Thanks to visit codestin.com
Credit goes to www.scribd.com

0% found this document useful (0 votes)
79 views158 pages

National Highways Authority of India

This document is a request for proposal from the National Highways Authority of India to hire consulting firms for feasibility studies and detailed project reports for four or six laning of selected stretches of national highways. It lists 27 projects across 9 states in India for North-South and East-West corridors. The document provides details of the projects such as their locations, highway numbers, package numbers, lengths and time periods for assignment. It also outlines the qualifying requirements for consulting firms or joint ventures and instructions for obtaining the request for proposal document and submitting proposals.

Uploaded by

rps_78
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
79 views158 pages

National Highways Authority of India

This document is a request for proposal from the National Highways Authority of India to hire consulting firms for feasibility studies and detailed project reports for four or six laning of selected stretches of national highways. It lists 27 projects across 9 states in India for North-South and East-West corridors. The document provides details of the projects such as their locations, highway numbers, package numbers, lengths and time periods for assignment. It also outlines the qualifying requirements for consulting firms or joint ventures and instructions for obtaining the request for proposal document and submitting proposals.

Uploaded by

rps_78
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 158

National Highways Authority of India

(Ministry of Road Transport & Highways)


Government of India

Consultancy Services for Feasibility Study and Detailed


Project Report for Four /Six Laning of Selected
Stretches of National Highways under Phase – II
Programme of North- South and East-West Corridors

REQUEST FOR PROPOSAL

June, 2003

G –5 & G – 6, Sector 10, Dwarka


New Delhi – 110 045
INDEX

Sl. No. Contents Page No.

1 Notice for inviting the proposals for Consultancy services 1-4

2 Letter of Invitation 5-13

3. Annexure - I : List of Projects alongwith Package Nos. 14-16

4. Data Sheet 17-22

5. Appendix - I : Terms of Reference 23-65

6. Supplement -I: Additional Requirements for Hill Roads 66-68

7. Supplement - II: Additional Requirements for Bridges 69-71

8 Supplement – III: Additional requirement for safety audit 72-74

9. Enclosure - I : Manning Schedule 75-77

10 Enclosure - II : Qualification Requirements of Key Personnel 78-89

11. Enclosure - III : Schedule for Submission of Reports and 90-92


Documents

12. Appendix - II : Formats for Technical Proposals 93-103

13. Appendix - III : Formats for Financial Proposals 104-114

14. Appendix - IV : Draft Contract Agreement 115-156

0
National Highways Authority of India
(Ministry of Road Transport & Highways)
INVITATION OF PROPOSALS FOR CONSULTANCY SERVICES FOR
PREPARATION OF DETAILED PROJECT REPORT FOR FOUR/SIX
LANING ON NORTH- SOUTH & EAST-WEST CORRIDORS
PHASE-II OF NATIONAL HIGHWAYS DEVELOPMENT PROJECT
1. BRIEF SCOPE OF WORK
The National Highways Authority of India (NHAI) has been entrusted with the
development, maintenance and management of National Highways under the National
Highway Development Project which includes the North-Sout h & East-West
Corridors. NHAI invites proposals for Preparation of Detailed Project Report for
four/six laning of balance sections of North-South and East-West Corridors on
National Highway No. 1, 7, 26, 54, and 57 in the states of Haryana, Madhya Pradesh,
Maharashtra, Andhra Pradesh, Tamil Nadu, Karnatka, Uttar Pradesh, Assam and
Bihar for the projects listed below:

North South Corridor - Group A


S. Section Chainage NH Package State Length Period of
N. No. (Km.) assignment
(Months)
1 Jhansi to Lalitpur Km 0 to Km 92 26 C-II A/1 UP 92 10

2 Lalitpur - Sagar- Km 92 to Km 26 C-II A/2 UP/MP 106 10


198
3 Sagar -Rajmarg km 198 to km 26 C-II A/3 MP 98 10
chouraha 296
4 Rajmarg km 296 to km 26 C-II A/4 MP 104 10
chouraha - 400 (Junction
Lakhnadon with Km 544 of
NH7)
5 Farukhanagar to Km. 34.800 to 7 C-II A/5 Andhra 98 10
Kottakata km 133 Pradesh

6 Kottakata to Km 133 to Km 7 C-II A/6 Andhra 78 10


Kurnool 211 Pradesh
7 Kurnool to Km 211 to Km 7 C-II A/7 Andhra 125 10
Anantpur 336 Pradesh
8 Anantpur- Km 336 to Km 7 C-II A/8 Andhra 128 10
AP/Karnatka 463.6 Pradesh
border
9 AP/Karnatka Km 463.6 to Km 7 C-II A/9 Karnatka 60 10
border- Avathi 524
village
10 Salem to Karur ( Km. 207.600 to 7 C-II A/10 Tamil 85 10
excluding Km. 248.000 & Nadu
Namakkal bypass) Km. 259.600 to
Km.301.000
11 Karur to Madurai Km. 301.000 to 7 C-II A/11 Tamil 139 10
Km. 440.000 Nadu
Dholpur-Morena Km. 51 to Km. 3 C-II A/12 Madhya 11 10
including 61 Pradesh
Chambal Bridge
12 (bridge package)
Total 1124

1
East – West Corridor – Group B
S. Section Chainage NH Package State Length Period of
N. No. (Km.) assignment
(Months)

1 Harangajo to Km.244.0 to 54 C-IIB/AS-1 Assam 104 9


Maibong km.140.00

2 Maibong to Km.140.0 to 54 C-IIB/AS-2 Assam 100 9


Lumding, Km.40.0

3 Kosi Bridge i/c Km.165.0 to C-IIB/BR-1 Bihar 10 6


approaches km.155.0
from eastern
embankment to
western
embankment

4 Purnea to Km.310.0 to 57 C-IIB/BR-2 Bihar 80 9


Forbesganj, Km.230.0

5 Simrahi* to Km.190 to 57 C-IIB/BR-3 Bihar 70 9


Jhanjharpur Km.165.0 &
excluding Kosi Km.155.0 to
bridge & km.110
approaches,
6 Darbhanga to Km.70.0 to 57 C-IIB/BR-5 Bihar 70 9
Muzaffarpur, Km.0.0

7 Lumding to Km.40 to 54 C-IIB/AS-3 Assam 40 6


Daboka, Km.0.0

8 Forbesganj to Km.230.0 to 57 C-IIB/BR-2 Bihar 40 6


Simrahi km.190.0

9 Jhanjharpur to Km.110.0 to 57 C-IIB/BR-4 Bihar 40 6


Darbhanga km.70.0

Total 554

2
North South Corridor - Group C

S.N. Section Chainage NH Package State Length Period of


No. (Km.) assignment
(month)

1 Six laning of Km 66.00 to 1 C-II C/1 Haryana 20 8


Panipat to 86.0
Panchi Gujran
including
Mukarba Chowk
2 Lakhnadon to km 544 to km 7 C-II C/2 MP 108 10
MP/MH Border 652

3 MP/MH Border Km.652 to 689 7 C-II C/3 MH 37 8


to Mansar

4 Mansar to Km.689 to 7 C-II C/4 MH 34 8


Nagpur i/c Km.723
Kamptee
Kannon bypass
5 Nagpur- km 64 (Jam) to 7 C-II C/5 Maharashtra 30 8
Hyderabad km94
section
6 Nagpur- km 94 to km 123 7 C-II C/6 Maharashtra 29 8
Hyderabad
section
7 Nagpur- km 123 to km 7 C-II C/7 Maharashtra 30 8
Hyderabad 153
section
8 Nagpur- km 153 to 175 7 C-II C/8 Maharashtra 22 8
Hyderabad
section
9 MH/AP border Km. 175 to 7 C-II C/9 Andhra 134 10
to Armur Km.309 Pradesh

10 Armur to Km. 309 to Km. 7 C-II C/10 Andhra 138 10


Kalkallu village 447 Pradesh

11 Krishnagiri to Km. 92.000 to 7 C-II C/11 Tamil Nadu 64 10


Thopurghat 156.000

Total 646

2. QUALIFYING REQUIREMENTS FOR CONSULTANCY


FIRMS/JOINT VENTURES HAVE BEEN SPELT OUT IN RFP
DOCUMENT

3. MODE OF ACCESS FOR BID DOCUMENTS

‘Request for Proposal ( RFP) document’ can be obtained between 10.00 hrs and 17.00
hrs on all working days from 30.6.2003 to 30.7.2003 at the address for
communication mentioned below on payment of Non- refundable document fee of Rs.
5,000/- ( Rupees Five Thousand only) in the form of Demand Draft favouring
‘National Highways Authority of India’ and payable at New Delhi. The document
can also be downloaded from our website. In that case, fee for document in the form
of demand draft payable at New Delhi must be furnished in a separate envelope while
submitting the proposal.
3
4. SUBMISSION OF DOCUMENTS

Sealed proposals should reach NHAI at the address for communication not later than
17.00 hrs on 31st July, 2003.

5. CONDITIONS ISSUED BY NHAI

Each proposal should be submitted on the document purchased from NHAI. In case, a
firm wishes to apply for more than one project, it is required to purchase the RFP
document separately for each project. The proposals submitted on photocopies of the
RFP document shall be summarily rejected.

NHAI will not be responsible for any delay in receiving the proposals and reserves the
right to accept/reject any or all proposals without assigning any reason thereof. The
consultancy firms will be selected as per the guidelines as indicated in RFP document.

6. ADDRESS FOR COMMUNICATION

Chief General Manager (EW)


National Highways Authority of India,
G-5&6, Sector-10, Dwarka, New Delhi – 110045
Phone : 011- 25074100/25074200 Extn. 2328, Fax : 011- 25093518
Email: [email protected]
Website : http://www.nhai.org

4
Letter of Invitation (LOI)

To

Dear Sir,

Sub: North South & East West Corridors Project - Preparation of Feasibility
Study and Detailed Project Report for 4/6 lane divided Carriageway –
Letter of Invitation.

1. Introduction

1.1 The National Highways Authority of India (NHAI) has been entrusted with
the development of the North-South Corridor connecting Srinagar (Jammu &
Kashmir) to Kanyakumari (Tamil Nadu) including Cochin-Salem spur and
East-West Corridor connecting Silchar (Assam) to Porbander (Gujarat). NHAI
now invites proposals for feasibility study and project preparation for 4/6
laning of the projects of North-South & East West corridors under National
Highway Development Project Phase-II. List of projects alongwith package
numbers is indicated in Annex-I.
1.2 A brief description of the assignment and its objectives are given in the
enclosed Terms of Reference.

1.3 You are hereby invited to submit technical and financial proposals for the
projects (Annex-I) as per your eligibility. Three groups of packages have been
identified and award of work will be limited to one package in each group
subject to maximum of two packages to any firm. You may propose one team
for all the packages in any one group. For each group, a separate team of key
personnel shall be proposed, in case you submit proposals for more than one
group. Proposals with same team in more than one group shall not be
considered.

1.4 To obtain first hand information on the assignment and on the local
conditions, you 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. You must fully inform yourself of local and site conditions and
take them into account in preparing your proposal.

1.5 Financial Proposals will be opened of all qualified consultants in accordance


with clause 5.1 hereof. The consultancy services will be awarded to the
consultants on the basis of least cost to NHAI for a particular group of
packages.

1.6 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.

1.7 The proposals must be properly signed as detailed below:


5
1.7.1 i. by the proprietor in case of a proprietary firm
ii. by the partner holding the Power of Attorney in case of a firm in
partnership (A certified copy of the Power of Attorney shall
accompany the Proposal).
iii. by a duly authorized person holding the Power of Attorney in case of a
Limited Company or a corporation (A certified copy of the Power of
Attorney shall accompany the proposal).
iv. by the authorised representative in case of Joint Venture.
1.7.2 In case a Joint Venture/Association of two or more firms, the proposal shall be
accompanied by a certified copy of legally binding Memorandum of
Understanding (MOU), signed by all firms to the joint venture/Association
confirming the following therein:
i. Date and place of signing;
ii. Purpose of Joint Venture/Association (must include the details of
contract works for which the joint venture has been invited to bid)
iii. A clear and definite description of the proposed administrative
arrangements for the management and execution of the assignment.
iv. Delineation of duties/ responsibilities and scope of work to be
undertaken by each firm alongwith resources committed by each
partner of the JV/Association for the proposed services;
v. An undertaking that the firms are jointly and severally liable to the
Employer for the performance of the services and,
vi. The authorized representative of the joint venture/Association
1.7.3 In case of Joint venture, the firm which has submitted experience certificates
to meet the eligibility requirements 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. For a JV to be eligible for
bidding, the experience of lead partner and other partner should be as
indicated in data sheet.
1.7.4 A firm can bid for a project either as a sole consultant or in 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.

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, not later than 15 days before the proposal submission date. Any
request for clarification in writing or by tele- fax must be sent to the Client’s
address indicated in the Data Sheet. The Client will respond by cable, tele- fax

6
to such requests and copies of the response will be sent to all Consultants who
have purchased the RFP document.
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. The amendment
will be notified in writing or tele- fax to all consulting firms who have
purchased the RFP document and will be binding on them. The Client may at
its discretion extend the deadline for the submission of proposals.
3. Preparation of Proposal

You are requested to submit your proposal in following 3 covers:

(i) Documents in proof of eligibility


(ii) Technical Proposal
(iii) Financial Proposal

3.1 Document in proof of eligibility:

3.1.1 Following documents must be furnished in proof of eligibility:

(i) Firm’s experience:

(ii) Firm’s turnover for the last 5 years certified copy of the audit
report may be furnished in support of the details.

(iii) List of equipments and the details of the office and key persons
employed by the firm may be furnished. (List of equipment given)

(iv) Work in hand

3.1.2 The experience certificate from clients in support of having completed detailed
project report of highway projects of minimum length as specified in data
sheet for the project size in terrain of similar nature as that of proposed
project. Certificate should indicate clearly the firms Design/DPR experience,
in 2/4 laning of highway, tunneling, structures like bridges, Viaducts, hill
slope stabilization, rock bolting, ground improvement etc. Scope of services
rendered by the firm should be clearly indicated in the certificate from the
client.

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

3.2 Technical Proposal

3.2.1 Under the technical proposal, only the CV of the key personnel in the
prescribed format as per Enclosure -II is to be furnished. It may please be
ensured that the format is strictly followed and the information furnished
therein is true and correct. The CV must indicate the work in hand and
the duration till which the person will be required to be engaged in that
assignment.

7
3.2.2 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.

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

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


manning schedule in respect of requirement of key personnel is also
furnished in the TOR which shall be the basis of the Financial
proposal. You shall make your own assessment of support personnel
both technical and administrative to undertake the assignment.
Additional support and administrative staff need to be provided for
timely completion of the project within the total estimated cost. It is
stressed that the time period for the assignment indicated in the TOR
should be strictly adhered to.
ii. No alternative to key personnel may be proposed and only one CV may
be submitted for each position; in the format given at Appendix-II.
The requirements of all key personnel are listed at Enclosure-II. The
proposal not meeting the minimum requirement specified shall not
be evaluated further.
iii. Team Leader, Highway Engineer, Bridge Engineer, Geo-technical cum
material engineer and Survey Engineer should be available from
beginning of the project.
iv. The availability of key personnel must be ensured at site during the
period shown in the manning schedule;
v. 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
will be available for entire duration of the project assignment and he
will not engage himself in any other assignment during the currency
of his assignment on the project. In case of non availability of key
personnel in spite of his declaration, he shall be debarred for a
period of two years for all projects of NHAI.
vii. Age limit for supporting staff to be deployed on project is 60 years.
viii. A good working knowledge of English Language is essential for key
professional staff on this assignment. Study reports must be in
ENGLISH Language.
ix. Availability of few key personnel engaged for preparation of Detailed
Project Report may be ensured during first 3 to 4 months after start of
the civil work at site during the period of survey and review of DPR by
the Supervision consultant. For this purpose, payment shall be made as
per actual site deployment of the key personnel at the man month rates
quoted by the firm in their financial proposal.
3.3 Your technical proposal must include the following information using but not
limited to the formats attached in Appendix – II.
i. The composition of the proposed Team and Task Assignment to
individual personnel.
ii. Curriculum Vitae (CV) recently signed in blue ink by the proposed
key professional staff and also by an authorized official of the Firm
8
and each page of the CV must be signed. The key information shall
be as per the format. Unsigned and photocopies of CVs shall be
rejected.
iii. Proposed work programme and methodology for the execution of the
services illustrated with bar charts of activities, including survey
equipment and procedure, any change proposed in the methodology of
services indicated in the TOR, and procedure for quality assurance.
iv. Estimates of the total time effort (person x months) to be provided for
the services, supported by bar diagrams showing the time proposed
(person x months) for each Key Professional staff.
v. In case the consultant envisages to out source certain specialised
services (e.g. geo-technical investigation etc.) to the expert agencies,
the details of the same indicating the arrangement made with the
agencies need to be furnished. These agencies would however, be
subject to approval of the client to ensure quality input by such
agencies during technical negotiation before award of the work. For
geo-technical investigations, only empanelled firms/consultants with
the MORT&H should be engaged.
vi. Comments or suggestion on the TOR, if any.
The data obtained from the topographic surveys should be handed over to
NHAI after the completion of services. The data should be in a form amenable
to digital terrain model (DTM) commonly used by highway design software
(MOSS/MX Professional Foundation ver.2.2 from M/s Infrasoft Ltd
Company, are at present being used in NHAI).
3.4 The technical proposal must not include any financial information.

3.5 Financial Proposal


3.5.1 The Financial proposal should include the costs associated with the
assignment. These shall normally cover: remuneration for staff (foreign and
local, in the field, office etc), accommodation, transportation, equipment,
printing of documents, surveys 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 – III. 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-III shall be considered non-
responsive and is liable to be rejected.
3.5.2 The financial proposal shall take into account all types of the tax liabilities and
cost of insurance specified in the Data Sheet.
3.5.3 Costs shall be expressed in Indian Rupees in case of domestic Consultant and
in Indian Rupees and US Dollars in case of foreign Consultant. The payments
shall be made in Indian Rupees by the National Highways Authority of India
and the Consultant themselves would be required to obtain foreign currency to
the extent quoted and accepted by NHAI. 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.
.

9
3.5.4 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 You must submit one original proposal and the number of copies indicated in
the Data Sheet. Each proposal will be sealed in an outer envelope which will
bear the address and information indicated in the Data Sheet. The envelope
must be clearly marked:
Consultancy Package No. ……….. Project Name …………………………..
Do not open, except in presence of the evaluation committee
4.1.1 This outer envelope will contain three separate envelopes, one clearly marked
“Proof of eligibility” second as ‘Technical Proposal’ and the third clearly
marked ‘Financial Proposal’ (all the three envelopes indicating original or
copy as appropriate).
4.1.2 In the event of any discrepancy between the copies of the proposals, the
original shall govern. The original and each copy of the technical and financial
proposal must be prepared in indelible ink and must be signed by the
authorised representative of the consultants. The letter of authorisation must
be confirmed by a written power of attorney accompanying the proposals. All
pages of the technical and financial proposals must be initialed by the person
or persons signing the proposal.
4.2 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.
4.3 Your completed technical and financial proposal must be delivered on or
before the time and date stated in Data Sheet.

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

5 Proposal Evaluation

5.1 A three-stage procedure will be adopted in evaluating the proposal. In the first
stage, eligibility of the firm will be ascertained on the basis of experience
certificates, firms turnover and equipments available with the firm as indicated
in datasheet. In the second stage, CV of the key personnel of the firm passing
in first stage will be evaluated applying fail/pass criteria. Firms meeting
minimum requirement specified at Enclosure-II of RFP shall be declared pass.
The firms failing to meet minimum requirement will be declared fail. In the
third stage, financial proposal of all eligible firms who pass in technical
evaluation shall be opened. The work shall be awa rded to the firm on the
basis of least cost to NHAI for a particular group of packages.

5.2 Evaluation of Technical Proposal

The evaluation committee appointed by the Client will carryout its evaluation
applying the evaluation criteria specified in the Data Sheet.

10
5.3 Evaluation of Financial Proposal

5.3.1 For financial evaluation, total cost of financial proposal will be considered.
This, however does not include service tax which are reimbursable.

5.3.2 The evaluation committee will determine whether the financial proposals are
complete (i.e. whether they have costed all items of the corresponding
proposals ; if not, then their cost will be considered as NIL), correct any
computational errors and correct prices in various currencies to the single
currency specified in Data Sheet.

6 Negotiations

6.1 Prior to the expiration period of proposal validity, the Client will notify the
most preferred Consultant in writing by registered letter, cable telex or
facsimile and invite it to negotiate the Contract.

6.2 Negotiations normally take two to three days. The aim is to reach agreement
on all points and initial a draft contract by the conclusion of Negotiations.

6.3 Negotiations will commence with discussion on technical proposal, the


proposed methodology (work plan), staffing and any suggestions made to
improve the TOR, the staffing and bar charts, which will indicate activities,
staff, periods in the field and in the home office, staff months, logistics and
reporting. The financial proposal is subject to rationalization. Specia l attention
will be paid to optimize the required outputs from the Consultants within the
available budget and to define clearly the inputs required from the Client to
ensure satisfactory implementation of the Assignment.

6.4 Changes agreed upon will then be reflected in the financial proposal using
proposed unit rates.

6.5 Having selected Consultants, among other things, on the basis of an evaluation
of proposed key professional staff, the Client expects to negotiate, within the
proposal validity period, a contract on the basis of the staff named in the
proposal and, prior to contract negotiations, will require assurances that the
staff will be actually available. The Client will not consider substitutions
during contract negotiations except in cases of incapacity of key personnel
for reasons of health. Similarly, after award of contract the Client expects all
of the proposed key personnel to be available during implementation of the
contract. The client will not consider substitutions during contract
implementation except under exceptional circumstances upto a maximum
of 25 per cent of key personnel (considering equal weightage for each key
personnel) and that too by only equally or better qualified and experienced
personnel. During the course of providing services, substitution of a key
personnel in excess of 25% of key personnel would call for reduction of
remuneration which shall not exceed 90% of the remuneration agreed for the
Original Key personnel.

6.6 For key personnel replaced for the second time, the remuneration payable shall
not exceed 90% of the remuneration which would have been payable for the
personnel replaced for the remaining period irrespective of percentage limit of
replacement stated in para 6.5.

11
6.7 The negotiations will be concluded with a review of the draft from of
Contract. The Client and the Consultants will finalize the contract to conclude
negotiations.

7 Performance Security

The consultant will furnish within 15 days of the issue of letter of acceptance,
an unconditional Bank Guarantee from the Bank (Generally, by SBI or its
subsidiaries or any Indian nationalized bank or IDBI or ICICI or ICICI Bank
or by a foreign bank through a correspondent bank in India) for an amount
equivalent to 10 % of the total contract value to be received by him towards
Performance Security valid for a period of three years beyond the date of
completion of services. The Bank Guarantee (shall be extendable till the
completion of civil contract works) will be released by NHAI upon
successful completion of civil contract and rectification of errors if any,
found during implementation of the contract for civil work and
satisfactory report by supervision consultant.

8. Penalty

The consultant will indemnify for any direct loss or damage which 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.

9. Award of Contract

9.1 The Contract will be awarded after successful Negotiations with the successful
Consultants. If negotiations (as per para 6 above) fail, the Client may invite
the 2nd lowest bidder Consultant for Contract negotiations.

9.2 The selected Consultant is expected to commence the Assignment on the date
and at the location specified in the Data Sheet.

10. Confirmation

We would appreciate you informing us by telex/facsimile:

i. Your receipt of the letter of invitation


ii. Whether or not you will submit a proposal.

Thanking you.
Yours sincerely,

Chief General Manager (East-West)


National Highways Authority of India
G-5 & G-6, Sector 10, Dwarka
New Delhi – 110 045

12
Encl. as above

13
Annex-I (1/3)
NATIONAL HIGHWAYS DEVELOPMENT PROJECT ( PHASE-II)
(North South Corridor) – GM concerned : GM(NS)-I
Group A
S.N. Section Chainage NH Package State Approx Terrain Funding Period of
No. No. Length Agency assign-
(Km.) ment
(Months)

1 Jhansi to Km 0 to Km 92 26 C-II A/1 UP 92 Plain ADB 10


Lalitpur

2 Lalitpur - Sagar- Km 92 to Km 26 C-II A/2 UP/MP 106 Plain ADB 10


198

3 Sagar - km 198 to km 26 C-II A/3 MP 98 Plain ADB 10


Rajmarg 296
chouraha
4 Rajmarg km 296 to km 26 C-II A/4 MP 104 Plain ADB 10
chouraha - 400 (Junction
Lakhnadon with Km 544 of
NH7)
5 Farukhanagar Km. 34.800 to 7 C-II A/5 Andhra 98 Plain WB 10
to Kottakata km 133 Pradesh

6 Kottakata to Km 133 to Km 7 C-II A/6 Andhra 78 Plain WB 10


Kurnool 211 Pradesh

7 Kurnool to Km 211 to Km 7 C-II A/7 Andhra 125 Plain WB 10


Anantpur 336 Pradesh

8 Anantpur- Km 336 to Km 7 C-II A/8 Andhra 128 Plain WB 10


AP/Karnatka 463.6 Pradesh
border

9 AP/Karnatka Km 463.6 to 7 C-II A/9 Karnatka 60 Plain WB 10


border- Avathi Km 524
village

10 Salem to Karur Km. 207.600 to 7 C-II A/10 Tamil 85 Plain WB 10


( excluding Km. 248.000 & Nadu
Namakkal Km. 259.600 to
bypass) Km.301.000

11 Karur to Km. 301.000 to 7 C-II A/11 Tamil 139 Plain WB 10


Madurai Km. 440.000 Nadu

Dholpur- Km. 51 to Km. 3 C-II Madhya 11 Plain NHAI 10


Morena 61 A/12 Pradesh
including
Chambal
Bridge (bridge
12 package)
Total 1124

14
Annex-I (2/3)
NATIONAL HIGHWAYS DEVELOPMENT PROJECT (Phase -II)
(East-West Corridor)- GM Concerned : GM (EW)-III
Group B

S.N Section Chainage NH Package State Approx Terrain Funding Period of


. No. Length Agency assign-
(Km.) ment
(Months)

1 Harangajo to Km.244.0 to 54 C-IIB/AS-1 Assam 104 Hilly NHAI


Maibong km.140.00
9

2 Maibong to Km.140.0 to 54 C-IIB/AS-2 Assam 100 Hilly NHAI 9


Lumding, Km.40.0

3 Kosi Bridge i/c Km.165.0 to C-IIB/BR-1 Bihar 10 Plain NHAI 6


approaches from km.155.0
eastern
embankment to
western
embankment

4 Purnea to Km.310.0 to 57 C-IIB/BR-2 Bihar 80 Plain NHAI 9


Forbesganj, Km.230.0

5 Simrahi* to Km.190 to 57 C-IIB/BR-3 Bihar 70 Plain NHAI 9


Jhanjharpur Km.165.0 &
excluding Kosi Km.155.0 to
bridge & km.110
approaches,

6 Darbhanga to Km.70.0 to 57 C-IIB/BR-5 Bihar 70 Plain NHAI 9


Muzaffarpur, Km.0.0

7 Lumding to Km.40 to 54 C-IIB/AS-3 Assam 40 Plain NHAI 6


Daboka, Km.0.0

8 Forbesganj to Km.230.0 to 57 C-IIB/BR-2 Bihar 40 Plain NHAI 6


Simrahi km.190.0

9 Jhanjharpur to Km.110.0 to 57 C-IIB/BR-4 Bihar 40 Plain NHAI 6


Darbhanga km.70.0

Total 554

15
Annex-I (3/3)
NATIONAL HIGHWAYS DEVELOPMENT PROJECT ( PHASE-II)
(North South Corridor)- GM concerned : GM(NS)-II
Group C
S.N Section Chainage NH Package State Length Terrain Funding Period of
. No. (Km.) Agency assign-
ment
(month)
1 Six laning of Km 66.00 to 1 C-II C/1 Haryana 20 Plain NHAI 8
Panipat to 86.0
Panchi Gujran
including
Mukarba
Chowk
2 Lakhnadon to km 544 to km 7 C-II C/2 Madhya 108 Plain NHAI 10
MP/MH Border 652 Pradesh

3 MP/MH Border Km.652 to 689 7 C-II C/3 Maharashtra 37 Plain NHAI 8


to Mansar

4 Mansar to Km.689 to 7 C-II C/4 Maharashtra 34 Plain NHAI 8


Nagpur i/c Km.723
Kamptee
Kannon
bypass
5 Nagpur- km 64 (Jam) 7 C-II C/5 Maharashtra 30 Plain NHAI 8
Hyderabad to km94
section
6 Nagpur- km 94 to km 7 C-II C/6 Maharashtra 29 Plain NHAI 8
Hyderabad 123
section
7 Nagpur- km 123 to km 7 C-II C/7 Maharashtra 30 Plain NHAI 8
Hyderabad 153
section
8 Nagpur- km 153 to 175 7 C-II C/8 Maharashtra 22 Plain NHAI 8
Hyderabad
section
9 MH/AP border Km. 175 to 7 C-II C/9 Andhra 134 Plain NHAI 10
to Armur Km.309 Pradesh

10 Armur to Km. 309 to 7 C-II C/10 Andhra 138 Plain NHAI 10


Kalkallu village Km. 447 Pradesh

11 Krishnagiri to Km. 92.000 to 7 C-II C/11 Tamil Nadu 64 Plain NHAI 10


Thopurghat 156.000

Total 646

16
DATA SHEET

(References to corresponding paragraphs of LOI are mentioned along side)

1. The Name of the Assignment is : Preparation of Feasibility Study and Detailed


Project Report for four/six laning of Project Sections and Consultancy Packages
as given in Annexure -I (Ref. Para 1.1)

(The Name and Package No. of all consultancy packages for which the firm is
applying should be indicated in the format given in the technical proposal)

2. The Name of the Client is: Chairman,


National Highways Authority of India
G-5 & G-6, Sector-10, Dwarka,
New Delhi - 110 045

3. The Description of the Project: Existing National Highways forming North-


South & East –West Corridors are proposed to be developed as four/six lane
divided carriageway. List of projects is given in Annexure –I (Ref. Para 1.1)

4. Date and Time of Pre -Proposal Conference

Date: 14th July 2003 (15:00 hours)

Venue : NHAI Auditorium, G-5 & G-6,


Sector –10, Dwarka,
New Delhi-110045. (Ref. Para 1.4)
5. The Documents are :

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


ii. Appendix-II: Formats for Technical Proposal
iii. Appendix-III: Formats for Financial Proposal
iv. Appendix -IV Draft Contract Agreement
(Ref. Para 2.1)

6. The address is : ----


General Manager (As indicated in Annex-I)
National Highways Authority of India (NHAI)
G-5 & G-6, Sector-10, Dwarka,
New Delhi - 110 045
Tel: 011 25074100; Fax: 011 25093507
(Ref. Para 2.2)

17
7. Tax and Insurance (Ref. Para 3.5.2)
1. The Consultants and their personnel shall pay all taxes(including service tax),
custom duties, fees, levies and other impositions levied under the laws
prevailing seven days before the last date of submission of the bids. The
effects of any increase / decrease of any type of taxes levied by the
Government shall be borne by the Client / Consultant, as appropriate.

2. Limitations of the Consultant’s Liability towards the Client (Ref. para 8 )

a) Except in case of negligence or wilful 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 the damage caused by the Consultants to the Client’s property, shall
not be liable to the Client:

1. For any indirect or consequential loss or damage; and,


2. For any direct loss or damage that exceeds; (A) the total
payments for Professional Fees and Reimbursable Exp enditures
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 is higher.

b) The Limitation of liability shall not affect the


Consultants’ liability, if any, for damage to Third
Parties caused by the Consultants or any person or firm
acting on behalf of the Consultants in carrying out the
Services.

3. The risk and coverage shall be as follows:

a) Third Party Motor Vehicle Liability Insurance as required under extant


Motor Vehicles Act 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. 1.0
Million for the period of Consultancy.

c) Professional Liability Insurance (PLI) including deficiencies /


inadequacies in the design of pavement, structures and other highway
features for a period of ten years beyond Consultancy period or as per
applicable law whichever is longer, with a minimum coverage equal
to the contract value for the assignment.

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

18
as, with respect to such personnel, any such life, health, accident, travel
or other insurance as may be appropriate.

It may please be noted that all insurances and policies should start
from the date of commencement of services and remain effective as
per relevant requirements of Contract Agreement.

8. The number of copies of the proposal required to be submitted: 2 nos. (1


original + 1 copy) (Ref. Para 4.1)

9. The address is --- (Ref. para 4.1)


General Manager (as indicated in Annex-I)
National Highways Authority of India (NHAI)
G-5 & G-6, Sector-10, Dwarka,
New Delhi - 110 045
Tel: 011 25074100; Fax: 011 25093507

The envelopes must be clearly marked:


i. ORIGINAL or COPY as Appropriate;
ii. DOCUMENTS IN PROOF OF ELIGIBILITY, TECHNICAL
PROPOSAL or FINANCIAL PROPOSAL as Appropriate; and,
iii. DO NOT OPEN, EXCEPT IN PRESENCE OF THE EVALUATION
COMMITTEE on the outer envelope.
iv. Consultancy Package No. :-------------
v. Project Name :------------
vi. Name and Address of consultant

10. The date and time of proposal submission are: 31st July 2003 (upto 17:00 hrs)
(Ref. Para 4.3)

11. Proposal Validity period (days, date): 90 days (Ref. Para 4.4)

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

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

(i) Data sheet for furnishing information on Firm’s Experience

S.No. Name Name Total Cost of Date of Brief Name of


of the & length consultancy Start and scope the key
Project address (in Rs.) Completion of persons
of work Deployed
Client
with
tel.no.

19
(ii)
Eligibility criteria for sole applicant firm or lead partner in case of JV
(ref Para 1.7.3)
S.No. Eligibility Minimum experience of Annual average turnover
for bidding preparation of DPR for four
(Project laning of Highways
length) (NH/SH/Equivalent)
1. Upto 50 km The firm should have minimum Annual turnover (average of last
experience of preparation of 5 years or in each of the
Detailed Project Report of either preceding two years) of firm
four laning project of 20 km should be equal to or more than
aggregate length or two la ne Rs.10 lakhs
project of 40 km aggregate length
2 Upto 100 Firm should have experience of Annual average turnover for last
km preparation of Detailed Project five years of the firm should be
Report of four lane projects of equal to or more than Rs.40
aggregate length of 40 km or lakhs
more. Firm should have also
prepared DPR for atleast one
project of four laning of 20 km
length
3 More than Firm should have experience of Annual average turnover for last
100 km preparation of Detailed Project 5 years of the firm should be
Report of four lane projects of equal to or more than Rs.40
aggregate length of 60 km or lakhs
more. Firm should have also
prepared DPR for atleast one
project of four laning of 40 km
length
4 Bridge Firm should have experience of Annual average turnover for last
package preparation of Detailed Project 5 years of the firm should be
Report of at least one bridge of equal to or more than Rs.40
500m length with individual span lakhs
of 50 m length

(iii) In case of JV, lead partner must fulfill the above requirements and each other
JV partner should have minimum experience of preparation of detailed project
report for two lane highway projects of at least 25 km aggregate length.
(NH/SH or equivalent)

(iv) List of minimum essential equipment which the firm must possess for
eligibility

1. Pavement condition survey equipment


Benkelman Beam
Roughometer or any other suitable equipment
2. Laboratory facility
Soil testing facility for atterrberg limits, soil
classifications, moisture content, density etc.

20
3. Survey equipment
Total station
4. Office equipment
Computer
Plotter
5. Software
MOSS or equivalent
AutoCAD
STAD or equivalent

(v) Additional essential equipment

1. GPS Survey The firm can either own this necessary


equipment for this specialized services
or furnish an undertaking indicating
the arrangement for carrying out such
services.
2. Geotechnical investigation The firm can either own necessary
equipment for these specialized
3. Condition survey and testing of services or furnish an undertaking
existing bridge structures indicating the arrangement for
carrying out such services through
empanelled consultant with the
MORT&H

(vi) Details regarding work in hand must be furnished in the format given
below:

S.No. Name Name Total Cost of Date of scope of Name &


of the & length consultancy Start and work DPR/ position
Project address (in Rs.) Completion supervision of the key
of consultancy persons
Client deployed
with and their
tel.no. total man
months &
remaining
man
months

12.2 Second stage technical evaluation

Evaluation of key personnel will be carried out following fail/ pass criteria.
The minimum essential requirement of the key personnel has been given in
Enclosure -II of RFP. Each key person must meet the minimum essential
requirement in order to pass in the evaluation.

21
12.3 Third stage -- Evaluation of financial proposal

Financial proposal of all the firms who pass in technical evaluation will be
opened and award will be made based on least cost to NHAI for a particular
group of packages. The financial offer of packages in two groups A and B will
be opened first. If any firm gets one package each in group A and B, his
financial offer for third group will not be opened.

13. The common currency is “Indian Rupee”. (Ref. Para 3.5.3)


Fixed Exchange rate for conversion (for evaluation purpose only):
1 US $=Rs. 48.00

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 9.2)
*****

22
Preparation of Detailed Project Report
for Rehabilitation and Upgrading to
4/6 Lane Divided Carriageway
Configuration of Various Sections of
National Highways

TERMS OF REFERENCE

23
Preparation of Detailed Project Report for Rehabilitation and Upgrading to
4/6 Lane Divided Carriageway Configuration of Various Sections of
National Highways

Terms of Reference for Consultancy Services


1. General

1.1 Ministry of Road Transport and Highways, Government of India has


decided to take up the development of various National Highways
Corridors where the intensity of traffic has increased significantly and
there is requirement of augmentation of capacity for safe and efficient
movement of traffic. One set of such corridors is North-South and East-
West Corridor connecting Srinagar to Kanyakumari and Silchar (Assam)
to Porbander (Gujarat) for a total length of about 7300 kms.

1.2 National Highways Authority of India (NHAI) has been entrusted to


implement the development projects for these corridors either through its
own budgetary sources or loans from ADB or World Bank. The National
Highways Authority of India has accordingly taken up project preparation
of certain stretches on North-South & East-West Corridors.

1.3 NHAI will be the emplo yer 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.

2. Objective

2.1 The main objective of the consultancy service is to establish the technical,
economical, and financial viability of the project and prepare detailed
project reports for rehabilitation and upgrading of the existing 2- lane
National Highway (NH) sections to 4- lane divided carriageway
configuration. The traffic levels on some of these NH sections may even
call for widening beyond 4- lane standard in the immediate future.

2.2 The viability of the project designed as a partially access controlled facility
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, underpasses / flyovers / ROB’s, 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 vis-à-vis
the investment and financial return through toll and other revenues.

2.3 The Detailed Project Report 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

24
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
quality audit and safety audit requirement in design and implementation.

3. Scope of Services

3.1 As far as possible, the widening work shall be within the existing right of way
avoiding land acquisition, except for locations having inadequate width and where
provisions of short bypasses, service roads, alignment corrections, improvement
of intersections including provision of grade separators etc. are considered
necessary and practicable and cost effective. In order that the section may be
widened to 6- lane at a future date on the inside of carriageways without
disturbing the utilities or service roads, the new carriageway (with or without
service roads) should be located at the extreme edge of right of way with a
median. This may involve eccentric acquisition of land. However bypasses
proposals should also be considered, wherever in urban areas, widening to 4/6
lane of the existing road is not possible. The Consultant shall furnish land
acquisition details as per revenue records/maps for further processing.

3.2 It is proposed to collect fees from the users on the improved facilities and
therefore, the Consultant has to keep this important aspect in mind while carrying
out the study.

3.3 The Consultant shall study the possible locations and design of toll plaza.
Wayside amenities required on tolled highway shall also be planned. 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.

3.4 The general scope of services is given in the sections that follow. However, the
entire scope of services would, inter-alia, include the items mentioned in the
Letter of Invitation and the TOR. The Consultant will also make suitable
proposals for further widening of the road of 6- lane etc. and strengthening of the
carriageways, as required at the appropriate time to maintain the level of service
over the design period.

3.5 The studies for financing options like BOT, Annuity, SPV will be undertaken in
Feasibility Study stage.

3.6 All ‘good for construction’ drawings shall be prepared.

3.7 Environmental Impact Assessment, Environmental Management Plan and


Rehabilitation and Resettlement Studies shall be carried out by the Consultant.

3.8 Wherever required, consultant will liaise with concerned authorities and arrange
all clarifications. Approval of all drawings i/c GAD will be got done by the
consultant from the Railways. However if Railways require proof checking of the

25
drawings prepared by the consultants, the same will be got done by NHAI and
payment to the proof consultant shall be made by NHAI directly. Consultant will
also arrange ‘NO Objection Certificate’ from Ministry of Environment and Forest
and also incorporate the estimates for shifting of utilities from concerned local
authorities in the DPR. Consultant is also required to prepare Land Acquisition
papers for acquis ition of land either under NH Act or State Act.

3.9 The DPR consultant should ensure detailed project preparation incorporating
quality audit and safety audit requirement in design and implementation and the
consultant will submit quality audit plan before starting preparation of Detailed
Project Report.

4. General
4.1 Primary Tasks

General Scope of Services shall cover but be not limited to the following major
tasks (additional requirements for Feasibility Studies and 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 habitants, involuntary resettlement etc.
ii(a). Public consultation, including consultation with Communities located along the road,
NGOs working in the area, other statke-holders and relevant Govt. deptts 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 and drainage
provisions;
viii. detailed topographic surveys using Total Stations and GPS;
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 granular soil conditions and
where density consideration require, even lesser height embankment. Detailed design
of structures preparation of GAD and construction drawings and cross-drainage
structures and underpasses etc.
xiii. identification of the type and the design of intersections;
xiv. design of complete drainage system and disposal point for storm water
xv. value analysis / value engineering and project costing;
xvi. economic and financial analyses;
xvii. contract packaging and implementation schedule.
xviii strip plan indicating the scheme for carriageway widening, location of all existing utility
services (both over- and underground) and the scheme for their relocation, trees to be

26
felled and planted and land acquisition requirements including schedule for LA: reports
documents and drawings arrangement of estimates for cutting of trees and shifting of
utilities from the concerned department;
xix financial viability of project and financing options like BOT, Annuity, SPV.
xx preparation of detailed project report, cost estimate, approved for construction drawings,
rate analysis, detailed bill of quantities, bid documents for execution of civil works
through budgeting resources
xxi. Design of toll plaza and identification of their numbers and location and office cum
residential complex including working drawings
xxii. Design of weighing stations, parking areas and rest areas.
xxiii. Any other user oriented facility enroute toll facility.
xxiv. Tie-in of on-going/sanctioned works of MORT&H/other agencies.

4.2 While carrying out the field studies, investigations and design, the development
plans being implemented or proposed for future implementation by the local
bodies, should be taken into account. Such aspect should be clearly brought out in
the reports and drawings.

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

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

4.5 Standards and Codes of Practices

1. All activities related to field studies, design and documentation shall be


done as per the latest guidelines/ circulars of MORTH and relevant
publications of the Indian Roads Congress (IRC) and Bureau of Indian
Standards (BIS). For aspects not covered by IRC and BIS, international
standard practices, such as, British and American Standards may be
adopted. The Consultants, upon award of the Contract, ma y finalise this in
consultation with NHAI and reflect the same in the inception report.

2. All notations, abbreviations and symbols used in the reports, documents


and drawings shall be as per IRC:71-1977.

4.6 Quality Assurance Plan (QAP)

1. The Cons ultants should have detailed Quality Assurance Plan (QAP) for
all field studies including topographic surveys, traffic surveys, engineering
surveys and investigations, design and documentation activities. The
quality assurance plans/procedures for different field studies, engineering
surveys and investigation, design and documentation activities should be
presented as separate sections like engineering surveys and investigations,
traffic surveys, material geo-technical and sub-soil investigations, road and
pavement investigations, investigation and design of bridges & structures,
environment and R&R assessment, economic & financial analysis,
drawings and documentation, preparation, checking, approval and filing of
calculations, identification and tractability of project documents etc.

27
Further, additional information as per format shall be furnished regarding
the details of personal who shall be responsible for carrying out/preparing
and checking/verifying various activities forming part of feasibility stud y
and project preparation, since inception to the completion of work. The
detailed Draft QAP Document must be discussed and finalised with the
concerned NHAI officers immediately upon the award of the Contract and
submitted as part of the inception report.

2. It is imperative that the QAP is approved by NHAI before the Consultants


start the field work.

4.7 Review of Data and Documents

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

i. Climate;
ii. road inventory
iii road condition, year of original construction, year and type of major
maintenance/rehabilitation works;
iv. condition of bridges and cross-drainage structures;
v. sub-surface and geo-technical data for existing bridges;
vi. hydraulic data, drawings and details of existing bridges;
vii. detailed of sanctioned / on-going works on the stretch sanctioned by MORT&H/
other agencies for Tie-in purposes
viii. survey and evaluation of locally available construction materials;
ix. historical data on classified traffic volume (preferably for 5 years or more);
x. origin-destination and commodity movement characteristics; if available;
xi. speed and delay characteristics; if available;
xii. commodity-wise traffic volume; if available;
xiii. accident statistics; and,
xiv. vehicle loading behaviour (axle load spectrum), if available.
xv) 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.)
xvi) Environmental setting and social baseline of the project.

4.8. Social Analysis

The social analysis study shall be carried out in accordance with the NHAI/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 labour, land acquisition and resettlement .

4.9 Traffic Surveys

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

28
4.9.1 Number and Location of Survey Stations

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

Sl.NR. Description Number of Survey


Stations per 100 km
1. Classified Traffic Volume Count 3
2. Origin- Destination and Commodity Minimum of 2 per 200
Movement Characteristics km.
3. Axle Loading Characteristics 2
4. Intersection Volume Count All Major Intersection
5. Speed-Delay Characteristics Project Road Section
6. Pedestrian/animal cross traffic count All major inhabilitations
along the highway

2. The number of survey locations indicated in the table above are indicative
only. The Consultants shall, immediately upon award of the work, submit
to NHAI proposals regarding the total number as well as the locations of
the traffic survey stations as put of inception report. Suitable maps and
charts should accompany the proposals clearly indicating the rationale for
selecting the location of survey stations.

3. The methodology of collection and analysis of data, number and location


of traffic survey stations shall be finalised in consultation with NHAI.

4.9.2. Classified Traffic Volume Count Survey


1. 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 generalised classification system is suggested in
view of the requirements of traffic demand estimates and economic
analysis:
Motorised Traffic Non-Motorised Traffic
2-Wheeler Bi-Cycle
3-Wheeler Cycle-Rickshaw
Passenger Car Animal Drawn Vehicle (ADV)
Utility Vehicle (Jeep, Van etc.) Hand Cart
Other Non-Motorised Vehicle
Bus Mini Bus
Standard Bus
LCV LCV-Passenger
LCV-Freight
Truck MCV : 2-Axle Rigid Chassis
HCV : 3-Axle Rigid Chassis
MAV Semi Articulated

Articulated

29
2. All results shall be presented in tabular and graphical form. The survey
data shall be analysed to bring out the hourly and daily variations. The
traffic volume count per day shall be averaged to show a weekly Average
Daily Traffic (ADT) by vehicle type. The Annual Average Daily Traffic
(AADT) shall be worked out by applying seasonal factors.

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

4.9.3. Origin-Destination and Commodity Movements Surveys

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

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 analysed 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 with those derived from the axle load studies.

6. The commodity movement data should be duly taken into consideration


while making the traffic demand estimates.

4.9.4. Turning Movement Surveys

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

30
2. The methodology for the surveys shall be as per IRC:SP:41-1994. The
details including location and duration of surveys shall be finalised in
consultation with NHAI 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 analysed to identify


requirements of suitable remedial measures, such as construction of
underpasses, fly-overs, interchanges, grade-separated intersections along
the project road alignment. Intersections with high traffic volume
requiring special treatments either presently or in future shall be identified.

4.9.5. Axle Load Surveys

1. Axle load surveys in both directions shall be carried out at suitable


location(s) in the project road stretch on a random sample basis normally
for trucks only (both empty and loaded trucks) for 2 normal days - (24
hours) at special count stations to be finalised in consultation with NHAI.
However, a few buses may be weighed in order to get an idea about their
loading behaviour. 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. The axle load surveys shall normally be done using axle load pads or other
sophisticated instruments. The location(s) of count station(s) and the
survey methodology including the data formats and the instrument type to
be used shall be finalised 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 analysed to
bring out the Gross Vehicle Weight (GVW) and Single Axle Load (SAL)
Distributions by truck type (axle configuration).

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

4.9.6. Speed-Delay Surveys

Speed studies are not envisaged for the project. However, the Consultants
shall carry out appropriate field studies such as moving car survey to
determine running speed and journey speed. The data should be analysed
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-

31
passes, fly-overs, interchanges, grade-separated intersections and service
roads.

4.9.7 Pedestrian / animal cross traffic surveys:

These may be conducted to determine if provision of viaduct for


pedestrians / animals is necessary to improve the traffic safety.

4.9.8.1 Truck Terminal Surveys

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

4.9.9. Toll Rate Surveys

1. The consultants shall carry out Stated Preference surveys along the project
road route to estimate the acceptable user fee levels for the different
vehicle categories. The questionnaire to be used to record the response by
trained staff should be properly structured so as to avoid ambiguities. The
scenarios in the questionnaire should represent the current speed, vehicle
operating costs (VOC) and travel time levels and the probable effect on
them due to traffic growth for both “do-minimum” (i.e. no improvement
and widening) and “with project” (i.e. improvement and widening
implemented) cases. The findings of these surveys shall be compared with
the user fees being collected for the ongoing projects in the country. As
the sample sizes for these surveys are generally low as compared to other
interviews, the sample should be selected judiciously.

2. In case a model is proposed to be used for the analysis of toll rates, the
details of model calibration along with the appreciation of the statistical
data and their relevance shall be clearly established.

3. The detailed toll analysis should take into account traffic diversion rates
and willingness/ability to pay. The analysis should bring out an
appropriate toll structure and the mechanisms for toll increases.

4. The analysis should be carried out with the user fee levels linked to
various benefits to the users. The proposed methodology for data
collection and analysis should be finalised in consultation with NHAI.

4.10. Traffic Demand Estimates

1. The consultants shall make traffic demand estimates and establish possible
traffic growth rates in respect of all categories of vehicles, taking into
account the past trends, annual population and real per capita growth rate,

32
elasticity of transport demand in relation to income and estimated annual
production increase. The other aspects including socio-economic
development plans and the land use patterns of the region having impact
on the traffic growth, the projections of vehicle manufacturing industry in
the country, development plans for the other modes of transport, O-D and
commodity movement behaviour should also be taken into account while
working out the traffic demand estimates.

2. The values of elasticity of transport demand shall be based on the


prevailing practices in the country. The Consultants shall give complete
background including references for selecting the value of transport
demand elasticity.

3. It is envisaged that the 4-laning of the project road sections covered under
this TOR would be completed and opened to traffic in 2005. The traffic
demand estimates shall be done for the period, 2001-2030. The demand
estimates shall be done assuming three scenarios, namely, optimistic,
pessimistic and most likely traffic growth. The growth factors shall be
worked out for five-yearly intervals.

4. Traffic projections should be based on sound and proven forecasting


techniques. In case traffic demand estimated is to be made on the basis of
a model, the application of the model in the similar situation with the
validation of the results should be established. The traffic projections
should also bring out the possible impact of implementation of any
competing facility in the near future. The demand estimates should also
take into account the freight and passenger traffic along the major
corridors that may interconnect with the project. Impact of toll charges on
the traffic estimates should be estimated.

5. The methodology for traffic demand estimates described in the preceding


paragraphs is for normal traffic only. In addition to the estimates for
normal traffic, the Consultants shall also work out the estimates for
generated, induced and diverted traffic.

6. The traffic forecasts shall also be made for both diverted and generated
traffic.

7. Overall traffic forecast thus made shall form the basis for the design of
each pavement type and other facilities/ancillary works.

4.11. Engineering Surveys and Investigations

4.11.1. Reconnaissance and Alignment

1. The Consultants should make an in-depth study of the available land width
(ROW) topographic maps, satellite imageries and air photographs of the
project area and other available relevant information collected by them
concerning the existing alignment. Consultant himself has to arrange the

33
required maps and the information needed by him from the potential
sources. Consultant should make efforts for minimizing land acquisition.

2. The detailed ground reconnaissance may be taken up immediately after the


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

3. The data derived from the reconnaissance surveys are normally utilised for
planning and programming the detailed surveys and investigations. All
field studies including the traffic surveys should be taken up on the basis
of information derived from the reconnaissance surveys.

4. The data and information obtained from the reconnaissance surveys should
be documented. The data analysis and the recommendations concerning
alignment and the field studies should be included in the Inception Report.
The data obtained from the reconnaissance surveys should form the core of
the database which would be supplemented and augmented using the data
obtained from detailed field studies and investigations.

5. The data obtained from the reconnaissance surveys should be compiled in


the tabular as well as graphical (chart) form indicating the major physical
features and the proposed widening scheme for NHAI’s comments. The
data and the charts should also accompany the rationale for the selection of
traffic survey stations.

4.11.2. Topographic Surveys

1. The basic objective of the topographic survey would be to capture the


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

34
2. The carrying out of topographic surveys will be one of the most important
and crucial field tasks under the project. The detailed field surveys shall
be carried out using high precision instruments i.e. Total stations. The
data from the topographic surveys shall be available in (x, y, z) format for
use in a sophisticated digital terrain model (DTM). The Consultants would
be fully responsive for any inaccuracy in surveys.

3. The detailed field surveys would essentially include the following


activities:

i. Topographic Surveys along the Existing Right of Way (ROW): Running a


continuous open Traverse along the existing road and realignments, wherever
required, and fixation of all cardinal points such as horizontal intersection
points (HIP’s), centre points and transit points etc. and properly referencing the
same with a pair of reference pillars fixed on either side of the centre-line at safe
places within the ROW.

ii. Collection of details for all features such as structures (bridges, culverts etc.)
utilities, existing roads, electric and telephone installations (both O/H as well as
underground), huts, buildings, fencing and trees (with girth greater than 0.3
metre) 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 taken into account the layout of the
existing alignment including the extent of embankment and cut slopes and the
general ground profile. While carrying out the field surveys, the widening
scheme (i.e. right, left or symmetrical to the centre line of the existing
carriageway) should be taken into consideration so that the topographic surveys
cover sufficient width beyond the centre line of the proposed divided
carriageway. Normally the surveys should extend a minimum of 30 m beyond
either side of the centre line of the proposed divided carriageway or land
boundary whichever is more.

ii. In case the reconnaissance survey reveals the need for bypassing the congested
locations, the traverse lines would be run along the possible alignments in order
to identify and select the most suitable alignment for the bypass. The detailed
topographic surveys should be carried out along the bypass alignment approved
by NHAI. 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 of
100 m either side of the road centre line and will be of sufficient width to allow
improvements, including at grade intersection to be designed.

5. The surveyed alignment shall be transferred on to the ground as under:

i. Reference Pillar and Bench Mark / Reference pillar of size 15 cm X 15 cm X 45


cm shall be cast in RCC of grade M 15 with a nail fixed in the centre of the top
surface. The reference pillar shall be embedded in concrete upto a depth of 30
cm with CC M10 (5 cm wide all around). The balance 15 cm above ground shall

35
be painted yellow. The spacing shall be 250m apart, incase Bench Mark Pillar
coincides with Reference Pillar, only one of the two need be provided.

ii. Establishing Bench marks at site connected to GTS Bench marks at a interval of
250 metres on Bench mark pillar made of RCC as mentioned above with RL and
BM No. marked on it with red paint.

4.11.2.1 Longitudinal and Cross-Sections

The topographic surveys for longitudinal and cross-sections shall cover the
following:
i. Longitudinal section levels along final centre line at every 25 m interval, at the
locations of curve points, small streams, intersections and at the locations of
change in elevation.
ii. Cross sections at every 50 m interval in full extent of survey covering sufficient
number of spot levels on existing carriageway and adjacent ground for profile
correction course and earth work calculations. Cross sections shall be taken at
closer interval at curves.
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 as per
recommendations contained in IRC Special Publication No. 13 (Guidelines for
the Design of Small Bridges and Culverts) and IRC:5-1998 (“Standard
Specifications & Code of Practice for Road Bridges, Section 1 - General
Features of Design”).
At feasibility study stage cross sections at 200m interval may be taken.

4.11.2.2 Details of utility Services and Other Physical Features

1. The Consultants shall collect details of all important physical features


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

2. 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 L.A schedule, utility
removals of each type etc. assessed and suitable actions can be initiated.
Separate strip plan for each of the services involved shall be prepared for
submission to the concerned agency.

4.11.3. Road and Pavement Investigations

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

36
4.11.3.1 Road Inventory Surveys

1. Detailed road inventory surveys shall be carried out to collect details of all
existing road and pavement features along the existing road sections. The
inventory data shall include but not limited to the following:
i. terrain (flat, rolling, mountainous);
ii. land-use (agricultural, commercial, forest, residential etc ) @ every kilometer;
iii. carriageway width, surfacing type @ every 500m and every change of feature
whichever is earlier;
iv. shoulder surfacing type and width @ every 500m and every change of feature
whichever is earlier;
v. sub-grade / local soil type (textural classification) @ every 500m and every
change of feature whichever is earlier;
vi. horizontal curve; vertical curve
vii. road intersection type and details, at every occurrence;
viii. retaining structures and details, at every occurrence;
ix. location of water bodies (lakes and reservoirs), at every occurrence; and,
x. height of embankment or depth of cut @ every 200m and every change of feature
whichever is earlier.
xi. land width i.e. ROW
xii. culverts, bridges and other structures (type, size, span arrangement and
location)
xiii. Roadside arboriculture
xiv. Existing utility services on either side within ROW.
xv. General drainage conditions
xvi. Design speed of existing road

2. The data should be collected in sufficient detail. The data should be


compiled and presented in tabular as well as graphical form. The
inventory data would be stored in computer files using simple utility
packages, such as EXCEL.

4.11.3.2 Pavement Investigation

1. Pavement Composition

i. The data concerning the pavement composition may be already available with
the PWD. However, the consultants shall make trial pits to ascertain the
pavement composition. The test pit interval will be as per Para 4 below.

ii. For each test pit, the following information shall be recorded:
• test pit reference (Identification number, location):
• pavement composition (material type and thickness); and
• subgrade type (textural classification) and condition (dry, wet)

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

37
Pavement
q cracking (narrow and wide cracking), % of pavement area affected;
q ravelling, % of pavement area affected;
q potholing, % of pavement area affected;
q edge break, length (m); and,
q rut depth, mm

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

Embankment
q general condition; and
q extent of slope erosion

ii. The objective of the road and pavement condition surveys shall be to identify
defects and sections with similar characteristics. All defects shall be
systematically referenced, recorded and quantified for the purpose of
determining the mode of rehabilitation.
iii. The pavement condition surveys shall be carried out using visual means.
Supplemented by actual measurements and in accordance with the widely
accepted methodology (AASHTO, IRC, OECD, TRL and World Bank
Publications) adapted to meet the study requirements. The measurement of rut
depth would be made using standard straight edges.
iv. The shoulder and embankment conditions shall be evaluated by visual means
and the existence of distress modes (cuts, erosion marks, failure, drops) and
extent (none, moderate, frequent and very frequent) of such distress
manifestations would be recorded.
v. For sections with severe distresses, additional investigations as appropriate
shall be carried out to determine the cause of such distresses.
vi. Middle 200m could be considered as representative sample for each one km. of
road and incase all other things are considered similar.

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

The data obtained from the condition surveys should be analysed 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 Bump Integrator or similar
instrument. The methodology for the surveys shall be as per the widely used
standard practices. The calibration of the instrument shall be done as per the
procedure given in the World Bank’s Technical Publications and duly got
authenticated by established laboratory/institution acceptable to the client..
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 directions.
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 analysed
using the cumulative difference approach to identify road segments homogenous
with respect to surface roughness.

38
4. Pavement Structural Strength

i. The Consultants shall carry out structural strength surveys for existing two-lane
pavements using Benkelman Beam Deflection technique in accordance with the
CGRA procedure given in IRC:81-1997 (“Guidelines for Strengthening of
Flexible Road Pavements Using Benkelman Beam Deflection Technique”).
ii. It is suggested that the deflection surveys may be carried out as per the scheme
given below:

q mainline testing; and,


q control section testing.

iii. The deflection tests for the mainline shall be carried out at every 500 m along
the road sections covered under the study. The control section testing shall
involve carrying out deflection testing for each 100 m long homogenous road
segment along the road sections. The selection of homogenous segment shall be
based on the data derived from pavement condition surveys. The total length of
such homogenous segments shall not be less than 100 m per kilometre. The
deflection measurements for the control section testing should be at an interval
of not more than 10 m.
iv. 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.
v. Benkelman Beam Deflection 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 NHAI the scheme
describing the testing schedule including the interval. The testing scheme shall
be supported by data from detailed reconnaissance surveys.
vi. In case, the Consultants wish to use any acceptable method(s) other than
Benkelman Beam deflection technique for the evaluation of pavement strength,
details of such methods or innovative features for deflection testing using
Benkelman Beam technique along with the methodology for data analysis,
interpretation and the use of such data for pavement overlay design purposes
using IRC or any other widely used practices, such as AASHTO guidelines,
should be got approved by NHAI. The sources of such methods should be
properly referenced.

4.11.3.3 Subgrade Characteristics and Strength

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 (4- o r 6- 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.

39
ii. For the roads along new alignments, the test pits for subgrade soil shall be @5
km or for each soil type, whichever is more. A minimum of three samples
should be tested corresponding to each homogenous segment.

3. The testing for subgrade soil shall include:

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


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

4. For problematic soils, the testing shall be more rigorous. The


characteristics with regard to permeability and consolidation shall also be
determined for these soils. The frequency of sampling and testing of these
soils shall be finalised in consultation with the NHAI officers after the
problematic soil types are identified along the road sections.

4.11.3.4 Tunnels

1. The consultant shall make study to take the route all weather and explore
the possibility of providing tunnels to ease the geometry and gradient.

2. Consultants shall carry out all design (considering structural as well as


safety aspects) of tunnel and make drawing good for construction.

3. Consultants shall make presentation regarding scheme proposed when


even required by NHAI.

4.11.4 Investigations for Bridges and Structure

4.11.4.1 Inventory of Bridges, Culverts and Structures

The Consultants shall make an inventory of all the structures (bridges,


viaducts, ROBs, culverts, etc.) along the road under the project. The
inventory for the bridges, viaducts and ROBs shall include the parameters
required as per the guidelines of IRC-SP:35-1990. The inventory of
culverts shall be presented in a tabular form covering relevant physical and
hydraulic parameters.

4.11.4.2 Hydraulic and Hydrological Investigations

1. The hydrological and hydraulic studies shall be carried out in accordance


with IRC Special Publication No. 13 (“Guidelines for the Design of Small
Bridges and Culverts”) and IRC:5-1998 (“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 Consultants shall make a desk study of available data on topography


(topographic maps, stereoscopic aerial photography), storm duration,

40
rainfall statistics, top soil characteristics, vegetation cover etc. so as to
assess the catchment areas and hydraulic parameters 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.

3. The Consultants shall collect information on high flood level (HFL), low
water levels (LWL), discharge velocity etc. from available past records,
local inquiries and visible signs, if any, on the structural components and
embankments. Local inquiries shall also be made with regard to the road
sections getting overtopped during heavy rains.

4.11.4.3 Condition Surveys for Bridges, Culverts and Structures

1. The Consultants shall thoroughly inspect the existing structures and shall
prepare a report about their condition including all the parameters given in
the Inspection pro- forma of IRC-SP; 35-1990. 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 IRC-SP:40. Selection of tests may be made based on the
specific requirement of the structure.

3. The assessment of the load carrying capacity or rating of existing bridges


shall be carried out under one or more of the following scenarios:

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

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

41
4.11.4.4 Geo-technical Investigations and Sub-Soil Exploration

1. The Consultants shall carry out geo-technical investigations and sub-


surface explorations for the proposed Bridges / Road over
bridges/tunnels/viaducts/interchanges etc., along high embankments and
any other location as necessary for proper design of the works and conduct
all relevant laboratory and field tests on soil and rock samples. The
minimum scope of geo-technical investigations for bridge and structures
shall be as under:

S.N. Description Location of Boring


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

2. The deviation(s), if any, by the Consultants from the scheme presented


above should be got approved by NHAI.

3. However, where a study of geo-technical reports and information available


from adjacent crossings over the same waterway (existing highway and
railway bridges) indicates that subsurface variability is such that boring at
the suggested spacing will be insufficient to adequately define the
conditions for design purposes, the Consultants shall review and finalise
the bore hole locations in consultation with the NHAI officers.

4. Sub-soil investigations will be done as per IRC 78-2000.

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

6. The sub-soil exploration and testing should be carried out through the
Geo-technical Consultants empanelled by the MORT&H. The soil
testing reports shall be in the format prescribed in relevant IRC Codes.

7. For the 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.

42
4.11.5. Material Investigations

1. The Consultants shall identify sources (including use of fly-ash/ slag),


quarry sites and borrow areas, undertake field and laboratory testing of the
materials to determine their suitability for various components of the work
and establish quality and quantity of various construction materials and
recommend their use on the basis of techno-economic principles. The
Consultants shall prepare mass haul diagram for haulage purposes giving
quarry charts indicating the location of selected borrow areas, quarries and
the respective estimated quantities.

2. It is to be ensured that no material shall be used from the right-of-way


except by way of leveling the ground as required from the construction
point of view, or for landscaping and planting of trees etc. or from the
cutting of existing ground for obtaining the required formation levels.

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


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

4. The Consultants shall make suitable recommendations regarding making


good the borrow and quarry areas after the exploitation of materials for
construction of works.

5. The Material Investigation aspect sha ll include preparation and testing of


bituminous mixes for various layers and concrete mixes of different design
mix grades using suitable materials (binders, aggregates, sand filler etc.) as
identified during Material Investigation to conform to latest MORT&H
specification.

4.12 Detailed Design of Road and Pavements, Bridges, Structures and Tunnels

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 structures including ROBs 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 @ 50m
intervals;
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 PIU (one for each civil
contract package)
x. short bypasses at congested locations

43
xi. drainage design showing location of turnouts, out falling structures, separate
drawings sheet for each 5 km. stretch.
xii. bridges and structures rehabilitation plan with design and drawings
xiii. traffic amenities (Parking Areas, Weighing Station and Rest Areas, etc.).
xiv. Median separation and other safety features

2. The new improved highway shall be a partially access controlled highway


and the design should be prepared accordingly.

3. Wherever feasible with in the constraints of the available land,


symmetrical widening of the existing carriageway shall be avoided and the
required widening shall be achieved by adding an independent additional
two- lane formation and carriageway alongside of the existing one. Further,
wherever feasible the new carriageway shall be oriented on the upstream
side of the existing carriageway.

4.12.2. Design Standards

1. The Consultants shall evolve Design Standards and material specifications


for the Study primarily based on IRC publications, MORTH Circulars and
relevant recommendations of the international standards (American,
Australian, British, Canadian, Japanese) for approval by NHAI.

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

4.12.3. Geometric Design

1. The project is to be developed as a partially access controlled highway


facility with appropriate measures to provide access to all having access at
the present. The design of geometric elements shall, therefore, take into
account the essential requirements of such facilities.

2. Based on the data collected from reconnaissance and topographic surveys,


the sections with geometric deficiencies, if any, should be identified and
suitable measures for improvement should be suggested for
implementation.

3. The data on accident statistics should be compiled and reported showing


accident type and frequency so that black spots are identified along the
project road section. The possible causes (such as poor geometric features,
pavement condition etc.) of accidents should be investigated into and
suitable cost-effective remedial measures suggested for implementation.
4. The detailed design for geometric elements shall cover, but not be limited
to the following major aspects:
i. horizontal alignment;
ii. longitudinal profile;
iii. cross-sectional elements, including refuge lane (50m) at every 2kms.
iv. junctions, intersections and interchanges;
v. bypasses; and,
vi. service roads.

44
5. The alignment design shall be verified for available sight distances as per
the standard norms. The provision of appropriate markings and signs shall
be made wherever the existing site conditions do not permit the adherence
to the sight distance requirements as per the standard norms.

6. The consultants shall make detailed analysis of traffic flow and level of
service for the existing road and workout the traffic flow capacity for the
improved project road. The analysis should clearly establish the widening
(4-laning, 6-laning etc.) requirements with respect to the different horizon
periods taking into account special problems such as road segments with
isolated steep gradients. The requirement for separate climbing lanes
along steep gradients for heavy trucks shall be investigated and operational
analysis shall be carried out for the provision.

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.

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 enroute.

4.12.4. Pavement Design

1. The detailed design of pavement shall involve:

i. strengthening of existing 2-lane road pavement and design of the new pavement
for the additional lane(s), if the findings of the traffic studies and life-cycle
costing analysis confirm the requirement for widening of the road beyond 4-lane
divided carriageway standard;;

45
ii. design of new pavement for the additional carriageway;
iii. pavement design for bypasses; and,
iv. design of shoulders.

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


However, the Consultants shall use the recommendations given in widely
used international practices including AASHTO, NAASRA, RTAC and
TRL wherever appropriate on approval by NHAI.

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 establishe d on life-cycle costing and techno-economic
consideration.

4. For the design of pavement, each set of design input shall be decided on
the basis of rigorous testing and evaluation of its suitability and relevance
in respect of in- service performance of the pavement. The design
methodology shall accompany the design proposals and shall clearly bring
out the basic assumptions, values of the various design inputs, rationale
behind the selection of the design inputs and the criteria for checking and
control during the implementation of works. In other words, the design of
pavement structure should take due account of the type, characteristics of
materials used in the respective courses., variability of their properties and
also the reliability of traffic predictions. Furthermore, the methodology
adopted for the design of pavement shall be complete with flow charts
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 2- lane pavement, the
strengthening requirement shall duly take into account the strength of the
existing pavement vis-à-vis the remaining life. The overlay thickness
requirements shall be worked out for each road segme nt 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.

6. Latest techniques of pavement strengthening like provision of geo-


synthetics and cold/hot pavement recycling should be duly considered by
the consultant for achieving economy.

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.

46
4.12.5. Design of Embankments

1. The embankments design should provide for maximum utilization of


locally available materials consistent with economy. Use of fly ash
wherever available with in economical leads must be considered. In
accordance with Government instructions, use of flyash within 50kms
from Thermal Power Stations is mandatory.

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

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

4.12.6. Design of Bridges and Structures

1. The Consultant shall prepare General Arrangement Drawing (GAD) and


Alignment Plan showing the salient features of the bridges and structures
proposed to be constructed / reconstructed along the road sections covered
under the Study. These salient features such as alignment, overall length,
span arrangement, cross section, deck level, founding level, type of bridge
components (superstructure, substructure, foundations, bearings,
expansion joint, return walls etc.) shall be finalized based upon hydraulic
and geo-technical studies, cost effectiveness and ease of construction. The
GAD shall be supplemented by Preliminary designs. In respect of span
arrangement and type of bridge a few alternatives with cost-benefit
implications should be submitted to enable NHAI to approve the best
alternative.

2. The location of all at-grade level crossings shall be identified falling across
the existing level crossings for providing ROB at these locations. All
existing ROBs required to be widened to 4- lane standard shall also be
identified. The Consultants shall prepare preliminary GAD for necessary
construction, reconstruction or widening separately to the Client. The
Consultant sha ll pursue the Indian Railways Authorities or/and any
statutory authority of State/Central Government for approval of the GAD
from concerned Authorities.

3. Subsequent to the approval of the GAD and Alignment Plan by NHAI 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.

4. Dismantling/ reconstruction of existing structures shall be avoided as far as


possible except where considered essential in view of their poor structural
conditions/ inadequacy of the provisions etc. The existing structures
having inadequate carriageway width shall be widened / reconstructed in

47
part or fully as per the latest MORT&H guidelines. The Consultant shall
furnish the detailed design and working drawings for carrying out the
above improvements.

5. The existing structures ha ving inadequate carriageway width shall be


widened/ reconstructed in pat or fully as per the latest MORT&H
guidelines. The Consultant shall furnish the detailed design and working
drawings for carrying out the above improvements.
6. Suitable repair / rehabilitation measures shall be suggested in respect of
the existing structures as per IRC-SP:40 along with their specifications,
drawings and cost estimate in the form of a report. The rehabilitation or
reconstruction of the structures shall be suggested based on broad
guidelines for rehabilitation and strengthening of existing bridges
contained in IRC-SP:35 and IRC-SP:40.
7. Subsequent to the approval of the GAD and the alignment plan by NHAI,
detailed design shall also be carried out for the proposed underpasses,
overpasses and interchanges.

8. The Consultants shall also carry out the design and make suitable
recommendations for protection works for bridges and drainage structures.
9. 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 NHAI.
4.12.7. Drainage System

1. The requirement of roadside drainage system and the integration of the


same with proposed cross-drainage system shall be worked out for the
entire length of the project road section.

2. In addition to the roadside drainage system, the Consultants shall design


the special drainage provisions for sections with super-elevated
carriageways, high embankments and for road segments passing through
cuts. The drainage provisions shall also be worked out for road segments
passing through urban areas.

3. The designed drainage system should show locations of turnouts/outfall


points with details of outfall structures fitting into natural contours. A
separate drawing sheet covering every 5 km. stretch of road shall be
prepared.
4.12.8. Traffic Safety Features, Road Furniture and Road Markings
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.

48
4.12.9. Arboriculture and Landscaping

The Consultants shall work out appropriate plan for planting of trees
(specifying type of plantation), horticulture, floriculture on the surplus
land of the right-of-way with a view to beautify the highway and making
the environment along the highway pleasing. The existing trees / plants
shall be retained to the extent possible.

4.12.10. Toll Plaza

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

2. The Consultants shall design the toll plaza layout based on the
consideration of traffic segregation, acceptable queue length and the
average waiting time for the vehicle during the analysis period. The
variations of traffic is to be considered in the estimation of the inflow rate.
The Consultants shall clearly bring out the comparison of the available
systems and describe the operational characteristics including the
advantages of the recommended toll collection system for NHAI’s
acceptance.

3. The design of pavement for the toll plaza shall take into account the lay
out features and the various stresses induced by the acceleration,
deceleration, braking of vehicles and the effect of possible oil spillage
from stationary vehicles.

4. The setting up, operation and administration costs for the proposed toll
collection system shall be worked out by the Consultants.

4.12.11. Weighing Station, Parking Areas and Rest Areas

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. Atleast 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 / unloaded before being allowed to proceed further.
The type of weighing system suitable for the project shall be brought out

49
in the report giving merits of each type of the state-of-the art and basis of
recommendations for the chosen system.

4.12.12. Office-cum-Residential Complex for PIU

The consultant shall select suitable site for providing office-cum


residential complex for the Project Implementing Unit (PIU) of NHAI for
each civil package. The consultant is required to carryout planning
exercise giving general lay-out of the PIU complex for each package, after
ascertaining availability of land from local competent authority. These
complexes should be designed in such a manner that after execution of
road improvement works, these could serve as maintenance station with
Guest house facilities.

4.12.13 Miscellaneous Works

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

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

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

4.13 Environment and Social Impact Assessment

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

4.13.1 Environmental Impact Assessment

Environment impact assessment or initial environment examination be carried out


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

1. The consultant should carry out the preliminary environmental screening to


assess the direct and induced impacts due to the project.

2. The consultant shall ensure to document baseline conditions relevant to the


project with the objective to establish the benchmarks.

50
3. The consultant shall assess the potential significant impacts and identify the
mitigative measures to address these impacts adequately.
4. The consultant shall do the analysis of alternatives incorporating
environmental concerns. This should include with and without scenario and
modification incorporated in the proposed project due to environment
considerations.

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


measures in the project for the following:
(a) Cultural property enhancement along the highways
(b) Bus bays and bus shelters including a review of their location,
(c) Highway side landscape and enhancement of the road junctions,
(d) Enhancement of highway side water bodies, and
(e) Redevelopment of the borrow areas located on public land.

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


specifications for all items of work in such a way that these may be readily
integrated to the construction contracts.
7. The consultant shall establish a suitable monitoring network with regard to
air, water and noise pollution. The consultant will also provide additional
inputs in the areas of performance indicators and monitoring mechanisms for
environmental components during construction and operational phase of the
project.
8. The consultant shall provide the cost of mitigation measures and ensure that
environmental related staffing, training and institutional requirements are
budgeted in project cost.
9. The consultant shall prepare the application forms and obtain forestry and
environmental clearances from the respective authorities including the
SPCBs and the MOEF on behalf of NHAI. 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 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.

4.13.2 Social Assessment

1 The consultant would conduct base line socio-economic and census survey
to assess the impacts on the people, properties and loss of livelihood. The
socio-economic survey will establish the benchmark for monitoring of R&R
activities.

A social assessment is conducted for the entire project to identify


mechanisms to improve project designs to meet the needs of different
stakeholders. A summary of stakeholders discussions, issue raised and how
the project design was developed to meet stakeholders need would be
prepared.

51
2 The consultant shall prepare Land Acquisition Plan and assist NHAI in
acquisition of land under various Acts.

4.13.2.3 The consultant would prepare Resettlement and Rehabilitation Plan -assess
feasibility and effectiveness of income restoration strategies and suitability
and availability to relocation sites. The resettlement plan which accounts for
land acquisition and resettlement impacts would be based on a 25% socio-
economic survey and 100 % census survey of project affected people which
provides the complete assessment of the number of affected households and
persons, including common property resources. All untitled occupants are
recorded at the initial stages and identify cards will be issued to ensure there
is no further influx of people into the project area. All consultants with
affected persons (to include list of participants) should be fully documented
and records made available to NHAI.
• 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, labours including child labour.
• Implementation budgets, sources and timing of funding and schedule of
tasks.
• Responsibility of tasks, institutional arrangements and personnel for
delivering entitlement and plans to build institutional capacity.
• Internal and external Monitoring plans, key monitoring indicators and
grievance redress mechanism.
• Incorporating any other suggestions of the ADB/ World Bank and the
NHAI, till the acceptance of the reports by the ADB/ World Bank/
NHAI, as applicable.

4.13.3 Reporting Requirements of EIA

The consultant would prepare the stand-alone reports as per the requirement of the
ADB/ World Ba nk / NHAI, as applicable, with contents as per the following:
• Executive Summary
• Description of the Project
• Environmental setting of the project.
• Identification and categorization of the potential impacts (during pre-
construction, construction and operation periods).
• Analysis of alternatives (this would include correlation amongst the finally
selected alternative alignment/routing and designs with the avoidance and
environmental management solutions).
• The public consultation process.
• Policy, legal and administrative framework. This would include mechanisms
at the states and national level for operational policies. This would also
include a description of the organizational and implementation mechanism
recommended for this project.
• Typical plan or specific designs for all additional environmental items as
described in the scope of work.

52
• Incorporating any other as per the suggestions of the ADB/ World Bank /
NHAI, till the acceptance of the reports by the ADB/ World Bank / NHAI, as
applicable.
• EMP Reports for Each Contract Package based on uniform methodology and
processes. The consultant will also ensure that the EMP has all the elements
for it to be a legal document. The EMP reports would include the following:
v Brief description of the project, purpose of the EMP, commitments on
incorporating environmental considerations in the design, construction and
operations phases of the project and institutional arrangements for
implementing the EMP.
v A detailed EMP for construction and operational phases with recourse to
the mitigation measures for all adverse impacts.
v Detailed plans for highway-side tree plantation (as part of the
compensatory afforestation component).
v Environmental enhancement measures would be incorporated.
Enhancement measures would include items described in the scope of
work and shall be complete with plans, designs, BOQ and technical
specifications.
v Environmental monitoring plans during and after construction including
scaling and measurement techniques for the performance indicators
selected for monitoring.
v The EMP should be amendable to be included in the contract documents
for the works.
v Incorporating any other as per the suggestions of the ADB/ World Bank
and the NHAI, till the acceptance of the reports by the ADB/ World Bank /
NHAI, as applicable.

4.13.4 Reporting requirements of RAP

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


Resettlement, A Guide to Good practice 1998 as amended time to time/ World
Bank Guidelines / Government of India Guidelines, as applicable.
• Executive Summary
• Description of Project
• Objectives of the project.
• The need for Resettlement in the Project and evaluation of measures to
minimize resettlement.
• Description and results of public consultation and plans for continued
participation of PAPs.
• Definition of PAPs and the eligibility criteria.
• Census and survey results- number affected, how are they affected and what
impacts will they experience.
• Legal and entitlement policy framework-support principles for different
categories of impact.
• Arrangements for monitoring and evaluation (internal and external)
• Implementation schedule for resettlement which is linked to the civil works
contract

53
• A matrix of scheduled activities linked to land acquisition procedures to
indicate clearly what steps and actions will be taken at different stages and the
time frame
• The payment of compensation and resettlement during the acquisition process
• An itemized budget (replacement value for all assets) and unit costs for
different assets

5. Estimation of Quantities and Project Costs

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


designs and mass haul diagram) and project cost for the entire project
(civil packages wise), including the cost of environmental and social
safeguards proposed based on MORT&H’s Standard Data Book and
market rate for the inputs. The estimation of quantities shall be based on
detailed design of various components of the projects. The estimation of
quantities and costs would have to be worked out separately for each civil
work Package as defined in this TOR.
2. The Consultants shall make detailed analysis for computing the unit rates
for the different items of works. The unit rate analysis shall duly take into
account the various inputs and their basic rates, suggested location of
plants and respective lead distances for mechanized construction. The unit
rate for each item of works shall be worked out in terms of manpower,
machinery and materials.
3. The project cost estimates so prepared for NHAI/ADB/WB projects are to
be checked against rates for similar on-going works in India under NHAI/
World Bank and ADB financed road sector projects.

6. Viability and Financing Options

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

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

3. For models to be used for the economic and the commercial analyses, the
calibration methodology and the basic parameters adapted to the local
conditions shall be clearly brought out and got approved by NHAI.

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

6.1. Economic Analysis


1. The Consultants shall carry out economic analysis for the project. The
analysis should be for each of the sections covered under this TOR. The

54
benefit and cost streams should be worked out for the project using HDM-
IV or other internationally recognized life-cycle costing model.

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


aspects:
i. assess the capacity of existing roads and the effects of capacity constraints on
vehicle operating costs (VOC);
ii. calculate VOCs for the existing road situation and those for the project;
iii. quantify all economic benefits, including those from reduced congestion, travel
distance, road maintenance cost savings and reduced incidence of road
accidents; and,
iv. estimate the economic internal rate of return (EIRR) for the project over a 30-
year period. In calculating the EIRRs, identify the tradable and non-tradable
components of projects costs and the border price value of the tradable
components.
v. Saving in time value.

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

Scenario - I Base Costs and Base Benefits


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

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

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

6.2. Financial Analysis

1. The Consultants shall study the financial viability of the project under a
commercial format and under different user fee scenarios and funding
options. The Consultants shall submit and finalise in consultation with the
NHAI officers the format for the analysis and the primary parameters and
scenarios that should be taken into account while carrying out the
commercial analysis. The financial model so developed shall be the
property of NHAI.

2. The Financial analysis for the project should cover financial internal rate
of return, projected income statement s, balance sheets and fund flow

55
statements and should bring out all relevant assumptions. The sensitivity
analysis should be carried out for a number of probabilistic scenarios.

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.

7. Time period for the service

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

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

8. Project Team and Project Office of the Consultant

1. The Consultants shall be required to form a multi-disciplinary team for this


assignment. The consultants Team shall be manned by adequate number
of experts with relevant experience in the execution of similar detailed
design assignments.

2. List of suggested key personnel to be fielded by the consultant with


appropriate man- month of each consultancy services is given in
Enclosure I as per clients assessment.

3. A Manning Schedule for key personnel mentioned above is enclosed as


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

56
4. The Consultants shall establish an office at the project site manned by
senior personnel during the course of the surveys and investigations. All
the project related office work shall be carried out by the consultant in
their site office unless there are special reasons for carrying out part of the
office work elsewhere for which prio r approval of NHAI shall be obtained.
The address of the site office including the personnel manning it including
their Telephone and FAX numbers will be intimated by the Consultant to
NHAI before commencement of the services.

9. Reports to be submitted by the Consultant to NHAI


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 sur veys 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 four stages as brought out below.
Preliminary design work should commence without waiting for feasibility study to
be completed.
Stage 1: Inception Report
Stage 2: Feasibility Report
Stage 3: Preliminary Project Report (PPR)
Stage 4: Detailed Project Report (DPR)

9.3 Time schedule in respect of all such stages has been indicated in the next
para. 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 submissio n in para 10 pertaining to Reports and
Documents for becoming eligible for payment for any part of the next
stage.

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

1. The Consultant shall submit to the client the reports and documents after
completion of each stage of work as per the schedule and in the number of
copies as given in Enclosure III. Further, the reports shall also be
submitted in floppy diskettes / CD’s in addition to the hard copies as
mentioned in Enclosure-III. Consultant shall submit all other reports
mentioned specifically in the preceding paras of the TOR.

2. The time schedule for various submissions prescribed at s.l.no.1 above


shall be strictly adhered to. No time-over-run in respect of these
submissions will normally be permitted. Consultant is advised to go
through the entire terms of reference carefully and plan his work method in
such a manner that various activities followed by respective submissions
as brought out at Sl.No.1 above are completed as stipulated. Consultant is,
therefore, advised to deploy sufficient number of supporting personnel,
both technical and administrative, to undertake the project preparation

57
activities in each construction package (Section) simultaneously. As fa r as
possible, the proposal should include complete information such as
number of such persons, name, position, period of engagement,
remuneration rate etc. The Consultant is also advised to start necessary
survey works from the beginning so as to gain time in respect of various
other activities in that stage.

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 tracability of project documents etc.
Further, additional information as per format shall be furnished regarding
the details of personal who shall be responsible for carrying out/preparing
and checking/verifying various activities forming part of feasibility study
and project preparation, since inception to the completion of work. The
field and design activities shall start after the QAP is approved by NHAI.

2. The data formats proposed by the Consultants for use in field studies and
investigations shall be submitted within 14 days after the commencement
of services and got approved by NHAI.

10.2 Inception Report (IR)

1. The report shall cover the following major aspects:


i. Project appreciation;
ii.. Detailed methodology to meet the requirements of the TOR finalised in
consultation with the NHAI 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) finalised in consultation with NHAI;
x. Draft design standards; and

58
2. The requirements, if any, for the construc tion 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 NHAI.

STAGE 2:

10.3 Feasibility Report

1. The Consultant shall commence the Feasibility Study of the project in


accordance with the accepted IR and the report shall contain the following:

• Executive summary
• Overview of NHAI’s organization and activities, NHDP program, and project
financing and cost recovery mechanisms
• Project description including possible alternative alignments/bypasses and
technical/engineering alternatives
• Methodology adopted for the feasibility study
• Socioeconomic profile of the project areas
• Indicative design standards, methodologies and specifications
• Traffic surveys and analysis
• Environmental screening and preliminary environmental assessment
• Initial social assessment and preliminary land acquisition/resettlement plan
• Cost estimates
• Economic and financial analysis
• Conclusions and recommendations

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

3. The Final Feasibility Study Report incorporating comments, revisions and


modifications suggested by NHAI shall be submitted within 15 days of
receipt of comments from NHAI on draft feasibility study report.

10.4 Strip Plan and Clearances

1. The Consultants shall submit the following documents:

i. Details of the centre 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 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;

59
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.

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

3. The Report accompanying the strip plans should cover the essential
aspects as given under:
i. Kilometre-wise Land Acquisition Plan (LAP) and schedule of ownership thereof
and Costs as per Revenue Authorities and also based on realistic rates.
ii. Details of properties, such as buildings and structures falling within the right-of-
way and costs of acquisition based on realisti c rates.
iii. Kilometre-wise Utility Relocation Plan (URP) and costs for relocation per civil
construction package as per concerned authorities.
iv. Kilometre-wise account in regard to felling of trees of different type and girth
and value estimate of such trees based on realistic rates obtainable from
concerned District forest office.

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

5. Kilometre-wise Strip Plans for each section (Package) shall be prepared


separately for each concerned agency and suggested by NHAI.

10.5 Land Acquisition Report


1. The Land acquisition report shall be prepared and submitted for each
section (package) separately. The report shall include detail schedules
about acquisition of land holdings as per revenue records and their
locations in a strip plan and also the costs as per district authorities. Details
shall be submitted in land acquisition proforma to be supplied by NHAI.
The land acquisition report shall be submitted in both Hind and English
languages.

2. 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 costs of resettlement and rehabilitation of such affected persons.
It should also include plan of compensating afforestation, its land
requirement with specific locations and cost involved for undertaking all
activities in this regard.

60
STAGE: 3

10.6 Preliminary Project Report - PPR

1. The Draft PPR shall be prepared separately for each construction package and shall
contain the following:

Volume – I: Preliminary Design Report


• Executive summary
• Project description
• Summary of EIA/IEE and Action Plan
• Summary of Resettlement Plan
• Updated cost estimates
• Updated economic and financial analyses
• Suggested methods of procurement and packaging
• Conclusions and recommendations

Volume – II: Design Report


• Road and bridge inventory
• Summary of survey and investigations data
• Proposed design basis, standards and specifications
• Proposed pavement design and preliminary bridge designs

Volume – III: Drawings


• Location map
• Layout plans
• Typical cross sections showing pavement details
• Drawings for cross-drainage and other structures
• Road junction designs
• Indicative land acquisition plans

Volume – IV: Environment Impact Assessment or Initial Environmental Examination and


Environment Management Plan

Volume – V: Resettlement Plan and Resettlement Action Plan

2. 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 PPR.

3. The Final PPR incorporating comments, revisions and modifications


suggested by NHAI shall be submitted within 15 days of the receipt of
comments of NHAI on the Draft PPR.

STAGE: 4
10.7 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.

61
2. The Report volumes shall be submitted as tabulated in para 10 above.

3. The Documents and Drawings shall be submitted for each section


(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.

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 each contract package shall be
submitted separately 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 wit 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 materials and possible sources
of water for construction purposes. The report shall include details on locations of
borrow areas and quarries shown on maps and charts and also the estimated quantities
with mass haul diagram including possible end use with leads involved, the details of
sampling and testing carried out and results in the form of important index values with
possible end use thereof.

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

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

iv. Volume - IV, Environmental Assessment Report including Environmental Management


Plan (EMP) & Resettlement Action Plan (RAP): The Report shall be prepared

62
conforming to the Guidelines of the Government of India, State Government and World
Bank / ADB as appropriate for each construction package section.

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


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

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

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

viii. Volume - VIII, Bill of Quantities : This volume shall contain the package-wise detailed
Bill of Quantities for all items of works.
ix. Volume - IX, Drawing Volume : All drawings forming part of this volume shall be ‘good
for construction’ drawings. All plan and profile drawings will be prepared in scale
1:250V and 1”2500H scale to cover one km in one sheet. In addition this volume will
contain ‘good for construction’ drawings for the following:
a. Horizontal Alignment and Longitudinal Profile.
b. Cross-section @ 50m interval along the alignment within ROW
c. Typical Cross-Sections with details of pavement structure.
d. Detailed Working Drawings for individual Culverts and Cross-Drainage
Structures.
e. Detailed Working Drawings for individual Bridges,tunnels and Structures.
f. Detailed Drawings for Improvement of At-Grade and Grade-Separated
Intersections and Interchanges.
g. Drawings for Road Sign, Markings, Toll Plazas, office-cum-residential complex
for PIU, and other Facilities.
h. Schematic Diagrams (linear chart) indicating but be not limited to be following:
• Widening scheme;
• Locations of median openings, intersections, interchanges, underpasses,
overpasses, bypasses;
• Locations of service roads;
• location of traffic signals, traffic signs, road markings, safety features; and,
• locations of toll plazas, parking areas, weighing stations, bus bays, rest
areas, if any.

i. Drawings for toll plazas, Bus Bays, Parking areas, Rest areas, weighing
stations etc.
All drawings will be prepared in A2 size sheets. The format for plan, cross-
section and profile drawings shall be finalised in consultation with the
concerned NHAI officers. The drawings shall also include details of all BM and
reference pillars, HIP and VIP. The co-ordinates of all points should be
referenced to a common datum, preferably, GTS referencing system. The
drawings shall also include the locations of all traffic safety features including
traffic signals, signs, markings, crash barriers delineators and rest areas, bus
bays, parking areas etc.
j The typical cross-section drawings should indicate the scheme for future
widening of the carriageway. The proposed cross-sections of road segment
passing through urban areas should indicate the provisions for pedestrian
movements and suitable measures for surface and sub-surface drainage and
lighting, as required.
x. Volume - X, Civil Work Contract Agreement: A civil works contract agreement shall be
submitted.

63
10.8. Final Detailed Project Report, Documents and Drawings (6 Sets)

The Final package-wise DPR consisting of Main Report, Design Report,


Drainage Design Report and Materials Report, incorporating all revisions
deemed relevant following receipt of the comments from NHAI on the
draft DPR shall be submitted as per the schedule given in Enclosure-III.

11. Interaction with NHAI

1. During entire period of services, the Consultant shall interact continuously


with NHAI and provide any clarification as regards methods being
followed and carry out modification as suggested by NHAI. A programme
of various activities shall be provided to NHAI and prior intimation shall
be given to NHAI regarding start of key activities such as boring, survey
etc. so that inspections of NHAI officials could be arranged in time.

2. The NHAI officers and other Government officers may visit the site at any
time, individually or collectively to acquaint themselves with the field
investigation and survey works.

3. The consultant shall be required to send 3 copies of concise monthly


Progress Report by the 5th day of the following month to the designated
officer at his Head Quarter so that progress could be monitored by the
NHAI. These reports will indicate the dates of induction and de-induction
of various key personnel and the activities performed by them. Frequent
meetings with the consultant at site office or in Delhi are foreseen during
the currency of project preparation. Apart from monthly Progress Report
in the acceptable format, for efficient project monitoring, one Lap Top and
one PC computer of state-of-the art of desirable configuration with one
Laser printer and one photocopier shall be provided by the Consultant to
NHAI in the beginning of services.

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

12. Payment Schedule

1. The Consultant will be paid consultancy fee as a percentage of the contract


value as per the schedule given below:

S.No. Description Payment


1 On submission of Inception Report 10%
2 On Submission of draft feasibility report 20%
including strip plan, utility relocation plan and
land acquisition report

3 On Submission of draft preliminary project 15%


report

64
S.No. Description Payment
4 On Submission of Draft Detailed Project Report 30%
and Bidding Documents
5 On approval of Final Detailed Project Report 25%
and Bidding Documents
Total 100%
After completion of services the final contract amount shall be worked out
on the basis of inputs and services actually carried out and the payment
shall be adjusted accordingly.

13. Data and Software

1. The floppy diskettes/CD’s containing all basic as well as the processed


data from all field studies and investigations, report, appendices, annexure,
documents and drawings shall be submitted to NHAI at the time of the
submission of the Final Report. The data can be classified as follows:
i. Engineering Investigations and Traffic Studies : Road Inventory, Condition,
Roughness, Test Pit (Pavement composition), Benkelman Beam Deflection,
Material Investigation including test results for subgrade soils, Traffic Studies
(traffic surveys), axle load surveys, Sub-soil Exploration, Drainage Inventory,
Inventory data for bridge and culverts indicating rehabilitation, new
construction requirement etc. in MS EXCEL or any other format which could be
imported to widely used utility packages.
ii. Topographic Surveys and Drawings : All topographic data would be supplied
in (x, y, z) format along with complete reference so that the data could be
imported into any standard highway design software. The drawing files would
be submitted in dxf or dwg format.
iii. Rate Analysis : The Consultant shall submit the rate analysis for various works
items including the data developed on computer in this relation so that it could
be used by the Authority later for the purpose of updating the cost of the project.
iv. Economic and Financial Analysis;

2. Software : The Consultant shall also hand-over to NHAI 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 NHAI at the time of submission of the Final Report.

******

65
SUPPLEMENT I

ADDITIONAL POINTS TO BE CONSIDERED FOR HILL ROADS IN


ADDITION TO POINTS COVERED IN MAIN TOR

S.No. Clause No. Additional points


of TOR
1. 2.3 a) Design of tunnels, if required

b) Design of protective works, slope stabilization measures, erosion control


measures, land slide control/protection measures snow drift control/snow
clearance measures, avalanche protection measures, if required
2. 3 Feasibility study and preparation of detailed project report for hill roads shall be
done in accordance with best international practices and wherever
practicable/feasible steep gradients and hair pin bends may be avoided by
realignments and by provision of structures.
3. 4.1 a) Inventory and condition survey for tunnels, if required.
b) Identification of faults in rock strata and impact of faults in design of tunnels, if
required
c) Detailed design of road considering and incorporating specific aspects related
to hill region like terrain, topographic conditions, extreme weather conditions,
altitude effects etc.
d) Design of protective works, slope stabilization measures, erosion control
measures, land slide control/protection measures, snow drift control/snow
clearance measures, avalanche protection measures, if required
e) Design of scenic overlooks/watering points etc.
4. 4.5 (1) All activities related to field studies, design and documentation shall be done as per
the latest guidelines/circulars of MORT&H and relevant publications of the Indian
Roads Congress (IRC)/Bureau of Indian Standards (BIS) for hill roads. For aspects
not covered by IRC and BIS, international standard practices, such as, British and
American Standards may be adopted.
5. 4.7 Review of data and documents pertaining to

a) Terrain and soil condition


b) Condition of tunnels, if required.
c) Sub-surface and geo-technical data for existing tunnels, if required.
d) Drawing and details of existing tunnels, if required.
e) Existing protective works, erosion control and land slide control/protection
works, slope stabilization measures, snow drift control measures, avalanche
protection measures
f) Existing land slide and snow clearance facilities
g) Geological details of rock strata in the area in case of tunnels
6. 4.11(1) The Consultant should make an indepth study of available geological and
meteorological maps of the area.
7. 4.11 (2) The primary tasks to be accomplished during the reconnaissance survey shall also
include:

a) details of terrain (steep or mountainous ), cliffs and gorges, general elevation


of the road including maximum heights negotiated by main ascents and
descents, total number of ascents and descents, hair pin bends, vegetation etc.
b) Climatic conditions i.e. temp erature, rain fall data, snow fall data, fog
conditions, unusual weather conditions etc.
c) Realignment requirements including provision of tunnels, if required.
d) Inventory of tunnels and geologically sensitive areas like slip prone areas,
areas subject to land slides, rock fall, snow drifts, erosion, avalanche activity
etc.
8. 4.11.2.1 (ii) Cross sections shall be taken at every 25 mtr. in case of hill roads and at points of
appreciable changes in soil conditions. While taking cross sections, soil conditions
shall also be recorded.

66
9. 4.11.3.1 (1) The inventory data shall also include:
a) General elevation of road indicating maximum & minimum heights negotiated
by main ascents & descents and total no. of ascents & descents.
b) Details of road gradients, lengths of gentle & steep slops, lengths & location of
stretches in unstable areas, areas with cliffs, areas with loose rocks, land slide
prone areas, snow drift prone areas, no. & location of hairpin bends etc.
c) Details of tunnels
d) Details & types of protective structures, erosion & land slide control/protection
measures, snow drift control measures, avalanche protection/control measures
etc.
10. 4.11.3.2 (2) Pavement:

a) Location of crust failures along with their causes


b) Conditions of camber/cross falls/super elevations etc., whether affected by
subsidence

Embankment:

Extent of slope erosion on hill and valley side


11. -- Condition Surveys & Investigation for Slope Stabilization, Erosion Control,
Landslide Correction/Protection & Avalanche Protection Measures:

a) Inventory & Condition Surveys of Existing Protective/Control Measures:

The consultant shall make an inventory of all the structures related to Slope
Stabilization, Erosion Control, Landslide Control/protection, Avalanche Protection
etc. This shall include details of effectiveness of control measures already done and
condition of protective/control structures.

b) Landslide Investigation

This shall be carried out to identify landslide prone areas, to suggest preventive
measures or alternate routes that are less susceptible to landslide hazard. Further in
existing slide areas this shall help to identify factors responsible for instability and
to determine appropriate control measures needed to prevent or minimize recurring
of instability problems.

Initial preliminary studies shall be carried out using available contour maps,
topographical maps, geological/geo-morphological maps, aerial photographs etc.
for general understanding of existing slide area and to identify potential slide areas.
This shall be followed by further investigations like geological/geo-
technical/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.
12. 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 mtr 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
13. 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 (American, British etc) for hill
roads.

67
14. 4.12.3 Wherever practicable/feasible hairpin bends and steep gradients shall be avoided by
realignments, provision of structures or any other suitable provisions.
15. 4.12.4 While designing pavement for hill roads specific aspects relevant to hill regions like
terrain & topographic conditions, weather conditions, altitude effects etc. shall be
duly considered and suitably incorporated in design so that pavement is able to
perform well for the design traffic and service life. Effects of factors like heavy
rainfall, frost action, intensive snow and avalanche activity, thermal stresses due to
temperature difference in day and night, damage by tracked vehicles during snow
clearance operations etc. must also be considered along with traffic intensity, its
growth, axle loads and design life.
16. 4.12.5(3) The design of embankments should include the requirements for protection works
and traffic safety features including features specific to hill roads.
17. -- Design and Drawing of Tunnels:

The Consultant shall prepare design and drawings for tunnels, if required as per the
results of feasibility study, as per the relevant specifications of IRC/MORT&H and
other international specifications.
18. 4.12.7 a) Topography of hills generates numerous water courses and this coupled with
continuous gradients of roads in hills and high intensity of rainfall calls for
effective drainage of roads. The drainage system shall be designed to ensure
that the water flowing towards the road surface may be diverted and guided to
follow a definite path by suitable provision of road side drains, catch water
drains, interceptors etc. and flow on valley side is controlled so that stability is
not affected.
b) Further, adequate provision shall be made for sub-surface/subgrade drainage to
take care of seepage through the adjacent hill face of the road & underground
water flows.
19. 4.12.8 The Consultant shall design suitable traffic safety features and road furniture
including traffic signals, signs, markings, overhead sign boards, crash barriers,
delineators etc. including any feature specific to hill roads. The locations of these
features shall be given in the reports and also shown in the drawings.
20. 4.12.3 (1) The Consultant shall make suitable designs and layout for miscellaneous works
including rest areas, bus bays, vehicle parking areas, telecommunication facilities,
scenic overlooks, watering points etc. wherever appropriate.
21. 10.6 (1) Volume II: Design Report :

a) Inventory of protection measures and other structures


b) Inventory of tunnels, if required.
c) Proposed preliminary designs for tunnels, if required.

Volume III: Drawings

a) Drawings for protection/control measures and other structures


b) Drawings for tunnels, if required.
22. 10.7 (3) Volume II: Design Report (Part II)

Part II of Design Report shall also deal with design of tunnels, if required and
design of other protection/control strucrtures.

Volume IX: Drawing Volume

This shall also include :


a) Detailed working drawings for tunnels, if required.
b) Detailed working drawings for protection/control structures

68
SUPPLEMENT II

ADDITIONAL POINTS TO BE CONSIDERED FOR BRIDGES IN


ADDITION TO POINTS COVERED IN MAIN TOR

For bridge packages, the main objective of the consultancy services is to establish the
aesthetic, technical, economical and financial viability of the Project and prepare
Detailed Project Reports for construction of 4 - lane bridge along with approach
roads, at least about 2 km. length on each side of the bridge.

Siting of bridges, feasibility studies and project preparation shall be primarily carried
out in accordance with IRC : 5 and IRC Manual for Project Preparation of bridges and
other Codes and Specification and in consultation with respective Irrigation /
Waterways Authorities.

For bridges requiring model study, the same shall be got done at a recognised
Institution. The consultant will be responsible for identifying the Institution,
supplying requisite data and coordinating the model study. The amount to be
paid to the Institution shall be borne by the Employer.

S.No. Clause No. Additional points


of TOR
1. 4.1 Primary Tasks
The scope of services shall also cover the following :

i. Inventory and condition surveys for existing river bank


training/ protection works.
ii. Detailed Design of approach roads (extending at least up to
approximately 2 km an each side of the bridge).
iii. Detailed Design of Bridge, cross drainage structures,
underpasses & other structures as required.
iv. Preparation of GAD, construction drawings etc.
v. Strip plan for bridge and approach road.
vi. Design discharge and scour depth

2. 4.7 Review of Data and Documents


The data and documents of major interest shall also include the
following:

a) Existing geological maps, catchment area maps, contour plans


etc. for the project area
b) Hydrological data, catchment area characteristics, river/channel
characteristics, flood flow data and seismological data etc.
c) Condition of existing river bank / protection works, if any.
d) Sub surface and geotechnical data for existing near by bridges.
e) Detailed drawings of nearby existing bridges.

69
3. 4.11.1 Reconnaissance and Alignment
a) The consultant should make an in depth study of available
geological maps, catchment area maps, contour plans, flood flow
data and seismological data.
b) The primary tasks to be accomplished during the reconnaissance
surveys also include:

i. Typical physical features along the approach roads


ii. Possible bridge locations, land acquisition problems, nature of
crossings, likely length of approaches and bridge, firmness of
banks, suitability of alignment of approach roads

4. 4.11.2 Topographic surveys


a) The detailed field surveys would essentially include the
topographic surveys along the proposed location of bridge and
alignment of approach road.
b) The detailed topographic surveys should be carried out along the
approach roads alignment and location of bridge approved by
NHAI.

5. 4.11.2.1 Longitudinal and Cross sections


The topographic surveys for longitudinal and cross sections shall
cover the following:

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.

6. 4.11.4.2 Hydraulic and Hydrological Investigations

a) The consultant shall also collect information on observed


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

70
7. 4.11.4.4 Geotechnical Investigations and Sub soil Exploration

Investigation shall be carried out to determine the nature and


properties of existing soil 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 soil,
proneness of site to artesian conditions, seismic disturbance and other
engineering properties of soil etc.

8. 4.12.1 General
The consultants are also to carry out detailed designs and prepare
working drawings for the followings ;

a) Design of pavement for approach road


b) Design of river bank protection / training works

9. 4.12.6 Design of Bridges and Structures


The data collected and investigation results shall be analysed 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.

71
SUPPLEMENT-III
ADDITONAL REQUIREMENT FOR SAFETY AUDIT

Checklists

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.
Stage F-During Feasibility Study
1. The audit team should review the proposed design from a road safety perspective and check
the following aspects

CONTENTS ITEMS
Aspects to be checked A. Safety and operational implications of proposed alignment
and junction strategy with particular references to expected
road users and vehicle types likely to use the road.
B. Width options considered for various sections.
C. Departures from standards and action taken.
D. Provision of pedestrians, cyclists and intermediate transport
E. Safety implications of the scheme beyond its physical limits
i.e. how the scheme fits into its environs and road hierarchy
A1 : General Ø Departures from standards
Ø Cross-sectional variation
Ø Drainage
Ø Climatic conditions
Ø Landscaping
Ø Services apparatus
Ø Lay-byes
Ø Footpaths
Ø Pedestrian crossings
Ø Access (minimize number of private accesses)
Ø Emergency vehicles
Ø Public Transport
Ø Future widening
Ø Staging of contracts
Ø Adjacent development
A2 : Local Alignment Ø Visibility
Ø New/Existing road interface
Ø Safety Aids on steep hills.
A3 : Junctions Ø Minimise potential conflicts
Ø Layout
Ø Visibility
A4 : Non-Motorised road users Ø Adjacent land
Provision Ø Pedestrians
Ø Cyclists
Ø Non-motorised vehicles
A5 : Signs and Lighting Ø Lighting
Ø Signs/Markings
A6 : Construction and Operation Ø Buildability
Ø Operational
Ø Network Management

72
Stage 1 – Completion of Preliminary Design

1. The audit team should review the proposed design from a road safety perspective and check the
following aspects
CONTENTS ITEMS
Aspects to be checked A. Safety and operational implications of proposed
alignment and junction strategy with particular references
to expected road users and vehicle types likely to use the
road.
B. Width options considered for various sections.
C. Departures from standards and action taken.
D. Provision of pedestrians, cyclists and intermediate
transport
E. Safety implications of the scheme beyond its physical
limits i.e. how the scheme fits into its environs and road
hierarchy
B1 : General Ø Departures from standards
Ø Cross-sectional variation
Ø Drainage
Ø Climatic conditions
Ø Landscaping
Ø Services apparatus
Ø Lay-byes
Ø Footpaths
Ø Pedestrian crossings
Ø Access (minimize number of private accesses)
Ø Emergency vehicles
Ø Public Transport
Ø Future widening
Ø Staging of contracts
Ø Adjacent development
B2 : Local Alignment Ø Visibility
Ø New/Existing road interface
Ø Safety Aids on steep hills .
B3 : Junctions Ø Minimise potential conflicts
Ø Layout
Ø Visibility
B4 : Non-Motorised road users Ø Adjacent land
Provision Ø Pedestrians
Ø Cyclists
Ø Non-motorised vehicles
B5 : Signs and Lighting Ø Lighting
Ø Signs/Markings
B6 : Construction and Operation Ø Buildability
Ø Operational
Ø Network Management

73
Stage 2 – Completion of Detailed Design

1. The audit team should satisfy itself that all issues raised at Stage 1 have been resolved. Items may
require further consideration where significant design changes have occurred.

2. If a scheme has not been subject to a stage 1 audit, the items listed in Checklists B1 to B6 should be
considered together with the items listed below.

CONTENTS ITEMS
Aspects to be checked A. Any design changes since Stage 1.
B. The detailed design from a road safety viewpoint,
including the road safety implications of future
maintenance (speed limits; road signs and markings;
visibility; maintenance of street lighting and central
reserves).
C1 : General Ø Departures from standards
Ø Drainage
Ø Climatic conditions
Ø Landscaping
Ø Services apparatus
Ø Lay-byes
Ø Access
Ø Skid-resistance
Ø Agriculture
Ø Safety Fences
Ø Adjacent development
C2 : Local Alignment Ø Visibility
Ø New/Existing road interface
C3 : Junctions Ø Layout
Ø Visibility
Ø Signing
Ø Lighting
Ø Road Markings
Ø T,X,Y-junctions
Ø All roundabouts
Ø Traffic signals
C4 : Non-Motorised road users Ø Adjacent land
Provision Ø Pedestrians
Ø Cyclists
Ø Non-motorised vehicles
C5 : Signs and Lighting Ø Advanced direction signs
Ø Local traffic signs
Ø Variable message signs
Ø Other traffic signs
Ø Lighting
C6 : Construction and Operation Ø Buildability
Ø Operational
Ø Network Management

74
Enclosure-I
Manning Schedule ( Projects under North- South Corridor)
WB/ADB funded projects ( Group A)
Total Project Assignment :
(Ten months)

SI.No. Key Personnel

At site At Design Total time


(mm) office (mm) period
(mm)

1 Sr. Highway Engineer- 5 5 10


cum- Team Leader

2 Senior Tunnel Engineer - -

3 Highway Engineer 3 5 8

4 Pavement Specialist 1 2 3

5 Bridge Engineer 2 4 6

6 Traffic Engineer 1 1 2

7 Material-cum-Geo- 6 2 8
technical Engineer
8 Senior Survey Engineer 6 2 8

9 Transport Economist 0.5 1.5 2

10 Environmental Specialist 3 2 5

11 Resettlement & 3 2 5
Rehabilitation Specialist
12 Quantity 0.5 2.5 3
Surveyor/Documentation
Expert
Total 31 29 60

75
Enclosure-II
Manning Schedule ( East- West Corridor ) : Group B

Sl. Key Personnel Road Hill Roads Bridge Projects


No.
Time Period for assignment Time period for Time period for
assignment assigment
6 months 9 months 9 months 6 months
site Design Total site Design Total site Design Total site Design Total
office office office office
MM MM MM MM MM MM MM MM MM MM MM MM
1. Sr Highway Engineer- 2.0 4.0 6.0 3.0 6.0 9.0 3.0 6.0 9.0 - - -
cum- Team Leader
2. Sr Bridge Engineer-cum- - - - - - - - - - 2.0 4.0 6.0
Team Leader
3. Highway Engineer 2.0 3.0 5.0 2.0 4.5 6.5 2.0 5.0 7.0 0.5 1.5 2.0
4. Pavement Specialist 0.5 1.0 1.5 0.5 1.5 2.5 1.0 2.0 3.0 0.5 0.5 1.0
5. Bridge Engineer 0.5 1.5 2.0 0.5 2.5 3.0 1.5 2.5 4.0 1.0 5.0 6.0
6. Traffic Engineer 0.5 1.5 2.0 0.5 2.0 2.5 0.5 1.0 1.5 - - -
7. Material-cum-Geo- 1.0 2.0 3.0 1.0 3.0 4.0 1.0 4.0 5.0 2.0 2.0 4.0
technical Engineer
8. Sr Survey Engineer 1.0 1.0 2.0 1.5 1.0 2.5 2.0 2.0 4.0 2.0 1.0 3.0
9. Transport Economist 0.0 1.0 1.0 0.0 1.0 1.0 0.5 1.5 2.0 - - -
10. Environmental Specialist 0.5 1.0 1.5 1.0 1.5 2.5 1.0 1.5 2.5 0.5 1.5 2.0

11. Resettlement & 1.0 2.0 3.0 2.0 3.0 5.0 0.5 0.5 1.0 1.0 1.0 2.0
Rehabilitation Specialist

12. Quantity Surveyor - 3.0 3.0 - 3.0 3.0 - 3.0 3.0 0.0 4.0 4.0
Documentation Expert
TOTAL 7.0 23.0 30.0 9.5 31.5 41.0 12.0 30.0 42.0 9.50 20.50 30.0
Note : MM = Man Months

76
Enclosure-I
Manning Schedule ( Projects under North- South Corridor)

NHAI funded projects ( Group C)

Total Project Total Project


Assignment : Assignment :
( Ten months) Eight months)
SI. Key Personnel
No
.
At At Total At site At Total
site design time (mm) design time
(mm) office period office period
(mm) (mm) (mm) (mm)

1 Sr. Highway Engineer-cum- 5 5 10 4 4 8


Team Leader

2 Senior Tunnel Engineer - - - -

3 Highway Engineer 3 5 8 2 4 6

4 Pavement Specialist 1 2 3 1 1 2

5 Bridge Engineer 2 4 6 2 2 4

6 Traffic Engineer 1 1 2 1 1 2

7 Material-cum-Geo-technical 6 2 8 4 2 6
Engineer

8 Senior Survey Engineer 6 2 8 6 2 8

9 Transport Economist 0.5 1.5 2 1 1 2

10 Environmental Specialist 3 2 5 2 1 3

11 Resettlement & 3 2 5 3 1 4
Rehabilitation Specialist

12 Quantity 0.5 2.5 3 1 2 3


Surveyor/Documentation
Expert
Total 31 29 60 27 21 48

77
Qualification and Experience Requirement of Key Personnel

Senior Highway Engineer-cum-Team Leader

i) Educational Qualification

Essential Graduate in Civil Engineering

--- ----

ii) Essential Experience

a) Total Professional Experience Min. 20 years

b) Experience in Highway projects Min. 15 years in Planning, project preparation


and design of Highway projects, including 4
laning / expressways. For hill roads,
respective hill roads experience is required

c) Experience in similar capacity Four laning of major highway projects


(NH/SH/Expressways) of aggregate length of
…. (minimum 40% of the respective DPR
package length), For hill roads, respective hill
roads experience is required
iii) Age Limit 65 years on the date of submission of
proposal

78
QUALIFICIATION AND EXPERIENCE REQUIREMENT OF Key Personnel

Senior Bridge Engineer-cum-Team Leader

i) Educational Qualification

Essential Graduate in Civil Engineering

----- ------

ii) Essential Experience

a) Total Professional Experience Min. 20 years


b) Experience in Bridge project Min. 15 years in Planning, project preparation
and design of similar Bridge projects.

c) Experience in similar capacity Project preparation and detailed design of at


least two major Bridge projects (at least
200m total length with individual span of 40
meter length or more)

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


proposal

79
QUALIFICIATION AND EXPERIENCE REQUIREMENT OF KEY
PERSONNEL

Highway Engineer

i) Educational Qualification

Essential Graduate in Civil Engineering

---- -----

ii) Essential Experience

a) Total Professional Experience Min. 20 years


b) Experience in Highway Projects Min. 10 years in Planning, project preparation
and design of Highway projects, including 4
laning / expressways. For hill roads,
respective hill roads experience is required
c) Experience in Similar Capacity Four laning of major highway projects (
NH/SH / Expressways) of aggregate length
of …. (minimum 40% of the respective DPR
package length), For hill roads, respective hill
roads experienced is required
iii) Age Limit 65 years on the date of submission of
proposal

80
QUALIFICIATION AND EXPERIENCE REQUIREMENT OF KEY
PERSONNEL

Pavement Specialist

i) Educational Qualification

Essential Graduate in Civil Engineering

--------- ----------

ii) Experience

a) Total Professional Experience Min. 20 years


b) Experience in Highway projects Minimum 10 years experience in pavement
design and maintenance

c) Experience in Similar capacity Pavement design for major highway projects (


NH/SH/ Expressways) of aggregate length
of …. (minimum 40% of the respective DPR
package length)

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


proposal

81
QUALIFICIATION AND EXPERIENCE REQUIREMENT OF KEY
PERSONNEL

Bridge Engineer

i) Educational Qualification

a) Essential Graduate in Civil Engineering

----- --------

ii) Essential Experience

a) Total Professional Experience Min. 20 years


b) Experience in Bridge projects Min. 10 years in project preparation and
design of bridge projects.

c) Experience in Similar Capacity Bridge Engineer in highway design


consultancy projects (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

82
QUALIFICIATION AND EXPERIENCE REQUIREMENT OF KEY
PERSONNEL

Traffic Engineer

i) Educational Qualification

a) Essential Graduate in Civil Engineering

------- ----------

ii) Essential Experience

a) Total Professional Experience Min. 15 years


b) Experience in Highway projects Min. 5 years on similar projects.

c) Experience in Similar Capacity Traffic Engineer in highway Projects


(NH/SH/Expressways) involving 4 laning of
aggregate length of …. (minimum 40% of
the respective DPR package length)
iii) Age Limit 65 years on the date of submission of
proposal

83
QUALIFICIATION AND EXPERIENCE REQUIREMENT OF KEY
PERSONNEL

Material Engineer – cum – Geotechnical Engineer

i) Educational Qualification

Essential Graduate in Civil Engineering or M.Sc.


Geology

-------- ----------
ii) Essential Experience

a) Total Professional Experience Min. 15 years


b) Experience in Similar type of Min. 8 years on similar projects in design
work in infrastructure projects and/or construction

c) Experience in Similar Capacity Material cum Geo-technical Engineer on


highway projects (NH/SH/Expressways) of
aggregate length of …. (minimum 40% of
the respective DPR package length) or more
including at least one major bridges
iii) Age Limit 60 years on the date of submission of
proposal

84
QUALIFICIATION AND EXPERIENCE REQUIREMENT OF KEY
PERSONNEL
Senior Survey Engineer

i) Educational Qualification

Essential Graduate in Civil Engineering or Diploma in


Civil Engg or Diploma in Surveying

----- --------
ii) Essential Experience
a) Total Professional Experience Min.15 years
b) Experience in Highway projects Min. 5 years on similar projects in project
preparation and construction & thorough
understanding of modern computer based
methods of surveying

c) Experience in Similar Capacity Survey Engineer for projects preparation of


highway project (NH/SH/Expressways)
involving 4- laning of aggregate length of
…. (minimum 40% of the respective DPR
package length)

iii) Age Limit 60 years on the date of submission of


proposal

85
QUALIFICIATION AND EXPERIENCE REQUIREMENT OF KEY
PERSONNEL

Transport Economist

i) Educational Qualification

Essential Graduate in Civil Engineering or / Graduate


in Traffic & Transportation Engineering or
Post Graduate in Economics
-------- ----------

ii) Essential Experience

a) Total Professional Experience Min. 15 years

b) Experience in Highway projects Min. 5 years on highway projects

c) Experience in Similar Capacity Transport Economist in Highway project


(NH/SH/Expressways) involving 4 laning of
aggregate length of …. (minimum 40% of
the respective DPR package length)

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


proposal

86
QUALIFICIATION AND EXPERIENCE REQUIREMENT OF KEY
PERSONNEL

Environmental Specialist

i) Educational Qualification

a) Essential Graduate in Civil Engineering or Graduate in


Environmental Engineering or Post Graduate
in Environmental Sciences

----- ---------

ii) Essential Experience

a) Total Professional Experience Min. 10 years


b) Experience in Highway Projects Min. 5 years in environmental impact
assessment of infrastructure projects

c) Experience in Similar Capacity Environmental Specialist in at least two


highway projects, preferably funded by World
Bank/ Asian Development Bank etc

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


proposal

87
QUALIFICIATION AND EXPERIENCE REQUIREMENT OF KEY
PERSONNEL

Quantity Surveyor/Documentation Expert

i) Educational Qualification

Essential Graduate in Civil Engineering

------- --------

ii) Essential Experience

a) Total Professional Experience Min. 15 years


b) Experience in Highway Projects Min. 5 years in Preparation of Bill of
Quantities, Contract documents and
documentation for major highway projects
involving four laning

c) Experience in Similar Capacity Quantity Surveyor / Documentation Expert in


highway projects ( NH/SH/Expressways)
involving four laning of aggregate length of
…. (minimum 40% of the respective DPR
package length)
iii) Age Limit 65 years on the date of submission of
proposal

88
QUALIFICIATION AND EXPERIENCE REQUIREMENT OF KEY
PERSONNEL

Rehabilitation & Resettlement Expert

i) Educational Qualification

a) Essential Graduate in Civil Engineering or Postgraduate


in Social Sciences

--------- -----------

ii) Essential Experience

a) Total Professional Experience Min. 10 years


b) Experience in Highway projects Min. 5 years on highway infrastructure
projects

c) Experience in Similar Capacity R&R Expert for at least highway projects


preferably funded by World Bank/ Asian
Development Bank etc.

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


proposal

89
Enclosure-III
Schedule for Submission of Reports and Documents (Group
A)

Submission Time w.e.f Date of Commencement of Consultancy Services


( in months )
Stage Activity No. of copies Time Priod for
No. assignment

10 Months

1 Monthly Reports 3 per month

2 Inception Report 3 1.0


( i ) Inception Report including QAP Document
3 F.S. REPORT 4 2
i) Draft Feasibility Report including
Environmental and Social impact screening
Reports 6
ii) Final Feasibility Report
(within 15 days of receiving comments of
NHAI on draft feasibility report) 6 3.5
iii) Strip Plan with L. A. Reports & Plans

4 P.P. REPORT 4 5.0


i) Draft PPR including details and drawings for
repair/rehabilitation of existing bridges & draft
environmental impact assessment reports & RAP
ii) Final PPR including details and drawings for
repair/rehabilitation of existing bridges & final 6
environmental impact assessment reports & RAP
(Final PPR within 15 days of receiving
comments of NHAI on draft PPR)

5 D.P. REPORT 4 9
i) Draft DPR (including drawings and draft bidding
(ICB) documents) EMP, RAP
ii) Final DPR (including drawings and draft
bidding (ICB) documents) EMP, RAP 6 10.0

Reports are to be submitted in one set in floppy diskettes/CDs alongwith number of Hard
copies as mentioned above.

90
Enclosure-III
SCHEDULE FOR SUBMISSION OF REPORTS AND DOCUMENTS
(Group B)
Submission Time w.e.f. Date of Commencement of Consultancy Services

Stage Activity No. of Copies Time Period for


No. Assignment
9 Months 6 Months
1. Monthly Reports 3 per months
2. Inception Report 3 1.0 1.0
(i) inception Report including QAP Document
3. F.S. REPORT 4 2.0 2.0
i) Draft Feasibility Report including
Environmental and Social Impact
Screening Reports
ii) Final Feasibility Report 6

(Within 15 days of receiving comments of


NHAI on draft feasibility report)
iii) Strip Plan with L.A. Reports & Plans 6 3.5 3.0

4. P.P. Report
i) Draft PPR including details and 4 5.0 4.0
drawings for repair/rehabilitation of
existing bridges & draft environmental
impact assessment reports & RAP
ii) Final PPR including details and
drawings for repair/rehabilitation of
existing bridges & final environmental
impact assessment reports & RAP 6
(Final PPR within 15 days of
receiving comments of NHAI on draft
PPR)
5. D.P. Report 4 8.0 5.0
i) Draft DPR (including drawings and
draft bidding (ICB) documents) EMP,
RAP
ii) Final DPR (including drawings and
draft bidding (ICB) documents) EMP,
RAP 6 9.0 6.0

Note : Reports are to be submitted in one set in floppy diskettes/CDs along with
number of hard copies as mentioned above.

91
Enclosure-III
Schedule for Submission of Reports and Documents
(Group C)

Submission Time w.e.f Date of Commencement of Consultancy Services


( in months )

Stage Activity No. of Time Priod for assignment


No. copies

10 Months 8 Months

1 Monthly Reports 3 per


month

2 Inception Report 3 1.0 1.0


( i ) Inception Report including QAP Document

3 F.S. REPORT 4 2 2
i) Draft Feasibility Report including
Environmental and Social impact screening
Reports 6
ii) Final Feasibility Report
(within 15 days of receiving comments of
NHAI on draft feasibility report) 6 3.5 3.5
iii) Strip Plan with L. A. Reports & Plans

4 P.P. REPORT 4 5.0 5.0


i) Draft PPR including details and drawings for
repair/rehabilitation of existing bridges & draft
environmental impact assessment reports & RAP
ii) Final PPR including details and drawings for
repair/rehabilitation of existing bridges & final 6
environmental impact assessment reports & RAP
(Final PPR within 15 days of receiving
comments of NHAI on draft PPR)

5 D.P. REPORT 4 9 7
i) Draft DPR (including drawings and draft
bidding (ICB) documents) EMP, RAP
ii) Final DPR (including drawings and draft
bidding (ICB) documents) EMP, RAP 6 10.0 8.0

Reports are to be submitted in one set in floppy diskettes/CDs alongwith number of


Hard copies as mentioned above.

92
APPENDIX-II
NHAI

(Form-I)

TECHNICAL PROPOSAL

FROM: TO:

_______________________________ ______________________________

______________________________ ______________________________

_______________________________ ______________________________

_______________________________ ______________________________

Sir:

Subject: Hiring of Consultancy Service for


____________________________

____________________________

Regarding Technical Proposal

I/We _____________________________ Consultant/ Consultancy firm herewith enclose Technical


Proposal for selection of my/our firm/organization as Consultant for
______________________________.

Yours faithfully,

Signature ___________________
Full Name __________________
Designation _________________
Address ____________________

(Authorized Representative)

93
APPENDIX-II
NHAI
(Form-II)
Details of projects for which Technical and Financial Proposals have been submitted

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


Personnel
(T.L.,Tunnel Engineer, H.E.,
P.S., B.E., T.E., M-G.E.,
S.S.E., T.Ec., E.S., R&R.S.,
Q.S./D.E.
1
2
3
4

94
APPENDIX-II
NHAI

(Form-III)
FIRM’S REFERENCES
Relevant Services Carried out in the Last Five 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 stated below:

Assignment Name: Country:

Location within Country : Professional Staff Provided


by your firm:

Name of Client : No. of Staff :

Address : No. of Staff Months :

Start Date Completion Date Approx. Value of


(Month / (Month / Year) Services : (in current USD) :
Year)

Name of Association Firm(s) if any : No. of Months of Professional


Staff provided by Associated Firm(s)

Name of Senior Staff (Project Director / Coordinator, Team Leader) involved and
functions performed:

Narrative Description of Project :

Description of Actual Services Provided by your Staff :

Signature of Authorised Representative

(Certificate from Employer regarding experience should be furnished)

95
APPENDIX-II
NHAI

(Form-IV)

CONSULTANT NAME:

APPROACH PAPER ON METHODOLOGY


PROPOSED FOR PERFORMING THE ASSIGNMENT

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

1) Composition of the team [not more than  of a page]

2) Methodology for services, surveying, data collection [not more than ½ of a page]
and analysis

3) Quality Assurance system for consultancy assignment [not more than ½ of a page]

Note: 1) Marks will be deducted for writing lengthy and out of context approach and methodology
for the assignment.

96
APPENDIX-II
NHAI

(Form-V)

COMMENTS/ SUGGESTIONS OF CONSULTANT

On the Terms of Reference:

1.
2.
3.
4.
5.
..
..

On the Data, services and facilities to be provided by the Client indicated in the
Terms of Reference.

1.
2.
3.
4.
5.
..
..

97
APPENDIX-II
NHAI

(Form-VI)

Composition of the Team Personnel and the task


Which would be assigned to each Team Member

I. Technical/Managerial Staff
S.No. Name Position Task Assignment
1
2
3
4
..
..
..

II. Support Staff


S.No. Name Position Task Assignment
1
2
3
4
..
..
..

98
NHAI APPENDIX-II

(Form-VII)

Format of Curriculum Vitae (CV) For Proposed Key Staff

1. Proposed Position: _________________________________________________________


2. Name of Staff: _____________________________________________________________
3. Date of Birth : _______________________(Please furnish proof of age)
4. Nationality: _______________________________________________________________
5. Educational Qualification:
(Summarize college/university and other specialized education of staff member, giving names of
schools, dates attended and degrees obtained). (Please furnish proof of qualification)

6. Membership of Professional Societies: _________________________________________


7. Publication:
(List of details of major technical reports/papers published in recognized national and
international journels)

8. Employment Record:

(Starting with present position, list in reve rsed order, every employment held. List all
positions held by staff member since graduation, giving dates, names of employing
organization, title of positions held and location of assignments. For experience period of
specific assignment must be clearly mentioned, also give client references, where
appropriate).

9. Summary of the CV
(Furnish a summary of the above CV. The information in the summary shall be precise and
accurate. The information in the summary will have bearing on the evaluation of the CV).

A) Education:
i) Field of Graduation and year
ii) Field of post graduation and year
iii) Any other specific qualification

B) Experience
i) Total experience in highways: ____________ Yrs
ii) Responsibilities held : i) ____________________ ____ Yrs
ii) ____________________ _____ Yrs.
iii) ___________________ _____ Yrs.

iii) Relevant Experience : __________ Yrs.

99
NHAI APPENDIX-II

C) Permanent Employment with the Firm (Yes/No):

If yes, how many years :


If no, what is the employment :
Arrangement with the fir m ?

Certification :
1 I am willing to work on the project and I will be available for entire duration of the
project assignment and I will not engage himself in any other assignment during the
currency of his assignment on the project
2 I, the undersigned, certify that to the best of my knowledge and belief, this biodata
correctly describes myself my qualification and my experience.

Signature of the Candidate ____________________


Place ____________________
Date ____________________

Signature of the Authorized Representative of the firm____________________


Place ____________________
Date ____________________

Note: Each page of the CV shall be signed in ink by both the staff member and the Authorized
Representative of the firm. Photocopies will not be considered for evaluation.

100
NHAI APPENDIX-II

(Form-VIII)

WORK PROGRAM AND TIME SCHEDULE FOR KEY PERSONNEL

MONTHS (in the Form of Bar Chart)

Sl. No. Name Position Report Due/ Months Number of


Activities Months

1 Sub Total (1)


2 Sub Total (2)
3 Sub Total (3)
4 Sub Total (4)

….

Field Full : Part Time :

Reports Due:

Activities :

Duration :

101
NHAI APPENDIX-II

(Form-IX)

A. FIELD INVESTIGATION

(1st, 2nd etc. are months from the date of assignment)

S. Item of Work / Activities Months


N
1
2
3
..
..

B. COMPLETION AND SUBMISSION OF REPORTS

S.No. Reports Programme


(As per section 10 of TOR)
1
2
3
4
..
..

102
NHAI APPENDIX-II

(Form – X)

Format for furnishing additional information as per clause 10.1 (1) of TOR

S.No. Details of activity To be Carried out / prepared by To be Checked/ Verified


(Name/Designation) by (Name/Designation)

1 Fixation of all TBM’s

2 Physical surveys
(give separate details
for various studies)

3 Traffic studies
(give separate details
for various studies)

4 …………….
5 ……………
6 …………..

(in column 2 all relevant activities since inception to the completion of feasibility study and
project preparation work should be covered)

103
(Form-I)

FINANCIAL PROPOSALS

FROM: TO:
________________________ ________________________

________________________ ________________________

________________________ ________________________

Sir:

Subject: Hiring of Consultants’ Services for

____________________________

____________________________

Regarding Price Proposal

I/We____________________________________ Consultant/consultancy firm herewith enclose

*Price Proposal for selection of my/our firm/organization as Consultant for ________________

Yours faithfully,

Signature________________

Full Name_______________

Designation______________

Address_________________

(Authorized Representative)

*The Financial proposal is to be filled strictly as per the format given in RFP.

104
(Form-II)

Format of Financial Proposal


Summary of Cost in Local and Foreign Currency ( US $ )

No Description Amount Amount


. (LC)* (FC)*

Local Consultants

I Remuneration for Local Staff (inclusive of per diem


allowance)
II Supporting Staff (inclusive of per diem allowance)
III Per diem allowance of expatriate personnel
IV Transportation
V Duty Travel to Site
VI Office Rent
VII Office Supplies, Utilities and Communication
VIII Office Furniture and Equipment (Rental)
IX Reports and Document Printing
X Surveys & Investigations

A Topographical Survey
B Investigations

Subtotal Local Consultants :


Foreign Consultants
F-I Remuneration for Expatriate Staff
F-II Mobilization and Demobilization
Total Cost Net of Tax :

Taxes I. Income Tax (Expatriate)


and II. Import duties
Duties III. Value added tax

Total cost net of service tax**


Service Tax
TOTAL COSTS (Including Service Tax)
LC* Local Currency
FC* Foreign Currency
** Total Cost Net of Service Tax shall be considered for financial evaluation

Note: No escalation will be payable during the services


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

105
(Form-III)

Estimate of Local Currency Costs

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


S.No. Position Name Rate SM Amt.
Professional Staff
1
2
3
4
5
6
7
8
9
10

Sub-Total:
Sub-Professional Staff ( To be assessed by Consultant as per requirement of assignment)
1
2
3
4
5
6
7
8
9
10
Sub-Total:

TOTAL

106
II. Support Staff

No. Position Name Staff Billing Rate( ) Amount( )


Months

1 Office Manager

2 Typist

3 Office Boy

4 Night Watchman

Total :

III. Transportation (Fixed costs)

S.No Description Qty. Nos. of Rate/ Amount


months Month
1 The vehicles provided by the
Consultants shall include the cost for
rental, drivers, operation,
maintenance, repairs, insurance, etc.

A. For use of consultants

Total

IV. Duty Travel to Site (Fixed Costs)

Trips NO Rate Amount

V. Office Rent (Fixed Costs)

The rent cost includes maintenance,


cleaning, repairs, etc.

__ months x
Total

107
VI. Office Supplies, Utilities and Communication (Fixed Costs)

No. Item Months Monthly Amount


Rate in Rs.

1. Office Supplies

2. Drafting Supplies

3. Computer Running Costs

4. Domestic and International


Communication

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

108
VII. Office Furniture and Equipment (Rental)

No. Description Unit Quantity Rate Amount


( ) ( )
1 Office Furniture and Equipment LS
Total

VIII. Reports and Document Printing

No. Description No. of Rate per Amount


Copies Copy (Rs.)
( Rs. )
1 Monthly Report 3 Per Month
2 Inception Report & QAP 4
3 Environment and Social Impact 4
Screening Report
4 Draft Feasibility Report 4
5 Final Feasibility Report 6
6 Strip Plan with L.A. Reports 6
7 Draft Preliminary Project Report 4
8 Draft Environmental Assessment 4
report & RAP
9 Final Preliminary Project Report 6
10 Final Environmental Assessment 6
report & RAP
11 Draft Detailed Design Report & 4
Drawings etc.
Draft EMP 4
12 Draft Bidding Documents 4
13 Final Detailed Project Report 6
with Bill of Quantities, Cost
Estimates, Updated Drawings etc.
Final EMP 6
14 Final Bidding Documents 6
Total

109
IX. Survey and Investigation

A. Topographical Survey (Fixed Rate)

Item Kms Rate per Km (Rs.) Amount (Rs.)


Topographic Survey including
hire charges for equipment
(GPS, Total Station, Auto Level
etc., ) and supply of survey
Teams comprising of project
survey filed staff etc. inclusive
of cost of materials , labourer
and construction of BM,
(satellite imaginary, aerial
photogrammetry if considered
necessary) etc. complete

B. Investigation (Fixed cost)

No. Description Quantity Amount (Rs.)


1 Road and Bridge Inventory L.S.
2 BBD Test and Pavement Evaluation L.S.
3 Roughness Survey L.S.
4 Axle Load Survey L.S.
5 Material Survey and Investigation L.S.
6 Sub-grade Investigation L.S.
7 Traffic Survey L.S.
8. Socio-economic & Census Survey/Studies L.S.
9 Any other investigations/surveys L.S
10. * Sub-Soil Investigation (Boring) Rate Qty Amount (Rs)
a) Boring in all type of soils (other than
hard rock)
b) Boring in hard rock
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.

110
(Form-IV)

Estimate of Costs for Expatriate Consultants

I. Remuneration of Expatriate Staff including per diem allowances

No. Positions Name Rate ( ) SM Amount ( )

Total :

II. Mobilization and Demobilization

1. International Airfares (Fixed costs)

Position Round Trips Rate Amount

Total

II.2 Inland Travel in Home Country (Fixed Costs)

Lum Sum ………….

2.Other Miscellaneous expenses ( like DA, internal travel expenses other


incidentals)(fixed cost)

Lum Sum ……….

111
TENTATIVE QUANTITIES FOR SUB-SOIL INVESTIGATIONS (BORING )
(Form –V) Group A
S.No. Project Description Contract Approx. Cumulative Tentative
Package No. Length Quantities ( in m )
(in kms.) In Soils In hard
other than rock
hard rock
1. Jhansi to Lalitpur from Km.0 to Km.92 C-IIA/1 92 2500 500
of NH-26 in the state of Uttar Pradesh

2. Lalitpur – Sagar from Km.92 to C-IIA/2 106 2500 500


km.198 of NH-26 in the state of
UP/Madhya Pradesh

3 Sagar-Rajmarg chouraha from km.198 C-IIA/3 98 2500 500


to km 296 of NH-26 in the state of
Madhya Pradesh

4 Rajmarg Chowraha – Lakhnadon from C-IIA/4 104 2500 500


km.296 to km.400 (Junction with
km.544 of NH-7) of NH-26 in the state
of Madhya Pradesh

5 Farukhanagar to Kottakata from C-IIA/5 98 2500 500


km.34.8 to km.133 of NH-7 in the state
of Andhar Pradesh

6 Kottakata to Kurnool from km. 133 to C-IIA/6 78 2000 400


km211 of NH-7 in the state of Andhra
Pradesh
7 Kurnool to Anantpur from km.211 to C-IIA/7 125 3100 600
km.336 of NH-7 in the state of Andhra
Pradesh

8 Anantpur-AP/Karnataka border from C-IIA/8 128 3100 600


km.336 to km.463.6 of NH-7 in the
state of Andhra Pradesh
9 AP/Karnataka border-Avathi village C-IIA/9 60 1500 300
from km.463.6 to km 524 of NH-7 in
the state of Karnataka

10 Salem to Karur (excluding Namakkal C-IIA/10 85 2500 500


Bypass) from km.207.6 to km.248.0 &
km259.6 to km.301.0 of NH-7 in the
state of Tamil Nadu
11 Karur to Madurai from km.301.0 to km C-IIA/11 139 3500 700
440.0 of NH-7 in the state of Tamil
Nadu
12 Dholpur-Morena (including C-IIA/12 11 400 300
Chambal Bridge fro Km. 51 to Km.
61 of NH-3 in the state of Madhya
Pradesh (bridge package)

112
Appendix – III
Group B
TENTATIVE QUANTITIES FOR SUB-SOIL INVESTIGATIONS (BORING)
(Form – V)

Sl. Project Description Contract Approx. Terrain Cumulative Tentative


No. Package No. Length Quantities (in m)
(in kms.)
In Soils In hard
other than rock
hard rock
1. Harangajo to Maibong, NH- C-IIB/AS-1 104 Hilly 1500 1000
54, Km. 244.00 to Km.
140.00 (Assam)
2. Maibong to Lumding, NH- C-IIB/AS-2 100 Hilly 1500 1000
54, Km. 140.00 to km. 40.00
(Assam)
3. Kosi Bridge i/c approaches C-IIB/BR-6 10 Plain 1700 300
from eastern embankment to (Bridge)
western embankment Km.
165.00 to km. 155.00 (Bihar)
4. Purnea to Forbesganj, Nh-57, C-IIB/BR-1 79 Plain 2000 300
Km. 309.00 to Km. 230.00
(Bihar)
5. Simrahi to Jhanjharpur C-IIB/BR-3 70 Plain 2000 300
excluding Kosi bridge &
approaches, NH-57, Km.
190.00 to Km. 165.00 & Km.
155.00 to Km. 110.00 (Bihar)
6. Darbhanga to Muzaffarpur, C-IIB/BR-5 70 Plain 2500 300
NH-57, Km. 70.00 to Km.
0.00 (Bihar)
7. Lumding to Daboka, NH-54, C-IIB/AS-3 40 Plain 600 500
Km. 40.00 to Km. 0.00
(Assam)
8. Forbesganj to Simrahi NH- C-IIB/BR-2 40 Plain 1000 200
57, Km. 230.00 to Km.
190.00 (Bihar)
9. Jhanjharpur to Darbhanga, C-IIB/BR-4 40 Plain 1000 200
NH-57 Km. 110.00 to Km.
70.00 (Bihar)

113
NATIONAL HIGHWAYS DEVELOPMENT PROJECT ( PHASE-II)
(North South Corridor)-
Group C
S. Section Package State Length Cumulative Tentative
N. No. (Km.) quantities ( metres)

In soils other In hard


than hard rock
rock
1 Six laning of Panipat C-II C/1 Haryana 20 600 100
to Panchi Gujran
including Mukarba
Chowk

2 Lakhnadon to C-II C/2 MP 108 2500 500


MP/MH Border

3 MP/MH Border to C-II C/3 MH 37 800 400


Mansar

4 Mansar to Nagpur i/c C-II C/4 MH 34 800 300


Kamptee Kannon
bypass

5 Nagpur-Hyderabad C-II C/5 Maharashtra 30 700 200


section

6 Nagpur-Hyderabad C-II C/6 Maharashtra 29 700 200


section

7 Nagpur-Hyderabad C-II C/7 Maharashtra 30 700 200


section

8 Nagpur-Hyderabad C-II C/8 Maharashtra 22 600 100


section
9 MH/AP border to C-II C/9 Andhra 134 3400 600
Armur Pradesh

10 Armur to Kalkallu C-II C/10 Andhra 138 3500 700


village Pradesh

11 Krishnagiri to C-II C/11 Tamil Nadu 64 1500 300


Thopurghat

114
CONTRACT AGREEMENT

Between
National Highways Authority of India
(Ministry of Road Transport and Highways, Govt. of India)
New Delhi

and

For

Consultancy Services for preparation of Detailed Project Report for Rehabilitation and
Upgrading of existing 2 lane road to 4 lane Divided Carriageway Configuration from
__________________________________________________ under Phase II Programme
of North-South & East-West Corridors Project

115
CONTENTS

Sl. No. Description Page No.

I. CONTRACT FOR CONSULTANT’S SERVICES

II. GENERAL CONDITIONS OF CONTRACT


1. General Provisions

1.1 Definitions
1.2 Relation between the Parties
1.3 Law Governing the Contract
1.4 Language
1.5 Headings
1.6 Notices
1.7 Location
1.8 Authority of Member in Charge
1.9 Authorized Representatives
1.10 Taxes and Duties

2. Commencement, Completion, Modification and Termination


of Contract

2.1 Effectiveness of Contract


2.2 Termination of Contract for Failure to Become Effective
2.3 Commencement of Services
2.4 Expiration of Contract
2.5 Entire Agreement
2.6 Modification
2.7 Force Majeure

2.7.1 Definition
2.7.2 No Breach of Contract
2.7.3 Measures to be Taken
2.7.4 Extension of Time
2.7.5 Payments
2.7.6 Consultation

2.8 Suspension

2.9 Terminatio n

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

116
3. Obligations of the Consultants

3.1 General

3.1.1 Standard of Performance


3.1.2 Law Governing Services

3.2 Conflict of Interests

3.2.1 Consultants not to Benefit from Commissions,


discounts etc.

3.2.2 Consultants and Affiliates not to be otherwise


interested in Project
3.2.3 Prohibition of Conflicting Activities

3.3 Confidentiality
3.4 Liability of the Consultants
3.5 Insurance to be taken out by the Consultants
3.6 Accounting, Inspection and Auditing
3.7 Consultants’ Actions requiring Client’s prior Approval
3.8 Reporting Obligations
3.9 Documents prepared by the Consultants to be the Property
of the Client
3.10 Equipment and Materials furnished by the Client

4. Consultants’ Personnel

4.1 General
4.2 Description of Personnel
4.3 Approval of Personnel
4.4 Working Hours, Overtime, Leave etc.
4.5 Removal and/or Replacement of Personnel
4.6 Resident Project Manager

5. Obligations of the Client

5.1 Assistamce and Exemptions


5.2 Access to Land
5.3 Change in the Applicable Law
5.4 Services, Facilities and Property of the Client
5.5 Payment

6. Payment to the Consultants

6.1 Cost Estimates; Ceiling Amount

117
6.2 Currency of Payment
6.3 Mode of Billing and Payment

7. Responsibility for accuracy of the project document


7.1 General
7.2 Retention money
7.3 Penalty
7.4 Action for deficiency in services

8. Fairness and Good Faith

8.1 Good Faith


8.2 Operation of the Contract

9. SETTLEMENT OF DISPUTES

9.1 Amicable Settlement


9.2 Dispute Settlement

III. SPECIAL CONDITIONS OF CONTRACT

IV. APPENDICES

Appendix A: Terms of reference containing, inter-alia, the


Description of the Services and Reporting
Requirements

Appendix B: Consultants’ Sub consultants, Key Personnel and Sub


Professional Personnel, Task assignment, work programme,
manning schedule, qualification requirements of key personnel,
schedule for submission of various report.

Appendix C: Hours of work for Consultants’ Personnel

Appendix D: Duties of the Client

Appendix E: Cost Estimate

Appendix F: Minutes of Financial/ Contract Negotiations with the Consultant

Appendix G: Copy of letter of invitation

Appendix H: Copy of letter of acceptance

Appendix I: Format for Bank Guarantee for Performance Security

Appendix J : Minutes of the Pre-bid meeting

118
CONTRACT FOR CONSULTANT’S SERVICES

119
INDIA

CONTRACT FOR CONSULTANTS’ SERVICES

Consultancy Services for preparation of Detailed Project Report for


Rehabilitation and Upgrading of existing 2 lane road to 4 lane Divided
Carriageway Configuration from Km.______ to Km. ______ of
____________________________________ Section of NH-___
in the State of ________________under Phase-II Programme
of North-South & East-West Corridors Project

This CONTRACT (hereinafter called the “Contract”) is made on the ----------


day of the month of -----------------2001, between, on the one hand, National Highways
Authority of India (NHAI), G-5 &6, Sector-10, Dwarka, New Delhi-110045
(hereinafter called the “Client”) and, on the other hand,---------------------------------------
------------------------------------- (hereinafter called the “Consultants”).

WHEREAS

(A) the Client has requested the Consultants to provide certain consulting services
as defined in the General Conditions attached to this Contract (hereinafter called the
“Services”);

(B) the Consultants, having represented to the Client that they have the required
professional skills, personnel and technical resources, have agreed to provide the
Services on the terms and conditions set forth in this Contract;

NOW THEREFORE the parties hereto hereby agree as follows:

1. The following documents attached hereto shall be deemed to form an integral


part of this Contract:

(a) The General Conditions of Contract (hereinafter called “GC”);

(b) The Special Conditions of contract (hereinafter called “SC”);

(c) The following Appendices:

Appendix A: Terms of reference containing, inter-alia, the


Description of the Services and Reporting
Requirements

Appendix B: Consultants’ Sub consultants, Key Personnel and Sub


Professional Personnel, Task assignment, work programme,
manning schedule, qualification requirements of key personnel,
schedule for submission of various report.

120
Appendix C: Hours of work for Consultants’ Personnel

Appendix D: Duties of the Client

Appendix E: Cost Estimate

Appendix F: Minutes of Financial/ Contract Negotiations with the Consultant

Appendix G: Copy of letter of invitation

Appendix H: Copy of letter of acceptance

Appendix I: Copy of Bank Guarantee for Performance Security

Appendix-J: Minutes of the pre-bid meeting

2. The mutual rights and obligations of the Client and the Consultants shall be as
set forth in the Contract; in particular:

(a) The Consultants shall carry out the Services in accordance with the
provisions of the Contract; and

(b) Client shall make payments to the Consultants in accordance with the
provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in
their respective names as of the day and year first above written.

FOR AND ON BEHALF OF Witness


(National Highways Authority of India)
1. Signature
Name
Address
By
Authorised Representative 2. Signature
Name
Address

FOR AND ON BEHALF OF Witness


(Consultant) 1. Signature
Name
Address
By

Authorised Representative 2.
Signature
Name
Address
______________________________________________________________________

121
GENERAL CONDITIONS OF CONTRACT

122
GENERAL CONDITIONS OF CONTRACT

1. GENERAL PROVISIONS

1.1 Definitions

Unless the context otherwise requires, the following terms whenever used in
this Contract have the following meanings:

(a) “Applicable Law means the laws and any other instruments having the force
of law in the Government’s country as they may be issued and in force from
time to time;

(b) “Contract” means the Contract signed by the Parties, to which these General
Conditions of Contract are attached, together with all the documents listed
in Clause 1 of such signed Contract;

(c) “Effective Date” means the date on which this Contract comes into force
and effect pursuant to Clause GC 2.1;

(d) “foreign currency” means any currency other than the currency of the
Government;

(e) “GC” means these General Conditions of Contract;

(f) “Government” means the Government of India;

(g) “local currency” means the currency of the Government;

(h) “Member”, in case the Consultants consist of a joint venture 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


Subconsultant 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;

123
(m) “Subconsultant” 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 Subconsultant.

1.2 Relation between the Parties

Nothing contained herein shall be construed as establishing a relation of master


and servant or of agent and principal as between the Client and the Consultants.
The Consultants, subject to this Contract, have complete charge of Personnel
performing the Services and shall be fully responsible for the Services
performed by them or on their behalf hereunder.

1.3 Law Governing the Contract

This Contract, its meaning and interpretation, and the relation between the
Parties shall be governed by the Applicable Law.

1.4 Language

This Contract has been executed in the language specified in the SC, which
shall be the binding and controlling language for all matters relating to the
meaning or interpretation of this Contract.

1.5 Heading

The headings shall not limit, alter or affect the meaning of this Contract.

1.6 Notices

1.6.1 Any notice, request or consent required or permitted to be given or made


pursuant to this Contract shall be in writing. Any such notice, request or
consent shall be deemed to have been given or made when delivered in person
to an authorized representative of the Party to whom the communication is
addressed, or when sent by registered mail, telex, telegram or facsimile to such
Party at the address specified in the SC.

1.6.2 Notice will be deemed to be effective as specified in the SC.

1.6.3 A party may change its address for notice hereunder by giving the other Party
notice of such change pursuant to the provisions listed in the SC with respect to
Clause GC 1.6.2.

1.7 Location
The Services shall be performed at such locations as are specified in Letter of
Acceptance(Appendix-I) 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.

124
1.8 Authority of Member in Charge

In case the Consultants consist of a joint venture of more than one entity, 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.

1.9 Authorized Representatives

Any action required or permitted to be taken, and any document required or


permitted to be executed, under this Contract by the Client or the Consultants
may be taken or executed by the officials specified in the SC.

1.10 Taxes and Duties

Unless otherwise specified in the SC, the Consultants shall pay all such taxes,
duties, fees and other impositions as may be levied under the Applicable Law.

2. COMMENCEMENT, COMPLETION, MODIFICATION AND


TERMINATION OF CONTRACT

2.1 Effectiveness of Contract

This Contract shall come into force and effect on the date of the Client’s notice
to the Consultants instructing the Consultants to begin carrying out the Services.
This notice shall confirm that the effectiveness conditions, if any, listed in the
SC have been met.

2.2 Termination of Contract for Failure to Become Effective

If this Contract has not become effective wit hin such time period after the date
of the Contract signed by the Parties as shall be specified in the SC, either Party
may, by not less than four (4) weeks’ written notice to the other Party, declare
this Contract to be null and void, and in the event of such a declaration by either
Party, neither Party shall have any claim against the other Party with respect
hereto.
2.3 Commencement of Services

The Consultants shall begin carrying out the Services at the end of such time
period after the Effective Date as shall be specified in the SC.

2.4 Expiration of Contract

Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall
expire when services have been completed and all payments have been made at
the end of such time period after the Effective Date as shall be specified in the
SC.

125
2.5 Entire Agreement

This Contract contains all covenants, stipulations and provisions agreed by the
Parties. No agent or representative of either Party has authority to make, and the
Parties shall not be bound by or be liable for, any statement, representation,
promise or agreement not set forth herein.

2.6 Modification

Modification of the terms and conditions of this Contract, including any


modification of the scope of the Services, may only be made by written
agreement between the Parties. Pursuant to Clause GC 7.2 hereof, however,
each party shall give due consideration to any proposals for modification made
by the other Party.

2.7 Force Majeure

2.7.1 Definition

(a) For the purposes of this Contract, “Force Majeure” means an event which is
beyond the reasonable control of a Party, and which makes a Party’s
performance of its obligations hereunder impossible or so impractical as
reasonably to be considered impossible in the circumstances, and includes,
but is not limited to, war, riots, civil disorder, earthquake, fire, explosion,
storm, flood or other adverse weather conditions, strikes, lockouts or other
industrial action (except where such strikes, lockouts or other industrial
action are within the power of the Party invoking Force Majeure to prevent),
confiscation or any other action by government agencies.

(b) Force Majeure shall not include (i) any event which is caused by the
negligence or intentional action of a Party or such Party’s Subconsultants or
agents or employees, nor (ii) any event which a diligent Party could
reasonably have been expected to both (A) take into account at the time of
the conclusion of this Contract and (B) avoid or overcome in the carrying
out of its obligations hereunder.

(c) Force Majuere shall not include insufficiency of funds or failure to make
any payment required hereunder.

2.7.2 No Breach of Contract

The failure of a Party to fulfill any of its obligations hereunder shall not be
considered to be a breach of, or default under, this Contract insofar as such
inability arises from an event of Force Majuere, provided that the Party affected
by such an event has taken all reasonable precautions, due care and reasonable
alternative measures, all with the objective of carrying out the terms and
conditio ns of this Contract.

126
2.7.3 Measures to be Taken

(a) A party affected by an event of Force Majeure shall take all reasonable
measures to remove such Party’s inability to fulfill its obligations
hereunder with a minimum of delay.

(b) A party affected by an event of Force Majuere sha ll notify the other
Party of such event as soon as possible, and in any event not later than fourteen
(14) days following the occurrence of such event, providing evidence of the
nature and cause of such event, and shall similarly give notice of the restoration
of normal conditions as soon as possible.

(c) The Parties shall take all reasonable measures to minimize the
consequences of any event of Force Majeure.

2.7.4 Extension of Time

Any period within which a Party shall, pursuant to this Contract, complete any
action or task, shall be extended for a period equal to the time during which
such Party was unable to perform such action as a result of Force Majeure.

2.7.5 Payments

During the period of their inability to perform the Services as a result of an


event of Force Majeure, the Consultants shall be entitled to be reimbursed for
additional costs reasonably and necessarily incurred by them during such period
for the purposes of the Services and in reactivating the Services after the end of
such period.

2.7.6 Consultation

Not later than thirty (30) days after the Consultants, as the result of an event of
Force Majeure, have become unable to perform a material portion of the
Services, the Parties shall consult with each other with a view to agreeing on
appropriate measures to be taken in the circumstances.

2.8 Suspension

The Client may, by written notice of suspension to the Consultants, suspend all
payments to the Consultants hereunder if the Consultants fail to perform any of
their obligations under this Contract, including the carrying out of the Services,
provided that such notice of suspension (i) shall specify the nature of the failure,
and (ii) shall request the Consultants to remedy such failure within a period not
exceeding thirty (30) days after receipt by the Consultants of such notice of
suspension.

127
2.9 Termination

2.9.1 By the Client

The Client may, by not less than thirty (30) days’ written notice of termination
to the Consultants (except in the event listed in paragraph (f) below, for which
there shall be a written notice of not less than sixty (60) days), such notice to be
given after the occurrence of any of the events specified in paragraphs (a)
through (f) of this Clause 2.9.1, terminate this Contract:

(a) if the Consultants fail to remedy a failure in the performance of


their obligations hereunder, as specified in a notice of suspension
pursuant to Clause 2.8 hereinabove, within thirty (30) days of
receipt of such notice of suspension or within such further period
as the Client may have subsequently approved in writing;

(b) if the Consultants become (or, if the Consultants consist of more


than one entity, if any of their Members becomes) insolvent or
bankrupt or enter into any agreements with their creditors for
relief of debt or take advantage of any law for the benefit of
debtors or go into liquidation or receivership whether
compulsory or voluntary;

(c) if the Consultants fail to comply with any final decision reached
as a result of arbitration proceedings pursuant to Clause 8 hereof;

(d) if the Consultants submit to the Client a statement which has a


material effect on the rights, obligations or interests of the Client
and which the Consultants know to be false;

(e) if, as the result of Force Majeure, the Consultants are unable to
perform a material portion of the Services for a period of not less
than sixty (60) days; or

(f) if the Client, in its sole discretion and for any reason whatsoever,
deides to terminate this Contract.

2.9.2 By the Consultants

The Consultants may, by not less than thirty (30) day’s written notice to the
Client, such notice to be given after the occurrence of any of the events
specified in paragraphs (a) through (d) of this Clause 2.9.2, terminate this
Contract:

(a) if the Client fails to pay any money due to the Consultants
pursuant to this Contract and not subject to dispute pursuant to
Clause 8 hereof within forty-five (45) days after receiving
written notice from the Consultants that such payment is
overdue;

128
(b) if the Client is in material breach of its obligations pursuant to
this Contract and has not remedied the same within forty-five
(45) days (or such longer period as the Consultants may have
subsequently approved in writing) following the receipt by the
Client of the Consultants’ notice specifying such breach;

(c) if, as the result of Force Majeure, the Consultant are unable to
perform a material portion of the Services for a period of not less
than sixty (60) days; or

(d) if the Client fails to comply with any final decision reached as a
result of arbitration pursuant to Clause 8 hereof.

2.9.3 Cessation of Rights and Obligations

Upon termination of this Contract pursuant to Clauses 2.2 or 2.9 hereof,


or upon expiration of this Contract pursuant to Clause 2.4 hereof, all rights and
obligations of the Parties hereunder shall cease, except (i) such rights and
obligations as may have accrued on the date of termination or expiration, (ii) the
obligation of confidentiality set forth in Clause 3.3 hereof, (iii) the Consultant’s
obligation to permit inspection, copying and auditing of their accounts and
records set forth in Clause 3.6 (ii) hereof, and (iv) any right which a Party may
have under the Applicable Law.

2.9.4 Cessation of Services

Upon termination of this Contract by notice of either Party to the other pursuant
to Clauses 2.9.1 or 2.9.2 hereof, the Consultants shall, immediately upon
dispatch or receipt of such notice, take all necessary steps to bring the Services
to a close in a prompt and orderly manner and shall make every reasonable
effort to keep expenditures for this purpose to a minimum. With respect to
documents prepared by the Consultants and equipment and materials furnished
by the Client, the Consultants shall proceed as provided, respectively, by
Clauses 3.9 or 3.10 hereof.

2.9.5 Payment upon Termination

Upon termination of this Contract pursuant to Clauses 2.9.1 or 2.9.2 hereof, the
Client shall make the following payments to the Consultants (after offsetting
against these payments any amount that may be due from the Consultant to the
Client):

(i) remuneration pursuant to Clause 6 hereof for Services satisfactorily


performed prior to the effective date of termination.

(ii) reimbursable expenditures pursuant to Clause 6 hereof for expenditures


actually incurred prior to the effective date of termination; and

129
(iii) except in the case of termination pursuant to paragraphs (a) through (d)
of Clause 2.9.1 hereof, reimbursement of any reasonable cost incident to the
prompt and orderly termination of the Contract including the cost of the return
travel of the Consultants’ personnel and their eligible dependents.

2.9.6 Disputes about Events of Termination

If either Party disputes whether an event specified in paragraphs (a)


through (e) of Clause 2.9.1 or in Clause 2.9.2 hereof has occurred, such
Party may, within forty- five (45) days after receipt of notice of
termination from the other Party, refer the matter to arbitration pursuant
to Clause 8 hereof, and this Contract shall not be terminated on account
of such event except in accordance with the terms of any resulting
arbitral award.

3. OBLIGATIONS OF THE CONSULTANTS

3.1 General

3.1.1 Standard of Performance

The Consultants shall perform the Services and carry out their
obligations hereunder with all due diligence, efficiency and economy, in
accordance with generally accepted 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
Subconsultants or Third Parties.

3.1.2 Law Governing Services

The Consultants shall perform the Services in accordance with the


Applicable Law and shall take all practicable steps to ensure that any
Subconsultants, as well as the Personnel and agents of the Consultants
and any Subconsultants, comply with the Applicable Law. The Client
shall advise the Consultants in writing of relevant local customs and the
Consultants shall, after such notifications, respect such customs.

3.2 Conflict of Interests

3.2.1 Consultants not to Benefit from Commissions, Discounts, etc.

The remuneration of the Consultants pursuant to Clause 6 hereof shall


constitute the Consultants' sole remuneration in connection with this
Contract or the Services and the Consultants shall not accept for their
own benefit any trade commission, discount or similar payment in

130
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 Subconsultants, as well as the
Personnel and agents of either of them, similarly shall not receive any
such additional remuneration.

3.2.2 Consultants and Affiliates not to be otherwise interested in Project

The Consultants agree that, during the term of this Contract and after its
termination, the Consultants and any entity affiliated with the
Consultants, as well as any Subconsultant and any entity affiliated with
such Subconsultant, shall be disqualified from providing goods, works
or services (other than the Services and any continuation thereof) for any
project resulting from or closely related to the Services.

3.2.3 Prohibition of Conflicting Activities

Neither the Consultants nor their Subconsultants nor the Personnel of


either of them shall engage, either directly or indirectly, in any of the
following activities:

(a) during the term of this Contract, any business or professional


activities in the Government's country which would conflict with
the activities assigned to them under this Contract; or
(b) after the termination of this Contract, such other activities as may
be specified in the SC.

3.3 Confidentiality

The Consultants, their Subconsultants and the Personnel of either of them shall
not, either during the term or within two (2) years after the expiration of this
Contract, disclose any proprietary or confidential information relation to the
Project, the Services, this Contract or the Client's business or operations without
the prior written consent of the Client.

3.4 Liability of the Consultants

Subject to additional provisions, if any, set forth in the SC, the Consultants'
liability under this Contract shall be as provided by the Applicable Law.

3.5 Insurance to be taken out by the Consultants

The Consultants (i) shall take out and maintain, and shall cause any
Subconsultants to take out and maintain, at their (or the Subconsultants', as the
case may be) own cost but on terms and conditions approved by the Client,
insurance against the risks, and for the coverages, as shall be specified in the
Special Conditions (SC), and (ii) 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 therefor have been paid.

131
3.6 Accounting, Inspection and Auditing

The Consultants (i) shall keep accurate and systematic accounts and records in
respect of the Services hereunder, in accordance with internationally accepted
accounting principles and in such form and detail as will clearly ident ify all
relevant time charges and cost, and the bases thereof (including the bases of the
Consultants' costs and charges), and (ii) shall permit the Client or its designated
representative periodically, and up to one year from the expiration or
termination of this Contact, to inspect the same and make copies thereof as well
as to have them audited by auditors appointed by the Client.

3.7 Consultants' Actions requiring Client's prior Approval

The Consultants shall obtain the Client's prior approval in writing before taking
any of the following actions:

(a) appointing such members of the Personnel as are listed in Appendix B;

(b) entering into a subcontract for the performance of any part of the
Services, it being understood (i)that the selection of the Subconsultant
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 Subconsultant and its Personnel
pursuant to this Contract;

(c) any other action that may be specified in the SC.

3.8 Reporting Obligations

The Consultants shall submit to the Client the reports and documents specified
in Appendix A/E hereto, in the form, in the numbers and within the time
periods set forth in the said Appendix.

3.9 Documents prepared by the Consultants to be the Property of the Client

All plans, drawings, specifications, designs, reports and other documents


prepared by the Consultants in performing the Services shall become and
remain the property of the Client, and the Consultants shall, not later than upon
termination or expiration of this Contract, deliver all such documents to the
Client, together with a detailed inventory thereof. The Consultants may retain a
copy of such documents. Restrictions about the future use of these documents,
shall be as specified in the SC.

3.10 Equipment and Materials furnished by the Client

Equipment and materials made available to the Consultants by the Client, or


purchased by the Consultants with funds provided by the Client, shall be the
property of the Client and shall be marked accordingly. Upon termination or

132
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 instructions. While in possession
of such equipment and materials, the Consultants, unless otherwise instructed
by the Client in writing, shall insure them in an amount equal to their full
replacement value.

4. CONSULTANTS' PERSONNEL

4.1 General

The Consultants shall employ and provide such qualified and experienced
Personnel as are required to carry out the Services.

4.2 Description of Personnel

(a) The titles, agreed job descriptions, minimum qualification and estimated
periods of engagement in the carrying out of the Services of each of the
Consultants' Key Professional / Sub Professional Personnel are described
in Appendix B.

(b) If required to comply with the provisions of Clause 3.1.1 of this Contract,
adjustments with respect to the estimated periods of engagement of Key
Professional / Sub Professional Personnel set forth in Appendix B may be
made by the Consultants by written notice to the Client, provided (i) that
such adjustments shall not alter the originally estimated period of
engagement of any individual by more than 10% or one week, whichever
is larger, and (ii) that the aggregate of such adjustments shall not cause
payments under this Contract to exceed the ceilings set forth in Clause 6.1
(b) of this Contract. Any other such adjustments shall only be made with
the Client's written approval.

(c) If additional work is required beyond the scope of the Services specified
in Appendix A, the estimated periods of engagement of Key Personnel set
forth in Appendix B may be increased by agreement in writing between
the Client and the Consultants, provided that any such increase shall not,
except as otherwise agreed, cause payments under this Contract to exceed
the ceilings set forth in Clause 6.1 (b) of this Contract.

4.3 Approval of Personnel

The Key Personnel and Subconsultants listed by title as well as by name in


Appendix B are hereby approved by the Client. In respect of other Key Personnel
which the Consultants propose to use in the carrying out of the Services, the
Consultants shall submit to the Client for review and approval a copy of their
biographical data. If the Client does not object in writing (stating the reasons for
the objection) within twenty-one (21) calendar days from the date of receipt of
such biographical data, such Key Personnel shall be deemed to have been
approved by the Client.

133
4.4 Working Hours, Overtime, Leave, etc.

(a) Working hours and holidays for Key Professional / Sub Professional
Personnel are set forth in Appendix C hereto. To account for travel time,
foreign Personnel carrying out Services inside the Government's country
shall be deemed to have commenced (or finished) work in respect of the
Services such number of days before their arrival in (or after their
departure from) the Government's country as 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 he reto, 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.

4.5 Removal and/or Replacement of Personnel

(a) Except as the Client may otherwise agree, no changes shall be made in
the Key Professional / Sub Professional Personnel. If, for any reason
beyond the reasonable control of the Consultants, it becomes necessary to
replace any of the Personnel, the Consultants shall forthwith provide as a
replacement a person of equivalent or better qualifications. The upper
limit of substitution on account of various reasons including on health
ground should not exceed 25% of the total key personnel as given in
Appendix B.

(b) If the Client (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 cause to be dissatisfied with the performance of any
of the Personnel, then the Consultants shall, at the Clie nt's written request
specifying the grounds therefor, forthwith provide as a replacement a
person with qualifications and experience acceptable to the Client.

(c) Any of the Personnel provided as a replacement under Clauses (a) and
(b) above, the rate of remuneration applicable to such person as well as
any reimbursable expenditures (including expenditures due to the number
of eligible dependents) the Consultants may wish to claim as a result of
such replacement, shall be subject to the prior written approval by the
Client. Except as the Client may otherwise agree, (i) the Consultants shall
bear all additional travel and other costs arising out of or incidental to any
removal and/or replacement, and (ii) the remuneration to be paid for any
of the Personnel provided as a replacement shall not exceed the
remuneration which would have been payable to the personnel replaced.
Further for Key Professional Personnel replaced for the second time, the

134
remuneration payable shall not exceed 90% of the remuneration which
would have been payable for the Personnel replaced.

4.6 Resident Project Manager

If required by the SC, the Consultants shall ensure that at all times during the
Consultants' performance of the Services in the Government's country a resident
project manager, acceptable to the Client, shall take charge of the performance of
such Services.

5. OBLIGATION OF THE CLIENT

5.1 Assistance and Exemptions

Unless otherwise specified in the SC, the Client shall use its best efforts to
ensure that the Government shall:

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

5.2 Access to Land

The Client warrants tha t the Consultants shall have, free of charge, unimpeded
access to all land in the Government’s country in respect of which access is
required for the performance of the Services. The Client will be responsible for
any damage to such land or any property thereon resulting from such access and
will indemnify the Consultants and each of the Personnel in respect of liability
for any such damage, unless such damage is caused by the default or negligence
of the Consultants or any Subconsultants or the Personnel of either of them.

5.3 Change in the Applicable Law

If, after the date of this Contract, there is any change in the Applicable Law
with respect to taxes and duties which increases or decreases the cost or
reimbursable expenses incurred by the Consultants in performing the Services,

135
then the remuneration and reimbursable expenses otherwise payable to the
Consultants under this Contract shall be increased or decreased accordingly by
agreement between the Parties hereto, and corresponding adjustments shall be
made to the ceiling amounts specified in Clause 6.1(b),

5.4 Services, Facilities and Property of the Client

The client shall make available to the Consultants and the Personnel, for the
purposes of the Services and free of any charge, the services, facilities and
property described in Appendix D at the times and in the manner specified in
said Appendix D, provided that if such services, facilities and property shall not
be made available to the Consultants as and when so specified, the Parties shall
agree on (i) any time extension that may be appropriate to grant to the
Consultants for the performance of the Services, (ii) the manner in which the
Consultants shall procure any such services, facilities and property from other
sources, and (iii) the additional payments, if any, to be made to the Consultants
as a result thereof pursuant to Clause 6.1(c) hereinafter.

5.5 Payment

In consideration of the Services performed by the Consultants under this


Contract, the Client shall make to the Consultants such payments and in such
manner as is provided by Clause 6 of this Contract.

6. PAYMENT TO THE CONSULTANTS

6.1 Cost Estimates ; Ceiling Amount

(a) An abstract of the cost of the Services payable in local currency (Indian
Rupees) is set forth in Appendix E.
(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 ha ve reached 80% of the
ceiling.
(c) Notwithstanding Clause 6.1(b) hereof, if pursuant to Clauses 5.4 hereof, the
Parties shall agree that additional payments shall be made to the Consultants
in order to cover any necessary additional expenditures not envisaged in the
cost estimates referred to in Clause 6.1(a) above, the ceiling set forth in
Clause 6.1(b) above shall be increased by the amount or amounts, as the
case may be, of any such additional payments.

6.2 Currency of Payment

(a) The payment shall be made in Indian Rupees.

6.3 Mode of Billing and Payment

Billing and payments in respect of the Services shall be made as follows:-

136
(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

The Consultant will be paid stage-wise as a percentage of the contract value


as per the schedule given below

Stage Description Payment


1 On submission of Inception Report 10%
2 On submission of draft feasibility report 20%
including strip plan, utility relocation plan
and land acquisition report
3 On submission of draft preliminary report 15%
4 On submission of draft Detailed Project 30%
Report and Bidding document
5 On approval of Final Detailed Project 25%
Report and Bidding document by NHAI
and submission soft copy of all the
documents
Total 100%

(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 actuals 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 ninety (90) calendar days after receipt of the final report and

137
final statement by the Client unless the Client, within such ninety (90) day
period, gives written notice to the Consultants specifying in detail
deficiencies in the Services, the final report or final statement. The
Consultants shall 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.

7. Responsibility for Accuracy of Project Documents

7.1 General

7.1.1 The Consultant shall be responsible for accuracy of the data collected,
by him directly or procured from other agencies/authorities, the
designs, drawings, estimates and all other details prepared by him as
part of these services. He shall indemnify the Authority against any
inaccuracy in the work which might surface during implementation of
the project. The Consultant will also be responsible for correcting, at
his own cost and risk, the drawings including any re-survey /
investigations and correcting layout etc. if required during the
execution of the Services.

7.1.2 The Consultant shall be fully responsible for the accuracy of


design and drawings of the bridges and structures. All the designs and
drawings for bridges and structures including all their components shall
be fully checked by a Senior Engineer after completion of the designs.
All drawings for bridges and structures shall be duly signed by the (a)
Designer, (b) Senior Checking Engineer, and (c) Senior Bridge /
Structure Expert. The designs and drawings not signed by the three
persons mentioned above shall not be accepted. The Consultant shall
indemnify the Client against any inaccuracy / deficiency in the designs
and drawings of the bridges and structures noticed during the
construction and even thereafter and the Client shall bear no
responsibility for the accuracy of the designs and drawings submitted by
the Consultants.

7.1.3 The survey control points established by the Consultant shall be


protected by the Consultants till the completion of the Consultancy
Services.

138
7.2. Retention Money

An amount equivalent to 5% of the contract value shall be retained at the end of


the contract for accuracy of design and quantities submitted and the same will
be released after the completion of civil contract works

7.3. Penalty

7.3.1. Penalty for Error/Variation

If variation in any of the main quantities of work like earth work including
sub grade, GSB, WMM, Bituminous works (BM/DBM/AC/BC),drains, total
concrete quantities and reinforcing steel in bridge works or overall project
cost, found during execution is more than +/- 15%, the penalty equivalent to
5% of the contract value shall be imposed. For this purpose retention money
equivalent to 5% of the contract value will be forfeited. This shall exclude
any additional/deletion of items/works ordered during the execution.

7.3.2 Penalty for delay

In case of delay in completion of services, a penalty equal to 0.05% of the


contract price per day subject to a maximum 5% of the contract value will
be imposed and shall be recovered from payments due/performance
security. However in case of delay due to reasons beyond the control of the
consultant, suitable extension of time will be granted.

7.4 ACTION FOR DEFICIENCY IN SERVICES

7.4.1 Consultants liability towards the Client

Consultant shall be liable to indemnify the client for any direct loss or damage
accrued or likely to accrue due to deficiency in service rendered by him.

7.4.2 Warning / Debarring

In addition to the penalty as mentioned in para 7.3, warning may be issued to


the erring consultants for minor deficiencies. In the case of major deficiencies in
the Detailed Project Report involving time and cost overrun and adverse effect
on reputation of NHAI, other penal action including debarring for certain period
may also be initiated as per policy of NHAI.

8. FAIRNESS AND GOOD FAITH

8.1 Good Faith

The Parties undertake to act in good faith with respect to each other’s rights
under this Contract and to adopt all reasonable measures to ensure the
realization of the objectives of this Contract.

139
8.2 Operation of the Contract

The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties
hereby agree that it is their intention that this Contract shall operate fairly as
between them, and without detriment to the interest of either of them, and that,
if during the term of this Contract either Party believes that this Contract is
operating unfairly, the Parties will use their best efforts to agree on such action
as may be necessary to remove the cause or causes of such unfairness, but no
failure to agree on any action pursuant to this Clause shall give rise to a dispute
subject to arbitration in accordance with Clause 9 hereof.

9. SETTLEMENT OF DISPUTES

9.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising out
of or in connection with this Contract or the interpretation thereof.

9.2 Dispute Settlement

Any dispute between the Parties as to matters arising pursuant to this Contract
which cannot be settled amicably within thirty (30) days after receipt by one
Party of the other Party’s request for such amicable settlement may be
submitted by either Party for settlement in accordance with the provisions
specified in the SC.

140
SPECIAL CONDITIONS OF CONTRACT

141
SPECIAL CONDITIONS OF CONTRACT

Number of
GC Clause

A. Amendments of, and Supplements to, Clauses in the General Conditions

1.1(a) The words “in the Government’s country” are amended to read “in INDIA”

1.4 The language is: English

1.6.1 The addresses are:

For the Client : The Chairman


National Highways Authority of India
G-5 & 6, Sector 10, Dwarka
NEW DELHI – 110 045

Attention : General Manager (as mentioned in Annex-I )


National Highways Authority of India (NHAI)
G-5 & G-6, Sector-10, Dwarka,
New Delhi - 110 045
Tel: 011 5074100 Ext.-1308 ; Fax: 011 5093507

For the Consultants :

Attention:

1.6.2 Notice will be deemed to be effective as follows:

(a) in the case of personal delivery or registered mail, on delivery;

(b) in the case of telexes, 24 hours following confirmed transmission.

(c) In the case of telegrams, 24 hours following confirmed transmission;


and

(d) In the case of facsimiles, 24 hours following confirmed transmission.

142
1.8 Entity to Act as Member in charge (In case of Joint Venture of Consultants):

- Not Applicable-

1.9 The Authorized Representatives are:

For the Client : ( -- )


General Manager ( -- )

For the Consultant:

1.11 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.

2.1 The effectiveness conditions are the following:

a) The contract has been approved by the NHAI.

b) The consultant will furnish with in 15 days of the issue of letter of acceptance, a
unconditional Bank Guarantee from the Bank( Generally, by SBI or its subsidiaries or
any Indian nationalized bank or IDBI or ICICI or ICICI Bank or by a foreign bank
through a correspondent bank in India) for an amount equivalent to 10 % of the total
contract value to be received by him towards Performance Security valid for a period of
three years beyond the date of completion of services. The Bank Guarantee (shall be
extendable till the completion of civil contract works) will be released by NHAI upon
successful completion of services and rectification of errors if any, found during
implementation of services.

2.2 The time period shall be “four months” or such other time period as the parties
may agree in writing.

2.3 The time period shall be “fifteen days” or such other time period as the Parties
may agree in writing.

2.4 The time period shall be ___ months or such other time period as the parties
may agree in writing.

3.4 Limitation of the Consultants’ Liability towards the Client

(a) Except in case of negligence or willful misconduct on the part of the


Consultants or on the part of any person or firm acting on behalf of the

143
Consultants in carrying out the Services, the Consultants, with respect to
damage caused by the Consultants to the Client’s property, shall not be
liable to the Client:

(i) for any indirect or consequential loss or damage; and

(ii) for any direct loss or damage that exceeds (A) the total payments for
Professional Fees and Reimbursable Expenditure made or expected to be
made to the Consultants hereunder, or (B) the proceeds the Consultants may
be entitled to receive from any insurance maintained by the Consultants to
cover such a liability, whichever of (A) or (B) is higher.

(b) This limitation of liability shall not affect the Consultants’ liability, if any,
for damage to Third Parties caused by the Consultants or any person or firm
acting on behalf of the Consultants in carrying out the Services.

3.5 The risks and the coverages 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 Subconsultants 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) Professional Liability Insurance (PLI) including deficiencies /


inadequacies in the design of pavement, structures and other highway
features for a period of ten years beyond Consultancy period or as per
Applicable Law, whichever is longer, with a minimum coverage equal to
the contract value for the assignment..

(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.

144
4.6 The person designated as Senior Highway Engineer cum Team Leader in
Appendix B shall serve in that capacity, as specified in Clause 4.6.

6.1 (b) The ceiling amount in local currency is Rs……… Excluding


Service Tax)
6.3 (a) No advance payment will be made.

6.3 (e) The interest rate is : @ 12% per annum

6.3 (f) The account is :

9.2 Disputes shall be settled by arbitration in accordance with the following provisions:

9.2.1 Selection of Arbitrators

Each dispute submitted by a Party to arbitration shall be heard by a sole


arbitrator or an arbitration panel composed of three arbitrators, in
accordance with the following provisions:

(a) Where the Parties agree that the dispute concerns a technical
matter, they 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 the 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.

(b) Where the Parties do not agree that the dispute concerns a
technical matter, the Client and the Consultants shall each
appoint one arbitrator, and these two arbitrators shall jointly
appoint a third arbitrator, who shall chair the arbitration panel. If
the arbitrators named by the Parties do not succeed in appointing
a third arbitrator within thirty (30) days after the later of the two
arbitrators named by the Parties has been appointed, the third
arbitrator shall, at the request of either Party, be appointed by
Secretary, the Indian Council of Arbitration, New Delhi.

(c) If, in a dispute subject to Clause SC 8.3 (b), one Party fails to
appoint its arbitrator within thirty (30) days after the other Party
has appointed its arbitrator, the Party which has named an

145
arbitrator may apply to the Secretary, Indian Council of
Arbitration, New Delhi, to appoint a sole arbitrator for the matter
in dispute, and the arbitrator appointed pursuant to such
application shall be the sole arbitrator for that dispute.

9.2.2 Rules of Procedure

Arbitration proceedings shall be conducted in accordance with


procedure of the Arbitration & Conciliation Act 1996, of India unless
the Consultant is a foreign national/firm, where arbitration proceedings
shall be conducted in accordance with the rules of procedure for
arbitration of the United Nations Commission on International Trade
Law (UNCITRAL) as in force on the date of this Contract.

9.2.3 Substitute Arbitrators

If for any reason an arbitrator is unable to perform his function, a


substitute shall be appointed in the same manner as the original
arbitrator.

9.2.4 Qualifications of Arbitrators

The sole arbitrator or the third arbitrator appointed pursuant to


paragraphs (a) through (c) of Clause 8.2.1 hereof shall be an
internationally recognized legal or technical expert with extensive
experience in relation to the matter in dispute.

9.2.5 Miscellaneous

In any arbitration proceeding hereunder:

(a) Proceedings shall, unless otherwise agreed by the Parties, be held


in DELHI

(b) the English language shall be the official language for all
purposes; and [Note: English language may be changed to any
other Language, with the agreement of both the Parties.]

(c) the decision of the sole arbitrator or of a majority of the


arbitrators (or of the third arbitrator if there is no such majority)
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.

146
Appendix A

Terms of reference containing, inter-alia, the Description of the Services and Reporting
Requirements

147
Appendix B

Consultants’ Subconsultants, Key Personnel and Sub Professional Personnel

148
Appendix C

Hours of work for Consultants’ Personnel

149
Appendix D

Duties of the Client

150
Appendix E

Cost Estimate

151
Appendix F

Minutes of Financial/ Contract Negotiations with the Consultant

152
Appendix G: Copy of letter of invitation

153
Appendix H: Copy of letter of acceptance

154
Appendix I: Format for Bank Guarantee for Performance Security

155
Appendix J : Minutes of the Pre -bid meeting

156

You might also like