National Highways Authority of India: Plot No. G-5 & 6, Sector - 10, Dwarka New Delhi - 110 075
National Highways Authority of India: Plot No. G-5 & 6, Sector - 10, Dwarka New Delhi - 110 075
(January 2024)
CONTENTS
Particulars
[Type here]
NHAI/KNT/2024/BHR/Pkg-1&2/IE/234856 Date:08.01.2024
Sub.: Independent Engineer Services for supervision of 4 lane with paved shoulders from
Design Ch. 0.000 to Design Ch. 43.800 (Pkg-1) and Ch. 43.800 to Design Ch. 89.900
(Pkg-2) in Belgaum – Hungund – Raichur section of NH748A in Karnataka on HAM
under NH(O) [Total Project Length – 89.900 Kms] – (Package-1 & 2)
GENERAL:-
Page 1 of 248
Under NH(O)
[Project
Length –
46.100 kms]
– (Package-
2)
Total Rs.1698.74
89.900 Crore
km
3. All the bidders registered on Infracon shall form a Team on Infracon and which
would be assigned unique Infracon Team ID. Bidders while submitting the
proposal shall quote the Infracon Team ID.
3.1 Restriction under Rule 144 (xi) - Any bidder from a country which shares a land border
with India will be eligible to bid in any procurement whether of goods, services
(including consultancy services and non-consultancy services) or works (including
turnkey projects) only if the bidder is registered with the Competent Authority as per
Stipulated provision in Ministry of Finance Department of Expenditure (Public
Procurement Division) office Memorandum No F. No. 6/18/2019-PPD dated
23.07.2020
6. The proposal shall be submitted in English Language and all correspondence would
be in the same language.
Page 2 of 248
Authority of India and Concessionaire so as to ensure compliance of the requirements
of the provisions of Concession Agreement (ii) report to National Highways Authority
of India on the Financial, Technical and physical progress of implementation aspects
of the project, (iii) assist the parties in arriving at an amicable settlement of disputes,
if any. The selection of Independent Engineer shall follow the laid down procedures
given in the Concession Agreement signed between National Highways Authority of
India and the Concessionaire for this HAM project.
9. The interested consultancy firms may download the RFP document from the e-portal
of the Employer w.e.f 07.02.2024 upto 1100 hrs. The Consultant who download the
RFP document from the e-portal will be required to pay the non- refundable fee of Rs.
5,000/- at the time of the submission of the Bid proposal, transmitted online to the
Bank Account of Authority specifying the Tender ID & Bid Due Date (Account no.:
8598201005819, IFSC Code: CNRB0008598, Name of Bank: Canara Bank & Name
of Beneficiary: National Highways Authority of India). The RFP will be invited
through e-tendering portal. Refer Procedure under e-tendering for submission of RFP
through e-tendering.
10. The proposal should be submitted by consultancy firms in two parts. The two parts of
the proposal are Part 1: Technical Proposal and Part 2: Financial Proposal. Both
Technical and Financial Proposal are to be submitted only in Electronic Form (to
be uploaded on e-portal). For a given HAM Project, Stage -1 of the Evaluation shall
consider the evaluation of the Technical Proposal (i.e. Part 1). The firms scoring the
qualifying marks (minimum 75%) as mentioned in RFP shall be listed in the descending
order of their technical score and 5 top ranking firms shall only be considered for further
evaluation provided none of them is in conflict of interest with the Concessionaire. The
firms in conflict of interest shall be substituted by next ranking firm not having conflict of
interest with the Concessionaire. Under stage 2, the financial proposal of such five firms
as selected above shall be opened and evaluated. The weightage of Technical and
Financial score shall be 80% & 20% respectively. The final selection of the firm shall
be based on the highest combined score of Technical and Financial Proposal.
10.1 Self Certification for meeting local content requirement – A bidder is required to submit,
along with its technical BID, a self-certification that the item offered meets the local content
requirement for ‘Class-I local bidder’ / ‘Class-II local bidder’ as the case may be. The self-
certification shall also have details of the location(s) at which the local value addition is made.
In case, bidder has not submitted the aforesaid certification the bidder will be treated as ‘Non
local Supplier’. The Class-I local bidder, Class-II local bidder and Non-Local Supplier are defined
as under
(i) ‘Class-I local bidder’ means a bidder, whose goods, services or works offered for
procurement, meets the minimum local content as prescribed for ‘Class-I local
bidder’ under this RFP. The local content requirement to categorize a bidder as
‘Class-I local bidder’ is minimum 50%.
(ii) ‘Class-II local bidder’ means a bidder, whose goods, services or works offered for
procurement, meets the minimum local content as prescribed for ‘Class-II local
Page 3 of 248
bidder’ under this RFP. The ‘local content’ requirement to categorize a bidder as
‘Class-II local bidder’ is minimum 20%.
(iii) Non-local bidder’ means a bidder, whose goods, services or works offered for
procurement, has local content less than that prescribed for “Class-II local” under
this RFP.
(iv) ‘Local Content’ means the amount of value added in India which shall be total
value of item procured (excluding net domestic indirect taxes) minus the value of
imported content in the item (including all custom duties) as a proportion of the
total value, in percent
In case estimated project cost is above Rs.10 crores, the ‘Class-I local bidder’ / ‘Class-
II local bidder’ shall provide a certificate from the statutory auditor or cost auditor of
the company (in case of companies) or from a practicing cost accountant or practicing
chartered accountant (in respect of suppliers other than companies) giving the
percentage of local content.
11. The total time period for the assignment as Independent Consultant will be for 48
Months (Development period- 6 months, Construction period- 24 months, O&M period
- 18 months). In case the Consultant is engaged during/ after Development period and
Construction period remains 24 months then O&M period will be increased such that
total time period of assignment remains as 48 months. In case the Construction period
exceeds 24 months then O&M period will be reduced such that total time period of
assignment remains as 48 months.
12. Consultants may apply either as a sole firm or forming Joint Venture with other
consultants. In case of Joint Venture, the maximum number of Joint Venture partners is
limited to 2 (i.e. one lead + 1 JV partner). Formulation of more than one JV with different
partners for the same work is not allowed and all such proposal involving the firms
shall be treated as non-responsive.
12.1 Restriction under Rule 144 (xi) - Any bidder from a country which shares a land
border with India will be eligible to bid in any procurement whether of goods, services
(including consultancy services and non-consultancy services) or works (including
turnkey projects) only if the bidder is registered with the Competent Authority as per
Stipulated provision in Ministry of Finance Department of Expenditure (Public
Procurement Division) office Memorandum No F. No. 6/18/2019-PPD dated
23.07.2020
13. (A) The Applicant whether a sole applicant or lead member with joint venture may
include any number of Associate to provide technology in assignment (refer para 10
(iii) of data sheet). . The associate firm can provide equipment based road inspection
services for any of the 4 equipment viz., (i) Network Survey Vehicle including all
modules required as per technical specifications, (ii) Falling Weight Deflectometer, (iii)
Mobile Bridge Inspection Unit and (iv) Retro Reflectometer. However, the associate(s)
cannot be common for 2 or more bidders. If any associate is common with 2 or more
bidders, all those bids shall be declared non-responsive. Hence, the bidder may ensure
Page 4 of 248
on his own that the associate proposed by him is not proposed by any other bidder
participating in the same assignment and the bidder is solely responsible in this regard.
(B) In addition, the applicant whether a sole applicant or lead member with joint
venture may also include an Associate for providing key personnel. In such case, the
applicant should submit a MOU with associate regarding role and responsibility of
Associate Company. However the maximum no. of key personnel from Associate firm
during RFP proposal and implementation of contract should be limited to two (2).
C) The bidder cannot revise their share among Lead/JV partner/Associate partner,
which was declared at the time of bidding/award of respective consultancy
assignments. Further, maximum limit of share of associates shall be limited to their
actual assignments w.r.t provision of standard RFP subject to a maximum of 25% of
contract amount.
D) The bidders cannot revised their shares among Lead/JV partner after
submission of bids. In case of submission of wrong JV shares in the consultancy bids,
the bids will be declared as non-responsive as per NHAI Policy Guidelines NO.
10.1.38/2023 dated 29.12.2023.
13.1 (a) The Applicant shall use the Link “Data Lake Portal” available on NHAI Website
nhai.gov.in to communicate with NHAI and Concessionaire for all contractual
correspondence.
(b) No Physical document shall be accepted unless and until the same is specifically
stated so in the RFP or it is a legal requirement.
14. The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to
have acknowledged that without prejudice to the National Highways Authority of India
any other right or remedy hereunder or in law or otherwise, the Applicant shall be
debarred from participating in the future projects of the National Highways Authority
of India in the following situations
(a) If an Applicant withdraws its Proposal during the period of its validity
as specified in this RFP and as extended by the Applicant from time to
time.
(b) In the case of a Selected Applicant, if the Applicant fails to sign the
Agreement.
15. Consulting firms meeting the following criteria are only eligible for applying for this
assignment. Firms not meeting these criteria need not apply.
Page 5 of 248
1 (a). The firm should have minimum The firm should have minimum Annual turnover (updated
experience of preparation of experience of Project average of last 5 years or
detailed Project Report/ Feasibility Supervision/IC of 2/4/6**-laning in each of the preceding
Study cum Preliminary Design project of aggregate length equal two years) of the firm from
Report of 2/4/6**-laning project of to 3 times or more of similar consultancy business
aggregate length equal to 2 times category for which RFP is invited. should be equal to or more
or more of similar category for than 2% of Total Project
which RFP is invited. Cost (TPC).
1 (b) Firm should also have experience
of Project Supervision/IC of at
least one project of similar
category of two/four/six** laning of
length equal to 40% of project
length.
** Similar project means 2/4/6 lane as applicable for the project for which RFP is
invited. For 2-lane projects experience of 4/6 lane also to be considered with a
multiplication factor of 1.5. Experience of 4/6 lane shall be considered
interchangeably for 4/6 laning projects. For 4/6 laning projects, experience of
2 lane will be considered with a multiplication factor of 0.4, but only for those
2 lane projects whose cost of consultancy services was more than Rs.3.0 crores
*** In case the project includes any specialized nature of work such as tunnels,
specialized structures etc. in substantial quantum, this requirement may be
suitably included by suitably adjusting marks of other attributes.
B) Eligibility Criteria for partner in case of JV (not more than 1 JV partner shall be allowed)
The lead partner must fulfill atleast 50% of requirements at 1(a) of table in para (A)
above and other JV partner should fulfill atleast 40% of eligibility criteria as indicated
at 1(a) of table in para (A) above. Also the lead partner and JV partner jointly should
meet not less than 1.20 times the eligibility criteria as mentioned at 1(a) of table in para
(A) above. Lead partner should meet the criteria 1 (b) of table in para (A) above.
Note: The weightage given for experience of a firm would depend on the role of the firm in
the respective assignments. The firm’s experience would get full credit if it was the sole
firm in the respective assignment. Experience weightage for firms joining Lead partner
JV partner shall be considered in the same proportion as payment has been received
**** by the firm towards consultancy work in the project.
In case the financial figures and values of services provided are in foreign currency, the
above enhancement factors will not be applied. Instead, current market exchange rate
(State Bank of India BC Selling rate as on last date of submission of the bid) will be
applied for the purpose of conversion of amount in foreign currency into Indian
Rupees.
*For weightage of experience in any past Consultancy assignment experience certificate from the client
shall be accepted. In the absence of experience certificate from the client, proportion of payment
received towards Consultancy work duly certified by statutory body like Chartered Accountant or
Independent Auditors who are competent to do so as recognised by the State concerned shall be
accepted. Annual turnover duly certified by Chartered Accountant shall be accepted. In case of non-
availability of such documents no weightage of turnover/experience will be considered.
Page 6 of 248
C) Requirements with respect to Technical Capacity Provisions for maximum works
to be permitted with one consultant
(i) The maximum number of works to be permitted with one consultant is
restricted as per the following ceilings.
Sr Col. (2) Col. (3) Col. (4) Col. (5) Col. (6)
No
1 Average Annual Turnover of Up to Rs. More than More than More than
Firm in last 3 Financial Years 10 Rs. 10 to Rs.30 to Rs.60
(from consultancy works) Crores 30 Crores 60 Crores Crores
No. of Key Professionals on fulltime
2. 10 25 40 60
rolls (minimum for one last year)
Max no. of projects/DPR
Assignments to be allotted to one
3. 6 12 25 40
particular consultant including
ongoing projects at a time in NHAI.
4 Maximum no. of DPR Assignments
6 12 25 40
(i) out of those given at Sr. No. 3 above
Maximum no. of IE/AE/SC
4
Assignments (cap of 75%) out of 4 9 18 30
(ii)
those given at Sr. No. 3 above
Note:
(1) Conditions in both Sr. No. 1 & Sr. No. 2 are to be fulfilled to claim maximum no. of
projects given in Sr. No. 3 & 4.
(2) In case of JV bidding for the current assignment, the technical capacity of JV will be
determined with respect to the weighted average of turnover, key professionals & ongoing
assignments on the basis of share of consultancy fee in the ongoing assignments and
proposed share in the current bid. Refer the illustration at Annex-B.
(3) In case any partner of the joint venture has its individual remaining bid capacity less than
0.5 thus making him ineligible for the current bid but, on formation of joint venture, the
remaining bid capacity becomes more than 0.5, then during the technical evaluation of the
bids, the bids of such JVs will be declared as non-responsive and they will not allowed to
participate in the current assignment.
(ii) The consulting firms should be encouraged to carry out a max of DPR and
Supervision Assignments like IE/AE. Out of maximum number of projects given at Sr. No. 3
above, the celling for IE/AE assignments is 75%. For example, the Consulting Firm at Col. No.
3 can get total 4 number of IE/ AE assignments only from NHAI whereas they can get 6 DPR
assignments. The Financial Proposal of the Consulting Firm crossing the upper ceiling of
assignments as at Sr. No. 3 and 4 above shall not be opened.
(iii) The following assignments would not be counted for the purposes of maximum
number of projects given at Sr. No. 3 to 4 of above Table.
(a) IE/AE assignments where original assignment period + one year is lapsed or
provisional completion of civil work is Issued, whichever is earlier;
(b) DPR assignments where either (i) the bids for civil works have been received; or (ii)
original assignment period + one year has lapsed;
(c) Assignments having less than 6 months contract period.
(d) The operation and maintenance contract (O&M)
Page 7 of 248
(iv) The above guidelines will not be applicable in case of Special Projects such as
standalone projects of tunnel, bridge, emergency landing facility, flyovers and
ROB/RUB/Underpass only.
(v) For the purpose of calculation of maximum no. of projects, the works awarded on
the date of opening of Financial Bid and in progress will be taken into consideration as
utilized capacity. Projects of NHAI (awarded /in progress) only shall be considered for
maximum no. of projects in Sr. No. 3 & 4 purpose. The Consultant shall provide these details
and they shall be solely responsible for accuracy of such details provided.
(vi) The Consulting Firms shall submit Form-26 AS In order to certify their permanent
key personnel (as given in Sr. No. 2 of above table) along with the proposed candidates.
(vii) The bidders shall submit the requisite details in the prescribed formats of
technical proposal along with the RFP documents for evaluation of bids accordingly. The
format for determination of Technical Capacity (Form B-11) is enclosed.
16. The Bidder including individual or any of its Joint Venture Member should, in the last
2 years, have neither failed to perform for the works of Expressways, National
Highways, ISC (Inter State Connectivity) & EI (Economic Importance) works, as
evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial
pronouncement or arbitration award against the Bidder including individual or any of
its Joint Venture Member, as the case may be, nor has been expelled or terminated by
Ministry of Road Transport & Highways or its implementing agencies for breach by
such Bidder including individual or any of its Joint Venture Member. Consultants (sole
firm or lead firm and any of the JV partners) who do not fulfil the aforesaid condition
as on last date of submission of proposal, need not apply as their RFP proposal will not
be entertained.
16.1(a) The applicant shall use the Link “Data Lake Portal” available on NHAI website
nhai.gov.in to communicate with the NHAI and Concessionaire for all contractual
correspondence.
16.1(b) No physical document shall be accepted unless and until the same is specifically
stated so in the RFP or it is a legal requirement.
17. National Highways Authority of India will not be responsible for any delay, loss or non-
receipt of RFP document sent by post/courier. Further, National Highways Authority
of India shall not be responsible for any delay in receiving the proposal and reserves
the right to accept/reject any or all applications without assigning any reason thereof.
The two parts of the Proposal (Technical proposal and Financial proposal) must be
submitted on-line only with all pages numbered serially, along with an index of
submission as per procedure under e-tendering. Physical submission of the proposal
shall not be accepted. In the event, any of the instructions mentioned herein have not
been adhered to, the Employer may reject the Proposal.
18. Employer will be at liberty to keep the credentials submitted by the Consultants at
bidding stage, in public domain and the same may be uploaded by Employer on
Page 8 of 248
Employer’s web-site. Consultants should have no objection if Employer uploads the
information pertaining to their credentials as well as of their key personnel.
19. The individual key personnel proposed in the bid by the consultants or any
replacement thereof should undertake that they shall have no objection in
uploading/hoisting of their credentials by Employer in public domain.
20. RFP submission must be received not later than 1100 hrs on 07.02.2024 in the manner
specified in the RFP document at the address given below.
Address of Employer:
(Sandeep Agrawal)
General Manager (Tech)
Karnataka Division
National Highways Authority of India
G-5 & 6, Sector-10, Dwarka
New Delhi-110075
E-mail: [email protected]
Tele: - 011-25074100 (Extn: 1114)
Page 9 of 248
SECTION 2: LETTER OF INVITATION TO CONSULTANTS
1. INTRODUCTION
1.1 Bids are invited from consulting firms either as a sole firm/ joint venture with other
consultant willing to act as IE to submit a proposal for providing consulting services
required for the assignment named in the attached Letter of Invitation.
1.2 A brief description of the assignment and its objectives are given in the Terms of
Reference (TOR).
1.3 The assignment shall be implemented in various stages such as Design, Construction
supervision, and Operation and Maintenance supervision. Continuation of services for
the next stage shall be subject to satisfactory performance of the previous stage, as
determined by the National Highways Authority of India.
1.4 This RFP is neither an agreement nor an offer by the Authority to the prospective
Applicants or any other person. The purpose of this RFP is to provide interested parties
with information that may be useful to them in the formulation of their Proposals
pursuant to this RFP. This RFP includes statements and assumptions, which reflect
various assessments arrived at by the Authority in relation to the Consultancy. Such
assessments and statements do not purport to contain all the information that each
Applicant may require. The information contained in this RFP, may not be complete,
accurate, adequate or correct. Each Applicant should, therefore, conduct its own
investigations about the assignment and the local conditions before submitting the
proposal by paying a visit to the Client and the project site, sending written queries to
the client, before the date and time specified in the Data Sheet.
1.5 Please note that (i) the costs of preparing the proposal and negotiating for the contract,
including a visit to site, are not reimbursable as a direct cost of assignment and (ii)
National Highways Authority of India is not bound to accept any of the proposals
received by it and reserves the right to annul the selection process at any time prior to
contract award, without thereby incurring any liability to the Consultants.
1.6 Consultant have an obligation to disclose any situation of actual or potential conflict
that impacts their capacity to serve the best interest of their Client, or than may
reasonably be perceived as having this effect. Failure to disclose said situations may
lead to the disqualification of the Consultant or the termination of its Contract and/or
any other action as deemed fit by the Authority at any stage.
1.7 It is the National Highways Authority of India policy that the consultants observe the
highest standard of ethics during the selection and execution of such contracts. In
pursuance of this policy, the National Highways Authority of India:
a) Defines, for the purpose of this paragraph, the terms set forth below as follows:
Page 10 of 248
(II) “fraudulent practice” means a misrepresentation or omission of facts in
order to influence a selection process or the execution of a contract;
c) will declare a firm ineligible, either indefinitely or for a stated period of time,
to be awarded a contract if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for, or in executing, a
contract; and
d) will have the right to require that a provision be included requiring consultants
to permit the National Highways Authority of India to inspect their accounts
and records relating to the performance of the contract and to have them
audited by authorized representatives of National Highways Authority of India.
1.8 Consultants, their Sub-Consultants, and their associates shall not be under a
declaration of ineligibility for corrupt and fraudulent practices. Furthermore, the
Consultants shall be aware of the provisions on fraud and corruption stated in the
specific clauses in the General Conditions of Contract.
1.9 Consultants shall furnish information on commissions and gratuities, if any, paid or to
be paid to agents relating to this proposal and during execution of the assignment if the
Consultant is awarded the Contract, in the Financial Proposal.
1.10 The Data Sheet indicates how long Consultants’ Proposals must remain valid after the
submission date. During this period, Consultants shall maintain the availability of
Professional staff nominated in the Proposal. The Client will make its best effort to
complete the process within this period. Should the need arise, however, the Client may
request Consultants to extend the validity period of their proposals. Consultants who
agree to such extension shall confirm that they maintain the availability of the
Professional staff nominated in the Proposal, or in their confirmation of extension of
validity of the Proposal, consultants could seek replacement upto a maximum of 50%
key personnel. If any consultant seeks any replacement(s), while extending the bid
validity, then the same shall be evaluated for ascertaining suitability of replacement as
per the provisions of the RFP and remuneration shall not be reduced for any such
replacement(s). However, the technical evaluation shall take into account of the
originally submitted CV(s) only irrespective of replacement sought. Consultants who
do not agree have the right to refuse to extend the validity of their Proposals.
Page 11 of 248
2. CLARIFICATIONS AND AMENDMENT OF RFP DOCUMENTS
2.1 The Consultants may request a clarification of any of the RFP documents up to the
number of days indicated in the Data Sheet before the Proposal submission date. Any
request for clarification must be sent in writing by paper mail, facsimile, or electronic
mail to the Client’s address indicated in the Data Sheet. The Client will respond by cable,
facsimile, or electronic mail to such requests and will send copies of the response
(including an explanation of the query but without identifying the source of inquiry) to
all consultants who have purchased the RFP document. Clarification/amendment will
also be hosted on National Highways Authority of India e-portal.
2.2 At any time before the submission of Proposals, the Client may for any reason, whether
at its own initiative or in response to a clarification requested by a Consulting firm,
modify the RFP documents by amendment. Any amendment shall be issued in writing
through addendum. Addendum may be sent by mail, cable, telex, facsimile or electronic
mail to consultants or/and will be hosted on National Highways Authority of India e-
portal which will be binding on them. The Client may at its discretion extend the
deadline for the submission of Proposals.
3. PREPARATION OF PROPOSAL
3.1 You are requested to submit your proposal in Two Parts strictly using the formats
enclosed herewith (refer section 3, 4 and 5). The two parts shall be:
The proposal shall be written in the English language as specified in the Data Sheet.
All pages of the Proposal shall be signed by an authorized representative. The
representative’s authorization shall be confirmed by written Power of Attorney duly
notarized to be submitted with the proposal. In case of JV a MoU indicating the specific
Projects, input and role of each Partner etc. shall be submitted with the proposal.
3.2 You are expected to examine all terms and conditions included in the documents.
Failure to act or to provide all requested information will be at your own risk and may
result in rejection of your proposal.
3.3 During preparation of the Technical proposal you may give particular attention to the
following:
i) The man-months for the assignment shall be that stated in the Terms of
Reference. The same shall be considered for the purpose of evaluation as well
as award. In case the man months of TOR are amended in view of Client’s own
initiative or in response to clarification sought by any Consulting firm, the
man months so amended and published shall be considered for the purpose
of evaluation as well as award.
Page 12 of 248
ii) The Consultants should prefer to field as many of their permanent staff as
possible and higher marks shall be given in this regard. The permanent staff
would be considered those already employed with the firm prior to one year
from the month during which this Tender Notice is issued. More weightage
will be given to those key personnel who are employed with more years with
the firm.
iii) A good working knowledge of the language specified in the data sheet is
essential for key professional staff on this assignment. Reports must be in
the language (s) specified in the data sheet.
iv) For Key Personnel e.g. Team Leader, Resident-cum-Highway Engineer, Bridge
Engineer, Senior Pavement Specialist, Highway Design Engineer and Road
Safety Expert, the Consultants should prefer candidates having worked on
PPP Projects. Such personnel shall be rated higher than the candidates having
no such experience at all”.
3.4 Your Technical Proposal must provide the following information, using but not limited
to the formats attached in the Section 3 &4.
(III) Site Appreciation: limited to four A4 size pages in 1.5 space and 12 font
including photographs, if any;
(IV) Proposed methodology for the execution of the services illustrated with bar
charts of activities, including any change proposed in the methodology of
services indicated in the TOR, and procedure for quality assurance: Maximum
4 pages;
(VI) The proposal shall indicate as to whether the firm is having the facilities for
carrying out the following field activities or these are proposed to be
outsourced to specialized agencies.
• Surface defects detection and roughness measurement using Network
Survey Vehicle
Page 13 of 248
• Pavement strength measurement using FWD
• Bridge inspection using Mobile Bridge Inspection Unit
• Road signs inspection using Retro Reflectometer
(VIII) In case the consultant envisages outsourcing any or all of the above services
to the expert agencies, the details of the same indicating the arrangement
made with the agencies need to be furnished. These agencies would however,
be subject to approval of the client to ensure quality input by such agencies
before award of the work. For out-sourced services, proposed
firms/consultants should have such experience on similar projects.
(IX) The composition of the proposed staff team, the tasks which shall be assigned
to each and their timing;
a. The CVs of the six key personnel (Team leader cum Senior Highway
Engineer, Resident cum Highway Engineer, Bridge/Structural
Engineer, Senior Pavement Specialist, Senior Quality cum Material
Expert and Road Safety Expert) in the format as per Appendix-B-6 is to
be furnished on Infracon portal. It may please be ensured that the
format is strictly followed and the information furnished therein is true
and correct. The CV must indicate the work in hand and the duration till
which the person will be required to be engaged in that assignment. The
Firm shall ensure that details furnished in the CV by the personnel are
correct. If any information is found incorrect/fake/inflated in the CV, at
any stage, debarment of key personnel from future MoRTH or its
Executing Agencies projects upto 2 years may be taken by MoRTH or its
Executing Agencies.
b. The age limit for key personnel is 65 years as on the date of bid
submission. The proof of age and qualification of the key personnel
must be furnished in the technical proposal.
c. Key information should include years with the firm and degree of
responsibility held in various assignments. In CV format, at summary,
the individual shall declare his qualification & total experience (in
years) against the requirements specified in TOR for the position (Ref.
Enclosure-B of TOR). In case, the information contained in the CV for
the duration in which the key personnel was employed by the firm,
proposing his candidature is found incorrect/fake/inflated at any stage,
action including termination of the consultancy agreement and
debarment of the firm upto 2 years from future MoRTH or its Executing
Agencies projects shall be taken by MoRTH or its Executing Agencies.
Page 14 of 248
including those for which LOA has been received from the Client or for
which Consultant has been declared as H1 are such that the key
personnel is able to proportionately devote the given man months for
this project.
All the CVs which are to be evaluated should be complete in all respects
including signing and certification by the individual and the firm.
Page 15 of 248
same shall be recovered from encashment of performance security of
the firm.
xi) It is also clarified that any key personnel, if debarred during the period between
receipt of bid and award of the contract and is required to be replaced as per
the provisions of the RFP, then the replacement shall not be considered as part
of replacement by the consultant and hence no deduction in remuneration shall
be affected. However, in this case the original CV will be considered for
evaluation purpose
xii) Deployment Schedule for each key personnel should be formulated and
incorporated in the Technical Proposal which will be reviewed on quarterly
basis.
xiii) Estimates of the total time effort (person x months) to be provided for the
services, supported by bar chart diagrams showing the time proposed (person
x months) for each professional staff and sub professional staff.
xiv) Age limit for supporting staff to be deployed on project is 65 years as on the
date of bid submission.
xv) In case consultant Firm’s experience/ document is found to be false at any stage
i.e. from bidding to completion of services, the Consultancy contract shall be
terminated and consultant firm shall be debarred for a period of 2 years.
3.5 The technical proposal must not include any financial information.
3.6 Your Financial Proposal must be strictly using the formats attached in Section 5. No
additional items/quantities other than that specified in the formats should be proposed
by the Consultants since the same shall not be considered for the evaluation/award.
For the first 12 months from the Date of Commencement of Services, Consultants shall
be paid billing rates as indicated above. Beginning 13th months of the services provided,
billing rates shall be increased on all items of contract inter alia including vehicle hire,
office rent, consumables, furniture etc @ 5% every 12 months for local currency for the
subsequent period of services rendered by the personnel of all categories namely (i)
key Personnel; (ii) sub-Professional personnel and (iii) Support staff. However, for
evaluation and award of the Bid proposals, the quoted initial rate (as applicable for first
12 months) shall be multiplied by the total time input for each position on this contract,
i.e. without considering the increase in the billing rates.
3.7 The Financial Proposal should clearly identify as a separate amount, the local taxes
(including social security), duties, fees, levies and other charges imposed under the
applicable law, on the consultants, the sub-consultants, and their personnel (other
than nationals or permanent residents of the government’s country); unless the Data
Sheet specifies otherwise. This cost, however, will not be considered in evaluation.
3.8 Consultants may express the price of their services in the Local currency (Indian
Rupees) and/or US Dollar/ Euro. For evaluation purposes, the client shall consider
1US$=Rs.83.11 /- and I Euro = Rs. 90.938/- (This will be the exchange rates as per
Page 16 of 248
Reserve Bank of India rounded off to nearest Rupee applicable at the time of RFP
invitation). The Client may require consultants to state the portion of their price
representing local cost in the national currency if so indicated in the Data Sheet.
3.9 Goods and Service tax as applicable shall be reimbursed to the Consultants.
i. Detailed RFP may be downloaded from E-tendering portal of Employer and the
Application may be submitted online following the instructions appearing on the
screen.
ii. The following shall be the form of various documents in the Application:
(II) Details of payment towards cost of RFP of Rs.5,000/- (Rupees Five thousand
only) online to the Bank Account of Authority specifying the Tender ID & Bid
Due Date (Account no.: 8598201005819, IFSC Code: CNRB0008598, Name of
Bank: Canara Bank & Name of Beneficiary: National Highways Authority of
India);
Page 17 of 248
(III) Bidders have to comply with the provisions of NHAI/Policy
Guidelines/Vigilance/2020 Policy Circular No. 5. 8 dated 29th December 2020
(copy enclosed) regarding Integrity pact.
iii. The successful bidder shall submit the original documents specified above in point
no.4.1 B (I) (a), (b), (c), (d),(g) & (h) above together with their respective enclosures
to the Authority before signing of the Agreement.
The Applicant shall upload scanned copies of the Technical Proposal and Financial
Proposal as specified in point nos. 4.1 (B) (I) ,(II) & (III) above on the E-tendering
portal of Employer before 11:00 hours Indian Standard Time on the Application due
date i.e. on 07.02.2024. Financial Proposal is to be submitted On-line only and no
hard submission is to be made.
(i) The Bidder may modify, substitute or withdraw its e- bid, prior to the Bid Due Date. No
Bid shall be modified, substituted or withdrawn by the Bidder on or after the Bid Due
Date.
(ii) Any alteration/ modification in the Bid or additional information supplied subsequent
to the Bid Due Date, unless the same has been expressly sought for by the Employer,
shall be disregarded.
(iii) For modification of e-bid, bidder has to detach its old bid from e-tendering portal and
upload / resubmit digitally signed modified bid.
(iv) For withdrawal of bid, bidder has to click on withdrawal icon at e-tendering portal and
can withdraw its e-bid.
(v) Before withdrawal of a bid, it may specifically be noted that after withdrawal of a bid
for any reason, bidder cannot re-submit e-bid again.
(i) Opening of Proposals will be done through online for Financial Proposal and both on-
line and manually for Technical Proposal.
(ii) For participating in the tender, the authorized signatory holding Power of Attorney
shall be the Digital Signatory. In case the authorized signatory holding Power of
Attorney and Digital Signatory are not the same, the bid shall be considered non-
responsive.
The Employer will open the Technical Proposal at 11.30 hours Indian Standard Time
on 08.02.2024 i.e. in the presence of the Applicants who choose to attend and evaluate
the Applications in accordance with the provisions set out in the RFP.
Page 18 of 248
(iii) The Financial Proposal will be opened of the short listed applicants who qualify for
financial opening as per RFP. The date of opening of Financial Proposal will be notified
later on.
5. PROPOSAL EVALUATION
5.1 A two -stage procedure shall be adopted for evaluating the proposals.
5.2 Deleted
Page 19 of 248
Technical Proposal
5.3 The Evaluation Committee appointed by the National Highways Authority of India shall
carry out its evaluation applying the evaluation criteria and point system specified in
the data sheet. Each responsive proposal shall be attributed a technical score (St.)
The technical proposal should score at least 75 points to be considered responsive. The
Authority shall shortlist 5 (five) top firms on the basis of their technical score not in the
conflict of interest with the concessionaire.
Financial Proposal
5.4 After the evaluation of Technical Proposals is completed and the shortlist of 5 firms is
finalised, National Highways Authority of India may notify those consultants whose
proposals were not considered as per conditions of RFP. The National Highways
Authority of India shall simultaneously notify the finally selected 05 (five) shortlisted
firms indicating the date and time set for opening of the Financial Proposals.
5.5 The Financial Proposals shall be opened publicly in the presence of the consultants’
representatives who choose to attend. The name of the consultant, the technical scores,
and the proposed prices shall be read aloud and recorded when the Financial Proposals
are opened. The Client shall prepare minutes of the public opening.
5.6 The Evaluation Committee will determine whether the submitted Financial Proposals
are complete (i.e. whether they have included cost of all items of the corresponding
proposals; if not, then the cost towards such missing items will be considered as NIL,
but the Consultant shall, however, be required to carry out such obligations without
any additional compensation. In case under such circumstances, if Client feels that the
work cannot be carried out within the overall cost as per the submitted financial
proposal, such proposals shall be considered non responsive.
5.7 The Evaluation Committee shall determine if the financial proposal is complete and
without computational errors. The lowest financial proposal (Fm) shall be given a
financial score (Sf) of 100 points. The financial score of the proposals shall be computed
as follows: Sf = 100 x Fm//F (F-amount of financial proposal).
5.8 Proposals shall finally be ranked according to their combined technical (St) and
financial (Sf) scores using the weights indicated in the data sheet.
The Firm achieving the highest combined technical financial score shall be declared as
the most preferred bidder.
5.9 Subject to the provisions of Clause 5.3, the Bidder whose BID is adjudged as responsive.
The bidder shall declared as most preferred bidder shall be the first Ranked applicant
(having the highest combined Technical and Financial score as per RFP) as procedure
defined as under:
i) Among all the responsive bidder, the most preferred bidder will be termed as H-
1. If H-1 is ‘Class-I local bidder’, the contract will be awarded to H-1.
ii) If H-1 is not ‘Class-I local bidder’, then the most preferred bidder among the
‘Class-I local bidder’ (having Highest combined Technical and Financial Score as
per RFP among ‘Class-I local bidder’), will be invited to match H-1 price subject
to Class-I local bidder’s quoted price falling within the margin of purchase
Page 20 of 248
preference, and the contract will be awarded to such preferred ‘Class-I local
bidder’ subject to ‘Class-I local bidder’ matching the financial quote of H-1 or his
quote whichever is lower.
iii) In case such preferred eligible ‘Class-I local bidder’ fails to match the H-1 price,
the ‘Class-I local bidder’ with next highest combined score (having next Highest
combined Technical and Financial Score as per RFP among Class-I local bidders),
within the margin of purchase preference shall be invited to match the H-1 price
and so on and contract shall be awarded accordingly. In case none of the ‘Class-I
local bidder’ within the margin of purchase preference matches the H-1 price, the
contract shall be awarded to H-1 bidder.
5.10 Before issue of LOA, the Expert Team constituted by NHAI will take interview of the
key personnel proposed by the Selected Consultant for the consultancy assignment. If
any key personnel is found not suitable, such person will not be allowed to participate
for 3 in NHAI’s projects. The Consulting Firm will be given one opportunity to replace
unsuitable person with a person of equal or better CV and no reduction in
remuneration shall apply to such replacements. If Consultant fails to produce alternate
CV within 7 days or alternate CV/ Person is also not found suitable by the Expert Team,
then the Consultancy Firm shall be given further opportunity to replace the unsuitable
person with reduction in remuneration of that position @ 10% for such replacement
till suitable key person is made available and he is found suitable by Expert Team. The
Key Personnel proposed by the Consultancy Firm and found suitable by Expert Team
of NHAI through interaction shall remain eligible for the same position for three (3)
years from the date of interaction in case they left the project for any justified reason
and are subsequently proposed for other projects.
6. Award of Contract
The Client shall issue letter of award to selected Consultant and ask the Consultant to
provide Performance Security. If the selected Consultant fail to provide performance
security within the prescribed time or the Consultant fail to sign the Contract
Agreement within prescribed time, the Client may invite the 2 nd highest ranking
bidder Consultant and follow the procedure outlined in Para 6 and 8 of this Letter
of Invitation.
7. PERFORMANCE SECURITY
7.1 The successful consulting firm shall have to submit a Bank Guarantee (BG) for an
amount of 3.00% of the Contract Value within 15 days of issue of LOA. The BG shall be
valid for a period of 50 months i.e. up to 2 months beyond the expiry of the Contract
period of 48 months. The BG shall be in the format specified in Appendix H of draft
contract form and furnished from a Nationalised Bank, IDBI or ICICI/ICICI
Bank/Foreign Bank/EXIM Bank / Any Scheduled Commercial Bank approved by RBI
having a net worth of not less than 1000 crore as per latest Annual Report of the Bank.
Page 21 of 248
In the case of a Foreign Bank (issued by a Branch in India) the net worth in respect of
Indian operations shall only be taken into account. In case of Foreign Bank, the BG
issued by Foreign Bank should be counter guaranteed by any Nationalised Bank in
India. In case of JV, the BG shall be furnished on behalf of the JV and not individually by
the members.
Alternatively, a single Bank Guarantee to cover for performance of all projects under
NHAI may be deposited as tabulated below, at the discretion of consultant, instead of
depositing separately again and again. The Consultant may initially provide the
performance security for a period of two years provided that it shall procure extension
of the validity of the Performance Security at least one month prior to date of expiry
thereof. Once the appropriate single Bank Guarantee for Performance Security has
been submitted by the Consultant, the existing BGs shall be returned. The bank
Guarantee be submitted in prescribed Performa.
Performance Security
Cumulative Value of Consultancy Fee BG Value (in Rs. Crores)
as per Ongoing Contracts under NHAI
(in Rs. Crores)
0-10 0.25
10-20 0.50
20-30 0.75
30-40 1.00
40-60 1.50
60-80 2.0
80-100 2.5
100-200 4.0
Beyond 200 5.0
7.2 In the event the Consultant fails to provide the security within 15 days of date of LOA,
it may seek extension of time for a period of 15 (Fifteen) days on payment of damages
for such extended period in a sum of calculated at the rate of 0.1% (Zero Point One
Percent) of the contract price for each day until the performance security is provided.
For the avoidance of doubt the agreement shall be deemed to be terminated on expiry
of additional 15 days’ time period.
7.3 Notwithstanding anything to the contrary contained in this Agreement, the Parties
agree that in the event of failure of the Consultant to provide the Performance Security
in accordance with the provisions of Clause 13.1 within the time specified therein or
such extended period as may be provided by the Authority, in accordance with the
provisions of Clause 13.2, all rights, privileges, claims and entitlements of the
Consultant under or arising out of this Agreement shall be deemed to have been waived
by, and to have ceased with the concurrence of the Consultant, and LoA shall be deemed
to have been withdrawn by mutual agreement of the Parties. Authority may take action
debar such firm for future projects for a period of 1-2 years.
After having received the performance security and verified it, the Client shall invite
the selected bidder for signing of Contract Agreement on a date and time convenient
to both parties within 15 days of receipt of valid Performance Security
9. Penalty Provisions
Page 22 of 248
In case of deficiency in services, penal action shall be initiated in terms of clause 3.1.3
of General condition of contract.
Page 23 of 248
DATA SHEET
2 The proposal shall be valid for 120 days after the last date of submission.
3 Clarification may be requested 7 days prior to Pre Proposal Conference. The address
for requesting clarification is:
(Sandeep Agrawal)
General Manager (Tech)
Karnataka Division
National Highways Authority of India
G-5 & 6, Sector-10, Dwarka
New Delhi-110075
E-mail: [email protected]
Tele: - 011-25074100 (Extn: 1114)
4 The Language of documents and correspondence will be English
5 All the personnel shall have working knowledge of English and all the reports etc. shall
be written in English.
7 The Consultants to ensure that their firms and key personnel should register their
credentials / modules on www.infracon.nic.in as stipulated in MoRT&H Circular No.
RW-NH-35075/1/2010-S&R® dt. 28.10.2015.
Page 24 of 248
i. Sub criteria for Relevant Experience of the firm for the assignment
Average Annual Turnover (last 5 years) from consultancy business (Min 5 crore) 2
Nos of Highway Professionals with the firm * The professionals who possess degree in 10
Civil Engineering/Transport Planning/Transport Economics/Traffic Management / Geology/
Environment Science or Engineering and 8 years experience in highway/bridge/tunnel with
employment in the firm for more than one year. The current Employment Certificate shall
be uploaded by Key Personnel on INFRACON.
Experience as Independent Engineer/ Authority Engineer/ Construction Supervision in 12
Number of Highway Projects of length equal to 40% of project length of similar category
for which RFP invited of 2/ 4/6**-laning or more in last 7 years*
Experience in DPR preparation for Number of Highway Projects (of length 40% of project 6
length of similar category for which RFP invited of 2/4/6**-laning or more) in last 7 years *
In hand DPRs for National Highways Authority of India Projects (presently under progress) 6
Experience in Construction Supervision/DPR /Design Review of Major structures having 4
length of more than 500 metre in last 7 years.
Additional requirement in case of specialized projects*** ***
* Consultants should give details of the experience of the firm considering the completed and the
on-going highway assignments, separately for PPP and non-PPP Projects along with experience
certificates from clients. This list of the completed works should also include those assignments
which are substantially (90% of Contract value) completed. No Qualification/Experience etc.
shall be considered without proof of experience.
Experience of Consultant for having offered consultancy services to a private organization shall
also be considered as relevant experience for current assignment, provided the experience is
duly endorsed by the respective Government Agency.
In case, final DPR & 3D has been submitted and no further action is taken by the employer, the
DPR shall be considered as completed after 3yr and submission of both final DPR and 3D.
** Similar projects means 2/4/6 lane as applicable for the project for which RFP is invited. For 2-
lane projects experience of 4/6 lane also to be considered with a multiplication factor of 1.5.
Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For 4/6 lane,
experience of 2 lane will be considered with a multiplication of 0.4 if the cost of the such
consultancy services was more than Rs.3.0 crores.
*** In case the project includes any specialized nature of work such as tunnels, specialized
structures etc. in substantial quantum, this requirement/Marks may be included by suitably
adjusting marks of other attributes.
In case of JV the turnover and experience details of Lead and JV partners to be added.
Employer’s certificate should be submitted substantiating the experience claimed by the firm.
Page 25 of 248
ii. Sub criteria for Experience in use of technology for road inspection
Maximum Sub-
Sr. No. Description
Points Points
Experience in Network Survey Vehicle (NSV) or better technology
1 5
for pavement inspection
1.1 Equipment 2
Own Equipment / Equipment on MoU with Associate or on hiring 2
basis
1.2 Experience 3
(a)1-2 projects 1
(b)3-5 projects 2
(c)> 5 projects 3
Experience in Falling Weight Deflectometer (FWD) or better
2 4
technology for pavement strength measurement
2.1 Equipment 2
Own Equipment /Equipment on MoU with Associate or on hiring 2
basis
2.2 Experience 2
(a)1-3 Projects 1
(b)>3 Projects 2
Experience in Mobile Bridge Inspection Unit or better technology
3 4
for bridge inspection
3.1 Equipment 2
Own Equipment / Equipment on MoU with Associate or on hiring 2
basis
3.2 Experience 2
(a)1-2 Projects 1
(b)>3 Projects 2
4 Experience in Retro reflectometer technology 4
4.1 Equipment 2
Own Equipment / Equipment on MoU with Associate or on hiring 2
basis
4.2 Experience 2
(a)1-3 Projects 1
(b)>3 Projects 2
5 Experience in Automatic Traffic Counter cum Classifier (ATCC) 3
5.1 Equipment 2
Own Equipment / Equipment on MoU with Associate or on hiring 2
basis
5.2 Experience 1
(a)1-3 Projects 0.5
(b)>3 Projects 1
Total 20
Notes: (i) The consultants owning the equipment shall be required to submit proof of ownership.
(ii) The experience of the associate firms in use of technology shall also be counted in the
evaluation. The experience of firm or associate firm in NSV, FWD, MBIU, Retro reflectometer,
ATCC or equivalent technology shall be supported by experience certificate. The experience of
Page 26 of 248
a firm/ associate firm for a private concessionaire/contractor (client) shall be considered on
self-certification along with the client certificate. Any false certification shall attract provision
of Clause 2.9.1(g) of GCC.
(iii) Experience of the firm shall not be recognized on the basis of equipment usage where the
work would have been performed by a third party.
(iv) In case, ownership document of equipment of Consultancy/ Associate Firm is found to be
false, the consultancy/ Associate Firm, as the case may be, shall be put on holiday listing
(temporary debarment) for a period upto 12 months.
The technical proposal should score at least 75 points to be considered responsive for financial
evaluation.
v) Detailed evaluation criteria which is to be used for evaluation of technical bids is as
indicated below as Appendix-EC.
vi) The Consultant should carryout self-evaluation based on the evaluation criteria at
Appendix-EC. While submitting the self-evaluation along with bid, Consultant shall
make references to the documents which has been relied upon in his self-evaluation.
vii) Result of technical evaluation shall be made available on the website giving opportunity
to the bidders to respond within 7 days in case they have any objection.
viii) The single currency for price conversion is INR. For evaluation of bid proposals, the
foreign currency conversation rate of 1US$=Rs.83.11 /- and I Euro = Rs. 90.938/-
[Exchange rate 30 days prior to Proposal Due Date] shall be used.
ix) The weightage given to technical proposal is 80%.
The weightage given to financial proposal is 20%.
11. Commencement of Assignment: The firm shall begin carrying out the services
within one month of signing of the Consultancy Agreement.
Remarks: Based on experience and the Consulting Industry’s Capacity, Project specific
requirement etc., National Highways Authority of India may modify the above
criteria for Selection of IE.
Page 27 of 248
Appendix-EC
Page 28 of 248
Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Marks
self-assessment the bidder
structures having length of more than 500 metre
in last 7 years.
1 project - 2.0 marks
Add 0. 5 (Zero point five) marks extra for each
additional project subject to maximum 2.0 marks.
7 Additional requirement in case of specialized ***
projects***
Note 1: In case of JV the turnover and experience details of Lead and JV partners to be added.
Note 2: Employer’s certificate/ certificate from Statutory Auditor should be submitted substantiating the
experience/turnover claimed by the firm.
Note 3: **For 4/6 lane projects, experience of 2-lane will be considered with a multiplication factor of
0.4 if the cost of such consultancy services was more than Rs.3.0 crores.
Note 4: In case, final DPR & 3D has been submitted and no further action is taken by the employer, the
DPR shall be considered as completed after 3yr and submission of both final DPR and 3D
*** In case the project includes any specialized nature of work such as tunnels, specialized structures
etc. in substantial quantum, this requirement/Marks may be included by suitably adjusting marks of
other attributes.
Maximum
Sr. Description Sub-Points
Points
No.
Experience in Network Survey Vehicle (NSV) or better
1 5
technology for pavement inspection
1.1 Equipment 2
Own Equipment / Equipment on MoU with Associate or on 2
hiring basis
1.2 Experience 3
(a)1-2 projects 1
(b)3-5 projects 2
(c)> 5 projects 3
Experience in Falling Weight Deflectometer (FWD) or better
2 4
technology for pavement strength measurement
2.1 Equipment 2
Own Equipment / Equipment on MoU with Associate or on 2
hiring basis
2.2 Experience 2
(a)1-3 Projects 1
(b)>3 Projects 2
Experience in Mobile Bridge Inspection Unit or better
3 4
technology for bridge inspection
Page 29 of 248
Maximum
Sr. Description Sub-Points
Points
No.
3.1 Equipment 2
Own Equipment / Equipment on MoU with Associate or on 2
hiring basis
3.2 Experience 2
(a)1-2 Projects 1
(b)>3 Projects 2
4 Experience in Retro reflectometer technology 4
4.1 Equipment 2
Own Equipment / Equipment on MoU with Associate or on 2
hiring basis
4.2 Experience 2
(a)1-3 Projects 1
(b)>3 Projects 2
Experience in Automatic Traffic Counter cum Classifier
5 3
(ATCC)
5.1 Equipment 2
Own Equipment / Equipment on MoU with Associate or on 2
hiring basis
5.2 Experience 1
(a)1-3 Projects 0.5
(b)>3 Projects 1
Total 20
Page 30 of 248
3. Evaluation Criteria for assessment of score of Key Staff for adequacy of the
Assignment.
Page 31 of 248
Reference/Details of Marks self-
Sr. Max.
Description projects Claimed for assessed by
No. Points
self-assessment the bidder
Add 2 mark for each additional project subject to
maximum 4 marks.
c) Experience in position of Team Leader/Project 20
Manager or similar capacity in Construction
Supervision/IC involving length 40% of project length
or more of similar configuration (2/4/6** laning) and
above
< 2 projects - 0
2 Projects - 16
Add 2 marks extra for each additional project subject
to maximum 4 (four) marks
d) Experience as Team Leader or similar capacity in 5
Operation and Maintenance of Major Highway (of
length 40% of project length or more of similar
configuration (2/4/6 laning**) and above).
1 project - 4 marks
Add 1 mark extra for each additional project subject
to maximum 1 (one) marks
3 Employment with the Firm 5
< 1 year -0
1 year -3
Add 0.5 marks for each subsequent year subject to
maximum 2 marks
Total : 100
Age Limit 65 years on the date of submission of
proposal
Note:
(2) Only those projects will be considered for evaluation at S. No. 2(b) where the input of the
personnel is not < 9 months.
(3) Only those projects will be considered for evaluation at S. No. 2(c), (d) where the input of the
personnel is not < 12 months
(4) In case of experience on behalf of Consultant or Contractor, the experience shall be duly endorsed
by the respective Government agency. In case of non-availability of endorsement from
Govt. Agency, the experience uploaded on Infracon Portal will be taken into
consideration. However, the key personnel/ bidder will be solely responsible for any
fake information/ CV, which may result in debarment.
Page 32 of 248
3.2 Resident cum Highway Engineer
Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
1 General Qualification 25
I) Graduate in Civil Engineering 21 25
II) Post Graduation in
Transportation/Highway 04
Engineering/Structural
Engineering/Geotechnical Engineering
2 Adequacy for the Project 70
Professional Experience
i) Total Professional Experience in handling 20
Highway projects
< 10 years -0
10 years -16
Add one marks extra for each additional
completed year of experience subject to
maximum 4 (four) marks.
ii) Experience as Resident Engineer/Project 20
Director/Project Manager/Superintending
Engineer or equivalent/Executive Engineer or
equivalent on construction works/Independent
Engineer Projects (similar configuration (2/4/6
laning*) and above).
< 5 years -0
5 years -16
Add 1 marks extra for each additional year of
experience subject to maximum 4 (four)
marks.
ii) Experience in similar capacity in handling 25
major 2/4/6-laning** projects (of length 40% of
project length or more of
similar configuration (2/4/6 laning**) and
above)
< 2 nos -0
2 nos -19
Add three marks extra for each additional
project subject to maximum 6 (Six) marks.
Page 33 of 248
Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
iii) Experience in similar capacity of Highway 5
Project of Construction/Construction
Supervision/IC on PPP Mode (of length 40%
of project length or more of similar
configuration (2/4/6 laning**) and above)
2.5 marks for each project subject to
maximum 5 (five) marks
3 Employment with the Firm 5
< 1 year -0
1 year -3
Add 0.5 marks for each subsequent year
subject to maximum 2 marks
Total : 100
Age Limit 65 years on the date of submission of
proposal
Note:
(2) Only those projects (in numbers) will be considered for evaluation above, where the input of
the personnel is not < 12 months
(3) In case of experience on behalf of Consultant or Contractor, the experience shall be duly
endorsed by the respective Government agency. In case of non-availability of endorsement
from Govt. Agency, the experience uploaded on Infracon Portal will be taken into
consideration. However, the key personnel/ bidder will be solely responsible for any fake
information/ CV, which may result in debarment.
Page 34 of 248
3.3 Bridge/Structural Engineer
Reference/Details of Marks self
Max.
Sr. No. Description projects Claimed for assessed by
Points
self assessment the bidder
1 General Qualification 25
I) Graduate in Civil Engineering 21 25
II) Post Graduation in Structural
Engineering 04
2 Adequacy for the Project 70
i) Total Professional Experience in handling 15
Highway/Bridge projects
< 10 years -0
10 years -11
Add one mark extra for each additional 2 year
subject to maximum 4(four) marks.
Page 35 of 248
Reference/Details of Marks self
Max.
Sr. No. Description projects Claimed for assessed by
Points
self assessment the bidder
Extradosed Bridge, Full Span Launching,
Incremental Launching.
Experience in 1 project - 4
More than one project - 5 marks
3 Employment with the Firm 5
< 1 year -0
1 year -3
Add 0.5 marks for each subsequent year
subject to maximum 2 marks
Total : 100
Age Limit 65 years on the date of submission of
proposal
Note:
(2) Only those projects (in numbers) will be considered for evaluation above, where the input of
the personnel is not < 12 months
(3) In case of experience on behalf of Consultant or Contractor, the experience shall be duly
endorsed by the respective Government agency. In case of non-availability of endorsement from
Govt. Agency, the experience uploaded on Infracon Portal will be taken into consideration.
However, the key personnel/ bidder will be solely responsible for any fake information/ CV,
which may result in debarment.
Page 36 of 248
3.4 Senior Pavement Specialist
Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
1 General Qualification 25
I) Graduate in Civil Engineering 21 25
II) Post Graduation in
Transportation/Highway 04
Engineering/Pavement engineering or
equivalent
2 Adequacy for the Project 70
Professional Experience
i) Total Professional Experience of Pavement 20
Design/Construction and Maintenance of
Highways/Roads/Air Field Runway
< 10 years -0
10 years -16
Add one mark extra for each additional year
of experience subject to maximum 4 (four)
marks.
ii) Experience in Similar capacity in 20
Construction/Construction Supervision of
2/4/6-laning** of major Highway Projects
(similar configuration (2/4/6 laning**) and
above)
< 5 years -0
5 years -16
Add one mark extra for each additional year
of experience subject to maximum 4 (four)
marks.
iii) Experience in similar capacity as 20
Pavement/Geo-technical Engineer in
construction/ construction supervision of
Major Highway projects (of length 40% of
project length or more of similar configuration
(2/4/6 laning**) and above)
< 2 nos -0
2 nos -16
Add 2 marks extra for each additional project
subject to maximum 4 marks.
iv) Experience in similar capacity on major 5
Highway projects (of length 40% of project
length or more of similar configuration (2/4/6
Page 37 of 248
Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
laning**) and above) in innovative/non
traditional technology and design
1 Project -4
2 or more -5
v) Experience in similar capacity on PPP 5
Projects (of length 40% of project length or
more of similar configuration (2/4/6 laning**)
and above)
2.5 marks for each project subject to
maximum 5 (five) marks
3 Employment with the Firm 5
< 1 year -0
1 year -3
Add 0.5 marks for each subsequent year
subject to maximum 2 marks
Total : 100
Age Limit 65 years on the date of submission of
proposal
Note:
(2) Only those projects (in numbers) will be considered for evaluation above, where the input of
the personnel is not < 6 months
(3) In case of experience on behalf of Consultant or Contractor, the experience shall be duly
endorsed by the respective Government agency. In case of non-availability of endorsement from
Govt. Agency, the experience uploaded on Infracon Portal will be taken into consideration.
However, the key personnel/ bidder will be solely responsible for any fake information/ CV,
which may result in debarment.
Page 38 of 248
3.5 Senior Quality/Material Expert
Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
1 General Qualification 25
I) Graduate in Civil Engineering 21 25
II) Post Graduation in Geotechnical
Engineering/Foundation 04
Engineering/Soil Mechanics/Rock
Mechanics
2 Adequacy for the Project 70
Professional Experience
i) Total Professional Experience in handling 15
Highway/Bridge projects
< 10 years -0
10 years -11
Add one mark extra for each additional year
of experience subject to maximum 4 (four)
marks.
ii) Experience in similar capacity in 25
Construction/Construction Supervision of
major Highway Projects ((similar configuration
(2/4/6 laning**) and above))
< 5 years -0
5 years -19
Add 2.0 (two) marks extra for each additional
year of experience subject to maximum 6
(Six) marks.
iii) Experience in similar capacity in handling 25
Similar Highway projects (of length 40% of
project length or more of similar configuration
(2/4/6 laning**) and above)
< 2 nos -0
2 nos -19
Add 3.0 marks extra for each additional
project subject to maximum 6 (six) marks.
iv) Experience in similar capacity on major 5
Highway projects (of length 40% of project
length or more of similar configuration (2/4/6
laning**) and above) in innovative/non
traditional technology
1 Project -4
2 or more -5
Page 39 of 248
Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
3 Employment with the Firm 5
< 1 year - 0
1 year - 3
Add 0.5 marks for each subsequent year
subject to maximum 2 marks
Total : 100
Age Limit 65 years on the date of submission of
proposal
Note:
(2) Only those projects (in numbers) will be considered for evaluation above, where the input of
the personnel is not < 12 months
(3) In case of experience on behalf of Consultant or Contractor, the experience shall be duly
endorsed by the respective Government agency. In case of non-availability of endorsement from
Govt. Agency, the experience uploaded on Infracon Portal will be taken into consideration.
However, the key personnel/ bidder will be solely responsible for any fake information/ CV,
which may result in debarment.
Page 40 of 248
3.6 Road Safety Expert
Sr. Description Max. Reference/ Details Marks self-
No. Point of projects Claimed assessed by
s for self-assessment the bidder
1 General Qualification 25
Page 41 of 248
Sr. Description Max. Reference/ Details Marks self-
No. Point of projects Claimed assessed by
s for self-assessment the bidder
3 Employment with the Firm 5
< 1 year -0
1 year -3
Add 0.5 marks for each subsequent year
subject to maximum 2 marks
Total : 100
Age Limit 65 years on the date of submission
of proposal
Note:
(1) Similar Capacity includes the following positions
(2) Only those projects (in numbers) will be considered for evaluation above, where the input of
the personnel is not < 6 months
1. If a key personnel has worked in next lower category to the similar capacity, the marks allotted
to key personnel in the category ‘experience in similar capacity’ shall be reduced to two thirds
of marks in this category. This shall be applicable for evaluation of all key personnel.
2. **Similar projects means 2/4/6 lane as applicable for the project for which RFP is invited. For 2-
lane projects experience of 4/6 lane also to be considered with a multiplication factor of 1.5.
Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For 4/6
laning projects, experience of 2 lane will be considered with a multiplication factor of 0.4.
Page 42 of 248
SECTION 3: FORMATS FOR SUBMISSION OF FIRMS CREDENTIALS
The proposal should contain the following information in enclosed format attached at
Appendix A.
Note: The Firm shall submit Certificate of Incorporation and audited balance sheet for
the last five financial years (2021-22, 2020-21, 2019-20, 2018-19, 2017-18). For
claiming experience of Highway projects completion certificate from employer should
be enclosed. The proposal should also contain the details of the key personnel viz. their
name, qualification, expertise area, experience and years of association with the firm.
Appendix A
The following information related to the firm should be provided in the proposal.
(e) Name of two(2) principals who may be contacted with title and telephone
number/fax number/e-mail.
Balance Sheet/ Auditor Certificate of last 5 years (2021-22, 2020-21, 2019-20, 2018-19,
2017-18) shall be submitted as evidence of Annual Turnover.
**a) The amount shall be stated in INR. (Consider 1US$=Rs.83.11 /- and I Euro = Rs. 90.938/-)
Page 43 of 248
b) The currency conversion rate for the respective years (as on financial year ending for
the respective year) shall be mentioned for other international currencies
(h) Experience in DPR preparation of 4/6 laning Highway Projects separately for the PPP
and non-PPP projects during the last 7 years. ***
a) 2/4/6 lane as applicable for the project for which RFP is invited. For 2-lane projects
experience of 4/6 lane also to be considered with a multiplication factor of 1.5.
Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For
4/6 laning projects, experience of 2 lane will be considered with a multiplication factor
of 0.4, but only for those 2 lane projects whose cost of consultancy services was more
than Rs.3.0 crores.
b) Only those projects, to be included in the table which are Highways Projects and for
which clients certificates from the concerned Government agencies are enclosed
with the proposal.
c) The details of bridges having length more than 200m (500m in case the project consist
of bridges of length more than 500m) in the listed projects is to be specifically
mentioned.
d) The weightage given for experience of a firm would depend on the role of the firm in
the respective assignments. The firm’s experience would get full credit if it was the sole
firm in the respective assignment. Experience weightage for firms as Lead partner/JV
Page 44 of 248
partner /Associate shall be considered in the same proportion as payment has been
received by the firm towards consultancy work in the project.
(i) Assignments on hand including those for which the Letter of Acceptance from the
clients received as on 7 days prior to due date for submission of proposals: The
details shall be given in the following format.
Team Members
Date of Agreement if signed
Date of letter of Acceptance
firm
Name of Assignment
Position
Client
Name
S. No
DOB
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)
(j) Number of Key Personnel (as defined in RFP) employed with the firm in highway
sector with more than one year from bid submission date:
Key Personnel Number of key personnel employed
Sole Applicant (Lead Member JV (1)
in case of JV)
Team Leader cum Senior Highway Engineer
Resident cum Highway Engineer
Bridge/Structural Engineer
Senior Pavement Specialist
Senior Quality cum Material Expert
Road Safety Expert
Page 45 of 248
SECTION 4: FORMAT FOR SUBMISSION OF TECHNICAL PROPOSAL
Page 46 of 248
APPENDIX B-1
Ladies/Gentlemen:
Subject: Submission of Technical and Financial Proposal for engagement as IE for the HAM
work .
We, the undersigned, offer to provide the consulting services for the above in accordance with
your Request for Proposal dated (Date), and our Proposal. We are hereby submitting our
Proposal, which includes this Technical Proposal and a Financial Proposal sealed under a
separate envelope for the above mentioned work.
My/Our registration No. on Infracon is ……. and my/our Infracon Team ID is …………….
Our Proposal is binding upon us. We understand you are not bound to accept any Proposal you
receive
We remain,
Yours sincerely,
Page 47 of 248
APPENDIX B-2 : SITE APPRECIATION
Shall give details of site as per actual site visit and data provided in RFP and collected
from site supported by photographs to demonstrate that responsible personnel of the
Consultant have actually visited the site and familiarized with the salient
details/complexities and scope of services.
Page 48 of 248
APPENDIX B-3 : APPROACH PAPER ON METHODOLOGY FOR PERFORMING THE
ASSIGNMENT
The approach and methodology will be detailed precisely under the following topics.
1) Methodology for services, surveying, road condition data collection and analysis [not
more than 2 pages]
2) Key challenges foreseen and proposed solutions in carrying out the assignment [not
more than 1 page]
3) Quality Audit methodology including Quality Assurance Plan [not more than 6 pages]
Page 49 of 248
APPENDIX B-4 : FACILITY FOR FIELD INVESTIGATION AND TESTING
1. State whether applicant has in-house (created in house at site)/ outsourced/
not available facility for
• Surface defects detection and roughness measurement using Network Survey
Vehicle
REFERENCES
Relevant Services Carried Which Best Illustrate Qualifications
The following information should be provided in the format below for each reference
assignment for which your firm, either individually as a corporate entity or as one of the
major companies within a consortium, was legally contracted by the client:
Assignment Name: Country:
Location within Country : Professional Staff Provided
by your firm:
Name of Client : No. of Staff :
Address : No. of Staff Months :
Technology Used:
Start Date Completion Date Approx. Value of
(Month / Year) (Month / Year) Services : (in INR/current USD) :
Name of JV/Association Firm(s) if any : No. of Months of Professional
Staff provided by Associated Firm(s)
Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member/Associate
Narrative Description of Project :
Description of Actual Services Provided by your Company:
Page 50 of 248
APPENDIX B-5: COMPOSITION OF THE TEAM PERSONNEL, AND TASK(S) OF EACH TEAM
MEMBER
1. Technical/Managerial Staff
Sl. No. Name Position Task
1
2. Support Staff
Sl. No. Name Position Task
1
Page 51 of 248
APPENDIX B-6 : FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL
STAFF
Profession :..............................................................................................
Date of Birth :
Please attach printout of CV alongwith all the relevant details uploaded on infracon portal.
I, the undersigned, (Name and Address) undertake that this CV correctly describes myself, my
qualifications and my experience and National Highways Authority of India would be at liberty
to debar me if any information given in the CV, in particular the Summary of Qualification &
Experience vis-à-vis the requirements as per TOR is found incorrect. I further undertake that I
have neither been debarred by National Highways Authority of India nor left any assignment
with the consultants engaged by National Highways Authority of India / contracting firm (firm
to be supervised now) for any continuing work of National Highways Authority of India without
completing my assignment. I will be available for the entire duration of the current project
(named…..). If I leave this assignment in the middle of the work, National Highways Authority
of India would be at liberty to debar me from taking any assignment in any of the National
Highways Authority of India works for an appropriate period of time to be decided by National
Highways Authority of India. I have no objection if my services are extended by National
Highways Authority of India for this work in future.
I further undertake that if due to my inability to work on this project due to unavoidable
circumstances, due to which consultant’s firm is forced to seek replacement. In such
unavoidable circumstances, I shall not undertake any employment in National Highways
Authority of India projects during the period of assignment of this project and National
Highways Authority of India shall consider my CV invalid till such time.
I further certify that I am associated with the following assignments as on date (as on 7 days
prior to due date for submission of proposal) including those for which LOA has been received
by the firm and the inputs in these assignments shall not effect the work of the current
assignment.
Name of Assignment Client Date of Likely start Likely end Total input of
LOA (Month / Year) (Month / Year) the person
(man-months)
Page 52 of 248
………………………………………… Date
(Day/Month/Year)
The Consultant should carryout self-evaluation based on the evaluation criteria at Appendix-
EC and furnish the same here. While submitting the self-evaluation along with bid, Consultant
shall make references to the documents which have been relied upon in his self-evaluation
The undersigned on behalf of ----------( name of consulting firm) certify that Shri-------- (name
of proposed personnel) to the best of our knowledge has neither been debarred by National
Highways Authority of India nor left his assignment with any other consulting firm engaged by
National Highways Authority of India / Contracting firm (firm to be supervised now) for the
ongoing projects. We understand that if the information about leaving the past assignment is
known to National Highways Authority of India, National Highways Authority of India would
be at liberty to remove the personnel from the present assignment and debar him for an
appropriate period to be decided by National Highways Authority of India.
………………………………………… Date
(Day/Month/Year)
Page 53 of 248
APPENDIX B-7: TIME SCHEDULE FOR PROFESSIONAL PERSONNEL
A. Activity Schedule
Sl. Name Position Monthwise Program (in form of Bar Chart)
No. st nd
[1 , 2 , etc. are months from the start of assignment]
Number of Months
and subsequent
years
10th
11th
12th
2nd
3rd
4th
5th
6th
7th
8th
9th
1st
1 Subtotal (1)
2 Subtotal (2)
3 Subtotal (3)
4 Subtotal (4)
- -
- -
Page 54 of 248
APPENDIX B-8 : ACTIVITY (WORKS) SCHEDULE
A. Activity Schedule
Sl. No. Item of Activity (Works) Monthwise Program (in form of Bar Chart)
st nd
[1 , 2 , etc. are months from the start of assignment]
1st 2nd 3rd 5th 6th 7th 8th 9th 10th 11th 12th
th
4
1
2
3
4
-
-
B. Activity Schedule
S.No Reports : Programme : (Date)
1 Monthly reports
(Design and Construction)
2 Quarterly Reports
3 Various others reports as provided in the Concession Agreement such as
Completion Report
Page 55 of 248
APPENDIX B-9: AFFIDAVIT FOR CORRECTNESS OF EXPERIENCE CLAIMED BY
THE FIRMS
Address
Page 56 of 248
APPENDIX B-10:
INTEGRITY PACT
Draft Integrity Pact Format applicable for works having value of Rs. 5 Cr. and above
(To be executed on the plain paper and submitted alongwith Technical Bid /Tender documents
for tenders having a value of Rs. 5 crore or more. To be signed by the bidder and same signatory
competent/authorized to sign the relevant contract on behalf of the NHAI)
(_________Division)
Tender No.________
INTEGRITY PACT
Between
THE NATIONAL HIGHWAYS AUTHORITY OF INDIA (NHAI), a statutory body constituted under
the National Highways Authority of India Act, 1988, which has been entrusted with the
responsibility of development, maintenance and management of National Highways, having its
office at G- 5 & 6, Sector-10, Dwarka, New Delhi, hereinafter referred to as "The Principal",
which expression shall, unless repugnant to the meaning of contract thereof, include its
successors and permitted assigns)
AND
Preamble
Whereas, the Principal intends to award, under laid down organizational procedure, contract/s
for Independent Engineer Services for supervision of 4 lane with paved shoulders from
Design Ch. 0.000 to Design Ch. 43.800 (Pkg-1) and Ch. 43.800 to Design Ch. 89.900 (Pkg-
2) in Belgaum – Hungund – Raichur section of NH748A in Karnataka on HAM under NH(O)
[Total Project Length – 89.900 Kms] – (Package-1 & 2). The Principal values full compliance
with all relevant laws of the land, rules of land, regulations, economic of resources and of
fairness/ transparency in its relations with its Bidder(s) and for Contractor(s)/
Concessionaire(s)/ Consultant(s).
And Whereas in order to achieve these goals, the Principal will appoint an Independent
External Monitors (IEMs), who will monitor the tender process and the execution of the
contract for compliance with the Principles mentioned above.
Page 57 of 248
And whereas to meet the purpose aforesaid, both the parties have agreed to enter into
this Integrity Pact (hereafter referred to as "Integrity Pact") the terms and conditions of which
shall also be read as integral part and parcel of the Tender documents and contract between
the parties.
Now, therefore, in consideration of mutual covenants stipulated in this pact, the parties
hereby agree as follows and this pact witnesses as under:
1. The Principal commits itself to take all measures necessary to prevent corruption
and to observe the following principles:-
b) The Principal will, during the Tender process treat all Bidder(s) with equity and
reason. The Principal will in particular, before and during the Tender process,
provide to all Bidder(s) the same information and will not provide to any
Bidder(s) confidential/ additional information through which the Bidder(s)
could obtain an advantage in relation to the tender process or the contract
execution.
c) The Principal will exclude all known prejudiced persons from the process.
2. If the Principal obtains information on the conduct of any of its employees which is
a criminal offence under the IPC/PC Act or any other Statutory Acts or if there be a
substantive suspicion in this regard, the Principal will inform the Chief Vigilance
Officer and in addition can initiate disciplinary actions as per its internal
laid down Rules/Regulations.
Page 58 of 248
formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contract, submission or non-submission or bids or any
other actions to restrict competitiveness or to introduce cartelization in the
bidding process.
Article- 3 Disqualification from tender process and exclusion from future contracts.
Page 59 of 248
transgression through a violation of Article-2 such as to put his reliability or
credibility into question, the Principal shall be entitled to exclude including blacklist
and put on holiday the Bidder/ Contractor/ Concessionaire/ Consultant for any
future tenders/contract award process. The imposition and duration of the
exclusion will be determined by the severity of the transgression. The severity will
be determined by the Principal taking into consideration the full facts and
circumstances of each case particularly taking into account the number of
transgressions, the position of the transgressors within the company hierarchy of
the Bidder/Contractor/Concessionaire/Consultant and the amount of the damage.
The exclusion will be imposed for a minimum period of 6 months and maximum
period of 2 years.
5) The decision of the Principal to the effect that a breach of the provisions of this
Integrity Pact has been committed by the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) shall be final and binding on the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s), however, the
Bidder(s)/Contractor(s)/Concessionaire(s)/Consultant(s) can approach IEM(s)
appointed for the purpose of this Pact.
1) If the Principal has disqualified the Bidder(s) from the tender process prior to the
award according to Arcticle-3, the Principal shall be entitled to suspend the
bidder for participation in the tendering process for the works of
MoRTH/NHAI/NHIDCL and works under other Centrally Sponsored Schemes for a
period of One Year from the bid due date of this work apart from any other legal
right that may have accrued to the Principal.
Page 60 of 248
2) In addition to 1 above, the Principal shall be entitled to take recourse to the relevant
provisions of the contract related to Termination of Contract due to Contractor/
Concessionaire/Consultant's Default. In such case, the Principal shall be entitled to
forfeit the Performance Bank Guarantee of the Contractor/ Concessionaire/
Consultant and/ or demand and recover liquidated and all damages as per the
provisions of the contract/concession agreement against Termination.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from
the tender process or action for his exclusion can be taken as mentioned under
Article-3 above for transgressions of Article-2 and shall be liable for compensation
for damages as per Article-4 above.
2) The Principal will enter into agreements with identical conditions as this one with
all Bidders/ Contractors/ Concessionaires/ Consultants and subcontractors.
3) The Principal will disqualify from the tender process all Bidders who do not sign this
Pact or violate its provisions.
1) The Principal has appointed Smt. Gauri Kumar, IAS (Retd.), Sh. Ashish Bhauguna, IAS
(Retd.) and Sh. Animesh Chauhan (Ex-MD & CEO, Oriental Bank of Commerce) as
Independent External Monitor (IEM) for this pact. The task of the Monitor is to
Page 61 of 248
review independently and objectively, whether and to what extent the parties
comply with the obligations under this agreement.
4) The Monitor is under contractual obligation to treat the information and documents
of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality. The Monitor
has also signed on ‘Non-disclosure of Confidential Information’ and of ‘Absence of
Conflict of Interest’. In case of any conflict of interest arising at a later date, the IEM
shall inform Chairman, NHAI and recuse himself/herself from that case.
5) The Principal will provide to the Monitor sufficient information about all
meetings among the parties related to the Project provided such meetings could
have an impact on the contractual relations between the Principal and the
Bidder/Contractor/Concessionaire/Consultant. The parties offer to the Monitor the
option to participate in such meetings.
7) The Monitor will submit a written report to the Chairman, NHAI within 8 to 10
weeks from the date of reference or intimation to him by the Principal and, should
the occasion arise, submit proposals for correcting problematic situations.
This Pact begins when both parties have legally signed it (in case of EPC i.e. for projects
funded by Principal and consultancy services). It expires for the Contractor/ Consultant
Page 62 of 248
12 months after his Defect Liability Period is over or 12 months after his last payment
under the contract whichever is later and for all other unsuccessful bidders 6 months
after this Contract has been awarded. (In case of BOT Projects) It expires for the
concessionaire 24 months after his concession period is over and for all other
unsuccessful Bidders 6 months after this Contract has been awarded. Any violation of
the same would entail disqualification of the bidder and exclusion from future
dealings.
If any claim is made/ lodged during this time, the same shall be binding and continue
to be valid despite the lapse of this pact as specified above, unless it is discharged/
determined by Chairman of NHAI.
In witness whereof the parties have signed and executed this pact at the place and date first
done mentioned in the presence of following witnesses:-
______________________________ _______________________________
(For & On behalf of the Principal) (For & On behalf of
Bidder/Contractor/Concessionaire/Consu
lting
(Office Seal)
Place ________
Date ________
Witness 1:
(Name & Address) ___________________________________________________
___________________________________________________
___________________________________________________
Witness 2:
(Name & Address) ___________________________________________________
Page 63 of 248
APPENDIX B-11 : FORMAT FOR TECHNICAL CAPACITY OF BIDDING FIRMS
(TO BE FILLED BY THE SOLE CONSULTANT & IN CASE OF JV, SEPARATELY BY JV PARTNERS
BIDDING FOR THE ASSIGNMENT)
(i) No. of Key Professionals on full time roll:
Sl. Name of the Key Professional Designation Continuous Employment Nos. of Years with
No. from (Date) the firm
(ii) Details of all in-hand DPR projects or DPR projects awarded by NHAI for NH works:
Sl. Project Start Scheduled Bids for Civil Works In case of JV, Technical
No. Description Date Completion received or Original share of Capacity
assignment period+ Contract Fee utilized after
one year lapsed (%) applying JV
(Yes/ No)) share as per
Note 2
1 2 3 4 5 6 7
(iii) Details of all in-hand AE/ IE projects or AE/ IE projects awarded by NHAI for NH
works:
Sl. Project Start Date Scheduled Civil works In case of JV, Technical
No. Description Completion Provisionally share of Capacity
completed or Contract Fee utilized after
Original (%) applying JV
assignment share as per
period+ one Note 2
year lapsed
(Yes/ No)
1 2 3 4 5 6 7
Page 64 of 248
Format for undertaking by the firm for in-hand AE/ IE Projects:
The undersigned on behalf of ---------- (name of consulting firm) certify that the firm do not
have any other in-hand/ awarded AE/ IE project other than those listed above. For all other
such projects undertaken by the firm, where original assignment period + one year is lapsed or
provisional completion of civil work is issued, whichever is earlier, the consulting firm/ JV was
not at default on these project assignments.
(iv) Self-Assessment by the consultancy firm (in case of JV, separately by the JV partners)
on eligibility as per technical capacity provisions:
(v) Self-Assessment by the JV (in case, bid is submitted by JV partners) on eligibility as per
technical capacity provisions:
Page 65 of 248
Col. 5 to be derived on the basis of Minimum of (Col. 3 – Col. 4)
Note 1:
$The figures in Col 5 be rounded off to the nearest integer i.e.in case remaining bid-capacity
comes to 0.5 or more then it will be considered as 1, in case less than 0.5 then it will be
considered as 0 (Zero).
Note 2:
Clarification for technical capacity utilised in case of JV with other firm than proposed in
current assignment.
In case Firm-1 proposes for new JV with other partner, then capacity utilisation will be
calculated on the basis of JV share in existing assignments e.g.
JV in one project with 30% share: - One project X 0.3 = 0.3
JV in one project with 70% share: - One project X 0.7 = 0.7
JV in one project with 50% share: - One project X 0.5 = 0.5
JV in two project with 80% share: - Two projects X 0.8 = 1.6
Note 3:
The Consultant shall re-submit the bid capacity details as per above format at the time of
opening of Financial Bid.
Page 66 of 248
Illustration for Determination of Technical Capacity (Sole)
Note: $ The figures in Col 5 be rounded off to the nearest integer i.e.in case remaining bid-capacity comes
to 0.5 or more then it will be considered as 1, in case less than 0.5 then it will be considered as 0 (Zero).
Page 67 of 248
Technical Capacity of Joint Venture of Firm-1 & Firm-2 (for different combinations of consultancy fee
share)
Note:
$ The figures in Col 5 be rounded off to the nearest integer i.e.in case remaining bid-capacity comes to
0.5 or more then it will be considered as 1, in case less than 0.5 then it will be considered as 0 (Zero).
^ In term of Note (3) Table 1.1, as the Balance bid capacity of Firm-1 is nil. So in spite of remaining
capacity 2.5 the JV not to be considered as responsive.
Page 68 of 248
Appendix-B-12
(To be on the letter head of the Bidder/ Each Member of the JV/Associates)
Certificate regarding Compliance with Restrictions under Rule 144 (xi) of the General
Financial Rules (GFRs)
Dear Sir,
With reference to your RFP document dated *** **$, I, having examined the Bidding
Documents and understood their contents, hereby undertake and confirm as follows:
I have read the clause regarding restrictions on procurement from a bidder of a country
which shares a land border with India and on sub-contracting to
contractors/Consultant from such countries; I certify that this Bidder is not from such a
country or, if from such a country, has been registered with the Competent Authority,
specified in Annexure-I of Order (Public Procurement No. 1) issued by Ministry of
Finance, Department of Expenditure Public Procurement Division vide F. No.
6/18/2019-PPD, dated 23rd July 2020 and will not sub-contract any work to a
contractor/Consultant from such countries unless such contractor/Consultant is
registered with the said Competent Authority. I hereby certify that this bidder fulfils all
requirements in this regard and is eligible to be considered.
Yours faithfully,
Date:
Place:
(Signature of the Authorised signatory)
(Name and designation of the of the Authorised signatory)
Name and seal of Bidder/Each Member of the Consortium
Notes:
{Where applicable, evidence of valid registration by the Competent Authority shall be
attached}
In case the above certification is found to be false, this would be a ground for immediate
rejection of Bid/termination and further legal action in accordance with law.
OM F. No. 6/18/2019-PPD, dated 23rd July 2020 is enclosed herewith for ready reference.
Page 69 of 248
SECTION 5: FORMAT FOR SUBMISSION OF FINANCIAL PROPOSAL.
Page 70 of 248
APPENDIX C-1 : FINANCIAL PROPOSAL SUBMISSION FORM
Subject :
We, the undersigned, offer to provide the consulting services for the above in accordance with
your Request for Proposal dated [Date], and our proposal. Our attached financial proposal is
for the sum of [Amount in words and figures]. This amount is exclusive of the local taxes which
we have estimated at (Amount in Words and Figures).
Our financial proposal shall be binding upon us, up to the expiration of the validity period of
the proposal, i.e., [Date].
We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India
namely “Prevention of Corruption Act 1988”.
Commission and gratuities, if any, paid or to be paid by us to agents relating to this proposal
and contract execution, if we are awarded the contract, are listed below:
Name and Address of Agents Amount and Currency Purpose of Commission or Gratuity
We understand you are not bound to accept any proposal you receive.
We remain,
Yours sincerely,
Address
Page 71 of 248
APPENDIX C-2 : SUMMARY OF COSTS
Page 72 of 248
APPENDIX C-3 : BREAKDOWN OF LOCAL CURRENCY COSTS
TBN = To Be Named
Page 73 of 248
Note : Billing rates as indicated above shall be increased in accordance of clause 6.2(a) Special Conditions
of Contract for the personnel of all categories namely (i) key Personnel; (ii) sub-Professional personnel
and (iii) Support staff. The increase as above shall be payable only on the remuneration part of Key
Personnel, Sub-Professional Personnel and support staff. However, for evaluation of Bid proposals, the
quoted initial rate shall be multiplied by the total time input for each position on this contract, i.e. without
considering the increase in the billing rates
The vehicles provided by the Consultants shall include the cost for rental, drivers, operation,
maintenance, repairs, insurance, etc. for all complete approx. 3000km/month run
S. No Description of Qty. Total Rate/ Amount
Vehicles (No. of vehicle-month) Vehicle-
During Construction During Development Month
Period and O&M Period
1 Innova/ Scorpio 1 x 24 1 x 24 48
or equivalent
(not more than 3
years old)
2 Ambassador/ 2 x 24 1 x 24 72
Indica or
equivalent (not
more than 3
years old)
Total
IV. Duty Travel to Site (Fixed Costs) (For all Lengths of projects) : Professional and
Sub-Professional Staff
Trips Number of Trips Rate* Amount
Site to NHAI HQ for Key 20 round trips (by air –
Professionals economy class/train
First AC/Deluxe-AC
Bus)
Site to Regional Office for Key 20 round trips (by air –
Professionals economy class/train
First AC/Deluxe-AC
Bus)
V. Office Rent (Fixed Costs)– Minimum 200 sqm area of office shall be rented.
The rent cost includes electricity and water charges, maintenance, Cleaning, repairs, etc.
complete.
Nos of Months Rate/month Amount
48
Page 74 of 248
VI. Office Supplies, Utilities and Communication (Fixed Costs)
No Item Months Monthly Amount in
Rate Rs.
1. Office Supplies 48
2. Drafting Supplies 48
3. Computer Running Costs 48
4. Domestic and International Communication 48
The cost shall include rental charges towards all such furniture and equipment as required for
proper functioning of office. Office furniture shall include executive tables, chairs, visitor chairs,
steel almirahs, computer furniture, conference table etc. Office equipment shall include as a
minimum of telephone (2 external & 10 internal lines), photocopier (15ppm, 12000 copies per
month with A3 & A4 input) fax machine, PCs(5 No., Intel Core 2 Duo E8300, 19’’ colour TFT,
Cache-6MB, RAM-2 GB, HDD-250 GB, DVD Writer, Key board, optical scroll mouse, MS-
Windows Vista Business, pre loaded anti virus etc.), laser printers (2 no., 14 ppm, 266 MHZ,
5000 pages per month, 600x600 dpi or better etc., Engineering Plan printer (1 no.), binding
machine (1 no.), plotter A0 size, overhead projector, AC (4 no., 1.5 Ton), Water Coolers (as
required)etc.
Nos of Months Rate/month Amount
48
Page 75 of 248
IX. Road Survey Equipment
The cost shall include carrying out survey using equipment, manpower, software and report
processing over entire project length.
X. Contingencies
A fixed amount of Indian Rupees ONE MILLION shall be included in the Financial Proposal. The
provisions of Contingency shall be operated with the specific approval form the Competent
Authority in National Highways Authority of India.
Page 76 of 248
SECTION 6: TERMS OF REFERENCE FOR INDEPENDENT ENGINEER
1. Scope
1.1. These Terms of Reference for the Independent Engineer (the “TOR”) are being specified
pursuant to the Concession Agreement dated …………… (the “Agreement”), which has
been entered into between the Authority and ………………… (the “Concessionaires”) for
Construction of 4 lane with paved shoulders from Design Ch. 0.000 to Design Ch.
43.800 in Belgaum – Hungund – Raichur section of NH748A in Karnataka on HAM
under NH(O) [Project Length – 43.80 Kms] – (Package-1) and Construction of 4 Lane
with Paved Shoulders from Design Ch. 43.800 to Design Ch. 89.900 in Belgaum –
Hungund – Raichur Section of NH748A in Karnataka on HAM Under NH(O) [Project
Length – 46.100 kms] – (Package-2), and a copy of which is annexed hereto and
marked as Annex-A to form part of this TOR.
1.2. This TOR shall apply to construction, operation and maintenance of the [Four-Lane]
Project Highway, and shall apply, mutatis mutandis, thereof.
2.1. The words and expressions beginning with or in capital letters used in this TOR and not
defined herein but defined in the Agreement shall have, unless repugnant to the
context, the meaning respectively assigned to them in the Agreement.
2.2. References to Articles, Clauses and Schedules in this TOR shall, except where the
context otherwise requires, be deemed to be references to the Articles, Clauses and
Schedules of the Agreement, and references to Paragraphs shall be deemed to be
references to Paragraphs of this TOR.
2.3. The rules of interpretation stated in Clauses 1.2, 1.3 and 1.4 of the Agreement shall
apply, mutatis mutandis, to this TOR.
3.1. The role and functions of the Independent Engineer shall include the following:
i. review of the Drawings and Documents as set forth in Paragraph 4;
ii. review, inspection and monitoring of Construction Works as set forth in Paragraph
5;
iii. conducting Tests on completion of construction and issuing Completion/
Provisional Certificate as set forth in Paragraph 5;
iv. review, inspection and monitoring of O&M as set forth in Paragraph 6;
v. review, inspection and monitoring of Divestment Requirements as set forth in
Paragraph 7;
vi. determining, as required under the Agreement, the costs of any works or services
and/or their reasonableness;
vii. determining, as required under the Agreement, the period or any extension thereof,
for performing any duty or obligation;
Page 77 of 248
viii. assisting Authority in review and inspection of the books of accounts submitted by
the Concessionaire to the Authority and the records maintained by Concessionaire
as set forth in Paragraph 12
ix. providing all requisite data on monthly basis in Monthly Progress Report (MPR)
within a period of 7 days from the close of month, as required by Authority, for
updating the project specific website and PMIS substantially in the format
prescribed at Annexure – I and Annexure- II
x. assisting the Parties in resolution of disputes as set forth in Paragraph 9;
xi. carrying out minor design works such as design of drainage, blackspot removal
design, etc upon request of Authority; and
xii. undertaking all other duties and functions in accordance with the Agreement.
3.2. The Independent Engineer shall discharge its duties in a fair, impartial and efficient
manner, consistent with the highest standards of professional integrity and Good
Industry Practice.
4. Development Period
4.1. During the Development Period, the Independent Engineer shall undertake a detailed
review of the Drawings to be furnished by the Concessionaire along with supporting
data, including the geo-technical and hydrological investigations, characteristics of
materials from borrow areas and quarry sites, topographical surveys and traffic
surveys. The Independent Engineer shall complete such review and send its
comments/observations to the Authority and the Concessionaire within 30 (thirty)
days of receipt of such Drawings. In particular, such comments shall specify the
conformity or otherwise of such Drawings with the Scope of the Project and
Specifications and Standards.
4.2. The Independent Engineer shall review any modified Drawings or supporting
Documents sent to it by the Concessionaire and furnish its comments within 15
(fifteen) days of receiving such Drawings or Documents.
4.3. The Independent Engineer shall review the Drawings sent to it by the Safety Consultant
in accordance with Schedule-L and furnish its comments thereon to the Authority and
the Concessionaire within 15 (fifteen) days of receiving such Drawings. The
Independent Engineer shall also review the Safety Report and furnish its comments
thereon to the Authority within 30 (thirty) days of receiving such report.
4.4. The Independent Engineer shall review the detailed design, construction methodology
and the procurement, engineering and construction time schedule sent to it by the
Concessionaire and furnish its comments within 30 (thirty) days of receipt thereof.
4.5. Quality Assurance Manual and Plan forms the basis of quality of the work. It is therefore
essential that the Quality Assurance Manual and Plan prepared by the Concessionaire
be checked and approved. Thus, the Consultant shall check contents of Quality
Assurance Plan and Manual of Concessionaire as per requirements of Quality
Management System (as per ISO 9001), IRC: SP: 47-1998 and IRC: SP: 57-2000 for road
bridges and roads respectively. The Consultant shall also offer their comments for
Page 78 of 248
modifying/ improving the document. After receiving the corrected document, the
Consultant shall review and formally approve the QAM and Quality Plan and send one
copy to the Authority.
5. Construction Period
5.1. In respect of the Drawings, Documents and Safety Report received by the Independent
Engineer for its review and comments during the Construction Period, the provisions
of Paragraph 4 shall apply, mutatis mutandis.
5.2. The Independent Engineer shall review the monthly progress report furnished by the
Concessionaire and send its comments thereon to the Authority and the Concessionaire
within 7 (seven) days of receipt of such report.
5.3. On a daily basis, the concerned key personnel of Independent Engineer shall inspect
the Construction Works. Following activities need to be undertaken during the visits.
• Review of construction including progress, quality and safety of construction
• Inspection of defects and deficiencies in construction works
• Witnessing quality inspection tests at labs established by Concessionaire on a
sample basis
Team Leader will be responsible for sending daily emails to National Highways Authority of
India field office
5.4. On a monthly basis, the Independent Engineer shall prepare a Monthly Inspection
Report in accordance with the format prescribed in Annexure V setting forth an
overview of the status, progress, quality and safety of construction, including the work
methodology adopted, the materials used and their sources, and conformity of
Construction Works with the Scope of the Project and the Specifications and Standards.
In a separate section of the Inspection Report, the Independent Engineer shall describe
in reasonable detail the lapses, defects or deficiencies observed by it in the construction
of the Project Highway. The Independent Engineer shall send a copy of its Inspection
Report to the Authority and the Concessionaire latest by 7th of every month. Key
sections of the Monthly Progress Report are as follows.
Page 79 of 248
Sr. No. Section Sub-Sections
1.1 Construction progress in current month
1.2 Summary of strip plan
1 Executive Summary
1.3 Detailed strip plan
1.4 Current issues and recommended actions by IE
2.1 Salient Features of the Project
2.2 Project Milestones
2 Project Overview
2.3 Location Map
2.4 Key Plan
Critical issues and Action 3.1 Pending issues and action log
3
log 3.2 Obligations as per contract
4 Physical Progress 4.1 Detailed physical progress by component
5.1 LA summary
5.2 LA detail by CALA
Land Acquisition and 5.3 LA detail by village
5
Clearances 5.4 Manpower with each CALA
5.5 Clearances summary
5.6 Status of utility shifting
6 Change of Scope 6.1 Status of pending COS proposals
7.1 Resource mobilization by contractor/
7 Mobilization of Resources
concessionaire
8.1 Pen picture- Escrow
8 Financial Progress Details
8.2 Escrow details
Summary of quality 9.1 Tests witnessed by IE/AE
9
control tests 9.2 Tests conducted by IE/AE
Monitoring of maintenance 10.1 Critical issues and action log
10 obligations during 10.2 Cumulative defects and deficiencies
construction phase 10.3 Status of damages
11.1 Pen picture on safety features at construction
11 Safety features site
11.2 Accident report
Annex 1: Detailed list of physical components as per
12 Annexures Schedule G
Annex 2 onwards: Additional details provided by IE
5.5. The Inspection Report shall also contain a review of the maintenance of the existing
lanes. Condition survey of the existing highway shall be carried with network survey
vehicle at the interval of six months to ascertain the highway condition. For
determining that the Construction Works conform to Specifications and Standards, the
Independent Engineer shall require the Concessionaire to carry out, or cause to be
carried out, tests on a sample basis, to be specified by the Independent Engineer in
accordance with Good Industry Practice for quality assurance. For purposes of this
Paragraph 5.5, the tests specified in the IRC Special Publication-11 (Handbook of
Quality Control for Construction of Roads and Runways) and the Specifications for
Road and Bridge Works issued by MORTH (the “Quality Control Manuals”) or any
modification/substitution thereof shall be deemed to be tests conforming to Good
Industry Practice for quality assurance. The Independent Engineer shall issue
Page 80 of 248
necessary directions to the Concessionaire for ensuring that the tests are conducted in
a fair and efficient manner, and shall monitor and review the results thereof. The
sample size of the tests shall comprise 20% (twenty per cent) of the quantity or number
of tests prescribed for each category or type of tests in the Quality Control Manuals.
5.6. The timing of tests referred to in Paragraph 5.5 and 5.6, and the criteria for acceptance/
rejection of their results shall be determined by the Independent Engineer in
accordance with the Quality Control Manuals. The tests shall be undertaken on a
random sample basis and shall be in addition to, and independent of, the tests that may
be carried out by the Concessionaire for its own quality assurance in accordance with
Good Industry Practice.
5.7. In the event that the Concessionaire carries out any remedial works for removal or
rectification of any defects or deficiencies, the Independent Engineer shall require the
Concessionaire to carry out, or cause to be carried out, tests to determine that such
remedial works have brought the Construction Works into conformity with the
Specifications and Standards, and the provisions of this Paragraph 5 shall apply to such
tests.
5.8. In the event that the Concessionaire fails to achieve any of the Project Milestones, the
Independent Engineer shall undertake a review of the progress of construction and
identify potential delays, if any. If the Independent Engineer shall determine that
completion of the Project Highway is not feasible within the time specified in the
Agreement, it shall require the Concessionaire to indicate within 15 (fifteen) days the
steps proposed to be taken to expedite progress, and the period within which the
Project Completion Date shall be achieved. Upon receipt of a report from the
Concessionaire, the Independent Engineer shall review the same and send its
comments to the Authority and the Concessionaire forthwith.
5.9. If at any time during the Construction Period, the Independent Engineer determines
that the Concessionaire has not made adequate arrangements for the safety of workers
and Users in the zone of construction or that any work is being carried out in a manner
that threatens the safety of the workers and the Users, it shall make a recommendation
to the Authority forthwith, identifying the whole or part of the Construction Works that
should be suspended for ensuring safety in respect thereof.
5.10. In the event that the Concessionaire carries out any remedial measures to secure the
safety of suspended works and Users, it may, by notice in writing, require the
Independent Engineer to inspect such works, and within 3 (three) days of receiving
such notice, the Independent Engineer shall inspect the suspended works and make a
report to the Authority forthwith, recommending whether or not such suspension may
be revoked by the Authority
5.12. The Independent Engineer shall carry out all the Tests specified in Schedule-I and issue
a Completion Certificate or Provisional Certificate, as the case may be. For carrying out
Page 81 of 248
its functions under this Paragraph and all matters incidental thereto, the Independent
Engineer shall act under and in accordance with the provisions of Article 14 and
Schedule-I. The Consultant shall use following equipment in carrying out the tests.
S No Key metrics of Asset Equipment to be used
1 Surface defects of pavement Network Survey Vehicle (NSV)
2 Roughness of pavement Laser Profilometer
3 Strength of pavement Falling Weight Reflectometer (FWD)
4 Bridges Mobile Bridge Inspection Unit (MBIU)
5 Road signs and road markings Retro-reflectometer
5.13. Upon reference from the Authority, the Independent Engineer shall make a fair and
reasonable assessment of the costs of providing information, works and services as set
forth in Article 16 and certify the reasonableness of such costs for payment by the
Authority to the Concessionaire
5.14. The Independent Engineer shall aid and advise the Concessionaire in preparing the
Maintenance Manual.
6. Operation Period
6.1. The Independent Engineer shall review the annual Maintenance Programme furnished
by the Concessionaire and send its comments thereon to the Authority and the
Concessionaire within 15 (fifteen) days of receipt of the Maintenance Programme.
6.2. The Independent Engineer shall review the monthly status report furnished by the
Concessionaire and send its comments thereon to the Authority and the Concessionaire
within 7 (seven) days of receipt of such report
6.3.1. The Independent Engineer shall carry out visual inspection of entire highway stretch
as per the frequency defined in the following table
Frequency of
Nature of defect or deficiency
inspection
ROADS
(a) Carriageway and paved shoulders
(i) Breach or blockade Daily
(ii) Pot holes Daily
(iii) Cracking Weekly
(iv) Rutting Weekly
(v) Bleeding/skidding Weekly
(vi) Ravelling/Stripping of bitumen surface Weekly
(vii) Damage to pavement edges Weekly
(viii) Removal of debris Daily
(b) Hard/earth shoulders, side slopes, drains and culverts
(i) Variation by more than 2% in the prescribed slope of camber/cross fall Weekly
Page 82 of 248
Frequency of
Nature of defect or deficiency
inspection
(ii) Edge drop at shoulders Weekly
Variation by more than 15% in the prescribed side (embankment)
(iii) Weekly
slopes
(iv) Rain cuts/gullies in slope Weekly
Damage to or silting of culverts and side drains during and immediately
(v) Weekly
preceding the rainy season
(vi) Desilting of drains in urban/semi-urban areas Daily
(c) Road side furniture including road signs and pavement marking
Damage to shape or position;
(i) Daily
poor visibility or loss of retro-reflectivity
(d) Street lighting and telecom (ATMS)
(i) Any major failure of the system Daily
(ii) Faults and minor failures Daily
(iii) Streetlight with Lux Meter Weekly
(e) Trees and plantation
Obstruction in a minimum head-room of 5 m above carriageway or
(i) Daily
obstruction in visibility of road signs
(ii) Deterioration in health of trees and bushes Weekly
(iii) Replacement of trees and bushes Weekly
(iv) Removal of vegetation affecting sight line and road structures Weekly
(f ) Rest areas/Wayside amenities
(i) Cleaning of toilets Daily
(ii) Defects in electrical, water and sanitary installations Daily
(g) Toll plaza[s]
(i) Failure of toll collection equipment including ETC or lighting Daily
(ii) Damage to toll plaza Weekly
(h) Other Project Facilities and Approach roads
Damage or deterioration in Approach Roads, -[pedestrian facilities,
(i) truck lay-bys, bus-bays, bus- shelters, cattle crossings, Traffic Aid Daily
Posts, Medical Aid Posts and other works]
(j) Incident Management
Instances of Incident Management as reported including time of call,
(i) Daily
response time, services rendered and time of clearing of the Highway.
(ii) List of the Incident Management Services rendered. Weekly
BRIDGES
(a) Superstructure of bridges
(i) Cracks Weekly
(ii) Spalling/scaling Weekly
(b) Foundations of bridges
(i) Scouring and/or cavitation Weekly
(c) Piers, abutments, return walls and wing walls of bridges
(i) Cracks and damages including settlement and tilting Weekly
(d) Bearings (metallic) of bridges
(i) Deformation Weekly
Page 83 of 248
Frequency of
Nature of defect or deficiency
inspection
(e) Joints in bridges
(i) Loosening and malfunctioning of joints Weekly
(f) Other items relating to bridges
(i) Deforming of pads in elastomeric bearings Weekly
Gathering of dirt in bearings and joints; or clogging of spouts, weep
(ii) Weekly
holes and vent-holes
(iii) Damage or deterioration in parapets and handrails Weekly
(iv) Rain-cuts or erosion of banks of the side slopes of approaches Weekly
(v) Damage to wearing coat Weekly
Damage or deterioration in approach slabs, pitching, apron, toes, floor
(vi) Weekly
or guide bunds
(vii) Growth of vegetation affecting the structure or obstructing the waterway Weekly
6.3.2. All elements which have daily inspection frequency shall be inspected weekly as well.
Similarly, all elements which have weekly inspection frequency shall be inspected
monthly as well.
6.3.3. Daily inspection report format and weekly inspection report format has been provided
in Annexure II and III of this document respectively. Manpower which needs to conduct
visual inspection and mode of reporting is defined in the following table
Frequency of Inspection to be carried out
Mode of reporting
inspection by
Daily Sub-professional staff Soft copy by Email
Weekly Key personnel Soft copy by Email
Monthly Key personnel Hard copy and Soft copy
6.3.4. High resolution photographs and video of the highway stretches having defects and/or
deficiencies shall be submitted along with Weekly Inspection Report and Monthly
Status Report. Summary of key observations around defects and deficiencies in
highway stretch shall be reported in Monthly Progress Report and detailed inspection
report shall be provided as Annexure to Monthly Progress Report.
6.3.5. The consultant shall also be responsible for inspection and monitoring of Wayside
Amenities. ETC (Electronic Toll Collection) and ATMS (Advanced Traffic Management
System) and incident management.
6.4.1. The carrying out of condition surveys will be one of the most important and crucial field
tasks under the project. The Independent Engineer shall carry out condition surveys
using equipment and following a frequency as defined under.
Page 84 of 248
Sr. Equipment to be
Key metrics of Asset Frequency of condition survey
No. used
At least twice a year (As per
Surface defects of Network Survey
1 survey months defined for the
pavement Vehicle (NSV)
state basis rainy season)
At least twice a year (As per
2 Roughness of pavement Laser Profilometer survey months defined for the
state basis rainy season)
Falling Weight
3 Strength of pavement At least once a year
Reflectometer (FWD)
Mobile Bridge At least twice a year (As per
4 Bridges Inspection Unit survey months defined for the
(MBIU) state basis rainy season)
At least twice a year (As per
5 Road signs Retro-reflectometer survey months defined for the
state basis rainy season)
The first equipment based inspection shall be conducted at the time of completion
testing. The other inspections shall be conducted before and after the rainy seasons as
per the schedule defined in Annexure IV, except for FWD testing which shall be
conducted once a year.
Page 85 of 248
ii. The following criteria shall be met by the process of defects detection
• Measurement of 3D road profile using such technologies as laser scanning or
other proven technologies.
• Ability to operate (collect data) at different speeds with a minimum speed of
30km/hr and up to at least 75 km/hr.
• Profile depth accuracy of 0.5mm
• Capability for lane tracking to control driver wander’ and ensure high
repeatability of data between surveys.
• Measure at least 3.5m width of highway lane.
• Transverse Profile including rut depth measurement of pavement surface
widths of both carriageway and shoulders. The rut depth data must be
convertible to different straightedge lengths (1.8m to 3.5m) and meet industry
standards (ASTM E1703 / E1703M).
• Pavement images with capability to automatically identify and rate distresses
• Roughness measurement with outputs of both raw longitudinal profiles and
International Roughness Index (IRI) calculation shall be reported at least 100m
referenced to the preceding Location Reference Post (LRP). The roughness
must meet ASTM-E950 (equivalent to Class I road profiler). The IRI shall be
determined in both wheelpaths.
• Ability to record images at user-defined intervals (e.g. every 5, 10m, etc.)
• Minimum images resolution of 1600x1200
• Outputs must include Standard JPEG image or similar industry standard
• Distance resolution of <1mm,
• Capable of achieving distance accuracy of 0.1% (i.e. within 1m over 1km
distance)
• All data outputs should be in a non-proprietary format (e.g. .CSV, .MDB, Excel)
and not require specialist software in order to view or format data
• Data should also be capable of being easily formatted into data compatible
with HDM-4
iii. The following are the set of deliverables which should be submitted after
completion of survey as part of Monthly Progress Report
• Raw data generated from the equipment which are part of Network Survey
covering the parameters mentioned in above table. It should also include
o Survey ID, Description, Date, Lane
o GPS referenced data for GIS mapping
• Video logging
Page 86 of 248
o Pavement imagery (AVI/JPEG)
o 360 degree imagery (JPEG)
• Interpretation report covering summary of entire survey and analysis of
defects and deficiencies
6.4.3. Measurement of pavement strength
i. The Independent Engineer shall carry out structural strength surveys for existing
pavements using Falling Weight Deflectometer technique in accordance with the
procedure given in IRC:115-2014 (Guidelines for Structural Evaluation and
Strengthening of Flexible Road Pavements Using Falling Weight Deflectometer
(FWD) Technique) and IRC: 117-2015 (Guidelines for the Structural Evaluation of
Rigid Pavement by Falling Weight Deflectometer)
ii. The interval at which deflection measurements are to be taken up are as per
IRC:115-2014 / IRC:117-2015. The sample size and the interval of the data to be
collected depends on the length of the uniform section calculated and condition of
the pavement section i.e ‘good’, ‘fair’ and ‘poor’ for each lane, established on the
pavement condition data based on the criterion given in IRC:115-2014. For rigid
pavements, the deflection data may be collected at interiors, corners, transverse
joints and longitudinal joints in the outer lanes at intervals as specified in IRC:117-
2015.
iii. The following are the set of deliverables which should be submitted after
completion of inspection test as part of Monthly Progress Report
6.4.4. The Independent Engineer shall carry out the condition and structural assessment
survey of the bridges in accordance with IRC-SP; 35 with the use of Mobile Bridge
Inspection unit (MBIU) or better technology.
i. The following criteria shall be met by the process of bridge condition assessment
Page 87 of 248
ii. Detailed bridge inspection report shall be submitted as per the Inspection Proforma
provided in IRC-SP 35
ii. The following criteria shall be met by the process of road signs retroreflection
measurement
• Measurement of retroreflective signs shall be conducted in accordance with ASTM E1709
and ASTM E2540
• Measurement time after pressing trigger shall be less than or equal to 1 sec
• Inbuilt data storage of at least 2,000 measurements so that data transfer requirement is
minimized while the survey is being conducted
iii. The following are the set of deliverables which should be submitted after completion
of survey as part of Monthly Progress Report
6.5. The Independent Engineer shall carry out following inspections of ETC lanes at toll
plazas on a month basis:
(a) Infrastructure:
• Availability of civil infrastructure at toll plazas required for installation of ETC systems
• Adequacy of hardware, software and other related items as per IHMCL/National Highways
Authority of India technical specifications and requirements
(b) Operations:
• Adherence of various stakeholders (acquirer bank, system integrator, toll operator, issuer bank
etc) of the ETC system to the service level agreements
• Efficacy of the ETC system (RFID tagging, AVC, WIM etc) in terms of accuracy and uptime
• Tracking and reporting toll plaza experience metrics such as average waiting time, transaction
times for different modes of payment (RFID, cash, smart cards, QR codes etc) and congestion
levels (eg length of queue in different lanes) across 4 different times in a day
Page 88 of 248
• Robustness of dispute resolution mechanisms in place for the tag holder and toll operators by
the issuer and acquirer banks
6.6. The Independent Engineer shall prepare a Monthly Status Report in O&M phase of
project in respect of its duties and functions under this Agreement and in accordance
with the format prescribed in Annexure VI. 1st deliverable of the report which is an
executive summary to the main report (Section 1) shall be submitted to the Authority
and updated on the PMIS and project specific website by 4th of every month. Main
report (Section 2 onwards) shall be submitted to the Authority and updated on the
PMIS and project specific website by 7th of every month. Key sections of the Monthly
Status Report are as follows.
S.No Sections Sub sections
1.1 Overall road condition
1.2 Key reporting metrics
1.3 Key maintenance activities undertaken
1 Executive Summary
1.4 Pending issues
1.5 Recommended actions by AE
1.6 Strip plan for maintenance
2.1 Key project details
2.2 Location map
2 Project Overview 2.3 Key plan
2.4 Summary of project features
2.5 RoW availability
3.1 Issue and action log
Critical issues and action 3.2 Summary of deficiencies
3
taken 3.3 Obligations as per contract
3.4 Inspection schedule
4.1 Summary of NCR issued
4 Monthly Inspection Report
4.2 Equipment based inspection report
5.1 Monthly ETC Report
5 Monitoring of ETC Lanes 5.2 On-ground infrastructure report
5.3 On ground ETC operations & SLA adherence
6.1 Damages for non completion of project facilities
6.2 Damages for breach of maintenance activities
5 Status of damages
6.3 Damages for non completion of major maintenance
works
7 Change of Scope proposals 7.1 Change of Scope proposals
8 Status of pending disputes 8.1 Status of pending disputes
9.1 Toll collection statement
9.2 Accident Report
9 Reports 9.3 Details of user complaints
9.4 Encroachment list
9.5 Lane closure report
Page 89 of 248
S.No Sections Sub sections
Annex I- Detailed visual inspection report of project
10 Annexures highway
Annex II onwards- Additional details provided by AE
6.7. The Independent Engineer shall in its O&M Inspection Report specify the tests, if any,
that the Concessionaire shall carry out or cause to be carried out for the purpose of
determining that the Project Highway is in conformity with the Maintenance
Requirements. It shall monitor and review the results of such tests and the remedial
measures, if any, taken by the Concessionaire in this behalf.
6.9. The Independent Engineer shall determine if any delay has occurred in completion of
repair or remedial works in accordance with the Agreement, and shall also determine
the Damages, if any payable by the Concessionaire to the Authority for such delay.
6.10. The Independent Engineer shall examine the request of the Concessionaire for closure
of any lane(s) of the carriageway for undertaking maintenance/repair thereof, keeping
in view the need to minimise disruption in traffic and the time required for completing
such maintenance/repair in accordance with Good Industry Practice. It shall grant
permission with such modifications, as it may deem necessary, within 3 (three) days of
receiving a request from the Concessionaire. Upon expiry of the permitted period of
closure, the Independent Engineer shall monitor the re-opening of such lane(s), and in
case of delay, determine the Damages payable by the Concessionaire to the Authority
under Clause 17.7.
6.11. The Independent Engineer shall monitor and review the curing of defects and
deficiencies by the Concessionaire as set forth in Clause 19.4.
6.12. In the event that the Concessionaire notifies the Independent Engineer of any
modifications that it proposes to make to the Project Highway, the Independent
Engineer shall review the same and send its comments to the Authority and the
Concessionaire within 15 (fifteen) days of receiving the proposal.
6.13. Upon request of Authority, the Independent Engineer shall carry out minor design
works such as design of drainage, blackspot removal design, etc
6.14 The Independent Engineer shall undertake traffic sampling, as and when required by
the Authority, under and in accordance with Concession Agreement ..
7. Termination
7.1. At any time, not earlier than 90 (ninety) days prior to Termination but not later than
15 (fifteen) days prior to such Termination, the Independent Engineer shall, in the
presence of a representative of the Concessionaire, inspect the Project Highway for
Page 90 of 248
determining compliance by the Concessionaire with the Divestment Requirements set
forth in Clause 38.1 and, if required, cause tests to be carried out at the Concessionaire’s
cost for determining such compliance. If the Independent Engineer determines that the
status of the Project Highway is such that its repair and rectification would require a
larger amount than the sum set forth in Clause 39.2, it shall recommend retention of
the required amount in the Escrow Account and the period of retention thereof.
7.2. The Independent Engineer shall inspect the Project Highway once in every 15(fifteen)
days during a period of 90 (ninety) days after Termination for determining the liability
of the Concessionaire as per Concession Agreement , in respect of the defects or
deficiencies specified therein. If any such defect or deficiency is found by the
Independent Engineer, it shall make a report in reasonable detail and send it forthwith
to the Authority and the Concessionaire.
11. Miscellaneous
11.1. All key personnel and sub professional staff of the Independent Engineer shall use the
fingerprint based (biometric) attendance system for marking their daily attendance.
Attendance shall be marked at least once a day and anytime during the day. 1 Biometric
Attendance System shall be installed by the Independent Engineer at its own cost at the
site office in order to facilitate the attendance marking. More systems can be installed
near the project highway upto a maximum of 1 system per 50 km in order to encourage
frequent visits of project highway by key personnel and sub professional staff. A copy
of monthly attendance records shall be attached with Monthly Status Report. Proper
justification shall be provided for cases of absence of key personnel/ sub professional
staff which do not have prior approval from Project Director of concerned stretch
11.2. The Independent Engineer shall notify its programme of inspection to the Authority
and to the Concessionaire, who may, in their discretion, depute their respective
representatives to be present during the inspection.
Page 91 of 248
11.3. A copy of all communications, comments, instructions, Drawings or Documents sent by
the Independent Engineer to the Concessionaire pursuant to this TOR, and a copy of all
the test results with comments of the Independent Engineer thereon shall be furnished
by the Independent Engineer to the Authority forthwith.
11.4. The Independent Engineer shall obtain, and the Concessionaire shall furnish in two
copies thereof, all communications and reports required to be submitted, under this
Agreement, by the Concessionaire to the Independent Engineer, whereupon the
Independent Engineer shall send one of the copies to the Authority along with its
comments thereon.
11.5. The Independent Engineer shall retain at least one copy each of all Drawings and
Documents received by it, including ‘as-built’ Drawings, and keep them in its safe
custody.
11.6. Upon completion of its assignment hereunder, the Independent Engineer shall duly
classify and list all Drawings, Documents, results of tests and other relevant records,
and hand them over to the Authority or such other person as the Authority may specify,
and obtain written receipt thereof. Two copies of the said documents shall also be
furnished in micro film form or in such other medium as may be acceptable to the
Authority.
Page 92 of 248
The tests result on completion including video, NSV survey report / data and safety
audit shall invariably be upload on the PMIS portal before issue of completion
certificate by the Independent Engineer after ascertaining that all pre-requisites as per
Concession Agreement has been fulfilled by the Concessionaire, failing which
consultancy firm shall be debarred for a period of two year.
Consultant shall record all aspects as per services to be provided in terms of reference
(ToR) including MPR to reflect the actual progress, hindrances, deployment of
resources by the contractor, quality control, Non-conformity reports, safety, fulfilment
of obligations of Concessionaire and consultant including approval of various
documents, design & drawings, failing which consultancy firm shall be warned for non-
performance. In case consultancy firm continues to default, even after multiple
warnings exceeding five times, the firm shall be put on holiday listing (temporary
debarment) for a period of upto 12 months from future assignment by MoRT&H or its
executing agencies.
Page 93 of 248
15. PERIOD OF SERVICES
15.1. The services of an Independent Engineer will be in phases as per Contract / Concession
Agreement.
15.1.1. The appointment of the Independent Engineer shall initially be as per details given
below.
The proposed manpower deployment for this period shall be matching the activities to
be performed during the said period. The time frame for services during the
deployment of key personnel during this period shall be as shown in Enclosure A.
Page 94 of 248
Enclosure-A
INDEPENDENT ENGINEER
Sr. No. Key Personnel Man-month in Man-month in
Construction period Development and O&M
A: Key Personnel of 24 months period of 24 months
1. Team Leader Cum Senior Highway Engineer 24 6
2. Resident cum Highway Engineer 2x24 24
3. Bridge/Structural Engineer 24 6
4. Senior Pavement Specialist 24 0
5. Senior Quality cum Material Expert 24 0
6. Road Safety Expert 8 6
Sub Total 152 42
B: Sub Professional Staff
(a) Highway Design Engineer 4 0
(b) Bridge/ Structural Design Engineer 4 0
(c) Survey Engineer 24 8
(d) Assistant Highway Engineer 2 x 24 1 x 24
(2 Nos.)
(e) CAD Expert 8 8
(f) Environmental Engineer 6 0
(g) Assistant Bridge Engineer 2x24 0
(h) Assistant Quality cum Material Engineer 2 x 24 0
(i) Electrical Engineer 4 3
(j) HTMS/Toll Expert 2 0
(k) Quantity Surveyor 12 3
(l) Horticulture cum Landscaping Expert 6 12
(m) Building Expert 0 0
Sub Total 214 58
Total for Construction and O&M 272
Note:
1. The other inputs like support staff shall be provided by the Consultant of an acceptable type
commensurate with the roles and responsibilities of each position
2. In case of project having different construction period, Man Month Input shall be adjusted
proportionately
3. The Financial Expert/Legal expert/Contract Specialist may be required for the project for specific
needs. Their deployment shall be arranged by the Consultant on specific requisition from the
Authority and the payment shall be made as per the actual deployment. The Financial Expert/Legal
expert/Contract Specialist shall be paid at the rates quoted for Senior Pavement Specialist.
Page 95 of 248
Enclosure B
This is the senior most position and the expert engaged as the team leader shall be responsible
for reviewing the entire Project preparation and implementation activities of the
Concessionaire. He shall check all the Designs being prepared by the Concessionaire, ensure
execution of works on site as per specification and standards, and continuously interact with
the National Highways Authority of India and the Concessionaire. He shall undertake Project
site visits and shall guide, supervise, coordinate and monitor the work of other experts in his
team as well as those of the Concessionaire. The candidate is required to be a Senior Highway
Engineer, who should have a proven record of supervising, organising and managing of
construction of highway projects and also of Project preparation of large magnitudes projects,
as defined below, financed by international lending agencies and others. Knowledge of Project
management shall be an added advantage.
1. Essential Qualifications.
e) He should have handled as Team Leader or similar capacity of at least two Projects
of project Preparation of major highway Project (of length 40% of project length or
more of similar configuration (2/4/6 laning**).
2. Preferential Qualifications.
b) Highway Development Projects (of length 40% of project length or more of similar
configuration (2/4/6 laning**) taken up under PPP.
Page 96 of 248
Supervision/IE).
(2) Only those projects will be considered for evaluation at Sl. No. 1(d), 1(e) & 1(f) above, where
the input of the personnel is 12 months, 9 months and 12 months respectively.
The Resident cum Highway Engineer shall be responsible for supervising the works of
highway to be constructed by the Concessionaire for this project. He shall also inspect the
pavement rehabilitation and repair works to be undertaken by the Concessionaire.
1. Essential Qualifications.
d) Should have handled at least 2 major projects(of length 40% of project length or more
of similar configuration (2/4/6 laning**) and above).
2. Preferential Qualifications.
b) Experience of Highway Project (of length 40% of project length or more of similar
configuration (2/4/6 laning**) and above) of Construction / Construction Supervision
/ IC on PPP Mode
The Bridge & Structural Engineer shall be responsible for checking the designs of bridges,
ROBs, interchanges and any other structure to be constructed in the Project highway and
supervising the works of bridges, interchanges and any other structure to be constructed by
the Concessionaire for this project. He shall also inspect the bridge rehabilitation and repair
works to be undertaken by the Concessionaire. He should have thorough understanding and
experience with international `best practices’ of modern bridge construction technology.
1. Essential Qualifications.
Page 97 of 248
/ any other structures.
2. Preferential Qualifications.
The expert shall be continuously interacting with the Concessionaire, for the review of
highway designs and drawings using sophisticated computer software and also construction
and O&M works and to ensure life cycle cost effectiveness and viable design of pavement
including appropriate rehabilitation / strengthening of the existing two lane pavement which
is significantly distressed. He shall also be responsible for ensuring complete adherence to
maintenance standards during Construction and Operation period. Thus, the position requires
a pavement specialist with thorough knowledge and understanding of international ‘best
practices’ in the field of Design, Construction and maintenance of flexible/rigid type of
pavements including latest Codal stipulations and specifications.
1. Essential Qualifications.
2. Preferential Qualifications.
Page 98 of 248
SENIOR QUALITY/MATERIAL EXPERT
The Quality/Material Expert shall review the test results of bore holes, quarry and borrow area
material to find out their strength characteristics and suitability for using them in construction.
He shall inspect the Concessionaire’s field laboratories to ensure that they are adequately
equipped and capable of performing all the specified testing requirements of the contract. He
shall look into the quality assurance aspect of the construction works and supervise the
setting-up of the various Concessionaire’s rock crushers and bituminous mixing plants to
ensure that the specified requirements for such equipment are fully met. Experience in latest
Quality Management techniques in highway projects shall have added advantage.
1. Essential Qualifications.
2. Preferential Qualifications.
Shall be responsible for the overall Road Safety Aspect of the Project. He shall ensure that
safety provisions as per relevant codes are strictly followed at site during Construction of
Road and also during the Maintenance Period
1. Essential Qualifications.
d) Experience in similar capacity in Road Safety Audit of at least 2 nos 2/4/6 lane**
highway / expressway project including 1 nos at design stage
Page 99 of 248
f) It is mandatory for the Road Safety Expert to have completed at least 15 days
certification course on Road Safety Audit from IAHE/IITs/NITs/CRRI. The CV of the
proposed key personnel not having completed minimum 15 days certification course
shall not be evaluated. For avoidance of doubt, it is clarified herein that the certification
training course may be either from a single institution or from multiple institutions.
2. Preferential Qualifications
Experience in similar capacity in Preparation of Road Safety Management Plan for inter urban
Highways.
SUB PROFESSIONAL
SURVEY ENGINEER
The candidate should be Graduate in Civil Engineering Firm may field Survey Engineer with
diploma in Civil Engineering/Survey having at least 5 years experience in the field of surveying
out of which at least 3 years should be in highway projects and they should have also dealt with
at least 1 project of similar nature. This position requires thorough understanding of modern
computer based method of surveying with total station digital level etc.
CAD EXPERT
ENVIRONMENTAL ENGINEER
The Candidate should be Graduate in Civil Engineering with 3 years experience. He should have
handled at least 1 major bridge project.
The Candidate should be Graduate in Civil Engineering or diploma in Civil Engineering with 3
years experience.
The candidate should be a senior Systems Engineer having experience of at least 15 Years. He
should be an expert in preparation of standards for projects of toll collection and HTMS. He
should have bachelors degree in Civil Engineering/Electronics/Computer Science/other
relevant areas. He should have experience of international latest practices in the field of HTMS
and tolling. He should have work experience on at least 2 similar projects in similar capacity.
QUANTITY SURVEYOR
(2)Preferential Qualification.
(a) Post Graduate Degree in Highway / Pavement /Transportation Engineering
(b) Experience in Highways Projects in innovative/ nontraditional technology
and design.
(1)Essential Qualifications.
(i) Graduate in Civil Engineering from a recognized University.
(ii) Professional Experience of 8 years in Bridge Design.
(iii) 5 years out of total 8 years experience in similar capacity for design of major
highway bridges/ structures.
(iv) Experience of designing of at least 2 major highway Bridges of similar
configuration.
BUILDING EXPERT
The Candidate should be Graduate in Civil Engineering from recognised institute. He should
have min. 5 years of professional experience in supervision of Building projects and have
handled at least 2 major building projects.
Note: Upto 2 sub-professional can be a fresh graduate (zero/ less than minimum required work
experience) with first class in graduation stream. Eligibility requirement in terms of minimum
years of experience shall not be applicable for this sub professional. However, this is not
applicable to Highway Design Engineer and Bridge/ Structural Design Engineer, who have to
fulfil the qualification/ experience requirement as mentioned in the RFP Document.
Results of lab
Description of Name of key
tests conducted
inspection personnel
Component Item Description (Test
work carried inspecting the
conducted,
out work
Pass/Fail)
1. Road works
Embankment/ Sub
including
Grade/ GSB/ WMM/
culverts, and
DBM/ BC
minor bridges
2. Major Bridge
Foundation/ Sub
works, Flyovers,
structure/ Super
ROB, RUB, VUP,
structure
PUP
3. Approach to
Foundation/ Sub
ROB/RUB/ Major
structure/ Super
Bridges/ Viaduct /
structure
RE wall
4. Other Works
Equipment based road inspection shall be done by the Consultant twice a year as per the
month of the year defined in the following table.
However, since the first survey shall be conducted at the time of completion testing, the
following modification to the schedule shall be adopted. For example, if majority of highway
length (>50%) passes through a state, where defined survey months are May and November, if
completion testing is conducted in April, then the first equipment based survey shall be
conducted in the month of April. This shall be considered as the equipment based survey to be
conducted in the month of May. The 2nd equipment based survey shall be conducted in the
month of November, the 3rd survey shall be conducted in the month of May and so on. As
regards FWD, the first test/survey shall be conducted at the time of completion in April. The
2nd test/survey shall be conducted in April of next year and so on.
Region State Survey before rains Survey after rains
[PROJECT NAME]
Independent Engineer
[NAME OF CONSULTING FIRM]
Page Nos
12 Annexures 136
% Total % %
Length Length Length
Pending Total Total
(km) (km) (km)
Length Length Length
2 Project Overview
Project Name
NH No. (New/ Old)
Scheme/ Phase
Mode of the Execution (BOT Toll/ BOT Annuity/ EPC/ HAM/ Item Rate/
Others)
No. of Lanes/ Configuration
Length of the Project (in Km)
Total Project Cost (in Cr)
No. of Bypasses (Name of Town, Length)
No. of Major Bridges (Number and Location)
No. of Toll Plazas (Number and Location)
No. of Fly Overs (Number and Location)
DPR Consultant Name
Lead & Consortium Members of Banks
Concessionaire Name (SPV & Parent Company)
Date of Award (LOA Date)
Appointed Date
Concession Period
Construction Period (in Days)
O&M Period (in Days)
Scheduled Date of Completion
Independent Engineer
IE / AE Agreement Date
IE / AE Mobilization Date
[Above image is illustrative only. Please include chainage and name below the axis and
list of features above the axis]
4 Physical Progress
Physical Physical Progress
Component % Weightage Progress(During (Cumulative, Upto
Current Month) Current Month)
Road Works 35.00% 5% 15.0%
Major Bridge works and
40.00% 1.20% 26.2%
ROB / RUB
Structures 21.00% 0.00% 0.8%
Other Works 4.00% 0.00% 0.0%
Physical Progress 2% 42.0%
Cost
Planned in
Cost Weightage Value of
Scope (As Progress %Physical
Component Weightage in Item Description in Physical
per Scope till Date Progress
Project (%) Component Progress(7X4)
of Work)
(%)
1 2 3 4 5 6 7 8
1. Road works 35.00% 1. C&G 5.00% 80 km 45 km 56% 2.8%
including culverts, 2. Embankment 5.00% 80 km 40 km 50% 2.5%
minor bridges, 3. Sub Grade 5.00% 80 km 35 km 44% 2.2%
underpasses, 4. GSB 5.00% 80 km 33 km 41% 2.1%
overpasses, 5. WMM 5.00% 80 km 30 km 38% 1.9%
approaches to 6. DBM 5.00% 80 km 28 km 35% 1.8%
ROB/RUB/ Major
7. BC 5.00% 80 km 27 km 34% 1.7%
Bridges/ Structures
(but excluding
service roads)
2. Major Bridge 40.00% 1. Major Bridges 10.00% 6 No 6 No 100% 10.0%
works and 2. Minor Bridges 5.00% 23 No 21 No 91% 4.6%
ROB/RUB 3. Flyovers 5.00% 2 No 0 0% 0.0%
4. ROB 5.00% 228 No 121 No 53% 2.7%
5. VUP 5.00% 11 No 6 No 55% 2.7%
6. PUP 5.00% 15 No 6 No 40% 2.0%
7. RUB 5.00% 136 No 114 No 84% 4.2%
3. Structures 21.00% 1. Foundation 5.00% 35 km 2.2 km 6% 0.2%
(elevated sections, 2. Sub-structure 5.00% 35 km 2.1 km 6% 0.2%
reinforced earth) 3. Super-structure 5.00% 35 km 2.1 km 6% 0.2%
4. Reinforced 6.00% 35 km 2.1 km 6% 0.2%
Earth Wall
4. Other Works 4.00% 1. Toll Plaza 4.00% 4 No 0 0% 0.0%
GRAND TOTAL 100% 42.0%
5.1 LA Summary
Total Amoun
3H 3G Amount Amount
Land t
Pen 3HDo Pen 3GDo 3DDo 3ADo Deposit Disbursed Pending
left to 3DPendi 3APendi Award
CALA d- ne d- ne ne ne ed by Amount(Cr
be ng (ha) ng (Ha) ed
ing (ha) ing (ha) (ha) (ha) (Crore CALA(Cro ore Rs.)
Acquir (Crore
(ha) (ha) Rs.) re Rs.)
ed (Ha) Rs.)
[CALA
150 15 15 15 135 0 150 0 150 396 370 327 43
1]
[CALA
67 0 0 0 67 0 67 0 67 132 132 120 23
2]
[CALA
23 23 23 23 0 14 9 0 23 0 0 0 0
3]
Gran
d 240 38 202 38 202 14 226 0 240 528 502 447 66
Total
CALA 1
Total Amount
3H 3G Amount Amount Pendin
Land left 3H 3G 3D 3D 3A 3A Disburse
Pend- Pend- Awarded Deposite g
Village to be Done Done Pendin Done Pendin Done d by
ing ing (Crore d (Crore Amount
Acquired (ha) (ha) g (ha) (ha) g (Ha) (ha) CALA
(ha) (ha) Rs.) Rs.) (Rs Cr)
(Ha) (Rs Cr)
[Village 3] 23 23 23 23 0 14 9 0 23 0 0 0 0
Grand
240 38 202 38 202 14 226 0 240 528 502 447 66
Total
Provided
by Revenue Tehsildar
Patwaris/ Comput
National Amins/ Inspecto s/ Clerks/
Village Accounta er Chainm
CALA Highways Surveyo rs/ Dep. Sahaya Peons Total
accounta nts operato an
Authority rs Kanung Tehsildar ks
nt rs
of India/ o s
State Govt
National
Highways
[CALA 1] 4 1 0 0 3 0 3 1 0 12
Authority of
India
National
Highways
[CALA 2]
Authority of
India
Grand Total
Environment
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
Approval of construction in coastal Obtaine Nil Completed
zone d
Forest Land
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
Diversion of Xx ha ([Chainage]) Pending [Length in Completed Stage 1 clearance
km] pending
Diversion of Xx Ha. ([Chainage]) Obtaine Nil Ongoing
d
Wildlife
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
Diversion of Xx Ha. of forest Pending [Length in Ongoing Queries sent to MoEF by RO,
land km] compliance pending
Tree Cutting
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
N.A. N.A. N.A. N.A. N.A.
Railway (ROBs/RUBs)
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
[GAD Number] Proposal [Chainage] Uploaded on N.A.
Submitted, portal on
Approval pending [DD/MM/YYYY]
Estim
[Lengt
Others ate [DEPAR [DD/MM/ [DD/MM/ [DD/MM/ [DD/MM/
TBD
h
Appro TMENT] YYYY] YYYY] YYYY] YYYY]
in km]
ved
6 Change of Scope
Date of first COS
Expected/ Actual Date of
S No. Proposal Details submission to IE Current Status Amount Approval
Cumulative inflow
Cumulative outflow Inflow to Escrow Outflow from
to Escrow till
TPC (Cr) from Escrow till during the month Escrow during the
previous month
previous month(Cr) (Cr) month(Cr)
(Cr)
1,206 1,033 900 30 35
Are the Escrow withdrawals in accordance with the order of withdrawal as specified
in the Concession Agreement?
Tick as applicable
If not, details to be provided below:
Escrow
Escrow Plan Escrow Plan Escrow Escrow Escrow Actual till
Cumulative
till date- till date- Plan till Actual till Actual till date-
TPC (Cr) exp. till date
Debt Equity (BOT) date- VGF date- Debt date- Equity VGF
(Cr)
(BOT)(Cr) (Cr) (BOT) (Cr) (BOT) (Cr) (BOT) (Cr) (BOT)
(Cr)
Total test up to
Frequency Total test in This Cumulative No. of
Previous
Description of tests Unit Month tests Remarks
Month
No.s Qty. Conducted Pass Fail Conducted Pass Fail Conducted Pass Fail
Sub grade
Grain Size
1 1500 m3 0 0 0 0 0 0 0 0 0
Analysis
C.B.R 1 3000 m3 0 0 0 0 0 0 0 0 0
No.s Qty. Conducted Pass Fail Conducted Pass Fail Conducted Pass Fail
Wet Mix
Macadam
Filter material
Concrete
Cement
Water
Prime Coat
Tack coat
Dense
Bituminous
Macadam
Bituminous
Concrete
Bitumen test
DLC
Steel
<Quality inspection test results to be reported in a table similar to the table provided in previous
section>
suggested by SC
Length affected
affected due to
Action(s) taken
Expected Date
Ongoing/New
for resolving
Chainage(s)
Description
Concerned
Authority
the issue
Action(s)
till now
issue
Issue
Issue
(km)
SNo
2 Hard/Earth Shoulders
4 Road furniture
(c ) Bridges
11 Safety features
Date
1/1/17
Chainage no
RHS pm
Time of accident
11.2 Accident Report
382/050 05:25
M
Sex (M/F)
A
2
Accident location
B
2
Nature of accident
C
3 Classification of
accident
D
Causes
E
Load conditions of
vehicle
F
Road condition
Intersection type of
control
H
Weather condition
I
Age of victim
J
Type of victim
K
Type of vehicle
-
Fatal
1
Major
No of
affected
persons
Minor
Help provided by
Ambu
Mapping of report fields to responses
A 1. Urban 2. Rural
1. Overturned 2. Head On Collision 3. Hit from Back 4. Hit to Fix Object 5. Right turn Collision
B
6. Left turn Collision 7. Veered Out off The Road 8. Hit Pedestrian 9. Unknown/Hit & Ran Away
C 1. Fatal 2. Major injury 3. Minor injury
1. Drunken 2. Over Speeding 3. Vehicle out of Control 4. Driven on wrong side 5. Mechanical
D
Problem 6. Drowsiness/Not Applicable 7. Fault of Driver
E 1. Normally Loaded 2. Overloaded/Handing 3. Empty 4. Unknown
F 1. Straight road 2. Slight Curve 3. Sharp Curve 4. Hump 5. Dip
1. T-Junction 2. Y-Junction 3. Four arm Junction 4. Staggered Junction 5. Junction with more
G
than 6. Round about
1. Fine/Clear 2.Mist/Fog 3. Cloudy 4. Light Rain 5. Heavy Rain 6. Strong Wind 7. Dust Storm 8.
H
Cold 9. Hot
I 1. 0-18 Years 2. 18-25 Years 3. 25-40 Years 4.40-60 Years 5. 60-80 Years
J 1. Driver 2. Passenger 3. Pedestrian 4. Cyclist 5. Others
1. Two Wheeler 2. Auto Rickshaw 3. Car/Jeep 4. Bus 5. Light Truck 6. Heavy Truck 7. Tractor
K
8. Bicycle 9. Cycle Rickshaw 10. Hand Drawn Cart 11. Animal Drawn Cart
12 Annexures
Physical
Component
Item
A- Widening and strengthening of existing road
(1) Earthwork up to top of the sub-grade
(2) Granular work (sub- base, base, shoulders)
(a) GSB
(b) WMM
(3) Shoulders
(4) Bituminous work
(a) DBM
(b) BC
(5) Rigid Pavement
Road works
Concrete work
including culverts,
minor bridges, (6) Widening and repair of culverts
underpasses,
(7) Widening and repair of minor bridges
overpasses,
approaches to B- New realignment/bypass
ROB/RUB/ Major (1) Earthwork up to top of the sub-grade
Bridges/ Structures
(but excluding (2) Granular work (sub- base, base, shoulders)
service roads) (a) GSB
(b) WMM
(3) Shoulders
(4) Bituminous work
(a) DBM
(b) BC
(5) Rigid Pavement
Concrete work
C- New culverts, minor bridges, underpasses, overpasses on
existing road, realignments, bypasses:
(1) Culverts
Physical
Component
Item
(2) Minor bridges
(a) Foundation
(b) Sub-structure
(c) Super-structure (including crash barriers etc. complete)
(3) Cattle/Pedestrian underpasses
(a) Foundation
(b) Sub-structure
(c) Super-structure (including crash barriers etc. complete)
(4) Pedestrian overpasses
(a) Foundation
Road works including
(b) Sub-structure
culverts,minor bridges,
(c) Super-structure (including crash barriers etc. complete)
underpasses,
(5) Grade separated structures
overpasses, approaches
(a) Underpasses
to ROB/RUB/ Major
(i) Foundation
Bridges/ Structures (but
(ii) Sub-structure
excluding service roads)
(iii) Super-structure (including crash barriers etc.complete)
(b) Overpass
(i) Foundation
(ii) Sub-structure
(iii) Super-structure (including crash barriers etc. complete)
(c) Flyover
(i) Foundation
(ii) Sub-structure
(iii) Super-structure (including crash barriers etc. complete)
(d) Foot over Bridge
Major Bridge A- Widening and repairs of Major Bridges
Physica
Component
l Item
(1) Foundation
(a) Open Foundation
(b) Pile Foundation/Well Foundation
works (2) Sub-structure
and (3) Super-structure (including crash barriers etc. complete)
ROB/RU B- Widening and repair of
B (a) ROB
(1) Foundation
(2) Sub-structure
(3) Super-structure (including crash barriers etc. complete)
Physical
Component
Item
(1) Foundation
Structures (elevated (2) Sub-structure
sections, reinforced (3) Super-structure (including crash barriers etc. complete)
earth)
(4) Reinforced Earth Wall (includes Approaches of ROB, Underpasses,
Overpasses, Flyover etc.
(i) Service roads/ Slip Roads
(ii) Toll Plaza
(iii) Road side drains
(iv) Road signs, markings, km stones, safety devices, ….
(a)Road signs, markings, km stones, ….
(b) Concrete Crash Barrier/ W-Beam Crash Barrier in Road
work
(v) Project facilities
(a) Bus bays
(b) Truck lay-byes
(c) Rest areas
Other Works
(vi) Repairs to bridges/structures
(vii) Road side plantation
(viii) Protection works
(a) Boulder Pitching on slopes
(b) Toe/Retaining wall
(ix) Tunnel
(a) Excavation
* The above list is illustrative and may require modification as per the actual scope
of the work
IE / AE should include comments, status update, data points and reports in following
annexures which have not been included elsewhere in the main report. Such reports may
include but not limited to:
• Review status of drawings/ design reports
• Review status of other documents
• Minutes of review meeting
• Detailed Inspection report of project highway
• Correspondence details
• Weather report
• Organizational chart of Concessionaire / Contractor and IE / AE
• List of lab equipment
• Details of user complaints
• Project photographs
Independent Engineer
1 Executive Summary
• Overlay on the entire stretch of project length of 252 km and service roads has not
been taken up by Concessionaire yet since the date of completion of overlay is due in
next 25 days
• Over all progress is very slow regarding repair of potholes and rutting on Main
Carriageway which is causing inconvenience to highway users and is also a concern
from road safety point of view.
• Street lighting in
− Anantapur bypass completed on main carriageway and is energized but for
service roads street lighting is pending on both sides
− Kurnool bypass erection of poles only completed in main carriageway not
yet energized till to date, but for service roads not started
Main report
2 Project Overview
Project Name
NH no (New/Old)
Mode of the Project
No. of Lanes
Length of the Project
Total Project Cost
Concessionaire/ Contractor
Date of Award (LOA date)
Appointed Date
Commercial Operation Date (COD)
Concession Period
O&M Period
Independent Engineer
IE Agreement Date
IE Mobilization Date
IE Scheduled Completion Date
IE EOT (Extension Of Time)
RoW availability
20 m
18 m
16 m 16 16 16 16 16 16 16
14 m
12 m
10 m
8m 8.2 8.2 8.2 8.2 8.2
6m
4m 4.7 4.7 4.7 4.7 4.7
2m 1.8 1.8
Chainage
2m
RHS- Width of RoW available
4m
6m 6.2 6.2 6.2 6.2 6.2 6.2
8m
10 m 10 10
12 m
14 m
16 m
18 m 17.5 17.5 17.5 17.5 17.5 17.5 17.5 17.5
20 m
>20 m 25 25 25
suggested by SC
Length affected
resolving issue
Action(s) taken
affected due to
Ongoing/New
Chainage(s)
Concerned
Authority
the issue
Action(s)
till now
Issue
(km)
SNo
Drying up Replacemen
of plants Concession 325+200 to Irregular t of plants
1 Ongoing 2.6 NA
on aire 327+800 watering and daily
median watering
Large Concession 387+300 Filling of <DD/M
2 New 0.1 None
potholes aire LHS potholes M>
Pavement inspection
Independent Engineer [DD/MM/YY] [DD/MM/YY]
using NSV
Pavement strength
Independent Engineer [DD/MM/YY] [DD/MM/YY]
using FWD
Other
4 Inspection Report
Total NCR
NCR issued in NCR closed in
issued till Balance NCR
SNo Highway asset reporting month reporting month
previous month (A+B-C)
(B) (C)
(A)
1 Pavement 48 12 25 35
2 Shoulder 7 0 3 4
3 Drainage
4 Median
5 Road furniture
6 Bridges
7 Buildings
8 Horticulture
9 [Other assets]
Total
IRI (International
Skid Resistance
Elastic Modulus
Elastic Modulus
Elastic Modulus
Bituminous E1
Bleeding (cm)
Potholes (cm)
Texture depth
Raveling (cm)
Rutting depth
Lane number
SubGrade E3
Cracks (cm)
Granular E2
Chainage
Starting
(mm)
(mm)
(mm)
1.000 1.500 L1
• Video footage of all cameras installed on Network Survey Vehicle- ROW cameras and
pavement camera
• Network Survey Vehicle report capturing dimensions of following key metrics of
pavement
− Cracks
− Potholes
− Raveling
− Bleeding
− Rutting
− Texture depth
− Skid resistance
− Roughness (IRI)
− Subgrade CBR
• Mobile Bridge Inspection Report (MBIU) capturing following key metrics of bridges
− Condition Approach
− Condition Signs
− Condition Debris
− Condition Joint
− Condition Deck
− Condition Rails
− Condition Protect
− Condition Stream
− Condition Superstructure
− Condition Abutment
For Corresponding
TYPE OF VEHICLE month of previous For Previous Month For Current Month
year
No of Fee No of Fee Fee per No of Fee
vehicles Collected vehicles Collected vehicle vehicles Collected
A Car Total 3845 384500 4659 465,900.00 100 4289 428,900.00
B LCV Total 1521 243360 1312 209,920.00 160 1399 223,840.00
C Bus Total 2404 793386 2284 765,207.00 201 2349 786,915.00
D Truck Total 1603 528924 1523 510,138.00 134 1566 524,610.00
E 3 Axle Total 18990 6836400 16310 5,953,150.00 365 15127 5,521,355.00
F MAV Total 16119 8381880 21111 11,188,830.00 530 18790 9,958,700.00
Over
G Total 1 630 27 17,280.00 640 36 23,040.00
Size
Total for the
49844 18,050,618 52963 19,898,834 49016 18,265,661
Month
Average Average
Average
queue queue Average Average Average Average
transaction
Lane length length Transaction transaction transaction transaction
time
during peak during non time (cash) time (RFID) time (cards) time (wallet)
(others)
time peak time
UPI – 20
Lane 1 10 vehicles 5 vehicles 15 seconds 10 seconds 20 seconds 25 seconds
seconds
Lane 2
Lane 3
No of days as
Cost o repair
as estimated
Damages as
Damages at
higher side
No of days
inspection
Damages
Damages
Nature of
damages
Quantity
amount
Date of
per CA
per CA
defect
Total
S No
from
Rate
Unit
• No of days in Sep = 30
• Performance security is Rs 64,80,00,000
• As per CA Clause 12.3.2 damages payable is 0.1% of performance security per day =
Rs 6,48,000
• Total damages payable = 30 X 6,48,000 = Rs 1,94,40,000
Approved in principle by
Construction of [Flyover [DD/MM/YYYY Authority. Detailed [DD/MM/YYY
1 [+/- Amount]
Name] at [Chainage] ] quantitSCs in proper order Y]
yet to be submitted
Clarifications to be
Nallah diversion through
[DD/MM/YYYY submitted by [DD/MM/YYY
2 box culvert at [+/- Amount]
] Concessionaire, expected Y]
[Chainage]
date [DD/MM/YYYY]
B/w
Concession
Filling stations National Highways Authority of
aire and
energized without India to consider the
2 [DD/MM/YYYY] [+/- Amount] National
obtaining NOC from Concessionaire's request for
Highways
ministry intervention and assistance
Authority of
India
9 Reports
9.1 Monthly Toll Collection Report (Applicable only if project highway is tolled)
For Corresponding
TYPE OF VEHICLE month of previous For Previous Month For Current Month
year
Fee
No of Fee No of Fee No of Fee
per
vehicles Collected vehicles Collected vehicles Collected
vehicle
Fee
No of Fee No of Fee No of Fee
per
vehicles Collected vehicles Collected vehicles Collected
vehicle
Over
G Return 0 0 - 965 -
Size
Local 0 0 - 320 -
Date
1/1/17
Chainage no
RHS pm
Time of accident
382/050 05:25
9.2 Accident Report
M
Sex (M/F)
A
2
Accident location
B
2
Nature of accident
C
3
Classification of accident
D
4
Causes
E
1
Load conditions of vehicle
F
1
Road condition
Weather condition
I
Age of victim
J
Type of victim
K
Type of vehicle
-
Fatal
1
Major
No of
affected
persons
Minor
illustrative. Please add actual details.
All figures and graphs in templates are
Help provided by
Ambu
Mapping of report fields to responses
A 1. Urban 2. Rural
B 1. Overturned 2. Head On Collision 3. Hit from Back 4. Hit to Fix Object 5. Right turn Collision
6. Left turn Collision 7. Veered Out off The Road 8. Hit Pedestrian 9. Unknown/Hit & Ran Away
C 1. Fatal 2. Major injury 3. Minor injury
D 1. Drunken 2. Over Speeding 3. Vehicle out of Control 4. Driven on wrong side 5. Mechanical
Problem 6. Drowsiness/Not Applicable 7. Fault of Driver
E 1. Normally Loaded 2. Overloaded/Handing 3. Empty 4. Unknown
G 1. T-Junction 2. Y-Junction 3. Four arm Junction 4. Staggered Junction 5. Junction with more
than 6. Round about Junction
H 1. Fine/Clear 2.Mist/Fog 3. Cloudy 4. Light Rain 5. Heavy Rain 6. Strong Wind 7. Dust Storm 8.
Cold 9. Hot
I 1. 0-18 Years 2. 18-25 Years 3. 25-40 Years 4.40-60 Years 5. 60-80 Years
K 1. Two Wheeler 2. Auto Rickshaw 3. Car/Jeep 4. Bus 5. Light Truck 6. Heavy Truck 7. Tractor
8. Bicycle 9. Cycle Rickshaw 10. Hand Drawn Cart 11. Animal Drawn Cart
Contact
Toll Complaint Name of the Details of Compliance by the
SNo Date details of
plaza No person complaint concessionaire
person
Dr. Diwakar
Animals are
Dr. Anil complaints that
continuously driven
Diwakar, HIG presence of
out from the Road
Swarganga Animals and also
2 82 10/9/2016 by the Highway
Complex Bus Pot holes on road
Patrolling team and
Stand Seoni are obstructing the
Pot holes are
(M.P.) driving which may
repaired.
cause accidents.
The Exemption
under Indian Toll
(Army and Air
Maj. Sidharth while force) Act 1901, to
travelling in army personnel
Maj. Sidharth, personal car wants travelling in private
3 83 11/9/2016 238 Fd wksp Exemption from vehicle may be
C/o- 56 APO Toll Fee on given if on Govt.
production of I.D. duty with requisite
Card pass as specified
in the Indian Toll
(Army and Air
Force Rules, 1942)
Name of Encroacher
Encroachment type
Side (LHS/RHS)
District/
Village
length
Tehsil
SNo
etc)
212+50 Temporar Tea Vijay Kumar
1 LHS Kurnool Kurnool New 7 5mX3.5m
0 y stall Reddy
Description of
SNo NCP/ SNo Date of issue Chainage Side IE Remarks
defect
To be filled
2 312 15.08.2016 Cracking 311+500 RHS
immediately
Annexure 2 onwards:
IE should include comments, status update, data points and reports in following annexures
which have not been included elsewhere in the main report. Such reports may include but not
limited to:
• Minutes of review meeting
• Correspondence details
• Weather report
• Organizational chart of Concessionaire and IE
• Project photographs
[PROJECT NAME]
Independent Engineer
[NAME OF CONSULTING FIRM]
Worksheets under Section 1 (‘Road inventory data’) shall be updated from surveys conducted
only once at the time of completion testing. Worksheets under Section 2 (‘Road condition data’)
shall be updated from surveys carried out annually for FWD attributes and biannually for the
remaining attributes.
The fields to be updated in each of the worksheets are described below. Each description is
followed by an example of data for a sample project.
Road inventory data consists of parameters which provide basic information about roads such
as pavement type, number of lanes, topography, etc. These parameters are largely static in
nature, and therefore a survey to update this dataset shall be conducted only once at the time
of completion testing. The road inventory data shall be used to update specific worksheets
listed below.
The following table lists the fields which need to be populated for the ‘LRP Master’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
LRPName Name of location reference post (LRP) Km stone 17
Chainage Chainage of the survey point (in km) 17
Direction Direction of survey Increasing
• Increasing (chainage)
• Decreasing (chainage)
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
OldNHNumber Old National Highway number NH0065
SectionCode Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
section Vijayawada)
NH0xxx Road Start 1.230 Increasing 9.98897 78.02671 63.07767 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 8 8.000 Increasing 9.98444 78.02934 68.60126 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 8 8.030 Increasing 9.98341 78.03004 68.15520 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 12.012 Increasing 9.96328 78.04160 56.03436 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 17 17.085 Increasing 9.95385 78.05255 56.24748 23-12-15 NH0yyy ABC-DEF
The following table lists the fields which need to be populated for the ‘Pavement Type’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Classification of pavement based on type of Asphalt
surface:
PavementType
• Asphalt
• Cement concrete
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
The following table lists the fields which need to be populated for the ‘Pavement Width’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Width of the pavement in metres, classified into >7m and <10.5m
one of the below categories
• >= 3.75m and < 5.5m
PavementWidth • >5.5m and < 7m
• >= 7m and < 10.5m
• >=10.5m and <=12.5m
• > 12.5m
Width of the pavement in metres, rounded to two 7.0
PavementWidthValue
places after decimal
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
Pavement
Section Start End Pavement Survey
NH Number Direction Width Latitude Longitude
Code Chainage Chainage Width Date
Value
NH00xx ABC-DEF 0.000 0.794 Both 7 – 10.5 m 7.00 06-05-17 9.98897 78.02671
NH00xx ABC-DEF 0.794 1.000 Both 7 – 10.5 m 7.00 06-05-17 9.98444 78.02934
NH00xx ABC-DEF 1.000 2.810 Both 7 – 10.5 m 7.00 06-05-17 9.98341 78.03004
NH00xx ABC-DEF 2.810 4.335 Both 7 – 10.5 m 7.00 06-05-17 9.98107 78.03078
NH00xx ABC-DEF 4.335 6.666 Both 7 – 10.5 m 7.00 06-05-17 9.96328 78.04160
NH00xx ABC-DEF 6.666 12.906 Both 7 – 10.5 m 7.00 06-05-17 9.95385 78.05255
The following table lists the fields which need to be populated for the ‘Shoulder Type’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
• Increasing (chainage)
Direction • Decreasing (chainage)
Type of shoulder, classified into one of the below Gravel
categories:
• None
• Paved
• Gravel
ShoulderType • Earth
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
Shoulder
Section Start End Shoulder Survey
NH Number Direction Width Latitude Longitude
Code Chainage Chainage Width Date
Value
No
NH0xxx ABC-DEF 0.000 0.785 Increasing 0.0 03-01-16 9.98897 78.02671
Shoulder
No
NH0xxx ABC-DEF 0.785 2.612 Increasing 0.0 03-01-16 9.98444 78.02934
Shoulder
NH0xxx ABC-DEF 2.612 3.170 Increasing 1-2m 2.0 03-01-16 9.98341 78.03004
NH0xxx ABC-DEF 3.170 5.194 Increasing 1-2m 2.0 03-01-16 9.98107 78.03078
NH0xxx ABC-DEF 5.194 6.793 Increasing 1-2m 2.0 03-01-16 9.96328 78.04160
NH0xxx ABC-DEF 6.793 11.404 Increasing 1-2m 2.0 03-01-16 9.95385 78.05255
The following table lists the fields which need to be populated for the ‘Topography’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Topography of the road, classified into one of the Flat
below categories
• Flat
• Rolling
Topography • Hilly
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
The following table lists the fields which need to be populated for the ‘Cross Section’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
• Increasing (chainage)
Direction • Decreasing (chainage)
Cross section type, classified into one of the below Fill
categories
CrossSection • Cut
The following table lists the fields which need to be populated for the ‘Drain Type’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
• Increasing (chainage)
Direction • Decreasing (chainage)
Type of drain, classified into one of the below Open lined drain
categories
• Open unlined drain
• Open lined drain
• Covered line drain
DrainType • No drain
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
Open Unlined
NH0xxx ABC-DEF 0.000 0.069 Increasing 09-01-16 9.98897 78.02671
Drain
NH0xxx ABC-DEF 0.069 0.782 Increasing Open Lined Drain 09-01-16 9.98444 78.02934
Open Unlined
NH0xxx ABC-DEF 0.288 0.000 Decreasing 09-01-16 9.98341 78.03004
Drain
Open Unlined
NH0xxx ABC-DEF 0.782 0.846 Increasing 09-01-16 9.98107 78.03078
Drain
Open Unlined
NH0xxx ABC-DEF 0.846 1.254 Increasing 09-01-16 9.96328 78.04160
Drain
Open Unlined
NH0xxx ABC-DEF 1.254 2.265 Increasing 05-01-16 9.95385 78.05255
Drain
Open Unlined
NH0xxx ABC-DEF 1.929 0.288 Decreasing 09-01-16 9.93102 78.05648
Drain
Open Unlined
NH0xxx ABC-DEF 2.265 3.005 Increasing 05-01-16 9.89041 78.03458
Drain
Open Unlined
NH0xxx ABC-DEF 2.680 1.952 Decreasing 09-01-16 9.88489 78.02995
Drain
Open Unlined
NH0xxx ABC-DEF 3.005 4.424 Increasing 05-01-16 9.87474 78.02828
Drain
Open Unlined
NH0xxx ABC-DEF 3.109 2.680 Decreasing 09-01-16 9.87363 78.02744
Drain
Covered Line
NH0xxx ABC-DEF 3.320 3.109 Decreasing 09-01-16 9.84857 78.01535
Drain
Open Unlined
NH0xxx ABC-DEF 3.917 3.320 Decreasing 09-01-16 9.83764 78.00392
Drain
Open Unlined
NH0xxx ABC-DEF 4.424 4.601 Increasing 05-01-16 9.83711 77.98576
Drain
Open Unlined
NH0xxx ABC-DEF 4.601 5.693 Increasing 05-01-16 9.83386 77.97729
Drain
The following table lists the fields which need to be populated for the ‘Median Opening’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
NH00xx ABC-DEF 0.000 0.794 Both Raised 0.5 05-01-16 9.98897 78.02671
NH00xx ABC-DEF 0.794 1.000 Both Raised 0.5 05-01-16 9.98444 78.02934
NH00xx ABC-DEF 1.000 2.810 Both No Median 0.0 05-01-16 9.98341 78.03004
NH00xx ABC-DEF 2.810 4.335 Both Raised 1.5 05-01-16 9.98107 78.03078
NH00xx ABC-DEF 4.335 6.666 Both No Median 0.0 05-01-16 9.96328 78.04160
NH00xx ABC-DEF 6.666 12.906 Both No Median 0.0 05-01-16 9.95385 78.05255
The following table lists the fields which need to be populated for the ‘Right of Way’ attribute.
The descriptions of the fields are given below.
Field Description Example
New National Highway number NH0065
NHNumber
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
Chainage of the start point (in km) 0.500
StartChainage
Chainage of the end point (in km) 1.500
EndChainage
Direction of survey Increasing
• Increasing (chainage)
Direction • Decreasing (chainage)
Width of Right of Way (in metres) 24
RowWidth
Remarks
Date of survey in the format <DD-MM-YY> 06-05-17
SurveyDate
Latitude of survey point 9.98897
Latitude
The following table lists the fields which need to be populated for the ‘Pavement composition’
attribute. The descriptions of the fields are given below.
Field Description Example
New National Highway number NH0065
NHNumber
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
Chainage of the start point (in km) 0.500
StartChainage
Chainage of the end point (in km) 1.500
EndChainage
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Type of pavement Asphalt
PavementType • Asphalt
• Cement concrete
BC
BituminousSurfaceC Type of bituminous surface course
ourseType
40
BituminousSurfaceC Thickness of BSC layer in mm
ourse ThicknessMM
Year of construction of BSC layer in flexible 2015
BSCConstructionYea
r pavements
DBM
Bituminous Type of bituminous base course
BaseCourseType
100
Bituminous
Thickness of BBC layer in mm
BaseCourseThick—
ness
ABC- Both
NH00xx 0.0 5.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
DEF side
ABC- Both
NH00xx 11.0 20.0 Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
DEF side
ABC- Both
NH00xx 20.0 22.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
DEF side
ABC- Both
NH00xx 22.0 30.0 Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
DEF side
ABC- Both
NH00xx 30.0 31.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
DEF side
(table continued…)
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.99 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.96 78.04
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.95 78.05
15
The following table lists the fields which need to be populated for the ‘Carriageway Furniture’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
Chainage Chainage of the point (in km) 0.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Wayside amenities classified into one of the below Road sign
categories:
Wayside Amenity • Crash barriers
Type • Signs
• Street Lights
• Km stone
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
The following table lists the fields which need to be populated for the ‘Wayside Amenities’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
Chainage Chainage of the point (in km) 0.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Wayside amenities classified into one of the below Restaurant/Motel
categories:
• Bus shelter;
• Culverts;
• Restaurant/Motel;
• Toilet/Public convenience;
• Rest Rooms for short stay;
Wayside Amenity
• Toll Plaza;
• First aid/Medical centre;
• Telephone booth;
• Petrol pump/minor repair shop (optional);
• Police Station;
• Temple /Mosque;
• Bridges.
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Data Source
Remarks
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
The following table lists the fields which need to be populated for the ‘Land Use’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Land use classified into one of the below Commercial
categories:
• Residential;
• Commercial;
LandUse
• Industrial;
• Agricultural;
• Water bodies;
• Mixed.
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
Road condition data consists of parameters which directly affect maintenance requirements of
the road. These parameters are dynamic in nature, and therefore a survey to update this
dataset shall be conducted annually for FWD testing and every six months as per Annexure IV
for network survey vehicle testing. The first survey shall be conducted at the time of completion
testing and the remaining surveys shall be conducted as per the defined frequency.
As an example, if majority of highway length (>50%) passes through a state, where defined
survey months are May and November, if completion testing is conducted in April, then the first
network survey shall be conducted in the month of April. This shall be considered as the
network survey to be conducted in the month of May. The 2nd survey shall be conducted in the
month of November, the 3rd survey shall be conducted in the month of May and so on. As
regards FWD, the first test/survey shall be conducted at the time of completion in April. The
2nd test/survey shall be conducted in April of next year and so on.
The road condition data shall be used to update specific worksheets, which are listed below.
The following table lists the fields which need to be populated for the ‘Visual Condition’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
HYD-VIJ
SectionCode Code indicating starting and ending locations of section (Hyderabad-
Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being 1st lane L1
LaneNumber on the left from centreline of carriageway, L2 being 2 nd
(table continued…)
Drain Date of
Disintegration Depression Bleeding Patching ShoulderCondition Latitude Longitude
Condition Survey
4 4 4 4 2 2 06-05-17 9.98897 78.02671
4 4 4 4 2 2 06-05-17 9.98444 78.02934
5 5 5 4 2 2 06-05-17 9.98341 78.03004
5 5 5 5 2 2 06-05-17 9.98107 78.03078
5 5 5 5 2 2 06-05-17 9.96328 78.04160
5 5 5 5 2 2 06-05-17 9.95385 78.05255
5 5 5 5 2 3 06-05-17 9.93102 78.05648
4 4 4 4 2 3 06-05-17 9.91229 78.04961
4 4 4 4 2 2 06-05-17 9.89041 78.03458
5 5 5 5 2 2 06-05-17 9.88489 78.02995
5 5 5 5 2 2 06-05-17 9.87474 78.02828
5 5 5 5 2 2 06-05-17 9.87363 78.02744
5 5 5 5 2 2 06-05-17 9.84857 78.01535
5 5 5 5 2 2 06-05-17 9.83764 78.00392
5 5 5 5 2 2 06-05-17 9.83711 77.98576
2.2 Roughness
The following table lists the fields which need to be populated for the ‘Roughness’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
LwpIri International roughness index (IRI) of left wheel 2.33
path measured from laser profilometer
RwpIri International roughness index (IRI) of right wheel 1.97
path measured from laser profilometer
LaneIri Average of the International roughness index (IRI) 2.15
of left and right wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
NH00xx ABC-DEF 0.0 0.1 Increasing L1 3.31 5.16 4.24 20 06-05-17 9.98897 78.02671
NH00xx ABC-DEF 0.1 0.2 Increasing L1 2.81 3.54 3.18 37 06-05-17 9.98444 78.02934
NH00xx ABC-DEF 0.2 0.3 Increasing L1 2.31 1.92 2.12 42 06-05-17 9.98341 78.03004
NH00xx ABC-DEF 0.3 0.4 Increasing L1 2.17 2.37 2.27 46 06-05-17 9.98107 78.03078
NH00xx ABC-DEF 0.4 0.5 Increasing L1 2.11 1.72 1.92 42 06-05-17 9.96328 78.04160
NH00xx ABC-DEF 0.5 0.6 Increasing L1 2.33 1.97 2.15 49 06-05-17 9.95385 78.05255
NH00xx ABC-DEF 0.6 0.7 Increasing L1 2.37 2.00 2.19 42 06-05-17 9.93102 78.05648
NH00xx ABC-DEF 0.7 0.8 Increasing L1 2.15 2.17 2.16 33 06-05-17 9.91229 78.04961
NH00xx ABC-DEF 0.8 0.9 Increasing L1 2.45 2.05 2.25 32 06-05-17 9.89041 78.03458
NH00xx ABC-DEF 0.9 1.0 Increasing L1 2.18 2.51 2.35 48 06-05-17 9.88489 78.02995
The following table lists the fields which need to be populated for the ‘Rutting’ attribute. The
descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being L1
1st lane on the left from centreline of carriageway,
LaneNumber
L2 being 2nd lane on the left from centerline and
so on
RuttingLeft Rut depth in mm, measured from left wheel path 20
RuttingRight Rut depth in mm, measured from left wheel path 18
RuttingAvg Average rut depth measured from left and right 19
wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
ABC- 06-05-
NH00xx 0.0 0.5 Increasing L1 15 14 15 20 9.98897 78.02671
DEF 17
ABC- 06-05-
NH00xx 0.5 1.0 Increasing L1 20 18 19 37 9.98444 78.02934
DEF 17
ABC- 06-05-
NH00xx 1.0 1.5 Increasing L1 10 8 9 42 9.98341 78.03004
DEF 17
ABC- 06-05-
NH00xx 1.5 2.0 Increasing L1 5 6 6 46 9.98107 78.03078
DEF 17
ABC- 06-05-
NH00xx 2.0 2.5 Increasing L1 10 10 10 42 9.96328 78.04160
DEF 17
ABC- 06-05-
NH00xx 2.5 3.0 Increasing L1 7 5 6 49 9.95385 78.05255
DEF 17
ABC- 06-05-
NH00xx 3.0 3.5 Increasing L1 20 18 19 42 9.93102 78.05648
DEF 17
ABC- 06-05-
NH00xx 3.5 4.5 Increasing L1 5 5 5 33 9.91229 78.04961
DEF 17
ABC- 06-05-
NH00xx 4.5 5.0 Increasing L1 5 5 5 32 9.89041 78.03458
DEF 17
The following table lists the fields which need to be populated for the ‘Texture Depth’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being L1
1st lane on the left from centreline of carriageway,
LaneNumber
L2 being 2nd lane on the left from centerline and
so on
TextureLeft Texture depth of pavement in mm, measured from 0.40
left wheel path
TextureRight Texture depth of pavement in mm, measured 0.30
from left wheel path
TextureAverage Average texture depth measured from left and 0.35
right wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
NH00xx ABC-DEF 0.0 0.5 Increasing L1 0.40 0.30 0.35 20 06-05-17 9.98897 78.02671
NH00xx ABC-DEF 0.5 1.0 Increasing L1 0.60 0.50 0.55 37 06-05-17 9.98444 78.02934
NH00xx ABC-DEF 1.0 1.5 Increasing L1 0.80 0.90 0.85 42 06-05-17 9.98341 78.03004
NH00xx ABC-DEF 1.5 2.0 Increasing L1 0.40 0.40 0.4 46 06-05-17 9.98107 78.03078
NH00xx ABC-DEF 2.0 2.5 Increasing L1 0.30 0.30 0.3 42 06-05-17 9.96328 78.04160
NH00xx ABC-DEF 2.5 3.0 Increasing L1 0.70 0.60 0.65 49 06-05-17 9.95385 78.05255
NH00xx ABC-DEF 3.0 3.5 Increasing L1 0.40 0.50 0.45 42 06-05-17 9.93102 78.05648
NH00xx ABC-DEF 3.5 4.5 Increasing L1 0.90 0.80 0.85 33 06-05-17 9.91229 78.04961
NH00xx ABC-DEF 4.5 5.0 Increasing L1 0.40 0.30 0.35 32 06-05-17 9.89041 78.03458
The following table lists the fields which need to be populated for the ‘Skid Resistance’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being L1
1st lane on the left from centreline of carriageway,
LaneNumber
L2 being 2nd lane on the left from centerline and so
on
SkidLeft Skid resistance of pavement measured as skid 25
number, measured from left wheel path
SkidRight Skid resistance of pavement measured as skid 24
number, measured from left wheel path
SkidAverage Average skid resistance measured from left and 24.5
right wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
ABC- 06-05-
NH00xx 0.0 0.5 Increasing L1 25.0 24.0 24.5 20 9.98897 78.02671
DEF 17
ABC- 06-05-
NH00xx 0.5 1.0 Increasing L1 23.0 23.0 23.0 37 9.98444 78.02934
DEF 17
ABC- 06-05-
NH00xx 1.0 1.5 Increasing L1 23.0 24.0 23.5 42 9.98341 78.03004
DEF 17
ABC- 06-05-
NH00xx 1.5 2.0 Increasing L1 22.0 22.0 22.0 46 9.98107 78.03078
DEF 17
ABC- 06-05-
NH00xx 2.0 2.5 Increasing L1 20.0 21.0 20.5 42 9.96328 78.04160
DEF 17
ABC- 06-05-
NH00xx 2.5 3.0 Increasing L1 24.0 24.0 24.0 49 9.95385 78.05255
DEF 17
ABC- 06-05-
NH00xx 3.0 3.5 Increasing L1 28.0 28.0 28.0 42 9.93102 78.05648
DEF 17
ABC- 06-05-
NH00xx 3.5 4.5 Increasing L1 21.0 21.0 21.0 33 9.91229 78.04961
DEF 17
ABC- 06-05-
NH00xx 4.5 5.0 Increasing L1 25.0 24.0 24.5 32 9.89041 78.03458
DEF 17
The following table lists the fields which need to be populated for the ‘FWD’ attribute. The
descriptions of the fields are given below.
Field Description Example
NH Number New National Highway number NH0065
HYD-VIJ
SectionCode Code indicating starting and ending locations of section (Hyderabad-
Vijayawada)
Chainage Chainage of survey point (in km) 0.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being 1st lane on the L1
LaneNumber left from centreline of carriageway, L2 being 2 lane on the left
nd
ABC-
NH00xx 0.500 RHS R2 32.6 43.7 45.7 333 188 300 243
DEF
ABC-
NH00xx 1.000 LHS L1 29.9 32.6 45.4 317 163 300 217
DEF
ABC-
NH00xx 1.499 RHS R1 33.0 39.3 45.7 246 110 300 153
DEF
ABC-
NH00xx 2.000 LHS L2 28.7 32.4 46.0 293 130 300 187
DEF
ABC-
NH00xx 2.500 RHS R2 33.7 45.8 45.3 429 232 300 316
DEF
ABC-
NH00xx 3.000 LHS L1 29.0 33.0 45.7 343 204 300 252
DEF
ABC-
NH00xx 3.500 RHS R1 33.5 45.4 44.5 373 194 300 268
DEF
ABC-
NH00xx 4.010 LHS L2 28.9 33.5 45.0 348 201 300 254
DEF
ABC-
NH00xx 4.500 RHS R2 33.3 40.3 46.0 393 241 300 301
DEF
(table continued…)
Locatio Deflection Locatio Deflection Locatio Deflection Locatio Deflection Locatio Deflection Locatio Deflection
n2 3 n3 4 n4 5 n5 6 n6 7 n7 8
(table continued…)
Corrected Corrected
Elastic Elastic Elastic
Elastic Elastic Corrected Base GSB
Locatio Modulus Modulus Modulus Bituminou Subgrad
Modulus Modulus ElasticModulu Laye Laye
n8 BituminousE GranularE SubGradeE s Layer e CBR
BituminousE GranularE s SubGradeE3 r r
1 2 3
1 2
2400 6213 185 100 6447 135 78 105 230 200 0.08
2400 5356 195 100 5295 143 78 105 230 200 0.08
2400 4830 226 100 4770 169 78 105 230 200 0.08
2400 4394 165 100 4590 117 78 105 230 200 0.08
(table continued…)
The following table lists the fields which need to be populated for the ‘FWD Rigid’ attribute.
The descriptions of the fields are given below.
Field Description Example
NH Number New National Highway number NH0065
HYD-VIJ
Code indicating starting and ending locations of section (Hyderabad-
Section Code Vijayawada)
Chainage Chainage of the point (in km) 0.500
Direction of survey Increasing
• Increasing (chainage)
Direction • Decreasing (chainage)
Lane Number Number of the lane: L1, L2, R1, R2, etc. L2
Air Temperature Air temperature recorded in °C 30.1
Surface Temperature of the pavement surface, recorded in °C
Temperature 39.4
Peak Load Peak impulse load, measured in kN 103.7
Surface deflection at the test load center, measured in
Deflection1 micron 140
Surface deflection at 300 mm from the test load center,
Deflection2 measured in micron 121
Surface deflection at 600 mm from the test load center,
Deflection3 measured in micron 108
Surface deflection at 900 mm from the test load center,
Deflection4 measured in micron 101
Concrete Slab Thickness of concrete slab, measured in mm
Thickness h 300
Area of Deflection Area of deflection basin, calculated from measured
Basin deflections, in cm2 761
Radius of Relative Radius of relative stiffness, calculated in mm
Stiffness 823
NormalizedDeflecti Normalized deflection at location 1, in mm 3.1
ond1
NormalizedDeflecti Normalized deflection at location 2, in mm 2.9
ond2
NormalizedDeflecti Normalized deflection at location 3, in mm 2.4
ond3
NormalizedDeflecti Normalized deflection at location 4, in mm 1.9
ond4
Modulus of 131
Subgrade Modulus of subgrade reaction, measured in MPa/m
Reaction k
Elastic Modulus of Elastic modulus of concrete, calculated in MPa 26118
Concrete Ec
Cube Strength of Cube strength of concrete, calculated in MPa 27
Concrete fck
Flexural strength Flexural strength of concrete, calculated in MPa 3.7
of concrete fmr
Date Of Testing Date of testing in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
ABC-
NH00xx 0.0 LHS L2 29.0 34.9 104.1 167 143 130 119 300
DEF
ABC-
NH00xx 0.5 RHS R2 30.5 38.1 104.4 141 130 122 115 300
DEF
ABC-
NH00xx 1.0 LHS L1 30.0 35.6 105.2 147 111 100 91 300
DEF
ABC-
NH00xx 1.5 RHS R1 28.9 38.3 102.4 140 126 116 107 300
DEF
ABC-
NH00xx 2.0 LHS L2 30.1 39.4 103.7 140 121 108 101 300
DEF
ABC-
NH00xx 2.5 RHS R2 29.0 37.5 104.6 150 134 126 117 300
DEF
ABC-
NH00xx 3.0 LHS L1 30.6 38.9 102.7 124 109 104 92 300
DEF
ABC-
NH00xx 3.5 RHS R1 29.3 39.1 105.9 149 136 128 119 300
DEF
ABC-
NH00xx 4.5 RHS R2 30.3 41.0 104.9 138 127 121 114 300
DEF
(table continued…)
25-06-
759 816 3 3 2 2 112 21590 19 3 9.98897 78.02671
16
28-06-
821 1214 3 3 3 2 62 58161 135 8 9.98444 78.02934
16
25-06-
684 580 3 3 2 1 246 12051 6 2 9.98341 78.03004
16
28-06-
796 1014 3 3 3 2 87 39783 63 6 9.98107 78.03078
16
25-06-
761 823 3 3 2 2 131 26118 27 4 9.96328 78.04160
16
28-06-
800 1040 3 3 3 2 79 39908 64 6 9.95385 78.05255
16
25-06-
789 971 3 3 3 2 107 41290 68 6 9.93102 78.05648
16
28-06-
814 1150 3 3 3 2 66 50086 100 7 9.91229 78.04961
16
28-06-
826 1257 3 3 3 2 59 64082 164 9 9.89041 78.03458
16
Note: This draft Agreement is a generic document and shall be modified based on particulars
of the HAM Project.
Between
(Name of Client)
And
(Name of Consultant)
Dated:
Page No.
I. FORM OF CONTRACT
1. General Provisions
1.1 Definitions
1.4 Language
1.5 Headings
1.6 Notices
1.7 Location
2.6 Modification
2.8 Suspension
2.9 Termination
3.1 General
4.1 General
5.5 Payment
8. Settlement of Disputes
9. Fake CV
IV. APPENDICES
This CONTRACT (hereinafter called the “Contract”) is made the ______ day of the
______________________________________________________________________ Month of ______, 20 ______,
between, on the one hand ___________________ (hereinafter called the “Client) and, on the other
hand, ___________________ (hereinafter called the “Consultants”).
[Note* : If the Consultants consist of more than one entity, the above should be partially amended
to read as follows:
“…(hereinafter called the “Client”) and, on the other hand, a joint venture consisting of the
following entities, each of which will be jointly severally liable to the Client for all the Consultants’
obligations under this Contract, namely, and
(hereinafter called “Consultants”)]
WHEREAS
(a) the Client has requested the Consultants to provide certain consulting services
as defined in the General Conditions of Contract attached to this Contract
(hereinafter called the “Services”);
(b) the Consultants, having represented to the Client that they have the required
processional skills, and personnel and technical resources, have agreed to
provide the Services on the terms and conditions set forth in this Contract;
[Note: If any of these Appendices are not used, the words “Not Used” should be
inserted below next to the title of the Appendix on the sheet attached hereto
carrying the title of that Appendix].
2. The mutual rights and obligations of the Client and the Consultants shall
be as set forth in the Contract; in particular
(a) The Consultants shall carry out the Services in accordance with the provisions
of the Contract; and
(b) The Client shall make payments to the Consultants in local currency only in
accordance with the Provisions of the Contract.
[Note: If the Consultants consist of more than one entity, all of these entities should appear as
signatures, e.g. in the following manner]
1. General Provisions
Unless the context otherwise requires, the following terms whenever used in this Contract have
the following meanings:
1.1 Definitions
(a) “Applicable Law” means the laws and any other instruments having the force
of law in the Government’s country [or in such other country as may be
specified in the Special Conditions of Contract (SC)], as they may be issued and
in force from time to time.
(b) “Contract means the Contract signed by the Parties, to which these General
Conditions of Contract are attached, together with all the documents listed in
Clause 1 of such signed Contract;
(c) “Effective Date’ means the date on which this Contract comes into force and
effect pursuant to Clause GC 2.1;
(d) ‘foreign currency’ means any currency other than the currency of the
Government;
(i) “Member”, in case the Consultants consist of a joint venture of more than one
entity, means any of these entities, and “Members” means all of these entities;
(j) “Party’ means the Client or the Consultants, as the case may be, and Parties
means both of them;
(l) "SC" means the Special Conditions of Contract by which these General
Conditions of Contract may be amended or supplemented;
(n) "Sub-consultant and or Associates " means any entity to which the Consultants
subcontract any part of the Services in accordance with the provisions of
Clause GC 3.7; and
(o) "Third Party" means any person or entity other than the Government, the
Client, the Consultants or a Sub-consultant.
This Contract, its meaning and interpretation, and the relation between the Parties
shall be governed by the Applicable Law.
1.4 Language
This Contract has been executed in the language specified in the SC, which shall be the
binding and controlling language for all matters relating to the meaning or
interpretation of this Contract.
1.5 Headings
The headings shall not limit, alter or affect the meaning of this Contract.
1.6 Notices
1.6.1 Any notice, request or consent required or permitted to be given or made pursuant
to this Contract shall be in writing. Any such notice, request or consent shall be deemed
to have been given or made when delivered in person to an authorized representative
of the Party to whom the communication is addressed, or when sent by registered mail,
telegram or facsimile to such Party at the address specified in the SC.
1.7 Location
The Services shall be performed at such locations as are specified in Appendix A hereto
and, where the location of a particular task is not so specified, at such locations. whether
in Government's Country or elsewhere, as the Client may approve.
In case the Consultants consist of a joint venture of more than one entity, the Members
hereby authorize the entity specified in the SC to act on their behalf in exercising all the
Consultants' rights and obligations towards the Client under this Contract, including
without limitation the receiving of instructions and payments from the Client.
Any action required or permitted to be taken, and any document required or permitted
to be executed, under this Contract by the Client or the Consultants may be taken or
executed by the officials specified in the SC.
Unless otherwise specified in the SC, the Consultants, Sub-consultants and Personnel
shall pay such taxes, duties, fees and other impositions as may be levied under the
Applicable Law. National Highways Authority of India shall reimburse only Goods and
service tax on production of project specific proof of payment of Goods and service tax.
This Contract shall come into force and effect on the date (the "Effective Date") of the
Client's notice to the Consultants instructing the Consultants to begin carrying out the
Services. This notice shall confirm that the effectiveness conditions, if any, listed in
the SC have been met.
If this Contract has not become effective within such time period after the date of the
Contract signed by the Parties as shall be specified in the SC, either Party may, by not
less than four (4) weeks' written notice to the other Party, declare this Contract to be
null and void, and in the event of such a declaration by either Party, neither Party shall
have any claim against the other Party with respect hereto.
The Consultants shall begin carrying out the Services at the end of such time period
after the Effective Date as shall be specified in the SC.
Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall expire
when services have been completed and all payments have been made at the end of
such time period after the Effective Date as shall be specified in the SC.
This Contract contains all covenants, stipulations and provisions agreed by the Parties.
No agent or representative of either Party has authority to make, and the Parties shall
not be bound by or be liable for, any statement, representation, promise or agreement
not set forth herein.
2.6 Modification
Modification of the terms and conditions of this Contract, including any modification
of the scope of the Services, may only be made by written agreement between the
Parties as the case may be, has been obtained. Pursuant to Clause GC 7.2 hereof,
however, each Party shall give due consideration to any proposals for modification
made by the other Party.
2.7.1 Definition
(a) For the purposes of this Contract, "Force Majeure" means an event which is
beyond the reasonable control of a Party, and which makes a Party's
performance of its obligations hereunder impossible or so impractical as
reasonably to be considered impossible in the circumstances, and includes, but
is not limited to, war, riots, civil disorder, earthquake, fire, explosion, storm,
flood or other adverse weather conditions, strikes, lockouts or other industrial
action ( except where such strikes, lockouts or other industrial action are within
the power of the Party invoking Force Majeure to prevent), confiscation or any
other action by government agencies.
(b) Force Majeure shall not include (i) any event which is caused by the negligence
or intentional action of a party or such Party's Sub-consultants or agents or
employees, nor (ii) any event which a diligent Party could reasonably have been
expected to both (A) take into account at the .time of the conclusion of this
Contract and (B) avoid or overcome in the carrying out of its obligations
hereunder.
(c) Force Majeure shall not include insufficiency of funds or failure to make any
payment required hereunder.
The failure of a Party to fulfill any of its obligations hereunder shall not be
considered to be a breach of, or default under, this Contract insofar as such
inability arises from an event of Force Majeure, provided that the Party affected
by such an event has taken all reasonable precautions, due care" and
(a) A Party affected by an event of Force Majeure shall take all reasonable
measures to remove such Party's inability to fulfill its obligations
hereunder with a minimum of delay.
(b) A Party affected by an event of Force Majeure shall notify the other
Party of such event as soon as possible, and in any event not later than
fourteen (14) days following the occurrence of such event, providing
evidence of the nature and cause of such event, and shall similarly
give notice of the restoration of normal conditions as soon as possible.
(c) The Parties shall take all reasonable measures to minimize the
consequences of any event of Force Majeure.
Any period within which a Party shall, pursuant to this Contract, complete any
action or task, shall be extended for a period equal to the time during which
such Party was unable to perform such action as a result of Force Majeure.
2.7.5 Payments
2.7.6 Consultation
Not later than thirty (30) days after the Consultants, as the result of an event of
Force Majeure, have become unable to perform a material portion of the
Services, the Parties shall consult with each other with a view to agreeing on
appropriate measures to be taken in the circumstances.
2.8 Suspension
The Client may, by written notice of suspension to the Consultants, suspend all
payments to the Consultants hereunder if the Consultants fail to perform any of their
obligations under this Contract, including the carrying out of the Services, provided
that such notice of suspension (i) shall specify the nature of the failure, and (ii) shall
request the Consultants to remedy such failure within a period not exceeding thirty
(30) days after receipt by the Consultants of such notice of suspension.
2.9 Termination
(a) if the Consultants fail to remedy a failure in the performance of their obligations
hereunder, as specified in a notice of suspension pursuant to Clause GC 2.8
hereinabove, within thirty (30) days of receipt of such notice of suspension or
within such further period as the Client may have subsequently approved in
writing;
(b) if the Consultants become (or, if the Consultants consist of more than one
entity, if any of their Members becomes) insolvent or bankrupt or enter into
any agreements with their creditors for relief of debt or take advantage of
any law for the benefit of debtors or go into liquidation or receivership
whether compulsory or voluntary;
(c) if the Consultants fail to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause GC 8 hereof;
(d) if the Consultants submit to the Client a statement which has a material effect
on the rights, obligations or interests of the Client and which the Consultants
know to be false;
(e) if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60) days; or
(f) if the Client, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.
(g) if the consultant, in the judgment of the Client has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract. For the
purpose of this clause:
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)
through (d) of this Clause GC 2.9.2, terminate this Contract:
(a) if the Client fails to pay any money due to the Consultants pursuant to this
Contract and not subject to dispute pursuant to Clause 8 hereof within
forty-five (45) days after receiving written notice from the Consultants that
such payment is overdue;
(b) if the Client is in material breach of its obligations pursuant to this Contract
and has not remedied the same within forty-five (45) days (or such longer
period as the Consultants may have subsequently approved in writing)
following the receipt by the Client of the Consultants' notice specifying such
breach;
(c) if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60) days; or
(d) if the Client fails to comply with any final decision reached as a result of
arbitration pursuant to Clause GC 8 hereof.
Upon termination of this Contract pursuant to Clauses GC 2.2 or GC 2.9 hereof, or upon
expiration of this Contract pursuant to Clause GC 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;
(iii) the Consultants' obligation to permit inspection, copying and auditing of their accounts
and records set forth in Clause GC 3.6 (ii) hereof; and
(iv) any right which a Party may have under the Applicable Law
Upon termination of this Contract by notice of either Party to the other pursuant to
Clauses GC 2.9.1 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, respectively, by Clauses GC 3.9 or GC 3.10 hereof.
Upon termination of this Contract pursuant to Clauses GC 2.9.1 or GC 2.9.2 hereof, the
(c) except in the case of termination pursuant to paragraphs (a) through (d) of
Clause GC 2.9.1 hereof, reimbursement of any reasonable cost incident to the
prompt and orderly termination of the Contract including the cost of the
return travel of the Consultants' personnel and their eligible dependents.
If either Party disputes whether an event specified in paragraphs (a) through (e) of
Clause GC 2.9.1 or in Clause GC 2.9.2 hereof has occurred, such Party may, within forty-
five (45) days after receipt of notice of termination from the other Party, refer the
matter to arbitration pursuant to Clause GC 8 hereof, and this Contract shall not be
terminated on account of such event except in accordance with the terms of any
resulting arbitral award.
3.1 General
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 Contract
or to the Services, as faithful advisers to the Client, and shall at all times support
and safeguard the Client's legitimate interests in any dealings with Sub-
consultants or Third Parties.
The Consultants shall perform the Services in accordance with the Applicable
Law and shall take all practicable steps to ensure that any Sub- consultants and
or Associates, as well as the Personnel of the Consultants and any Sub-
consultants and or Associates, comply with the Applicable Law. The Client shall
advise the Consultants in writing of relevant local customs and the Consultants
shall, after such notifications, respect such customs.
3.2.2 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 of the Client (National
Highways Authority of India)and or Associates Bank or of the Association, as the
case may be, and other funding agencies and shall at all times exercise 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.
The Consultants agree that, during the term of this Contract and after its
termination, the Consultants and any entity affiliated with the Consultants, as
well as any Sub- consultant and or Associates and any entity affiliated with such
Sub- consultant and or Associates, shall be disqualified from providing goods,
works or services (other than the Services and any continuation thereof) for
any project resulting from or closely related to the Services.
The Consultants shall not engage, and shall cause their Personnel as well as
their Sub-consultants and or Associates and their Personnel not to engage,
either directly or indirectly, in any of the following activities:
(a) during the term of this Contract, any business or professional activities in the
Government's country which would conflict with the activities assigned to
them under this Contract; and
(b) after the termination of this Contract, such other activities as may be specified
in the SC.
3.3 Confidentiality
The Consultants, their Sub-consultants and the Personnel of either of them shall not,
either during the term or within two (2) years after the expiration of this Contract,
Subject to additional provisions, if any, set forth in the SC, the Consultants’ liability
under this Contract shall be as provided by the Applicable Law.
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 shall be specified in the SC, and (ii) at the Client's request,
shall provide evidence to the Client showing that such insurance has been taken out
and maintained and that the current premiums therefore have been paid.
The Consultants (i) shall keep accurate and systematic accounts and records in respect
of the Services, hereunder, in accordance with internationally accepted accounting
principles and in such form and detail as will clearly identify all relevant time charges
and cost, and the bases thereof (including such bases as may be specifically referred
to in the SC); (ii) shall permit the Client or its designated representative periodically,
and up to one year from the expiration or termination of this Contract, to inspect the
same and make copies thereof as well as to have them audited by auditors appointed
by the Client; and (iii) shall permit the client to inspect the Consultant's accounts and
records relating to the performance of the Consultant and to have them audited by
auditors appointed by the client.
The Consultants shall obtain the Client's prior approval in writing before taking any of
the following actions:
(b) entering into a subcontract for the performance of any part of the Services, it
being understood (i) that the selection of the Sub-consultant and the terms and
conditions of the subcontract shall have been approved in writing by the Client
prior to the execution of the subcontract, and (ii) that the Consultants shall
remain fully liable for the performance of the Services by the Sub- consultant
and its Personnel pursuant to this Contract; and
The Consultants shall submit to the Client the reports and documents specified in
Appendix B hereto, in the form, in the numbers and within the time periods set forth
in the said Appendix.
All plans, drawings, specifications, designs, reports, other documents and software
prepared by the Consultants for the Client under this Contract shall become and remain
the property of the Client, and the Consultants shall, not later than upon termination or
expiration of this Contract, deliver all such documents to the Client, together with a
detailed inventory thereof. The Consultants may retain a copy of such documents and
software. Restrictions about the future use of these documents and software, if any,
shall be specified in the SC.
Equipment and materials made available to the Consultants by the Client, or purchased
by the Consultants with funds provided by the Client, shall be the property of the Client
and shall be marked accordingly. Upon termination or expiration of this Contract, the
Consultants shall make available to the Client an inventory of such equipment and
materials and shall dispose of- such equipment and materials in accordance with the
Client's instructions. While in possession of such equipment and materials, the
Consultants, unless otherwise instructed by the Client in writing, shall insure them
at the expense of the Client in an amount equal to their full replacement value.
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.
(a) The titles, agreed job descriptions, minimum qualification and estimated
periods of engagement in the carrying out of the Services of each of the
Consultants' Key Personnel are described in Appendix C. If any of the Key
Personnel has already been approved by the clients his/her name is listed as
well.
(b) If required to comply with the provisions of Clause GCC 3.1.1 hereof,
adjustments with respect to the estimated periods "of engagement of Key
Personnel set forth in Appendix C may be made by the Consultants by written
notice to the Client, provided (i) that such adjustments shall not alter the
originally estimated period of engagement of any individual by more than
10% or one week, whichever is larger, and (ii) that the aggregate of such
adjustments shall not cause payments under this Contract to exceed the
ceilings set forth in Clause GC 6.1(b) of this Contract. Any other such
adjustments shall only be made with the Client's written approval.
The Key Personnel i.e. Professional Staff and Sub-consultants listed by title as well as
by name in Appendix C are hereby approved by the Client. In respect of other Key
Personnel which the Consultants propose ,to use in the carrying out of the Services,
the Consultants shall submit to the client for review and approval a copy of their
biographical data and (in the case of Key personnel to be used within the country of
the Government) a copy of a satisfactory medical certificate in the form attached hereto
as Appendix D. 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 (if applicable) such certificate, such Key Personnel shall be deemed to have
been approved by the Client.
(a) Working hours and holidays for Key Personnel are set forth in Appendix E
hereto. To account for travel time, foreign Personnel carrying out Services
inside the Government's country shall be deemed to have commenced (or
finished) work in respect of the Services such number of days before their
arrival in (or after their departure from) the Government's country as is
specified in Appendix E hereto.
(b) The Personnel of all types engaged by Consultant to provide Services on this
Contract shall not be entitled to be paid for overtime nor to take paid sick leave
or vacation leave except as specified in Appendix E hereto, and except as
specified
(d) All Key personnel and sub professional staff of the Independent Engineer shall
use the Aadhaar based biometric attendance/ Geo-tagged selfie-based
attendance system for marking their daily attendance. Aadhaar based
Biometric attendance/ Geo-tagged selfie-based attendance shall be marked at
least once a day and anytime during the day. One Aadhaar based biometric
attendance/ Geo-tagged selfie based attendance system shall be installed by the
Independent Engineer at its own cost at the site office and design office in order
to facilitate the attendance marking. More systems can be installed near the
4.5.1 In case notice to commence services pursuant to Clause 2.1 of this Contract is not
ordered by Client within 120 days of signing of contract the key personnel can excuse
themselves on valid grounds, e.g., selection on some other assignment, health problem
developed after signing of contract, etc. In such a case no penalty shall be levied on the
Firm or on the person concerned. The firm shall however be asked to give a
replacement by an equal or better scoring person, whenever mobilization is ordered.
4.5.2 In case notice to commence services is given within 120 days of signing of
contract the, the Authority expects all the Key Personnel specified in the Proposal to
be available during implementation of the Agreement. The Authority will not consider
any substitution of Key Personnel except under compelling circumstances beyond the
control of the Consultant and the concerned Key Personnel. Such substitution shall be
limited to not more than three Key Personnel subject to equally or better qualified and
experienced personnel being provided to the satisfaction of the Authority.
Replacement of the Team Leader will not normally be considered and may lead to
disqualification of the Applicant or termination of the Agreement. Replacement of one
Key Personnel shall be permitted subject to reduction of remuneration equal to 5 %
(five per cent) of the total remuneration specified for the Key Personnel who is
proposed to be replaced. In case of second replacement the reduction in remuneration
shall be equal to 10% (ten per cent) and for third and subsequent replacement, such
reduction shall be equal to 15% (fifteen per cent) If the consultant finds that any of
the personnel had made false representation regarding his qualification and
experience, he may request the Employer for replacement of the personnel. There
shall be no reduction in remuneration for such replacement. The replacement shall
however be of equal or better score. The personnel so replaced shall be debarred from
future projects for 2 years. The maximum age limit of replaced key personnel shall be
65 years as on the date of submission of proposal for such replacement.
4.5.5 If the Employer (i) finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal action or (ii)
4.5.6 If any member of the approved team of a consultant engaged by National Highways
Authority of India leaves that consultant before completion of the job, he shall be
barred for a period of 6 months to 24 months from being engaged as a team member
of any other consultant working (or to be appointed) for any other National Highways
Authority of India/ MoRTH projects. The maximum age limit of replaced key
personnel shall be 65 years as on the date of submission of proposal for such
replacement.
4.5.7 In case, person permanently employed with the firm is to be replaced, Technical score
of both the CVs shall be compared excluding the marks given for employment with
firm. Replacement would be allowed when the technical score (excluding the marks
given for employment with firm) of the new key person is equal or better than the
existing key person’s technical score excluding marks assigned for permanent
employment with the firm. However, the remuneration of such replacement shall be
reduced on proportionate basis in case the overall score of the replacement person is
less than the overall score original person.
The person designated as the Team Leader of the Consultant’s Personnel shall be
responsible for the coordinated, timely and efficient functioning of the Personnel. In
addition, the Consultant shall designate a suitable person from its Head Office as Project
Coordinator who shall be responsible for day to day performance of the Services.
Unless otherwise specified in the SC, the Client shall use its best efforts to ensure that
the Government shall:
(a) provide the Consultants, Sub-consultants and Personnel with work permits and
such other documents as shall be necessary to enable the Consultants, Sub-
consultants or Personnel to perform the Services;
(b) assist for the Personnel and, if appropriate, their eligible dependents to be
provided promptly with all necessary entry and exit visas, residence permits,
exchange permits and any other documents required for their stay in
Government's country;
(c) facilitate prompt clearance through customs of any property required for the
Services and of the personal effects of the Personnel and their -eligible
dependents;
(d) issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and effective
implementation of the Services;
(f) grant to the Consultants, any Sub-consultants and or Associates and the
Personnel of either of them the privilege, pursuant to the Applicable Law, of
bringing into Government's country reasonable amounts of foreign currency
for the purposes of the Services or for the personal use of the Personnel and
their dependents and of withdrawing any such amounts as may be earned
therein by the Personnel in the execution of the Services: and
The Client warrants that the Consultants shall have, free of charge, unimpeded access
to all land in the Government's country in respect of which access is required for the
performance of the Services. The Client will be responsible for any damage to such
land or any property thereon resulting from such access and will indemnify the
Consultants and each of the Personnel in respect of liability for any such damage, unless
such damage is caused by the default or negligence of the Consultants or any Sub-
consultant or the Personnel of either of them.
If, after the date of this Contract, there is any change in the Applicable Law with respect
to taxes and duties which increases or decreases the cost or reimbursable expenses
incurred by the Consultants in performing the Services, then the remuneration and
reimbursable expenses otherwise payable to the Consultants under this Contract
shall be increased or decreased accordingly by agreement between the Parties hereto,
and corresponding adjustments shall be made to the ceiling amounts specified in
Clause GC 6.1(b).
The Client shall make available to the Consultants and the Personnel, for the purposes
of the services and free of any charge, the services, facilities and property described in
Appendix F at the times and in the manner specified in said Appendix F, provided that
if such services, facilities and property shall not be made available to the Consultants
as and when so specified, the Parties shall agree on (i) any time extension that it may
be appropriate to grant to the Consultants for the performance of the Services, (ii) the
manner in which the Consultants shall procure any such services, facilities and
property from other sources, and (iii) the additional payments, if any, to be made to
the Consultants as a result thereof pursuant to Clause GC 6.l(c) hereinafter.
5.5 Payment
(a) If so provided in Appendix F hereto, the Client shall make available to the
Consultants, as and when provided in such Appendix F, and free of charge, such
counterpart personnel to be selected by the Client, with the Consultants' advice,
as shall be specified in such Appendix F. Counterpart personnel shall work
under the exclusive direction of the Consultants. If any member of the
counterpart personnel fails to perform adequately any work assigned to him by
the Consultants which are consistent with the position occupied by such -
member, the Consultants may request the replacement of such member, and
the Client shall not unreasonably refuse to act upon such request.
(b) If counterpart personnel are not provided by the Client to the Consultants as
and when specified in Appendix F, the Client and the Consultants shall agree on
(i) how the affected part of the Services shall be carried out, and (ii) the
additional payments, if any, to be made by the Client to the Consultants as a
result thereof pursuant to Clause GC 6.1(c) hereof.
(a) An estimate of the cost of the Services payable in local currency is set forth in
Appendix G .
(b) Except as may be otherwise agreed under Clause GC 2.6 and subject to Clause
GC 6.1(c), payments under this Contract shall not exceed the ceilings in local
currency specified in the SC. The Consultants shall notify the Client as soon as
cumulative charges incurred for the Services have reached 80% of either of
these ceilings.
(a) Subject to the ceilings specified in Clause GC 6.1 (b) hereof, the Client shall
pay to the Consultants (i) remuneration as set forth in Clause GC 6.2(b), and
(ii) reimbursable expenditures as set forth in Clause GC 6.2(c). If specified in
the SC, said remuneration shall be subject to price adjustment as specified in
the SC.
Notwithstanding anything to the contrary stated in the GCC and SCC, it shall be
mandatory to deploy the key personnel and sub-professional as per the Man-
Months Input specified in the Terms of Reference.
For avoidance of doubt, in case the Team Leader cum Senior Bridge Engineer
has not been made available for 90% of the stipulated time in the month
excluding permissible causal leave, then only 80% of the monthly payment
of all the key personnel during the month shall be released. Similarly for RE
/ Bridge Engineer / Other key personnel, the mentioned reduction shall be
done in the payment of remuneration of all key personnel during the month.
In the case of “Other Key Personnel (Sr. No. 4), the average availability
across the group shall be considered for calculation. Similarly, in case of
Sub-Professional Staff (Sr. No. 5), the average availability across the Sub-
Professional shall be considered and reduction in payment of all Sub-
Professional shall be done at the rate mentioned above.
(a) Local currency payments shall be made in the currency of the Government.
(a) The Client shall cause to be paid to the Consultants an interest bearing advance
payment as specified in the SC, and as otherwise set forth below. The advance
payment will be due after provision by the Consultants to the Client of a bank
guarantee by a bank acceptable to the Client in an amount (or amounts) and in
a currency (or currencies) specified in the SC, such bank guarantee (I) to
remain effective until the advance payment has been fully set off as provided
in the SC, and (ii) to be in the form set forth in Appendix I hereto or in such
other form as the Client shall have approved in writing.
(b) As soon as practicable and not later than fifteen (15 days) after the end of each
calendar month during the period of the Services, the Consultants shall submit
to the Client, in duplicate, itemized statements, accompanied by copies of
receipted invoices, vouchers and other appropriate supporting materials, of
the amounts payable pursuant to Clauses GC 6.3 and 6.4 for such month.
Monthly statements shall be submitted in respect of amounts payable in local
currency. Each such separate monthly statement shall distinguish that portion
of the total eligible costs which pertains to remuneration from that portion
which pertains to reimbursable expenditures.
(c) 75% of bill raised by the consultant shall be paid within 72 Hrs and remaining
bill may be paid after due scrutiny. The Client shall cause the payment of the
Consultants periodically as given in schedule of payment above within thirty
(30) days after the receipt by the Client of bills with supporting documents.
(d) Only such portion of a monthly statement that is not satisfactorily supported
may be withheld from payment. Should any discrepancy be found to exist
between actual payment and costs authorized to be incurred by the
Consultants, the Client may add or subtract the difference from any
subsequent payments. Interest at the rate specified in the SC shall become
payable as from the above due date on any amount due by, but not paid on.
such due date.
(e) The final payment under this Clause shall be made only after the final report
and a final statement, identified as such, shall have been submitted by the
Consultants and approved as satisfactory by the Client. The Services shall be
deemed completed and finally accepted by the Client and the final report and
final statement shall be deemed approved by the Client as satisfactory ninety
(90) calendar days after receipt of the final report and final statement by the
Client unless the Client, within such ninety (90)-day period, gives written notice
to the Consultants specifying in detail deficiencies in the Services, the final
report or final statement. The Consultants shall thereupon promptly make any
necessary corrections, and upon completion of such corrections, the foregoing
process shall be repeated. Any amount which the Client has paid or caused to
(f) All payments under this Contract shall be made to the account of the
Consultants specified in the SC.
(g) Independent Engineer will make payment of salary to all key personnel in their
respective bank accounts through electronic mode only. No cash transaction
wrt salary will be made. Proof of salary transfer through electronic mode shall
be submitted by the Independent Engineer with each Bill.
The Parties undertake to act in good faith with respect to each other's rights under this
Contract and to adopt all reasonable measures to ensure the realization of the
objectives of this Contract.
The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties hereby
agree that it is their intention that this Contract shall operate fairly as between them,
and without detriment to the interest of either of them, and that, if during the term
of this Contract either Party believes that this Contract is operating unfairly, the
Parties will use their best efforts to agree on such action as may be necessary to
remove the cause or causes of such unfairness, but no failure to agree on any action
pursuant to this Clause shall give rise to a dispute subject to arbitration in accordance
with Clause GC 8 hereof.
8. Settlement of Disputes
The Parties shall use their best efforts to settle amicably all disputes arising out of or
in connection with this Contract or the interpretation thereof.
8.2.1 Any dispute, difference or controversy of whatever nature howsoever arising under or
out of or in relation to this Agreement (including its interpretation) between the
Parties, and so notified in writing by either Party to the other Party (the “Dispute”)
shall, in the first instance, be attempted to be resolved amicably in accordance with the
conciliation procedure set forth in Clause 8.3.
8.4.2 Each dispute submitted by a Party to arbitration shall be heard by a sole arbitrator
to be appointed as per the procedure below
a) Parties may agree to appoint a sole arbitrator or, failing agreement on the identity of
such sole arbitrator within thirty(30) days after receipt by the other Party of the
proposal of a name for such an appointment by the Party who initiated the
proceedings, either Party may apply to the President, Indian Roads Congress, New
Delhi for a list of not fewer than five nominees and, on receipt of such list, the Parties
shall alternately strike names therefrom, and the last remaining nominee on the list
shall be sole arbitrator for the matter in dispute. If the last remaining nominee has not
been determined in this manner within sixty (60) days of the date of the list, the
president, Indian Roads Congress, New Delhi, shall appoint, upon the request of either
Party and from such list or otherwise, a sole arbitrator for the matter in dispute.
If for any reason an arbitrator is unable to perform his function, a substitute shall be
appointed in the same manner as the original arbitrator.
The sole arbitrator selected pursuant to Clause 8.4.1 hereof shall be expert with
extensive experience in relation to the matter in dispute.
8.4.5 The Arbitrators shall make a reasoned award (the “Award”). Any Award made in any
arbitration held pursuant to this Clause 8 shall be final and binding on the Parties as
from the date it is made, and the Consultant and the Authority agree and undertake
to carry out such Award without delay.
8.4.7. This Agreement and the rights and obligations of the Parties shall remain in full force
and effect, pending the Award in any arbitration proceedings hereunder
8.4.8 Miscellaneous
(a) Proceedings shall, unless otherwise agreed by the parties be held in Delhi.
(b) The English language shall be the official language for all purposes;
(c) The decision of sole arbitrator shall be final and binding and shall be enforceable in
any court of competent jurisdiction, and the Parties hereby waive any objections
to or claims of immunity in respect of such enforcement; and
(d) The schedule of Expenses and Fee payable to the Arbitrator shall be as under
Or
2 Reading charges- One Time Rs 25,000/- per case including counter claims.
5 Other expenses (As per actual against bills subject to celling given below
Travelling expenses Economy class (by air), First class AC (by train) and
AC Car (by road)
7 Extra charges for days other than Rs. 5000 /- per day for outstation Arbitrator
meeting days (maximum for 2 X
½ days)
1 Lodging boarding and travelling expenses shall be allowed only for those arbitrator who
Note is residing 100 kms. Away from the venue of meeting,
2 Delhi, Mumbai, Chennai, Kolkata, Bangalore and Hyderabad shall be considered
as Metro cities.
9. Fake CV
In addition to this, in case, the information contained in the CV for the duration in which
the key personnel was not employed by the firm proposing his candidature is found
incorrect/fake/inflated at any stage, the consultancy firms will have to refund the twice
of salary and perks drawn in respect of the person
GC Clause
1.1(a) The words ”in the Government’s country” are amended to read ‘in INDIA”
Attention:
Cable address:
Telex: Fax:
Consultants:
Attention:
Cable address
Telex
Facsimile
(Note: If the Consultants consist of a joint venture of more than one entity, the name of the entity
whose address is specified in SC 1.6.1 should be inserted here. If the Consultants consist of one
entity, this Clause 1.8 should be deleted from the SC)
For the
Consultants:
1.10 The Consultants, Sub-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 contract and the client shall perform such duties in regard to the
deduction of such tax as may be lawfully imposed.
2.2 The time period shall be four months or such other time period as the parties may
agree in writing.
2.3 The time period shall be one month or such other time period as the Parties may
agree in writing.
2.4 The time period shall be 48 months (6 months for Development Period, 24 month for
construction period and 18 months for O&M period)
(a) Except in case of gross negligence or willful misconduct on the part of the
Consultants or on the part of any person or firm acting on behalf of the
Consultants in carrying out the Services, the Consultants, with respect to
damage caused by the Consultants to the Client's property, shall not be liable to
the Client:
iii) The policy should be issued only from an Insurance Company operating in
India.
iv) The policy must clearly indicate the limit of indemnity in terms of “Any One
Accident” (AOA) and “Aggregate limit on the policy period” (AOP) and in no
case should be for an amount less than stated in the contract.
vi) The contract may include a provision thereby the Consultant does not cancel
the policy midterm without the consent of National Highways Authority of
India. The insurance company may provide an undertaking in this regard.
(b) This limitation of liability shall not affect the Consultants' liability, if any, for
damage to Third Parties caused by the Consultants or any person or firm acting
on behalf of the Consultants in carrying out the Services.
(c) Professional Liability Insurance may be accepted for initially one year which
shall be extended annually for five years. PLI shall be uniformly taken for a
period of five years.
(b) Third Party liability insurance with a minimum coverage, of Rs. 1.0 million for
the period of consultancy.
(c) Professional liability insurance as per 3.4 (a) (ii) of SC of the consultancy, with
a minimum coverage equal to estimated remuneration and reimbursable.
"(i) taking any action under a civil works contract designating the Consultants as
"Engineer", for which action, pursuant to such civil works contract, the written
approval of the Client as "Employer" is required".
3.9 The Consultants shall not use these documents for purposes unrelated to this
Contract without the prior written approval of the Client.
4.6 "The person designated as Team Leader cum Sr. Highway Engineer in Appendix C
shall serve in that capacity, as specified in Clause GC 4.6."
i) Consultants shall be paid billing rates for services rendered by the personnel of all
categories namely (i) key Personnel; (ii) sub-Professional personnel and (iii) Support
staff on man-month basis . Billing rates of remaining items of the financial proposal,
namely (i) transportation, (ii) Duty travel to site (iii) Office Rent, (iv) office supplies
communication etc (v) reports & document printing and (vi) survey equipment etc
shall be worked out month wise as per actual expenditure. Beginning 13th months from
the commencement of services, billing rates shall be increased to cover all items of
contract i.e. remuneration, vehicle hire, office rent, consumables, furniture etc @ 5%
every 12 months. However, for evaluation and award of the Bid proposals, the quoted
initial rate (as applicable for first 12 months from commencement of services) shall be
multiplied by the total time input for each position on this contract, i.e. without
considering the increase in the billing rates. All payments shall be made in Indian
Rupees and shall be subjected to applicable Indian laws withholding taxes if any.
(ii) Remuneration paid pursuant to the rates set forth in Appendix G shall be adjusted every
twelve (12) months (and, the first time, with effect for the billing rates earned in the
13th calendar month after the commencement of services) by 5% every 12month for
personnel
Notwithstanding any other provisions in the agreement in this regard, this provision
will prevail and override any other provision to the contrary in this agreement.
6.2(b)
(i) (1) Payment of Independent Engineer shall be released on approval of the monthly
reports. Report shall be approved by the Authority only if it includes all the
sections prescribed in the format and submitted as per specified timelines.
(2) Payment shall be released as per rates quoted in Appendix C3- Breakup of Local
currency costs
(3) For equipment based road inspection to be conducted in O&M phase, payment
shall be released as per actual use of equipment on road and rates quoted in
Appendix C3- Breakup of Local currency costs.
(4) If any of the report is found to be misleading or containing incorrect information
as determined by the Authority, 10% of payment linked to that report shall be
deducted as penalty
(5) It is understood (i) that the remuneration rates shall cover (A) such salaries
and allowances as the Consultants shall have agreed to pay to the Personnel
as well as factors for social charges and overhead, and (B) the cost of
backstopping by home office staff not included in the Personnel listed in
Appendix C, and (C) the Consultants' fee; (ii) that bonuses or other means of
profit-sharing shall not be allowed as an element of overhead, and (iii) that
any rates specified for persons not yet appointed shall be provisional and shall
be subject to revision, with the written approval of the Client, once the
applicable salaries and allowances are known.
(6) Remuneration for periods of less than one month shall be calculated on an
hourly basis for actual time spent in the Consultants' home office and directly
attributable to the Services (one hour being equivalent to 1/240th of a month)
and on a calendar-day basis for time spent away from home office (one day
being equivalent to 1/30th of a month).
6.2(b)(ii) The rates for local Personnel are set forth in Appendix G
6.4(a) The following provisions shall apply to the interest bearing advance
payment and the advance payment guarantee:
1) An advance payment of 10% of the contract price in proportion to the quoted
Indian currency (INR) in the bid shall be made within 60 days after receipt and
verification of advance payment bank guarantee. The advance payment will be
set off by the Client in equal instalments against the statements for the first
12 months of the Service until the advance payment has been fully set off.
3) Interest rate shall be 10% per annum (on outstanding amount) for local
currency.
6.4 (d) The interest rate is 6% per annum for local currency.
[Note: Insert account number, type of account and name and address of the Bank]
[Give detailed descriptions of the Services to be provided; dates for completion of various tasks,
place of performance for different tasks; specific tasks to be approved by Client, etc.]
[List format, frequency, contents of reports and number of copies; persons to receive them; dates
of submission, etc. If no reports are to be submitted, state here "Not applicable".]
[List under: C–1 Titles [and names, if already available}, detailed job descriptions and
minimum qualifications. Experience of Personnel to be assigned to work in India, and staff-
months for each.
[Show here an acceptable form of medical certificate for foreign Personnel to be stationed in
India. If there is no need for a medical certificate, state here: "Not applicable. "]
The Consultants Key personnel and all other Professional / Sub Professional / Support
Staff/Sub-Consultancy personnel shall work 6 days (Mondays through Saturday) every week
and observe the Gazetted Holidays of Government of India as Holidays. The Consultant shall
work as per the work program of the Concessionaire. In this context in case the work plan of
the Consultant needs suitable modifications, the same shall be carried out and submitted to the
client for consideration. The Consultants hours of work normally shall match with that of
Contractor’s activities on the site. No extra remuneration shall be claimed or paid for extra
hours of work required in the interest of Project completion. In addition, casual leave for 12
Days shall be permitted in a year to each key personnel, sub-professional with prior intimation
to the Authority. Out of this, a maximum of 3 CLs can be availed either separately or together
in a quarter and the period of the CLs would be counted as Key Personnel/ Sub-Professional
being on duty.
In respect of foreign personnel, one day per trip as travel time from and to the country of the
Government shall be allowed.
1. Access to the quality control laboratory for performing various types of tests, which
will be provided by the concessionaire including the testing personnel.
3. To ensure availability of the Detailed Work plan and Programme for Design and
Construction of Project Highways from Concessionaire.
4. To ensure availability of the Quality Assurance Plan and Quality Control Procedures
from the Concessionaire.
5. To provide relevant reports and necessary data as per the reporting obligation of
concessionaire under the concession Agreement.
1. Monthly rates for local Personnel (Key Personnel and other Personnel)
(Clause-20 of TOR)
To
Chairman,
National Highways Authority of India,
G-5&6, Sector-10, Dwarka, New Delhi
2
WHEREAS _________________________________ [Name and address of Consultants] (hereinafter
called “the consultants”) has undertaken, in pursuance of Contract No.
_________________ dated ___________________ to provides the services on terms and conditions set
forth in this Contract ______________ [Name of contract and brief description of works)
(hereinafter called the “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Consultants shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as
security for compliance with his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Consultants such a Bank Guarantee;
NOW THEREOF we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Consultants up to a total of ________________ [amount of Guarantee]2
___________________________________ [in words], such sum being payable in the types and
proportions of currencies in which the Contract Price is payable, and we undertake to pay you,
upon your first written demand and without cavil or argument, any sum or sums within the
limits of _____________________________________ [amount of Guarantee] as aforesaid without your
needing to prove or to show grounds or reasons for your demand for the sum specified
therein.
We hereby waive the necessity of your demanding the said debt from the Consultants
before presents with the demand.
We further agree that no change or addition to or other modification of the terms of the
Contract or of the services to be performed there under or of any of the Contract documents
which may be made between you and the Consultants shall in any way release us from any
liability under this guarantee, and we hereby waive notice of any such change, addition or
modification.
The liability of the Bank under this Guarantee shall not be affected by any change in the
constitution of the consultants or of the Bank.
This guarantee shall be valid for a period of 50 months i.e. upto 2 months beyond the expiry
of contract of 48 month.
Address ___________________________
Date _____________________
(To be stamped in accordance with Stamp Act, if any, of the country of issuing bank)
Date: ____________________
Dear Sir,
We ______________________ (Name of the Bank) having its Head Office at ______________ (hereinafter
referred to as the Bank), which expression shall, unless repugnant to the context or meaning
thereof, include its successors, administrators executors and assigns) do hereby guarantee and
undertake to pay the client immediately on demand any or, all monies payable by the Consultant
to the extent of ________________ as aforesaid at any time upto ____________________ @ _______________
without any demur, reservation, contest, recourse or protest and/or without any reference to the
consultant. Any such demand made by the client on the Bank shall be conclusive and binding
notwithstanding any difference between the Client and the Consultant or any dispute pending
before any Court, Tribunal, Arbitrator or any other authority. we agree that the Guarantee herein
contained shall be irrevocable and shall continue to be enforceable till the Client discharges this
guarantee.
The Client shall have the fullest liberty without affecting in any way the liability of the Bank under
this Guarantee, from time to time to vary the advance or to extend the time for performance of
the contract by the Consultant. The Client shall have the fullest liberty without affecting this
guarantee, to postpone from time to time the exercise of any powers vested in them or of any right
which they might have against the Client and to exercise the same at any time in any manner, and
either to enforce or to forebear to enforce any covenants, contained or implied, in the Contract
between the Client and the Consultant any other course or remedy or security available to the
Client. The bank shall not be relieved of its obligations under these presents by any exercise by the
Client of its liberty with reference to the matters aforesaid or any of them or by reason of any
other act or forbearance or other acts of omission or commission on the part of the Client or any
other indulgence shown by the Client or by any other matter or thing whatsoever which under
law would but for this provision have the effect of relieving the Bank.
Notwithstanding anything contained herein above our liability under this guarantee is limited to
_____________ and it shall remain in force upto 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.
WITNESS
_________________________
(signature)
_________________________
(signature)
_________________________
(Name)
_________________________
(Name)
_________________________
________________
(Official Address)
Note 1: The stamp papers of appropriate value shall be purchased in the name of bank who
issues the "Bank Guarantee”.
Note 2: The bank guarantee shall be from a Nationalized Indian Bank or reputed foreign
commercial Bank acceptable to client for Foreign Consultant with counter guarantee from
Nationalized Bank. Bank guarantee furnished by Foreign consultant shall be confirmed by any
Nationalized Bank in India.
2 (a) Failure to detect design / quality The concerned key Declaring the Consultant as
deficiency in Key Component** not personnel & Team Non-Performer up to 1 year
having substantial cost (below 1% of Leader to be or till rectification of
civil work (cost) and / or time removed from the deficiencies# and taking
implication (below 5% or project project and debarred adequate measures not to
completion period) up to 1 year. repeat such instances in
future, whichever is earlier
2 (b) Failure to detect deficiency in quantity
executed vis-à-vis design not having
substantial financial implication (below
1% of civil work cost)
2 (d) Delay in processing EOT / COS The concerned key Declaring the Consultant as
proposals, inaccurate assessment of personnel & Team Non-Performer up to 1 year
COS proposals, not issuing NCRs, Leader to be or till rectification of
delays / improper review of designs / removed from the deficiencies# and taking
drawings / work programme or failure project and debarred adequate measures not to
to submit Completion / Provisional up to 1 year. repeat such instances in
Completion Certification as prescribed future, whichever is earlier
in contract.
Penal Actions
Sr.
Type of Deficiency
No.
Firm Key Personnel
(i) Minor failure of structures / Token penalty of Rs. 5 lakhs The key personnel may be kept
highway due to design / on consultancy firm engaged on watch list for any future
construction / maintenance during construction / recurrence besides issuing
defect wherein no casualty are maintenance besides issuing written warning.
reported. written warning.
(ii) Major failure of structures / Monetary penalty of Rs. 20 Debarment of concerned key
highway due to design / lakhs on consultancy firm personnel up to 2 years in
construction / maintenance engaged during construction / NHAI works
defect wherein no casualties maintenance and / or
are reported. Debarment up to 1 year