Sunteți pe pagina 1din 22

Mughal Road Project

EXPRESSION OF INTEREST
EXPRESSION OF INTEREST FOR FRAMING UP OF PRELIMINARY PROJECT REPORT(PPR) FOR CONSTRUCTION OF TUNNEL ON MUGHAL ROAD

CHIEF ENGINEER, PROJECTS ORGANIZATION (J&K) May, 2012 May, 2012

DISCLAIMER
The information contained in this Expression of Interest document (EOI) or subsequently provided to Consultants, whether verbally or in documentary or any other form by or on behalf of the Mughal Road Organisation (MRO) or any of its employees or advisers, is provided to Consultants on the terms and conditions set out in this EOI and such other terms and conditions subject to which such information is provided. This EOI is not an agreement and is neither an offer nor invitation by the MRO to the prospective Consultants or any other person. The purpose of this EOI is to provide interested parties with information that may be useful to them in the formulation of their Proposals pursuant to this EOI. This EOI includes statements, which reflect various assumptions and assessments arrived at by the MRO in relation to the Consultancy. Such assumptions, assessments and statements do not purport to contain all the information that each Consultant may require. This EOI may not be appropriate for all persons, and it is not possible for the MRO, its employees or advisers to consider the objectives, technical expertise and particular needs of each party who reads or uses this EOI. The assumptions, assessments, statements and information contained in this EOI, may not be complete, accurate, adequate or correct. Each Consultant should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and information contained in this EOI and obtain independent advice from appropriate sources. Information provided in this EOI to the Consultants is on a wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The MRO accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein. The MRO, its employees and advisers make no representation or warranty and shall have no liability to any person including any Consultant under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this EOI or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the EOI and any assessment, assumption, statement or information contained therein or deemed to form part of this EOI or arising in any way in this Selection Process. The MRO also accepts no liability of any nature whether resulting from negligence or otherwise however caused arising from reliance of any Consultant upon the statements contained in this EOI. The MRO may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this EOI. The issue of this EOI does not imply that the MRO is bound to select an Consultant or to appoint the Selected Consultant, as the case may be, for the Consultancy and the MRO reserves the right to reject all or any of the Proposals without assigning any reasons whatsoever. The Consultant shall bear all its costs associated with or relating to the preparation and submission of its Proposal including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the MRO or any other costs incurred in connection with or relating to its Proposal. All such costs and expenses will remain with the Consultant and the MRO shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by an Consultant in preparation or submission of the Proposal, regardless of the conduct or outcome of the Selection Process.

Government of Jammu and Kashmir Office of the Superintending Engineer, /Mughal Road Lalmandi, Srinagar, J&K

EXPRESSION OF INTEREST FOR FRAMING UP OF PRELIMINARY PROJECT REPORT (PPR) FOR CONSTRUCTION OF TUNNEL ON MUGHAL ROAD
1. BRIEF SCOPE OF WORK The Govt. of Jammu and Kashmir is constructing Mughal Road 84 Km, long two lane flexible pavement road from Bafliaz (Poonch) to Shopian (Kashmir). While it may be possible to keep the Mughal road open throughout the year in the sections of light a and medium snowfall i.e; for a length of 63 Kms by carrying out snow clearance by mechanical means it will be difficult to keep the road portion of 21 Kms of High snow fall section over Pir Panchal Pass open for a period of 4 months i.e.; December to March due to heavy snow storms, billizards in high altitude regions above 3000 mts. The proposal of tunnel is viable across Pir Panchal Pass from Chattapani to Zaznar in order to keep the Mughal road open for traffic throughout the year. Accordingly consultancy is required to frame the Preliminary project report (PPR) for the construction of proposed tunnel. 2. MODE OF ACCESS FOR BID DOCUMENTS The EOI document can be downloaded from the URL address www.scribd.com/----------- .The non- refundable document fee of Rs. 1000/- (Rs. one Thousand only) in the form of Demand Draft in favor of Superintending Engineer, Mughal Road Project Lalmandi Srinagar, J&K Payable at Srinagar has to be reimbursed with Technical bid in separate envelope with clear inscription COST OF EOI DOCUMENT 3. SUBMISSION OF DOCUMENT (i) Sealed proposals s h o ul d reach Chief Engineer, Projects Organization/ Mughal Road Project, Lalmandi Srinagar not later than 1500 hrs on 02-06-2012 (ii) The proposals submitted on photocopies of the EOI document shall be summarily rejected. Chief Engineer, Mughal Road Project will not be responsible for any delay in receiving the proposals and reserves the right to accept/reject any or all proposals without assigning any reason thereof. 4. OPENING OF BID: The technical proposal of bids received on or before the last date of submission shall be opened on 1530 hrs on 02-06-2012 or any other date convenient to tender opening authority

in presence of the bidders/who may wish to participate. The bidders who have been declared successful on the basis of technical evaluation shall be informed regarding the schedule of opening of the financial proposal separately. 5. The Consultancy firms will be selected as elaborated in EOI document.

Sd/Superintending Engineer Mughal Road Project

LETTER OF INVITATION

Subject: EXPRESSION OF INTEREST FOR FRAMING UP OF PRELIMINARY PROJECT REPORT (PPR) FOR CONSTRUCTION OF TUNNEL ON MUGHAL ROAD
Dear Sirs, 1. You are hereby invited to submit technical and financial proposals for consultancy services required for f r a m i n g p r e l i m i n a r y p r o j e c t r e p o r t ( P P R ) for construction of tunnel. 2. The consultants should submit the details as per Evaluation Criteria appended herewith in order to facilitate technical evaluation. 3. To obtain first hand information on the assignment and on the local conditions, you are advised to pay a visit to the project site & client before submitting a proposal. You must fully acquaint yourself of local and site conditions and take them into account while preparing your proposal. 4. The Submission of Proposals: The proposals shall be submitted in two parts, viz., Technical and Financial and should conform with the requirements given in the "Evaluation Criteria & Price Schedule." 4.1 The proposals must be submitted in two separate sealed envelopes (with respective marking in bold letters). (a) The first envelope marked "Technical proposal" should contain the documents as asked in "Evaluation Criteria. The first envelope should not contain any cost information whatsoever. (b) The "Financial proposal" second envelope marked 'FINANCIAL PROPOSAL' must be submitted as per format given in Price Schedule . Both the sealed envelopes should again be placed in a sealed cover which will be received in the office of Chief Engineer, Mughal Road Project, Lal Mandi Srinagar, up to 1500 hours on 02-06-2012

4.2 Opening of proposal The proposals (first envelope containing technical proposal only) will be opened in the office of Chief Engineer, Projects Organization/ Mughal Road Project, Lalmandi Srinagar 1530 hours on 02-06-2012. It may please be noted that the second envelope containing the detailed price offer will not be opened until technical evaluation has been completed and the result of comparative statement notified to all eligible consultants. 5. 5.1 Evaluation A two-stage procedure will be adopted in evaluating the proposals: i) a technical evaluation, which will be carried out prior to opening any financial proposal; ii) a financial evaluation. 5.2 Technical Proposal:

5.2.1 The evaluation committee will carry out detailed evaluation of the technical proposals in order to determine whether consultants are qualified and whether technical proposals submitted as per Evaluation Criteria are substantially responsive. 5.2.2 The price bid/envelopes of others will not be considered and returned unopened after completing the prequalification process. The client shall notify the consultants, results of the technical evaluation and invite only those who qualify for opening of the financial proposals indicating the date and time. 5.3 Financial Proposal:

5.3.1 Opening: The financial proposal shall be opened in the presence of the consultants representatives who choose to attend. out and recorded. 5.3.2 Evaluation: The evaluation committee will determine if the financial proposals are complete and without computational errors as per Price Schedule of this document. The consultant who has submitted lowest financial proposal will be invited for negotiations, subject to the fulfillment of all other prerequisites. 6. 6.1 Negotiations Prior to the expiration period of proposal validity, the Client will notify the successful Consultant in writing by registered letter, cable telex or facsimile and invite him for negotiating the Contract/cost offer. The name of the consultant and the proposed prices shall be read

6.2

The aim of negotiation is to reach agreement on all points, and initial a draft contract by the conclusion of Negotiations.

6.3

Negotiations will commence with a discussion of your technical proposal, the proposed methodology (work plan), staffing and any suggestions you may have made to improve the TOR. Agreement must then be reached on the final TOR, the staffing and minimum man days, logistics and reporting. Special attention will be paid to optimize the required outputs from the Consultants and to define clearly the inputs required from the Client to ensure satisfactory implementation of the Assignment.

6.4 6.5

Changes agreed upon will then be reflected in the draft contract. Having selected Consultants, among other things, on the basis of an evaluation of proposed key professional staff, the Client expects to negotiate a contract on the basis these staff named in the proposal. However, prior to contract negotiations, the consultant will be required to give assurance/evidences that these staff will be actually available. The Client will not consider substitutions during contract negotiations except in case of incapacity of key professional staff for reasons of health.

6.6

The Contract will be awarded after successful negotiations, with the selected Consultant. If negotiations fail, the Client will invite the Consultants having submitted the second lowest financial offer to Contract negotiations. Upon successful completion, the Client will promptly inform the other Consultants that their proposals have not been selected.

7.

The Mughal Road Organization does not bind itself in any way to select the firm offering the lowest price.

8.

You are requested to hold your proposal valid for 120 days from the last date of submission without change of the personnel proposed for the assignment and your proposed price. The Mughal Road Organization will make its best efforts to select a consultant firm within this period.

9.

Please note that the cost of preparing a proposal and of negotiating a contract including visits to Srinagar and other places, if any is not reimbursable.

10.

We wish to remind you that any manufacturing or construction firm, with which you might be associated with, will not be eligible to participate in bidding for any goods or works resulting from or associated with the project of which this consulting assignment forms a part.

11.

The Consultants and their personnel shall pay all taxes (including service tax), custom duties, fees, levies and other impositions levied under the laws prevailing 28 days before the last date of submission of the bids. The effects of any increase any type of taxes levied by the Government shall be borne by the Consultant. The effects of any decrease of any type of taxes levied by the Government shall accrue towards the client.

12.

Pre-bid meeting will be held in the O/O Superintending Engineer, Mughal Road at Lal Mandi, Srinagar for clarifications and other issues on 26-05-2012 at 1400 Hours .The participants may come themselves or send their representatives.

12.

For any queries and Clarifications, please feel free to contact the following person: Er. Shuja Showkat I/C Technical officer SEMRP Email: semrp_sgr@yahoo.com Mob:+91-9419446936 Official address: (I) Office of the Chief Engineer, Projects Organization/Mughal Road Project, Lalmandi Srinagar, (Phone: 0191-2310791) Email: cemrp_jk @yahoo.com OR (II) Office of the Superintending Engineer, Mughal Road Project Lalmandi Srinagar (Phone: 0194-2310870) Email: semrp_sgr@yahoo.com

Yours faithfully, Sd/Superintending Engineer Mughal Road Project Lalmandi, Srinagar (J&K) Enclosures: 1. 2. 3. Terms of Reference Evaluation Criteria. Price Schedule.

TERMS OF REFERENCE

1. Background and Importance: The Jammu and Kashmir divisions of J&K state are separated by Pir Panjal Ranges and are presently connected by the circuitous Jammu-Srinagar National Highway No.1A

(NH-1A).In order to provide a direct link between the districts of Poonch and Rajouri in Jammu Division with Kashmir valley, a pressing need was felt to construct a road in the missing link between Bafliaz (Poonch district, Jammu) and Shopian district (Kashmir).The road is under execution from March 2006. The ancient route Mughal Road, when developed, will help in overall development of the area and mitigate the hardships of People of Poonch & Rajouri. It will considerably reduce the travel distances between Poonch and Rajouri Districts with Srinagar. As against distances of 540Kms and 455Kms between Poonch & Rajouri District respectively with Srinagar via Jammu and NHIA, the distance along Mughal road between Srinagar with Poonch and Rajouri Districts shall be only 175Kms and 200Kms respectively. The Historical background of the proposed road and the beautiful meadows at Pir Panjal is expected to attract a large number of tourists, thereby boosting economy of the people. Besides the road will benefit the pilgrims from Kashmir Valley who visit the famous shrine of Baba Gulam Shah Badshah at Rajouri. The National Highway between Jammu & Srinagar (NH-1A) is under tremendous pressure with the increase in traffic. The road passes through steep mountainous terrain which are prone to landslides, rock falls and geological failures. As a result the road remains closed for days together not only in winter, but also in summer during rainy season. The two-lane road between Bafliaz and Shopian, cutting across the Pir-Panjal mountains, will provide substantial traffic relief to NH-1A by diverting traffic of Rajouri and Ponch districts to this new road heading for valley and hence shall serve as an alternate seasonal road (April-November) connecting Kashmir valley with rest of the country. The proposed road will promote economic, industrial, social and cultural development of the project influence area. It will help in raising living standards of the people, advancement of the community, improvement in medical, educational, post &

telegraph and recreational facility. Employment potential in the area will be generated to a large extent. The proposed road will give a boost to the agricultural, industrial, building and commercial activities in the project influence area, which will create opportunities for economic uplift of the people. With the opening of this area to communications, the land value will go up. Farmers will get motorable access to the markets for selling their produce and this will give impetus to the agricultural production in this area. With the adoption of higher standards of proposed road, there will be reduction in the vehicle operating costs, fuel consumption, wear& tear of tyres, saving in time of passengers and vehicles and faster mobility of essential services. The fatigue and discomfort during travel will also be considerably reduced. 2.1 Salient Features of Tunnel a) b) Length of the tunnel Location : : To be Decided by the Consultant Start Near Km 30 (Chattapani) and End near Km 54 (Zaznar) on Mughal Road J&K State (Approx) Highest point of the road is 11460 Feet (3494 Mts) from MSL To be Decided by the Consultant To be Decided by the Consultant To be Decided by the Consultant To be Decided by the Consultant

c)

Elevation (i) Entry (ii) Exit

: : : : :

d) e)

Horizontal alignment Verical alignment

2.2 Regional Geological Set Up The proposed tunnel alignments are likely to pass through wide unstable mountain with complex geology.

2.3 Snow Cover The area around Bafliaz, Bunikhet and Chandimar are not subjected to snowfall. The sections between Shopian and Hirpora are subjected to very light snowfall. The sections of 20Km on either side of Pir Panjal Pass are subjected to medium to heavy snowfall. The annual snowfall at Pir Panjal Pass will be of the order of 2.0m to 3.0m. unless very intensive

equipment oriented efforts are made for snow clearance. Pir Panjal Pass is likely to be blocked due to snow bound condition for a period of 3 to 4 months during a year. . 2.4. Forest Cover The area consists of forests consisting of variety of trees 2.5 Avalanche Areas The problem of avalanches can been seen on Mughal Road. The major part of the alignment of road and the proposed tunnel will pass through Avalanche prone area. . 2.6. Seismicity The area lies in a highly seismic terrain that is, within seismic zone V of Seismic zoning Map of India (IS: 1893-2002) which is susceptible to moderate to high magnitude earthquakes having intensity between 5 to 7 on Richter scale. Periodically severe earthquakes are experienced in this region. Some of the earthquakes which caused substantial damages occurred in June 1828, May 1885, May 1917, November 1921, Jul1947, August 1950, September 1951, June 1962, June 1965, and January 2002 October 2005. Heavy snowfall in the peak winter is a major problem an restricts the working period for high altitude areas especially beyond 2500m. The most recent earthquake occurred on India-Pakistan border in the morning of 8th October 2005. It had a magnitude of Mw=7.6 and was felt strongly in much of Pakistan, northern India and eastern Afghanistan. The earthquake resulted in more than 80,000 deaths in northern Pakistan and adjoining parts of Jammu & Kashmir, India and is by far one of the deadliest in the sub-continent. Tremors from the earthquake were felt more than a thousand kilometers away in the Indian states of Gujarat, Madhya Pradesh and Uttar Pradesh 2.7 Rainfall and Temperature The precipitation is received during two periods, the cold season from December to March and the South-West monsoon from June to September. The rainfall during October and November in small amount and November is usually the driest month of the year. The cold season precipitation from December to March is chiefly due to storms which advance from Persia and Baluchistan across Northern India. These disturbances occasionally give very stormy weather in Kashmir, with violent winds on the higher elevations in January and February.

The average rainfall in the vicinity of the project road is around 1000mm. the annual snowfall expected at Pir Panjal Pass during the period December to January will be the order of 2.0m to 3.0m. Nearly 75% of the annual rainfall occurs during the period of April to August. The climate of Jammu is generally the same as that of a plain terrain in Northern India. The climate of Kashmir valley is very pleasant in summer where the temperature varies from 290C to -300C with occasional heavy snowfall between December to February. The humidity is in the range of about 60% and varies during summer and winter. 2.8 Alignment of Mughal Road The alignment of the Mughal Road from Bafliaz, which is at an altitude of 1650m above Mean Sea Level (MSL), traverses through areas of Poonch and Shopian district of J&K state. The lowest and highest elevations on the proposed road are 1650m at Bafliaz and 3494m at Pir Panjal Pass respectively. The alignment rises from Bafliaz to Pir Panjal Pass and climbs down from Pir Panjal Pass to Shopian. The geographical area of the proposed alignment falls between longitude 740-22/ and 740-50/ and altitude 330-37/ and 330-43/. The total length of the Mughal Road road is 83.90 Km.

2.9 Photographic Record The consultant shall also submit two sets of photographs along-with the negatives of the important activities duly placed in good albums to the accepting officer for reference and record.

3. Scope of Study Scope of study under Price Schedule has been formulated based on the apparently known ground conditions. Requirement of any additional study to be carried out subsequently is to be clearly brought out and recommended with additional cost effect thereof. 4. Schedule of Completion of Tasks:

The entire tasks shall be completed within 120 days (negotiable) from the date of award of Contract.

5.

Terms of Payment-(negotiable with successful consultant)

The mode of payments to be made in consideration of the work to be performed by the consultants shall be as follows: (i) (ii) (iii) 10% of contract value 15% of contract value 25% of contract value On Mobilization of Resources On submission of the interim PPR On submission of the Draft PPR

(iv) (v)

40% of contract value 10% of contract value

On submission of the Final PPR In Conjuction with Para 8 of TOR.

6.

Data, Services and facilities to be provided by the Mughal Road Organization:

The successful bidder (consultant) will be provided with crude details with regard to tunnel proposal available as per records. 7. Performance Security

Within 21 Days of letter of acceptance, the consultant shall deliver to the client a performance security in the form of bank guarantee for an amount equivalent to 5% of the contract price. The bank guarantee will be released at the time of final payment to the consultant. 8. Responsibility for accuracy of Project Reports The consultants shall be responsible for accuracy of all data used in the project preparation and estimates prepared by him as a part of the project. He shall indemnify the client against any inaccuracies in the work. For this purpose, he shall furnish bank guarantee for an amount of 10% of total consultancy fees to be received by him. The bank guarantee shall be valid for a period of one year from the date of submission of PPR.The final installment of 10% shall be released only on receipt of this bank guarantee. 9. Penalty The consultant will indemnify for any direct loss or damage that may occur accrue due to deficiency in services in carrying out Preliminary Project Report. Penalty shall be imposed on the consultants for poor performance/deficiency/inconsistency in service as expected from the consultant.

10. Review of Reports A review committee consisting of the following members will review & monitor the progress of the assignment & suggest any modification/changes considered necessary then & there.

i. ii. iii. iv.

JDC(Works)/CE ( to be nominated) CE, Mughal Road project. SE, Mughal Road Project. Technical Officer, Chief Engineer Projects Organisation

11. Safety: The Safety and professional hazard will be the domain of the consultant.

EVALUATION CRITERIA 1.0 Introduction Evaluation Criteria, contains the criteria, factors and methods that the Employer will use to evaluate the application to determine the suitability of the Consultant for consultancy service for detailed feasibility study and framing up of proposal (PPR) for construction of a tunnel on Mughal Road in Jammu and Kashmir state in India. 2.0 Valuation Factors To be pre-qualified, the Consultant must demonstrate its capability by providing documentation demonstrating their Organization structure, profile, status at National and International level, financial status, their experience and past performance in works of similar nature to the consultancy services, strength and depth of resources personnel, availability of official/In house computer and back up services/Field, laboratory equipment and quality assurance programme. 3.0 Object of Evaluation The object of the Project is to provide consultancy service for detailed feasibility study and framing of proposals (PPR) for construction of tunnel in remote area having adverse climatic conditions which requires the engagement of a committed experienced consultancy firm who has a strong and deep capability in each of of key areas. 4.0 Evaluation Criteria The Consultant will be first evaluated based on the information required to be submitted in Technical proposal. The details of which are given as under

Details for Technical Proposal Submission S.No. Criteria Information to be provided

Standing of consultancy firm (JVs not allowed)

Relevant documents to demonstrate conformance. CV of top five key personnel to be submitted* Certified copies of QA certificates Turn over details certified by CA for last 5 years to be submitted. Certificate to be provided

Key Technical Personnel *

Quality Assurance

Average Annual Turnover

Pending Litigations

Availability of in house computer & backup services/field laboratory equipment Experience in Consultancy service for preparing PPR/DPR for tunnel construction.

Relevant documents to in support.

Details of similar nature assignments taken up in last 05 years and completed/ongoing successfully. Certificate from Employer to be attached.

Note: * In case of Team leader, he/she shall have a minimum of 07 years relevant consultancy experience in tunnel construction. *CVs of only those personnel shall be entertained who are associated with consultancy/ construction and other aspects of tunnel engineering for not less than 5 years minimum.

Price Schedule

NOTES:1. The tenderer shall quote his rates considering the scope of work as described in respective items . 2.The tendered rates by the consultant in respect of this work shall be deemed to include for all minor details of construction and consultancy services, which are obviously and fairly intended and which may not have been specifically mentioned in the tender documents but which are essential for satisfactory completion of consultancy agreement. In case of difference of opinion between the Employer and the Consultant as to what constitutes a minor detail of construction, the decision of Employer shall be final and binding. 3. The rate quoted in Price Schedule shall be made applicable for pricing deviations for extra work also if ordered by the Employer during the original completion period of the contract. 4. The rates quoted shall be inclusive of all type of taxes, levies, octroi, VAT etc. 5. No reimbursement due to Price escalation shall be admissible during the contract period. 6. Quantities given are provisional, which may be varied to any extent if required and ordered by the client. 7. Items where tests are to be conducted, the quoted rates shall also be inclusive of all the field and laboratory tests as per list in Price Schedule here in after.

PRICE SCHEDULE
NAME OF WORK: FRAMING UP OF PRELIMINARY PROJECT

REPORT (PPR) FOR CONSTRUCTION OF TUNNEL ON MUGHAL ROAD


S.No. Description Unit No. of Rate per unit Amount units in Rs. Reqd. (Words and Figures) 4 5 6

2 Topographical and geological studies comprising of the following major areas of investigation:(a) General geology, structural data, Engg geology, description of ground pattern, salinity and coefficient of permeability. (b) Topographical survey and mapping, structural and

Stratographical

maps,

Isopak

maps,

JOB

preparation of cross-sections. (c) Rock mass property, rock stresses, ground water conditions, geothermal ground gradient, inflammable gases, rock model and rock mass behaviors. (d) Photo-geological and remote sensing studies, geomorphological studies, geophysical studies, of the site(for approx 02

sq km area)

Report on tentative tunnel alignment worked out for at least two alternatives, which will also include section, grade, portal positions and finding altitude and grid reference of the portals for both the alternative alignments. Survey and evaluation of construction materials including water with reference to relevant IS codes. Taking out water samples and doing chemical analysis to determine the aggressiveness of the water to concrete, complete. Drawing up of technical specifications for different types of lining, water proofing membrane, drain pipes etc complete. Determination of seismic coefficient for safe design of structures. Drawing up preliminary proposals for support systems,blasting and mucking operations (disposal method of muck also to be examined and specified).

JOB

JOB

JOB

JOB

JOB

JOB

Formulation of conceptual designs and a preliminary alternative, sections for the tunnel along with broad indications of construction methods including alignment and ventilation arrangements both temporary and permanent. a) Comparative economic and technical studies for two lane width single tube will be covered in study. economic & b) Comparative technical studies of at least two possible and feasible alignments will be covered in study.

JOB

Total Cost brought up from PRICE SCHEDULE =

Imp. Note: (a) The preliminary project report is to bring out clearly the technical and other problems that may be encountered during the construction and maintenance of the tunnel and also clear recommendations regarding the feasibility of the tunnel in the prevailing conditions. Final portal locations, alignment, tunnel sections and geometrics to be defined in this report based on merits of one alternative over the other. (b) Preliminary indications of cost of the tunnel project and the time involved for the construction to be indicated. In short, preliminary report should be self explanatory to enable the department to take a decision regarding feasibility of the tunnel, best expertise available within the country and globally for construction with latest available technology which will reduce time and make construction speedier. Preliminary costs are meant for purposes of getting Administrative Approval for the works. This report should also bring out other detailed studies involved at pre-construction stage, construction stage and post construction stage.

S-ar putea să vă placă și