Vous êtes sur la page 1sur 132

GOVT.

OF MADHYA PRADESH
MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY
5
th
Floor, BLock-II, ParyawasBhavan, BHOPAL M.P. 462 004
(An agency of Govt. of M.P. Rural Development Department)











DETAILED DOCUMENT




INVITATION FOR CONSULTANCY SERVICES FOR PREPARATION OF
DETAILED PROJECT REPORT OF ROADS UNDER PMGSY





M.R. No.. date.






ISSUED TO: ........................................................
........................................................
........................................................
........................................................
........................................................
........................................................

ISSUED BY:
MADHYA PRADESH RURAL ROAD
DEVELOPMENT AUTHORITY, BHOPAL
July, 2012
1



INDEX

PAGE NO.

1. NOTICE INVITING OFFERS 2-5
2. LETTER OF INVITATION 6-11
3. APPENDIX-I 12
4. APPENDIX-II 13-17
5. TERMS OF REFERENCES 18-23
ANNEXURE-I
6. ANNEXURE-II 24
7. ANNEXURE-III 25-26
8. ANNEXURE-IV 27
9. ANNEXURE-V 28-30
(AGREEMENT)
10. GENERAL CONDITION OF CONTRACTS 31-40
11. SPECIAL CONDITION OF CONTRACTS 41
12. APPENDIX-III 42-43
13. ANNEXURE-VI 44
14. ANNEXURE-VII 45
15. FORMATS 46-54
16. FINAL DPR TEMPLATE 55-131










2



MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY
(An Agency of Panchayat & Rural Development Department, Govt. Of M.P.)
Block-II
nd
, 5
th
Floor, Paryavas Bhavan, Bhopal M.P.-462 004

No. 18652 /22/D-12/DPR-Cons/MPRRDA/13 Bhopal, Date : 13/11/2013

DETAILED NOTICE INVITING OFFERS FROM CONSULTANTS FOR MODIFICATION/UPDATING OF
THE OLD D.P.R. OF ROADS/BRIDGES UNDER PMGSY

Sealed tenders are invited from the reputed Consultants for modification/updating of the
detailed project reports prepared earlier, for Rural Roads under Pradhan Mantri Gram Sadak Yojna
in Madhya Pradesh, for one or more consultancy packages as per details in the table given below:-
S.
No.
PACKAGE
NO.
NAME OF
DISTRICT
NAME OF PIU Tentative
Road Length
in Km.)
EMD
( in Rs. )
Nodal PIU
1 2 3 4 5 6 7
1 1/DPR/13 Betul Betul (1&2) 167 8350 Betul-2
2 2/DPR/13 Chhatarpur Chhatarpur 233 11650 Chhatarpur
3 3/DPR/13 Damoh Damoh 112 5600 Damoh
4 4/DPR/13 Datia Datia 85 4250 Datia
5 5/DPR/13 Dewas Dewas 217 10850 Dewas
6 6/DPR/13 Dhar Dhar (1,2& 3) 88 4400 Dhar-1
7 7/DPR/13 Guna Guna 209 10450 Guna
8 8/DPR/13 Gwalior Gwalior 92 4600 Gwalior
9 9/DPR/13 Harda Harda 97 4850 Harda
10 10/DPR/13 Hoshangabad Hoshangabad 170 8500 Hoshangabad
11 11/DPR/13 Jabalpur Jabalpur 83 4150 Jabalpur
12 12/DPR/13 Katni Katni 151 7550 Katni
13 13/DPR/13 Mandsaur Mandsaur 90 4500 Mandsaur
14 14/PR/13 Narsinghpur Narsinghpur
(1&2)
145 7250 Narsinghpur-
1
15 15/DPR/13 Panna Panna 478 23900 Panna
16 16/DPR/13 Raisen Raisen (1&2) 239 11950 Raisen-1
17 17/DPR/13 Rewa Rewa (1&2) 141 7050 Rewa-1
18 18/DPR/13 Sagar Sagar (1&2) 272 13600 Sagar-2
19 19/DPR/13 Seoni Seoni (1, 2 & 3) 209 10450 Seoni-1
20 20/DPR/13 Sheopur Sheopur 110 5500 Sheopur
21 21/DPR/13 Shahdol Shahdol (1&2) 172 8600 Shahdol-2
22 22/DPR/13 Shivpuri Shivpuri (1&2) 284 14200 Shivpuri-1
23 23/DPR/13 Singroli Singroli (1&2) 221 11050 Singroli-1
3


24 24/DPR/13 Satna Satna 180 9000 Satna
25 25/DPR/13 Tikamgarh Tikamgarh 101 5050 Tikamgarh
26 26/DPR/13 Ujjain Ujjain-1 134 6700 Ujjain-1
27 27/DPR/13 Ujjain Ujjain-2 140 7000 Ujjain-2
28 28/DPR/13 Vidisha Vidisha (1 &2) 310 15500 Vidisha-2

1. The consultants who have successfully completed preparation of D.P.R. of any one project
more than Rs.50 crores or minimum 200 km of rural roads in any one year during last Five
years are eligible for participation in the tenders. However, for packages having road length
more than 400 Kms. qualification criteria will be as detailed in LOI .Other conditions for
award of work will be as per tender document.
2. Financial proposals are invited per Km. of road length inclusive of all Cross Drainage
works/Bridges/VCW/FCWs. having water way Up to 50 meters. Modified DPRs should
comply with all the requirements of DPR template prepared for PMGSY roads as given in
Annexure I. Consultants financial offer should include cost of all activities required for
modification /revision of DPRs as detailed below;
3. Broad scope of the work is as under;
i. To conduct transect walk along with departmental officers, patwary & pradhan
/sarpanch of the panchayat. Local forest official may also be associated. consultant are
required to take 10 photographs of each road at suitable intervals in respect of the
transact walk and attach the same with the DPR
ii. DPRs are to be submitted both in soft and hard copy .
iii. DPRs were prepared some times in, 2005-06 . During this period road condition and
traffic intensity in some of the roads might have changed consultant should to conduct
fresh traffic survey on such roads and modify DPRs accordingly .
iv. Based on traffic survey, crust design is also to be revised.
v. Photographs showing road condition at a interval of 100 m will be taken and attached
with the DPR.
vi. As per new guidelines width of most of the roads is to be reduced from 7.5 m to 6 m.
Carriageway width of such Roads should be designed accordingly. List of such Roads
will be made available by GM PIU.
vii. Width of all CDs, VCWs & FCWs is to be reduced as per new guideline
viii. Cost estimates will be revised as per current SOR.
4


ix. Guidelines for maintaining road gradient have been revised. Now the maximum
permissible limit is 10% instead of 6%. Due to this, quantity of road cutting will have to
be revised wherever necessary.
x. A DPR review check list and score sheet as given in the DPR template is to be attached
with each DPR. Only those DPRs which score greater than 70% points as per this score
sheet will be accepted by the GOI.
xi. MORD has revised Geometric Standards of road construction. DPRs are to be modified
with reference to new standards.
xii. Provision of DPR template as given in annexure-I of this NIT should be taken into
account in the modification of DPR.
Revised guidelines for review of geometric design standards for Rural Roads issued
by MORD vide P-17035/1/2007-Tech dated 30.09.2010 may be seen on PMGSY
website www.pmgsy.nic.in.

4. The time limit for completion of assignment is 2 Months including rainy season from the date
of Work Order.
DPRs 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. Bid documents can be purchased up to 4:00 pm on 29/11/2013 from the Office of MPRRDA
Paryavas Bhavan Bhopal on payment of Rs. 5000/- for each package by DD drawn in favour in
MPRRDA payable at Bhopal. Bid document may also be downloaded from our web site
www.mprrda.com. In such case cost of bid document will have to be submitted in the form of
DD with the tender.
7. Last date of receipt of completed offers is upto 3.00 Pm. On 30/11/2013 and Technical bid
will be opened on the same day at 3.30 Pm. 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 at 3.30 Pm. on 07/12/2013 in the presence of
consultants representatives who choose to be present. The decision of the competent authority
in regard to technical evaluation shall be final, binding and conclusive.
8. Conditions of this NIT supersede the conditions of tender document to the extent they
are inconsistent with the conditions of this NIT.
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 in correct MPRRDA may forfeit EMD & debar from future
tendering.
ii Turnover shown in the accounts is from consultancy fee only.
5


iii No relative is working as contractor or Employee of MPRRDA in the PIU in
which tender is being submitted.



Other Conditions may be seen in the tender document on our website www.mprrda.com.



Chief General Manager
M.P. Rural Road Development Authority

Endt. No. 18653/22/D-12/DPR-Cons/MPRRDA/13 Bhopal, Date : 13/11/2013

Copy to:
1. Commissioners Public Relation, Ban Ganga Bhopal.
2. Engineer in Chief Public Works Departments, Satpura Bhawan, Bhopal.
3. Chief Engineer, Public Works Departments, Jabalpur/ Gwalior / Indore/ Bhopal
/National Highway / Bridge.
4. Managing Director Rajya Setu Nigam, Arera Hills, Bhopal.
5. Chief Engineer, Central Public Works Departments, E-3/4B Arera Colony
Bhopal.
6. All Divisional Commissioners
7. All Collectors
8. Chief Executive Officers, Zilla Panchayat (all).
9. Chief General Manager, MPRRDA, Indore, Rewa & Jabalpur.
10. General Manager Programme Implementation Units all .


Chief General Manager
M.P. Rural Road Development Authority





















6



MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY
5
th
Floor, BLock-II, ParyawasBhavan ,Bhopal, M.P. 462016
Letter of Invitation (LOI)

Subject: - Survey investigation and preparation of DPR consultancy for the
work of construction / upgradation of rural roads including CDs,
bridge, vented causeways & Box culverts in Madhya Pradesh
under PMGSY.

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
/ upgradation of rural roads including CDs, Medium bridge, vented causeways & Box
culverts in Madhya Pradesh under PMGSY. 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 50 crores (In case of Rural roads minimum 200 km road length) in any
one year during last 5 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 5
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


7




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.

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 LOI and;
(a) Annexure I:Terms of Reference (TOR)
(b)AnnexureII: Qualifications for key personnel
(c)AnnexureIII: Format for Curriculum Vitae
(d)AnnexureIV: Format for financial Proposal
(e)Annexure-V: General conditions of contract
(f)Special conditions of contract

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.

3. PREPARATION OF THE PROPOSAL: -
Consultants are requested to submit a technical and a financial proposal. The
proposal shall be in English language.
8


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) (Annexure-I). 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.
3.1.3 Your technical proposal shall include but be not limited to the
following:
(i) Firms organization, structure and relevant experience (including
details of the previous experience and details of ongoing works in
Annexure-VI & VII).
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 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
Annexure 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.
9


(vi) Curriculum Vitae (C.V.)recently signed with date by the
proposed key professional staff and also counter signed by an
authorised official of the firm. The key information shall be as per the
format given in Annexure-III.
(vii) Proposed work programme for the execution of the services,
illustrated with bar charts of the activities, Critical Path Method (CPM)
or Program Evaluation Review Technique (PERT) type graphics. The
composition of the team, the assigned tasks and their timings should be
brought out clearly using bar chart and flow diagrams.
3.2 Financial Proposal
3.2.1 The financial proposal shall be submitted as cost per km. of road length as
detailed in Annexure-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 Annexure-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 Consultants 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
Appendix -I for the particular package. The Earnest money shall be
10


pledged in favour of M.P. Rural Road Development Authority, in one of
the forms mentioned below: -
1. Demand Draft of any Scheduled Commercial Bank.
2. Fixed/Term Deposit receipt of any Scheduled Commercial Bank
(other than Cooperative Bank).

4.1.8 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.
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.

11


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 Annexure-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. AlkaUpadhyaya IAS
Chief Executive Officer, Ph No. 0755 2572207, Fax 0755-2573396
E-mail: ceomprrda@gmail.com mp-cexo@nic.in
2. Shri M.K. Gupta,
Engineer-in-Chief Ph. No. 0755-2570774, Fax 0755-2573396.
E-mail: cgm_mprrda@rediffmail.com
3. A. D. Kapale
Chief General Manager-I, Ph. No. 0755-2551751,0755-2573396,
E-mail: cgm_1@rediffmail.com
4. A.K.Mishra
Chief General Manager-II, Ph. No. 0755-2768244, 0755- 2573396
E-mail: cgmjbprrda@rediffmail.com
5. H. P. Verma
Financial Advisor, Ph No. 0755-2571562,, 0755-2573396,
E-mail: mprrda_fa@rediffmail.com
6. General Manager of Programme Implementation Units, list attached as
Appendix II


12


Appendix-I

District wise length of road works proposed for survey investigation & Preparation of
DPR


S.
No.
PACKAGE
NO.
NAME OF
DISTRICT
NAME OF PIU Tentative
Road Length
in Km.)
EMD
( in Rs. )
Nodal PIU
1 2 3 4 5 6 7
1 1/DPR/13 Betul Betul (1&2) 167 8350 Betul-2
2 2/DPR/13 Chhatarpur Chhatarpur 233 11650 Chhatarpur
3 3/DPR/13 Damoh Damoh 112 5600 Damoh
4 4/DPR/13 Datia Datia 85 4250 Datia
5 5/DPR/13 Dewas Dewas 217 10850 Dewas
6 6/DPR/13 Dhar Dhar (1,2& 3) 88 4400 Dhar-1
7 7/DPR/13 Guna Guna 209 10450 Guna
8 8/DPR/13 Gwalior Gwalior 92 4600 Gwalior
9 9/DPR/13 Harda Harda 97 4850 Harda
10 10/DPR/13 Hoshangabad Hoshangabad 170 8500 Hoshangabad
11 11/DPR/13 Jabalpur Jabalpur 83 4150 Jabalpur
12 12/DPR/13 Katni Katni 151 7550 Katni
13 13/DPR/13 Mandsaur Mandsaur 90 4500 Mandsaur
14 14/PR/13 Narsinghpur Narsinghpur
(1&2)
145 7250 Narsinghpur-
1
15 15/DPR/13 Panna Panna 478 23900 Panna
16 16/DPR/13 Raisen Raisen (1&2) 239 11950 Raisen-1
17 17/DPR/13 Rewa Rewa (1&2) 141 7050 Rewa-1
18 18/DPR/13 Sagar Sagar (1&2) 272 13600 Sagar-2
19 19/DPR/13 Seoni Seoni (1, 2 & 3) 209 10450 Seoni-1
20 20/DPR/13 Sheopur Sheopur 110 5500 Sheopur
21 21/DPR/13 Shahdol Shahdol (1&2) 172 8600 Shahdol-2
22 22/DPR/13 Shivpuri Shivpuri (1&2) 284 14200 Shivpuri-1
23 23/DPR/13 Singroli Singroli (1&2) 221 11050 Singroli-1
24 24/DPR/13 Satna Satna 180 9000 Satna
25 25/DPR/13 Tikamgarh Tikamgarh 101 5050 Tikamgarh
26 26/DPR/13 Ujjain Ujjain-1 134 6700 Ujjain-1
27 27/DPR/13 Ujjain Ujjain-2 140 7000 Ujjain-2
28 28/DPR/13 Vidisha Vidisha (1 &2) 310 15500 Vidisha-2
13



Appendix II


GM Phone list
aa- ih-vkbZ-;w- egkizca/kd dk uke eks- uacj
,l-Vh-
Mh-
dksM
Qksu u- QSDl bZ&esy ,Msl irk
1 2 3 4 5 6 7 8 9
1 Alirajpur Shri
Shri
K.N.Rawat
9425903075 7394 234714
234707
233421
piualirajpur@redi
ffmail.com
Office of GMPIU, Near
PWD Office, Cinema
Chouraha, Alirajpur
2 Anuppur-1 Shri
D.D. Pandey
(Add.
Charge)
9425101199 7659 296553
Office Of GMPIU, The
house of Sant Kumr
Agrawal,Ward No.14,
Basti Road, Anuppur
3 Anooppur-2 Shri D.D.Pandey 9425101199 7543 220757
gmanuppur@redi
ffmail.com

4
Ashok
nagar
Shri S.K.Khare 9425304941 7543 220757 225699
gmrrda_ask@red
iffmail.com
Office of GMPIU,Soni
Colony, Near Jain
Mandir, Ashoknagar
5
Balaghat no
1
Shri Shoeb Jaleel 9425426508 7632 240600
241079
240987
gm_bgtpiu1@red
iffmail.com
Office of GMPIU, Near
RTO office, Balaghat
6
Balaghat no
2
Shri
Patiraj Singh
Chauhan
9425138608 7632 240334
gm_bgtpiu.2@re
diffmail.com
Office of GMPIU, Near
R.T.O. Office, Balaghat
7
Balaghat no
3
Shri
Kamal
Moahn
Verma
9424977077 7632 247030
gm_bgtpiu3@red
iffmail.com
MPRRDA,PIU-3 Near
Commercial homes, Civil
Lines, In front of
Deendayal Puram
Colony, Balaghat
8
Balaghat no
4
Shri
Shoeb Jaleel
(Addl.Charg
e)
9425426508 7632 248090
piu4bgt_10@redi
ffmail.com

9 Barwani 1 Shri C.D. Shukla 9826359314 7290 224532
pmgsybarwani@
rediffmail.com
Office of GMPIU, First
Floor, Gurudwara
Campus,Near Bus
Stand, Barwani
10
Barwani 2
Sendhwa
Shri P.S.Sharma 9425427296 7281 222987
pmgsysendhwa
@rediffmail.com
Office of GMPIU,
Parshuram Manglik
Bhawan, In front of Hotel
Shanti Palace, Mahaveer
Colony, AB Road,
Sendhwa, Distt-Barwani
11 Betul-1 Shri
Shri Shishir
Kushwaha
9425019042 7141 231733 233605
piubetul@rediffm
ail.com
Office of GMPIU, Kala
Patha, Vikas Nagar,
Betul
12 Betul-2
Shri
J.S.Shikarw
ar
9425116425
13 Bhind-1 Shri A.K.Jain 9826547307 7534 241497 240191
mprrdabhi@rediff
mail.com
Office of GMPIU, Barua
Nagar, Behind Petrol
Pump, Bhind
14 Bhind-2
14


15 Bhopal Shri Vijay Gupta 9425140789 755 2734796 2738774
gmrrdabpl@hotm
ail.com
Office of GMPIU, Old
Secretariate, Bhopal
16 Burhanpur Shri
Satyendra
Shrivastava
9425135983 7325 251751 256614
gmrrdaburhanpur
@rediffmail.com
Office of GMPIU, 53,
Adarsh Colony, Lalbagh
Road, Burhanpur
17 Chhatarpur Shri F. J. Khan 9425002570 7682 249068 242941
piuchhatarpurno
1@yahoo.co.in
Office of GMPIU, Janpad
Panchyat Building,
Chhatarpur
18 Tikamgarh
19
Chhindwara
1
Shri R. S. Mehta 9425147927 7162 220277 220277
gmrrdachw@hot
mail.com
Office of GMPIU, W.R.D.
Rest house Campus,
Parasia Road,
Chhindwara (M.P.)
20
Chhindwara
2
Shri
R.K.S.Katiya
r
9425405367 7162 225520 225520
piu2chhindwara
@hotmail.com
Office of GMPIU, VithiKa
Bhawan, Near Income
Tax Office, Nagpur
Road, CHHINDWARA
21
Chhindwara
3
Shri
H.K.Chandra
wanshi
9754184731 7162 247290 247290
piu3chhindwara
@hotmail.com
Office of GMPIU, South
Civil Lines, Devra
Colony, H/No.-498, Ward
no-54, Chhindwara
(M.P.)
22
Chhindwara
4
Shri A.K.Jain 9425382051 7162 230512 230512
piu5chhindwara
@hotmail.com
Office of GMPIU, Devre
Colony, South Civil Line,
Chhindwara
23 Damoh Shri P.K. Sharma 9425132589 7812 227312
229156
229181
gmrrdadamoh@r
ediffmail.com
Office of GMPIU, In Front
of Central School
Awasiya Parisar
Balakoat Road, Damoh
24 Datia Shri
Shri
M.K.Goyal
9300010094 7522 238802
gmpiudatia@redi
ffmail.com
Office of GMPIU, 970,
Behind ITI, Station Road,
Datia (M.P.)
25 Dewas Shri K.K. Choure 9425193218 7272 254952 409697
rrdadws@rediffm
ail.com
Office of GMPIU, 17,
Lakshman Nagar, Behind
Afex Care Hospital Tilak
Nagar, Dewas
26 Dhar 1 Shri S K Bakshi 9425091958 7292 222732 234187
piudhar@rediffm
ail.com
Office of GMPIU, 109,
Prakash Nagar, Dhar
27
Dhar 2
(Kukshi)
Shri A.K.Jain 9425062917 7292 234813
piu_kukshi@yah
oo.com
Office of GMPIU, Shri
Hukmichand Dayaram
Rathore house, H/N.- 5,
New Alirajpur Road,
Kukshi, Dhar
28 Dhar 3 Shri S.K.Sirothiya 9425408108 7292 234238
piudhar3@rediff
mail.com
Office Of GMPIU, 11,
Prakash Nagar, Dhar
29 Dindori 1 Shri
Ajay Singh
Raghuwashi
9425174588 7644 234401
gmrrdadindori@r
ediffmail.com
Office of the GMPIU,
Near Sarasawati Shishu
Mandir, Near old Central
Bank of India, Dindori
30 Dindori 2 Shri
Anil
Shrivastava
9425467814 7644 234528
gmmprrda_dindo
ri02@rediffmail.c
om
Office of the GMPIU,
Near Sarasawati Shishu
Mandir, Near old CBI,
15


Dindori
31 Gwalior Shri
Shri Manoj
Asati
9425608082 751 2237024 2344420
gmrrda_gwl@red
iffmail.com
Office of GMPIU, 3,
Gayatri Vihar Colony,
Thatipur, Gwalior
32 Guna-1 Shri P.K. Ghosh 9425779602
33 Guna-2
34 Harda Shri S.K. Jain 8989061552 7577 225380 295255
hardagm@rediff
mail.com
Office of GMPIU, Near
Lal School, Behind Ankur
Provision, Nehru Colony,
Harda
35
Hoshangaba
d
Shri
Shri
N.K.Patlia
9425393711 7574 251978 253717
hbadgm12@redif
fmail.com
Office of GMPIU, Near
Circuit House,
Hoshangabad
36 Indore Shri
Ashok
Chawla
9425921350 731 2E+06 2539552
gmrrdaindor@re
diffmail.com
Office of GMPIU,
Commissioner Office
Campus, Indore
37 Jabalpur Shri Pavan Jain 9425162970 761 2621493 2627607
gmrrdajbp@hotm
ail.com
Office of GMPIU, Near
Tehsil Square, In-front of
Ambedkar Bhawan,
Jabalpur

Jabalpur GM
Bridge
Shri
Shri R. P.
Dubey
9424659058
38 Katni Shri
Shri
S.S.Kashyap
9425825117
39 Jhabua Shri R P Singhal 9425413411 7392 244345 245856
rrdajha@rediffma
il.com
Office of GMPIU, Mouji
Para, Gopal Colony,
Jhabua
40 Khandwa Shri J.K.Gupta 9407556185 733
2248122
2246020
2248584
gmmprrdakhand
wa@rediffmail.co
m
Office of GMPIU, 59-
MIG, Dindayalpura,
Anand Nagar, Khandwa-
450001
41 Khargone 1 Shri
Anupam
Saxena
9425113548 7282 235181 250263 rrdakhr@nic.in
Office of GMPIU, 19,
Mahishmati Bhawan,
Daiversan Road,
Khargone
42
Khargone 2
(Maheshwar
)
Shri R.C.Barod 9826297999 7282
250143
273424

maheshwarrrda
@rediffmail.com
Office of GMPIU, Ahilya
Sadan, Diaversan
Raoad, Khargone
43 Khargone 3 Shri K K Khare 9425677638 7282
rrdakhr3@rediff
mail.com
Office of GMPIU, 74,
ShriNath Colony, behind
of TVS Showroom ,
Daiversan Road,
Khargone
44 Mandla-1 Shri
Rajesh
Choukse
9425146968 7642 253752 253752
gmrrdamndl@re
diffmail.com
Office of GMPIU, Near
LIC office, Nehru
Smarak, Civil Lines,
Mandla
45 Mandla-2 Shri B.C. Saxena 9425185075 7642 260261 253752
gmrrdamndl2@r
ediffmail.com
Office of GMPIU,
MPRRDA, Mrudu Kishor
Colony, Jabalpur Road,
Mandla
46 Mandsour Shri
Yashpal
Joshi
9425327511 7422 222488 224090
gmrrda_mds@re
diffmail.com
Office of GMPIU, Old
Panchayat Bhawan,
Mandsaur
47 Neemuch
48 Morena Shri
Rajeev
Kumar
Sharma
9425339638 7532 231628 231628
mprrdamrn@sify.
com
Office of GMPIU,
Chambal Bhawan,
Commissioner Office,
Morena
16


49
Narsinghpur-
1
Shri
Vinod Kumar
Saraf
9424865035 7792 231293 231043
gmmprrdansp@y
ahoo.com
Office of GMPIU, NH
Division of PWD Office,
Narsinghpur
50
Narsinghpur
2
Shri
Sudeep
Shrivastav
9425152241
51 Panna Shri C.N.Gupta 9425174903 7732 254019
gmpanna@rediff
mail.com
Office of GMPIU,
Indrapuri Colony, Behind
Excellence School,
Panna
52 Raisen-1 Shri
Pankaj
Kumar
Jhawar
9425610134 7482 222516 223358
gmpiuraisen@re
diffmail.com
Office of GMPIU, Near
Govt. College, Arjun
Nagar, Raisen
53 Raisen-2 Shri
Manoj
Yadav
8989792308
54
Rajgarh
Biaora
Shri
Shri
V.K.Dhagat
9425614050 7374 234633 232479
gmpiu_biaora@r
ediffmail.com
Office of GMPIU,
Chandarpuram House,
Rajgarh chouraha, Biora
By-Pass, Biora, Distt.
Rajgarh
55 Rajgarh 2 Shri
Shri
V.K.Dhagat
(Additional
Charge)
9425614050 7372 254047 254562
gmpiu_rajgarh2
@rediffmail.com

56 Ratlam Shri R S Tomar 9425136294 7412 264348 270404
gmrrdartlm@redi
ffmail.com
Office of GMPIU, 178-
179, Commerce College
Road, Viriyakhedi,
Ratlam
57 Rewa 1 Shri R.K.Dave 9407021465 7662 255932 407577
gmpiurew@yaho
o.co.in
Office of GMPIU,
Sirmour Chouraha,
Tansen Complex, Rewa
58
Rewa-2
Mauganj
Shri J.K. Nagar 9425087890 7663 270027
piumau2007@re
diffmail.com
Office of GMPIU, Sundar
Purwa, Maugunj, Rewa
59 Sagar 1 Shri
Shri R.S.
Tiwari
9425303484 7582 241970 558042
gmmprrdasgr@si
fy.com
Office of GMPIU, Near
Commissioner Office,
Civil Line, Sagar
60 Sagar 2 Shri
Shri R.S.
Tiwari
(Additional
Charge)
9425303484 7582 236229
mprrdasgr2@gm
ail.com
Office of GMPIU,
Universisty Ground ke
samne, Manorama
Colony, Sagar
61 Satna Shri
Pradeep
Pathak
9425434919 7672 227539
227370
229724
gmpiusatna@red
iffmail.com
Office of GMPIU, Old
Collector Office, Civil
Line, Satna
62 Sehore-1 Shri
Y. K.
Saxena
9425141605 7562 224734
gmrrdasehore@r
ediffmail.com
Swami Vivekanand
College Campus,
Chanakya puri, Sehore,
Pin-466001
63 Sehore 2 Shri
Hemant
Tiwari
9425005578
64 Seoni-1 Shri
S.K.Shrivast
ava
9425608082 7692 225293 222398
gmrrdaseoni@re
diffmail.com
Office of GMPIU,
Collector Campus, Seoni

65 Seoni-2 Shri D.K. Tripathi 9424308158 7692 222423
gmpiuseoni2@re
diffmail.com

66 Seoni-3
67 Shahdol 1 Shri S.B.Singh 8989897777 7652 248748 241903
piushahdol@yah
oo.com
Office of GMPIU, Behind
Old Bus Stand, Pandav
Nagar, Shahdol
17


68 Shahdol 2 Shri V. P. Yadav 9425304105 7652 240372
piu2shahdol@ya
hoo.com
Office of GMPIU,Shri
A.P. Mishra Home, front
of Mahrsi School,
Pandav Nagar, Shahdol
69 Shajapur-1 Shri
Ajay
Diwakar
9425157426 07364 222021
gm_shajapurpiu
@rediffmail.com
Office of GMPIU,
Lalghati, AB Road,
Shajapur
70
Shajapur-2
Agar
G.D.Soni 9893129217
71 Sheopur Shri Shri Kaushik 9425408270 7530 223506 222616
gmrrdasheopur
@rediffmail.com
Office of GMPIU, Dr.
M.L.Gour house, Keshav
Nagar, Near Employment
Office, Seopur
72 Shivpuri 1 Shri N.S. Parihar 9425136909 7492 233485 406970
gmrrdasvp@yah
oo.co.in
Office of GMPIU, RES,
Shivpuri
73 Shivpuri 2 Shri M.K. Goyal 9300010094 7492 400798 233816
gmrrdasvp2@red
iffmail.com
Office of GMPIU, Near
Whool House, Chatrpur
Road, Shivpuri
74 Sidhi 1 Shri S K Badgaia 9425402427 7822 251049 251270
gmpiusidhi1@re
diffmail.com
Office of GMPIU, Old
Swaraj Bhawan, Hospital
Chowk, Sidhi
75 Sidhi 2 Shri
Ratnakar
Chaturvedi
9425868746 7822 253332
asrgm@rediffmai
l.com
Office of GMPIU, Jaiswal
Board Stall, Rewa Road,
Near Gyan Traders,
Sidhi
76 Ujjain -1 Shri
Ashok
Chawla
(Add
Charge)
9425921350 734 2525668 2510919
gmujjain@rediff
mail.com
Office of GMPIU, 1/3,
Alakhnanda Nagar
Colony, Near Birla
Hospital, Ujjain-456010
77 Ujjain -2 Shri K.B.Purohit 9425057293
78 Umariya-1 Shri
Raj Kumar
Singh
9424767559 7653 223095 22469
mprrdapiuumaria
@rediffmail.com
Office of GMPIU,
Khalesar Colony, Ward
No.-8, Mahroi Road,
Near Railway line,
Umaria
79 Umaria-2 Shri R.K.Rajput 9589225788 7653 222238
gmpiu2umaria@r
ediffmail.com
Office of GMPIU,
Khalesar Naka, Bajaj
show Room ke Pas,
Shadol Road , Umaria
80 Vidisha-1 Shri K.K. Verma 9425426806 7592 237675 504802
gmrrda_vidisha
@rediffmail.com
Office of GMPIU, Sneh-
Kunj, Sanchi Road, Near
Snachi Petrol Pump,
Vidisha
81 Vidisha-2 Shri
N.S.
Chauhan
9425028867
82 Waidhan 1 Shri
Ram Salone
Sharma
(Addl.Charg
e)
9406864277 7805 247494 2510919
gmmprrdawaidha
n@rediffmail.co
m
Office of GMPIU, HIG-
17, NavJeevanVihar,
Waidhan, Distt-Sidhi
83 Waidhan 2 Shri
Ram Salone
Sharma
9406864277 7805 244029 244029
gmpiu2waidhan
@rediffmail.com
Office of GMPIU, Near
Prathmik Hospital,
Sector-2, Navjeevan
Vihar, Vindhya nagar,
Waidhan
18



Annexure-I
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.

2. OBJECTIVES:

The broad objective of the above assignment is to prepare DPR, which includes: -

! To carry out detailed survey and investigation of roads.
! 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.

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
in order to determine the most suitable alignment, sort of issues of land availability
(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 to alternative alignments, land requirements for the
road and its impact on landowners, etc. will be discussed with members of the local
community present.
! Environmental impact on vegetation, soil and water etc. shall be identified for
resolution.
! During the walk, due opportunity shall be given to interested persons to put forward
their point of view.
! At the end of the walk, alignment shall be finalised after recording the issues that
arose during the walk and the action taken / proposed 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 to the
finalised DPR.
19


3.2 The consultant will ensure the following in preparing the Detailed Project reports:
i. The Rural Roads constructed under the PradhanMantri Gram SadakYojana must meet
the technical specifications and geometric design standards given in the Rural Roads
Manual of the IRC (IRC:SP20:2002) 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:SP20:2002).
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 Road,
besides being provided with side drains. Appropriate covered side drains and cross
drainage will be provided, so that improper drainage does 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 must have proper embankment /
drainage. Adequate number of Cross Drainage (CD) works, including cause-ways
where appropriate, must be provided based on site requirement ascertained through
investigation. Minor bridges may be provided where necessary. In case the span
exceeds 15m, 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.
iii) Inventory and detailed condition surveys for bridges and other cross drainage
structures in case of existing roads.
iv) Conduct traffic study analysis & forecast for next 10 years and conduct atleast
3 days traffic count.
v) Identification of sources of construction material. Conduct a detailed soil and
material survey for the purpose of pavement design and for ascertaining the
location availability and suitability of road construction material. (Attach
quarry charts etc.)
vi) Conduct topographic survey at detailed engineering sections for collecting all
information for designing all works.
vii) 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.
viii) 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.
ix) Prepare cost estimate for proposed work based on schedule of rates. For items
not covered by schedule the same be accompanied by the analysis.
20


x) Based on detailed survey and investigation prepare detailed engineering
drawing including working drawing.
xi) Suggest water-conserving structures on CDs/vented causeways wherever
feasible (and give their detailed design).
xii) Consultant will have to collect PatwariKhashra for all the land coming in the
road way (ROW) and he will prepare land plan accordingly.

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:

The specification for the various items of works should be as per the "Specifications
for Rural Road" issued by Indian Road Congress (Aug- 2004). IRC-SP 19 Manual on
Survey Investigation of Preparation of Road Project IRC 20 manual of Rule location,
Design construction and Maintenance of Rural Roads. IRC SP 54 Project
Preparation Manual for Bridges and "Manual of Rural Roads" SP-20 issued by
I.R.C. 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 Works 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 10
th
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 Annexure-VI- F-1 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.
21


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 programmegive 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 reports within specified time frame.

7. PROPOSED TEAM

The consultant shall be required to form a team for this assignment. The consultants
team shall be manned with adequate number of experts having relevant experience in
the similar assignments. List of key personnel to be fielded by the consultant is given
below.

1. Team Leader 1 Team Leader for packages up to 400 km road length.
2 Nos. in case of package more than 400 km road length.
2. Pavement Engineer 1 No. for every 400 km. road length
3. Asst. Material Engineer 1 No. for every 400 km road length.
4. 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.
22





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%

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, the
cost of such corrections shall be recovered from the consultant.
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
Period w.e.f. date of signing the agreement Submission of
(for first 700 Km. road
length)
(for road length in
excess of 700 Km)
Detailed work
programme
10 days
2 months

Preliminary project report
2 months

4 months

Detailed Draft Project
Report
3 months
6 months

Final Project Report 5 months
8 months

23



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.
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) Employers liability and workers 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.
VinirdishttaBhrashtaAcharanaNivaranAdhiniyam 1982.
(b) Subletting of work is not permissible. Violation of this condition shall
be treated as breach of contract and dealt with as such.

24


ANNEXURE - II

QUALIFICATIONS FOR KEY PERSONNEL
1. Team Leader (TLDR)
The essential qualification and experience for the Candidate are as under;
1. Education; should be a Graduate in Civil Engineering from a recognized
University/Institution.
2. Age should not be more than 65 years.
3. Membership: Membership of a recognized Professional Society will be
preferable;
4. Experience: should have a minimum of 12 years experience in the field of
highway engineering out of which he must have completed at least one project
for high quality road as Pavement Engineer/Bridge Engineer/Material
Engineer of the survey investigation and preparation of DPR Team.
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
Authorised 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)
The essential qualification and experience for the Pavement Engineer are as under;
1. Education: should be a Graduate in Civil Engineering from a recognized
University/Institution
2. Age should not be more than 60 years.
3. Experience: Should have a minimum 5 years experience in the field of
Highway Engineering.
4. Membership: Membership of a recognized Professional Society will be
preferable;
3. Material Engineer (ME)
The essential qualification and experience for the Pavement Engineer are as under;
1. Education: Should have a Degree/Diploma in Civil Engineering from a
recognized University/Institution
2. Age should not be more than 60 years.
3. Experience: Should have a minimum 5 years experience in the field of
Highway Engineering.
4. Membership: Membership of a recognized Professional Society will be
preferable;
25


ANNEXURE - III

FORMAT FOR CURRICULUM VITAE

Format For Curriculum Vitae (CV) for Proposed Key Personnel Proposed
Position
Name of Firm
Name of Staff Member
Profession
Date of Birth
Nationality
Years with Firm /Organisation
Membership of Professional Societies

Details of Tasks Assigned
(The information may be furnished as per the format given below)

Relevant Previous Experience
S.
No.
Tasks
Assigned
In the
present
Project
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)
---------------------------------------------------------------------------------------------------

26


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)
27


ANNEXURE - 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)

28


ANNEXURE-V

SURVEY INVESTIGATION AND PREPARATION OF DPR


SUB PROJECT


PRADHAN MANTRI GRAM SADAK YOJNA








AGREEMENT

FOR

CONSULTANTS SERVICES




Between



MADHYA PRADESH RURAL ROAD
DEVELOPMENT AUTHORITY




And





--------------------------------------------------------
(Name of consultant)






------------------------------------------------------------------------------
MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY, B-WING, II FLOOR,
VindhyachalBhavanBHOPAL (Madhya Pradesh)
29


MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY,
B-WING, II FLOOR, VindhyachalBhavanBHOPAL

AGREEMENT


This AGREEMENT is made on this ____ day of _________, 2005 between the Chief Executive Officer,
Madhya Pradesh Rural Road Development Authority, VindhyachalBhavan, 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 PradhanMantri Gram SadakYojna
(hereinafter called RSVY) for construction of rural roads in the State of Madhya Pradesh. The
works and services shall be subject to the guidelines of the schemes.
NOW THEREFORE the parties hereto hereby agrees as follows: -

The following documents attached hereto shall be deemed to form an integral part of this agreement:
(a) The General Conditions of Agreement (hereinafter called GC);
(b) The Special Conditions of Agreement (hereinafter called the SC);
(c) The following Appendices / Annexure:

Letter of invitation and Appendix III

Annexure I: Terms of Reference
Annexure II: Task assignment of key personnel
Annexure III: Format for CV
Annexure IV: Format for financial proposal
Letter of invitation and its annexes

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
agreement.

30


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


FOR AND ON BEHALF OF Madhya Pradesh, Rural Road Development Authority,
Bhopal (M.P)




By
(Authorised Representative)

FOR AND ON BEHALF OF
(NAME OFCONSULTANT)





By
(Authorised Representative)

(Note: If the consultant consist of more than one entity all of these entities should appear as
Signatories e.g. in thefollowing manner)

FOR AND ON BEHALF OF EACH OF THE MEMBERS OFCONSULTANT
(Name of the member)





By
(Authorised Representative)
etc.



31


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, VindhyachalBhavan, 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
SadakYojna (PMGSY).
o) Services means the work to be performed by the Consultants pursuant to this Agreement for the
purposes of the project as per the Term of Reference (TOR) hereto;
p) Starting Date means the date referred to in Clause 2.3 hereof;
q) Sub-Consultant means any entity to which the consultant sub-contracts any part of the services in
accordance with the provisions of GC Clause 3.7, and;
r) Third Party means any person or entity other than the Government, the Client, or the Consultants;

Relation Between the Parties

Nothing contained herein shall be construed as establishing a relation of master and servant or of agent
and principal as between the Client and the Consultants. The Consultants, subject to this Agreement, have
complete charge of Personnel and sub-consultants, if any, performing the Services and shall be fully
responsible for the Services performed by them or on their behalf hereunder.

Law Governing Agreement
This Agreement, it's meaning and interpretation, and the relation between the Parties
shall be governed by the Applicable Law.

32


1.4 Language

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

1.5 Headings

The Headings shall not limit, alter or affect the meaning of this Agreement.

1.6 Notices

1.6.1 Any notice, request or consent required or permitted to be given or made pursuant to this
Agreement shall be in writing. Any such notice, request or consent shall be deemed to have been
given or made when delivered in person to an authorized representative of the Party to whom the
communication is addressed, or when sent by registered mail, telex, speed post, Telegram or
facsimile to such Party at the addresses specified hereunder: -
Client: Madhya Pradesh Rural Roads Development Authority,
B -wing, II
nd
floor, VindhyachalBhavan, Bhopal,
Attention: AlkaUpadhyaya IAS
Chief Executive Officer, MPRRDA
5
th
Floor, Block-II, ParyavasBhawan, Bhopal (M.P.),
Phone 0755-2430522
E-mail:
Telex : ------------------------------
Facsimile: 91-755-2729791
Consultants: -----------------
-----------------
Attention: ----------------
E-mail -------------------
Telex: -------------------
Facsimile: -------------------
[Note: Fill in the blanks]

1.6.2 Notice will be deemed to be effective as follows:

The notice shall be deemed to be effective in the manner and at time as specified as follows:
(a) In the case of personal delivery, speed post or registered mail, on delivery;
(b) In the case of telexes, telegrams and facsimiles 24 hours following confirmed transmission;
1.7 Location:

The services shall be performed at such locations as are specified in TOR.

1.8 Authorised Representatives

Any action required or permitted to be taken, and any document required or permitted to be executed
under this Agreement by the Client or the Consultants may be taken or executed by the officials as
under:

For the Client AlkaUpadhyaya IAS
Chief Executive Officer, MPRRDA
5
th
Floor, Block-II, ParyavasBhawan, Bhopal (M.P.),
Phone - 0755-2430522


For the Consultant : __________________________
__________________________
[Fill up the blanks]
1.9 Taxes and Duties

33


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 Clientsnotice
to the consultants instructing them to begin carrying out of the services. The notice shall confirm that
the effectiveness conditions, if any, listed in SC have been met.

2.2 Termination of Agreement for Failure to Become Effective

If this Agreement has not become effective within such time period after the agreement signed by the
Parties as shall be specified in the SC, either party may, by not less than fifteen (15) days written notice
to the other Party, declare this Agreement to be null and void, and in the event of such a declaration by
either party, neither Party shall have any claim against the other party with respect hereto.

2.3 Commencement of Services

The consultants shall begin carrying out the Services at the end of such period after
the effective date as specified in the SC.

2.4 Expiration of Agreement

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

2.5 Liability of Parties

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

2.6 Modification

Modifications of the terms and conditions of this agreement, including any modification of
the scope of the services, may only be made by written agreement between the parties.
Pursuant to GC Clause 7.2 hereof, however, each Party shall give due consideration to any
proposals for modification made by the other Party.

2.7 Force Majeure

2.7.1 Definition: -
(a) For the purposes of this agreement, Force Majeure means an event which is beyond the reasonable
control of a party, and which makes a partys performance of its obligations hereunder impossible or so
34


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 partys 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
partys inability to fulfill its obligations hereunder with a minimum of delay.
b) A Party affected by an event of Force Majeure shall notify the other party of such event as soon as
possible, and in any event not later than fourteen (14) days following the occurrence of such event,
providing evidence of the nature and cause of such event, and shall similarly give notice of the
restoration of normal conditions as soon as possible.
c) The Parties shall take all reasonable measures to minimize the consequences of any event of Force
Majeure.
2.7.3 Consultation

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

2.7.5 Extension of Time

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

2.7.6 Payments

During the period of their inability to perform the Services as a result of an event of Force Majeure, the
Consultants shall be entitled to be reimbursed for additional costs reasonably and necessarily incurred
by them during such period for the purposes of services and in reactivating the Services after the end of
such period.


2.8 Suspension

The Client by written notice of suspension to the Consultants, may suspend all payments to the
Consultants hereunder, if the Consultants fail to perform any of their obligations under this Agreement,
including the carrying out of the Services provided that such notice of suspension (i) shall specify the
nature of the failure and (ii) shall request the consultants to remedy such failure within a period not
exceeding fifteen (15) days after receipt by the Consultants of such notice of suspension.

The client for any reasons beyond his reasonable control, may ask the consultant to suspend whole or
part of the work/services for such time till the reasons are removed or settled. The extra time period of
such duration shall be granted as time extension on the original terms and conditions.

35


2.9 Termination

2.9.1 By the Client

The Client, may by not less than fifteen (15) days written notice of termination to the consultant, such
notice to be given after the occurrence of any of the events specified in paragraphs (a) to (g) of this
Clause, terminate this Agreement:

a) If the consultants fail to remedy to failure in the performance of their obligations hereunder, as
specified in a notice of suspension pursuant to GC Clause 2.8 hereinabove, within fifteen (15) days of
receipt of such notice of suspension or within such further period as the Client may have subsequently
approved in writing;
b) If the consultants (or if the consultants consists of more than one entity, if any of their members)
become insolvent or bankrupt or enter into any agreements with their creditors for relief of debt or take
advantage of any law for the benefit of debtors or go into liquidation or receivership whether
compulsory or voluntary;
c) If the Consultants fail to comply with any final decision reached as a result of arbitration proceedings
pursuant to GC Clause 8 hereof;
d) If the Consultants submit to the Client a statement which has a material effect on the rights, obligations
or interests of the Client and which the Consultants know to be false;
e) If as the result of Force Majeure, the Consultants are unable to perform a material portion of the
Services for a period of not less than sixty (60) days;
f) If the Client, in its sole discretion and for any reason whatsoever, decides to terminate this Agreement.
g) If the consultant, in the judgment of the Client, has engaged in corrupt or fraudulent practices in
competing for or in executing the agreement.



For the purpose of this clause:

Corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence the
action of a public official in the selection process or in agreement execution.

Fraudulent Practice means a misrepresentation of facts in order to influence a selection process or the
execution of a agreement to the detriment of the Borrower, and includes collusive practice among consultants
(prior to or after submission of proposals) designed to establish prices at artificial non-competitive levels and to
deprive the Borrower of the benefits of free and open competition.

2.9.2 By the Consultants

The consultants may, by not less than thirty (30) days written notice to the Client such notice to be given after
the occurrence of any of the events specified in paragraphs (a) to (d) of this Clause, terminate this agreement:

(a) If the Client fails to pay any money due to consultants pursuant to this agreement and not subject to
dispute pursuant to GC Clause 8 hereof within forty five (45) days after receiving written notice from
the consultants that such payment is overdue;
(b) If the Client is in material breach of its obligations pursuant to this agreement and has not remedied
the same within forty five (45) days (or such longer period as the consultants may have subsequently
approved in writing) following the receipt by the Client of the consultants 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,
36


(iv) The consultants 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.


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 Consultants
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

37


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 coverages, 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.

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 withaccepted 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 Consultants Actions requiring Client s prior Approval

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

(a) Appointing such members of the Personnel as are listed in 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

38


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
Annexureand 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. CONSULTANTS 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 Consultants Key Personnel are described in Appendix
Annexure-II and I.

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

4.3 Approval of Personnel
The Key Personnel and sub-consultants listed by title as by name are hereby approved by the Client. In
respect of other personnel, which the Consultants propose to use in the carrying out of the Service, the
Consultants shall submit to the Client for review and approval of a copy of their biographical data and
a copy of medical certificate. If the Client does not object in writing (stating the reasons for the
objection) within thirty (30) calendar days from the date of receipt of such biographical data and such
certificate, such Key Personnel shall be deemed to have been approved by the Client.

4.4 Deleted
39




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.

6. PAYMENTS OF THE CONSULTANTS

6.1 The payment shall be made as per schedule given in Para- 6 of T.O.R.


6.2 Currency of Payment

Except as may be otherwise agreed between the Client and the Consultants all payments under this
agreement shall be made in Rupees only. The payments shall be made by Cheques.
40



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 others 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 partys request for such
amicable settlement may be submitted by either party for settlement in accordance with the provisions
specified in the SC.


IN WITNESS THEREOF, the parties hereto have caused this agreement to be signed in their respective names of
the day and year first above written.



FOR AND ON BEHALF OF THE CLIENT

BY

Authorised Representative Witness:



FOR AND ON BEHALF OF THE CONSULTANTS

BY

Authorised Representative Witness:

41


SPECIAL CONDITIONS OF AGREEMENT (SC)

Number of Amendments of, and Supplementsto, Clauses in the General Conditions
GC Clause of Agreement:
2.1 --------
2.2 The time period shall be 15 days unless any other time period parties may
agree in writing.
2.3 The time period shall be 15 daysunless any other time period parties may
agree in writing.
2.4 The time period shall be 3 months unless any other time period parties may
agree in writing.
3.9 The Consultants shall not use these documents for purposes unrelated to this
agreement without the prior written approval of the Client.
8.2 If any dispute or difference of any kind whatsoever shall arise in connection
with or out of this contract and which is not amicably settled between
consultant and General Manager as per provisions of Clause 8 of the
agreement the same shall be referred for settlement to the dispute redressal
committee which shall consist of the following: -
! Chief Executive Officer, MPRRDA Chairman
! Chief General Manager of the respective zone. Member
! General Manager (tech.) Member Secy.

The committee shall give its decision within 60 days.
Any party not satisfied with the decision of the committee shall be free to refer
the case to the Arbitration Tribunal constituted under M.P.
MadhyasthamAdhikaranAdhiniyam 1983














42




APPENDIX-III

Appendix 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 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
43


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.
44


Annexure VI

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


45


Annexure VII

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
Feb. 2004
Cost of
balance
work

46


FORMAT F-2A


Pradhan Mantri Gram Sadak Yojna (PMGSY)
(Ministry of Rural Development, Govt. of India
Roads proposed in PMGSY for Rural Connectivity (Cross Drainage Structures)
District Block Package No.
(Rs. in Lakhs)
Existing CD Structure by Type Details of Proposed CD Structure by Type
Hume
Pipe
Culvert
Box/Arch
Culvert
Minor Bridge/
Caus ways
Hume
Pipe
Culvert
Box/Arch
Culvert
Minor
Bridge/
Caus ways
S.
No.
Name
of
Road
New
Constructi
on
/Upgradati
on (use
N/U)
Road
Length
(km)
No. Dia. No. Length No. Length
Details
No. Dia
.
No. Lengt
h
No. Length
Total
Cost of
Proposed
CD
Structure
s
Total
Cost of
Paveme
nt from
Format-
F-2A
Total Cost
of Road
[Sum of
(17) to
(18)]
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

47


FORMAT F-2B
Pradhan Mantri Gram Sadak Yojna(PMGSY)
(Ministry of Rural Development, Govt. of India
Roads proposed in PMGSY for Rural Connectivity (Pavement Layers)
District Block Package
No.

(Rs. in Lakhs)
Name of Places/
Villages
connected by road
Details of Thickness & Cost for Pavement Layer
Surfacing
(any one)
S.
No.
From To
New
Constructio
n
/Upgradatio
n (use N/U)
Facility
accesse
d
(A/B/C/
D)
Road
Length
(km)
Existin
g
Surface
Type
Details Clearin
g &
Grubbi
ng
Earth
work
Sub
grade
Prepara
tion
WB
M1
WB
M2
WB
M3
Prime
Coat
BM Tack
Coat
MSS PMC
with
Seal
Coat
Total
Cost of
Pavement
[Sum of
(10) to
(20)]
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

48



Format F-3
Pradhan Mantri Gram Sadak Yojna(PMGSY)
(Ministry of Rural Development, Govt. of India)
TYPICAL CROSS SECTION OF NEW ROAD CONSTRUCTION
49



FORMAT F-4
Pradhan Mantri Gram Sadak Yojna(PMGSY)
DETAILS OF EXISTING ROADS (FOR UPGRADATION)
Block Package No.
District
Traffic per day Existing Road Details
Embankment
(Formation)
WBM Layer Bituminous Layer
S.
No.
Name
of the
Road
Road
Length
(km)
Road
Connectin
g to *
Facilities
accessed
(Use
A/B/C/D)
*
Total
Motorised
Total
Truck/
Tractor
Land
Width
(m)
Road
Width
(m)
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

50


Format F-5
Pradhan Mantri Gram Sadak Yojna(PMGSY)
(Ministry of Rural Development, Govt. of India)
TYPICAL CROSS SECTION OF ROAD IMPROVEMENT (UPGRADATION)
51


Format F-6
PradhanMantri Gram SadakYojna(PMGSY)
(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

52


Format F-7
Pradhan Mantri Gram Sadak Yojna(PMGSY)
(Ministry of Rural Development, Govt. of India)
COST ESTIMATE FOR CONSTRUCTION OF CROSS DRAINAGE WORKS
(CULVERTS AND MINORBRIDGES)
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


53


Format F-8 M-1
DISTRICT MAP SHOWING BLOCKS

54


Format F-8 M-2
BLOCKS SHOWING ROAD NETWORK










55





ANNEXURE-I
TO DETAILED NIT FOR REVISION OF DPR No. 5963/22/D-12/DPR-
Cons/MPRRDA/12 Bhopal, Date : 28 /04 /2012



















DPR Template

56



A. Chapters Page Nos.
1. Introduction 45
2. Planning and Basic Design Consideration 47
3. Topographic Survey. 72
4. Soil and Materials Survey 73
5. Traffic Survey 75

6. Hydrological Survey 77

7. Geometric Design Standards 78

8. Alignment Design 81

9. Pavement Design 84

10. Design of Cross Drainage 87

11. Protective Works & Drainage 89

12. Land Acquisition 90

13. Utility shifting/relocation 91

14. Road Safety and Traffic Management 92

15. Specification 98

16. Environmental Issues 100
17. Analysis of Rates 102
18. Cost Estimate 103
19. Construction Program 104

57


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




58


1. Introduction
1.1 Objectives of PradhanMantri Gram SadakYojana (PMGSY)
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 Ministers Rural Road Program
(PradhanMantri Gram SadakYojana, PMGSY) 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.

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 and CNCPL/CUPL serial number} 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}.




59


1.4 Geography
{Insert a description of the location and geographic features of the area and adjoining
landhere.}

1.5 Climatic Condition
{Insert a description of the climatic conditionof the areahere.}

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}

60


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,
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.}
NH- Railway line
Mahanadi
irrigation canal
Arang District
HQ
Probable Ring
Road for New
Raipur

61






62




63




64




65



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.}.

66



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.

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.


67


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.

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.

10

Chainage 0.600km
Flat and plain moorum road with wide ROW. Canal
on both sides of the alignment.


68


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.

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.


69


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

19

Chainage 1.300km
The moorum road starts again into winding paths to
the village.

20

Chainage 1.400km
Hutment near the village.


70


21

C/d structure where the road crosses the canal and
enters the village.

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.

24

Chainage 1.700km
CC pavement upto the village with agricultural field
on both sides.

25

Village start


71



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)
26 Chainage 1.800km
End of the alignment at a village water hand pump.

72




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)
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.
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

73




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
Additional
Land
Required
Type of Loss Chainage Existing
Land
Width*
LHS RHS LHS RHS
Village Remarks/Suggestions
0+000 10
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
DHAMANI
Cross drain proposed
0+845 5 2.5 2.5 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
SONPARY
End point

74


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}

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




75


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 Atterbergs 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
Atterbergs 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 (%)


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}

76



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

77


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 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
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
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


78


{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
chainageetc), 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.}
* 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

79


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 L
3
/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




80


7.0 Adopted Geometric Design Standards
7.1 General
The geometric design standards for this project conform to PMGSY guidelines and the
guidelines as stated in IRC!SP 20:2002. Recommended design standards vis!!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):
Plain and Rolling Terrain
(ROW in m)
Mountainous and Steep Terrain
(ROW in m)
Open Area Built!up Area Open Area Built!up Area
Road classification
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}




Terrain Classification Roadway Width (m)
Plain and Rolling 7.5
Mountainous and Steep 6.0

81


7.6 Carriageway Width {Delete cases not applicable}
The width of carriageway for this project road is 3.75m. Carriageway width may be
restricted to 3.0m, where traffic intensity is less than 100 motorised vehicles per day and
where the traffic is not likely to increase due to situation, like dead end, low habitation and
difficult terrain condition.
7.7 Shoulders {Delete cases not applicable}
It is proposed to have {1.875 m and 1.5 m} wide shoulder as the case may be on both sides
of which at least 0.875m is hard shoulder where required.

7.8 Roadway width at cross!drainage structures {Delete cases not applicable}
The roadway width at culvert locations for this road is {7.5 m in plain terrain and 6.0m in
mountainous terrain}. Roadway width at bridges will be {4.25m on link routes and 5.5m in
through routes in plain!area and 4.25m in hilly areas}.
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:





7.10 Radius of Horizontal Curve
According to IRC recommendations/standards, the minimum radius of horizontal curve for
this project road is given below:

Radius of Horizontal Curve (m)
Terrain Category
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.
Camber (%) Surface type
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

82


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

83


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
From
(km)
To
(km)
(km)
Description

Reason for deviation
from existing
alignment, if necessary







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. }








84



{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
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





85


{Insert a table (example given below) on the various horizontal geometric improvement
carried out and their details}
Table 8.2 Horizontal Curve details
(Example)
Radius Ls Speed Def Angle Lc L
total

Hand
of
Curve
Curve
No.
IP
Chainage
(m) (m) (Kmph)
S.E.
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)
L
e
v
e
l

o
f

p
v
i

L
e
n
g
t
h

o
f

c
u
r
v
e

T
y
p
e

o
f

c
u
r
v
e

G
r
a
d
e

i
n

(
%
)

G
r
a
d
e

o
u
t

(
%
)

G
r
a
d
e

d
i
f
f
e
r
e
n
c
e

(
%
)

C
h
a
i
n
a
g
e

L
e
v
e
l

Sl.
NO.
Chainage
(m)

S
t
.

o
f

C
u
r
v
e

E
n
d

o
f

C
u
r
v
e

S
t
.

o
f

C
u
r
v
e

E
n
d

o
f

C
u
r
v
e

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

Sl. Type of
intersection
Location
(km)
Exiting condition Proposed modification





86


9. Pavement Design
9.1 General
Considering the sub-grade strength, projected traffic and the design life, the pavement
design for low volume PMGSY roads was carried out as per guidelines of IRC: SP: 72
2007, or IRC SP:77 Design of Gravel Road and IRC SP:62-2004 Cement Concrete
roads. In built up area for hygienic and safety reasons, C.C. pavement was used with a
hard shoulder and drain appropriate line drain. {Delete the last line if CC pavement was
not provided}.

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 with a gross laden weight of 3 tonnes or more are considered. The
design traffic was considered in terms of cumulative number of standard axles to be carried
during the design life of the road. The numbers of commercial vehicles of different axle
loads are converted to number of standard axle repetitions by a multiplier called the Vehicle
Damage Factor (VDF). An indicative VDF value was considered as the traffic volume of rural
road does not warrant axle load survey.
For calculating the VDF, the following categories of vehicles was considered as suggested in
paragraph 3.4.4 of IRC: SP: 72 2007.
Laden heavy/medium commercial vehicles
Un!laden /partially loaded heavy/medium commercial vehicles
Over loaded heavy/medium commercial vehicles

Indicative VDF values considered 10% of laden MCV and 10% laden HCV as overloaded &
given below:




Lane distribution factor (L) for Single lane road = 1.0 Cumulative ESAL application = To x
4811 x L, where To = ESAL application per day. The Cumulative ESAL application for the
project road as per paragraph 3.5 of IRC: SP: 72 2007 is presented in Annexure {Insert
Annexure number}
9.2.4 Subgrade CBR

The subgrade CBR range of {Insert CBR % range} was considered and the traffic falls in the
{Insert traffic classification} category.

Vehicle type Laden Un!laden /Partially laden
HCV 2.86 0.31
MCV 0.34 0.02

87



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
Pavement Shoulder

From To
F
l
e
x
i
b
l
e

R
i
g
i
d

E
a
r
t
h
e
n

f
u
l
l

w
i
d
t
h

H
a
r
d

F
u
l
l

w
i
d
t
h

H
a
r
d

s
h
o
u
l
d
e
r

0
.
8
7
5

m

e
a
c
h

s
i
d
e

S
o
i
l

s
t
a
b
i
l
i
z
a
t
i
o
n

a
n
d

u
s
e

o
f

l
o
c
a
l
l
y

a
v
a
i
l
a
b
l
e

m
a
r
g
i
n
a
l

m
a
t
e
r
i
a
l
s
.

Specify
design
alternative
selected J
u
s
t
i
f
i
c
a
t
i
o
n






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 2007. The ratio between heavy commercial
vehicles and medium commercial vehicles as given in Chapter 5 should be maintained as
far as possible.

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 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 Premix Carpet with Type B Seal Coat {Insert thickness} mm
Base Layer WBM Grading III & WBM Grading II {Insert thickness} mm
Sub Base Layer Granular Sub!base Grading II {Insert thickness} mm
Total thickness {Insert thickness} mm

88


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 thedesign 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.

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}.





89




{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

90


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

Type of protective works Sl. No. Chainage
LHS RHS
Comments
1
2
3
4
5

91


12. Land Requirement
12.1 General
The existing road is generally an earthen track with some stretches of brick bat soling
(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 3.75 m in accordance with the IRC!SP 20:
2002. 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 road}


Table 12.1 Additional Land Required











Width of Land Required in
m
Sl.
No.
Chainage
LHS RHS
Comments
1
2
3
4
5

92


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

93


14. Traffic Management and Road Safety Measures
{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 from the starting station. Table 14.1 gives the details of Km.
stone.5
th
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.5
th
km. stone and boundary pillars

Sl. Name of Road Chainage
(km)
5
th
. Km.
stone (nos.)
Km. stone
(nos.)
200m stone
(nos.)
Boundary
stone (nos.)


94


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

Sl. Chainage
(km)
Temporary traffic control measures to be adopted




95



96








97


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.
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
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 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.}




98



Table 14.4
Details of Road Safety issues and mitigation measures to be adopted

Sl.No. Chainage Safety issues Mitigation measures
adopted
Remarks






99


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 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.
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.



100




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 Proctors Density.
First layer of shoulder shall be laid after the subbase 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)

{Insertany other new specification adopted like hard shoulders and rigid pavement.}


101


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 /ReserveForest,
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.
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.






102



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}



103




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 contractors 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}.

104


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}.
18.4 Maintenance
Cost of Annual Maintenance for five years after completion of project will be estimated as
per the PMGSY Guidelines. Different activities of ordinary repairs are done as and when.
{Insert total Cost of 5 year Routine Maintenance Works in Format F6}.

105


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 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}

































106


Proforma B, being package summary, is to be used only in case of a package consisting of
more than one Roads.




107



108



Proforma C
PRADHAN MANTRI GRAM SADAK YOJANA ( PMGSY)
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)


109


- 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

( A ) (B)



- 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.
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) RoadLand Width -

INDEX MAP (not to scale ) : Attached saperately


Enroute Habitations Name / Chainage






M
D
R
-
4
2


H1 H2 H2 T
a
r
g
e
t
H
a
b
i
t
a
t
i
o
n


M
S
H
-
6

M
S
H
-
6

R
O
A
D


110



















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)












111






8. Base year traffic volume

Month & Year of Traffic Volume Count =

Motorised Traffic Non Motorised Traffic
Trucks Agricultural
Tractors
Trallers
Buses
Animal Drawn
Vechicle
Days Cars,Jeep,
Vans,Three
Wheelers
Motorised
two
Wheelers
Light
Commercial
Vehicle
L U OL L U OL L U OL
Cycles Cycle
Rickshawa
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




112


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 II



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


113


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

114


I
II
III
IV
V
Total Maintenance Cost
11. Whether the road has Geometrics as per Rural Roads MannualRRM / Latest Circulars
of NRRDA.




12.WhetherC.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
(Name)

Checked By

Scrutinized
By


115



Counter Signatures
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
Yes / No

Have you satisfied yourself that the proposed road is a part of Core Network


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 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)


116





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
Yes / No

Does the Estimation Conform to Standard Rate Analysis and SSR generated for
the current Phase





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

117


Engineers . The Proposal after final Correction is entered on the OMMS.ThePropasal may be considered for clearance.






Technical Scrutiny at STA done by:

Signature Co-ordinator STA:
Name Signature
Date Name

Date

118














119







120











121






122


FORMATF.9A

PRADHAN MANTRI GRAM SADAK YOJANA (PMGSY)
CERTIFICATE OF GROUND VERIFICATION FROM EXECUTIVE ENGINEER!
HEAD 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) Certifiedthat no forest land is involved along the entire road way;or
b) Certified that the case for permission under Forest conservationAct 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

Executive Engineer,
HeadofPIU.

123


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


124




125



126



127



128



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--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
---


129


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
---


130


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:
Organisation:
Date:
Total Score 0.0% ---



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.


131



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

Vous aimerez peut-être aussi