0% found this document useful (0 votes)
621 views300 pages

Border Roads Organisation: Ministry of Defence (Government of India)

This document is a request for proposal to engage a technical consultant for finalizing the alignment and preparing a feasibility study for the development of the Poonch-Uri road in Jammu and Kashmir under the Bharatmala Pariyojana project. The road is tentatively 120 km long and will be developed to NHDL specifications. The document provides details on the scope of work, evaluation criteria, submission requirements and timelines for interested consultants to submit proposals for this project.

Uploaded by

abpl 191
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)
621 views300 pages

Border Roads Organisation: Ministry of Defence (Government of India)

This document is a request for proposal to engage a technical consultant for finalizing the alignment and preparing a feasibility study for the development of the Poonch-Uri road in Jammu and Kashmir under the Bharatmala Pariyojana project. The road is tentatively 120 km long and will be developed to NHDL specifications. The document provides details on the scope of work, evaluation criteria, submission requirements and timelines for interested consultants to submit proposals for this project.

Uploaded by

abpl 191
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/ 300

CA NO.

CE (P) BCN/CONSULTANCY(EPC)/ /2021-22


Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

BORDER ROADS ORGANISATION


MINISTRY OF DEFENCE
(GOVERNMENT OF INDIA)

REQUEST FOR PROPOSAL

(RFP)

ENGAGING TECHNICAL CONSULTANT FOR FINALIZATION OF


ALIGNMENT AND PREPARATION OF FEASIBILITY STUDY (FS) ON
EPC MODE FOR DEVELOPMENT OF POONCH-URI ROAD TO NHDL
SPECIFICATIONS (TENTATIVE LENGTH - 120 KM) IN UT OF JAMMU
AND KASHMIR UNDER BHARATMALA PRIYOJANA.

APR 2021

Page 1 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
INDEX

Sl. No. Content Page No.

1 Notice Inviting Tender (NIT) 3-4

2 Letter of Invitation 5-17

3 Annex -I : Details of the Proposed Stretch 18-18

4 Annex-II : Procedure of Assessment of Least Cost to <BRO> under


19-24
special circumstances
5 Data Sheet 25-32

6 Appendix - I : Terms of Reference 33-93

7 Supplement -I: Additional Requirements for Hill Roads 94-97

8 Supplement - II: Additional Requirements for Bridges 98-98

9 Supplement - III : Additional requirement for safety audit 99-102

10 Enclosure - I : Manning Schedule 103-104

11 Enclosure - II : Qualification Requirements of Key Personnel 105-114

12 Enclosure - III: Schedule for Submission of Reports and Documents


115-116
and format of submission of reports and documents.
13 Enclosure - IV: Format for submission of reports and documents 117-122

14 Appendix – II : Formats for Eligibility 123-127

15 Appendix - III : Formats for Technical Proposals 128-140

16 Appendix - IV: Formats for Financial Proposals 141-152

17 Appendix - V: Detailed Evaluation Criteria 153-181

18 Appendix - VI: Draft Contract Agreement 182-222

19 Appendix – VII: DPR Checklist for 8 stages [Stage 1: Inception


Report, Stage 2: Feasibility Report, Stage 3: LA & Clearances I,
Stage 4: Detailed Project Report, Stage 5: Technical Schedules, Stage
6: LA & Clearances II]: Stage 7: Award 223-271
Determination(Structures), Stage 8: Land Possession Report
(Structures)
20 Appendix- VIII: Sample Executive Summary of Detailed Project 272-300
Report

Page 2 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

NOTICE INVITING TENDER


(NATIONAL COMPETITIVE BIDDING)
BORDER ROADS ORGANISATION
CHIEF ENGINEER (P) BEACON
BORDER ROADS ORGANISATION

1. The Ministry of Road Transport & Highways has entrusted Border RoadsOrganisation (BRO)
(‘Agency’) and Chief Engineer Beacon, (BRO) has been assigned the work for Engaging Technical
Consultant for finalization of Alignment and preparation of Feasibility Study (FS) on EPC mode for
development of Poonch-Uri road to NHDL specifications (Tentative length - 120 Km) in UT of Jammu
and Kashmir under BharatmalaPariyojana.

2. Proposals are hereby invited from eligible Technical Consultant for Engaging Technical
Consultant for finalization of Alignment and preparation of Feasibility Study (FS) on EPC mode for
development of Poonch-Uri road to NHDL specifications (Tentative length - 120 Km) in UT of Jammu
and Kashmir under BharatmalaPariyojana. The Letter of Invitation (LOI) and Terms of Reference
(ToR) including Request for Proposal (RFP) is available online on e-tender portal of NIC
https://eprocure.gov.in . The document can also be downloaded from BRO website (for reference only).
Cost of tender documents is not required to be attached/submitted with downloaded tender.

3. The RFP has also been uploaded on “INFRACON” (www.infracon.nic.in). As suchbefore


submitting the proposal the Consultant shall mandatorily register and enlist themselves (the firm and all
key personnel), on the MoRTH portal “INFRACON” and furnish registration details along with its
RFP. Infracon Operation Procedure is available on Infracon Portal for bidders reference and also
described in the RFP in subsequent clauses.

4. All the bidders registered on Infracon shall form a Team on Infracon and which would be
assigned unique Infracon Team ID. Bidders while submitting the proposal shall quote the
Infracon Team ID. CVs of Key personnel uploaded on Infracon Portal shall only be considered
for Technical evaluation of Bids.

5. Bid must be submitted online at e-tender portal i.e. https://eprocure.gov.inon or before as per
schedule.

6. The BRO has appointed Independent Monitors for this pact in consultation with the Central
Vigilance Commission Name and Address of the Monitors as amended from time to time, can be
referred to on the MoD website at www.mod.nic.in). Following are the independent monitors for this
work:-

Sl No Name of IM E-mail ID
1 Shri Hem Kumar Pande, IAS (Retd) hempande@nic.in
2 Shri Anjan Kumar Banerjee anjan.banerjee@gov.in

Page 3 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
7. The bidding process schedule is given as under :
Publish date 20 Apr 2021 (06.00 PM) Onwards
Bid document download/Sale start date 20 Apr 2021 (06.00 PM)
Clarification start date 20 Apr 2021 (06.00 PM)
Clarification end date 18 May 2021 (02.00 PM)
Pre bid meeting 18 May 2021 (03.00 PM)
Bid submission start date 21 May 2021 (10.00 AM)
Bid document download/ Sale end date 05Jun 2021 (11.00 AM)
Bid submission end date 05Jun 2021 (11.00 AM)
Bid opening date 07Jun 2021 (11.00 AM) Onwards

8. Bank details of Client is given below:-

S/No Particulars Details


1 Name of Beneficiary Chief Engineer Project
Beacon
2 Beneficiary Bank Account No. 11381956129
3 Beneficiary Bank Branch Name and SBI Rawalpora
Address
4 Beneficiary Bank Branch IFSC SBIN0006868
5 Swift code (for Foreign Bidders) -

9. Details of present Nodal Officer of BRO are as under:-

S/No Name Designation Phone No. Email ID


1 Col Y K Chandan Director(EPC) 8851490333 bro-bcn@nic.in
2 Shri Ashok Kumar, OIC(EPC) 9435911515 bro-bcn@nic.in
EE(Civil)

Tel : Dir (EPC)


E-mail: bro-bcn@nic.in Project Beacon
Mobile No: 8851490333 ….. Apr 2021
Fax :
Website :www.bro.gov.in

Page 4 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Letter of Invitation (LOI)

Sub:Engaging Technical Consultant for finalization of Alignment and preparation of Feasibility


Study (FS) on EPC mode for development of Poonch-Uri road to NHDL specifications (Tentative
length - 120 Km) in UT of Jammu and Kashmir under BharatmalaPariyojana.

Introduction

1.1 The <Border Roads Organisation (BRO)> has been entrusted with the assignment of Engaging
Technical Consultant for finalization of Alignment and preparation of Feasibility Study (FS) on
EPC mode for development of Poonch-Uri road to NHDL specifications (Tentative length - 120
Km) in UT of Jammu and Kashmir under BharatmalaPariyojana.

1.2 The Border Roads Organisation through CE (P) Beacon, Rangreth, Opp SIDCO, Distt- Badgam
(J&K), Pin – 191132now invites proposal from Technical consultants for carrying out finalization
of Alignment and preparation of Feasibility Study as per details given in Annexure-1.

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

1.4 The Border Roads Organisation through CE (P) Beacon, Rangreth, Opp SIDCO, Distt- Badgam
(J&K), Pin – 191132invites Proposals (the “Proposals”) through e-tender (on-line bid submission)
for selection of Technical Consultant (the “Consultant”) who shall prepare Feasibility Study. The
consultant should have expertise in carrying out similar kind of job, in similar geographical
location (particularly for hill road projects). Consultants are here by invited to submit proposal in
the manner as prescribed in the RFP document.

A Consultant with “a Particular Team” may submit proposals for more than one package.
However, a Consultant is not allowed to bid for a package with more than one team. For the sake
of clarity, it is mentioned that one consultant cannot submit two proposals/ bids for the same
package. A consultant (either as sole or as in JV/Association) can be awarded only upto 2
packages. A Consultant with “a Particular Team” may submit only one “proof of eligibility (Part
1)” and “Technical Proposal (Part II)” for any number of packages applied for by them. However,
the packages for which a Consultant with “a Particular Team” applies should be clearly mentioned.

Financial proposal for each package are to be submitted separately. Financial proposal are only to
be submitted online and no hard copy of the financial proposal should be submitted. The most
preferred bidder (H-1) for each package would be determined on the basis of Quality and Cost as
mentioned in the RFP. Award of work to a Consultant with “a Particular Team” either as sole or as
in JV/Association shall be limited to one package only. Joint venture shall not have more than two
firms.

Page 5 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
In case, a Consultant with “a Particular Team” turns out to be the most preferred bidder (H-1) in
more than one package, the package which is to be awarded to this Consultant with “a Particular
Team” shall be determined on the basis of least cost to Border Roads Organisation through CE (P)
Beacon, Rangreth, Opp SIDCO, Distt- Badgam (J&K), Pin – 191132considering the financial
quote of H-1 bidder and H-2 bidder limited to those packages, which shall be worked out as per the
procedure given in the RFP. The consultants are hereby invited to submit proposals in the manner
prescribed in the RFP.

1.5 The consultants shall submit proposals either in sole capacity or in JV or in Association. In case of
Joint Venture, the maximum number of Joint Venture partners is limited to 2 (i.e. one lead + 1 JV
partner). The Applicant whether a sole applicant or joint venture may include an Associate
company also. Any entity which has been barred by the Ministry of Road Transport and Highways
(MORTH) or its implementing agencies for the works of Expressways, National Highways, ISC
and EI Works and the bar subsists as on the date of application, would not be eligible to submit the
bid, either individually or as a member of a Joint Venture.

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

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

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

1.9 The proposals must be properly signed as detailed below:

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


ii. by the partner holding the Power of Attorney in case of a firm in partnership (A
certified copy of the Power of Attorney on a stamp paper of Rs. 100 and duly
notarized shall accompany the Proposal).

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

1.9.2 In case a Joint Venture/Association of firms, the proposal shall be accompanied by a


certified copy of legally binding Memorandum of Understanding (MOU) on a stamp
paper of Rs.100, signed by all firms to the joint venture 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)

Page 6 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

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

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

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

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

1.11 The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice to the Border Roads Organisation any other right or remedy
hereunder or in law or otherwise, the Applicant shall be debarred from participating in the future
projects of the Border RoadsOrganisation in the following situations.

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

2. Documents

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

2.2 Consultants requiring a clarification of the documents must notify the Client, in writing, by 18
May 2021 upto02:00 PM. Any request for clarification in writing or by tele fax/e-mail must be
sent to the Client’s address indicated in the Data Sheet. The Client will upload replies to pre-bid
queries on its website.
Page 7 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
2.3 At any time before the submission of proposals, the Client may, for any reason, whether at its
own initiative or in response to a clarification requested by a Consulting firm, modify the Documents by
amendment or corrigendum. The amendment will be uploaded on BRO (http://www.bro.gov.in or from
web portal www.eprocure.gov.in. website. The Client may at its discretion extend the deadline for the
submission of proposals and the same shall also be uploaded on BRO (http://www.bro.gov.in or from
web portal www.eprocure.gov.in.website.

3. Preparation of Proposal

The proposal must be prepared in three parts viz.

Part 1: Proof of eligibility


Part 2: Technical Proposal
Part 3: Financial Proposal

3.1 Document in support of proof of eligibility

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

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


ii. Firm’s relevant experience and performance for the last 7 years: Project sheets
in support of relevant experience as per Form-E2/T3 supported by the experience
certificates from clients in support of experience as specified in data sheet for the
project size preferably in terrain of similar nature as that of proposed project shall
be submitted on Infracon portal in input data sheet. Certificate should indicate
clearly the firms Design/DPR experience, in 2/4/6laning of highway, structures
like bridges, Viaducts, tunnels, hill slope stabilization, rock bolting, ground
improvement, etc. Scope of services rendered by the firm should be clearly
indicated in the certificate obtained from the client. The information given in Form
E2/T3 shall also be considered as part of Technical Proposal and shall be evaluated
accordingly. The Consultants are therefore advised to see carefully the evaluation
criteria for Technical Proposal and submit the Project Sheets accordingly.
The above details are to be submitted through INFRACON only.
iii. Firm’s turnover for the last 5 years: A tabular statement as in Form E3 showing
the turnover of the applicant firm(s) for the last five years beginning with the last
financial year certified by the Chartered Account along with certified copies of the
audit reports shall be submitted in support of the turnover shall be submitted on
Infracon Portal in input data sheet.
The above details are to be submitted through INFRACON only.

iv. Document fee: The fee for the document amounting to Rs.5,000 (Rupees Five
Thousand only) is to be submitted online inaccount of Chief Engineer Project
Beacon account through RTGS/NEFT(banker’s details are given in

Page 8 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
NIT).The proof of depositing online fee must be furnished while submitting
the proposal.
v. Deleted.
vi. Power of Attorney on a stamp paper of Rs.100 and duly notarized authorizing to
submit the proposal.
vii. In case of Joint Venture/ Association of firms, the proposal shall be accompanied
by a certified copy of legally binding Memorandum of Understanding (MOU) on
a stamp paper of Rs.100, signed by all firms to the joint venture/ Association as
detailed at para 1.8.2 above.

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

3.2 Technical Proposal

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

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

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

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

i. Forwarding letter for Technical proposal duly signed by the authorized person on behalf of the
bidder, as in Form-T-1
ii. Details of projects for which Technical and Financial Proposals have been submitted by a
Consultant with a particular Team as in Form-T-2
iii. Firm’s references - Relevant Services carried out in the last seven years as per Form- E2/T-3.
This information submitted as part of Proof of Eligibility shall be evaluated and need not be
submitted again as a part of the Technical proposal.
The above details are to be submitted through INFRACON only.
iv. Site Appreciation: limited to four A4 size pages in 1.5 space and 12 font including
photographs, if any (Form-T-4).
v. The composition of the proposed Team and Task Assignment to individual personnel:
Maximum three pages (Form-T-5).
vi. Proposed methodology for the execution of the services illustrated with bar charts of activities,
including any change proposed in the methodology of services indicated in the TOR, and
procedure for quality assurance: The proposed methodology should be accompanied by the
consultants initial view, key challenges they foresee and potential solutions suggested
regarding: a) proposed alignment and bypass required, b) land acquisition requirements,
Page 9 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
c)access control, rehabilitation of existing road, drainage and utilities, d) adoption of superior
technology along with proof: limited to six A4 size pages in 1.5 space and 12 font including
photographs, if any for items a to c, (Form-T-6) and information in Form-T-8 (as covered in
para viii below) for item d
vii. The proposal should clearly identify and mention the details of Material Testing lab facilities
to be used by the Consultants for the project (Form-T-7). In this connection, the proposals of
the Consultants to use in-house lab facilities up to a distance of maximum 400 km from the
project site being feasible would be accepted. For all other cases suitable nearby material
Testing Laboratory shall be proposed before Contract Agreement is executed.
viii. The proposal shall indicate as to whether the firm is having the facilities for carrying out the
following field activities or these are proposed to be outsourced to specialized agencies in the
Form- T-8.
(a). Pavement Investigation
(b). Geo-technical Investigation

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

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

x) CVs of following (Seven) Key Personnels may be submitted only through Infracon in Form–
T-10

i) Team Leader cum Senior Highways Engineers,

ii) Senior Bridge cum Structural Engineer,

iii) Highway cum Pavement Engineer,

iv) Material cum Geotechnical Engineer,

v) Senior Survey Engineer

vi) Traffic and Safety Expert

vii) Environment Specialist.

For remaining key personnel’s, the CVs need to be submitted for approval prior to signing of
Contract.

xi) INTEGRITY PACT (Form –T-11)

xii)BID SECURING DECLARATION(Form-T-12)

3.2.4 CVs of Key Persons:

i The CVs of the seven key personnel as mentioned in para 3.2.3 (x) above in the formatas
per Form T-10 is to be furnished on Infracon portal. It may please be ensured that the format
is strictly followed and the information furnished therein is true and correct. The CV must
indicate the work in hand and the duration till which the person will be required to be

Page 10 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
engaged in that assignment. The Firm shall ensure that details furnished in the CV by the
personnel are correct.

a) If an information is found incorrect/fake/inflated in the CV, at any stage,


debarment the key personnel from future Border Roads Organisation projects
upto 2 years may be taken by Border Roads Organisation.

b) In case, the information contained in the CV for the duration in which the key
personnel as employed by the firm, proposing his candidature is found
incorrect/fake/inflated at any stage, action including termination of the
consultancy agreement and debarment of the firm upto 2 years from future
Border Roads Organisation projects shall be taken by Border Roads
Organisation.

c) In case , the information contained in the CV for the duration in which the
key personnel was employed by the firm proposing his candidature is found
incorrect/fake/inflated at any stage, the consultancy firms shall have to refund
the salary and perks drawn in respect of the person apart from other
consequences.

d) In case, the information contained in the CV for the duration in which the key
personnel was not employed by the firm proposing his candidature is found
incorrect/fake/inflated at any stage, the consultancy firms will have to refund
the twice of salary and perks drawn in respect of the person.

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

iii Team Leader cum Senior Highways Engineers, Senior Bridge cum Structural Engineer,
Highway cum Pavement Engineer, Material cum Geotechnical Engineer, Senior Survey
Engineer, Traffic and safety Expert, Environmental Specialistshould be available from
beginning of the project. Other Key Personnel with intermittent input are allowed to be
deployed/proposed in 2 teams at a time. If same CV is submitted by two or more firms, zero marks
shall be given for such CV for all the firms.

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

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

vi An undertaking from the key personnel must be furnished that he/she will be available for entire
duration of the project assignment and will not engage himself/herself in any other assignment during
Page 11 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
the period of his/her assignment on the project. After the award of work, in case of non-availability of
key personnel in spite of his/her declaration, he/she shall be debarred for a period of two years for all
projects of Border Roads Organisation (BRO).

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

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

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

x Availability of few key personnel engaged for preparation of Detailed Project Report for the
envisaged project may be ensured during first 3 to 4 months after start of the civil work at site during
the period of survey and review of DPR by the Supervision consultant/Authority Engineer. For this
purpose, payment shall be made as per actual site deployment of the key personnel at the man month
rates quoted by the firm in their financial proposal.

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

xii In case a firm is proposing key personnel from educational/research institutions, a ‘No Objection
Certificate’ from the concerned institution should be enclosed with the CV of the proposed key
personnel committing his services for the instant project.

3.2.5 The technical proposal must not include any financial information.

3.3 Financial Proposal

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

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

3.3.3 Costs shall be expressed in Indian Rupees in case of domestic as well as for foreign
Consultant. The payments shall be made in Indian Rupees by the CE (P) Beaconand the
Consultant themselves would be required to obtain foreign currency to the extent quoted
and accepted by CE (P) Beacon. Rate for foreign exchange for payment shall be at the rate
established by RBI applicable at the time of making each payment installment on items
involving actual transaction in foreign currency. No compensation done to fluctuation of
currency exchange rate shall be made.

3.3.4 Consultants are required to charge only rental of equipments / software(s) use so as to
economize in their financial bid.
Page 12 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
4. Submission of Proposals

4.1 The Applicants shall submit the proposal (Proof of Eligibility and Technical Proposal) comprising the
documents as mentioned under clause 3.1.1 and 3.2.3 respectively to meet the requirements of
‘Proof of Eligibility’ and ‘Technical Proposal’online. However, documents listed in para 3.1.1(iv), (v)
(vi) & (vii) shall be submitted in original by the successful bidder before issue of LOA in case of non
compliance the bidder shall be debarred for two year from the bid due date of this work and shall be
declared nonperforming. A Consultant with “a Particular Team”may submit only one proposalof
“proof of eligibility (Part 1, para 5.1)” and “Technical Proposal (Part II)” to Border Roads Organisation
through CE (P) Beacon, Rangreth, Opp SIDCO, Distt- Badgam (J&K), Pin – 191132for all the packages
applied by them with a particular team on or before the deadline ofsubmission of bids. A consultant
can apply for a particular package with one teamonly.The packages forwhich a Consultant with “a
Particular Team”applies should be clearly mentioned in their proposal. However, Consultants are
required to submit a copy of Proof of Eligibility and Technical Proposal online separatelyfor each
package. Financial proposal for each package are to be submitted separately. Financial proposal are
to be submitted online and no hard copy ofthe financial proposal should be submitted.

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

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

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

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

5. Proposal Evaluation

5.1 Stage I- Proof of Eligibility

The proposals would be evaluated by a Committee constituted byBorder Roads Organisation


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

i) The proposal is accompanied by proof of depositing online Document fee


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

In case answers to any of the above items is ‘No’ the bid shall be declared as non- responsive and shall
not be evaluated further.
Page 13 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
A Consultant satisfying the minimum Eligibility Criteria as mentioned in the Data sheet and who had
submitted the above mentioned documents shall be declared “pass” in Proof of Eligibility and the
Technical Proposals of only those consultants shall be opened and evaluated further.

5.2 Stage II- Technical evaluation

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

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

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

5.3 Stage III- Evaluation of Financial Proposal

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

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

5.3.3 For a package, the procedure as mentioned at Clauses 5.3.4, 5.4 and, 5.5 as mentioned below
shall be followed for determining the “most preferred bidder (H-1 bidder)” for this package.

5.3.4 The lowest financial proposal (FM) will be given a financial score (SF) of 100 points. The
financial scores of other proposals will be computed as follows:

SF = 100xFM/F

(SF = Financial Score, FM= Amount of lowest bid, F= Amount of financial proposal
converted in the common currency)

5.4 Combined evaluation of Technical and Financial Proposals.


Proposals will finally be ranked according to their combined technical (ST) and Financial (SF) scores
using the weights indicated in the Data Sheet:

S= STxT + SFxf

Where,
S= Combined Score,
ST= Technical Score out of 100
Page 14 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
SF= Financial Score out of 100
T and f are values of weightage for technical and financial proposals respectively as given in the Data
Sheet.

5.5 Most Preferred Bidder (H-1).

For a particular package, a Consultant with a “particular Team” having the maximum Combined score
(S) shall be declared as the most preferred bidder (H-1).

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

6. Performance Security

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

6.2 Additional Performance Security (APS)- Deleted

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

6.4 Notwithstanding anything to the contrary contained in this Agreement, the Parties agree that in the
event of failure of the Consultant to provide the Performance Security in accordance with the provisions
of Clause 6.1 and 6.2 within the time specified therein or such extended period as may be provided by
the Authority, in accordance with the provisions of Clause 6.3, all rights, privileges, claims and
entitlements of the Consultant under or arising out of this Agreement shall be deemed to have been
waived by, and to have ceased with the concurrence of the Consultant and the LoA shall be deemed to

Page 15 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
have been withdrawn by mutual agreement of the Parties. Authority may take action to debar such firms
for future projects for a period of 1-2 year.

7. Penalty

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

8. Award of Contract

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

9. Signing of Contract Agreement

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

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

i) Notice Inviting Tender (NIT)


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

11. It is the Border Roads Organisation (BRO) policy that the consultants observe the highest standard of
ethics during the selection and execution of such contracts. In pursuance of this policy, the Border
Roads Organisation (BRO):

(a) Defines, for the purpose of this paragraph, the terms set forth below as follows:
(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of
anything of value to influence the action of a public official in the selection process or in contract
execution;
(ii) “fraudulent practice” means a misrepresentation or omission of facts in order to influence a selection
process or the execution of a contract;
(iii) “collusive practices” means a scheme or arrangement between two or more consultants with or
without the knowledge of the Client, designed to establish prices at artificial, non-competitive levels;
(iv) “coercive practices” means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in a procurement process, or affect the execution of a
contract.

Page 16 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
(b) will reject a proposal for award if it determines that the Consultant recommended for award has,
directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in
competing for the contract in question;
(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a
contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in
competing for, or in executing, a contract; and
(d) will have the right to require that a provision be included requiring consultants to permit the
Employer to inspect their accounts and records relating to the performance of the contract and to
have them audited by authorized representatives of Employer.”

12. Confirmation

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

Thanking you.

Yours Sincerely,

Dir (EPC)
Project Beacon

Page 17 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
ANNEX-1

Details of the stretch proposed for Feasibility Study (FS)

Engaging Technical Consultant for finalization of Alignment and preparation of


Feasibility Study (FS) on EPC mode for development of Poonch-Uri road to NHDL
specifications (Tentative length – 120 Km) in UT of Jammu and Kashmir under
BharatmalaPariyojana.<Description of packages>

S. NH Section State Tentative Tender No.


No. No. Length (in km)

1 2 3 4 5 6

1. - Engaging Technical Consultant J&K 120.00 CE (P)/BCN/


for finalization of Alignment and CONSULTANCY(EPC)
preparation of Feasibility Study /01/2021-22
(FS) on EPC mode for
development of Poonch-Uri road
to NHDL specifications
(Tentative length – 120 Km) in
UT of Jammu and Kashmir under
BharatmalaPariyojana.

Key Features of Project

1. Tentative length of subject road for DPR preparation will be taken as 120 Kms
by exploring possibility of tunnels and keeping alignment as close to LoC as
possible either by keeping it on reverse slope or beyond the Artillery Firing Range.

2. Consultant shall propose best possible alignment and compare with


alignment that pass through Anganpathari-Tristart-Anita-Sarson-Aphrawat-
Gurdaligali-Cheema-Asha-Gulmarg with the intention that at Gulmarg it will connect
with the road Gulmarg-Tangmarg-Narwal.

3. Final Alignment will be finalised after consultation with MoD, MO-4 Dte and
MoRT&H.

Page 18 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
ANNEX-II
Procedure of Awarding Work based on QCBS including Assessment of Least Costto
<BRO> under Special Circumstances i.e. When a Consultant with aparticular team
becomes H-1 bidder in more than one package
A Consultant with a particular Team can apply for any number of packages with one team. However,
Award of work to a Consultant with “a Particular Team” either as sole or as in JV/Association shall be
limited to one package only. Following procedure shall be followed for the selection of the most preferred
bidder for the consultancy assignment:

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

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

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


Package no. Name of Consultants and Financial Quotes (Rs in lakhs)
Package-1 P (team-1) Q W X T Y
230 lakhs 200 lakhs 240 lakhs 220 lakhs 200 lakhs 230 lakhs
Package-2 V U(team-1) X P (team-2) T Y
240 lakhs 210 lakhs 240 lakhs 220 lakhs 200 lakhs 230 lakhs
Package-3 V P(team-1) U(team-1) R (team-2) X Y
200 lakhs 230 lakhs 250 lakhs 230 lakhs 220 lakhs 200 lakhs
Package-4 R (team-1) T U (team-2) P (team-2) Y X
250 lakhs 220 lakhs 250 lakhs 260 lakhs 220 lakhs 245 lakhs
Package-5 R (team-1) V S U(team-2) W T
220 lakhs 240 lakhs 260 lakhs 250 lakhs 220 lakhs 240 lakhs
Package-6 Q T S P (team-2) W U (team-2)
210 lakhs 240 lakhs 250 lakhs 220 lakhs 200 lakhs 230 lakhs
Package-7 R (team-1) U (team-1) Q S W Y
200 lakhs 220 lakhs 240 lakhs 255 lakhs 230 lakhs 240 lakhs
Package-8 V R(team-1) W S P (team-1) Y
190 lakhs 250 lakhs 220 lakhs 240 lakhs 255 lakhs 240 lakhs
The different packages shall be awarded to consultants as mentioned below:

Page 19 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
2.1 Step-1:

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

2.2 Step-2:

After Consultant P (team-1) is awarded Package-1 and Consultant Qis awarded Package-6, the
scenario for the remaining 6 packages is as given below .P (team1) and Q occurring anywhere
else stands deleted as they have already been awarded one work each

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

Package No. Name of Consultants and Financial Quotes (Rs in lakhs)

Package-2 V U(team-1) X P (team-2) T Y

240 lakhs 210 lakhs 240 lakhs 220 lakhs 200 lakhs 230 lakhs

Package-3 V U(team-1) R (team-2) X Y

200 lakhs 250 lakhs 230 lakhs 220 lakhs 200 lakhs

Package-4 R (team-1) T U (team-2) P (team-2) Y X

250 lakhs 220 lakhs 250 lakhs 260 lakhs 220 lakhs 245 lakhs

Package-5 R (team-1) V S U (team-2) W T

220 lakhs 240 lakhs 260 lakhs 250 lakhs 220 lakhs 240 lakhs

Package-7 R (team-1) U (team-1) S W Y

200 lakhs 220 lakhs 255 lakhs 230 lakhs 240 lakhs

Package-8 V R(team-1) W S Y

190 lakhs 250 lakhs 220 lakhs 240 lakhs 240 lakhs

Consultant V shall be awarded only one package out of the 3 packages for which it is H-1 namely
Package-2, Package-3 and Package-8 respectively. Similarly Consultant R (team-1) shall be awarded
only one package out of the 3 packages for which it is H-1 namelyPackage-4, Package5 and Package-7
respectively. The determination of package to be awarded to Consultant V and Consultant R (team-1)
shall be worked out in a single step (i.e. one at a time) .New H-1 for the remaining packages (4
packages) shall be worked out only after determination of packages to be awarded to the H-1 bidders
at this stage [i.e. Consultant V and R (Team-1) in the instant case] in one step . Determination of
Package to be awarded to each of Consultant V and Consultant R (team-1) shall be worked out as
follows

Page 20 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
(i) After the award of Package-1 to Consultant –P (team-1) and Package -6 to Consultant – Q and also
considering that a Consultant with a particular team can be awarded only one work, the details of
H-1 and H-2 / New H-2 in the remaining 6 packages are as mentioned below .Since V is H-1 in
more than one package and shall be awarded one of these packages, V has been deleted from all
other packages .Similarly, since R(Team-1) in more than one package and shall be awarded one of
these packages, R (Team-1) has been deleted from all other packages

H-1 H-2 / New H-2 Remarks

Package-2 V U(team-1)

240 lakhs 210 lakhs

Package-3 V U(team-1) Since Consultant P (Team-1) is awarded


Package-1, Consultant U (team-1) becomes the
200 lakhs 250 lakhs new H-2

Package-4 R (team-1) T

250 lakhs 220 lakhs

Package-5 R (team-1) S

220 lakhs 260 lakhs

Package-7 R (team-1) U (team-1)

200 lakhs 220 lakhs

Package-8 V W Consultant-R(team-1) has not been considered as


H-2 since Consultant –C (team-1) is to be awarded
190 lakhs 220 lakhs one package out of the packages 4,5 and 7 in
which it is H-1. Hence Consultant – W is the new
H-2

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

Page 21 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

H-1 H-2 / New Financial Bid of H-2/ Remarks


H-2 New
H-2 minus Financial
Bid of H-1
Package-2 V U(team-1) 210-240 = (-) 30 lakhs

240 lakhs 210 lakhs

Package-3 V U(team-1) 250 – 200 = (+) 50 H-2 minus H-1 is


lakhs Maximum. Hence
200 lakhs 250 lakhs Consultant V shall be
awarded Package-3

Package-8 V W 220 – 190 = (+) 30


lakhs

In a similar way, Package to be awarded to Consultant – R (team-1) who is H-1 in three packages
namely Package -4, 5 and 7 respectively shall be determined as illustrated below:

H-1 H-2 / New H-2 Financial Bid of H-2/ New Remarks


H-2 minus Financial Bid of
H-1

Package-4 R (team-1) T 220-250 = (-) 30 lakhs

250 lakhs 220 lakhs

Package-5 R (team-1) S 260 – 220 = (+) 40 lakhs H-2 minus H-1 is


Maximum. Hence
220 lakhs 260 lakhs Consultant – R (team- 1)
shall be awarded
Package- 5

Package-7 R (team-1) U (team-1) 220 – 200 = (+) 20 lakhs

200 lakhs 220 lakhs

2.3 Step-3

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

Page 22 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

H-1 (New H- H-2 (New H- Remarks


1) 2)
Package-2 U(team-1) X Since Consultant V is awarded Package-3,
Consultant U (team-1) becomes the new H-1 and
210 lakhs 240 lakhs Consultant X becomes the new H-2

Package-4 T U (team-2) Since Consultant –R(team-1) is awarded Package-


5, Consultant T becomes the new H-1 and
220 lakhs 240 lakhs Consultant U (team-2) becomes the new H-2

Package-7 U (team-1) S Since Consultant R(team-1) is awarded Package-5,


Consultant U (team-1) becomes the new H-1 and
220 lakhs 255 lakhs Consultant S becomes the new H-2

Package-8 W S Since Consultant V is awarded Package-3,


Consultant W becomes the new H-1 and
220 lakhs 240 lakhs Consultant S becomes the new H-2

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

2.4 Step-4:
Consultant U (team-1) is the new H-1 for package- 2 and Package-7 respectively and Consultant
U (team-1) shall be awarded only one package out of this 2 packages. Package to be awarded to
Consultant –U (team-1) shall be determined as illustrated below :-

H-1 H-2 / New H- Financial Bid of H-2/ Remarks


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

210 lakhs 240 lakhs

Package-7 U (team-1) S 255 – 220 = (+) 35 H-2 minus H-1 is Maximum.


lakhs Hence Consultant – U (team- 1)
220 lakhs 255 lakhs shall be awarded Package- 7
2.4 Step-5 :

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

Page 23 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

H-1 (New H- H-2 (New H-2) Remarks


1)

Package-2 X A (team-2) Since Consultant V is awarded Package-3 and


Consultant U (team-1) is awarded package- 7 ,
240 lakhs 220 lakhs Consultant X becomes the new H-1 and Consultant
P(team-2) becomes the new H-2

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

3. Thus as per the above mentioned procedure the 8 packages are awarded to the following
Consultant at the Financial Quoted (after arithmetic Corrections) by them for the respective
packages
Package No. Name of Consultants awarded packages
Package-1 Consultant- P (team-1)
Package-2 Consultant- X

Package-3 Consultant- V
Package-4 Consultant- T
Package-5 Consultant- R (team-1)

Package-6 Consultant- Q
Package-7 Consultant- U (team-1)
Package-8 Consultant- W

Page 24 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
DATA SHEET
I (References to corresponding paragraphs of LOI are mentioned alongside)

1. The Name of the Assignment and description of project as mentioned in Annex-I (Ref. Para 1.1)
(The Name of project and Package No. should be indicated in the format given in the technical
proposal)

2. The name of the Client is :

Director (EPC)
Project Beacon
Rangreth, Budgam, Distt-Srinagar
0194-2300868,0194-2300137
Mail : bro-bcn@nic.in
J&K, Pin – 191132

3. Duration of the Project: 120 Days (04 Months)

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

Date: 18 May 2021

Time: 03:00 PM

Venue: Project Beacon, Rangreth, Budgam, Distt-Srinagar, J&K, Pin – 191132

5 The Documents are:

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


ii. Appendix-II Formats for Proof of Eligibility
iii. Appendix-III: Formats for Technical Proposal
iv. Appendix-IV: Formats for Financial Proposal
v. Appendix-V: Detailed Evaluation Criteria
vi. Appendix –VI Draft Contract Agreement
vii. Appendix –VII F. R. Checklist
viii. Appendix –VIIII Sample Executive Summary
(Ref. Para 2.1)

6. Deleted

7. Tax and Insurance (Ref. Para 3.3.2)

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

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

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

8. Deleted.
Page 25 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
9. Deleted.

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

Date 05June 2021

Time 1100 Hrs

Address Project Beacon, Rangreth, Budgam, Distt-Srinagar, J&K, Pin – 191132

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

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

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

Table-1: Minimum Eligibility Requirements


Sr. Minimum experience and performance of Preparation of DPR of
No. Highways / Bridges in the last 7 years (NH/SH/Equivalent) (for past Annual average
performance attach undertaking for any litigation history/ and turnover
arbitration).
1 A Firm applying for a package should have Experience of preparation of Annual average
Detailed Project Report of two/four/six lane / Feasibility of Two/ four/ six turnover for last
lane projects of aggregate length equal to the indicative length of the 5 years of the
package (i.e. 120 km ). Firm should have also prepared DPR for at least one firm should be
project of 2/4/6laning of minimum 40% of the indicative length of the equal to or more
package (i.e. 48.00 km )or Feasibility Study of two/four/six laning of
than Rs.5.00
minimum 60% of the indicative length of the package (i.e. 72.00 km )
Crores.
Note: The experience of a firm in preparation of DPR for a private
concessionaire/contractor shall not be considered.

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

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

(iii) If the applicant firm has / have prepared the DPR/FS projects solely on its own, 100%
weightage shall be given. If the applicant firm has prepared the DPR/FS projects as a lead
partner in a JV, 75% weightage shall be given. If the applicant firm have prepared the DPR
projects as the other partner (not lead partner) in a JV 50% weightage shall be given. If the
applicant firm have prepared the DPR/FS projects as an associate,25% weightage shall be
given.

(iv) Similar project means 2/4/6 lane as applicable for the project for which RFP is invited. For 2-
lane projects experience of 4/6 lane also to be considered with a multiplication factor of 1.5.
Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For 4/6
laning projects, experience of 2 lane will be considered with a multiplication factor of 0.4, but
only for those 2 lane projects whose cost of consultancy services was more than Rs.1.0 crore.

Page 26 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

12.2 Second stage technical evaluation (Refer 5.2)

S. No. Description Points

1 Firm’s relevant experience in last 7 years 40

Material testing, survey & investigation, equipment and software


2 proposed to be used 20

3 Qualification and Relevant experience of the proposed key personnel 40

Total 100

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

A. Firm’s relevant experience in last 7 years (40)


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

S. No. Description Maximum Sub-


Points Points
1 Specific experience of the DPR consultancy related to the assignment 20
for eligibility
1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane projects 10

1.1.1 More than the indicative Length of the package applied for 8

1.1.2 More than 2 times the indicative length of the package applied for 9

1.1.3 More than 3 times the indicative length of the package applied for 10

1.2 DPR for 2/4/6 laning projects each equal to or more than 40 % of 10
indicative length of a package applied for (or Feasibility Study for
2/4/6 laning projects each equal to or more than 60 % of indicative
length of a package applied for)
1.2.1 1 project 8

1.2.2 2 projects 9

1.2.3 ≥ 3 projects 10

2 DPR of Bridge having length more than 200 m 5

2.1 1 bridge 1

Page 27 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

S. No. Description Maximum Sub-


Points Points
2.2 2 bridges 2
2.3 3 bridges 3

2.4 4 bridges 4

2.5 ≥ 5 bridges 5

3 Specific experience of firms in terms of turnover 5

3.1 Firm’s Average Turnover of last 5 years > 50 crore 5

3.2 Firm Average Turnover of last 5 years


20 – 50 crore 4

3.3 Firm Average Turnover of last 5 years


> 5 but < 20 crore 3

4 Highway Professionals * working with the firm 10

4.1 <10 nos. 0

4.2 10-20 nos. 8

4.3 > 20-30 nos. 9

4.4 > 30 nos. 10

*The professionals who possess degree in Civil Engineering/Transport Planning/Transport


Economics/Traffic Management/Geology/Environment Science or Engineering and 8 years Experience
in highway/bridge/tunnel with employment in the firm for more than one year. The current Employment
Certificate shall be uploaded by Key Personnel on INFRACON.

For special projects such as special bridges, tunnels and expressways that require
specialized capabilities and skill sets, the following is the break-up:
S. No. Description Maximum Sub-
Points Points
1 Specific experience of the DPR consultancy related to the assignment for 15
eligibility

1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane projects 8

1.1.1 More than the indicative Length of the package applied for 6

1.1.2 More than 2 times the indicative length of the package applied for 7

1.1.3 More than 3 times the indicative length of the package applied for 8

Page 28 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
S. No. Description Maximum Sub-
Points Points
1.2 DPR for 2/4/6 laning projects each equal to or more than 40 % of indicative 7
length of a package applied for (or Feasibility Study for 2/4/6 laning projects
each equal to or more than 60 % of indicative length of a package applied for)
1.2.1 1 project 5
1.2.2 2 projects 6
1.2.3 ≥ 3 projects 7
2 DPR of Bridge having length more than 200 m 5
2.1 1 bridge 1
2.2 2 bridges 2
2.3 3 bridges 3
2.4 4 bridges 4
2.5 ≥ 5 bridges 5
3 Specific experience of firms in terms of turnover 5
3.1 Firm’s Average Turnover of last 5 years > 50 crore 5
3.2 Firm Average Turnover of last 5 years 20-50 crore 4.5
3.3 Firm Average Turnover of last 5 years >5 but <20 crore 4
4 DPR for special category projects (Special bridges/ tunnels or expressways, 5
whichever applicable). It is to be noted that either 4.1 or 4.2 shall be applicable,
and not both.
4.1 DPR of number of special bridges/ tunnels (if applicable) 5
4.1.1 1 project 1
4.1.2 2 projects 2
4.1.3 3 projects 3
4.1.4 4 projects 4
4.1.5 ≥ 5 projects 5
4.2 Aggregate length of DPR/ Feasibility study for expressways 5
4.2.1 Upto 50 km 2
4.2.2 50km to 100 km 3
4.2.3 100km to 150 km 4
4.2.4 > 150 Km 5
5 Highway Professionals * working with the firm 10
5.1 <10 nos. 0
5.2 10-20 nos. 8
5.3 > 20-30 nos. 9
5.4 > 30 nos. 10
*The professionals who possess degree in Civil Engineering/Transport Planning/Transport Economics/Traffic
Management/Geology/Environment Science or Engineering and 8 years Experience in highway/bridge/tunnel
with employment in the firm for more than one year. The current Employment Certificate shall be uploaded
by Key Personnel on INFRACON.

Page 29 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Note: In case feasibility study is a part of DPR services the experience shall be counted in DPR only. In case bridge
is included as part of DPR of highway the experience will be (1) and (2)

B. Material testing, survey and investigation, equipment and software proposed to be used (20)
S. No. Description Maximum Sub-
Points Points
1 Availability of Material Testing Facilities with persons/resources having 3
operational skills of the equipment
1.1 Owned* (Available In House) 3.00
1.2 Outsourced (Hire basis/Through Associate) 2.25
* Shall be ascertained through the ownership evidence uploaded on INFRACON in regard to major equipments required
for testing of materials to be used for construction of Highway Project.
2 Availability of Field Investigation Facilities with persons/resources 2
having operational skills of the equipment
2.1 Owned** (Available In House) 2.00

2.2 Outsourced (Hire basis/Through Associate) 1.5


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

3 Availability of Office Equipment and Software with persons/resources 3


having operational skills of the equipment
3.1 Owned*** (Available In House) 3.00
3.2 Outsourced (Hire basis/Through Associate) 2.25
*** Shall be ascertained through ownership evidence uploaded on INFRACON for key hardware/software required for
Highway consultancy assignment.
4 Experience in LiDAR or better technology for topographic survey 5
(Infrastructure sector)
4.1 1 project 1
4.2 2 projects 2
4.3 3 projects 3
4.4 4 projects 4
4.5 ≥ 5 projects 5
5 Experience in using GPR and Induction Locator or better technologies 4
for detection of sub-surface utilities (Infrastructure sector)
5.1 1 project 1
5.2 2 projects 2
5.3 3 projects 3
5.4 ≥ 4 projects 4
6 Experience in digitization of cadastral maps for land surveys 3
6.1 Area upto 100 ha 1
6.2 Area between 100-500 ha 2
6.3 Area > 500 ha 3
Note: The experience of firm in Lidar or equivalent technology, GPR and Induction Locator or
equivalent technologies and Experience in digitization of cadastral maps for land acquisition shall be
supported by experience certificate. The experience of a firm in Lidar or equivalent technology, GPR
Page 30 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
and Induction Locator or equivalent technologies and Experience in Digitization of cadastral maps for
land acquisition for a private concessionaire/contractor shall be considered only if the experience
certificate is authenticated by the concerned competent Government department/authority. In case of
overseas experience the weightage to be assigned to the certificate for experience in use of the
equipment, a self-certificate followed by the client certificate may be accepted.

C. Qualification and relevant experience of the proposed key personnel (40)


The weightage for various key staff is as under:

C-1 Normal Highway Project:

S. No. Key personnel Points

1 Team Leader cum Senior Highway Engineer 10


2 Senior Bridge cum Structural Engineer 6

3 Highway cum Pavement Engineer 8

4 Geotechnical cum Material Engineer 5

5 Senior Survey Engineer 5

6 Traffic and Safety Expert 3

7 Environmental Specialist 3

Total 40

C-2 Standalone Bridge Project:


S. No. Key personnel Points

1 Team Leader cum Senior Bridge Engineer 12


2 Highway cum Pavement Engineer 10
3 Bridge Structural Engineer 10
4 Material cum Geotechnical Engineer -Geologist 8
Total 40
C-3 Standalone Tunnel Project:
S. No. Key personnel Points
1 Team Leader cum Senior Tunnel Expert 12

2 Tunnel Design Expert 10

3 Senior Geotechnical Engineer 10

4 Senior Geophysicist 8

Total 40

Page 31 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
The number of points assigned during the evaluation of qualification and competence of key staff are as
given below:
S. No. Description Maximum Sub-
Points Points

1 General Qualification 25
1.1 Essential education qualification 20
1.2 Desirable education qualification 5
2 Relevant experience and adequacy for the project 70
2.1 Total professional experience 15
2.2 Experience in Highway/Bridge/Tunnel Projects 25
2.3 Experience in Similar Capacity 30
3 Employment with the Firm 5
3.1 Less than 1 Year 0

3.2 1 year 3
3.3 Add 0.5 marks for each subsequent year subject to maximum of 2 marks

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

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

12.4 Third stage – Evaluation of Financial proposal

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

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

The Factors are:

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

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

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

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

Page 32 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
APPENDIX-I

TERMS OF REFERENCE (TOR)


(Agency may suitably modify the ToR in respect of Standalone Bridge & Tunnel Projects)
Consultancy Services for< Engaging Technical Consultant for finalization of Alignment
and preparation of Feasibility Study (FS) on EPC mode for development of Poonch-Uri
road to NHDL specifications (Tentative length - 120 Km) in UT of Jammu and Kashmir
under BharatmalaPariyojana..>

Terms of Reference for Consultancy Services (TOR)

1. General
1.1 Border Roads Organisation through CE (P) Beacon, Rangreth, Opp SIDCO, Distt- Badgam (J&K), Pin
– 190007 has been entrusted with the assignment of < Engaging Technical Consultant for
finalization of Alignment and preparation of Feasibility Study (FS) on EPC mode for
development of Poonch-Uri road to NHDL specifications (Tentative length - 120 Km) in
UT of Jammu and Kashmir under BharatmalaPariyojana..>. Border Roads Organisation through
CE (P) Beacon, Rangreth, Opp SIDCO, Distt- Badgam (J&K), Pin – 190007 now invites proposal from
Technical consultants for carrying out detailed project report as per details given in Annexure-1.

1.2 Border Roads Organisation through CE (P) Beacon, Rangreth, Opp SIDCO, Distt- Badgam (J&K), Pin
– 190007will be the employer and executing agency for the consultancy services and the standards of
output required from the appointed consultants are of international level both in terms of quality and
adherence to the agreed time schedule. The consultancy firm will solely be responsible for submission
of quality work in stipulated period.

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

2. Objective
2.1 The main objective of the consultancy service is to establish the technical, economical, and financial
viability of the project and prepare feasibility reports for rehabilitation and upgrading of the existing
road/ Greenfield alignment to <2 lane> configuration.

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

2.3 The finalization of alignment and preparation of feasibility study (FS) would inter-alia include detailed
highway design, design of pavement and overlay with options for flexible or rigid pavements, design of
bridges and cross drainage structures and grade separated structures, design of service roads, quantities
of various items, detailed working drawings, detailed cost estimates, economic and financial viability
analyses, environmental and social feasibility, social and environmental action plans as appropriate and
Page 33 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
documents required for tendering the project on commercial basis for international / local competitive
bidding.

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

2.5 The consultant should, along with Feasibility Report, clearly bring out through financial analysis the
preferred mode of implementation on which the Civil Works for the stretches are to be taken up. The
consultant should also give cost estimates along with feasibility report.
2.6 If at inception stage or feasibility stage, employer desires to terminate the contract, the contract will be
terminated after payment up to that stage.

3. Scope of Services
The general scope of services is given in the sections that follow. However, the entire scope of
services would, inter-alia, include the items mentioned in the Letter of Invitation, terms of
reference, general contract and any supplements and appendices to these documents.
3.1 RoW and Land related aspects.
3.1.1 The Right of Way norms for National Highways should be as under:

(i) Expressways 90 m

(ii) Economic Corridors and major National Highways requiring provisions for 70 m
Service Roads and planned for expansion to 8-lanes

(iii) National Highways with planed capacity to 6-lane Configuration 60 m

(iv) National Highways with planned capacity to 4-lane 45 m

(v) NH with planned capacity to two-lane + PS configuration requiring provision of 30 m


Service Roads

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

Page 34 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
(iii) The highway shall have provision for service roads in inhabited areas, preferably of 10 mtrs width, with
maximum access –control for the main carriage way .
(iv) Access to the towns/cities/establishments located on the existing National Highway, may be provided
through spurs from the green field route.

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

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

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

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

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

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

(d) Three lane with paved shoulders: Main carriageway – 10.5 mtrs, paved shoulder – 2.5 mtr and earthen
shoulder – 1.5 mtr. (e) Median – 5.0 mtrs (effective width 4.5 m), and

(f) A Mirror Image on the other end.

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

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

3.3 Role and Responsibilities at different stages of Land Acquisition

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

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

Page 35 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
(ii) Identify and avoid (to the extent feasible) all such structures (religious structures, public utilities cremation
grounds, private structures) in the RoW of the road project that could become major hindrances at the time of
project execution;
(iii) Procure or create digitized, geo referenced cadastral/land revenue maps for the purpose of land acquisition
activities. Where state governments of local agencies have already digitize cadastral maps, the consultant
shall arrange to procure such maps. The digitized map should exactly match the original map so that the
dimensions and area of plots can be extracted from the map itself.
(iv) Co-ordinate collection of all relevant land revenue records (including Khasra maps, Khatiyan, Jamabandi etc.)
from the local land revenue administration office required for preparation of Draft notification under Section
3A of the NH Act.
(v) Identify and list all land parcels that need to be acquired as part of project road. Conduct Joint measurement
survey in conjunction with CALA, the Executing Agency and the Land Revenue Department to verify land
records.
(vi) Assist the CALA and the Project Executing agency in preparation of statutory notification under Sections 3A,
the CALA during hearing of objections received under Section 3C, recording of hearings and completion of
this process, preparation of draft notification under Section 3D and completion of the LA process at every
stage, timely publication of notifications and public notices in newspapers at every stage;
(vii) Clear identification and preparation of an inventory of the assets attached to the land under acquisition (e.g.
Structures, trees, crops or any such assets which should be valued for payment of compensation);
(viii) Co-ordination with offices of various departments like Land Revenue Office (or Tehsil), Registrar office and
other State departments (public works department, horticulture department, forest department etc.) for
evaluation of assets (Structures, tree, crops etc.) attached to the land and liaison with respective State
authority for authentication of the valuation.
(ix) Prepare and inventory of all the utilities (electrical/water supply lines/gas pipelines etc.–
(x) both linear and cross overs) and all such structures (religious structure, public utilities, cremation grounds,
private structures) in the RoW of the road project that could become major hindrances at the time of project
execution;
(xi) Carefully avoid location of any Flyover/VUP/elevated structure where a high tension electricity line
(66/132/220/400 KV etc.) is crossing over so as to avoid raising of such line at such point, while designing
the road projects;
(xii) Assist in demarcation of the acquired land and installation of the boundary stones/pillars/peg makings along
the RoW of the alignment;
(xiii) Identification of land parcels missed out from acquisition in the first round and assist the Authority and the
CALA in preparation of Draft Notification for acquisition of the land under missing plots.
• Wherever applicable , State Govt. Acts/Guidelines/ norms to be followed mutatis-
mutandis.
3.4 Approach to the provision and specifications for Structures:
3.4.1 The structures on roads viz. Bridges, ROBs (Road Over Bridges, and Flyovers), RUBs (Road Under
Bridges) etc. are designed for more than 50 years. It is difficult to increase the width of the structures at
a later date which may also have larger financial implications apart from construction related issues in
running traffic. Therefore, it has been decided to keep provision for all the structures including
approaches comprising of retaining structures as 6-lane (length of such approaches shall, in no case, be
less than 30m on either side) on all the four-lane highways except in the following cases (i) Reserve
Forest (ii) Wild life Areas (iii) Hilly Areas (iv) Urban Areas where site condition do not permit this.
Wherever elevated sections are designed through any inhabited areas, these should be six-lane structures
supported on single piers so that the road underneath serves as effective service roads on both sides.

3.4.2 Highway projects shall be designed for separation of local traffic especially for Vulnerable Road Users
(VRUs), for longitudinal movements and crossing facilities through viaduct(s) located at convenient
walking distance. Provision of PUPs and CUPs with size of 7.0m x 3.0m, as specified in para 2.10 of the
IRC specifications, has proved to be insufficient keeping in view the increased use of mechanization in
Page 36 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
agriculture practices. These structures do not support the easy passage / crossing for the tractors with
trolleys so often used for agricultural operations. As traffic on cross roads is increasing day-by-day, it
has been decided to substitute the provision of Pedestrian Underpass (PUP) / Cattle Underpass (CUP)
[for para 2.10 of IRC specifies the dimensions of 7.0m x 3.0m] with aLVUP with a minimum size of 12
(lateral clearance) x 4m (vertical clearance). Out of 12m lateral width, 2.5m width on one side shall be
raised for pedestrian sidewalks with grills to make pedestrian movement convenient and safe. A third
smaller dimension VUP-SVUP (4m*7m) for all cross roads carriageway width lesser than 5.5m may
also be considered. Thus VUPs would be of three grades i.e.VUP-5.5mx20m ; LVUP-4mx12m ; and
SVUP-4mx7m These structures shall be located at the most preferred place of pedestrian / cattle / day-
to-day crossings. Depending on the site conditions, feasibility of clubbing the crossing facilities through
service roads shall also be explored. Further, the bed level of these crossings shall not be depressed as
any such depression, in the absence of proper drainage facilities becomes water-logged rendering the
same unusable. Ideally, the bed level of the crossings should be a bit higher with proper connectivity to
a drain, which could serve the drainage requirements of the main carriageway, the underpass and the
service road as well.

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

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

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

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

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

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

3.9 Environmental Impact Assessment, Environmental Management Plan and Rehabilitation and
Resettlement Studies shall be carried out by the Consultant meeting the requirements of the lending
agencies like ADB/ World Bank/JICA, etc.

3.10 Wherever required, consultant will liaise with concerned authorities and arrange all clarifications.
Approval of all drawings including GAD and detail engineering drawings will be got done by the
consultant from the Railways. However, if Railways require proof checking of the drawings prepared by
the consultants, the same will be got done by <BRO> and payment to the proof consultant shall be made
by <BRO> directly. Consultant will also obtain final approval from Ministry of Environment and Forest
for all applicable clearances. Consultant will also obtain approval for estimates for shifting of utilities of
Page 37 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
all types from the concerned authorities and <BRO>. Consultant is also required to prepare all Land
Acquisition papers (i.e. all necessary schedule and draft 3a, 3A, and 3D, 3G notification as per L.A. act)
for acquisition of land either under NH Act or State Act.

3.11 The Consultant may be required to prepare the Bid Documents for PMC, based on the feasibility
report, due to exigency of the project for further consultancy for PMC/Execution.

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

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

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

3.15 The consultant shall prepare the bid documents for PMC consultancy. For that it is suggested that
consultant should also go through the PMC documents of ministry before bidding the project. The
Consultant shall assist the <BRO> and the Legal Adviser by furnishing clarifications as required for the
financial appraisal and legal scrutiny of the Project Highway and Bid Documents.

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

4. General

4.1 Primary Tasks

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

i. Review of all available reports and published information about the project road and the project
influence area;
ii. Environmental and social impact assessment, including such as related to cultural properties, natural
habitats, involuntary resettlement etc.
(a). Public consultation, including consultation with Communities located along the road,
NGOs working in the area, other stake-holders and relevant Government departments at all the
different stages of assignment (such as inception stage, feasibility stage, preliminary design stage and
once final designs are concretized).
iii. Detailed Reconnaissance;
iv. Identification of possible improvements in the existing alignment and bypassing congested locations with
alternatives, evaluation of different alternatives comparison on techno-economic and other
considerations and recommendations regarding most appropriate option;

Page 38 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
v. Traffic studies including traffic surveys and Axle load survey and demand forecasting for next thirty
years;
vi. Inventory and condition surveys for road;
vii. Inventory and condition surveys for bridges, cross-drainage structures, other Structures, river Bank
training/Protection works and drainage provisions;
viii. Detailed topographic surveys using LiDAR equipped with minimum engineering grade system or any
other better technology having output accuracy not less than (a) specified in IRC SP 19 (b) Total Station
(c) GPS/ DGPS. The use of conventional high precision instruments i.e Total Station or equivalent can be
used at locations such as major bypasses, water bodies etc. where it may not be possible to survey using
LiDAR. Use of mobile / Aerial LiDAR survey is preferable.
ix. Pavement investigations;
x. Sub-grade characteristics and strength: investigation of required sub-grade and sub-soil characteristics and
strength for road and embankment design and sub soil investigation;
xi. Identification of sources of construction materials;
xii. Detailed design of road, its x-sections, horizontal and vertical alignment and design of embankment of
height more than 6m and also in poor soil conditions and where density consideration require, even lesser
height embankment. Detailed design of structures preparation of GAD and construction drawings and
cross-drainage structures and underpasses etc.
xiii. Identification of the type and the design of intersections;
xiv. Design of complete drainage system and disposal point for storm water
xv. Value analysis / value engineering and project costing;
xvi. Economic and financial analyses;
xvii. Contract packaging and implementation schedule.
xviii Strip plan indicating the scheme for carriageway widening, location of all existing utility services (both
over- and underground) and the scheme for their relocation, trees to be felled, transplanted and planted
and land acquisition requirements including schedule for LA: reports documents and drawings
arrangement of estimates for cutting/ transplanting of trees and shifting of utilities from the concerned
department;
xix Develop 3D engineered models of terrain and elevation, as-is project highway, proposed and project
highway along with all features, current and proposed structures, current and proposed utilities and land
acquisition plans.
xx To find out financial viability of project for implementation and suggest the preferred mode on which the
project is to be taken up.
xxi. Preparation of detailed project report, cost estimate, approved for construction Drawings, rate analysis,
detailed bill of quantities, bid documents for execution of civil works through budgeting resources.
xxii. Design of toll plaza and identification of their numbers and location and office cum residential complex
including working drawings
xxiii. Design of weighing stations, parking areas and rest areas.
xxiv. Any other user oriented facility en-route toll facility.
xxv. Tie-in of on-going/sanctioned works of MORT&H/ <BRO> / other agencies.
xxvi. Preparation of social plans for the project affected people as per policy of the lending agencies/ Govt. of
India R&R Policy.

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

Page 39 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
4.3 The consultant shall study the possible locations and design of toll plaza, wayside amenities required
and arboriculture along the highway shall also be planned.

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

4.5 Standards and Codes of Practices

1. All activities related to field studies, design and documentation shall be done as per the latest
guidelines/ circulars of MoRT&H and relevant publications of the Indian Roads Congress (IRC) and
Bureau of Indian Standards (BIS). For aspects not covered by IRC and BIS, international standards
practices, may be adopted. The Consultants, upon award of the Contract, may finalize this in
consultation with <CE (P) Beacon> and reflect the same in the inception report.

2. All notations, abbreviations and symbols used in the reports, documents and drawings shall be as per
IRC:71.

4.6 Quality Assurance Plan (QAP)


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

2. Data formats for report and investigation results

i. Required data formats for some reports, investigations and documents are discussed in
ENCLOSURE-IV

ii. Formats for submission of Reports and Documents.


iii. The consultants will need to propose data formats for use in all other field studies and
investigations not covered in enclosure IV.

iv. The proposed data forms will need to be submitted for the approval of <CE (P) Beacon>after
the commencement of services.

Page 40 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
4.7 Review of Data and Documents

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

i. Climate;
ii. Road inventory
iii Road condition, year of original construction, year and type of major
maintenance/rehabilitation works;
iv. Condition of bridges and cross-drainage structures;
v. Sub-surface and geo-technical data for existing bridges;
vi. Hydrological data, drawings and details of existing bridges;
vii Existing geological maps, catchment area maps, contour plans etc. for the project area
viii Condition of existing river bank / protection works, if any.
ix. Details of sanctioned / on-going works on the stretch sanctioned by MoRT&H/other agencies for Tie-in
purposes
x. Survey and evaluation of locally available construction materials;
xi. Historical data on classified traffic volume (preferably for 5 years or more);
xii. Origin-destination and commodity movement characteristics; if available
xiii. Speed and delay characteristics; if available;
xiv. Commodity-wise traffic volume; if available;
xv. Accident statistics; and,
xvi. Vehicle loading behavior (axle load spectrum), if available.
xvii Type and location of existing utility services (e.g. Fibre Optical Cable, O/H and U/G Electric, Telephone
line, Water mains, Sewer, Trees etc.) xviii Environmental setting and social baseline of the project.

4.8. Social Analysis

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

4.9 Traffic Surveys

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

4.9.1 Number and Location of Survey Stations

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

Page 41 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Sl. No. Description Number of Survey


Stations
1. Classified Traffic Volume Count 3
2. Origin-Destination and Commodity Movement Characteristics Minimum 2
3. Axle Loading Characteristics 2
4. Intersection Volume Count All Major Intersections
5. Speed-Delay Characteristics Project Road Section
6. Pedestrian/animal cross traffic count All major inhabitations
along the highway
7. Turning movement surveys For all major intersections
2. The number of survey locations indicated in the table above are indicative only for each road stretch
under a package. The Consultants shall, immediately upon award of the work, submit to <CE (P)
Beacon>, proposals regarding the total number as well as the locations of the traffic survey stations as
of inception report. Suitable maps and charts should accompany the proposals clearly indicating the
rationale for selecting the location of survey Station.

3. The methodology of collection and analysis of data, number and location of traffic survey stations
shall be finalized in consultation with <CE (P) Beacon > prior to start of the traffic survey.

4.9.2. Classified Traffic Volume Count Survey

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

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

(a) Classification of vehicles: better than 95%

(b) Counting of vehicles: better than 98%

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

(a) Classification of vehicles: better than 90%

(b) Counting of vehicles: better than 95%

For verification of above accuracy levels, audit of raw ATCC shall be done by the consultant on a
sampling basis and should submit a certificate in this regard.

3. ATCC systems such as Pneumatic Tube Detector, Inductive Detector Loop, Video Image Detection,
and Infrared Sensor or latest technologies shall be adopted.

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

Page 42 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Motorised Traffic Non-Motorised Traffic


2-Wheeler Bi-Cycle
3-Wheeler Cycle-Rickshaw
Passenger Car Animal Drawn Vehicle (ADV)
Utility Vehicle (Jeep, Van etc.) Hand Cart
Other Non-Motorised Vehicle
Bus Mini Bus, Standard Bus

LCV LCV-Passenger , LCV-Freight

Truck MCV : 2-Axle Rigid Chassis


HCV : 3-Axle Rigid Chassis
MAV Semi Articulated
Articulated

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

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

4.9.3.Origin Destination and Commodity Movements Surveys

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

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

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

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

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

Page 43 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
6. The commodity movement data should be duly taken into consideration while making the traffic demand
estimates.

4.9.4. Turning Movement Surveys

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

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

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

4.9.5. Axle Load Surveys

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

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

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

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

4.9.6. Speed-Delay Surveys

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

4.9.7 Pedestrian / animal cross traffic surveys:

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


to improve the traffic safety.

Page 44 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
2. Consultant shall leverage information from local consultations, inputs from local governmental/
non-governmental agencies in selecting sites for checking pedestrian/ animal crossing traffic
surveys.

3. Surveys for provision of pedestrian crossings shall minimum be conducted at all junctions being
replaced by grade separators.

4.9.8 Truck Terminal Surveys

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

4.10. Traffic Demand Estimates


1. The consultants shall make traffic demand estimates and establish possible traffic growth rates in
respect of all categories of vehicles, taking into account the past trends, annual population and real
per capita growth rate, elasticity of transport demand in relation to income and estimated annual
production increase. The other aspects including socio-economic development plans and the land
use patterns of the region having impact on the traffic growth, the projections of vehicle
manufacturing industry in the country, development plans for the other modes of transport, O-D
and commodity movement behavior should also be taken into account while working out the traffic
demand estimates.

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

3. It is envisaged that the project road sections covered under this TOR would be completed and
opened to traffic after 3 years. The traffic demand estimates shall be done for a further period of 30
years from completion of two/four lane. The demand estimates shall be done assuming three
scenarios, namely, optimistic, pessimistic and most likely traffic growth. The growth factors shall
be worked out for five-yearly intervals.

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

5. The methodology for traffic demand estimates described in the preceding paragraphs is for normal
traffic only. In addition to the estimates for normal traffic, the Consultants shall also work out the
estimates for generated, induced and diverted traffic.

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

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

Page 45 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
1. The Consultants should make an in-depth study of the available land width (ROW) topographic
maps, satellite imageries and air photographs of the project area, geological maps, catchment area
maps, contour plans, flood flow data and seismological data and other available relevant
information collected by them concerning the existing alignment. Consultant himself has to arrange
the required maps and the information needed by him from the potential sources. Consultant should
make efforts for minimizing land acquisition. Greater use of technology for LA be adopted by the
consultant at the DPR stage so as to have a precise land acquisition process.

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

(i). Topographical features of the area;


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

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

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

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

5. The data obtained from the reconnaissance surveys should be compiled in the tabular as well as
graphical (chart) form indicating the major physical features and the proposed widening scheme for
<CE (P) Beacon >'s comments. The data and the charts should also accompany the rationale for
the selection of traffic survey stations.

Page 46 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
4.11.2. Topographic Surveys

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

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

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

(a). Raw DGPS data for the entire highway length and adjoining areas of interest
(b). Point cloud data or equivalent for the entire highway length and adjoining areas of interest in a format/
platform as per industry good practice which shall be amenable to operations by <Border Roads
Organisation> / Consultant. <Border Roads Organisation> may decide about format/ platform of point cloud
data
(c). Topographic map of scale 1:1000 of the entire highway length and adjoining areas of interest
(d). Contour map of 50 cm of entire highway length and adjoining areas of interest
(e). Cross section of the highway at every 50 m in drawing format.
(f). Develop a digital elevation/surface model (bare earth model from survey data) digital terrain model
combining topographic data from LiDAR, road inventory and other available sources of data for use while
modeling the road alignment and road and structure design.
(g). For land based surveys, Mobile LiDAR (Light Detection and Ranging) or better technology that can meet
above requirements shall be adopted. For aerial based surveys, Aerial Mobile LiDAR (Light Detection and
Ranging) or better technology that can meet above requirements shall be adopted. Where possible,
mobile/terrestrial LiDAR and total station or better studies should be used to supplement aerial LiDAR for
the final alignment chosen. Aerial based surveys shall be used as the primary source of topographical data
only in cases where a new/green field alignment is being planned and/or major junctions are being planned
where it is necessary to significantly increase the survey corridor beyond the capabilities of mobile LiDAR.
In shadow areas such as invert levels below culverts, terrestrial LiDAR shall be used where LiDAR or better
technologies cannot survey accurately, traditional methods of Total Station/ Auto Level shall be used to
complete the study.
(h) In case of mobile LiDAR or better technology, 360 degree panoramic images of the entire highway length
and adjoining areas of interest shall be submitted. In case of aerial LiDAR or better technology, ortho-
images of the entire highway length and adjoining areas of interest shall be submitted.
(i) The detailed field surveys would essentially include the following activities:
i. Topographic Surveys along the Existing Right of Way (ROW): Carrying out topographic survey
using LiDAR or better technology along the existing road and realignments, wherever required and
properly referencing the same with reference pillars fixed on either side of the center-line at safe
places within the ROW
ii. The detailed field surveys would essentially include the topographic surveys along the proposed
location of bridge and alignment of approach road.
iii. The detailed topographic surveys should be carried out along the approach roads alignment and
location of bridge approved by <CE (P) Beacon>.
Page 47 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
iv. Collection/Extraction of details for all features such as structures(bridges, culverts etc.)
utilities,existingroads, electric and telephone installations (both O/H as well as underground), huts,
buildings , fencing and trees (with girth greater than 0.3metre) oil and gas lines etc. falling within the
extent of survey.

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

(i). The width of the survey corridor should take into account the layout of the existing alignment
including the extent of embankment and cut slopes and the general ground profile. While carrying out
the field surveys, the widening scheme (i.e. right, left or symmetrical to the center line of the existing
carriageway) should be taken into consideration so that the topographic surveys cover sufficient
width beyond the center line of the proposed divided carriageway. Normally the surveys should
extend a minimum of 30 m beyond either side of the center line of the proposed divided carriageway
or land boundary whichever is more

(ii). In case the reconnaissance survey reveals the need for bypassing the congested locations, the traverse
lines would be run along the possible alignments in order to identify and select the most suitable
alignment for the bypass. The detailed topographic surveys should be carried out along the bypass
alignment approved by <CE (P) Beacon>. At locations where grade separated intersections could be
the obvious choice, the survey area will be suitably increased. Field notes of the survey should be
maintained which would also provide information about traffic, soil, drainage etc.

(iii). The width of the surveyed corridor will be widened appropriately where developments and / or
encroachments have resulted in a requirement for adjustment in the alignment, or where it is felt that
the existing alignment can be improved upon through minor adjustments.

(iv). Where existing roads cross the alignments, the survey will extend a minimum of100 m either side of
the road center line and will be of sufficient width to allow improvements, including at grade
intersection to be designed.

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


i. Reference Pillar and Bench Mark / Reference pillar of size 15 cm X 15 cm X 45cm shall be cast in
RCC of grade M 15 with a nail fixed in the center of the top surface. The reference pillar shall be
embedded in concrete upto a depth of 30cm with CC M10 (5 cm wide all around). The balance 15 cm
above ground shall be painted yellow. The spacing shall be 250m apart, incase Bench Mark Pillar
coincides with Reference Pillar, only one of the two need be provided.

ii. Establishing Bench marks at site connected to GTS Bench marks at a interval of250 meters on Bench
mark pillar made of RCC as mentioned above with RL and BM No. marked on it with red paint.
iii. Boundary Pillars- Wherever the proposed alignment follows the existing alignment, the boundary
pillars shall be fixed by the DPR consultant at an interval of 200m on either side of proposed Right of
Way. Wherever there is a proposal of realignment of the existing Highway and/or construction of New
Bypasses, Consultant shall fix boundary pillars along the proposed alignment on the extreme boundary
on either side of the project Highway at 50 m interval. Boundary pillars shall be strictly provided as per
IRC:25:1967.

4.11.2.1Longitudinal and Cross-Sections

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

i. Longitudinal section levels along final center line shall be taken at every 10 m interval. The levels
shall be taken at closer intervals at the curve points, small streams, and intersections and at the
locations of change in elevation. The interval shall also be modified as per IRC:SP-19 for rolling,
mountainous & steep terrain.
ii. Cross sections at every 50 m interval in full extent of survey covering sufficient number of spot
levels on existing carriageway and adjacent ground for profile correction course and earth work
Page 48 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
calculations. Cross sections shall be taken at closer interval at curves. The interval shall be modified
as per IRC SP 19 for rolling, mountainous & steep terrain.
iii. Longitudinal section for cross roads for length adequate for design and quantity estimation
purposes.
iv. Longitudinal and cross sections for major and minor streams shall cover Cross section of the
channel at the site of proposed crossing and few cross sections at suitable distance both upstream
and downstream, bed level upto top of banks and ground levels to a sufficient distance beyond the
edges of channel, nature of existing surface soil in bed, banks & approaches, longitudinal section of
channel showing site of bridge etc. These shall be as per recommendations contained in IRC Special
Publication No. 13 (Guidelines for the Design of Small Bridges and Culverts) and provisions of
IRC:5 (“Standard Specifications & Code of Practice for Road Bridges, Section 1 – General Features
of Design”).

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

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

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


ii. Earth surface, road layers, utilities, buildings and trees with feature data extracted and mapped
in layers, marked on the map and tabulated data provided separately.
iii. All road, surface, sub surface inventory, pavement investigation and soil survey data to be
super-imposed as layers using geo-referencing data
4.11.2.2 Details of utility Services and Other Physical Features
1. The Consultants shall collect details of all important physical features along the alignment. These
features affect the project proposals and should normally include buildings and structures,
monuments, burial grounds, cremation grounds, places of worship, railway lines, stream / river / canal,
water mains, sewers, gas/oil pipes, crossings, trees, plantations, utility services such as electric, and
telephone lines (O/H & U/G) and poles, optical fibre cables (OFC) etc. The survey would cover the
entire right-of-way of the road on the adequate allowance for possible shifting of the central lines at
some of the intersections locations.

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

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

4.11.3. Road and Pavement Investigations

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

4.11.3.1 Road Inventory Surveys

Page 49 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
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;
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 services on either side within ROW. There shall be a provision of utility corridor for
appropriate categories / combination of utilities in the construction of new 4/6 laning of
NationalHighways. Such structures shall be located at appropriate location preferably as close to
theextreme edge of Right of Way (RoW). In this connection, guidelines contained in IRC:98 shall
be followed.
xiv. General drainage conditions
xv. Design speed of existing road

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

4.11.3.2 Pavement Investigation

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

Page 50 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
• drainage condition
Pavement Condition
• cracking (narrow and wide cracking), % of pavement area affected;
• raveling, % of pavement area affected;
• potholing, % of pavement area affected;
• edge break, length (m); and,
• rut depth, mm
Shoulder Condition
• Paved: Same as for pavement
• Unpaved: material loss, rut depth and corrugation,
• Edge drop, mm.
Embankment Condition
• general condition; and
• extent of slope erosion
ii. The objective of the road and pavement condition surveys shall be to identify defects and sections with
similar characteristics. All defects shall be systematically referenced, recorded and quantified for the
purpose of determining the mode of rehabilitation.
iii. In addition to visual means, the pavement condition surveys shall be carried out using Network Survey
vehicles mounted with equipment such as high resolution cameras, digital laser profilometer, transverse
profiler- the data from which should be georeferenced using a DGPS receiver and in vehicle data
processing software or equivalent technology to accurately measure the pavement surface properties
covered earlier. This pavement condition survey shall also be used as a repository for civil work and shall
be carried out as per the directions of <CE (P) Beacon>.
iv. Supplemented by actual measurements and in accordance with the widely accepted methodology
(AASHTO, IRC, OECD, TRL and World Bank Publications) adapted to meet the study requirements.
The measurement of rut depth would be made using standard straight edges.
v. The shoulder and embankment conditions shall be evaluated by visual means and the existence of
distress modes (cuts, erosion marks, failure, drops) and extent (none, moderate, frequent and very
frequent) of such distress manifestations would be recorded.
vi. For sections with severe distresses, additional investigations as appropriate shall be carried out to
determine the cause of such distresses.

vii. Middle 200m could be considered as representative sample for each one km. of road and incase all other
things are considered similar.

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

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

Page 51 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
3. Pavement Roughness

i. The roughness surveys shall be carried out using a network survey vehicle mounted laser
profilometer or better technology with specifications as described in para 2 above

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

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

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

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

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

4. Pavement Structural Strength

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

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

Page 52 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
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 (2-Laning) of existing road within the ROW, the Consultants shall test at least
three sub-grade soil samples for each homogenous road segment or three samples for each soil type
encountered, whichever is more.
(ii). For the roads along new alignments, the test pits for sub grade soil shall be @5km or for each soil
type, whichever is more. A minimum of three samples should be tested corresponding to each
homogenous segment.

3. The testing for subgrade soil shall include:

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


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

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

5. The laboratory for testing of material should be got approved from <CE (P) Beacon> before start of
work.

4.11.4 Investigations for Bridges and Structure

4.11.4.1 Inventory of Bridges, Culverts and Structures

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

4.11.4.2 Hydraulic and Hydrological Investigations

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

2. The consultant shall also collect information on observed maximum depth of scour.
Page 53 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
3. In respect of major bridges, history of hydraulic functioning of existing bridge, if any, under flood
situation, general direction of river course through structure, afflux, extent and magnitude of flood,
effect of backwater, if any, aggradation/degradation of bed, evidence of scour etc. shall be used to
augment the available hydrological data. The presence of flood control/ irrigation structures, if
affecting the hydraulic characteristics like causing obliquity, concentration of flow, scour, silting of
bed, change in flow levels, bed levels etc. shall be studied and considered in design of bridges. The
details of any future planned work that may affect the river hydraulics shall be studied and considered.

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

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

6. Conducting Model studies for bridges is not covered in the scope of consultancy services. If Model
study is envisaged for any bridge, requirement of the same shall be spelt out in the RPF documents
separately indicating scope and time frame of such study. Salient features of the scope of services to
be included for model study are given in the supplement- II Terms of Reference.

4.11.4.3Condition Surveys for Bridges, Culverts and Structures

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

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

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

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

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

Page 54 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
5. Consultant shall carryout necessary surveys and investigations to establish the remaining service life of
each retainable bridge or structure with and without the proposed strengthening and rehabilitation
according to acceptable international practice in this regard.

4.11.4.4Geo-technical Investigations and Sub-Soil Exploration

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

S. No. Description Location of Boring

1 Overall length = 6 – 30 m One abutment location and at least one intermediate


location between abutments for structures having more
than one span
2 Overall length = 30 – 60 m One abutment location and at least one intermediate
location between abutments for structures having more
than one span.
3 Overall length >60 m Each abutment and each pier locations.
2. The deviation(s), if any, by the Consultants from the scheme presented above should be approved by
<CE (P) Beacon>.

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

4. Geotechnical Investigations and Sub soil Exploration shall be carried out to determine the nature and
properties of existing strata in bed, banks and approaches with trial pits and bore hole sections
showing the levels, nature and properties of various strata to a sufficient depth below the level suitable
for foundations, safe intensity of pressure on the foundation strata, proneness of site to artesian
conditions, seismic disturbance and other engineering properties of soil etc. Geotechnical
investigation and Sub-soil Exploration will be done as per IRC 78.

5. The scheme for the borings locations and the depth of boring shall be prepared by the Consultants and
submitted to <CE (P) Beacon> for approval. These may be finalized in consultation with <CE (P)
Beacon >.

6. The sub-soil exploration and testing should be carried out through the Geotechnical Consultants
empanelled by MORT&H. The soil testing reports shall be in the format prescribed in relevant IRC
Codes.7. For the approach road pavement, bore holes at each major change in pavement condition or
in deflection readings or at 2 km intervals whichever is less shall be carried out to a depth of at least 2
m below embankment base or to rock level and are to be fully logged. Appropriate tests to be carried
out on samples collected from these bore holes to determine the suitability of various materials for use
in widening of embankments or in parts of new pavement structure.

4.11.5. Material Investigations

1. The Consultants shall identify sources (including use of fly-ash/ slag), quarry sites and borrow areas,
undertake field and laboratory testing of the materials to determine their suitability for various
Page 55 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
components of the work and establish quality and quantity of various construction materials and
recommend their use on the basis of technoeconomic principles. The Consultants shall prepare mass haul
diagram for haulage purposes giving quarry charts indicating the location of selected borrow areas,
quarries and the respective estimated quantities.

“Environment friendly materials”

th
“As per MORTH circular No. RW /NH-33044/53/2013-S&R(R) dated 20 November, 2013,
alternative pavement materials and technologies for road construction shall be assessed and compared in
the design stage. The alternative resulting in substantial reduction in GHG emission and with least life
cycle cost shall be recommended for implementation.

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

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

3. Environmental restrictions, if any, and feasibility of availability of these sites to prospective civil works
contractors, should be duly taken into account while selecting new quarry locations.

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

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

4.12 Detailed Design of Road and Pavements, Bridges, Structures

4.12.1. General

1. The Consultants are to carryout detailed designs and prepare working drawings for the following:
i. High speed highway with divided carriageway configuration complete in all respects with service roads
at appropriate locations;
ii. Design of pavement for the green field or additional lanes and overlay for the existing road, paved
shoulders, medians, verges;
iii. Bridges, viaduct/subways and other grade separated structures including ROBs/RUBs etc.
iv. At-grade and grade-separated intersections, interchanges (if required);
v. ROB for railway crossings as per the requirement and the standards of the Indian Railways; and,
vi. Prepare alignment plans, longitudinal sections and cross-sections@ 50mintervals;
vii. Designs for road furniture and road safety/traffic control features;
viii. Designs and drawings for service road/under passes/overpass / cattle passes tree planting/fencing at
locations where necessary / required
ix. Toll plazas and office-cum-residential complex for <BRO> (one for each civil contract package)
x. Short bypasses at congested locations
xi. Drainage design showing location of turnouts, out falling structures, separate drawings sheet for each 5
km. stretch.
xii. Bridges and structures rehabilitation plan with design and drawings

Page 56 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
xiii. Traffic amenities (Parking Areas, Weighing Station and Rest Areas, etc.).
xiv. Design of pavement for approach road
xv. Design of river bank protection / training works. Innovative type of structures with minimum joints,
aesthetically, pleasing and appropriate to the topography of the region shall be designed wherever
feasible.

4.12.2. Design Standards

1. The Consultants shall evolve Design Standards and material specifications for the Study primarily
based on IRC publications, MoRT&H Circulars and relevant recommendations of the international
standards for approval by <Border Roads Organisation>.

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

4.12.3. Geometric Design

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

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

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

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

i. Horizontal alignment;
ii. Longitudinal profile;
iii. Cross-sectional elements, including refuge lane (50m) at every 2kms.
iv. Junctions, intersections and interchanges;

iv. Bypasses
v. Service roads as and when require i.e built up area.

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

6. The consultants shall make detailed analysis of traffic flow and level of service for the existing road
and workout the traffic flow capacity for the improved project road. The analysis should clearly
establish the widening requirements with respect to the different horizon periods taking into account
special problems such as road segments with isolated steep gradients.

7. In the case of closely spaced cross roads the Consultant shall examine different options such as,
providing grade separated structure for some of them with a view to reduce number of at-grade
crossings, services roads connecting the cross-roads and closing access from some of the intersections
and prepare and furnish appropriate proposals for this purpose keeping in view the cost of

Page 57 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
improvement, impact on traffic movement and accessibility to cross roads. The detailed drawings and
cost estimate should include the provisions for realignments of the existing cross roads to allow such
arrangements.

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

9. The Consultant shall also prepare details for at-grade junctions, which may be adopted as alternative
to the grade separated structures. The geometric design of interchanges shall take into account the site
conditions, turning movement characteristics, level of service, overall economy and operational
safety.

10. The Consultants shall prepare design and other details in respect of the parallel service roads in
urbanized locations and other locations to cater to the local traffic, their effect of the viability of the
project on commercial basis if service roads are constructed as part of the project and the implications
of not providing the service roads.

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

4.12.4. Pavement Design

1. The detailed design of pavement shall involve:

i. strengthening of existing road pavement and design of the new pavement if


any, if the findings of the traffic studies and life-cycle costing analysis confirm
the requirement for widening of the road beyond 2lane undivided carriageway
standard;;
ii. Pavement design for bypasses;

iii. Design of shoulders.

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

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

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

5. For the design of overlays for the existing 2-lane pavement, the strengthening requirement shall duly
take into account the strength of the existing pavement vis-àvis the remaining life. The overlay
thickness requirements shall be worked out for each road segment homogenous with respect to
condition, strength and sub- grade characteristics. The rehabilitation provisions should also include the

Page 58 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
provision of regulating layer. For existing pavement with acceptable levels of cracking, provision of a
crack inhibiting layer should also be included.

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

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

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

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

4.12.5. Design of Embankments

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

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

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

4.12.6. Design of Bridges and Structures

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

i. HFL
ii. LWL
iii. LBL
iv. Erodibility of bed/scour level

Page 59 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
v. Design discharge
vi. Linear waterway and effective linear waterway
vii. Likely foundation depth
viii. Safe bearing capacity
ix. Engineering properties of sub soil
x. Artesian conditions
xi. Settlement characteristics
xii. Vertical clearance
xiii. Horizontal clearance
xiv. Free board for approach road
xv. Severity of environment with reference to corrosion
xvi. Data pertaining to seismic and wind load
xvii. Requirement of model study etc.
2. The Consultant shall prepare General Arrangement Drawing (GAD) and Alignment Plan showing the
salient features of the bridges and structures proposed to be constructed / reconstructed along the road
sections covered under the Study. These salient features such as alignment, overall length, span
arrangement, cross section, deck level, founding level, type of bridge components(superstructure,
substructure, foundations, bearings, expansion joint, return walls etc.) shall be finalized based upon
hydraulic and geotechnical studies, cost effectiveness and ease of construction. The GAD shall be
supplemented by Preliminary designs. In respect of span arrangement and type of bridge a few
alternatives with cost-benefit implications should be submitted to enable <CE (P) Beacon> to approve
the best alternative. After approval of alignment and GAD the Consultant shall prepare detailed design
as per IRC codes /guidelines and working drawings for all components of bridges and structures.
3. The location of all at-grade level crossings shall be identified falling across the existing level
crossings for providing ROB at these locations. The Consultants shall prepare preliminary GAD for
necessary construction separately to the Client. The Consultant shall pursue the Indian Railways
Authorities or/and any statutory authority of State/Central Government for approval of the GAD from
concerned Authorities.

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

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

6. Dismantling/ reconstruction of existing structures shall be avoided as far as possible except where
considered essential in view of their poor structural conditions/ inadequacy of the provisions etc.

7. The existing structures having inadequate carriageway width shall be widened/reconstructed in part or
fully as per the latest MoRT&H guidelines. The Consultant shall furnish the detailed design and
working drawings for carrying out the above improvements.

8. Suitable repair / rehabilitation measures shall be suggested in respect of the existing structures as per
IRC-SP:40 along with their specifications, drawings and cost estimate in the form of a report. The
rehabilitation or reconstruction of the structures shall be suggested based on broad guidelines for
rehabilitation and strengthening of existing bridges contained in IRC-SP:35 and IRC-SP:40.
Page 60 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
9. Subsequent to the approval of the GAD and the alignment plan by <CE (P) Beacon >, detailed design
shall also be carried out for the proposed underpasses, overpasses and interchanges.

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

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

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

4.12.7. Drainage System

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

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

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

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

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

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

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

Page 61 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
4.12.8. Traffic Safety Features, Road Furniture and Road Markings

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

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

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

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

5. Road markings and proper signage constitute another important aspect of the Road safety. The DPR
shall contain a detailed signage plan, indicating the places, directions, distances and other features,
duly marked on the chainage plan. It shall specify the suitable places where FoBs are to be provided.
Road marking and signage plan shall be included in DPR and shall be specifically approved by the
<Border Roads Organisation>.

6. Advanced Traffic Management System (ATMS) shall be in place for all 4/6 lane roads of <BRO>
being put to tolling. This would provide real time information, guidance and emergency assistance to
users. ATMS would include outdoor equipment including emergency call boxes, variable message
sign systems, meteorological data system, close circuit TV camera (CCTV) system in addition to any
other equipment required to meet the objective. Indoor equipment would include large display board,
central computer with Network Management System, CCTV monitor system and management of call
boxes system with uninterrupted power supply, all housed in a central control center. In this
connection, <BRO>’s policy circular no.11041/218/2007-Admn dated 15.09.2016 may be referred.

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

4.12.9. Arboriculture and Landscaping

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

4.12.10. Toll Plaza

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

Page 62 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
much of the vehicular traffic as possible consistent with economy of collection and operations. The
location of the toll plaza should be finalized in consultation with <BRO>.

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

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

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

4.12.11. Weighing Station, Parking Areas and Rest Areas

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

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

4.12.12 Miscellaneous Works

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

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

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

Page 63 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
4.13 Environment and Social Impact Assessment

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

4.13.1 Environmental Impact Assessment

Environment impact assessment or initial environment examination be carried out in accordance with
ADB’s Environmental Assessment Requirements of ADB 1998 guidelines for selected infrastructure
projects 1993 as amended from time to time /World Bank Guidelines / Government of India
Guidelines, as applicable

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

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

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

4. The consultant shall do the analysis of alternatives incorporating environmental concerns. This
should include with and without scenario and modification incorporated in the proposed project
due to environment considerations.

5. The consultant shall give special attention to the environmental enhancement measures in the
project for the following:

(a) Cultural property enhancement along the highways


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

6. The consultant shall prepare the bill-of-quantities (BOQ) and technical specifications for all
items of work in such a way that these may be readily integrated to the construction contracts.

7. The consultant shall establish a suitable monitoring network with regard to air, water and noise
pollution. The consultant will also provide additional inputs in the 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
<Brder Roads Organisation>. The consultants will make presentation, if required, in defending
the project to the MOEF Infrastructure Committee.

Page 64 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
10. The consultant shall identify and plan for plantation and Transplantation of the suitable trees
along the existing highway in accordance with IRC guidelines.

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

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

4.13.2 Social Assessment

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

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

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

• Assessment on the impact of the project on the poor and vulnerable groups along the project road
corridor.
• Based on the identified impacts, developing entitlement matrix for the project affected people.
• Assessment on social issues such as indigenous people, gender, HIV/AIDS, labourers including
child labour.
• Implementation budgets, sources and timing of funding and schedule of tasks.

• Responsibility of tasks, institutional arrangements and personnel for delivering entitlement and
plans to build institutional capacity.
• Internal and external monitoring plans, key monitoring indicators and grievance redress
mechanism.
• Incorporating any other suggestions of the ADB/ World Bank/ <BRO>, till the acceptance of the
reports by the ADB/ World Bank/ <BRO>

4.13.4 Reporting Requirements of EIA

• The consultant would prepare the stand-alone reports as per the requirement of the ADB/World
Bank /<Border Roads Organisation>, as applicable, with contents as per the following:
• Executive Summary
• Description of the Project
Page 65 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
• Environmental setting of the project.
• Identification and categorization of the potential impacts (during pre- construction,
construction and operation periods).
• Analysis of alternatives (this would include correlation amongst the finally selected alternative
alignment/routing and designs with the avoidance and environmental management solutions).
• The public consultation process.
• Policy, legal and administrative framework. This would include mechanisms at the states and
national level for operational policies. This would also include a description of the
organizational and implementation mechanism recommended for this project.
• Typical plan or specific designs for all additional environmental items as described in the scope
of work.
• Incorporating any other as per the suggestions of the ADB/ World Bank / <BRO>, till the
acceptance of the reports by the ADB/ World Bank/ <BRO> , as applicable.
• EMP Reports for Contract Package based on uniform methodology and processes. The
consultant will also ensure that the EMP has all the elements for it to be a legal document. The
EMP reports would include the following:
• Brief description of the project, purpose of the EMP, commitments on incorporating
environmental considerations in the design, construction and operations phases of the project
and institutional arrangements for implementing the EMP.
• A detailed EMP for construction and operational phases with recourse to the mitigation
measures for all adverse impacts.
• Detailed plans for highway-side tree plantation (as part of the compensatory afforestation
component).
• Environmental enhancement measure would be incorporated.
• Enhancement measures would include items described in the scope of work and shall be
complete with plans, designs, BOQ and technical specifications.
• Environmental monitoring plans during and after construction including
scaling and measurement techniques for the performance indicators selected for monitoring.
• The EMP should be amendable to be included in the contract documents for the works.
• Incorporating any other as per the suggestions of the ADB/ World Bank/ <BRO>, till the
acceptance of the reports by the ADB/ World Bank /<BRO> as applicable.

4.13.5 Reporting requirements of RAP

Analysis on the resettlement plan be conducted based on ADBs Hand Book on Resettlement, A
Guide to Good practice 1998 as amended time to time/ World Bank Guidelines / Government of
India Guidelines, as applicable.

• Executive summary
• Description of project
• Objectives of the project.
• The need for Resettlement in the Project and evaluation of measures to minimize resettlement.
• Description and results of public consultation and plans for continued participation of PAPs.
• Definition of PAPs and the eligibility criteria.

Page 66 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
• Census and survey results-number affected, how are they affected and what impacts will they
experience.
• Legal and entitlement policy framework-support principles for different categories of impact.
• Arrangements for monitoring and evaluation (internal and external)
• Implementation schedule for resettlement which is linked to the civil works contract
• A matrix of scheduled activities linked to land acquisition procedures to indicate clearly what
steps and actions will be taken at different stages and the time frame
• The payment of compensation and resettlement during the acquisition process
• An itemized budget (replacement value for all assets) and unit costs for
different assets

5.1 Land Acquisition

5.1.1 Overall program management of all activities pertaining to Land Acquisition

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

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

5.1.1.2 Liaison with relevant state departments throughout land acquisition process

i. Liaison with State Government departments including but not limited to Land Revenue Office (or
Tehsil), Sub - Registrar office, Directorate of Surveys and with other State departments (like Public
works department, horticulture department etc.) to expedite the land acquisition process
ii. Co-ordinate collection of all the necessary land record documents and information required to support
CALA/CALA staff during the LA process

5.1.1.3 Facilitate communication between <BRO> (PIU) and CALA throughout land acquisition process

i. Ensure prompt official communication (including delivery of documents and notifications) between the
office of Competent Authority for Land Acquisition (CALA) and <BRO>

5.1.1.4 Support CALA and PIU with manpower and resources CALA throughout land acquisition process

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

5.1.2 Assist CALA and <BRO> (PIU) in the publication of notifications

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

i. Index Map: Document showing alignment of proposed highway overlaid on a detailed political map of
the region

Page 67 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
ii. Alignment plan: Engineering plan detailing relative position of Proposed Right of Way to existing road,
bypasses, realignments significant structures, affected villages and chainage
iii. <BRO> project sanction document detailing chainage, length, scheme code and land acquisition
requirements (Total Land Required, Land available, land to be acquired etc.)

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

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

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

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

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

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

5.1.3 Assist CALA and <BRO> (PIU) in the publication of 3A/Equivalent notification

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

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

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

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

5.1.3.3 Ensure collection of geo referenced control points capable of being imported into appropriate GIS system

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

5.1.3.4 Ensure accurate digitization and projection of village maps on GIS system

Page 68 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
i. Consultant should ensure complete digitization of the area containing the Proposed Right of Way
ii. Where digitized revenue maps are unavailable or are deemed to be insufficient for the purposes of this
project, the consultant shall digitize the survey maps of the area falling in and surrounding the existing
and PROW, keeping the following in mind:
1. Create digitized maps of individual survey numbers using the procedure used by the land revenue
department to recreate revenue maps such as using ladder diagrams, grid dimensions etc., using
Collab Land software, wherever possible
2. Input numerical measurements mentioned in the ladder diagram/grid dimensions/survey boundaries
in Collab Land or similar software to ensure accuracy of digital map
3. Stitch the digitized survey maps to recreate a scaled and digitized village map depicting all the
survey numbers affected by the proposed right of way
iii. Ensure that the digitized map exactly matches the original map like a contact print and contain all
information contained in the original survey map
iv. Ensure an accuracy of 1mm or higher in a 1:1000 scale, as this translates into an accuracy of 1 m or
higher on ground
v. In digitization and feature addition, the consultant shall endeavor to follow any standards, requirements
and formats laid down by the relevant state/ central government agency for land ownership and revenue
management or that set by the authority involved in digitization of land records
1. Where applicable, the consultant shall share back the digitized cadastral maps in both soft and hard
copy with the relevant local agency or state government

5.1.3.5 Ensure accurate projection of survey revenue maps on Google Earth or similar GIS software necessarily
having the following layers

i. Alignment Map
ii. Digitized Village Map
iii. Topographical details as collected during topographical survey using LiDAR/Drone Imaging
iv. Geo-referenced control points imported into GIS software

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

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

5.1.3.7 Accurately identify extent of area encroached by alignment in survey numbers/sub division numbers
using appropriate software (ArcGIS/AutoCAD, etc) based on the superimposition of the alignment
map on the digitized village map

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

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

5.1.3.9 Prepare and submit 3A/equivalent draft and LA plan in the format prescribed by <BRO>

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

5.1.3.11 Facilitate CALA staff in verification of the draft 3A/ equivalent document
Page 69 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
5.1.3.12 Assist CALA staff in preparation of 3A/ equivalent notification, preamble and forwarding letter to be
forwarded to PIU

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

i. Provide computer operators to upload 3A/ equivalent notification on Bhoomi Rashi /equivalent
ii. Ensure the 3A/ equivalent submitted on Bhoomi Rashi/equivalent matches the signed copy verbatim and
no changes are made

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

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

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

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

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

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

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

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

5.1.4 Assist CALA and <BRO> (PIU) in conduction of 3C/equivalent enquiry and compilation of final orders

5.1.4.1 Co-ordinate with CALA for scheduling public hearings as necessitated by section 3C/equivalent of NH
Act 1956

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

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

5.1.4.4 Assist CALA staff in receiving and compiling of objections

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

Page 70 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
5.1.4.6 Assist CALA staff in dispatching and ensuring delivery of final 3C/equivalent orders to petitioners in a
timely manner and obtain acknowledgement of receipt of 3C/equivalent orders from the aggrieved
parties

5.1.5 Assist CALA and <BRO> (PIU) in conducting Joint Measurement Survey

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

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

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

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

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

5.1.5.4 Assist land revenue department in conducting pre-scrutiny

i. Ensure all records are submitted at Taluk office in the correct format

Page 71 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
ii. Facilitate creation of new sub-divisions based on the sub division records submitted by the survey
team, including vesting of acquired land in the name of Government of India, post publication of the
3D/equivalent notification
iii. Provide daily reports to PIU and CALA office by mail indicating progress of pre-scrutiny in terms of
number of villages covered

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

5.1.6 Assist CALA and <BRO> (PIU) in the publication of 3D/equivalent notification

5.1.6.1 Prepare 3D/equivalent draft based on 3D/equivalent notification and scrutinized JMS statements
in the format prescribed by <BRO>

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

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

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

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

5.1.6.5 Assist PIU in uploading 3D/equivalent notification (as declared by CALA) along with
preamble on Bhoomi rashi/equivalent

i. Provide computer operators to upload 3D/equivalent notification on Bhoomi rashi/equivalent


ii. Ensure the 3D/equivalent submitted on Bhoomi rashi/equivalent matches the signed copy verbatim and no
changes are made

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

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

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

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

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

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

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

i. Ensure submission of 3D/equivalent statement along with sub-division records to the PIU in prescribed
format within 45 days of 3A/equivalent publication
ii. Ensure publishing of 3D/equivalent in Gazette by pursuing the same with relevant stakeholder within
15 days of submission of final 3D/equivalent to the PIU
iii. Provide adequate manpower including but not limited to surveyors, revenue
inspectors, chain-men, liaison officers, computer operators, central line marking teams, helpers, etc. to
ensure mandated timelines are met
Page 72 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
iv. Ensure adequate resources including but not limited to computers, boundary pillars, Total
Station/DGPS systems, vehicles etc. are deployed to ensure mandated timelines are met

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

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

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

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

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

i. Collate ownership claims and the documents received during the claim hearings
ii. Assist the office of the CALA in verifying the claims and in finalizing the land owners

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

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

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

5.1.7.7 Conduct valuation of land related assets (Structures, trees, crops etc.) and liaison with respective State
authority including but not limited to State Public Works Department, Agriculture, Horticulture, Forest
Department, etc. for authentication of the valuation.
5.1.7.8 Assist CALA in 3G/Equivalent award preparation and in drafting 3G/Equivalent award documents
along with the required annexures including but not limited to preparation of field book which contains
award by each beneficiary, list of sales statistics considered for finalizing the market value, etc.

5.1.8 Assist <BRO> in obtaining possession of land

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

5.1.8.2 Assist CALA staff in drafting notification for beneficiaries for award collection and vacating the land
within 60 days (under section 3E/Equivalent)
5.1.8.3 Co-ordinate serving of notice to all beneficiaries for collection of award and to vacate the land within 60
days (under section 3E/Equivalent)

Page 73 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
5.1.8.4 Co-ordinate collection of certificate of possession from CALA

5.1.9 Publication of Gazette Notifications relating to Land Acquisition:

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

5.2 Utility shifting proposal and estimates

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

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

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

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

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


ii. Relative offset from the centerline
iii. Existing right of way

5.2.2 Plan for utilities in future road design

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

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

5.2.3 Develop a utilities relocation plan

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

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

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

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

5.2.4 Estimates and approvals


1. Consultants need to obtain draft utilities shifting proposal from user departments for all utilities
identified for shifting along project road
Page 74 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
2. Prepare utility shifting cost estimates using latest schedule of rates and obtain approval from user
departments

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

4. Work with user department, <BRO> as required to incorporate any changes


requested in shifting proposal and cost estimate

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

5.3 Estimation of Quantities and Project Costs

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

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

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

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

6. Viability and Financing Options and Bidding process


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

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

3. For models to be used for the economic and the commercial analyses, the calibration
methodology and the basic parametres adapted to the local conditions shall be clearly brought out and
got approved by <CE (P) Beacon>.

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

6.1. Economic Analysis


1. The Consultants shall carry out economic analysis for the project. The analysis should be for each of the
sections covered under this TOR. The benefit and cost streams should be worked out for the project
using HDM-IV or other internationally recognized lifecycle costing model.
Page 75 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
2. The economic analysis shall cover but be not limited to be following aspects:

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

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

Scenario – I Base Costs and Base Benefits


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

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

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

6.2 Financial Analysis


6.2.1 Need for financial analysis

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

6.2.2 Financial analysis of the project

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

Page 76 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
6.2.3 Outputs from financial analysis

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

6.3 Bidding process

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

6.3.2 Preparation of documents

1. The consultant shall prepare all required bid documents and technical schedules required for
the bidding of the project for further consultancy to prepare DPR and Authority’s Engineer.

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

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

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

5. The consultant may be required to prepare the Bid Documents, based on the feasibility report,
due to exigency of the project for PMC if desired by <BRO>.

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

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

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

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

6.3.3 Support during the bidding process

1. Consultant shall support < Border Roads Organisation> through the entire bid process and
shall be responsible for sharing the findings from the preparation stages during the bid process
for PMC.

2. The consultant shall ensure participation of senior team members of the consultant during all
interaction with potential bidders including pre-bid conference, meetings, site visits etc.
Page 77 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
3. During the bid process for PMC, the consultant shall support the authority in:
a. Responding to all pre-bid technical queries
b. Preparation of detailed responses to the written queries raised by the bidders

4. The consultant shall assist <Border Roads Organisation> and its functionaries as needed in the
evaluation of technical bids

7. Time period for the service


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

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

8. Project Team and Project Office of the Consultant

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

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

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

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

5. All key personnel and sub professional staff of the DPR Consultants shall use the fingerprint based
(biometric) attendance system for marking their daily attendance. Attendance shall be marked at least
once a day and anytime during the day. Biometric Attendance System shall be installed by the DPR
Consultants at its own cost at the site office and design office in order to facilitate the attendance
marking. A copy of attendance records shall be attached at the time of submission of their bills to the <
CE(P) Beacon > from time to time. Proper justification shall be provided for cases of absence of key
personnel/ sub-professional staff which do not have prior approval from Project Director of Concerned

Page 78 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
stretch. If < CE(P) Beacon > so desires, it shall facilitate electronic linking of the attendance system
with the Central Monitoring System of < CE(P) Beacon >.

9. Reports to be submitted by the Consultant to < CE(P) Beacon>

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

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

No Stage Key activities Report/deliverable submitted

1 Inception Project planning and mobilization Inception Report, QAP, EIA and
RAP PLan
2 Feasibility Alignment finalization, Alignment Options Report and
preliminary surveys Feasibility Report

3 Bid Documents Preparation of Bid documents for Draft RFP, Schedules and DCA
PMC to prepare DPR and
Authority’s Engineer for
supervision
3 LA and LA, utilities identification; Strip Plan, LA Report (3a,
Clearances I creation of draft notifications and 3A)/equivalent, Clearances and
proposals Utility Shifting proposals

4 DPR Detailed design of highway, Draft DPR Report, Final DPR


preparation of detailed project Report, documents and drawings
report with drawings

5 Technical Preparation of bid documents and Civil Works Contract Agreement


Schedules technical schedules and Schedules

6 (i) LA II Land acquisition process, JMS and 3D/equivalent Report,


(ii) Project obtaining final utilities estimates Final Project
Clearances and required clearances Clearances and Utilities Report

7 LA III- Award Land acquisition award 3G/equivalent Report


Determination determination

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

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

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

Page 79 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
9.3 Timelines for the submission of reports and documents

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

10. Reports and Documents to be submitted by the Consultant to < CE(P) Beacon>

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

2. The time schedule for various submissions prescribed at Sl. No.1 above shall be strictly adhered to.
No time overrun in respect of these submissions will normally be permitted. Consultant is advised to
go through the entire terms of reference carefully and plan his work method in such a manner that
various activities followed by respective submissions as brought out at Sl.No.1 above are completed
as stipulated.

Consultant is, therefore, advised to deploy sufficient number of supporting personnel, both technical and
administrative, to undertake the project preparation activities in construction package (Section)
simultaneously. As far as possible, the proposal should include complete information such as number of
such persons, name, position, period of engagement, remuneration rate etc. The Consultant is also advised
to start necessary survey works from the beginning so as to gain time in respect of various other activities
in that stage.

3. DPR Deliverables in each stage of project

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

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

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

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

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

STAGE 1
10.1Quality Assurance Plan (QAP) Document

1. Immediately upon the award, the Consultants shall submit four copies of the QAP document covering
all aspects of field studies, investigations design and economic financial analysis. The quality
assurance plans/procedures for different field studies, engineering surveys and investigation, design
and documentation activities should be presented as separate sections like engineering surveys and
investigations, traffic surveys, material geo-technical and sub-soil investigations, road and pavement
investigations, investigation and design of bridges &structures, environment and R&R assessment,
economic & financial analysis, drawings and documentation; preparation, checking, approval and
filing of calculations, identification and traceability of project documents etc. Further, additional
information as per format shall be furnished regarding the details of personnel who shall be

Page 80 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
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 < CE(P) Beacon >.

2. Data formats for report and investigation result submission

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

10.2Inception Report (IR)

1. The report shall cover the following major aspects:

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

x. Draft design standards; and

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

i. Bypasses should be identified on the basis of data derived from reconnaissance and
initial traffic information/traffic studies
ii. The available alignment options should be worked out on the basis of available topographic maps, publicly
available mapping services or remote sensing based topography and land use maps
iii. The most appropriate alignment option for bypasses should be identified on the basis of site conditions and
techno-economic considerations.

Page 81 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

STAGE 2: Feasibility Report


10.3 Alignment options report

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

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

(i) Greenfield sections of the road


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

3. The alignment report shall contain:

i. Drivers for re-alignment of road and re-alignment needed as discussed in para 2 above
ii. Alignment alternatives for each section where re-alignment of road is needed
iii. Analysis of alignment alternatives bringing out the pros and cons of each alternative including, but
not limited to: new construction required, land acquisition requirements, environmental impact, utilities and
structures affected, cost of construction, road geometry and road safety aspects, input from local consultation,
<Border Roads Organisation>views
iv. Recommendations from among the alignment options presented for the authority to consider

a. Consultant will enable authority to visualize and compare alignment options by providing
alignment options in a GIS environment that should include, but not be limited to:

i. Road alignment alternative centerlines


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

vii. High resolution satellite/airborne imagery of the region

10.4 Feasibility Report


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

i. Executive summary
ii. Overview of <BRO> organization and activities, and project financing and cost recovery mechanisms
iii. Project description including possible alternative alignments/bypasses and technical/engineering
alternatives

Page 82 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
iv. Methodology adopted for the feasibility study
v. Socioeconomic profile of the project areas
vi. Indicative design standards, methodologies and specifications
vii. Traffic surveys and analysis
viii. Environmental screening and preliminary environmental assessment

ix. Initial social assessment and preliminary land acquisition/resettlement plan

x. Cost estimates based on preliminary rate analysis and bill of quantities,

xi. Cost analysis of all alternate identified alignments

xii. Economic and financial analysis

xiii. Conclusions and recommendations

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

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

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

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

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

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

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

STAGE 3:
10.5 Strip Plan and Clearances

1. The Consultants shall submit the following documents:

i. Details of the center line of the proposed widened NH along with the existing and proposed right-of-way
limits to appreciate the requirements of land acquisition;
ii. The information concerning the area including ownership of land to be acquired for the implementation
of the project shall be collected from the revenue and other concerned authorities and presented along
with the strip plans;
iii. Strip plans showing the position of existing utilities and services indicating clearly the position of their
relocation;
iv. Details for various clearances such as environment and forest clearances;
v. Separate strip plan showing shifting / relocation of each utility services in consultation with the
concerned local authorities;
Page 83 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
vi. The utility relocation plans should clearly show existing right-of-way and pertinent topographic details
including buildings, major trees, fences and other installations such as water-mains, telephone, telegraph
and electricity poles, and suggest relocation of the services along with their crossings the highway at
designated locations as required and prepare necessary details for submission to the Service
Departments;
vii. Detail schedules for acquisition of additional land and additional properties in consultation with the
revenue authorities; and
viii. Land Acquisition Plan shall be prepared after digitization of cadastral / land revenue maps. The digitized
map shall exactly match the original map, like a contact print, since the dimensions and area of plots, or
the whole village is to be extracted from the map itself. An accuracy of 1mm or higher in a 1:1000 scale
map shall be ensured, as this translates into an accuracy of 1 m or higher on ground.

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

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

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

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

5. Kilometer-wise Strip Plans for section (Package) shall be prepared separately for each concerned
agency and suggested by <BRO>.

10.6 Land Acquisition Report

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

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

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

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

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

i. Kilometer-wise existing and proposed RoW on either side of the proposed centerline

Page 84 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
ii. Detail schedules of additional land to be acquired, land ownership and other required details as per revenue
records
iii. Details of properties, such as buildings and structures falling within the right-of way
iv. Costs of acquisition as per revenue authorities and also based on realistic market derived rates
v. Detail schedules for acquisition of additional land and additional properties in consultation with the revenue
authorities;

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

i. All required details on land parcels to be acquired


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

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

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

10.7 Utility relocation plan

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

2. The utility relocation shall contain details regarding:

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

10.8 Clearances report

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

Page 85 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
2. The clearances report shall include kilometer-wise requirement of all clearances required presented
along with the strip plan including, but not limited to:

i. Requirements for environmental clearances along the project corridor


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

3. The clearances report shall also include:

i. Details of proposals made to concerned agencies and departments


ii. Date of submission of clearances proposals, Environmental impact assessment report to the competent
authority
iii. Copies of all actual clearance proposals made or drafts of proposals yet to be submitted iv. Information
regarding points of contact, current status of proposals made, key issues raised and clear next steps to
obtaining clearances
4. The consultant shall also assist in attending to queries raised/ furnishing of clarifications towards
securing applicable clearances.

Page 86 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
STAGE: 4
10.9 Draft Detailed Project Report (DPR)
1. The draft DPR Submission shall consist of construction package-wise Main Report, Design Report,
Materials Report, Engineering Report, Drainage Design Report, Economic and Financial Analysis
Report, Environmental Assessment Report including Resettlement Action Plan (RAP), Package-wise
bid Documents and Drawings.

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

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

Reports

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

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

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

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

Page 87 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
well as in graphical representations and schematic diagrams. The Report shall present soil
profiles along the alignment.

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

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


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

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


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

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

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

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

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

• Horizontal Alignment and Longitudinal Profile.


• Cross-section @ 50m interval along the alignment within ROW
• Typical Cross-Sections with details of pavement structure.
• Detailed Working Drawings for individual Culverts and Cross Drainage
Structures.
• Detailed Working Drawings for individual Bridges, tunnels and Structures.
• Detailed Drawings for Improvement of At-Grade and Grade-Separated
• Intersections and Interchanges.
• Drawings for Road Sign, Markings, Toll Plazas, and other Facilities.
• Schematic Diagrams (linear chart) indicating but be not limited to be following:
• Widening scheme;
• Locations of median openings, intersections, interchanges, underpasses, overpasses, bypasses;
• Locations of service roads;
• Location of traffic signals, traffic signs, road markings, safety features; and,
• Locations of toll plaza, parking areas, weighing stations, bus bays, rest areas, if any.

Page 88 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
• Drawings for toll plaza, Bus Bays, Parking areas, Rest areas, weighing stations etc. All drawings
will be prepared in A2 size sheets. The format for plan, cross section and profile drawings shall be
finalized in consultation with the concerned <BRO> officers. The drawings shall also include
details of all BM and reference pillars, HIP and VIP. The co-ordinates of all points should be
referenced to a common datum, preferably GTS referencing system. The drawings shall also
include the locations of all traffic safety features including traffic signals, signs, markings, crash
barriers, delineators and rest areas, busbays, parking areas etc.
• The typical cross-section drawings should indicate the scheme for future widening of the
carriageway. The proposed cross-sections of road segment passing through urban areas should
indicate the provisions for pedestrian movements and suitable measures for surface and sub-surface
drainage and lighting, as required.
• Digital drawings of proposed highway and features

a. The consultant shall deliver the final road alignment geometry, proposed road way model and all
proposed structures in a 3D engineered model with all the required features as proposed in Enclosure
IV

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

4. The draft Detailed Project report of specialized projects will be scrutinized by the Peer Review
consultant appointed by <BRO>. The peer Review Consultant will be retired professional in the field,
drawn from the various Central/State Highway/Road Work departments having adequate knowledge in
the field. One professional will be earmarked from the standing panel of Peer Review consultant
approved by <BRO> for each DPR. The Peer Review consultant will scrutinize the draft DPR within
15 days of submission and the observations will be complied with and incorporated in the final DPR.

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

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

STAGE: 5

10.11Bid documents and Technical Schedules

1. Bid documents

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

Page 89 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
2. Technical Schedules

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

STAGE: 6
10.12 LA & Clearances II Report Land acquisition report II

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

2. The land acquisition report shall contain:

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

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

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

3. The accompanying report on clearances shall include:

i. An updated list of all clearances required, current status, expected completion date in case the
clearance is pending, key issues and suggested next steps
ii. Details of all public hearings, consultations and meetings conducted in the process of obtaining the
required clearances
iii. Date/details of proposals submitted and estimated date for issue of clearances

iv. Date and details of all joint measurement and site inspection surveys completed

v. Date of final approval of clearances if any vi. Copies of all clearances obtained

Page 90 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Utilities Report II
1. Consultant shall obtain final utility clearances from the relevant user agencies to enable shifting
of the utilities from project road

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

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

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

i. Copies of actual approvals granted at user agency and <BRO>


ii. Cost estimates and shifting plans approved, demand note from agency
iii. Approved utilities shifting proposal including strip plan showing scheme of shifting iv. Map and
design/engineering drawings of existing utility and shifting to be executed
v. Details of approved contractors, schedule of rates for state and bank account/deposit details for
agency

vi. Finance pro-forma, utilities checklist, no upgradation certificate and other documentation as maybe
required by <BRO> at the time of approval

Stage 7: Award Determination


10.13 Submission of Award Determination Report

a. Consultant shall submit a a report on status of award upon approval by <BRO> of award
declared for 90% of area as per LA plan or as per the timeline as given in Enclosure III,
whichever is earlier

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

c. The Land award report shall contain details of:

i. Summary of compensation award status by village including:


1. total private and public land being acquired for the project (sq. m) - by village
2. date of 3A& 3D, final award by CALA, approval by <BRO> by village
3. variation of land area and nature of land use against that notified in 3D with reasons
4. Total award declared by village, claims made by beneficiaries and status of disbursement
ii. In detail for each village:
1. Updated land acquisition tracker containing parcel-wise status of each notification, award and
disbursement
2. Method used by CALA for arrival on market value
3. Valuation report and details of Award calculation
4. Claims report (received under sub-section 3 of 3G/equivalent)
Page 91 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
5. Copies of notifications published, certificates received
6. Deviations in area according to CALA from provisions under sec. 26-30
iii. Key issues being faced in completing land acquisition and tentative timeline for
completion
iv. A GIS map containing digitised details of land parcels shall be updated with all relevant land possession
details and supplied in the agreed digital format

Stage 8: Land Possession


10.14 Submission of land possession report

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

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

c) The land possession report shall contain

i. Summary of land possession status by village including:

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

• date of final award by CALA, approval by <BRO>, notification (3E) to owners and receipt of
land possession certificates from CALA by village

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

ii. Key issues being faced in completing land acquisition and tentative timeline for completion
iii. Land possession certificates as received from CALA by village
iv. Updated land acquisition tracker containing parcel-wise status of each notification and
disbursement status

v. A GIS map containing digitized details of land parcels shall be updated with all relevant land
possession details and supplied in the agreed digital format

11. Interaction with <BRO>


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

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

3. The consultant shall be required to send 3 copies of concise monthly Progress Report by the 5th day of
the following month to the designated officer at his Head Quarter so that progress could be monitored
by the <BRO>. These reports will indicate the dates of induction and de-induction of various key

Page 92 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
personnel and the activities performed by them. Frequent meetings with the consultant at site office or
in Delhi are foreseen during the currency of project preparation.

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

12. Payment Schedule


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

13. Data and Software


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

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

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

ii. 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 <BRO> floppies/CD’s containing any general
software including the financial model which has been specifically developed for the project.

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

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

Page 93 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
SUPPLEMENT-I
ADDITIONAL POINTS TO BE CONSIDERED FOR HILL ROADS IN ADDITION TO
POINTS COVERED IN MAIN TOR
Sr. No. Clause No. of Additional points
TOR
1. 2.2 a) Provisions of tunnels if required.
2. 2.3 a) Design of tunnels, if required
b) Design of protective works, slope stabilization measures, erosion control
measures, land slide control/protection measures snow drift control/snow
clearance measures, avalanche protection measures, if required
3. 3 Feasibility study and preparation of detailed project report for hill roads shall be
done in accordance with best international practices and wherever
practicable/feasible steep gradients and hair pin bends may be avoided by
realignments by provision of structures and provision of tunnels if required
4. 4.1 a) Inventory and condition survey for tunnels, if required.
b) Identification of faults in rock strata and impact of faults in design of
tunnels, if required
c) Detailed design of road considering and incorporating specific aspects
related to hill region like terrain, topographic conditions, extreme weather
conditions, altitude effects etc.
d) Design of protective works, slope stabilization measures, erosion control
measures, land slide control/protection measures, snow drift control/snow
clearance measures, avalanche protection measures, if required
e) Design of scenic overlooks/watering points etc.
5. 4.5 (1) All activities related to field studies, design and documentation shall 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.
6. 4.7 Review of data and documents pertaining to
a) Terrain and soil condition
b) Condition of tunnels, if required.
c) Sub-surface and geo-technical data for existing tunnels, if required.
d) Drawing and details of existing tunnels, if required.
e) Existing protective works, erosion control and land slide
control/protection works, slope stabilization measures, snow drift control
measures, avalanche protection measures
f) Existing land slide and snow clearance facilities
g) Geological details of rock strata in the area in case of tunnels
7. 4.11.1(1) The Consultant should make an in depth study of available geological and
Meteorological maps of the area.

Page 94 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Sr. No. Clause No. of Additional points
TOR
8. 4.11.1(2) The primary tasks to be accomplished during the reconnaissance survey shall also
include:
a) details of terrain (steep or mountainous), cliffs and gorges, general elevation of
the road including maximum heights negotiated by main ascents and descents, total
number of ascents and descents, hair pin bends, vegetation etc.
b) Climatic conditions i.e. temperature, rainfall data, snowfall data, fog
conditions, unusual weather conditions etc.
c) Realignment requirements including provision of tunnels, if required.
d) Inventory of tunnels and geologically sensitive areas like slip prone areas, areas
subject to landslides, rock fall, snow drifts, erosion, avalanche activity etc.
9. 4.11.2.1 (3.ii) Cross sections shall be taken at every 25 m. in case of hill roads and at points of
appreciable changes in soil conditions. While taking cross sections, soil conditions
shall also be recorded.
10. 4.11.3.1 (1) The inventory data shall also include:
a) General elevation of road indicating maximum & minimum heights negotiated
by main ascents & descents and total no. of ascents & descents.
b) Details of road gradients, lengths of gentle & steep slopes, lengths & location
of stretches in unstable areas, areas with cliffs, areas with loose rocks, land slide prone
areas, snow drift prone areas, no. & location of hairpin bends etc. c) Details of tunnels
d) Details & types of protective structures, erosion & land slide control/protection
measures, snow drift control measures, avalanche protection/control measures etc.
11. 4.11.3.2 (2) Pavement:
a) Location of crust failures along with their causes
b) Conditions of camber/cross falls/super elevations etc., whether affected by
subsidence Embankment: Extent of slope erosion on hill and valley side
12. -- Condition Surveys & Investigation for Slope Stabilization, Erosion Control, Landslide
Correction/Protection & Avalanche Protection Measures:
a) Inventory & Condition Surveys of Existing Protective/Control Measures:
The consultant shall make an inventory of all the structures related to Slope
Stabilization, Erosion Control, Landslide Control/protection, Avalanche Protection etc.
This shall include details of effectiveness of control measures already done and
condition of protective/control structures.
b) Landslide Investigation
This shall be carried out to identify landslide prone areas, to suggest preventive
measures or alternate routes that are less susceptible to landslide hazard. Further in
existing slide areas this shall help to identify factors responsible for instability and to
determine appropriate control measures needed to prevent or minimize recurring of
instability problems. Initial preliminary studies shall be carried out using available
contour maps, topographical maps, geological/geo-morphological maps, aerial
photographs etc. for general understanding of existing slide area and to identify
potential slide areas. This shall be followed by further investigations like
geological/geotechnical/hydrological investigation to determine specific site conditions
prevailing in the slide area as per relevant IRC specifications/publications, MORT&H
circulars and relevant recommendations of the international standards for hill roads.
The result of the investigations shall provide basis for engineering analysis and the
design of protection/remedial measures.

Page 95 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Sr. No. Clause No. Additional points
of TOR

13. 4.11.4.4 a) For tunnels if required, geotechnical and subsurface investigation shall
be done as per IRC:SP:91.
b) Geotechnical and subsurface investigation and testing for tunnels shall
be carried out through the geotechnical Consultants who have the experience of
geotechnical and subsurface investigation in similar project.
14. 4.12.1 (1) The Consultant shall also carry out detailed designs and prepare working
designs for the following:
a) cross sections at every 25 m intervals
b) Slope stabilization and erosion control measures
c) Design of protection/control structures in areas subject to subsidence,
landslides, rock fall, rock slide, snow drifts, icing, scour, avalanche activity etc.
d) Design of protective structures in slip prone and unstable areas
e) Design of scenic overlooks, watering points etc.
f) Safety features specific to hill roads
15. 4.12.2 (1) The Consultant shall evolve Design Standards and material specifications for
the Study primarily based on IRC publications, MORT&H Circulars and
relevant recommendations of the international standards for hill roads for
approval by <CE (P) Beacon>.
4.12.2 (2) The Design Standards evolved for the project shall cover all aspects of detailed
design including the design of geometric elements, pavement design, bridges
and structures, tunnels if required, traffic safety and materials.
16. 4.12.3 Wherever practicable/feasible hairpin bends and steep gradients shall be
avoided by realignments, provision of structures or any other suitable
provisions.

17. 4.12.4 While designing pavement for hill roads specific aspects relevant to hill
regions like terrain & topographic conditions, weather conditions, altitude
effects etc. shall be duly considered and suitably incorporated in design so that
pavement is able to perform well for the design traffic and service life. Effects
of factors like heavy rainfall, frost action, intensive snow and avalanche
activity, thermal stresses due to temperature difference in day and night,
damage by tracked vehicles during snow clearance operations etc. must also be
considered along with traffic intensity, its growth, axle loads and design life.

Page 96 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Sr. No. Clause No. Additional points


of TOR

19. 4.12.6 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:SP:91/MORT&H and other international specifications.

20. 4.12.7 a) Topography of hills generates numerous water courses and this
coupled with continuous gradients of roads in hills and high intensity of rainfall
calls for effective drainage of roads. The drainage system shall be designed to
ensure that the water flowing towards the road surface may be diverted and
guided to follow a definite path by suitable provision of road side drains, catch
water drains, interceptors etc. and flow on valley side is controlled so that
stability is not affected.
b) Further, adequate provision shall be made for sub-surface/subgrade
drainage to take care of seepage through the adjacent hill face of the road &
underground water flows.
21. 4.12.8 The Consultant shall design suitable traffic safety features and road furniture
including traffic signals, signs, markings, overhead sign boards, crash barriers,
delineators etc. including any feature specific to hill roads. The locations of
these features shall be given in the reports and also shown in the drawings.

22. 4.12.11
The Consultant shall 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.

23. 10.9.3 Volume II: Design Report :


a) Inventory of protection measures and other structures b) Inventory of
tunnels, if required.
b) Proposed preliminary designs for tunnels, if required.
Volume III: Drawings
a) Drawings for protection/control measures and other structures
b) Drawings for tunnels, if required.

24. 10.9.3 Volume II: Design Report (Part II)


Part II of Design Report shall also deal with design of tunnels, if required and
design of other protection/control structures.
Volume IX: Drawing Volume This
shall also include :
a) Detailed working drawings for tunnels, if required.
b) Detailed working drawings for protection/control structures

Page 97 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
SUPPLEMENT-II
ADDITIONAL REQUIREMENTS FOR BRIDGES

Sr. No. Clause No. of Additional points


TOR
1 4.1 For standalone bridge projects the scope of work shall include detailed design of
approach road extending at least up to 2 km on either side of the bridge

1. 4.11.4.2(6) Model Studies for Bridges


1. Objective
Physical/ Mathematical Model study for detailed Hydraulic / Hydrologic
investigations regarding the proposed bridge for hydraulic design of the bridge and
assessment and hydraulic design of required river training works.

2. Methodology
Physical/Mathematical Model study shall be carried out at a reputed/recognized
institution. The consultant will be responsible for identifying the institution,
supplying Information /Documents /Data required for modal studies as indicated in
para 4 below and coordinating the model study with the institution concerned

3. Scope of Work
3.1 Physical Model study
Physical modeling with appropriate model scale for Hydraulic and Hydrologic
Investigations to:
i) Finalize span arrangement causing uniformity in flow distribution, and work out
the alignment and orientation of river training works and bridge axis. ii) Provide
information on estimated/observed maximum depth of scour. iii) Provide
information on required river training works for proposed bridge iv) Provide
hydraulic design for the bridge and the required river training works.
v) Quantify the general direction of river course through bridge, afflux, extent and
magnitude of flood, effect of backwater, if any, aggradation/degradation of bed,
evidence of scour etc. shall be used to augment the available hydrological data. The
presence of flood control/irrigation structures, if affecting the hydraulic
characteristics like causing obliquity, concentration of flow, scour, silting of bed,
change in flow levels, bed levels etc. shall be studied and considered in Hydraulic
design of proposed bridge. The details of any planned work in the immediate future
that may affect the river hydraulics shall be studied and considered. vi) Analyze
effects of Wind Load on the Structures.
3.2 Mathematical Model study
Mathematical modeling for detailed Hydraulic / Hydrologic investigations regarding
the proposed new bridge to:
i) Finalize the site/location of the proposed new bridge based on mathematical
modeling.

Page 98 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
SUPPLEMENT-III
ADDITIONAL REQUIREMENT FOR SAFETY AUDIT
The use of checklists is highly recommended as they provide a useful “aide memoire” for the audit team to
check that no important safety aspects are being overlooked. They also give to the project manager and the
design engineer a sense of understanding of the place of safety audit in the design process. The following lists
have been drawn up based on the experience of undertaking systematic safety audit procedures overseas. This
experience indicates that extensive lists of technical details has encouraged their use as “tick” sheets without
sufficient thought being given to the processes behind the actions. Accordingly, the checklists provide
guidelines on the principal issues that need to be examined during the course of the safety audits.

Stage F-During Feasibility Study

1. The audit team should review the proposed design from a road safety perspective and heck the
following aspects
CONTENTS ITEMS

Aspects to be checked A. Safety and operational implications of proposed alignment and


junction strategy with particular references to expected road
users and vehicle types likely to use the road.
B. Width options considered for various sections.
C. Departures from standards and action taken.
D. Provision of pedestrians, cyclists and intermediate transport
E. Safety implications of the scheme beyond its physical limits i.e.
how the scheme fits into its environs and road Hierarchy

A1 : General Departures from standards


Cross-sectional variation
Drainage
Climatic conditions
Landscaping
Services apparatus
Lay-byes
Footpath
Pedestrian crossings
Access (minimize number of private accesses)
Emergency vehicles
Public Transport
Future widening
Staging of contracts
Adjacent development
A2 : Local Alignment Visibility
New/Existing road interface
Safety Aids on steep hills

Page 99 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

CONTENTS ITEMS

A3 : Junctions Minimise potential conflicts


Layout
Visibility

A4 : Non-Motorised Adjacent land


road users Provision Pedestrians
Cyclists
Non-motorised vehicles
A5 : Signs and Lighting Lighting
Signs/Markings
A6 : Construction and Build ability
Operation Operational
Network Management

Stage 1 – Completion of Preliminary Design

1. The audit team should review the proposed check the following aspects design from a road safety
perspective and check the following aspects

CONTENTS ITEMS

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

Page 100 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

CONTENTS ITEMS

B1 : General Departures from standards


Cross-sectional variation
Drainage
Climatic conditions
Landscaping
Services apparatus
Lay-byes
Footpaths
Pedestrian crossings
Access (minimize number of private accesses)
Emergency vehicles
Public Transport
Future widening
Staging of contracts
Adjacent development

B2 : Local Alignment Visibility


New/Existing road interface
Safety Aids on steep hills

B3 : Junctions Minimise potential conflicts


Layout
Visibility

B4 : Non-Motorised road users Adjacent land


Provision Pedestrians
Cyclists
Non-motorised vehicles

Lighting
B5 : Signs and Lighting
Signs/Markings

B6: Construction and Operation Build ability


Operational
Network Management

Page 101 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
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 Departures from standards
Drainage
Climatic conditions
Landscaping
Services apparatus
Lay-byes
Access
Skid-resistance
Agriculture
Safety Fences
Adjacent development

C2 : Local Alignment Visibility


New/Existing road interface

C3 : Junctions Layout
Visibility
Signing
Lighting
Road Marking
T,X,Y-junctions
All roundabouts
Traffic signals

C4 : Non-Motorised road users Adjacent land


Provision Pedestrians
Cyclists
Non-motorised vehicles

C5 : Signs and Lighting Advanced direction signs


Local traffic signs
Variable message signs
Other traffic signs
Lighting
Network Management

Page 102 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

ENCLOSURE-I
MANNING SCHEDULE.

A. Normal Highway Projects


Sr. Key Personnel Total Project Assignment 120 days
No
At site At design Total Time
(man office (man Period (man
month) month) month)
1 Team Leader Cum Senior Highway Engineer 3 1 4

2 Senior Bridge cum Structure Engineer 2 2 4

3 Highway cum Pavement Engineer 2 2 4

4 Geo-technical cum MaterialEngineer 3 1 4

5 Senior Survey Engineer 3 1 4

6 Traffic and Safety expert 3 1 4

7 Environmental Specialist 2 2 4

8 Quantity Surveyor / Documentation Expert 2 4 6

9 Land Acquisition Expert 7 3 10

10 Utility Expert 3 1 4

Total 18 10 28
1. Consultants have to provide a certificate that all the key personnel as envisaged in the Contract
Agreement have been actually deployed in the projects. They have to furnish the certificate at the time
of submission of their bills to <CE (P) Beacon> from time to time.

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

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

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

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

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

Page 103 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
B. Standalone Bridge Projects
Sr. Key Personnel Total Project Assignment 300 days
No
At site (man At design office Total Time
month) (man month) Period (man
month)

1 Team Leader cum Sr. Bridge Engineer 6 4 10

2 Highway cum Pavement Engineer 2 8 10

3 Bridge / Structural Engineer 3 3 6

4 Material-cum-Geo-technical Engineer- 6 4 10
Geologist
5 Senior Survey Engineer 2 4 6

6 Senior Geologist 3 3 6

7 Environmental Specialist 4 2 6

8 Quantity surveyor /Documentation Expert 2 2 4

Total 28 30 58
C. Standalone Tunnel Projects
Sr. Key Personnel Total Project Assignment 300 days
No
At site (man At design office Total Time
month) (man month) Period (man
month)
1 Team Leader Cum Senior Tunnel Engineer 6 4 10

2 Tunnel Design Expert 2 8 10

3 Senior Geophysicist 3 3 6

4 Senior Geotechnical Engineer 6 4 10

5 Senior E& M Expert 2 4 6

6 Senior Geologist 6 4 10

7 Senior Survey Engineer 4 2 6

8 Environmental Specialist 2 2 4

9 Material Engineer 6

10 Highway cum Pavement Engineer 4

11 Quantity Surveyor/Documentation Expert 4

Total 31 31 76

Page 104 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
ENCLOSURE-II
Qualification and Experience Requirement of Key Personnel
Team Leader cum Senior Highway Engineer
i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent as approved by
AICTE
Desirable Post graduate in Civil Engineering (highways / structures /
traffic and transportation / soil mechanics and foundation
engineering/ Construction Management /Transportation)
{AICTE Approved}
ii) Essential Experience
a)Total Professional Experience Min. 15 years

b) Experience in Highway Min. 12 years in Planning, project preparation and design of


projects Highway projects, including 2/4/6 laning of NH/SH/
expressways. For hill roads, respective hill roads experience is
required
c) Experience in similar In Feasibility of two / Four/Six Laning works and DPR/IC/
capacity Construction Supervision of Two/Four/six laning of major
(Either as Team Leader or in highway projects(NH/SH/Expressways)/ feasibility cum detailed
Similar capacity ) project report of two/ four laning projects of minimum aggregate
length of 80 km. For hill roads, respective hill roads experience is
required.
iii) Age Limit 65 years on the date of submission of proposal
Senior Bridge Engineer
i) Educational Qualification

Essential Graduate in Civil Engineering or equivalent

Desirable Masters in Bridge Engineering / Structural Engineering

ii) Essential Experience

a)Total Professional Min. 10 years


Experience
b) Experience in Bridge Min. 08 years in project preparation and design of bridge
projects projects.

c) Experience in similar Bridge Engineer in highway design consultancy projects (2/4/6


capacity lane NH/SH/ Expressways)involving design of minimum two
major bridges (length more than 200 m)

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

Page 105 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

Highway cum Pavement Engineer


i) Educational Qualification

Essential Degree in Civil Engineering

Desirable Masters in highway engineering/Transportation


Engineering

ii) Experience

a) Total Professional Experience Min. 08 years


b) Experience in Highway projects Minimum 06 years’ experience in pavement design and
maintenance of highways

c) Experience in similar capacity Pavement design for major highway projects (2/4/6 lane
NH/SH/Expressways) of minimum aggregate length of 80 km.

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


Material Engineer – cum – Geotechnical Engineer cum Geologist
i) Educational Qualification

Essential Graduate in Civil Engineering or M.Sc. Geology


Desirable Masters in Foundation Engineering / Soil Mechanics / Phd in
Geology /Geo Tech Engineering

ii) Essential Experience

a) Total Professional Experience Min. 10 years

b) Experience in Highway Min. 7 years on similar projects in design and/or construction


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

Page 106 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL
Senior Survey Engineer

i) Educational Qualification

Essential Graduate or equivalent in Civil Engineering or Diploma


in Civil Engg or Diploma in Surveying

Desirable Masters in Survey Engineering/ Surveying / Remote


Sensing

ii) Essential Experience

a) Total Professional Min. 10 years


Experience
b) Experience in Highway Min. 8 years on similar projects in project
projects preparation and construction & thorough
understanding of modern computer based methods
of surveying
c) Experience in similar Survey Engineer for projects preparation of highway
capacity projec (NH/SH/Expressways) involving 2/4/6- laning of
minimum aggregate length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal

Traffic / Road Signage / Marking and Safety Expert

i) Educational Qualification

Essential Graduate in Civil Engineering

Desirable Masters in Traffic Engineering / Transportation


Engineering / Transport Planning

ii) Essential Experience

a) Total Professional Min. 06 years


Experience
b) Experience in Highway Min. 05 years on similar projects.
projects
c) Experience in similar Traffic Engineer in highway Projects
capacity (NH/SH/Expressways) involving 2/4/6 laning of
minimum aggregate length of 80 km.

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

Page 107 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL
Environmental Specialist

i) Educational Qualification

Essential Graduate in Civil Engineering / Environment


Engineering / Masters in Environment Science

Desirable Post Graduate in Environmental Engineering

ii) Essential Experience

a) Total Professional Experience Min. 06 years

b) Experience in Highway Min. 5 years in environment impact assessment and


Projects permitting of highway projects (2/4/6 laning)

c) Experience in similar capacity Environmental Specialist in at least two


highway projects (2/4/6 laning)

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

Quantity Surveyor/Documentation Expert

i) Educational Qualification

Essential Graduate or equivalent in Civil Engineering /


Certificate course from ‘Institution of Quantity
Surveying’
Desirable

ii) Essential Experience

a) Total Professional Experience Min. 10 years

b) Experience in Highway Min. 8 years in Preparation of Bill of Quantities,


Projects Contract documents and documentation for major
highway projects involving two/ four laning

c) Experience in similar capacity Quantity Surveyor / Documentation Expert in highway


projects
(NH/SH/Expressways) involving two/four/six laning
of minimum aggregate length of 80 km.
iii) Age Limit 65 years on the date of submission of Proposal

Page 108 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Enclosure-II (contd.)
QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

Land acquisition expert


i) Educational Qualification

Essential Graduate or equivalent

ii) Essential Experience

a) Total Professional Experience 15 years as Deputy-Tehsildar or above


Desirable: Ex- revenue officers like Ex-
ADM/SDM, Ex-Tehsildar, Ex-Deputy
Tehsildar etc.
b) Role specific experience Min 10 years in Land acquisition for
government/ authority projects

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


Utility expert
i) Educational Qualification

Essential Graduate or equivalent in major engineering


disciplines viz. mechanical/ electrical/ civil
engineering
ii) Essential Experience

a) Total Professional Experience Min 10 years Desirable: Ex- officers or engineers


from utility agencies

b) Role specific experience Min. 8 years in Utility estimation and relocation/


erection of electric/ gas/ other utilities Desirable:
Experience with utilities along the highway/road.

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

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

TEAM LEADER CUM SENIOR BRIDGE ENGINEER


i) Educational Qualification

Essential Graduate in Civil Engineering or equivalent as approved


by AICTE

Desirable Post graduate in Structural Engineering,


Degree/Diploma/Certificate in Project Management

ii) Essential Experience

a)Total Professional Experience Min. 15 years


Page 109 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

b) Experience in Bridge projects Min. 5 years in major Bridge Construction / Development


Project.

c) Experience in similar capacity (Either as He should have handled as Team Leader/Project Manager
Team Leader or in Similar capacity ) or similar capacity of at least Two projects in
Construction Supervision / IC involving 4 laning/6-
laning/Expressway of minimum 50km length and atleast
two major bridge of a length 500 mtr. (Excluding
approaches).
iii) Age Limit 65 years on the date of submission of proposal
Bridge/Structural Engineer
i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent

Desirable Masters in Bridge Engineering / Structural Engineering

ii) Essential Experience


a)Total Professional Experience Min. 8 years

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

c) Experience in similar capacity Bridge Engineer in highway design


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

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

Qualification and Experience Requirement of Key Personnel

Team Leader cum Senior Tunnel Expert


I Educational Qualification

Graduate in Civil Engineering/Tunnel Engineering/Mining


Essential Engineering

Post Graduate in Civil Engineering/Tunnel


Desirable Engineering/Mining Engineering

II Essential Experience

a) Total Professional Experience Min. 20 years

Page 110 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

(i) Professional experience in handling major tunnel projects


(Road/Rail/Metro)

(ii) Experience in major tunnel construction/construction


supervision projects (Road/Rail/Metro)

(iii) Experience in preparation of DPR or Feasibility report of


b) Experience in Tunnel projects major tunnel projects (Road/Rail/Metro)

(iv) Experience in DPR preparation of minimum 5 km Tunnel


length

(v) Experience in construction/construction supervision/


preparation of DPR/feasibility report of major tunnel projects
(Road/Rail/metro) using NATM

(i) Experience as Team Leader or similar capacity in major


tunnel construction/construction supervision projects
(Road/Rail/Metro)
c) Experience in similar capacity
(ii) Experience as Team Leader or similar capacity in
preparation of DPR or Feasibility report of major tunnel
projects (Road/Rail/Metro)

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

Tunnel Design Expert


I Educational Qualification

Essential Degree in Civil/ Mining Engineering

Desirable Post Graduation in Design/ Structural Engineering or equivalent.

II Essential Experience

a)Total Professional Experience Min. 15 years

(i) Professional Experience in handling major tunnel projects


(Road/Rail/Metro)

(ii) Experience of major tunnel construction/construction supervision


b) Experience in Tunnel projects projects (Road/Rail/Metro)

(iii) Experience in preparation of DPR or Feasibility report of major


tunnel projects (Road/Rail/Metro)

(i) Professional Experience as Tunnel Design Engineer


(Structural)
c) Experience in similar capacity (ii) Experience as Tunnel Design Engineer (Structural) of major
tunnel construction/construction supervision projects
(Road/Rail/Metro)

Page 111 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

(iii) Experience as Tunnel Design Engineer (Structural) of major


tunnel for preparation of DPR projects (Road/Rail/Metro)

(iv)Experience as Tunnel Design Engineer (Structural) in


preparation of DPR/ Feasibility report of major tunnel projects
(Road/Rail/Metro) using NATM

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

Qualification and Experience Requirement of Key Personnel

Senior Geotechnical Engineer


I Educational Qualification

Essential Civil Engineering/Mining Engineering / Engineering Geology

Geotechnical Engineering /Foundation Engineering/Rock


Desirable Mechanics/Geo science or equivalent

II Essential Experience

a) Total Professional Experience Min. 15 years

(i) Professional experience in handling major tunnel projects


(Road/Rail/Metro)

(ii) Experience in major tunnel construction/construction


b) Experience in Tunnel Projects supervision projects (Road/Rail/Metro)

(iii)Experience in preparation of DPR or Feasibility report of


major tunnel projects (Road/Rail/Metro)

(i) Professional Experience as Senior Geotechnical Engineer

(ii) Experience as Senior Geotechnical Engineer or similar


capacity in major tunnel construction/construction supervision
projects (Road/Rail/Metro)

c) Experience in similar capacity (iii) Experience as Senior Geotechnical Engineer or similar


capacity in preparation of DPR or Feasibility report of major
tunnel projects (Road/Rail/Metro)
(iv) Experience as Senior Geotechnical Engineer or similar
capacity in preparation of DPR/ Feasibility report of major tunnel
projects (Road/Rail/Metro) using NATM
III Age Limit 65 years on the date of submission of proposal

Page 112 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Enclosure-II (contd.)
Senior Geophysicist
I Educational Qualification

Graduate in Geophysics/Geo science/ Earth science or


Essential
equivalent.
Post Graduation in Geophysics/Geo science/ Earth
Desirable
science or equivalent
II Essential Experience
a) Total Professional Experience Min. 15 years
(i) Professional Experience in handling tunnel/ mineral and
oil exploration projects

(ii) Experience of carrying out AEM survey for tunneling/


mineral and oil exploration or any other similar work for area
of more than 2.7 sq km
(iii) Processing, Interpreting, generating 3D resistivity model
b) Experience in Relevant works of
AEM survey’s raw data for tunneling/ mineral and oil
exploration or any other similar work for area of more than
2.7 sq km

(iv) Experience in carrying out AEM survey, processing,


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

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

Qualification and Experience Requirement of Key Personnel

Senior Geologist
i) Educational Qualification

Essential Post Graduate Degree in Geology/Related field.

Desirable Phd in Geology/Related fields.

ii) Essential Experience

a) Total Professional Experience Min. 15 years

He should have a minimum 10 years of professional


experience and should have involved in project
b) Experience in Tunnel projects
preparation/ DPR/ Tunnel Design for at least two
major Tunnel projects.

Page 113 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

He should have experience in similar capacity per


five years on Design/ Construction/ Supervision of
c) Experience in similar capacity Tunnel Projects. The minimum cost of the project
handled in the similar capacity should be 2500
Millions
iii) Age Limit 65 years on the date of submission of Proposal

Senior E&M Expert


i) Educational Qualification

Essential Degree in Electrical/Mechanical Engineering.

Desirable Post Graduation in Degree in Electrical/Mech


Engineering.
ii) Essential Experience

a) Total Professional Experience Min. 15 years

10 years in Tunnel Projects and should have worked


b) Experience in Tunnel projects for at least five years as an E&M Expert for Tunnel
Design/ Construction projects.
He should have handled at least two tunneling
c) Experience in similar capacity projects in similar capacity.

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

Material Engineer
i) Educational Qualification

Graduate in Civil Engineering/Material Science and


Essential Engineering or equivalent

Post-graduation in Material Science and


Desirable Engineering or equivalent

ii) Essential Experience

a) Total Professional Experience Min. 15 years

Minimum 8 years on Tunnel projects in design and /or


b) Experience in Highway
construction. Experience on Tunnel projects shall be
Projects
preferred.
Material Engineer on highway projects (2/4/6 lane
c) Experience in similar capacity NH/SH/Expressway) of minimum aggregate length of
80 km.
iii) Age Limit 65 years on the date of submission of proposal

Page 114 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
ENCLOSURE-III
Schedule for submission of Reports and Documents

Stage No. Activity No. of copies Time Period in days


from date of
commencement
1 Monthly Reports 3 By 10day of every
month
2 Inception Report
Draft Inception Report including QAP document 3 30
Inception Report including QAP document
3 30
3 F.S. REPORT
i) Draft Feasibility Study Report including alignment 4 90
option study report including draft 3(a) report
ii) Comments of client 1 105120
iii)Final Feasibility Study Report incorporating 4
compliance of comments of Client
4 LA & Clearances I Report
i) Draft LA & Clearances I Report including 4 105
draft 3(A) report
ii) Comments of client iii) Final LA & 1 120
Clearances I Report incorporating compliance of 4 135
comments of Client
5 Detailed Project Report i) Draft DPR ii) Comments of 4 180
client iii) Final DPR incorporating compliance of 1 210
comments of Client 6 240

6 Technical Schedules 4 180


i) Draft Technical Schedules ii) Comments of client 1 210
iii) Final technical schedule 6 240
7 Land Acquisition II 4 180
Submission of draft 3D publication report
8 Land Acquisition III, Award determination (3G) 240
9 Project Clearances & LA IV Report 6
Approval of Project clearances from Original letters 300
Concerned agencies e.g. from MOEF; Rly for from the
approval of GAD and detail engineering drawing of concerned
ROB/RUB; Irrigation Dept., Utility Report and agencies and 5
Possession of Land photocopies of
each

The checklist for different stages of submission of report has been enclosed as under and the same shall be
appended with proper references and page numbering. The checklist/s shall be appended with the report
without which no payment shall be made.

Page 115 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Schedule for approval of Reports and Documents by CE(P) Beacon after submission by
Consultant.
Stage Activity Time Period in days from date of
No. submission of Comment and acceptance
by CE(P) , Beacon

1 Inception Report 7 days

2 Feasibility Study Report


i) Draft Feasibility Study Report including 15days
option study report including draft 3(a) report
ii) Final feasibility Study report 15 days

3 LA & Clearances Report


i) Draft LA & Clearances Report 15 days
ii) Final LA & Clearances Report 7 days
incorporating compliance of comments of
Client
4 Detailed Project Report i) Draft DPR ii) Final DPR
incorporating compliance of comments of Client 30 days
7 days

5 Technical Schedules
i) Draft Technical Schedules ii) 30 days
Final technical schedule 7 days

The checklist for different stages of submission of report has been enclosed as under and the same shall be appended
with proper references and page numbering. The checklist/s shall be appended with the report without which no
payment shall be made.

Page 116 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
ENCLOSURE-IV
Formats for submission of Reports and Documents

1. Standard formats for deliverables


i. During the course of the assignment to prepare Feasibility Report, several reports, drawings and
documents will need to be submitted by the consultants to <CE (P) Beacon>.
ii. For the purposes of submission, format requirements have been laid out for some of the reports and
drawing deliverables in this enclosure, which shall be adhered to strictly
iii. In addition, consultants are to align and agree with <CE (P) Beacon> officials the format of
submission for all reports, during the inception stage as mentioned in clause 10.2 of this terms of
reference

2. Format for submission of report deliverables

2.1 Printed hard copies of reports

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

2.2 Digital copies of reports

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

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

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

i. Reports for that stage


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

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

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

Page 117 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
4. Data products

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

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

3. As required in clause Error! Reference source not found. Error! Reference source not found., consultants
are required to agree with <CE (P) Beacon> all actual data formats proposed to be used for the project

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

Data product Contents required (definition) Data format


Sr
No

0 Formats to be List of data, drawing and design outputs, reporting CSV or ODF sheet,
used
format, digital format suggested, key data to be .xlsx optional
included (column headers), units and system to be
used

1 Traffic surveys

1.1 List of traffic Point no, location coordinates (lat, long), location CSV or ODF sheet,
survey points of survey point, chainage, no lanes/type of junction, .xlsx optional
type of survey, date of survey, length of survey, any
commentary, equipment/technique used, link to
survey output

1.2 Classified traffic Survey point, survey location, location id (ihmcl),


volume count no of lanes, chainage, location coordinates (lat, Raw data: IHMCL
survey long), date, time and period of survey Traffic survey data format
Processed, corrected with AADT:
CSV or ODF sheet, .xlsx
optional

1.3 Survey point, survey location, location lat, long, CSV or ODF sheet,
chainage, date, time, period of survey, .xlsx optional
O-D, turning technique/equipment used in addition to the survey
movement, axle data itself
load and other
surveys

Page 118 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Sr Data product Contents required (definition) Data format


No

2 Engineering surveys and investigations

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

2.2 LIDAR point Notes must contain Date, time of survey,


cloud equipment, summary post processing applied. Laser file format for exchange
Data: Survey benchmarks, data points, point cloud CSV sheet, .xlsx optional
of entire project corridor as defined in

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

2.4 Video Traverse video of entire project length Audio video interleave
(.avi) or MPEG-4 file
(.mp4)

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

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

2.7 Longitudinal and Location of cross section - existing, design


.dxf files, .dwg/.dgn files options
cross sections chainage, lat, long, Cross section drawing

2.8 As-is road map 3D digital map of as-is project highway containing
Digital terrain model and maps in
earth surface, road layers, utilities, buildings and
Land XML/.dxf format, .dwg/.dgn
trees with feature data extracted and mapped in files options
layers, marked on the map and tabulated data
Separate CSV or ODF sheet,
provided separately. All road, surface, sub surface
.xlsx optional of feature data in
inventory, pavement investigation and soil survey
addition to map
data to be super-imposed as layers

2.9 Details of utility type of utility, no, class and category of utility CSV or ODF sheet,
installation (e.g. 66 kV xlpe), location, distance .xlsx optional
from centerline, user agency

2.10 Utility maps geo-referenced schematic map, existing and design georeferenced shape files (.shp)
road centerline, type of utility, size, no, class and and
category drawings in .dxf format

2.11 Road inventory All data as required in clause 4.11.3.1, CSV or ODF sheet
surveys georeferencing for each row of data in lat, long form

Page 119 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Sr No Data product Contents required (definition) Data format

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

2.13 Data as required in clause 4.11.3.2, CSV or ODF sheet


Pavement condition
along with location/chainage and geo-
survey
reference for all data

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

2.15 Sub-grade and In the format of the testing lab, Summary in CSV or
soil strength summary details must be tabulated and ODF sheet
must include: test pit no, location,
chianage, lat/long, date, time of test,
tester/lab details, in-situ density,
moisture content, field CBR,
characterization, in-lab moisture and
density, lab CBR

3 Proposed roadway designs

3.1 Proposed Georeferenced centerline horizontal and vertical Geometry or shape files :
alignment alignment for the road .shp/.dxf, .dwg/.dgn
geometry To be presented superimposed on surface map, files options
satellite imagery and digital elevation model of
region

3.2 Final Georeferenced centerline horizontal and Geometry or shape files :


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

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


roadway data- including embankment, road way, road
model layers, roadside amenities, signals, road
furniture, markings and other construction
elements in 3D

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


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

Page 120 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Data Contents required (definition) Data format


product
Sr No

3.5 Proposed Roadway cross sections for homogenous


.dxf files
highway sections
Digital surface model in
cross
.dxf format
sections

4 Other deliverables

4.1 Digitized Digitized revenue map overlaid with key


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

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

3 Online hosting and archival of deliverables

3.1 Hosting deliverables online

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

3.2 Deliverables to be hosted

i. Data and deliverables to be hosted in an online accessible format shall include but not be
limited to:
ii. All draft and final deliverables in the digital formats prescribed in this TOR and in file
formats in wide use where formats are not specified
iii. Data, images and videos from all surveys and investigations conducted of this enclosure
iv. All correspondence to and from < Border Roads Organisation> including clients’ comments
on submitted reports

Page 121 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
v. Any communication, letters and approvals to and from other government local agencies and
any other relevant body
vi. The platform shall also contain an index and table of contents of information being hosted
for ease of access and use

3.3 Time period and costs

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

Page 122 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
APPENDIX-II
Proof of Eligibility

Form-E1

Letter of Proposal (On Applicant’s letter head)


(Date and Reference)

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

Sub: Appointment of Consultant for finalization Alignment and preparation of Feasibility Report for ……………...

Dear Sir,

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

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

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

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

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

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

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

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

9. I/We certify that in regard to matters other that security and integrity of the country, we or any of our
Associates have not been convicted by a Court of Law or indicted or adverse orders passed by a regulatory
authority which would cast a doubt on our

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

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

Page 123 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
11. I/We further certify that no investigation by a regulatory authority is pending either against us or against our
Associates or against our CEO or any of our Directors/Managers/employees.

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

13. Deleted.

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

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

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

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

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

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

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

Yours faithfully,

(Signature, name and designation of the authorized signatory)

(Name and seal of the Applicant/Lead Member)

Page 124 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Appendix- II
Form-E2/T3

FIRM’S REFERENCES

Relevant Services Carried out in the Last Seven Years (2010-11 onwards) Which BestIllustrate
Qualifications

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

Assignment Name: Country:

Location within Country : Professional Staff Provided by


your firm:

Name of Client : No. of Staff :

Address : No. of Staff Months :

Start Date Completion Date Approx. Value of


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

Name of JV/Association Firm(s) if any : No. of Months of Professional Staff provided by


Associated Firm(s)

Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member/Associate

Narrative Description of Project :

Description of Actual Services Provided by your Company:

Signature of Authorized Representative

(Certificate from Employer regarding experience should be furnished)

Page 125 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
APPENDIX-II
Form-E3
Financial Capacity of the Applicant Name of Applicant:

Sr. No. [Financial Year]* Annual Revenue (Rs/US $ in million)

1 2019-20

2 2018-19

3 2017-18

4 2016-17

5 2015-16

Certificate from the Statutory Auditor

This is to certify that -------------- (name of the Applicant) has received the payments shown above against the
respective years on account of Consultancy Services.

Name of the audit firm Seal of the audit firm Date

(Signature, name and designation of the authorized signatory)

$In case he Applicant does not have a statutory auditor, it shall provide the certificate from its chartered accountant
that ordinarily audits the annual account of the Applicant.

Note:

*Financial year to be modified as applicable

Please do not attach any printed Annual Financial Statement.

Page 126 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

APPENDIX-II
Form- E4

(Deleted)

Page 127 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

APPENDIX-III
(Form-T1)

TECHNICAL PROPOSAL

FROM: TO:

Sir:

Subject Consultancy Service for

Regarding Technical Proposal

I/We (name of Bidder) Consultant/ Consultancy firm herewith enclose


Technical Proposal for selection of my/our firm/organization as Consultant for

Yours faithfully,

Signature

Full Name

Designation

Address

(Authorized Representative)

Page 128 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

(Form-T-2)
Details of projects for which Technical and Financial Proposals have been submitted

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

Page 129 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Form-E2/T3
FIRM’S REFERENCES

Relevant Services Carried out in the Last Seven Years Which Best IllustrateQualifications

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

Assignment Name: Country:

Location within Country : Professional Staff Provided by your firm:

Name of Client : No. of Staff :

Address : No. of Staff Months :

Start Date Completion Date Approx. Value of Services : (in INR/current USD) :
(Month / Year) (Month / Year)

Name of JV/Association Firm(s) if any : No. of Months of Professional Staff provided by


Associated Firm(s)

Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member/Associate

Narrative Description of Project :

Description of Actual Services Provided by your Company:

Signature of Authorised Representative

(Certificate from Employer regarding experience should be furnished

Page 130 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Form- T4
SITE APPRECIATION

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

Page 131 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Form- T5
Composition of the Team Personnel and the task Which would be assigned toeachTeamMember

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

II. Support Staff


Sr No. Name Position Task Assignment

1.
2.
3.
4.

….

….

Page 132 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Form- T6

APPROACH PAPER ON METHODOLOGY PROPOSED FOR PERFORMING THE


ASSIGNMENT

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

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

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

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

a) proposed alignment and bypass required

b) land acquisition requirements

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

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

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

Page 133 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Form- T7
Details of Material Testing Facility

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

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

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

4. In case answer to 1 is Outsourced / Not Available state arrangements made / proposed to be made for testing
of materials.

Page 134 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Form- T8
Facility for Field investigation and Testing

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

a) Geo-technical investigation Available (created in-house at site)/ Outsourced/ Not Available

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

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

3. In case answer to 1 is Outsourced/ Not Available arrangements made/proposed to be made for each of above
Field investigation and testing

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

Page 135 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
REFERENCES

Relevant Services Carried Out Which Best Illustrate Qualifications

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

Location within Country : Professional Staff Provided by your firm:

Name of Client : No. of Staff :

Address : No. of Staff Months :

Technology Used:

Start Date Completion Date Approx. Value of Services : (in INR/current USD) :
(Month / Year) (Month / Year)

Name of JV/Association Firm(s) if any : No. of Months of Professional Staff provided by Associated Firm(s)

Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member/Associate

Narrative Description of Project :

Description of Actual Services Provided by your Company:

Signature of Authorised Representative

(Certificate from Employer regarding experience should be furnished)

Page 136 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Form- T9
Office Equipment and software

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

Page 137 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Form- T10

(Curriculum Vitae as per INFRACON)


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

Page 138 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

UNDERTAKING FROM THE PROFESSIONAL

Name of Work:

Position in the Team:

I, ………………………. (Name and INFRACON registered ID) have not left any
assignment with the consultants/ contractors engaged by Client viz. MoRT&H
/NHAI/NHIDCL/IAHE/BRO/ State PWD or any other MoRTH implementing agency without
completing my assignment. I will be available for the entire duration of the current project for which
I am being included in the team. If I leave this assignment in the middle of the completion of the
work, I may be debarred for an appropriate period to be decided by Client. I shall also have no
objection if my services are extended by Client for this work in future.

I, the undersigned, also certify that to the best of my knowledge and belief, my biodata,
information and credentials uploaded on INFRACON portal truly describe myself, my qualification
and my experience. I shall be liable for any action, as deemed fit, in case there is any mis-
representation in this regard.

Date:

Place:

Signature

(Name of Key Personnel)

Page 139 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

UNDERTAKING FROM CONSULTING FIRM

Name of Work:

The undersigned on behalf of ……………………………..(Name of Consulting Firm) with


…………….(INFRACON ID) certify that none of the Key Personnel included in our team to the
best of our knowledge has left his/her assignment with any consulting/ contracting firm engaged by
MoRT&H /NHAI/NHIDCL/ IAHE/BRO/ State PWD or any other MoRTH implementing agency.
We also confirm the truthfulness of the credentials uploaded by our firm/JV Member/Associate and
all the Key Personnel proposed in our team on INFRACON.

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

Date:

Place:

Signature

(Name of Authorized Signatory)

Page 140 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
APPENDIX-IV
(Form-I)

FINANCIAL PROPOSALS

FROM: TO:

Sir:

Subject: 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.

Page 141 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

(Form-II)
Format of Financial Proposal

Summary of Cost in Local Currency


No. Description Amount (LC)* (INR)

I Local Consultants
Remuneration for Local Staff (inclusive of per diem allowance)

II Support Staff (inclusive of per diem allowance)

III Transportation
IV Duty Travel to Site

V Office Rent

VI Office Supplies, Utilities and Communication

VII Office Furniture and Equipment (Rental)

VIII Reports and Document Printing

IX Surveys & Investigations


A Topographical Survey
B Investigations
C Net Work Survey and GPR
X Cost of supply and fixing Boundary Pillars

XI Land Acquisition Team including support staff and


logistics/transportation
Subtotal Local Consultants :

Foreign Consultants
F-I Remuneration for Expatriate Staff
F-II Mobilization and Demobilization
Total Cost Net of Tax :
Taxes and I. Income Tax (Expatriate)
Duties ll. Other Taxes/ Duties (if any) Specify clearly
Total cost net of Goods & service tax**
Goods & Service Tax
TOTAL COSTS (Including GST)
LC* Local Currency

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

Note: No escalation will be payable during the services

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

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


Page 142 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
(Form-III)
Estimate of Local Currency Costs
I. Remuneration for Local Staff (includingper diem allowance)
(Normal Highway Project)

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

Professional Staff
1 Team Leader cum Senior 4
Highway Engineer
2 Senior Bridge Engineer 4
3 Highway cum Pavement Engineer 4
4 Material-cum-Geotechnical 4
Engineer- Geologist
5 Senior Survey Engineer 4
6 Traffic and Safety Expert 4
7 Environmental Specialist 4

8 Quantity Surveyor/ 4
Documentation Expert
9 Land Acquisition Expert 10

10 Utility Expert 4

Sub-Total:

Sub-Professional Staff (To be assessed by Consultant as per requirement of assignment


and one sub-professional be a fresh graduate)

1
2
3
4
5
6
7

Sub-Total:

TOTAL

Page 143 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
(For Standalone Bridge Project)

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

Professional Staff

1 Team Leader cum Senior Bridge 10


Engineer

2 Bridge Structural Engineer 6

3 Highway cum Pavement Engineer 10

4 Material-cum-Geotechnical 10
Engineer- Geologist

5 Senior Survey Engineer 6

6 Senior Geologist 6

7 Environmental Specialist 6
44

8 Quantity Surveyor/ 4
Documentation Expert

Sub-Total:

Sub-Professional Staff (To be assessed by Consultant as per requirement of


assignment and one sub-professional be a fresh graduate)

Sub-Total:

TOTAL

Page 144 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
For Standalone Tunnel Project

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

Professional Staff

1 Team Leader cum Senior 10


Tunnel Engineer
2 Tunnel Design Expert 10

3 Senior Geophysicist 6

4 Senior Geotechnical Engineer 10

5 Senior E&M Expert 6

6 Senior Geologist 10

7 Environmental Specialist 4
Sr. No. Position Name Rate (INR) Staff Month Amt.(INR)
44

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

II. Support Staff


Page 145 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

No. Position Name Staff Billing Amount


Months Rate( INR) ( INR)
1 Office Manager
2 Typist
3 Office Boy
4 Night Watchman
Total :

III. Transportation (Fixed costs)


S. No Description Qty. Nos. of Rate/ Amount (INR)
months Month
(INR)
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)

V. Office Rent (Fixed Costs)

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

months x

Total __

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

No. Item Months Monthly Rate Amount


(INR) In INR.
1 Office Supplies Drafting
2 Supplies Computer
3 Running Costs
4 Domestic and International
Communication

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

VII. Office Furniture and Equipment (Rental)

Page 146 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

No. Description Unit Quantity Rate Amount


( INR) (INR )
1 Office Furniture and Equipment LS
Total

VIII. Reports and Document Printing

No. Description No. of Copies Rate per Copy Amount (INR)


(INR. )
1 Monthly Report 3 Per Month
2 Inception Report & QAP 3

3 Environment and Social Impact 4


Screening Report

4 Draft Feasibility Report 4


5 Final Feasibility Report 6
6 Strip Plan with L.A. Reports 6
7 Draft LA and Clearances I Report 4
8 Final LA and Clearances I Report 4
9 Draft Environmental Assessment 4
report & RAP
10 Final Environmental 6
Assessment report & RAP
11 Draft Detailed Design Report & 4
Drawings etc.
Draft EMP 4
12 Draft Bidding Documents 4
13 6
Final Detailed Project Report with Bill
of Quantities, Cost Estimates, Updated
Drawings etc.
Final EMP 6

14 Final Bidding Documents 6

15 Draft 3(a) ,3(A) and 3(D) notification 9


for land acquisition ( 3 copies each)

16 LA & Clearances II Report 6

Total

IX. Survey and Investigation

Page 147 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
A. Topographical Survey (Fixed Rate)
No. Item Kms Rate per Km Amount (INR)
(INR)

1 Topographic Survey including hire 120


charges for equipment and supply of
survey teams comprising of project survey
filed staff etc. inclusive of cost of
materials, labourer
2 Detailed topographic surveys using 120
mobile/ aerial LiDAR or better technology

B. Investigation (Fixed cost)

No. Description Quantity Amount (INR)

1 Road and Bridge Inventory


2 FWD Test and Pavement Evaluation
3 Roughness Survey
4 Axle Load Survey
5 Material Survey and Investigation
6 Sub-grade Investigation
7 Traffic Survey
8 Socio-economic & Census Survey/Studies

9 Land Acquisition Studies

10 Any other investigations/surveys

11 *Sub-Soil Investigation (Boring) Rate Qty. Amount (Rs)

a) Boring in all type of soils (other 1500m (for projects of


than hard rock) length
< 110 km) or 2000m
(for projects of length >
110 km)
b)Boring in hard rock
200m (for projects of
length
< 110 km) or 300m (for
projects of length
> 110 km)
Total

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

Page 148 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

C. Net Work Survey and GPR


No. Description Unit Quantity Rate Amount
( INR) (INR )

1 Net work Survey of the existing Highways as Job 1


a repository for civil work as per directions
from Authority.

2 GPR Survey for detection of under ground Job 1


utilities
Total

X. Cost of supply and fixing Boundary Pillars


Item Amount
(INR.)

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

Page 149 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

XI Land Acquisition Team including support staff and logistics/ transportation

(A) Land acquisition Team including support staff:


S. Position Name Number Rate (INR) Man Months Amount
No. (INR)
1 Ex-Land Revenue TBN 1 8
Inspector/Officer or
equivalent

2 Ex-Kanoogo/ Girdwar or TBN 1 8


equivalent
3 Ex-Patwari or equivalent TBN 1 8

4 Typist TBN 2 8
5 Peon TBN 1 8
Total

Number of Land acquisition Teams

Grand Total for All Land acquisition Teams (A)

(B) Logistics for Land acquisition Team:


S. Item particulars Number Months Rate (INR) Amount (INR)
No.
1 Computer including necessary 2 8
peripherals
2 Printers 2 8
3 Vehicles (Bolero or equivalent) with 1 8
monthly running limit of 4000 km

Total

Number of Land acquisition Teams

Grand Total (B)

Grand Total for All Land acquisition Teams and Logistics (A) + (B)

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

Page 150 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
(Form-IV)
Estimate of Costs for Expatriate Consultants (in Indian Rupees)

I. Remuneration of Expatriate Staff including per diem allowances

II. Mobilization and Demobilization

1. International Airfares (Fixed costs)

2 Inland Travel in Home Country (Fixed Costs)

Lump Sum ……

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

Lump Sum …….

Page 151 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
TENTATIVE QUANTITIES FOR SUB-SOIL INVESTIGATIONS(BORING)
(Form –V)

S. Stretch Proposed for DPR NH No. Approximate Package State Cumulative Tentative
No Length (in No. Quantities ( in m )
Km.) In Soils In hard rock
other than
hard rock
1 For projects of length < 110 As per List at 1500 200
km Annex-1
<<Engaging Technical
Consultant for preparation of
Feasibility Study (FS) on
EPC mode for development
As per
of Poonch-Uri road to NHDL As per As per List
List at List at at
specifications (tentative Annex- 1 Annex-1 Annex- 1
length - 120 Km) in UT of
Jammu and Kashmir under
BharatmalaPariyojana.>

2 For projects of length > 110 km As per List at 2000 300


Annex- 1
<<Engaging Technical
Consultant for preparation of
Feasibility Study (FS) on
EPC mode for development As per As per As per
of Poonch-Uri road to NHDL List at List at List at
specifications (tentative Annex- 1 Annex- 1 Annex- 1
length - 120 Km) in UT of
Jammu and Kashmir under
BharatmalaPariyojana.>Details
of packages>

Page 152 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
APPENDIX-V
DETAILED EVALUATION CRITERIA

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

1.1 Eligibility criteria for sole applicant firm.

The sole applicant firm shall satisfy the following 3 (Three) Nos. of criteria.

(a) & (b) Firm should have experience of preparation of DPR/Feasibility of 2/4/6 lane of
aggregate length as given below. The firm should have also prepared DPR/Feasibility of at least one
project of 2/4/6 laning of minimum length as indicated below in the last 7 years.

S. Package No. Tentative Minimum Minimum length of a Eligible Project (2/4/6 lane)
No. Length Aggregate Length
required
DPR/ Feasibility = DPR = 0.4 x Feasibility = 0.6 x Tentative Length
Tentative Length Tentative Length

1 2 3 4 5 6

120 120 48 72

Note: Similar project means 2/4/6 lane as applicable for the project for which RFP is invited. For 2-lane projects
experience of 4/6 lane also to be considered with a multiplication factor of 1.5. Experience of 4/6 lane shall be
considered interchangeably for 4/6 laning projects. For 4/6 laning projects, experience of 2 lane will be considered
with a multiplication factor of 0.4, but only for those 2 lane projects whose cost of consultancy services was more
than Rs.1.0 crore

(c) Annual Average Turn Over for the last 5 years {In cases where, Audited/Certified copy of Balance Sheet for the
FY 2019-20 is available, last five years shall be counted from 2015-16 to 2019-20. However, where audited/certified
copy of the Balance Sheet for the FY 2019-20 is not available (as certified by the Statutory auditor) then in such
cases last five years shall be considered from 2014-15 to 2018-19} of the firm from Consultancy services should be
equal to more than Rs.5 crore.

(Financial Year to be modified as applicable)

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

In case of JV, the Lead Partner should fulfill at least 75% of all eligibility requirements and the other partner shall
fulfill at least 50% of all eligibility requirements as given at 1.1 above. Thus a Firm applying as Lead Partner/Other
Partner in case of JV/Associate should satisfy the following (a) & (b) Firm should have experience of preparation of
DPR/Feasibility of 4/6 lane of aggregate length as given below. The firm should have also prepared DPR/Feasibility
of at least one project of 4/6 laning of minimum length as indicated below in the last 7 years (i.e. from 2013-14
onwards)

Page 153 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

S. Package Minimum Aggregate Minimum length of a Eligible Project (4/ 6 lane)


No. No. Length required of
DPR/ Feasibility km)

DPR Feasibility

Lead in Other Lead in Other Lead in


Other
JV Partner in JV Partner in JV
Partner in JV
JV JV

c )Minimum Annual Average Turn Over for the last 5 years { In cases where,
Audited/Certified copy of Balance Sheet for the FY 2019-20 is available, last five years shall be counted from 2015-
16 to 2019-20. However, where audited/certified copy of the Balance Sheet for the FY 2019-20 is not available (as
certified by the Statutory auditor) then in such cases last five years shall be considered from 2014-15 to 2018-19} of
a firm applying as Lead Partner/Other Partner in case of JV from Consultancy services should be as given below:

(Financial Year to be modified as applicable)

No. Mode of Submission by a firm Annual Average Turn Over for the last 5 years

1 Lead Partner in a JV Rs.3.75 crore

2 Other Lead partner in a JV Rs.2.50 crore

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

No. Status of the firm in carrying out DPR/ Feasibility Study Weightage for experience

1 Sole firm 100%

2 Lead partner in a JV 75%

3 Other partner in a JV 50 %

4 As Associate 25%

(ii) The experience of a firm in preparation of DPR for a private Concessionaire/contractor shall not be
considered.

Page 154 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

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


A Firm’s Relevant Experience (40)
For standard highways, the following is the break-up:
S. No. Description Maximum Points Sub-Points
1 Specific experience of the DPR consultancy related to the 20
assignment for eligibility
1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane projects 10

1.1.1 More than the indicative Length of the package applied for 8
1.1.2 More than 2 times the indicative length of the package applied for 9

1.1.3 More than 3 times the indicative length of the package applied for 10

1.2 DPR for 2/4/6 laning projects each equal to or more than 40 % of 10
indicative length of a package applied for (or Feasibility Study for
2/4/6 laning projects each equal to or more than 60 % of indicative
length of a package applied for)
1.2.1 1 project 8
1.2.2 2 projects 9
1.2.3 ≥ 3 projects 10
2 DPR of Bridge having length more than 200 m 5

2.1 1 bridge 1
2.2 2 bridges 2

2.3 3 bridges 3

2.4 4 bridges 4

2.5 ≥ 5 bridges 5

3 Specific experience of firms in terms of turnover 5

3.1 Firm’s Average Turnover of last 5 years > 50 crore 5

3.2 Firm Average Turnover of last 5 years, 20-50 crore 4

3.3 Firm Average Turnover of last 5 years > 5 crore but < 20 crore 3

4 Highway Professionals * working with the firm 10

4.1 < 10 nos. 0

4.2 10-20 nos. 8

4.3 >20-30 nos. 9

4.4 > 30 nos. 10

*The professionals who possess degree in Civil Engineering/Transport Planning/Transport Economics/Traffic


Management/Geology/Environment Science or Engineering and 8 years Experience in highway/bridge/tunnel with
employment in the firm for more than one year.
The current Employment Certificate shall be uploaded by Key Personnel on INFRACON.

Page 155 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

For special projects such as special bridges, tunnels and expressways that require specialized capabilities and
skill sets, the following is the break-up:

S. No. Description Maximum Sub-Points


Points
1 Specific experience of the DPR consultancy related to the assignment for eligibility 15

1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane projects 8

1.1.1 More than the indicative Length of the package applied for 6

1.1.2 More than 2 times the indicative length of the package applied for 7

1.1.3 More than 3 times the indicative length of the package applied for 8

1.2 DPR for 2/4/6 laning projects each equal to or more than 40 % of indicative length 7
of a package applied for (or Feasibility Study for 2/4/6 laning projects each equal to
or more than 60 % of indicative length of a package applied for)
1.2.1 1 project 5

1.2.2 2 projects 6

1.2.3 ≥ 3 projects 7

2 DPR of Bridge having length more than 200 m 5

2.1 1 bridge 1

2.2 2 bridges 2

2.3 3 bridges 3
2.4 4 bridges 4
2.5 ≥ 5 bridges 5

3 Specific experience of firms in terms of turnover 5

3.1 Firm’s Average Turnover of last 5 years > 50 crore 5

3.2 Firm Average Turnover of last 5 years 20-50 crore 4.5

3.3 Firm Average Turnover of last 5 years > 5 crore but < 20 crore 4

4 DPR for special category projects (Special bridges/ tunnels or expressways,


whichever applicable). It is to be noted that either 4.1 or 4.2 shall be applicable, and
not both.

4.1 DPR of number of special bridges/ tunnels (if applicable) 5

4.1.1 1 project 1

4.1.2 2 projects 2
4.1.3 3 projects 3

4.1.4 4 projects 4

4.1.5 ≥ 5 projects 5

Page 156 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
S. No. Description Maximum Sub-Points
Points

4.2 Aggregate length of DPR/ Feasibility study for expressways 5

4.2.1 Upto 50km 2

4.2.2 50km to 100km 3

4.2.3 100km to 150km 4

4.2.4 > 150 km 5

5 Highway Professionals * working with the firm 10

5.1 <10 nos. 0

5.2 10-20 nos. 8

5.3 >20-30 nos. 9

5.4 >30 nos. 10

*The professionals who possess degree in Civil Engineering/Transport Planning/Transport Economics/Traffic


Management/Geology/Environment Science or Engineering and 8 years Experience in highway/bridge/tunnel with
employment in the firm for more than one year. The current Employment Certificate shall be uploaded by Key Personnel on
INFRACON.

Note:

A. In case feasibility study is a part of DPR services the experience shall be counted in DPR only. In case bridge
is included as part of DPR of highway the experience will be (1) and (2)

B. Similar project means 2/4/6 lane as applicable for the project for which RFP is invited. For 2-lane projects
experience of 4/6 lane also to be considered with a multiplication factor of 1.5. Experience of 4/6 lane shall be
considered interchangeably for 4/6 laning projects. For 4/6 laning projects, experience of 2 lane will be considered
with a multiplication factor of 0.4, but only for those 2 lane projects whose cost of consultancy services was more
than Rs.1.0 crore

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

No. Status of the firm in carrying out DPR/ Weightage for experience
Feasibility Study

1 Sole firm 100 %

2 Lead partner in a JV 75%

3 Other partner in a JV 50 %

4 As Associate 25%
(ii) The experience of a firm in preparation of DPR for a private Concessionaire/contractor shall not be considered.

Page 157 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
B Material testing, survey and investigation, equipment and software proposed to be used (20)
S. No. Description Maximum Sub-Points
Points
1 Availability of Material Testing Facilities with persons/resources 3
having operational skills of the equipment

1.1 Owned* (Available In House) 3


1.2 Outsourced (Hire basis/Through Associate) 2.25
* Shall be ascertained through the ownership evidence uploaded on INFRACON in regard to major equipmentsrequired for testing
of materials to be used for construction of Highway Project.
2 Availability of Field Investigation Facilities with persons/resources 2
having operational skills of the equipment
2.1 Owned** (Available In House) 2
2.2 Outsourced (Hire basis/Through Associate) 1.5
** Shall be ascertained through ownership evidence uploaded on INFRACON for construction of Highway Project.
3 Availability of Office Equipment and Software with 3
persons/resources having operational skills of the equipment
3.1 Owned*** (Available In House) 3
3.2 Outsourced (Hire basis/Through Associate) 2.25
*** Shall be ascertained through ownership evidence uploaded on INFRACON for key hardware/software required for Highway
consultancy assignment.
4 Experience in LiDAR or better technology for topographic survey 5
(Infrastructure sector)
4.1 1 project 1
4.2 2 projects 2
4.3 3 projects 3
4.4 4 projects 4
4.5 ≥ 5 projects 5

5 Experience in using GPR and Induction Locator or better 4


technologies for detection of sub-surface utilities (Infrastructure
sector)
5.1 1 project 1

5.2 2 projects 2

5.3 3 projects 3

5.4 ≥ 4 projects 4

6 Experience in digitization of cadastral maps for land surveys 3

6.1 Area upto 100 ha 1

6.2 Area between 100-500 ha 2

6.3 Area > 500 ha 3


Note: The experience of firm in Lidar or equivalent technology, GPR and Induction Locator or equivalent technologies and Experience
in digitization of cadastral maps for land acquisition shall be supported by experience certificate. The experience of a firm in Lidar or
equivalent technology, GPR and Induction Locator or equivalent technologies and Experience in digitization of cadastral maps for land
acquisition for a private concessionaire/contractor shall not be considered.

Page 158 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
2.4. Qualification and Competence of the Key Staff for adequacy of the Assignment. (Para 12.2 of Data Sheet
and Enclosure II of TOR)

2.4.1 TEAM LEADER cum SENIOR HIGHWAY ENGINEER

S. No. Description Max. Points

I General Qualification 25

i) Degree in Civil Engineering or Equivalent [AICTE Approved] 20

ii) Post Graduation in Highway Engg Mechanics and Foundation 5


Transportation[AICTE Approved]/Structures/Traffic and
TransportationEngineering/Construction
Management/
II Relevant Experience & Adequacy 70
for the Project
a) Total Professional Experience 15

<15 years 0

15-18 years 11

>18-21 years 13

> 21 years 15

(b) Experience in Highway Projects- Experience in Planning, project preparation and design 25
of Highway Projects (2/4/6 laning of NH / SH / Expressways)
<12 years 0

12-15 years 19

>15-18 years 22

>18 years 25

c) Experience in Similar Capacity 30

(i) In Feasibility of 2/4/6 laning works or DPR/IC/Construction Supervision of major highway 20


projects i.e. 2/4/6 laning of NH/SH/Expressways in similar capacity ( Minimum Aggregate
length of 80 Km)
< 80km 0

80 km-150km 15

>150km-250km 17

> 250km 20

Page 159 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

S. No. Description Max. Points

(ii) In Feasibility of 2/4/6 laning works or DPR/IC/Construction Supervision of major 10


highway projects i.e. 2/4/6 laning of NH/SH/Expressways in similar capacity-Number
of Projects
< 2 projects 0

2 projects 8

3- 5 projects 9

> 5 projects 10

III Employment with Firm 5

> 1 Year 0

1 year 3

Add 0.5 marks for each subsequent year subject to


maximum of 2 marks
Total 100

2.4.2 HIGHWAY cum PAVEMENT ENGINEER


S. No. Description Max. Points
I General Qualification 25
i) Degree in Civil Engineering or equivalent [AICTE Approved] 20
ii) Post graduation in Highway Engg/ 5
Transportation Engineering[AICTE Approved]
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<8years 0
8-12 years 11
>12-15 years 13
>15 years 15
(b) Experience in Highway Projects - Experience in Design/ Pavement Design of 25
Highway Projects (2/4/6 laning of NH/SH/Expressways)
<6 years 0
6-10years 19
>10-15 years 22
>15years 25
c) Experience in Similar Capacity 30
(i) In Design/ Pavement Design of Highway Projects (2/4/6 laning of 20
NH/SH/Expressways) in Similar Capacity (Minimum aggregate length 80 km)
<80km 0
80km-150km 15

Page 160 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
S. No. Description Max. Points
>150km-250km 17
>250km 20
(ii) In Design/ Pavement Design of Highway Projects (2/4/6 laning of 10
NH/SH/Expressways) in Similar Capacity – Number of Projects
2 projects 8
3- 5 projects 9
> 5 projects 10
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year
subject to maximum of 2 marks
Total 100

2.4.3 SENIOR BRIDGE ENGINEER


S. Description Max. Points
No.
I General Qualification 25
i) Degree in Civil Engineering or equivalent[AICTE Approved] 20
ii) Post Graduation in Structural Engineering/ Bridge Engineering[AICTE Approved] 5
II Relevant Experience & Adequacy for the Project 70

a) Total Professional Experience 15


<10 years 0
10-12years 11
>12-15 years 13

>15 years 15
b) Experience in Bridge Projects 25
(i) Experience in project preparation and design of bridge projects 20

< 8 years 0
8-10 years 15
>10-12 years 17
>12years 20
(ii) Experience of 2/4 lane configuration bridges 5

<2 Projects 0
2-4 Projects 4
> 4 projects 5

Page 161 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

S. No. Description Max. Points

c) Experience as Senior Bridge Engineer or Similar Capacity in Highway 30


Design Consultancy Projects (2/4/6 laning of NH/SH/Expressways)
involving design of Major Bridges ( minimum 2 nos. of length more than
200m)
<2 numbers 0
2-4 numbers 24
5-6 numbers 27
> 6 numbers 30
III Employment with Firm 5

Less than 1 Year 0


1 year 3
Add 0.5 marks for each subsequent year subject to
maximum of 2 marks
Total 100

2.4.4 Traffic / Road Signage / Marking and Safety Expert

S. Description Max. Points


No.
I General Qualification 25
i) Degree in Civil Engineering[AICTE Approved] 20
ii) Post graduation in Traffic Engineering /Transportation Engineering / 5
Transportation Planning[AICTE Approved]
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<6 years 0
6-10 years 11
>10-15 years 13
>15 years 15
b) Experience in Highway Projects – Experience on Similar Projects (2/4/6 25
laning of NH/SH/ Expressways)
<5 years 0
5-6 years 19
>6-10 years 22
>10 years 25
c) Experience as Traffic and Safety Expert / Traffic Engineer or in Similar 30
Capacity in Highway Projects (2/4/6 laning of NH/SH/Expressways)
(Minimum aggregate length 80 km)

Page 162 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

S. Description Max. Points


No.
<80km 0
80km-150km 24
>150km -250km 27
>250km 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year subject to
maximum of 2 marks
Total 100

2.4.5 MATERIAL ENGINEER cum GEOTECHNICAL ENGINEER cum GEOLOGIST

S. No. Description Max. Points

I General Qualification 25

i) Degree in Civil Engineering /M. Sc. in Geology[AICTE Approved] 20

ii) Post graduation in Foundation Engineering / Soil Mechanics / Geo Tech 5


Engineering or Phd in Geology[AICTE
Approved]

II Relevant Experience & Adequacy for the Project 70

a) Total Professional Experience 15

<10 years 0

10-12 years 11

>12-15 years 13

>15 years 15

b) Experience in Highway Projects – In Similar Projects (2/4/6 25


laningofNH/SH/Expressways) in design and or Construction/ Construction
Supervision
<7 years 0

7-10 years 19

>10 -12 years 22

>12years 25

Page 163 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

S. Description Max. Points


No.
c) Experience as Material cum Geo-technical Engineer or in Similar capacity 30
on Highway Projects (2/4/6 laning of NH/SH/Expressways) (Minimum
aggregate length 80 km)
<80km 0

80km-150km 24

>150km – 250km 27

>250km 30

III Employment with Firm 5

Less than 1 Year 0

1 year 3

Add 0.5 marks for each subsequent year subject to maximum


of 2 marks

Total 100

2.4.6 SENIOR SURVEY ENGINEER


S. No. Description Max. Points

I General Qualification 25

i) Degree or equivalent in Civil Engineering / Diploma in Civil Engineering / 20


Diploma in Surveying[AICTE Approved]

ii) Post Graduation in Survey Engineering / Surveying / Remote Sensing [AICTE 5


Approved]

II Relevant Experience & Adequacy for the Project 70

a) Total Professional Experience 15

<10 years 0

10-12 years 11

>12-15 years 13

>15 years 15

b) Experience in Highway Projects 25

i) Experience in Similar Projects (2/4/6 laning of NH / SH / Expressways) in project 20


preparation/ Construction / Construction Supervision

<8 years 0

Page 164 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

S. No. Description Max. Points

8 -10 years 15

>10-12 years 17

>12 years 20

ii) Knowledge and understanding of modern Computer based method of 5


Surveying

Yes 5

No 0

c) Experience as Survey Engineer or in Similar Capacity for project preparation 30


of highway project (2/4/6 laning of NH/SH/Expressways) (Minimum Aggregate
Length of to 80km)

<80km 0

80km-150km 24

>150km-250km 27

>250km 30

III Employment with Firm 5

Less than 1 Year 0

1 year 3

Add 0.5 marks for each subsequent year subject to maximum


of 2 marks

Total 100

2.4.7 ENVIRONMENTAL SPECIALIST

S. No. Description Max. Points

I General Qualification 25

i) Degree in Civil Engineering / Environmental Engineering or Post Graduate in 20


Environmental Sciences[AICTE Approved]

ii) Post-Graduation in Environmental Engineering [AICTE Approved] 5

II Relevant Experience & Adequacy for the Project 70

a) Total Professional Experience 15

<6 years 0

Page 165 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

S. No. Description Max. Points

6-8 years 11

>8-10 years 13

>10 years 15

b) Experience in Highway Projects- Experience in Environment impact assessment of 25


Highway Projects (2/4/6 laning of NH/SH/Expressways)

<5 years 0

5 -7 years 19

>7-10 years 22

>10 years 25

c) Experience as Environmental Specialist or in Similar Capacity in Highway 30


Projects(2/4/6 laning of NH/SH/Expressways)

<2 projects 0

2- 4 projects 24

5-7 projects 27

>7 projects 30

III Employment with Firm 5

Less than 1 Year 0

1 year 3

Add 0.5 marks for each subsequent year subject to


maximum of 2 marks

Total 100

2.4.8 QUANTITY SURVEYOR/DOCUMENTATION EXPERT


S. No. Description Max. Points
I General Qualification 25
i) Graduation or equivalent in Civil Engineering / Certificate course from ‘Institution of 20
Quantity Surveying’[AICTE Approved]
ii) Graduation or equivalent in Civil Engineering[AICTE Approved] 5
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<10 years 0
10-12 years 11
Page 166 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

S. No. Description Max. Points


>12-15 years 13
>15 years 15
b) Experience in Highway Projects- Experience in preparation of Bill of Quantities, 25
Contract documents and documentation for major highway projects (2/4/6 laning of
NH/SH/Expressways)
<8 years 0
8 -10 years 19
>10-12 years 22
>12 years 25
c) Experience as Quantity Surveyor / Documentation Expert or in SimilarCapacity in 30
Highway Projects (2/4/6 laning of NH/SH/Expressways) (Minimum Aggregate
length of 80km)
<80km 0
80km-150km 24
>150km – 250km 27
>250km 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year subject to
maximum of 2 marks
Total 100

2.4.9 LAND ACQUISITION EXPERT

S. No. Description Max. Points

I General Qualification 25

i) Graduation or equivalent 20

ii) Post Graduation 5

II Relevant Experience & Adequacy for the Project 70

a) Total Professional Experience 15

<15 years 0

15-17 years 11

Page 167 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

S. No. Description Max. Points

>17-20 years 13

>20 years 15

b) Experience in Land Acquisition works of Government/Authority 20

<10 years 0

10 -12 years 15

>12-15 years 17

>15 years 20

c) Experience in Land Acquisition works in Highway/road sector 25

Nil project 0

1 project 19

2 projects 22

3 projects 25

d) Retired Revenue officer at the level of ADM/SDM / Tehsildar 10

III Employment with Firm 5

Less than 1 Year 0

1 year 3

Add 0.5 marks for each subsequent year subject to maximum of 2 marks

Total 100

2.4.10 UTILITY EXPERT


S. No. Description Max.
Points
I General Qualification 25
i) Graduation or equivalent 20
ii) Post Graduation 5
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<10 years 0

Page 168 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

S. No. Description Max.


Points
10-12 years 11
>12-15 years 13
>15 years 15
b) Experience in Utility estimation and its laying/ erection 30
<8 years 0
8 -10 years 24
>10-12 years 27
>12 years 30
c) Experience in Utility shifting estimation and its laying/ erection along Highway/ 25
roads
Nil project 0
1 project 19
2 projects 22
3 projects 25
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year subject
to maximum of 2 marks
Total 100

2.4.11 TEAM LEADER cum SENIOR BRIDGE ENGINEER


S. No. Description Max. Points

I General Qualification 25

i) Degree in Civil Engineering or equivalent [AICTE Approved] 20

ii) Post Graduation in Structural Engineering, Degree/Diploma/Certificate in 5


Construction Management

II Relevant Experience & Adequacy for the Project 70

a) Total Professional Experience 15

<15 years 0

15-18 years 11

>18-21 years 13

> 21 years 15

Page 169 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

(b) Experience in Bridge Project - Experience in major Bridge Construction / 25


Development Project

< 5 years 0

6-8 years 19

>8-10 years 22

>10 years 25

c) Experience in Similar Capacity 30

(i) As Team Leader/Project Manager or similar capacity of at least Two projects in 20


Construction Supervision / IC involving 4 laning/6-laning/ Expressway of
minimum 50km length and atleast two major bridge of a length 500 mtr.
(Excluding approaches).
< 80km 0

80 km-150km 15

>150km-250km 17

> 250km 20

(ii) In Feasibility of 2/4/6 laning works or DPR/IC/Construction Supervision of major 10


highway projects i.e. 2/4/6 laning of NH/SH/Expressways in Similar Capacity-
Number of Projects
< 2 projects 0

2 projects 8

3- 5 projects 9

> 5 projects 10

III Employment with Firm 5

> 1 Year 0

1 year 3

Add 0.5 marks for each subsequent year subject to maximum of 2 marks

Total 100

2.4.12 Bridge Structural Engineer


S. No. Description Max. Points

I General Qualification 25

i) Degree in Civil Engineering or equivalent[AICTE 20


Approved]

Page 170 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

ii) Post Graduation in Structural Engineering/ Bridge Engineering[AICTE Approved] 5

II Relevant Experience & Adequacy for the Project 70

a) Total Professional Experience 15

<8 years 0

8-10 years 11

>10-15=12 years 13

>12 years 15

b) Experience in Bridge Projects 25

(i) Experience in project preparation and design of bridge projects 25

<5 years 0

5-8 years 19

>8-10 years 22

>10 years 25

c) Experience as Senior Bridge Engineer or Similar Capacity in Highway Design) 30


Consultancy Projects (2/4/6 laning of NH/SH/Expressways involving design of
Major Bridges ( minimum 2 nos. of length more than 200m)
S. No. Description Max. Points

<2 numbers 0

2-4 numbers 24

5-6 numbers 27

> 6 numbers 30

III Employment with Firm 5

Less than 1 Year 0

1 year 3

Add 0.5 marks for each subsequent year subject to


maximum of 2 marks
Total 100

Page 171 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

2.4.13 Team Leader cum Senior Tunnel Engineer


S. No. Description Max. Points
I General Qualification 25
i) Degree in Civil Engineering/Tunnel Engineering / Mining Engineering 20
ii) Post Graduation in Civil Engineering /Tunnel Engineering/Mining Engineering 5
II Relevant Experience & Adequacy for the Project 65
a) Total Professional Experience 10

<20 years 0

20-25 years 8

>25-28 years 9

>28 years 10

(b) Experience in Tunnel Projects 40

(i) Professional experience in handling 8


Major tunnel projects Road/Rail/Metro
<12 years 0

>=12 – 14 years 6

>14 – 15 years 7

>15years 8

(ii) Experience in major tunnel construc tion/construction super vision projects

(Road/Rail/Metro) 8

<10 years 0

S. No. Description Max. Points

>=10 – 12 years 7

>12 years 8

(iii)Experience in preparation of DPR or Feasibility report of maj or tunnel proje cts

(Road/Rail/Metro) 8

<10 years 0

>=10 – 12 years 7

>12 years 8

(iv) Experience in DPR preparation of m inimum 5 km Tunnel len gth 8

< 3 projects 0

3 or more projects 8

Page 172 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Experience in construction/construction supervision/ preparation of 8
(d) DPR/feasibility report of major tunnel pr ojects (Road/Rail/metro) using NATM
<10 years 0

>=10 – 12 years 7

>12 years 8

c) Experience in Similar Capacity 15


7
(i) Experience as Team Leader or similar capacity in major tunnel
S. No. Description Max. Points
construction/construction supervision projects (Road/Rail/Metro)

=2 projects 5
= 3 to 5 projects 6
> 5 or more 7

(ii) Experience as Team Leader or similar capacity in preparation of DPR or


Feasibility report of major tunnel projects (Road/Rail/Metro) 8
=2 projects 6

= 3 to 5 projects 7

> 5 or more 8

III Employment with Firm 10


Less than 1 Year 0
1-2 years 7.5

Add 0.5 marks for each subsequent year


subject to maximum of 2.5 marks
Total 100

2.4.14 Tunnel Design Expert


Sr. No. Description Max. Points

I General Qualification 25

i) Degree in Civil/ Mining Engineering 20

ii) Post Graduation in Design/Structural Engineering or equivalent 5

II Relevant Experience & Adequacy for the Project 65

a) Total Professional Experience 10

Page 173 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

<15 years 0

15-20 years 8

>20 -25years 9

>25years 10

b) Experience in Tunnel Projects 24

(i) Professional Experience in handling major tunnel 8


projects (Road/Rail/Metro)

<10 years 0

>=10-12 years 6

>12 -14 years 7

>14 years 8

(ii) Experience of major tunnel construction/construction supervision projects 8


(Road/Rail/Metro)

<10 years 0

>=10-12 years 6

>12 -14 years 7

>14 years 8

(iii) Experience in preparation of DPR or Feasibility report of major tunnel projects 8


(Road/Rail/Metro)

<10 years 0

>=10-12 years 6

>12 -14 years 7

>14 years 8

c) Experience in Similar Capacity 31

(i) Professional Experience as Tunnel Design Engineer (Structural) 8

<8 years 0

>=8-10 years 6

Page 174 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

>10 – 12 years 7

>12 years
8

(ii) Experience as Tunnel Design Engineer (Structural) of major tunnel


construction/construction supervision projects (Road/Rail/Metro) 8

<8 years 0

>=8 – 10 years 6

>10-12 years 7

>12 years8 8

(iii) Experience as Tunnel Design Engineer (Structural) of major tunnel for preparation 8
of DPR projects (Road/Rail/Metro)

<8 years 0

>=8 – 10 years 6

>10-12 years 7

>12 years 8

(iv)Experience as Tunnel Design Engineer (Structural) in preparation of DPR/ 7


Feasibility report of major tunnel projects (Road/Rail/Metro) using
NATM

< 3 projects 0

>=3-5 projects 6

5 or more projects 7

III Employment with Firm 10

Less than 1 Year 0

1-2 years 7.5

Add 0.5 marks for each subsequent year subject to maximum of 2.5 marks

Total 100

Page 175 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

2.4.15 Senior Geotechnical Engineer


S. No. Description Max. Points

I General Qualification 25

i) Degree in Civil Engineering/Mining Engineering / Engineering Geology 20

Post Graduation in Geotechnical Engineering /Foundation Engineering/Rock


ii) Mechanics/Geo science or equivalent 5

II Relevant Experience & Adequacy for the Project 65

a) Total Professional Experience 10

<15 years 0

15-20 years 8

>20 -25years 9

>25years 10

(b) Experience in Tunnel Projects 24

(i) Professional experience in handling major tunnel projects (Road/Rail/Metro)


8

<10 years 0

>=10-12 years 6

>12 -14 years 7

>14 years 8

(ii) Experience in major tunnel construction/construction supervision projects 8


(Road/Rail/Metro)

<10 years 0

>=10-12 years 6

>12 -14 years 7

>14 years 8

(iii)Experience in preparation of DPR or Feasibility report of major tunnel projects


(Road/Rail/Metro) 8

Page 176 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

S. No. Description Max. Points

<10 years 0

>=10-12 years 6

>12 -14 years 7

>14 years 8

c) Experience in Similar Capacity 31

(i) Professional Experience as Tunnel Design Engineer (Structural) 8

<8 years 0

>=8-10 years 6

>10 – 12 years 7

>12 years 8

(ii) Experience as Senior Geotechnical Engineer or similar capacity in major tunnel 8


construction/construction supervision projects (Road/Rail/Metro)

<8 years 0

>=8 – 10 years 6

>10-12 years 7

>12 years 8

(iii) Experience as Senior Geotechnical Engineer or similar capacity in preparation


of DPR or Feasibility report of major tunnel projects (Road/Rail/Metro)
8

<8 years 0

>=8 – 10 years 6

>10-12 years 7

>12 years8 8

Page 177 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

S. No. Description Max. Points

(iv) Experience in construction/construction supervision/ preparation of 7


DPR/feasibility report of major tunnel projects (Road/Rail/metro) using
NATM

<8 years 0

>=8 – 10 years 6

>10-12 years 7

<8 years 0

III Employment with Firm 10

Less than 1 Year 0

1-2 years 7.5

Add 0.5 marks for each subsequent year subject to maximum of 2.5 marks

Total 100

2.4.16 Senior Geophysicist


Sr. No. Description Max.
Points
I General Qualification 25
i) Graduate in Geophysics/Geo science/ Earth science or equivalent 20
ii) Post Graduation in Geophysics/Geo science/ Earth Science or equivalent 5
II Relevant Experience & Adequacy for the Project 65
a) Total Professional Experience 15
<15 years 0
15-20 years 10
>20 -25years 13
>25years 15
b) Experience in Relevant works 50
(i) Professional Experience in handling tunnel/ mineral and oil exploration projects 12

<10 years 0
>=10-12 years 9

Page 178 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Sr. No. Description Max.


Points
>12 -14 years 11
>14 years 12
(ii) Experience of carrying out AEM survey for tunneling/ mineral and oil exploration or 12
any other similar work for area of more than 2.7 sq km
< 2 projects 0
2 projects 9
3 projects 11
4 or more projects 12
(iii) Processing, Interpreting, generating 3D resistivity model of AEM survey’s raw data 12
for tunneling/ mineral and oil exploration or any other similar work for area of more than
2.7 sq km
< 2 projects 0
2 projects 9

3 projects 11
4 or more projects 12
(iv) Experience in carrying out AEM survey, processing, interpreting, generating 3D 14
resistivity of AEM survey’s raw data for major tunnel work (Rail/Road/Metro)
< 3 projects 0
3 projects 9

4 projects 12
5 or more projects 14

II Employment with Firm 10

Less than 1 Year 0

1-2 years 7.5

Add 0.5 marks for each subsequent year subject to


maximum of 2.5 marks

Total 100

Page 179 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Assumptions to be made regarding Similar Capacity for variouspositions
1. Team Leader cum Senior Highway Engineer

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

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

2. Senior Bridge Engineer

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

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

3. Highway cum Pavement Engineer

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

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

4. Material Engineer cum Geo Technical Engineer- Geologist


i) On behalf of Consultant : Material Engineer/Material Expert/Geo Technical Engineer

ii) In Government Organizations: Executive Engineer (or equivalent) and above Material Engineer
Material Expert/ Geo Technical Engineer/ Manager (Material)

5. Traffic and Safety Expert


i) On behalf of Consultant: Traffic Engineer/Transportation Engineer/ Road Safety Expert
ii) In Government Organizations : Executive Engineer (or equivalent) and above
iii) On behalf of Contractor : Traffic Engineer/Transportation Engineer/ Road Safety Expert
6. Senior Survey Engineer

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

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

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

7. Environmental Specialist

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


Environmental Expert

ii) In Government Organization : Officers who has dealt environment/forest matter.

8. Quantity Surveyor/Documentation Expert

(i) On behalf of Consultant /Contractor : Quantity Surveyor

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

Page 180 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
9. Land Acquisition Expert

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

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

10. UTILITY Expert

i) On behalf of Consultant /Contractor : Utility Expert

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


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

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

12. Tunnel Design Engineer

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


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

13. Senior E&M Expert

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

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

14. Senior Geologist:

i) On behalf of the Consultant/Contractor: Geologist


Geologist
ii) In Government Organizations:

15. Material Engineer

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

ii) In Government Organizations:


Executive Engineer (or equivalent) and above
Consultant has to assess the major utility shifting involved and propose the CV accordingly.

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

Page 181 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
APPENDIX-VI

DRAFT CONTRACT AGREEMENT

Between

<BRO>
<HQ CE(P) Beacon>

And

M/s ………………………………….….. in JV with M/s ……………….……………. And in Association


with M/s ……………………………..

For

Consultancy Services for< Engaging Technical Consultant for finalization of


Alignment and preparation of Feasibility Study (FS) on EPC mode for
development of Poonch-Uri road to NHDL specifications (Tentative length -
120 Km) in UT of Jammu and Kashmir under BharatmalaPariyojana.>

(From km to km of NH in the State of … )

Page 182 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
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

Page 183 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
2.7.2 No Breach of Contract
2.7.3 Measures to be Taken
2.7.4 Extension of Time
2.7.5 Payments
2.7.6 Consultation Suspension
2.8 Suspenstion
2.9 Termination

By the Client
2.9.1 By the Client
2.9.2 By the Consultants
2.9.3 Cessation of Rights and Obligations
2.9.4 Cessation of Services
2.9.5 Payment upon Termination
2.9.6 Disputes about Events of Termination

3. 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

Page 184 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
4.1 General

4.2 Description of Personnel

4.3 Approval of Personnel

4.4 Working Hours, Overtime, Leave etc.

4.5 Removal and/or Replacement of Personnel

4.6 Resident Project Manager

5. Obligations of the Client

5.1 Assistance and Exemptions

5.2 Access to Land

5.3 Change in the Applicable Law

5.4 Services, Facilities and Property of the Client

5.5 Payment

6. Payment to the Consultants


6.1 Cost Estimates; Ceiling Amount

6.2 Currency of Payment

6.3 Mode of Billing and Payment

7. Responsibility for accuracy of the project document

7.1 General

7.2 Retention money

7.3 Penalty

7.4 Action for deficiency in services

8. Fairness and Good Faith

8.1 Good Faith

8.2 Operation of the Contract

9. SETTLEMENT OF DISPUTES
9.1 Amicable Settlement

9.2 Dispute Settlement

III. SPECIAL CONDITIONS OF CONTRACT


Page 185 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

IV APPENDICES

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


and Reporting Requirements
Appendix B: Consultants’ Sub consultants, Key Personnel and Sub Professional
Personnel, Task assignment, work programme, manning schedule,
qualification requirements of key personnel, schedule for submission of
various report.

Appendix C: Hours of work for Consultants’ Personnel

Appendix D: Duties of the Client

Appendix E: Cost Estimate

Appendix F: Copy of letter of invitation

Appendix G: Copy of letter of acceptance

Appendix H (1): Format for Bank Guarantee for Performance Security for individual
work

Appendix H (2): Format for Bank Guarantee for Performance Security for a number of works

Appendix I: Minutes of the Pre-bid meeting

Page 186 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
DRAFT CONTRACT FOR CONSULTANT’S SERVICES
CONTRACT FOR CONSULTANTS’ SERVICES
Consultancy Services for Engaging Technical Consultant for finalization of Alignment and preparation
of Feasibility Study (FS) on EPC mode for development of Poonch-Uri road to NHDL specifications
(Tentative length - 120 Km) in UT of Jammu and Kashmir under BharatmalaPariyojana.>

(From km ________________ to km______________ in the State of ….)

This CONTRACT (hereinafter called the “Contract”) is made on the ---------- day of the month of -----------------2018
, between, on the one hand, (<BRO>), New Delhi (hereinafter called the
“Client”) and,

on the other hand, M/s ------------------------------------------ in JV with ---------------------------------- and in Association


with ……………………………………………. (hereinafter called the “Consultants”).

WHEREAS

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

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

NOW THEREFORE the parties hereto hereby agree as follows:

1 The following documents attached hereto shall be deemed to form an integral part of this Contract:
(a) The General Conditions of Contract (hereinafter called “GC”);

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

(c) The following Appendices:


Appendix A: Terms of reference containing, inter-alia, the Description of the Services and
Reporting Requirements
Appendix B: Consultants’ Sub consultants, Key Personnel and Sub Professional Personnel,
Task assignment, work programme, manning schedule, qualification requirements
of key personnel, and schedule for submission of various report.

Appendix C: Hours of work for Consultants’ Personnel

Appendix D: Duties of the Client

Appendix E: Cost Estimate

Appendix F: Copy of letter of invitation

Appendix G: Copy of letter of acceptance

Appendix H: Copy of Bank Guarantee for Performance Security

Page 187 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Appendix-I: Minutes of the pre-bid meeting
2. The mutual rights and obligations of the Client and the Consultants shall be as set forth in the Contract; in
particular:

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

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

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

FOR AND ON BEHALF OF Witness

(<BRO>

1. Signature
Name
Address

By

Authorized Representative 2. Signature

Name

Address

FOR AND ON BEHALF OF Witness

(Consultant)

1. Signature

Name

Address

By

Authorized Representative 2. Signature


Name
Address

Page 188 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

GENERAL CONDITIONS OF CONTRACT


1. GENERAL PROVISIONS

1.1 Definitions

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

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

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

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

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

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

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

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

(h) “Member”, in case the Consultants consist of a joint venture or consortium of more than one entity,
means any of these entities, and “Members” means all of these entities;

(i) “Personnel” means persons hired by the Consultants or by any Sub consultant as employees and
assigned to the performance of the Services or any part thereof; “foreign Personnel” means such
persons who at the time of being so hired had their domicile outside India; and “local Personnel”
means such persons who at the time of being so hired had their domicile inside India;

(j) “Party” means the Client or the Consultants, as the case may be, and Parties means both of them;

(k) “Services” means the work to be performed by the Consultants pursuant to this Contract for the
purposes of the Project, as described in Appendix A hereto;

(l) “SC” means the Special Conditions of Contract by which these General
Conditions of Contract may be amended or supplemented;

(m) “Sub consultant” means any entity to which the Consultants subcontract any part of the Services in
accordance with the provisions of Clause GC 3.7; and

(n) “Third Party” means any person or entity other than the Government, the Client, the Consultants or a
Sub consultant.

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.

Page 189 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

1.3 Governing Law and Jurisdiction


This Contract, its meaning and interpretation, and the relation between the Parties shall be governed by the
Applicable Laws of India and the Courts at ………… shall have exclusive jurisdiction over matters arising
out of or relating to this Agreement.

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

1.5 Table of Contents and Headings


The table of contents, headings or sub-headings in this agreement are for convenience for reference only
and shall not be used in, and shall not limit, alter or affect the construction and interpretation of this
Contract.

1.6 Notices

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

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

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

1.7 Location

The Services shall be performed at such locations as are specified in Letter of Acceptance (Appendix-G)
hereto and, where the location of a particular task is not so specified, at such locations, whether in India or
elsewhere, as the Client may approve.

1.8 Authority of Member in Charge


In case the Consultants consist of a joint venture of more than one entity, with or without an Associate the
Members hereby authorize the entity specified in the SC to act on their behalf in exercising all the
Consultants’ rights and obligations towards the Client under this Contract, including without limitation the
receiving of instructions and payments from the Client.

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

Page 190 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
2.1 Effectiveness of Contract

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

2.2 Termination of Contract for Failure to Become Effective


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

2.3 Commencement of Services

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

2.4 Expiration of Contract

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

2.5 Entire Agreement

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

2.6 Modification
Modification of the terms and conditions of this Contract, including any modification of the scope of the
Services, may only be made by written agreement between the Parties. Pursuant to Clause GC 8.2 hereof,
however, each party shall give due consideration to any proposals for modification made by the other Party.

2.7 Force Majeure

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

(b) Force Majeure shall not include (i) any event which is caused by the negligence or
intentional action of a Party or such Party’s Sub consultants or agents or employees,

Page 191 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
nor (ii) any event which a diligent Party could reasonably have been expected to
both (A) take into account at the time of the conclusion of this Contract and (B)
avoid or overcome in the carrying out of its obligations hereunder.

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

2.7.2 No Breach of Contract

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

2.7.3 Measures to be Taken


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

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

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

2.7.4 Extension of Time

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

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

Page 192 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
the nature of the failure, and (ii) shall request the Consultants to remedy such failure within a period
not exceeding thirty (30) days after receipt by the Consultants of such notice of suspension.

2.9 Termination

2.9.1 By the Client


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

(a) if the Consultants fail to remedy a failure in the performance of their obligations are
under, as specified in a notice of suspension pursuant to Clause 2.8 hereinabove,
within thirty (30) days of receipt of such notice of suspension or within such further
period as the Client may have subsequently approved in writing;

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

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

(d) if the Consultants submit to the Client a statement which has a material effect on the
rights, obligations or interests of the Client and which the Consultants know to be
false;

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

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

2.9.2 By the Consultants

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

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

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

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

(d) if the Client fails to comply with any final decision reached as a result of arbitration
pursuant to Clause 8 hereof.
Page 193 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
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

(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 here under with all due diligence,
efficiency and economy, in accordance with generally accepted professional techniques and practices, and
shall observe sound management practices, and employ appropriate advanced technology and safe and
effective equipment, machinery, materials and methods. The Consultants shall always act, in respect of any
Page 194 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
matter relating to this Contract or to the Services, as faithful advisers to the Client, and shall at all times
support and safeguard the Client's legitimate interests in any dealings with Sub consultants or Third Parties.

3.1.2 Law Governing Services


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

3.2 Conflict of Interests

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

The remuneration of the Consultants pursuant to Clause 6 hereof shall constitute the Consultants'
sole remuneration in connection with this Contract or the Services and the Consultants shall not
accept for their own benefit any trade commission, discount or similar payment in connection with
activities pursuant to this Contract or to the Services or in the Discharge of their obligations
hereunder, and the Consultants shall use their best efforts to ensure that any Sub consultants, as well
as the Personnel and agents of either of them, similarly shall not receive any such additional
remuneration.

3.2.2 Consultants and Affiliates not to be otherwise interested in Project

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

3.2.3 Prohibition of Conflicting Activities


Neither the Consultants nor their Sub consultants nor the Personnel of either of them shall engage,
either directly or indirectly, in any of the following activities:

(a) during the term of this Contract, any business or professional activities in the
Government's country which would conflict with the activities assigned to them
under this Contract; or

(b) after the termination of this Contract, such other activities as may be specified in the
SC.

3.3 Confidentiality

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


Page 195 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
The Consultants (i) shall take out and maintain, and shall cause any Sub consultants to take out and maintain,
at their (or the Sub consultants', as the case may be) own cost but on terms and conditions approved by the
Client, insurance against the risks, and for the coverage, as shall be specified in the Special Conditions (SC),
and (ii) at the Client's request, shall provide evidence to the Client showing that such insurance has been
taken out and maintained and that the current premiums therefore have been paid.

3.6 Accounting, Inspection and Auditing


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

3.7 Consultants' Actions requiring Client's prior Approval


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

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

(b) entering into a subcontract for the performance of any part of the Services, it being understood (i)that
the selection of the Sub-consultant and the terms and conditions of the subcontract shall have been
approved in writing by the Client prior to the execution of the subcontract, and (ii) that the
Consultants shall remain fully liable for the performance of the Services by the Sub-consultant and its
Personnel pursuant to this Contract;

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

3.8 Reporting Obligations

The Consultants shall submit to the Client the reports and documents specified in Appendix A/E here to, in
the form, in the numbers and within the time periods set forth in the said Appendix. Reporting stages, review
progress and checklist shall be as reflected in the DPR.

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

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

3.10 Equipment and Materials furnished by the Client

Equipment and materials made available to the Consultants by the Client, or purchased by the Consultants
with funds provided by the Client, shall be the property of the Client and shall be marked accordingly. Upon
termination or expiration of this Contract, the Consultants shall make available to the Client an inventory of
such equipment and materials and shall dispose of such equipment and materials in accordance with the
Client's I instructions. While in possession of such equipment and materials, the Consultants, unless
otherwise instructed by the Client in writing, shall insure them in an amount equal to their full replacement
value.

Page 196 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
4. CONSULTANTS' PERSONNEL

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

4.2 Description of Personnel


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

(b) If required to comply with the provisions of Clause 3.1.1 of this Contract, adjustments with respect to
the estimated periods of engagement of Key Professional / Sub Professional Personnel set forth in
Appendix B may be made by the Consultants by written notice to the Client, provided

(i) that such adjustments shall not alter the originally estimated period of engagement of any individual by
more than 10% or one week, whichever is larger, and

(ii) that the aggregate of such adjustments shall not cause payments under this Contract to exceed the ceilings
set forth in Clause 6.1 (b) of this Contract. Any other such adjustments shall only be made with the
Client's written approval.

(c) If additional work is required beyond the scope of the Services specified in Appendix A, the estimated
periods of engagement of Key Personnel set forth in Appendix B may be increased by agreement in
writing between the Client and the Consultants.

4.3 Approval of Personnel

The Key Personnel and Sub consultants listed by title as well as by name in Appendix B are hereby approved
by the Client. In respect of other Key Personnel which the Consultants propose to use in the carrying out of
the Services, the Consultants shall submit to the Client for review and approval a copy of their biographical
data. If the Client does not object in writing (stating the reasons for the objection) within twentyone (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.

4.4 Working Hours, Overtime, Leave, etc.


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

(b) The Key Professional / Sub Professional Personnel shall not be entitled to be paid for overtime nor to
take paid sick leave or vacation leave except as specified in Appendix C hereto, and except as
specified in such Appendix, the Consultants' remuneration shall be deemed to cover these items. All
leave to be allowed to the Personnel is included in the staff- months of service set for in Appendix B.
Any taking of leave by Personnel shall be subject to the prior approval of the Client by the
Consultants, who shall ensure that absence for leave purposes will not delay the progress and
adequate supervision of the Services.

4.5 Removal and/or Replacement of Key Personnel

Removal and/or replacement of Key Personnel shall be regulated as under:


Page 197 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
4.5.1 In case notice to commence services pursuant to Clause 2.1 of this Contract is not ordered by Client within
120 days of signing of contract the key personnel can excuse themselves on valid grounds, e.g., selection on
some other assignment, health problem developed after signing of contract, etc. In such a case no penalty
shall be levied on the Firm or on the person concerned. The firm shall however be asked to give a
replacement by an equal or better scoring person, whenever mobilization is ordered.

4.5.2 In case notice to commence services is given within 120 days of signing of contract the, the Authority expects
all the Key Personnel specified in the Proposal to be available during implementation of the Agreement. The
Authority will not consider any substitution of Key Personnel except under compelling circumstances beyond
the control of the Consultant and the concerned Key Personnel. Such substitution shall be limited to not more
than three Key Personnel subject to equally or better qualified and experienced personnel being provided to
the satisfaction of the Authority. Replacement of the Team Leader will not normally be considered and may
lead to disqualification of the Applicant or termination of the Agreement. Replacement of one Key Personnel
shall be permitted subject to reduction of remuneration equal to 5 % (five per cent) of the total remuneration
specified for the Key Personnel who is proposed to be replaced. In case of second replacement the reduction
in remuneration shall be equal to 10% (ten per cent) and for third and subsequent replacement, such reduction
shall be equal to 15% (fifteen per cent). The maximum age limit of replaced key personnel shall be 65 years
as on the date of submission of proposal for such replacement.

4.5.3 If the consultant finds that any of the personnel had made false representation regarding his qualification and
experience, he may request the Employer for replacement of the personnel. There shall be no reduction in
remuneration for such replacement. The replacement shall however be of equal or better score. The personnel
so replaced shall be debarred from future projects for 2 years.

4.5.4 Replacement after original contract period is over:

There shall be no limit on the replacements and no reduction in remunerations shall be made. The
replacement shall however be of equal or better score.

4.5.5 If the Employer (i) finds that any of the Personnel has committed serious misconduct or has been charged
with having committed a criminal action or (ii) has reasonable ground to be dissatisfied with the performance
of any of the Personnel, then the consultant shall, at the Employer’s written request specifying the grounds
therefore, forthwith provide a replacement with qualifications and experience acceptable to him. For such
replacement there will be no reduction in remuneration.

4.5.6 If any member of the approved team of a consultant engaged by <BRO> leaves that consultant before
completion of the job, he shall be barred for a period of 6 months to 24 months from being engaged as a team
member of any other consultant working (or to be appointed) for any other <BRO>/ MoRTH projects.

4.6 Resident Team Leader and Coordinator


The person designated as the Team Leader of the Consultant’s Personnel shall be responsible for the
coordinated, timely and efficient functioning of the Personnel. In addition, the Consultant shall designate a
suitable person from its Head Office as Project Coordinator who shall be responsible for day to day
performance of the Services.

5. OBLIGATION OF THE CLIENT

5.1 Assistance and Exemptions unless otherwise specified in the SC, the Client shall use its best efforts to
ensure that the Government shall:

(a) provide the Consultants, Sub consultants and Personnel with work permits and such other documents
as shall be necessary to enable the Consultants, Sub consultants or Personnel to perform the Services;

Page 198 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
(b) assist for the Personnel and, if appropriate, their eligible dependents to be provided promptly with all
supporting papers for necessary entry and exit visas, residence permits, exchange permits and any
other documents required for their stay in India;

(c) facilitate prompt clearance through customs of any property required for the Services;

(d) issue to officials, agents and representatives of the Government all such instructions as may be
necessary or appropriate for the prompt and effective implementation of the Services;

5.2 Access to Land


The Client warrants that the Consultants shall have, free of charge, unimpeded access to all land in the
Government’s country in respect of which access is required for the performance of the Services. The Client
will be responsible for any damage to such land or any property thereon resulting from such access and will
indemnify the Consultants and each of the Personnel in respect of liability for any such damage, unless such
damage is caused by the default or negligence of the Consultants or any Sub consultants or the Personnel of
either of them.

5.3 Change in the Applicable Law

If, after the date of this Contract, there is any change in the Applicable Law with respect to taxes and duties
which increases or decreases the cost or reimbursable expenses incurred by the Consultants in performing the
Services, then the remuneration and reimbursable expenses otherwise payable to the Consultants under this
Contract shall be increased or decreased accordingly by agreement between the Parties hereto, and
corresponding adjustments shall be made to the ceiling amounts specified in Clause 6.1(b),

5.4 Services, Facilities and Property of the Client


The client shall make available to the Consultants and the Personnel, for the purposes of the Services and free
of any charge, the services, facilities and property described in Appendix D at the times and in the manner
specified in said Appendix D, provided that if such services, facilities and property shall not be made
available to the Consultants as and when so specified, the Parties shall agree on (i) any time extension that
may be appropriate to grant to the Consultants for the performance of the Services, (ii) the manner in which
the Consultants shall procure any such services, facilities and property from other sources, and (iii) the
additional payments, if any, to be made to the Consultants as a result thereof pursuant to Clause 6.1(c)
hereinafter.

5.5 Payment
In consideration of the Services performed by the Consultants under this Contract, the Client shall make to
the Consultants such payments and in such manner as is provided by Clause 6 of this Contract.

6. PAYMENT TO THE CONSULTANTS

6.1 Cost Estimates: Ceiling Amount

(a) An abstract of the cost of the Services payable in local currency (Indian Rupees) is set forth in
Appendix E.

(b) Except as may be otherwise agreed under Clause 2.6 and subject to Clause 6.1(c), the payments
under this Contract shall not exceed the ceiling specified in the SC. The Consultants shall notify
the Client as soon as cumulative charges incurred for the Services have reached 80% of the
ceiling.

Page 199 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
(c) Notwithstanding Clause 6.1(b) hereof, if pursuant to Clauses 5.4 hereof, the Parties shall agree
that additional payments shall be made to the Consultants in order to cover any necessary
additional expenditures not envisaged in the cost estimates referred to in Clause 6.1(a) above, the
ceiling set forth in Clause 6.1(b) above shall be increased by the amount or amounts, as the case
may be, of any such additional payments.

6.2 Currency of Payment


(a) The payment shall be made in Indian Rupees.

6.3 Mode of Billing and Payment

Billing and payments in respect of the Services shall be made as follows:-

(a) The Client shall cause to be paid to the Consultants an advance payment as specified in the SC, and
as otherwise set forth below. The advance payment will be due after provision by the Consultants to
the Client of a bank guarantee by a bank acceptable to the Client in an amount (or amounts) and in a
currency (or currencies) specified in the SC, such bank guarantee (i) to remain effective until the
advance payment has been fully set off as provided in the SC, and ii) in such form as the Client
shall have approved in writing.

(b) Payment Schedule


Sr. Item Payment %
No.

1 Submission of final QAP and Inception Report 20%

2 Approval of final Alignment Report & Draft feasibility report 20%

3 Submission of final feasibility Report and Approval 30%

4 Submission Of 3a/equivalent Notification, Draft 3 A/equivalent 5%


And Approval Of Final Land Acquisition Report containing details
of 3a, 3A/equivalent
5 Submission of all utilities shifting proposals to user agencies and 2.5%
submission of utilities relocation plan to Executing Authority

6 Submission of all stage I clearance proposals and submission of 5%


clearances report to Executing Authority

7 Approval of final DPR report, documents and drawings 10%

8 Approval of bid documents and draft civil works contract 30%


agreement along with technical schedules. (PMC
DOCUMENT)
9 3D/equivalent publication for all land parcels identified in item 4 10%
above and submission of Land Acquisition II report

10 Stage II clearance approval and submission of final clearances II 5%


report
11 Final approval of utilities shifting estimates and submission of 2.5%
Utilities II report

12 Completion of award declaration (3G/equivalent) for 90% of land 10%


parcels identified in item 9 and submission of Land Award report

Page 200 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
13 Earlier of award of package to contractor/concessionaire or 6 10%
months from launch of tender process

14 Receipt of land possession certificates (3E/equivalent) for 90% of 10%


all land parcels identified in LA II report and submission of Land
Possession report
15 Amount to be released at earlier of projects COD or 3 years from 5%
start of civil work

Total : 100%

16 Bonus on submission of draft 3A/equivalent within 15 days of 1 % bonus


alignment finalization
17 Bonus on submission of draft 3D/equivalent within 60 days of 2.5% bonus
draft 3 A.
18 Bonus on receipt of possession certificate (3E/equivalent) for more 5% bonus
than 90% of land identified in item 9 above within 165 days of
draft 3 A.
19 Bonus on submission of utility shifting proposal including 1% bonus
clearance within 60 days of alignment finalization.
Note: Consultants have to provide a certificate that all key personnel as envisaged in the Contract Agreement
has been actually deployed in the project. They have to submit this certificate at the time of submission of
bills to <CE (P) Beacon> from time to time.

* The Concerned Project Director or his authorized representative shall ensure and certify at least 5%
test check of all the data collected by the Consultant before releasing the payment to the Consultant.

(c) No payment shall become eligible for the next stage till the consultant completes to the satisfaction
of the client the work pertaining to the preceding stage. The payment for the work of sub-soil
investigation (Boring)will be as per plan approved by the client and will be paid as per actual at the
rates quoted by the consultants .The payment for the quantity given by the client for boring will be
deemed to be included in the above mentioned payment schedule. Any adjustment in the payment to
the consultants will be made in the final payment only.

(d) The Client shall cause the payment of the Consultants in Para 6.4 (b) above as given in schedule of
payment within thirty (30) days after the receipt by the Client of bills. Interests at the rate specified
in the SC shall become payable as from the above due date on any amount due by, but not paid on,
such due date.

(e) The final payment under this Clause shall be made only after the final report and a final statement,
identified as such, shall have been submitted by the Consultants and approved as satisfactory by the
Client. The Services shall be deemed completed and finally accepted by the Client and the final
report and final statement shall be deemed approved by the Client as satisfactory one hundred and
eighty (180) calendar days after receipt of the final report and final statement by the Client unless
the Client, within ninety(90) day period, gives written notice to the Consultants specifying in
detailed deficiencies in the Services, the final report or final statement. The Consultants shall
thereupon promptly make any necessary corrections, and upon completion of such corrections, the
foregoing process shall be repeated. Any amount which the Client has paid or caused to be paid in
accordance with this Clause in excess of the amounts actually payable in accordance with the
provisions of this Contract shall be reimbursed by the Consultants to the Client within thirty (30)
days after receipt by the Consultants of notice thereof. Any such claim by the Client for
reimbursement must be made within twelve (12) calendar months after receipt by the Client of a
final report and a final statement approved by the Client in accordance with the above.

Page 201 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
(f) All payments under this Contract shall be made to the account of the Consultants specified in the
SC.

(g) Efforts need to be made by the Consultant to submit the schedule reports of each road stretch / s of a
package. However, due to reasons beyond the reasonable control of Consultant, if the schedule
submission of reports / documents of each road stretch /s of a package is not done, the payment shall
be made on pro-rata basis.

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.

7.2 Retention Money

An amount equivalent to 10% of the contract value shall be retained at the end of the contract for accuracy of
design and quantities submitted and the same will be released after the completion of civil contract works or
after 3 years from completion of consultancy services, whichever is earlier. The retention money will
however be released by the Client on substitution by Bank Guarantee of the same amount valid upto the
period as above. Out of this 15%, 10% shall be in the form of Bank Guarantee and 5% shall be the amount
retained from Consultancy fee payable to the Consultant.

7.3 Penalty

7.3.1 Penalty for Error/Variation


i. If variation in project cost occurs due to Change of scope requests of more than 10% of the total project cost
as estimated by the consultant and these change of scope requests arise due to deficiencies in the design
provided by the consultant, the penalty equivalent to 4% of the contract value shall be imposed. For this
purpose retention money equivalent to 4% of the contract value will be forfeited. This shall exclude any
additional/deletion of items/works ordered by the client during the execution

ii. If there is a discrepancy in land to be acquired during the execution of the project upto an extent of +/- 2% of
the area of land, a penalty equivalent to 3% of the contract value shall be imposed. For this purpose retention
money equivalent to 3% of the contract value will be forfeited. This shall exclude any additional/deletion of
items/works ordered by the client during the execution. For discrepancy of more than + / - 2% of the area of
land to be acquired, the firm shall be declared as non performing as per para 7.4.2.
Page 202 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
iii. If there is a variation in quantities of various itmes of utilities shifting during the execution of the project
upto an extent of +/- 10% of the quantity estimated by the design consultant, a penalty equivalent to 3% of
the contract value shall be imposed. For this purpose retention money equivalent to 3% of the contract value
will be forfeited. This shall exclude any additional/deletion of items/works ordered by the client during the
execution

iii) For inaccuracies in survey/investigation/design work the penalties shall be imposed as per details
given in Table below:

Sr. No. Item Penalty (%age of


contract value)

1 Topographic Surveys 1.0 to 1.5

a) The horizontal alignment does not match with ground condition.

b) The cross sections do not match with existing ground.

c) The co-ordinates are defective as instruments of desired accuracy not used.

2 Geotechnical Surveys 1.0 to 1.5

a)Incomplete surveys

b) Data not analyzed properly

c) The substrata substantially different from the actual strata found during
construction.

3 Traffic data found to be varying by more than 25% on resurvey at a later date, 0.5 to 1.0
unless there are justifiable reasons.

4 Axle load data found to be varying by more than 25% on resurvey at a later date, 0.5 to 1.0
unless there are justifiable reasons.

5 Structural Designs found to be unsafe or grossly over designed The firm shall be
considered as
nonperforming as
per para 7.4.2.
7.3.2 Penalty for delay
In case of delay in completion of services, a penalty equal to 0.05% of the contract price per day subject to a
maximum 5% of the contract value will be imposed and shall be recovered from payments due/performance
security. However in case of delay due to reasons beyond the control of the consultant, suitable extension of
time will be granted on case to case basis.

7.3.3 Total amount of recovery from all penalties shall be limited to 15% of the Consultancy Fee.

7.3.4 <CE (P) Beacon> is in process of evolving performance based rating system for DPR Consultants. Performance
of Consultants shall be monitored by < CE (P) Beacon > and will be taken into account in technical
evaluation of future DPR projects. For this purpose, performance of Consultant in the current project shall
also be taken into account to create rating of Consultant.

Page 203 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
7.4 ACTION FOR DEFICIENCY IN SERVICES

7.4.1 Consultants liability towards the Client


Consultant shall be liable to indemnify the client for any direct loss or damage accrued or likely to accrue due
to deficiency in service rendered by him.

7.4.2 Debarring / Non Performing


In the case of major deficiencies in the Detailed Project Report involving time and cost overrun and adverse
effect on reputation of < CE (P) Beacon >, the firm shall be declared as non-performing and the firm will not
be eligible for participating in future projects of the Ministry (including NHAI, NHIDCL, BRO, etc.) for a
period of 5 years.

8. FAIRNESS AND GOOD FAITH

8.1 Good Faith


The Parties undertake to act in good faith with respect to each other’s rights under this Contract and to adopt
all reasonable measures to ensure the realization of the objectives of this Contract.

8.2 Operation of the Contract

The Parties recognize that it is impractical in this Contract to provide for every contingency which may
arise during the life of the Contract, and the Parties hereby agree that it is their intention that this Contract
shall operate fairly as between them, and without detriment to the interest of either of them, and that, if
during the term of this Contract either Party believes that this Contract is operating unfairly, the Parties will
use their best efforts to agree on such action as may be necessary to remove the cause or causes of such
unfairness, but no failure to agree on any action pursuant to this Clause shall give rise to a dispute subject
to arbitration in accordance with Clause 9 hereof.

9. SETTLEMENT OF DISPUTES

9.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising out of or in connection with this
Contract or the interpretation thereof.

9.2 Dispute Resolution

9.2.1 Any dispute, difference or controversy of whatever nature howsoever arising under or out of
or in relation to this Agreement (including its interpretation) between the Parties, and so
notified in writing by either Party to the other Party (the “Dispute”) shall, in the first
instance, be attempted to be resolved amicably in accordance with the conciliation procedure
set forth in Clause 9.3.

9.2.2 The Parties agree to use their best efforts for resolving all Disputes arising under or in
respect of this Agreement promptly, equitably and in good faith, and further agree to provide
each other with reasonable access during normal business hours to all non – privileged
records, information and data pertaining to any dispute.

9.3 Conciliation
In the event of any Dispute between the Parties, either Party may call upon [Chairman of <BRO>]
and the Chairman of the Board of Directors of the Consultant or a substitute thereof for amicable
Page 204 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
settlement, and upon such reference, the said persons shall meet no later than 10(ten) days from the
date of reference to discuss and attempt to amicably resolve the Dispute. If such meeting does not
take place within the 10(ten) day period or the Dispute is not amicably settled within 15(fifteen)
days of the meeting or the Dispute is not resolved as evidenced by the signing of written terms of
settlement within 30 (thirty) days of the notice in writing referred to in Clause 9.2.1 or such longer
period as may be mutually agreed by the Parties, either Party may refer the Dispute to arbitration in
accordance with the Provisions of Clause 9.4.

9.4 Arbitration
9.4.1 Any Dispute which is not resolved amicably by conciliation, as provided in Clause 9.3, shall
be finally decided by reference to arbitration by an Arbitral Tribunal appointed in
accordance with Clause 9.4.2. Such arbitration shall be held in accordance with the Rules of
Arbitration of the International Centre for Alternative Dispute Resolution, New Delhi (the
“Rules”), or such other rules as may be mutually agreed by the Parties, and shall be subject
to the provisions of the Arbitration and Conciliation Act, 1996 as amended. The venue of
such arbitration shall be ***** and the language of arbitration proceedings shall be English.

9.4.2 Each dispute submitted by a Party to arbitration shall be heard by a sole arbitrator to be
appointed as per the procedure below

a) Parties may agree to appoint a sole arbitrator or, failing agreement on the identity of such
sole arbitrator within thirty(30) days after receipt by the other Party of the proposal of a
name for such an appointment by the Party who initiated the proceedings, either Party may
apply to the President, Indian Roads Congress, New Delhi for a list of not fewer than five
nominees and, on receipt of such list, the Parties shall alternately strike names therefrom,
and the last remaining nominee on the list shall be sole arbitrator for the matter in dispute. If
the last remaining nominee has not been determined in this manner within sixty (60) days of
the date of the list, the president, Indian Roads Congress, New Delhi, shall appoint, upon the
request of either Party and from such list or otherwise, a sole arbitrator for the matter in
dispute.

9.4.3 Substitute Arbitrator

If for any reason an arbitrator is unable to perform his function, a substitute shall be
appointed in the same manner as the original arbitrator.

9.4.4 Qualifications of Arbitrator


The sole arbitrator selected pursuant to Clause 8.2.1 hereof shall be expert with extensive
experience in relation to the matter in dispute.

9.4.5 The Arbitrators shall make a reasoned award (the “Award”). Any Award made in any
arbitration held pursuant to this Clause 9 shall be final and biding on the Parties as from the
date it is made, and the Consultant and the Authority agree and undertake to carry out such
Award without delay.

9.4.6 The Consultant and the Authority agree that an Award may be enforced against the
Consultant and/or the Authority, as the case may be, and their respective assets wherever
situated.

9.4.7 This Agreement and the rights and obligations of the Parties shall remain in full force and
effect, pending the Award in any arbitration proceedings hereunder

9.4.8 Miscellaneous
Page 205 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
In any arbitration proceeding hereunder:

(a) Proceedings shall, unless otherwise agreed by the parties be held in Delhi.

(b) The English language shall be the official language for all purposes;

(c) The decision of sole arbitrator shall be final and binding and shall be enforceable in
any court of competent jurisdiction, and the Parties hereby waive any objections to
or claims of immunity in respect of such enforcement; and

(d) The schedule of Expenses and Fee payable to the Arbitrator shall be as under

Sr,No. Particulars of Fees and Expenses Maximum amount payable per case

1 Fee (i) Rs. 25,000/- per day


(ii) 25% extra on fee at (i) above in case of fast-track
procedure as per Section -29 (B) of A&C Act;
Or
10% extra on fee at (i) above if award is published within 6
months from date of entering the reference by AT;
Alternatively, the Arbitrator may opt for a lump – sum fee of Rs.
5.00 Lakh per case including counter claims.
2 Reading charges- One Time Rs 25,000/- per case including counter claims.
3 One –time charges for Secretarial Rs. 25,000/- per case
Assistance and Incidental charges
(telephone, fax, postage ets.)

4 One time Charges for Rs. 40,000/-


publishing/declaration of the award
5 Other expenses (As per actual against bills subject to celling given below
Travelling expenses Economy class (by air), First class AC (by train) and AC Car (by
road)
Lodging and Boarding a)Rs. 15,000/-per day (in metro cities); or
a) Rs. 8000 per day (in other cities); or
b) Rs. 5,000/- per day if any Arbitrator makes their own
arrangements.

6. Local travel Rs. 2000 /- per day

7 Extra charges for days other than Rs. 5000 /- per day for outstation Arbitrator
meeting days (maximum for 2 X ½
days)
Note 1. Lodging boarding and travelling expenses shall be allowed only for those arbitrator who is residing 100
kms. Away from the venue of meeting,

2. Delhi, Mumbai, Chennai, Kolkata, Bangalore and Hyderabad shall be considered as Metro cities.

In exceptional cases, such as cases involving major legal implications/wider ramifications/higher financial
stakes etc. a special fee structure could be fixed in consultation with the Contractor/Supervision Consultants
and with the specific approval of the <BRO> before appointment of the Arbitrator.

Page 206 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
10. Change of Scope

The change of Scope on account of variation of total length as well as 4 laned length of project Highway from
the indicative length as given at Annex-1 of Letter of Invitation of the RFP shall be dealt as follows

i) During the course of consultancy services in case it is considered necessary to


increase/decrease the scope of services (of total length or 4 laned length as compared to indicative
Length as given in the RFP) by the client the same shall be notified by Change of scope notice.
Similarly, if the Consultant determines that change of scope is needed, he shall inform of the same to
the Client. The Client will examine and shall either reject the proposal or issue change of scope
notice.

ii) The Consultancy fee shall be revised on account of change of scope as below:

In case the total length of project increase/ decrease up to 10% of indicative length given in the RFP: No
change in Consultancy Fees.
In case the increase/ decrease in total length of project is more than 10 % of the indicative length as given in
the RFP: The consultancy fee shall be increased/ decreased in the same proportion in which the length of the
project road is increased/ decreased beyond 10% .

iii) Increase/decrease in length on account of bypasses shall not be considered as change of scope.
However, the total length of the project highway (including bypasses and realignment) along the
finally approved alignment shall be compared with the indicative length in the RFP for the purpose of
variation.

10.1 The Consultancy fee shall be increased on account of change of scope as below:

a) In case of increase in configuration of Lanes in the project after the submission of Final Report: 10%
of the original consultancy charges

b) In case of change of mode of delivery is involved after submission of Final Report / due to revision of
specifications / IRC Codes etc.

(i) 2.5% of the original Consultancy charges.


Revision of DPR after submission due to changes
in IRC codes / specification etc.

Revision of DPR due to changes in mode EPC /


(ii) 2.5% of the original Consultancy charges.
BOT / HAM etc

Page 207 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
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 : Chief Engineer, HQ CE (P) Beacon , Rangret, Opp SIDCO,
Distt- Badgam (J&K), Pin – 191132
Director EPC, <HQ CE (P) Beacon, Rangret, Opp
Attention :
SIDCO, Distt- Badgam (J&K), Pin – 191132
E-mail:bro-bcn@nic.in
For the Consultants:

Attention: Name
Designation
Address
Tel: Fax: E-mail address

1.6.2Notice will be deemed to be effective as follows:

(a) in the case of personal delivery or registered mail, on delivery;

(b) In the case of facsimiles, 24 hours following confirmed transmission.

(c) In case of E mail, 24 hours following confirmed transmission.

1.8 Entity to Act as Member in charge (In case of Joint Venture of Consultants) with or without an
Associate: - ………………………..

1.9 The Authorized Representatives are:

For the Client : ( -- )

Director, <BRO> ( -- )

For the Consultant:

Name

Designation

Page 208 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

1.10 The Consultants and the personnel shall pay the taxes, duties, fees, levies and other impositions
levied under the existing, amended or enacted laws (prevailing 7 days before the last date of
submission of bids) during life of this contract and the Client shall perform such duties in regard to
the deduction of such tax as may be lawfully imposed.
2.1 The effectiveness conditions are the following:

a) The contract has been approved by <CE (P) Beacon>.

b) The consultant will furnish within 15 days of the issue of letter of acceptance, an
unconditional Bank Guarantee an amount equivalent to 10% of the total contract value to be
received by him from a Nationalized Bank, IDBI or ICICI/ICICI Bank/Foreign Bank/EXIM
Bank / Any Scheduled Commercial Bank approved by RBI having a net worth of not less
than 500 crore as per latest Annual Report of the Bank. In the case of a Foreign Bank
(issued by a Branch in India) the net worth in respect of Indian operations shall only be taken
into account. In case of Foreign Bank, the BG issued by Foreign Bank should be counter
guaranteed by any Nationalized Bank in India. In case of JV, the BG shall be furnished on
behalf of the JV or lead partner of JV for an amount equivalent to 3% of the total contract
value to be received by him towards Performance Security valid for a period of three years
beyond the date of completion of services.

2.2 The time period shall be “four months” or such other time period as the parties may agree in writing.

2.3 The time period shall be “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 Consultants in carrying out the Services, the Consultants, with
respect to damage caused by the Consultants to the Client’s property, shall not be liable to the Client:

(i) for any indirect or consequential loss or damage; and


(ii) for any direct loss or damage that exceeds (A) the total payments for Professional Fees and Reimbursable
Expenditure made or expected to be made to the Consultants hereunder, or (B) the proceeds the Consultants
may be entitled to receive from any insurance maintained by the Consultants to cover such a liability,
whichever of (A) or (B) is higher.

(b) This limitation of liability shall not affect the Consultants’ liability, if any, for damage to Third
Parties caused by the Consultants or any person or firm acting on behalf of the Consultants in
carrying out the Services.

3.5 The risks and the coverage shall be as follows:

(a) Third Party motor vehicle liability insurance as required under Motor Vehicles Act, 1988 in
respect of motor vehicles operated in India by the Consultants or their Personnel or any Sub
consultants or their Personnel for the period of consultancy.

(b) Third Party liability insurance with a minimum coverage, for Rs.1.00 million for the period of
consultancy.

(c) (i) The Consultant shall provide to <CE (P) Beacon> Professional Liability Insurance (PLI) for a period
of Five years beyond completion of Consultancy services or as per Applicable Law, whichever is
higher.

Page 209 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
(ii) The Consultant will maintain at its expense PLI including coverage for errors and omissions
caused by Consultant’s negligence in the performance of its duties under this agreement, (A) For
the amount not exceeding total payments for Professional Fees and Reimbursable Expenditures
made or expected to be made to the Consultants hereunder OR (B) the proceeds, the
Consultants may be entitled to receive from any insurance maintained by the Consultants to cover
such a liability, whichever of (A)or (B) is higher.

(iii) The policy should be issued only from an Insurance Company operating in India.

(iv) The policy must clearly indicate the limit of indemnity in terms of “Any One Accident” (AOA)
and “Aggregate limit on the policy” (AOP) and in no case should be for an amount less than stated
in the contract.

(v) If the Consultant enters into an agreement with <Border Roads Organisation> in a joint venture or
‘in association’, the policy must be procured and provided to < Border Roads Organisation> by
the joint venture/in association entity and not by the individual partners of the joint venture/
association.

(vi) The contract may include a provision thereby the Consultant does not cancel the policy midterm
without the consent of < Border Roads Organisation>. The insurance company may provide an
undertaking in this regard.

(d) Employer’s liability and workers’ compensation insurance in respect of the Personnel of the
Consultants and of any Sub consultant, in accordance with the relevant provisions of the Applicable Law, as
well as, with respect to such Personnel, any such life, health, accident, travel or other insurance as may be
appropriate; and all insurances and policies should start from the date of commencement of services and
remain effective as per relevant requirements of contract agreement.

3.9 The Consultants shall not use these documents for purposes unrelated to this Contract without the prior
written approval of the Client.

4.6 The person designated as Team Leader cum Senior Highway Engineer in Appendix B shall serve in that
capacity, as specified in Clause 4.6.

6.1 (b) The ceiling amount in local currency is Rs……… Excluding Goods & Service Tax)

6.3 (a) No advance payment will be made.

6.3 (e) The interest rate is: @ 12% per annum

6.3 (f) The account is:


Account Number : _______________

IFSC Code : _______________

9.2 Disputes shall be settled by arbitration in accordance with the following provisions:

9.2.1 Selection of Arbitrators

Each dispute submitted by a Party to arbitration shall be heard by a sole arbitrator to be appointed as
per the procedure below

a) Parties may agree to appoint a sole arbitrator or, failing agreement on the identity of such sole arbitrator
within thirty(30) days after receipt by the other Party of the proposal of a name for such an
appointment by the Party who initiated the proceedings, either Party may apply to the President,
Indian Roads Congress, New Delhi for a list of not fewer than five nominees and, on receipt of such
list, the Parties shall alternately strike names therefrom, and the last remaining nominee on the list
shall be sole arbitrator for the matter in dispute. If the last remaining nominee has not been
Page 210 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
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.

Page 211 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Appendix A
Terms of reference containing, inter-alia, the Description of the Services and Reporting Requirements

Page 212 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Appendix B
Consultants’ Sub consultants, Key Personnel and Sub Professional Personnel

Page 213 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Appendix C
Hours of work for Consultants’ Personnel

The Consultant’s personnel shall normally work for 8 hours in a day and six days a week. Normally Sundays shall be
closed for working. In addition they shall also be allowed to avail holidays as observed by the Client’s office in the
relevant state without deduction of remunerations. In case any person is required to work on Sunday or Holiday due
to exigency of work, he/she shall be given compensatory leave within the next 15 days.

Page 214 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Appendix D
Duties of the Client

Page 215 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Appendix E
Cost Estimate

Page 216 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

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

Page 217 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Appendix G:

Copy of letter of acceptance

Page 218 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Appendix – H
Copy of letter of Award

Page 219 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Appendix - I

Format for Bank Guarantee for Performance Security (For individual work)
BANK GUARANTEE FOR PERFORMANCE SECURITY
To,

Chief Engineer
HQ CE (P) Beacon
Rangret, Opp SIDCO,
Distt- Badgam (J&K), Pin – 191132

In consideration of <BRO> (hereinafter referred as the “Client”, which expression shall, unless repugnant to the
context or meaning thereof include its successors, administrators and assigns) having awarded to
M/s.………………………………………………having its office at
……………….. (Hereinafter referred to as the “Consultant” which expression shall repugnant to the context or
meaning thereof, include its successors, administrators, executors and assigns), a contract by issue of client’s
Contract Agreement no. / Letter of Acceptance No. ……………….. dated ……………… and the same having been
unequivocally accepted by the Consultant, resulting in a Contract valued at Rs…………../-
(Rupees….………………….) excluding Goods & service tax for “Consultancy Services for preparation of Detailed
Project Report of <Engaging Technical Consultant for finalization of Alignment and preparation of
Feasibility Study (FS) on EPC mode for development of Poonch-Uri road to NHDL specifications
(Tentative length - 120 Km) in UT of Jammu and Kashmir under BharatmalaPariyojana.>
………………………………………(Total Length -…….) on NH-…..in the states of ………….under –
Contract Package No. …. (Hereinafter called the “Contract”), and the Consultant having agreed to furnish a Bank
Guarantee to the Client as “Performance Security as stipulated by the Client in the said contract for performance of
the above Contract amounting to Rs.……………./- (Rupees…………………………………….).

We, ……………………………..having registered office at …………….., a body registered/constituted under the


……………………….(hereinafter referred to as the Bank), which expression shall, unless repugnant to the
context or meaning thereof, include its successors, administrators, executors and assigns) do hereby guarantee
and undertake to pay the client immediately on demand any or, all money payable by the Consultant to the extent of
Rs. …………..(Rupees………..………………..) as aforesaid at any time up to ………..without any demur,
reservation, contest, recourse or protest and/or without any reference to the consultant. Any such demand made by
the client on the bank shall be conclusive and binding notwithstanding any difference between the Client and
the Consultant or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. We agree that
the Guarantee herein contained shall be irrevocable and shall continue to be enforceable till the Client discharges
this guarantee.

The Client shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee,
from time to time to vary or to extend the time for performance of the contract by the Consultant. The Client shall
have the fullest liberty without affecting this guarantee, to postpone from time to time the exercise of any powers
vested in them or of any right which they might have against the consultant and to exercise the same at any time in
any manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in the Contract
between the Client and the Consultant any other course or remedy or security available to the Client. The bank shall
not be relieved of its obligations under these presents by any exercise by the Client of its liberty with reference to the
matters aforesaid or any of them or by reason of any other act or forbearance or other acts of omission or
commission on the part of the Client or any other indulgence shown by the Client or by any other matter or thing
whatsoever which under law would but for this provision have the effect of relieving the Bank.

The Bank also agrees that the Client at its option shall be entitled to enforce this Guarantee against the Bank as a
principal debtor, in the first instance without proceeding against the Consultant and notwithstanding any security or
other guarantee that the Client may have in relation to the Consultant’s liabilities.
Page 220 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Notwithstanding anything contained herein,

a) Our liability under this Bank Guarantee is limited to


Rs. ……………….(Rupees……………………………) and it shall remain in force up to and including …………and
shall be extended from time to time for such period as may be desired by M/s……………………., on whose behalf
this guarantee has been given.

b) This Bank Guarantee shall be valid up to …………..

c) We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and
only if you serve upon us a written claim or demand on or before ……………(date of expiry of
Guarantee).

(Signature of the Authorized Official)

(Name & Designation with Bank Stamp)

NOTE:

(i)The bank guarantee(s) contains the name, designation and code number of the officer(s) signing the guarantee(s).

(ii)The address, telephone no. and other details of the Head Office of the Bank as well as of issuing branch should be
mentioned on the covering letter of issuing Branch.

(iii)The bank guarantee for Rs 10,000 and above is signed by at least two officials (or as per the norms prescribed by
the RBI in this regard).

Page 221 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Appendix J: Minutes of Pre-bid meeting

Page 222 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
APPENDIX-VII
FEASIBILITY Checklist – Stage 1 – Inception Report (Pavements)
General Details
Project Name
Consultant's Name
Date of Review

Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Project Appreciation Yes ☐ No ☐ NA ☐ NA

2.1 Location of site office Yes ☐ No ☐ NA ☐

2.2 Review of scope of ToR and gap identification Yes ☐ No ☐ NA ☐ NA


Key departments identified for various
2.3 Yes ☐ No ☐ NA ☐
documents
Start and end location of project verified with
2.4 Yes ☐ No ☐ NA ☐
client (Mention details)
Project description
2.5 • Start and End Chainage Yes ☐ No ☐ NA ☐
• Village/District
Project location map
2.6 • On State Map Yes ☐ No ☐ NA ☐ NA
• On District Map
2.7 Site photos and data of project alignment Yes ☐ No ☐ NA ☐ NA
2.8 Overview of land use plans Yes ☐ No ☐ NA ☐ NA
Overview of existing pavement conditions
• Number of Lanes
2.9 Yes ☐ No ☐ NA ☐
• Type of Pavement
(Flexible/Rigid/Surfaced/Unsurfaced)
2.10 Existing right of way details Yes ☐ No ☐ NA ☐
2.11 Number/ Location of major and minor bridges Yes ☐ No ☐ NA ☐
2.12 Number/ Location of level crossings Yes ☐ No ☐ NA ☐
2.13 Number/ Location of ROB and RUB Yes ☐ No ☐ NA ☐
2.14 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
3 Approach Methodology Yes ☐ No ☐ NA ☐ NA
3.1 Engineering survey and investigations Yes ☐ No ☐ NA ☐ NA
3.2 Design of road, pavements and structures Yes ☐ No ☐ NA ☐ NA
3.3 Environment and social impact assessment Yes ☐ No ☐ NA ☐ NA
Estimation of project cost, viability and
3.4 Yes ☐ No ☐ NA ☐ NA
financing options
3.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
Page 223 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
4 Task Assignment and Manning Schedule Yes ☐ No ☐ NA ☐ NA
4.1 Number of key personnel provided Yes ☐ No ☐ NA ☐
4.2 Specific tasks assigned to each key personnel Yes ☐ No ☐ NA ☐ NA
4.3 Manning schedule for key personnel Yes ☐ No ☐ NA ☐ NA
4.4 Number of key personnel deployed at site Yes ☐ No ☐ NA ☐
5 Performa for data collection Yes ☐ No ☐ NA ☐ NA
6 Indicative design standards and cross sections Yes ☐ No ☐ NA ☐ NA
7 Development plans Yes ☐ No ☐ NA ☐ NA
Overview of development plans being
7.1 Yes ☐ No ☐ NA ☐ NA
implemented/ proposed by local bodies
7.2 Overview of impact of such development plans Yes ☐ No ☐ NA ☐ NA
8 Quality Assurance Plan Yes ☐ No ☐ NA ☐ NA
8.1 Engineering surveys and investigation Yes ☐ No ☐ NA ☐ NA
8.2 Traffic surveys Yes ☐ No ☐ NA ☐ NA
Material geo-technical and sub-soil
8.3 Yes ☐ No ☐ NA ☐ NA
investigations
8.4 Road and pavement investigations Yes ☐ No ☐ NA ☐ NA
Investigation and design of bridges and
8.5 Yes ☐ No ☐ NA ☐ NA
structures
8.6 Environment and R&R assessment Yes ☐ No ☐ NA ☐ NA
8.7 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA
8.8 Drawing and documentation Yes ☐ No ☐ NA ☐ NA
8.9 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
8.10 Discussion of draft QAP document with client Yes ☐ No ☐ NA ☐ NA
8.11 Approval of final QAP document by client Yes ☐ No ☐ NA ☐ NA
9 Draft design Standards Yes ☐ No ☐ NA ☐ NA
9.1 Geometric design standards of highway (Plain) Yes ☐ No ☐ NA ☐ NA
Geometric design standards of highway
9.2 Yes ☐ No ☐ NA ☐ NA
(Hilly)
10 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
10.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and scope as per
10.2 Yes ☐ No ☐ NA ☐ NA
RFP
10.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA
Compliance report prepared on client
10.4 Yes ☐ No ☐ NA ☐ NA
observations

Page 224 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

FEASIBILITYChecklist – Stage 2 – Feasibility Report (Pavements)


General Details

Project Name

Consultant's Name

Date of Review

Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Specifications Remarks

1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Overview of client organization / activities Yes ☐ No ☐ NA ☐ NA

3 Methodology adopted for feasibility study Yes ☐ No ☐ NA ☐ NA

4 Socioeconomic profile of the project areas Yes ☐ No ☐ NA ☐ NA


Regional economic profile basis last 10 years data
4.1 as per IRC Yes ☐ No ☐ NA ☐ NA

Economic profile of project influence area basis


4.2 last 10 years data as per IRC Yes ☐ No ☐ NA ☐ NA

4.3 Socio Economic status of project influence area Yes ☐ No ☐ NA ☐ NA


Indicative design standards, methodologies, and
5 specifications Yes ☐ No ☐ NA ☐ NA

6 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA


Classified traffic volume counts using IHMCL
6.1 data (7 day data) Yes ☐ No ☐ NA ☐ NA

6.2 Traffic projection methodology as per IRC:108 Yes ☐ No ☐ NA ☐ NA


6.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ NA

6.4 Current and Projected PCU Yes ☐ No ☐ NA ☐


6.5 Current and Projected TVU Yes ☐ No ☐ NA ☐
6.6 Origin destination surveys as per IRC: 102 Yes ☐ No ☐ NA ☐ NA

6.7 Speed and delay studies as per IRC:102 Yes ☐ No ☐ NA ☐ NA


Traffic surveys for the design of road junctions as
6.8 per data in IRC: SP:41 Yes ☐ No ☐ NA ☐ NA

Page 225 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Analysis for replacing railway level crossings


6.9 with over bridges/ subways Yes ☐ No ☐ NA ☐ NA

6.10 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
6.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Traffic surveys monitored and reviewed by the


6.12 Yes ☐ No ☐ NA ☐ NA
client
7 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA

7.1 Road Inventory Survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

7.2 Review of Road Inventory survey by client Yes ☐ No ☐ NA ☐ NA

Chainage wise details of pavement composition


7.3 Yes ☐ No ☐ NA ☐ NA
survey
Geological Survey
7.4 • Geological Map of the Area Yes ☐ No ☐ NA ☐ NA
• Seismicity
Climatic Conditions
• Temperature
7.5 Yes ☐ No ☐ NA ☐ NA
• Rainfall
• Wind
Pavement composition and condition survey as
7.6 Yes ☐ No ☐ NA ☐ NA
per IRC:SP:19
Review of pavement composition and condition
7.7 Yes ☐ No ☐ NA ☐ NA
survey by client
7.8 Pavement roughness survey as per IRC:SP:16 Yes ☐ No ☐ NA ☐ NA
7.9 Review of pavement roughness survey by client Yes ☐ No ☐ NA ☐ NA
Pavement structural strength survey as per
7.10 Yes ☐ No ☐ NA ☐ NA
IRC:81
Review of pavement structural strength survey by
7.11 Yes ☐ No ☐ NA ☐ NA
client
7.12 Sub grade characteristics and strengths Yes ☐ No ☐ NA ☐ NA

Topographical survey as per IRC:SP:19 using


LiDAR
7.13
• Gradient Yes ☐ No ☐ NA ☐ NA

• Terrain
7.14 Review of topographical survey by client Yes ☐ No ☐ NA ☐ NA

7.15 Inventory of bridges, culverts and structures Yes ☐ No ☐ NA ☐ NA

Page 226 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Condition survey for bridges, culverts and


7.16 Yes ☐ No ☐ NA ☐ NA
structures
Review of condition survey for bridges, culverts
7.17 Yes ☐ No ☐ NA ☐ NA
and structures by client

Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
7.18 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
8 Geotechnical Survey Yes ☐ No ☐ NA ☐ NA

Geo-technical and sub-soil explorations as per


8.1 Yes ☐ No ☐ NA ☐ NA
IRC:78
8.2 Bore holes dug for every pier and abutment Yes ☐ No ☐ NA ☐ NA
Review of geo-technical and sub-soil explorations
8.3 Yes ☐ No ☐ NA ☐ NA
by client
Field testing, soil sampling, laboratory testing in
8.4 accordance with BIS/ AASHTO/ BS Yes ☐ No ☐ NA ☐ NA

8.5 Recommendation of Foundation Type and Depth Yes ☐ No ☐ NA ☐ NA


8.6 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

9 Hydraulic and Hydrological Survey Yes ☐ No ☐ NA ☐ NA

Hydraulic and hydrological investigations as per


9.1 Yes ☐ No ☐ NA ☐ NA
IRC:SP:13 and IRC:5
9.2 High Flood Level specified Yes ☐ No ☐ NA ☐ NA

9.3 Depth of Water Table specified Yes ☐ No ☐ NA ☐ NA

9.4 Ponded Water Level specified Yes ☐ No ☐ NA ☐ NA

9.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

9.6 Review of hydrological investigations by client Yes ☐ No ☐ NA ☐ NA


10 Materials Survey Yes ☐ No ☐ NA ☐ NA

10.1 Materials Survey conducted as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA


Sources of Naturally Occurring Aggregates
specified
10.2 • Details of Borrow Pits with Yes ☐ No ☐ NA ☐
Distance from Project Site
• Cost of Material/ Transportation
Sources of Manufactured Items specified
• Details of suppliers with distance from
10.3
project site Yes ☐ No ☐ NA ☐ NA

• Cost of material/ transportation

Page 227 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Sources of water for construction specified as per


10.4 Yes ☐ No ☐ NA ☐ NA
IS: 456
10.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
Environmental screening/ preliminary
11 Yes ☐ No ☐ NA ☐ NA
environmental assessment
Analysis basis Initial Environment
11.1 Yes ☐ No ☐ NA ☐ NA
Examination in IRC: SP: 19
11.2 Recommended feasible mitigation measures Yes ☐ No ☐ NA ☐ NA
Initial social assessment/ preliminary LA
12 Yes ☐ No ☐ NA ☐ NA
resettlement plan
Analysis basis Initial Environment
12.1 Yes ☐ No ☐ NA ☐ NA
Examination in IRC: SP: 19
Details of consultation with potentially
12.2 Yes ☐ No ☐ NA ☐ NA
affected persons
Names/ Details of consultation with local
12.3 Yes ☐ No ☐ NA ☐
NGOs
Names/ Details of consultation with municipal
12.4 Yes ☐ No ☐ NA ☐
authorities
12.5 Preliminary resettlement plan Yes ☐ No ☐ NA ☐ NA
12.6 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
13 Cost estimates Yes ☐ No ☐ NA ☐ NA

13.1 Item rates and rate analysis Yes ☐ No ☐ NA ☐ NA


13.2 Escalation Yes ☐ No ☐ NA ☐ NA
14 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA
14.1 Estimated cost details Yes ☐ No ☐ NA ☐ NA
14.2 Projected revenues details Yes ☐ No ☐ NA ☐ NA
14.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA
Analysis and results (IRR, Sensitivity
14.4 Yes ☐ No ☐ NA ☐ NA
Analysis, Financial Viability)
15 Strip plan and Alignment Yes ☐ No ☐ NA ☐ NA

15.1 Details of center line of proposed highway Yes ☐ No ☐ NA ☐ NA


15.2 Details of existing RoW Yes ☐ No ☐ NA ☐ NA

15.3 Details of proposed RoW Yes ☐ No ☐ NA ☐ NA


Page 228 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

15.4 Details about ownership of land to be acquired Yes ☐ No ☐ NA ☐ NA


Strip plan basis reconnaissance and
15.5 topographic surveys Yes ☐ No ☐ NA ☐ NA

15.6 Strip plan reviewed and approved by the client Yes ☐ No ☐ NA ☐ NA


Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
16 Alignment Options Study Yes ☐ No ☐ NA ☐ NA
At least two alignments proposed
16.1 Yes ☐ No ☐ NA ☐ NA
Details of Alignments on Map
16.2 Review of options with client Yes ☐ No ☐ NA ☐ NA
16.2.1 Review of options with local authority Yes ☐ No ☐ NA ☐ NA
Length of the project along proposed
16.3 Yes ☐ No ☐ NA ☐
alignment options
Land Acquisition required along alignment
16.4 Yes ☐ No ☐ NA ☐
options
16.4.1 Environmental impact of each option Yes ☐ No ☐ NA ☐
Review of road geometry and safety for each
16.4.2 Yes ☐ No ☐ NA ☐
option
16.5 Cost Estimates of alternatives Yes ☐ No ☐ NA ☐
Recommended Alignment with
16.6 Yes ☐ No ☐ NA ☐ NA
Justification
16.7 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
17 Technical Specifications Yes ☐ No ☐ NA ☐ NA
MoRTH technical specifications for Roads and
17.1 Yes ☐ No ☐ NA ☐ NA
Bridge works followed
17.2 Details of technical specifications Yes ☐ No ☐ NA ☐ NA
18 Rate Analysis Yes ☐ No ☐ NA ☐ NA
Rate analysis for all relevant items as per latest
18.1 Yes ☐ No ☐ NA ☐ NA
SoR
19 Cost Estimates Yes ☐ No ☐ NA ☐ NA
Cost estimates for all relevant items as per
19.1 Yes ☐ No ☐ NA ☐ NA
latest SoR
20 Bill of quantities Yes ☐ No ☐ NA ☐ NA
21 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
21.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and scope as
21.2 Yes ☐ No ☐ NA ☐ NA
per RFP

Page 229 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

21.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA


Compliance report prepared on client
21.4 Yes ☐ No ☐ NA ☐ NA
observations

FEASIBILITYChecklist – Stage 3 – LA and Clearances I Report (Pavements)


General Details

Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Strip plan- additional details added Yes ☐ No ☐ NA ☐ NA


Details of center line, existing structures, road furniture
2.1 and other features Yes ☐ No ☐ NA ☐ NA

2.2 Widening scheme Yes ☐ No ☐ NA ☐ NA


New construction/ reconstruction of structures and
2.3 amenities Yes ☐ No ☐ NA ☐ NA

2.4 Existing and proposed right of way Yes ☐ No ☐ NA ☐ NA

2.5 Clearances impacting each chainage Yes ☐ No ☐ NA ☐ NA

3 Forest Clearance Yes ☐ No ☐ NA ☐ NA

3.1 Requirement for forest clearance identified Yes ☐ No ☐ NA ☐ NA


Date/ Details of initial consultation with competent
3.2 authority Yes ☐ No ☐ NA ☐

Details/cost of trees being felled basis concerned


3.3 District Forest Office Yes ☐ No ☐ NA ☐

3.4 Date of submission of proposal for forest clearance Yes ☐ No ☐ NA ☐ NA


3.5 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA

4.1 Requirement for wildlife clearance identified Yes ☐ No ☐ NA ☐ NA

Page 230 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Date/ Details of initial consultation with competent


4.2 authority Yes ☐ No ☐ NA ☐

Details/cost of trees being felled basis concerned


4.3 District Forest Office Yes ☐ No ☐ NA ☐

4.4 Date of submission of proposal for wildlife clearance Yes ☐ No ☐ NA ☐


4.5 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
5.1 Identification of overground utilities Yes ☐ No ☐ NA ☐ NA
Identification of underground utilities using GPR,
5.2 Induction Locator or equivalent technologies Yes ☐ No ☐ NA ☐ NA

Name/ Details of consultation with local authority/


5.3 Yes ☐ No ☐ NA ☐
people
Utility relocation plan with existing / proposed
5.4 location showing existing RoW and topographic Yes ☐ No ☐ NA ☐ NA
details
5.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
Date of proposal submission to competent
5.6 Yes ☐ No ☐ NA ☐
authority
Review of utility relocation plan/ proposal by
5.7 Yes ☐ No ☐ NA ☐ NA
client
6 Utility Clearances (Water) Yes ☐ No ☐ NA ☐ NA
6.1 Identification of overground utilities in RoW Yes ☐ No ☐ NA ☐ NA
Identification of underground utilities using GPR,
6.2 Yes ☐ No ☐ NA ☐ NA
Induction Locator or equivalent technologies
Name/ Details of consultation with local authority/
6.3 Yes ☐ No ☐ NA ☐
people
Utility relocation plan with existing / proposed
6.4 location showing existing RoW and topographic Yes ☐ No ☐ NA ☐ NA
details
6.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐
Date of proposal submission to competent
6.6 Yes ☐ No ☐ NA ☐ NA
authority
Review of utility relocation plan/ proposal by
6.7 Yes ☐ No ☐ NA ☐ NA
client
7 Utility Clearances (Others) Yes ☐ No ☐ NA ☐ NA

Page 231 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

7.1 Identification of overground utilities in RoW Yes ☐ No ☐ NA ☐ NA


Identification of underground utilities using GPR,
7.2 Induction Locator or equivalent technologies Yes ☐ No ☐ NA ☐ NA

Name/ Details of consultation with local authority/


7.3 Yes ☐ No ☐ NA ☐
people
Utility relocation plan with existing / proposed
7.4 location showing existing RoW and topographic Yes ☐ No ☐ NA ☐ NA
details
7.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Date of proposal submission to competent
7.6 Yes ☐ No ☐ NA ☐
authority
Review of utility relocation plan/ proposal by
7.7 Yes ☐ No ☐ NA ☐ NA
client
8 Railway Clearances Yes ☐ No ☐ NA ☐ NA

8.1 Identification of ROB/ RUB on project corridor Yes ☐ No ☐ NA ☐ NA

8.2 Initial consultation with competent authority Yes ☐ No ☐ NA ☐ NA

Date of proposal submission to competent


8.3 Yes ☐ No ☐ NA ☐
authority
8.4 Review of GAD/ proposal by client Yes ☐ No ☐ NA ☐ NA
9 Other Clearances Yes ☐ No ☐ NA ☐ NA

9.1 Requirement for other clearances identified Yes ☐ No ☐ NA ☐ NA

Date of proposal submission to competent


9.2 Yes ☐ No ☐ NA ☐
authority
9.3 Review of proposal by client Yes ☐ No ☐ NA ☐ NA
10 Land Acquisition Yes ☐ No ☐ NA ☐ NA
Detailed schedule about acquisition of
10.1 Yes ☐ No ☐ NA ☐ NA
landholdings as per land records
10.2 Consultation with affected persons Yes ☐ No ☐ NA ☐ NA
10.3 Name/ Details of consultation with NGOs Yes ☐ No ☐ NA ☐
Name/ Details of consultation with concerned
10.4 Yes ☐ No ☐ NA ☐
government agencies
Total land required, land area already available ,
10.5 Yes ☐ No ☐ NA ☐
land to be acquired identified
Review of land acquisition using digital cadastral
10.6 Yes ☐ No ☐ NA ☐ NA
map by client

Page 232 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

10.7 Draft 3a notification submitted Yes ☐ No ☐ NA ☐ NA


10.8 Review of 3a notification by client Yes ☐ No ☐ NA ☐ NA

10.9 Date of 3a gazette notification Yes ☐ No ☐ NA ☐

10.10 Draft 3a notification submitted Yes ☐ No ☐ NA ☐ NA


10.11 Review of 3A notification by client Yes ☐ No ☐ NA ☐ NA
10.12 Date of 3A gazette notification Yes ☐ No ☐ NA ☐
11 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
11.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Details/
S.No SECTION OF THE REPORT YES/NO/NA Specificatio Remarks
ns
Report fulfils project objectives and scope as per
11.2 Yes ☐ No ☐ NA ☐ NA
RFP
11.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

11.4 Compliance report prepared on client observations Yes ☐ No ☐ NA ☐ NA

Page 233 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
DPR Checklist – Stage 4 – Detailed Project Report (Pavements)
General Details

Project Name

Consultant's Name

Date of Review

Details /
S.No SECTION OF THE REPORT YES/NO/NA Specifica Remarks
tions
1 Main Report Yes ☐ No ☐ NA ☐ NA
2 Introduction and project background Yes ☐ No ☐ NA ☐ NA

2.1 Overview of project location, project objectives etc. Yes ☐ No ☐ NA ☐ NA

2.2 Overview of report structure, deliverables etc. Yes ☐ No ☐ NA ☐ NA

3 Social analysis of the project Yes ☐ No ☐ NA ☐ NA

3.1 Project impact on stakeholders such as local people Yes ☐ No ☐ NA ☐ NA

Project impact on residential, commercial and public


3.2 properties Yes ☐ No ☐ NA ☐ NA

3.3 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

4 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA

Geometric Features of the Existing Road


Design Speed
• Sight distance details
4.1 Yes ☐ No ☐ NA ☐
• Horizontal Alignment Details
• Vertical Alignment Details
• Height of Embankment
Topographical Survey using LiDAR (or equivalent
technology) as per IRC:SP:19
4.2 • Gradient Yes ☐ No ☐ NA ☐ NA

• Terrain

Pavement composition and condition survey as per


4.3 IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

Pavement roughness survey as per IRC:SP:16


4.4 Yes ☐ No ☐ NA ☐ Na

Pavement structural strength survey as per IRC:81


4.5 Yes ☐ No ☐ NA ☐ NA

Page 234 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Geological Survey
4.6 • Geological Map of the Area Yes ☐ No ☐ NA ☐ NA
• Seismicity
Climatic Conditions
• Temperature
4.7 Yes ☐ No ☐ NA ☐ NA
• Rainfall
• Wind
Land Use along the existing alignment
4.8 Map of the Project Area depicting Yes ☐ No ☐ NA ☐ NA
Agricultural/Habitation/Forest Area
Details of Existing Structures
Map of the Project Area depicting
4.9 Yes ☐ No ☐ NA ☐ NA
Hutments/Buildings/Temples/Public
Building/Any Other Significant Structure
4.10 Inventory and condition survey of culverts Yes ☐ No ☐ NA ☐ NA

Geo-technical and sub-soil explorations as per


4.11
IRC:78 Yes ☐ No ☐ NA ☐ NA

Number of Bore holes dug (holes for every pier and


4.12
abutment) Yes ☐ No ☐ NA ☐

Field testing, soil sampling, laboratory testing as per


4.13
IRC: 78 Yes ☐ No ☐ NA ☐ NA

4.14 Recommendation of Foundation Type and Depth Yes ☐ No ☐ NA ☐


4.15 Hydrological investigations as per IRC:5 Yes ☐ No ☐ NA ☐ NA

4.16 High Flood Level specified Yes ☐ No ☐ NA ☐ NA

4.17 Depth of Water Table specified Yes ☐ No ☐ NA ☐ NA

4.18 Ponded Water Level specified Yes ☐ No ☐ NA ☐ NA

Materials Survey conducted as per IRC:SP:19


4.19 Yes ☐ No ☐ NA ☐ NA

Sources of Naturally Occurring Aggregates specified


• Details of Borrow Pits with Distance from
4.20 Project Site Yes ☐ No ☐ NA ☐
• Cost of Material/Transportation

Sources of environmentally friendly construction


4.20.1 materials identified as per MoRT&H circular Yes ☐ No ☐ NA ☐ NA

Page 235 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Sources of Manufactured Items specified
• Details of Suppliers with
4.21 Yes ☐ No ☐ NA ☐ NA
Distance from Project Site
• Cost of Material/Transportation
Source of Water for construction specified as
4.22 Yes ☐ No ☐ NA ☐ NA
per IS:456
4.23 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

5 Traffic studies and demand forecast designs Yes ☐ No ☐ NA ☐ NA


Classified traffic volume counts using IHMCL
5.1 Yes ☐ No ☐ NA ☐ NA
data (7 day data)
Traffic projection methodology as per
5.2 Yes ☐ No ☐ NA ☐ NA
IRC:108
5.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ NA
5.4 Current and Projected PCU Yes ☐ No ☐ NA ☐
5.5 Current and Projected TVU Yes ☐ No ☐ NA ☐

5.6 Origin destination surveys as per IRC: 102 Yes ☐ No ☐ NA ☐ NA

5.7 Speed and delay studies as per IRC:102 Yes ☐ No ☐ NA ☐ NA


Traffic surveys for the design of road junctions
5.8 Yes ☐ No ☐ NA ☐ NA
as per data in IRC: SP:41
Analysis for replacing railway level crossings
5.9 Yes ☐ No ☐ NA ☐ NA
with over bridges/ subways
5.10 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA
5.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
Traffic surveys monitored and reviewed by
5.12 Yes ☐ No ☐ NA ☐ NA
the client
6 Cost estimates Yes ☐ No ☐ NA ☐ NA
6.1 Project costing as per latest SoR Yes ☐ No ☐ NA ☐ NA
7 Environmental aspects Yes ☐ No ☐ NA ☐ NA
7.1 Environment profile of the project region Yes ☐ No ☐ NA ☐ NA
Details of Public consultation at residential
7.2 Yes ☐ No ☐ NA ☐ NA
and commercial settlements affected
7.3 Impact analysis and mitigation measures Yes ☐ No ☐ NA ☐ NA
8 Economic and commercial analysis Yes ☐ No ☐ NA ☐ NA
8.1 Estimated cost details Yes ☐ No ☐ NA ☐ NA
8.2 Projected revenues details Yes ☐ No ☐ NA ☐ NA

Page 236 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
8.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA
Analysis and results (IRR, Sensitivity
8.4 Yes ☐ No ☐ NA ☐ NA
Analysis, Financial Viability)
8.5 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Financial model shared with client and
8.6 Yes ☐ No ☐ NA ☐ NA
reviewed
9 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and scope
9.1 Yes ☐ No ☐ NA ☐ NA
as per RFP
9.2 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA
Compliance report prepared on client
9.3 Yes ☐ No ☐ NA ☐ NA
observations
10 Design Report Yes ☐ No ☐ NA ☐ NA
10.1 Highway improvement proposals Yes ☐ No ☐ NA ☐ NA
10.2 Highway geometric designs Yes ☐ No ☐ NA ☐ NA
10.3 Roadside drainage Yes ☐ No ☐ NA ☐ NA
10.4 Intersections Yes ☐ No ☐ NA ☐ NA
10.5 Urban service roads Yes ☐ No ☐ NA ☐ NA
10.6 Bus-stops Yes ☐ No ☐ NA ☐ NA
10.7 Toll plazas Yes ☐ No ☐ NA ☐ NA
10.8 Pedestrian crossings Yes ☐ No ☐ NA ☐ NA
10.9 Utility relocation Yes ☐ No ☐ NA ☐ NA
10.10 Pavement Yes ☐ No ☐ NA ☐ NA
10.11 Structures Yes ☐ No ☐ NA ☐ NA
10.12 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
Pavement deflection survey as per IRC 81-
10.13 Yes ☐ No ☐ NA ☐ NA
1997
10.14 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
11 Materials Report Yes ☐ No ☐ NA ☐ NA
11.1 Material investigations as per IRC:10 Yes ☐ No ☐ NA ☐ NA
11.2 Review of material investigations by client Yes ☐ No ☐ NA ☐ NA
11.3 Multiple borrow areas identified Yes ☐ No ☐ NA ☐ NA
11.4 Material survey as per IRC: SP: 19 Yes ☐ No ☐ NA ☐ NA

Page 237 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

11.5 Review of material survey by client Yes ☐ No ☐ NA ☐ NA

Details /
S.No SECTION OF THE REPORT YES/NO/NA Specifications Remarks

Geo-technical and sub-soil explorations as per


11.6 Yes ☐ No ☐ NA ☐ NA
IRC:78
Review of geo-technical and sub-soil
11.7 Yes ☐ No ☐ NA ☐ NA
explorations by client
Field testing, soil sampling, laboratory testing
11.8 Yes ☐ No ☐ NA ☐ NA
in accordance with BIS/ AASHTO/ BS
Pavement composition and condition survey as
11.9 Yes ☐ No ☐ NA ☐ NA
per IRC:SP:19
Review of pavement composition and
11.10 Yes ☐ No ☐ NA ☐ NA
condition survey by client
11.11 Pavement roughness survey as per IRC:SP:16 Yes ☐ No ☐ NA ☐ NA
Review of pavement roughness survey by
11.12 Yes ☐ No ☐ NA ☐ NA
client
Pavement structural strength survey as per
11.13 Yes ☐ No ☐ NA ☐ NA
IRC:81
Review of pavement structural strength survey
11.14 Yes ☐ No ☐ NA ☐ NA
by client
Water sample tests as per MoRTH
11.15 Yes ☐ No ☐ NA ☐ NA
specifications
11.16 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
Environmental Assessment Report/
12 Yes ☐ No ☐ NA ☐ NA
Resettlement and Rehabilitation Plan
Option for alignment alternatives considered
12.1 Yes ☐ No ☐ NA ☐ NA
and conclusions
Land environment data collection and details/
12.2 Yes ☐ No ☐ NA ☐ NA
impact/ mitigation measures
Air environment data collection and details/
12.3 Yes ☐ No ☐ NA ☐ NA
impact/ mitigation measures
Water resources details/ impact/ mitigation
12.4 Yes ☐ No ☐ NA ☐ NA
measures
Noise environment details/ impact/ mitigation
12.5 Yes ☐ No ☐ NA ☐ NA
measures
Biological environment details/ impact/
12.6 Yes ☐ No ☐ NA ☐ NA
mitigation measures
12.7 Details of public consultation Yes ☐ No ☐ NA ☐ NA
Environment monitoring and management
12.8 Yes ☐ No ☐ NA ☐ NA
plan
Page 238 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

12.9 Details of social impact assessment Yes ☐ No ☐ NA ☐ NA

Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Details of resettlement and rehabilitation
12.10 Yes ☐ No ☐ NA ☐ NA
action plan
12.11 Measures to minimize resettlement Yes ☐ No ☐ NA ☐ NA
Details of public consultation with
12.12 Yes ☐ No ☐ NA ☐ NA
stakeholders
Details of implementation arrangement /
12.13 Yes ☐ No ☐ NA ☐ NA
budget
12.14 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
13 Technical Specifications Yes ☐ No ☐ NA ☐ NA
MoRTH technical specifications for Roads and
13.1 Yes ☐ No ☐ NA ☐ NA
Bridge works followed
13.2 Details of technical specifications Yes ☐ No ☐ NA ☐ NA
14 Rate Analysis Yes ☐ No ☐ NA ☐ NA
Rate analysis for all relevant items as per latest
14.1 Yes ☐ No ☐ NA ☐ NA
SoR
15 Cost Estimates Yes ☐ No ☐ NA ☐ NA
Cost estimates for all relevant items as per
15.1 Yes ☐ No ☐ NA ☐ NA
latest SoR
16 Bill of quantities Yes ☐ No ☐ NA ☐ NA
17 Drawing Volume Yes ☐ No ☐ NA ☐ NA
18 Digital drawings of road
18.1 Highway cross sections Yes ☐ No ☐ NA ☐
3D engineered models of:
• Road alignment geometry
18.2 Yes ☐ No ☐ NA ☐
• Proposed highway
• Proposed structures

Page 239 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

FEASIBILITY Checklist – Stage 5 – Technical Schedules (Pavements)


General Details

Project Name
Consultant's Name

Date of Review

Details /
S.No SECTION OF THE REPORT YES/NO/NA Specifications Remarks

1 Bid documents- EPC Yes ☐ No ☐ NA ☐ NA

2 Bid documents- BOT/PPP Yes ☐ No ☐ NA ☐ NA

3 Bid documents- other, if any Yes ☐ No ☐ NA ☐ NA

4 Draft concession agreement Yes ☐ No ☐ NA ☐ NA

Schedule D - Specifications and standards


4 Yes ☐ No ☐ NA ☐ NA

5 Any other relevant details Yes ☐ No ☐ NA ☐ NA

FEASIBILITY Checklist – Stage 6 – LA and Clearances II Report (Pavements)


General Details

Project Name

Consultant's Name

Date of Review

Page 240 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Details/
S.No SECTION OF THE REPORT YES/NO/NA Specifications Remarks

1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Environment Clearance Yes ☐ No ☐ NA ☐ NA

2.1 Details of public hearings completed Yes ☐ No ☐ NA ☐

Date of final environment clearance by


2.2 competent authority Yes ☐ No ☐ NA ☐

3 Forest Clearance Yes ☐ No ☐ NA ☐ NA

Date/ Details of Joint site inspection with


3.1 DFO/ competent authority Yes ☐ No ☐ NA ☐

Date of Stage I forest clearance approval by


3.2 competent authority Yes ☐ No ☐ NA ☐

Date of final forest clearance approval by


3.3 competent authority Yes ☐ No ☐ NA ☐

4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA

Date/ Details of joint site inspection with


4.1 DFO/ competent authority Yes ☐ No ☐ NA ☐

Date of final wildlife clearance approval by


4.2 competent authority Yes ☐ No ☐ NA ☐

5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA

Date/ Details of Joint site inspection with


5.1 competent authority Yes ☐ No ☐ NA ☐

Date of estimate submission by competent


5.2 authority Yes ☐ No ☐ NA ☐

Date of estimate approval by competent


5.3 authority Yes ☐ No ☐ NA ☐

Approved utility shifting proposal including


5.4 strip plan Yes ☐ No ☐ NA ☐

Details of approved contractors, SoR and


5.5 deposit details for user agency Yes ☐ No ☐ NA ☐ NA

Utilities checklist, no upgradation certificate


5.6 attached Yes ☐ No ☐ NA ☐

Page 241 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Date of estimate submission by competent
6.2 Yes ☐ No ☐ NA ☐
authority
Date of estimate approval by competent
6.3 Yes ☐ No ☐ NA ☐
authority
Approved utility shifting proposal including
6.4 Yes ☐ No ☐ NA ☐
strip plan
Details of approved contractors, SoR and
6.5 Yes ☐ No ☐ NA ☐ NA
deposit details for user agency
Utilities checklist, no upgradation certificate
6.6 Yes ☐ No ☐ NA ☐
attached
Date of estimate submission by competent
7.2 Yes ☐ No ☐ NA ☐
authority
Date of estimate approval by competent
7.3 Yes ☐ No ☐ NA ☐
authority
Approved utility shifting proposal including
7.4 Yes ☐ No ☐ NA ☐
strip plan
Details of approved contractors, SoR and
7.5 Yes ☐ No ☐ NA ☐ NA
deposit details for user agency
Utilities checklist, no upgradation certificate
7.6 Yes ☐ No ☐ NA ☐
attached
Date of final approval of GAD by competent
8.2 Yes ☐ No ☐ NA ☐
authority
9 Other Clearances Yes ☐ No ☐ NA ☐ NA

9.1 Date of final approval by competent authority Yes ☐ No ☐ NA ☐


10 Land Acquisition Yes ☐ No ☐ NA ☐ NA

10.1 Draft 3a notification submitted Yes ☐ No ☐ NA ☐


10.2 Review of 3a notification by client Yes ☐ No ☐ NA ☐

10.3 Date of 3a gazette notification Yes ☐ No ☐ NA ☐


10.4 Draft 3a notification submitted Yes ☐ No ☐ NA ☐
10.5 Review of 3A notification by client Yes ☐ No ☐ NA ☐
10.6 Date of 3A gazette notification Yes ☐ No ☐ NA ☐
Date of Joint Measurement Survey with
10.7 Yes ☐ No ☐ NA ☐
competent authority
10.7.1 Date of survey - village wise Yes ☐ No ☐ NA ☐ NA

Page 242 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

10.7.2 Land type –by survey number Yes ☐ No ☐ NA ☐ NA

10.7.3 Nature of Land –by survey number Yes ☐ No ☐ NA ☐ NA


Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
10.7.4 Ownership status of plots- by survey number Yes ☐ No ☐ NA ☐ NA
10.7.5 Verification of area to be acquired – by
Yes ☐ No ☐ NA ☐ NA
survey number
10.7.6 List of structures on each plot Yes ☐ No ☐ NA ☐ NA

10.7.7 Sketches of updated alignment by village Yes ☐ No ☐ NA ☐ NA

10.7.8 Verification from Land revenue department Yes ☐ No ☐ NA ☐ NA

10.7.9 Verification by CALA office Yes ☐ No ☐ NA ☐ NA

Page 243 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
1.1.1 FEASIBILITY Checklist – Stage 7 – Award determination (Pavements)
General Details

Project Name

Consultant's Name

Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Village level summary Yes ☐ No ☐ NA ☐ NA

Total private and public land being acquired


2.1 Yes ☐ No ☐ NA ☐ NA

Variation in area and nature of land against 3D with


2.2 Yes ☐ No ☐ NA ☐ NA
justification
2.3 Method used by CALA to arrive at award Yes ☐ No ☐ NA ☐ NA

Date of award by CALA and approval by <BRO>


2.4
along with valuation report
Total award calculated and deviation from
2.5 Yes ☐ No ☐ NA ☐ NA
RFCTLARR act
3 In detail for each Village Yes ☐ No ☐ NA ☐ NA
Updated land acquisition tracker with status of:
• Notifications
3.1 Yes ☐ No ☐ NA ☐ NA
• Award
• Disbursement
Valuation report and details of award calculation-
3.2 verification by state authority to be included Yes ☐ No ☐ NA ☐ NA

3.3 Claims report Yes ☐ No ☐ NA ☐ NA

3.4 Copies of notifications published Yes ☐ No ☐ NA ☐ NA

3.5 Copies of land possession certificates received Yes ☐ No ☐ NA ☐ NA


4 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

4.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

Report fulfils project objectives and scope as per


4.2 Yes ☐ No ☐ NA ☐ NA
RFP
4.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

Compliance report prepared on client observations


4.4 Yes ☐ No ☐ NA ☐ NA

Page 244 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
1.1.2 FEASIBILITY Checklist – Stage 8 – Land possession report
(Pavements)
General Details

Project Name
Consultant's Name

Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Specificatio Remarks
ns
1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Village level summary Yes ☐ No ☐ NA ☐ NA

2.1 Total private and public land being acquired Yes ☐ No ☐ NA ☐ NA

2.2 Date of final award by CALA and approval by <BRO>

Status of disbursement on date of receipt of Land


2.3 possession certificate Yes ☐ No ☐ NA ☐ NA

Key issues being faced in completing land acquisition, if


2.4 any Yes ☐ No ☐ NA ☐ NA

3 In detail for each Village Yes ☐ No ☐ NA ☐ NA

Updated land acquisition tracker with status of:


• Notifications
3.1 Yes ☐ No ☐ NA ☐ NA
• Award
• Disbursement
3.2 Final award and claims report Yes ☐ No ☐ NA ☐ NA

Copies of notifications published, land possession


3.3 certificates received Yes ☐ No ☐ NA ☐ NA

4 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

4.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

4.2 Report fulfils project objectives and scope as per RFP Yes ☐ No ☐ NA ☐ NA
4.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

4.4 Compliance report prepared on client observations Yes ☐ No ☐ NA ☐ NA


GIS Map containing digitsed details of land parcels
5 acquired with all relevant details Yes ☐ No ☐ NA ☐ NA

Page 245 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Annexure III: Checklists for Structures such as ROB/ RUB
FEASIBILITYChecklist – Stage 1 – Inception Report (Structures)
General Details

Project Name

Consultant's Name

Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Specifications Remarks

1 Executive Summary Yes ☐ No ☐ NA ☐ NA


2 Project Appreciation Yes ☐ No ☐ NA ☐ NA

2.1 Location of site office Yes ☐ No ☐ NA ☐

2.2 Review of scope of ToR and gap identification Yes ☐ No ☐ NA ☐ NA

2.3 Details of key departments for documents Yes ☐ No ☐ NA ☐


Project description
• Existing LC number
2.4 Yes ☐ No ☐ NA ☐
• Start and End Chainage
• Village/District
Project location map
• On State Map
2.5 • On District Map Yes ☐ No ☐ NA ☐
• Latitude & Longitude
Coordinates of the LC
Details of Existing Level Crossing
• Number of Railway Tracks
2.6 • Type of Railway Tracks Yes ☐ No ☐ NA ☐
(Broad/Metre/Narrow)
• No. of trains per day
Justification for need of an ROB/RUB (on basis of
2.7 TVU count) Yes ☐ No ☐ NA ☐ NA

2.8 Overview of land use plans Yes ☐ No ☐ NA ☐ NA

Overview of existing pavement conditions


• Number of Lanes
2.9 • Type of Pavement Yes ☐ No ☐ NA ☐
(Flexible/Rigid/Surfaced/Unsurfaced)

Page 246 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
2.10 Existing right of way details Yes ☐ No ☐ NA ☐
2.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
3 Approach Methodology Yes ☐ No ☐ NA ☐ NA
3.1 Engineering survey and investigations Yes ☐ No ☐ NA ☐ NA

3.2 Design of road, pavements and structures Yes ☐ No ☐ NA ☐ NA


Environment and social impact
3.3 Yes ☐ No ☐ NA ☐ NA
assessment
Estimation of project cost, viability and
3.4 Yes ☐ No ☐ NA ☐ NA
financing options
3.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

4 Task Assignment and Manning Schedule Yes ☐ No ☐ NA ☐ NA


4.1 Number of key personnel provided Yes ☐ No ☐ NA ☐
Specific tasks assigned to each key
4.2 Yes ☐ No ☐ NA ☐ NA
personnel
4.3 Manning schedule for key personnel Yes ☐ No ☐ NA ☐ NA
Number of key personnel deployed at
4.4 Yes ☐ No ☐ NA ☐
site
5 Performa for data collection Yes ☐ No ☐ NA ☐ NA
Indicative Design standards and cross
6 Yes ☐ No ☐ NA ☐ NA
sections
7 Development plans Yes ☐ No ☐ NA ☐ NA
Overview of development plans being
7.1 Yes ☐ No ☐ NA ☐ NA
implemented/ proposed by local bodies
Overview of impact of such
7.2 Yes ☐ No ☐ NA ☐ NA
development plans
8 Quality Assurance Plan Yes ☐ No ☐ NA ☐ NA
8.1 Engineering surveys and investigation Yes ☐ No ☐ NA ☐ NA
8.2 Traffic surveys Yes ☐ No ☐ NA ☐ NA
Material geo-technical and sub-soil
8.3 Yes ☐ No ☐ NA ☐ NA
investigations
8.4 Road and pavement investigations Yes ☐ No ☐ NA ☐ NA
Investigation and design of bridges and
8.5 Yes ☐ No ☐ NA ☐ NA
structures
8.6 Environment and R&R assessment Yes ☐ No ☐ NA ☐ NA

8.7 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA

Page 247 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
8.8 Drawing and documentation Yes ☐ No ☐ NA ☐ NA
Discussion of draft QAP document with
8.9 Yes ☐ No ☐ NA ☐ NA
client
Approval of final QAP document by
8.10 Yes ☐ No ☐ NA ☐ NA
client
8.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
9 Draft design standards Yes ☐ No ☐ NA ☐ NA
Geometric design standards of bridges
9.1 Yes ☐ No ☐ NA ☐ NA
(Plain)
Geometric design standards of bridges
9.2 Yes ☐ No ☐ NA ☐ NA
(Hilly)
9.3 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
10 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
10.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and
10.2 Yes ☐ No ☐ NA ☐ NA
scope as per RFP
10.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA
Compliance report prepared on client
10.4 Yes ☐ No ☐ NA ☐ NA
observations

FEASIBILITY Checklist – Stage 2 – Feasibility Report (Structures)


General Details

Project Name

Consultant's Name

Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Specifications Remarks

1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Overview of client organization / activities Yes ☐ No ☐ NA ☐ NA

Page 248 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

3 Methodology adopted for feasibility study Yes ☐ No ☐ NA ☐ NA

4 Socioeconomic profile of the project areas Yes ☐ No ☐ NA ☐ NA

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

Regional economic profile basis last 10 years


4.1 data as per IRC Yes ☐ No ☐ NA ☐ NA

Economic profile of project influence area basis


4.2 last 10 years data as per IRC Yes ☐ No ☐ NA ☐ NA

Socio Economic status of project influence area


4.3 Yes ☐ No ☐ NA ☐ NA

Indicative design standards, methodologies, and


5 specifications Yes ☐ No ☐ NA ☐ NA

6 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA

Classified traffic volume counts using IHMCL


6.1 data (7 day) Yes ☐ No ☐ NA ☐ NA

6.2 Traffic projection methodology as per IRC:108 Yes ☐ No ☐ NA ☐ NA

6.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ NA

6.4 Current and Projected PCU Yes ☐ No ☐ NA ☐

6.5 Current and Projected TVU Yes ☐ No ☐ NA ☐

6.6 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

6.7 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Traffic surveys monitored and reviewed by the


6.8 Yes ☐ No ☐ NA ☐ NA
client

7 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA

7.1 Road Inventory as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

7.2 Review of Road Inventory Survey by client Yes ☐ No ☐ NA ☐ NA

Geometric Features of the Existing Road


7.3 • Design Speed Yes ☐ No ☐ NA ☐ NA
• Sight distance elements

Page 249 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

• Horizontal Alignment Details


• Vertical Alignment Details
• Height of Embankment

Details/
S.No SECTION OF THE REPORT YES/NO/NA Specifica Remarks
tions

Topographical Survey as per IRC:SP:19 using LiDAR or


equivalent technology
7.4
• Gradient Yes ☐ No ☐ NA ☐ NA

• Terrain

7.5 Review of topographical survey by client Yes ☐ No ☐ NA ☐ NA

Pavement composition and condition survey as per


7.6 Yes ☐ No ☐ NA ☐ NA
IRC:SP:19

Geological Survey
7.7 • Geological Map of the Area Yes ☐ No ☐ NA ☐ NA
• Seismicity

Climatic Conditions
• Temperature
7.8 Yes ☐ No ☐ NA ☐ NA
• Rainfall
• Wind

Land Use along the existing alignment


7.9 Map of the Project Area depicting Yes ☐ No ☐ NA ☐ NA
Agricultural/Habitation/Forest Area

Details of Existing Structures


Map of the Project Area depicting
7.10 Yes ☐ No ☐ NA ☐ NA
Hutments/Buildings/Temples/Public
Building/Any Other Significant Structure

7.11 Inventory and condition survey of culverts Yes ☐ No ☐ NA ☐ NA

7.12 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

8 Geotechnical Survey Yes ☐ No ☐ NA ☐ NA

8.1 Geo-technical and sub-soil explorations as per IRC:78 Yes ☐ No ☐ NA ☐ NA

Number of Bore holes dug (holds for every pier and


8.2 Yes ☐ No ☐ NA ☐
abutment)

8.3 Review of geo-technical and sub-soil explorations by client Yes ☐ No ☐ NA ☐ NA

8.4 Field testing, soil sampling, laboratory testing as per IRC:78 Yes ☐ No ☐ NA ☐ NA

Page 250 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

8.5 Recommendation of Foundation Type and Depth Yes ☐ No ☐ NA ☐

8.6 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

9 Hydraulic & Hydrological Survey Yes ☐ No ☐ NA ☐ NA

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

9.1 Hydrological investigations as per IRC:5 and IRC: 13 Yes ☐ No ☐ NA ☐ NA

9.2 High Flood Level specified Yes ☐ No ☐ NA ☐ NA

9.3 Depth of Water Table specified Yes ☐ No ☐ NA ☐ NA

9.4
Ponded Water Level specified Yes ☐ No ☐ NA ☐ NA

9.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

9.6 Review of Hydrological Survey by the client Yes ☐ No ☐ NA ☐ NA

10 Materials Survey Yes ☐ No ☐ NA ☐ NA

10.1 Materials Survey conducted as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

Sources of Naturally Occurring Aggregates specified


10.2 • Details of Borrow Pits with Distance from Project Site Yes ☐ No ☐ NA ☐
• Cost of Material/Transportation

Sources of Manufactured Items specified


10.3 • Details of Suppliers with Distance from Project Site Yes ☐ No ☐ NA ☐ NA
• Cost of Material/Transportation

Source of Water for construction specified as per


10.4 Yes ☐ No ☐ NA ☐ NA
IS:456

10.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Determination of whether ROB or RUB is


11 Yes ☐ No ☐ NA ☐ NA
appropriate

11.1 Justification of whether ROB or RUB should be built Yes ☐ No ☐ NA ☐ NA

11.2 Review of justification by client Yes ☐ No ☐ NA ☐ NA

12 Alignment Options Study Yes ☐ No ☐ NA ☐ NA

At least two alignments proposed


12.1 Yes ☐ No ☐ NA ☐ NA
Details of Alignments on Map

12.2 Review of options with client Yes ☐ No ☐ NA ☐ NA

Page 251 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

12.2.1 Review of options with local authority Yes ☐ No ☐ NA ☐ NA

Length of the project along proposed alignment


12.3 Yes ☐ No ☐ NA ☐ NA
options

12.4 Land Acquisition required along alignment options Yes ☐ No ☐ NA ☐ NA

Details/
S.No SECTION OF THE REPORT YES/NO/NA Specifications Remarks

12.5 Cost Estimates of alternatives Yes ☐ No ☐ NA ☐ NA

12.6 Recommended Alignment with Justification Yes ☐ No ☐ NA ☐

Skew Angle of Proposed Alignment Specified


12.7 Yes ☐ No ☐ NA ☐

12.7.1 Environmental impact of each option Yes ☐ No ☐ NA ☐

Review of road geometry and safety for each


12.7.2 option Yes ☐ No ☐ NA ☐ NA

12.9 Traffic Diversion Route Specified Yes ☐ No ☐ NA ☐ NA

12.10 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Environmental screening/ preliminary


13 environmental assessment Yes ☐ No ☐ NA ☐ NA

Analysis basis Initial Environment Examination in


13.1 IRC: SP: 19 Yes ☐ No ☐ NA ☐ NA

Recommended feasible mitigation measures


13.2 Yes ☐ No ☐ NA ☐ NA

Initial social assessment/ preliminary LA


14 resettlement plan Yes ☐ No ☐ NA ☐ NA

Analysis basis Initial Environment Examination in


14.1 IRC: SP: 19 Yes ☐ No ☐ NA ☐ NA

Details of consultation with potentially affected


14.2 persons Yes ☐ No ☐ NA ☐ NA

14.3 Details of consultation with local NGOs Yes ☐ No ☐ NA ☐ NA

Details of consultation with municipal authorities


14.4 Yes ☐ No ☐ NA ☐ NA

14.5 Preliminary resettlement plan Yes ☐ No ☐ NA ☐ NA

Page 252 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

14.6 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

15 Cost estimates Yes ☐ No ☐ NA ☐ NA

15.1 Item rates and rate analysis Yes ☐ No ☐ NA ☐ NA

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications

15.2 Escalation Yes ☐ No ☐ NA ☐ NA

16 Economic and financial analysis Yes ☐ No ☐ NA ☐ NA

16.1 Estimated cost details Yes ☐ No ☐ NA ☐ NA

16.2 Projected revenues details Yes ☐ No ☐ NA ☐ NA

16.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA

Analysis and results


• IRR
16.4 Yes ☐ No ☐ NA ☐ NA
• Sensitivity Analysis
• Financial Viability

16.5 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

17 Strip Plan NA

17.1 Details of center line of proposed structure Yes ☐ No ☐ NA ☐ NA

17.2 Details of existing RoW Yes ☐ No ☐ NA ☐

17.3 Details of proposed RoW Yes ☐ No ☐ NA ☐

17.4 Details about ownership of land to be acquired Yes ☐ No ☐ NA ☐ NA

Strip plan basis reconnaissance and topographic


17.5 surveys Yes ☐ No ☐ NA ☐ NA

17.6 Strip plan reviewed and approved by the client Yes ☐ No ☐ NA ☐ NA

17.7 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

11 Strip plan- additional details added Yes ☐ No ☐ NA ☐ NA

Details of centreline, existing structures, road


11.1 furniture and other features Yes ☐ No ☐ NA ☐ NA

11.2 Widening scheme Yes ☐ No ☐ NA ☐ NA

Page 253 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

New construction/ reconstruction of structures and


11.3 amenities Yes ☐ No ☐ NA ☐ NA

11.4 Existing and proposed right of way Yes ☐ No ☐ NA ☐ NA

11.5 Clearances impacting each chainage Yes ☐ No ☐ NA ☐ NA

FEASIBILITY Checklist – Stage 3 – LA and Clearances I Report (Structures)


General Details

Project Name

Consultant's Name

Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Specification Remarks
s
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Environment Clearance Yes ☐ No ☐ NA ☐ NA

2.1 Requirement for environment clearance identified Yes ☐ No ☐ NA ☐ NA


Date/ Details of Initial consultation with competent
2.2 Yes ☐ No ☐ NA ☐
authority
Date of submission of draft EIA report/ proposal for
2.3 Yes ☐ No ☐ NA ☐ NA
clearance
2.4 Review of proposal/ EIA report by client Yes ☐ No ☐ NA ☐ NA

3 Forest Clearance Yes ☐ No ☐ NA ☐ NA


3.1 Requirement for forest clearance identified Yes ☐ No ☐ NA ☐ NA

Date/ Details of initial consultation with competent


3.2 Yes ☐ No ☐ NA ☐
authority
Details/cost of trees being felled basis concerned
3.3 Yes ☐ No ☐ NA ☐
District Forest Office
3.4 Date of submission of proposal for forest clearance Yes ☐ No ☐ NA ☐ NA
3.5 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA


4.1 Requirement for wildlife clearance identified Yes ☐ No ☐ NA ☐ NA

Date/ Details of initial consultation with competent


4.2 Yes ☐ No ☐ NA ☐
authority
Details/cost of trees being felled basis concerned
4.3 Yes ☐ No ☐ NA ☐
District Forest Office
Page 254 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Date of submission of proposal for wildlife


4.4 Yes ☐ No ☐ NA ☐
clearance
4.5 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA


5.1 Identification of overground utilities Yes ☐ No ☐ NA ☐ NA

Details/
S.No SECTION OF THE REPORT YES/NO/NA Specifications Remarks

Identification of underground
5.2 utilities using GPR, Induction Yes ☐ No ☐ NA ☐ NA
Locator or equivalent technologies

Name/ Details of consultation with


5.3 local authority/ people Yes ☐ No ☐ NA ☐

Utility relocation plan with existing /


5.4 proposed location showing existing Yes ☐ No ☐ NA ☐ NA
RoW and topographic details

5.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

Date of proposal submission to


5.6 competent authority Yes ☐ No ☐ NA ☐

Review of utility relocation plan/


5.7 proposal by client Yes ☐ No ☐ NA ☐ NA

6 Utility Clearances (Water) Yes ☐ No ☐ NA ☐ NA

6.1 Identification of overground utilities Yes ☐ No ☐ NA ☐ NA


in RoW
Identification of underground
6.2 utilities using GPR, Induction Yes ☐ No ☐ NA ☐ NA
Locator or equivalent technologies

Name/ Details of consultation with


6.3 local authority/ people Yes ☐ No ☐ NA ☐

Utility relocation plan with existing /


6.4 proposed location showing existing Yes ☐ No ☐ NA ☐ NA
RoW and topographic details

6.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

Date of proposal submission to


6.6 competent authority Yes ☐ No ☐ NA ☐ NA

Review of utility relocation plan/


6.7 proposal by client Yes ☐ No ☐ NA ☐ NA

7 Utility Clearances (Others) Yes ☐ No ☐ NA ☐ NA

Page 255 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

7.1 Identification of over ground utilities Yes ☐ No ☐ NA ☐ NA


in RoW
Identification of underground
7.2 utilities using GPR, Induction Yes ☐ No ☐ NA ☐ NA
Locator or equivalent technologies

Details/
S.No SECTION OF THE REPORT YES/NO/NA Specifications Remarks

Name/ Details of consultation with


7.3 local authority/ people Yes ☐ No ☐ NA ☐

Utility relocation plan with existing /


7.4 proposed location showing existing Yes ☐ No ☐ NA ☐ NA
RoW and topographic details
7.5 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

Date of proposal submission to


7.6 competent authority Yes ☐ No ☐ NA ☐

Details/
S.No SECTION OF THE REPORT YES/NO/NA Specifications Remarks

Review of utility relocation plan/


7.7 proposal by client Yes ☐ No ☐ NA ☐ NA

8 Railway Clearances Yes ☐ No ☐ NA ☐ NA

Identification of ROB/ RUB on project


8.1 corridor Yes ☐ No ☐ NA ☐ NA

8.2 Initial consultation with competent Yes ☐ No ☐ NA ☐ NA


authority
Date of proposal submission to
8.3 competent authority Yes ☐ No ☐ NA ☐

8.4 Review of GAD/ proposal by client Yes ☐ No ☐ NA ☐ NA

9 Other Clearances Yes ☐ No ☐ NA ☐ NA

9.1 Requirement for other clearances Yes ☐ No ☐ NA ☐ NA


identified
Date of proposal submission to
9.2 competent authority Yes ☐ No ☐ NA ☐

9.3 Review of proposal by client Yes ☐ No ☐ NA ☐ NA

10 Land Acquisition Yes ☐ No ☐ NA ☐ NA

Page 256 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Detailed schedule about acquisition of


10.1 landholdings as per land records Yes ☐ No ☐ NA ☐ NA

10.2 Consultation with affected persons Yes ☐ No ☐ NA ☐ NA

10.3 Name/ Details of consultation with Yes ☐ No ☐ NA ☐


NGOs

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Name/ Details of consultation with
10.4 concerned government agencies Yes ☐ No ☐ NA ☐

Total land required, land area already


10.5 available , land to be acquired Yes ☐ No ☐ NA ☐
identified
Review of land acquisition using
10.6 digital cadastral map by client Yes ☐ No ☐ NA ☐ NA

11 Strip plan- additional details added Yes ☐ No ☐ NA ☐ NA 11

Details of centreline, existing


11.1 structures, road furniture and other Yes ☐ No ☐ NA ☐ NA 11.1
features

11.2 Widening scheme Yes ☐ No ☐ NA ☐ NA 11.2

New construction/ reconstruction of


11.3 structures and amenities Yes ☐ No ☐ NA ☐ NA 11.3

11.4 Existing and proposed right of way Yes ☐ No ☐ NA ☐ NA 11.4

11.5 Clearances impacting each chainage Yes ☐ No ☐ NA ☐ NA 11.5

12 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

12.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

Report fulfils project objectives and


12.2 scope as per RFP Yes ☐ No ☐ NA ☐ NA

12.3 Report reviewed for errors and Yes ☐ No ☐ NA ☐ NA


omissions
Compliance report prepared on client
12.4 observations Yes ☐ No ☐ NA ☐ NA

Page 257 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
FEASIBILITYChecklist – Stage 4 – Detailed Project Report (Structures)
General Details

Project Name

Consultant's Name

Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Specifica Remarks
tions
1 Project background Yes ☐ No ☐ NA ☐ NA
Project description
• Existing LC number
1.1 Yes ☐ No ☐ NA ☐
• Start and End Chainage
• Village/District
Project location map
• On State Map
1.2 Yes ☐ No ☐ NA ☐
• On District Map
• Latitude & Longitude Coordinates of the LC
Details of Existing Level Crossing
• Number of Railway Tracks
1.3 Yes ☐ No ☐ NA ☐
• Type of Railway Tracks (Broad/Metre/Narrow)
• No. of trains per day
Justification for need of an ROB/RUB (on basis of TVU
1.4 count) Yes ☐ No ☐ NA ☐ NA

1.5 Overview of land use plans Yes ☐ No ☐ NA ☐ NA

Overview of existing pavement conditions


• Number of Lanes
1.6 Yes ☐ No ☐ NA ☐
• Type of Pavement
(Flexible/Rigid/Surfaced/Unsurfaced)
1.7 Existing right of way details Yes ☐ No ☐ NA ☐
1.8 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
2 Social analysis of the project Yes ☐ No ☐ NA ☐ NA

2.1 Project impact on stakeholders such as local people Yes ☐ No ☐ NA ☐ NA

Project impact on residential, commercial and public


2.2 properties Yes ☐ No ☐ NA ☐ NA

2.3 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Page 258 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
3 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA
Geometric Features of the Existing Road
• Design Speed
• Sight distance details
3.1 Yes ☐ No ☐ NA ☐
• Horizontal Alignment Details
• Vertical Alignment Details
• Height of Embankment

Topographical Survey using LiDAR or equivalent


technology as per IRC:SP:19
3.2 Yes ☐ No ☐ NA ☐ NA
• Gradient
• Terrain

Pavement composition and condition survey as per


3.3 Yes ☐ No ☐ NA ☐ NA
IRC:SP:19
Geological Survey
3.4 • Geological Map of the Area Yes ☐ No ☐ NA ☐ NA
• Seismicity

Climatic Conditions
• Temperature
3.5 Yes ☐ No ☐ NA ☐ NA
• Rainfall
• Wind

Land Use along the existing alignment


3.6 Map of the Project Area depicting Yes ☐ No ☐ NA ☐ NA
Agricultural/Habitation/Forest Area
Details of Existing Structures
Map of the Project Area depicting
3.7 Yes ☐ No ☐ NA ☐ NA
Hutments/Buildings/Temples/Public
Building/Any Other Significant Structure
3.8 Inventory and condition survey of culverts Yes ☐ No ☐ NA ☐ NA

3.9 Geo-technical and sub-soil explorations as per IRC:78 Yes ☐ No ☐ NA ☐ NA


Number of Bore holes dug (holds for every pier and
3.10 Yes ☐ No ☐ NA ☐
abutment)
Field testing, soil sampling, laboratory testing as per
3.11 Yes ☐ No ☐ NA ☐ NA
IRC: 78
3.12 Recommendation of Foundation Type and Depth Yes ☐ No ☐ NA ☐
3.13 Hydraulic and Hydrological investigations as per IRC:5 Yes ☐ No ☐ NA ☐ NA
3.14 High Flood Level specified Yes ☐ No ☐ NA ☐ NA
3.15 Depth of Water Table specified Yes ☐ No ☐ NA ☐ NA

Page 259 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
3.16 Ponded Water Level specified Yes ☐ No ☐ NA ☐ NA

3.17 Materials Survey conducted as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA


Sources of Naturally Occurring Aggregates specified
• Details of Borrow Pits with Distance from Project Site
3.18 Yes ☐ No ☐ NA ☐
• Cost of Material/Transportation

Sources of Manufactured Items specified


3.19 • Details of Suppliers with Distance from Project Site Yes ☐ No ☐ NA ☐ NA
• Cost of Material/Transportation

Sources of environmentally friendly


3.19.1 construction materials identified as per MoRT&H Yes ☐ No ☐ NA ☐ NA
circular
Source of Water for construction specified as per
3.20 Yes ☐ No ☐ NA ☐ NA
IS:456
3.21 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

4 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA

Classified traffic volume counts using IHMCL data (7


4.1 Yes ☐ No ☐ NA ☐ NA
day)
4.2 Traffic projection as per IRC:108 Yes ☐ No ☐ NA ☐ NA

4.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ NA

4.4 Current and Projected PCU Yes ☐ No ☐ NA ☐


4.5 Current and Projected TVU Yes ☐ No ☐ NA ☐
4.6 Axle load survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐ NA

4.7 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA

Determination of whether ROB or RUB is appropriate


5 Yes ☐ No ☐ NA ☐ NA

Justification of whether ROB or RUB should be built


5.1 Yes ☐ No ☐ NA ☐ NA

6 Alignment Options Study Yes ☐ No ☐ NA ☐ NA

At least two alignments proposed


6.1 Yes ☐ No ☐ NA ☐ NA
Details of Alignments on Map
Length of the project along proposed alignment options
6.2 Yes ☐ No ☐ NA ☐ NA

Land Acquisition required along alignment options


6.3 Yes ☐ No ☐ NA ☐ NA

Page 260 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Details/
S.No SECTION OF THE REPORT YES/NO/NA Specification Remarks
s
6.4 Cost Estimates of alternatives Yes ☐ No ☐ NA ☐ NA
Recommended Alignment with
6.5 Yes ☐ No ☐ NA ☐
Justification
Skew Angle of Proposed Alignment Specified
6.6 Yes ☐ No ☐ NA ☐

6.7 Traffic Diversion Route Specified Yes ☐ No ☐ NA ☐ NA


6.8 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
7 Design Specifications Yes ☐ No ☐ NA ☐ NA
7.1 Number of Lanes Yes ☐ No ☐ NA ☐
Width of ROB
• Width of Carriageway
7.2 • Width of Safety Kerbs Yes ☐ No ☐ NA ☐
• Width of Footpath
• Any other

Proposed Number of Lanes on ROB in line with PCU as


7.3 Yes ☐ No ☐ NA ☐ NA
per latest MoRTH guidelines
Proposed Length of the Project
• Length of ROB
• Length of Viaduct
7.4 Yes ☐ No ☐ NA ☐
• Length of RE Wall
• Length of Approach Road
• Length of Service Road

Span Arrangement
7.5 • Span Length Yes ☐ No ☐ NA ☐
• Number of Spans

Are all spans of standardised length as per


Railways standards
7.6 (https://ircep.gov.in/RCApproval/) Yes ☐ No ☐ NA ☐ NA
If non-standardised, suitable
justification provided
Details of Proposed Superstructure Design
7.7 • Type
Yes ☐ No ☐ NA ☐ NA
• Details of Material Use Proposed
• Drawings of Cross-Sections

Details of Proposed Substructure Design


Type
7.8 Yes ☐ No ☐ NA ☐ NA
• Details of Material Use Proposed
• Drawings of Cross-Sections

Page 261 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Details of Proposed Pavement Design
Type
• Details of Material Use Proposed
7.9 Yes ☐ No ☐ NA ☐ NA
• Thickness
• Design MSA
• Drawings of Cross-Sections
7.10 Details of Drainage Structures Proposed Yes ☐ No ☐ NA ☐ NA
7.11 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
8 Cost estimates Yes ☐ No ☐ NA ☐ NA
Summary of Cost Estimates (Refer
8.1 Yes ☐ No ☐ NA ☐
following subsection)
8.2 Detailed Abstract of Cost Yes ☐ No ☐ NA ☐ NA
8.3 Detailed Bills of Quantity Yes ☐ No ☐ NA ☐ NA
8.4 Detailed Rate Analysis Yes ☐ No ☐ NA ☐ NA
9 Financial Viability Yes ☐ No ☐ NA ☐ NA
9.1 Estimated cost details Yes ☐ No ☐ NA ☐ NA
9.2 Projected revenues details Yes ☐ No ☐ NA ☐ NA
9.3 Assumptions stated Yes ☐ No ☐ NA ☐ NA
Analysis and results
• IRR
9.4 Yes ☐ No ☐ NA ☐
• Sensitivity Analysis
• Financial Viability
10 Land Acquisition Study Yes ☐ No ☐ NA ☐ NA
Land Acquisition Details
• Total Land Required
10.1 Yes ☐ No ☐ NA ☐
• Land Area already available
• Area of Land to be Acquired
10.3 Details of LA Cost Yes ☐ No ☐ NA ☐
11 Utility Shifting Study Yes ☐ No ☐ NA ☐ NA
11.1 Results of GPR investigation Yes ☐ No ☐ NA ☐ NA
Utility relocation plan with existing /
11.2 proposed location showing existing Yes ☐ No ☐ NA ☐ NA
RoW and topographic details
11.3 Cost for relocation as per authority Yes ☐ No ☐ NA ☐

Page 262 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

12 General Arrangement Drawing Yes ☐ No ☐ NA ☐ NA


12.1 Elevation of Railway Portion Yes ☐ No ☐ NA ☐ NA
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
12.2 Plan of Railway Portion Yes ☐ No ☐ NA ☐ NA
12.3 General Elevation Yes ☐ No ☐ NA ☐ NA
General Plan (showing complete
12.4 Yes ☐ No ☐ NA ☐ NA
ROB/RUB along with diversion)
12.5 Key Plan Yes ☐ No ☐ NA ☐ NA
12.6 Cross-Section of Railway Portion Yes ☐ No ☐ NA ☐ NA
3D engineered models of:
• Existing structure, if any
12.7 • Proposed structure Yes ☐ No ☐ NA ☐
• Utilities and other features in
RoW

Page 263 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Cost Summary Table
S.No. Particulars Cost Estimate(in '000)
1 Cost of ROB Portion
Foundation
Substructure
Superstructure
Total-ROB Portion
2 Cost of Viaduct
Foundation
Substructure
Superstructure
Total-Viaduct

3 Cost of Approach Road

4 Cost of RE Wall

5 Cost of Service Road

6 Miscellaneous Costs
Cost of Subway
Cost of Toll Plaza
Cost of Culverts
Any Other Costs

Civil Cost of the Project


7 Contingencies @x%
Total Civil Cost

8 Supervision Charges @x%


9 Cost of Quality Control @x%
10 Maintenance Charges @x%
11 Escalation Costs @x%
12 Land Acquisition Costs
13 Utility Shifting Costs
14 Any Other Costs

Total Cost of the Project

Page 264 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

FEASIBILITY Checklist – Stage 5 – Technical Schedules (Structures)


General Details

Project Name

Consultant's Name

Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Specifications Remarks

1 Bid documents- EPC Yes ☐ No ☐ NA ☐ NA

2 Bid documents- Other, if any Yes ☐ No ☐ NA ☐ NA

3 Draft concession agreement Yes ☐ No ☐ NA ☐ NA

3 Schedule C - Project facilities Yes ☐ No ☐ NA ☐ NA

Schedule D - Specifications and standards


4 Yes ☐ No ☐ NA ☐ NA

5 Any other relevant details Yes ☐ No ☐ NA ☐ NA

Page 265 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
FEASIBILITY Checklist – Stage 6 – LA and Clearances II Report (Structures)
General Details
Project Name
Consultant's Name
Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Environment Clearance Yes ☐ No ☐ NA ☐ NA
2.1 Details of public hearings completed Yes ☐ No ☐ NA ☐
Date of final environment clearance by competent
2.2 Yes ☐ No ☐ NA ☐
authority
3 Forest Clearance Yes ☐ No ☐ NA ☐ NA
Date/ Details of Joint site inspection with DFO/
3.1 competent authority Yes ☐ No ☐ NA ☐

Date of Stage I forest clearance approval by competent


3.2 authority Yes ☐ No ☐ NA ☐

Date of final forest clearance approval by competent


3.3 authority Yes ☐ No ☐ NA ☐

4 Wildlife Clearance Yes ☐ No ☐ NA ☐ NA


Date/ Details of joint site inspection with DFO/
4.1 competent authority Yes ☐ No ☐ NA ☐

Date of final wildlife clearance approval by competent


4.2 authority Yes ☐ No ☐ NA ☐

5 Utility Clearances (Electricity) Yes ☐ No ☐ NA ☐ NA


Date/ Details of Joint site inspection with competent
5.1 authority Yes ☐ No ☐ NA ☐

5.2 Date of estimate submission by competent authority Yes ☐ No ☐ NA ☐


5.3 Date of estimate approval by competent authority Yes ☐ No ☐ NA ☐
5.4 Approved utility shifting proposal Yes ☐ No ☐ NA ☐
Details of approved contractors, SoR and deposit
5.5 details for user agency Yes ☐ No ☐ NA ☐ NA

5.6 Utilities checklist, no upgradation certificate attached Yes ☐ No ☐ NA ☐


Date of estimate submission by competent authority
6.2 Yes ☐ No ☐ NA ☐

Page 266 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Details/
S.No SECTION OF THE REPORT YES/NO/NA Specificati Remarks
ons

6.3 Date of estimate approval by competent authority Yes ☐ No ☐ NA ☐

6.4 Approved utility shifting proposal Yes ☐ No ☐ NA ☐

Details of approved contractors, SoR and deposit


6.5 details for user agency Yes ☐ No ☐ NA ☐ NA

Utilities checklist, no upgradation certificate


6.6 attached Yes ☐ No ☐ NA ☐

Date of estimate submission by competent authority


7.2 Yes ☐ No ☐ NA ☐

7.3 Date of estimate approval by competent authority Yes ☐ No ☐ NA ☐

7.4 Approved utility shifting proposal Yes ☐ No ☐ NA ☐


Details of approved contractors, SoR and deposit
7.5 details for user agency Yes ☐ No ☐ NA ☐ NA

Utilities checklist, no upgradation certificate


7.6 attached Yes ☐ No ☐ NA ☐

Date of final approval of GAD by competent


8.2 authority Yes ☐ No ☐ NA ☐

9 Other Clearances Yes ☐ No ☐ NA ☐ NA

9.1 Date of final approval by competent authority Yes ☐ No ☐ NA ☐


10 Land Acquisition Yes ☐ No ☐ NA ☐ NA

10.1 Draft 3a notification submitted Yes ☐ No ☐ NA ☐ NA


10.2 Review of 3a notification by client Yes ☐ No ☐ NA ☐ NA
10.3 Date of 3a gazette notification Yes ☐ No ☐ NA ☐
10.4 Draft 3a notification submitted Yes ☐ No ☐ NA ☐ NA
10.5 Review of 3A notification by client Yes ☐ No ☐ NA ☐ NA
10.6 Date of 3A gazette notification Yes ☐ No ☐ NA ☐
Date of Joint Measurement Survey with competent
10.7 Yes ☐ No ☐ NA ☐
authority
10.7.1 Date of survey Yes ☐ No ☐ NA ☐ NA

10.7.2 Land type –by survey number Yes ☐ No ☐ NA ☐ NA

10.7.3 Nature of Land –by survey number Yes ☐ No ☐ NA ☐ NA


10.7.4 Ownership status of plots- by survey number Yes ☐ No ☐ NA ☐ NA

Page 267 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

10.7.5 Verification of area to be acquired – by survey


number Yes ☐ No ☐ NA ☐ NA

Details/
S.No SECTION OF THE REPORT YES/NO/NA Specificati Remarks
ons

10.7.6 List of structures on each plot Yes ☐ No ☐ NA ☐ NA

10.7.7 Sketches of updated alignment Yes ☐ No ☐ NA ☐ NA

10.7.8 Verification from Land revenue department Yes ☐ No ☐ NA ☐ NA

10.7.9 Verification by CALA office Yes ☐ No ☐ NA ☐ NA

Page 268 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
1.1.3 FEASIBILITY Checklist – Stage 7 – Award determination (Structures)
General Details

Project Name

Consultant's Name

Date of Review

Details/ Specifications
S.No SECTION OF THE REPORT YES/NO/NA Remarks
1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Village level summary Yes ☐ No ☐ NA ☐ NA

Total private and public land being


2.1 Yes ☐ No ☐ NA ☐ NA
acquired
Variation in area and nature of land
2.2 Yes ☐ No ☐ NA ☐ NA
against 3D with justification
Method used by CALA to arrive at
2.3 Yes ☐ No ☐ NA ☐ NA
award
Date of award by CALA and approval
2.4 by <BRO> along with valuation
report

Total award calculated and details of


2.5 Yes ☐ No ☐ NA ☐ NA
deviation from RFCTLARR act
3 In detail Yes ☐ No ☐ NA ☐ NA

Updated land acquisition tracker with


parcel-wise status of:
3.1 • Notifications Yes ☐ No ☐ NA ☐ NA
• Award
• Disbursement
Valuation report and details of award
3.2 calculation- verification by state Yes ☐ No ☐ NA ☐ NA
authority to be included
3.3 Claims report Yes ☐ No ☐ NA ☐ NA

3.4 Copies of notifications published Yes ☐ No ☐ NA ☐ NA

Copies of land possession certificates


3.5 Yes ☐ No ☐ NA ☐ NA
received
4 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

4.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA

Report fulfils project objectives and


4.2 scope as per RFP Yes ☐ No ☐ NA ☐ NA

Page 269 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
Report reviewed for errors and omissions Yes ☐ No ☐ NA
4.3 NA

Compliance report prepared on client Yes ☐ No ☐ NA
4.4 NA
observations ☐

Page 270 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
1.1.4 FEASIBILITY Checklist – Stage 8 – Land possession report (Structures)
General Details

Project Name

Consultant's Name

Date of Review

Details/
S.No SECTION OF THE REPORT YES/NO/NA Specifications Remarks

1 Executive Summary Yes ☐ No ☐ NA ☐ NA

2 Village level summary Yes ☐ No ☐ NA ☐ NA

2.1 Total private and public land being acquired Yes ☐ No ☐ NA ☐ NA

Date of final award by CALA and approval by


2.2 <BRO>

Status of disbursement on date of receipt of Land


2.3 possession certificate Yes ☐ No ☐ NA ☐ NA

Key issues being faced in completing land


2.4 acquisition, if any Yes ☐ No ☐ NA ☐ NA

3 In detail Yes ☐ No ☐ NA ☐ NA

Updated land acquisition tracker with status of:


• Notifications
3.1 Yes ☐ No ☐ NA ☐ NA
• Award
• Disbursement

3.2 Final award and claims report Yes ☐ No ☐ NA ☐ NA


Copies of notifications published, land possession
3.3 certificates received Yes ☐ No ☐ NA ☐ NA

4 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA


4.1 Conclusions and recommendations Yes ☐ No ☐ NA ☐ NA
Report fulfils project objectives and scope as per
4.2 RFP Yes ☐ No ☐ NA ☐ NA

4.3 Report reviewed for errors and omissions Yes ☐ No ☐ NA ☐ NA

Compliance report prepared on client observations


4.4 Yes ☐ No ☐ NA ☐ NA

GIS Map containing digitised details of land parcels


Yes ☐ No ☐ NA
5 acquired with all relevant details NA

Page 271 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
APPENDIX VIII
Sample Executive Summary of Feasibility Report

<Border Roads Organisation>


(Ministry of Defense)
Government of India

Executive summary of detailed project report for:

[ENGAGING TECHNICAL CONSULTANT FOR FINALIZATION


OF ALIGNMENT AND PREPARATION OF FEASIBILITY STUDY
(FS) ON EPC MODE FOR DEVELOPMENT OF POONCH-URI
ROAD TO NHDL SPECIFICATIONS (TENTATIVE LENGTH - 120
KM) IN UT OF JAMMU AND KASHMIR UNDER BHARATMALA
PRIYOJANA.]

Feasibility Study Report Consultant

[Name and logo of consulting agency]

Page 272 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Table of Contents

1 Introduction 275
2 Project overview 276
2.1 Key features of project 276-277
2.2 Key plan of existing project stretch 278
2.3 3Traffic demands on project road 279
3.1 Traffic volume surveys 279
3.2 Axle load survey 280
3.3 Traffic volume forecast 280
3.4 Turning movement surveys 281
4Pavement and corridor surveys 282
4.1 Pavement condition and distress seen 282
4.2 Pavement composition 282
4.3 Pavement strength 283
4.4 Sub-grade soil survey 283
5 Improvement proposals 284
5.1 Proposed alignment 284
5.2 Bypasses proposed 284
5.3 Road geometry 285
5.4 Widening scheme 285
5.5 Pavement design 285-286
5.6 Design of structures 287
5.7 Intersections and grade separators 288
5.8 Toll plazas 288
5.9 Wayside amenities proposed 288
6 Environmental impact assessment 289
6.1 Impact and clearances needed 289
6.2Cost of environmental mitigation 289
7 Social impact assessment and Land acquisition 289
7.1 Social impact assessment 289
7.2 Land acquisition requirements 290
7.3 Key risks envisaged in land acquisition 290
8Utilities shifting and clearances 290
8.1 Utilities shifting estimates 291

Page 273 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
8.2 Total cost of utilities shifting 291
9 Project cost estimates 291
10 Material investigation 292
10.1 Borrow pits for soil 292
10.2 Sand 292
10.3 Gravel 292
10.4 Fly ash 292
10.5 Bitumen 293
10.6 Cement 293
10.7 Other local material available 293
10.8 Key risks 293
10.9 Location of material sources 294
11 Potential for value engineering and innovative technologies 294-295
12 Economic and financial analysis 296
12.1 Economic analysis of the project 296
12.2 Financial analysis 297
13 Execution plan 298
13.1 Packaging 298
13.2 Bidding mode and timelines 298
13.3 Construction time and planning 298
14Conclusions and recommendation299-300

Page 274 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

1. Introduction

The <BRO> proposes to implement the <re> the development, maintenance and management of the <NH-
xx> stretch from <Origin> to <Destination> from chainage <aa km> to <bb km> into <proposed improvement, xx
lane road/ expressway etc.> under the NHDP Phase V programme. The proposed project road has been selected to
<primary reason for project- e.g. to improve connectivity and ease congestion between aa bb>

<Consultant> was appointed in <mm/yyyy> to prepare the detailed project report for the project road, and this
executive summary covers is submitted along with the <draft/final> detailed project report to cover the key aspects of
the project.

<Any special circumstances or requests made by the Authority for the project that affect the consultancy
assignment e.g.: <BRO> desired to restructure project into two packages, bifurcating the project road at Betulnagar,
this report has been revised and resubmitted providing improvement proposals and bid documents separately for the
two stretches>

Page 275 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
2. Project overview

As described earlier the project road lies on NH xx (previously NH yy) and connects <orgin> with
<destination>, passing through the states of <state 1, state 2>. The proposed project alignment passess through
<towns/junctions a, b, c, d> for a total length of <xx km>.

Figure 1: Location of project road

2.1. Key features of project

Table 1: Key features of project


Attributes Details

NH No Xx (old) Yy (new)
Origin- Destination Origin-destination
Origin point Lat/long – destination point lat/long

Via towns Town 1, 2, 3, 4

Existing carriageway 2L (7.0m) over 80% of the road stretch with 4L (16.0m) in 20% of the
stretch in some urban locations

Service lanes and slip roads Service lanes of 2-4m width for 16 km, largely in urban areas

Shoulder 2L has paved shoulder of 1-2m width

Condition of existing pavement Good to fair

Right of way Typically 45 m along entire stretch

Land use along project road Predominant land use in the area is agricultural (60% on LHS, 50% on
RHS), with the rest being urban and forest area (20% on LHS, RHS)

Traffic on the stretch Largely commercial, with trucks accounting for 80% of vehicle volume

Toll infrastructure There are no toll plazas in the current stretch

Terrain Primarily plain and rolling, passing through x settlements

Page 276 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Attributes Details

Structures along stretch 69 structures- 3 ROBs, 7 major bridges, 2 flyovers, 9 minor bridges, 16
VUP/PUPs and 32 culverts

User amenities along stretch 32 bus shelters, 7 truck lay-byes, and 1 rest area

Key utilities in the proposed 4 km 66 kV UG line with 3 crossings, 30in water main for 7.3 km
RoW
Forest Stretches along RoW Xx km of road from <point a> to <point b> crosses <type of
forest><forest name>

Rail crossings along RoW Railway LC no <x> at chainage yy on the <origin station> to
<destination station> rail line at railway chainage zz

Other clearance related aspects <please describe any other clearances that will be required for the
project>

Page 277 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
2.2. Key plan of existing project stretch

Figure 2: Key plan of existing project road

Page 278 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
3. Traffic demands on project road

3.1. Traffic volume surveys


For the purposes of traffic projections and lane design, <xx> individual sections of road were considered:

Table 2: Traffic survey locations


Volume
Length
Section Chainages Count Remarks
(Kms)
Locations
Km 163.0 - Km 177.0, Kasia/Tonta mines near
1 192.0 29.0 45.0 192.000

End point of proposed


Km 192.0 -
2 27.0 Km 201.50 Koida bypass at km
219.0
218.250

Traffic volume surveys for the project road were < available from IHMCL for x locations> and were carried
out at <x> additional locations along the project road in the month of <mm/yyyy>. The results are as follows:

Table 3: Results of traffic surveys conducted


Homogenous section 1 1 2
Chainage 45.00 177.00 201.50
Source of data IHMCL Consultant Consultant
Bicycle 47 75 61
2 Wheeler 3320 3288 2630
3 Wheeler 32 47 30
Tractor 24 18 22
Tractor with Trailer 389 385 341
2 Axle SCV 436 386 388
LMV 2 axle 3561 3545 3327
LCV 2 Axle 577 603 563
2 Axle Truck or Bus 908 987 1014
3 Axle Truck or Bus 1142 1062 1086
Multi Axle Vehicles MAV 2033 1962 1994
Oversized Vehicle OSV 2 1 3
Cycle 0 0 0
Earth Moving Equipment 0 0 0
AADT (in vehicles) 12471 12359 11459
AADT (in PCUs) 34000 xx xx

Page 279 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
3.2. Axle load survey

Axle load surveys were conducted at <x> locations using <xxxx> to understand the actual load spectrum of
commercial vehicles plying on the prject road. The results of the load survey, were converted to Vehicle Damage
Factor (VDF) using equivalency factors from <IRC xx> for the purpose of MSA calculations

Table 4: Axle load survey results


Mode Section 1 Section 2 Section 2

Observed- Observed-
Observed- at at at
Recommended Recommended Recommended
chainage xx chainage xx chainage xx

LCV 0.47 0.47 0.45 0.45

2axle
3.97 3.97 3.57 3.97

3axle
3.63 3.63 3.26 3.26

MAV 4.92 4.92 4.07 4.07

Bus 0.78 0.82 0.82 0.82


3.3. Traffic volume forecast
Traffic volume forecast was developed using the <xx> method and converted to Million Standard Axles
(MSA) for the purposes of pavement design. The cumulative load in MSA for each section is given as under for
various horizon years:

Table 5: Projected traffic load on project road in MSA

MSA In x+15 In x+30

Section LHS RHS LHS RHS

1 23.31 22

2 33 40

Page 280 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

3.4 Turning movement surveys


Peak
Total Grade
SL. Existing Hour Peak Intersection
Location Volume separator
No. Chainage Volume Hour type
PCU proposed
PCU

17:00 3 arm No
1 0.300 xxx 30988 1915 18:00

09:00 4 arm No
2 6.200 xxx 28077 1962 10:00

15:00 5 arm Yes


3 10.200 xxx 53333 3599 16:00

10:00 4 arm Yes


4 28.000 xxx 64315 3884 11:00
Classified direction wise turning movement surveys were conducted at <x>
intersections to determine the need for re-design and addition of structure at the intersection

Table 6: Turning movement survey results

Page 281 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
4. Pavement and corridor surveys

4.1. Pavement condition and distress seen


The overall pavement condition <description of overall pavement condition- e.g. from poor to very poor, with
high roughness and significant presence of potholes and raveling>

Table 7: Condition survey of existing pavement

Length affected, in Kms


Type of
distress Area <=10 Area 10 %- Area 25 %- Area 50 %- Area >75
% 25 % 50 % 75% %

Total
Cracking 36 70 0 0 0

Potholes 28 23 55 0 0

Patching 44 61 1 0 0

Raveling 80 4 22 0 0

<other
categories
seen>

Total 106 106 106 106 106


4.2. Pavement composition

The existing pavement structure is a <rigid/flexible/inverted etc.> pavement consisting of sub-grade and <x>
additional layers. The summary of pavement composition seen is as follows

Table 8: Composition of existing pavement


Granular course Xx
Bituminous course (mm) (mm) (mm)
Section
Min Max Min Max Min Max

1 50 350 100 600

2 40 300 80 500

Page 282 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
4.3. Pavement strength

<xxx FWD/BBD> was carried out to test the strength of the existing pavement, and the characteristic deflection
values have been calculated for each homogeneous section of road to enable design of an overlay for the road.

Table 9: Strength of existing pavement


Characteristic deflection
Chainage Distance
Section
Start End Km Mm

1 0.400 2.400 2.000 1.6

2 2.400 10.000 7.600 1.3

4.4. Sub-grade soil survey

Extensive review of available soil information and testing was done to understand the sub-grade
characteristics. Summary of soil investigation surveys is as follows:

Table 10: Soil investigation survey results


Attribute Results Comments

Sub-grade CBR range (%) 0.6%-14% Low over large lengths of section

Degree of compaction (% of MDD) ~95% Sufficient as per MoRTH guidelines

Swelling ratio (%) 2.5 to 32% Significant variation seen across stretch

<other attributes>

Table 11: Soil types observed


Soil type % of length Plasticity index Comments

Clayey sand (SC) 34% 3 to 15 Poorly graded sand clay


mixture

Silty sand (SM) 9% Non-plastic Poorly graded

Clayey gravel (GC) 9% 11 to 13 Mixture of gravel, sand


and silt

Page 283 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
5. Improvement proposals

5.1. Proposed alignment


The final alignment chosen for the project in consultation with <xx, yy> will <be along current project
road/ pass through xx, yy new towns- short description of alignment with changes if any>.

Figure 3: Map showing proposed alignment of project road

5.2. Bypasses proposed


Given increasing urban traffic and congestion and the lack of available RoW in urban areas through the
project route, <x> urban areas are proposed to be by-passed in the proposed project alignment

Table 12: Proposed by-passes along project length


Bypass plan
Urban area to be
Start End chainage Length Key driver for by-pass
bypassed
chainage proposed
Nagar 1 45.000 52.000 21.000 Heavy local traffic of ~10,000 PCUs
in town limits
Xxxx

Page 284 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
5.3. Road geometry

The project road has been re-designed to accommodate speeds of <xx>, adopted as per <standard or
consultation with <BRO>>. Enabling this higher speed will require re-design and re-alignment of the road in certain
sections given their <description of poor geometry>.

5.4. Widening scheme


Basis traffic information available, level of service requirements and consultation with <<BRO> , local
authorities etc.>, the following lane configuration is adopted for the project road:

Table 13: Lane configuration planned for project road


Chainage Traffic
forecast k Service
Section Start End PCUs in Lane config. Comments
lanes
20xx

1 0.00 2.400 43.5 6 Yes High urban traffic


influx
2 2.400 60.400 16.4 4 No

xx

Basis availability of RoW and land acquisition constraints, a widening scheme has been proposed that makes
optimum use of existing ROW and minimizes need for land acquisition in urban areas, a summary of which is given
below:

Table 14: Summary of widening type proposed


Sl no Type of widening Length, Km

1 Concentric 2.400

2 Eccentric, Right 34.600

3 Eccentric, Left 33.800

4 Green field 16.000


5.5. Pavement design

5.5.1. Design period, loading and pavement type

Using the projected traffic, VDF values, lane and directional distribution factors, the design traffic loading
used for the project is <xx to yy> MSA.

Page 285 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Through preliminary design and lifecycle comparisons, the <flexible/rigid/inverted> type of pavement was
chosen for construction with a design life of <xx> years as per <IRC/MoRTH/<BRO> standards/request> has been
considered for design.

5.5.2. Design sub-grade strength

Considering the soil investigations conducted in the project road area, and the availability of suitable soil in
the region, the following sub-grade strength has been assumed to vary from <xx%> to <yy%> for various sections of
the highway

5.5.3. Pavement composition for new carriageway


The proposed pavement composition for the new sections carriageway basis <standards>, subgrade strength
and design traffic is:

Table 15: Proposed pavement composition


Sub-grade Pavement
Design Chainage Layer thickness (mm)
strength loading
Section
Start End Min % CBR MSA GSB WMM DBM BC xx

1 0.400 2.400 10% 40 200 250 95-125 40

2 2.400 10.000 8%

5.5.4. Strengthening of existing pavement

The strengthening requirements for the existing pavement have been estimated fromt eh deflection
measurements and estimated traffic loadings. The designed overlay proposed is as below:

Table 16: Overlay thickness required


Characteristic Overlay thickness (mm)
Chainage Distance deflection
Section
Start End Km Mm DBM Xx

1 0.400 2.400 2.000 1.6 95 40

2 2.400 10.000 7.600 1.3 50 40

5.5.5. Pavement design for service lanes


Pavement for service lanes is designed for MSA of xx-yy with a design CBR of ~xx%. The composition for
the <flexible/rigid> service lane pavement along the project corridor is as follows:

Page 286 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Table 17: Pavement composition for service road


Layer Layer Thickness in mm

SDBC 25

DBM 50

WMM 250

GSB 150
5.6. Design of structures

Along the project stretch, there are several bridges, culverts, under/overpasses and flyovers. A summary of
the total number and proposed additions is given in the table below

Table 18: Proposed improvement to structures along project road


Sl Construct in New
No Structure Existing Dismantle Widen Reconstruct construction Total
parallel
1 Major bridge 4 1 - 1 2 3 7

2 Minor bridge

3 Flyover

4 Vehicle
overpass

5 Vehicle
underpass

6 Passenger
under pass

7 Culverts

8 xxx

Page 287 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

5.7. Intersections and grade separators

Based on the traffic and turning movement surveys conducted, <xx> junctions have been identified for
redesign or grade separation, the details of which are given below

Table 19: Proposed intersection improvement


SL. Existing Est total vol (k Est Peak Hour
Location Improvement proposed
No. Chainage PCU) Vol (k PCU)
Grade separator
1 10.200 xxx 53333 3599

Grade separator
2 28.000 xxx 64315 3884

5.8. Toll plazas

Based on the traffic surveys, O-D surveys and layout of project road, <xx> toll plazas are proposed along the
project road:

Table 20: Location of current and proposed toll plazas


Sl Existing Design Existing no of Proposed no of
No chainage chainage Location lanes lanes

1 20.400 22.600 Near origin 2 6

2 95.000 101.500 Near via-nagar junction New 6

x xx xx
5.9. Wayside amenities proposed

<local discussions, discussions with authority, demand modelling etc.> was conducted to locate various way-
side amenities across the project road. A summary of the improvements proposed is given below:

Table 21: Proposed user amenities along project stretch


Sl no Amenity type Current Proposed Comments

1 Passenger rest stops 0 2

2 Truck lay-byes 5 15 High demand due to urban areas along stretch

3 Bus bays 4 10 Limited increase due to scarcity of land

4 Bus shelters 2 34 Proposed in lieu of bus-bays

5 Petrol bunks 1 5 Severe shortage along stretch

Page 288 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

6. Environmental impact assessment

6.1. Impact and clearances needed

A environmental impact study was undertaken during the process of creating the detailed project report to
understand impact of the project road on the surrounding ecology and environment. The project road is categorized as
a category <xx> project by the MoEF and as it is <xx km> in length, it <will/will not> require environmental
clearances.

The proposed project <involves/does not involve> the acquisition of forest/ecologically sensitive land, felling
of trees and will impact wildlife habitat and will hence require individual clearances for each. A summary of the
environmental impact and clearances required is provided below

Table 22: Environmental impact and clearances required


Sl No Impact type Description Clearance status

1 Environmental Required due to nature of project, Form 1 submitted dd/mm/yyyy and


clearance category ‘A’ environmental clearance obtained
on dd/mmm/yyyy
2 Diversion of 27.72 ha of land in <xx> district Stage II clearance in progress
forest land will need to be acquired

3 Trees in RoW 28,460 trees need to be enable road To be taken


expansion

6.2. Cost of environmental mitigation

The Environmental Mitigation and Management Costs were developed based on the estimation of resources
required to implement the mitigation measures proposed and also number of places where intervention is required.
Environmental mitigation cost for the proposed project is Rs. <xx> cr.

7. Social impact assessment and Land acquisition

7.1. Social impact assessment


The existing RoW (x-y m) is <adequate/ in adequate> for the proposed widening and RoW requirements as
required by <<BRO> /Authority>. This will lead to the additional acquisition of <xx>Ha across the states of <states1,
2>, affecting a total of <yy> villages in <zz> districts. In addition to structures found to be encroaching the current
Row, the required acquisition is poised to affect <xx> residential and <yy> other structures.

Preliminary interactions have been held with locals to understand their issues and concerns and help
communicate the project plan and its impact on them. The key concerns of title and non-title holders centered around:

<Key issues expressed over and above land being acquired, and compensation norms>

Page 289 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

7.2. Land acquisition requirements


The state and district wise details and status of land acquisition as on the date of publishing of this report is as
follows:

Table 23: District wise land acquisition requirements and status


Private
Total land land to be 3A done,
Village and 3A pending
State required acquired 3D pending 3D completed
Chainage (Ha)
(Ha) (Ha) (Ha)

Thane
Maharashtra (xx to yy) 137 90 10 70 10

Gujarat <aaa> 454 400 20 300 80

Gujarat <bbb> 588 588 60 500 28

Gujarat <ccc> 688 320 80 160 80

A total of <xx cr> is expected to be awarded for the acquisition of land required for this project. The land
acquisition process is underway with a total of <xx> CALAs appointed, and 90% of land is expected to be in
possession by <xx, 20xx>.

7.3. Key risks envisaged in land acquisition


Despite the best efforts of the consultant and various lad acquisition teams working to complete land
acquisition, it is envisaged that acquiring possession of the RoW for some specific sections of the project road may
prove to be difficult or be delayed inordinately. Such potential risks are highlighted below:

<Highlight any risks foreseen along with chainage and ha affected>

8. Utilities shifting and clearances


Utilities belonging to <x> user agencies have been identified that fall within the project road ROW and will
need to be shifted to enable road construction. Shifting proposals have been submitted to the user agencies and initial
estimates have been received from the concerned agencies. The process of site inspection, review and revision of the
proposals for utilities shifting is in process.

<To enable better management of utilities and installation going forward, all utilities are being shifted
underground/into a utilitiy corridor/out of the road RoW/ utilities trench is being planned as part of construction>

Page 290 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

8.1. Utilities shifting estimates

Table 24: Key utilities shifting requirements


Sl Utility Chainage Agency Shifting Estimated Supervision % Current
No affected required cost status
(INR cr)

1 66kV 123.00- UPVVNL 19km of ~140 cr 15% Final


powerline 145.00 overhead cable, approval
4 road obtained
crossings

8.2. Total cost of utilities shifting

The total cost of utilities shifting for all the utilities identified in the road RoW is estimated to be <xx cr> with
supervision charges of <yycr> being paid as supervision charges to the <z> concerned agencies.

9. Project cost estimates


The cost estimates for the project has been carried out based on detailed design, bill of quantities, and the
schedule of rates for <state/district/authority> of year <xx-yy>.

Table 25: Summary of project cost


No Item Amount in Cr Amount in %
Civil construction cost

1 Site clearance and dismantling 60 2%


2 Earth Work
3 Base courses
4 Paving courses
5a Repair and rehabilitation of structures
5b Bridges
5c Culverts
5d PUP/VUP
5e Flyover and overpass
5f Drainage, protective works and other services
5g RE/toe walls
6 Junctions and interchanges
7 Toll plazas
8 User amenities
9 Traffic signs, road markings, other appurtenences
10 Miscellaneous
11 Maintenance of road during construction
Page 291 of 300
CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
A Total civil cost
12 Add contingencies @ x% on Z
B Estimated project cost
13 Construction supervision @ x% on Z
14 Agency charges @ x% on Z
15 Quality control changes @ x% on Z
16 Road safety cell audit charges @ x% on Z
17 Maintenance costs @ x% on Z
18 Escalation @ x% on Z
C Total project cost
19 R&R cost
20 Environment cost
21 Cost of shifting utilities
22 LA compensation cost
D Total capital cost

10. Material investigation

Material investigations were carried out to explore the availability and identify sources of suitable material
for the construction of the road.

<retain only relevant sections>

10.1. Borrow pits for soil

Material investigation of <xxx> locations indicates that soil suitable for embankment (of CBR>xx% and
density yy g/cc) and for sub-grade (CBR>xx% and density yy g/cc) is available at an average lead of aa to bb km for
the project stretch.

<include details on additional material sources like construction rubble, moorumetc>

10.2. Sand
Sand is available in <close proximity> of the project site. Test results show that xx of yy sand sources satisfy
the minimum requirement for use in the project.

<Include details of additional potential for sources such as pond bed desilting, other excavation happening>

10.3. Gravel
Several quarries were identified for sourcing aggregates in the project zone. Xx of yy quarries were found to
be suitable for use in the construction of the road. <further details on gravel available and suitability for construction>

10.4. Fly ash


Fly ash is available in close proximity of the project road due to the presence of <xx steel plant/power plant>.
Test results show that the available fly ash <satisfies/does not satisfy> the minimum requirement of <specification>
to use as <material for embankment/cement mixture/other layers>. The fly ash available has density greater than xx
g/cc and shows an OCM of xx-yy%. <the fly ash located is non plastic>

Page 292 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

10.5. Bitumen
Bulk bitumen of the <required grades> is available <closest sources> with an average lead of <xx km>. For
the project road <grade> of bitumen has been proposed for <yy layer> due to <reason> and <grade of bitumen> has
been proposed for <zz layer> due to <reason>.

10.6. Cement

Bulk bitumen of the <required grades> is available <closest sources> with an average lead of <xx km>. For
the project road <grade> of bitumen has been proposed for <yy layer> due to <reason> and <grade of bitumen> has
been proposed for <zz layer> due to <reason>.

10.7 Other local material available

Details of other local material available for construction

Table 26: Locally available and alternative materials


Sl No Material Source

1 Hume pipes Local hume pipe factory in xx yy

2 xx xxxx

10.8 Key risks

Despite the best efforts of the consultant, there continue to be some materials and sections of the project road
where material will have to brought from significant leads.

Table 27: Key risks envisaged in material procurement

Sl No Chainage Material Closest source

1 Entire project Bitument Closest available source is Mumbai at a lead of 900


km

2 223.00+ Soil of CBR >10% No borrow pit in vicinity, minimum lead of 40 km

Page 293 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

10.9 Location of material sources

Figure 4: Key plan showing location of potential borrow pits tested

11. Potential for value engineering and innovative technologies


Throughout the detailed design of the project, several opportunities for value engineering and introduction of
new technology were explored that will help in reducing the cost of the project or increase quality and longevity of
project road. Approval of these elements as part of the construction design and suitable instructions to all stakeholders
of the project can help significantly lower the projected cost of construction.

A summary of these opportunities is provided here.

Page 294 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Table 28: Key value engineering opportunities identified


Sl
No Value engineering opportunity Potential impact

1 Use of inverted pavement with a cement stabilized based 40% reduction in layer thickness
and granular material in the base layer and ~15% reduction in TPC

Page 295 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
12. Economic and financial analysis

12.1. Economic analysis of the project


The EIRR and NPV of the project has been carried out using <model/software> under multiple scenarios, and
the project returns <justify/do not justify> construction given an EIRR of xx in the best case and yy in the worst case.

The various sensitivity scenarios considered were as follows:

0. Base case: Base cost and base benefits

1. Sensitivity 1: Base cost plus xx% and base benefits

2. Sensitivity 2: Xx

3. Sensitivity 3: Xx

The results of the base case and sensitivity analysis are presented below:

Table 29: Economic return analysis


RUCS HDM 4
Option Sensitivity Case NPV (in million NPV (in million
Rs.) EIRR (in %) Rs.) EIRR (in %)

Base Case 0 19199 30.31 2788.5 14.1

Sensitivity 1 18041 27.51 1362.6 12.9


With time
Sensitivity 2 15147 27.1 943.3 12.8

Sensitivity 3 13989 24.56 -ve 11.7

Base Case 0 19199 30.31 2788.5 14.1

Sensitivity 1 18041 27.51 1362.6 12.9


Without time
Sensitivity 2 15147 27.1 943.3 12.8

Sensitivity 3 13989 24.56 -ve 11.7


12.2. Financial analysis

12.2.1. Potential for toll revenue


The projected tollable traffic basis traffic survey and forecasts at the <xx> toll plazas suggested in year <xx>
is given below

Page 296 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
Table 30: Tollable traffic on project stretch
1 @ Chainage 45.000
Toll Plaza 1 2

Traffic type Total Tollable

Bicycle 47 0

2 Wheeler 3320 0

3 Wheeler 32 0

Tractor 24 0

Tractor with Trailer 389 385

2 Axle SCV 436 386

LMV 2 axle 3561 3545

LCV 2 Axle 577 603

2 Axle Truck or Bus 908 800

3 Axle Truck or Bus 1142 1062

Multi Axle Vehicles MAV 2033 1962

Oversized Vehicle OSV 2 1

Earth Moving Equipment 0 0

AADT (in vehicles) 12471 6500


12.2.2. Results of financial analysis

With the most likely traffic scenario and assumed costs of construction, maintenance, financing and tolling
over the period of the project, the return on equity at various periods of concession was calculated. Equity IRR for
this project will pass <15%> in year <x> of this project, hence it <is/is not> possible to bid the project

Page 297 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Figure 5: Equity IRR with increasing concession period for project road

13. Execution plan

In consultation with <BRO> , it is proposed to complete the proposed project road in a period of <xx>
months. Planning for the project packaging, bidding process and construction was conducted as a part of this project.

13.1. Packaging
Given the length of the project, the entire project is planned to be bid out in <xx> packages with <yy>
packages.

<include table of package details if more than 1 package>

13.2. Bidding mode and timelines


The authority has proposed to initiate bidding of the project under <bot/epc/ham> mode <with a grant/premium
of xx %>. The tentative timeline for this is:

• Submission of bid documents to authority dd/mmm/yyyy


• Review and finalization of documents dd/mmm/yyyy
• Launch of tender dd/mmm/yyyy
• Tender close date dd/mmm/yyyy
• Tentative date for award of project dd/mmm/yyyy

13.3. Construction time and planning

Upon reviewing the improvements planned and in consultation with <BRO> , the design and construction
period for this project has been arrived at <xx> months from the date of appointment of the contractor/concessionaire.
To enable this construction schedule, a detailed construction plan and timeline has been included in the detailed
project report. This also includes a traffic management and lane closure plan for the period of construction.

14. Conclusions and recommendation


The <expansion/rehabilitation> of the project road from <source> to <destination>, chainage <a> to <b> on
NH <x> in the states of <state 1, state 2> to <n> lane configuration is recommended for implementation by <BRO>as

Page 298 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22
the project is likely to <1 line justification/ need of project: provide much needed connectivity/improve
connectivity/provide higher level of service/rehabilitate the road etc, is needed urgently>.

The project as envisaged is economically viable with an estimated EIRR >12%. The project with a 30 year
concession period is expected to return an equity IRR of <xx%> with <yy%><grant/premium> and is hence
recommended for implementation in the <BOT/EPC/HAM> mode.

Table 31: Salient features and key financial aspects of the project road a
Project road

Project road length Xx km

Connecting <origin>- <destination>

On national highway NH No

Proposed features Current road Proposed

Lanes 2 4

Bypasses proposed - 5

Major junctions 5 5

Minor Junctions 18 18

Grade separated interchanges 1 4

Major Bridges 4 6

Minor Bridges 19 21

ROBs 1 3

Culverts 120 200

Vehicle/Pedestrian under/overpasses 16 25

Service roads (kms) 14 32

Slip roads (kms) 8 9

Toll plazas (no) - 2

Bus bays (no) 4 15

Truck lay-byes (no) 2 8

Rest areas (no) 2 6

Page 299 of 300


CA NO. CE (P) BCN/CONSULTANCY(EPC)/ /2021-22
Tender No. CE (P) BCN/CONSULTANCY(EPC)/01/2021-22

Financial implications INR Cr/%

Total capital cost 1595

Total project cost 1486

Civil construction cost (incl. contingency) 1249

Preconstruction expenses 110

Land acquisition 40

Utilities shifting 30

Rehabilitation and resettlement costs 20

Other pre-construction expenses 20

Implementation mode proposed BOT (Toll)

Total project cost 1486

Concession period 18 years

<Authority> support (Grant/Premium) 18%

Estimated NPV 50

Project IRR 12%

Equity IRR 15%

Page 300 of 300

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy