government of madhya pradesh - mprrda.commprrda.com/business/dpr_document_pmgsy-2_march17.pdf · of...
TRANSCRIPT
GOVT. OF MADHYA PRADESH MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY
5th
Floor, BLock-II, Paryawas Bhavan, Arera Hills, Bhopal (M.P.) – 462 011
(An agency of Panchayat & Rural Development Department, Govt. of M.P.)
TENDER DOCUMENT
INVITATION FOR CONSULTANCY SERVICES FOR PREPARATION
OF DETAILED PROJECT REPORT OF ROADS UNDER PMGSY-II
M.R. No……………………………….. date…………………………….
ISSUED TO: ........................................................
........................................................
........................................................
........................................................
........................................................
........................................................
ISSUED BY:
MADHYA PRADESH RURAL ROAD
DEVELOPMENT AUTHORITY, BHOPAL
March -2017
2
INDEX
PERTICULAR PAGE NO.
1. NOTICE INVITING OFFERS 3-5
2. ANNEXURE-I (Special Condition) 6-7
3. INSTRUCNTION TO BIDDER (ITB) 8-14
4. ANNEXURE-III (List of GM) 15-18
5. TERMS OF REFERENCE (TOR) 19-25
6. APPENDIX-I - (Composition of Team & General Qualification) 26-28
7. APPENDIX-II (A) (Firm Organizational Structure) 29
8. APPENDIX-II (B) (Details of the works executed as consultant 30
(in the same name) during last 5 years (including current year)
9. APPENDIX-II (C) (Information regarding existing 31
commitments and ongoing works)
10. APPENDIX-III (Format for CV) 32-33
11. APPENDIX-IV (Financial Proposal) 34
12. APPENDIX-V (Agreement) 35-37
13. APPENDIX-VI (CPF) (MAIN) 38-69
14 General Condition Of Contracts (GCC) 70-80
15. Special Condition Of Contracts (SCC) 81
16. ANNEXURE-IV (Form of Bank Guarantee for Advance Payments) 82-83
17. FORMATS (F-2A to F8 M-2) 84-92
18. ANNEXURE-II (DPR TEMPLATES) 93-189
3
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, Arera Hills, Bhopal (M.P.) - 462 011
DETAILED NOTICE INVITING TENDER FOR DPR CONSULTANCY
No./............../22/D-12/DPR-Cons/MPRRDA/17 Bhopal, Date : ...../...../2017
NOTICE INVITING OFFERS FROM CONSULTANTS FOR PREPARATION OF
DETAILED PROJECT REPORT FOR ROADS/BRIDGES (D.P.R.) UNDER PMGSY-II
M.P.R.R.D.A. a premier agency of Govt. of Madhya Pradesh has successfully
completed rural roads of about 65000 Km. under PMGSY-I. MPRRDA intends to
undertake the services of the expert consultants for preparation of detailed project report
for up-gradation of about 5000 Km. road under PMGSY-II.
Sealed tenders are invited from the reputed Consultants for survey, investigation
and preparation of DPR for up-gradation of Rural Roads under Pradhan Mantri Gram
Sadak Yojna-II in Madhya Pradesh as per details in the table given below:-
S.
No. Package No. Name of
District PIU Tentative
Road
Length
(in Km.)
Call EMD
(in
Rs.)
Nodal
PIU
1 2 3 4 5 6 7 8
1. To qualify for award of work consultants should have successfully completed
preparation of D.P.R. of any one project more than Rs. 75 crores or minimum 200
Kms. of rural roads in any one year during last ten years. However, for packages
having road length more than 400 Kms. qualifications criteria will be as detailed in
Tender document and other conditions for award of work will be as per Tender
document.
2. No consultants will be allotted work of more than two packages.
3. The financial proposals are invited per Km. of road length inclusive of all Cross
Drainage works/Bridges/VCW/FCWs. (excluding exploratory boring for bridges,
rates for boring shall be applicable as per PWD bridge SOR effective from (Date)
and amended up to date of NIT). Estimates of concrete road shall also be prepared
for such road as may be identified by the PIU. DPR should comply all the
requirements of standard DPR template attached and Annexure-II
4. The time limit for completion of consultancy service is 03 Months including rainy
season from the date of Work Order.
DPR should be submitted in batches as per priority decided by GM PIU and the
whole work is to be completed within the time limit specified above.
5. Road length given is tentative. There may be variation up to + 25%.
6. Special Condition which are to be strictly followed by consultant are given in
the Annexure-I to this NIT.
4
7. The bid documents can be purchased upto 4.00 pm on (date) from the Office,
MPRRDA Paryavas Bhavan, Arera Hills, Bhopal (M.P.). On payment of Rs. 5000/
for each package by DD or Cash. Bid document may also be downloaded from our
web site prd.mp.gov.in/rrda. In such case cost of bid document will have to be
submitted in the form of DD with tender.
8. Last date of receipt of completed offers is (Date) upto 3.00 P.M. and Technical
offers will be opened on the same day at 3.30 P.M. in the presence of consultant(s)
representative(s) who choose to be present. The Technical Evaluation will be done
first and financial offers of only qualified bidders will be opened on (Date) at 15.30
P.M. in 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.
9. Bidder has to submit affidavit duly notarized stating that :-
(i) Information furnished with the tender is true and correct to the best of
my knowledge and belief. If any information is subsequently, even after
award of work, is found to be incorrect, MPRRDA may forfeit EMD &
debar from future tendering.
(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.
10. Certificate of client that work was satisfactory completed within the given/extended
time limit should be attached.
11. Technical bid should be submitted duly page number and indexed. Technical bid
submitted otherwise or any information not found on the page number given in the
index may not be considered.
Key Dates
S. No Stages Date & Time
1 Purchase of tender Start Date ……………..
2 Pre-bid meeting …………….. 12:30 PM
3 Purchase of tender End Date …………….. 17:30 hrs
4 Bid submission End Date …………….. 15:00 hrs
5 Technical Proposal open Start Date
and Time …………….. 15:30 hrs
6 Financial bid open Start Date and
Time ……………..15:30 hrs
Chief General Manager
M.P. Rural Road Development Authority
Bhopal
5
Endt. No./……../22/D-12/DPR-Cons/MPRRDA/17 Bhopal, Date : ...../...../2017
Copy to:
1. Secretary, Ministry of Rural Development, Rural Development Departments Govt. 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, Satpura Bhawan, 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
6
ANNEXURE-I, to Detailed NIT
SPECIAL CONDITION
1. These are existing roads, and in some roads widening upto 5.5 m. carriageway
and up-gradation, as per traffic intensity will be required. Such roads are to be
identified in consultation with GM concerned. For such roads, a strip plan
showing the sides, identifying left or right, for widening of carriage way and top
width separately, should be submitted with DPR.
2. Existing crust thickness available for construction at every 200 m. with cross
section should also be submitted. Photographs of specified interval also to be
attached with DPR.
3. DPR should include
(i) Plan showing toe width at every 25 m. and at curve @ 10 m.
(ii) Design of curve /Horizontal /Vertical/ with design & land width required,
length of curves and design speed also be mentioned.
(iii) CC pavement location and design. Design according to traffic should be
done, provision of over lay course on existing damaged CC road has to
be made as per requirement.
(iv) Road safety/social and environmental safe guard issues. As per ADB
guidelines issues of Road Safety, Social and Environmental Safeguards
are to be addressed.
4. The consultant has to demonstrate the software which he will use for calculation
of quantities required for construction of roads, before drawing the agreement.
5. Consultant has to establish fully equipped lab for testing of soil and material to be
used for construction at PIU level before starting the survey work. The following
minimum equipment should be available in the lab of consultant.
a. All sieves required for grain size analysis.
b. Equipment required for test of consistency limits of soil.
c. Proctor compaction test kit.
d. C.B.R. testing Machine.
6. The consultant has to test at least two soil sample for every km of road and at
least two sample of each quarry suggested for construction material. Consultant
will take samples of soil in the presence of PIU Engineers authorized by General
Manager.
7. Consultant will examine adequacy and soundness of the existing bridge/CD
structures and suggest widening, strengthening, rehabilitation or construction of
new structure as may be necessary. Consultant proposal will contain full
technical/ hydraulic data in support of his suggestion.
7.1 Separate drawing/design and estimate of all culverts/bridges between
15m to 30m length (between the face of abutments), Consultant will
submit separate DPR after conducting necessary survey and soil
investigations with complete hydraulic data and calculations in the
DPR.
7
7.2 Location of all existing culverts/bridges is to be given in the DPR.
7.3 Where ever the length of Bridge is 30 m to 60 m, consultant will submit
proposal after conducting necessary survey with complete hydraulic data
and calculation in the DPR. For Foundation Investigation Consultant shall
take 100 mm dia exploratory bore at three locations one in the center and
two in other suitable locations as per site conditions where ever required in
all types of strata as per IRC-78- 1983 and section 2400 of specifications.
Consultant will have to attach, the site plan indicating location and depth
of each bore. Rates for boring shall be applicable and payable as per PWD
bridge SOR effective from 03/11/2014 and amended up to date of
NIT). More than 60 m length bridges will be out of the scope of the
consultant. Chief General Manager will decide the length of the bridge if it
is more than 60 m.
8. Consultant has to submit the road wise detailed programme of their survey party,
Pavement Engineer cum Road Safety Expart, Structural Engineer, Environmental
expert. & Social expert visit and get the approval of General Manager. So that
PIU Engineer may also accompany them and verify the work done or proposed as
per site condition. 9. DPR should include :
(i) Detail of Transit walk survey and consultation community with
documentation & photographs.
(ii) Site photographs at every 100 m.
(iii) Traffic survey data.
(iv) Road safety measures required.
(v) Utility shifting, Electric line raising, pole shifting etc. as per requirement
10. These conditions will prevail over the conditions of TOR / DPR Template if they
are contradictory to each other.
8
Instruction to Bidders (ITB)
Subject: - Consultancy for survey investigation and preparation of DPR
for construction / up-gradation of rural roads including CDs,
bridge, vented causeways & Box culverts in Madhya Pradesh
under PMGSY-II.
1 INTRODUCTION: -
1.1 The MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY is
an agency of Govt. of M.P. Rural Development Department. The authority has
project implementation units in all the Districts of the State.
1.2 You are invited to submit technical and financial offers for consultancy services
required for Survey investigation and preparation of DPRs for the works of
construction / up-gradation of rural roads including CDs, Medium bridge, vented
causeways & Box culverts in Madhya Pradesh under PMGSY-II. Your proposal
will form the basis for ultimately drawing a contract between your firm and the
client.
Consultant who have successfully completed preparation of DPR of any one
project costing more than 75 crores during last five years (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 length up to 400 kms.
For packages having road length of more than 400 kms consultants should fulfill
the following qualification criteria
(a) He should have completed preparation of DPR of a project costing Rs. 100.0
crores or more during a year in last 5 years.
or
he should have completed DPRs of more than 400 kms in a year during last 10
years.
(b) He should be in a position of deploy at least 2 teams at a time for the job and for
this purpose he should submit CVs of two Team Leaders, two Pavement
Engineers and two Asst. Material Engineer.
Past performance of the consultant, their capacity and work in hand will also be
taken into account for award of work. For this purpose consultant should submit
details of the similar work done in last 3 years‟, certified financial turnover of
last 3 years‟ and work in hand to be completed in next 4 Months
1.3 To obtain first hand information of the assignment and local conditions,
you are requested to pay a visit to the project site and 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.
9
1.4 Please note that;
1.4.1 Cost of preparing the proposal including visits to the Client and the
project area, are not reimbursable as a direct cost of the assignment.
1.4.2 Client is not bound to accept any of the proposals submitted.
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).
1.5.3 By a duly authorised person holding the Power of Attorney in case
of a limited company or a corporation (A certified copy of the Power
of Attorney shall accompany the proposal).
2 DOCUMENTS: -
2.1 The complete tender documents consist of Detailed NIT and;
(a) Instruction to Bidders (ITB)
(b) Terms of Reference (TOR)
(c) General conditions of contract
(d) Special conditions of contract
(e) Annexure-I : Special Condition
(f) Annexure-II : DPR Template
(g) Annexure-III : List of GM with their mobile no.
(h) Annexure-IV : Form of Bank Guarantee for Advance
Payment
(i) Appendix-I : Composition of Team & General
Qualification
(j) Appendix-II (A) : Firm Organizational Structure
(k) Appendix-II (B) : Details of the works executed as
consultant (in the same name) during last
5 years (including current year)
(l) Appendix-II (C) : Information regarding existing
commitments and ongoing works (m) Appendix-III : Format for CV
(n) Appendix-IV : Financial Proposal
(no) Appendix-V : Agreement Form
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 an invited consulting firm, modify the Documents by
amendment. The amendment will be notified in writing or Tele-fax to all
the invited Consulting firms and will be binding on them. The client may at
his discretion extend the deadline for submission of the proposals.
10
3. PREPARATION OF THE 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 instructions
included in the Documents. Failure to provide all or any of the
requested information will be at your risk and may result in the
rejection of your proposal.
3.1.2 During preparation of the technical proposal, you must give particular
attention to the following: -
(i) Total assignment period is indicated in the Terms of
Reference (TOR). You should feel free to make your own
assessment considering the requirement of the work out put as per
the requirement of the TOR, including your assessment of the
support personnel both technical and administrative and submit your
proposal on the basis of assignment and period of completion which
you consider necessary to undertake the assignment. However, the
consultant will have to deploy minimum number of key persons as
indicated in 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 be submitted 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 key professional staff on this assignment.
(v) All reports must be in the English language except
communality consultation report in Hindi language .
3.1.3 Your technical proposal shall include but be not limited to the
following:
(i) Firm‟s organization, structure and relevant experience
(including details of the previous experience and details of ongoing
works in Appendix-I & II.
11
Complete Profiles of the firm need not to be attached with each bid.
However, CVs. of the key personnel proposed for each
package/team should be attached.
(ii) Any comments or suggestions on Terms of Reference and
data.
(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 consultancy team shall be as under ;
(a) Team Leader cum Highway Engineer.
(b) Pavement Engineer.
(c) Material Engineer.
(d) Road Safety Expert.
(e) Environment and Social Expert.
(f) Surveyors, other staff and Vehicle.
(vi) The composition of the proposed team/teams and task
assignment to individual members: The general description of
qualification, experience and tasks to be performed by the various
experts are given in Appendix –II. The tasks to be assigned to each
member of the proposed team should be decided by the Consultant.
The Consultant should take into account the various stipulations in
the Terms of Reference and assign tasks to individual members of
the team.
(vii) 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 Appendix-III.
(viii) 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.
12
3.2 Financial Proposal
3.2.1 The financial proposal shall be submitted as cost per km. of road
length as detailed in Appendix-IV.
3.2.2 Financial proposals will include component of key personnel and
supporting staff as well as the lump sum component (i.e. support staff,
transportation, equipment, vehicles, communication facilities etc.).
The format for the financial proposal is given in Appendix-IV. The
expected inputs and the minimum requirements/standards to be
maintained for the lump sum component is furnished in the above
mentioned Annexure.
3.2.3 The financial proposals shall be prepared to cover the tasks mentioned
in the TOR and also the tasks you may think should be carried out in
order to meet the objective of the project.
3.2.4 The financial proposals shall take into account the tax liability and
cost of insurance, if any, specified in the TOR.
3.2.5 The payment shall be made in Indian Rupees by MPRRDA by
cheque. The Bank commission etc. shall be borne by the consultant.
4. Submission of Proposals: -
4.1.1 Proposal will be sealed in an outer envelope, which will bear the address and information indicated in the Data sheet.
4.1.2 The 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".
4.1.3 The technical and financial proposal must be 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 person or persons signing the proposal must initial all the pages of the Technical and Financial proposal.
4.1.4 The proposal must not contain inter lineation 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.
4.1.5 Your completed Technical and Financial proposal must be delivered on or before the specified time and date.
4.1.6 Your proposal must be valid for 90 days from the closing date during which you must maintain available the professional staff proposed for the assignment.
4.1.7 The Consultant must submit Earnest Money for an amount as shown in Detailed NIT for the particular package. The Earnest money shall be pledged in favour of M.P. Rural Road Development Authority, in one of the forms mentioned below: -
13
1. Demand Draft of any Scheduled Commercial Bank. 2. Fixed/Term Deposit receipt of any Scheduled Commercial
Bank (other than Cooperative Bank). 4.1.8 The proposal/s not accompanied by proper Earnest Money, will not be
opened and shall be returned unopened.
4.1.9 Earnest Money of unsuccessful consultants will be returned within 28 days of the end of the validity period of the offer.
4.1.10 The Earnest Money of the successful consultants will be discharged/adjusted when consultant has signed the agreement and furnished the required performance security.
4.1.11 The Earnest Money may be forfeited
a. If the Consultant withdraws the offer after submission during the period of tender validity.
b. In the case of a successful Consultant, if the Consultant fails within the specified time limit to
(i) Furnish the required Performance Security and Sign the Agreement;
5 Proposal Evaluation: -
A two-stage procedure will be adopted in evaluating the proposals;
(i) A technical evaluation, which will be carried out prior to opening the
financial proposals;
(ii) A financial evaluation,
5.1 Evaluation of Technical Proposal: -
The evaluation committee appointed by the Client will carry out evaluation
of technical proposals.
5.2 Evaluation 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 competent authority reserve all
rights to accept or reject any or all proposals without assigning reason for
their decision.
14
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: -
7.1 The 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 as given in Appendix-V. The consultants shall have to
procure stamp paper of required amount to draw the agreement over it.
7.2 The selected Consultant is expected to commence the assignment on the
date and at the location specified in the LOI.
8. Contact Persons: -
1. Shri D.K Pachori,
Chief General Manager Ph. No. 0755-2551751, Fax 0755-2573396.
E-mail: [email protected]
2. R.S. Bajpai
Financial Advisor, Ph No. 0755-2571562,, 0755-2573396,
E-mail: [email protected]
3. Shri A.K Nagaria
General Manager Ph, 0755-2554522,
E-mail: [email protected]
4. General Manager of Programmer Implementation Units, list attached-
Annexure-III.
15
Annexure-III
List of GM
S.
N.
CGM District Name of PIU Name of the
General
Managers
Mobile No. STD
Code
Phone
No.
Fax No. Addl.
Charge
Email_ID
1 2 3 4 5 6 7 8 9 10 11
1 Ujjain Agar Agar
(Shajapur-2)
Shri Sanjay
Pandit
9425107976 7362 258597 gmagarpiu@redi
ffmail.com
2 Indore Alirajpur Alirajpur 7394 234714 234056 Shri S.K.
Sirothia
piualirajpur@red
iffmail.com
3 Rewa Anuppur Anuppur Shri Anil
Kumar
Shrivastava
9425467814 7659 296553 222880 gmanuppur@red
iffmail.com
4 Gwalio
r
Ashoknaga
r
Ashoknagar-1 Shri S.K.
Khare
9425304941 7543 220757 221033 gmrrda_ask@red
iffmail.com
5 Gwalio
r
Ashoknaga
r
Ashoknagar-2 Shri
V.K.Shrivas
tava
9425003285 7543 220012 gmrrda_asktwo
@rediffmail.com
6 Jabalp
ur
Balaghat Balaghat-1 Shri K. M.
Verma
9424977077 7632 240600 241079
240987
gm_bgtpiu1@re
diffmail.com
7 Jabalp
ur
Balaghat Balaghat-2 7632 240334 K. M.
Verma
gm_bgtpiu.2@re
diffmail.com
8 Indore Barwani Barwani-1 Shri.
S.P.Saole
8223073777 7290 224532 223154 pmgsybarwani@
rediffmail.com
9 Indore Barwani Barwani-2
(Sendhwa)
8223073777 7281 222987 224383 Shri.
S.P.Saole
pmgsysendhwa
@rediffmail.com
10 Bhopal Betul Betul-1 Shri
V.K.Kshetra
pal
9425910022 7141 231733 233703 piubetul@rediff
mail.com
11 Bhopal Betul Betul-2 Shri Sharad
Kumar Soni
9826437255 7141 233034 piubetul2@rediff
mail. com
12 Bhopal Betul Betul-3
13 Gwalio
r
Bhind Bhind-01 9425341093 7534 241497 240301 Shri S. S.
Adhwaryu
mprrdabhi@redi
ffmail.com
14 Gwalio
r
Bhind Bhind-02 Shri S. S.
Adhwaryu
9425341093 mprrdabhi@redi
ffmail.com
15 Bhopal Bhopal Bhopal Shri Vijay
Gupta
9425140789 755 242759
6
273877
4
gmrrdabpl@hot
mail.com
16 Indore Burhanpur Burhanpur Shri K.L.
Kachhawa
94254-15347 7325 251751 256614 gmrrdaburhanpu
m
17 Sagar Chhatarpur Chhatarpur-1 Shri
Mr.F.J.Khan
9425002570 7682 249068 240476 piuchhatarpurno
18 Sagar Chhatarpur Chhatarpur-2
19 Jabalp
ur
Chhindwar
a
Chhindwara 1 7162 220277 248958 Shri
V.K.Viz
gmrrdachw@hot
mail.com
16
20 Jabalp
ur
Chhindwar
a
Chhindwara -
2
Shri R.K.
Singh
9424767559 7162 225520 225520 piu2chhindwara
@hotmail.com
21 Jabalp
ur
Chhindwar
a
Chhindwara-
3
7162 247290 247290 Shri R.K.
Singh
piu3chhindwara
@hotmail.com
22 Jabalp
ur
Chhindwar
a
Chhindwara-
4
Shri
V.K.Viz
9424631509 7162 230512 230512 piu5chhindwara
@hotmail.com
23 Sagar Damoh Damoh-1 Shri A.K.
Jain
7812 227312 229260
223607
229000
gmrrdadamoh@r
ediffmail.com
24 Sagar Damoh Damoh-2
25 Gwalio
r
Datia Datia Shri
A.K.Jain
9826547307 7522 238802 238802 gmpiudatia@red
iffmail.com
26 Ujjain Dewas Dewas-1 Shri
K.K.Choure
9425193218 7272 254952 250060 rrdadws@rediff
mail.com
27 Ujjain Dewas Dewas-2 Shri
P.C.Mukati
9425610624 7572 254953 rrdapiu2dws@g
mail.com
28 Indore Dhar Dhar-1 Shri J.K.
Nagar
9425087890 7292 222732 233756 piudhar@rediff
mail.com
29 Indore Dhar Dhar-
2(Kukshi)
Shri Ashok
Kumar
Choudhary
9826277790 7292 234813 234813 piu_kukshi@yah
oo.com
30 Indore Dhar Dhar-3 Shri S.K.
Sirothia
9425408108 7292 234238 233756 piudhar3@rediff
mail.com
31 Jabalp
ur
Dindori Dindori-1 Shri
A.S.Raghuv
anshi
9425174588 7644 234401 234838 gmrrdadindori@
rediffmail.com
32 Gwalio
r
Guna Guna-1 Shri Pramod
Kumar
Ghosh
9425779602 407776 gmrrdaguna@re
diffmail.com
33 Gwalio
r
Guna Guna-2 Shri
Anurodh
Shrivastava
7509112427 7542 250330 254420 gmrrdaguna2@r
ediffmail.com
34 Gwalio
r
Guna Guna-3
35 Gwalio
r
Gwalior Gwalior Shri K.K.
Khare
9425677638 751 223702
4
234488
9
gmrrda_gwl@re
diffmail.com
36 Bhopal Harda Harda-1 94075-56185 7577 225380 223980 Shri
J.K.Gupta
hardagm@rediff
mail.com
37 Bhopal Harda Harda-2
38 Bhopal Hoshangab
ad
Hoshangabad
-1
Shri N.K.
Pitalia
94253 93711 7574 251978 253768 hbadgm12@redi
ffmail.com
39 Bhopal Hoshangab
ad
Hoshangabad
-2
40 Indore Indore Indore Shri Ashok
Chawla
9425921350 731 243683
3
253558
3
gmrrdaindor@re
diffmail.com
41 Jabalp
ur
Jabalpur Jabalpur-1 Shri
B.C.Saxena
9425185075 761 262149
3
262027
3
gmrrdajbp@hot
mail.com
42 Jabalp
ur
Jabalpur Jabalpur-2
43 Indore Jhabua Jhabua-1 9406864277 7392 244345 244939 Shri R.S.
Tomar
rrdajha@rediffm
ail.com
44 Indore Jhabua Jhabua-2
45 Jabalp
ur
Katni Katni Shri S. S.
Kashyap
9425825117 7622 220818 229021 gmmprrda_katni
@rediffmail.com
17
46 Indore Khandwa Khandwa Shri Jeevan
Kumar
Gupta
94075-56185 733 224602
0
224688
0
gmmprrdakhand
om
47 Indore Khargone Khargone-1 Shri
Anupam
Saxena
9425113548 7282 235181 235397 [email protected]
48 Indore Khargone Khargone-2
(Maheshwar)
D.K.Farkya 9425103883 7282 250143
273424
maheshwarrrda
@rediffmail.com
49 Jabalp
ur
Mandla Mandla Shri Arshad
said Khan
9425644428 7642 253752 251214 gmrrdamndl@re
diffmail.com
50 Ujjain Mandsour Mandsaur-1 Shri Yashpal
Joshi
9425327511 7422 222488 223183 gmrrda_mds@re
diffmail.com
51 Ujjain Mandsour Mandsaur-2
52 Gwalio
r
Mourena Morena Shri
R.K.Kori
9826377405 7532 231628 233970 mprrdamrn@gm
ail.com
53 Jabalp
ur
Narsingpur Narsinghpur
1
9425152241 7792 231293 233735 Shri Sudip
Shrivastav
a
gmmprrdansp@
yahoo.com
54 Jabalp
ur
Narsingpur Narsinghpur
2
Shri Sudip
Shrivastava
9425152241 7792 231241 narsinghpurpiu2
@yahoo.in
55 Ujjain Neemuch Neemuch 9425327511 228967 Shri
Yashpal
Joshi
gmrrda_nmh@y
ahoo.co.in
56 Sagar Panna Panna-1 Shri
C.N.Gupta
9425174903 7732 254019 252424 gmpanna@rediff
mail.com
57 Sagar Panna Panna-2 Shri
R.P.Narwari
a
9971598598 7732 255322 gmpannapiu2@r
ediffmail.com
58 Bhopal Raisen Raisen-1 Shri K.K.
Verma
94254-26806 7482 222516 223351 gmpiuraisen@re
diffmail.com
59 Bhopal Raisen Raisen-2 Shri
D.K.Tripathi
9407879819 gmpiuraisen2@r
ediffmail.com
60 Bhopal Rajgarh Rajgarh Shri V.K.
Dhagat
9425614050 7372 254047 254014 gmpiu_rajgarh2
@rediffmail.com
61 Ujjain Ratlam Ratlam-1 Shri R.S.
Tomar
9406864277 7412 264348 263682 gmrrdartlm@red
iffmail.com
62 Ujjain Ratlam Ratlam-2
63 Rewa Rewa Rewa-1 Shri R.K.
Dave
9407021465 7662 421121 422485 gmpiurew@yaho
o.co.in
64 Rewa Rewa Rewa-2
(Mauganj)
Shri V.P.
Yadav
9425304105 7663 270027 270060 piumau2007@re
diffmail.com
65 Sagar Sagar Sagar-1 Shri P.K.
Sharma
9425132589 7582 241970 240499 mprrdasgr@yah
oo.com
66 Sagar Sagar Sagar-2 Shri Rajesh
Kumar
Chouksey
9425146968 7582 236229 mprrdasgr2@gm
ail.com
67 Rewa Satna Satna-1 Shri Pradeep
Pathak
9425434919 7672 227539 227370
229724
gmpiusatna@red
iffmail.com
68 Rewa Satna Satna-2
69 Bhopal Sehore Sehore Shri Y.K.
Saxena
9425141605 7562 224734 224724 gmrrdasehore@r
ediffmail.com
70 Jabalp
ur
Seone Seoni-1 Shri S.K.
Shrivastava
9424308158 7692 225293 222398 gmrrdaseoni@re
diffmail.com
18
71 Jabalp
ur
Seone Seoni-2 Shri Manoj
Yadav
8989792308 7692 222423 224735 gmpiuseoni2@re
diffmail.com
72 Jabalp
ur
Seone Seoni-3 Shri
J.P.Mehra
9425015891 7692 224440 - gmpiuseoni3@re
diffmail.com
73 Rewa Shahdol Shahdol Shri
Ramakant
Gupta
9425171819 7652 248748 241913 piushahdol@yah
oo.com
74 Ujjain Shajapur Shajapur Shri
D.D.Pandey
9425101199 7364 222021 227824 gm_shajapurpiu
@rediffmail.com
75 Gwalio
r
Sheopur Sheopur Shri Rajesh
Kumar Jain
9425402811 7530 223506 222212 gmrrdasheopur
@rediffmail.com
76 Gwalio
r
Shivpuri Shivpuri-1 Shri Parvez
Husain
9575461755 7492 233485 232300 gmrrdasvp@yah
oo.co.in
77 Gwalio
r
Shivpuri Shivpuri-2 Shri O.P.
Dashora
9425093615 7549 222036 gmrrdasvp2@re
diffmail.com
78 Rewa Sidhi Sidhi Shri
Ratnakar
Chaturvedi
9425868746 7822 251049 251270 gmpiusidhi1@re
diffmail.com
79 Sagar Tikamgarh Tikamgarh Shri
Satyendra
Shrivastava
94251-35983 mprrdatkg@redi
ffmail.com
80 Ujjain Ujjain Ujjain-1 94259-21350 734 252566
8
251164
5
Shri.
Ashok
Chawla
gmujjain@rediff
mail.com
81 Ujjain Ujjain Ujjain-2 Shri K.B.
Purohit
9425057293 734 252403
0
gmrrdaujjain2@r
ediffmail.com
82 Rewa Umaria Umaria-1 7653 223095 203095 Shri
Ramakant
Gupta
mprrdapiuumaria
@rediffmail.com
83 Rewa Umaria Umaria-2 Shri K.K.
Khare
7653 222238 gmpiu2umaria@
rediffmail.com
84 Bhopal Vidisha Vidisha-1 7592 237675 405051 gmrrda_vidisha
@rediffmail.com
85 Bhopal Vidisha Vidisha-2 9425140789 7592 234042 Shri Vijay
Gupta
gmpiu2vidisha@
gmail.com
86 Rewa Waidhan Waidhan-1 Shri
M.K.Kori
9406710365 7805 247494 247367 gmmprrdawaidh
om
87 Rewa Waidhan Waidhan-2 Shri P.S.
Chauhan
9425138608 7805 244029 244029 gmpiu2waidhan
@rediffmail.com
19
TERMS OF REFRENCE (TOR)
ASSIGNMENT OF SURVEY INVESTIGATION AND PREPARATION OF
DETAILED PROJECT REPORT FOR RURAL ROADS
Government of Madhya Pradesh (GOMP) through the Madhya Pradesh
Rural Roads Development Authority (MPRRDA) intends to Construct/upgrade
selected rural roads under PMGSY-II.
2. OBJECTIVES:
The broad objective of the above assignment is to prepare DPR, which includes: -
To carry out detailed survey and investigation of roads as per PMGSY-II
guidelines issued by MoRD GoI.
Carry out detailed engineering design for the identified rural roads.
Carry out detailed survey for bridges, vented causeways, Box culverts etc.
Carry out detailed engineering design for bridges and vented causeways.
Propose improvement of geometrics of road, Road safety measures with Road
Safety Audit .
3. SCOPE OF CONSULTANCY SERVICES:
Framing strategy and detailed engineering designs for the road and cost estimates
as per prevalent IRC standards. The scope of services shall thus cover the
following major tasks but shall not be limited to them.
3.1 While commencing with the preparation of the DPR, the consultant & PIU will
hold a consultation with the local community through the mechanism of the Gram
Panchayat, to sort out issues of land availability for widening etc. wherever
necessary, (including forest land), moderate any adverse social and environmental
impact and elicit necessary community participation in the programme. For this
purpose the PIU will organise an informal „Transect Walk‟ as follows;
The Transect walk shall be undertaken by the Consultant, accompanied by the
AM, Patwari and the Pradhan/Panch of the Panchayat / Ward after adequate
advance publicity. The local Forest official may also be associated.
During the walk, issues relating, land requirements for the road and its impact on
landowners, etc. will be discussed with members of the local community present,
Particularly the effected person.
Environmental impact on vegetation, soil and water etc. shall be identified for
resolution & prepare Initial Environmental Examination(IEE) Check list as per
Environmental Code of Practice(ECoP) & ADB safe guard policy.
During the walk, due opportunity shall be given to interested persons to put
forward their point of view.
20
At the end of the walk, proceedings will be recorded incorporating the issues that
arose during the walk and the action taken / proposed to be taken to resolve the
issues. This shall be reduced to writing in a document by the Secretary of the
Panchayat and countersigned by the Panch/Pradhan. A copy of this document
shall be attached with the final DPR and due consideration will be given by the
consultant to these issues in preparing the DPR.
Consultant will also conduct community consultation & prepare a report in
prescribed CPF formats attached as Appendix-VI to this document. The
Annexure of CPF Annex-7, Annex-9 and Annex 10 deleted from the scope of
consultancy services.
3.2 The consultant will ensure the following in preparing the Detailed Project reports:
i. The Rural Roads constructed under the Pradhan Mantri Gram Sadak Yojana-II
must meet the technical specifications and geometric design standards given in
the Rural Roads Manual of the IRC (IRC:SP20:2007) and also, where required,
the Hill Roads Manual (IRC:SP:48)
ii. The choice of design and surface for the road would be determined, inter alia, by
factors like traffic density, soil type and rainfall, following the technical
specifications laid down in the Rural Roads Manual (IRC:SP20:2007).
iii. Where the road passes through a Habitation, the road in the built-up area and for
50 metres on either side may be appropriately designed preferably as a Cement
concert Road with side drains. The side drains will be designed as per site
requirement and availability of land. As for as possible covered side drains and
cross drainage will be provided, so that improper drainage may not damage the
road or the dwellings alongside.
iv. 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 material and specially Fly Ash.
v. The Rural Roads constructed under PMGSY-II must have proper embankment /
drainage. Adequate number of Cross Drainage (CD) works, including cause-ways
have been provided in phase-I. Consultant should examine adequacy and
soundness of these CDs and suggest widening, strengthening, rehabilitation as
well as construction of new one after thorough investigation giving detailed
justification, for the provision, in the report. In case of bridges more than 15m
length a separate DPR will be prepared after site inspection jointly by the GM and
consultant.
3.3 Consultant will;
i) Conduct existing pavement condition survey and road inventory.
ii) Study and assess adequacy of drainage system.
21
iii) Prepare Inventory and conduct detailed condition surveys for bridges and other
cross drainage structures.
iv) Conduct traffic study analysis & forecast for next 10 years and conduct at least 3
days traffic count. This will be part of DPR.
v) Conduct community consultation and prepare report in prescribed CPF formats
(refer Annexure-VI).
vi) Identify source of construction material, location, availability and its suitability.
Conduct a detailed soil and material survey for the purpose of pavement design.
(Attach quarry charts etc.)
vii) Conduct topographic survey at detailed engineering sections for collecting all
information for designing all works.
viii) Conduct soil and pavement investigations at detailed engineering sections. One
test for CBR where change of strata is observed. CBR test shall be conducted in
the laboratory approved by General Manager and test results should be
attached with DPR.
ix) Carry out detailed engineering design for the bridge structures and all vented
causeways along the project corridor. Conduct sub-soil investigations pertaining
to the structures as follows:
(b) For slab/HP box culvert one trial pit each.
(c) Vented causeways and bridge 2 trial pits.
(d) If exposed rock is available, no trial pit is required.
(See Special condition no. 10.3)
x) Prepare cost estimate for proposed works based on schedule of rates. For items
not covered by schedule the same be accompanied by the analysis.
xi) Based on detailed survey and investigation prepare detailed engineering drawing
including working drawing.
xii) Suggest water-conserving structures on CDs/vented causeways wherever feasible
(and give their detailed design).
xiii) Consultant will have to collect Patwari Khashra for all the land coming in the road
way (ROW) and he will prepare land plan accordingly & include Road Safety
measures on the basis of Road Safety Audit.
4. 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/CDs.
For items not covered by schedule, same be accompanied by the analysis.
(e) Detailed report relating to source of construction material, location, lead etc.
5. SPECIFICATIONS:
22
The specification for the various items of works should be as per the
"Specifications for Rural Road" issued by Indian Road Congress. 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. recently.
6. REPORT AND DOCUMENTS:
The consultant will be required to submit the following reports and documents at
the time and in the number of copies indicated against each. (Both hard copy and
soft copy).
i) Draft detailed Work Programme 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) Preliminary project report indicating scope specifications and details of
works. Tentative cost estimates in prescribed formats, within one month
from the date of order to start the work. (Enclosed) as Format F-2 (A) to
F-8.
iv) Draft report on project preparation in four volumes to be submitted within
two months of start of work in two sets.
v) Final report on the project preparation to be submitted within 03 months
within 15 days of the receipt of comments of the client on the draft report in
four sets.
6.1 Obligations of the client
i) GM PIU on receipt of detailed work programme give his comments if any
with in 3 days.
ii) On receipt of PPR GM PIU will give his comments with in 10 days.
iii) On receipt of draft DPR GM PIU will give his comments within 15 days.
If no comments are received within the specified period from GM the
above reports will be treated to have been approved by client and consultant shall
go ahead and submit his final reports within specified time frame.
7. PROPOSED TEAM
The consultant shall be required to form a team 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, for a
package, upto 400 Kms, to be fielded by the consultant is given below.
1 Team Leader.
2 Pavement Engineer cum Road Safety Expert.
3 Material Engineer.
23
4 Environmental Expert.
5 Social Expert.
Adequate number of surveyors & other staff so as to complete the job in
prescribed time limit.
The Head quarters of the Team leader and Pavement Engineer shall be at
Hqrs. of PIU and they will always be in touch with GM, PIU.
8. DURATION OF SERVICES
A total time period will be as given in the NIT. 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.
9. PAYMENT SCHEDULE
Payment schedule for performing the work shall be as follows: -
(i) On acceptance of work programme (10 days) 10%
(On submission of B.G.)
(ii) On submission of preliminary report 30%
(iii) On submission of final draft report 40%
(iv) On Acceptance of final Report 20%
(against BG)
Submission of Period w.e.f. date of signing the agreement
Detailed work programme
10 days
Preliminary project report 30 Days
Detailed Draft Project Report
60 Days
Final Project Report 100 Days
24
10. 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 stacking out and for
this purpose he shall furnish bank guarantee for an amount to the extent of 20% 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. The final installment of 20% of the
fees shall be released only on receipt of the Bank Guarantee. If during the above
period the required corrections as directed by GM PIU are not done by consultant
in given time frame, this 20% amount shall be forfeited as penalty.
11. Performance security –
The amount of performance security shall be 5% 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 favour of GM, PIU.
Bank Guarantee of scheduled Commercial Bank valid for 13 months.
This performance security shall be released on the completion of Job.
12. 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 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.
13. Additional Services
The consultants shall provide any of additional services on the request of
client on mutually agreed terms and conditions.
25
14. Insurance to be taken out by the Consultant:
The risk and coverage shall be as follows: -
(a) Third party motor vehicle liability insurance as required under Motor
Vehicles Act 1988 in respect of motor vehicles operated in India by
the consultants or their personnel or any sub consultant or their
personnel for the period of the consultancy.
(b) 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
15. (a) 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.
(b) Subletting of work is not permissible. Violation of this condition
shall be treated as breach of contract and dealt with as such.
26
APPENDIX-I
COMPOSITION OF TEAM AND GENERAL QUALIFICATIONS
OF KEY PERSONNEL
1. Team Leader (TLDR)
1. Education Graduate in Civil Engineering from a recognized
University/Institution.
1 Educational Qualification Graduate in Civil Engineering
2 Experience
a) Total professional
Experience
Min. 15 Years
b) Experience in
Highway projects
Min. 10 Years in planning, project
preparation and design of Highway projects
and minimum of 5 years as a Team Leader.
c) Experience in
similar capacity
intermediate laning of highway projects
(SH/MDR)/ODR/PMGSY Roads preferably
externally aided projects such as WB / ADB
/ USAID etc. of aggregate length of
minimum 100 KM. The Multilane Highway
projects shall be converted into equivalent
length of intermediate lane.
3 Max. Age Limit 65yrs. On the date of submission of
proposal.
The Team Leader (TLDR) 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. TLDR shall be the
Consultants Authorized Representative and shall interact with MPRRDA on behalf of the
Consultants appointed for the services. TLDR shall be full-time on the job.
2. Pavement Engineer (PE) cum Road Safety Expert
The essential qualification and experience for the Pavement Engineer is as under;
1 Education Qualification Minimum Graduate in Civil Engineering
2 Experience
a) Total professional Experience Min. 10 year
B) Experience in Highway
projects
Minimum 07 year experience in
pavement design and construction
c) Experience in Similar capacity Pavement design for highway
projects (SH/MDR) /ODR/PMGSY
Roads preferably externally aided
projects such as WB / ADB / USAID
27
etc. of aggregate length of minimum
100 KM. The Multilane Highway
projects shall be converted into
equivalent length of intermediate
lane.
3 Max. Age Limit 60 year on the date of submission of
proposal
3. Material Engineer (ME)
The essential qualification and experience for the Pavement Engineer are as
under;
1 Education Qualification Minimum Graduate in Civil Engineering
2 Essential Experience
a) Total professional Experience Min. 10 year
B) Experience in Similar type of
work in infrastructure projects
Minimum 05 year on similar project
in design and/or construction
c) Experience in Similar capacity Material cum Geo-technical Engineer
on highway projects (SH/MDR)
/ODR/PMGSY Roads preferably
externally aided projects such as WB
/ ADB / USAID etc. of aggregate
length of minimum 100 KM. The
Multilane Highway projects shall be
converted into equivalent length of
intermediate lane.
3 Max. Age Limit 60 year on the date of submission of
proposal
4. Environment Expert
The essential qualification and experience for the Environment Expert are as
under;
1 Education Qualification Minimum Graduate Engineer with specialization
in Environmental Engineering / MSc
in Environmental Science
2 Essential Experience
a) Total professional Experience Min. 05 year
b) Experience in Similar capacity Environmental specialist in at least
one infrastructure project preferably
externally aided projects such as WB
/ ADB / USAID etc.
3 Max. Age Limit 60 year on the date of submission of
proposal
28
5. Social Expert
The essential qualification and experience for the Social Expert are as under;
1 Education Qualification Minimum Post Graduate in Social Science
2 Essential Experience
a) Total professional Experience Min. 05 year
b) Experience in Similar capacity Social Development Specialist in at
least one infrastructure project
preferably externally aided projects
such as WB / ADB / USAID etc.
3 Max. Age Limit 60 year on the date of submission of
proposal
29
APPENDIX– II (A)
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
Turnover
form
consultancy
fee
Other
30
APPENDIX– II (B)
Details of the works executed as consultant (in the same name) during
last 5 years (including current year)
Name of
Employer
Name
of
Project
Description
of work
Nature of job
performed as
consultant
Cost of
Project
Road
Length
Date of
work
order
Stipulated
period of
completion
Actual date
of
completion
Consultancy
fee
received
31
APPENDIX– II (C)
Information regarding existing commitments and ongoing works
Name of
Employer
Name
of
Project
Description
of work
Nature of
job
performed
as
consultant
Consultancy
fee as per
agreement
Cost of
Project
Date
of
work
order
Stipulated
period of
completion
Work
completed
upto the
end of
Jan. 2017
Cost of
balance
work
32
APPENDIX- III
FORMAT FOR CURRICULUM VITAE
Format For Curriculum Vitae (CV) for Proposed Key Personnel
Proposed Position
Name of Firm
Name of Staff Member
Educational Qualification with Year
of passing relevant Degree/Diploma
Profession
Date of Birth
Nationality
Years with Firm /Organisation
Membership of Professional Societies
Details of Tasks Assigned
(The information may be furnished as per the format given below)
S.
No.
Tasks
Assigned
In the
present
Project
Relevant Previous Experience
Project
Details
(Title, Funded
by, Location,
Year)
Client
(Govt.
Deptt.
etc)
Tasks
Actually
Performed
Duration
of
Tasks
Remarks
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)
---------------------------------------------------------------------------------------------------
33
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)
34
APPENDIX- IV
FORMAT FOR FINANCIAL OFFER
OFFER FOR PREPARING DETAILED PROJECT REPORT
I/We hereby 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.
(2) The rate for the work will be Rs. ........................ per km. of the road length
including all taxes if the road length gets doubled to the length indicated in
the letter of invitation.
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)
35
APPENDIX-V
SURVEY INVESTIGATION AND PREPARATION OF DPR
SUB PROJECT
PRADHAN MANTRI GRAM SADAK YOJNA-II
AGREEMENT
FOR
CONSULTANT‟S SERVICES
Between
MADHYA PRADESH RURAL ROAD
DEVELOPMENT AUTHORITY
And
--------------------------------------------------------
(Name of consultant)
------------------------------------------------------------------------------
MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY
5th
Floor, BLock-II, Paryawas Bhavan, Arera Hills, Bhopal (M.P.) – 462 011
36
MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY, 5
th Floor, BLock-II, Paryawas Bhavan, Arera Hills, Bhopal (M.P.) – 462 011
AGREEMENT
This AGREEMENT is made on this ____ day of _________, 20____ between the Chief Executive Officer,
Madhya Pradesh Rural Road Development Authority, 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-
II (hereinafter called PMGSY-II) 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 agrees as follows: -
The following documents attached hereto shall be deemed to form an integral part of this agreement:
(a) Detailed NIT, Special Condition & DPR Templates
(b) Instruction to Bidder
(c) Terms of Reference (TOR)
(d) The Special Conditions of Agreement (hereinafter called the “SC”);
(e) General conditions of contracts (hereinafter called the “GCC”)
The mutual rights and obligations of the Client and the Consultants shall be 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
agreemen
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
37
(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.
38
Appendix -VI
COMMUNITY PARTICIPATION
FRAMEWORK
(MAIN)
AADDBB AAssssiisstteedd PPMMGGSSYY--IIII
MM..PP.. RRuurraall RRooaadd DDeevveellooppmmeenntt AAuutthhoorriittyy
39
LIST OF ANNEXES
Annex 1: Information on Core Road Network Annex 2: Information package to be disclosed Annex 3: Format for Recording of the Transect Walk Annex 4: Sample of Census Questionnaire Annex 5: Format for Documenting & displaying the details of APs Annex 6: Format for Reporting Impact Overview Annex 7: Memorandum of Understanding Annex 8: List of Some of the State Rural Development Schemes Annex 9: Terms of Reference of the External Monitor Annex 10: Monitoring Formats Annex 11: Organizational Chart
40
Table 3: Stages in Participatory Project
TRANSECT WALK& CONSULTATIONS
Finalization of the Alignment
Survey to Identify Socioeconomic Profile of APs and
Consultation with the Affected Persons
Database of all
APs
Dissemination of Process of Land Transfer & Support/Assistance Options
Identification of ‘Vulnerable’ APs & consultation with them
Database of
‘Vulnerable APs’
Submission of MoU by Landowners
PIU
(SE/EE),
ZP, GP
PIU
(SE/EE)
, ZP, GP
PIU
(A
E/J
E),
PIC
, Z
P,
GP
(S
arp
anch
), P
anch
ayat
Mem
ber
s, V
illa
ge
Co
un
sel,
Rev
enu
e D
epar
tmen
t (P
atw
ari)
,
Oth
er D
epar
tmen
t O
ffic
ials
(fo
rest
, et
c.)
PIU
(AE/JE),
GP
(SARPAN
CH)
Dissemination of Information on PMGSY road under Core Network
Dissemination of Project Information to
Project Affected Community
41
ANNEX 1: INFORMATION ON CORE NETWORK
Format for Displaying Information on Core Network
State: District:
Further details available at:
Agency Name: Address:
Contact Person Name: Phone No.:
The map of the Core Network should clearly communicate
Administrative boundaries (District/Block/Tehsil/Village) and locations of Panchayat
offices
Names and locations of connected habitation/s
Locations of social service facilities such as health centers and schools
Types of roads (link route or through route)
Responsible Agency /Person:
PIU (EE/SE), District Panchayat (Zila Pradhan), Gram Panchayat (Sarpanch and other members)
Block Name &
code
Name
of Road
Through
Route or
Link Route
Code in
Core
Network
Length
(km)
Population served Names and
Populations of
Habitations to be
Connected
Total SC ST
42
ANNEX 2: INFORMATION PACKAGE TO BE DISCLOSED TO COMMUNITY
(To be translated into local languages)
Brief Description of the Project
Pradhan Mantri Gram Sadak Yojana Program (PMGSY and PMGSY-II) are being implemented in the country for providing connectivity to un-connected habitations by
construction of rural roads. The program includes construction of road, associated Cross
Drainage structures protection work and up-gradation of roads to ensure all weather to market connectivity. With a view to consolidate the entire Rural Road network created under
the PMGSY program, up-gradation of selected through routes and some major Road links are
proposed to be under taken. This new intervention is named as PMGSY-II. ADB is going to
partially finance Rural Connectivity Investment Program (RCIP-2) in which construction /up gradation of roads would be taken up in the State of Madhya Pradesh during 2017-2020. It
is expected that about 5000 km roads would be constructed under this RCIP-2 (PMGSY-II)
in the State. A. What is Pradhan Mantri Gram Sadak Yojana (PMGSY) & PMGSY –II ?
PMGSY is a central government program to build all-weather rural roads to connect villages with
population of 500 persons or more in the rural areas. In desert, hill and tribal areas, the villages
with population of 250 and more will be provided connectivity. Only villages currently unserved
with all-weather roads are eligible under PMGSY. With a view to consolidate the entire Rural
Road network created under the PMGSY program, up-gradation of selected through routes
and some major Road links are proposed to be under taken. This new intervention is named
as PMGSY-II
B. What does “all-weather road” mean?
The Project road will be improved to a standard that will be passable throughout the year with
necessary culverts and cross-drainage structures. This does not necessarily mean that the road will
be sealed or blacktopped. The standards adopted for improvement will be determined by many
factors including topography, climatic and environmental conditions, and future traffic volume.
C. Who will improve the road?
PMGSY is administered by the Ministry of Rural Development (MORD) at the center. In
Madhya Pradesh, Madhya Pradesh State Rural Development Agency (MPRRDA) implements
PMGSY through the Programme Implementation Units (PIUs) established at the district level.
The PIU are staffed with senior officers and engineers from the state department. The PIU works
with the District and Gram Panchayats and plays the key coordination role in planning, design,
implementation and monitoring of the road improvement. Construction works will be done by the
private contractor engaged by the MPRRDA. For design and supervision of the construction
works, PIU will be supported by a team of consultants.
D. The Project & Asian Development Bank
The Government of India will finance the proposed PMGSY works through financial assistance
from the Asian Development Bank, which is a multilateral development finance institution
covering Asia and the Pacific based in Manila, Philippines.
E. How are the Project roads selected?
The Project roads will be selected from the „Core Network‟ which is the minimal network of
roads to give eligible villages at least a single all-weather road. The Core Network will be
displayed at the notice boards of the District and the Gram Panchayat offices.
The criteria below will apply while selecting the Project roads:
43
Adequate land width availability as specified in the national design standards for rural roads;
The proposed alignment involves little or no loss of land or structures, and the remaining land
and or/structures remain viable for continued use;
In case wherein the impacts are unavoidable, the losses will be minimized through the
adoption of one or more of the following mechanisms:
a. Design modifications by reduction of land width, alignment shifts, and modifications in
cross-sections etc, to the extent required from safety considerations;
b. Voluntary donation of land/assets by the land/asset owner by means of MoU to the PIU
or the state government; and
c. Providing support and assistance to the vulnerable affected persons1 through GP and rural
development (RD) schemes.
Roads for which no scope exists for addressing the social impacts through any of the mechanisms
above will not be taken up under the Project for that particular year. Such roads will be taken up
after the social issues are resolved by the community and there is a demand for the improvement
of the roads by the community to the PIU.
With regard to transfer of land, affected persons have the choice of opting for donating or
refusing to donate their land/assets.
F. How will the Community participate in the Project?
The community is the major beneficiary of the Project and is also accountable for the Project‟s
success. The community will participate directly or through Panchayats in the following (details
are provided in Table 1):
Selection of the Project roads from the Core Network
Finalization of the alignment by participation in the transect walk
Facilitate identification of issues and concerns
Suggest measures for mitigating impacts including impacts on vulnerable groups
Redressing grievances at the individual/community level.
Providing assistance to the contractor to ensure speedy implementation
Table 1: Community Participation at Various Stages of the Project Project
Stage/Activities
Responsible
Person/Agency
Responsible Person/Agency will: Community is expected to:
PRIORITIZATION
After finalization of
Core Network
PIU and Zila
Panchayat
Disseminate information on Core
Network to Community
- List and maps of Core Network
roads will be posted at District and
Gram Panchayat offices
Provide opinions on the Project
roads to GP and PIU or later
provide such feedback during
Transect Walk
PLANNING
Prior to finalization
of alignment
PIU, Zila
Panchayat and
Gram Panchayat
Distribute Project information
- Brochures with key project
information at Village Chaupal,
Haat, Local Newspaper, etc,
Understand the purpose of the
Project, nature of road
improvement envisaged, and
responsibility of the community
in project preparation and
implementation
Transect Walk PIU, Gram
Panchayat, and
Patwari
Announce the date, time and route
of Transect Walk one week before
the Walk
Explain how the Walk and
subsequent consultation will be
conducted
Provide concerns related to
proposed road improvement such
as extent of land take, impacts on
vulnerable people and common
properties, land with traditional
rights, etc.
44
Walk with the community people
along the proposed alignment and
listen to the issues and concerns
raised
Identify the locations requiring
additional land, environmentally
sensitive areas, vulnerable groups
of people, etc.
Identify modifications to be made
to the design
Provide suggestions to be
incorporated in the road design
such as issues relating to
drainage lines, irrigation water
courses, road safety, etc.
1 Affected persons are defined as people (households) who stand to lose, as a consequence of the project, all or part of their physical
and non-physical assets irrespective of legal or ownership titles.
45
Census Survey of
Affected Persons
PIU, and Gram
Panchayat
Dispatch survey enumerators to
individual affected
persons/households to identify (i)
extent of impacts, (ii) vulnerability
of affected persons, and (iii) extent
of support required
Cooperate with the survey
enumerators in gathering data on
socio-economic profiles of
individual affected persons/
households
Finalization of
Support/Assistance
PIU, and Gram
Panchayat
Consult individually with
vulnerable affected
persons/households to agree on
support/assistance
Announce community-wise the
finalized support/assistance as a
public notice at the Gram
Panchayat office
State preferred modality of
support/assistance
Raise concerns, if any, about
support/assistance proposed
IMPLEMENTATION
Prior to initiating
construction works
PIU, Gram
Panchayat, and
Patwari
Collect MOU for transfer of land
required for implementing road
improvement as per finalized
alignment
Sign MOU for willing transfer of
required land
Sarpanch or other village
representatives will verify the
MOU.
G. Definition of Vulnerable Affected Persons (APs)
The following categories of Affected Persons are eligible for support and assistance as vulnerable
APs:
Households Below Poverty Line2 (BPL) as per the state poverty line for rural areas
Households becoming BPL as a result of loss of assets and / or livelihood.
Households losing structure
Female headed household
Scheduled Caste
Scheduled Tribe
Disabled person
H. Support/Assistance Provisions for APs Table 2: Mitigation Measures Matrix
Impact
Category
Mitigation Measures Responsibility
Loss of
Agricultural
Land
Willing transfer of land by means of MOU
Advance notice to harvest standing crops
For vulnerable affected persons (APs), assistance/support by means of (a) alternate
land sites provided by GP, or (b) cash assistance as per replacement cost3 by the Gram
Panchayat (GP) to meet loss of land; and inclusion as beneficiaries in the existing
poverty alleviation/livelihood restoration programs (enumerated in Annex 9)
For land involving traditional and tenurial rights, the legal provisions applicable of
the central and state governments pertaining to transfer of land will be followed.
Existing customary rights of the tribal communities on various categories of land shall
be taken into account during the process of land transfer.
GP, PIU and
land revenue
department
2 The determination of BPL households under the CPF will be as per two criterions: a) Government list or BPL card b) Community
meeting, wherein the community confirms that an affected family falls in the category of economically weaker section and thus
needs to be assisted under the Project.
3 Replacement cost means the "cost" to replace the lost asset at current market value or its nearest equivalent, plus any transaction
costs such as administrative charges, taxes, registration and titling costs allowing the individual / community to replace what is lost and their economic and social circumstances to be at least restored to the pre-project level.
46
Loss of Structure
Provision of alternate plot of land and structure of equivalent quality and value to be
provided as per AP‟s choice, or cash assistance by GP to meet the loss of land and
structure allowing the AP to purchase land and rebuild structure of equivalent standard
For loss of boundary walls and fences, willing transfer by means of MOU. In case
voluntary donation of such structures are not possible, cash assistance as per
replacement cost by GP to meet loss of such structures, or provision of materials and/or
labor by GP to allow the AP to replace/rebuild the same
For vulnerable APs, inclusion as beneficiaries in the rural development (RD)
programs/housing schemes (enumerated in Annex 9)
For tenants, assistance to find alternative rental arrangements by GP, or cash assistance
equivalent to advance payments made to the owner
For squatters, provision of alternative relocation site, or cash assistance as per
replacement cost, or provision of building material and/or labor by GP, or inclusion as
beneficiaries in the RD programs/housing schemes.
For land and structure involving traditional and tenurial rights, the legal provisions
applicable of the central and state governments pertaining to transfer of land will be
followed. Existing customary rights of the tribal communities on various categories of
land shall be taken into account during the process of land transfer.
GP, PIU and
land revenue
department
Loss of
livelihood For vulnerable APs, inclusion as beneficiaries in the existing poverty alleviation
/livelihood restoration programs (enumerated in Annex 9). In case of non inclusion in
such programs, cash assistance to meet the loss of income during transitional phase and
for income restoration.
Assistance for asset creation by community and Gram Panchayat
GP and PIU
Loss of Assets
such as Trees,
Well, and Ponds
Willing transfer of the asset by means of MOU.
For vulnerable APs, assistance for the loss of these assets through inclusion as
beneficiaries in the existing poverty alleviation/livelihood restoration programs
(enumerated in Annex 9). In case of non inclusion in such programs, cash assistance by
GP to meet the loss of assets and income.
PIU, GP and
land revenue
department
Loss of
community
owned assets
such as temple,
wells, ponds,
grazing land etc
Relocation or construction of asset by GP with technical inputs from PIU
Consultations with the concerned section of the community in case of grazing land, etc
GP and PIU
Temporary
impacts during
construction include disruption
of normal traffic,
increased noise
levels, dust
generation, and
damage to
adjacent parcel of
land due to
movement of
heavy machinery
The contractor shall bear the cost of any impact on structure or land due to movement
of machinery during construction
All temporary use of lands outside proposed RoW to be through written approval of the
landowner and contractor.
Location of Construction camps by contractors in consultation with PRI
Contractor shall be responsible for regulating time of usage of heavy machineries, dust
suppression, schedule of construction to allow normal traffic during morning and
evening and signage of sensitive areas where safety is a concern.
PIU, Land
Revenue Dept,
GP, Contractor
and Panchayat as
the third party
Other impacts
not identified
Unforeseen impacts will be documented and mitigated based on the principles in this framework.
I. Grievance Redressal Mechanism
Grievances, if any, will be resolved at the village level. A Land Management Committee
(LMC) consisting of all members of Gram Panchayat including female representatives, Lekhpal
of Gram Sabha as Secretary, Pradhan, Up-Pradhan of Gram Panchayat will be the Chairman and
Vice-Chairman of LMC. The LMC shall act as the village level Grievance Committee, and will
meet once in a month till DPR preparation and quarterly after initiation of the construction work
for addressing grievances till the construction is completed. Residual grievances shall be
addressed through a Grievance Redressal Committee at the district level, comprising:
47
(i) Executive Engineer/General Maneger of the PIU
(ii) Sub-divisional Magistrate/ Tahsildar
(iii) Member of Zila Parishad
(iv) Member of the Grievance Committee of the concerned GP
Representatives of APs will be active participants during the proceedings of grievance redressal.
J. Information about Implementing Agencies and Contact Persons
SRRDA
Address:___________________________ Tel: ____________ E-mail: _____________
Contact Person & Designation _____________________________________________
Panchayat and Rural Development Department, Government of Madhya
Pradesh/Chattishgarh/Madhya Pradesh/Odisha/Assam
Address:___________________________ Tel: ____________ E-mail: _____________
Contact Person & Designation _____________________________________________
The official website of PMGSY (www.pmgsy.nic.in) provides detailed project information at the
national, state and district level.
48
ANNEX 3 FORMAT FOR RECORDING TRANSECT WALK & CONSULTATIONS WITH THE AFFECTED PERSONS
1) Name of Road: 2) Villages: 3) Gram Panchayat: 4) Block: 5) District: 6) Date; Time: 7) Total Number of Participants in the Transect walk: 8) Numbers of Participants falling in the following categories:
Female headed household: Scheduled Caste: Scheduled Tribe: Disabled: BPL: Households losing structure: Women in general:
9) Name & Designation of the Key Participants:
From Government: From Panchayati Raj Institutions (PRI):
10) Issues and suggestions raised by the Participants
i. Road alignment:
ii. Road width and land availability:
iii. The determination of BPL households under the CPF will be as per two criteria: (a) written verification (entry in the Government list of BPL or possession of a BPL card) or (b) community confirmation that an affected person/family falls in the category of economically weaker section and thus needs to be assisted under the Project:
iv. Land owned/used by vulnerable groups of people:
v. Sensitive locations (forests, cultural properties, etc.):
49
vi. Water-related issues (drainage lines, rivers and water crossings, irrigation water courses, other water bodies, etc.):
vii. Road safety-related issues (major junctions, curves, bends,
etc.):
viii. Other suggestions (such as regarding cattle crossing, borrow pits, etc.):
11) Major Outcomes of the Transect Walk:
i. Changes to be incorporated in the design:
ii. Extent of land take and willingness/unwillingness of land
owner/users for donation:
iii. Environmental issues to be resolved:
iv. Other issues:
50
Brief Summary of consultation held during transect walk: Major Issues discussed during the Consultation: Recommendations of the Social Safeguard Specialist: The road alignment will be finalized with the best efforts to address the above issues. Countersigned (Signature & name) (Signature & name) Sarpanch/Secretary, Gram Panchayat AE/JE, PIU (name) (Name) CHAINAGE WISE TRANSECT WALK FINDINGS:
Chainage Existing Land
Width
Additional Land Required
Losses Type of Loss
Village Remarks/Suggestions
LHS RHS LHS RHS LHS RHS
5. The road alignment will be finalized with the best efforts to address the above issues. The
next consultation with the likely affected persons will be on (date) at
(location) .
Countersigned (signature & name) Sarpanch/Secretary, Gram Panchayat (name)
(signature & name)
AE/JE, PIU (name)
51
Attendance
(to be recorded on a separate sheet in the following format)
Community PIU/PRI Name of the Participants Signature Name and designation of the
official Signature
......................................................................................................................
Suggested Guidelines for Formal Consultation Session:
The meeting duration shall be for about 1-1/2 to 2 hours and shall cover the following.
All these steps of the consultation shall be recorded in the format.
I: The session shall start with a description of the project by the PIU officials to the
community. The following information shall be covered:
o Overview of PMGSY and criteria for selection
o Involvement of PRIs & communities in project planning, design and implementation
o Expectations of the project form the beneficiaries, the communities
o Outputs of the transect walk and how the concerns of the communities have been
incorporated into the design, if not, why they have not been incorporated
o Procedure to be adopted for accretion of land assets (MOU)
o Environmental issues in the project and how the issues will be resolved
o Schedule of census survey, and method and criteria for identifying vulnerable APs
o Options for support/assistance to APs identified as vulnerable
o Mechanisms for grievance redressal
o Likely construction schedule
II: After the description of the project, suggestions from the community on the project
and issues will be obtained.
III: Responses to the issues raised will be provided by the PIU, PRI during the meeting. For
issues that require a visit to the site or involves certain engineering decisions, or consultations with
other Government agencies, a date shall be committed for response to the same. The response shall
be given by the PIU to the PRI within the specified date.
IV: The PIU summarizes the issues. Record willingness of the participants to donate land.
V: Conclusion by the PRI representatives.
52
ANNEX 4: FORMAT OF CENSUS SURVEY QUESTIONNAIRE AND
CONSULTATIONS WITH THE AFFECTED PERSONS
1. Project Road : ……………………………………………….
2. Household Identification Number : ……………………………………………….
3. Plot No./Patta No./Khasra No. : ………………………………………………..
4. Name of the Head of the Household:………………………………………………..
5. Vulnerability : Tick here if belong to any of the following:
Households Below Poverty Line4 (BPL) as per the state poverty line for rural
areas;
Households becoming BPL as a result of loss of asset and / or livelihood.
Households losing structure
Female headed household
Scheduled Caste
Scheduled Tribe
Disabled person
6. Household Size :…………………………………………………
7. No. of Adult earning members :………………………………………………….
8. No. of Dependents :………………………………………………….
9. Annual Income (prior to donation) - ----------------------------------------------------------
10. Nature of Impact :
Loss of Agriculture land
loss of Residence
Loss of Commercial Structure
Any Other (Specify ) …………………………………….
11. Type of land: 1. Irrigated 2. Un-irrigated 3. Barren 4. Govt land
12. Type of structure: 1. Kutcha 2. Semi Pucca 3/ kutcha
13. Category of AP: 1. Titleholder 2. Squatter 3. Encroacher 4. Tenant 5. Others (specify)
14. Agriculture
14.1 Size of Total Land holding (in acres): ……………………………………………
14.2 Marginal farmer5 : a) Yes b) No
14.3 Extent of impact (% of total land holding including any other land parcels owned elsewhere
by the APs). Specify extent of Loss in the following:
Less than 5% More than 5% -
less than 10%
More than 10%
- less than 15%
More than 15%
- less than 20%
More than 20%
- less than 25%
More than
25%..........
4 The determination of BPL households under the CPF will be as per two criterions: a) Government list or BPL card b) Community
meeting, wherein the community confirms that an affected family falls in the category of economically weaker section and thus
needs to be assisted under the Project.
5 Marginal Farmer is defined as any landowner whose landholding size is less than the district average land holding size.
53
14.4 Size of the residual holding (in acres) : …………………………………………
15. Residence
15.1 Plot size (in sq mts)
:…………………………………………………..
15.2 Extent of impact (Full/partial) :…………………………………………………..
15.3 Impacted Area (in sq. mts)
:…………………………………………………..
15.4 Residual Plot viable : a) Yes b) No
15.5 If No, Alternate house site (if relocation required):
Yes No If yes, specify
16. Commercial establishment
16.1 Plot size (in sq mts)
:…………………………………………………..
16.2 Extent of impact (Full/partial)
:…………………………………………………..
16.3 Impacted Area (in sq. mts)
:…………………………………………………..
16.4 Commercial Plot viable : a) Yes b) No
16.5 If No, Alternate commercial site (if relocation required):
Yes No If yes, specify
17. Asset Loss
17.1 Inventory assets lost (Trees, Wells, hand pump, CPRs etc): ……………………
18. Livelihood Loss due to donation of asset ( Rs / year) ------------------
18.1 Alternate livelihood sources, other than mentioned above:
Yes No If yes, specify
18.2 If yes, annual income from alternate source? ---------------------------
18.3 Annual Income (in Rs) after donation of asset? -------------------------
Major Issues discussed during the Consultation:
(issues will include:(i) Concerns raised during transect walk addressed in DPR; (ii) Why
concerns
raised could not be addressed in DPR; (iii) land width requirements; (iv) procedure for land
54
transfer (MoU or other documentation acceptable to ADB); (v) Impacts and support/assistance
provisions for vulnerable APs; (vi) Procedure of support/assistance; (vii) mechanism of
grievance
redressal)
………………………………………………………………………………………………………
…
………………………………………………………………………………………………………
………………………………………………………………………………………………………
Willingness to donate land
Yes (No. of APs)
No (No. of APs), if no then why?………………………………………………………………
………………………………………………………………………………………………………
� Summary of Discussion:……………………………………………………………………
………………………………………………………………………………………………………
………………………………………………………………………………………………………
ANNEX 5: FORMAT FOR DOCUMENTING & DISPLAYING DETAILS OF APS
A: FORMAT DOCUMENTING PROFILES OF ALL AFFECTED PERSONS (APs)
District: Tehsil: Block:
Name of Subproject Road: Road No.: Total length (in km):
Details of APs
S.N
o.
Vil
lag
e n
am
e
Na
me
of
the A
P
Vulnerable Category Type of Impact/Loss Extent of
Loss
Ownership
Sch
ed
ule
d C
ast
e
Sch
ed
ule
d T
rib
e
Belo
w P
ov
erty
Lin
e6
HH
beco
min
g B
PL
Fem
ale
hea
ded
Ho
use
ho
ld
Dis
ab
led
Ho
use
ho
lds
losi
ng
stru
ctu
re(R
, C
, R
+C
,
bo
un
da
ry /
Fen
ce)
La
nd
(to
tal
lan
d h
old
ing
size)
wit
h t
yp
e o
f la
nd
(irri
ga
ted
/ u
n-i
rri
ga
ted
)
Liv
elih
oo
d
Str
uctu
re (
pa
rti
al
/ t
ota
l
an
d t
yp
e o
f st
ru
ctu
re
(sq
m)
CP
R,
tree
s, c
rop
s
(sp
ecif
y)
La
nd
(sq
m)
(siz
e o
f
resi
du
al
hold
ing
)
Str
uctu
re (
sq m
)
(tit
leh
old
er,
squ
att
er,
en
cro
ach
er,
ten
an
t
Total
Responsible agency/Person: PIU (AE/JE), Gram Panchayat (Sarpanch and other members)
6 The determination of BPL households under the CPF will be as per two criterions: a) Government list or BPL card b) Community meeting, wherein the community confirms that an affected family falls in the category of
economically weaker section and thus needs to be assisted under the Project.
54
B: FORMAT DISPLAYING INFORMATION OF VULNERBALE APs
District: Block: Village: Name of Subproject Road: Road No.:
Village-wise Details of Eligible APs S.No. Name of the AP Type of
Loss Vulnerability
Category Support/Assistance
Options
Note: The following category of APs shall be entitled for support and assistance as Vulnerable APs:
a. Households Below Poverty Line7 (BPL) as per the state poverty line for rural areas;
b. Households becoming BPL as a result of loss of assets and / or livelihood.
c. Households losing structure
d. Female headed household
e. Scheduled Caste
f. Scheduled Tribe
g. Disabled person
The mitigation proposed for the Project impacts on these vulnerable households will be as per the Mitigation
Measures Matrix in the Project brochure.
The PIU will facilitate and coordinate the enrollment of vulnerable APs in the existing Rural
Development (RD) schemes as per his/her vulnerability and delivery of entitlements as described in the
agreed mitigation matrix. The date and location for enrollment as well as procedure of support/assistance shall
be disclosed by the PIU in advance to the Vulnerable APs.
Further details available at:
Agency Name: Address:
Contact Person Name: Phone No.:
7 The determination of BPL households under the CPF will be as per two criterions: a) Government list or BPL card b) Community meeting, wherein the
community confirms that an affected family falls in the category of economically weaker section and thus needs to be assisted under the Project.
55
57
ANNEX 6: FORMAT FOR REPORTING IMPACT OVERVIEW
State: District: Block:
Village:
Name of Subproject Road: Road No.:
Date of Transect Walk: (day, month, year)
Date of Consultation with Affected Persons: (day, month, year)
Date of Census Survey: (day, month, year)
List of Vulnerable Affected Persons Publicly Displayed on: (day, month, year)
Types of Impacts As per the field verification Remarks Impacts on Land (sq m)
Private land
Gram Sabha/Community Land
include Pashuchar/
Gauchar/Open land etc.
Government/Departmental
Land include Forest Land, Gair
Majua kahs & Aam
TOTAL
Category of Impact Loss of Land (No. of APs) Loss of land (no. of Vulnerable
APs)
Loss of Structure (No. of APs) Loss of Common Property
Resources (No. of Structures)
Non-titleholders (No. of APs
losing land, no of APs losing
structure)
TOTAL APs
Note: This format will be compiled by PIU and attached to the DPR, together with (i) record of Transect
Walk as per Annex 3, (ii) minutes of consultation with affected persons as per Annex 4, (iii) list of all
affected persons as per Annex 6 A, and (iv) list of vulnerable affected persons as per Annex 6 B..
58
ANNEX 7:
MEMORANDUM OF UNDERSTANDING
(in case signing is done individually)
This memorandum of understanding is made on _____________day of _____ 2005 between
Sri/Srimati_______________________________ resident of______________________________ (hereinafter
referred to as “the First Party”) and the Governor of (State) through
Sri/Srimati_______________________________(designation) _________________ (hereinafter referred to as “the
Second Party”).
THESE PRESENTS WITNESS AS FOLLOW:
1. That the First Party is landowners with transferable right of _______________acres of land bearing khasra
Nos_______________ in village __________________________ block _______________,
tehsil________________________, district _________________.
2. That the First Party has taken part in the transect walk conducted under the requirements of the Pradhan Mantri
Gram Sadak Yojana (PMGSY) and has been made to understand the benefits of obtaining a rural road for the
village under PMGSY.
3. That the First Party hereby grants to the Second Party, out of its free will, above said land for the construction
and development of PMGSY rural road in the village ___________ under _______________Panchayat for the
benefit of the villagers and the public at large.
4. That the First Party would not claim any compensation against the above said grant of land.
5. That the Second Party agrees to accept the above grant of land for the purposes mentioned in Clause 3.
6. That the Second Party shall construct and develop the PMGSY road and take all possible precautions to avoid
damage to land adjacent to PMGSY road.
7. That the First Party also assures the Second Party that the first party will not indulge in any willful act of
damaging the PMGSY road or obstructing the movement of public and vehicles on the PMGSY road.
8. That both the Parties hereto agree that the PMGSY road so constructed/developed shall be public premises.
9. That the provisions of the MEMORANDUM OF UNDERSTANDING will come into force and effect from the
date of signing of this deed.
IN WITNESS WHEREOF the Parties hereto have signed this deed on the day and the year first above written.
Signatures of the First Party Signature for and on behalf of the Second Party
________________________ ________________________
Witnesses: Witnesses:
1. ____________________________ 1. _________________________
2.____________________________ 2.__________________________
(Signature, name and address) (Signature, name and address)
Note: The witnesses will include the panchayat head and the Junior Engineer conducting the transect walk. More
witnesses can be added – including NGOs, village elders etc.
59
MEMORANDUM OF UNDERSTANDING
(in case signing is done community-wise)
This memorandum of understanding is made on _____________day of _____ 2005 between the persons listed
below on the one part (hereinafter collectively referred to as “the First Party”), and the Governor of (State) through
Sri/Srimati ________________ (designation) _______________________ (hereinafter referred to as “the Second
Party”).
THESE PRESENTS WITNESS AS FOLLOW:
1. That the First Party is the landowners with transferable right of the respective acres (OR OTHER UNITS AS
APPLICABLE) of land bearing khasra Nos as listed below in village __________________________, block
_______________, tehsil________________________, district _________________.
2. That the First Party has taken part in the transect walk conducted under the requirements of the Pradhan Mantri
Gram Sadak Yojana (PMGSY) and has been made to understand the benefits of obtaining a rural road for the
village under PMGSY.
3. That the First Party hereby grants to the Second Party, out of their free will, above said land as detailed in the list
below for the construction and development of PMGSY rural road in the village ___________ under _____
Panchayat, for the benefit of the villagers and the public at large.
4. That the First Party would not claim any compensation against the above said grant of land.
5. That the Second Party agrees to accept the above grant of land for the purposes mentioned in Clause 3.
6. That the Second Party shall construct and develop the PMGSY road and take all possible precautions to avoid
damage to land adjacent to PMGSY road.
7. That the First Party also assures the Second Party that the first party will not indulge in any willful act of
damaging the PMGSY road or obstructing the movement of public and vehicles on the PMGSY road.
8. That both the Parties hereto agree that the PMGSY road so constructed/developed shall be public premises.
9. That the provisions of the MEMORANDUM OF UNDERSTANDING will come into force and effect from the
date of signing of this deed.
S.No: Name Description of land owned Description of land granted for
PMGSY rural road
(add as many more who are granting their land)
IN WITNESS WHEREOF the Parties hereto have signed this deed on the day and the year first above written.
Signatures of the First Party Signature for and on behalf of the Second Party
1.________________________ ________________________
2.________________________
3.________________________
60
(all the signatures of the First Party should be obtained)
Witnesses: Witnesses:
1. ____________________________ 1. _________________________
2.____________________________ 2.__________________________
(Signature, name and address) (Signature, name and address)
Note: The witnesses will include the panchayat head and the Junior Engineer conducting the transect walk. More
witnesses can be added – including NGOs, village elders etc.
61
ANNEX 8:
LIST OF SOME OF THE STATE RURAL DEVELOPMENT SCHEMES
Some of the key Rural Development (RD) Schemes initiated in Madhya Pradesh
(Source:)
(I) SCHEMES UNDER MINISTRY OF RURAL DEVELOPMENT (MoRD)
(A) Employment Oriented Schemes
(B) Rural Housing Schemes
(C) Land Related Schemes
(II) SCHEMES FOR TRIBAL DEVELOPMENT
III. SCHEMES UNDER MINISTRY OF WOMEN AND CHILD DEVELOPMENT
(IV) SOCIAL WELFARE SCHEMES
62
ANNEX 9: Terms of Reference for Technical Support Consultants - External Monitor A. Background
1. The proposed Rural Roads Sector II Project (the Project) is intended to improve a total
of about 7,000 km of rural roads, divided into three yearly batches in the states of Assam, Orissa,
and Madhya Pradesh. A technical support consultant (TSC) team will assist the state
implementing agencies (IAs)8 in implementing road safety measures, check and monitor
compliance of PIUs with safeguard requirements throughout the project cycle under the Project,
and conduct impact monitoring of the Project. The TSC will be engaged by the NRRDA and
assigned to the three state IAs.
2. The TSC will be a team of domestic consultants. The domestic consultant team will be
based in state capitals with the IAs. The main task of the TSC will be to oversee the project
preparation and implementation, and undertake due diligence to ensure compliance with the
provisions of the PMGSY guidelines as supplemented by the agreed community participation
framework (CPF) and the environmental assessment and review framework (EAF) including the
environmental codes of practice (ECOP). The Detailed Terms of Reference (ToRs) of TSC
with regard to their monitoring of social safeguard issues is provided below.
B. Scope of Work:
The consultant will –
(i) Community consultation and on-site random verification that will focus on, but not be limited to,
the following aspects:
Process of Transect Walk
Dissemination of Project information
Census survey process
Dissemination of information on project impacts, mitigation measures and assistance
Participation of vulnerable groups
Information dissemination on the process of Land Transfer;
Process of land transfer undertaken in the field
Resolution of project related grievances
(ii) Assist the state IAs in reviewing and scrutinizing the records of the Transect Walk undertaken on
the subprojects by means of a sample verification;
(iii) Review DPRs prepared by PIU to assess whether the suggestions given by the community during
the Transect have been incorporated in it and verify the same by means of field visits;
(iv) Scrutinize the stagewise report/documentation of the process undertaken during the course of the
community participation in the subprojects to assess whether CPF requirements have been generally
met;
(v) Verification of the census database, records and survey results through field visit to the project
affected communities. Ensure involvement of the affected people and community groups in the field
visits;
63
(vi) Prepare methodology and approach for effectively selecting sample subprojects for monitoring and
evaluation on the basis of socioeconomic indicators of and the extent of project impacts in the
project affected communities;
(vii) Undertake a 1% Sample verification of affected population and the entitlements received. However
ensuring that 100% of vulnerable APs are covered during this verification;
(viii) To assess the participation of women and other vulnerable groups in the entire process by
looking into the various documentation;
(ix) Verify on a sample basis the evaluation indicators collected by the PIUs/SRRDA on the
performance of community participation, through visit to the project affected community and
through participatory consultation with the project affected people, focusing on verifying the extent
of participation by the vulnerable segment of the community population; and
(x) Based on the review and verification, evaluate the effectiveness of the community consultation
process, and recommend improvements to the CPF procedures, particularly with respect to
reporting and monitoring requirements.
(xi) Verify that ADB's requirements for voluntary donation of land have been complied with; and
(xii) Confirm these requirements have been effective in safeguarding living standards and livelihood of
people donating land, particularly the vulnerable groups.
C. Qualifications
The Social Development Specialist in TSC must have an academic background in anthropology,
sociology, and development studies, along with a significant experience in social and resettlement
implementation issues.
D. Reporting
The external monitor need to document and report every six months the findings Sate IA, NRRDA
and ADB simultaneously (A sample format provided in Annex 11). This will enable to reflect on
the challenges and shortfalls if any in the process and to address them immediately.
64
ANNEX 10: MONITORING FORMATS
Form Title Frequency Preparation Audit/Verification Summary Monitoring Sheet
(Form M-1) Monthly PIU TSC
Verification of Ownership of
Land and Assets (Form M-2)
Once for each
project road
before start
collecting
MOU
Information collected
and verified by PRI and
Revenue Department,
and compiled into the
form by PIU
TSC
MOU Collection and
Grievance Redressal (Form M-3)
Monthly Information to be
collected and verified
by PRI and Revenue
Department and
compiled into the form
by PIU
TSC
Progress of Distribution of
Support/Assistance (Form M-4)
Monthly Progress monitored by
PRI and compiled into
the form by PIU
TSC
External Monitoring and
Evaluation (Form M-5)
Every six
months TSC -
PIC: Project Implementation Consultant, PIU: Programme Implementation Unit, PRI:
Panchayati Raj Institution, TSC: Technical Support Consultant.
65
Form M-1: Summary Monitoring Sheet (monthly) (as of end (month, year))
State: District: Block: Village:
Name of Subproject Road: Road No.:
Project
stage
Task Time Frame Completed
(Date)
Outstanding tasks Time frame for
completion
Road
Selection
stage
Dissemination of PMGSY road
under Core network
After approval of Core
Network
Selection of Roads
Pro
ject
Pla
nn
ing &
Desi
gn
Sta
ge
DP
R P
rep
ara
tio
n S
tage
Dissemination of Project
Information
First week of DPR
preparation
Sensitization of community First week of DPR preparation
Finalization of alignment
(Transect Walk, alignment shifts
& incorporation of community
suggestion)
First month of DPR
Preparation
Consultations with
Community/APs
First month of DPR
Preparation, after alignment finalization
Survey for Profile of APs 5th to 6th week of DPR
Preparation
Identification of vulnerable APs 6th week of the DPR preparation
Dissemination of process of
voluntary donation, support/assistance options &
grievance procedures
7th week of DPR
Preparation
Finalization of support/assistance 8th week of DPR
preparation
Marking of Alignment 12 th week of DPR
Preparation
Incorporating impact mitigation
measures in DPR
End of fourth month of
DPR preparation
Scrutiny and approval of DPR
Sit
e P
rep
ara
tio
n S
tag
e
Po
st D
PR
Sta
ge
Collection of MoU First month of
implementation after approval of DPR
Advance notice to farmers with
standing crops
First month of
implementation after approval of DPR
Relocation/Shifting of structures /
Common Property Resources
By the 2nd month of
implementation after approval
Provision of support/assistance Between 3rd-5th month
of implementation after approval of DPR
Enrollment into RD schemes From 3rd month of
implementation after approval of DPR
Physical possession of land by
PIU
From 3rd month of
implementation after
approval of DPR
Co
nst
ru
cti
on
sta
ge
Redressal of grievances Throughout Project
cycle
Unforeseen impacts From 4th month of
project implementation , till completion of
construction work
Tree Plantation
Note: This form will be prepared monthly by the PIU for each village.
Form M-2: Verification of Ownership of Land and Assets (as on (date, month, year))
State: District: Block: Village: Name of Subproject Road: Road No.:
S.No. Name of
the AP
Category of
AP
(Titleholder,
Tenant,
squatter,
Encroacher
and others)
Vulnerable
AP
Khasra
No.
Type of
Land
affected
(sq m)
Type of
Structure
affected
(Residential,
Commercial,
and Resi +
Comm) (sq m)
Trees,
wells,
CPR and
other
losses
Livelihood
losses
Verified (Y/N) Remarks
Note: This form will be first prepared during Transect Walk and further refined during consultation with affecter persons/households. Ownership will
be verified during consultation and census survey. Information on ownership will be collected by PRI and Patwari, and compiled by PIU.
67
Form M-3: MOU Collection and Grievance Redressal (monthly)
(as of end (month, year))
State: District: Block: Village: Name of Subproject Road: Road No.:
S.No. Name of the Eligible
APs / community
Verification and Collection of MOUs Grievance Redress
Ownership verified
by Revenue official
(Date) and PIU
MOU signed
prior to date
of contract
award
MOU Signed and
collected by PIU
(Date)
Remarks Any
Grievance
reported
Reason for
the grievance
Grievance
resolved /
unresolved by
LMC
Grievance
resolved /
unresolved by
GRC
Time taken
to resolve
the
grievance
Remarks
Note: Information for this form will be provided by PRI. This form will be filled out by the PIU.
68
Form M-4: Progress of Distribution of Support/Assistance (monthly)
(as of end (month, year))
State: District: Block: Village: Name of Subproject Road: Road No.:
S.No. Name of the
Eligible APs
/ community
Support/Assistance for Vulnerable APs
Alternate land Site Cash
assistance
for land or
structure,
trees, wells
and other
assets
Inclusion
in
housing /
RD
schemes
for IR
Provision
of
alternate
plot and
structure
Cash
assistance
for
livelihood
losses /
linkage to
RD
schemes
Material &
labor for
rebuilding
structures
Alternate
rental
arrangements
for tenants
Replacement
and
Relocation of
CPR
Advance
notice for
crops
Remarks
Note: Distribution of support/assistance is monitored by PRI. This format will be prepared by PRI and compiled by PIU.
69
Form M-5: External Monitoring and Evaluation (bi-annually) (for the period covering the six months from (month, year) to (month, year))
State: District: Block: Number and Name of Sample Villages: Name of Subproject Road Road No.: Total Number of Sample Households (APs and Non-AP households):
Monitoring and Evaluation Indicators Description
A. Adequacy of Budget
(i) enrollment of APs in RD schemes
(ii) Funds allocated for cash assistance, relocation, legal process of land transfer and other support
costs
B. Severity of Impacts
(i) % of APs losing less than 5% and more land, % of vulnerable APs losing less than 5% and more
(ii) % of APs having residual land below district average
(iii) No. of structures and CPRs affected.
(iv) No. of affected structures and CPRs relocated.
(v) Variations in the number of APs and that in DPR
C. Social Infrastructure Development Indicators
(i) Increased ownership of production assets (agricultural implements, tractors etc)
(ii) Increased asset ownership such as two-wheelers, bicycle etc
(iii) Reduction in travel time and cost to basic services such as educational, medical facility etc (iv)
Frequency of bus services (v) Number of children born in PHCs; (vi) Enrollment in schools; (vii)
Improved road safety; (viii) Role of Women in decision-making
D. Economic Indicators
(i) Source of income, (ii) Number of earners per household; (iii) Average number of days of
employment in month/year; (iv) Increase in wage rates (Rs/day); (v) Alteration in agricultural practices
(Method and intensity of cropping, use of HYV etc); (vi) Number & frequency of migration of work
E. Adequacy Of Mitigation Measures
(i) percentage of APs actually enrolled in RD and government housing schemes; (ii) percentage of AP
continuing with schemes; (iii) Percentage of APs who perceive to have benefited from the schemes;
(iv) percentage of APs receiving alternate land and assistance for relocating and rebuilding structure or
assistance for land and structure; (v) percentage of APs receiving assistance for rebuilding structure on
existing land not requiring relocation; (vi) others
F. Adequacy Of Land Transfer Documentation
(i) percentage of plots identified for land donation ; (ii) percentage of cases where deeds/mutation has
been done
G. Grievance Redressal
(i) No. of grievances per APs in each corridor; (ii) Percentage of grievances redressed; (iii) any time
for redressal of grievance existence and effectiveness of GR mechanism
H. Realism Of Work Schedule
(i) No. of activities which has exceeded time limit; (ii) Any time spell over
Note: This report will be prepared by TSC for each district based on a sample assessment of affected and non-affected households.
70
ANNEX 11: ORGANIZATIONAL STRUCTURE
TSC • Road Safety • Social Development/Safegu ard-external monitor • Environment
State Technical Agency • Technical scrutiny of DPRs
State Technical Agency • Technical scrutiny of DPRs
State Technical Agency • Technical scrutiny of DPRs
Implementing Agency State Rural Development Agency
Project Implementation Committee
Chairperson: CEO Members: state EA, PIU,
consultants
Project Implementation Committee
Chairperson: CEO Members: state EA, PIU,
consultants
Executing Agency Government of India Ministry
of Rural Development (MORD)
Project Coordination Committee Chairperson: Joint secretary MORD
Members: Representatives from NRRDA, MOF, DEA, GOA, GOO, GOWB
National Rural Roads
Development Agency
(NRRDA)
Project Management Consultant (PMC) 1
Management and Coordination, Monitoring, Capacity Building
Project Implementation Committee
Chairperson: CEO Members: state EA, PIU,
consultants
TSC • Road Safety • Social Development/Safegu ard-external monitor • Environment
Executing Agency State
Department of Panchayat and Rural
Development
Executing Agency State
Department of Rural Development
PICs • DPR Preparation • PIU Support • Social Development/Safegu ard • Training • Construction Supervision
HQ CEO
PIU EE
PIU EE
PIU EE
Contractors Contractors
PIU EE
PIU EE or SE
PIU EE or SE
PICs • DPR Preparation • PIU Support • Social Development/Safegu ard • Training • Construction Supervision
Executing Agency State of Assam Public Works Department
Implementing Agency State Road Board
HQ CEO
PIU EE or SE
Contractors
PICs • DPR Preparation • PIU Support • Social Development/Safegu ard • Training • Construction Supervision
PIU EE
PIU EE
TSC • Road Safety • Social Development/Safegu ard-external monitor • Environment HQ
CEO
Implementing Agency State Rural Roads Agency
NQM Technical Quality
Assurance ADB
Inception/
Review Missions Midterm Review
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-II (PMGSY-II).
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.
72
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: Chief Executive Officer,
Madhya Pradesh Rural Road Development Authority 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:
73
For the Client Chief Executive Officer,
Madhya Pradesh Rural Road Development Authority 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.
74
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.
75
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;
76
(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 offsetting against these
payments any amount that may be due from the Consultants to the Client):
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.
77
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,
insurance against the risks, and for the coverage‟s, as specified in the Appendix III, Data sheet for RFP, in Para
3 of clause 3.2; and (ii) At the Client ‟s request, shall provide evidence to the Client showing that such insurance
has been taken out and maintained and that the current premiums therefore have been paid.
78
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.
79
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.
4.6 Resident Engineer –(Team Leader)
The Consultants shall ensure that at all times during the Consultants performance of the Services in State of
Madhya Pradesh, a Resident Engineer (Team Leader), acceptable to the Client, shall take charge of the
performance of such services.
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.
80
6. PAYMENTS OF THE CONSULTANTS
6.1 The payment shall be made as per schedule given in Para- 6 of T.O.R.
6.2.1 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) 10%
(on submission of B.G. of equal amount)
(ii) On submission of preliminary report (1 Month) 30%
(iii) On submission of final report (3 Months) 40%
(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
81
BY
Authorised Representative Witness:
FOR AND ON BEHALF OF THE CONSULTANTS
BY
Authorised Representative Witness:
82
SPECIAL CONDITIONS OF AGREEMENT (SC)
Number of Amendments of, and Supplements to, Clauses in the General Conditions of
Agreement GC Clause :
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
Engineer in Chief – Member
Financial Advisor – 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
83
ANNEXURE-IV
Form of Bank Guarantee for Advance Payments (Reference Para of SC 6.4(a) of Agreement)
(To be stamped in accordance with Stamp act, if any, of the country of issuing bank)
Ref: _____________ Bank Guarantee: ________________
Date: ____________
Dear Sir,
In consideration of M/s___________________(hereinafter referred as the "Client", which expression shall, unless
repugnant to the context or meaning thereof include it successors, administrators and assigns) having awarded to
M/s____________(hereinafter referred to as the " Consultant" which expression shall unless repugnant to the
context or meaning thereof, include its successors, administrators, executors and assigns), a agreement by issue of
client's Agreement No. ____________dated __________and the same having been unequivocally accepted by the
Consultant,, resulting in a Agreement valued at ____________ for _________________ Agreement (hereinafter
called the (scope of work)and the Client having agreed to make an advance payment to the Consultant for
performance of the above Agreement amounting to _____________(in words and figure) as an advance against
Bank Guarantee to be furnished by the consultant.
We________________(Name of the Bank) having its Head Office at _________here in after referred to as the
Bank), which expression shall, unless repugnant to the context or meaning thereof, include its successors,
administrators executors and assigns) do hereby guarantee and undertake to pay the client immediately on demand
any or all monies payable by the Consultant to the extent of ____________ as aforesaid at any time up to
________@ ___________ with out any demur, reservation, contest, recourse or protest and/or without any
reference to the consultant. Any such demand made by the client on the Bank shall be conclusive and binding not
with standing any difference between the client and the Consultant or any dispute pending before any Court,
Tribunal, Arbitrator or any other authority. We agree that the Guarantee herein contained shall be irrevocable and
shall continue to be enforceable till the client discharges this guarantee.
The Client shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee
from time to time to vary the advance or to extend the time for performance of the agreement by the Consultant.
The client shall have the fullest liberty without affecting this guarantee to postpone from time to time the exercise
of any powers vested in them or of any right which they might have against the Client and to exercise the same at
any time in any manner and either to enforce or to enforce any covenants, contained or implied, in the Agreement
between the Client and the Consultant any other course or remedy or security available to the Client. The bank
shall not be relieved of its obligations under these presents by any exercise by the Client of its liberty with
reference to the matters aforesaid or any of them or by
84
reason of any other act or forbearance or other acts of omission or commission on the part of the Client or any other
indulgence shown by the Client or by any other matter or thing whatsoever which under law would but for this
provision have the effect of relieving the Bank.
The Bank also agrees that the Client at its option shall be entitled to enforce this Guarantee against the Bank as a
principal debtor, in the first instance without proceeding against the Consultant and notwithstanding any security or
other guarantee that the Client may have in relation to the Consultant's liabilities.
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.
Notwithstanding anything contained here above our liability under this guarantee is limited to_______ and it shall
remain in force up to and including_______ _______ and shall be extended from time to time for such period (not
exceeding one year), as may be desired by M/s_______________ on whose behalf this guarantee has been given.
Dated this ______________day of__________ 20 _______ at_________________ _
WITNESS
____________________ _______________________
(Signature) (Signature)
_____________________ ________________________
(Name) (Name)
______________________ __________________________
_______________________ ____________________________
___________________ ______________________
(Official Address) Designation (with Bank stamp)
Attorney as per Power of
Dated_________________ Attorney No__________
(Strike out which ever is not applicable)
[Note 1: The stamp papers of appropriate value shall be purchased in the name of bank that issues the "Bank
Guarantee".
Note 2: The bank guarantee shall be from a Nationalized Indian Bank.
85
FORMATS (F-2A to F8)
FORMAT F-2A
Pradhan Mantri Gram Sadak Yojna-II (PMGSY-II) (Ministry of Rural Development, Govt. of India
Roads proposed in PMGSY-II for Rural Connectivity (Cross Drainage Structures) District Block Package No.
(Rs. in Lakhs)
S.
No.
Name
of
Road
New
Constructi
on
/Upgradati
on (use
N/U)
Road
Length
(km)
Existing CD Structure by Type Details of Proposed CD Structure by Type Total
Cost of
Paveme
nt from
Format-
F-2A
Total Cost
of Road
[Sum of
(17) to
(18)]
Hume
Pipe
Culvert
Box/Arch
Culvert
Minor Bridge/
Caus ways
Details Hume
Pipe
Culvert
Box/Arch
Culvert
Minor
Bridge/
Caus ways
Total
Cost of
Proposed
CD
Structure
s
No. Dia. No. Length No. Length No. Dia
.
No. Lengt
h
No. Length
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20
1
Cost
2
Cost
Total Cost
86
FORMAT F-2B
Pradhan Mantri Gram Sadak Yojna-II (PMGSY-II) (Ministry of Rural Development, Govt. of India
Roads proposed in PMGSY-II for Rural Connectivity (Pavement Layers) District Block Package
No.
(Rs. in Lakhs)
S.
No.
Name of Places/
Villages
connected by road
New
Constructio
n
/Upgradatio
n (use N/U)
Facility
accesse
d
(A/B/C/
D)
Road
Length
(km)
Existin
g
Surface
Type
Details of Thickness & Cost for Pavement Layer Total
Cost of
Pavement
[Sum of
(10) to
(20)] From To Details Clearin
g &
Grubbi
ng
Earth
work
Sub
grade
Prepara
tion
WB
M1
WB
M2
WB
M3
Prime
Coat
BM Tack
Coat
Surfacing
(any one)
MSS PMC
with
Seal
Coat
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21
1 Thickn
ess
(mm)
Cost
2 Thickn
ess
(mm)
Cost
Total
Cost
87
FORMAT F-3
Pradhan Mantri Gram Sadak Yojna-II (PMGSY-II)
(Ministry of Rural Development, Govt. of India)
TYPICAL CROSS SECTION OF NEW ROAD CONSTRUCTION
88
FORMAT F-4
Pradhan Mantri Gram Sadak Yojna-II (PMGSY-II)
DETAILS OF EXISTING ROADS (FOR UPGRADATION) Block Package No.
District
S.
No.
Name
of the
Road
Road
Length
(km)
Road
Connectin
g to *
Facilities
accessed
(Use
A/B/C/D)
*
Traffic per day Existing Road Details
Total
Motorised
Total
Truck/
Tractor
Land
Width
(m)
Road
Width
(m)
Embankment
(Formation)
WBM Layer Bituminous Layer
Height
(m)
Width
(m)
Width
(m)
Thickness
(mm)
Type Width
(m)
Thickness
(mm)
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
1
2
89
FORMAT F-5
Pradhan Mantri Gram Sadak Yojna-II (PMGSY-II)
(Ministry of Rural Development, Govt. of India)
TYPICAL CROSS SECTION OF ROAD IMPROVEMENT (UPGRADATION)
90
FORMAT F-6
Pradhan Mantri Gram Sadak Yojna-II (PMGSY-II)
(Ministry of Rural Development, Govt. of India)
COST ESTIMATE FOR ROAD CONSTRUCTION
Road from: ___________________ to _________________ Package No. _______________
Length of the Road (km.) ___________________________ Block _____________ District ___________________
Sl. No. Description of
Item
Length (m) Width (m) Thickness (m) Unit Quantity Rate (Rs.) Amount
(Rs.)
1 2 3 4 5 6 7 8 9
91
FORMAT F-7
Pradhan Mantri Gram Sadak Yojna-II (PMGSY-II)
(Ministry of Rural Development, Govt. of India)
COST ESTIMATE FOR CONSTRUCTION OF CROSS DRAINAGE WORKS
(CULVERTS AND MINOR BRIDGES)
Road from: ___________________ to _________________ Package No. _______________
Type of Cross Drainage Works: Hume Pipe/Box or Arch/Minor Bridge Design Discharge
______________
Block ________________ District ___________________ Type of Soil ________________
(Use separate sheet for each type /size of CD work)
Sl. No. Description of
Item
Length
(m)
Width (m) Height/
Thickness (m)
Unit Quantity Rate (Rs.) Amount (Rs.)
1 2 3 4 5 6 7 8 9
92
FORMAT F-8 M-1
DISTRICT MAP SHOWING BLOCKS
93
FORMAT F-8 M-2
BLOCKS SHOWING ROAD NETWORK
94
ANNEXURE-II
TO DETAILED NIT FOR REVISION OF DPR No. 10678/22/D-12/DPR-Cons/MPRRDA/14 Bhopal, Date : 22/05/2014
95
DPR Template
96
A. Chapters Page Nos.
1. Introduction 98-100
2. Planning and Basic Design Consideration 101-122
3. Topographic Survey. 123-124
4. Soil and Materials Survey 125-126
5. Traffic Survey 127-129 6. Hydrological Survey 130 7. Geometric Design Standards 131-134 8. Alignment Design 135-139 9. Pavement Design 140-142 10. Design of Cross Drainage 143-255 11. Protective Works & Drainage 145 12. Land Acquisition 146 13. Utility shifting/relocation 147 14. Road Safety and Traffic Management 148 15. Specification 155-156 16. Environmental Issues 157-158
97
17. Analysis of Rates 159
18. Cost Estimate 160-161
19. Construction Program 162-189
98
B. Proforma
1. Proforma B Package Summary
2. Proforma C Check List for PIU & STA
3. Format F1 Package-wise Summary Sheet
4. Format F6 Cost estimate for Road Construction Works – Pavement Works
5. Format F7 Cost estimate for Cross Drainage Works – Slab Culvert
6. Format F8 Rate of Materials supplied at site – Rate Analysis
7. Format F9A Certificate of Ground Verification from Executive Engineer / Head of PIU
8. Environmental Checklist
9. Checklist for community consultation on engineering
C. List of figures
{Insert list of figures used in this report}
Figure-1 Road Map of India and state
Figure-2 District Map
Figure-3 Block Maps showing all existing connectivity like District/block HQ, new townships, National and State highway network, mandis, hospitals, colleges, schools etc.
Figure-4 Strip plan showing land and alignment details
Figure -5 Quarry Map
D. Annexure
{Insert list of Annexure provided in this report}
Annexure-1 Details of soil tests (Section 4.2) Annexure-2 Detailed hydraulic calculation of all replaced and proposed new culverts (Section 6.7) Annexure-3 Chainages-wise Cut/fill volume Annexure-4 Transect walk report
99
1. Introduction
1.1 Objectives of Pradhan Mantri Gram Sadak Yojana-II (PMGSY-II)
Rural Road connectivity is a key component of rural development by promoting access to economic and social services and thereby generating increased agricultural incomes and productive employment opportunities. It is also a key ingredient in ensuring poverty reduction.
It was against this background of poor connectivity that the Prime Minister announced in 2000, a massive rural roads program. The Prime Minister’s Rural Road Program (Pradhan Mantri Gram Sadak Yojana-II, PMGSY-II) set a target of:
Achieving all-weather road access to every village/habitation with a population greater than 1000 by 2003
Providing all-weather road access to all villages/habitations of population greater than 500 people [250 in case of hill States (North-Eastern states, Sikkim, Himachal Pradesh, Jammu & Kashmir and Uttaranchal), the desert areas and tribal areas] by the end of the Tenth Five Year Plan, i.e., 2007
1.2 All Weather Road
{Insert description of all-weather roads, duration of interruption on ODRs and VRs.}
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. A Core Network 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 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 Centres. Link Routes 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. The Core Network may not represent the most convenient or economic route for all purposes. However, since studies show 85-90% of rural trips are to market centres, the Core Network is likely to be a cost-effective conceptual frame work for investment and management purposes, particularly in the context of scarce resources.
100
The Sub-project road {Insert start of road} to {Insert end of road}, is a link road with Code {Insert Core Network Link /Through Route Code in {Insert name of block} block of {Insert name of district} District. This road directly connects the habitations of {Insert villages along the road} with populations of {Insert respective population} respectively. Thus this link road serves the total population of {Insert total population served}.
101
1.4 Geography
{Insert a description of the location and geographic features of the area and adjoining land here.} 1.5 Climatic Condition
{Insert a description of the climatic condition of the area here.}
1.6 The Sub-Project Road
The road passes through plain/rolling/hilly terrain {Delete terrain not applicable}. {Insert a brief description of the geometry of the road, description of whether there are temples, schools, mosques along the alignment, existing cross drainage structures, existing utilities like electric & telephone poles and water lines along the existing road} {Insert description of the discussion with the stakeholders and dwellers regarding donation of land}
District: {Insert name of district}
Block: {Insert name of block}
Road Name: {Insert name of road, strictly as per Core Network}
Road Code: {Insert CNCPL code}
Package No: {Insert package number}
Road Length: {Insert length of road} Km
Start Point: {Insert specific latitude and longitude coordinates plus a description in words}
End Point: {Insert specific latitude and longitude coordinates plus a description in words}
Sl.No. Habitation
benefited
Population benefited Chainage
Direct Indirect From To
{Insert any other description of the project road like table containing habitations served directly to be included here}
102
2. Planning and Basic Design Consideration 2.1 Key maps
Figure-1 {Insert relevant portion of the Block Map showing project road and all existing connectivity like District/block HQ, new townships, National and State highway network, mandis, hospitals, colleges, schools etc. at 1:50,000 scale. Example is given in the next page.}
Figure-1 Section of Block Maps showing all existing connectivity like District/block HQ,
NH-
6 Railway line
Mahanadi
irrigation canal
Arang – District
HQ
Probable Ring
Road for New
Raipur
103
new townships, National and State highway network, mandis, hospitals, colleges, schools etc.
2.2 Preliminary alignment investigation {Insert a strip plan as indicated for the road under study. Width of track or road at some important points should also be included. It should also indicate locations of utilities, electric poles etc. and other environment and safety hazard. safety A sample attached shows the methodology for preparation of the strip plan. Follow similar standard.}
104
105
106
107
108
109
Figure-2 Strip plan showing land and alignment details
2.3 Site Photographs {Insert photographs taken at every 100m interval and/or at important changes in features. Sample attached shows the photographic representation of the alignment. A description of the features to be included, like utilities, land utilization, c/d structures, markets, godowns, educational/health and religious institutions which need to be avoided etc. are to be clearly spelt out.}.
110
1
Chainage 0.00km
One arm of the tee-intersection facing NH-6
2
Chainage 0.00km
One arm of the tee-intersection facing New Raipur.
3
Chainage 0.00km
Starting point of the alignment. The road is made of
moorum. The initial section is a small village with
mud and permanent housing.
111
4
Chainage 0.100km
The existing moorum road is wide and has sufficient
ROW. On the right hand side is the raised platform
for cattle shelter during monsoon.
5
Chainage 0.200km
Moorum alignment with c/d structure in front and
deviation in alignment.
6
Chainage 0.225km
Pipe culvert provided along canal forming a cross
drainage structure. This is a very temporary measure
with no side walls and broken edges.
112
7
Chainage 0.300km
Flat and plain moorum road with wide ROW. Canal
on RHS.
8
Chainage 0.400km
Flat and plain moorum road with wide ROW. Canal
on RHS.
9
Chainage 0.500km
Flat and plain moorum road with wide ROW. Canal
on RHS.
113
10
Chainage 0.600km
Flat and plain moorum road with wide ROW. Canal
on both sides of the alignment.
11
Chainage 0.700km
Straight moorum alignment with culvert ahead.
12
Culvert at chainage 0.750km
C/d structure with head wall but broken canal edge.
114
13
Chainage 0.800km
Road alignment with canal on left edge with width
narrowing substantially. Agricultural fields start on
both sides.
14
Chainage 0.900km
Narrow road alignment with agricultural fields on
both sides.
15
Chainage 1.000km
Canal on both edges stops. The ROW narrows
substantially. The surface condition deteriorates
because of paddy field water.
115
16
C/d at Chainage 1.025km
Sample of c/d pipes across the alignment.
17
Chainage 1.100km
The ROW narrows substantially. The surface
condition deteriorates because of paddy field water.
18
Chainage 1.200km
The ROW widens with agricultural fields ending on
both sides. The alignment follows the general
gradient
116
19
Chainage 1.300km
The moorum road starts again into winding paths to
the village.
20
Chainage 1.400km
Hutment near the village.
21
C/d structure where the road crosses the canal and
enters the village.
117
22
Chainage 1.500km
The road enters the village over cc pavement but no
shoulders on either side.
23
Chainage 1.600km
CC pavement upto the village with agricultural field
on both sides.
118
24
Chainage 1.700km
CC pavement upto the village with agricultural field
on both sides.
25
Village start
26
Chainage 1.800km
End of the alignment at a village water hand pump.
119
2.4 Road Design Brief {Insert a tabular format (sample attached) giving the design issues and solutions to be used by the Consultants in finalizing the drawings, provision of c/d structures, land acquisition issues, drainage issues, etc., approx. distance from existing centre line will be of use and have to be clearly spelt out in this table.}
Table 2.1 Road Design Brief (example attached)
120
Sl. Location Issue Design Solutions
1 Ch. 0.00km The proposed road is connecting
New Raipur and Arang the block
HQ. The road starts with a Tee
intersection. While New Raipur
gets developed there will be
substantial traffic using this road.
Electricity poles are located along
the alignment.
The intersection needs to be
developed properly for
safety.
The electricity poles need to
be relocated.
2 Ch.0.100 to 0.300
km
The section has a pipe laid across
the road without any head wall or
foundation. This is for the water
from the irrigation channels for
cross flow. This causes soil
erosion in the channel.
Because of the pipe the alignment
has been adjusted in skew.
Proper cross drainage
structure to be provided.
The road has to be realigned.
3 Ch. 0.700 to
0.900 km
Because of the skew in channel
alignment the road has been
skewed.
The channel walls have eroded
due to flow of water.
The alignment has to be
readjusted.
The channel walls need to be
protected from erosion.
4 Ch. 0.900 to
1.200 km
Due to agricultural cultivation the
road has only the c/w and no
shoulders.
Land acquisition/donation
will be required to provide
for c/w and shoulder. It also
needs to be raised to avoid
water logging.
5 Ch. 1.200 to
1.300 km
The foot track is different from the
actual vehicle path provided.
Curve needs to be properly
designed.
121
2.5 Transect Walk Summary
{Insert a tabular format (sample attached) giving the summary of the transect walk and giving the issues identified and solutions proposed by the affected communities.}
Table 2.2 Transect Walk Summary (example attached)
7 Ch. 1.400km The culvert provided skews the
alignment.
The culvert has to be
redesigned so that proper
geometry can be provided to
the alignment.
8 Ch. 1.400 to
1.860 km
The cc pavement does not have
any shoulder. This is very risky for
vehicles crossing each other.
The road ends at the village and
crosses the major irrigation canal
on the other side of the village.
The road width inside the village
is not adequate for vehicular
traffic.
Proper shoulder to be
provided on either side.
It is necessary for the
designers to assess the
feasibility of the provision of
bypass from ch. 1.500km as
desired by the villagers
122
Chainage Existing Land Width*
Additional Land Required
Type of Loss Village Remarks/Suggestions
LHS RHS LHS RHS
0+000 10
DHAMANI
0+095 8 2.30 2.30
0+233 5 2.50 2.50 Centre line has to be shifted by 6 mtrs towards LHS
0+238 5.10 2.40 2.50 Cross drain proposed
0+405 6.10 2.50 2.50 Cross drain proposed
0+845 5 2.5 2.5
SONPARY
Cross drain proposed, side wall to be provided on LHS
0+926 5 2.5 2.5 Shift in centre line by 1.5 mtr towards RHS to avoid affect on canal
0+949 8.5 1 2 Agricultural land Wall ends on LHS
0+987 5 3 2 Agricultural land Agricultural land
1+011 4.5 3 3 Agricultural land Agricultural land
1+042 4.5 3 3 Agricultural land Agricultural land
1+102 5.90 2.70 2.70 Cross drain proposed
1+109 6 2 2 Agricultural land Agricultural land
1+132 8 2 Agricultural land
1+144 8 1.50 Cross drain proposed
1+246 8 1.50 Cross drain proposed
1+273 5 2 2 Alignment has to be straightened up
1+319 5.50 2.30 2.30 Cross drain proposed
1+409 5.50 2.30 2.30 Cross drain proposed
1+516 5.20 3.30 3.30 No change in existing cross drain
1+522 4.40 2.50 2.50 Existing CC road starts
1+794 4.40 2.50 2.50 Cross drain proposed
1+863 4.40 2.50 2.50 End point
123
2.6 Checklist {Tick the relevant box} Transect walk done Yes No Transect walk summary table included Yes No Photographs taken Yes No Major changes in alignment perceived Yes No Design brief provided Yes No
124
3. Topographic Survey
3.1 General
Topographic survey true to ground realties have been done using {Delete method not used: precision instruments like total stations and auto levels, and bringing out data in digital form (x,y,z format) for developing digital terrain model (DTM) or plane table survey and using dumpy level for leveling survey}.
The in-house standards, work procedures and quality plan prepared with reference to IRC: SP 19-2001, IRC: SP 20, IRC: SP 13 (in respect of surveys for rivers/streams) and current international practices have been followed during the above survey.
3.2 Traversing
Traverse has been done by total station having angular measurement accuracy of ± 1 sec.
{Insert a brief methodology of traverse survey}
3.3 Leveling
{Insert a brief methodology of leveling survey, accuracy adopted, nearest bench mark etc.}
3.4 Cross Section & Detailing
Cross sections were taken at 30 m interval and at closer interval in curved portion of the existing road. All physical features of the road were recorded.
{Generally, cross section will be taken at every 30m interval. In case of any major variation in the long section cross sections have to be taken irrespective of the 30m interval. The cross section details are to be taken for a further distance of half the formation width beyond the shoulders on either side of the road.}
3.5 Data Processing
All data from topographic survey recorded by total station were downloaded and final alignment, plan, profile were prepared and presented in AutoCAD Format.
3.6 {Insert List of permanent reference pillars and TBMs including northing easting and levels}
125
3.7 Checklist {Tick the relevant box} Reference pillars given Yes No TBM with northing-easting given Yes No Traverse survey carried out Yes No Cross section and detailing carried out Yes No
126
4. Soil and Materials Survey
4.1 General
The soil and material investigations were done following the guidelines of IRC: SP: 20-2002 and IRC: SP: 72-2007 and other relevant IS codes. The potential sources of borrow areas for soil and quarry sites will be identified.
4.2 Soil sample collection and Testing
Soil samples will be collected along and around the road alignment at three (3) locations per km, from the adjoining borrow areas, as well as one sample is collected from the existing road. Soil Classification tests like grain size analysis and Atterberg’s limit were conducted for all the samples collected. Standard Proctor test and the corresponding 4 day soaked CBR test were conducted either for a minimum of one test per km for soil samples of same group or more tests due to variation of soil type. The following tests were conducted as detailed below:
• Grain size analysis as per IS : 272 (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
{The IRC Rural Roads Manual SP: 20 contain instructions on Soil Survey and materials for the road projects. Supplementary guidance on these subjects is given in Annexure 5.1.The identification of the soil type in the field and the quick determination of its properties, including CBR are the basic requirement for an economical pavement design. The grain-size (wet sieve) analysis leading to the soil classification is a simple test and must be carried out to have an idea of the CBR value with a reasonable level of accuracy; the nomograph given in Annexure 5.2 can be used. This would minimise the need for CBR determination in lab. The determination of CBR by a rigorous CBR apparatus on a large number of samples may not be possible unless properly planned, and hence the nomograph given in Annexure 5.2 may be used.} {Insert the details of soil tests in Annexure-1}
4.3 Analysis of Test Results
The laboratory soaked CBR value ranges from ……..% to ……..% {Insert range}. The soil laboratory test results will be summarized in Table 4.1 {Insert the summary of soil test results in table}
Table 4.1 CBR values for different stretches
Sl.No. Section CBR (%)
127
4.4 Coarse and Fine Aggregates
Information regarding the source of aggregate and sand will be gathered. The stone aggregates shall be procured from {Insert name of quarry} where as the locally available sand shall be used. The source and the lead distance from the quarry to project site will be finalized in discussion with the PIU. The aggregates and sand where available and acceptable shall be used for bituminous work, concrete works, other pavement works.
Figure -3 Quarry Map {Insert the quarry map}
4.5 Sub-soil investigation for bridges
{Insert a brief write-up on methodology and location of sub-soil investigation, codes followed and brief results thereof. Detailed bore logs, test results should given at the end of the report}
4.6 Checklist
{Tick the relevant box} Borrow pit suitable Yes No SSI for existing ground Yes No Investigation for coarse/fine aggregate Yes No Quarry map Yes No
128
5. Traffic Survey
5.1 General
{In addition to traffic counts on the project road, traffic counts must be taken on already completed or similar type of PMGSY-II road in the vicinity of the project road to provide a realistic count.} In the present scenario of new connectivity/upgradation road, 3 day, 24 hr traffic volume count has been conducted on the already completed or similar type of PMGSY-II road in the vicinity of the project road. The Classified Volume Count survey has been carried out in accordance with the requirements of the TOR and relevant codes (IRC: SP: 19-2001, IRC: SP: 20, IRC: SP: 72-2007).The surveys have been carried out by trained enumerators manually under the monitoring of Engineering Supervisor. {Insert description of traffic count locations. Explain why nearby road is similar to expected post construction situation of the project road. Insert map showing project road and similar road and locations of traffic counts.}
5.2 Traffic Data and Analysis
The traffic count done 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.
The number of laden and un-laden commercial vehicles was recorded during the traffic counts. Traffic volume count for this project road was done during {insert season} season. The seasonal variation {insert seasonal variation} is based on local enquiry.
Average of 3 day traffic data is presented in Table 5.1.
Table 5.1 Average Daily Traffic at {Insert location} (both ways) {The table will be repeated for the number of locations surveyed. This must include counts taken on the similar road.}
Sl. No. Type of Vehicle Day-1 Day-2 Day-3 Average
1 Car, Jeep, Van
2 Auto Rickshaw
3 Scooters/Motorbikes
4 Bus / Minibus
5 Trucks
6 Tractors with trailer
129
7 Tractor without trailer
8 Cycles
9 Cycle Rickshaw / Hand Cart
10 Horse cart / Bullock Cart
11 Pedestrian
Total commercial vehicle per day (cvpd)
Total motorised vehicle per day
Total non-motorised vehicle per day
Total ESAL
{Tick the relevant box}
a) Traffic volume and mix do not vary along the road
b) Traffic volume and mix vary along the road
c) Traffic volume and mix will vary along the road in the future
d) There is a potential for through traffic using the road
e) % of loaded vehicles
5.3 Traffic Growth Rate and forecast
{“Read – Delete”: Depending on the case or combination of cases, the designers should select the location of traffic counts and apply
different growth scenarios. In all cases as described in 5.2 above, except for (a), the designers will be required to provide more detail, e.g.,
explain reasons (e.g., traffic coming from …side road at …chainage etc), specify homogenous sections etc. Insert a proper assessment of the
possible traffic growth (normal, generated and diverted) taking care of mining or other economic activities that might generate traffic. The
Consultants should exercise good judgment to properly estimate future traffic specially taking care of diverted and generated traffic. The
Consultants may, in case no data is available, use similar studies to estimate growth trend. Growth rates shall be shown separately for
different types of vehicle where there are specific generators of traffic (eg mining activities). Where there are no specific generators of
traffic growth, the consultant may adopt an average annual growth rate of 6% over the design life as set out in IRC: SP 72-2007.}
Table 5.2 Average Annual Daily Traffic at {Insert location} (both ways) {This table will be repeated for each homogeneous section of the road.}
130
* Any other type can be included, if noticed
Sl. No. Type of Vehicle ADT AADT Growth
Rate
1 Car, Jeep, Van
2 Auto Rickshaw
3 Scooters/Motorbikes
4 Bus / Minibus
5 Trucks ( Laden un-Laden)
6 Tractors with trailers (laden un-
Laden)
7 Tractors without trailers (-do)
8 Cycles
9 Cycle Rickshaw / Hand Cart
10 Horse cart / Bullock Cart
11 Pedestrian
Total commercial vehicle per day (cvpd)
Total motorised vehicle per day
Total non-motorised vehicle per day
12 ESAL
131
6. Hydrological Survey
6.1 General
Hydrological survey is necessary for design of adequate and safe Cross Drainage Structures so that the rain water can pass as per natural slope. Hydrological survey of the proposed road is based on the following observations:
• Rainfall Data • Catchments Area • Time of Concentration • Existing Cross Drainage Structures
6.2 Rainfall Data
Rainfall Data as applicable for the project road were collected with maximum rainfall occurring in the months of {insert months}.
6.3 Catchment Area
The Catchments area is calculated by gathering local information and topographical survey data as it was not possible to calculate from topographical sheets due to their unavailability.
6.4 Time of Concentration
Time of concentration (tc) in hours is calculated from the formula of (0.87 x L3
/H)0.385
, where L is distance from the critical point to the structure site in km and H is the difference in elevation between the critical point and the structure site in meters.
6.5 Existing Cross Drainage Structures
There are {Insert the number of c/d structures} number of cross drainage structures along the existing project road as listed below:
{Insert the data in the table below}
Table-6.1 List and condition of existing culverts Sl. Chainage (km) Description of Existing Structure
Type Span/ Dia. (m) Condition
132
7.0 Adopted Geometric Design Standards
7.1 General
The geometric design standards for this project conform to PMGSY-II guidelines and the guidelines as stated in IRC-SP 20:2002. Recommended design standards vis-à-vis the standards followed for this road are described below. {Consultants shall review these guidelines with respect to the Expert Committee guidelines “Review of Geometric Design Standards for Rural Roads in Hill Areas (meeting at Mussorie – 29-30 November 2007) and Review of Geometric Design Standards for Rural Roads in Plains}.
7.2 Terrain
The classification of terrain was selected from plain/rolling/hilly/steep classification for which following criteria will be applicable. {Delete cases not applicable}
Terrain classification Cross slope of the country
Plain 0-10% More than 1 in 10
Rolling 10-25% 1 in 10 to 1 in 4
Mountainous 25-60% 1 in 4 to 1 in 1.67
Steep Greater than 60% Less than 1 in 1.67
7.3 Design Speed
The proposed design speed along this project road will be selected from the following table: {Delete cases not applicable}
Road classification
Plain terrain Rolling terrain Mountainous terrain
Steep terrain
Ruling Min. Ruling Min. Ruling Min. Ruling Min.
Rural Roads (ODR and VR)
50 40 40 35 25 20 25 20
7.4 Right of Way (ROW) {Delete cases not applicable}
The requirement of ROW for this road is as follows (as specified in IRC-SP 20:2002):
133
Road classification
Plain and Rolling Terrain (ROW in m)
Mountainous and Steep Terrain (ROW in m)
Open Area Built-up Area Open Area Built-up Area Normal Range Normal Range Normal Range Normal Range
Rural roads (ODR and VR)
15 15-25
15
15-20 12 12 12 9
7.5 Roadway Width
Roadway width for this road is given below: {Delete cases not applicable}
7.6 Carriageway Width {Delete cases not applicable}
Generally The width of carriageway for this project road is 5.5 m. this may be restricted to 3.75 m, depending upon the intensity of traffic.
7.7 Shoulders {Delete cases not applicable}
It is proposed to have {1.875 m or 1.5 m} wide shoulder 7.8 Roadway width at cross-drainage structures {Delete cases not applicable}
The roadway width at culvert locations for this road is 8.5 m or minimum 7.5 m
7.9 Sight Distance
The safe stopping sight distance is applicable in the geometric design. The sight distance values for this road as per IRC recommendations are presented below:
Terrain Classification Roadway Width (m)
Plain and Rolling 8.5 (for carriage way 5.5 m)
or minimum 7.5 (for carriage way 3.75 m)
Mountainous and Steep 7.5 m
134
7.10 Radius of Horizontal Curve
According to IRC recommendations/standards, the minimum radius of horizontal curve for this project road is given below:
Terrain Category Radius of Horizontal Curve (m)
Ruling Minimum Absolute Minimum
Plain 90 60
To minimize extra land arrangement, minimum radius used is 20 m and design speed in these curves are also restricted to 20 km/hr.
7.11 Camber & Super elevation {Delete cases not applicable}
A camber adopted on this road section is given below. The maximum super elevation is ----% for this project road.
Surface type Camber (%)
Low rainfall (Annual rainfall <1000mm)
High rainfall (Annual rainfall >1000mm)
Earth road 4.0 5.0
WBM Gravel Road 3.5 4.0
Thin bituminous Road 3.0 3.5
Rigid Pavement 2.0 2.5
Design Speed (km/hr) Safe Stopping Sight Distance (m)
20 20
30 30
40 45
50 60
135
7.12 Vertical Alignment
The present road is in plain terrain and vertical alignment has been designed well within ruling gradient.
Generally, minimum gradient of 0.3% for drainage purpose is considered for designing the vertical alignment of this road. Vertical curves are not required when grade change is less than 1%, however a minimum vertical curve is provided to avoid vertical kink.
7.13 Vertical Curves
For satisfactory appearance, the minimum length of vertical curve for different design speed is given in IRC-SP 20:2002. Vertical curves will be designed to provide the visibility at least corresponding to the safe stopping sight distance. Valley curves will be designed for headlight sight distance.
7.14 Side slope
Side slope for this rural road where embankment height is less than 3.0m is given in the table below. {Delete cases not applicable}
Condition Slope (H:V)
Embankment in silty/sandy/gravel soil 2:1
Embankment in clay or clayey silt or inundated condition
2.5:1 to 3:1
Cutting in silty/sandy/gravelly soil 1:1 to 0.5:1
Cutting in disintegrated rock or conglomerate 0.5:1 to 0.25:1
Cutting in soft rock like shale 0.25:1 to 0.125:1
Cutting in medium rock like sandstone, phyllite
0.083:1 to 0.0625:1
Cutting in hard rock like quartzite, granite Near vertical
7.15 Extra Widening of Pavement
The Extra Widening of Pavement at Curve as per IRC guideline is given below:
Radius of Curve (m) Upto 20 21 - 60 Above 60
Extra Widening for 3.75 m wide single lane carriageway, (m)
0.9 0.6 Nil
136
8. Alignment Design 8.1 General
The basic aim of highway design is to identify technically sound, environment-friendly and economically feasible highway alignment. The
ensuing sections deals with obligatory points, which control highway alignment, design of cross-section, highway geometric design &
methodology, design of miscellaneous items.
The main components included in the highway design are:
Cross-sectional elements
Embankment
Horizontal alignment
Vertical profile
Junctions and/or Interchanges
Road furniture
Miscellaneous items 8.2 Horizontal alignment
{Insert a table (example given below) on the physical features of the existing alignment and possible geometric improvement required}
Table 8.1 – Features of Horizontal Alignment (Example)
Chainage Length Description
Reason for deviation
from existing
alignment, if necessary From
(km)
To
(km) (km)
137
Checklist
{Tick the relevant box}
a) Centre line of the existing and proposed horizontal alignment coincide
b) Centre line of the existing and proposed horizontal alignment
deviate at certain sections
{Where the proposed horizontal alignment deviates from the centreline of the existing alignment, and where the clearance of the proposed horizontal alignment from existing roadside features (eg houses, temples, ponds, etc) is very tight, the horizontal alignment plan shall be drawn at large scale in the drawing set. }
{Insert a schematic diagram showing linear offsets from existing alignment as example attached}
Chainage LHS Existing alignment
RHS Chainage shift
Approx land required (m)
2.20 2.20
2.10
2.00
1.90
1.80
1.70 1.65
1.60
1.50 1.43
1.40
138
1.30
1.20
1.10
1.00 0.97
0.90
0.80
0.70
0.60
0.50 0.46
0.40
0.30
0.20
0.10
0.00 0.00
Figure 8.1 Schematic diagram showing location and offsets from existing alignment
{Insert a table (example given below) on the various horizontal geometric improvement carried out and their details}
139
Table 8.2 – Horizontal Curve details
(Example) Curve
No.
IP
Chainage Radius Ls Speed S.E.
Def Angle Lc Ltotal
Hand
of
Curve
(m) (m) (Kmph) D M S (m) (m)
8.3 Vertical alignment
{Insert a table (example given below) on the various vertical geometric improvement carried out and their details}
Table 8.3 – Vertical Curve Details (Example)
Sl.
NO.
Chainage
(m)
Lev
el o
f p
vi
Len
gth
of
curv
e
Ty
pe
of
curv
e
Gra
de
in (
%)
Gra
de
ou
t
(%)
Gra
de
dif
feren
ce (
%)
Ch
ain
ag
e
Lev
el
St.
of
Cu
rve
En
d o
f
Cu
rve
St.
of
Cu
rve
En
d o
f
Cu
rve
1
2
3
8.4 Design of Junctions
The proposed alignment intersects cross roads and forms junctions. The locations of junctions are given below: {Insert location of important junctions, type and any major intersections improvement proposed.}
Table 8.4 – List intersections, type and proposed modifications
140
Sl. Type of intersection
Location (km)
Exiting condition Proposed modification
141
9. Pavement Design
9.1 General
Considering the sub-grade strength, projected traffic and the design life, the pavement design for PMGSY-II roads will be as per guidelines of IRC 37- 2012 IRC:
SP: 72 – 2015 and IRC SP:62-2004, IRC 58-2015, IRC: SP: 20: 2002 and other relevant specifications with up-to date amendments for Design of flexible and rigid
payment roads.
9.2 Pavement Design Approach
9.2.1 Design Life
A design life of 10 years was considered for the purpose of pavement design of flexible and granular pavements.
9.2.2 Design Traffic
The average annual daily traffic (AADT) for the opening year as well as the total commercial vehicle per day (CVPD) was presented in Table 5.2.
9.2.3 Determination of ESAL applications
Only commercial vehicles 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.
• Laden heavy/medium commercial vehicles • Un-laden /partially loaded heavy/medium commercial vehicles • Over loaded heavy/medium commercial vehicles
Capacity of the different type of road i.e. single lane/two lane/intermediate width lane as per IRC 73 : 1980
142
9.2.4 Sub-grade CBR
The sub-grade CBR range of {Insert CBR % range} was considered and the traffic falls in the {Insert traffic classification} category.
9.3 Design Alternatives
{Insert design alternatives like flexible vs. rigid pavement and paved vs. normal shoulders}
Design alternatives considered {tick the applicable box}
Chainage Design alternatives considered
Specify
design
alternative
selected Just
ific
atio
n
From To
Pavement Shoulder
Fle
xib
le
Rig
id
Ear
then
fu
ll
wid
th
Har
d
Fu
ll w
idth
Har
d s
ho
uld
er
0.8
75 m
eac
h
sid
e
So
il s
tab
iliz
atio
n
and
use
of
loca
lly
avai
lab
le
mar
gin
al
mat
eria
ls.
9.4 Pavement composition
Flexible Pavement
The designed pavement thickness and composition was calculated by referring Figure 4 (Pavement design catalogue) of IRC: SP: 72 – 2015 and IRC 37 -2012 and other
relevant specifications with amendment up-to-date. The ratio between heavy commercial vehicles and medium commercial vehicles as given in Chapter 5 should be
maintained as far as possible.
143
The pavement layers provided are given below:
Top layer of WBM will be treated with bituminous surface. {If the pavement thickness varies over the entire length of the road section a table showing different thickness adopted should be given.} Rigid Pavement
{Insert cc pavement design as per IRC:SP:62-2004 or IRC : 58- 2015 and other relevant specifications with amendment up-to-date. wherever provided, if not delete}
9.5 Embankment Design
{Insert embankment design for high embankments (above 6m) especially at bridge approaches. Related soil investigations need to be done for borrow earth and existing ground}
Top Layer
BT Surface PMC, MSS, SDBC, BC, seal coat or as per design
{Insert thickness} mm
BT Base course PMC, BM, DBM or as per design
{Insert thickness} mm
Base Layer WBM/WMM as per design {Insert thickness} mm
Sub – Base Layer Granular Sub-base as per design {Insert thickness} mm
Total thickness {Insert thickness} mm
144
10. Design of Cross Drainage Works
10.1 General
On the basis of hydrological survey, {Insert number of new cross drainage works} new cross drainage structures are recommended for the project road as listed below. {Consultants shall review these guidelines with respect to the Expert Committee guidelines “Review of Geometric Design Standards for Rural Roads in Hill Areas (meeting at Mussorie – 29-30 November 2007) and Review of Geometric Design Standards for Rural Roads in Plains}
10.2 Hydrological Design
The existing structures in poor condition that are proposed for replacement as listed below. Agricultural conduits, which basically act as balancers, have also been provided as listed below in Table 10.2.
10.3 Design Feature
Design Standards for culverts has been prepared based on standard codes and guidelines of IRC: SP: 20: 2002 and similar type of ongoing projects. General features of the designed cross drainage structures are given below:
For hume pipe culvert, minimum road width has been taken as {xx} m,
Width of culvert : {xx} m with parapet. Width of Bridge: {xx} m with parapet.
10.4 Justification for retaining/widening and replacement of culverts
{Insert the design considerations developed after the transect walk}
10.5 Hydraulic calculation for Culvert
The design discharge was calculated by the rational method considering peak runoff from catchment using the formula,
Q = 0.028 x P x A xIc
Where P = Coefficient of Run Off for the catchments characteristics, A = Catchments Area in Hectares & Ic = Rainfall Intensity
Small bridge-site length of which exceeds 15 m to be jointly visited by STA and S.E. Design – as per SP-20 & SP-13 and relevant IRC Codes for Bridges.
145
Causeways and submersible bridges – Design to be done as per SP-20 and SP-82:2005.
{Insert detailed hydraulic calculation of all replaced and proposed new culverts and attached as Annexure-2 of this report}.
{Insert list of c/d works proposed/upgraded, type, location, span/dia in a tabular form. This should connect to the decisions taken during transect walk}
Table 10.2 Proposed Culverts
Sl. No. Chainage Type of Culvert Span/dia
1
2
3
4
5
146
11. Protective Works & Drainage
11.1 General
{Insert necessary description of the terrain and drainage condition along the road under study}
11.2 Road side drain
As the insufficient drainage of surface water leads to rapid damage of road, road side drain as shown in drawing volume has been provided particularly on the location of habitation areas. Sketch for a standard roadside drain should be made available, confirming to any of the sections suggested in SP:20:2002.
11.3 Protective Works
Necessary protection works consisting of closed {Insert type of pilling} piling and {Insert ballah suggested} ballah piling/ Retainig Walls/ Toe Walls{Insert type of Retaining Wall/ Toe wall} ( have been provided near pond and water bodies falling within the proposed alignment. Table 11.1 gives the chainage-wise protection works adopted.
{Insert list of protection works proposed/upgraded, type, location in a tabular form. This should connect to the decisions taken during transect walk}
Table 11.1 List of protective works
Sl. No. Chainage Type of protective works Comments
LHS RHS
1
2
3
4
5
147
12. Land Requirement
12.1 General
The existing road is generally an WBM or BT/CC Roads (description of the road surface). Thus the project road is a new connectivity road. The existing Right of Way (ROW) is varying from {…..} m to {……} m. {Insert information on ROW available}
12.2 Proposed ROW
The width of carriageway has been considered as 5.5 or 3.75 m or as per design in accordance with IRC 37- 2012 IRC: SP: 72 – 2015 and
IRC SP:62-2004, IRC 58-2015, IRC: SP: 20: 2002, IRC 73 : 1980 Design of flexible rigid payment/Cement Concrete roads” and
other relevant specifications with up-to date. The total roadway width is limited to 7.5 m with 1.875 m earthen shoulder on either side of carriage way. The proposed ROW generally varies from 12 m – 15 m depending upon the embankment height and the proposed ROW is even less than 10 m in some stretches of habitation area and in areas having tree plantation.
12.3 Additional Land
Local administration and local panchayat need to apprise the villagers about requirement of minor areas in places for development of the
road. Villagers are generally highly enthusiastic during site visits for selection of the road. Table 12.1 provides the chainage-wise additional
land required.
{Insert a table showing the additional land required for developing the PMGSY-II road}
Table 12.1 Additional Land Required
Sl.
No.
Chainage Width of Land Required in
m
Comments
LHS RHS
1
2
3
4
5
148
149
13. Utility shifting/relocation
13.1 Existing utilities
{Insert list of existing utilities that require relocation along the project road with chainage details in a tabular form. This should connect to the decisions taken during transect walk. The existing utilities must be shown on the drawings. Utilities to be relocated must be highlighted and the new location shown on the drawings}
13.2 {Insert list of departments responsible for utility shifting}
13.3 {Insert rules pertaining to shifting of utilities}
13.4 An estimate for relocation of utilities is given below in Table 13.1
{Provide an estimate with breakdown of costs for relocation of utilities}
Table 13.1 Estimated Cost for Relocation of Utilities
Sl. No. Utility Type Qty Estimated
Rate
Estimated
Cost
1 {For example, power poles}
2
3
Etc.
Estimated Total Cost
150
14. Road Safety Measures Traffic Management and
{This DPR may be subjected to a road safety audit by an independent third party. The recommendations of the road safety audit as approved by PIU shall be incorporated in the final DPR.}
14.1 Road Furniture
{"Read and delete: Delete write-up on road furniture that have not been provided.}
Road Furniture details include:
Road markings
Cautionary, mandatory and information signs
KM stones and 200m stones
Delineators and object markers
Guard posts, crash barriers and speed breakers
Median & footpath barriers
14.1.1 Road Markings
Road markings perform the important function of guiding and controlling traffic on a highway. The markings serve as psychological barriers and signify the delineation of traffic paths and their lateral clearance from traffic hazards for safe movement of traffic. Road markings are therefore essential to ensure smooth and orderly flow of traffic and to promote road safety. The Code of Practice for Road Markings, IRC: 35-1997 has been used in the study as the design basis. Schedules of Road Markings are included in contract drawings.
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 kilometre stones are in accordance with IRC: 8-1980 guidelines. Both ordinary and fifth kilometre stones are provided as per
the schedule. Kilometre stones are located on both the side of the road.
The details of 200m stones conform to IRC: 26-1967. 200m stones are located on the same side of the road as the kilometre 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 kilometerage away
151
from the starting station. Table 14.1 gives the details of Km. stone.5th
km. stone and boundary pillars provided. {Insert figures in the table
below and this should be shown in the drawings also}
Table 14.1
Details of Km. stone.5th
km. stone and boundary pillars
Sl. Name of Road Chainage
(km)
5th
. Km.
stone (nos.)
Km. stone
(nos.)
200m stone
(nos.)
Boundary
stone (nos.)
152
14.1.4 Delineators and Object Markers
Roadway delineators are intended to mark the edges of the roadway to guide drivers on the alignment ahead. Object markers are used to
indicate hazards and obstructions within the vehicle flow path, for example, channelising islands close to the intersections.
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. 14.1.5 Guard Posts, Crash Barriers and Speed Breakers
Guard posts are proposed on embankments of height more than 1.5m 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 (M20) CC post of size 200 mm x 200 mm and a height of 600 mm above ground
level. They are encased in M15 cement concrete to a depth of 450 mm below ground level. Guard posts are painted with alternate black and
white reflective paint of 150 mm wide bands. Table 14.2 gives the details of guard posts, crash barrier and speed breakers. A layout of a
typical speed breaker is given below. {Insert figures in the table below and this should be shown in the drawings also}
Table 14.2
Details of guard posts, crash barrier and speed breakers
Sl. Chainage
(km)
Guard post
(nos.)
Crash
Barrier (m)
Speed breakers (nos)
14.2 Temporary traffic control
The road under consideration has to be widened alongwith the bridges and culvert. The list below provides the c/d structures to be widened/reconstructed and temporary traffic control measures to be implemented.
Table 14.3 gives the section-wise details of temporary traffic control measures to be adopted. {Insert table showing section/chainages where temporary traffic control measures will be required and type of control like diversion etc.}
Table 14.3
Details of temporary traffic control measures to be adopted
153
Sl. Chainage
(km)
Temporary traffic control measures to be adopted
154
155
14.3 Checklist for Road Safety Measures
{Insert description of road safety issues identified during design and provide details of mitigation measures adopted. Examples of mitigation measures that may be required are:
Sl Road Safety Checklist
a A minimum 100 mm thickness of pavement GSB layer constructed to the full roadway
width.(Insert Justification for the same)
b The upper layer of all shoulders of sub‐ base quality compacted to a minimum thickness if 100
mm.
c Shoulder side slopes are not be steeper than 2H:1V unless stone pitching of the slope is
provided.
d Speed breakers as per NRRDA circular comply with the requirements of IRC:99‐ 1988 for
general traffic.
e Speed breakers placed at the threshold of a habitation and at regular intervals (150 -200 m)
through the habitation.
f Within densely populated habitations, a cement concrete (CC) pavement or V-shaped side drain
is constructed to the full width of the available roadway.
g Within habitations, wherever deep side drains are constructed either within or adjacent to the
roadway, is covered by slabs laid level with the adjacent pavement and capable of being
manually removed.
h In habitations where child playing areas border the road, a low profile wall, raised kerb or
similar form of boundary marking (depending on the site conditions), is constructed to create a
physical boundary and act as a deterrent to the random movement of a child onto the road.
i On roads where, because of the lack of dry land in the general area, the shoulder will be
continually occupied and only intermittently available for traffic, speed breakers are installed at
regular intervals, not more than 300 m apart, for the entire length of the road.
j The drawings show all obstructions in the proposed road shoulder with a note that the
obstruction is to be removed.
k If a shoulder obstruction cannot be removed, hazard markers are installed to mark the
Obstruction
l Hazard markers are installed at all pipe culvert headwalls.
m Hazard markers are installed at each end of all box culverts, river crossing causeways and
similar CD structures.
n Hazard markers are installed at any discontinuity in the shoulder.
o Directional sight boards are installed on all sharp curves and bends.
p Speed breakers are provided at sharp curves and bends where the curve design speed is less than
40 km/h in plain and rolling terrain, and less than 25 km/h in mountainous and steep terrain.
156
q Speed breakers are provided and directional sight boards installed at sites where reverse
horizontal curves are closely spaced and speed reduction is required.
r At a main road intersection, signs and pavement markings for STOP control on the PMGSY-II
village road are installed, side road warning signs on the main road and intersection warning
signs on the village road are installed, and speed breakers on the PMGSY-II village road are
provided as given in the figures (refer IRC 99-1988).
This DPR may be subjected to a road safety audit by an independent third party. The recommendations of the road safety audit as approved by PIU shall be incorporated in the final DPR.}
Road safety issues identified during the design were and the mitigation measures are included in all designs and shown on the DPR
drawings. Details of the issues and measures are: {Insert details in tabular format on chainage wise basis.}
Table 14.4
Details of Road Safety issues and mitigation measures to be adopted
Sl.No. Chainage Safety issues Mitigation measures
adopted
Remarks
157
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.
15.2 Construction Equipment
Construction by manual means and simple tools has been considered for the project as per the guideline of NRRDA. For handling of bulk materials like spreading of aggregates
in sub-base & base courses by mix-in-place method, use of motor grader & tractor-towed rotavator has been allowed in line with the schedule of rate for PMGSY-II work.
Compaction of all items shall be done by ordinary smooth wheeled roller if the thickness of the compacted layer does not exceed 100 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 vibratory rollers are also being
used for rapid progress.
For structural works, concrete shall be mixed in a mechanical mixer fitted with water measuring device.
The excavation shall be done manually or mechanically using suitable medium size excavators.
15.3 Construction Methods
15.3.1 Preparation for Earthwork
After setting out existing ground shall be scarified to a minimum depth of 150 mm and leveled manually and compacted with ordinary roller to receive the first layer of earthwork. In filling area, existing embankment will be generally widened on both sides as per the alignment plan. Continuous horizontal bench, each at least 300 mm wide, shall be cut on the existing slopes for bonding with the fresh embankment/ subgrade material as per Cl 301.7.
15.3.2 Embankment work
Material from borrow pits will be used for embankment construction as well as the approved material deposited at site from roadway cutting and excavation of drain & foundation may be used. Layer of the earth shall be laid in not more than 25 cm (loose) thick layers & compacted each layer of the soil up to 30 cm below the subgrade level at OMC to meet 97% of Standard Proctor Density.
Material for embankment and sub-grade shall satisfy the requirements of Table 300-1 and 300-2 as per the Specification for Rural Roads.
158
15.3.3 Sub-grade
Material from borrow pits will be used for construction of top 30 cm as sub-grade. Soil in these sections is quite good for road construction. Top 30 cm upto the subgrade level and shoulder at OMC to meet 100 % of Standard Proctor Density by proper control of moisture and by required compaction with a smooth wheeled roller.
15.3.4 Sub-base
Sub base material in the form of stone aggregates and sand as available in the area to be used in GSB Grade II layer.
15.3.5 Base
Stone aggregates will be used in base course. 63 mm to 45 mm size (Grading 2) aggregate has been proposed for the bottom layer and 53 mm to 22.4 mm (Grading 3) size has been proposed for the top layer.
15.3.6 Shoulder
Earthen shoulder shall be constructed in layers and compacted to 100% of Proctor’s Density. First layer of shoulder shall be laid after the sub–base layer is laid. Thereafter earth layer shall be laid with base layer of pavement and compacted.
15.3.7 Surfacing
Slow setting bitumen emulsion will be applied as primer on Water Bound Macadam (WBM) layer. Emulsion shall be sprayed on surface with pressure distributor. Rapid setting bituminous emulsion shall be used for Tack coat.
Premixed carpet and mixed with equivalent viscosity grade bitumen shall be laid as surfacing course. 6 mm thick Type B seal coat is considered for sealing of the premixed carpet.
15.3.8 Structural Works
Following grades of concrete are proposed for Structural works and comply with MORD and IRC specifications:
• Concrete in superstructure of slab culvert – M-{Insert grade} (RCC) • Concrete in abutment cap, dirt wall of slab culverts – M-{Insert grade} (RCC) • Brickwork in abutment, return wall, headwall - M-{Insert grade} (RCC) • Concrete below abutment, return wall, headwall – M-{Insert grade} (RCC)
{Insert any other new specification adopted like hard shoulders and rigid pavement.}
159
16 Environmental Issues
16.1 Alignment
The proposed road has planned to be designed considering the impact on environment. Proposed road alignment follows existing pathway to the maximum extent so that huge land acquisition is not necessary for construction of the project road. Proposed road, when completed, will be an addition to the aesthetics of this rural area.
16.2 Environmental Sensitive Area (National Park, Wild Life Sanctuary, Protected /Reserve Forest, Wet land etc.)
The alignment will be finalised avoiding the environmental sensitive areas such as National Park, Wild Life Sanctuary, Protected /Reserve Forest, Wet land etc. It is also necessary to maintain the minimum distance of 500 m of the project road from environmental sensitive area.
16.3 Construction Camp
Construction camps will be established away from forest area/water body. The minimum facilities such as water supply, sanitation, storm water drainage, solid waste management and first aid box will be provided during the construction period of the project. Necessary provision for rehabilitation or restoration after the completion of construction phase will be done.
16.4 Permit / Clearance required prior to commending of civil work
No objection Certificate- This will be taken by PIU from SPCB (State Pollution Control Board).
Forest Department- If the project road passing thorough forest land and acquisition of the same is involved and it will be taken by PIU from Forest Department
Consent to establish (CFE) and Consent to Operate (CFO) - This is required for Plant Hot Mix Plant, WMM Plant, Batching Plant required for the project and the same will be taken by the Contractor from SPCB.
Lease from Mines & Geology- This will be taken by the Contractor for new Stone Quarry required for the project.
160
16.5 Borrow area
The filling soil will have to be procured from borrow pit. Borrow area will be so excavated that the lands can reused as agricultural field. The depth of borrow pit shall not exceed 450 mm (150 mm top soil included). The top soil shall be stripped and stacked and shall be spread back on the land. As far as possible the borrow pits shall not be dug close to the road embankment. The Redevelopment of borrow area will be done before closure of the same and it will be as per agreement between landowner and the Contractor.
16.6 Erosion Control
Turfing of the embankment slopes and earthen shoulder to prevent erosion of slopes of the embankment, rain cuts and erosion of shoulder is being suggested.
16.7 Drainage
Suitable cross drainage structures have been provided on the basis of hydrological survey of the area. So, there will be no obstruction to the natural drainage of the area. Road side drainage is also duly considered in a manner so that surface water is led to the low points and is drained through the CD structures.
16.8 Use of Material
Cut back bitumen is not proposed in the project to avoid contamination with Kerosene. Bitumen emulsion is proposed for primer coat and tack coat.
{Insert details of actual environmental issues and their location and what treatments are proposed to mitigate them like reinstatement of borrow areas, erosion control, filling of ponds, vegetation and tree removal, forest areas, wildlife, antiquities, historic and religious sites, etc }
161
17. Analysis of Rates 17.1 General
Rates for various item of works of the project have been derived from the “Schedule of Rates {Insert year of publish} for Road works, Culvert works & Carriage etc. {Insert name of RRDA} and “Addendum & Corrigendum to Schedule of Rates” effective from {Insert date}. However in general the basic rates of material have been taken from {Insert document from which the rates were taken}. The rates of different items have been worked out inclusive of all labour charges, hire charges of Tools & Plants, Machineries and all other cost estimates for the item of work, overhead and contractor’s profit @ 12.5% and 1% cess on these.
17.2 Basic Rate of Material
The basic rates for stone materials & river bed materials have been taken from {Insert document from which the rates were taken}. For bituminous materials, basic rate at (location) for equivalent viscosity grade bitumen and for emulsion the basic rate of (location) has been considered as suggested in from {Insert document from which the rates were taken}. Basic rate of other materials like coarse & fine sand, cement are as per the latest from {Insert document from which the rates were taken}. Basic rate of steel materials at sub-divisional office has been considered in analysis after adding cost of carriage, loading & unloading.
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. The supply of different materials to worksite is by road. Lead for bituminous & steel materials are similarly obtained using SOR. {Insert the analysis of rates for which rates are not provided in the SOR}.
162
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
18.2 Estimation of Quantities
All the relevant road and structure work Items will be identified as per survey, design and drawings. Following major item of works considered are given below:
• Site clearance, dismantling and earthwork • Pavement works (GSB, WBM, Bituminous layers) • Cross drainage structure works • Drainage and protective works • Utility relocation • Road safety and furniture • Maintenance works
Quantity of earthwork will be derived from the proposed cross section drawings. Volume of cut and fill will be obtained directly using the design package software. Quantity derived from software will be manually verified. There are same stretches of the road in cut section. The details are provided chainage wise in Table-18.1 of total cut and fill volume. The soil obtained from roadway excavation shall be used for construction of embankment and shall be paid as per item no.4. All other quantities will be computed from the drawings of finished road, miscellaneous drawings & drawings of CD Structures.
{Insert Table of cut and fill volume in Annexure 3}
18.3 Abstract of Cost
Unit rates will be derived by using the “Schedule of Rates for Road Works, Culvert works and Carriage etc. {Insert name of SRRDA}”. The abstract of Cost estimate is given in the Table below.
{Insert the details of cost in Format F6 & Format F7}.
163
18.4 Maintenance
Cost of Annual Maintenance for five years after completion of project will be estimated as per the PMGSY-II Guidelines. Different activities of ordinary repairs are done as and when.
{Insert total Cost of 5 year Routine Maintenance Works in Format F6}.
164
19. Construction Program
19.1 General
Assuming that the Construction of the Batch – {Insert Batch No.} roads will start from {Insert possible construction date.} This is a high rainfall area and rainy season extends from April to September. However, the construction program is based for a total working period of 12 months, considering the program set out by MoRD. Generally, dry working season of about 8 months are required for construction of PMGSY-II roads. However, works will be affected for the monsoon during the month June to September.
It is anticipated that some activity like collection of materials, CD works etc. will continue in monsoon period also.
19.2 Realistic duration
{Insert a reasonably realistic duration of the contract}
{Insert Bar Chart/ Network showing the different construction activities in months/weeks}
165
Proforma B, being package summary, is to be used only in case of a package consisting of more than one Roads.
166
Proforma C
PRADHAN MANTRI GRAM SADAK YOJANA-II ( PMGSY-II)
CHECK LIST FOR P.I.U. & S.T.A. ( For Individual Road Works )
To be filled by PIU
1. Location :- State: District : Block:
2. Package No:
3. Name of the Road: From To
4. Total Length (Km) In Built up area - Km In Open Area - Km
5. Estimated Cost Rs : Average Cost :
Item Total Cost
in Rs. Cost per Km.
Lakhs
Flexible Pavement
Rigid Pavement
Others
Total
6. Type of proposal:- New connectivity / Up gradation
-If the proposed road is a New connectivity
- Is the road a part of core network
YES / NO
If Yes Through Route/ Link Route No. T - or L-
- Name of the unconnected Target Habitation (s) (to be crosschecked with CN-6)
167
- Population sub served by the proposed road.
- Does the Proposed Road lead up to the Habitation for which it is supposed to provide connectivity (In other words are you sure that the road is not being made partially?)
YES / NO
- Does the proposed Road connect the unconnected Habitation to -a) Another habitation having All- weather road. -b) Directly to an All weather road. If ( b) indicate the nature of road to which the proposed road leads.
( A ) (B)
RR MDR SH NH
- If the proposal is for up gradation YES / NO
- is the road a part of the core network YES / NO
- is it associated Through Route or Not YES / NO
- PCI value
- Age of the road
- Is it certified that there are no other unconnected Eligible Habitations in the district.
YES / NO
7. a) Whether the Proposed Road has the desired carriage
way width,Roadway width and Road Land Width (RLW )
YES / NO
b) Indicates the actual widths of the following for the proposed road
In the Built Up Area (m) In the Open Area (m)
a) Carriageway -
b) Roadway -
c) Road Land Width -
INDEX MAP (not to scale ) : Attached saperately
MD
R
-42
Enroute Habitations Name / Chainage
Ta
rge
t
Hab
ita
tio
n
Nam
e
H1 H2 H2
168
CD1 CD2 CD3
Name of Road :
Cross Section details
a) Cross Section of The Existing road showing different component layers.
b) Cross Section of The Proposed road showing different component layers
(Should be as per Actual Provisions of DPR)
169
8. Base year traffic volume
Month & Year of Traffic Volume Count =
Motorised Traffic Non Motorised Traffic Days Cars,Jeep,
Vans,Three Wheelers
Motorised two
Wheelers
Light Commercial
Vehicle
Trucks Agricultural Tractors Trallers
Buses Cycles Cycle Rickshawa
Animal Drawn Vechicle
L U OL L U OL L U OL SWC Num. Tyred
Day 1
Day 2
Day 3
Average
ADT in the year of Traffic Count =
Growth rate adopted (%) = Base Year Traffic AADT (T) = Design Life = Years Number of Harvesting Seasons = No. of Days in Each Harvesting Season (t) = Value of (n) assumed = Cumulative ESAL = Traffic Category =
9 Subgrade CBR ( for Different Sections ) =
Chainage
CBR %
10. Cost Details Cost Rs.
Cost /km (Rs)
A. General Costs
Cost of Preparation of DPR
B. Pavement Components
170
Description of layer Thickness in mm
Quantity Cost Rs. Cost/ km (Rs)
Earth Work - in Excavation/ Cutting
Earthwork- in Filling (Embankment)
Subgrade (if provided seperately)
Shoulders (If not considered in the Earthwork)
Granular Sub base
Soil + Aggregate Mix
WBM Gr -I I
WBM Gr -I I I
C.Bituminous Layers
Prime Coat
Tack Coat
OGPC
Seal Coat
M P M / B B M
Surface Dressing
D. Cement Concrete Road
Pavement Quality Concrete (M30 )
E: C D Works
171
No. of Existing CD Works
Do they require any improvement- specify the nature of improvement proposed
If yes, their Number and Cost of improvement
Location - Chainage ( Similar Type of CD's may be grouped together)
Type of CD & their Nos
Total Length of Bridge/ Culvert
Cost in Rs.
Total Cost of Proposed CD works
Cost in Rs
Cost /Km (Rs)
F. Protection works
G. Pucca Side Drains (if Provided)
Length
H. Road Logo, other Road Furniture
I. Any other Provisions (Please Specify)
Total Cost of the Project (Rs)
Name of the road
J. Five Year Routine Maintenance
Year Cost in lakhs % Cost Cost /km
172
I
II
III
IV
V
Total Maintenance Cost
11. Whether the road has Geometrics as per Rural Roads Mannual RRM / Latest Circulars of NRRDA.
12.Whether C.D.works / Protection works are provided as per RRM / Latest Circulars of NRRDA/ Respective Codes.
13. Whether the Cost etimates are as per standerd data analysis and S.S.R.
14. Sources and the Lead distances of Materials are as under
Material Source Lead Distance
(Km)
Material Source Lead Distance
Earth Cement
Murrum (Subgrade) Emulsion
Aggregate Bitumen
Sand Steel
Certified that information provided is true
Prepared By Checked By Scrutinized By
(Name)
Counter Signatures
173
of
Co-ordinator STA :
To be filled by State Technical Agency
Name of the STA:
Name of Road :
15 Is the Proposed Road entered on the OMMS : Yes/ No
(Data entries to be verified by STA before Clicking the Propopsal)
16 If the Proposal is for new connectivity
Have you satisfied yourself that the proposed road is a part of Core Network
Yes / No
Is the unconnected habitation (s) part of list of unconnected Habitations as per CN-6
Yes / No
Does the Proposal ensure full connectivity to Target Habitation
a) If No, the name of Unconected Habitation up to which it is connected Yes / No
b) If such Unconnected Habitation eligble Under PMGSY-II Yes/ No
17 Are you satisfied with the following
Engineering Surveys (L section, X section must be verified) Yes / No
Soil/ Material Investigation ( CBR, Density, LL, PI, Gradation to be verified) Yes / No Traffic Surveys / Estimation Yes / No
Hydraulic Studies. Yes / No
( Catchment for structures with more than 2 Vents to be verified from topo sheet. Location and requirement of all CD structures to be verified from L section )
18 In case , Traffic is projected beyond T 4 Category are you satisfied with the reason given by PIU Yes / No
19 In case, sub grade CBR is less than 3; has Soil Stabilisation etc. been proposed
Yes / No
( If not , specific Reasons given by PIU)
174
20 Is the design of the following elements as per Rural Roads Manul / Circulars of NRRDA:
Alignment & Geometrics Yes / No
Location and type of CD works and Yes / No
Side drains Yes / No
Integration for Cross and longitudinal Drainage Yes / No
Protection Works Yes / No
21 Is the design of flexible Pavement as per IRC SP: 72- 2007 and design of Rigid Pavement as per IRC SP:62- 2004 . Yes / No
22 Does the Estimation Conform to Standard Rate Analysis and SSR generated for the current Phase
Yes / No
23 Does the proposal have provisions for
PMGSY Logo Sign Boards and Information Board
Km/Hm Stones Yes / No
Guard Stones (where necessary ) Yes / No
Traffic Sign Boards (as necessary) Yes / No
24 Secific Remarks, if any, by STA
( Specific remarks of STA about the overall project are necessary on each DPR)
Certified that the Design and Estimation for the Proposed Road work are based on the data and SSR provided by PIU
Engineers . The Proposal after final Correction is entered on the OMMS.The Propasal may be considered for clearance.
175
Technical Scrutiny at STA done by:
Signature Co-ordinator STA:
Name Signature
Date Name
Date
176
177
178
179
180
FORMATF.9A
PRADHAN MANTRI GRAM SADAK YOJANA-II (PMGSY-II)
CERTIFICATE OF GROUND VERIFICATION FROM GENERAL MANAGER!
HEAD OF PIU
1 a) Certified that the Land width for the Road is available and that no additional land is
required; or
b) Certified that land width for the Road is likely to be available as certified by the
Panchayats.
2 a) Certified that no forest land is involved along the entire road way; or
b) Certified that the case for permission under Forest conservation Act has been moved to the Forest
Department on (Date) and file or case no.
3 Certified that the DPR has been checked at site by
AE
EE
SE
On date
General Manager
Head of PIU.
Community Consultation Checklist – Engineering
Question Yes No N/a
1. Are there any flood prone areas on the road?
If yes:
1.1 Are locations specified and inspected?
1.2. Is high flood level specified for each stretch?
1.3 Are locations specified and inspected?
2. Are there any locations on the road where irrigations ducts
need to be provided?
If yes:
2.1 Are locations specified and inspected?
3. Can the road be used as a shortcut by through traffic?
4. Does the road lead to any quarries, mining areas, brick kilns,
logging areas, tourist attractions etc.?
5. Are there plans to build new schools, hospitals, temples etc
6. Is there potential for double connectivity?
If yes on any of 3-6:
6.1 Is information on location, size and nature of additional traffic
generators and specific routes obtained?
7. Is there a need for deviations from existing track?
If yes:
7.1 Were the proposals for deviation shown on site and explained
to the community?
7.2 Is the land availability checked?
7.3 If there is a need for donation, were the owners consulted
regarding their agreement to donate the land?
8. Is there a need for speed breakers?
If yes:
8.1 Is location and rational for speed breakers identified?
8.2 Is rationale verified and checked on site?
8.3 Are alternative or additional locations discussed?
9. Are all existing intersections checked with the community on
site?
9.1 Is the use of intersecting roads identified (e.g. school children,
farm machinery, etc)?
10. Are proposed culvert locations verified with the community?
10.1 Is there a need for additional culverts?
10.2 If yes, are locations identified?
m
11.1 If yes, are locations identified?
For DPR consultant For PIU For PIC
PMGSY DPR Review Checklist and Scoresheet
State: Ranking
Road Number: 0 Not Included
Road Name: 1 Poor Standard
District: 2 Fair Standard
Block: 3 Good Standard
No Chapter Description Rankin
g Review 1 Review 2
1 Introduction: Name of work, its status vis-à-vis master plan, core
network, priority, terrain, geography, climatic conditions, habitation(s) served, population of the
habitation(s) connected, population (direct + indirect)
served by the proposed road, land use, predominant type of agriculture.
---
2 Planning and Basic
Design
Considerations:
IT IS MANDATORY THAT THIS CHAPTER
MUST INCLUDE THE COMPLETE
PHOTOGRAPH RECORD OF THE ROAD AND
ALL EXISTING FEATURES AND DESCRIBE
THE FOLLOWING ASPECTS IN DETAIL. Key map including district and block road hierarchy,
through road or link road, potential for future through
road, traffic destinations (eg markets, block centre), potential developments and future traffic generators.
Preliminary alignment investigation strip plan
including constrictions on ROW, obligatory points including existing features and fixed obstacles,
existing tracks, intersections, schools and government
buildings. Existing road alignment and proposed road alignment. Consideration of alternative alignments,
alignment improvements, bypasses. Site photographs
at maximum 100m intervals and all points of interest. Road design brief. Transect walk summary.
---
3 Topographic
Survey:
Temporary bench marks, centre line, cross sections,
digital terrain model, setting out, actual road land width available.
---
4 Soil and Materials
Survey:
Borrow area, quarry charts, availability of local
materials, subgrade testing, soil testing, test results. ---
5 Traffic Survey: IT IS MANDATORY THAT ALL OF THE
FOLLOWING ASPECTS (AS A MINIMUM)
ARE ASSESSED.
Different types of rural vehicles plying per day, network transport and traffic impacts, base year
traffic data of motorised and non-motorised vehicles,
consideration of through road potential, consideration of specific traffic generators (eg rice mills, sand
mining), comparison with similar roads already in
use, growth rate adopted and projected traffic for the horizon year based on the design life.
---
6 Hydrological
Survey:
Local drainage system plan for the area of the road,
catchment identification, data required for hydraulic design of cross drainage works, agricultural irrigation
crossings.
---
7 Geometric Design
Standards:
Roadway width, carriageway width, shoulders, design
speed, horizontal curves, vertical gradient, cross
slopes, etc.
---
8 Alignment Design: Horizontal profile, vertical profile, cross sections,
utilities and services, intersection layouts, road safety treatments. Existing road alignment and proposed
road alignment. Consideration of alternative
alignments, alignment improvements, bypasses.
---
9 Pavement Design: Design life, design traffic and ESALs, subgrade CBR,
design alternatives, embankment design, type of
pavement, thickness design, use of local materials, type of surfacing adopted, layer wise design of the
pavement along with a sketch of dimensioned cross
section indicating the pavement layers, carriageway, roadway and road land width. Location of earth
shoulders and hard shoulders. Location of BT
pavement and CC pavement.
---
10 Design of Cross
Drainage:
Types of culverts, submersible bridges, paved dips, high level structures, bridges, irrigation crossings,
catchment and discharge calculations, high flood
level estimates and justification for selection.
---
11 Protective Works: Retaining walls, breast walls, check walls, stone
pitching, turfing and planting. ---
12 Land Acquisition: Obtain existing village plans from the revenue
authorities, determine requirement for land acquisition, prepare plans showing the land
acquisition.
---
13 Utility Shifting &
Relocation:
IT IS MANDATORY THAT A COST
ESTIMATE FOR RELOCATION OF
UTILITIES IS PROVIDED.
Details of existing utilities and details of new locations of utilities to be relocated, the departments
responsible for each utility, the rules pertaining to the
shifting/relocation of utilities and cost estimates for
---
relocation of utilities.
14 Road Safety and
Traffic
Management:
Details and locations of speed breakers, line markings and edge lines, traffic advisory and warning signs,
stone markers and guide posts. Audit the design at a
stage when the major conceptual and layout decisions have already been made. Ensure that safety measures
are incorporated into design, especially when design
is constrained, eg narrow carriageway section, or speed needs to be controlled.
---
15 Specifications: Choice of technology, specifications adopted. ---
16 Environmental
Issues:
Reinstatement of borrow areas, erosion control,
filling of ponds, vegetation and tree removal, forest
areas, wildlife, antiquities, historic and religious sites,
environmentally sensitive areas, construcion camps,
permits and clearances required, etc.
---
17 Analysis of Rates: Derivation of rates for all different items making up the designed works.
---
18 Cost Estimate: Estimate of quantities for all items of work, provision
for contingencies, provision for quality control,
provision for supervision, provision for logo and other road furniture, total cost of the proposed road,
bridges and drainage, cost of land acquisition and cost
per km for the same.
---
19 Construction
Program:
Brief methodology statement describing construction
activities and sequence, estimated duration of
activities, estimated overall time required for construction and analysis of impact of monsoon
season on construction period.
---
No
. Drawing Description
1 Key Map: Showing the state in relation to India, district in
relation to state, and a district map showing all the blocks, with the names of each block marked.
---
2 Block Road Map: Showing the master plan and the core network and the proposed road.
---
3 Index Road Map: Showing the full road to a suitable scale,
topographical features like rivers, canals, streams,
railway lines, villages, market centres, other roads and legend. Alternative alignments, alignment
improvements, bypasses.
---
4 Plan and
Longitudinal
Sections:
IT IS MANDATORY THAT ALL OF THE
FOLLOWING INFORMATION (AS A
MINIMUM) IS SHOWN ON THE DRAWINGS.
Drawings showing 1 km in each sheet with chainage, level information, gradient details, horizontal and
vertical curve details. Utilities and services,
intersection layouts, road safety treatments, longitudinal drainage and drainage in built up
(village) areas. Existing road alignment and proposed
road alignment. Location of earth shoulders and hard shoulders. Location of BT pavement and CC
pavement. Obligatory points including existing
features and fixed obstacles (eg bridges, ponds, temples, etc), existing tracks, intersections, schools
and government buildings. LARGE SCALE
DRAWINGS WHERE ALIGNMENT DEVIATES
FROM EXISTING CENTRELINE AND WHERE
CLEARANCE IS TIGHT.
---
5 Typical Cross
Sections:
Drawings showing typical road cross sections, pavement details including BT and CC, hard shoulder
and soft shoulder, batter slopes, longitudinal drainage.
Typical cross sections in built up village areas and typical sections in normal rural areas.
---
6 Detailed Cross
Sections:
Drawings showing detailed cross sections with level
information, centre line offset details and so on. ---
7 Cross Drainage: Drawings of culverts, submersible bridges, paved
dips and high level bridges, giving general
arrangement drawings (GAD), structural details.
---
8 Protective Work: Drawings of protective works like retaining walls,
breast walls, check walls, drains. ---
9 Traffic and
Miscellaneous:
Drawings like kilometre stones, traffic signs, hazard
signs, advisory signs, speed breakers, line marking, stone markers, guide posts, project sign boards.
---
Reviewed By
Name: 0.0% 0 ---
Position:
Total Score 0.0% ---
Organisation:
Date:
Instructions and Notes
1
Complete the road details in the title block
and the reviewer details in the Reviewed By
block.
2 Review DPR Report chapter by chapter. Rank each as not included (0), poor standard (1), fair standard
(2) or good standard (3) in the ranking cell.
3 Review Drawings section by section. Rank each as not included (0), poor standard (1), fair standard
(2) or good standard (3) in the ranking cell.
4 DPR Report chapters 2, 5 and 18 and Drawing sections 2, 3, 4, 5, 6
and 7 are critical categories and have higher weighting.
5 If mandatory information is not included (Report Chapters 2 & 5 and Drawing Section 4), score is
zero and DPR will not be approved.
6 Ranking less than (1), or less than (2) for critical categories, means the chapter/drawing cannot be
reviewed and the DPR will not be approved.
7 The outcome for each chapter and section will be automatically displayed. If it is CHECKED (cell
highlights green), the review continues.
8 All report chapters and drawing sections must achieve
CHECKED status to proceed to check the overall score.
9 If any report chapter or drawing section does not achieve CHECKED status, the DPR will not be
approved and the overall score will not be checked.
10 If the Total Score is not greater than 70%, the DPR will
not be approved.
11 If the Total Score is greater than 70%, the decision will
automatically be APPROVED (cell highlights green).
12 Only when all review cells give result of CHECKED and APPROVED (all review cells highlighted
green) will the DPR be approved for issue.
To be assessed by PIU and score indicated
Also to be assessed by STA and score indicated
Also to be assessed by NRRDA and score indicated