted
9. Deleted
10. The date, time and Address of proposal submission are Date 30 Oct 2023 Time 1100 Hrs
Address HQ CE(P) Brahmank , Pasighat, Arunachal Pradesh - 791102 (Ref. Para 4.4)
11. Proposal Validity period (Number of days): 120 days (Ref. Para 4.5)
12.1 First stage evaluation – eligibility requirement. (Ref. Para 3.1 & 5.1)
(i) The sole applicant shall fulfill all the requirements given in Table-1.
(ii) In case of JV, the Lead Partner should fulfill at least 75% of all eligibility
requirements and the other partner shall fulfill at least 50% of all eligibility
requirements.
(iii) If the applicant firm has / have prepared the DPR/FS projects solely on its own, 100%
weightage shall be given. If the applicant firm has prepared the DPR/FS projects as a
lead partner in a JV, 75% weightage shall be given. If the applicant firm have
prepared the DPR projects as the other partner (not lead partner) in a JV 50%
weightage shall be given. If the applicant firm have prepared the DPR/FS projects as
an associate,25% weightage shall be given.
(iv) Similar project means Single/2/4/6 lane as applicable for the project for which RFP is
invited. For Single/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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 29
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.
1 Firm's relevant experience in last 7 years 40
Material testing, survey & investigation, equipment
2 and software proposed to be used 20
For special projects such as special bridges, tunnels and expressways that
requirespecialized capabilities and skill sets, the following is the break-up:
2.1 1 bridge 1
2.2 2 bridges 2
2.3 3 bridges 3
2.4 4 bridges 4
2.5 ≥ 5 bridges 5
3 Specific experience of firms in terms of turnover 5
3.1 Firm’s Average Turnover of last 5 years > 50 crore 5
3.2 Firm Average Turnover of last 5 years 20-50 crore 4.5
3.3 Firm Average Turnover of last 5 years >5 but <20 4
crore
4 DPR for special category projects (Special
bridges/ tunnels or expressways, whichever
applicable). It is to be noted that either 4.1 or
4.2 shall be applicable, and not both.
4.1 DPR of number of special bridges/ tunnels (if 5
applicable)
4.1.1 1 project 1
4.1.2 2 projects 2
4.1.3 3 projects 3
4.1.4 4 projects 4
4.1.5 ≥ 5 projects 5
4.2 Aggregate length of DPR/ Feasibility study for 5
expressways
4.2.1 Upto 50 km 2
4.2.2 50km to 100 km 3
4.2.3 100km to 150 km 4
4.2.4 > 150 Km 5
5 Highway Professionals * working with the firm 10
5.1 <10 nos. 0
5.2 10-20 nos. 8
5.3 > 20-30 nos. 9
5.4 > 30 nos. 10
The professionals who possess degree in Civil Engineering/Transport
Planning/Transport Economics/Traffic Management/Geology/Environment Science or
Engineering and 8 years Experience in highway/bridge/tunnel with employment in the
firm for more than one year. The current Employment Certificate shall be uploaded
by Key Personnel on INFRACON.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 32
Note: In case feasibility study is a part of DPR services the experience shall be counted in
DPR only. In case bridge is included as part of DPR of highway the experience will be (1) and
(2)
4.2 2 projects 2
4.3 3 projects 3
4.4 4 projects 4
4.5 ≥ 5 projects 5
5 Experience in using GPR and Induction 4
Locator or better
technologies for detection of sub-surface utilities
(Infrastructure sector)
5.1 1 project 1
5.2 2 projects 2
5.3 3 projects 3
5.4 ≥ 4 projects 4
6 Experience in digitization of cadastral maps for land 3
surveys
6.1 Area upto 100 ha 1
6.2 Area between 100-500 ha 2
6.3 Area > 500 ha 3
Note: The experience of firm in Lidar or equivalent technology, GPR and Induction Locator or
equivalent technologies and Experience in digitization of cadastral maps for land acquisition
shall be supported by experience certificate. The experience of a firm in Lidar or equivalent
technology, GPR and Induction Locator or equivalent technologies and Experience in
Digitization of cadastral maps for land acquisition for a private concessionaire/contractor shall
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 may be accepted.
The weightage for various key staff is as under: C-1 Normal Highway Project:
S. Key Points
No. personnel
1 Team Leader cum Senior Bridge Engineer 12
2 Highway cum Pavement Engineer 10
3 Bridge Structural Engineer 10
4 Material cum Geotechnical Engineer -Geologist 8
Total 40
C-2 Standalone Bridge Project:
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 34
S. Key Points
No. personnel
1 Team Leader cum Senior Bridge Engineer 12
2 Highway cum Pavement Engineer 10
3 Bridge Structural Engineer 10
4 Material cum Geotechnical Engineer -Geologist 8
Total 40
S. Key Points
No. personnel
1 Team Leader cum Senior Tunnel Expert 12
2 Tunnel Design Expert 10
3 Senior Geotechnical Engineer 10
4 Senior Geophysicist 8
Total 40
The number of points assigned during the evaluation of qualification and competence of key
staff are as given below:
Financial Proposals of all Qualified Consultants in accordance with clause 5.2 and
5.3 of Letter of Invitation shall be opened.
The consultancy services will be awarded to the consultant scoring highest marks in
combined evaluation of Technical and Financial proposals in accordance with clause
1.3 and 5.4 hereof.
The weight given to Technical Proposal (T) = 0.70. The weight given to Financial
Proposal (f)
= 0.30
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)
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 36
APPENDIX-I
(Agency may suitably modify the ToR in respect of Standalone Bridge &Tunnel Projects)
Consultancy Services for < CONSULTANCY SERVICES FOR FEASIBILITY STUDY,
PREPARATION OF DETAILED PROJECT REPORT(DPR) AND PROVIDING
PRECONSTRUCTION SERVICES IN RESPECT OF TUTING-MUIRBE-BANE ROAD
(INDICATIVE LENGTH 72.0 KM) GREEN FIELD ALIGNMENT FOR
CONSTRUCTION AND UPGRADATION TO NHSL SPECIFICATION UNDER 1448
BCC/761 BRTF IN AOR OF (P) BRAHMANK IN ARUNACHAL PRADESH.>
1. General
1.1 The <BRO> has been entrusted with the assignment of < Consultancy
Services For Feasibility Study, Preparation Of Detailed Project
Report(DPR) And Providing Preconstruction Services In Respect Of
Tuting-Muirbe-Bane Road (Indicative Length 72.0 Km) green field
alignment For Construction And Upgradation To NHSL Specification
Under 1448 BCC/761 BRTF in AoR Of (P) Brahmank” in Arunachal
Pradesh.>. <BRO> now invites proposal from Technical consultants for
carrying out detailed project report as per details given in Annexure-1.
1.2 <BRO> 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.
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 to <NHSL> 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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 37
analysis within the given time frame.
2.3 The Detailed Project Report (DPR) would inter-alia include detailed highway
design, design of pavement and overlay with options for flexible or rigid
pavements, design of bridges and cross drainage structures and grade
separated structures, design of service roads, quantities of various items,
detailed working drawings, detailed cost estimates, economic and financial
viability analyses, environmental and social feasibility, social and
environmental action plans as appropriate and documents required for
tendering the project on commercial basis for international / local
competitive bidding.
2.4 The DPR consultant should ensure detailed project preparation incorporating
aspects of value engineering, quality audit and safety audit requirement in
design and implementation. The Consultant shall ensure to carry out Road
Safety Audit at various stages as per supplement-III (Additional Requirement
for Safety Audit) of TOR.
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.
(i) Expressways 90 m
(ii) Economic Corridors and major National Highways requiring 70 m
provisions for Service Roads and planned for expansion to 8-
lanes
(iii National Highways with planed capacity to 6-lane Configuration 60 m
)
(iv) National Highways with planned capacity to 4-lane 45 m
(v) NH with planned capacity to two-lane + PS configuration 30 m
requiring provision of Service Roads
(vi) Single Lane 24 m
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 <BRO>. 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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 39
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
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.
(i) To delineate and propose the most optimal alignment and take care of
geometrics of theroad to meet safety parameters while finalizing the DPR;
(ii) Identify and avoid (to the extent feasible) all such structures (religious structures,
public utilities cremation grounds, private structures) in the RoW of the road
project that could become major hindrances at the time of project execution;
(iii) Procure or create digitized, geo referenced cadastral/land revenue maps for the
purpose of land acquisition activities. Where state governments of local agencies
have already digitize cadastral maps, the consultant shall arrange to procure such
maps. The digitized map should exactly match the original map so that the
dimensions and area of plots can be extracted from the map itself.
(iv) Co-ordinate collection of all relevant land revenue records (including Khasra
maps, Khatiyan, Jamabandi etc.) from the local land revenue administration
office required for preparation of Draft notification under Section 3A of the NH
Act.
(v) Identify and list all land parcels that need to be acquired as part of project road.
Conduct Joint measurement survey in conjunction with CALA, the Executing
Agency and the Land Revenue Department to verify land records.
(vi) Assist the CALA and the Project Executing agency in preparation of statutory
notification under Sections 3A, the CALA during hearing of objections received
under Section 3C, recording of hearings and completion of this process,
preparation of draft notification under Section 3D and completion of the LA
process at every stage, timely publication of notifications and public notices in
newspapers at every stage;
(vii) Clear identification and preparation of an inventory of the assets attached to the
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 40
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.
* Wherever applicable, State Govt. Acts / guidelines / norms to be followed mutatis
– mutandis.
3.4 Approach to the provision and specifications for Structures:
3.4.5 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.
3.4.8 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.
3.6 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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 42
3.8 All ready to implement ‘good for construction’ drawings shall be
prepared incorporating all the details.
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 <BRO> and payment to the proof
consultant shall be made by <BRO> 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 <BRO>. Consultant is
also required to prepare all Land Acquisition papers (i.e. all necessary
schedule and draft 3a, 3A, and 3D, 3G notification as per L.A. act) for
acquisition of land either under NH Act or State Act.
3.11 The DPR consultant may be required to prepare the Bid Documents, based on the
feasibility report, due to exigency of the project for execution if desired by
<BRO>.
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 <BRO> 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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 43
4. Genral
4.1 Primary Tasks
General Scope of Services shall cover but be not limited to the following major tasks
(additional requirements for Preparation of Detailed Project Report for Hill Roads and
Major Bridges are given in Supplement I and II respectively):
i. Review of all available reports and published information about the project road and
the project influence area;
ii. Environmental and social impact assessment, including such as related to cultural
properties, natural habitats, involuntary resettlement etc.
ii (a). Public consultation, including consultation with Communities located along the
road, NGOs working in the area, other stake-holders and relevant Government
departments at all the different stages of assignment (such as inception stage,
feasibility stage, preliminary design stage and once final designs are
concretized).
iii. Detailed Reconnaissance;
iv. Identification of possible improvements in the existing alignment and bypassing
congested locations with alternatives, evaluation of different alternatives
comparison on techno-economic and other considerations and
recommendations regarding most appropriate option;
v. Traffic studies including traffic surveys and Axle load survey and demand
forecasting for next thirty years;
vi. Inventory and condition surveys for road;
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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 44
Value analysis / value engineering and project costing;
4.3 The consultant shall study the possible locations and design of toll plaza, wayside
amenities required and arboriculture along the highway shall also be planned.
4.4 The local and slow traffic may need segregation from the main traffic and provision of
service roads and physical barrier including fencing may be considered, wherever necessary
to improve efficiency and safety.
1. All activities related to field studies, design and documentation shall be done as per the
latest guidelines/ circulars of MoRT&H and relevant publications of the Indian Roads
Congress (IRC) and Bureau of Indian Standards (BIS). For aspects not covered by IRC
and BIS, international standards practices, may be adopted. The Consultants, upon
award of the Contract, may finalize this in consultation with <BRO> and reflect the
same in the inception report.
2. All notations, abbreviations and symbols used in the reports, documents and drawings
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 45
shall be as per IRC:71.
i. Required data formats for some reports, investigations and documents are
discussed in ENCLOSURE-IV
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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 46
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.
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 .
1. The type of traffic surveys and the minimum number of survey stations shall normally
be as under, unless otherwise specifically mentioned.
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 <BRO>, 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 <BRO> prior to start of the traffic
survey.
1. Consultant shall make use of traffic survey done by Indian Highways Management
Company Limited (IHMCL) using ATCC systems. However in isolated locations where
there are site constraints, manual counting can be done. If required, especially in cases
where a particular stretch is not covered by IHMCL, DPR consultant should carry out
classified traffic volume count survey using ATCC systems or latest modern
technologies.
2. Consultant shall use ATCC systems that can meet the following accuracy levels after
validation/ calibration:
Before validation and calibration, the ATCC system shall meet the following
accuracy levels:
For verification of above accuracy levels, audit of raw ATCC shall be done by the
consultant on a sampling basis and should submit a certificate in this regard.
3. ATCC systems such as Pneumatic Tube Detector, Inductive Detector Loop, Video
Image Detection, and Infrared Sensor or latest technologies shall be adopted.
4. The classified traffic volume count surveys shall be carried out for 7 days (continuous,
direction-wise) at the selected survey stations. The vehicle classification system as given in
relevant IRC code may be followed. However, the following generalized classification
system is suggested in view of the requirements of traffic demand estimates and economic
analysis:
Motorised Traffic Non-Motorised Traffic
2-Wheeler Bi-Cycle
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 48
5. All results shall be presented in tabular and graphical form. The survey data shall be
analyzed to bring out the hourly and daily variations. The traffic volume count per day
shall be averaged to show a weekly average daily traffic (ADT) by vehicle type. The
annual average daily traffic (AADT) shall be worked out by applying seasonal factors.
6. The consultant shall compile the relevant traffic volume data from secondary
sources also. The salient features of traffic volume characteristics shall be brought out
and variations if any, from the traffic census carried out by the State PWD shall be
suitably explained.
1. The consultants shall carry out 1-day (24 hour, both directions) O-D and commodity
movement surveys at locations finalized in consultation with <BRO>.These will be
essentially required around congested towns to delineate through traffic. The road side
interviews shall be carried out on random sample basis and cover all four-wheeled
vehicles. The location of the O-D survey and commodity movement surveys shall
normally be same as for the classified traffic count.
2. The location of origin and destination zones shall be determined in relation to each
individual station and the possibility of traffic diversion to the Project Road from/to other
road routes including bypasses.
3. The trip matrices shall be worked out for each vehicle type information on weight for
trucks should be summed up by commodity type and the results tabulated, giving total
weight and average weight per truck for the various commodity types. The sample size
for each vehicle type shall be indicated on the table and also in the graphical
representations.
4. The data derived from surveys shall also be analyzed to bring out the lead and load
characteristics and desire line diagrams. The data analysis should also bring out the
requirement for the construction of bypasses.
5. The distribution of lead and load obtained from the surveys should be compared. The axle
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 49
load surveys shall normally be done using axle load pads or other sophisticated
instruments. The location(s) of count station(s) and the survey with those derived from the
axle load studies.
6. The commodity movement data should be duly taken into consideration while making the
traffic demand estimates.
1. The turning movement surveys for estimation of peak hour traffic for the design of
major and minor intersections shall be carried out for the Study. The details regarding
composition and directional movement of traffic shall be furnished by the Consultant.
2. The methodology for the surveys shall be as per IRC: SP: 41-1994. The details
including location and duration of surveys shall be finalized in consultation with
<BRO> 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.
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 <BRO>. 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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 50
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.
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.
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.
1. The consultants shall make traffic demand estimates and establish possible traffic growth
rates in respect of all categories of vehicles, taking into account the past trends, annual
population and real per capita growth rate, elasticity of transport demand in relation to
income and estimated annual production increase. The other aspects including socio-
economic development plans and the land use patterns of the region having impact on the
traffic growth, the projections of vehicle manufacturing industry in the country,
development plans for the other modes of transport, O-D and commodity movement
behavior should also be taken into account while working out the traffic demand
estimates.
2. The values of elasticity of transport demand shall be based on the prevailing practices in
the country. The Consultants shall give complete background including references for
selecting the value of transport demand elasticity.
3. It is envisaged that the project road sections covered under this TOR would be completed
and opened to traffic after 3 years. The traffic demand estimates shall be done for a further
period of 30 years from completion of two/four lane. The demand estimates shall be done
assuming three scenarios, namely, optimistic, pessimistic and most likely traffic growth.
The growth factors shall be worked out for five-yearly intervals.
4. Traffic projections should be based on sound and proven forecasting techniques. In case
traffic demand estimated is to be made on the basis of a model, the application of the
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 51
model in the similar situation with the validation of the results should be established. The
traffic projections should also bring out the possible impact of implementation of any
competing facility in the near future. The demand estimates should also take into account
the freight and passenger traffic along the major corridors that may interconnect with the
project. Impact of toll charges on the traffic estimates should be estimated.
5. The methodology for traffic demand estimates described in the preceding paragraphs is for
normal traffic only. In addition to the estimates for normal traffic, the Consultants shall
also work out the estimates for generated, induced and diverted traffic.
6. The traffic forecasts shall also be made for both diverted and generated traffic.
7. Overall traffic forecast thus made shall form the basis for the design of each pavement type
and other facilities/ancillary works.
1. The Consultants should make an in-depth study of the available land width (ROW)
topographic maps, satellite imageries and air photographs of the project area, geological
maps, catchment area maps, contour plans, flood flow data and seismological data and
other available relevant information collected by them concerning the existing
alignment. Consultant himself has to arrange the required maps and the information
needed by him from the potential sources. Consultant should make efforts for
minimizing land acquisition. Greater use of technology for LA be adopted by the
consultant at the DPR stage so as to have a precise land acquisition process.
2. The detailed ground reconnaissance may be taken up immediately after the study of
maps and other data. The primary tasks to be accomplished during the reconnaissance
surveys include;
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 <BRO>'s comments. The data and the charts should
also accompany the rationale for the selection of traffic survey stations.
1. The basic objective of the topographic survey would be to capture the essential ground
features along the alignment in order to consider improvements and for working out
improvements, rehabilitation and upgrading costs. The detailed topographic surveys
should normally be taken up after the completion of reconnaissance surveys.
2. The carrying out of topographic surveys will be one of the most important and crucial
field tasks under the project. Technologies which can meet the following accuracy levels
shall be adopted. For land based surveys (a) Fundamental horizontal accuracy of 5cm or
better (b) Fundamental vertical accuracy of 5cm or better (c) More than 50 points shall be
measured per sq. m and for aerial based surveys (a) Fundamental horizontal accuracy of 5
cm or better (b) Fundamental vertical accuracy of 5 cm or better (c) More than 10 points
shall be measured per sq. m. To establish accuracy, a check point survey using DGPS (for
horizontal accuracy) and Auto Level (for vertical accuracy) shall be carried out to
establish the fundamental horizontal and vertical accuracy. A minimum of 25 check
points, or check points once every 4 km should be established, and these should be
strictly different from any geo-referencing or control network points.
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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 53
amenable to operations by <BRO> / Consultant. <BRO> may decide about format/
platform of point cloud data
(c). Topographic map of scale 1:1000 of the entire highway length and adjoining areas
of interest
(d). Contour map of 50 cm of entire highway length and adjoining areas of interest
(e). Cross section of the highway at every 50 m in drawing format.
(f). Develop a digital elevation/surface model (bare earth model from survey data)
digital terrain model combining topographic data from LiDAR, road inventory and
other available sources of data for use while modeling the road alignment and road
and structure design.
(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). case of mobile LiDAR or better technology, 360 degree panoramic images of the
entire hway length and adjoining areas of interest shall be submitted. In case of
aerial LiDAR or er technology, ortho-images of the entire highway length and
adjoining areas of interest ll 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 center-line at safe places within the
ROW
ii. The detailed field surveys would essentially include the topographic surveys
along the proposed location of bridge and alignment of approach road.
iii. The detailed topographic surveys should be carried out along the approach
roads alignment and location of bridge approved by <BRO>.
Collection/ Extraction of details for all features such as structures (bridges,
iv.
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 center line of the existing
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 54
carriageway) should be taken into consideration so that the topographic
surveys cover sufficient width beyond the center line of the proposed divided
carriageway. Normally the surveys should extend a minimum of 30 m beyond
either side of the center 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 <BRO>. 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 center line and will be of sufficient width to
allow improvements, including at grade intersection to be designed.
The topographic surveys for longitudinal and cross-sections shall cover the following:
i. Longitudinal section levels along final center line shall be taken at every 10 m
interval. The levels shall be taken at closer intervals at the curve points, small
streams, and intersections and at the locations of change in elevation. The
interval shall also be modified as per IRC:SP-19 for rolling, mountainous &
steep terrain.
ii. Cross sections at every 50 m interval in full extent of survey covering
sufficient number of spot levels on existing carriageway and adjacent ground
for profile correction course and earth work calculations. Cross sections shall
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 55
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”).
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 fiber 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.
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:
xii. Culverts, bridges and other structures (type, size, span arrangement and
location)
xiii. Roadside arboriculture
xiv. Existing utility services on either side within ROW.
xv. 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.
xvi. 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):
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 57
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
•
Pavement Condition
Drainage Condition
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 58
• 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
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:
• The IRI shall be determined for both wheel paths over a minimum length
of 250m for a minimum of 6 calibration sites with a roughness range
between 2m/km and 8m/km. Calibration shall be made for speeds of 20, 30,
40, 50, 60 km/h.
ii. The surveys shall be carried out along the outer wheel paths. The surveys shall
cover a minimum of two runs along the wheel paths for each direction.
iii. The results of the survey shall be expressed in terms of BI and IRI and shall be
presented in tabular and graphical forms. The processed data shall be analyzed
using the cumulative difference approach to identify road segments homogenous
with respect to surface roughness.
4. Pavement Structural Strength
1. The Consultants shall carry out structural strength surveys for existing
pavements using Falling Weight Deflectometer (FWD) in accordance with IRC 115 or
IRC 117 as the case may be.
i. It is suggested that the deflection surveys may be carried out as per the scheme
given below:
• mainline testing; and,
• Control section testing.
ii. The deflection tests for the mainline shall be carried out at every 500 m along 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 kilometer. The deflection
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 59
measurements for the control section testing should be at an interval of not more
than 10 m. iii. Test pits shall be dug at every 500 m and also along each
homogeneous road segment to obtain pavement composition details (pavement
course, material type and thickness) so as to be able to study if a correlation
exists between deflection and composition. If so, the relationship may be used
while working out the overlay thickness for the existing pavement.
iv. Falling weight deflectometre surveys may not be carried out for severely
distressed sections of the road warranting reconstruction. The Consultants,
immediately upon the award of the contract, shall submit to <BRO> 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
<BRO>.
1. Based on the data derived from condition (surface condition, roughness) and
structural strength surveys, the project road section should be divided into
segments homogenous with respect to pavement condition and strength. The
delineation of segments homogenous with respect to roughness and strength
should be done using the cumulative difference approach (AASHTO, 1993).
2. The data on soil classification and mechanical characteristics for soils along the
existing alignments may already be available with the PWD. The testing scheme
is, therefore, proposed as given under:
(i). For the widening (2-Laning) of existing road within the ROW, the Consultants
shall test at least three sub-grade soil samples for each homogenous road
segment or three samples for each soil type encountered, whichever is more.
(ii). For the roads along new alignments, the test pits for sub grade soil shall be @5km
or for each soil type, whichever is more. A minimum of three samples should
be tested corresponding to each homogenous segment.
3. The testing for subgrade soil shall include:
4. For problematic soils, the testing shall be more rigorous. The characteristics with
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 60
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 <BRO> officers after the problematic soil types are identified along the road
sections.
5. The laboratory for testing of material should be got approved from <BRO> before start
of work.4.11.4 Investigations for Bridges and Structure
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.
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.
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
structuralcomponents 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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 61
in the supplement- II Terms of Reference.
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 proforma of
IRC- SP:35. The condition and structural assessment survey of the bridges / culverts /
structures shall be carried out by senior experts of the Consultants.
2. For the bridges identified to be in a distressed condition based upon the visual condition
survey, supplementary testing shall be carried out as per IRC-SP:35 and IRCSP: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 <BRO> 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.
4.11.4.4 Geo-technical Investigations and Sub-Soil Exploration
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 <BRO> for approval. These may be finalized in
consultation with <BRO>.
6. The sub-soil exploration and testing should be carried out through the Geotechnical
Consultants empanelled by MORT&H. The soil testing reports shall be in the format
prescribed in relevant IRC Codes.7. For the approach road pavement, bore holes at each
major change in pavement condition or in deflection readings or at 2 km intervals
whichever is less shall be carried out to a depth of at least 2 m below embankment base
or to rock level and are to be fully logged. Appropriate tests to be carried out on samples
collected from these bore holes to determine the suitability of various materials for use
in widening of embankments or in parts of new pavement structure.
4.11.5. Material Investigations
1. The Consultants shall identify sources (including use of fly-ash/ slag), quarry sites and
borrow areas, undertake field and laboratory testing of the materials to determine
their suitability for various components of the work and establish quality and quantity of
various construction materials and recommend their use on the basis of technoeconomic
principles. The Consultants shall prepare mass haul diagram for haulage purposes giving
quarry charts indicating the location of selected borrow areas, quarries and the respective
estimated quantities.
“Environment friendly materials”
th
“As per MORTH circular No. RW /NH-33044/53/2013-S&R(R) dated 20 November,
2013, alternative pavement materials and technologies for road construction shall be
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 63
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.
4. The Consultants shall make suitable recommendations regarding making the borrow and
quarry areas after the exploitation of materials for construction of works.
5. The Material Investigation aspect shall include preparation and testing of bituminous
mixes for various layers and concrete mixes of different design mix grades using
suitable materials (binders, aggregates, sand filler etc.) as identified during Material
Investigation to conform to latest MoRT&H specification.
4.12.1. General
1. The Consultants are to carryout detailed designs and prepare working drawings
for the following:
i. High speed highway with divided carriageway configuration complete in all
respects with service roads at appropriate locations;
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 <BRO> (one for each
civil contract package)
x. Short bypasses at congested locations
xi. Drainage design showing location of turnouts, out falling structures, separate
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 64
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.
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 <BRO>.
2. The Design Standards evolved for the project shall cover all aspects of detailed design
including the design of geometric elements, pavement design, bridges and structures,
traffic safety and materials.
1. The design of geometric elements shall, therefore, take into account the essential
requirements of such facilities.
2. Based on the data collected from reconnaissance and topographic surveys, the
sections with geometric deficiencies, if any, should be identified and suitable
measures for improvement should be suggested for implementation.
3. The data on accident statistics should be compiled and reported showing accident type
and frequency so that black spots are identified along the project road section. The
possible causes (such as poor geometric features, pavement condition etc.) of
accidents should be investigated into and suitable cost-effective remedial measures
suggested for implementation.
4. The detailed design for geometric elements shall cover, but not be limited to the
following major aspects:
i. Horizontal alignment;
ii. Longitudinal profile;
iii. Cross-sectional elements, including refuge lane (50m) at every 2kms.
iv. Junctions, intersections and interchanges;
iv. Bypasses
v. 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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 65
6. The consultants shall make detailed analysis of traffic flow and level of service for the
existing road and workout the traffic flow capacity for the improved project road. The
analysis should clearly establish the widening requirements with respect to the different
horizon periods taking into account special problems such as road segments with
isolated steep gradients.
7. In the case of closely spaced cross roads the Consultant shall examine different options
such as, providing grade separated structure for some of them with a view to reduce
number of at-grade crossings, services roads connecting the cross-roads and closing
access from some of the intersections and prepare and furnish appropriate proposals for
this purpose keeping in view the cost of improvement, impact on traffic movement and
accessibility to cross roads. The detailed drawings and cost estimate should include the
provisions for realignments of the existing cross roads to allow such arrangements.
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.
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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 66
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 parameter required at each step.
5. For the design of overlays for the existing pavement, the strengthening requirement
shall duly take into account the strength of the existing pavement vis-àvis 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.
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.
2. The Consultants shall carry out detailed analysis and design for all embankments of
height greater than 6 m based on relevant IRC publications.
3. The design of embankments should include the requirements for protection works and
traffic safety features.
1. The data collected and investigation results shall be analyzed to determine the
following:
i. HFL
ii. LWL
iii. LBL
iv. Erodibility of bed/scour level
v. Design discharge
vi. Linear waterway and effective linear waterway
vii. Likely foundation depth
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 geotechnical 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 <BRO> 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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 68
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 <BRO>, the Consultants shall prepare detailed design as per
IRC codes/guidelines for all components of the bridges and structures.
5. Subsequent to the approval of the GAD and Alignment Plan by <BRO> and Railways,
the Consultant shall prepare detailed design as per IRC and Railways guidelines and
working drawings for all components of the bridges and structures. The Consultant
shall furnish the design and working drawings for suitable protection works and/or
river training works wherever required.
9. Subsequent to the approval of the GAD and the alignment plan by <BRO>, 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 <BRO>.
12. All the bridge structures having a length of 100 m or less can be used for tapping of
water for serving dual purpose i.e., to cross the water body or to store water, if
technically feasible. Therefore, such structures shall be designed as bridge cum barrage
structures (bridge cum bandhara). Ministry’s guidelines in this regard issued vide letter
no. RW/NH- 34066/89/2015-S&R(B) dated 18.04.2017 may be referred.
1. The requirement of roadside drainage system and the integration of the same with
proposed cross-drainage system shall be worked out for the entire length of the project
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 69
road section.
2. In addition to the roadside drainage system, the Consultants shall design the special
drainage provisions for sections with super-elevated carriageways, high embankments
and for road segments passing through cuts. The drainage provisions shall also be
worked out for road segments passing through urban areas.
3. The designed drainage system should show locations of turnouts/outfall points with
details of outfall structures fitting into natural contours. A separate drawing sheet
covering every 5 km. stretch of road shall be prepared.
4. The project highway shall be designed to have well designed efficient drainage system,
which shall be subsurface, as far as possible. While constructing the underpasses, the
finished road level shall be determined so as to ensure that the accumulation of rain
water does not take place and run-off flows at the natural ground level. The drains,
wherever constructed, shall be provided with proper gradient and connected to the
existing outlets for final disposal.
5. The rain water harvesting requirements be assessed taking into consideration the
Ministry of Environment & Forest Notification Dt. 14.01.1997 (as amended on
13.01.1998, 05.01.1999 & 06.11.2000). The construction of rainwater harvesting
structure is mandatory in and around water scarce / crisis areas notified by the Central
Ground Water Board. The provisions for rainwater harvesting be executed as per the
requirements of IRC:SP:42-2014 (Guidelines for Road Drainage) and IRC:SP:50-2013
(Guidelines on Urban Drainage).
6. All the bridge structures having a length of 100m or less can be used for tapping of
water for serving dual purpose i.e. to cross the water body and to store water, if
technically feasible. Therefore, such structures should be designed as bridge cum
barrage structures (bridge cum bandhara). Ministry’s guidelines in this regard issued
vide letter no. RW/NH-34066/59/2015-S&R(B) dated 18.04.2017 may be referred.
7. The locations of the culverts should be planned in such a way that the proposed culvert
covers optimum catchment area & the location shall be decided on the basis of
topographical survey, local rainfall data, gradient of natural ground and enquiry from the
local habitants. All culverts should preferably be box culverts as pipe culverts get filled
up with silt, which is rarely cleared.
1. The Consultants shall design suitable traffic safety features and road furniture
including traffic signals, signs, markings, overhead sign boards, crash barriers,
delineators etc. The locations of these features shall be given in the reports and also
shown in the drawings.
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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 70
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 <BRO>.
6. Advanced Traffic Management System (ATMS) shall be in place for all 4/6 lane roads
of
<BRO> 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
center. In this connection, <BRO>’s policy circular no.11041/218/2007-Admn dated
15.09.2016 may be referred.
7. As availability of suitable sight distance has a large effect on road safety, the alignment
of all the NHs should be finalized in such a way so as to have double the stopping sight
distance available to the road users at all locations.
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.
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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 71
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 centers / rest areas and provide ramp facilities,
exit / entrance door with minimum clear opening of 900 mm and special toilet facilities
for use of handicapped persons. The consultant shall also take into consideration, the
provisions for Pedestrians facilities as per IRC-103.
1. The Consultants shall make suitable designs and layout for miscellaneous works
including rest areas, bus bays, vehicle parking areas, telecommunication facilities
etc. wherever appropriate.
2. The Consultants shall prepare the detailed scheme and lay out plan for the works
mentioned in Para 1.
3. The Consultants shall prepare detailed plan for the traffic management and safety
during the construction period.
The consultant shall under take the detailed environmental and social impact
assessment in accordance with the standard set by the Government of India for
projects proposed to be funded by MORT&H/MOD<BRO>. 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.
3. The consultant shall assess the potential significant impacts and identify the
mitigation measures to address these impacts adequately.
7. The consultant shall establish a suitable monitoring network with regard to air,
water and noise pollution. The consultant will also provide additional inputs in the
areas of performance indicators and monitoring mechanisms for environmental
components during construction and operational phase of the project.
8. The consultant shall provide the cost of mitigation measures and ensure that
environmental related staffing, training and institutional requirements are budgeted
in project cost.
9. The consultant shall prepare the application forms and obtain forestry and
environmental clearances from the respective authorities including the SPCBs and
the MOEF on behalf of <BRO>. The consultants will make presentation, if
required, in defending the project to the MOEF Infrastructure Committee.
10. The consultant shall identify and plan for plantation and Transplantation of the
suitable trees along the existing highway in accordance with IRC guidelines.
11. The consultant shall assist in providing appropriate input in preparation of relevant
environment and social sections of BPIP.
12 Provision should be made for Noise Barriers wherever (especially where project
highway passes through dense habitation) required as a mitigation measure against
noise pollution and nuisance. Their location, dimension, type, materialand shapes
should be determined and defined in environment impact assessment studies
forming part of DPR.
1 The consultant would conduct base line socio-economic and census survey to assess the
impacts on the people, properties and loss of livelihood. The socioeconomic survey will
establish the benchmark for monitoring of R&R activities. A social assessment is
conducted for the entire project to identify mechanisms to improve project designs to
meet the needs of different stakeholders. A summary of stakeholder discussions, issue
raised and how the project design was developed to meet stakeholders need would be
prepared.
2 The consultant shall prepare Land Acquisition Plan and assist <BRO> in acquisition of
land under various Acts.
4.13.3 The consultant would prepare Resettlement and Rehabilitation Plan and assess feasibility
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 73
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 <BRO>.
• Assessment on the impact of the project on the poor and vulnerable groups along
the project road corridor.
• Based on the identified impacts, developing entitlement matrix for the project
affected people.
• Assessment on social issues such as indigenous people, gender, HIV/AIDS,
labourers including child labour.
• Implementation budgets, sources and timing of funding and schedule of tasks.
• The consultant would prepare the stand-alone reports as per the requirement of
the ADB/World Bank /<BRO>, 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).
• Description of project
5.1.1.1 Coordinate all activities necessary for accurate and timely publication of notifications as
per NH Act / Relevant Act applicable 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, <BRO> and
state revenue department to verify land records
iii. Conduct valuation of land and associated assets (structures, trees, crops etc.)
and liaison with authorities of State Government for authentication of the
valuation
5.1.1.2 Liaison with relevant state departments throughout land acquisition process
i. Liaison with State Government departments including but not limited to Land
Revenue Office (or Tehsil), Sub - Registrar office, Directorate of Surveys and
with other State departments (like Public works department, horticulture
department etc.) to expedite the land acquisition process
ii. Co-ordinate collection of all the necessary land record documents and
information required to support CALA/CALA staff during the LA process
5.1.1.3 Facilitate communication between <BRO> and CALA throughout land acquisition
process
5.1.1.4 Support CALA with manpower and resources CALA throughout land acquisition
process
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
5.1.2.6 Co-ordinate with NIC to ensure correct village names and spelling are included in
Bhoomi Rashi/Equivalent portal
5.1.3.1 Co-ordinate collection of all village maps from state land revenue department
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 Collab Land software of NIC for the purposes of land acquisition
activities, wherever available
ii. Ensure all survey maps collected are scaled to 1:500, 1:1000 or 1:2000
iii. Ensure survey maps contain all necessary information including boundary
dimensions, ladder diagrams, topographical details, sub division details and
adjoining survey numbers as available, in line with the norms of the State
Government
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 77
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
5.1.3.4 Ensure accurate digitization and projection of village maps on GIS system
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
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
5.1.3.8 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/equivalent draft and LA plan in the format prescribed by <BRO>
5.1.3.10 Co-ordinate submission of copies of LA plan and Alignment map to CALA offices
through required for verification of 3A/equivalent draft in the format prescribed by the
CALA Office
5.1.3.11 Facilitate CALA staff in verification of the draft 3A/ equivalent document
5.1.3.12 Assist CALA staff in preparation of 3A/ equivalent notification, preamble and
forwarding letter to be forwarded to BRO
5.1.3.13 Assist BRO in uploading 3A/ equivalent notification (as declared by CALA) along with
preamble on Bhoomi Rashi /equivalent
i. Ensure the translated 3A/ equivalent sent to the newspaper matches the 3A/ equivalent
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 BRO in coordinating with newspaper agency to ensure publication of 3A/
equivalent notification in 2 newspapers: 1 Vernacular + 1 Other
5.1.3.18 Provide copies of newspaper publication of 3A/ equivalent notification to the CALA
5.1.3.19 Ensure all activities are planned and adequate manpower is made available to ensure
the prescribed timelines are adhered to
i. Ensure submission of 3A/ equivalent to the BRO in prescribed format within 30
days of 3A/ equivalent publication
ii. Ensure publishing of 3A/ equivalent in Gazette by pursuing the same with
relevant stakeholder within 14 days of submission of final 3A.
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
5.1.4.2 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
5.1.4.6 Assist CALA staff in dispatching and ensuring delivery of final 3C/equivalent
orders to petitioners in a timely manner and obtain acknowledgement of receipt
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 80
of 3C/equivalent orders from the aggrieved parties
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
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 brown field sections), center line pillar (in case of green field 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 office by mail indicating progress of boundary stone
marking in terms of length and chainage covered
vi. Retain a Total Station system, controller and a prism holder for the entire
duration of the JMS to ensure prompt assistance to the survey team
5.1.5.3 Ensure accurate and timely conduction of JMS for the complete length of the project
i. Provide scaled revenue maps, latest ownership records, village map and other
revenue documents necessary for conducting JMS
ii. Arrange retired revenue sub inspectors of survey and chainmen to
conduct Joint Measurement Survey at the consultant’s cost
iii. Ensure accurate measurement of revenue survey plots with respect to PROW of
project, by identifying physical features present on the ground & the survey
sketches, measuring the distance of the PROW stone from the physical features
and marking the distance on the survey sketch
iv. Ensure marking of PROW on scaled revenue maps indicating extent of
encroachment into survey numbers/sub division numbers
v. Ensure surveyors collect details of structures and trees present in sub-divisions
during JMS
vi. Ensure accurate calculation of area affected in each sub-division
vii. Ensure sub-division records are prepared as per the guidelines of the state
revenue surveyor clearly indicating the name of the land owner as per latest
ownership record
viii. Ensure sub-division records divide affected sub-divisions clearly indicating
portion of land vested with the owner and portion of land acquired by <BRO>
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
subdivision records submitted to CALA office, including vesting of acquired
land in the name of Government of India, post publication of the 3D/equivalent
notification
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 81
xi. Provide daily reports to office by mail indicating progress of JMS in terms of
length, villages and number survey numbers covered
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/equivalent notification
iii. Provide daily reports to office by mail indicating progress of pre- scrutiny in
terms of number of villages covered
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
5.1.6.6 Provide copy of 3D/equivalent Gazette notification to the office of the CALA on
publication in the Gazette
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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 82
5.1.6.11 Ensure all activities are planned and adequate manpower is made available to
ensure the prescribed timelines are adhered to
5.1.7.1 Assist CALA in drafting public notice inviting claims (under sub-section 3 of
section 3G/Equivalent) from all persons interested in the land to be acquired
and 3D/equivalent notification to be published in 2 local newspaper - 1
vernacular and 1 other.
5.1.7.4 Assist CALA during claim hearings, record hearings and compliance of
corresponding orders
i. Collate ownership claims and the documents received during the claim
hearings
ii. Assist the office of the CALA in verifying the claims and in finalizing the
land owners
5.1.7.5 Assist CALA office in collection of sales statistics and market value (Guideline
value/ Collector rates) from the relevant State Government department
i. Collect the sales statistics for 3 years prior to the date of the
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 83
3A/Equivalent 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/Equivalent award preparation and in drafting
3G/Equivalent 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.
5.1.8.2 Assist CALA staff in drafting notification for beneficiaries for award collection
and vacating the land within 60 days (under section 3E/Equivalent)
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/Equivalent)
5.1.10 In case of final DPR and 3D has been submitted and no further action is taken by
the employer, the DPR shall be considered as completed after 3 years and
submission of both final DPR and 3D.
5.2.1 Identify type and location of all existing utilities within the proposed ROW
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 84
1. Consultant will review information available with all utilities agencies in the
region, consult maps/plans available with <BRO>, MoRTH and state road
agencies, consult with locals and municipal bodies to ascertain the presence
and location of utilities , including but not limited to water-mains, gas,
telephone, electricity and fiber-optic installations in and around the project
road
2. Plan and conduct discussions, consultations and joint site visits required for the
planning of utilities shifting and the development of required drawings and
proposals
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
2. Prepare utility shifting cost estimates using latest schedule of rates and obtain
approval from user departments
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 85
3. Review final designs submitted, cost estimates, complete checklist, obtain required
declarations and submit to <BRO> for approval
4. Work with user department, <BRO> 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 <BRO> within the time stipulated in DPR contract
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 <BRO>/ADB/WB projects are to be checked
against rates for similar on-going works in India under <BRO>/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.
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, subgrade 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
<BRO>.
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 <BRO>.
4. The economic and commercial analyses should bring out the priority of the different
homogenous links in terms of project implementation.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 86
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 lifecycle
costing model.
2. The economic analysis shall cover but be not limited to be following aspects:
i. assess the capacity of existing roads and the effects of capacity constraints on
vehicle operating costs (VOC);
ii. calculate VOCs for the existing road situation and those for the project; iii.
quantify all economic benefits, including those from reduced congestion, travel
distance, road maintenance cost savings and reduced incidence of road accidents;
and,
iv. estimate the economic internal rate of return (EIRR) for the project over a 30-year
period. In calculating the EIRRs, identify the tradable and non- tradable
components of projects costs and the border price value of the tradable
components.
v. Saving in time value.
3. Economic Internal Rate of Return (EIRR) and Net Present Value (NPV), “with “and
“without time and accident savings” should be worked out based on these cost-benefit
stream. Furthermore, sensitivity of EIRR and NPV worked out forth different scenarios
as given under:
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.
1. The Consultants shall in consultation with <BRO> 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.
1. The financial model so developed shall be handed over to and be the property
of <BRO>.
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
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
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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 88
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
<BRO>.
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.
1. Consultant shall support <BRO> through the entire bid process and shall be
responsible for sharing the findings from the preparation stages during the bid
process
2. The consultant shall ensure participation of senior team members of the consultant
during all interaction with potential bidders including pre-bid conference,
meetings, site visits etc.
3. During the bid process for a project, the consultant shall support the authority in:
a. Responding to all pre-bid technical queries
The consultant shall assist <BRO> and its functionaries as needed in the evaluation
4.
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. <BRO> 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
5. All key personnel and sub professional staff of the DPR Consultants shall use the
fingerprint based (biometric) attendance system for marking their daily attendance.
Attendance shall be marked at least once a day and anytime during the day. Biometric
Attendance System shall be installed by the DPR Consultants at its own cost at the
site office and design office in order to facilitate the attendance marking. A copy of
attendance records shall be attached at the time of submission of their bills to the
<BRO> 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 <BRO> so desires, it shall facilitate
electronic linking of the attendance system with the Central Monitoring System of
<BRO>.
9. Reports to be submitted by the Consultant to <BRO>
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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 90
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.
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.
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.
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
5. All reports must be submitted along with the relevant checklist form completed and
signed off by the consultant
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 92
STAGE 1
10.1 Quality Assurance Plan (QAP) Document
1. Immediately upon the award, the Consultants shall submit four copies of the QAP
document covering all aspects of field studies, investigations design and economic
financial analysis. The quality assurance plans/procedures for different field studies,
engineering surveys and investigation, design and documentation activities should be
presented as separate sections like engineering surveys and investigations, traffic
surveys, material geo-technical and sub-soil investigations, road and pavement
investigations, investigation and design of bridges &structures, environment and
R&R assessment, economic & financial analysis, drawings and documentation;
preparation, checking, approval and filing of calculations, identification and
traceability of project documents etc. Further, additional information as per format
shall be furnished regarding the details of personnel who shall be responsible for
carrying out/preparing and checking/verifying various activities forming part of
feasibility study and project preparation, since inception to the completion of work.
The field and design activities shall start after the QAP is approved by <BRO>.
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
<BRO> after the commencement of services.
10.2 Inception Report (IR)
i. Project appreciation;
ii. Detailed methodology to meet the requirements of the TOR finalized in
consultation with the <BRO> 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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 93
<BRO>; 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 <BRO>.
i. Bypasses should be identified on the basis of data derived from reconnaissance and
initial traffic information/traffic studies
ii. The available alignment options should be worked out on the basis of available
topographic maps, publicly available mapping services or remote sensing based
topography and land use maps
iii. The most appropriate alignment option for bypasses should be identified on the
basis of site conditions and techno-economic considerations
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 94
1. The consultant shall commence the Feasibility Study of the project in accordance with
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 95
the accepted IR and the report shall contain the following:
i. Executive summary
ii. Overview of <BRO> 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
2. In view of para 1 above the consultant has to submit the following documents in six sets:
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 <BRO> shall be submitted within 15 days of receipt of comments from
<BRO> on draft feasibility study report.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 96
STAGE 3:
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:
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 <BRO>.
5. Kilometer-wise Strip Plans for section (Package) shall be prepared separately for each
concerned agency and suggested by <BRO>.
1. Consultant shall submit a detailed land acquisition plan that provides details on
kilometer- 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
<BRO>, 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. Kilometer-wise existing and proposed RoW on either side of the proposed centerline
Detail schedules of additional land to be acquired, land ownership and other required
ii.
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
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.
1. The consultant shall prepare a kilometer-wise Utility Relocation Plan (URP) and costs
for relocation per civil construction package as per estimates from concerned authorities
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
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
STAGE: 4
10.9 Draft Detailed Project Report (DPR)
1. The draft DPR Submission shall consist of construction package-wise Main Report,
Design Report, Materials Report, Engineering Report, Drainage Design Report,
Economic and Financial Analysis Report, Environmental Assessment Report including
Resettlement Action Plan (RAP), Package-wise bid Documents and Drawings.
3. The Documents and Drawings shall be submitted for the Package and shall be in the
following format:
Reports
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 parameters 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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 101
materials and possible sources of water for construction purposes. The report shall
include details on locations of borrow areas and quarries shown on maps and
charts and also the estimated quantities with mass haul diagram including possible
end use with leads involved, the details of sampling and testing carried out and
results in the form of important index values with possible end use thereof.
The materials Report shall also include details of sampling, testing and test results
obtained in respect physical properties of sub grade 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.
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:
a. The consultant shall deliver the final road alignment geometry, proposed road way
model and all proposed structures in a 3D engineered model with all the required
features as proposed in Enclosure IV
b. The consultant shall also provide digital versions of all drawings stated in para 1 above
in the format proposed in Enclosure IV
4. The draft Detailed Project report of specialized projects will be scrutinized by the Peer
Review consultant appointed by <BRO>. 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 <BRO> 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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 103
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 <BRO> on the draft DPR shall be submitted as per the
schedule given in Enclosure-III.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 104
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 <BRO>
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
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
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/equivalent notifications
iv. Date of joint measurement survey by village, key proceedings and outcomes
v. Detailed schedule of information regarding land to be acquired with
information on land area, land type, nature of land use, ownership status, and
area to be acquired by survey number and list of structures by plot
vi. The report shall also contain updated sketches of alignment, updated land
parcels to be acquired
vii.All relevant information in this report shall be verified by the consultant with
the land revenue department, and CALA office
Clearances Report II
1. The consultant shall obtain all the necessary project related clearances such as
environment, forest and wildlife clearance from MOEF, Railways in respect of
ROB/ RUBs, Irrigation Deptt, CRZ clearances from concerned authorities, and
any other concerned agencies by the end of this stage
2. The final approvals shall be obtained and submitted to <BRO> so that project
implementation can begin straight away
iv. Date and details of all joint measurement and site inspection surveys
completed
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 <BRO>,
shifting estimate, agency/super vision fees, executing agency – user agency
or
<BRO>
b. The Consultant shall also submit an updated report containing all required details
upon approval of award by <BRO> of 100% of land required to be acquired
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
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 digitized details of land parcels shall be updated
with all relevant land possession details and supplied in the agreed digital
format
1. During entire period of services, the Consultant shall interact continuously with <BRO>
and provide any clarification as regards methods being followed and carryout
modification as suggested by <BRO>. A Programme of various activities shall be
provided to <BRO> and prior intimation shall be given to <BRO> regarding start of key
activities such as boring, survey etc. so that inspections of <BRO> officials could be
arranged in time.
2. The <BRO> officers and other Government officers may visit the site at any time,
individually or collectively to acquaint/ supervise the field investigation and survey
works. <BRO> 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 <BRO>. 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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 109
the currency of project preparation.
4. All equipment, software and books etc. required for satisfactory services for this project
shall be obtained by the Consultant at their own cost and shall be their property.
1. The Consultant will be paid consultancy fee as a percentage of the contract values as per
the schedule given in the Draft Contract Agreement.
1. a. Consultants shall also deliver to <BRO> 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 <BRO> the consultant shall arrange at their own cost necessary software
for viewing and measurement of imagery/ point cloud data.
Engineering Investigations and Traffic Studies: Road Inventory, Condition,
Roughness, Test Pit (Pavement composition), Falling Weight Deflect meter (FWD)
Material Investigation including test results for sub grade 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. Rate Analysis: The Consultant shall submit the rate analysis for various
works items including the data developed on computer in this relation so that
it could be used by the Authority later for the purpose of updating the cost of
the project.
2. Software: The Consultant shall also hand-over to <BRO> 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 <BRO> 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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 110
SUPPLEMENT-I
ADDITIONAL POINTS TO BE CONSIDERED FOR HILL ROADS IN
ADDITION TOPOINTS COVERED IN MAIN TOR
Sr. Clause Additional points
No. No. of
TOR
b) Landslide Investigation
This shall be carried out to identify landslide prone areas, to suggest
preventive measures or alternate routes that are less susceptible to landslide
hazard. Further in existing slide areas this shall help to identify factors
responsible for instability and to determine appropriate control measures
needed to prevent or minimize recurring of instability
problems. Initial preliminary studies shall be carried out using available
contour maps, topographical maps, geological/geo- morphological maps,
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 112
aerial photographs etc. for general understanding of existing slide area and
to identify potential slide
areas. This shall be followed by further investigations like
geological/geotechnical/hydrological investigation to determine specific
site conditions prevailing in the slide area as per relevant IRC
specifications/publications, MORT&H circulars and relevant
recommendations of the international standards for hill roads. The
result of the investigations shall provide basis for engineering analysis
and the design of protection/remedial measures.
13. 4.11.4. a) For tunnels if required, geotechnical and subsurface investigation
4 shall be done as per IRC:SP:91.
b) Geotechnical and subsurface investigation and testing for tunnels
shall be carried out through the geotechnical Consultants who have the
experience of geotechnical and subsurface investigation in
similar project.
14. 4.12.1 (1) The Consultant shall also carry out detailed designs and prepare
working designs for the following:
a) cross sections at every 25 m intervals
b) Slope stabilization and erosion control measures
c) Design of protection/control structures in areas subject to
subsidence, landslides, rock fall, rock slide, snow drifts, icing, scour,
avalanche activity etc.
d) Design of protective structures in slip prone and unstable areas
e) Design of scenic overlooks, watering points etc.
f) Safety features specific to hill roads
15 4.12.2 (1) The Consultant shall evolve Design Standards and material
specifications for the Study primarily based on IRC publications,
MORT&H Circulars and relevant recommendations of
the international standards for hill roads for approval by <BRO>.
4.12.2 (2) The Design Standards evolved for the project shall cover all aspects of
detailed design including the design of geometric elements, pavement
design, bridges and structures, tunnels if required, traffic
safety and materials.
16. 4.12.3 Wherever practicable/feasible hairpin bends and steep gradients shall be
avoided by realignments, provision of structures or any other
suitable provisions.
17. 4.12.4 While designing pavement for hill roads specific aspects relevant to hill
regions like terrain & topographic conditions, weather conditions, altitude
effects etc. shall be duly considered and suitably incorporated in design so
that pavement is able to perform well for the design traffic and service life.
Effects of factors like heavy rainfall, frost action, intensive snow and
avalanche activity, thermal stresses due to temperature difference in day
and night, damage by tracked vehicles during snow clearance operations
etc. must also be considered alongwith traffic intensity, its growth, axle
loads and design life.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 113
18. 4.12.5(3) The design of embankment should include the requirements for protection
works and traffic safety features including features specific to hill roads.
SUPPLEMENT-II
ADDITIONAL REQUIREMENTS FOR BRIDGES
Sr. Clause No. Additional points
No. of TOR
1 4.1 For standalone bridge projects the scope of work shall include detailed design
of approach road extending at least up to 2 km on either side of the bridge
The use of checklists is highly recommended as they provide a useful “aide memoire” for
the audit team to check that no important safety aspects are being overlooked. They also give
to the project manager and the design engineer a sense of understanding of the place of
safety audit in the design process. The following lists have been drawn up based on the
experience of undertaking systematic safety audit procedures overseas. This experience
indicates that extensive lists of technical details has encouraged their use as “tick” sheets
without sufficient thought being given to the processes behind the actions. Accordingly, the
checklists provide guidelines on the principal issues that need to be examined during the
course of the safety audits.
1. The audit team should review the proposed design from a road safety
perspective and heck the following aspects
CONTENTS ITEMS
Aspects to be A. Safety and operational implications of proposed
checked alignment and junction strategy with particular
references to expected road users and vehicle types
likely to use the road.
B. Width options considered for various sections.
C. Departures from standards and action taken.
D. Provision of pedestrians, cyclists and intermediate
transport
E. Safety implications of the scheme beyond its physical limits
i.e. how the scheme fits into its environs and road
Hierarchy
A1 : General Departures from standards Cross-
sectional variation Drainage
Climatic conditions
Landscaping Services
apparatus Lay-byes
Footpath
Pedestrian crossings
Access (minimize number of private accesses)
Emergency vehicles
Public Transport Future
widening Staging of contracts
Adjacent development
A2 : Local Visibility
Alignment New/Existing road interface Safety
Aids on steep hills
A3 : Junctions Minimise potential conflicts
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 117
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 118
Lighting Signs/Markings
B5 : Signs and Lighting
1. The audit team should satisfy itself that all issues raised at Stage 1 have been resolved.
Items may require further consideration where significant design changes have occurred.
2. If a scheme has not been subject to a stage 1 audit, the items listed in Checklists B1 to B6
should be considered together with the items listed below.
CONTENTS ITEMS
Aspects to be checked A. Any design changes since Stage 1.
B. The detailed design from a road safety viewpoint,
including the road safety implications of future
maintenance (speed limits; road signs and markings;
visibility; maintenance of street lighting and central
reserves).
C1 : General Departures from standards
Drainage
Climatic conditions
Landscaping Services
apparatus Lay-byes
Access
Skid-resistance
Agriculture Safety
Fences
Adjacent development
ENCLOSURE-I
MANNING SCHEDULE.
A. Normal Highway Projects
Tunnel expert, if required, the remuneration may be provided equivalent to Team Leader
remuneration and time period shall be decided by Regional Officer, concerned, <BRO>.
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, <BRO> is empowered to grant
extension to LA team staff/s.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 121
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 Min. 15 years
Professional
Experience
b) Experience in Min. 12 years in Planning, project preparation and design of
Highway projects Highway projects, including 2/4/6 laning of NH/SH/
expressways. For hill roads, respective hill roads
experience is required
c) Experience in In Feasibility of two / Four/Six Laning works and DPR/IC/
similar capacity Construction Supervision of Two/Four/six laning of major
(Either as Team Leader highway projects(NH/SH/Expressways)/ feasibility cum
or in Similar capacity ) detailed project report of two/ four laning projects of
minimum aggregate length of 80 km. For hill roads,
respective hill roads experience is required.
iii) Age Limit 65 years on the date of submission of proposal
i) Educational
Qualification
Essential Graduate in Civil Engineering or equivalent
Desirable Masters in Bridge Engineering / Structural Engineering
ii) Essential Experience
a)Total Min. 10 years
Professional
Experience
b) Experience in Min. 08 years in project preparation and design of
Bridge projects bridge projects.
c) Experience in Bridge Engineer in highway design consultancy projects
similar 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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 123
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL
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 Min. 10 years
Professional
Experience
b) Experience in Min. 7 years on similar projects in design and/or
Highway Projects construction
c) Experience in Material cum Geo-technical Engineer on highway
similar capacity projects (2/4/6 lane NH/SH/Expressways) of
minimum aggregate length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 124
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 Min. 10 years
Professional
Experience
b) Experience in Min. 8 years on similar projects in project preparation
Highway projects and construction & thorough understanding of modern
computer based methods
of surveying
c) Experience in Survey Engineer for projects preparation of highway projec
similar capacity (NH/SH/Expressways) involving 2/4/6- laning of minimum
aggregate length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal
i) Educational Qualification
Essential Graduate in Civil Engineering
Desirable Masters in Traffic Engineering / Transportation
Engineering / Transport Planning
ii) Essential Experience
a) Total Min. 06 years
Professional
Experience
b) Experience in Min. 05 years on similar projects.
Highway projects
c) Experience in Traffic Engineer in highway Projects (NH/SH/Expressways)
similar capacity involving 2/4/6 laning of minimum
aggregate length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 125
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 Min. 5 years in environment impact assessment and
Highway 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
i) Educational Qualification
Essential Graduate or equivalent in Civil Engineering /
Certificate course from ‘Institution of Quantity Surveying’
Desirable
ii) Essential Experience
a) Total Professional Min. 10 years
Experience
b) Experience in Min. 8 years in Preparation of Bill of Quantities, Contract
Highway Projects documents and documentation for major highway projects
involving two/ four laning
c) Experience in similar Quantity Surveyor / Documentation Expert in highway
capacity 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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 126
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL
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.
Enclosure-II(contd.)
Enclosure-II(contd.)
Tunnel Design Expert
I Educational
Qualification
Essential Degree in Civil/ Mining Engineering
Desirable Post Graduation in Design/ Structural Engineering or
equivalent.
II Essential Experience
a)Total Min. 15 years
Professional
Experience
(i) Professional Experience in handling major tunnel
projects (Road/Rail/Metro)
b) Experience in (ii) Experience of major tunnel construction/construction
Tunnel projects supervision projects (Road/Rail/Metro)
(iii) Experience in preparation of DPR or Feasibility report of
major tunnel projects (Road/Rail/Metro)
(i) Professional Experience as Tunnel Design Engineer
(Structural)
(ii) Experience as Tunnel Design Engineer (Structural) of
major tunnel construction/construction supervision projects
(Road/Rail/Metro)
c) Experience in
(iii) Experience as Tunnel Design Engineer (Structural)
similar capacity of major tunnel for preparation of DPR projects
(Road/Rail/Metro)
(iv)Experience as Tunnel Design Engineer (Structural) in
preparation of DPR/ Feasibility report of major tunnel projects
(Road/Rail/Metro) using NATM
III Age Limit 65 years on the date of submission of Proposal
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 130
Enclosure-II (contd.)
Qualification and Experience Requirement of Key Personnel Senior Geotechnical Engineer
I Educational Qualification
c) Experience in similar
(iii) Experience as Senior Geotechnical Engineer or similar
capacity
capacity in preparation of DPR or Feasibility report of major tunnel
projects (Road/Rail/Metro)
Enclosure-II (contd.)
Senior Geophysicist
I Educational Qualification
Graduate in Geophysics/Geo science/ Earth science or
Essential equivalent.
Post Graduation in Geophysics/Geo science/ Earth
Desirable science or equivalent
II Essential Experience
a) Total
Min. 15 years
Professional
Experience
(i) Professional Experience in handling tunnel/ mineral and
oil exploration projects
(ii) Experience of carrying out AEM survey for tunneling/
mineral and oil exploration or any other similar work for area
of more than 2.7 sq km
(iii) Processing, Interpreting, generating 3D resistivity
model of
b) Experience in Relevant
AEM survey’s raw data for tunneling/ mineral and oil
works
exploration or any other similar work for area of more than
2.7 sq km
(iv) Experience in carrying out AEM survey, processing,
interpreting, generating 3D resistivity of AEM survey’s raw
data for major tunnel work (Rail/Road/Metro)
Senior Geologist
i) Educational Qualification
i) Educational Qualification
Enclosure-II(contd.)
Material Engineer
i) Educational Qualification
ENCLOSURE-III
Schedule for submission of Reports and Documents
Stage Activit No. ofTime Period in days
No. y copies from date of
commencement
1 Monthly Reports 3 By 10 day of every month
2 Inception Report
(i) Draft Inception Report including QAP 3 21
document
(ii) Inception Report including QAP
document
3 30
3 F.S. REPORT
i) Draft Feasibility Study Report 4 60
including
option study report including draft 3(a)
report
ii) Comments of client iii) Final 1 75
Feasibility
Study Report incorporating compliance of 4 90
comments of Client
4 LA & Clearances I Report
i) Draft LA & Clearances I Report 4 105
including draft 3(A) report
ii) Comments of client iii) Final LA & 1 120
Clearances I Report incorporating 4 135
compliance
of comments of Client
5 Detailed Project Report
i) Draft DPR 4 180
ii) Comments of client 1 210
iii) Final DPR incorporating compliance 6 240
of comments of Client
6 Technical Schedules
i)Draft Technical Schedules 4 180
ii) Comments of 1 210
Client
iii) Final technical schedule 6 240
7 Land Acquisition II 4 180
Submission of draft 3D publication
report
8 Land Acquisition III, Award determination 240
(3G)
9 Project Clearances & LA IV Report 6
Approval of Project clearances from Original 300
Concerned agencies e.g. from MOEF; letters
Rly for
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 135
approval of GAD and detail from the
engineering concerne
drawing of ROB/RUB; Irrigation Dept.,
Utility d
Report and agencies and
Possession of Land 5
photocopi
es
of each
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.
Schedule for approval of Reports and Documents by PD after submission byConsultant.
Stage Activ Time Period in days from date of
No. ity submission of Comment and acceptance
by PD/RO
1 Inception Report 7 days
2 Feasibility Study Report
15days 7 days
i) Draft Feasibility Study Report
including option study report including
draft 3(a) report
ii) Final feasibility Study report
3 LA & Clearances Report
i) Draft LA & Clearances Report 15 days
ii) Final LA & Clearances Report 7 days
incorporating compliance of
comments of Client
4 Detailed Project Report
i) Draft DPR 30 days
7 days
ii) Final DPR incorporating compliance of
comments of Client
5 Technical Schedules
i) Draft Technical 30 days
Schedules 7 days
ii) Final technical
schedule
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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 136
ENCLOSURE-IV
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
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:
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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 137
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 not
found., consultants are required to agree with <BRO> all actual data formats proposed to
be used for the project
4. In order to standardize data formats and simplify hand over and re-use of data, some
requirements for minimum content and format are laid down below.
5.
0 Formats List of data, drawing and design outputs, CSV or ODF sheet,
to be used .xlsx optional
reporting format, digital format
suggested, key data to be included
(column headers), units and system to be
used
1 Traffic surveys
1.1 List of Point no, location coordinates (lat, long), CSV or ODF sheet,
traffic location of survey point, chainage, no .xlsx optional
survey lanes/type of junction, type of survey,
points date of survey, length of survey, any
commentary, equipment/technique used,
link to survey
output
1.2 Classified Survey point, survey location, location id
traffic (ihmcl), no of lanes, chainage, location Raw data: IHMCL
vol coordinates (lat, long), date, time and Traffic survey data
ume count period of survey format
survey Processed, corrected with
AADT: CSV or ODF sheet,
.xlsx
optional
1.3 O-D, Survey point, survey location, location CSV or ODF sheet,
tur lat, long, chainage, date, time, period of .xlsx optional
ning survey, technique/equipment used in
movement, addition to the
axle load survey data itself
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 138
and
other
surveys
2.12 Pave Test pit reference id, location, chainage, CSV or ODF sheet
ment georeference (lat, long), pavemet
inves composition - layer no, material type,
tigati thickness, sub grade type, and
on condition
4 Other deliverables
4 Digitize Digitized revenue map overlaid with key Geometry or shape files :
. d landmarks, land size, survey number and .shp/.dxf,
1 cadastral ownership data. min 1:1000 scale map .dwg/.dgn files
maps with >1mm accuracy options
4 Financial Spreadsheet model with instructions, ODF sheets, MS office .xlsx
. analysis index and containing all inputs and optional
2 assumptions, time series construction and
operating costs, revenues, financing and
equity cash flows, NPV/IRR, sensitivity
scenarios and results
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 141
3 Online hosting and archival of deliverables
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 <BRO> and
provide further access to additional users as and when requested by <BRO>
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
3.2 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
3.3 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
iii. Data, images and videos from all surveys and investigations conducted of this
enclosure
iv. All correspondence to and from <BRO> 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
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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 142
Appendix-II
Proof of Eligbility
Form –E1
Letter of Proposal (On Applicant’s letter Head)
Dear Sir,
With reference to your RFP Document dated ………, I/we i.e M/s------------------------------ ----------
-----
----------------------------- (Name of Bidder) having examined all relevant documents and
understood their contents, hereby submit our Proposal for selection as Consultant. The proposal is
unconditional and unqualified.
2. All information provided in the Proposal uploaded on INFRACON and in the Appendices is true
and correct and all documents accompanying such Proposal are true copies of their respective
originals.
3. This statement is made for the express purpose of appointment as the Consultant for the aforesaid
Project.
4. I/We shall make available to the Authority any additional information it may deem necessary or
require for supplementing or authenticating the Proposal.
5. I/We acknowledge the right of the authority to reject our application without assigning any reason
or otherwise and hereby waive our right to challenge the same on any account whatsoever.
6. I/We certify that in the last three years, we or any of our Associates have neither failed to perform
on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a
judicial pronouncement or arbitration award against the Applicant, nor been expelled from any
project or contract by any public authority nor have had any contract terminated by any public
authority for breach on our part.
7. I/We understand that you may cancel the Selection Process at any time and that you are neither
bound to accept any Proposal that you may receive nor to select the Consultant, without incurring
any liability to the Applicants in accordance with Clause 1.7 of the RFP document.
8. I/We declare that we/any member of the consortium, are/is not a Member of any other Consortium
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 143
applying for Selection as a Consultant.
9. I/We certify that in regard to matters other that security and integrity of the country, we or any of
our Associates have not been convicted by a Court of Law or indicted or adverse orders passed by
a regulatory authority which would cast a doubt on our ability to undertake the Consultancy for
the Project or which relates to a grave offence that outrages the moral sense of the community.
10. I/We further certify that in regard to matters relating to security and integrity of the country, we
have not been charge-sheeted by any agency of the Government or convicted by a Court of Law
for any offence committed by us or by any of our Associates.
11. I/We further certify that no investigation by a regulatory authority is pending either against us or
against our Associates or against our CEO or any of our Directors/Managers/employees.
12. I/We hereby irrevocably waive any right or remedy which we may have at any stage at law or
howsoever otherwise arising to challenge or question any decision taken by the Authority [and/ or
the Government of India] in connection with the selection of Consultant or in connection with the
Selection Process itself in respect of the above mentioned Project.
13. Deleted.
14. I/We agree and understand that the proposal is subject to the provisions of the RFP document. In
no case, shall I/we have any claim or right of whatsoever nature if the Consultancy for the Project
is not awarded to me/us or our proposal is not opened or rejected.
15. I/We agree to keep this valid for 120 (One hundred and twenty) days from the Proposal Due Date
specified in the RFP.
16. A Power of Attorney in favor of the authorized signatory to sign and submit this Proposal and
documents is attached herewith.
17. In the event of my/our firm/consortium being selected as the Consultant, I/we agree to enter into
any Agreement in accordance with the form Appendix V of the RFP. We agree not to seek any
changes in the aforesaid form and agree to abide by the same.
18. I/We have studied RFP and all other documents carefully and also surveyed the Project site. We
understand that except to the extent as expressly set forth in the Agreement, we shall have no
claim, right or title arising out of and documents or information provided to us by the Authority or
in respect of any matter arising out of or concerning or relating to the Selection Process including
the award of Consultancy.
19. The Proof of Eligibility and Technical proposal are being submitted in separate covers in hard
copy (as per clause 4.1 of LoI) and INFRACON Team I.D no._ . Financial Proposal is being
submitted online only. This Proof of Eligibility read with Technical Proposal and Financial
Proposal shall constitute the Application which shall be binding on us.
20. I/We agree and undertake to abide by all the terms and conditions of the RFP Document. In
witness thereof, I/we submit this Proposal under and in accordance with the terms of the RFP
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 144
Document.
Yours faithfully,
FIRM’S REFERENCES
Relevant Services Carried out in the Last Seven Years (2015-16 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:
APPENDIX-II
Form-E3
2 2021-22
3 2020-21
4 2019-20
5 2018-19
$
Certificate from the Statutory Auditor
This is to certify that ---------- (name of the Applicant) has received the payments shown above
against the respective years on account of Consultancy Services.
$In case he Applicant does not have a statutory auditor, it shall provide the certificate from its
chartered accountant that ordinarily audits the annual account of the Applicant.
Note:
APPENDIX-III
(Form-T1)
TECHNICAL PROPOSAL
FROM: TO:
Sir:
Address
(Authorized Representative)
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 149
(Form-T-2)
Details of projects for which Technical and Financial Proposals have been submitted
Sl.
Name of Consultancy Package No. Names of Proposed Key
No
Project Personnel
.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 150
Form-E/T3
FIRM’S REFERENCES
SITE APPRECIATION
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:
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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 152
Form- T5
Composition of the Team Personnel and the task Which would be assigned to each Team
Member
I. Technical/Managerial
Staff
1.
2.
3.
4.
….
….
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 153
Form- T6
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
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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 154
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
Form- T8
Facility for Field investigation and Testing
2. In case answer to 1 is Available (created in-house at site) a list of field investigation and
testing equipments available in-house
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:
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 156
REFERENCES
The following information should be provided in the format below for each reference assignment
for which your firm, either individually as a corporate entity or as one of the major companies
within a consortium, was legally contracted by the client:
Assignment Name: Country:
Location within Country : Professional Staff Provided by your firm:
Name of Client : No. of Staff :
Address : No. of Staff Months :
Technology Used:
Start Date Completion Approx. Value of Services : (in INR/current USD) :
(Month / Date (Month /
Year) Year)
Name of JV/Association Firm(s) if No. of Months of Professional Staff provided by
any : 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:
Form- T9
Office Equipment and software
Form- T10
Name of Work:
I, ………………………. (Name and INFRACON registered ID) have not left any assignment
with the consultants/ contractors engaged by Client iz.
MoRT&H/NHAI/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 uploaded on INFRACON portal 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 Work:
Date:
Place:
Signature
FINANCIAL PROPOSALS
(Form-I)
FROM: TO:
Sir:
Yours faithfully,
Signature
Full Name
Designation
Address
(Authorized Representative)
*The Financial proposal is to be filled strictly as per the format given in RFP.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 162
(Form-II)
Format of Financial Proposal
financial evaluation
(Form-III)
Estimate of Local Currency Costs
8 Quantity Surveyor/ 6
Documentation
Expert
9 Land Acquisition Expert 10
10 Utility Expert 4
Sub-Total:
Sub-Professional Staff (To be assessed by Consultant as per requirement
of assignment and one sub-professional be a fresh
graduate)
1
2
3
4
5
Sub-
Total:
TOTAL
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 165
8 Material Engineer 6
9 Highway cum 4
Pavement
Engineer
10 Quantity Surveyor 4
cum
Documentation Expert
11 Senior Survey Engineer 6
Sub-Total:
Sub-Professional Staff (To be assessed by Consultant as per
requirement of
assignment and one sub-professional be a fresh
graduate)
1
2
3
4
5
Sub-Total:
TOTAL
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 167
I. Support Staff
Total
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 168
TOTAL:
Final EMP
14 Final Bidding Documents 6
15 Draft 3(a) ,3(A) and 9
3(D) notification for
land acquisition ( 3
copies each)
16 LA & Clearances II Report 6
Total
10 Any other
investigations/sur
veys
11 *Sub-Soil Investigation Rate Qty. Amount (Rs)
(Boring)
a) Boring in all type of soils
(other than hard rock) 1500m (for projects
of length
< 110 km) or
2000m (for
projects of length >
110 km)
200m (for projects
b)Boring in hard rock of length
< 110 km) or
300m (for projects
of length
> 110 km)
Total
Note: * Quantities of borings shall be taken from Financial Proposal Form No. V. For financial
evaluation, these quantities and rates quoted by the consultant will be considered. However,
Payment shall be made on the actual quantity of boring at rates quoted above by the Consultant,
which may be substantially more or less than the estimated quantities.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 171
Note: The Consultant shall provide one Land Acquisition Expert along with allied team and
supporting logistic as envisaged in Clause 5.1.5.1 of TOR for each 100 km stretches proposed for
DPR preparation or part thereof (For example total length of package is 343 km, there will be four
team).
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 173
Lump Sum ……
3. Other Miscellaneous expenses (like DA, internal travel expenses other incidentals) (fixed cost)
APPENDIX-V
DETAILED EVALUATION CRITERIA
The sole applicant firm shall satisfy the following 3 (Three) Nos. of criteria.
(a) & (b) Firm should have experience of preparation of DPR/Feasibility of Single/2/4/6
lane of aggregate length as given below. The firm should have also prepared
DPR/Feasibility of at least one project of Single/2/4/6 laning of minimum length as indicated
below in the last 7 years.
Note: Similar project means Single/2/4/6 lane as applicable for the project for which RFP is invited. For
S i n g l e / 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 2016-17 is available, last five years shall be counted from 2012-13 to 2016-17. However,
where audited/certified copy of the Balance Sheet for the FY 2016-17 is not available (as certified by the
Statutory auditor) then in such cases last five years shall be considered from 2011-12 to 2015-16} of the
firm from Consultancy services should be equal to more than Rs.5 crore.
(Financial Year to be modified as applicable)
In case of JV, the Lead Partner should fulfill at least 75% of all eligibility requirements and the other partner
shall fulfill at least 50% of all eligibility requirements as given at 1.1 above. Thus a Firm applying as Lead
Partner/Other Partner in case of JV/Associate should satisfy the following (a) & (b) Firm should have
experience of preparation of DPR/Feasibility of 4/6 lane of aggregate length as given below. The firm should
have also prepared DPR/Feasibility of at least one project of 4/6 laning of minimum length as indicated
below in the last 7 years (i.e. from 2015-16 onwards)
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 176
c) Minimum Annual Average Turn Over for the last 5 years { In cases
where,Audited/Certified copy of Balance Sheet for the FY 2022-23 is available, last five years shall
be counted from 2018-19 to 2022-23. However, where audited/certified copy of the Balance Sheet
for the FY 2022-23 is not available (as certified by the Statutory auditor) then in such cases last five
years shall be considered from 2017-18 to 2021-22} of a firm applying as Lead Partner/Other
Partner in case of JV from Consultancy services should be as given below:
No. Status of the firm in carrying out DPR/ Feasibility Weightage for experience
Study
1 Sole firm 100%
3 Other partner in a JV 50 %
4 As Associate 25%
2. Second Stage Evaluation -Technical Evaluation (Para 12.2 of Data Sheet)A Firm’s
Relevant Experience (40)
For special projects such as special bridges, tunnels and expressways that require specialized
capabilities and skill sets, the following is the break-up:
Note:
A. In case feasibility study is a part of DPR services the experience shall be counted in DPR
only. In case bridge is included as part of DPR of highway the experience will be (1) and (2)
B. Similar project means Single/2/4/6 lane as applicable for the project for which RFP is
invited. For 2-lane projects experience of 4/6 lane also to be considered with a multiplication
factor of 1.5. Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects.
For 4/6 laning projects, experience of 2 lane will be considered with a multiplication factor of 0.4,
but only for those 2 lane projects whose cost of consultancy services was more than Rs.1.0 crore
Note: (i) Weightage to be given when experience by a Firm as Sole Firm/Lead Partner in a
JV/Other Partner in a JV/As Associate
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 180
No Weightage for
Status of the firm in carrying out
. experience
DPR/ Feasibility Study
3 Other partner in a 50 %
JV
4 As Associate 25%
(ii) The experience of a firm in preparation of DPR for a private
Concessionaire/contractor shall not be considered.
B Material testing, survey and investigation, equipment and software proposed to be used (20)
Note: The experience of firm in Lidar or equivalent technology, GPR and Induction Locator or
equivalent technologies and Experience in digitization of cadastral maps for land acquisition shall
be supported by experience certificate. The experience of a firm in Lidar or equivalent
technology, GPR and Induction Locator or equivalent technologies and Experience in digitization
of cadastral maps for land acquisition for a private concessionaire/contractor shall not be
considered.
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)
I General Qualification 25
i) Degree in Civil Engineering or [AICTE 20
Approved] Equivalent
ii) Post Graduation in Highway Engg Mechanics and Foundation 5
Transportation[AICTE Approved] /Structures/Traffic and Transportation
Engineering/Construction Management/
a
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 182
<15 years 0
15-18 years 11
>18-21 years 13
> 21 years 15
12-15 years 19
>15-18 years 22
>18 years 25
c) Experience in Similar 30
Capacity
(i) In Feasibility of 2/4/6 laning or DPR/IC/Construction Supervision 20
of major highway projects i.e. 2/4/6 l aning of NH/SH/Expressway in
Similar Capacity (Minimum Aggregate length 80 km )
< 80km 0
80 km-150km 15
>150km-250km 17
> 250km 20
< 2 projects 0
2 projects 8
3- 5 projects 9
> 5 projects 10
> 1 Year 0
1 year 3
8-12 years 11
>12-15 years 13
>15 years 15
6-10years 19
>10-15 years 22
>15years 25
c) Experience in Similar 30
Capacity
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 184
(i) In Design/ Pavement Design of Highway Projects (2/4/6 20
laning of
NH/SH/Expressways) in Similar Capacity (Minimum
aggregate length 80 km)
<80km 0
80km-150km 15
>150km-250km 17
3- 5 projects 9
> 5 projects 10
1 year 3
>250km 20
I General Qualification 25
i) Degree in Civil 20
Engineering or
equivalent[AICTE
Approved]
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 185
<2 Projects 0
2-4 Projects 4
> 4 projects 5
c) Experience as Senior Bridge Engineer or Similar 30
Capacity in Highway Design Consultancy Projects (2/4/6
laning of NH/SH/ Expressways) involving design of
Major Bridges ( minimum 2 Nos. of length more than
200m)
<2 numbers 0
2-4 numbers 24
5-6 numbers 27
> 6 numbers 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent
year subject to maximum of 2
marks
Total 100
I General Qualification 25
Total 100
1 year 3
Add 0.5 marks for each subsequent year subject
to maximum of 2 marks
Total 100
I General Qualification 25
i) Degree in Civil Engineering / Environmental Engineering or 20
Post Graduate in Environmental Sciences[AICTE Approved]
ii) Post-Graduation in Environmental Engineering [AICTE 5
Approved]
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
>7-10 years 22
>10 years 25
c) Experience as Environmental Specialist or in Similar 30
Capacity in Highway Projects(2/4/6 laning of
NH/SH/Expressways)
<2 projects 0
2- 4 projects 24
5-7 projects 27
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 190
>7 projects 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year
subject to maximum of 2 marks
Total 100
10-12 years 11
>12-15 years 13
>15 years 15
b) Experience in Highway Projects- Experience in preparation of25
Bill of Quantities, Contract documents and documentation for
major highway projects (2/4/6 laning of NH/SH/Expressways)
<8 years 0
8 -10 years 19
>10-12 years 22
>12 years 25
c) Experience as Quantity Surveyor / Documentation Expert or in 30
Similar Capacity in Highway Projects (2/4/6 laningof NH/SH/
Expressways) (Minimum Aggregate length of 80km)
<80km 0
80km-150km 24
>150km – 250km 27
>250km 30
III Employment with Firm 5
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 191
I General Qualification 25
i) Graduation or equivalent 20
>20 years 15
>12-15 years 17
>15 years 20
c) Experience in Land Acquisition works in Highway/road sector 25
Nil project 0
1 project 19
2 projects 22
3 projects 25
d) Retired Revenue officer at the level of 10
ADM/SDM / Tehsildar
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 192
subsequent year subject to
maximum of 2 marks
Total 100
I General Qualification 25
i) Graduation or equivalent 20
ii) Post Graduation 5
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<10 years 0
10-12 years 11
>12-15 years 13
>15 years 15
b) Experience in Utility estimation and its laying/ erection 30
<8 years 0
8 -10 years 24
>10-12 years 27
>12 years 30
c) Experience in Utility shifting estimation and its laying/ 25
erection along Highway/ roads
Nil project 0
1 project 19
2 projects 22
3 projects 25
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent
year subject to maximum of 2
marks
Total 100
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 193
2.4.11 TEAM LEADER cum SENIOR BRIDGE ENGINEER
1 year 3
Add 0.5 marks for each subsequent year subject to maximum
of 2 marks
Total 100
8-10 years 11
>10-15=12 years 13
>12 years 15
b) Experience in Bridge Projects 25
(i) Experience in project preparation and design of bridge projects 25
<5 years 0
5-8 years 19
>8-10 years 22
>10 years 25
c) Experience as Senior Bridge Engineer or Similar Capacity in 30
Highway Design Consultancy Projects (Single/2/4/6 laning of
NH/SH/Expressways involving design of Major Bridges (
minimum 2 nos. of length more than 200m)
<2 numbers 0
2-4 numbers 24
5-6 numbers 27
> 6 numbers 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year
subject to maximum of 2 marks
Total 100
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 195
<10 years 0
>=10 – 12 years 7
>12 years 8
c) Experience in Similar Capacity 15
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 196
(i) Experience as Team Leader or similar capacity in major tunnel 7
construction/construction supervision projects (Road/Rail/Metro)
=2 projects 5
= 3 to 5 projects 6
> 5 or more 7
= 3 to 5 projects 7
> 5 or more 8
Add 0.5 marks for each subsequent year subject to maximum of 2.5
marks
Total 100
I General Qualification 25
i) Degree in Civil/ Mining Engineering 20
ii) Post Graduation in Design/Structural Engineering or equivalent 5
II Relevant Experience & Adequacy for the Project 65
a) Total Professional 10
Experience
<15 years 0
15-20 years 8
>20 -25years 9
>25years 10
b) Experience in Tunnel 24
Projects
(i)Professional Experience in handling major tunnel 8
projects (Road/Rail/Metro)
<10 years 0
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 197
>=10-12 years 6
>12 -14 years 7
>14 years 8
(ii) Experience of major tunnel construction/construction 8
supervision projects (Road/Rail/Metro)
<10 years 0
>=10-12 years 6
>12 -14 years 7
>14 years 8
>=8 – 10 years 6
>10-12 years 7
>12 years8 8
>=8 – 10 years 6
>10-12 years 7
>12 years 8
< 3 projects 0
>=3-5 projects 6
5 or more projects 7
II Employment with Firm 10
I
Less than 1 Year 0
1-2 years 7
.
5
Add 0.5 marks for each subsequent year subject to maximum of
2.5 marks
Total 100
>=8 – 10 years 6
>10-12 years 7
>12 years 8
>=8 – 10 years 6
>10-12 years 7
>12 years8 8
<8 years 0
>=8 – 10 years 6
>10-12 years 7
<8 years 0
>20 -25years 13
>25years 15
b) Experience in Relevant 50
works
(i) Professional Experience in handling tunnel/ mineral 12
and oil exploration projects
<10 years 0
>=10-12 years 9
>12 -14 years 11
>14 years 12
5 or more projects 14
Total 100
ii) In Government Organizations: Executive Engineer (or equivalent) and above Material
Engineer
Material Expert/ Geo Technical Engineer/ Manager (Material)
7. Environmental Specialist
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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 205
APPENDIX-VI
Between
<BRO>
And
For
Consultancy Services for preparation of Detailed Project Report for << CONSULTANCY
SERVICES FOR FEASIBILITY STUDY, PREPARATION OF DETAILED PROJECT
REPORT(DPR) AND PROVIDING PRECONSTRUCTION SERVICES IN RESPECT OF
TUTING-MUIRBE-BANE ROAD (INDICATIVE LENGTH 72.0 KM) GREEN FIELD
ALIGNMENT FOR CONSTRUCTION AND UPGRADATION TO NHSL SPECIFICATION
UNDER 1448 BCC/761 BRTF IN AOR OF (P) BRAHMANK IN ARUNACHAL PRADESH>>
.Project Description>
1. General Provisions
1.1 Definitions
1.4 Language
1.5 Headings
1.6 Notices
1.7 Location
2.6 Modification
2.7.1 Definition
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 207
2.7.2 No Breach of Contract
By the Client
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
3.1 General
3.3 Confidentiality
4. Consultants’ Personnel
4.1 General
5.5 Payment
7.1 General
7.3 Penalty
9. SETTLEMENT OF DISPUTES
Appendix H (2): Format for Bank Guarantee for Performance Security for a number
This CONTRACT (hereinafter called the “Contract”) is made on the ---------- day of the month of -------------
----
2018 , between, on the one hand, (<BRO>), New Delhi (hereinafter called the
“Client”) and,
WHEREAS
(A) the Client has requested the Consultants to provide certain consulting services as defined in the
General
Conditions attached to this Contract (hereinafter called the “Services”);
(B) the Consultants, having represented to the Client that they have the required professional
skills, personnel and technical resources, have agreed to provide the Services on the terms
and conditions set forth in this Contract;
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”);
(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.
(<BRO>
1. Signature
Name
Address
By
Name
Address
(Consultant)
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 212
1.
Signatur
e Name
Address
By
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;
(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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 214
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.
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
1.6.3 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.
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.
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.
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.
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.
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.
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.
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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 218
(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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 219
(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.
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.
(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.
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.
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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 220
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
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:
(c) if the Consultants fail to comply with any final decision reached as a
result of arbitration proceedings pursuant to Clause 8 hereof;
(e) if, as the result of Force Majeure, the Consultants are unable to
perform a material portion of the Services for a period of not less
than sixty (60) days; or
(f) if the Client, in its sole discretion and for any reason whatsoever,
decides to terminate this Contract.
(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;
(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.
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.
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.
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):
(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.
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.
3. OBLIGATIONS OF THE CONSULTANTS
3.1 General
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.
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.
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.
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:
(b) after the termination of this Contract, such other activities as may be
specified in the SC.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 224
3.3 Confidentiality
The Consultants, their Sub consultants and the Personnel of either of them shall not, either
during the term or within two (2) years after the expiration of this Contract, disclose any
proprietary or confidential information relation to the Project, the Services, this Contract
or the Client's business or operations without the prior written consent of the Client.
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.
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.
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.
The Consultants shall obtain the Client's prior approval in writing before taking any of the
following actions:
(b) entering into a subcontract for the performance of any part of the Services, it being
understood (i)that the selection of the Sub-consultant and the terms and conditions
of the subcontract shall have been approved in writing by the Client prior to the
execution of the subcontract, and (ii) that the Consultants shall remain fully liable
for the performance of the Services by the Sub- consultant and its Personnel
pursuant to this Contract;
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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 225
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 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.
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.
(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.
(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- tahhed selfie based attendance system for
marking their daily attendance. Aadhaar based Biometric attendance/Geo-tagged
selfie-based attendance shall be marked at least once 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 <Agency>. 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 <Agency> 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 <Agency>.
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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 228
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.
4.5.5 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.
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.
(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;
(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;
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.
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),
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.
(a) An abstract of the cost of the Services payable in local currency (Indian Rupees)
is set forth in Appendix E.
(b) Except as may be otherwise agreed under Clause 2.6 and subject to Clause
6.1(c), the payments under this Contract shall not exceed the ceiling specified in
the SC. The Consultants shall notify the Client as soon as cumulative charges
incurred for the Services have reached 80% of the ceiling.
(c) Notwithstanding Clause 6.1(b) hereof, if pursuant to Clauses 5.4 hereof, the
Parties shall agree that additional payments shall be made to the Consultants in
order to cover any necessary additional expenditures not envisaged in the cost
estimates referred to in Clause 6.1(a) above, the ceiling set forth in Clause
6.1(b) above shall be increased by the amount or amounts, as the case may be,
of any such additional payments.
(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
Note: Consultants have to provide a certificate that all key personnel as envisaged in the
Contract Agreement has been actually deployed in the project. They have to submit the
proof of Aadhaar based Biometric attendance/Geo-tagged selfie-based attendance at the
time of submission of bills to the <BRO>.
* The Concerned Project Director or his authorized representative shall ensure and certify at least
5% test check of all the data collected by the Consultant before releasing the payment to the
Consultant.
(c) No payment shall become eligible for the next stage till the consultant completes to
the satisfaction of the client the work pertaining to the preceding stage. The
payment for the work of sub-soil investigation (Boring)will be as per plan
approved by the client and will be paid as per actual at the rates quoted by the
consultants .The payment for the quantity given by the client for boring will be
deemed to be included in the above mentioned payment schedule. Any adjustment
in the payment to the consultants will be made in the final payment only.
(d) The Client shall cause the payment of the Consultants in Para 6.4 (b) above as
given in schedule of payment within thirty (30) days after the receipt by the Client
of bills. Interests at the rate specified in the SC shall become payable as from the
above due date on any amount due by, but not paid on, such due date.
(e) The final payment under this Clause shall be made only after the final report and a
final statement, identified as such, shall have been submitted by the Consultants
and approved as satisfactory by the Client. The Services shall be deemed
completed and finally accepted by the Client and the final report and final
statement shall be deemed approved by the Client as satisfactory one hundred and
eighty (180) calendar days after receipt of the final report and final statement by
the Client unless the Client, within ninety(90) day period, gives written notice to
the Consultants specifying in detailed deficiencies in the Services, the final report
or final statement. The Consultants shall thereupon promptly make any necessary
corrections, and upon completion of such corrections, the foregoing process shall
be repeated. Any amount which the Client has paid or caused to be paid in
accordance with this Clause in excess of the amounts actually payable in
accordance with the provisions of this Contract shall be reimbursed by the
Consultants to the Client within thirty (30) days after receipt by the Consultants of
notice thereof. Any such claim by the Client for reimbursement must be made
within twelve (12) calendar months after receipt by the Client of a final report and
a final statement approved by the Client in accordance with the above.
(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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 233
(h) Consultants will make payment of salary to all key personnel in their respective
bank accounts through electronic mode only. No cash transaction wrt salaray will
be made. Proof of salary transfer through electronic mode shall be submitted by
the consultants with each bill.
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.
An amount equivalent to 10% 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. Out
of this 15%, 10% shall be in the form of Bank Guarantee and 5% shall be the amount
retained from Consultancy fee payable to the Consultant.
7.3 Penalty
i. If variation in project cost occurs due to Change of scope requests of more than 10% of
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 234
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
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 Performance of Consultants shall be monitored by CE (P) Brahmank and will be taken into
account in technical evaluation of future DPR projects.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 236
7.4 ACTION FOR DEFICIENCY IN SERVICES
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.
In the case of major deficiencies in the Detailed Project Report involving time and cost
overrun and adverse effect on reputation of CE (P) Brahmank, the firm shall be declared as
non-performing and the firm will not be eligible for participating in future projects of the
Ministry (including NHAI, NHIDCL, BRO, etc.) for a period of 5 years.
8. FAIRNESS AND 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.
The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties hereby agree
that it is their intention that this Contract shall operate fairly as between them, and
without detriment to the interest of either of them, and that, if during the term of this
Contract either Party believes that this Contract is operating unfairly, the Parties will use
their best efforts to agree on such action as may be necessary to remove the cause or
causes of such unfairness, but no failure to agree on any action pursuant to this Clause
shall give rise to a dispute subject to arbitration in accordance with Clause 9 hereof.
9. SETTLEMENT OF DISPUTES
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.
9.2.2 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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 237
9.3 Conciliation
In the event of any Dispute between the Parties, either Party may call upon
[CE (P) Brahmank 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
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.
If for any reason an arbitrator is unable to perform his function, a substitute shall be
appointedin the same manner as the original 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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 238
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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 239
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
(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
Boarding
7 Extra charges for days other Rs. 5000 /- per day for outstation Arbitrator
than 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.
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
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% .
10.1 The Consultancy fee shall be increased on account of change of scope as below:
Number of GC Clause
1. 1(a) The words “in the Government’s country” are amended to read “in INDIA”
Attention: Name
Designati
on Address
Tel: Fax: E-mail address
1.8 Entity to Act as Member in charge (In case of Joint Venture of Consultants) with
or without an Associate: - ………………………..
Director, <BRO> ( -- )
Name
Designation
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 243
1.10 The Consultants and the personnel shall pay the taxes, duties, fees, levies and other
impositions levied under the existing, amended or enacted laws (prevailing 7 days
before the last date of submission of bids) during life of this contract and the Client
shall perform such duties in regard to the deduction of such tax as may be lawfully
imposed.
2.2 The time period shall be “four months” or such other time period as the parties
may agree in writing.
2.3 The time period shall be “fifteen days” or such other time period as the Parties may
agree in writing.
2.4 The time period shall be 08 months or such other time period as the parties may
agree in writing.
(a) Except in case of negligence or willful misconduct on the part of the Consultants or
on the part of any person or firm acting on behalf of the Consultants in carrying out the
Services, the Consultants, with respect to damage caused by the Consultants to the
Client’s property, shall not be liable to the Client:
(b) This limitation of liability shall not affect the Consultants’ liability, if any,
for damage to Third Parties caused by the Consultants or any person or firm
acting on behalf of the Consultants in carrying out the Services.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 244
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 for the
period of consultancy.
(c) (i) The Consultant shall provide to CE (P) Brahmank 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 CE (P) Brahmank in a joint venture
or ‘in association’, the policy must be procured and provided to CE (P) Brahmank
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 CE (P) Brahmank. 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……… including Goods & Service Tax)
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 245
Account Number :
IFSC Code :
9.2 Disputes shall be settled by arbitration in accordance with the following provisions:
Appendix A
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 246
Terms of reference containing, inter-alia, the Description of the Services and Reporting Requirements
Appendix B
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 247
Consultants’ Sub consultants, Key Personnel and Sub Professional Personnel
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 248
Appendix C
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.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 249
Appendix D
Duties of the Client
Appendix E
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 250
Cost Estimate
Appendix F:
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 251
Minutes of Financial/ Contract Negotiations with the Consultant
Appendix G:
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 252
Copy of letter of acceptance
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 253
Appendix – H
Copy of letter of Award
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 254
Appendix - I
Format for Bank Guarantee for Performance Security (For individual work)
BANK GUARANTEE FOR PERFORMANCE SECURITY
To
,
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 255
Chief Engineer
HQ CE (P)
Brahmank Pasighat
Arunachal Pradesh - 791102
In consideration of <BRO> (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 of < Consultancy Services For Feasibility Study,
Preparation Of Detailed Project Report(Dpr) And Providing Preconstruction Services In Respect
Of Tuting-Muirbe-Bane Road (Indicative Length 72.0 Km) green field alignment For
Construction And Upgradation To NHSL Specification Under 1448 BCC/761 BRTF In AoR Of
(P) Brahmank In Arunachal Pradesh>>(Total Length -…….) on NH-…..in the states of
………….under – Contract Package No (Hereinafter called the “Contract”), and the
Consultant having agreed to furnish a Bank Guarantee to the Client as “Performance Security as
stipulated by the Client in the said contract for performance of the above Contract amounting to
Rs.……………./- (Rupees… ................................................................................................ ).
The Client shall have the fullest liberty without affecting in any way the liability of the Bank
under this Guarantee, from time to time to vary or to extend the time for performance of the
contract by the Consultant. The Client shall have the fullest liberty without affecting this
guarantee, to postpone from time to time the exercise of any powers vested in them or of any
right which they might have against the consultant and to exercise the same at any time in any
manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in the
Contract between the Client and the Consultant any other course or remedy or security available
to the Client. The bank shall not be relieved of its obligations under these presents by any
exercise by the Client of its liberty with reference to the matters aforesaid or any of them or by
reason of any other act or forbearance or other acts of omission or commission on the part of the
Client or any other indulgence shown by the Client or by any other matter or thing whatsoever
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 256
which under law would but for this provision have the effect of relieving the Bank.
The Bank also agrees that the Client at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance without proceeding against the
Consultant and notwithstanding any security or other guarantee that the Client may have in
relation to the Consultant’s liabilities.
c) We are liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only
and only if you serve upon us a written claim or demand on or before ....(date of expiry
of Guarantee).
NOTE:
(i) Thebank guarantee(s) contains the name, designation and code number of the officer(s)
signing the guarantee(s).
(ii) Theaddress, 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).
APPENDIX-VII
General Details
Project Name
Consultant's Name
Date of Review
Details /
S.No SECTION OF THE YES/NO/NA Remarks
Specificatio
REPORT
ns
1 Executive Summary Yes ☐No ☐ NA NA
☐
2 Project Appreciation Yes ☐No ☐ NA NA
☐
2.1 Location of site office Yes ☐No ☐ NA
☐
Review of scope of ToR and
2.2 Yes ☐No ☐ NA NA
gap identification
☐
Key departments
2.3 Yes ☐No ☐ NA
identified for various
documents ☐
Start and end location of
2.4 project Yes ☐No ☐ NA
verified with client ☐
(Mention details)
Project description
2.5 • Start and End Chainage Yes ☐No ☐ NA
• Village/District ☐
Project location map
2.6 • On State Map Yes ☐No ☐ NA NA
• On District Map ☐
2.7 Site photos and data of Yes ☐No ☐ NA NA
project alignment ☐
2.8 Overview of land use plans Yes ☐No ☐ NA NA
☐
Overview of existing
pavement conditions
2.9 • Number of Lanes
Yes ☐No ☐ NA
• Type of
☐
Pavement
(Flexible/Rigid/Surfac
ed/
Unsurfaced)
2.10 Existing right of way details Yes ☐No ☐ NA
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 258
☐
Number/ Location of major
2.11 Yes ☐No ☐ NA
and minor bridges
☐
Number/ Location of level
2.12 Yes ☐No ☐ NA
crossings
☐
2.13 Number/ Location of ROB Yes ☐No ☐ NA
and RUB ☐
2.14 Any other details relevant Yes ☐No ☐ NA NA
to the project ☐
3 Approach Methodology Yes ☐No ☐ NA NA
☐
3.1 Engineering survey Yes ☐No ☐ NA NA
and investigations ☐
Design of road, pavements
3.2 Yes ☐No ☐ NA NA
and structures
☐
Environment and social
3.3 Yes ☐No ☐ NA NA
impact assessment
☐
Estimation of project cost,
3.4 Yes ☐No ☐ NA NA
viability and financing options
☐
3.5 Any other details relevant Yes ☐No ☐ NA NA
to the project ☐
Task Assignment and
4 Yes ☐No ☐ NA NA
Manning Schedule
☐
4.1 Number of key personnel Yes ☐No ☐ NA
provided ☐
Specific tasks assigned to each
4.2 Yes ☐No ☐ NA NA
key personnel
☐
4.3 Manning schedule for key Yes ☐No ☐ NA NA
personnel ☐
4.4 Number of key personnel Yes ☐No ☐ NA
deployed at site ☐
5 Performa for data collection Yes ☐No ☐ NA NA
☐
Indicative design
6 Yes ☐No ☐ NA NA
standards and cross
sections ☐
7 Development plans Yes ☐No ☐ NA NA
☐
Overview of development
7.1 plans being implemented/ Yes ☐No ☐ NA NA
proposed by ☐
local bodies
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 259
Overview of impact of
7.2 Yes ☐No ☐ NA NA
such development plans
☐
8 Quality Assurance Plan Yes ☐No ☐ NA NA
☐
8.1 Engineering surveys Yes ☐No ☐ NA NA
and investigation ☐
8.2 Traffic surveys Yes ☐No ☐ NA NA
☐
Material geo-technical and
8.3 Yes ☐No ☐ NA NA
sub-soil investigations
☐
8.4 Road and pavement Yes ☐No ☐ NA NA
investigations ☐
Investigation and design of
8.5 Yes ☐No ☐ NA NA
bridges and structures
☐
8.6 Environment and R&R Yes ☐No ☐ NA NA
assessment ☐
8.7 Economic and financial analysis Yes ☐No ☐ NA NA
☐
8.8 Drawing and documentation Yes ☐No ☐ NA NA
☐
8.9 Any other details relevant Yes ☐No ☐ NA NA
to the project ☐
Discussion of draft QAP
8.10 Yes ☐No ☐ NA NA
document with client
☐
8.1 Approval of final QAP Yes ☐No ☐ NA NA
1 document by client ☐
9 Draft design Standards Yes ☐No ☐ NA NA
☐
Geometric design
9.1 Yes ☐No ☐ NA NA
standards of highway
(Plain) ☐
Geometric design
9.2 standards of highway Yes ☐No ☐ NA NA
(Hilly) ☐
10 Conclusions and Yes ☐No ☐ NA NA
recommendations ☐
10. Conclusions and Yes ☐No ☐ NA NA
1 recommendations ☐
Report fulfils project
10. NA
objectives and scope as per Yes ☐No ☐ NA
2 ☐
RFP
10. Report reviewed for errors Yes ☐No ☐ NA NA
3 and omissions ☐
Compliance report
10. Yes ☐No ☐ NA NA
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 260
4 prepared on client ☐
observations
General Details
Project Name
Consultant's Name
Date of Review
Details /
S.N SECTION OF THE REPORT YES/ NO/ NA Specificatio Remarks
o
ns
1 Executive Summary Yes ☐No ☐ NA NA
☐
Overview of client
2 organization / activities Yes ☐No ☐ NA NA
☐
Methodology adopted for
3 feasibility study Yes ☐No ☐ NA NA
☐
Socioeconomic profile of
4 the project areas Yes ☐No ☐ NA NA
☐
Regional economic profile
4.1 basis last 10 years data as per Yes ☐No ☐ NA NA
IRC ☐
Economic profile of project
4.2 influence area basis last 10 Yes ☐No ☐ NA NA
years ☐
data as per IRC
Details /
S.N SECTION OF THE YES/ NO/ NA Specification Remarks
o REPORT
s
Socio Economic status of
4.3 project influence area Yes ☐No ☐ NA NA
☐
Indicative design standards,
5 methodologies, and Yes ☐No ☐ NA NA
specifications ☐
Details /
S.No SECTION OF THE YES/ NO/ NA Specification Remark
REPORT s
s
Geological Survey
7.4 • Geological Map of the Yes ☐No ☐ NA NA
Area ☐
• Seismicity
Climatic Conditions
7.5 • Temperature NA
Yes ☐No ☐ NA
• Rainfall ☐
• Wind
Pavement composition and
7.6 condition survey as per Yes ☐No ☐ NA NA
IRC:SP:19 ☐
Review of pavement
7.7 composition and condition Yes ☐No ☐ NA NA
survey by client ☐
Pavement roughness survey
7.8 as per IRC:SP:16 Yes ☐No ☐ NA NA
☐
Review of pavement
7.9 roughness survey by client Yes ☐No ☐ NA NA
☐
Pavement structural strength
7.10 survey as per IRC:81 Yes ☐No ☐ NA NA
☐
Review of pavement
7.11 structural strength Yes ☐No ☐ NA NA
survey by client ☐
7.12 Sub grade Yes ☐No ☐ NA NA
characteristics and ☐
strengths
Topographical survey as
per IRC:SP:19
7.13 using LiDAR Yes ☐No ☐ NA NA
• Gradient ☐
• Terrain
7.14 Review of topographical Yes ☐No ☐ NA NA
survey by client ☐
Inventory of bridges,
7.15 culverts and structures Yes ☐No ☐ NA NA
☐
Condition survey for
7.16 bridges, culverts and Yes ☐No ☐ NA NA
structures ☐
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 263
Details /
S.No SECTION OF THE YES/ NO/ NA Specificat Remark
REPORT ions s
7.18 Any other details relevant Yes ☐No ☐ NA NA
to the project ☐
8 Geotechnical Survey Yes ☐No ☐ NA NA
☐
Geo-technical and sub-
8.1 soil explorations as per IRC:78 Yes ☐No ☐ NA NA
☐
Bore holes dug for every
8.2 pier and abutment Yes ☐No ☐ NA NA
☐
Review of geo-technical and
8.3 sub-soil explorations by client Yes ☐No ☐ NA NA
☐
Field testing, soil sampling,
8.4 laboratory testing in Yes ☐No ☐ NA NA
accordance with BIS/ ☐
AASHTO/ BS
Recommendation of
8.5 Foundation Type and Depth Yes ☐No ☐ NA NA
☐
8.6 Any other details relevant Yes ☐No ☐ NA NA
to the project ☐
9 Hydraulic and Hydrological Yes ☐No ☐ NA NA
Survey ☐
Hydraulic and hydrological
9.1 investigations as per Yes ☐No ☐ NA NA
IRC:SP:13 and IRC:5 ☐
9.2 High Flood Level specified Yes ☐No ☐ NA NA
☐
9.3 Depth of Water Table specified Yes ☐No ☐ NA NA
☐
9.4 Ponded Water Level specified Yes ☐No ☐ NA NA
☐
9.5 Any other details relevant Yes ☐No ☐ NA NA
to the project ☐
Review of
9.6 hydrological Yes ☐No ☐ NA NA
investigations by ☐
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 264
client
Details /
S.No SECTION OF THE YES/ NO/ NA Specificati Remarks
REPORT ons
Sources of water for
10.4 construction specified as per Yes ☐No ☐ NA NA
IS: 456 ☐
10.5 Any other details relevant Yes ☐No ☐ NA NA
to the project ☐
Environmental
11 screening/ Yes ☐No ☐ NA NA
preliminary ☐
environmental
assessment
Analysis basis Initial
11.1 Environment Examination Yes ☐No ☐ NA NA
in IRC: SP: 19
☐
Recommended feasible
11.2 mitigation measures Yes ☐No ☐ NA NA
☐
Initial social assessment/
12 preliminary LA Yes ☐No ☐ NA NA
resettlement plan
☐
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 265
Details /
S.No SECTION OF THE YES/ NO/ NA Specificatio Remarks
REPORT ns
14.2 Projected revenues details Yes ☐No ☐ NA NA
☐
14.3 Assumptions stated Yes ☐No ☐ NA NA
☐
Analysis and results (IRR,
14.4 Sensitivity Analysis, Yes ☐No ☐ NA NA
Financial Viability) ☐
15 Strip plan and Alignment Yes ☐No ☐ NA NA
☐
15.1 Details of center line of Yes ☐No ☐ NA NA
proposed highway ☐
15.2 Details of existing RoW Yes ☐No ☐ NA NA
☐
15.3 Details of proposed RoW Yes ☐No ☐ NA NA
☐
Details about ownership of
15.4 land to be acquired Yes ☐No ☐ NA NA
☐
Strip plan basis
15.5 reconnaissance and Yes ☐No ☐ NA NA
topographic surveys ☐
Strip plan reviewed and
15.6 approved by the client Yes ☐No ☐ NA NA
☐
16 Alignment Options Study Yes ☐No ☐ NA NA
☐
At least two alignments
16.1 Yes ☐No ☐ NA NA
proposed Details of
☐
Alignments on Map
16.2 Review of options with client Yes ☐No ☐ NA NA
☐
16.2. Review of options with Yes ☐No ☐NA NA
1 local authority ☐
Length of the project along
16.3 proposed alignment options Yes ☐No ☐ NA
☐
Land Acquisition required
16.4 along alignment options Yes ☐No ☐ NA
☐
16.4. Environmental impact of Yes ☐No ☐NA
1 each option
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 267
☐
Details /
S.N SECTION OF THE YES/ NO/ NA Specification Remarks
o REPORT s
16.7 Any other details relevant to Yes ☐No ☐ NA NA
the project ☐
17 Technical Specifications Yes ☐No ☐ NA NA
☐
MoRTH technical
17.1 specifications for Roads and Yes ☐No ☐ NA NA
Bridge works followed ☐
17.2 Details of technical Yes ☐No ☐ NA NA
specifications ☐
18 Rate Analysis Yes ☐No ☐ NA NA
☐
Rate analysis for all relevant
18.1 items as per latest SoR Yes ☐No ☐ NA NA
☐
19 Cost Estimates Yes ☐No ☐ NA NA
☐
Cost estimates for all
19.1 relevant items as per latest Yes ☐No ☐ NA NA
SoR ☐
20 Bill of quantities Yes ☐No ☐ NA NA
☐
21 Conclusions and Yes ☐No ☐ NA NA
recommendation ☐
s
21.1 Conclusions and Yes ☐No ☐ NA NA
recommendation ☐
s
Report fulfils project
21.2 objectives and scope as per Yes ☐No ☐ NA NA
RFP ☐
21.3 Report reviewed for errors Yes ☐No ☐ NA NA
and omissions ☐
Compliance report prepared
21.4 on client observations Yes ☐No ☐ NA NA
☐
General Details
Project Name
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 269
Consultant's
Name
Date of Review
Detai ls/
Spec ifications
S.No SECTION OF THE YES/NO/N Remark
REPORT A s
1 Executive Summary Yes ☐No ☐ NA NA
☐
2 Strip plan- additional details Yes ☐No ☐NA NA
added ☐
Detai ls/
S.N SECTION OF THE YES/NO/N Spec ifications Remark
o REPORT A s
Details of center line, existing
2.1 structures, road furniture Yes ☐No ☐NA NA
and other features ☐
2.2 Widening scheme Yes ☐No ☐NA NA
☐
New construction/
2.3 reconstruction of structures and Yes ☐No ☐NA NA
amenities ☐
2.4 Existing and proposed right of Yes ☐No ☐NA NA
way ☐
2.5 Clearances impacting each Yes ☐No ☐NA NA
chainage ☐
3 Forest Clearance Yes ☐No ☐ NA NA
☐
3.1 Requirement for forest Yes ☐No ☐ NA NA
clearance identified ☐
Date/ Details of initial
3.2 consultation with competent Yes ☐No ☐ NA
authority ☐
Details/cost of trees being
3.3 felled basis concerned District Yes ☐No ☐ NA
Forest Office ☐
Date of submission of
3.4 proposal for forest clearance Yes ☐No ☐ NA NA
☐
3.5 Review of proposal by client Yes ☐No ☐ NA NA
☐
4 Wildlife Clearance Yes ☐No ☐ NA NA
☐
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 270
Details/
S.N SECTION OF THE REPORT YES/NO/NA Specification Remark
o s
s
5.1 Identification of overground Yes ☐No ☐ NA NA
utilities ☐
Identification of underground
5. utilities using GPR, Yes ☐No ☐ NA NA
2 Induction Locator or ☐
equivalent technologies
Name/ Details of consultation
5. with local authority/ people Yes ☐No ☐ NA
3 ☐
Utility relocation plan with
existing / proposed location
5. showing existing RoW and Yes ☐No ☐ NA NA
4 topographic details ☐
5. Cost for relocation as per Yes ☐No ☐ NA
5 authority ☐
Date of proposal
5. submission to competent Yes ☐No ☐ NA
6 authority ☐
Review of utility relocation
5. plan/ proposal by client Yes ☐No ☐ NA NA
7 ☐
6 Utility Clearances (Water) Yes ☐No ☐ NA NA
☐
6. Identification of overground Yes ☐No ☐ NA NA
1 utilities in RoW ☐
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 271
Identification of underground
6. utilities using GPR, Yes ☐No ☐ NA NA
2 Induction Locator or ☐
equivalent technologies
Name/ Details of consultation Yes ☐No ☐ NA
6. with local authority/ people ☐
3
Utility relocation plan with
existing / proposed location
6. showing existing RoW and Yes ☐No ☐ NA NA
4 topographic details ☐
6. Cost for relocation as per Yes ☐No ☐ NA
5 authority ☐
Date of proposal Yes ☐No ☐ NA NA
6. submission to competent ☐
6 authority
Review of utility relocation Yes ☐No ☐ NA
6. plan/ proposal by client ☐ NA
7
7 Utility Clearances (Others) Yes ☐No ☐ NA NA
☐
7. Identification of overground Yes ☐No ☐ NA NA
1 utilities in RoW ☐
Identification of underground
7. utilities using GPR, Yes ☐No ☐ NA NA
2 Induction Locator or ☐
equivalent technologies
Name/ Details of consultation Yes ☐No ☐ NA
7. with local authority/ people ☐
3
Utility relocation plan with
7.4 existing / proposed location Yes ☐No ☐ NA NA
showing existing RoW and ☐
topographic details
7.5 Cost for relocation as per Yes ☐No ☐ NA
authority ☐
Details/
S.No SECTION OF THE REPORT YES/NO/NA Specification Remark
s
s
Date of proposal
7.6 submission to competent Yes ☐No ☐ NA
authority ☐
Review of utility relocation
7.7 plan/ proposal by client Yes ☐No ☐ NA NA
☐
8 Railway Clearances Yes ☐No ☐ NA NA
☐
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 272
Identification of ROB/
8.1 RUB on project corridor Yes ☐No ☐ NA NA
☐
Initial consultation with
8.2 competent authority Yes ☐No ☐ NA NA
☐
Date of proposal
8.3 submission to competent Yes ☐No ☐ NA
authority ☐
8.4 Review of GAD/ proposal by Yes ☐No ☐ NA NA
client ☐
9 Other Clearances Yes ☐No ☐ NA NA
☐
Requirement for other
9.1 clearances identified Yes ☐No ☐ NA NA
☐
Date of proposal
9.2 submission to competent Yes ☐No ☐ NA
authority ☐
9.3 Review of proposal by client Yes ☐No ☐ NA NA
☐
10 Land Acquisition Yes ☐No ☐ NA NA
☐
Detailed schedule about
10.1 acquisition of landholdings as Yes ☐No ☐ NA NA
per land records ☐
10.2 Consultation with affected Yes ☐No ☐ NA NA
persons ☐
10.3 Name/ Details of consultation Yes ☐No ☐ NA
with NGOs ☐
Name/ Details of consultation
10.4 with concerned government Yes ☐No ☐ NA
agencies ☐
Total land required, land
10.5 area already available , Yes ☐No ☐ NA
land to be acquired ☐
identified
10.6 Review of land acquisition
using digital cadastral map Yes ☐No ☐ NA NA
by client ☐
10.7 Draft 3a notification submitted Yes ☐No ☐ NA NA
☐
10.8 Review of 3a notification by Yes ☐No ☐ NA NA
client ☐
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 273
Project Name
Consultant's Name
Date of Review
Details /
S.N SECTION OF THE REPORT YES/NO/NA Specific Remarks
o at ions
1 Main Report Yes ☐No ☐ NA NA
☐
2 Introduction and project Yes ☐No ☐ NA NA
background ☐
Overview of project location,
2.1 project objectives etc. Yes ☐No ☐ NA NA
☐
Overview of report
2.2 Yes ☐No ☐ NA NA
structure, deliverables
etc. ☐
3 Social analysis of the project Yes ☐No ☐ NA NA
☐
Project impact on stakeholders
3.1 such as local people Yes ☐No ☐ NA NA
☐
Project impact on residential,
3.2 commercial and public Yes ☐No ☐ NA NA
properties ☐
3.3 Any other details relevant Yes ☐No ☐ NA NA
to the project ☐
4 Reconnaissance survey Yes ☐No ☐ NA NA
☐
Geometric Features of the
Existing Road
Design Speed
4.1 • Sight distance details Yes ☐No ☐ NA
• Horizontal Alignment ☐
Details
• Vertical Alignment Details
• Height of Embankment
Topographical Survey using
LiDAR (or equivalent
4.2 technology) as per IRC:SP:19 Yes ☐No ☐ NA NA
• Gradient ☐
• Terrain
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 275
Details /
S.No SECTION OF THE REPORT YES/NO/NA Specificati Remarks
ons
Pavement roughness survey as
4.4 per IRC:SP:16 Yes ☐No ☐ NA Na
☐
Pavement structural strength
4.5 Yes ☐No ☐ NA NA
survey as per IRC:81
☐
Geological Survey
4.6 • Geological Map of the Yes ☐No ☐ NA ☐ NA
Area
• Seismicity
Climatic Conditions
4.7 • Temperature NA
Yes ☐No ☐ NA ☐
• Rainfall
• Wind
Land Use along the
existing alignment
4.8 Yes ☐No ☐ NA ☐ NA
Map of the Project Area
depicting
Agricultural/Habitation/Forest
Area
Details of Existing Structures
Map of the Project Area
4.9 depicting Yes ☐No ☐ NA ☐ NA
Hutments/Buildings/Temples/Pub
lic Building/Any Other
Significant
Structure
4.10 Inventory and condition Yes ☐No ☐ NA ☐ NA
survey of culverts
Geo-technical and sub-
4.11 soil explorations as per IRC:78 Yes ☐No ☐ NA ☐ NA
Recommendation of
4.14 Foundation Type and Depth Yes ☐No ☐ NA ☐
Details /
S.N SECTION OF THE YES/NO/NA Specificatio Remarks
o REPORT
ns
Materials Survey
4.19 conducted as per Yes ☐No ☐ NA ☐ NA
IRC:SP:19
Sources of Naturally
Occurring Aggregates
specified
4.20 Yes ☐No ☐ NA ☐
• Details of Borrow
Pits with Distance from
Project Site
• Cost of
Material/Transpo
rtation
Sources of
environmentally friendly
4.20. Yes ☐No ☐NA ☐ NA
construction materials
1
identified as per
MoRT&H
circular
Sources of
Manufactured Items
specified Yes ☐No ☐ NA
4.21 NA
• Details of ☐
Suppliers with Distance
from Project Site
• Cost of
Material/Transpo
rtation
Source of Water for Yes ☐No ☐ NA
4.22 construction specified as per ☐ NA
IS:456
4.23 Any other details Yes ☐No ☐ NA☐ NA
relevant to the project
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 277
Details /
S.No SECTION OF THE YES/NO/NA Specificatio Remarks
REPORT
ns
Traffic surveys for the Yes ☐No ☐ NA
5.8 design of road junctions as ☐ NA
per data in IRC: SP:41
Analysis for replacing Yes ☐No ☐ NA ☐
5.9 railway level crossings with NA
over bridges/ subways
5.10 Axle load survey as per Yes ☐No ☐ NA ☐ NA
IRC:SP:19
5.11 Any other details Yes ☐No ☐ NA☐ NA
relevant to the project
Traffic surveys Yes ☐No ☐ NA☐
5.12 monitored and NA
reviewed by the client
6 Cost estimates Yes ☐No ☐ NA☐ NA
Details of Public
7.2 consultation at Yes ☐No ☐ NA☐ NA
residential and
commercial settlements
affected
7.3 Impact analysis and Yes ☐No ☐ NA☐ NA
mitigation measures
8 Economic and commercial Yes ☐No ☐ NA☐ NA
analysis
8.1 Estimated cost details Yes ☐No ☐ NA☐ NA
Details /
S.No SECTION OF THE YES/NO/NA Specificatio Remarks
REPORT
ns
Report fulfils project Yes ☐No ☐ NA☐
9.1 objectives and scope as per NA
RFP
9.2 Report reviewed for Yes ☐No ☐ NA☐ NA
errors and omissions
Compliance report prepared Yes ☐No ☐ NA☐
9.3 on client observations NA
Details /
S.No SECTION OF THE YES/NO/NA Specificatio Remarks
REPORT
ns
Cost estimates for all Yes ☐No ☐ NA☐
15.1 relevant items as per latest NA
SoR
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 282
Details /
S.No SECTION OF THE YES/NO/NA Specificatio Remarks
REPORT
ns
Yes ☐No ☐NA☐
1 Bid documents- EPC NA
2 Bid documents- BOT/PPP Yes ☐No ☐NA☐ NA
Project Name
Consultant's Name
Date of Review
Details/
S.N SECTION OF THE YES/NO/NA Specificatio Remarks
o REPORT
ns
1 Executive Summary Yes ☐No ☐ NA☐ NA
Details /
S.No SECTION OF THE YES/NO/NA Specificatio Remarks
REPORT
ns
Date of estimate Yes ☐No ☐ NA☐
5.3 approval by
competent authority
Approved utility shifting
5.4 proposal including strip plan Yes ☐No ☐NA ☐
Details of approved
5.5 contractors, SoR and deposit Yes ☐No ☐NA ☐ NA
details for user agency
Utilities checklist, no
5.6 upgradation certificate Yes ☐No ☐NA ☐
attached
Date of estimate
6.2 submission by Yes ☐No ☐ NA ☐
competent authority
Date of estimate
6.3 approval by Yes ☐No ☐ NA ☐
competent authority
Approved utility shifting
6.4 proposal including strip plan Yes ☐No ☐NA ☐
Details of approved
6.5 contractors, SoR and deposit Yes ☐No ☐NA ☐ NA
details for user agency
Utilities checklist, no
6.6 upgradation certificate Yes ☐No ☐NA ☐
attached
Date of estimate
7.2 submission by Yes ☐No ☐ NA ☐
competent authority
Date of estimate
7.3 approval by Yes ☐No ☐ NA ☐
competent authority
Approved utility shifting
7.4 proposal including strip plan Yes ☐No ☐NA ☐
Details of approved
7.5 contractors, SoR and deposit Yes ☐No ☐NA ☐ NA
details for user agency
Utilities checklist, no
7.6 upgradation certificate Yes ☐No ☐NA ☐
attached
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 286
Details /
S.No SECTION OF THE YES/NO/NA Specificatio Remarks
REPORT
ns
10.1 Draft 3a notification Yes ☐No ☐ NA ☐
submitted
10.2 Review of 3a notification by Yes ☐No ☐ NA ☐
client
10.3 Date of 3a gazette Yes ☐No ☐ NA ☐
notification
10.4 Draft 3a notification Yes ☐No ☐ NA ☐
submitted
10.5 Review of 3A notification Yes ☐No ☐ NA ☐
by client
10.6 Date of 3A gazette Yes ☐No ☐ NA ☐
notification
Date of Joint
10.7 Measurement Survey Yes ☐No ☐ NA ☐
with competent authority
10.7.1 Date of survey - village wise Yes ☐No ☐NA ☐ NA
General Details
Project Name
Consultant's
Name
Date of Review
Details/
S.No SECTION OF THE YES/NO/NA Specification Remarks
REPORT
s
1 Executive Summary Yes ☐No ☐NA N
☐ A
2 Village level summary Yes ☐No ☐NA N
☐ A
Total private and public
2.1 land being acquired Yes ☐No ☐NA N
☐ A
Variation in area and nature of
2.2 land against 3D with Yes ☐No ☐NA N
☐ A
justification
2.3 Method used by CALA to Yes ☐No ☐NA N
arrive at award ☐ A
Date of award by CALA
2.4 and
approval by <BRO> along
with valuation report
Total award
2.5 calculated and Yes ☐No ☐NA N
☐ A
deviation from
RFCTLARR act
3 In detail for each Village Yes ☐No ☐NA N
☐ A
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 288
Details /
S.No SECTION OF THE YES/NO/NA Specification Remarks
REPORT
s
4.1 Conclusions and Yes ☐No ☐NA NA
recommendations ☐
Report fulfils project
4.2 objectives and scope as per Yes ☐No ☐NA NA
RFP ☐
4.3 Report reviewed for Yes ☐No ☐NA NA
errors and omissions ☐
Compliance report
4.4 prepared on client Yes ☐No ☐NA NA
observations ☐
General Details
Project Name
Consultant's Name
Date of Review
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 289
Details/
S.No SECTION OF THE YES/NO/NA Specification Remarks
REPORT
s
1 Executive Summary Yes ☐No ☐NA NA
☐
2 Village level summary Yes ☐No ☐NA NA
☐
Total private and public
2.1 land being acquired Yes ☐No ☐NA NA
☐
Date of final award by
2.2 CALA and approval by
<BRO>
Status of disbursement on
2.3 date of receipt of Land Yes ☐No ☐NA NA
possession certificate ☐
Key issues being faced in
2.4 completing land acquisition, if Yes ☐No ☐NA NA
any ☐
3 In detail for each Village Yes ☐No ☐NA NA
☐
Updated land acquisition
tracker with status of:
3.1 • Notifications NA
Yes ☐No ☐NA
• Award ☐
• Disbursement
3.2 Final award and claims report Yes ☐No ☐NA NA
☐
Copies of notifications
3.3 published, land possession Yes ☐No ☐NA NA
certificates received ☐
Details /
S.No SECTION OF THE YES/NO/NA Specification Remarks
REPORT
s
4 Conclusions and Yes ☐No ☐NA NA
recommendations ☐
4.1 Conclusions and Yes ☐No ☐NA NA
recommendations ☐
Report fulfils project
4.2 objectives and scope as per Yes ☐No ☐NA NA
RFP ☐
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 290
General Details
Project Name
Consultant's
Name
Date of Review
Details/
S.No SECTION OF THE YES/NO/NA Specificati Remarks
REPORT
ons
1 Executive Summary Yes ☐No ☐NA
NA☐
2 Project Appreciation Yes ☐No ☐NA
NA☐
2.1 Location of site office Yes ☐No ☐
NA☐
Review of scope of ToR Yes ☐No ☐
2.2 and gap identification NA☐ NA
Details /
S.No SECTION OF THE YES/NO/NA Specification Remarks
REPORT
s
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 291
General Details
Project Name
Consultant's
Name
Date of Review
Details/
S.No SECTION OF THE YES/NO/NA Specificati Remarks
REPORT
ons
1 Executive Summary Yes ☐No ☐ NA NA
☐
Overview of client
2 organization / activities Yes ☐No ☐ NA NA
☐
Methodology adopted for
3 feasibility study Yes ☐No ☐ NA NA
☐
Socioeconomic profile of the
4 project areas Yes ☐No ☐ NA NA
☐
Regional economic profile
4.1 basis last 10 years data as per Yes ☐No ☐ NA NA
IRC ☐
Details/
S.No SECTION OF THE REPORT YES/NO/NA Specificatio Remarks
ns
Economic profile of project
4.2 influence area basis last 10 Yes ☐No ☐ NA NA
years data as per IRC ☐
Socio Economic status of
4.3 project influence area Yes ☐No ☐ NA NA
☐
Indicative design
5 standards, methodologies, Yes ☐No ☐ NA NA
and specifications ☐
6 Traffic surveys and analysis Yes ☐No ☐ NA NA
☐
Classified traffic volume
6.1 counts using IHMCL data Yes ☐No ☐ NA NA
(7 day) ☐
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 295
Traffic projection
6.2 methodology as per IRC:108 Yes ☐No ☐ NA NA
☐
6.3 Projected Traffic data for 20 Yes ☐No ☐ NA NA
years ☐
6.4 Current and Projected PCU Yes ☐No ☐ NA
☐
6.5 Current and Projected TVU Yes ☐No ☐ NA
☐
6.6 Axle load survey as per Yes ☐No ☐ NA NA
IRC:SP:19 ☐
6.7 Any other details relevant Yes ☐No ☐ NA NA
to the project ☐
Traffic surveys
6.8 monitored and reviewed Yes ☐No ☐ NA NA
by the client ☐
7 Reconnaissance survey Yes ☐No ☐ NA NA
☐
7.1 Road Inventory as per Yes ☐No ☐ NA NA
IRC:SP:19 ☐
7.2 Review of Road Inventory Yes ☐No ☐ NA NA
Survey by client ☐
Geometric Features of the
Existing Road
• Design Speed
7.3 Yes ☐No ☐ NA NA
• Sight distance elements
☐
• Horizontal Alignment
Details
• Vertical Alignment
Details
• Height of Embankment
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 296
Details/
S.No SECTION OF THE REPORT YES/NO/NA Specificatio Remarks
ns
Topographical Survey
as per IRC:SP:19 using
7.4 LiDAR or equivalent Yes ☐No ☐ NA ☐ NA
technology
• Gradient
• Terrain
7.5 Review of topographical Yes ☐No ☐ NA ☐ NA
survey by client
Pavement composition and
7.6 condition survey as per Yes ☐No ☐ NA ☐ NA
IRC:SP:19
Geological Survey
7.7 • Geological Map of the Yes ☐No ☐ NA ☐ NA
Area
• Seismicity
Climatic Conditions
7.8 • Temperature NA
Yes ☐No ☐ NA ☐
• Rainfall
• Wind
Land Use along the existing
7.9 alignment Yes ☐No ☐ NA ☐ NA
Map of the Project Area
depicting
Agricultural/Habitation/Forest
Area
Details of Existing Structures
Map of the Project Area
7.10 depicting Yes ☐No ☐ NA ☐ NA
Hutments/Buildings/Temples/P
ublic Building/Any Other
Significant Structure
7.11 Inventory and condition Yes ☐No ☐ NA ☐ NA
survey of culverts
7.12 Any other details relevant Yes ☐No ☐ NA ☐ NA
to the project
8 Geotechnical Survey Yes ☐No ☐ NA ☐ NA
Details/
S.No SECTION OF THE YES/NO/NA Specificati Remarks
REPORT
ons
Number of Bore holes dug
8.2 (holds for every pier and Yes ☐No ☐ NA ☐
abutment)
Review of geo-technical and
8.3 sub-soil explorations by client Yes ☐No ☐ NA ☐ NA
Recommendation of
8.5 Foundation Type and Depth Yes ☐No ☐ NA ☐
Details/
S.No SECTION OF THE YES/NO/NA Specificatio Remarks
REPORT
ns
Sources of Manufactured
Items specified
10.3 • Details of Suppliers Yes ☐No ☐ NA NA
with Distance from Project
☐
Site
• Cost of
Material/Transporta
tion
Source of Water for
10.4 construction specified as per Yes ☐No ☐ NA NA
IS:456 ☐
10.5 Any other details relevant Yes ☐No ☐ NA NA
to the project ☐
Determination of whether
11 ROB or RUB is appropriate Yes ☐No ☐ NA NA
☐
Justification of whether ROB
11.1 or RUB should be built Yes ☐No ☐ NA NA
☐
11.2 Review of justification by client Yes ☐No ☐ NA NA
☐
12 Alignment Options Study Yes ☐No ☐ NA NA
☐
At least two alignments
12.1 Yes ☐No ☐ NA NA
proposed Details of
☐
Alignments on Map
12.2 Review of options with client Yes ☐No ☐ NA NA
☐
12.2.1 Review of options with Yes ☐No ☐NA NA
local authority ☐
Length of the project along
12.3 proposed alignment options Yes ☐No ☐ NA NA
☐
Land Acquisition required
12.4 along alignment options Yes ☐No ☐ NA NA
☐
12.5 Cost Estimates of alternatives Yes ☐No ☐ NA NA
☐
12.6 Recommended Alignment Yes ☐No ☐ NA
with Justification ☐
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 299
New construction/
11.3 reconstruction of structures and Yes ☐No ☐NA NA
amenities ☐
11.4 Existing and proposed right of Yes ☐No ☐NA NA
way ☐
11.5 Clearances impacting each Yes ☐No ☐NA NA
chainage ☐
General Details
Project Name
Consultant's
Name
Date of Review
Details/
S.No SECTION OF THE YES/NO/NA Specificatio Remarks
REPORT
ns
1 Executive Summary Yes ☐No ☐ NA NA
☐
2 Environment Clearance Yes ☐No ☐ NA NA
☐
Requirement for
2.1 environment clearance Yes ☐No ☐ NA NA
identified ☐
Date/ Details of Initial
2.2 consultation with competent Yes ☐No ☐ NA
authority ☐
Date of submission of draft
2.3 EIA report/ proposal for Yes ☐No ☐ NA NA
clearance ☐
2.4 Review of proposal/ EIA Yes ☐No ☐ NA NA
report by client ☐
3 Forest Clearance Yes ☐No ☐ NA NA
☐
3.1 Requirement for forest Yes ☐No ☐ NA NA
clearance identified ☐
Date/ Details of initial
3.2 consultation with competent Yes ☐No ☐ NA
authority ☐
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 302
Details/
S.No SECTION OF THE YES/NO/NA Specification Remarks
REPORT
s
4.5 Review of proposal by client Yes ☐No ☐ NANA
☐
5 Utility Clearances (Electricity) Yes ☐No ☐ NANA
☐
5.1 Identification of overground Yes ☐No ☐ NANA
utilities ☐
Identification of underground
5.2 utilities using GPR, Induction Yes ☐No ☐ NA NA
Locator or equivalent ☐
technologies
Name/ Details of
5.3 consultation with local Yes ☐No ☐ NA
authority/ people ☐
Utility relocation plan with
5.4 existing / proposed location Yes ☐No ☐ NA NA
showing existing RoW and ☐
topographic details
5.5 Cost for relocation as per Yes ☐No ☐ NA
authority ☐
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 303
Date of proposal
5.6 submission to competent Yes ☐No ☐ NA
authority ☐
Review of utility relocation
5.7 plan/ proposal by client Yes ☐No ☐ NA NA
☐
6 Utility Clearances (Water) Yes ☐No ☐ NA NA
☐
6.1 Identification of overground Yes ☐No ☐ NA NA
utilities in RoW ☐
Identification of underground
6.2 utilities using GPR, Induction Yes ☐No ☐ NA NA
Locator or equivalent ☐
technologies
Name/ Details of
6.3 consultation with local Yes ☐No ☐ NA
authority/ people ☐
Utility relocation plan with
6.4 existing / proposed location Yes ☐No ☐ NA NA
showing existing RoW and ☐
topographic details
6.5 Cost for relocation as per Yes ☐No ☐ NA
authority ☐
Date of proposal
6.6 submission to competent Yes ☐No ☐ NA NA
authority ☐
Review of utility relocation
6.7 plan/ proposal by client Yes ☐No ☐ NA NA
☐
7 Utility Clearances (Others) Yes ☐No ☐ NA NA
☐
7.1 Identification of over ground Yes ☐No ☐ NA NA
utilities in RoW ☐
Identification of underground
7.2 utilities using GPR, Induction Yes ☐No ☐ NA NA
Locator or equivalent ☐
technologies
Name/ Details of
7.3 consultation with local Yes ☐No ☐ NA
authority/ people ☐
Utility relocation plan with
7.4 existing / proposed location Yes ☐No ☐ NA NA
showing existing RoW and ☐
topographic details
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 304
New construction/
11.3 reconstruction of structures and Yes ☐No ☐NA ☐ NA 11.3
amenities
11.4 Existing and proposed right of Yes ☐No ☐NA ☐ NA 11.4
way
11.5 Clearances impacting each Yes ☐No ☐NA ☐ NA 11.5
chainage
12 Conclusions and Yes ☐No ☐ NANA
recommendations ☐
12.1 Conclusions and Yes ☐No ☐ NANA
recommendations ☐
Report fulfils project
12.2 objectives and scope as per Yes ☐No ☐ NANA
RFP ☐
12.3 Report reviewed for Yes ☐No ☐ NANA
errors and omissions ☐
General Details
Project Name
Consultant's
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 306
Name
Date of Review
Details/
S.No SECTION OF THE YES/NO/NA Specificati Remarks
REPORT ons
1 Project background Yes ☐No ☐ NA NA
☐
Project description
1.1 • Existing LC number
Yes ☐No ☐ NA
• Start and End Chainage ☐
• Village/District
Project location map
• On State Map
1.2 • On District Map Yes ☐No ☐ NA
• Latitude & ☐
Longitude Coordinates
of the LC
Details of Existing Level
Crossing
1.3 • Number of Railway
Yes ☐No ☐ NA
Tracks
☐
• Type of Railway
Tracks
(Broad/Metre/Narrow)
• No. of trains per day
Justification for need of an
1.4 ROB/RUB (on basis of TVU Yes ☐No ☐ NA NA
count) ☐
1.5 Overview of land use plans Yes ☐No ☐ NA NA
☐
Overview of existing
pavement conditions
1.6 • Number of Lanes Yes ☐No ☐ NA
• Type of Pavement ☐
(Flexible/Rigid/Surfaced/Unsu
rfaced)
1.7 Existing right of way details Yes ☐No ☐ NA
☐
1.8 Any other details relevant Yes ☐No ☐ NA NA
to the project ☐
2 Social analysis of the project Yes ☐No ☐ NA NA
☐
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 307
Recommendation of
3.12 Foundation Type and Depth Yes ☐No ☐ NA ☐
Hydraulic and
3.13 Hydrological Yes ☐No ☐ NA ☐ NA
investigations as per
IRC:5
3.14 High Flood Level specified Yes ☐No ☐ NA ☐ NA
Sources of environmentally
3.19.1 friendly construction materials Yes ☐No ☐NA NA
identified as per MoRT&H ☐
circular
Source of Water for
3.20 construction specified as per Yes ☐No ☐ NA NA
IS:456 ☐
3.21 Any other details relevant Yes ☐No ☐ NA NA
to the project ☐
4 Traffic surveys and analysis Yes ☐No ☐ NA NA
☐
Classified traffic volume
4.1 counts using IHMCL data Yes ☐No ☐ NA NA
(7 day) ☐
4.2 Traffic projection as perYes ☐No ☐ NA NA
IRC:108 ☐
4.3 Projected Traffic data for 20 Yes ☐No ☐ NA NA
years ☐
4.4 Current and Projected PCU Yes ☐No ☐ NA
☐
4.5 Current and Projected TVU Yes ☐No ☐ NA
☐
4.6 Axle load survey as perYes ☐No ☐ NA NA
IRC:SP:19 ☐
4.7 Any other details relevant Yes ☐No ☐ NA NA
to the project ☐
Determination of whether ROB
5 or RUB is appropriate Yes ☐No ☐ NA NA
☐
Justification of whether
5.1 ROB or RUB should be Yes ☐No ☐ NA NA
built ☐
6 Alignment Options Study Yes ☐No ☐ NA NA
☐
At least two alignments
6.1 Yes ☐No ☐ NA NA
proposed Details of
☐
Alignments on Map
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 310
Width of ROB
• Width of Carriageway
7.2 • Width of Safety Kerbs Yes ☐No ☐ NA ☐
• Width of Footpath
• Any other
Proposed Number of Lanes on
7.3 ROB in line with PCU as per Yes ☐No ☐ NA ☐ NA
latest MoRTH
guidelines
Proposed Length of the Project
• Length of ROB
• Length of Viaduct
7.4 Yes ☐No ☐ NA ☐
• Length of RE Wall
• Length of Approach
Road
• Length of Service Road
Span Arrangement
7.5 • Span Length Yes ☐No ☐ NA ☐
• Number of Spans
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 311
2 Cost of Viaduct
Foundation
Substructure
Superstructure
Total-Viaduct
4 Cost of RE Wall
6 Miscellaneous Costs
Cost of Subway
Cost of Toll Plaza
Cost of Culverts
Any Other Costs
General Details
Project Name
Consultant's
Name
Date of Review
Details/
S.N SECTION OF THE YES/NO/NA Specification Remarks
o REPORT
s
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 -
4 Specifications and Yes ☐No ☐ NA NA
standards ☐
5 Any other relevant details Yes ☐No ☐ NA NA
☐
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.N SECTION OF THE REPORT YES/NO/NA Specificatio Remark
o s
ns
1 Executive Summary Yes ☐No ☐ NA NA
☐
2 Environment Clearance Yes ☐No ☐ NA NA
☐
2.1 Details of public Yes ☐No ☐ NA
hearings completed ☐
Date of final environment
2.2 clearance by competent Yes ☐No ☐ NA
authority ☐
3 Forest Clearance Yes ☐No ☐ NA NA
☐
Date/ Details of Joint site
3.1 inspection with DFO/ Yes ☐No ☐ NA
competent authority ☐
Date of Stage I forest clearance
3.2 approval by competent authority Yes ☐No ☐ NA
☐
Date of final forest
3.3 clearance approval by Yes ☐No ☐ NA
competent authority ☐
Date of estimate
5.2 submission by competent Yes ☐No ☐ NA
authority ☐
Date of estimate
5.3 approval by competent Yes ☐No ☐ NA
authority ☐
5.4 Approved utility shifting Yes ☐No ☐NA
proposal ☐
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 318
Details/
S.No SECTION OF THE YES/NO/NA Specification Remark
REPORT s
s
Details of approved
6 contractors, SoR and Yes ☐No ☐NA NA
deposit details for user ☐
agency
Utilities checklist, no
6.1 upgradation certificate attached Yes ☐No ☐NA
☐
Date of estimate
6.2 submission by competent Yes ☐No ☐ NA
authority ☐
Date of estimate
6.3 approval by competent Yes ☐No ☐ NA
authority ☐
6.4 Approved utility shifting Yes ☐No ☐NA
proposal ☐
Details of approved
7 contractors, SoR and deposit Yes ☐No ☐NA NA
details for user agency ☐
7.1 Utilities checklist, no
upgradation certificate attached Yes ☐No ☐NA
☐
Date of estimate
7.2 submission by competent Yes ☐No ☐ NA
authority ☐
Date of estimate
7.3 approval by competent Yes ☐No ☐ NA
authority ☐
7.4 Approved utility shifting Yes ☐No ☐NA
proposal ☐
Details of approved
8 NA
contractors, SoR and deposit Yes ☐No ☐NA
details for user agency ☐
Utilities checklist, no
8.1 upgradation certificate attached Yes ☐No ☐NA
☐
Date of final approval of
8.2 GAD by competent Yes ☐No ☐ NA
authority ☐
9 Other Clearances Yes ☐No ☐ NA NA
☐
Date of final approval by
9.1 competent authority Yes ☐No ☐ NA
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 319
☐
Details/
S.No SECTION OF THE YES/NO/NA Specificatio Remark
REPORT s
ns
10.4 Draft 3a notification submitted Yes ☐No ☐ NA NA
☐
10.5 Review of 3A notification by Yes ☐No ☐ NA NA
client ☐
10.6 Date of 3A gazette notification Yes ☐No ☐ NA
☐
Date of Joint Measurement
10.7 Survey with competent Yes ☐No ☐ NA
authority ☐
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specificatio
ns
1 Executive Summary Yes ☐No ☐NA N
☐ A
2 Village level summary Yes ☐No ☐NA N
☐ A
Total private and public
2.1 Yes ☐No ☐NA N
land being acquired
☐ A
Variation in area and nature
2.2 Yes ☐No ☐NA N
of land against 3D with
☐ A
justification
Method used by CALA to
2.3 Yes ☐No ☐NA N
arrive at award
☐ A
Date of award by CALA
and approval by<BRO>
2.4 along with
valuation report
Total award calculated and
2.5 details of deviation from Yes ☐No ☐NA N
RFCTLARR act ☐ A
3 In detail Yes ☐No ☐NA N
☐ A
Updated land acquisition
tracker with parcel-wise status
of:
3.1 Yes ☐No ☐NA N
• Notifications
☐ A
• Award
• Disbursement
Valuation report and details
3.2 of award calculation- Yes ☐No ☐NA N
verification by state authority ☐ A
to be included
3.3 Claims report Yes ☐No ☐NA N
☐ A
3.4 Copies of notifications Yes ☐No ☐NA N
published ☐ A
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 322
Copies of land
3.5 Yes ☐No ☐NA N
possession certificates
☐ A
received
4 Conclusions Yes ☐No ☐NA N
and ☐ A
recommendatio
ns
4.1 Conclusions and Yes ☐No ☐NA N
recommendation ☐ A
s
Report fulfils project objectives
4.2 Yes ☐No ☐NA N
and scope as per RFP
☐ A
Report reviewed for errors
4.3 and omissions Yes ☐No ☐NA N
☐ A
Compliance report prepared
4.4 on client observations Yes ☐No ☐NA N
☐ A
General Details
Project Name
Consultant's
Name
Date of Review
Details/
S.No SECTION OF THE YES/NO/NA Specification Remarks
REPORT s
1 Executive Summary Yes ☐No ☐NA NA
☐
2 Village level summary Yes ☐No ☐NA NA
☐
Total private and public land
2.1 being acquired Yes ☐No ☐NA NA
☐
Date of final award by
2.2 CALA and approval by
<BRO>
Status of disbursement on date
2.3 of receipt of Land possession Yes ☐No ☐NA NA
certificate ☐
Key issues being faced in
2.4 completing land acquisition, if Yes ☐No ☐NA NA
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 323
any ☐
Table of Contents
1 Introduction 293
2 Project overview 294
2.1 Key features of project 294
2.2 Key plan of existing project stretch 296
1. Introduction
The <BRO> proposes to implement the <re> the development, maintenance and
management of the <NH-xx> stretch from <Origin> to <Destination> from chainage <aa
km> to <bb km> into <proposed improvement, xx lane road/ expressway etc.> under the
NHDP Phase V programme. The proposed project road has been selected to <primary
reason for project- e.g. to improve connectivity and ease congestion between aa bb>
<Consultant> was appointed in <mm/yyyy> to prepare the detailed project report for the
project road, and this executive summary covers is submitted along with the <draft/final>
detailed project report to cover the key aspects of the project.
<Any special circumstances or requests made by the Authority for the project that affect
the consultancy assignment e.g.: <BRO> desired to restructure project into two packages,
bifurcating the project road at Betulnagar, this report has been revised and resubmitted
providing improvement proposals and bid documents separately for the two stretches>
2. Project overview
As described earlier the project road lies on 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>.
Attribute Detail
s s
NH No Xx
(old)
Yy
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 327
(new)
Service lanes and slip Service lanes of 2-4m width for 16 km, largely in urban
roads 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 Predominant land use in the area is agricultural (60%
road 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
Attribute Detail
s s
Structures along stretch 69 structures- 3 ROBs, 7 major bridges, 2 flyovers, 9
minor
bridges, 16 VUP/PUPs and 32 culverts
User amenities along 32 bus shelters, 7 truck lay-byes, and 1 rest area
stretch
Key utilities in the 4 km 66 kV UG line with 3 crossings, 30in water
proposed RoW main for 7.3km
Forest Stretches along Xx km of road from <point a> to <point b> crosses
RoW <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 <please describe any other clearances that will be
related aspects required for the project>
<lat/long> <lat/long>
<lat/long>
For the purposes of traffic projections and lane design, <xx> individual sections
of road were considered:
Volume
Section Chainages Lengt Remarks
Count
h
Location
(Kms)
s
Km 163.0 - Km 177.0, Kasia/Tonta mines
1 192.0 29.0 45.0 near192.000
End point of
2 Km 192.0 - 27.0 Km 201.50
proposed Koida
219.0
bypass at km
218.250
Traffic volume surveys for the project road were < available from IHMCL for x
locations> and were carried out at <x> additional locations along the project road in the month
of <mm/yyyy>. The results are as follows:
Homogenous section 1 1 2
Bicycle 47 75 61
3 Wheeler 32 47 30
Tractor 24 18 22
Earth Moving 0 0 0
Equipment
AADT (in vehicles) 12471 12359 11459
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
MSA In In
+15 +30
Sectio LHS RH LHS RHS
n S
23.3 22
1
2 33 40
Classified direction wise turning movement surveys were conducted at <x> intersections to
determine the need for re-design and addition of structure at the intersection
Length affected, in
Type Kms
of
distres Area Area 10 Area 25 Area 50 Area
s <=10 % %-25 % %-50 % %-75% >75 %
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 332
Total
Crackin 36 70 0 0 0
g
Potholes 28 23 55 0 0
Patching 44 61 1 0 0
Raveling 80 4 22 0 0
<other
categorie
s seen>
Total 106 106 106 106 106
Granular Xx
Bituminous course
course (mm
Section (mm)
(mm) )
Min Ma Min Max Min Max
x
1 50 350 100 600
2 40 300 80 500
Characterist
Chainag Distanc ic
Section e e
deflection
Start End Km M
m
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 333
5. Improvement proposals
The final alignment chosen for the project in consultation with <xx, yy> will <be along
current project road/ pass through xx, yy new towns- short description of alignment with
changes if any>.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 334
Given increasing urban traffic and congestion and the lack of available RoW in urban
areas through the project route, <x> urban areas are proposed to be by-passed in the proposed
project alignment
Bypass
Urban area plan
to be Key driver for by-pass
bypassed Start End Length
chainag chainag propose
e e d
Nagar 1 45.000 52.000 21.000 Heavy local traffic of
~10,000PCUs in town limits
Xxxx
Basis traffic information available, level of service requirements and consultation with
<<BRO> , local authorities etc.>, the following lane configuration is adopted for the project
road:
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:
1 Concentric 2.400
Using the projected traffic, VDF values, lane and directional distribution factors, the
design traffic loading used for the project is <xx to yy> MSA.
The proposed pavement composition for the new sections carriageway basis
<standards>, subgrade strength and design traffic is:
The strengthening requirements for the existing pavement have been estimated fromt
eh deflection measurements and estimated traffic loadings. The designed overlay proposed
is as below:
Pavement for service lanes is designed for MSA of xx-yy with a design CBR of ~xx%.
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 337
The composition for the <flexible/rigid> service lane pavement along the project corridor is as
follows:
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
Sl Construct New
N in constructi
Structur Existin Dismantl Widen Reconstru Total
o parallel on
e g e ct
1 Majo 4 1 - 1 2 3 7
r
bridg
e
2 Mino
r
bridg
e
3 Flyover
4 Vehicle
overpas
s
5 Vehicle
underpa
ss
6 Passenge
r under
pass
7 Culverts
8 xxx
Based on the traffic and turning movement surveys conducted, <xx> junctions have been
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 338
identified for redesign or grade separation, the details of which are given below
Table 19: Proposed intersection improvement
Est total
SL. Existin Location Est Peak Improvement
vol (k
No. g Hour Vol (k proposed
Chainag PCU)
PCU)
e
Grade separator
1 10.200 xxx 5333 359
3 9
Grade separator
2 28.000 xxx 6431 388
5 4
x xx xx
The existing RoW (x-y m) is <adequate/ in adequate> for the proposed widening and
RoW requirements as required by <<BRO> /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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 340
and <yy> other structures.
Preliminary interactions have been held with locals to understand their issues and
concerns and help communicate the project plan and its impact on them. The key concerns of
title and non-title holders centered around:
<Key issues expressed over and above land being acquired, and compensation
norms>
Private
Village Total land to 3A 3A done, 3D
State and land be pendin 3D complete
Chainag required acquired g (Ha) pending d
e (Ha) (Ha) (Ha)
Thane
Maharashtr 137 90 10 70 10
(xx to
a
yy)
Gujarat <aaa> 454 400 20 300 80
Gujarat <bbb> 588 588 60 500 28
Gujarat <ccc> 688 320 80 160 80
A total of <xx cr> is expected to be awarded for the acquisition of land required for this
project. The land acquisition process is underway with a total of <xx> CALAs appointed, and
90% of land is expected to be in possession by <xx, 20xx>.
Despite the best efforts of the consultant and various lad acquisition teams working to
complete land acquisition, it is envisaged that acquiring possession of the RoW for some
specific sections of the project road may prove to be difficult or be delayed inordinately. Such
potential risks are highlighted below:
Utilities belonging to <x> user agencies have been identified that fall within the project
road ROW and will need to be shifted to enable road construction. Shifting proposals have
been submitted to the user agencies and initial estimates have been received from the
concerned agencies. The process of site inspection, review and revision of the proposals for
utilities shifting is in process.
<To enable better management of utilities and installation going forward, all utilities
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 341
8.1. Utilities shifting 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>.
Material investigations were carried out to explore the availability and identify sources
of suitable material for the construction of the road.
Material investigation of <xxx> locations indicates that soil suitable for embankment
(of CBR>xx% and density yy g/cc) and for sub-grade (CBR>xx% and density yy g/cc) is
available at an average lead of aa to bb km for the project stretch.<include details on
additional material sources like construction rubble, moorum etc>
10.2. Sand
Sand is available in <close proximity> of the project site. Test results show that xx of
yy sand sources satisfy the minimum requirement for use in the project.
<Include details of additional potential for sources such as pond bed desilting, other
excavation happening>
10.3. Gravel
Several quarries were identified for sourcing aggregates in the project zone. Xx of yy
quarries were found to be suitable for use in the construction of the road. <further details on
gravel available and suitability for construction>
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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 343
satisfy> the minimum requirement of
<specification> to use as <material for embankment/cement mixture/other layers>. The fly ash
available has density greater than xx g/cc and shows an OCM of xx-yy%. <the fly ash located is non
plastic>
10.5. Bitumen
Bulk bitumen of the <required grades> is available <closest sources> with an average
lead of <xx km>. For the project road <grade> of bitumen has been proposed for <yy layer>
due to <reason> and <grade of bitumen> has been proposed for <zz layer> due to <reason>.
10.6. Cement
Bulk bitumen of the <required grades> is available <closest sources> with an average
lead of <xx km>. For the project road <grade> of bitumen has been proposed for <yy layer>
due to <reason> and <grade of bitumen> has been proposed for <zz layer> due to <reason>.
Sl Material Sourc
No e
1 Hume Local hume pipe factory in xx yy
pipes
2 xx xxxx
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.
Sl
No Value engineering opportunity Potential impact
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.
2. Sensitivity 2: Xx
3. Sensitivity 3: Xx
The results of the base case and sensitivity analysis are presented below:
RUCS HDM
4
Option Sensitivity
Case NPV (in NPV (in
million EIRR (in %) million EIRR (in
%)
Rs.) Rs.)
Base Case 0 19199 30.31 2788.5 14.1
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
TENDER NO. CE (P) BMK-05/2023-24 Serial Page No. 346
1 @ Chainage
Toll Plaza 45.000 2
1
Traffic type Total Tollable
Bicycle 47 0
2 Wheeler 3320 0
3 Wheeler 32 0
Tractor 24 0
Figure 5: Equity IRR with increasing concession period for project road
13.1. Packaging
Given the length of the project, the entire project is planned to be bid out in <xx>
packages with <yy> packages.
The authority has proposed to initiate bidding of the project under <bot/epc/ham> mode
<with a grant/premium of xx %>. The tentative timeline for this is:
Upon reviewing the improvements planned and in consultation with <BRO> , 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.
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
Lanes 2 4
Bypasses proposed - 5
Major junctions 5 5
Minor Junctions 18 18
Major Bridges 4 6
Minor Bridges 19 21
ROBs 1 3
Vehicle/Pedestrian under/overpasses 16 25
Land acquisition 40
Utilities shifting 30
Rehabilitation 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%