Upload
others
View
13
Download
0
Embed Size (px)
Citation preview
GOVERNMENT OF MADHYA PRADESH MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY
(An Agency of Panchayat & Rural Development Department, Govt. Of M.P.)
Block-IInd
, 5th
Floor, Paryavas Bhavan, Bhopal (M.P.)-462011
DETAILED NOTICE INVITING BIDs FOR DPR PREPARATION
No./9517/22/D-12/DPR-WB/MPRRDA/17 Bhopal, Date : 01/04/2017
Government of Madhya Pradesh (GOMP) through Madhya Pradesh Rural
Roads Development Authority (MPRRDA) intends to undertake up-gradation of
selected rural roads of gravel standards constructed under CMGSY to black top
standards under World Bank financed MP Rural Connectivity Project.
Bids are invited from the reputed Consultants for survey, investigation and
preparation of DPR for one or more consultancy packages as per details in the
table given below:-
S.No. Package No. District PIU
Total
km
EMD
(in Rs.)
Nodal
PIU
Call
No.
1 Package- 26 Rewa Rewa-1&2 299 59800/- Rewa 1 6th
call
Total 299
1. The bid documents can be purchased up to 4.00 pm on 18/04/2017 from the Office, MPRRDA Paryavas Bhavan Bhopal, on payment of Rs. 5000/- for each package by DD or Cash. Bid document may also be downloaded from web site www.prd.mp.gov.in/rrda. In such case cost of bid document will have to be submitted in the form of DD with the bid.
2. Last date of receipt of completed offers is 19/04/2017 upto 3.00 P.M. and Technical offers will be opened on the same day at 3.30 P.M. The Technical Evaluation will be done first and financial offers of only qualified bidders will be opened on 25/04/2017at 3.30 P.M. in the presence of consultant (s)/representative(s) who choose to be present. The decision of the competent authority in regard to technical evaluation shall be final, binding and conclusive.
3. Technical Requirements : 3.1 The consultants who have successfully completed DPR of any one Road and
Bridge project (estimated cost) of more than, Rs.50 crores or minimum 200 km of rural roads in any one year during last ten year are eligible for participation in the bid. However, for packages having road length more than 400 Kms. qualification criteria will be as detailed in RFP document (ITB). Other conditions for award of work will be as per ITB.
3.2 No consultant will be allotted work of more than 2 packages under this call, Since consultant is to be allotted work of 2 packages only, submission of CV may be limited to two teams only with the technical proposal. However, EMD will have to be submitted for all packages, a consultant intends to participate in the tender.
4. The financial proposals are invited per Km. of road length inclusive of all Cross
Drainage works. Estimates of concrete road shall also be prepared for such road/
part of the road as may be identified by the PIU. Separate drawing/design and
estimate of all culverts/bridges, more than 15m. length (between the faces of
abutments) are to be prepared and submitted with the DPR. DPR should comply
all the requirements of modified DPR template of MPRCP (As Annexure to
ITB).
5. The time limit for completion of consultancy service is 3 Months including rainy
season f from the date of Work Order. In case of Packages with more than 400
kms Road length, period for completion is 4 month including rainy season.
6. Road length given is tentative. There may be variation up to + 25%.
7. Bidder has to submit affidavit duly notarized stating that :-
i information furnished with the bid is true and correct to the best of his
knowledge and belief. If any information is subsequently, even after
award of work, is found to be incorrect MPRRDA may forfeit EMD &
debar from participation in future bids.
ii turnover shown in the accounts is from consultancy fee only.
iii no relative is working as contractor or Employee of MPRRDA in the PIU
in which tender is being submitted.
8. Certificate of client that work was satisfactory completed within the given/
extended time limit should be attached.
9. Technical Bid should be submitted duly page numbered and indexed. Technical
Bid submitted otherwise or any information not found on the page number given
in the index may not be considered.
Other details may be seen in the RFP document for preparation of detailed project report for upgradation of roads/CDs (constructed under CMGSY) - World Bank
financed MPRCP – Nov. 2016.
Chief General Manager
M.P. Rural Road Development Authority
Bhopal
End.No./ 9518/22/D-12/DPR-WB/MPRRDA/17 Bhopal, Date : 01/04/2017
Copy to:
1. Secretary, Ministry of Rural Development, Rural Development Departments
Government of India Krishi Bhawan, New Delhi.
2. Secretary, Public Works Departments / Agriculture Department / Finance
Department Mantralaya Bhopal
3. Commissioners Public Relation, Ban Ganga Bhopal.
4. Engineer in Chief Public Works Departments / Rural Engineering Services,
Bhopal.
5. Chief Engineer, Public Works Departments, Jabalpur/ Gwalior / Indore/ Bhopal
/National Highway / Bridge.
6. Managing Director Rajya Setu Nigam, Arera Hills, Bhopal.
7. Chief Engineer, Central Public Works Departments, E-3/4B Arera Colony
Bhopal.
8. All Divisional Commissioners
9. All Collectors.
10. Chief Executive Officers, Zilla Panchayat (all).
11. Chief General Manager, MPRRDA, Bhopal-1 & 2, Indore , Jabalpur, Rewa.
12. General Manager Programme Implementation Units all
For information and wide publicity.
Chief General Manager
M.P. Rural Road Development Authority
Bhopal
GOVT. OF MADHYA PRADESH MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY
(An agency of Govt. of M.P. Rural Development Department) 5th
Floor, BLock-II, Paryawas Bhavan, BHOPAL M.P. – 462011
RFP DOCUMENT
REQUEST FOR PROPOSAL FOR PREPARATION OF DETAILED PROJECT
REPORT FOR UPGRADATION OF ROADS/CDs (CONSTRUCTED UNDER
CMGSY) - WORLD BANK FINANCED MPRCP
M.R. No……………………………….. date……………………………. ISSUED TO: ........................................................
........................................................
........................................................
........................................................
........................................................
........................................................
MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY, BHOPAL
Nov.- 2016
1
INDEX
S.No. Descriptions Page No.
1. Notice Inviting Bids 3-6
2. Instructions to Bidders 7-12
3. DPR Template 13-44
4. Terms of Reference (TOR) 45-61
5. Annexure-A- Qualification of Key Personnel 62
6. Annexure-B- Format for CV 63-64
7. Annexure-C- Firms Organizational Structure 65
8. Annexure-D- Details of Assignments Completed in last 5 years 66
9. Annexure-D1- List of GMs with Phone No. 67-70
10. Annexure-E- Format for Financial Offer 71
11. Annexure-F – Composition of Team Proposed 72
12. Form of Agreement with GCC & SCC 73-85
13. Form of BG for Performance Security 86
GOVERNMENT OF MADHYA PRADESH MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY
(An Agency of Panchayat & Rural Development Department, Govt. Of M.P.)
Block-IInd
, 5th
Floor, Paryavas Bhavan, Bhopal (M.P.)-462011
DETAILED NOTICE INVITING BIDs FOR DPR PREPARATION
No./9517/22/D-12/DPR-WB/MPRRDA/17 Bhopal, Date : 01/04/2017
Government of Madhya Pradesh (GOMP) through Madhya Pradesh Rural Roads
Development Authority (MPRRDA) intends to undertake up-gradation of selected rural
roads of gravel standards constructed under CMGSY to black top standards under World
Bank financed MP Rural Connectivity Project.
Bids are invited from the reputed Consultants for survey, investigation and
preparation of DPR for one or more consultancy packages as per details in the table given
below:-
S.No. Package No. District PIU
Total
km
EMD
(in Rs.)
Nodal
PIU
Call
No.
1 Package- 26 Rewa Rewa-1&2 299 59800/- Rewa 1 6th
call
Total 299
1. The bid documents can be purchased up to 4.00 pm on 18/04/2017 from the Office, MPRRDA Paryavas Bhavan Bhopal, on payment of Rs. 5000/- for each package by DD or Cash. Bid document may also be downloaded from web site www.prd.mp.gov.in/rrda. In such case cost of bid document will have to be submitted in the form of DD with the bid.
2. Last date of receipt of completed offers is 19/04/2017 upto 3.00 P.M. and Technical
offers will be opened on the same day at 3.30 P.M. The Technical Evaluation will be done first and financial offers of only qualified bidders will be opened on 25/04/2017at 3.30 P.M. in the presence of consultant (s)/representative(s) who choose to be present. The decision of the competent authority in regard to technical evaluation shall be final, binding and conclusive.
3. Technical Requirements : 3.1 The consultants who have successfully completed DPR of any one Road and Bridge
project (estimated cost) of more than, Rs.50 crores or minimum 200 km of rural roads in any one year during last ten year are eligible for participation in the bid. However, for packages having road length more than 400 Kms. qualification criteria will be as detailed in RFP document (ITB). Other conditions for award of work will be as per ITB.
3.2 No consultant will be allotted work of more than 2 packages under this call, Since consultant is to be allotted work of 2 packages only, submission of CV may be limited to two teams only with the technical proposal. However, EMD will have to be submitted for all packages, a consultant intends to participate in the tender.
4. The financial proposals are invited per Km. of road length inclusive of all Cross
Drainage works. Estimates of concrete road shall also be prepared for such road/ part of
the road as may be identified by the PIU. Separate drawing/design and estimate of all
culverts/bridges, more than 15m. length (between the faces of abutments) are to be
prepared and submitted with the DPR. DPR should comply all the requirements of
modified DPR template of MPRCP (As Annexure to ITB).
5. The time limit for completion of consultancy service is 3 Months including rainy season f
from the date of Work Order. In case of Packages with more than 400 kms Road length,
period for completion is 4 month including rainy season.
6. Road length given is tentative. There may be variation up to + 25%.
7. Bidder has to submit affidavit duly notarized stating that :-
i information furnished with the bid is true and correct to the best of his knowledge
and belief. If any information is subsequently, even after award of work, is found
to be incorrect MPRRDA may forfeit EMD & debar from participation in future
bids.
ii turnover shown in the accounts is from consultancy fee only.
iii no relative is working as contractor or Employee of MPRRDA in the PIU in which
tender is being submitted.
8. Certificate of client that work was satisfactory completed within the given/ extended time
limit should be attached.
9. Technical Bid should be submitted duly page numbered and indexed. Technical Bid
submitted otherwise or any information not found on the page number given in the index
may not be considered.
Other details may be seen in the RFP document for preparation of detailed project report for
upgradation of roads/CDs (constructed under CMGSY) - World Bank financed MPRCP – Nov.
2016.
Chief General Manager
M.P. Rural Road Development Authority
Bhopal
End.No./ 9518/22/D-12/DPR-WB/MPRRDA/17 Bhopal, Date : 01/04/2017
Copy to:
1. Secretary, Ministry of Rural Development, Rural Development Departments
Government of India Krishi Bhawan, New Delhi.
2. Secretary, Public Works Departments / Agriculture Department / Finance Department
Mantralaya Bhopal
3. Commissioners Public Relation, Ban Ganga Bhopal.
4. Engineer in Chief Public Works Departments / Rural Engineering Services, Bhopal.
5. Chief Engineer, Public Works Departments, Jabalpur/ Gwalior / Indore/ Bhopal /National
Highway / Bridge.
6. Managing Director Rajya Setu Nigam, Arera Hills, Bhopal.
7. Chief Engineer, Central Public Works Departments, E-3/4B Arera Colony Bhopal.
8. All Divisional Commissioners
9. All Collectors.
10. Chief Executive Officers, Zilla Panchayat (all).
11. Chief General Manager, MPRRDA, Bhopal-1 & 2, Indore , Jabalpur, Rewa.
12. General Manager Programme Implementation Units all
For information and wide publicity.
Chief General Manager
M.P. Rural Road Development Authority
Bhopal
Instructions to Bidders (ITB) Subject: - Survey investigation and preparation of DPR for the upgradation of rural roads including CDs, constructed under CMGSY (MPRCP) in Madhya Pradesh. 1 INTRODUCTION: - 1.1 The MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY is an agency of Govt. of M.P. Rural Development Department, constituted for implementation of Pradhan Mantri Gram Sadak Yojna and MPRCP in the State. The authority has project implementation units in all the Districts of the State.
1.2 Proposals are invited (technical and financial offers) for providing consultancy services required for Survey investigation and preparation of DPRs for upgradation of rural roads of gravel standards constructed under CMGSY to blacktop standards under World Bank financed MPRCP. The proposal will form the basis for ultimately drawing a contract between your firm and the client.
1.3 Consultant who have successfully completed preparation of DPR of any one project costing more than 50 crores (in case of Rural roads minimum 200 km road length) in any one year during last 10 years are eligible for participation in the tender of packages having road length up to 400 kms.
For packages having road length of more than 400 kms consultants should fulfill the
following qualification criteria ;
(a)should have completed preparation of DPR of a project costing Rs. 100.0 crores or more during a year in last 10 years. or should have completed DPRs of more than 400 kms in a year during last 10 years.
(b)should be in a position to deploy atleast 2 teams at a time on the job and for this purpose he should submit CVs of two Team Leaders, two Pavement Engineers, two Asst. Material Engineer & Environment/ Social impact assessment expert.
(c)Past performance of the consultant, their capacity and work in hand will also be taken into account for award of work. For this purpose consultantshould submit details of the similar
work done in last 10 years, certified financial turnover of last 3 years‟ and work in hand to be completed in next 3 Months
1.3To obtain first hand information of the assignment and local conditions, you are requested to pay a visit to the project siteand to the office of General Manager of concerned PIU, before submitting the proposal. You must fully acquaint yourself of the local conditions and take them into account in preparing your proposal.
1.4Please note that; 1.4.1Cost of preparing the proposal including visitsto the Client's office and the project area, are not reimbursable as a direct cost of the assignment. 1.4.2Client is not bound to accept any of the proposals submitted.
1.4.3JV is not allowed.
1.5 The proposals must be properly signed as detailed below:
1.5.1 By the proprietor in case of a proprietary firm.
1.5.2 By the partner holding Power of Attorney, in case of a partnership firm (A certified copy of the Power of Attorney shall accompany the proposal).
1.5.3By a duly authorised person holding the Power of Attorney in case of a limited company or a corporation (Acertified copy of the Power of Attorney shall acco mpany the proposal). 1.6 A pre bid meeting will be held on .................. toapprise of the prospective bidders, scope of the assignment and clarify the issuesthat might be raised during meeting. Non attendance in pre bid meeting will not be a disqualification for participation in the bids. Minutes of pre bid meeting will be issued and uploaded on the official website (www.mprrda.com). A copy of minutes will also besent through email to the bidders who attended meeting. These minutes will for all purposes will be part of RFP document and treated as such when agreement is drawn.
2 DOCUMENTS : - 2.1 The complete bid document consist of ITB and ; (a) DPR Template
(b) Terms of Reference (TOR) (c) General conditions of contract.
(d) Special conditions of contract. (e) Annexure–I to :
2.2 At any time before the submission of the proposals, the Client may, for any reason, whether at its own initiative or in response to a clarification requested by any consulting firm, modify the Documents by amendment.. The client may at its discretion also extend the deadline for submission of the proposals through an amendment of NIT. The ame ndment will be notified in the official website of the Authority. (www.mprrda.com). No separate communication will be sent to any prospective bidder
3. PREPARATION OFTHE PROPOSAL:- Consultants are requested to submit a technical and a financial proposal. The proposal shall be in English language.
3.1 Technical Proposal
3.1.1 Consultants are expected to examine all terms and instru ctions included in the Documents. Failure toprovide all or any of the requested information will be at their risk and may result in the rejection of proposal. 3.1.2 During preparation of the technical proposal, consultant must give particular attention to the following: - (i)Total assignment period as indicated in the Terms of Reference (TOR). consultant should feel free to make their own assessment considering the requirement of the work as per TOR, including their assessment of the support personnel both technical and administrative. However, the consultant will have to deploy minimum number of key personals as indicated in the TOR. The consultant shall have the complete responsibility for the timely completion of assignment and no additional fee on any account shall be paid for.
(ii)No alternative key professional staff may be proposed and only one C.V. may besubmitted for each position in each team. (iii)The availability of key personnel must be ensured at site during the period shown in the manning schedule; and (iv)A good working knowledge of English and Hindi language is essential for keyprofessional staff. (v)All reports must be in the English language.
3.1.3Your technical proposal shall includebut be not limited to the following:
(i)Firm‟ s organizational, structure and relevant experience (including details of the previous experience and ongoing projects in Annexure-C & D
Complete Profiles of the firm need not to be attached with each bid, if a consultant isparticipating in more than one contract packages. However, CVs. of the key personnel proposedfor each package/team should be attached. (ii)Any comments or suggestions on Terms of Reference. (iii)Description of methodology and work plan for performance of assignment. (iv)Details of equipments, vehicles, office infrastructure, communication facilities, their respective numbers and details of licenses for equipments and software proposed to be used for the assignment; (v)The composition of the proposed team/teams and task assigned to individual members (Annexure-F).The general description of qualification, experience and tasks to be performed by the various experts are given in AnnexureñA.The Consultant should take into account the various stipulations in the Terms of Reference and assign tasks to individual members of the team. (vi)Curriculum Vitae (C.V.)recently signed with date by the proposed key professional staff and also counter signed by an authorised official of the firm.The key information shall be as per the format given in
Annexure-B
(vii)Proposed work programme for the execution of the services, illustrated with bar charts of the activities, Critical Path Method (CPM) or Program Evaluation Review Technique (PERT) type graphics. The composition of the team, the assigned tasks and their timings should be brought out clearly using bar chart and flow diagrams. (viii)Audited P/L A/c and Balance Sheet of last 3 years. (ix)Details of work done in last 10 years in Annexure D. (x)PAN no. and Services Tax no. 3.2 Financial Proposal 3.2.1The financial proposal shall be submitted as cost per km. of road length as detailed in Annexure-E. 3.2.2Financial proposals will include component of key personnel and support staff as well as the lump sum component(i.e. support staff, transportation, equipment, vehicles,communication facilities etc.). 3.2.3The financial proposals shall be preparedto cover the tasks mentioned in the TOR and also the tasks consultant may think should be carried out in order to meet the objective of the project. 3.2.4The financial proposals shall take intoaccount the tax liability and cost of insurance, if any, specified in the TOR. 3.2.5The payment shall be made in Indian Rupees by MPRRDA by cheque. The Bank commission etc. shall beborne by the consultant.
9
4.Submission of Proposals: - 4.1.1Proposal will be sealed inan outer envelope, which will bear the address and information indicated inthe Data sheet. 4.1.2The outer envelope will contain three separate envelopes, one clearly marked, "EMD", second envelope clearly marked as "Technical Proposal" and the third envelope clearly marked "Financial Proposal". 4.1.3The technical and financial proposal mustbe prepared in indelible ink and must be signed by the authorised representatives of the Consultants. The authorization must be confirmed by a written Power of Attorney accompanying the proposals. The personor persons signing the proposal must initial all the pages of the Technical and Financial proposal. 4.1.4The proposal must not contain interlineations or overwriting except as
necessary to correct errors made by the Consultant‟ s themselves, in which cases such corrections must be initialed by the person or persons signing the proposal. 4.1.5Your completed Technical and Financial proposal must be delivered on or before the specified time and date. 4.1.6Your proposal must be valid for 90 days from the closing dateduring which you must maintain available the professional staff proposed for the assignment.
4.1.7The Consultant must submit Earnest Money for an amount as shown in the NIB for the particular package. The Earnest money shall be in favour of M.P. Rural RoadDevelopment Authority, in one of the forms mentioned below: -
1.Demand Draft of any Scheduled Commercial Bank. 2.Fixed/Term Deposit receipt of any Scheduled Commercial Bank (other than Cooperative Bank). 4.1.8The proposal/s not accompanied by proper Earnest Money, will not be opened and shall be returned unopened. 4.1.9Earnest Money of unsuccessful consultants will be returned within 28 days of the end of the validity period of the offer. 4.1.10The Earnest Money of the successful consultants will be discharged/adjusted when consultant has signed the agreement and furnished the required performance security. 4.1.11The Earnest Money may be forfeited a.If the Consultant withdraws the offer after submission during the period of bid validity. b.In the case of a successful Consultant, if the Consultant fails, within the specified time limit,to furnish the required Performance Security and Sign the Agreement; 5Proposal Evaluation: - A two-stage procedure will be adopted in evaluating the proposals; (i)A technical evaluation, which will becarried out prior to opening the financial proposals; (ii)A financial evaluation, 5.1Evaluation of Technical Proposal: - The evaluation committee appointed by the Client will carry out evaluation of technical proposals. 5.2Evaluation of Financial Proposal: - The evaluation committee appointed by MPRRDA will examine the financial proposals. This appointed evaluation committee would determine if the consultant fulfils the required eligibility criteria and both technical and financial proposals are complete. After approval of the competent authority, successful consultant shall be notified. The
10
competent authority reserves, the right to accept or reject any or all the proposals without assigning reason for its decision. 6.Negotiations: - Normally negotiation shall not be conducted, however, in exceptional cases, with the approval of competent authority negotiation may be conducted with the lowest tenderer with a view to withdraw the conditions and reduce the rates. 7.Award of Contract: - 7.1The Contract will be awarded to the successful consultant. Other consultants will be informed that their offers have not been accepted. Successful consultant shall draw agreement with the client in the prescribed form. The consultants shall have to procure stamp paper of required amount to draw the agreement over it. 7.2The selected Consultant is expected to commence the assignment on the date and at the location specified in the RFP Document. 8.Contact Persons: - 1.Smt. Alka Upadhyaya IAS Chief Executive Officer, Ph No. 0755 2572207, Fa x 0755-2573396 E-mail: ceomprrd [email protected] [email protected] 2.Shri A. D. Kapaley Project Director, Ph. No. 0755-2551398 E-mail: [email protected] 3.Shri H. P. Verma Financial Ad visor, Ph No. 0755-2 571562,, 0755-2573396, E-mail: [email protected] 4.Shri A.K Nagaria General Manager (Technical) Ph. No.
0 755-2554522, Mob. 9425673358, E-
mail : [email protected]
5.General Manager of Progr
amme Implementation Units, list attached Annexure-D-1
11
Annexure to ITB- Modified DPR Templates
GOVERNMENT OF MADHAY PRADESH
Department of Panchyat and Rural Development
MP RURAL ROADS DEVELOPMENT Authority
DETAIL PROJECT REPORT FOR
Up-gradation of Rural Roads of Gravel Standards to Bituminous Surface Standards
under MPRCP
Name of Work : - Target Village : - Village Population : - Total Length : - km Flexible Pavement Length : - km Cost of Flexible Pavement :- Rs…lakh Rigid Pavement Length : - km Cost of Rigid Pavement :- Rs…lakh Cost of Maintenance :- Rs…lakh Estimated Cost (except maintenance) : - Rs…lakh Cost per KM (except maintenance) :- Rs…lakh Name of Block :- Name of District :- PIU :-
INDEX
Sl .No. Particulars Page Nos.
A. Chapters
1. Introduction
2. Planning and Basic Design Consideration and Adopted Geometric Design
Standards
3. Topographic Survey.
4. Soil and Materials Survey
5. Traffic Survey
6. Hydrological Survey , if required
7. Design of Junctions
8. Improvement of existing curves of radius less than60M , if possible within
available ROW/ Formation width
9. Pavement Design
10. Design of additional Cross Drainage , if proposed
11. Protective Works & Drainage , if proposed
12. Land Requirement , if any
13. Utility shifting / relocation , if any
14. Traffic Management and Road Safety Measures
15. Specifications
16. Environmental Issues
17. Analysis of Rates
18. Cost Estimate
19. Construction Program
B. List of figures
Figure-1 District Map
Figure-2 Block Map
Figure-3 Key Map showing project road
Figure -4 Transect Walk
Figure – 5 Plan & profile of the existing road showing the radius of existing
curves
Figure -6 Pavement Design Catalogues (IRC SP:72- 2015)
Figure -7 Type design of speed Breaker as per IRC 99-1988
Figure – 8 Type design of different category of signs , km stone & hectometer
stone
C. Formats
Format 1 Inventory of existing road in open area , Built up area & structures as per
Annexure -1, 2 & 3 attached
Format 1
(A)
INVENTORY OF ROAD IN OPEN AREA
Format 1
(B)
INVENTORY OF ROAD IN BUILT UP AREA
Format 1
(C)
INVENTORY OF STRUCTURE
Format 2 Details of proposed additional Cross drainage structures
Format 3 Road Safety Audit Report of the existing facility as per Annexure -4 attached
Format 4 Typical proposed cross section– Flexible Pavement
Format 5 Typical proposed cross section– Rigid Pavement
Format 6 Summary: Cost Estimate as per Annexure -7 attached
Format 7 Cost estimate for Road Construction Works – Pavement Works
Format 8 Cost estimate for additional proposed Cross Drainage Structures
Format 9 Environmental Checklist
Format 10 Details of profile corrective course in the existing carriageway Km wise
thickness to be provided by Consultants in their own developed format
Format 11 Check list for PIU & Third party checking – It does not pertain to the
consultants
D. Annexures
Annexure– 1 List of participants of transit walk
Annexure –
2
Details of traffic count and projected traffic intensity (Traffic count on
Annexure -6 attached)
Annexure-3 Design of Flexible pavement as per IRC SP:72-2015
Annexure-4 Design of Rigid pavement as per IRC SP:62-2014
Annexure-5 Detail of additional works proposed Annexure-6 Format for Traffic count (3 Days) Annexure-7 Cost Estimate Annexure-8 Construction Program
1. Introduction
1.1 Government of Madhya Pradesh has set up a goal of providing all weather connectivity to all its villages by year 2018 in its Vision Document (Madhya Pradesh Drishti Patra).This also includes Black topping of all gravel roads of -------------------villages connected under CMGSY by all-weather roads in next 5 years
Objectives of the project is to upgrade the gravel roads constructed under Mukhya Mantri Gram Sadak Yojana (Chief Minister’s Rural Road Program – hereinafter called CMGSY) to the standards of Black-topped roads. This black top would mean to provide underlying layers of the required thickness and seal them with surface course basically mean bituminous topping of premix carpet, chip seal or any other standard means of surfacing prescribed by Indian Roads congress. Presently surfacing by premix carpet with seal coat is being adopted. At present the roads providing connectivity to villages having population of below 500 in normal area and 250 in tribal area are covered in the program. It is also a key ingredient in ensuring poverty reduction.
1.2 All Weather Road
An all-weather road to be taken up in this program is the one which was constructed up to gravel standard under CMGSY with necessary culverts and cross drainage structures to provide negotiable access throughout the year.
1.3 Core Network
The rural road network required for providing the ‘basic access’ to all villages/ habitations is termed as the Core Network. Basic access is defined as one all-weather road access from each village/ habitation to the nearby Market Centre or Rural Business Hub (RBH) and essential social and economic services. It comprises of Through Routes and Link Routes. Through routes are the ones which collect traffic from several link roads or a long chain of habitations and lead it to a market centre or a higher category road, i.e. the PMGSY Roads or District Roads or the State or National Highways. Link Routes are the roads connecting a single habitation or a group of habitations to Through Roads or District Roads leading to Market Centers. Link Routes may generally have dead ends terminating on habitations, while Through Routes arise from the confluence of two or more Link Routes and emerge on to a major road or to a Market Centre.
CMGSY program had also adopted this core network to take up roads of single connectivity by way of construction of gravel roads as per IRC SP 77 standards. Selected roads out of CMGSY are taken for the project.
The project road -------------------------------------------------is a link road with Route No. -----------In ----------block of -------------District. This road directly connects the habitations of ----------------with populations of ---------. Thus this link road serves the total population of -------------.
1.4 Geography
The district of -------------lies in the ----------region of Madhya Pradesh. It is situated between ---------and ----------North latitude and between -----------’ and ------------ East longitude.
1.5 Climatic Condition
The average annual rainfall of the district is ----------mm. About ----% of the annual rainfall takes place during the southwest monsoon period i.e. June to September only -----% of annual rainfall takes place during winter and about -------% of rainfall occurs during the summer months.
1.6 The Project Road
The road passes through plain or plain & rolling or hilly terrain.(Whichever is applicable). There are Primary school, Anganwadi centre, health centre / sub centre and Panchayat Building near the project road (mention appropriately) There are existing utilities like electric poles (if there, mention appropriately)along the existing road. As the project is only for up-gradation of existing gravel road, additional land will not be required.
District = Block = Road Name = . Road Code = Proposed Package No = Road Length = Start Point = ---------- Longitude and --------- Latitude. End Point = ---------- Longitude and ---------- Latitude.
Sl.No. Name of Habitation benefited
Population connected
Direct Indirect 1 - Total population served - District, block and project road is shown in the following maps. (Fig 1, 2 & 3)
Figure -1
Figure -
Figure –
2. Planning and Basic Design Consideration and Adopted Geometric Design Standards
2.1 Alignment investigation: The project road is recently constructed as all weather roads to gravel road standards under CMGSY after proper study / surveys of the alignment. No change in the alignment is required. The alignment was finalized during CMGSY as per the relevant IRC specifications for Rural Roads (IRC: SP-20:2002). 2.2 Design speed: The road is designed for a ruling speed of 50 kmph, (Minimum speed of 40 kmph) being located in plain area. This is as per the provisions of IRC specifications for Rural Roads (IRC: SP-20:2002). 2.3 Right of Way (ROW) The requirement of ROW for village roads as specified in IRC-SP 20:2002 is as below: Road Classification
Plain and Rolling terrain Open area
Built up area
Rural Roads ( ODR & VR )
15 – 25 M 15-20 M
Against the above requirements, the present R.O.W in open area varies from 10 to 12 m, while in built up area it is 6 to 10 m. Under CMGSY program, no land acquisition is done and the required land is given by the land owners/villagers voluntarily. Keeping in view the likely very low traffic and that too light traffic on such roads, R.O.W of 10 m in open area & 6 m in built up area is considered adequate. The available ROW and formation width is enough to cater the likely traffic on the road. Most of these roads are also not through roads. 2.4 Roadway Width Seeing the low traffic rural roads Under CMGSY are constructed with carriageway width of 3 m comprising of gravel, however in built up area the existing carriageway is only earthen. Keeping in mind that in the roads of only 3 m wide carriageway, shoulders are not only shoulders for pedestrians etc. but also work as carriageway while negotiating vehicles crossing each other as such shoulders are constructed with soil of CBR not less than 12. 2.5 Camber: As per IRC standards, camber of 3.5% has been provided in the carriageway of the existing road. However during the passage of time, the camber is disturbed at some places, the same has been measured with the help of camber Temple at 100 m interval and the details are provided in Format 10. The deficiency shall be make good by providing required profile corrective course with crushed stone GSB.
2.6 Shoulders: In general the available width of shoulders is 1.50 m to 2.25 m on either side in open areas and 1.5 m to 2.0 m in built up areas. Seeing the low traffic volume on the road, the width of shoulders is adequate.
2.7 Cross-drainage structures
Under CMGSY gravel road construction includes construction of all cross drainage structures. After proper site investigation and transect walk conducted on (mention date) --------with the stake holders no additional cross drainage structure is required (if applicable) or additional cross drainage structures (mention appropriately) at the following locations are required :
Chain age in Km
Details of additional requirement with span / size Pipe culvert
Slab culvert
Box culvert Causeway ( vented or Flush )
Minor Bridge
Details of additional proposed cross drainage structures are provided in Format-2 In addition to above stake holders requested to provide sufficient number of gul (Field) culverts throughout the length of the road for irrigation purpose as after construction of the project road the stake holders are having their fields on both side of the road while the tube well for irrigation purpose is only on one side. It is therefore proposed to provide field culverts of 300 mm Ø pipes @ 200 Mt (In agriculture area) through the length to act as utility ducts as per consultation of villagers, farmers and as per requirement.
2.8 Horizontal Alignment: As per the IRC standards, the minimum Ruling radius of 90m (Absolute minimum 60 m) is permissible in plain terrain. The details of the curves in the existing road are as below:
Sl. no. Chainage in km Radius of the curve
Length of the curve
From above it is clear that all the curves are not of radius less than 90 M. As such no extra provision in shape of extra widening is required. Or Curves are required extra widening and the same is being provided.
2.9 Vertical profile: The existing road is in plain terrain and grade change being less than 1% no vertical curve is required and not provided.
2.10 Sight Distance: The sight distance values for village roads as per IRC recommendations (IRC SP 20 Rural road manual) are as below:
Design Speed (km/h) Safe Stopping Sight Distance (m)
20 20 30 30 40 45 50 60 The existing road is in plain terrain & grade change is less than 1%, safe site distance as prescribed by IRC is available all along the road. 2.11 Extra Widening of roadway on curves
As per IRC SP: 20 guidelines extra widening of roadway on curves of radius up to 60 m is provided as below:
Radius of Curve (m) Extra Widening for 3.00 m wide single lane carriageway, (m)
Up to 20 0.9 21 - 60 0.6 Above 60 Nil
Extra widening is being provided as per above.
2.12 Roadway width at cross drainage structures: All along the road, roadway width equivalent to formation width of the road is provided on the cross drainage structures satisfying the standards of IRC.
2.13 Site Photographs- Site photographs at every 200 m and other salient points are given below-
1
2 3 4 5 . 6
2.14 Road Design Brief
Sl. Location Issue Design Solutions
1 Ch. 0.00
The proposed road start from intersection at Ch. Km -----------of NH/ SH / MDR / ODR / VR
-----------------------------------------. (Proper junction is already constructed or not constructed and now proposed. In addition a culvert is required )
2 --------
The Gravel Road has been completed with 6.0 m formation width road and 3.0 m wide carriage way of gravel ( GSB ) having CBR greater than 30 OR crushable GSB of CBR less than 30
----------------------------------------------- ( Being crushable GSB , the same is being replaced by GSB of CBR more than 30% )
3 --------(Built up area)
No crust provided / or mention what is provided
Cement concrete road is proposed in habitation area with proper drains and paved shoulders
Details of crust and other details are provided in Format-1 along with the inventory. 2.15 Transect Walk Summary
Transect walk along the project road was carried out on ----------. List of participants during transact walk is provided in Annexure-1.
Inventory of road & structures is provided at Format – 1 2.16 Road safety Audit Safety Audit of the project road was carried out and the status is provided at Format- 3.
2.17 Checklist
Transect walk done Yes √ No Transect walk summary table included Yes √ No Photographs taken Yes √ No Road safety Audit and mitigation measures included Yes √ No
2.18 The strip plan showing details of findings of transect walk are shown below in figure-4:- Figure-4 Strip plan showing alignment details (Transact Walk) 3. Topographic Survey Topographic survey is done to work out the quantities of profile corrective course before laying base course , quantity of earth work in raising the shoulders and correction of embankment slopes and to see the probabilities of easing the existing curves of radius less than 60 M. Plan & Profile of the project road is provided in Figure-5
4. Soil and Materials Survey
4.1 General Testing of CBR of existing subgrade and sub base layer (GSB) with modified proctor was done following the guidelines of IRC: SP: 20-2002 and IRC: SP: 72-2007 and other relevant IS code. Soil samples of the near by area were also tested to verify the suitability of soil for use in filling the un paved shoulders , as soil of CBR of 12% or more is to be used. Carriageway width being only 3 M, shoulders is not only shoulders but will also work as carriageway during crossing of vehicles.
4.2 Soil sample collection and Testing Soil samples collected along the road alignment. Soil Classification tests like grain size analysis and Atterberg’s limit were conducted for all the samples collected. Modified Proctor test and the corresponding 4 day soaked CBR tests were conducted. The following tests were conducted as detailed below:
• Grain size analysis as per IS: 2720 (Part 4) – 1985 • Atterberg’s limit as per IS: 2720 (Part 5) – 1985 • Standard Proctor density test as per IS: 2720 (Part 7) – 1980 • 4 day soaked CBR test as per IS: 2720 (Part 16) – 1985 with standard proctor 4 day soaked CBR tests by standard proctor were also conducted for the sub grade soil & Sub base GSB samples (three samples per kilometre). 4.3 Analysis of Test Results
The Road is completed up to gravel surface course whose laboratory 4 days soaked average CBR (on standard proctor) test results are summarized in table 4.1
Sl .No.
Chain age Sub grade Gravel ( sub base )
Shoulder material
1 4.4 Coarse and Fine Aggregates
The stone aggregates shall be procured from nearby quarries near -----------Village at about ---- km from road site for WBM base course. The stone aggregates and screening material shall be procured from approved quarries and hot mix plant available in the area for bituminous work, concrete works, other pavement works.
4.5 Sub-soil investigation for bridges
All the CD works are already completed hence no needs for subsoil investigation.
In case some additional structures are proposed, soil investigation results are given here under.
5. Traffic Survey
5.1 General
In the present scenario of up-gradation work, 3 days, 16 hours (5am to 9pm) traffic volume count has been conducted from date -------- to ---------by at chain age km. ------of the project road. The classified volume count survey has been carried out in accordance with relevant codes (IRC: SP: 19-2001, IRC: SP: 20, IRC: SP: 72-2015).The surveys have been carried out with help of trained enumerators manually under the monitoring of Engineering Supervisor. Format for traffic survey is annexed.
5.2 Traffic Data and Analysis
The traffic count was classified into different vehicle category as given below:
• Motorized vehicle comprising of light commercial vehicle, medium commercial vehicle, heavy commercial vehicle, trucks, buses, agricultural tractors with trailers, car, jeep, two wheelers etc.
• Non- motorized vehicles comprising of cycle, rickshaw, cycle van, animal drawn vehicle etc.
Traffic volume count for this project road was done during ---------month which is lean / peak (mention whichever applicable) season for the area. The seasonal variation of two harvesting seasons of 75 days in (IRC-SP-72) each, total 150 days is considered based on local enquiry. Details of traffic survey and design parameters etc. are given in Annexure – 2.
5.3 Traffic Growth Rate and forecast
For whole road length average annual traffic growth rate has taken as 6% over the design life of 10 years of project road.
6. Hydrological Survey
Hydrological Survey is not required as there is no new CD to be built on the sub project road. In case additional cross drainage structures are proposed, give the basis of calculating size etc.
7. Design of Junctions The existing alignment of the project road intersects cross roads and forms junctions. The location of junctions and proposed treatment is given below: Sl. no. Location (km) Type of
intersection Exiting condition
Proposed modification
8. Improvement of existing curves of radius less than 60M , if possible within available ROW/ Formation width : GIVE THE DETAILS AND PROPOSAL
9. Pavement Design 9.1 General
Considering the sub grade strength , projected traffic and the design life, the pavement design for low volume
CMGSY roads was carried out as per guidelines of IRC: SP: 72 – 2015, IRC SP: 77 “Design of Gravel Road”
and IRC SP: 62-2014 “Cement Concrete roads". In built up area for hygienic and safety reasons, Cement
concrete pavement has been proposed with a hard shoulder and appropriate line drain.
9.2 Flexible Pavement Design Approach
9.2.1 Design Life
A design life of 10 years has been considered for the purpose of pavement design of flexible and granular pavements.
9.2.2 Design Traffic
GIVE DETAILS 9.2.3 Determination of ESAL applications
Only commercial vehicles with a gross laden weight of 3 tons or more are considered. The design traffic was considered in terms of cumulative number of standard axles to be carried during the design life of the road. The numbers of commercial vehicles of different axle loads are converted to number of standard axle repetitions by a multiplier called the Vehicle Damage Factor (VDF).An indicative VDF value was considered as the traffic volume of rural road does not warrant axle load survey.
For calculating the VDF, the following categories of vehicles was considered as suggested in paragraph 3.4.4 of IRC: SP: 72 – 2015.
• Laden heavy/medium commercial vehicles • Un-laden /partially loaded heavy/medium commercial vehicles • Over loaded heavy/medium commercial vehicles
Towards, the computation of ESAL applications, the indicative VDF values (i.e. Standard Axles per Commercial Vehicle) are given below:-
Assuming a uniform traffic growth rate rate of 6% over the design life (n) of 10 years, the cumulative ESAL applications (N) over the design life can be computed using the following formula (IRC SP 72, 2015, Para 3.4.4)
N = T0 x 365 x {[(1+ 0.01r)n-1] / [0.01r]} x L Considering Lane distribution factor (L) for Single lane road = 1.0
Cumulative ESAL application (N) = T0 x 4811 x L, Where T0 = ESAL application per day.
The Cumulative ESAL application for the project road as per paragraph 3.5 of IRC: SP: 72 – 2015 is presented below
Vehicle type Laden Un-laden /Partially laden HCV 2.86 0.31 MCV 0.34 0.02
Give details
(Fig-6, IRC: SP-72-2015)
(Fig-7, IRC: SP-72-2015)
9.2.4 Sub grade CBR
The existing sub grade CBR ---% was considered and traffic falling under -------category of IRC SP 72:2015.
9.2.5 Pavement composition The designed pavement thickness and composition will be calculated by referring Figure ------------ (Pavement design catalogue) of IRC: SP: 72 – 2015. Through at present the traffic volume is low. However, the pavement layers are provided as given below, considering the traffic on similar type of BT/sealed village road.
FROM CH ---------- TO --------- M Thickness
Top Layer Premix Carpet with Type B Seal Coat MM Base Layer WBM GRADING-III MM Base Layer WBM GRADING G-II MM
Sub – Base Layer
Existing Gravel Sub - Base MM
Required gravel sub - Base MM Total thickness :- MM
9.3 Rigid Pavement
The design of rigid pavement thickness and composition has been calculated by referring table no. 4.1 and table no. 4.2 & 4.3 of IRC: SP: 62 – 2014. The temperature differential for concrete slab is 190 C. . Give design details
10. Design of Cross Drainage Works
Give details if being provided otherwise NIL 11. Protective Works & Drainage
Give details if being provided otherwise NIL
12. Land Requirement
The project road is already constructed to gravel roads standards under CMGSY and sufficient ROW is already available with MPRRDA as such there is no further requirement of land.
13. Utility shifting/relocation 13.1 Cutting of trees
Required / Not required. (Mention appropriately the no. & location)
13.2 Relocation of Electric Poles / Line / Transformer
Required / Not required. (Mention appropriately the no. & location)
13.3 Relocation of Hand Pumps
Required / Not required. (Mention appropriately the no. & location)
13.4 Relocation of wells Required / Not required. (Mention appropriately the no. & location)
IF ANY ACTIVITY IS REQUIRED PLEASE GIVE DETAILS
14. Traffic Management and Road Safety Measures
The recommendations of the road safety audit have been in corporated and additional provisions as required by the audit during construction would be made accordingly. However at this stage on the basis of transact walk observations road safety measures and signs are provided as required. This is a rural road subproject of small road lengths and emphasis would be made to use locally available materials to the best possible extent like boundary stones, guard stones, km stones cement concrete signage as innovative (wherever required) etc.
14.1 Road Furniture
Road Furniture provisions of the subproject road are given as follows: � Cautionary, mandatory and information signs � KM stones and 200 m stones � Delineators and object markers � Guard post / guard stone, and speed breakers
14.1.2 Cautionary, Mandatory and Informatory Signs
Cautionary, mandatory and informatory signs are provided depending on the situation and function they perform in accordance with the IRC: 67-2001 guidelines for Road Signs. Overhead signs are proposed in accordance with IRC: 67-2001.
14.1.3 Kilometer Stone and Hectometer Stone
The details of kilometer stones are in accordance with IRC: 8-1980 guidelines. Both ordinary and fifth kilometer stones are provided as per the schedule. Kilometer stones are located on both the side of the road. The details of 200 m stones conform to IRC: 26-1967. 200 m stones are located on the same side of the road as the kilometer stones. The inscription on the stones shall be the numerals 2, 4,6 and 8 marked in an ascending order in the direction of increasing kilo meter age away from the starting station. Table 14.1 gives the details of Km. stone and boundary pillars provided.
14.1.4 Delineators and Object Markers
Delineators and object markers are provided in accordance with the provisions of IRC: 79-1981. They are driving aids and should not be regarded as substitutes for warning signs, road markings or barriers. These should preferably be used made of local available materials only.
14.1.5 Guard Posts, guard stone and Speed Breakers
Guard posts are proposed on embankments of height more than 1.5 m and bridge approaches. The spacing of guard post shall be 10.0 m c/c in these areas. Typical Guard post consists of pre-cast (M 15) CC or cut stone post of size 220 mm x 220 mm and a height of 600 mm above ground level. These are to be fixed in ground at depth of 400 mm below ground level. Guard posts / Guard stone to be are painted with alternate black and white reflective paint of 150 mm wide bands. Table 14.2 gives the details of speed breakers. A layout of a typical speed breaker is given below.
Figure 7 - Type Design of speed Breaker as per IRC: 99-
1988
14.3 Checklist for Road Safety Measures Sl Road Safety Checklist
(a) The upper layer of all shoulders of material having minimum CBR 12% compacted to a minimum thickness of 100 mm.
(b) Shoulder side slopes are not be steeper than 2 H: 1 V unless stone pitching of the slope is provided.
(c) Speed breakers as per requirements of IRC: 99-1988 for general traffic.
(d) Speed breakers placed at the threshold of a habitation and at starting point of road.
(e) Within densely populated habitations, a cement concrete (CC) pavement is constructed.
(f) If a shoulder obstruction cannot be removed, hazard markers are installed to mark the Obstruction
(g) Hazard markers are installed at all pipe culvert headwalls.
(h) Hazard markers are installed at crossing causeways and similar CD structures.
(i) Hazard markers are installed at any discontinuity in the shoulder.
(j) Directional sight boards are installed on all sharp curves and bends.
(k) Speed Regulatory sign boards are provided at sharp curves and bends where the curve design speed is less than 40 km/h.
(l) At a main road intersection, signs and pavement markings for speed control on the CMGSY village road would be placed, side road warning signs on the main road and intersection warning signs on the village road shall be installed, and speed breakers on the CMGSY village road are provided as given in the figures (refer IRC: 99-1988).
(m) Guard stones are provided on high embankment (more than 1.5 m) and at outer side of sharp horizontal curve.
(n) Junction with higher category roads to be design properly and flared to provided safe mobility and clear visibility.
15. Specification
15.1 General
The “Specification for Rural Roads” published by IRC on behalf of the Ministry of Rural Development, Govt. of India has been followed along with CMGSY guidelines issued by the State of Madhya Pradesh. Other relevant codes of IRC or IS may also be used wherever necessary.
15.2 Construction Equipment
Construction by mechanical means and simple tools has been considered for the project. For handling of bulk
materials like spreading of aggregates in base courses by mix-in-place method, use of motor grader & tractor-
towed Rotovator has been allowed in line with the schedule of rate for road work under CMGSY. Compaction
of all items shall be done by ordinary smooth wheeled roller if the thickness of the compacted layer does not
exceed 150 mm. It is also considered that, hot mix plant of medium type & capacity with separate dryer
arrangement for aggregate shall be used for bituminous surfacing work that can be easily shifted. A self-
propelled or towed bitumen pressure sprayer shall be used for spraying the materials in narrow strips with a
pressure hand sprayer. Now the tandem /vibratory rollers are also being used for rapid progress.
For structural works, looking to very small quantity of concrete, concrete shall be mixed in a locally available mechanical mixer fitted with hopper.
15.3 Construction Methods
15.3.1 Preparation of earthwork (already done in CMGSY)
. Not required.
15.3.2 Embankment work (already done in CMGSY)
Not required. Extra widening required to maintion ToP of Road way width 5.9m to 6.0m
15.3.3 Sub grade (already done in CMGSY)
Not required. 15.3.4 Sub-base
Provide details in case fresh GSB in place of crushable GSB is being provided otherwise not required
15.3.5 Base
Provide details 15.3.6 Shoulder
Earthen hard shoulder of 12 CBR shall be constructed in layers and compacted to 100% of standard Proctor’s Density. Material of hard shoulder shall be obtained from approved quarry. The shoulder layer shall be laid with base layer of pavement and simultaneously compacted.
15.3.7 Surfacing
Priming and Tack coat – Slow setting bitumen emulsion will be applied as primer on water bound layer. Emulsion shall be sprayed on surface with pressure distributor. Rapid setting bituminous emulsion shall be used for Tack coat. This will be done as per MORD specifications Clause 502 & 503.
Surfacing – Premixed carpet and mixed with equivalent viscosity grade bitumen shall be laid as
surfacing course. 20 mm thick and Type B seal coat is considered for sealing of the premixed carpet. This will be done as per MORD specifications clause 508 & 510.
15.3.8 Rigid Pavement
Rigid pavement of M 30 cement concrete in ------mm thickness has been provided in ----m length from chain age -----to ------ over 150 mm granular sub base in built up / water logged area as per requirement. Road side drain of suitable size and shape (preferably long L type with shoulder or V type in habitation area)
15.3.9 Structural Works
Following grades of concrete are proposed for Structural Works and comply with MORD and IRC specifications: • Cross drainage works already completed. • 300 mm/600 mm diameter pipes proposed for approaches to habitation and for
crossing irrigation pipes and utility services across the road are also proposed on the road.
16 Environmental Issues
16.1 Alignment
The characteristic of the project alignment are as given below:
S.NO Environmental Issue * Explanation
1. Terrain along the road Plain
2. Land use both side of road Mostly agricultural and partially built
up area
3. River or Natural Drain
(if yes, please give Chainage and name )
No river or natural drain is crossed by
Project road.
4. Any pond along the road No pond is located along the road
5. Flooding along the road No flooding along the road
* Should be mentioned as per road condition.
16.2 Environmental Sensitive Area
There no environmental sensitive area like wildlife sanctuary, natural park etc along the road
within 1 km from road.
There is no reserved forest, protected forest or any other forest along the project road or within
0.50 km from the project road.
16.3 Construction Camp
There is no place available along project road. The construction camps will be established away
from forest area, water body and 500 m populated area. The minimum facilities such as water
supply, sanitation, storm water drainage, solid waste management, etc, will be provided during
the construction period of the project. After work completion, camp site will be restored in its
original condition before handover to owner.
16.4 Permit / Clearance required prior to commencing of civil work
• For borrowing of earth for the project road, environmental clearance will be obtained by the
Contractor from District Level Environmental Impact Assessment Authority (DEIAA) /District
Level Expert Appraisal Committee (DEAC).
• If Contractor decides to open new stone quarry, environmental clearance will be obtained
from District Level Environmental Impact Assessment Authority (DEIAA) /District Level Expert
Appraisal Committee (DEAC) or other competent authority as applicable.
• Contractor will procure aggregate, only from approved quarry having valid environmental
clearance.
• Consent to Establish (CTE) and Consent to Operate (CTO) - These will be obtained by the
Contractor for installation and operation of Hot Mix Plant, WMM Plant, Batching Plant (as
applicable) from MP Pollution Control Board.
16.5 Erosion Control
During survey, no erosion prone area has been observed along the road. At the time of
construction activity, if any erosion prone area is observed or reported along the project
road, erosion control measures will be adopted as per ESMF/ECOP. Turfing or stone
pitching (as required) on the embankment slopes and earthen shoulders, rain cuts and sides
of culvert will need to be implemented to prevent erosion of slopes by the contractor.
16.6 Drainage
As per design, hydrological survey and outcome of transect walk, cross drainage structures will be
provided in the project road. The out fall of CD structures will not be on crop field to avoid crop
damage. Irrigation pipe crossing will be provided as per local requirement.
The chainage wise locational details of culverts in the project road are given below:
Sn. Chainage Wise Details Type of CD Structure
1.
2.
In the settlement area along the project road, drains will be provided so that no accumulation of
surface water on the road.
16.7 Use of Material
The effort will be made to use alternative construction material and technology
Cut back bitumen is not proposed in the project to avoid contamination with Kerosene. Bitumen
emulsion, rapid setting and slow setting, is proposed for primer coat and tack coat.
“ Environmental issue in the road shall be mitigation as per ESMF and ECoPs.”
17. Analysis of Rates 17.1 General
Rates for various items of works of the project have been derived from the current Schedule of Rates of MPRRDA with effective from 26/05/14 for Road works and CD works. However the rates not covered under MPRRDA Schedule of Rates are worked out on the basis of MPPWD SOR / current prevailing rates / market rates. Contingency is taken as 3.0%.
17.2 Basic Rate of Material
The basic rates for stone materials, aggregates, hard shoulder material & river bed materials have been taken from local enquiry and execution of other work by department in vicinity
For bituminous materials, basic rate for equivalent viscosity grade bitumen and emulsion are taken from Indian oil corporation refinery or depot.
17.3 Lead for Materials
For stone aggregates and sand, lead from source to work site is calculated from the district map and block level map of core network and finalizing the same in discussion with PIU/PMU. The supply of different materials to worksite is by road. Lead for bituminous & steel materials are similarly obtained using SOR.
18. Cost Estimate
18.1 General
Cost Estimate of project has been arrived on the following basis
• Selection of Items of work • Estimation of item wise quantities • Analysis of Rates as adopted in schedule of rates of MPRRDA.
18.2 Estimation of Quantities
All the relevant road and structure work Items have been identified as per survey, design and drawings. As the project is for up-gradation of rural road, following major item of works considered are given below:
• Pavement works (WBM/WMM and Bituminous layer of 20 mm Premix carpet) • Road safety and furniture, protection works as per requirements • Maintenance Items for 5 Year routine maintenance.
18.3 Abstract of Cost
Unit rates are derived by using the Schedule of Rates of MPRRDA with effective from 26/5/2014 for Road Works and CD works. The abstract of Cost estimate is attached (Format 6 & Format 7).
18.4 Maintenance
Cost of Annual Maintenance for five years after completion of project have been estimated as per the Operation manual Guidelines. Required activities for the routine maintenance are given below. Out of these activities relevant to bituminous road of ordinary repairs shall be done as and when required.
i. Clearing/re-shaping of road side drains.
ii. Pothole filling (WBM & BT).
iii. Filling up edges of asphalt surface.
iv. Dressing of berms, earth work on berms, rain cuts and dressing of earthen embankments, turffing whenever necessary.
v. Re-fixing displaced guard stones, White washing / painting of guard stones, parapets of wheel guards CD works.
vi. Fixing disturbed caution board / Village Name board / Speed limit board, etc.
vii. White washing and painting of trunks of trees.
viii. Cutting of branches of trees etc. obstructing flow of traffic and line of sight, and cleaning wild growth on berms.
ix. Maintenance of catch water drains.
x. Clearance and de silting of cross drains.
xi. Filling up local depressions, ruts, potholes and erosion control (for BT Road)
xii. Painting of Kilometre & Hectometre stones, Logo & Sign Board
xiii. Painting of road markings
Total Cost of 5 year Routine Maintenance Works for subproject road is attached in Format 7.
19. Construction Program
19.1 General
It is very likely that the Construction of the Trench -1 roads will start from -----------. However, the construction program is based for a total working period of 12 months, including raining season considering the program set out by the State. Generally, dry working season of about 8 months are required for construction of CMGSY roads.
19.2 Realistic duration
Details of construction program are shown in the Annexure -5
FORMAT-1 (A) ---- Cont.
INVENTORY OF ROAD IN OPEN AREA
Chain
age from
--- to ---
Availabl
e ROW
in Mts.
Available
Formation
width in Mts.
Average
height of
Embankment in MT's
Availabl
e width
of Carriage
way in
MT's
Average
thickness
of Gravel Layer in
MM
Status of
Camber of
Carriageway( O.K. or
require
Profile correction )
Width of
Earthen
Shzoulders in
MT's (
LHS & RHS )
Edge
drop of
Earthen Shoulders
in MM
Status of
slope of
Embankment ( O.K. or
require
correction )
Distance
of
School Building
, if any ,
from center
line of
road
Distance
of
Anganwadi Center
, if any ,
from center line
of road
Distance
of
Panchayat Bhawan ,
if any ,
from center line
of road
Distance
of
Health Center /
Sub
Center Building
, if any ,
from center
line of
road
Is any
Electric
Pole with in
Formatio
n Width , if yes ,
give
offset from
center
line of
road
Is any tree
( Girth of
60 Cm or more )
with in
Formation Width , if
yes , give
offset from
center line
of road
Is any
Hand
Pump with in
Formation
Width , if yes , give
offset from
center line of road
Is any
House /
Other Structure
of a private
person with in
Formation
Width , if yes , give
offset ,
length &
name of
owner
from
center line
of road
FORMAT 1 (B)
INVENTORY OF ROAD IN BUILT UP AREA Chain age from
– to ---
Availbale
ROW in
MTs
Available
Formation
Width in
MTs
Width of
Carriage way
in MtS
Existing
Pavement type
( Gravel /
Concrete / Brick
Soling ) if any
Thickness of
existing pavement
, if any in MM
Status of
Shoulders (
Paved or
Earthen )
Width of
Shoulders (
LHS / RHS )
in MTs
Status of side Drains (
exist or not ) IF EXIST
THEN type of Drains
and Length in MTs ( LHS
/ RHS )
FORMAT – 1 (C) INVENTORY OF STRUCTURE
ROADS PROPOSED IN CMGSY FOR RURAL CONNECTIVITY(PAVEMENT LAYERS)
Chain age
in Km
Pipe
Culvert
with Dia &
no of
Rows
Slab
Culvert
with Span
in Mt
Box
Culvert
with cell
size in Mt
Vented
Causeway
with pipe
dia and no.
of Rows
Flush
Causeway
Minor
Bridge with
Span
Arrangement
in MTs
Status of Retaining wall if any ( type
ie CC / Brick ) and height in MTs.
ROADS PROPOSED IN CMGSY FOR RURAL CONNECTIVITY (CROSS DRAINAGE STRUCTURE) FORMAT : 2
DISTRICT: ………………………………
S.
No
Nam
e of
blo
ck
Nam
e of
Road
Exis
ting o
r pro
pose
d
Road
length
(K
m) EXISTING CD STRUCTURE BY TYPE
DETAIL PROPOSED CD STRUCTURE BY
TYPE
TO
TA
L C
OS
T O
F P
RO
PO
SE
D
CD
ST
RU
CT
UR
E
TO
TA
L C
OS
T O
F
PA
VE
ME
NT
(In
lA
KH
)
TO
TA
L C
OS
T O
F T
HE
RO
AD
HUME PIPE
CULVERT
BOX/ARCH
CULVERT
MINOR
BRIDGE/CAUSE
WAYS
HUME
PIPE
VENTED
Cause
way
Slab
Culvert FCW
Box
Culvert
No.
DIA
(MM) No. Length No. Length
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19
Existing
Proposed
FORMAT - 3 Road Safety Audit Report of the existing facility
• BUILDING OBSTRUCTING SITE DISTANCE ( GIVE DETAILS WITH DISTANCE FROM
CENTER LINE OF ROAD ) :
• ANY OTHER OBJECT ( TREE / POLE / ETC ) OBSTRUCTING SITE DISTANCE ( GIVE
DETAILS WITH DISTANCE FROM CENTER LINE OF ROAD ) :
• DETAILS OF SHARP CURVES , IF ANY , REQUIRING SPEED SLOW DOWN
MEASURES :
• DETAILS OF JUNCTIONS REQUIRING DEVELOPMENT OF JUNCTION ( FLARING OF
INNER & OUTER EDGES ) & SIGNS :
FORMAT - 4
Typical proposed cross section– Flexible Pavement
FORMAT - 5 Typical proposed cross section– Rigid Pavement
FORMAT – 6 Abstract of cost Abstract of cost be worked out as below
a. Cost of Pavement as per Annexure :
b. Cost of structures :
c. Total Cost of Works :
d. Cost of ESMF :
Add Physical contingency @ 3 % of Cost ( e ) :
Add Extra @ 1% for tier one quality control of Cost ( e ) :
Add Extra @1% for Labor Cess of Cost (e ) :
Grand Total Cost :
Cost for five years Maintenance :
FORMAT – 7
Cost estimate for Road Construction Works – Pavement Works
DETAILED COST ESTIMATE FOR ROAD CONSTRUCTION
Road
Name :- BLOCK
:-
Packag
e No MP-
Length of
Road (M) :-
DISTR
ICT :-
S.N
o.
SO
R
No
DESCRIPTION OF ITEMS No
s
L(m
)
B(
m) D(m)
UNI
T
QUAN
TITY
RAT
E
(Rs.)
AMOU
NT
(Rs.)
REM
ARKS
FORMAT-8
Cost estimate for additional proposed Cross Drainage Structures
Road Name:
S.No/ SOR No Description No. Length Breadth Depth Quantity Rate Unit Amount
Format-9 RURAL ROADS: ENVIRONMETNAL CHECKLIST
Road Name.- Block Name:- District Name:- Total length of the road:- A.) Climatic Conditions
Temperature High - Low -
Humidity High - Low -
Rainfall mm/year
Rainy Season June To October
B) Location of the Road-
Type of ecosystem Yes No Explanation
Coastal Area Distance from coastline --------------Km.
Mangrove (along road side)
(___________) More than 50%
(___________) Less then 20%
Hilly/ Mountainous area (Explain the topography of the area and how many Km. of the road area located in the hilly area)
Altitude_______________ m
Forest Area (Explain whether the road passes through the forest area what is the length of the road that passes through or located along the forest area and distance from road shoulder the forest area)?
Density/ Vegetation ----------------- Coverage---------------- Type of Vegetation----------------------------- ------------------------------------------- Legal Status of the forest area ----------------------------------------------- (Reserved, National Park Sanctuaries Unclassified etc)
Lake/ Swam (Explain the distance of the road shoulder from the edge of the lake)
Size of the Take-------------------------------------- Status of the Take----------------------------------
(Protected or Unprotected)
Inhabited area
Agricultural Land
Barren Land
Flat Area
C. Description ot the Road Environment
Parameter/ Component Yes No Explanation
Is the area along the project road porn to landslide problems?
Is the area along the project road prone to flooding problems?
Along the road and within 500 m of the road shoulder, is there any area with natural habitat?
(_______) No Secondary information available and local community is not aware of this matter
Along the road and within 500 m of the road shoulder, is there any species of flora and fauna that is classified as endangered species?
(_______) No Secondary information available and local community is not aware of this matter
Along the road and within 500 m of the road shoulder, is there any faunal breeding ground?
(_______) No Secondary information available and local community is not aware of this matter
Along the road and within 500 m of the road shoulder, is there any bird migration area?
(_______) No Secondary information available and local community is not aware of this matter
D- Impacts and proposed Mitigation Measures ( Describe concisely the potential impacts and indicate the proposed mitigation measures by referring to the number of the Environmental Management Standard ECOP in the main test)
Potential Environmental Impacts With the Project cause-----
Yes No MITIGATION MEASURES
Encroachment on historical/ cultural areas?
Disfiguration of landscape by road embankments, cuts, fills, and quarries?
Encroachment of precious ecology (e.g. sensitive of protected areas)?
Alteration of surface water hydrology of waterways crossed by roads, resulting in increased sediment in streams affected by increased soil erosion at construction site?
Deterioration of surface water due to sanitary wastes from worker based camps and chemicals and chemicals used in construction?
Inconvenient environmental condition due to poor sanitation and solid waste disposal in construction camps and work sites?
Inconvenient Environmental condition due possible transmission of communicable diseases from workers to local populations?
Deterioration of surface water quality due to silt runoff?
Increased local air pollution due to rock crushing, cutting, and filling works. And chemicals from asphalt processing?
Noise and vibration due to blasting and other civil works?
Inconvenience due to land slide of erosion?
Dislocation or involuntary resettlement of people?
Other social concerns relating to inconveniences in living condition in the project areas that may trigger cases of upper respiratory problems and stress?
Creation of temporary breeding habitats for mosquito vectors of disease?
Accident risks associated with increased vehicular traffic leading to loss of life?
Inconvenience due to transportation of construction materials?
E) Public Consultation
Consultation Activities Yes No Remarks
Consultation with local community was conducted before finalizing the alignment? (provide the issues raised by the community)
(Mention appropriately forever the issues have been taken care during CMGSY gravel road construction. Community is happy to get a black topped road)
Any suggestion received in finalizing the alignment
If suggestion received do they get incorporated into design?
F) Permit/ Clearance Required Prior to Commencing Civil Work
Type of Permit/ Clearance Yes No Remarks(recommended time to apply for the permit / Clearance)
SPCB-Non Objection Certificate Before erection of Hot mix plant
Forest Department Not required
MOEF Not required
For water extraction Not required
For Quarry Before laying of WBM
For Disposing Spoil Materials Not required
Other (Describe the the remarks column) Not required
FORMAT-10 Details of profile corrective course in the existing carriageway Km wise thickness to be
provided by Consultants Social Screening report: Consultant shall prepare the following information on the basis of
detailed engineering designs & transact walk:
Chainage
Name
of
village
Existing formation
width ( from center
line )
LHS RHS
Additional land
required (from
center line )
LHS RHS
Type of
Loss
(land,
structures,
trees)
Remarks
b. Land Requirement and Impacts
General:
The existing road is a gravel road and to be upgraded to bituminous surface
standards. The findings are as below :
Sufficient land width is available: (Y/N)
can be undertaken with no or minimal land donation:(Y/N/ or No land
required)
is there any unauthorized occupation (encroachment or squatters)within in
the available ROW: (Y/N)
If Y, what are the objections and which are the locations of encroachers /
squatters (chainage wise) if any?
c. Proposed ROW:
The project road is a gravel road and to be upgraded to bituminous surface
standards. It would be carried out within the existing formation width / ROW or
Some land will be required. The proposed ROW varies depending upon the
embankment height, requirement of ROW in stretches of open and habitation area
is as below:
Open area
Open area
Shoulders
At culvert
locations /
bridge
d. Additional land requirement
The required Right of Way (ROW) for this formation width is already available.
Certificate of ground verification from the head of PIU indicates available ROW (if any)
as below:
Location/chainage Additional land (in m)
e. Summary of impacts
Impact Details (if there are any impacts)
Total number of HH (house holds) affected
Total number of Titleholders
Total number of Non-Titleholders
Total number of vulnerable HH affected
due to proposed project
Total number of community Property
Resources affected
TERMS OF REFRENCE (TOR)
PREPARATION OF DETAILED PROJECT REPORT FOR UP-GRADATION OF RURAL ROADS OF GRAVEL STANDARDS CONSTRUCTED UNDER CMGSY TO BITUMINOUS SURFACE STANDARDS UNDER PROPOSED
WORLD BANK FINANCED MP RURAL CONNECTIVITY PROJECT
Government of Madhya Pradesh (GOMP) through the Madhya Pradesh Rural Roads Development Authority (MPRRDA) intends to up-grade selected rural roads of gravel standards constructed under CMGSY to a bituminous surface standards under proposed World Bank financed MP Rural Connectivity Project.
2. OBJECTIVES:
The broad objective of the above assignment is to prepare detailed project report (DPR) as per the prescribed format, which includes: -
• Topography survey of the existing road (10 M on either side of the center line) is provided.
• Preparation of Plan & Profile of the existing road including details of horizontal
and vertical curves, showing clearly the radius, deflection angle, super
elevation, etc.
• Inventory of the existing road (in open area and in built up
area separately)and of the existing structures is provided.
• Proposal for additional cross drainage structures, if any required, along with the hydrological analysis supporting the location, proposed waterway and type of structure. Design of the proposed structures based on the latest version of relevant IRC codes / standards / guidelines is also provided.
• Proposal for replacement / repairs / major maintenance of existing weak / damaged cross drainage structures is provided.
• Proposal for improvement of existing horizontal curves of radius less than 60 M within existing ROW/Formation width wherever possible, otherwise mitigation measures like extra widening at curves and proper safety measures etc. is provided. Proposal for improvement of vertical curves, if any required, within the yardsticks /permissible limits prescribed by the latest relevant IRC Code for rural roads / hill roads is also provided.
• Pavement design on the basis of 10 years design life after assessing the present traffic intensity, CBR of the existing sub-grade& CBR and thickness of the existing sub base layer (GSB) is provided.
• Road safety audit of the existing road along with proper study for identification of black spots in the existing road be conducted. Remedial measures based on the best industry practices for mitigation of the likely safety issues is provided.
• ESMF (Environment & Social Management Frame work)for the proposed up-gradation works as per the prescribed format ,the guidelines of MOEF / State Govt. and World Bank guidelines for moderation / mitigation of any adverse social and environmental impact is provided.
• Plan & Profile of the proposed road after accommodating all the proposed
modifications in the existing road , if possible within the available ROW /
formation width , like improvement of horizontal & vertical curves , additional
cross drainage structures , improvement of gradient after providing the additional
crust required for bituminous surfacing ,necessary measures required for
mitigation of safety issues etc. is provided.
• Preparation of details of measurements, bill of quantities, rate analysis, cost estimates and specifications of the proposed works is provided.
3. SCOPE OF CONSULTANCY SERVICES:
Framing strategy and detailed engineering proposals for the up-gradation of existing gravel road to bituminous surface standards and cost estimates as per prevalent IRC standards. The scope of services shall cover the following major tasks but shall not be limited to: 3.1 Transact walk and consultation: While commencing with the preparation of the
DPR, the consultant & PIU will hold consultation with the local community through the mechanism of the Gram Panchayat in order to determine the deficiencies in the existing facility and moderation / mitigation of any adverse social and environmental impact. The Transect walk shall be undertaken by the Consultant, accompanied by the Assistant Manager of MPRRDA, after adequate advance publicity along with the following staff of the Consultants and stake holders:
(i) Highway Engineer
(ii) Surveyor with measuring tape (iii) Supervisor with tools for measuring thickness of gravel, camber of carriageway (camber
template) etc. (iv) Sarpanch / Pradhan of Village /s and local persons as per availability
(v) Representatives of SC / ST community
(vi) Female representative of the area.
During the transact walk, due opportunity shall be given to interested persons to put forward their point of view. During transact walk following information shall be collected :
• Prepare carefully the plan of the existing road showing all details, fill annexures - 1 , 2 , 3
& 4 ( formats attached ) and also list out additional requirements of the road users / stakeholders as per the discussions during transact walk and based on the site inspection. For guidance Annexure - 5 may be referred.
• The detailed information gathered during the transact walk shall be compiled along with relevant site photographs and documented by the Consultants and signed by the members of transact walk. A copy of this document shall be attached to the DPR.
• The Consultant shall prepare environmental and social check list based on site visit and
same shall also be attached to the DPR.
3.2 Topography survey: The consultant shall conduct detailed topography survey of the
existing road (10 M on either side of the center line) with the appropriate instruments / equipment as per applicable standards which are the necessary inputs for refinement of the geometrics, required if any, in the alignment of the existing road.
3.3 Field survey / investigation: The consultant shall conduct field surveys and investigations which are the necessary inputs for the engineering design in particular and the entire DPR in general, as per the applicable standards. These field surveys and investigations include the following but not limited to:
a. Traffic survey: This shall be the traffic count along the existing road segment at the start and end locations agreed with the Client. The Traffic count shall be done for three consecutive days from 5am to 9 pm. The traffic survey shall be conducted in the form attached in annexure 6. The same shall be converted to 24 hours survey after applying suitable factor assessed on the basis of feed back gathered from the residents of the beneficiary village / habitation for the traffic from 9pm to5am. The average daily traffic so worked out is modified by applying appropriate seasonal factor best suited to the village roads in consultation with the client and available guidelines under PMGSY.
b. Geotechnical / Material survey: i. The consultant shall carry out the required
tests with standard proctor to work out 4 days soaked CBR of the existing sub-grade and sub-base and layer (GSB) as per applicable standards. Minimum of one sample per Km shall be tested and average of all the tests of the road shall be taken for the design of the pavement. Less than 300 RM length be ignored. Length more than 300 RM be treated as one Km for CBR testing. In some roads no works is done in habitation area, new cement concrete pavement is to be provided in habitation area of such roads. In such roads CBR (4 days soaked with standard Proctor) will have to be worked out at one location in each habitation area. CBR test shall be conducted in the
laboratory approved by General Manager and test results should be attached with DPR ii. The consultant shall identify suitable borrow areas along the existing road for borrowing earth required for widening of embankment / filling shoulders after conducting necessary tests required as per applicable latest IRC standards. iii. The consultant shall identify the quarries for procurement of stone aggregates / coarse sand etc. available with minimum possible haulage after conducting necessary tests required as per applicable latest IRC standards.
c. Hydraulic / Hydrologic survey: i. on the basis of transact walk , profile of the existing road and feed back from the locals, the consultant shall identify the additional need of cross drainage structures including their location , if any. ii. The consultant shall carry out the hydraulic study of the structures for assessing the required waterway and type of structure. The proposed cross drainage structures (pipe culverts / slab culverts / Box culverts / Causeways etc.) shall be as per relevant IRC standards & Specifications.
3.4 Engineering design:
a. Geometric Design
i. Formation, carriageway and shoulder design: Carriageway width shall be 3 m (both in
open as well in built up area) and formation width as 6m limiting to 5.90 m in special cases
without extra widening of the embankment however in case the extra widening of the
embankment is possible with the minimum possible cost, formation width be kept 6 m. In cases
widening of embankment to have a minimum formation width of 5.9m / 6m is a costly affair, crust
building for making the road to bituminous surface standards be made by trenching / boxing of
the present formation in consultation with the client. The proposed improvements must meet the
technical specifications and geometric design standards given in the Rural Roads Manual of the
latest version of IRC (IRC: SP20) and also, where required, the Hill Roads Manual (IRC: SP:
48).Carriageway width being only 3m, shoulders will not act as
only shoulders but as pavement also in cases of vehicle
crossings, therefore shoulders are provided with
In no case the length of the project road be increased
irrespective of the fact that over the years limit of the built up area (Abadi) of the
village is extended.
ii. Horizontal alignment design: On the basis of available ROW, height of embankment and
formation width, the consultant shall rectify / remove / moderate the deficiencies in the geometrics of the existing road to the best of the IRC village roads standards, if required and feasible with the least additional cost.
iii. Vertical alignment design: The consultant shall modify the vertical profile of the existing
road to the best of the IRC village roads standards, if required and feasible with the least additional cost. Special focus is kept at the junctions of slab / box culverts and causeways.
b. Pavement design:
i. Traffic analysis: Traffic intensity is projected for 10 years on the basis of 3 days
average traffic counts. Growth factor is taken as 6 percent per year or as per PMGSY guidelines in consultation with the client.
ii. Pavement design : The consultant shall design the pavement on the
basis of traffic intensity and CBR of the existing sub grade layer as per relevant IRC standards for village roads. Choice of pavement design and surface for the road would be determined, inter alia, by factors like traffic density, soil type and rainfall, following the technical specification laid down in the latest version of Rural Roads Manual (IRC:SP20). Proposed roads being low traffic volume roads, crust thickness be provided minimum to one layer of G-2, G-3 (75 mm thickness compacted) each of G-2 & G-3 with 20 mm thick bituminous premix carpet with appropriate seal coat. For roads having more traffic intensity, will be designed as per requirements. Wherever local materials, including Fly Ash, are available, they should be prescribed subject to adherence to technical norms and relevant codes of practice to use local materials and specially Fly Ash.
The road in the built-up area and 50 meters on either side may be appropriately designed
soil of CBR not less than 12percent.
preferably as Cement Concrete Road along with paved shoulders (Cement Concrete / Concrete paver blocks) and side drains with proper outlet.
c. Drainage design:
i. Longitudinal drainage: The consultant shall design the proper drainage system in built up areas after identification of proper outlet. Deep drains be avoided being safety
threats to the small children of the village. Only “L“ type drains be proposed in the built-up (Abadi) area of the villages.
ii. Cross drainage: The consultant shall design the cross drainage structures as per the
latest IRC codes / standards. iii. Other like disposal of surface flow: The consultant shall propose suitable measures for the
protection of embankment from the adjoining water bodies along the road, if any. d. Road safety design: On the basis of road safety audit the consultant shall make / provide
necessary measures for mitigation of safety threats to the road users. Connectivity to
public Government building : All Government Public buildings like school, Aganwadi centre, Panchyat Bhawan, Health Center / Sub center/veternary hospital/center located with in a distance of 50m from the centerline of the project road be provided connectivity with the project road with cement concrete / concrete paver block pavement of 3 M wide carriageway and 1 M wide shoulders on either-side. Formation height be kept seeing the HFL of the area as per the relevant IRC codes.
e. Integration of social and environmental measures into the design: On the basis of the
findings of the transact walk, consultant shall integrate all social and environmental measures, if required any, into the design.
3.5 Details of measurements, B.O.Q., rate analysis. Specifications and cost estimates: After
assessing the details of work to be executed for the up gradation of the existing rural roads of gravel standards constructed under CMGSY to a bituminous surface standards, consultant shall prepare the details of measurements for each item and work out the cost based on the prevailing schedule of rates of MPRRDA. For items not covered by schedule, the same be worked out by the analysis based on prevailing market rates. Specifications adopted for PMGSY shall be taken for the proposed works.
3.6 Drawings: Consultant shall provide following drawings in the DPR:
a. Horizontal alignment layout and vertical profile
b. Typical cross sections
c. standard traffic sign ages and lane markings
3.7 ESMF: ESMF shall comprise the following safe guard instruments;
a. Environmental Management Framework (EMF) and social frame work.
b. ESMF and ECOP (Environmental Codes of Practice) shall be followed by DPR Consultant for addressing specific environmental aspects in DPRs.
3.8 Consultant shall:
i. Conduct existing pavement condition survey and road inventory.( annexure1&2attached) ii. Study and assess adequacy of drainage system.
iii. prepare Inventory and detailed condition surveys for bridges and other cross drainage structures.( annexure 3attached)
iv. Conduct Road safety audit of the existing facility with identification of black spots
including remedial measures of the same. ( Annexure-4 be referred)
v. assess requirement of additional works, details in Annexure-5 (attached) may be referred.
vi. Identification of sources of construction material. Conduct a
detailed soil and material survey for ascertaining the
availability and suitability of road construction material.
(Attach quarry charts etc.)
vii. Carry out detailed engineering design for the structures and all
vented / flush causeways, if proposed as additional structures,along the project corridor. Conduct sub-soil investigations pertaining to the structures as follows:
(a) For slab/ box culvert one trial pits each.
(b) Vented causeways and bridge 2 trial pits each. (c) If exposed rock is available, no trial pit is required.
4. Social Screening report: Consultant shall prepare the following information on the basis of detailed engineering designs & transact walk:
Name Existing formation Additional land Type of Remarks
Chainage of width ( from center required (from Loss
village line ) center line ) (land,
LHS RHS LHS RHS structures,
trees)
b. Land Requirement and Impacts
General:
The existing road is a gravel road and to be upgraded to bituminous surface standards. The findings are as below : Sufficient land width is available: (Y/N)
can be undertaken with no or minimal land donation:(Y/N/ or No land required) is there any unauthorized occupation (encroachment or squatters)within in the available ROW: (Y/N)
If Y, what are the objections and which are the locations of encroachers / squatters (chainage wise) if any?
c. Proposed ROW: The project road is a gravel road and to be upgraded to bituminous surface standards. It would be carried out within the existing formation width / ROW or Some land will be required. The proposed ROW varies depending upon the embankment height, requirement of ROW in stretches of open and habitation area is as below:
Open area Open area Shoulders At culvert locations / bridge
d. Additional land requirement The required Right of Way (ROW) for this formation width is already available. Certificate of ground verification from the head of PIU indicates available ROW (if any) as below: Location/chainage
e. Summary of impacts Impact Total number of HH (house holds) affected Total number of Titleholders Total number of Non-Titleholders Total number of vulnerable HH affected due to proposed project Total number of community Property
Resources affected
Details (if there are any impacts)
Additional land (in m)
f. Outcomes of Consultation/ Incorporation in Design
i) Issues raised, suggestions by the community
ii) Response by PIU/PRI: iii) Key suggestions, incorporated into design/not incorporated into design (present the status in table form)
iv) Conclusion by PRI representatives
5. PREPARE REPORT ON PROJECT PREPARATION IN FOUR VOLUMES AS FOLLOWS: (Both in hard and soft copies)
(a) Main report covering the methodology, details of all field surveys traffic analysis and investigations, details of proposed improvement etc.
(b) Design report covering design pavement and bridge/CD structures etc. as also details of materials surveys conducted by consultants.
(c) Bill of quantities and detailed cost estimates.
(d) Drawing folder containing detailed engineering drawings for all proposed new /
improvement work as recommended by the relevant IRC standards for roads, bridges and cross drainage structures.
(e) Analysis of rates for items not covered by schedule of rates of MPRRDA. (f) Detailed report relating to source of construction material, location lead etc.
6. SPECIFICATIONS:
The specification for the various items of works should be as per the latest versions of "Specifications for Rural Road" issued by Indian Road Congress (Aug- 2004). IRC-SP 19 Manual on Survey Investigation of Preparation of Road Project IRC 20 manual of Rule location, Design construction and Maintenance of Rural Roads. IRC SP 54 “Project Preparation Manual for Bridges” and "Manual of Rural Roads" SP-20 issued by I.R.C.
7. REPORT AND DOCUMENTS:
The consultant will be required to submit the following reports and documents (Both hard copy and soft copy and in the number of copies indicated against each):
i) Draft detailed Works Program within 10 days from the date of receipt of work order, based on the reconnaissance and condition surveys etc. in two copies.
ii) Progress report with adequate details indicating the physical progress of various
items of works: Each month to be submitted latest by the 10th
of following month in two copies.
iii) Draft detailed project report in four volumes in two sets within two months of start of work.
iv) Final detailed project report to be submitted within 15 days of the receipt of comments of the MPRRDA(client)on the draft report in four sets.
v) Detailed Draft / Final Project Report shall be submitted on World Bank Format (
sample copy attached )
8. Obligations of the client i) GM PIU on receipt of detailed work program will provide comments with in 3 days. In
case no comments, nil report will be provided. In case no comments are received within the
specified period from GM, MPRRDA the work program submitted by the Consultants shall be treated as approved by the client and consultant shall go ahead.
ii) GM PIU will give comments on draft DPR within 15 days after receipt of the draft DPR.
In case no comments are received within the specified period from GM, MPRRDA the reports submitted by the Consultants shall be treated as approved by the client and consultant shall go ahead and submit reports within specified time frame.
9. PROPOSED TEAM
The consultant shall be required to form a team of experts for this assignment. The
consultant‟ s team shall be manned with adequate number of experts having relevant
experience in the similar assignments. List of key personnel to be fielded by the consultant is given below.
1. Team Leader cum Highway Engineer – 1 Team Leader for package up to 400 km road length. 2 No. in case of package more than 400 km road lengths.
2. Pavement Engineer --- 1 No. for every 400 km. road length 3. Asst. Material Engineer --- 1 No. for every 400 km road length.
4. Environmental / Social Specialist ---- 1 No. for every 400 km road length 5. Adequate number of surveyors & other staff so as to complete the job in
prescribed time limit.
Team leader cum Highway Engineer shall be stationed at the head quarter of PIU and shall always be in touch with GM, PIU.
10. DURATION OF SERVICES
Total time period is three months. You should feel free to make your own assessment considering the requirement of work output in terms of TOR including your assessment of support personnel both technical and administrative and submit your proposal accordingly. The final reports, drawings and documentation shall be completed
within this time schedule from the date of signing the agreement between the client and the consultant. Scheduling of the work within this period is indicated below which should be adhered to.
14
Submission of Period i.e. date of signing the agreement
(For first 400 Km. road (For road length in excess
length) of400 Km)
Detailed work program 10 days 20 days
Detailed Draft Project 2 months 3 months
Report
Final Project Report Within 15 days of receipt Within 15 days of receipt
of comments on Draft of comments on Draft
DPR with a maximum of DPR with a maximum of
three months. four months
11. PAYMENT SCHEDULE
Payment schedule for performing the work shall be as follows: -
(i) On acceptance of work program (10 days) 20%
(On submission of B.G. valid for 6 months)
(ii)On submission of draft project report 50%
(iii) On Acceptance of final Report 30%
12. RESPONSIBILITY FOR ACCURACY OF PROJECT PROPOSAL
The consultant shall be responsible for the accuracy of the data collected, and the designs drawings and estimates prepared by him as a part of the project. He shall indemnify the client against any inaccuracies in the work which might surface out at the time of ground implementation of the project, including setting out and for this purpose he shall furnish bank guarantee as performance security for an amount to the extent of10 % (Ten) of total consultancy fee to be received by him. In such cases consultant will be responsible to correct the drawings including resurvey investigation as required. The Bank guarantee shall be valid for a period of 18 months from the date of submission of the final detailed project report. If during the above period the required corrections as directed by GM PIU are not done by consultant in given time frame, the cost of such corrections shall be recovered from the consultant.
13. Performance security – The amount of performance security shall be 10% of the estimated consultancy fee which may be deposited in the form of: -
� Demand draft
� TDR of scheduled commercial Bank (other than Cooperative Bank).
� NSC pledged in favor of GM, PIU.
� Bank Guarantee of scheduled Commercial Bank valid for 24 months. This performance security shall be released after 18 months of the completion of Job.
14. Penalties
In case, delay in satisfactory completion of services occurs due to consultant beyond the stipulated period, the consultant shall be liable to pay penalty @ 0.5% per calendar day
15
subject to maximum of 10 % of contract sum. In case of delay beyond 30 days, DPR will not be acceptable and in addition to penalty amount payment already made to consultant shall be recoverable. Decision of CEO, MPRRDA in this regard shall be final.
Ministry of Road Transport and Highways has issued & Circular, which was, published in Vol. 30 No.1 January 2002. Annual numbers of Indian Highways "Deterrent Action against Erring Empanelled Consultants." The action may be initiated against the erring consultants as per procedure laid down in the said circular.
15. Additional Services The consultants shall provide any additional services on the request of client on mutually agreed terms and conditions.
16. Insurance to be taken out by the Consultant: ( i ) The risk and coverage shall be as follows: -
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 consultant or their personnel for the period of the consultancy.
Employer‟ s liability and worker‟ s compensation insurance in respect of
the personnel of the consultant and of any sub consultant, in accordance with 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
(ii) The consultant or their personnel, if found to be involved in the gross negligence or willful misconduct, which cause damage to the interests of the Authority, they shall be liable to the damages. They or their personnel can also be subjected to the penal action under M.P. Vinirdishtta Bhrashta Acharana Nivaran Adhiniyam 1982.
(iii) Subletting of work is not permissible. Violation of this condition shall be
treated as breach of contract and dealt with as such.
16
GOOD PROJECT REPORT
GIVES GOOD PRODUCT
MP RURAL CONNECTIVITY PROJECT
IDENTIFY YOUR ROAD ( DESK STUDY OF CORE NETWORK )
2. START POINT • TAKING OFF FROM ROAD ( KM & NO OF NH /SH /MDR /ODR ) :
OR EXTENTION OF VILLAGE ROAD / PMGSY ROAD ( GIVE NAME ) :
• START POINT IN OPEN AREA OR BUILT UP AREA : 2. END POINT • TERMINATING AT VILLAGE BOUNDARY : • IS THERE ANY RIVER AT VILLAGE BOUNDARY ( NAME ) : • RIVER IS BRIDGED OR NOT : • MEETING ANOTHER ROAD ( GIVE KM & NAME ) :
KNOW YOUR ROAD • Name of Road : • Length of Road : • Name of Block : • Name of District: • TYPE OF DISTRICT ( TRIBAL / GENERAL ) : • NAME & POPULATION OF BENEFICIARY VILLAGE/S :
SL.NO. NAME POPULATION ( 2011 CENSUS )
TRANSACT WALK
(TRANSACT WALK IS KEY OF GOOD PROJECT REPORT )
CARRY OUT TRANSACT WALK PROPERLY WITH CARE BY WALKING ON FOOT WITH : • HIGHWAY ENGINEER • SURVEYOR WITH MEASURING TAPE • SUPERVISOR WITH TOOLS FOR MEASURING THICKNESS OF GRAVEL ,
CAMBER OF CARRIAGEWAY ( CAMBER TEMPLATE ) ETC. • SARPANCH / PRADHAN OF VILLAGE /S • LOCAL PERSONS AS PER AVAILABILTY • REPRESENTAION OF SC / ST COMMUNITY • REPRESENTAION OF FEMALES • PREPARE CAREFULLY THE PLAN OF EXISTING ROAD SHOWING ALL DETAILS
,FILL ANNEXURE-1 , 2 ,3 & 4 AND ALSO LIST OUT ADDITIONAL REQUIREMENTS OF THE ROAD USERS / STAKEHOLDERS AS DISCUSSED DURING TRANSACT WALK AND BASED ON THE SITE INSPECTION
ANNEXURE-1 INVENTORY OF ROAD IN OPEN AREA
Chain Availa Availa Averag Availa Averag Status Width Edge Status age ble ble e ble e of of drop of from - ROW Forma height width thickn Camb Earthe of slope -- to -- in tion of of ess of er of n Earthe of - Mts. width Emba Carria Gravel Carria Should n Emba
in nkmen geway Layer geway ers in Should nkmen Mts. t in in in MM ( O.K. MT's ( ers in t ( MT's MT's or LHS & MM O.K. or requir RHS ) requir e e Profile correc correc tion ) tion )
ANNEXURE1 ---- Cont.
INVENTORY OF ROAD IN OPEN AREA
Distance Distance Distance Distance Is any Is any Is any Is any
of of of of Electric tree ( Hand House /
School Anganw Panchay Health Pole Girth of Pump Other
Building adi at Center / with in 60 Cm or with in Structur
, if any , Center , Bhawan Sub Formatio more ) Formatio e of a
from if any , , if any , Center n Width with in n Width private
center from from Building , if yes , Formatio , if yes , person
line of center center , if any , give n Width give with in
road line of line of from offset , if yes , offset Formatio
road road center from give from n Width
line of center offset center , if yes ,
road line of from line of give
road center road offset ,
line of length &
road name of
owner
from
center
ANNEXURE- 2 INVENTORY OF ROAD IN BUILT UP AREA
Chain Availbal Availabl Availabl Type ( Thickne Status Width Status age e ROW e e Gravel ss of of of of side from – in MTs Formati Carriag / existing Should Should Drains ( to --- on e way Concret pavem ers ( ers ( exist or
width width e / ent , if Paved LHS / not ) If in MT s in MtS Brick any in or RHS ) in exist Soling ) MM Earthen MTs then if any , ) type of of Drains Existing and Pavem Length ent in MTs ( LHS / RHS )
ANNEXURE- 2 --- Contd. ----
INVENTORY OF ROAD IN BUILT UP AREA
Distance Distance Distance Distance Is any Is any Is any Is any
of of of of Electric tree ( Hand House /
School Anganw Panchay Health Pole Girth of Pump / Other
Building adi at Center / with in 60 Cm or water Structur
, if any , Center , Bhawan Sub Formatio more ) tank e with
from if any , , if any , Center n Width with in with in in
center from from Building , if yes , Formatio Formatio Formatio
line of center center , if any , give n Width n Width n Width
road line of line of from offset , if yes , , if yes , , if yes ,
road road center from give give give
line of center offset offset offset ,
road line of from from length &
road center center name of
line of line of owner
road road from
center
line of
road
ANNEXURE- 3 INVENTORY OF STRUCTURES
Chain Pipe Slab Box Vented Flush Minor Status of age in Culvert Culvert Culvert Causewa Causewa Bridge Retainin Km with Dia with with cell y with y with g wall if
& no of Span in size in pipe dia alongwit Span any ( Rows Mt Mt and no. h length Arrange type ie of Rows & width ment in CC / alongwit in Mts. MTs Brick ) h length and & width height in in Mts. MTs.
ANNEXURE- 4
BLACK SPOTS REQUIRING SAFETY MEASURES • BUILDING OBSTRUCTING SITE DISTANCE ( GIVE DETAILS
WITH DISTANCE FROM CENTER LINE OF ROAD ) : • ANY OTHER OBJECT ( TREE / POLE / ETC ) OBSTRUCTING
SITE DISTANCE ( GIVE DETAILS WITH DISTANCE FROM
CENTER LINE OF ROAD ) : • DETAILS OF SHARP CURVES , IF ANY , REQUIRING
SPEED SLOW DOWN MEASURES : • DETAILS OF JUNCTIONS REQUIRING DEVELOPMENT OF
JUNCTION ( FLARING OF INNER & OUTER EDGES ) & SIGNS :
TRAFFIC STUDY
• CARRY OUT THREE DAYS TRAFFIC COUNT AT
APPROPRIATE LOCATION FOR 16 HRS. ( 5 AM
TO 9 PM ) DAILY • ASSESS TRAFFIC LIKELY TO BE GENERATED AFTER
CONSTRUCTION OF ROAD ( FROM THE NEAR BY AREA ) : • PROJECT TRAFFIC DENSITY FOR NEXT 10 YEARS
ASSUMING SIX PERCENT YEARLY GROWTH
ALSO COMPARE THE VALUE WITH THE VALUE
TAKEN BY RES DURING DESIGN OF GRAVAL ROAD • WORK OUT TRAFFIC INTENSITY IN MSA AFTER 10 YEARS :
SOIL TESTING AND PAVEMENT DESIGN
• TEST 4 DAYS SOAKED CBR OF THE EXISTING
SUBGRADE BY MODOFIED PROCTER ( AT LEAST
THREE SAMPLES PER KM ) AND ADOPT
AVERAGE VALUE . ALSO COMPARE THE VALUE
WITH THE VALUE TAKEN BY RES DURING
DESIGN OF GRAVAL ROAD • DESIGN FLEXIBLE PAVEMENT AS PER
RELEVENT IRC CODE FOR RURAL ROADS FOR
THE DESIGNED TRAFFIC INTENSITY AND CBR
ASSESSMENT OF ADDITIONAL WORKS TO BE CONSIDERED Annexure-5
• All public buildings related to the welfare of the
villagers like Schools, Angan Wadi Center , Panchayat Bhawan, Health Centre / Sub Center etc. Located along the road be given proper connectivity from the road.
• Cement Concrete Pavement with paved shoulders and drains along with disposal arrangement be provided in all built up areas lying along the road
• Proper road safety measures be provided at the black spots / blind corners
• Edge road marking be provided on curves and built up areas.
• Proper marking be provided on speed breaker locations.
ASSESSMENT OF ADDITIONAL WORKS TO BE
CONSIDERED ----- Annexure-5 Contd. ----- • Necessary sign ages are provided at the relevant locations. • All junctions are improved by flaring the corners. • Junctions of all paths meeting the road are metaled
to nearly 5 to 6 m length , depending on the difference of
level , from the edge of formation width of the road. • Provision for the repairs of structures like
damaged parapet walls of the culverts , guard stones on causeways etc. be made.
• Formation width is maintained to 6 M in open areas & 5 M in built up areas.
• Proper extra widening be provided on curves / super elevation.
• Proper zebra crossing be provided at appropriate locations.
ASSESSMENT OF ADDITIONAL WORKS TO BE CONSIDERED ----- Annexure5 Contd. -----
• In case existing formation level of the road is
raised proper gradient be provided at slab culvert / box culvert / causeway locations .
• In case the CBR of the existing GSB ( in some roads
crushable GSB is used by RES during construction
up to gravel level ) is less than 30% , the same be
replaced with new GSB of CBR 20% or more. • Assess improvement of existing curves within available
Formation width and if possible within existing ROW • Top 15cms of unpaved shoulders be constructed
with soil of CBR not less than 12%
DESIGN OF NEW STRUCURES IF
REQUIRED
• PIPE CULVERTS AS PER
STANDARD DRAWINGS OF IRC • SLAB / BOX CULVERTS AS PER
STANDARD DRAWINGS OF IRC AFTER
WORKING OUT ( TESTING ) THE SAFE
BEARING CAPACITY OF SITE OF
STRUCTURE
ESMF
• ADD ESMF AS PER WORLD BANK GUIDE LINES
DETAILS OF MEASUREMENTS
• Details of Measurements of the works proposed be provided on the standard format prevailing in
MPRRDA
BILL OF QUANTITY • Bill of Quantity of the works proposed be worked out on the basis of
MPRRDA Schedule of Rates and provided on the standard format
prevailing in MPRRDA
ABSTRACT OF COST
• Abstract of cost be worked out as below • a. Cost of Pavement as per Annexure : • • b. Add @ 3% for Extra Widening • on curves and Junctions of village
• roads taking off from the road :
• Total cost of Pavement :
• c. Cost of structures :
• d. Total Cost of Works :
• e. Cost of ESMF with contingency :• Add Physical contingency @ 3 % of Cost ( d ) : • Add Extra @ 1% for tier one quality control of Cost ( d ) : • Add Extra @1% for Labor Cess of Cost (d ) :
• Grand Total Cost :
• Cost for five years Maintenance :
Madhya Pradesh Rural Roads Connectivity Project (MPRCP) ANNEXURE-6
Traffic Intensity Survey Format
Name of District& Block: Survey Dates:
Name of the Road with length in Traffic Season: Peak / Lean : Lean
Km:
Name of Villages connected: Whether: Normal / Rainy / Cloudy :
Survey Location (village Name
&Chainage) : Name and Designation of Surveyor & Supervisor:
Fast Vehicles (No of vehicles) Slow Vehicles (No of vehicles)
Mini
Bus, Tractor
Animal Total
Time Two
Jeep/ Large Bullock Cycle/
Car Bus Truck Tractor with
Cycle Driven (Nos.)
Wheelers Van Van,
Cart Rickshaw
Trailer Cart
Mini
Truck
1 2 3 4 5 6 7 8 9 10 11 12 13
5
AM
to 7
AM
7
AM
to 9
AM
9
AM
to 11
AM
11
AM
to 1
PM
1 PM
to 3
PM
3 PM
to 5
PM
5 PM
to 7
PM
7 PM
to 9
PM
Total
Note: (1) Survey need to be conducted for three continuous days. (2) Average of three days need to be given in the above Table. (3) For carrying out survey, this form can be used.
Annexure-A
QUALIFICATIONS FOR KEY PERSONNEL 1. Team Leader cum highway engineer
The essential qualification and experience for the Candidate are as under;
1. Education; should be a Graduate in Civil Engineering from a recognized University/Institution.
2. Age should not be more than 65 years.
3. Membership: Membership of a recognized Professional Society will be preferable;
4. Experience: should have a minimum of 12 years experience in the field of highway engineering out of which he must have completed at least one project for high quality road as Pavement Engineer/Bridge Engineer/Material Engineer of the survey investigation and preparation of DPR Team. He should also have knowledge of road safety issues including road safety audit during design phase of road projects.
The Team Leader cum highway engineer shall be responsible for all technical
presentations concerning the various facets of the survey investigation and preparation of DRP and shall maintain close communication with GM, PIU, MPRRDA. He shall be the Consultants Authorized Representative and shall interact with MPRRDA on behalf of the Consultants appointed for the services. He shall be full-time on the job. 2. Pavement Engineer (PE)
The essential qualification and experience for the Pavement Engineer are as under; 1. Education: should be a Graduate in Civil Engineering from a recognized
University/Institution 2. Age should not be more than 60 years.
3. Experience: Should have a minimum 5 years experience in the field of Highway
Engineering. 4. Membership: Membership of a recognized Professional Society will be
preferable; 3. Assistant Material Engineer (AME)
The essential qualification and experience for the Pavement Engineer are as under;
1. Education: Should have a Degree/Diploma in Civil Engineering from a recognized University/Institution
2. Age should not be more than 60 years. 3. Experience: Should have a minimum 5 years experience in the field of Highway
Engineering. 4. Membership: Membership of a recognized Professional Society will be
preferable; 4. Environmental / Social Specialist:
The essential qualification and experience for the Environmental / Social Expert are as under; 1. Education: He / She Should have a Degree in Environmental Engineering or Post Graduate Degree in Environmental Sciences / Social Sciences from a recognized University/Institution 2. Age should not be more than 60 years. 3. Experience: Should have a minimum professional experience of 7 years, out of which a minimum of 5 years experience in the field of Environmental Impact Assessment and
Environmental Management Plan for road / highway projects. He / She should also have experience of working in social aspects related to road projects.
Annexure-B
FORMAT FOR CURRICULUM VITAE
Format For Curriculum Vitae (CV) for Proposed Key Personnel
Proposed Position Name of Firm
Name of Staff Member Profession Date of Birth
Nationality Years with Firm /Organization
Membership of Professional Societies
Details of Tasks Assigned
(The information may be furnished as per the format given below)
Tasks
Relevant Previous Experience
Project
Assigned Client
S. Details Tasks Duration
In the (Govt.
No. (Title, Funded Actually of Remarks
present Deptt.
by, Location, Performed Tasks
Project etc)
Year)
Key Qualifications (Give an outline of staff Member's experience and training most pertinent to tasks on assignment. Describe degree of responsibility held by the staff member on previous assignments and give dates and locations. Use up to half a page). ---------------------------------------------------------------------------------------------------
Education (Summaries College/University and other specialized education of staff Member, giving names of schools, dates attended and degrees obtained. Use up to a quarter page.) ---------------------------------------------------------------------------------------------------
Employment Record (Starting with present position, list in reversed order, every employment held. List all positions held by the Staff Member since graduation, giving dates, names of employing organization, little of position held and location of assignments. For experience in the last ten years, also given types of activities performed and Client reference, wherever appropriate. Use up to three-quarter of a page)
--------------------------------------------------------------------------------------------------
Publications (List details of major technical reports/papers published in recognized national and international journals. Use up too quarter of a page)
---------------------------------------------------------------------------------------------------
Language (Indicate Proficiency in speaking, reading and writing of each language by "Excellent", "Good" "fair" Working knowledge"," Poor" ---------------------------------------------------------------------------------------------------
Certification I, the undersigned, certify that to the best of my knowledge and belief, this CV
correctly describes myself, my qualifications and my experience.
Date Signature of Signature and Seal of
Staff member Authorised Official of the Firms
(Note: (I) The CV shall be signed by both the Staff Member and the Authorised Officer of the Firm)
ANNEXURE-C
FIRM'S ORGANISATIONAL STRUCTURE
1. Name of firm : 2. Whether partnership/ proprietorship or Limited company : 3. Head Office Address
Email address :
Telephone No. : 4. Local/Regional Address (if any) :
Email address :
Telephone No.: 5. Name of Partners : a. b. c. d. e 6. In case of proprietorship firm, name of proprietor with PAN no. : 7. Name(s) of authorized signatory : 8. Name of contact person with mobile no. : 9. Following documents should be furnished in support:
a. Copies of original documents defining the constitution or legal status, place of registration, and principal place of business; written power of attorney of the signatory of the Tender to commit the Tenderer;
10. Financial Turnover from consultancy fee :
Years Total Turnover Other Turnover form
consultancy
fee
ANNEXURE–D
Details of the Assignments completed in last five years and those in
hand
Details of the works executed as consultant (in the same name) during last 5 years (including current year)
Name of Name Description Nature of Cost of Road Date of Stipulated Actual date Consultancy
Employer of of work job Project Length work period of of fee Project performed order completion completion received as consultant
Annexure
-D-1
Place of PIU, Names of General Managers and Mobile No. & Fax No.
S. Name of PIU Name of the Mobile No. STD Phone Fax No. Addl. Email_ID No General Code No. Charge
Managers
1 2 3 4 5 6 7 8 9
1 Alirajpur 9425408108 7394 234714 234056 Shri S.K. piualirajpur@rediff Sirothia mail.com
2 Anuppur Shri Anil Kumar 9425467814 7659 296553 222880 gmanuppur@redif Shrivastava fmail.com
3 Ashoknagar-1 Shri S.K. Khare 9425304941 7543 220757 221033 gmrrda_ask@redif fmail.com
4 Ashoknagar-2 Shri 9425304856 gmrrda_asktwo@r B.D.Swarnkar ediffmail.com
5 Balaghat-1 Shri K. M. 9424977077 7632 240600 241079 gm_bgtpiu1@redif
Verma fmail.com
240987
6 Balaghat-2 9424977077 7632 240334 K. M. gm_bgtpiu.2@redi Verma ffmail.com
7 Barwani Shri. S.P.Saole 8223073777 7290 224532 223154 pmgsybarwani@re
diffmail.com
8 Betul-1 Shri Shishir 9425019042 7141 231733 233703 piubetul@rediffma
Kushwah il.com
9 Betul-2 Shri J.S. 9425116425 piubetul2@rediff
Sikarwar mail.com 10 Betul-3
11 Bhind-01 9425341093 7534 241497 240301 Shri S. S. mprrdabhi@rediff
Adhwaryu mail.com
12 Bhind-02 Shri S. S. 9425341093 mprrdabhi@rediff
Adhwaryu mail.com
13 Bhopal Shri Vijay Gupta 9425140789 755 2734796 2738774 gmrrdabpl@hotm
ail.com
14 Burhanpur Shri K.L. 94254- 7325 251751 256614 gmrrdaburhanpur Kachhawa 15347 @rediffmail.com
15 Chhatarpur-1 Shri 9425002570 7682 249068 240476 piuchhatarpurno1
Mr.F.J.Khan @yahoo.co.in 16 Chhatarpur-2
17 Chhindwara 1 9425382051 7162 220277 248958 Shri gmrrdachw@hotm
A.K.Jain ail.com
18 Chhindwara -2 9425382051 7162 225520 225520 Shri piu2chhindwara@ A.K.Jain hotmail.com
19 Chhindwara-3 9425382051 7162 247290 247290 Shri piu3chhindwara@
A.K.Jain hotmail.com
20 Chhindwara-4 Shri A.K. Jain 9425382051 7162 230512 230512 piu5chhindwara@
hotmail.com
21 Damoh-1 Shri P.K. Sharma 9425132589 7812 227312 229260 gmrrdadamoh@re
diffmail.com 223607
229000
22 Damoh-2
23 Datia Shri A.K.Jain 9826547307 7522 238802 238802
gmpiudatia@rediff
mail.com
24 Dewas-1 Shri K.K.Choure 9425193218 7272 254952 250060
rrdadws@rediffma
il.com 25 Dewas-2 Shri S.K Mishra 9425012270
26 Dhar-1 Shri J.K. Nagar 9425087890 7292 222732 233756
piudhar@rediffmai
l.com
27 Dhar-2(Kukshi) Shri Ashok 9826277790 7292 234813 234813
piu_kukshi@yahoo Kumar .com Choudhary
28 Dhar-3 Shri S.K. 9425408108 7292 234238 233756 piudhar3@rediffm Sirothia ail.com
29 Dindori-1 Shri 9425174588 7644 234401 234838
gmrrdadindori@re
A.S.Raghuvanshi diffmail.com
30 Dindori-2 7644 234528
gmmprrda_dindori
m
31 Guna-1 Shri Pramod 9425779602 407776
gmrrdaguna@redif
Kumar Ghosh fmail.com
32 Guna-2 Shri Anurodh 7509112427 gmrrdaguna2@red Shrivastava iffmail.com
33 Guna-3
34 Gwalior Shri K.K. Khare 9425677638 751 2237024 2344889 gmrrda_gwl@redif
fmail.com
35 Harda-1 94253 7577 225380 223980 Shri hardagm@rediffm
93711 N.K.Pitalia ail.com 36 Harda-2
37 Hoshangabad-1 Shri N.K. Pitalia 94253 7574 251978 253768 hbadgm12@rediff
93711 mail.com 38 Hoshangabad-2
39 Indore Shri Ashok 9425921350 731 2436833 2535583
gmrrdaindor@redi
Chawla ffmail.com
40 Jabalpur-1 Shri Pavan 9425162970 761 2621493 2620273 gmrrdajbp@hotm Kumar Jain ail.com 41 Jabalpur-2
42 Jhabua-1 9425136294 7392 244345 244939 Shri R.S.
rrdajha@rediffmail Tomar .com
43 Jhabua-2
44 Katni Shri S. S. 9425825117 229021
gmmprrda_katni@
Kashyap rediffmail.com
45 Khandwa Shri Jeevan 94075- 733 2248122 2246880 gmmprrdakhandw
Kumar Gupta 56185 [email protected] 2246020
46 Khargone-1 Shri Anupam 9425113548 7282 235181 235397 [email protected] Saxena
47 Khargone-2 D.K.Farkya 9425103883 7282 250143 maheshwarrrda@r (Maheshwar) ediffmail.com 273424
48 Mandla Shri B.C.Saxena 9425185075 7642 253752 251214 gmrrdamndl@redi ffmail.com
49 Mandsaur-1 Shri Yashpal 9425327511 7422 222488 223183 gmrrda_mds@redi Joshi ffmail.com 50 Mandsaur-2
51 Mauganj Shri V.P. Yadav 9425304105 7663 270027 270060 piumau2007@redi ffmail.com
52 Morena Shri R.K.Kori 9826377405 7532 231628 233970 mprrdamrn@gmai l.com
53 Narsinghpur 1 9425152241 7792 231293 233735 Shri Sudip gmmprrdansp@ya
Shrivastava hoo.com
54 Narsinghpur 2 Shri Sudip 9425152241 narsinghpurpiu2@
Shrivastava yahoo.in
55 Neemuch 9425327511 228967 Shri gmrrda_nmh@yah Yashpal oo.co.in Joshi
56 Panna Shri C.N.Gupta 9425174903 7732 254019 252424 gmpanna@rediffm
ail.com
57 Raisen-1 Shri P.K. Jhawar 9425610134 7482 222516 223351 gmpiuraisen@redi
ffmail.com
58 Raisen-2 Shri Manoj 8989792308 gmpiuraisen2@re Yadav diffmail.com
59 Rajgarh Shri V.K. Dhagat 9425614050 7372 254047 254014 gmpiu_rajgarh2@r ediffmail.com
60 Ratlam-1 Shri R.S. 9425136294 7412 264348 263682 gmrrdartlm@rediff
Tomar mail.com 61 Ratlam-2
62 Rewa-1 Shri R.K. Dave 9407021465 7662 255932 422485 gmpiurew@yahoo. co.in
63 Sagar-1 Shri R.S. Sharma 9406864277 7582 241970 240499 mprrdasgr@yahoo
.com
64 Sagar-2 Shri Rajesh 9425146968 7582 236229 mprrdasgr2@gmai Kumar l.com Chouksey
65 Satna-1 Shri Pradeep 9425434919 7672 227539 227370 gmpiusatna@redif
Pathak fmail.com 229724
66 Satna-2
67 Sehore Shri Y.K. 9425141605 7562 224734 224724 gmrrdasehore@re
Saxena diffmail.com
68 Barwani-2 8223073777 7281 222987 224383 Shri. pmgsysendhwa@r
(Sendhwa) S.P.Saole ediffmail.com
69 Seoni-1 Shri S.K. 9424308158 7692 225293 222398 gmrrdaseoni@redi
Shrivastava ffmail.com
70 Seoni-2 Shri 9407879819 7692 222423 224735 gmpiuseoni2@redi D.K.Tripathi ffmail.com
71 Seoni-3 Shri J.P.Mehra 9425015891 gmpiuseoni3@redi ffmail.com
72 Shahdol-1 Shri Ramakant 9425171819 7652 248748 241913 piushahdol@yaho Gupta o.com
73 Shahdol-2 9425171819 7652 240372 240175 Shri piu2shahdol@yah Ramakant oo.com Gupta
74 Shajapur-1 Shri D.D.Pandey 9425101199 07364 222021 227824 gm_shajapurpiu@ rediffmail.com
75 Shajapur-2 9425101199 7362 258597 Shri gmagarpiu@rediff (Agar) D.D.Pandey mail.com
76 Sheopur 9826377405 7530 223506 222212 Shri gmrrdasheopur@r R.K.Kori ediffmail.com
77 Shivpuri Shri Parvez 9575461755 7492 233485 232300 Shri. Parvez gmrrdasvp@yahoo Husain Husain .co.in
78 Sidhi Shri Ratnakar 9425868746 7822 251049 251270 gmpiusidhi1@redif
Chaturvedi fmail.com
79 Tikamgarh Shri Satyendra 94251- mprrdatkg@rediff
Shrivastava 35983 mail.com
80 Ujjain-1 94259- 734 2525668 2511645 Shri. Ashok gmujjain@rediffm
21350 Chawla ail.com
81 Ujjain-2 Shri K.B. 9425057293 734 2524030 gmrrdaujjain2@re
Purohit diffmail.com
82 Umaria 2 Shri R.K. Rajput 9589225788 7653 222238 gmpiu2umaria@re
diffmail.com
83 Umaria-1 Shri R. K. Singh 9424767559 7653 223095 203095 mprrdapiuumaria
@rediffmail.com
84 Vidisha-1 Shri K.K. Verma 94254- 7592 237675 405051 gmrrda_vidisha@r
26806 ediffmail.com
85 Vidisha-2 Shri Ajay 9425157426 gmpiu2vidisha@g
Diwakar mail.com
86 Waidhan-1 Shri M.K.Kori 9406710365 7805 247494 247367 gmmprrdawaidhan
@rediffmail.com
87 Waidhan-2 Shri P.S. 9425138608 7805 244029 244029 gmpiu2waidhan@r Chauhan ediffmail.com
ANNEXURE - E
FORMAT FOR FINANCIAL OFFER OFFER FOR PREPARING DETAILED PROJECT REPORT
I/We hereby submit offer for preparing the detailed project report for the works
(1) The rate for the work will be Rs. ........................ Per km. of the road length as indicated in letter of invitation including all taxes.
The work shall be done is all respects in accordance in the specification/design, drawing and instruction and the annexed conditions.
Signature of Signature of person duly
Witness Authorised by the firm
(Name & Address)
ANNEXURE –
F
Composition of Team proposed to be deployed on the job.
Name of expert Proposed position Qualification Experience
Note:- Please attach C.V of experts
MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY
AGREEMENT
This AGREEMENT is made on this ____ day of _________, 2005 between the Chief Executive Officer, Madhya
Pradesh Rural Road Development Authority, B-Block- 5th
Floor Paryawas Bhavan, Bhopal, Madhya Pradesh on behalf of Madhya Pradesh, Rural Road Development Authority, Bhopal (M.P.) (hereinafter referred to as the “Client”) which expression shall where the context so admits, includes his successors in office and assigns of the one part, and _____________________________________________________________ ____________________________________________________ (hereinafter called the “Consultants”) which expression shall where the context so admits, includes his successors in office and assigns of the other part.
WHEREAS
(a) The Client intends to carry out a Road Construction Project as defined (hereinafter called the “Project”);
(b) The Client has requested the Consultants to provide certain consulting services required for the project as defined in the General Conditions of agreement attached to this agreement (hereinafter called the “Services”);
(c) 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 the Agreement;
(d) The Client has received funds from Govt. of India under Pradhan Mantri Gram Sadak Yojna (hereinafter called RSVY) for construction of rural roads in the State of Madhya Pradesh. The works and services shall be subject to the guidelines of the schemes.
Now, therefore, the parties hereto hereby agree as follows: -
The following documents attached hereto shall be deemed to form an integral part of this agreement: (a) ITB and it‟ s Annexure (b) TOR and it‟ s annexure (c) The General Conditions of Agreement (hereinafter called “GC”); (d) The Special Conditions of Agreement (hereinafter called the “SC”); (e) Financial offer submitted by bidder (f) Acceptance letter issued by client
The mutual rights and obligations of the Client and the Consultants shall be as set forth in the agreement; in
particular: (a) The consultant shall carry out the services in accordance with the provisions of the agreement; and
(b) The Client shall make payments to the consultant in accordance with the provisions of the agreement. IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be signed in their respective names as of the day and the year written.
FOR AND ON BEHALF OF Madhya Pradesh, Rural Road Development Authority,
Bhopal (M.P)
By ……………………………………
(Authorised Representative)
FOR AND ON BEHALF OF (NAME OFCONSULTANT)
By……………………………………
(Authorised Representative) (Note: If the consultant consist of more than one entity all of these entities should appear as Signatories e.g. in the following manner)
FOR AND ON BEHALF OF EACH OF THE MEMBERS OFCONSULTANT (Name of the member)
By……………………………………
(Authorised Representative) etc.
GENERAL CONDITIONS OF AGREEMENT
1. GENERAL PROVISIONS
Definitions:
Unless the context otherwise requires, the following term whenever used in this Agreement have following
meanings :
a) “Applicable Law” means the laws and any other instruments having the force of law in the India and the state of Madhya Pradesh as they may be issued and in force form time to time;
b) “Bank” means any scheduled bank so designated by the Madhya Pradesh Rural Roads Development Authority for their banking transactions relating to this agreement.
c) “Chief Executive Officer” means an Officer designated as Chief Executive Officer of Madhya Pradesh Rural Roads Development Authority by Government of Madhya Pradesh.
d) "Chief General Manager" means an officer of the rank of CE appointed by Government of M.P. as such. e) “Client” means Madhya Pradesh Rural Roads Development Authority, with its present address at B -wing,
Second floor, Development Commissioner Office, Vindhyachal Bhavan, Bhopal, (hereinafter called the “MPRRDA”);
f) “Consultant” means____________________________ and includes sub-consultant and their Personnel
engaged for carrying out of services under this agreement; g) “Agreement” means the Agreement signed by the Parties, together with all documents/Appendices attached
hereto and includes all modifications made in term of the Provisions of Clause 2.6 hereof; h) “Effective Date” means the date on which this Agreement comes into force and effect pursuant to Clause
2.1 hereof; i) “General Manager” means General Manager of concerned Project implementation Unit of Madhya Pradesh
Rural Road Development Authority (hereinafter called the “GM PIU”); j) “Currency” means the Indian Rupees; k) “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; l) “Key personnel” means the personnel referred to in Clause 4.2(a) of GC. m) “Party” means the Client or the Consultants, as the case may be, and Parties means both of them; n) “Project” means survey & investigation of roads CDs and Bridges under Madhya Pradesh Rural Road
Development Authority, Project packages described in Annexure-PI under Prime Minister Gram Sadak Yojna (PMGSY).
o) “Services” means the work to be performed by the Consultants pursuant to this Agreement for the purposes of the project as per the Term of Reference (TOR) hereto;
p) “Starting Date” means the date referred to in Clause 2.3 hereof; q) “Sub-Consultant” means any entity to which the consultant sub-contracts any part of the services in
accordance with the provisions of GC Clause 3.7, and; r) “Third Party” means any person or entity other than the Government, the Client, or the Consultants;
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 Agreement, have complete charge of Personnel and sub-consultants, if any, performing the Services and shall be fully responsible for the Services performed by them or on their behalf hereunder.
Law Governing Agreement This Agreement, it's meaning and interpretation, and the relation between the Parties shall be governed by the Applicable Law.
1.4 Language
This Agreement has been executed in English, which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this agreement.
1.5 Headings The Headings shall not limit, alter or affect the meaning of this Agreement.
1.6 Notices
1.6.1 Any notice, request or consent required or permitted to be given or made pursuant to this Agreement
shall be in writing. Any such notice, request or consent shall be deemed to have been given or made
when delivered in person to an authorized representative of the Party to whom the communication is
addressed, or when sent by registered mail, telex, speed post, Telegram or facsimile to such Party at
the addresses specified hereunder: -
Client: Madhya Pradesh Rural Roads Development Authority,
B -wing, II nd
floor, Vindhyachal Bhavan, Bhopal, Attention: Alka Upadhyaya IAS
Chief Executive Officer, MPRRDA 5
th Floor, Block-II, Paryavas Bhawan, Bhopal (M.P.)
Phone 0755 2572207
E-mail: [email protected] [email protected]
Fax: 0755-2573396
Facsimile: 91-755-2729791
Consultants: -----------------
-----------------
Attention: ----------------
E-mail -------------------
Telex: -------------------
Facsimile: -------------------
[Note: Fill in the blanks] 1.6.2 Notice will be deemed to be effective as follows:
The notice shall be deemed to be effective in the manner and at time as specified as follows:
(a) In the case of personal delivery, speed post or registered mail, on delivery;
(b) In the case of telexes, telegrams and facsimiles 24 hours following confirmed transmission; 1.7 Location:
The services shall be performed at such locations as are specified in TOR.
1.8 Authorised Representatives
Any action required or permitted to be taken, and any document required or permitted to be executed under this Agreement by the Client or the Consultants may be taken or executed by the officials as under:
For the Client Alka Upadhyaya IAS
Chief Executive Officer, MPRRDA 5
th Floor, Block-II, Paryavas Bhawan, Bhopal (M.P.)
Phone – 0755 2572207
For the Consultant : __________________________ __________________________ [Fill up the blanks]
1.9 Taxes and Duties
1.9.1 For domestic consultants who are permanent residents in India
The consultants and the personnel shall pay the taxes, duties, fees, levies and other impositions levied under the existing, amended or enacted laws during life of this agreement and the Client shall perform such duties in regard to the deduction of such tax as may be lawfully imposed.
1.9.2 For Equipment Purchased for the Client
The Client shall pay or reimburse any taxes, duties, levies and other impositions, under the applicable law, in respect of equipment purchased by the consultant with the prior approval of the client, for the purpose of carrying out services and paid for out of funds provided by the Client and which is treated as property of the Client.
2 COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION OF AGREEMENT
2.1 Effectiveness of Agreement
This agreement shall come into force and effect on the date (the “Effective Date”) of the Client‟ s notice to the consultants instructing them to begin carrying out of the services. The notice shall confirm that the effectiveness conditions, if any, listed in SC have been met.
2.2 Termination of Agreement for Failure to Become Effective
If this Agreement has not become effective within such time period after the agreement signed by the Parties as shall be specified in the SC, either party may, by not less than fifteen (15) days written notice to the other Party, declare this Agreement 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 period after the effective date as specified in the SC.
2.4 Expiration of Agreement
Unless terminated earlier pursuant to GC Clause 2.9 hereof, the Agreement 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 Liability of Parties
This agreement 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 bound by or be liable for, any statement, representation, promise or agreement not set forth herein.
2.6 Modification
Modifications of the terms and conditions of this agreement, including any modification of the scope of the services, may only be made by written agreement between the parties. Pursuant to GC Clause 7.2 hereof, however, each Party shall give due consideration to any proposals for modification made by the other Party.
2.7 Force Majeure
2.7.1 Definition: -
(a) For the purposes of this agreement, “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, war, riot. Civil disorder, earthquake, fire, explosion, storm, flood or other adverse weather conditions, 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-consultant or agent or employees, nor (ii) Any event which a diligent party could reasonably have been expected to both (A) take into account at the time of the conclusion of this Agreement 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 Agreement
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 agreement insofar as such inability arises from an event of Force Majeure, provided that the party affected by such an event has taken all reasonable precautions, due and reasonable alternative measures, all with the objective of carrying out the terms and conditions of this agreement.
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 Majeure 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.
2.7.3 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.
2.7.5 Extension of Time
Any period within which a Party shall, pursuant to this Agreement, 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.
2.7.6 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 services and in reactivating the Services after the end of such period.
2.8 Suspension
The Client by written notice of suspension to the Consultants, may suspend all payments to the Consultants hereunder, if the Consultants fail to perform any of their obligations under this Agreement, including the carrying out of the Services provided that such notice of suspension (i) shall specify the nature of the failure and (ii) shall request the consultants to remedy such failure within a period not exceeding fifteen (15) days after receipt by the Consultants of such notice of suspension. The client for any reasons beyond his reasonable control, may ask the consultant to suspend whole or part of the work/services for such time till the reasons are removed or settled. The extra time period of such duration shall be granted as time extension on the original terms and conditions.
2.9 Termination
2.9.1 By the Client
The Client, may by not less than fifteen (15) days written notice of termination to the consultant, such notice to be given after the occurrence of any of the events specified in paragraphs (a) to (g) of this Clause, terminate this Agreement:
a) If the consultants fail to remedy to failure in the performance of their obligations hereunder, as specified in a notice of suspension pursuant to GC Clause 2.8 hereinabove, within fifteen (15) 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 (or if the consultants consists of more than one entity, if any of their members) become 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 GC 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;
f) If the Client, in its sole discretion and for any reason whatsoever, decides to terminate this Agreement. g) If the consultant, in the judgment of the Client, has engaged in corrupt or fraudulent practices in competing
for or in executing the agreement.
For the purpose of this clause: “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of
a public official in the selection process or in agreement execution. “Fraudulent Practice” means a misrepresentation of facts in order to influence a selection process or the execution of a agreement to the detriment of the Borrower, and includes collusive practice among consultants (prior to or after submission of proposals) designed to establish prices at artificial non-competitive levels and to deprive the Borrower of the benefits of free and open competition. 2.9.2 By the Consultants
The consultants may, by not less than thirty (30) days written notice to the Client such notice to be given after the occurrence of any of the events specified in paragraphs (a) to (d) of this Clause, terminate this agreement: (a) If the Client fails to pay any money due to consultants pursuant to this agreement and not subject to
dispute pursuant to GC 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 agreement 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 consultant‟ s notice specifying such breach; (c) If as the result of Force Majeure, the Consultants are unable to perform a material potion 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 GC
clause 8 hereof.
2.9.3 Cessation of Rights and Obligations
Upon termination of this Agreement pursuant to GC Clauses 2.2 or 2.9 hereof, or upon expiration of this Agreement pursuant to GC 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 GC Clause 3.3 hereof,
(iii) The consultant's obligation to permit inspection, copying and auditing of their accounts and record set forth in GC Clause 3.6 hereof, (iv) The consultant‟ s obligations regarding default in performance of the services in accordance of the provisions of the agreement and for any loss suffered by the Client, whereof, as a result of such default, and (v) Any right, which a party may have under the Applicable Law.
2.9.4 Cessation of Services
Upon termination of this agreement by notice of either to the other pursuant to GC Clauses 2.9 or GC 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, by GC Clause 3.8.
2.9.5 Payment upon Termination
Upon termination of this agreement pursuant to GC Clauses 2.9.1 or 2.9.2 hereof, the Client shall make the payment pursuant to GC clause 6 hereof for services satisfactorily performed prior to the effective date of termination, subject to other conditions of this agreement, to the Consultants (after setting off any amount that may be due to the client from the consultant as per conditions of TOR ).
2.9.6 Disputes about Events of Termination
If either Party disputes whether an event specified in paragraphs (a) to (c) GC Clause 2.9.1 or in GC Clause 2.9.2 hereof has occurred, such party may, within (30) days after receipt of notice of termination from the other party, refer the matter to arbitration pursuant to GC Clause 8 hereof.
3. OBLIGATIONS OF THE CONSULTANTS
3.1 General
3.1.1 Standard of Performance
The Consultants shall perform the services and carry out their obligations hereunder with all due diligence, efficiency and economy, in accordance with generally accepted professional techniques and practices, and shall observe sound management practices, and employ appropriate advanced technology and safe and effective equipment, machinery, materials and methods. The Consultants shall always act, in respect of any matter relating to this Agreement 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 any personnel of the consultant and/or sub-consultants and agents, comply with the Applicable Law time being in force. The Client shall advise the consultants in writing of relevant local customs and the consultants shall, after such notice, 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 GC Clause 6 hereof shall constitute the Consultant‟ s sole
remuneration in connection with this agreement or the services and subject to GC Clause 3.2.2 hereof, the Consultants shall not accept for their own benefit any trade commission, discount or similar payment in connection with activities pursuant to this Agreement or to the Services or in the discharge of their
obligations hereunder, and the Consultants shall use their best efforts to ensure that any of the Personnel and agents of either of them, similarly shall not receive any such additional remuneration.
3.2.2 Procurement Rules of Funding Agencies
If the Consultants, as part of the Services, have the responsibility of advising the Client on the procurement of goods, works or services, the Consultants shall comply with any applicable procurement guidelines applicable in the state of Madhya Pradesh and shall at all times perform such responsibility in the best interest of the Client. Any discounts or commissions obtained by the Consultants in the exercise of such procurement responsibility shall be for the account of the Client.
3.2.3 Consultants and Affiliates not to engage in certain activities
The Consultants agree that, during the term of this agreement 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 to the Services.
3.2.4 Prohibition of Conflicting Activities
The Consultants shall not engage and shall cause their personnel as well as Sub-consultants and their Personnel not to engage, either directly or indirectly in any of the following activities:
(a) During the term of this agreement, any business or professional activities in the State of Madhya Pradesh, which would conflict, with the activities assigned to them under this Agreement.
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 Agreement, disclose any proprietary or confidential
information relating to the project, the services, this agreement or the Client ‟ s business or operations
without the prior written consent of the Client.
3.4 Deleted
3.5 Insurance to be taken out by the Consultants
The Consultants (i) shall take out and maintain, and shall cause any Sub-consultants to take out and maintain at their (or the Sub-consultants, as the case may be) own cost but on terms and conditions
approved by the Client. 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.
3.5 Accounting, Inspection and Auditing
The Consultants (i) shall keep accurate and systematic accounts and records in respect of the Services, hereunder, in accordance with accepted accounting principles and in such form and detail as will clearly identify all relevant time charges and cost, and the bases thereof and (ii) shall permit the Client or its designated representative periodically, and up-to one year from the expiration or termination of this agreement, to inspect the same and make copies thereof as well as to have them audited by auditors appointed by the Client .
3.6 Consultant’s 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 Annexure I TOR merely by title but not by name;
(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 of conditions of the Sub-Contract shall have been approved in writing by the Client prior to the execution of the sub-contract, 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
agreement; (c) Any other action as may be specified in SC.
3.7 Reporting Obligations
The Consultants shall submit to the Client the reports and documents specified in section-7 of Annexure I TOR hereto, in the form, in the numbers and within the time period set forth in the said Annexure and also furnish specific data/information called for by the Client as and when required.
3.8 Documents Prepared by the Consultants to be the Property of the Client
All plans, drawings, specifications, designs, reports, other documents and software prepared by the Consultants for the Client under this agreement shall become and remain the property of the Client. The Consultants shall, not later than upon termination or expiration of this Agreement, deliver all such documents etc. to the Client, together with a detailed inventory thereof. The Consultants may retain a copy of such documents and software. Restrictions about the future use of these documents and software, if any, shall be specified in the SC.
4. CONSULTANT’S PERSONNEL AND SUBCONSULTANTS
4.1 General
The Consultants shall employ and provide such qualified and experienced Personnel and sub-consultants as are required to carry out the Services.
4.2 Description of Personnel
(a) The titles, agreed job descriptions, minimum qualifications and approximate period of engagement in
carrying out of the Services of each of the Consultant‟ s Key Personnel are described in Appendix –
Annexure-II and I.
(b) If additional work is required beyond the scope of the Services specified in TOR, the estimated periods of engagement of Key Personnel set forth in Annexure-II, may be increased by agreement in writing between the Client and the Consultants, provided that any such increase shall not, except as otherwise agreed, cause payments under this Agreement to exceed the ceilings set forth in GC Clause 6.1 (b) of this agreement.
4.3 Approval of Personnel
The Key Personnel and sub-consultants listed by title as by name are hereby approved by the Client. In respect of other personnel, which the Consultants propose to use in the carrying out of the Service, the Consultants shall submit to the Client for review and approval of a copy of their biographical data and a copy of medical certificate. If the Client does not object in writing (stating the reasons for the objection) within thirty (30) calendar days from the date of receipt of such biographical data and such certificate, such Key Personnel shall be deemed to have been approved by the Client.
4.4 Deleted
4.5 Removal and / or Replacement of Personnel
a) Except as the Client may otherwise agree, no changes shall be made in the Key Personnel. If for any reason
beyond the reasonable control of the Consultants, it becomes necessary to replace any of the Personnel, the Consultants, shall forthwith provide as a replacement a person of equivalent or better qualifications acceptable to the Client, such replaced person shall be inducted only after approval by the Client;
b) If the Client (i) finds that any of the Personnel has committed serious misconduct or has been charged with having committed a criminal action, or (ii) has reasonable cause to be dissatisfied with the performance of
any of the personnel, then the consultants shall, at the Client ‟ s written request specifying the grounds
therefore, forthwith provide as a replacement a person with qualifications and experience acceptable to the
Client.
5. OBLIGATIONS OF THE CLIENT
5.1 Assistance and Exemptions
The Client will assist to consultant in grant of following from Government:
(a) Provide the Consultants, the sub-consultants and Personnel with work permits and such other documents
as shall be necessary to enable the Consultants, sub-Consultants and Personnel to perform the Services; (b) Assist the Consultants, sub-Consultants and the Personnel employed by them for the Services from any
requirement to register or obtain any permit to practice their profession or to establish themselves either individually or as a corporate entity according to the Applicable Law;
(c) Grant to the Consultants, any sub-Consultants and the Personnel of either of them the privilege, pursuant to the Applicable Law, of bringing into State of Madhya Pradesh reasonable amount of currency for the purposes of the Services or use of the personnel and their dependants and of withdrawing any such amounts as may be earned therein by the Personnel in the execution 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 State of Madhya Pradesh in respect of which access is required for the performance of the Services.
5.3 Payment
In consideration of the Services performed by the Consultants under this agreement, the Client shall make to the Consultants such payments and in such manner as is provided by GC Clause 6 of this agreement.
6. PAYMENTS OF THE CONSULTANTS
6.1 The payment shall be made as per schedule given in Para- 6 of T.O.R.
6.2 Currency of Payment
Except as may be otherwise agreed between the Client and the Consultants all payments under this agreement shall be made in Rupees only. The payments shall be made by Cheques.
6.3 The made of billing of payment shall be as below (i) On acceptance of work programme (10 days) 20%
(on submission of B.G. of equal amount)
(ii) On submission of preliminary report (1 Month) 50%
(iii) On submission of final report (3 Months) 30% (iv) Balance 20% on acceptance of final report
6.4 Recovery
Any sum falling due or any loss caused due to this agreement shall be recoverable by the client from the consultant as if it were arrears of land revenue.
7. FAIRNESS AND GOOD FAITH
7.1. Good Faith
The Parties undertake to act in good faith with respect to each other‟ s rights under this agreement and to adopt all reasonable measures to ensure the realization of the objectives of this agreement.
7.2. Operation of the Agreement
The parties recognize that it is impractical in this agreement to provide for every contingency which may arise during the life of the agreement, and the parties hereby agree that it is their intention that this agreement shall operate fairly as between them, and without detriment to the interest of either of them and that if during the term of this agreement either party believes that this agreement 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 on failure to agree on any action pursuant to this Clause shall give rise to a dispute subject to arbitration in accordance with GC Clause 8 thereof.
8. SETTLEMENT OF DISPUTES
8.1. Amicable Settlement
The parties shall use their best efforts to settle amicably all disputes arising out of or in connection with this agreement or the interpretation thereof.
8.2 Dispute Settlement
Any dispute between the parties as to matters arising pursuant to this agreement, which cannot be settled
amicably within thirty (30) days after receipt, by one party of the other party‟ s request for such amicable settlement may be submitted by either party for settlement in accordance with the provisions specified in the SC.
IN WITNESS THEREOF, the parties hereto have caused this agreement to be signed in their respective names of the day and year first above written. FOR AND ON BEHALF OF THE CLIENT BY Authorised Representative Witness: FOR AND ON BEHALF OF THE CONSULTANTS BY Authorised Representative Witness:
SPECIAL CONDITIONS OF CONTRACT (SCC)
Number of Amendments of, and Supplements to, Clauses in the General Conditions
GC Clause of Agreement:
2.1 --------
2.2 The time period shall be 15 days unless any other time period parties may agree in
writing.
2.3 The time period shall be 15 days unless any other time period parties may agree in
writing.
2.4 The time period shall be 3 months unless any other time period parties may agree
in writing.
3.9 The Consultants shall not use these documents for purposes unrelated to this
agreement without the prior written approval of the Client.
8.2 If any dispute or difference of any kind whatsoever shall arise in connection with
or out of this contract and which is not amicably settled between consultant and
General Manager as per provisions of Clause 8 of the agreement the same shall be
referred for settlement to the dispute redressal committee which shall consist of
the following: - �
Chief Executive Officer, MPRRDA – Chairman �
Chief General Manager of the respective zone. – Member �
General Manager (tech.) Member Secy. The committee shall give its decision within 60 days.
Any party not satisfied with the decision of the committee shall be free to refer the case to the Arbitration Tribunal constituted under M.P. Madhyastham Adhikaran Adhiniyam 1983
Form of Bank Guarantee for Performance Security (To be used by approved scheduled banks)
1. In consideration of the Chief Executive Officer/General Manager Madhya Pradesh Rural Road Development Authority (hereinafter called “the Authority) having agreed to exempt M/s…………. (Herein after called “the said consultant(s)”) from the demand, under the terms and conditions of an Agreement dated………….. made between ……………… And ……………………… …………………………….(hereinafter called “the said Agreement”) for performance/security deposit for the due fulfillment by the said consultant(s) of the terms and conditions contained in the said agreement on production of Bank Guarantee for (Rupees…………..only). We……………………………. Bank Limited (hereinafter referred to as “the Bank”) do hereby undertake to pay to Authority an amount not exceeding Rs………………………………………. Against any loss or damage caused to or suffered or would be caused to or suffered by the Authority by reason of any breach by the said Contractor (s) of any terms of conditions contained in the said agreement. 2 We……………………………Bank Limited, do hereby undertaken to pay the amount due and payable under this guarantee without any demure merely on a demand from the Authority starting that the amount claimed is due by way of loss or damage caused to or suffered by the Authority by reason of any breach by said Consultant(s) of any of the terms or conditions Contained in the said agreement or by reason of the Consultant(s) failure to perform the said agreement. Any such demand made on the bank shall be conclusive as regard the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs…………………. 3. We …………………. Bank Limited further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all dues of the Authority under or by virtue of the said Agreement have been fully paid and its claim satisfied or till Authority certifies that the terms of the said agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges the guarantee. Unless a demand or claim under this guarantee is made on in writing on or before the ……………………… we shall be discharged from all liability under this guarantee thereafter. 4. We……………………………………Bank Limited further agree with the Authority that the Authority that the Authority shall have the fullest liberty without our consent and without effecting in any manner obligations her under or very any of the terms and condition of the said agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Authority against the said contractor (s) and to force-bear or enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved from our liabilities by reasons of any such variation of extension having granted to the said contractor (s) for any forbearance act, or commission on the part of the Authority or any indulgence by the Authority of the said contractor (s) or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us. 5. We bank …………….. hereby also undertake to have the signature of Branch Manager issuing the Bank Guarantee verified from the local branch of the bank in M.P. 6. We …………………Bank Limited Lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Authority in writing. Dated the
……………………………dayof…………………..20.......For ……………............…………………… Bank Limited.
MPRCP -- Social Impact Statement
Name of Target Village…………………..
Total Population …………………………
S.T. Population …………………………… MPRCP -- Social Impact Statement
1 2 3 4 5 6 7 8 9 10 11 12
Road Nam
e of
Bloc
k,
Distr
ict
Is
it
in a
Tri
bal
blo
ck
(Y/
N)
Len
gth
(in
km)
Land
Tran
sfer
requi
red
(Y)
Land
Area
(in
m2)
and
type
of
land
(farm
land/
home
stead
/
com
muni
ty/
Othe
r)
Any
impa
ct on
roads
ide
struc
tures1
(Y/N)
Ty
pe
of
Str
uct
ure
(Pr
iva
te/
co
m
mu
nit
y)
Exten
t of
impac
t in
%2&
(Area
in m2)
Does
Habitat
ion’s
share of
ST
populat
ion
exceed
10%
total
populat
ion
(Y/N)
If response
to 10 is Yes,
then indicate
if FPIC3 was
conducted
and broad
community
consent was
obtained for
project
(Y/N)
Remark
s
1Roads side structures are all private or community owned structures such as handpumps, wells, toilets cultural religious
sensitive structures (shrines, etc.); residential, commercial, community structures or their front area or compound walls
(particularly relevant in case road is going through village habitation area)
2Extent of Impact: % of the affected area out of the total area
3As per Vulnerability Framework of MPRCP, Free Prior Informed Consultation (FPIC) and assessment of broad community
support is required as per World Bank’s Operational Policy 4.10 on Indigenous (Tribal) Peoples
Annexure 3: Format for Recoding Consultation
District: Village:
Road No. Date:
Road Name Time:
Venue: Duration:
1. Project Description
2. Issues raised by the community and responses provided
Issues:
Response by PIU/ PRI
3. Key Issues
(i)
(ii)
(iii)
Conclusion by PRI representatives
4. : The PIU shall summarize the issues.
5. : Conclusion by the PRI representatives and attendance of the participants.
On a separate sheet mark the attendance at the meeting in the following format
47
S.No.
Community
PIU/PRI
Name of Person
and Village of
residence
Male
(M)/Female (F)
SC/ST
Signature
Name and
Designation of
Official
Signatu
re
3(A)
Sample Format for Information of Transect Walk and Consultation with Community
Name of Road ………… Length …………. Village ……. Distt. ………… Date …………….
No of Person present in transect Walk ……………………………………….
No of person present in Meeting /Consultation ……………………………………………..
Male……. Female ……… SC………. ST………
S.NO Transect Walk on Suggestion raised by villagers
Status of
suggestion
Acceptable /Not
Acceptable
Remarks ( reason
for not acceptance)
1 0 To 200
2 200 To 400
3 400 To 600
4 600 To 800
5 800 To 1000
6
7
8
9