0% found this document useful (0 votes)
254 views252 pages

National Highways Authority of India

The document requests proposals from consultants to serve as the Independent Engineer for the operation and maintenance period of two highway projects in Gujarat. It provides details of the projects, the roles and responsibilities of the Independent Engineer as per the concession agreements, instructions for downloading and submitting the proposal, and the evaluation process.

Uploaded by

anamika singh
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
254 views252 pages

National Highways Authority of India

The document requests proposals from consultants to serve as the Independent Engineer for the operation and maintenance period of two highway projects in Gujarat. It provides details of the projects, the roles and responsibilities of the Independent Engineer as per the concession agreements, instructions for downloading and submitting the proposal, and the evaluation process.

Uploaded by

anamika singh
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 252

NATIONAL HIGHWAYS AUTHORITY OF INDIA

(MINISTRY OF ROAD TRANSPORT & HIGHWAYS, GOVT.OF INDIA)

Project Implementation Unit Ahmedabad


2nd floor, AmulBuilding,Vejalpur Road, Jivraj Park
Ahmedabad-380051
Phone- 079-26821062/63
E-mail – [email protected]

Independent Engineer Services during Operation & Maintenance period


for 6 lane section of Ahmedabad to Vadodara NH-48 from Km. 6.400 to
Km. 108.700 (LengthKm102.300) in the state of Gujarat & Ahmedabad
to Vadodara Expressway NE-01 from Km.0.000 to Km. 93.302 in the
state of Gujarat (Length 93.302 km) under NHDP Phase-V on DBFOT
Toll Basis

REQUEST FOR PROPOSALS (RFP)

DECEMBER-2019
National Highways Authority of India RFP for IE during O&M Period

CONTENTS

Particulars Page Nos.

SECTION 1. INFORMATION TO CONSULTANTS ....................................................... 2-7


SECTION 2. LETTER OF INVITATION TO CONSULTANTS ....................................... 8-24
SECTION 3. FORMATS FOR SUBMISSION OF FIRMS CREDENTIALS ...................... 25-28
SECTION 4. FORMAT FOR SUBMISSION OF TECHNICAL PROPOSAL ..................... 29-56
SECTION 5. FORMAT FOR SUBMISSION OF FINANCIAL PROPOSAL. .................... 56-62
SECTION 6. TERMS OF REFERENCE FOR INDEPENDENT ENGINEER ....................63-158
SECTION 7. DRAFT FORM OF CONTRACT ........................................................ 159-21 2

1
National Highways Authority of India RFP for IE during O&M Period

REQUEST FOR PROPOSAL (RFP)

SECTION 1. INFORMATION TO CONSULTANTS


Sub: Independent Engineer Services during Operation & Maintenance period
for 6 lane section of Ahmedabad to Vadodara section of NH-8 from Km.
6.400 to Km. 108.700 (LengthKm102.300) in the state of Gujarat &
Ahmedabad to Vadodara Expressway from Km.0.000 to Km. 93.302 in the
state of Gujarat (Length 93.302 km) under NHDP Phase-V on DBFOT Toll
Basis

GENERAL:-
1. The National Highways Authority of India (NHAI) invites proposals for engaging an
Independent Engineer (IE) on the basis of International Competitive Bidding for the
following contract package in the State of Gujarat under NHDP Phase -programme.

Table 1: Details of Project


Sl. Consultancy State NH Project Stretch Project Assignment
No. Package No. Length Period
(KM) (months)
Independent Engineer Gujarat NH-48 Ahmedabad to 102.300 60
& Vadodara Section Six of NH-48
1 Services during lane from Km. 6.400 to
NE-1 Km. 108.700 (Length &
Operation &
Maintenance period for Km. 102.300) & 93.302 of
Ahmedabad to NE-1
6 lane section of Vadodara Expressway
Ahmedabad to from Km.0.000 to Km.
93.302 in the state of
Vadodara NH-48 from Gujarat (Length 93.302
Km. 6.400 to Km. km)
108.700
(LengthKm102.300) in
the state of Gujarat &
Ahmedabad to
Vadodara Expressway
NE-01 from Km.0.000
to Km. 93.302 in the
state of Gujarat
(Length 93.302 km)
under NHDP Phase-V
on DBFOT Toll Basis

2
National Highways Authority of India RFP for IE during O&M Period

The RFP shall be received through “INFRACON” (www.infracon.nic.in) and will be


evaluated based on details furnished on “INFRACON”. As such before submitting the
proposal, the Consultant (the firm and all key personnel) shall mandatorily register and
enlist themselves, on the MoRT&H portal “INFRACON” and upload all relevant
information to enable correct evaluation of RFP.

All the bidders registered on “INFRACON” shall form a Team on “INFRACON”


which would be assigned unique INFRACON Team ID. Bidders while submitting the
RFP proposal shall furnish registration details including INFRACON Team ID. A copy
of INFRACON Operation Procedure is enclosed for bidder’s reference.
2. Selection of IE shall be as per selection procedures given in the Model Concession
Agreement and general procurement methods followed in NHAI. The selected IE shall
be intimated to the Concessionaire.

3. The proposal shall be submitted in English Language and all correspondence would be in
the same language.

4. The Operation & Maintenance of DBFOT projects broadly include Operation and
Maintenance activities of the Concessionaire for completed construction works and
Projects Facilities are opened to traffic as per the Concession Agreements.

5. As per the Terms and Conditions of the Concession Agreement(s), the Independent
Engineer is broadly required to:
(i) Review of the Drawings and Documents;
(ii) Determine the Project Facilities Completion Schedule;
(iii) Review, inspection and monitoring of Construction Works;
(iv) Conducting Tests on completion of construction and issuing Completion Certificate;
(v) Review, inspection and monitoring of O&M;
(vi) Review, inspection and monitoring of Divestment Requirements;
(vii) Determining, as required under the Agreement, the costs of any works or services
and/ or their reasonableness;
(viii) Determining, as required under the Agreement, the period or any extension
thereof, for performing any duty or obligation;
(ix) Assisting the Parties in resolution of disputes; and
(x) Undertaking all other duties and functions in accordance with the Concession
Agreement.
6. The interested consultancy firms may download the RFP from NHAI Website
www.nhai.gov.in from 09/12/2019 to 15/01/2020 upto 1100 hrs. The Consultants who
download the RFP document from the website will be required to pay the non-
refundable fee of Rs.5,000/- online prior to the submission of the Bid proposal. The
RFP will be invited through e- tendering portal.

3
National Highways Authority of India RFP for IE during O&M Period

Refer Procedure under e-tendering for submission of RFP through e- tendering. The
Bank Details are as follows:
Authority Name: National Highways Authority of India, Ahmedabad
A/C No: 70001010005621
Name: Syndicate Bank
Branch:Prahlad Nagar Ahmedabad
IFSC Code: SYNB0007000

7. In this document, unless the context otherwise requires, reference to a firm or consultant
or bidder or applicant shall be construed as reference to any individual firm,
organization, company or their JV, reputed engineering institutions such as IITs/ NITs/
Deemed Universities.

8. The proposal should be submitted by consultancy through E-tender process. The two parts
of the proposal are Part 1: Technical Proposal and Part 2: Financial Proposal. For a given
DBFOT 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.

9. The total time period for the assignment as Independent Engineer will be for 60 months.
On expiry or termination of aforesaid period, the Authority may in its discretion renew
the appointment.

10. 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 partners). 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.

11. (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 9 (iii)
of data sheet). The associate firm can provide equipment-based road inspection services
for any of the 5 equipment’s 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 (v) Automatic Traffic Counter cum

4
National Highways Authority of India RFP for IE during O&M Period

Classifier (ATCC). 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 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).

12. Consulting firms meeting the following criteria and not in conflict of interest with the
Concessionaire are only eligible for applying for this assignment. Firms not meeting
these criteria need not apply.

A. Eligibility criteria for sole applicant.


Experience of the applicant in completed projects in
last seven years Annual
Sr. No.
Preparation of DPR Project Supervision/IC Turnover*
(NH/SH/Equivalent) (NH/SH/Equivalent)
The firm should have experience
of project supervision/IE of Annual Turnover
The firm should have
a. At least two construction (average of last 5
prepared DPR/FS cum
projects of 4/6 laning** of 30% years or in each of
PPR for at least two
of project length each or one the preceding two
projects of 4/6 laning**
1 project of 4/6 laning of 50% years) of the firm
of 30% of project
of project length& from consultancy
length each or one
b. At least one O&M project business should be
project of4/6 laning of
under DBFOT / OMT /O&M of equal to or more
50% of project length.
4/6 laning** of 50%of project than 2.5 Crore.
length

*Annual Turnover should be duly certified by statutory body like Chartered Accountant
or Independent Auditors who are competent to do so as recognized by the State
concerned.

B. Eligibility Criteria for partners in case of JV (not more than 1 JV partner shall be
allowed).
Lead Partner should meet at least 75% and JV partner should meet at least 40%
eligibility criteria of Annual Turnover. Lead partner and the JV partner both shall have
experience of at least one project of eligible category as in para 12 (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
5
National Highways Authority of India RFP for IE during O&M Period

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.

**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
recognized 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.

13. Following enhancement factor will be used for the cost of services provided and for the
turnover from consultancy business to a common base value for works completed in
India:
Year of completion of services / Turnover Enhancement factor
Financial year in which RFP invited 1.00
One year prior to RFP 1.10
Two year prior to RFP 1.21
Three year prior to RFP 1.33
Four year prior to RFP 1.46
Five year prior to RFP 1.61

Applicant should indicate actual figures of costs and amount for the works executed by
them without accounting for the above-mentioned factors.
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.

14. 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 have been debarred by NHAI and the debarment is in force
as on date of application, need not apply as their RFP proposal will not be entertained.

6
National Highways Authority of India RFP for IE during O&M Period
15. NHAI shall not be responsible for any delay in receiving the proposal online and
reserves the right to accept/reject any or all applications without assigning any reason
thereof.
16. The Technical proposal must be with all pages numbered serially, along with an index of
submission and should be uploaded on the e-portal. Financial Proposals shall have to be
submitted only in Electronic Form (to be uploaded on the e-portal). In the event, any of
the instructions mentioned herein have not been adhered to, NHAI may reject the
Proposal.
17. NHAI will be at liberty to keep the credentials submitted by the Consultants at bidding
stage, in public domain and the same may be uploaded on NHAI web-site. By submitting
the proposal, the Consultants shall be deemed to have no objection to upload/host the
information pertaining to their credentials as well as of their key personnel on NHAI web-
site.
18. 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/hosting of their
credentials by NHAI in public domain
19. RFP submission must be received not later than 1500 hrs on 15.01.2020 in the manner
specified in the RFP document.

Key Dates:
1. Date of Pre-proposal Conference: 06.01.2020 at 1500 Hrs
2. Last Date of Online Bid Submission (Online): 15.01.2020 upto 1500 Hrs
3. Date and time of Technical Bid opening: 16.01.2020 at 1530 Hrs
4. Date and time of Financial Bid opening: To be notified

Project Director
Project Implementation Unit Ahmedabad,
National Highways Authority of India
2nd floor, Amul Building, Vejalpur Road, Jivraj Park
Ahmedabad-380051
Phone- 079-26821062/63
E-mail – [email protected]

7
National Highways Authority of India RFP for IE during O&M Period

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 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.

1.4 Please note that (i) the costs of preparing the proposal including visits to site, are not
reimbursable as a direct cost of assignment and (ii) NHAI 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.

1.5 We wish to remind you that in order to avoid conflict of interest situations, any firm
associated with the Concessionaire of the Project Highway as its Design and/or
Supervision Consultant during construction period and defect liability period of the
project or previous Operation and Maintenance period and/or the Contractor(s) as
Design Consultant and/or Construction Supervision Consultant is not eligible to
participate in the bidding. The restriction herein shall not apply after a period of 5(five)
years from the completion of their consultancy assignment

1.6 Deleted;

1.7 The Consultant will not propose any personnel who had been engaged by the
Concessionaire on the same project within last one year.

1.8 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

8
National Highways Authority of India RFP for IE during O&M Period

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.

1.9 It is the NHAI’s policy that the consultants observe the highest standard of ethics during
the selection and execution of such contracts. In pursuance of this policy, the NHAI:
i. Defines, for the purpose of this paragraph, the terms set forth below as follows:
a “corrupt practice” means the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the action of a public official in the
selection process or in contract execution;
b “fraudulent practice” means a misrepresentation or omission of facts in order to
influence a selection process or the execution of a contract;
c “collusive practices” means a scheme or arrangement between two or more
consultants with or without the knowledge of the Client, designed to establish
prices at artificial, non-competitive levels;
d “Coercive practices” means harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in a
procurement process or affect the execution of a contract.
ii. Will reject a proposal for award if it determines that the Consultant recommended
for award has, directly or through an agent, engaged in corrupt, fraudulent,
collusive or coercive practices in competing for the contract in question;
iii. 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
iv. Will have the right to require that a provision be included requiring consultants to
permit the NHAI to inspect their accounts and records relating to the performance of
the contract and to have them audited by authorized representatives of NHAI.

1.10 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.

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.
1.11. 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
9
National Highways Authority of India RFP for IE during O&M Period

validity of the Proposal, Consultants could submit new staff in replacement. 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 no remuneration shall be deducted 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.

2. CLARIFICATIONS AND AMENDMENT OF RFP DOCUMENTS

2.1. TheConsultants 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
NHAI web-site.

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 NHAI website 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 and 4). The two parts shall be:

Part 1: Technical Proposal and

Part 2: Financial Proposal

The Technical Proposal should be marked as “Part – 1 – Technical Proposal” and be


uploaded on e-portal. The Financial Proposal should also be submitted only in Electronic
Form. No hard copy of the Financial Proposal is to be submitted. Please also refer
“procedure under e-tendering” defined in the RFP in this regard. 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

10
National Highways Authority of India RFP for IE during O&M Period

proposal. In case of JV a MoU indicating the specific Projects, input and role of each
Partner etc. shall be submitted with the proposal.

Part 1: Technical 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.
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. No alternative to key professional staff may be proposed and only one Curriculum
Vitae (CV) may be submitted for each position and
iv. 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.
v. For Key Personnel e.g. Team Leader, Highway Maintenance cum Resident
Engineer, Bridge/ Structural 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.

(i) A brief description of the firm’s organization and an outline of recent experience of
the Consultants and, in the case of Joint Venture, for each partner, on assignments of a
similar nature. The information which you shall provide on each assignment should
indicate, inter-alia, the profiles of the staff provided, duration, contract amount and
firm’s involvement. The details of assignments on hand shall also be furnished.

(ii) Site Appreciation: limited to four A4 size pages in 1.5 space and 12 font including
photographs, if any;

(iii) Proposed methodology for the execution of the services illustrated with bar charts of
activities. The proposed methodology should be accompanied by the consultant’s
initial view, key challenges they foresee and potential solutions. 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.
11
National Highways Authority of India RFP for IE during O&M Period

Surface defects detection and roughness measurement using Network Survey Vehicle

Pavement strength measurement using FWD


Bridge inspection using Mobile Bridge Inspection
Unit Road signs inspection using Retro Reflectometer

Traffic count using Automatic Traffic Counter cum Classifier (ATCC)

(iv) Proposed Quality Audit Methodology including Quality Assurance Plan

(v) 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. (Policy No. 10.2.2016 dated 07/09/2018 enclosed herewith will be
followed)

(vi) The composition of the proposed staff team, the tasks which shall be assigned to each
and their timing;

(vii) Requirement for submission of CVs.

a. CVs strictly in the prescribed format and recently signed in blue ink on each page
by both the proposed professional staff and the Managing Director/Head or the
authorized representative of the firm.
b. 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). If any information is found incorrect, at
any stage, action including termination and debarment from future NHAI projects
upto 2 years may be taken by NHAI on the personnel and the Firm.

c. If same CV is submitted by two or more firms, zero marks shall be given for
such CV.

d. CVs of Key Personnel having intermittent inputs will be considered only if the
assignments on hand, including those for which LOA has been received from the
Client or for which Consultant has been declared as H1, do not exceed, 2 (two) for
Road Safety Expert and 3(three) for bridge/structural engineer as on 7 days before
due date of proposal.

12
National Highways Authority of India RFP for IE during O&M Period

e. All the CVs which are to be evaluated should be complete in all respects including
signing and certification by the individual and the firm. In order to overcome the
difficulties in furnishing the duly signed CVs due to time prescribed for submission
for RFP, maximum 3 CVs (except Team Leader and Highway Maintenance
Engineer) with scanned signatures of the candidates on all pages shall be permitted.
However, the authorized representative of the firm shall sign on each page. If the
firm is selected, then the firm shall submit duly signed CVs before the signing of
contract.

f. If a CV score less than 75% marks, whatever marks it score will be carried forward
for maximum 2 nos. key personnel for determining the total score of the firm.
However, if the Key Personnel does not fulfil the minimum academic qualification
(as mentioned at Enclosure-B of TOR of RFP), the overall score of his CV will be
evaluated as zero. If the Key Personnel does not fulfil the minimum qualification
related to experience (as mentioned at Enclosure-B of TOR of RFP), then zero
marks will only be assigned for that sub criteria, but the marks obtained by the CV
of the Key Personnel will be carried forward for maximum 2 nos. key personnel for
determining the total score of the firm. In case, a firm is H-1, then maximum 2
(two) such Key Personnel (whose CV scores less than 75% or who does not fulfil
the minimum qualification) will have to be replaced by the firm before signing the
contract. The reduction in remuneration of such replacements will be at the rate of
10% for each replacement. In case CV of a person is turned out to be
fake/incorrect/inflated during the assignment, the consultancy firms shall have to
refund the salary and perks drawn including interest @12% per annum in respect of
the person apart from other consequences. In addition to above, 10% of the salary
and perks to be refunded shall be recovered from the Firm as penalty.

(viii) Deployment Schedule for each key personnel should be formulated and incorporated
in the Technical Proposal which will be reviewed on quarterly basis.

(ix) 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.

(x) A certification to the effect should be furnished by the Consultant that they have
checked the qualifications and experiences details submitted by the key personnel in
their CVs and found to be correct. This certification should be made in CVs of all key
personnel after the certification by the candidate. The format of CV includes
certification to this effect.

(xi) Detailed Evaluation criteria of the Firm and Key Personnel, which will be used for
evaluation of Technical Bids is enclosed as Appendix B10 to Section-4. The consultants
shall submit the self-evaluation as per Appendix B10 duly filled in based on the Detailed
Evaluation criteria mentioned therein at Appendix-B10. While submitting the

13
National Highways Authority of India RFP for IE during O&M Period

Self-evaluation, Consultant shall make reference to the documents along with page
nos., which have been relied upon in his self-evaluation.

3.5 The technical proposal must not include any financial information.

Part 2: Financial Proposal


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. Beginning13th 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)
3.9 The Goods and service tax shall be considered for release along with invoice, subject to
condition that Consultant submits the proof of deposit of the same with a Certificate
from CA firm within a period of 90 days of receipt of such Goods and service tax.

*(This will be the exchange rates as per Reserve Bank of India rounded off to nearest Rupee
applicable at the time of RFP invitation).

4. SUBMISSION, RECEIPT AND OPENING OF PROPOSALS

4.1. PREPARATION & SUBMISSION OF APPLICATIONS:

(A) 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.
B. The following shall be the form of various documents in the Application:
(I) Technical Proposal {Only Electronic Form (to be uploaded on the E-tendering portal of
Employer)}

14
National Highways Authority of India RFP for IE during O&M Period

(a) Proof of online payment for cost of tender documents.


(b) Copy of Bid Security Bank Guarantee
(c) Copy of Power of Attorney for signing the Bid
(d) Copy of the Power of Attorney for Lead Member of JV, if any
(e) Copy of joint bidding agreement for JV( Memorandum of Understanding between
JV partners), if applicable
(f) Copy of Integrity Pact
(g) Copy of experience certificate apostle at foreign, if any
(h) Copy of Memorandum of Understanding with Associate, if applicable.
(i) Firms credentials as per format prescribed in SECTION-3 OF RFP. (The details are
to be submitted through INFRACON only)
(j) Technical proposal as per format prescribed in SECTION-4 OF RFP. (The details
are to be submitted through INFRACON only.)
II) Financial proposal as per format prescribed in section – 5 of RFP
(IV) Bidders have to comply with the OM No. 13030/09/2008-vig dated 28th January,
2013 regarding Integrity pact.
(C ) All the bidders shall submit the Originals of all the documents listed above after
declaration of bid evaluation result by Authority.
Note: Regarding submission of physical documents, NHAI Circular no. 9.1.11/2019 dated
06/06/2019 will be followed (copy enclosed herewith).
Note:
(i) The Applicant shall upload scanned copies of the Technical Proposal and
Financial Proposal as specified in point nos. 4.1 (B) (I) ,(II), (III) & (IV) above on
the E-tendering portal of Employer before 1500 hours Indian Standard Time on
the Application due date i.e. on 15.01.2020. Technical and Financial Proposal
are to be submitted on-line only and no hard submission is to be made.
(ii) All the bidders (including individual or any of its Joint Venture member(s) failing
to submit the original documents required as per para4.1 (C) above shall be
unconditionally debarred from bidding in NHAI projects for a period of 5 Years.
(iii) In case L-1 Bidder fails to submit the originals as per para 4.1 B (I) (b), (c), (d), (e),
(f),(g),(h),(i),(j) the bidding process shall be annulled, and tenders shall be re-
invited.

C. Procurement of Consultants through INFRACON Portal (to be uploaded on


www.infracon.nic.in)
i) All the Consultancy Firms and key personnel have to register on
www.infracon.nic.in portal and should upload their technical proposals
/credentials in public domain. This portal has facility to host Firms & Personnel
credentials online with option to link to Aadhaar &Digi locker for data
validation & purity.

ii) The Applicant shall ensure that they have uploaded modules stipulated in
MoRT&H Circular No.RW-NH-35075/1/2010-S&R dt. 28.10.2015 on
www.infracon.nic.in,failing which the bid submitted will be summarily rejected.
15
National Highways Authority of India RFP for IE during O&M Period

4.2. Modification / Substitution/ Withdrawal of bids:


i. The Bidder may modify, substitute or withdraw its e- bid after submission. 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 Authority,
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.

4.3. OPENING AND EVALUATION OF APPLICATIONS:


Opening of Proposals will be done through online for Technical & Financial Proposal.
i. 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 Authority shall open Technical Proposal received as mentioned in point nos.
4.1 B(i) at 1530 hours Indian Standard Time on the Application due date i.e. on
16/01/2020 in the presence of the Applicants who choose to attend.

ii. The Financial Proposal 4.1 (b)(ii) 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. Technical
and financial evaluation of Bid & declaration of results shall be done based on the
documents received online after confirmation of Cost of tender in authorities
account.
5.2. Deleted.

5.3 Technical Proposal


(i) The Evaluation Committee appointed by the NHAI shall carry out its evaluation
applying the evaluation criteria at Appendix-B10 and point system specified in the
data sheet. Each responsive proposal shall be attributed a technical score (St.) The

16
National Highways Authority of India RFP for IE during O&M Period

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.
(ii) The Technical Evaluation made by NHAI based on the criteria at Appendix-B10
will be made available on NHAI website i.e. www.nhai.org, giving opportunities to
respond within 7 days in case of objections, if any.

Financial Proposal
5.4. After the evaluation of Technical Proposals is completed and the shortlist of 5 firms is
finalized, NHAI may notify those consultants whose proposals were not considered as
per conditions of RFP indicating that their Financial Proposal will not be opened
online. The NHAI shall simultaneously notify the finally selected 05 (five) short listed
firms indicating the date and time set for opening of the Financial Proposals.

5.5. The Financial Proposals shall be opened through e-proc 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 order of priority as among these firms on the basis
of financial bids will also be determined and the lowest financial bid shall rank first for
award of contract.

5.8. The lowest Financial Proposal (Fm) will be given a financial score (Sf) of 100 points.
The financial scores (Sf) of the other Financial Proposals will be computed as
Sf = 100 x Fm/F, where Sf is the financial score. Fm is the lowest price and F, the price
of the proposal under consideration. Proposals shall finally be ranked according to their
combined technical (St) and financial (Sf) scores using the weights indicated in the
data sheet:
S = St x T% + Sf x P%.

The Firm achieving the highest combined technical financial score shall be declared as
the most preferred bidder.

17
National Highways Authority of India RFP for IE during O&M Period

6. Replacement of Personnel

6.1. Prior to the expiration period of validity of proposal, the NHAI shall notify the
successful firm (first ranking firm) in writing by registered letter or facsimile and issue
LOA. In case two or more firms offer same lowest financial bid, the firm achieving the
highest Technical score shall be considered for LOA.

6.2. The proposal shall include methodology (work plan), staffing and bar charts, which
shall indicate activities, staff, periods in the field and in the home office, staff months,
logistics and reporting. Special attention shall be paid to optimize the required outputs
from the firm within the available budget and to define clearly the inputs required from
the NHAI to ensure satisfactory implementation of the assignment.

6.3. It is the responsibility of the Consultant, before submitting the financial proposal, to
contact the local tax authorities to determine the local tax amount to be paid by the
Consultant under the Contract. Having selected a firm, among other things, on the basis
of an evaluation of proposed key professional staff, the Contract will be finalized.

6.4 All replacements shall be governed by Clause 4.5 ( Renewal and/or Replacements of
Personnel) of General Condition of the Contract.

7. AWARD OF CONTRACT

7.1. The Client shall award the Contract to the selected Consultant. However, after signing
of the Contract, the Client may return the unopened Financial Proposals to the
unsuccessful Consultants.

7.2. The successful firm with whom the contract is signed is expected to commence the
assignment on the date and at the location specified in the data sheet.

8. PERFORMANCE CLAUSE

Independent Engineers shall be expected to fully comply with all the provisions of the
“Terms of Reference” and shall be fully responsible for supervising and ensuring that
the Designs, Construction and Maintenance and Operation of the facility takes place in
accordance with the provisions of the Concession Agreement. Failure of the
Independent Engineer to notifying NHAI and the Concessionaire on non-compliance
of the provisions of the Concession Agreement by the Concessionaire, non-adherence
to the provision of ToR and non-adherence to the time schedule prescribed under ToR
shall amount to non-performance.

The Independent Engineer shall appoint senior most technical director or equivalent as
its authorized representative, who shall correspond with the NHAI besides Team Leader
to monitor the performance of its staff, undertake quarterly site inspections and give a
18
National Highways Authority of India RFP for IE during O&M Period

report to NHAI on such inspection for comments and suggestions of NHAI for future
compliance, issue on behalf of the IE, the Provisional Completion Certificate and
Completion Certificate and shall carry out any such task as may be decided by NHAI.
The IE shall take prior approval of NHAI before issuing Provisional Completion
Certificate and Completion Certificate. The proposal submitted shall also include the
name of the authorized representative along with the authorization letter and power of
attorney. No separate payment shall be made for such inputs and site visits of the
authorized representative as the same shall be treated as incidental to the assignment.

9. CONSULTANT’S PROPOSAL

9.1. Broad job-description and minimum qualification and experience requirements for key
personnel mentioned above are given in Enclosure–B. However, higher marks shall be
accorded to the Candidate with higher relevant qualification and experience in PPP
projects. The age of the Key Personnel should not be more than 65 years on the date of
submission of proposal. Consultants are advised in their own interest to frame the
technical proposal in an objective manner as far as possible so that these could be
properly assessed in respect of points to be given as part of evaluation criteria. The
bio-data of the key personnel should be signed on every sheet by the personnel
concerned and the last sheet of each bio-data should also be signed by the authorized
signatory for the Consultant. The key personnel shall also certify at the end of their
bio-data proforma that they have not left any of the NHAI works without completing
of their assignment and have not accepted any other offer at the time of signing of the
bio-data and as such shall be available to work with the Independent Engineer, if the
Project is awarded. In case the key personnel leave the assignment without approval of
NHAI, NHAI would be at liberty to take any appropriate action against that key
personnel including debarment.

9.2. In addition to above, the consultants are required to propose sub-professional staff as
detailed in Enclosure-A with the minimum qualification and experience requirements
as given in Enclosure–B.

10. PERFORMANCE SECURITY

10.1 The successful consulting firm shall have to submit a Bank Guarantee (BG) for an
amount of 2.5% of the Contract Value within 15 days of issue of LOA. The BG
shall be valid for a period of 62 months i.e. up to 2 months beyond the expiry of
the Contract of 60 months. The BG shall be in the format specified in Appendix I
of draft contract form and furnished from a Nationalized 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. 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
19
National Highways Authority of India RFP for IE during O&M Period

Nationalized Bank in India. In case of JV, the BG shall be furnished on behalf of the
JV and not individually by the members.

10.2 Further, in cases where the bid of the successful consulting firm is less than 85% of
the average of all bids received, the successful consulting firm shall have to submit
an additional Performance Security (APS) in the form of a Bank Guarantee for 30%
of the differential value between the successful bid and average of bids received.
The BG shall be valid for a period of 62 Months i.e. up to 2 Months beyond the
expiry of the contract of 60 months. The other requirements of APS are same as
those of Performance Security.
.
Note: For smooth operation and verification of genuineness of BG, it shall be ensured for
incorporation into the body of BG the following paragraph.
“The guarantor/bank hereby confirms that it is on the SFMS (Structural Finance
Messaging System) platform & shall invariably send an advice of this Bank
Guarantee to the designated bank of NHAI after obtaining detail thereof from
NHAI.”

Note:
The bidder has to furnish the data/information, as applicable to them, for different
annexure enclosed herewith as per NHAI circular NHAI/Policy Guidelines /Consultancy
contracts/2018 No.10.2.15, dated 18.07.2018.The provision under this circular will
prevail upon any other similar provision mentioned elsewhere in the bid document.
NHAI decision this regard will be final and binding on the bidder/successful bidder.

11. AUTHORISED SIGNATORIES


The Authority shall require the Independent Engineer to designate and notify to the
Authority and the Concessionaire up to 2 (two) persons employed in its firm to sign for
and on behalf of the Independent Engineer, and any communication or document
required to be signed by the Independent Engineer shall be valid and effective only if
signed by any of the designated persons; provided that the Independent Engineer may,
by notice in writing, substitute any of the designated persons by any of its employees.

20
National Highways Authority of India RFP for IE during O&M Period

DATA SHEET

(As Mentioned in Letter of Invitation to


Consultants)
1. Pre-Proposal Conference shall be held at: PIU Ahmedabad on 06.01.2020 at
1500 Hrs.

2. The proposal shall be valid for 120 days after the last date of

3. Clarification may be requested 7 days prior to Pre-Proposal Conference. The address for
requesting clarification is:

Project Director
Project Implementation Unit Ahmedabad
2nd floor, AmulBuilding,Vejalpur Road, Jivraj Park
Ahmedabad-380051
Phone- 079-26821062/63
E-mail – [email protected]

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.

6. NHAI shall reimburse only Goods and service tax. Consultant has to assess all other taxes
and should inbuilt them in their financial proposal. These taxes (other than Goods and
service tax) should not be provided separately. The Consultants to state cost in INR only.

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.

8. The time and date of bid submission on e-tender portal: 15.01.2020 upto 1500 hrs.

9. Deleted;

10.The points assigned to Technical Evaluation criteria are:

S. No. Description Marks


1. Relevant experience for the assignment 35
2. Quality of approach and methodology 05
3. Experience in use of technology for road inspection 20
4 Qualifications and competence of the key staff for the assignment 40
Total 100

21
National Highways Authority of India RFP for IE during O&M Period

i. Sub criteria for Relevant Experience of the firm for the assignment

Year of Establishment of the Firm (In case of JV year of establishment 2


of LM shall be considered) (Min 5 Years)
Average Annual Turnover (last 5 years) from consultancy business 2
(Min.5 crore)
No. of key personnel with the firm 2
Experience in DPR/Feasibility cum PPR preparation for two projects of 5
4/6 laning of 30% of project length each or one project of 4/6 laning of
50% of project length in last 7 years
In hand DPRs for NHAI Projects ( presently under progress) 10
Experience as Independent Engineer/ Authority Engineer/ Supervision 6
consultants for two construction projects of four/six laning of 30% of
project length each or one projects of four/six laning of 50% of project
length in last 7 years
Experience as Independent Engineer/ Supervision consultants one O&M 8
project under DBFOT/OMT of four/six laning** of 50% of project
length in last 7 years.

Employer’s certificate should be submitted substantiating the experience claimed by the firm.

**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.

ii. Sub criteria for Adequacy of the proposed work plan and methodology

Site Appreciation 1
Quality of Approach and Methodology (approach and initial view on 2
project plan including key challenges envisaged and potential solutions)
Internal Quality Audit Methodology to be adopted (Quality Assurance 2
Plan)
Total 5

22
National Highways Authority of India RFP for IE during O&M Period

iii. Sub criteria for Experience in use of technology for road inspection

Maximum Sub-
Sr.No Description
Points Points
1 Experience in Network Survey Vehicle (NSV) or 6
better technology for pavement inspection
1.1 Own an equipment/MOU with Associate 3
1.2 1-2 projects 4
1.3 3-5 projects 5
1.4 > 5 projects 6
2 Experience in Falling Weight Deflect meter 3
(FWD) or better technology for pavement
strength measurement
2.1 Own an equipment/MOU with Associate 2
2.2 1-3 projects 2.5
2.3 > 3 projects 3
3 Experience in Mobile Bridge Inspection Unit 4
or better technology for bridge inspection
3.1 Own an equipment/MOU with Associate 2
3.2 1-3 projects 3
3.3 >3 projects 4
4 Experience in Retro reflect meter technology 4
4.1 Own an equipment/MOU with Associate 2
4.2 1-3 projects 3
4.3 > 3 projects 4
5 Experience in Automatic Traffic Counter cum 3
Classifier (ATCC)
5.1 Own an equipment/MOU with Associate 1
5.2 1-3 projects 2
5.3 > 3 projects 3
Total 20

Note: A. The consultants owning the equipment’s shall be required to submit proof of
ownership.

B. 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 a firm/ associate firm for a private
concessionaire/contractor shall be considered only if the experience certificate is
authenticated by the concerned competent Government department/authority.
(Policy guidelines No. 10.2.16 dated 07/09/2018 enclosed herewith to be followed)

23
National Highways Authority of India RFP for IE during O&M Period

iv. Qualification and competence of following professional/sub-professional staff for


the assignment shall be evaluated. The weightage for various key staff are as under:-

No. of Marks per Total


S.No. Staff Position
Professiona Staff Marks
1 Team Leader cum 1 19 19
Highway Engineer
2 Highway maintenance cum 1 12 12
Resident Engineer
3 Bridge/Structural Engineer 1 4 4
4 Road Safety Expert 1 5 5
Total 40

Sub criteria for qualification of key Personnel (i.e. Professional staff)


General qualifications 25
Adequacy for the project 70
Employment with firm 5
Total 100

v. The technical proposal should score at least 75 points to be considered responsive for
financial evaluation.

vi. Detailed evaluation criteria which is to be used for evaluation of technical bids is as
indicated below as Appendix-EC.

vii. 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.

viii. 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.

ix. The single currency for price conversion is INR. For evaluation of bid proposals, the
foreign currency conversation rate of 1US Dollar = Rs. XXX and 1 Euro = Rs.XXX
shall be used at the rate as on bid due date.

x. The weightage given to technical proposal is T = 80%.


The weightage given to financial proposal is P = 20%.

xi. Commencement of Assignment: The firm shall begin carrying out the services within
15 days of signing of the Consultancy Agreement.

Remarks: Based on experience and the Consulting Industry’s Capacity, Project specific
requirement etc., NHAI may modify the above criteria for Selection of IE.

24
National Highways Authority of India RFP for IE during O&M Period

Section 3: FORMATS FOR SUBMISSION OF FIRMS CREDENTIALS

The proposal should contain the following information in enclosed format attached at
Appendix A.

Year of Establishment of Firm


Average annual turnover (last five years)

Note: The Firm shall submit Certificate of Incorporation and audited balance sheet for the
last five years ( FY 2014-15, 2015-16, 2016-17, 2017-18 & 2018-19)**. 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.
i. Name of the package applied for:-
ii. Year of establishment of firm
Consultant Year of Country Type of Organization
Establishment Individual Partnership Corporation Other
Individual/
Lead Partner
(of JV)

NOTE: - Year of Establishment of Lead Partner of JV shall be


considered. *Copy of Certificate of incorporation shall be submitted.

iii. Office/Business Address/Telephone nos./Cable Address.


iv. Narrative description of firm (Not more than 2 sheets)
v. Name of two(2) principals who may be contacted with title and
telephone number/fax number.
vi. Financial Statement of the last five years. **

Sr. No. Particulars 2019-18 2018-17 2017-16 2016-15 2015-14


i Annual turnover
Consulting
business from
ii Total Assets
iii Current Assets

a. **The amount shall be stated in INR. (Consider US$1= XXXX INRs. and 1 Euro
=XXXX INRs.)

25
National Highways Authority of India RFP for IE during O&M Period

b. The currency conversion rate for the respective years shall be mentioned for
other international currencies.

c. Balance Sheet/ Auditor Certificate of last 5 years (2014-15, 2015-16, 2016-17,


18 & 2018-19) shall be submitted as evidence of Annual Turnover”.

d. Wherever details for Audited Balance Sheet, Financial Statement, Balance


Sheet/Auditor Certificate of last 5 years are sought, the last 5 year shall be preceding
the year in which Bid submission is to be made.

In case the annual accounts for the latest financial year are not audited and therefore
the Applicant cannot make it available, the Applicant shall give an undertaking to
this effect duly certified by statutory body like Chartered Accountant or Independent
Auditor who are competent to do so as recognized by the state concerned. In such a
case, the Applicant shall provide the Audited Annual Reports for 5 (five) years
preceding the year for which the Audited Annual Report is not being provided.

vii. Experience *** as Independent Engineer or Construction Supervision of Highway


Projects, separately for PPP and non-PPP Projects during the last 7 years.
Projects Client
Name/year (with Total Fee
% Age
Sole Descriptio complete Fee for Received
of Approx.
consultant Type n of address, the by
Total Cost of
S. Prime Services highway contact Con- Applicant
Fee Highwa Period
No. Consultant Ren- project/ person, sultancy (incase
Receive y
of Dered Length telephone Assign- ofJV/
d by the Project
JV/JV/or (km) Nos ment Associ-
Firm
Sub and Fax (INR) ation)
Consultant Nos)
1 2 3 4 5 6 7 8 9 10
A. Completed/Substantially completed projects:

1.
2.

3.
B. Projects in progress:
1.
2.
3.

26
National Highways Authority of India RFP for IE during O&M Period

viii. Experience *** in DPR/Feasibility Study of 4/6 laning Highway projects during the
last 7 years.

Total
Client(with
Fee for
Complete % Age of
Type Length the
address, contact Fee in INR Total
Sr. Projects Services of Con-
person, (Applicant’s FeeReceived Period
No. Name/year Ren- Project sultancy
telephone share in) by the
Dered (km) Assign-
Nosand Fax Firm
ment
Nos)
(INR)
1 2 3 4 5 6 7 8 9

x. Experience *** in Project Supervision/IE for Operation and Maintenance of


HighwayProjects, separately for PPP and non-PPP Projects during the last 7 years.

Sr. Projects Type Description Client(with Total Fee % Age of Period


No. Name/year Services of highway Complete Fee for Received TotalFee
Sole Ren- project/ address, the by Receive
consultant Dered Length contact Con- Applicant d by the
Prime (km) person, sultancy (incase Firm
Consultant telephone Nos Assign- ofJV/
of and Fax Nos) ment Associ-
JV/JV/or (INR) ation)
Sub
Consultant
1 2 3 4 5 6 7 8 9

a. ***4/6 lane as applicable for the project for which RFP is invited. Experience of 4/6
lane shall be considered interchangeably for 4/6 laning projects.

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. The certificate should be issued by an Officer not below the rank of
Executive Engineer.

c. 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
partner/Associate shall be considered in the same proportion as payment has been
received by the firm towards consultancy work in the project.

d. For weight age 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
recognized by the State concerned shall be accepted. Annual turnover duly certified by
27
National Highways Authority of India RFP for IE during O&M Period

Chartered Accountant shall be accepted. In case of non-availability of such documents


no weight age of turnover/experience will be considered.

e. 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.

Role of the Team Members provided by


Firm Present the firm
Date of Date of
Sr. Name of Sole, Lead/ status of
Client letter of Agreement
No Assignment Other in JV Assignme
Acceptance ifsigned Name DOB Position
or sub- nt
consultant
1 2 3 4 5 6 7 8 9 10

f. Number of Key Personnel (as defined in RFP) employed with the firm in highway sector
with more than one year from bid submission date:

Number of key personnel employed


Sole Applicant
Key Personnel
(Lead Member JV(1)
in case of JV)
Team Leader cum Senior Highway Engineer
Resident cum Highway Engineer
Bridge/Structural Engineer
Road Safety Expert

28
National Highways Authority of India RFP for IE during O&M Period

SECTION 4.FORMAT FOR SUBMISSION OF TECHNICAL PROPOSAL

Appendix B-1 Technical proposal submission form.


Appendix B-2 Site Appreciation
Appendix B-3 Approach paper on methodology for performing the assignment
Appendix B-4 Facility for Field Investigations and Testing
Appendix B-5 Composition of the Team and Task(s) of each Team member
Appendix B-6 Curriculum vitae of proposed Professional staff.
Appendix B-7 Time schedule for deployment of Professional staff.
Appendix B-8 Activity (works) schedule.
Affidavit for correctness of CVs of key personnel and experience
Appendix B-9
claimed by the firm.
Self-Evaluation by the Firm on the Annexure A, along with Annexure-
Appendix B-10
A-1, Annexure A-2-1 to A-2-8 and Annexure A-3-1 to A-3-8

29
National Highways Authority of India RFP for IE during O&M Period

APPENDIX B-1
Technical Proposal Submission Form

From (Name of Firm) To: (Name and Address of Client)

Ladies/Gentlemen:

Subject: Submission of Technical and Financial Proposal for engagement as IE for the
Operation and Maintenance of
i.

We, the undersigned, offer to provide the consulting services for the above in accordance
with your Request for Proposal dated , and our Proposal dated .............while duly examining
and

Understanding the contents of RFP. 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

We further certify that in the last 3 years, we or any member of our JV/Associates have neither
failed to perform any contract/ assignment nor have been expelled from any
contract/assignment nor had any contract/assignment terminated for our breach. our Proposal is
binding upon us.. We understand you are not bound to accept any Proposal you receive

We remain,

Yours sincerely,

Authorized Signatory
Name and Address of Firm
(Lead Member in case of JV)

30
National Highways Authority of India RFP for IE during O&M Period

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 (with date and location) to demonstrate that responsible
personnel of the Consultant have actually visited the site and familiarized with the salient
details/complexities and scope of services.

31
National Highways Authority of India RFP for IE during O&M Period

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) Proposed Quality Audit Methodology and Quality Assurance Plan [not more than 6
pages]

32
National Highways Authority of India RFP for IE during O&M Period

APPENDIX B-4 : FACILITY FOR FIELD INVESTIGATION AND TESTING


(Policy guidelines No. 10.2.16 dated 07/09/2018 enclosed herewith to be followed)

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, Pavement strength measurement using FWD,
Bridge inspection using Mobile Bridge Inspection Unit, Road signs inspection using
Retro Reflectometer

Traffic count using ATCC

2. In-case answer to 1 is available (created in house at site) a list of field investigation and
testing equipment is to be attached

3. In case answer to 1 is outsourced/not available – arrangements made or proposed to be


made for each of the above field investigations is to be attached

4. For experience in NSV, FWD, MBIU and reflectometer, references need to be provided
in the following format (will be as per NHAI Circular 2019/No.10.2.17/2019 dated
25/02/2019).

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:
Signature of Authorised Representative
33
(Certificate from Employer regarding experience should be furnished)
National Highways Authority of India RFP for IE during O&M Period

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
3
4
...
...

2. Support Staff

1
2
3
4
...
...

34
National Highways Authority of India RFP for IE during O&M Period

APPENDIX B-6 : FORMAT OF CURRICULUM VITAE (CV) FOR


PROPOSED PROFESSIONAL STAFF

Proposed Position : ...........


Name of firm ......................
INFRACON ID (Firm) .......
Name of Staff .....................
INFRACON ID (Individual) Profession:
Date of Birth: .....................
Years with Firm/Entity:
National:
Membership of Professional:
Detailed task Assigned: ....

Summary of Qualification & Experience vis-à-vis the requirements as per


TOR

Period Assignment Client


Name of Post Project
Sr.No. of the of the Remarks
Employer held Name From To
Project Project

Education:
[Summarize college/university and other specialized education of staff member, giving their
names, dates attended, and degrees obtained. Use about one quarter of a page.]

Key Qualifications:
[Give an outline of staff member’s experience and training most pertinent to tasks on
assignment. Describe degree of responsibility held by staff member on relevant previous
assignments and give dates and locations. Use about half a page.]

Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions
held by staff member since graduation, giving dates, name of employing organizations, titles
of positions held, and locations of assignments. For experience in last ten years, also give
types of activities performed and client references, where appropriate. Use about three-
quarters of a page.]

Languages:
[For English language indicate proficiency: excellent, good, fair, or poor; in speaking,
reading, and writing]

35
National Highways Authority of India RFP for IE during O&M Period

Summary of Qualification & Experience vis-à-vis the requirements as per TOR


Break-up of experience
Requirements as Possessed by the
Brief Description Man-months
per TOR (Enclosure-B) Staff member
of Project provided

Certification by the Candidate

I, the undersigned, (Name and Address) undertake that this CV correctly describes myself,
my qualifications and my experience and NHAI 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 NHAI nor left any assignment with the consultants engaged by NHAI /
contracting firm (firm to be supervised now) for any continuing work of NHAI without
completing my assignment. I will be available for the entire duration of the current projects
(named --------------------- ). If I leave this assignment in the middle of the work, NHAI would
be at liberty to debar me from taking any assignment in any of the NHAI works for an
appropriate period of time to be decided by NHAI. I have no objection if my services are
extended by NHAI 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 NHAI projects during
the period of assignment of this project and NHAI shall consider my CV invalid till such
time.

I undertake that I have no objection in uploading/hosting of my credentials by Employer in


public domain.

For Key Personnel having intermittent inputs, add the following:

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
Total input of
Likely Start Likely end
Name of Date of the
Client
Assignment LOA person
(Month/Year) (Month/Year)
(man-months)

Date:
(Signature of Key Personnel) [(Day/Month/Year)]

36
National Highways Authority of India RFP for IE during O&M Period

Certification by the firm

The undersigned on behalf of................................................ (name of consulting firm) certify


that the qualification and experience details of Shri .................................................................
(name ........................................................................................ .of the proposed personnel and
address) as described in the CV has been checked and found to be correct. It is also certified
that Shri ........ (name of proposed personnel) to the best of our
knowledge has neither been debarred by NHAI nor left his assignment with any other
consulting firm engaged by NHAI / 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 NHAI, NHAI would be at liberty to remove the personnel from the present
assignment and debar him for an appropriate period to be decided by NHAI.

Date:
[Signature of authorized representative of the Firm] [(Day/Month/Year)]

Note:-
a. Personnel is to affix his recent photograph on first page of CV.
b. Complete address and phone number of the Personnel is to be provided.
c. Document for proof of age is to be enclosed.
d. Document for proof of qualification is to be enclosed.
e. Age of the personnel shall not be more than as specified.
f. Experience Certificates from Employers to be attached

37
National Highways Authority of India RFP for IE during O&M Period

APPENDIX B-7: TIME SCHEDULE FOR PROFESSIONAL PERSONNEL


A. Activity Schedule
Month wise progress (in from Bar Chart)
[1st, 2nd , etc are month from the start of assignment]
Sr.
Name Position 12th and Number
No.
1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th subsequent of
years Months
1 Sub-
total (1)
2 Sub-
total (2)
3 Sub-
total (3)

38
National Highways Authority of India RFP for IE during O&M Period

APPENDIX B-8 : ACTIVITY (WORKS)


SCHEDULE A. Activity Schedule
S. Item of Activity (Works) Month wise Program (in form of Bar Chart)
No. [1st, 2nd, etc. are months from the start of
1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
1

B. Completion and Submission of Reports

Sr.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

39
National Highways Authority of India RFP for IE during O&M Period

APPENDIX B-9: AFFIDAVIT FOR CORRECTNESS OF CV OF KEY PERSONNEL


AND EXPERIENCE CLAIMED BY THE FIRMS

(To be submitted on non-judicial Stamp Paper)

I, the undersigned, on behalf of (name of the Consultant submitting the proposal), do


hereby certify that the details furnished in this proposal including CV of key personnel and
experience claimed by the firm/firms are true and correct to the best of my knowledge and
belief.

Managing Director/Head of the


Firm/Authorized Representative of the firm*
Address
*Lead Member in case of J

40
National Highways Authority of India RFP for IE during O&M Period

APPENDIX B-10: Self Evaluation by the Firm on the Annexure A, along with
Annexure-A-1, Annexure A-2, Annexure A-3, Annexure A-4-1 to A-4-4 and Annexure
A-5-1 to A-5-9.

Name of the Firm: .


Sr. Name of the Professional Staff Marks of out Weight age Remark
No. of 100 Marks
Details Marks

1 Team Leader x/100*19


(As per Annexure-A-4-1)
2 Highway Maintenance cum Resident x/100*12
Engineer (As per Annexure- A-4-2)
3 Road Safety Expert x/100*4
(As per Annexure-A-4-3)
4 Bridge/Structural Engineer x/100*5
(As per Annexure- A-4-4)
Maximum Marks 40 Total 0
Evaluation of the Firm (As per Annexure-A-1) Maximum 35 0
Grand Total of Evaluation 0
Managing Director/Head of the Firm/Authorized Representative of the firm
Address:
Lead Member in case of JV

41
National Highways Authority of India RFP for IE during O&M Period

APPENDIX B-11:
INTEGRITY PACT

(To be executed on plain paper and submitted along with Technical Bid/Tender documents
for tenders having a value between Rs.5 Cr and 100 Cr. To be signed by the bidder and same
signatory competent/ authorized to sign the relevant contract on behalf of the NHAI)

Tender No.

This integrity Pact is made at _____ on this ________ day of _______ 2019.

Between

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 & G-6, Sector-10, Dwarka, New Delhi, hereinafter referred to as “The
Principal”, which expression shall unless repugnant to the meaning or contract thereof
include its successors and permitted assigns. Andhereinafter referred to as
“The Bidder/Contractor /Concessionaire/Consultant” and which expression shall unless
repugnant to be meaning or context thereof include its successors and permitted assigns.

Preamble

Whereas, the Principal intends to award, under laid down organizational procedures,
contract/s for
Independent Engineer Services during Operation & Maintenance period for 6 lane section of
Ahmedabad to Vadodara section of NH-8 from Km. 6.400 to Km. 108.700 (LengthKm102.300)
in the state of Gujarat & Ahmedabad to Vadodara Expressway from Km.0.000 to Km. 93.302
in the state of Gujarat (Length 93.302 km) under NHDP Phase-V on DBFOT Toll Basis
The Principal values full compliance with all relevant laws of the land, rules of land,
regulations, economic use of resources and of fairness/ transparency in its relations with its
Bidder(s) and/ or Contractor(s)/Concessionaire(s)/ Consultant(s).

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:-

42
National Highways Authority of India RFP for IE during O&M Period

Article-1 Commitments of the Principal

1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles:-

a. No employee of the Principal, personally or through family members, will in connection


with the tender for, or the execution of a contract, demand, take a promise for or accept,
for self, or third person, any material of immaterial benefit which the person is not
legally entitled to.

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, whose
conduct in the past has been of biased nature.

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.

Article–2 Commitments of the Bidder(s)/Contractor(s)/ Concessionaire(s)/


Consultant(s).

The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) commit himself to take all


measures necessary to prevent corruption. He commits himself to observe the following
principles during his participation in the tender process and during the contract execution.

a. The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not, directly or


through any other person or firm, offer, promise or give to any of the Principal’s
employees involved in the tender process or the execution of the contract or to any third
person any material or other benefit which he/she is not legally entitled to, in order to
obtain in exchange any advantage of any kind whatsoever during the tender process or
during the execution of the contract.

b. The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not enter with other
Bidders into any undisclosed agreement or understanding, whether formal or informal.
This applies in particular to prices, specifications, certifications, subsidiary contracts,

43
National Highways Authority of India RFP for IE during O&M Period

submission or non-submission or bids or any other actions to restrict competitiveness or


to introduce cartelization in the bidding process.
c. The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not commit any
offence under the relevant IPC/PC Act and other Statutory Acts; further the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s) will not use improperly, for purposes of
completion or personal gain, or pass on to others, any information or document provided
by the Principal as part of the business relationship, regarding plans, technical proposals
and business details, including information contained or transmitted electronically.

d. The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of foreign-origin shall


disclose the name and address of the Agents/ Representatives in India, if any. Similarly,
the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of Indian Nationality shall
furnish the name and address of the foreign principle, if any.

e. The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will, when presenting his


bid, disclose any and all payments he has made, is committed to or intends to make to
agents, brokers or any other intermediaries in connection with the award of the contract.
He shall also disclose the details of services agreed upon for such payments.

f. The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not instigate third


persons to commit offences outlined above or be an accessory to such offences.

g. The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not bring any outside
influence through any Govt. bodies/quarters directly or indirectly on the bidding process
in furtherance of his bid.

Article – 3 Disqualification from tender process and exclusion from future contracts.

1. If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s), before award or during


execution has committed a transgression through a violation of any provision of Article-
2, above or in any other form such as to put his reliability or credibility in question, the
Principal is entitled to disqualify the Bidder(s)/ Contractor(s)/ Concessionaire(s)/
Consultant(s) from the tender process.

2. If the Bidder/ Contractor/ Concessionaire/ Consultant has committed a 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

44
National Highways Authority of India RFP for IE during O&M Period

Bidder/ Contractor/ Concessionaire/ Consultant and the amount of the damage. The
exclusion will be imposed for a minimum of 1 year.

3. A transgression is considered to have occurred if the Principal after due consideration of


the available evidence concludes that “On the basis of facts available there are no
material doubts”.

4. The Bidder/ Contractor/ Concessionaire/ Consultant with its free consent and without
any influence agrees and undertakes to respect and uphold the Principal’s absolute rights
to resort to and impose such exclusion and further accepts and undertakes not to
challenge or question such exclusion on any ground, including the lack of any hearing
before the decision to resort to such exclusion is taken. This undertaking is given freely
and after obtaining independent legal advice.

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/ Contractor/ Concessionaire/ Consultant shall be
final and binding on the Bidder/ Contractor/ Concessionaire/ Consultant.

6. On occurrence of any sanctions/ disqualification etc arising out from violation of


integrity pact, the Bidder/ Contractor/ Concessionaire/ Consultant shall not be entitled
for any compensation on this account.

7. Subject to full satisfaction of the Principal, the exclusion of the Bidder/ Contractor/
Concessionaire/ Consultant could be revoked by the Principal if the Bidder/ Contractor/
Concessionaire/ Consultant can prove that he has restored/ recouped the damage caused
by him and has installed a suitable corruption prevention system in his organization.

Article – 4 Compensation for Damages.

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 forfeit the Earnest Money
Deposit/ Bid Security or demand and recover the damages equivalent to Earnest Money
Deposit/ Bid Security apart from any other legal right that may have accrued to the
Principal.

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.

45
National Highways Authority of India RFP for IE during O&M Period

Article – 5 Previous Transgression

1. The Bidder declares that no previous transgressions occurred in the last 3 years
immediately before signing of this Integrity Pact with any other Company in any country
conforming to the anti-corruption/ Transparency International (TI) approach or with any
other Public Sector Enterprise/ Undertaking in India or any Government Department in
India that could justify his exclusion from the tender process.

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.

Article-6 Equal treatments of all Bidders/ Contractors/ Concessionaires/ Consultants/


Subcontractors.

1. The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) undertake(s) to demand


from all sub-contractors a commitment in conformity with this Integrity Pact, and to
submit it to the Principal before contract signing.

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.

Article–7Criminal charges against violating Bidder(s)/Contractor(s)/ Concessionaire(s)/


Consultant(s)/ Sub-contractor(s).

If the Principal obtains knowledge of conduct of a Bidder/ Contractor/ Concessionaire/


Consultant or Subcontractor, or of an employee or a representative or an associate of a
Bidder/ Contractor/ Concessionaire/ Consultant or Subcontractor, which constitutes
corruption, or if the Principal has substantive suspicion in this regard, the Principal will
inform the same to the Chief Vigilance Officer.

Article – 8 Pact Duration


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 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.
46
National Highways Authority of India RFP for IE during O&M Period

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.

Article - 10 Other Provisions.

1. This pact is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e. New Delhi.

2. Changes and supplements as well as termination notices need to be made in writing.

3. If the Bidder/Contractor/Concessionaire/Consultant is a partnership or a consortium, this


pact must be signed by all partners or consortium members.
4. Should one or several provisions of this agreement turn out to be invalid, the remainder
of this agreement remains valid. In this case, the parties will strive to come to an
agreement to their original intentions.
5. Any disputes/ differences arising between the parties with regard to term of this pact,
any action taken by the Principal in accordance with this Pact or interpretation thereof
shall not be subject to any Arbitration.
6. The actions stipulated in this Integrity Pact are without prejudice to any other legal
action that may follow in accordance with the provisions of the extant law in force
relating to any civil or criminal proceedings.

In witness whereof the parties have signed and executed this Pact at the place and date first
done mentioned in the presence of following witness:-

(For & On behalf of the Principal) (For & On behalf of the Bidder/

Contractor/ Concessionaire/ Consultant)

(Office Seal )

Place _______

Date

Witness 1 :

(Name & Address):

Witness 2 :

(Name & Address): 47


National Highways Authority of India RFP for IE during O&M Period

Anneuxre-A-1
Evaluation Sheet (Relevant Experience of Firm for the Assignment Total Marks = 35)
S. Description Marks Name of Firm Certificate
No. attached (Page
No.) /Remarks
1 Year of Establishment of the Firm (In case of JV 2
year of establishment of Lead Member shall be
considered) (Min 5 years) For 5 years - 1.5 marks
More than 5 years – 2 Marks
2 Average Annual Turnover (last 5 years or in each of 2
the preceding two years) from consultancy
business (Min 5 Crore)For >50 Crores - 2 marks, For
20-50 Crores- 1.5 marks, For 10-20 Crores- 1
mark for 5-10 Crores- 0.5 mark
3 Numbers of key personnel with the firm more than 2
one year with the firm.
< 4 personnel - 0 marks
4 to 12 - Linearly varying from 0.25 to 2 > 12
personnel - 2 marks
4 Experience in DPR/Feasibility cum PPR 5
preparation for two projects of 4/6 laning of 30% of
project length each or one project t of 4/6 laning of
50% of project length in last 7 years 2 project 4/6
laning of 30% of project length each - 4 marks Or 1
project of 4/6 laning of 50% of project length - 4
marks Add 0.25 (Zero point two five) marks extra
for each additional project subject to maximum 1
marks.
5 In hand DPRs for NHAI Projects For DPR project 10
length > the length of project for which RFP invited
-5 Marks For DPR project length > two times the
length of project for which RFP invited -7.5 Marks
For project length > three times the length of project
for which RFP invited - 10 Marks
6 Experience as Independent Engineer/ Authority 6
Engineer/Supervision Consultant two construction
projects of four/six laning ** of 30% of project
length each or one projects of four/six laning ** of
50% project length in last 7 years. 2 construction
projects 4/6 laning of 30% of project length each -
4marks Or 1 construction project of 4/6 laning of
50% of project length - 4 marks
Add1(one)
markextra for completed assignment of
Independent Engineer and add 0.5 (Zero point
five) marks extra for completed assignment of
supervision consultancy subject to maximum 2 (two)
7 Experience as Independent Engineer/ 8
Supervision Consultants one O&M project under
DBFOT/ OMT/ O&M of four/six laning** of 50%
of project length in last 7 years 1 project - 6 marks
Add 0.5 (Zero point five) marks extra for each
additional project subject to maximum 2 marks.
Total

48
National Highways Authority of India RFP for IE during O&M Period

Anneuxre-A-2
Evaluation Sheet (Adequacy of the Proposed Approach and Methodology)
Reference/Details of Marks self-
Maximum
Description projects Claimed for assessed by
Marks
self-assessment the bidder
Site Appreciation
(i) Average 0.50
1
(ii) Good 0.75
(iii) Very Good 1.00
Quality of Approach and Methodology
(Review of scope ofwork and design
review, construction
supervision methodology,
contract management approach,
safety review/audit and O&M stage,
2
initial view on project plan including
key challenges envisaged and
potential solutions to be judged).€
(i) Average 0.75
(ii) Good 1.50
(iii) Very Good 2.00
Quality Audit Methodology andQuality
Assurance Plan
(i) Average 0.75 2
(ii) Good 1.50
(iii) Very Good 2.00
Total Marks 5

Anneuxre-A-3 (Circular 10.2.16 dated 07/09/2018 to be followed)


Evaluation sheet for assessment of experience in use of technology for road
Reference/Details of Marks self-
Maximum
Description projects Claimed for assessed by
Points
self-assessment the bidder
Experience in Network Survey
Vehicle(NSV) or better technology for
pavement inspection Own an
equipment/MOU with Associate – 3, 6
1-2 projects- 4,
3-5 projects- 5,
>5 projects- 6
Experience in Falling Weight Deflectometer
(FWD) or better technology for pavement
strength measurement Own an
3
equipment/MOU with Associate – 2
1-3 projects- 2.5
>3 projects- 3
Experience in Mobile Bridge Inspection
Unit (MBIU) or better technology for
bridges inspection
4
Own an equipment/MOU with Associate -
2 1-3 projects -3
>3 projects -4

49
National Highways Authority of India RFP for IE during O&M Period

Experience in Retro reflectometer 4


technology
Own an equipment/MOU with Associate – 2
1-3 projects- 3
>3 projects- 4
Experience in ATCC 3
Own an equipment/MOU with Associate - 1
1-3 projects- 2
>3 projects- 3
Total 20

Anneuxre-A-4-1

Evaluation Sheet - Team Leader cum Highway Engineer

S. Description Max. Name of Firm ........... Remarks


No. Marks
1 General Qualification/Name/DOB 25 Name of Team
Leader...........
i. Graduate in Civil Engineering -21 25
marks
ii. Post-Graduation in Management/
Construction/Transportation/Highway
Engineering/Structural
Engineering/ any other specialized
stream of civil engineering . - 04
marks.
2 Adequacy for the project 70
Professional Experience in Highway Projects:

(i) Total Highway Professional Experience 30


<10 years -0
10 years -22
Add two marks extra for each
additional completed year of
experience subject to maximum 8
(eight) marks.
(ii) Experience as Team leader/Project 35
Manager or in Similar Capacity* in
O&M of completed 4/6 lane highway
sections
<3 years -0
3 years -30
Add 2.5 marks extra for each additional
year of experience subject to maximum
5 (five) marks.
(iii) Experience in similar capacity* in 5
Highway Development Projects taken
up under PPP1 projects - 4 marks
add 1 mark extra for additional
projects subject to maximum 1 (one)
marks
3 Employment with the Firm 5

50
National Highways Authority of India RFP for IE during O&M Period

< 1 year -0 1 year -3 Add 0.5 marks for


each subsequent year subject to
maximum 2 marks

Total 100

*Similar Capacity includes the following positions

i. On behalf of Consultant: Team Leader/Resident Engineer (Construction Supervision/IE)

ii. On behalf of Contractor: Project Manager (Construction/Construction Supervision)

iii. In Government Organizations: Superintending Engineer (or equivalent) and above

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.

Annexure-A-4-2

Evaluation Sheet - Highway Maintenancecum Resident Engineer


S. Description Max. Name of Firm ............. Remarks
No. Marks
1 General Qualification/Name/DOB 25 Name of Highway
Maintenance
Engineer ............
i.Graduate in Civil Engineering -21marks 25
ii.PostGraduation inHighway
Engineering- 04marks.
2 Adequacy for the project 70

Professional Experience :

(i) Experience in highway works (inspection 30


/design/ construction/ maintenance)
<7 years -0
7 years -22
Add two marks extra for each
additional completed year of
experience subject to maximum 8
(eight) marks.
(ii) Experience in similar capacity* in 15
highway Construction / Maintenance works
of similar<3 years -0, 3 years -12
Add one marks extra for each additional
year of experience subject to maximum
3 (three) marks.
(iii) Experience in similar capacity* in 25
project involving Construction/

51
National Highways Authority of India RFP for IE during O&M Period

Maintenance works of4/6 laning/


Expressways
1 project -20
Add 2.5 marks extra for each project 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

*Similar Capacity includes the following positions

i. On behalf of Consultant: Highway Engineer/ Highway Maintenance Engineer/ Resident


Engineer (Construction Supervision/IE)

ii. On behalf of Contractor: Highway Engineer / Project Manager


(Construction/Construction Supervision)

iii. In Government Organizations: Executive Engineer (or equivalent) and above

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.

Annexure-A-4-3
Evaluation Sheet - Road Safety Expert
S. Description Max. Name of Firm ............. Remarks
No. Marks
1 General Qualification/Name/DOB 25 Name of Road
Safety Expert .......
i.Graduate in Civil Engineering -21marks 25
ii.PostGraduation Traffic/Transportation
/Safety Engineering- 04marks.
2 Adequacy for the project 70
Professional Experience :
(i) Total Professional Experience 30
<7 years -0 , 7 years -22
Add two marks extra for each
additionalcompleted year of experience
subject tomaximum 8 (eight) marks.
(ii) Experience in similar capacity* in road 20
safety works of major Highways project (4/6
laning project)
<3 years -0, 3 years -12
Add one marks extra for each additional

52
National Highways Authority of India RFP for IE during O&M Period

year of experience subject to maximum 3


(three) marks.
(iii) Experience in similar capacity in Road 15
Safety Audit of 4/6 lane
highway/Expressway projects. 1 nos. -12
Add 1 (one) mark extra for each additional
project subject to maximum 3(three) marks.
(iv) Experience in similar capacity in 5
preparation of Road Safety
Management Plan for Interurban
Highways. 1project -3marks
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

*Similar Capacity includes the following positions


i. On behalf of Consultant: Road Safety Expert (Construction Supervision/IE)

ii. On behalf of Contractor: Road safety Expert (Construction/Construction Supervision)

iii. In Government Organizations: Executive Engineer (or equivalent) and above

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.

Annexure-A-4-4

Evaluation Sheet - Bridge/Structural Engineer


S. Description Max. Name of Firm ............. Remarks
No. Marks
1 General Qualification/Name/DOB 25 Name of
Bridge/Structural
Engineer .......
i.Graduate in Civil Engineering -21marks 25
ii.Post Graduation in structural Engineer -
04marks.
2 Adequacy for the project 70

Professional Experience :

(i) Total Professional Experience 30


<7 years -0 , 7 years -22
Add two marks extra for each

53
National Highways Authority of India RFP for IE during O&M Period

Additionalcompleted year of experience


subject tomaximum 8 (eight) marks.
(ii) Experience in similar capacity in 20 20
Construction/Construction Supervision of
Bridge/Interchange/any other structures
including rehabilitation
<3 years -0, 3 years -16
Add one marks extra for each additional
year of experience subject to maximum 4
(Four) marks.
(iii) Experience in similar capacity in 20
Construction/Construction Supervision of
Bridge/Interchange/any other structures
including rehabilitation of 4/6 lane
highway/Expressway or similar projects. 1
nos. -16
Add 1 (one) mark extra for each additional
project subject to maximum 4(Four) 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

*Similar Capacity includes the following positions

i. On behalf of Consultant: Bridge Engineer/ Bridge Design Engineer/ Structural Engineer

ii. On behalf of Contractor: Bridge Engineer/ Bridge Design Engineer/ Structural Engineer

iii. In Government Organizations: Executive Engineer (or equivalent) and above

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.
Note applicable to all key personnel:
1. If 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.
54
National Highways Authority of India RFP for IE during O&M Period

Annexure-A-5-1 Evaluation Sheet Details -Team Leader-

Period Experience
S. Name of Post Nature Name of Total
Client certificate
No. Employee Held of work Employer Period From To
Page No.

Annexure-A-5-2 Evaluation Sheet Details –Highway Maintenance Engineer-

Period Experience
S. Name of Post Nature Name of Total
Client certificate
No. Employee Held of work Employer Period From To Page No.

Annexure-A-5-3 Evaluation Sheet Details –Road Safety Expert-


Period Experience
S. Name of Post Nature Name of Total
Client certificate
No. Employee Held of work Employer Period From To
Page No.

Annexure-A-5-4 Evaluation Sheet Details –Bridge/Structural Expert -


Period Experience
S. Name of Post Nature Name of Total
Client certificate
No. Employee Held of work Employer Period From To Page No.

55
National Highways Authority of India RFP for IE during O&M Period

SECTION 5 FORMAT FOR SUBMISSION OF FINANCIAL PROPOSAL.

Appendix C-1: Financial proposal submission


form Appendix C-2: Summary of costs

Appendix C-3: Breakdown of local currency costs

56
National Highways Authority of India RFP for IE during O&M Period

APPENDIX C-1 : FINANCIAL PROPOSAL SUBMISSION FORM


FROM: (Name of Firm) To:
The Project Director
Project Implementation Unit,
2nd floor, Amul Building,
Vejalpur Road, Jivraj Park,
Ahmedabad-380051
Phone- 079-26821062/63
E-mail – [email protected]

Subject : Independent Engineer Services during Operation & Maintenance period for 6 lane
section of Ahmedabad to Vadodara section of NH-8 from Km. 6.400 to Km. 108.700
(LengthKm102.300) in the state of Gujarat & Ahmedabad to Vadodara Expressway from
Km.0.000 to Km. 93.302 in the state of Gujarat (Length 93.302 km) under NHDP Phase-V on
DBFOT Toll Basis

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 Amount and Purpose of Commission
of Agents Currency or Gratuity

We understand you are not bound to accept any proposal you receive.

We remain, Yours sincerely,

Managing Director/Head of the firm/


Authorized Representative of the
firm* Name of the firm
Address
*Lead Member in case of JV

57
National Highways Authority of India RFP for IE during O&M Period

APPENDIX C-2 : SUMMARY OF COSTS

No. Description Amount (:LC)*


Local Consultants
I Remuneration for Local Professional Staff
II Supporting Staff
III Transportation
IV Duty Travel to Site
V Office Rent
VI Office Supplies, Utilities and Communication
VII Office Furniture and Equipment
VIII Reports and Document Printing
IX Road Survey Equipment
Subtotal Local Consultant
Foreign Consultants
F-1 Remuneration for Expatriate Staff
F-II Mobilization and Demobilization
F-IV Other Costs
Subtotal Foreign Consultants
Goods and Services Tax Payable in India
Total Costs (Including Tax)

LC* Local Currency


Note:

(i) The remuneration shall include the cost of accommodation and all other miscellaneous
personal expenses as required for carrying out the assignment.

(ii) Any travel related expenditure incurred by the Team Leader on account of his/her
involvement in multiple projects shall be deemed to be included in the cost quoted for
the project and shall not be payable separately.

(iii) Payments will be made as per stipulations of the Conditions of Contract.

58
National Highways Authority of India RFP for IE during O&M Period

APPENDIX C-3 : BREAKDOWN OF LOCAL CURRENCY COSTS

I. REMUNERATION FOR LOCAL PROFESSIONAL STAFF


No. Position Name 5 Years
No. of Rate Amount
man-
months*
Key Personnel (Professional Staff)
1 Team Leader cum Highway 1×30
Engineer
2 Highway Maintenance Cum 1×60
Resident Engineer
3 Road Safety Expert 1×30
4 Bridge/Structural Engineer 1×20
Sub Total 140
Sub-professional
1 Highway Operational Unit Officer TBN 2×60

2 Assistant Quality cum Material TBN 1×12


Expert
3 Assistant Highway Maintenance TBN 2×60
4 CAD Expert TBN 1×20
5 Electrical Engineer TBN 1×10
6 Horticulture Expert TBN 1×30
7 Quantity Surveyor TBN 1×10
8 HTMS/Toll Expert TBN 2×20
9 IT Expert TBN 2×60
Total 482

TBN = To Be Named
*The man-month against each key personnel/sub – professional shall be same as specified
in Enclosure A.

II. Support Staff


S. Staff Billing Rate Amount
Position Name
No. Months () ( )
1 Technical supervisor TBN 180
2 Office Manager TBN 60
3 Accountant-cum-Cashier TBN 60
4 Steno-Cum- Computer TBN 60
Operator
5 Office Boy (2 no.s ) TBN 120
Total 480

59
National Highways Authority of India RFP for IE during O&M Period

Note: Billing rates as indicated above shall be increased in accordance with 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 subsequent increase in the billing rates.
III. Transportation (Fixed rate on rental basis)

The vehicles provided by the Consultants shall include the cost for rental, drivers, operation,
maintenance, repairs, insurance, etc. for all complete approx. 4000km/month run. (The
vehicles shall not be more than 3 years old.)

The requirement of vehicles be assessed, and details provided in the table

below: Requirements
S. Description of Vehicles Qty. (No. of Rate / Vehicle Amount
No. Vehicle Month) Month
1 Innova / Scorpio or Equivalent (for 1×60
Team Leader/RE)
2 Indica / Mahindra Jeep or 4×60
equivalent (for Other Technical
Staff)
Total

IV. Duty Travel to Site (Fixed Costs): Professional and Sub-Professional Staff
Trips Numbers of trips Rate* Amount
Consultant’s Head 5
office to HQ/RO and
return

* Rate quoted includes Hotel charges (lodging & boarding), travel cost etc. complete
for one person.

V. Office Rent (Fixed Costs) – Minimum 200 sqm area of office shall be rented:

The office shall be located on the project stretch preferable at near Toll Plaza and the office
rent includes electricity and water charges, maintenance, cleaning, repairs, security etc.
complete.
Nos of Months Rate/month Amount
Minimum 200 sqm area of office 60
shall be rented
The rent cost includes electricity
and water charges, maintenance,
cleaning, repair etc, completed

60
National Highways Authority of India RFP for IE during O&M Period

VI. Office Supplies, Utilities and Communication (Fixed Costs)

The cost shall include of office supplies, drafting supplies, computer running cost, domestic
and international communication etc. as required for office functioning.
Nos of Months Rate/month Amount
60

VII. Office Furniture and Equipment (Rental)


The cost shall include rental charges towards all such furniture and equipment as required for
proper functioning of the office. Office furniture shall include executive tables, chairs, visitor
chairs, steel admirals, 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 i3 7th Generation or
Equivalent, 19” colour TFT, Cache – 6MB, RAM - 4 GB, HDD – 1 TB, DVD Writer, Key
board, optical scroll mouse, MS- Windows 7/8/10, pre-loaded antivirus etc.), printers(1 no.
colour & 1 laser printer, 14 ppm, 266 MHz, 5000 pages per month, 600 x 600 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
60

VIII. Reports and Document Printing


No. Description No. of No. of Total Rate per Amount
Reports Copies per Nos. of Copy (Rs.)
Report copies
1 Monthly reports 60 3 180
2 Half yearly Reports 10 3 30
3 Various other reports 50 3 150
as provided in the
Concession Agreement
Total

All reports are to be provided in electronic form/soft copy also

61
National Highways Authority of India RFP for IE during O&M Period

IX. Road Survey Equipment


The cost shall include carrying out survey using equipment, manpower, software and report
processing.
No of times survey
Rate per Amount
Item Kms to be conducted(for
Km (INR) (INR)
Each Stretch)

Surface defects detection and


Roughness measurement using 195.602 10
Network Survey Vehicle

Pavement strength 195.602 5


measurement using FWD
Bridge inspection using mobile 195.602 10
bridge inspection unit (all
structure portion for both
projects).
Road signs inspection using 195.602 10
Retro Reflectometer
Traffic sampling using ATCC 6 locations 10

Total

62
National Highways Authority of India RFP for IE during O&M Period

SECTION6. 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 (i) Concession Agreement dated 25/07/2011 (the “Agreement”),
which has been entered into between the Authority and M/s. IRB Ahmedabad Vadodara
Super Express Tollway Pvt. Ltd. (the “Concessionaire”) for Ahmedabad to Vadodara
section of NH-8 from Km. 6.400 to Km. 108.700 (Length Km 102.300) in the state of
Gujarat & Ahmedabad to Vadodara Expressway from Km.0.000 to Km. 93.302 in the
state of Gujarat (Length 93.302 km) basis in the State of Gujarat.
Copies of which is annexed hereto and marked as Annexure-A respectively to form part of
this TOR.

2. Definitions and interpretation

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. Role and functions of the Independent Engineer


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. Determine the Project Facilities Completion Schedule;
iii. Review, inspection and monitoring of Construction Works as set forth in Paragraph 5;
iv. Conducting tests on completion of construction and issuing Completion Certificate as
set forth in Paragraph 5;
v. Review, inspection and monitoring of O&M as set forth in Paragraph 6;
vi. Review, inspection and monitoring of Divestment Requirements as set forth in
Paragraph 7;
vii. Determining, as required under the Agreement, the costs of any works or services
and/or their reasonableness;

63
National Highways Authority of India RFP for IE during O&M Period

viii. Determining, as required under the Agreement, the period or any extension thereof,
for performing any duty or obligation;
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 – III.
x. Assisting the Parties in resolution of disputes as set forth in Paragraph 9; and
xi. carrying out minor design works such as design of drainage, black spot removal
design, etc as per the requirements; 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. Review of Drawings and Documents


4.1 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 15 (fifteen) 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 7 (seven)
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-H and furnish its comments thereon to the Authority and
the Concessionaire within 7 (seven) days of receiving such Drawings. The
Independent Engineer shall also review the Safety Report and furnish its comments
thereon to the Authority within 15 (fifteen) days of receiving such report.

4.4 The Independent Engineer shall review the detailed design, construction methodology,
quality assurance procedures and the procurement, engineering and construction time
schedule sent to it by the Concessionaire and furnish its comments with 15 (fifteen)
days of receipt thereof.

64
National Highways Authority of India RFP for IE during O&M Period

4.5 Upon reference by the Authority, the Independent Engineer shall review and comment
on the EPC Contract or any other contract for operation and maintenance of the Project
Highway and furnish its comments within 7 (seven) days from receipt of such
reference from the Authority.
5. Construction Works

5.1 In respect of the Drawings, Documents and Safety Report received by the Independent
Engineer for its review and comments relating to the Construction Works, 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 The Independent Engineer shall inspect the Construction Works and the Project
Highway once every month, preferably after receipt of the monthly progress report
from the Concessionaire, but before the 20th (twentieth) day of each month in any
case, and make out a report of such inspection (the “Inspection Report”) 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 Facilities. The Inspection Report shall also contain a
review of the maintenance of the existing lanes in conformity with the provisions of
the Agreement. The Independent Engineer shall send a copy of its Inspection Report to
the Authority and the Concessionaire within 7 (seven) days of the inspection.

5.4 The Independent Engineer may inspect the Project Highway more than once in a month
if any lapses, defects or deficiencies require such inspections.

5.5 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 purpose 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 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.

65
National Highways Authority of India RFP for IE during O&M Period

5.6 The sample size of the tests to be specified by the Independent Engineer under Paragraph
5.5 shall comprise 10% (ten per cent) of the quantity or number of tests prescribed for
each category or type of tests in the Quality Control Manuals; provided that the
Independent Engineer may, for reasons to be recorded in writing, increase the aforesaid
sample size by up to 10% (ten per cent) for certain categories or types of tests.
5.7 The timing of tests referred to in Paragraph 5.5, 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.

5.8 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.

5.9 In the event that the Concessionaire fails to achieve any of the project milestones
specified in the Project Facilities Completion Schedule, 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 any Project Facility 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 completion 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.

5.10 If at any time during the Concession 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.

5.11 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.

66
National Highways Authority of India RFP for IE during O&M Period

5.12 If suspension of Construction Works is for reasons not attributable to the


Concessionaire, the Independent Engineer shall determine the extension of dates set
forth in the Project Facilities Completion Schedule, to which the Concessionaire is
reasonably entitled, and shall notify the Authority and the Concessionaire of the same.

5.13 The Independent Engineer shall issue a Completion Certificate upon completion of
each Project Facility and Major Maintenance Work, if any, specified under and in
accordance with this Agreement.

5.14 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 (change of scope) and certify the reasonableness of such costs for
payment by the Authority to the Concessionaire.

5.15 The Independent Engineer shall aid and advise the Concessionaire in preparing the
Maintenance Manual.

6. Operation & Maintenance

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 Visual Inspection of project highway

6.3.1 The Independent Engineer shall carry out visual inspection of entire highway stretch
as per the frequency defined in the following table

Nature of defect or deficiency Frequency of


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

67
National Highways Authority of India RFP for IE during O&M Period

(b) Hard/earth shoulders, side slopes, drains and culverts


(i) Variation by more than 2% in the prescribed slope of Weekly
camber/cross fall
(ii) Edge drop at shoulders Weekly
(iii) Variation by more than 15% in the prescribed side (embankment) Weekly
slopes
(iv) Rain cuts/gullies in slope Weekly
(v) Damage to or silting of culverts and side drains during and Weekly
immediately preceding the rainy season
(vi) Desalting of drains in urban/semi-urban areas Daily
(c) Road side furniture including road signs and pavement
marking
(i) Damage to shape or position; 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
(i) Obstruction in a minimum head-room of 5 m above carriageway Daily
or 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
(i) Damage or deterioration in Approach Roads, -[pedestrian Daily
facilities, truck lay-bys, bus-bays, bus- shelters, cattle crossings,
Traffic Aid Posts, Medical Aid Posts and other works]
(i) Incident Management
(i) Instances of Incident Management as reported including time Daily
of call, 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

68
National Highways Authority of India RFP for IE during O&M Period

(i) Cracks Weekly


(ii) Spalling/scaling Weekly
(b) Foundations of bridges
(i) Scouring and/or cavitations 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
(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,
(ii) Weekly
weep 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,
(vi) Weekly
floor or guide bunds
Growth of vegetation affecting the structure or obstructing the
(vii) Weekly
waterway

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 I and II of this documents respectively. Manpower which needs to conduct
visual inspection and mode of reporting is defined in the following table.

Frequency of inspection Inspection to be carried out by Mode of reporting

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 The Consultant shall also be responsible for inspection and monitoring of Wayside
Amenities, ETC (Electronic Toll Collection), ATMS (Advanced Traffic Management
System) and incident management.
6.3.5 High resolution photographs and video of the highway stretches having defects and/or
deficiencies shall be submitted along with Weekly Inspection Report and Monthly

69
National Highways Authority of India RFP for IE during O&M Period

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.

6.4 Road conditions surveys

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.
Key metrics of
S No Asset Equipment to be used Frequency of condition survey
1 Surface defects Network Survey At least twice a year (As per
of pavement Vehicle (NSV) survey months defined for the
state basis rainy season)
2 Roughness of Laser Profilometer At least twice a year (As per
pavement survey months defined for the
state basis rainy season)
3 Strength of Falling Weight At least once a year
pavement Reflectometer (FWD)
4 Bridges Mobile Bridge At least twice a year (As per
Inspection survey months defined for the
Unit (MBIU) state basis rainy season)
5 Road signs & Retro-reflectometer At least twice a year (As per
RoadMarkings survey months defined for the
state basis rainy season)
6 Traffic Sampling ATCC At least twice a year (As per
& survey months)
Video Recording
The first equipment-based inspection shall be conducted within 30 days of appointed dateof
the Independent Engineer. The other inspections shall be conducted before and afterthe rainy
seasons as per the schedule defined in Annexure IV, except for FWD testingwhich shall be
conducted once a year.
Calibration of equipment, wherever needed, is required to be done in presence ofCompetent
Authority. Once approval of equipment, the settings and a sample data set isprovided by
Competent Authority, network level data for entire project stretch can becollected. Month of
survey for each state has been defined in Annexure IV of thisdocument.

6.4.2 Measurement of pavement surface defects and roughness


i. The Independent Engineer shall use Network Survey Vehicles mounted with equipment
such as Laser based automatic crack detection, laser profilometer, high resolution digital
cameras for ROW and pavement, high accuracy DGPSreceiver etc and in vehicle data
processing software or better technology to accurately measure following pavement
surface properties.
Surface defect Dimensions to be reported
Cracking • Length

70
National Highways Authority of India RFP for IE during O&M Period

• Width
• Depth
Potholes • Area
• Depth
Raveling • Indicator
• %
• Area
Rutting • Depth
• Width
Concrete Joint/ Faulting • Length
Roughness • IRI in both wheel paths

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 40km/h.
• 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 wheel paths.
• 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

71
National Highways Authority of India RFP for IE during O&M Period

o Survey ID, Description, Date, Lane


o GPS referenced data for GIS mapping
• Video logging
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.
For flexible pavements, 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

• Data report covering following parameters


o Deflection Bowl (Transient Deflections at seven different points)
o Corrected Elastic Modulus Bituminous E1
o Corrected Elastic Modulus Granular E2
o Corrected Elastic Modulus Subgrade E3
o Subgrade CBR
• Interpretation report covering summary of entire survey results and analysis of key
parameters

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
• Automatic folding and unfolding of platform

72
National Highways Authority of India RFP for IE during O&M Period

• 90-degree rotation of platform


• Sufficient safety features to be incorporated such as dedicated power supply,
emergency cut off system, etc
• Complete access to hidden parts of the bridge by the raters

ii. Detailed bridge inspection report shall be submitted as per the Inspection Proforma
provided in IRC-SP 35

6.4.5 Measurement of retroreflection of road signs


i. The Independent Engineer shall measure Coefficient of retro reflected luminanceRA
(nighttime retroreflection) of road traffic signs using a portable retroreflectometer.

ii. The following criteria shall be met by the process of road signs retro-reflection
measurement
• Measurement of retro-reflective 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
• Observation angle adjustment from 0.2 degrees to 2.0 degrees
• Entrance angle adjustment from -45 degrees to +45 degrees
• Self-contained commercially available battery
• Inbuilt data storage of at least 2,000 measurements so that data transfer
requirement is minimized while the survey is being conducted
• Interface for transferring data from device to Computer
• Built in GPS to capture GPS coordinates of road sign
• Range shall be at least 0-2000 cd/lx/m2

iii. The following are the set of deliverables which should be submitted aftercompletion of
survey as part of Monthly Progress Report
• System generated coefficient of retro-reflected luminance RA (night time retro
reflection) of all road signs
• Interpretation report covering analysis of road signs falling in different range of
RA and actions to be taken

6.4.6 Performance Assessment of Road Markings


Road Markings shall be subjected to routine inspection in accordance with
Theinspectionmethods set out in IRC: 35-2015 in respect of following:
Retro-reflectivity Dry and Wet (RL and RW)
Wear (W)
Luminance coefficient (Qd)
Skid resistance (SRT)

6.4.7 Traffic sampling and video recording

73
National Highways Authority of India RFP for IE during O&M Period

i. Consultant shall use ATCC systems that can meet the following accuracy levelsafter
validation/ calibration:
a) Classification of vehicles: better than 95%
b) Counting of vehicles: better than 98%
Before validation and calibration, the ATCC system shall meet the followingaccuracy levels:
a) Classification of vehicles: better than 90%
b) Counting of vehicles: better than 95%
For verification of above accuracy levels, audit of raw ATCC shall be done by theconsultant
on a sampling basis and should submit a certificate in this regard.

ii. ATCC systems such as Pneumatic Tube Detector, Inductive Detector Loop, VideoImage
Detection, and Infrared Sensor or latest technologies shall be adopted.
iii. The classified traffic volume count surveys shall be carried out for 7 days(continuous,
direction-wise)at the selected survey stations. The
vehicle classifications stemm as given in relevant IRC code may be followed. However,
thefollowing generalized classification systems suggested in view of the requirementsof
traffic demand estimates and economic analysis:

Motorized Traffic Non-Motorized Traffic


2-Wheeler Bi-Cycle
3-Wheeler Cycle-Rickshaw
Passenger Car Animal Drawn Vehicle (ADV)
Utility Vehicle (Jeep, Van etc.) Hand Cart
Other Non-Motorized Vehicle
Bus Mini Bus
Standard Bus
LCV LCV-Passenger
LCV-Freight
Truck MCV : 2-Axle Rigid Chassis
HCV : 3-Axle Rigid Chassis
MAV Semi Articulated
Articulated

iv All results shall be presented in tabular and graphical form. The survey data shall be
analyzed to bring out the hourly and daily variations. The traffic volume count per day
shall be averaged to show a weekly average daily traffic (ADT) by vehicle type. The
annual average daily traffic (AADT) shall be worked out by applying seasonal factors.
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

74
National Highways Authority of India RFP for IE during O&M Period


Adequacy of hardware, software and other related items as per IHMCL/NHAI
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
• 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 respect of its duties
and functions under this Agreement and in accordance with the format prescribed in
Annexure III. 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 Executiv 1.1 Overall road condition
e 1.2 Key reporting metrics
Summary 1.3 Key maintenance activities undertaken
1.4 Pending issues
1.5 Recommended actions by IE
1.6 Strip plan for maintenance
2 Project Overview 2.1 Key project details
2.2 Location map
2.3 Key plan
2.4 Summary of project features
2.5 RoW availability
3 Critical issues 3.1 Issue and action log
and action taken 3.2 Summary of deficiencies
3.3 Obligations as per contract
3.4 Inspection schedule
4 Monthly 4.1 Summary of NCR issued
Inspection Report 4.2 Equipment based inspection report
5 Monitoring of ETC 5.1 Monthly ETC Report
lanes 5.2 On-ground infrastructure report
5.3 On-ground ETC operations & SLA adherence

75
National Highways Authority of India RFP for IE during O&M Period

6 Status of damages 6.1 Damages for non-completion of project


Facilities
6.2 Damages for breach of maintenance Activities
6.3 Damages for non-completion of major
7 Change of Scope 7.1 Change of Scope proposals
proposals
8 Status of pending 8.1 Status of pending disputes
disputes
9 Reports 9.1 Toll collection statement
9.2 Accident Report
9.3 Details of user complaints
9.4 Encroachment list
9.5 Lane closure report
10 Annexures

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.
6.8 In respect of any defect or deficiency referred to in Paragraph 3 of Schedule-K, the
Independent Engineer shall, in conformity with Good Industry Practice, specify the
permissible limit of deviation or deterioration with reference to the Specifications and
Standards and shall also specify the time limit for repair or rectification of any deviation
or deterioration beyond the permissible limit.
6.9 The Independent Engineer shall determine if any delay has occurred in completion
ofrepair 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 thereofkeeping in
view the need to minimize disruption in traffic and the time required for completing
such maintenance/repair in accordance with Good Industry Practice. Itshall grant
permission with such modifications, as it may deem necessary, within 3(three) days of
receiving a request from the Concessionaire. Upon expiry of thepermitted 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 theConcessionaire 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.

76
National Highways Authority of India RFP for IE during O&M Period

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 On requirement, the Independent Engineer shall carry out minor design works such as
design of drainage, black spot removal design, etc6.14 The Independent Engineer
shall undertake traffic sampling, as and when required by the Authority, under and in
accordance with relevant clauses of concession agreement/ contract.

7. Termination
7.1 At any time, not earlier than 90 (ninety) days prior to Termination but not later than15
(fifteen) days prior to such Termination, the Independent Engineer shall, in the presence
of a representative of the Concessionaire, inspect the Project Highway for determining
compliance by the Concessionaire with the Divestment Requirements set forth in Clause
30.1 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 in respect of the defects or deficiencies. 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.

8. Determination of costs and time


8.1 The Independent Engineer shall determine the costs, and/or their reasonableness, that
are required to be determined by it under the Agreement.

8.2 The Independent Engineer shall determine the period, or any extension thereof, that is
required to be determined by it under the Agreement

9. Assistance in Dispute resolution

9.1 When called upon by either Party in the event of any Dispute, the Independent Engineer
shall mediate and assist the Parties in arriving at an amicable settlement.

9.2 In the event of any disagreement between the Parties regarding the meaning, scope and
nature of Good Industry Practice as set forth in any provision of the Agreement, the
Independent Engineer shall specify such meaning, scope and nature by issuing a
reasoned written statement relying on good industry practice and authentic literature.

77
National Highways Authority of India RFP for IE during O&M Period

10. Other duties and functions

10.1 The Independent Engineer shall perform all other duties and functions specified in the
Agreement.
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.
Biometric Attendance shall be marked at office time b/w 9:30 AM to 10:00 AM and
shall be closed after 6:00 PM. 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 up to 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.
11.3 A copy of all communications, comments, instructions, Drawings or Documents sent
by 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 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.

78
National Highways Authority of India RFP for IE during O&M Period

Enclosure-A
MAN - MONTHS INPUT FOR KEY PROFESSIONAL STAFF INDEPENDENT ENGINEERS
(A) Key Personnel (Professional Staff) Man Month
1 Team Leader cum Highway Engineer 1x30
2 Highway Maintenance cum Resident Engineer 1x60
3 Road Safety Expert 1x30
4 Bridge/Structural Engineer 1x20
Sub – Total 140

Sub-professional
1 Highway Operational Unit Officer (HOU) 2x60
2 Assistant Quality cum Material Expert 1x12
3 Assistant Highway Maintenance Engineer 2x60
4 CAD Expert 1x20
5 Electrical Engineer 1x10
6 Horticulture Expert 1x30
7 Quantity Surveyor 1x10
8 HTMS/Toll Expert 2x20
9 IT Expert 2x60
Sub- Total 482

Note:
1. The Team Leader may not be required every day as they handle assignments on
other projects also running concurrently. However, their presence would be required
at least for a week every month as decided/intimated by NHAI. The man-months for
the Team Leader have been indicated accordingly. However, the above man-month
of Team Leader can be increased as per the site requirement of project with mutual
consent. The presence of at least for a week every month may also be increased
suitably as per the requirement of project with mutual consent accordingly at the
same rate terms & condition.
2. The Contract Specialist and Financial Analyst may be required for the project for
specific needs. Their deployment shall be arranged by the consultant on specific
requisition from and decision of Authority (NHAI) will be binding on the consultant.
The Authority and the payment shall be made as per the actual deployment. The
Contract Specialist and Financial Analyst shall be paid at the average of the rates
quoted for Key Personnel listed at Sl. No. 2, 3 & 4 above.
3. The qualification and experience of Sub Professional staff would not be accounted in
the evaluation. However, Consultant shall have to get their CVs approved from NHAI
before mobilization. The other inputs like support staff shall also be provided by the
Consultant of an acceptable type commensurating with the roles and responsibilities
of each position.

79
National Highways Authority of India RFP for IE during O&M Period

Enclosure B

MINIMUM QUALIFICATION OF

KEY PERSONNEL & SUB PROFESSIONAL STAFF QUALIFICATION


OF KEY PERSONNEL
TEAM LEADER CUM HIGHWAY ENGINEER

This is the senior most position and the expert engaged as the team leader shall be
responsible for reviewing the entire Project 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 NHAI and the Concessionaire. He shall review and suggest modifications
to the Maintenance Manual, Annual Maintenance Programme of the Concessionaire.
Review of emergency response arrangements needs special attention. 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 Highway Engineer, who should have a proven record of supervising, organizing and
managing of Project preparation w.r.t construction/maintenance of highway projects as
defined below, financed by international lending agencies and others.

He should have the following qualification / experience.

1. Essential Qualifications.

i.Graduate in Civil Engineering from recognized university.

ii.Total Highway Experience of 10 years.

iii. At least 3 years’ experience as Team Leader/Project Manager or in similar capacity


in O&M and other related activities (like Maintenance Manual, Maintenance
Programmes, Lane Closures, Traffic Management, etc.) of completed 4/6 lane
highway sections.

2. Preferential Qualifications.

i.Post Graduate Degree in Management/ Construction/ Transportation/ Highway


Engineering/ Structural Engineering or any other specialized stream of civil
engineering.
ii.Highway Development Projects taken up under PPP.

Note:(1) Similar Capacity includes the following positions


On behalf of Consultant: Team Leader/Resident Engineer (Construction Supervision/IE)

80
National Highways Authority of India RFP for IE during O&M Period

a)On behalf of Contractor: Project Manager (Construction/Construction Supervision)

b)In Government Organizations: Superintending Engineer (or equivalent) and above

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.

(2) Only those projects will be considered for evaluation where the input of the personnel
is 9 months or more.
HIGHWAY MAINTENANCE cum RESIDENT ENGINEER

The Highway Engineer shall be responsible for undertaking routine/periodic inspection of


Project Highway and supervision of construction / O&M works. His expertise shall
include pavement conditions surveys, data collection, computer aided design methods for
Civil/Highway Engineering with particular reference to CAD application to the highway
rehabilitation and/or upgrading projects. All CD works shall be inspected by him at least
once before and after monsoon so as to see that the vent way is clear and protection works
are intact.

He should have the following qualification / experience.

1. Essential Qualifications.

i. Graduate in Civil Engineering from a recognized University.


ii. Professional Experience of 7 years in highway works (inspection / design / construction
/ maintenance).
iii. Experience of at least 3 years in similar capacity in Highway Construction/Maintenance
works of similar nature
iv. Out of 3 years as in (iii) above at least one project should involve works of 4/6
laning/expressways or similar project

2. Preferential Qualifications.

i. Post Graduate Degree in Highway Engineering


Note: Similar Capacity includes the following positions

i. On behalf of Consultant: Highway Engineer/ Highway Maintenance Engineer/ Resident


Engineer (Construction Supervision/IE)

ii. On behalf of Contractor: Highway Engineer / Project Manager(Construction/Construction


Supervision)
iii. In Government Organizations: Executive Engineer (or equivalent)and above

81
National Highways Authority of India RFP for IE during O&M Period

BRIDGE / STRUCTURAL ENGINEER

The Bridge Engineer shall be responsible for supervising the works of existing or
proposed bridges, interchanges and any other structure related to the Project Highway. He
shall undertake structure condition survey once in a year and submit an exclusive report
on repair and rehabilitation requirements of bridges/ structures. He shall also inspect the
bridge rehabilitation and repair works which are required to be undertaken by the
Concessionaire. He shall review and suggest modifications to the maintenance manual /
programme relating to his duties.

He should have the following qualification / experience.

1. Essential Qualifications.

i. Graduate in Civil Engineering from a recognized University.

ii. Professional Experience of 7 years.

iii. 3 years’ experience in similar capacity in Construction / Construction Supervision of


bridge / interchange / any other Structures including rehabilitation

iv. At least one project should involve work of 4/6 laning/expressways or similar project.

2. Preferential Qualifications.

i. Post Graduate Degree in Structural Engineering.

Note- Similar Capacity includes the following positions

i. On behalf of Consultant: Bridge Engineer/ Bridge Design Engineer/ Structural


Engineer

ii. On behalf of Contractor: Bridge Engineer/ Bridge Design Engineer/ Structural Engineer

iii. In Government Organizations: Executive Engineer (or equivalent) and above

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.

82
National Highways Authority of India RFP for IE during O&M Period

ROAD SAFETY EXPERT (as per Circular 10.1.19/2019 dated 03/10/2019)

The Road Safety Expert shall review all the safety measures taken by the Concessionaire
during the concession period at site. Conformity to the safety requirement as per detailed
contract requirement shall also be checked and approved. This shall cover all the
temporary/permanent structures, handling of equipment, safety of workers/road users and
generating awareness /training of site staff of concessionaire. He shall also look in to the
causes of various accidents and review other insurance coverage taken by the
Concessionaire. He shall undertake, supervise safety audit/ inspection once in every quarter
and furnish a detailed report. He shall review emergency response arrangement, accident
data, formats, safety provisions in O&M activities etc., as proposed by the Concessionaire.
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.
i. Graduate in Civil Engineering from a recognized University.
ii.Professional Experience of 10 years in handling highway projects.
iii. Minimum 5yearsexperience in Road Safety works of Major Highway Projects (4 /
6laning projects)
iv. 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.
v. Experience in similar capacity in the field of Road Safety Management Plan.
vi. 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
i. Post Graduate Degree in Traffic/Transportation/Safety Engineering.
ii. Preparation of Road Safety Management Plan for inter urban Highways in PPP
mode. Note- Similar Capacity includes the following positions
i. On behalf of Consultant: Road Safety Expert (Construction Supervision/IE)
ii. On behalf of Contractor: Road safety Expert (Construction/Construction Supervision)
iii. In Government Organizations: Executive Engineer (or equivalent)and above
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
endorsementfrom Govt. Agency, the experience uploaded on Infracon Portal will be
takeninto consideration. However, the key personnel/ bidder will be solely responsible
for any fake information/ CV, which may result in debarment.
83
National Highways Authority of India RFP for IE during O&M Period

FINANCIAL EXPERT
The financial expert shall assist the team in reviewing and reporting to NHAI financial
impactof any changes in scope of work, project completion schedule or other changes that
have financial implication. He shall review tolling contract and other financial aspects of
the submissions. Assisting in resolving disputes between NHAI & Concessionaire on
finance related issues. Assist in toll setting & toll revision as per the concession
agreement.
1. Essential Qualifications.
1. The Candidate shall have MBA (Finance)/ Chartered Accountant.
2. He should have 08 to 10 years of experience as a financial advisor particularly in the
field of project financing.

2. Preferential Qualifications

1. Advisory experience in the field of transportation project would be

desirable. CONTRACT SPECIALIST:

The Contract Specialist shall be deployed for obtaining his expert opinion on emerging
contractual issues. His key responsibilities will be to guide & assist IE/Employer in all
aspects of contract management in proper implementation of contract provisions. He will
also be required to offer his advice on contractual complications arising during the
implementation as per the request of the employer. He will be responsible for giving
appropriate suggestions in handling claims of the Concessionaire and any dispute arising
thereof.

1.Essential Qualifications.
a. Graduate in Civil Engineering from a recognized University.
b. Professional Experience of 15 years in handling Highway Projects
c. Experience of at least 04 years as Contract Specialist on any National/State Highway
Project.
d. Experience of at least 02 similar nature work as contract specialist.
e. Handled Arbitration cases in respect of any Highway Project.
f. Not more than 65 years of age.

2. Preferential Qualifications
(a) Degree in Law / PG in management /Certificate Course in management / Certificate
course in construction management / Certificate course in Contract management would
be desirable.

84
National Highways Authority of India RFP for IE during O&M Period

SUB PROFESSIONAL
SURVEY ENGINEER

The candidate should be a Graduate in Civil Engineering/Survey with at least 6 years’


experience in the field of surveying out of which 3 years should be on highway projects with
at least 1 similar highway project. Firm may field Survey Engineer with diploma in Civil
Engineering/Survey having at least 10 years’ experience in the field of surveying out of
which
at least 5 years should be in highway projects with at least 2 projects of similar nature. This
position requires thorough understanding of modern computer-based equipment/method of
surveying with total station, digital level, GPS etc.

ASSISTANT HIGHWAY MAINTENANCE ENGINEER

The Candidate should be either Graduate in Civil Engineering with 3 years’ experience in
highways or Diploma in Civil Engineering with 7 years’ experience in highways. He should
have handled at least one highway project of similar nature.

ASSISTANT QUALITY CUM MATERIAL ENGINEER


The Candidate should be Graduate in Civil Engineering or diploma in Civil Engineering
with 3years of experience.

CAD EXPERT
He should be a Graduate in Civil Engineering with adequate computer training or graduate
in Computer Science having experience in computer aided design methods in highway
engineering. The incumbent should have 3 years’ experience and should have handled at
leastone highway project of similar nature.

ELECTRICAL ENGINEER
The Candidate should be a Graduate in Electrical Engineering. He should have at least 6
years professional experience.

HORTICULTURE EXPERT
The Candidate should be a Graduate in Agriculture Science with specialization in
Horticulture/Arboriculture. He should have at least 6 years professional experience.

HTMS/Toll Expert
The Candidate should be a systems Engineer having experience of at least 10 years. He should
an expert in preparation of standards for systems of toll collection and HTMS. He should bea
graduate in Electronics/Computer Science or equivalent. He should have experience of
international latest technology/system in the field of HTMS and tolling. He should have work
experience of at least one in establishing HTMS and one in tolling systems.

85
National Highways Authority of India RFP for IE during O&M Period

QUANTITY SURVEYOR
He should be Graduate or equivalent in Civil Engineering having Min. 5 years of
professional experience in preparation of highway project estimates. He should have Min. 3
years’ experience in Preparation of Bill of Quantities/estimates for major highway projects
costing Rs.100 Crore or above.

IT EXPERT:
He should have Bachelor’sDegree in Computer Science / Computer Engineering/IT
Electronic& Communications/Electronics & Instrumentation/ MCA. He should have
minimum 05 years ofexperience in IT system Integration/Project Management of IT
operation out of which at least2 years in Toll Management Systems.

HOU Officer
as per Circular NHAI/HO/31/2017/05/37 dated 10.01.2018 copy enclosed herewith to
be followed.

Note:Upto 1 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.
Annexure I- Daily Inspection Report
Nature of defect/ deficiency Defect If defect Compliance of IE
found found, previous Remarks
(Yes/No) Chainage& defect
side
(Yes/No/NA)
ROADS
Carriageway and paved shoulders
Breach or blockade
Pot holes
Removal of debris
Hard/earth shoulders, side slopes, drains and culverts
Desalting of drains inurbane/semi-
urban areas
Road side furniture including road signs and pavement marking
Damage to shape or position; poor
visibility or loss of retro reflectivity
Street lighting and telecom (ATMS)
Any major failure of the system
Faults and minor failures
Trees and Plantation
Obstruction in a minimum headroom
of 5 m above carriageway or
obstruction in visibility of road signs
Rest areas
86
Cleaning of toilets
Defects in electrical, water and sanitary
National Highways Authority of India RFP for IE during O&M Period

installations
Toll plaza[s]
Failure of toll collection
Equipmentincluding ETC or lighting
Other Project Facilities and Approach roads
Damage or deterioration in Approach
Roads -[pedestrian facilities, truck lay-
bys, bus-bays, bus- shelters,
cattlecrossings, Traffic Aid
Posts, Medical Aid Posts and other
works]
ROADS
(a) Carriageway and paved shoulders
(i) Breach or blockade
(ii) Roughness value
exceeding2,500 mm in a stretch
of 1km (as measured by a
standardized rough meter/bump
integrator)
(iii) Pot holes
(iv) Cracking in more than 5% of
road surface in a stretch of1 km
(v) Rutting exceeding 10 mm in
more than 2% of road surface in
a stretch of 1 km(measured with
3 m straight edge)
(vi) Bleeding/skidding
(vii) Raveling/Stripping of bitumen
surface exceeding10 sq m
(viii) Damage to pavement edges
exceeding 10 cm
(ix) Removal of debris
b Hard/earth shoulders, side slopes, drains and culverts
(i) Variation by more than 2% in
the prescribed slope
of camber/cross fall
(ii) Edge drop at shoulders exceeding
40 mm
(iii) Variation by more than 15%in
the prescribed
side(embankment) slopes
(iv) Rain cuts/gullies in slope
(v) Damage to or silting of culverts
and side drains during and
immediately preceding the rainy
season

87
National Highways Authority of India RFP for IE during O&M Period

(vi) Desalting of drains


inurban/semi-urban areas
c Road side furniture including roadsigns and pavement marking
(i) Damage to shape
orposition;poor visibility or loss
ofretro-reflectivity
d Street lighting and telecom (ATMS)
(i) Any major failure of thesystem
(ii) Faults and minor failures
e Trees and plantation
(i) Obstruction in a minimum
headroom of 5 m above
carriageway or obstruction in
visibility of road signs
(ii) Deterioration in health of trees
and bushes
(iii) Replacement of trees and
Bushes
(iv) Removal of vegetation affecting
sight line and road structures
f Rest areas
(i) Cleaning of toilets
(ii) Defects in electrical, water and
sanitary installations
g Toll plaza[s]
(i) Failure of toll collection
equipment including ETC or
lighting
(ii) Damage to toll plaza
h Other Project Facilities and Approach roads
(i) Damage or deterioration in
Approach Roads, -[pedestrian
facilities, truck lay-bys, bus-
bays, busshelters,cattle
crossings, Traffic Aid Posts,
Medical-Aid Posts and other
works]
BRIDGES
(a) Superstructure of bridges
(i) Cracks
(ii) Spalling/scaling
(b) Foundations of bridges
(i) Scouring and/or cavitations

88
National Highways Authority of India RFP for IE during O&M Period

(c) Piers, abutments, return walls and wing walls of bridges


Cracks and damages including
(i)
settlement and tilting
(d) Bearings (metallic) of bridges
(i) Deformation
(e) Joints in bridges
Loosening and malfunctioning
(i)
of joints
(f) Other items relating to bridges
Deforming of pads in
(i)
elastomeric bearings
Gathering of dirt in bearings
and joints; or clogging of
(ii)
spouts, weep holes and vent-
holes
Damage or deterioration in
(iii)
parapets and handrails
Rain-cuts or erosion of banks
(iv) of the side slopes of
approaches
(v) Damage to wearing coat
Damage or deterioration in
(vi) approach slabs, pitching, apron,
toes, floor or guide bunds
Growth of vegetation affecting
(vii) the structure or obstructing the
waterway

89
National Highways Authority of India RFP for IE during O&M Period

Annexure III- Monthly Status Report


(Sample Copy)

90
National Highways Authority of India RFP for IE during O&M Period

[NAME & LOGO OF IMPLEMENTING AGENCY]

[PROJECT NAME (O&M)]

Independent Engineer

[NAME OF CONSULTING FIRM]

MONTHLY STATUS REPORT NO.[XX]

FOR THE MONTH OF: [MONTH], [YEAR]

91
National Highways Authority of India RFP for IE during O&M Period

Contents
1. Executive Summary ..............................................................................................................
1.1. Overall road condition.....................................................................................................
1.2. Key reporting metrics .....................................................................................................
1.3. Key maintenance activities undertaken ............................................................................
1.4. Pending issues ...............................................................................................................
1.5. Recommended actions by Independent Engineer ..............................................................
1.6. Strip Plan for maintenance ..............................................................................................
2. Project Overview ..................................................................................................................
2.1. Key project details .........................................................................................................
2.2. Location Map .................................................................................................................
2.3. Key plan .......................................................................................................................
2.4. RoWavailability .............................................................................................................
2.5. Summary of project features ...........................................................................................
3. Critical Issues and Action taken ............................................................................................
3.1. Issue and action log .......................................................................................................
3.2. Summary of items (Cumulative Observations/ Deficiencies) ..............................................
3.3. Obligations as per contract ............................................................................................
3.4. Major maintenance and Inspection schedule ...................................................................
4. Inspection Report .................................................................................................................
4.1. Summary of NCR issued ................................................................................................
4.2. Equipment based inspection report .................................................................................
5. Monitoring of ETC lanes ........................................................................................................
5.1. Monthly ETC Report .......................................................................................................
5.2. On-ground infrastructure report .....................................................................................
5.3. On-ground ETC operations and SLA adherence .................................................................
6. Status of Damages for breach of maintenance activities ..........................................................
6.1. Damages for non completion of project facilities ..............................................................
6.2. Damages for breach of maintenance activities .................................................................
6.3. Damages for non completion of major maintenance/ periodic overlay ................................
7. Change of Scope proposals ...................................................................................................
8. Status of pending disputes ....................................................................................................
9. Reports ................................................................................................................................
9.1 Monthly Toll Collection Report (Applicable only if project highway is tolled) .................... .
9.2 Accident Report .........................................................................................................
9.3 Details of complaints ..................................................................................................
9.4 Encroachment list ......................................................................................................
9.5 Lane Closure Report ....................................................................................................
92
National Highways Authority of India RFP for IE during O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.

10. Annexures ............................................................................................................................

1. Executive Summary

1.1. Overall road condition

Road condition LHS RHS


Satisfactory road condition
Poor road condition
Total length of project

1.2. Key reporting metrics

Key metrics Value/Amount


No of pending NCRs
Damages amount recommended on Concessionaire (Rs Cr)
No of pending Change of Scope proposals
No of pending disputes
Monthly toll collection (Rs Cr) (If applicable)
No of accidents
No of encroachments
National Highways Authority of India RFP for IE during O&M Period

1.3. Key maintenance activities undertaken All figures and graphs in templates are
illustrative. Please add actual details
Asset Maintenance activities undertaken
Pavement

Shoulder
Drainage
Median
Road furniture

Bridges
Buildings

Horticulture

1.4. Pending issues

1.5. Recommended actions by Independent Engineer

3
94
National Highways Authority of India RFP for IE during O&M Period

Main report
2. Project Overview
2.1. Key project details

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 (PCOD)
Concession Period
O&M Period
Independent Engineer
IE Agreement Date
IE Mobilization Date
IE Scheduled Completion Date
IE EOT (Extension Of Time)

95
National Highways Authority of India RFP for IE during O&M Period

2.2. Location Map

96
National Highways Authority of India RFP for IE during O&M Period

2.3. Key plan

97
National Highways Authority of India RFP for IE during O&M Period

2.4. ROW availability

Width of ROW available on both sides of the highway

98
National Highways Authority of India RFP for IE during O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.
2.5. Summary of project features

S.No Particulars Value


1 No of flyovers
2 Service Road
3 ROBs
4 ROB location (chainage)
5 RUBs
6 RUB location (chainage)
7 No of Bypass
8 Length of Bypass
9 No of Major Bridges
10 No of Minor Bridges
11 No of Culvert
12 No of VUP
13 No of PUP/ Cattle Underpass
14 No of Major Intersection/ Junction
15 No of Toll Plaza
16 Location of Toll Plaza (chainage)
17 No of Truck Laybye
18 No of Bus Bays
19 No of Wayside Amenities
20 Location of Wayside Amenities (chainage)

99
National Highways Authority of India RFP for IE during O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.
3. Critical Issues and Action taken

3.1. Issue and action log


S Issue Type Ongoing/ Concerned Chainage Length Action(s) taken till now Action Suggested by IE Expected
N Description New Authority affected Affected date for
due to the (Km) resolving
Issue Issues

100
National Highways Authority of India RFP for IE during O&M Period

3.2. Summary of items (Cumulative Observations/ Deficiencies)


S. Description Unit Total Work done Work done Balance Remark
No. upto during
previous reporting
month month
1 Carriageway and paved shoulders
(a) Pot Holes Sqm
(b) Roughness value
exceeding 2,500mm
(c) Cracking in more than
5% of road surface Sqm
(d) Rutting exceeding
10mm in more than 2%
of road surface Sqm
(e) Bleeding/Skiding Sqm
(f) Ravelling Sqm
(g) Damage to pavement
edges exceeding 10cm Mtr
2 Hard/Earth Shoulders
(a) Rain cuts/ gullies in
Slope
(b) Edge drop at shoulders
exceeding 40 mm
3 Drains and culverts
(a) Cleaning of Culvert Nos
(b) Damage to or silting of
culverts
(c) Silting of drains in
urban/ semi urban areas
4 Road furniture
(a) Sign Boards Nos
(b) Kilometer Stones
(c) Metal Beam Crash
Barrier
(d) Bus Shelters Nos
(e) Junction signs Nos
(f) Median Grills Rmt
(g) Studs Nos
(h) Delineators Nos
(i) Road Marking Sqm
(j) Kerb Painting Sqm
(k) Guard Posts Nos

101
National Highways Authority of India RFP for IE during O&M Period

5 Street lighting and


telecom (ATMS)
(a) Street lights Nos
(b) Telecom Nos
6 Trees and plantation
(a) Removal of vegetation
affecting sight line and
road structures Ha
(b) Replacement of trees
and bushes Nos
7 Buildings and bridges
(a) Rest areas
(b) Toll Plaza
(c) Bridges

3.3. Obligations as per contract


Please write a summary of contractual obligations of Concessionaire and non-compliances
of critical obligations highlighting reasons for delay and stating pending actions

• Critical obligations of Concessionaire as per contract

• Non compliances of critical contractual obligations

3.4. Major maintenance and Inspection schedule


Item Responsibility Last completed on Due date
Major maintenance Concessionaire [DD/MM/YY] [DD/MM/YY]
Periodic overlay Concessionaire [DD/MM/YY] [DD/MM/YY]
Pavement inspection [DD/MM/YY] [DD/MM/YY]
Independent Engineer
using NSV
Roughness using [DD/MM/YY] [DD/MM/YY]
Independent Engineer
Laser Profilometer
Pavement strength [DD/MM/YY] [DD/MM/YY]
Independent Engineer
using FWD
Culvert inspection [DD/MM/YY] [DD/MM/YY]
Independent Engineer
using GPR
Bridge inspection [DD/MM/YY] [DD/MM/YY]
Independent Engineer
using MBIU
Road sign inspection [DD/MM/YY] [DD/MM/YY]
Independent Engineer
using Reflectometer
Other

102
National Highways Authority of India RFP for IE during O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.
4. Inspection Report

4.1. Summary of NCR issued

S.No Highway asset Total NCR issued till NCR issued in NCR closed inreporting Balance NCR
previous month (A) reporting month(B) month(C) (A+B-C)
1 Pavement
2 Shoulder
3 Drainage
4 Median
5 Road furniture
6 Bridges
7 Buildings
8 Horticulture
9 [Other assets]
Total

103
National Highways Authority of India RFP for IE during O&M Period

4.2. Equipment based inspection report

Pavement Surface Defects Roughness Pavement Strength

Ravelin g (cm)

Skid Resistance

Elastic Modulus

Elastic Modulus
Potholes (cm)

Bleeding (cm)

Bituminous E1
Rutting depth
Lane number

Texture depth

(International
Cracks (cm)

Granular E2
Roughness
Chainage
Chainage

Elastic Mod
Starting
Ending

Grade E3
Index)
(mm)

(mm)
(Km)

ulus Sub
IRI
0.000
0.500
1.000

Report
of equipment based inspection needs be provided as an Annexure to monthly report as per the defined frequency. Following
documents/media to be submitted for equipment based inspection.
• 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
o Cracks
o Potholes
o Raveling
o Bleeding
o Rutting
o Texture depth
o Skid resistance
o Roughness (IRI)

104
National Highways Authority of India RFP for IE during O&M Period

• Falling Weight Deflectometer (FWD) report capturing following key metrics of pavement strength
o Deflection Bowl (Transient Deflections at seven different points)
o Corrected Elastic Modulus Bituminous E1
o Corrected Elastic Modulus Granular E2
o Corrected Elastic Modulus Subgrade E3
o Subgrade CBR
o Bituminous layer coefficient A1
o Base layer coefficient A2
o Granular base layer coefficient A3
o Modified structural number

• Mobile Bridge Inspection Report (MBIU) capturing following key metrics of bridges
o Condition Approach
o Condition Signs
o Condition Debris
o Condition Joint
o Condition Deck
o Condition Rails
o Condition Protect
o Condition Stream
o Condition Superstructure
o Condition Piers
o Condition Abutment

• Retroreflectometer report capturing following key metrics of road furniture


o Coefficient of retro-reflected luminance RA (nighttime retroreflection) of road traffic signs

• ATCC report capturing ADT, AADT, hourly and weekly variations and recommendation on capacity augmentation
105
National Highways Authority of India RFP for IE during O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.

5. Monitoring of ETC lanes

5.1. Monthly ETC Report

For Corresponding month


For Previous Month For Current Month
of previous year
TYPE OF VEHICLE
No of Fee No of Fee Fee per No of Fee
vehicles Collected vehicles Collected Vehicle Vehicles Collected
A Car Total
B LCV Total
C Bus Total
D Truck Total
E 3 Axle Total
F MAV Total
G Over Size Total
Total for the Month

106
National Highways Authority of India RFP for IE during O&M Period

5.2. On-ground infrastructure report

Total number of plaza lanes =


Total number of dedicated ETC lanes =
Total number of hybrid lanes=

S.No Description Total Units Units Equipment Equipment as per Remarks


Units Working damaged/missing owner/provider specifications(Y/N)
1 Hardware
(a) Over-head transceiver
(b) Hand-held reader
(c) Lane controller
(d) AVC
(h) Camera
(j) Weigh-in-motion
(m) Static weigh bridge
(n) Any other items
2 Software’s
(a) Software – Lane/ Plaza level
(c) TMS
(d) Any other items

107
National Highways Authority of India RFP for IE during O&M Period

5.3. On-ground ETC operations and SLA adherence


Lane Average queue Average queue Average Average Average Average Average
length during length during non Transaction transaction transaction transaction transaction
peak time peak time time(cash) time (RFID) time (cards) time (wallet) time (others)
Lane 1
Lane 2
Lane 3
• Average system uptime = 80%
• Transactions uploaded (as per SLA) = 80%
• Blacklists uploaded (as per SLA) = 50%
• Blacklists downloaded (as per SLA) = 85%

6. Status of Damages for breach of maintenance activities

6.1. Damages for non completion of project facilities

S.No. Period Amount of damages (Rs.)


1
2
3
4
Total

Supporting Calculations for damages


• security per day = Rs ............................................................................................................................
• Total damages payable = 30 X ............... .= Rs ...................

108
National Highways Authority of India RFP for IE during O&M Period

6.2. Damages for breach of maintenance activities

S.No. Period Amount of damages (Rs.)


1
2
3
4
Total

Supporting Calculations for damages for reporting month

Damages as

Damages at
higher side

No of days

No of days
Inspection

as per CA
estimated
Nature of

Damages

Damages

Damages
Repairas
Quantity

amount
Date of
per CA
Cost of
Defect

From
Total
SNo

Rate
Unit

6.3. Damages for non completion of major maintenance/ periodic overlay

S.No. Period Amount of damages (Rs.)


1
2
3
4
Total

109
National Highways Authority of India RFP for IE during O&M Period

Supporting Calculations for damages


• No of days
• Performance security is
• As per CA Clause 12.3.2 damages payable is 0.1% of performance security per day
• Total damages payable = 30 X = Rs

7. Change of Scope proposals

S.No Proposal Details Date of first Current status COS Amount Expected/ Actual
submission to IE date of approval
1 Construction of [DD/MM/YYYY] Approved in principle by Authority. [+/- Amount] [DD/MM/YYYY]
[Flyover Name] Detailed quantities in proper order
at [Chainage] yet to be submitted
2 Nallah diversion [DD/MM/YYYY] Clarifications to be submitted by [+/- Amount] [DD/MM/YYYY]
through boxculvert Concessionaire, expected date
at [Chainage] [DD/MM/YYYY]

8. Status of pending disputes


S.No Dispute Details Date of first Date of first submission to IE Dispute Current stage
submission to IE Suggested resolution by IE Amount
(if applicable)
1 Increased tollable length [DD/MM/YYYY] No merit in increasing tollable length SAROD
tobe applicable in toll hence no action required by NHAI
feecalculations
2 Filling [DD/MM/YYYY] NHAI to consider the Concessionaire's [+/- Amount] B/wConcessionaire
stationsenergizedwithout request for intervention and assistance and NHAI
obtaining NOC from
ministry

110
National Highways Authority of India RFP for IE during O&M Period

9. Reports
9.1. Monthly Toll Collection Report (Applicable only if project highway is tolled)
For Corresponding month
of previous year For Previous Month For Current Month
TYPE OF VEHICLE No of No of Fee per No of
Fee Fee Fee
vehicles Collected vehicles Collected Vehicle Vehicles Collected
A Car Single
Return
Local
B LCV Single
Return
Local
C Bus Single
Return
Local
D Truck Single
Return
Local
E 3 Axle Single
Return
Local
F MAV Single
Return
Local
G Over Size Single
Return
Local
Total for the Month

111
National Highways Authority of India RFP for IE during O&M Period

9.2. Accident Report


No of Help
A B C D E F G H I J K affectedperson provided
s by
Time of accident
Chainage no

Load conditions of
Sex (M/F)

Weather condition
Nature of accident

Classification of

Intersection type of
Accident location

Road condition

Type of vehicle
Type of victim
SNo

Age of victim
Date

Accident

Vehicle

Control
Causes

Minor
Major
Fatal
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
F 1. Straight road 2. Slight Curve 3. Sharp Curve 4. Hump 5. Dip
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
J 1. Driver 2. Passenger 3. Pedestrian 4. Cyclist 5. Others
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. HandDrawn Cart 11. Animal Drawn Cart

112
National Highways Authority of India RFP for IE during O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.

9.3. Details of complaints

S.No Toll Complaint Date Name of the Contactdetailsofperson Details of Compliance by the
Plaza No person complaint concessionaire

9.4. Encroachment list

stall,Temple, etc)
type(Temporary/

widthand length
(New/existing)
Encroachment

Encroachment
Side (LHS/RHS)

Category (Tea

Distance from
Establishment
District/Tehsil
Chainage(km)

roadedge (m)
Permanent)

Encroacher
Name of
Village
Stretch
SNo

113
National Highways Authority of India RFP for IE during O&M Period

9.5. Lane Closure Report


S.No Date Chainage (Km) Side Time of Closure Reasons for Lane Closure Remarks
From To From To & Approval Details

10. Annexures

Annexure 1: Detailed visual inspection report of project highway

Assets to be covered- Pavement, Shoulder, Drainage, Median, Bridges, Road furniture, Buildings, Horticulture, Service Road

Nature of defect or deficiency Defect found If defect found, Compliance of IE Remarks


(Yes/No) Chainage&Side previousdefect
(Yes/No/NA)
ROADS
(a) Carriageway and paved shoulders
(i) Breach or blockade
(ii) Roughness value exceeding 2,500 mm in a
stretch of 1 km (as measured by astandardized
rough meter/bump integrator)
(iii) Pot holes
(iv) Cracking in more than 5% of road surface
in a stretch of 1 km
(v) Rutting exceeding 10 mm in more than 2%of
road surface in a stretch of 1 km (measured
with 3 m straight edge)

114
National Highways Authority of India RFP for IE during O&M Period

(vi) Bleeding/skidding
(vii) Ravelling/Stripping of bitumen surface
exceeding 10 sq m
(viii) Damage to pavement edges exceeding 10Cm
(ix) Removal of debris
(b) Hard/earth shoulders, side slopes, drains and culverts
(i) Variation by more than 2% in the prescribed
slope of camber/cross fall
(ii) Edge drop at shoulders exceeding 40 mm
(iii) Variation by more than 15% in the prescribed
side (embankment) slopes
(iv) Rain cuts/gullies in slope
(v) Damage to or silting of culverts and side
drains during and immediately preceding the
rainy season
(vi) Desilting of drains in urban/semi-urban Areas
(c) Road side furniture including road signs and pavement marking
(i) Damage to shape or position; poor visibility or
loss of retro-reflectivity
(d) Street lighting and telecom (ATMS)
(i) Any major failure of the system
(ii) Faults and minor failures
(e) Trees and plantation
(i) Obstruction in a minimum head-room of 5 m
above carriageway or obstruction in visibility
of road signs
(ii) Deterioration in health of trees and bushes

115
National Highways Authority of India RFP for IE during O&M Period

(iii) Replacement of trees and bushes


(iv) Removal of vegetation affecting sight line and
road structures
(f) Rest areas/ Wayside Amenities
(i) Cleaning of toilets
(ii) Defects in electrical, water and sanitary
installations
(g) Toll plaza[s]
(i) Failure of toll collection equipment including
ETC or lighting
(ii) Damage to toll plaza
(h) Other Project Facilities and Approach roads
(i) Damage or deterioration in Approach Roads, -
[pedestrian facilities, truck lay-bys, bus-bays,
bus- shelters, cattle crossings, Traffic Aid
Posts, Medical Aid Posts and other works]

BRIDGES
(a) Superstructure of bridges
(i) Cracks
(ii) Spalling/scaling
(b) Foundations of bridges
(i) Scouring and/or cavitation
(c) Piers, abutments, return walls and wing walls of bridges
Cracks and damages including settlement and
(i)
tilting
(d) Bearings (metallic) of bridges
(i) Deformation

116
National Highways Authority of India RFP for IE during O&M Period

(e) Joints in bridges


(i) Loosening and malfunctioning of joints
(f) Other items relating to bridges
(i) Deforming of pads in elastomeric bearings
Gathering of dirt in bearings and joints; or
(ii)
clogging of spouts, weep holes and vent-holes
Damage or deterioration in parapets and
(iii)
handrails
Rain-cuts or erosion of banks of the side
(iv)
slopes of approaches
(v) Damage to wearing coat
Damage or deterioration in approach slabs,
(vi)
pitching, apron, toes, floor or guide bunds
Growth of vegetation affecting the structure
(vii)
or obstructing the waterway

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
• Projectphotographs

117
National Highways Authority of India RFP for IE during O&M Period

Annexure IV- Month of survey for equipment based road condition assessment

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 within 30 days of appointment of the
Independent Engineer, 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 appointed date is on 1stMarch, then the first equipment
based survey shall be conducted in the month of March within 30 days of appointment and
this shall be considered as the equipment based survey to be conducted in the month of May.
The 2ndequipment 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 in the month of March within 30 days of appointment. The 2nd
test/survey shall be conducted in March of next year and so on.

Survey before
Region State Survey after rains
rains
East Bihar May Nov
East Chhattisgarh May Nov
East Jharkhand May Nov
East Orissa May Nov
East West Bengal May Nov
Central Madhya Pradesh May Nov
NE Arunachal Pradesh Mar Oct
NE Assam Mar Oct
NE Manipur Mar Oct
NE Meghalaya Mar Oct
NE Mizoram Mar Oct
NE Nagaland Mar Oct
NE Sikkim Mar Oct
NE Tripura Mar Oct
North Chandigarh May Nov
North Delhi May Nov
North Haryana May Nov
North Himachal May Nov
North Jammu And Kashmir May Nov
North Punjab May Nov
North Uttar Pradesh May Nov
North Uttaranchal May Nov

118
National Highways Authority of India RFP for IE during O&M Period

Andaman And Nicobar


South Apr Nov
Islands
South Andhra Pradesh Apr Nov
South Karnataka Apr Nov
South Kerala Apr Nov
South Pondicherry Jun Jan
South Tamil Nadu Jun Jan
West Dadar Nagar Haveli Apr Oct

West Daman And Diu Apr Oct

West Goa May Nov


West Gujarat Apr Oct
West Maharashtra May Nov
West Rajasthan Apr Oct

Annexure V-OUTPUT FORMAT FROM NETWORK SURVEY VEHICLE AND FWD


TESTING

119
National Highways Authority of India RFP for IE during O&M Period

[NAME & LOGO OF IMPLEMENTING AGENCY]

[PROJECT NAME]

Independent Engineer

[NAME OF CONSULTING FIRM]

OUTPUT FROM NETWORK SURVEY VEHICLE AND FWD TESTING

120
National Highways Authority of India RFP for IE during O&M Period

Table of contents

Contents Page Nos.


SECTION 1 ROAD INVENTORY DATA
1.1 Location Reference Post (LRP) Master 143 140
1.2 Carriage way Type 144
1.3 Road Type 145
1.4 Pavement Type 146
1.5 Pavement Width 147
1.6 Shoulder Type 148
1.7 Shoulder Width 149
1.8 Topography 151
1.9 Cross Section 151
1.10 Drain Type 153
1.11 Median Opening 154
1.12 Right Of Way 155
1.13 Pavement composition 156
1.14 Carriageway Furniture 159
1.15 Wayside Amenities 160
1.16 Land Use 161
SECTION 2 ROAD CONDITION DATA 163
2.1 Visual condition 163
2.2 Roughness 167
2.3 Rutting 169
2.4 Texture Depth 170
2.5 Skid Resistance 171
2.6 Falling Weight De-flectometer (FWD) 173
2.7 Falling Weight De-flectometer (FWD) Rigid 177

121
National Highways Authority of India RFP for IE during O&M Period

Annexure V: OUTPUT FORMAT FROM NETWORK SURVEY VEHICLE AND FWD


TESTING (SECTION 1: TESTING WITHIN 1 MONTH OF APPOINTMENT, SECTION 2:
FWD ATTRIBUTES - ANNUALLY, BALANCE PARAMETERS –BIANNUALLY)

In addition to the reports being submitted on equipment based inspection as specifiedin


Section 4.2 of the Monthly Progress Report in the O&M phase, the IndependentEngineer
(IE) shall submit electronically in excel (.xls) format certain key parametersto the Project
Director in the following format.
Worksheets under Section 1 (‘Road inventory data’) shall be updated from surveysconducted
only once within 30 days of appointed date of the Independent Engineer.Worksheets under
Section 2 (‘Road condition data’) shall be updated from surveyscarried out annually for FWD
attributes and biannually for the remaining attributes.
The fields to be updated in each of the worksheets are described below. Eachdescription is
followed by an example of data for a sample project.

SECTION 1 - ROAD INVENTORY DATA

Road inventory data consists of parameters which provide basic information aboutroads such
as pavement type, number of lanes, topography, etc. These parametersare largely static in
nature, and therefore a survey to update this dataset shall beconducted only once within 30
days of appointed date of the Independent Engineer.The road inventory data shall be used to
update specific worksheets listed below.

1.1 Location Reference Post (LRP) Master


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


NH Number New National Highway number NH0065
LRP Name 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- 06-05-17
YY>
Old NH Number Old National Highway number NH0065
Section Code Code indicating starting and ending HYD-VIJ(Hyderabad-
locations of section Vijayawada)

122
National Highways Authority of India RFP for IE during O&M Period

A sample output is shown below for reference

NH LRP Chainage Direction Latitude Longitude Altitude Survey Old NH Section


Number Name date Number code
Road
NH0xxx Start 1.230 Increasing 9.98897 78.02671 63.07767 15/02/2018 NH0yyy ABC
Km
NH0xxx Stone 8.000 Increasing 9.98444 78.02934 68.60126 15/02/2018 NH0yyy ABC
8
Km
NH0xxx Stone 8.030 Increasing 9.98341 78.03004 68.15520 15/02/2018 NH0yyy ABC
8
Km
NH0xxx Stone 9.008 Increasing 9.98107 78.03078 65.17153 15/02/2018 NH0yyy ABC
Km
NH0xxx Stone 12.012 Increasing 9.96328 78.04160 56.03436 15/02/2018 NH0yyy ABC
Km
NH0xxx Stone 17.085 Increasing 9.95385 78.05255 56.24748 15/02/2018 NH0yyy ABC
17

1.2 Carriageway Type


The following table lists the fields which need to be populated for the ‘Carriageway Type’
attribute. The descriptions of the fields are given below.

Field Description Example


NH Number New National Highway number NH0065
Section Code Code indicating starting and ending HYD-VIJ (Hyderabad-
locations of section Vijayawada)
Start Chainage Chainage of the start point (in km) 0.500
End Chainage Chainage of the end point (in km) 1.500
Carriageway Type Type of carriageway, classified into one Divided
of the below categories:
• Divided
• Undivided
Survey Date Date of survey in the format <DD-MM-YY> 18-05-2018
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

123
National Highways Authority of India RFP for IE during O&M Period

A sample output is shown below for reference

NH Section Start Ending Carriageway Survey Latitude Longitude


Number Chainage Chainage Type date
NH0xxx ABC-DEF 0.000 0.794 Undivided 15/02/2018 9.98897 78.02671
NH0xxx ABC-DEF 0.794 1.000 Undivided 15/02/2018 9.98444 78.02934
NH0xxx ABC-DEF 1.000 2.810 Undivided 15/02/2018 9.98341 78.03004
NH0xxx ABC-DEF 2.810 4.335 Undivided 15/02/2018 9.98341 78.03078
NH0xxx ABC-DEF 4.335 6.666 Undivided 15/02/2018 9.96328 78.04160
NH0xxx ABC-DEF 6.666 12.906 Undivided 15/02/2018 9.95385 78.05255

1.3 Road Type


The following table lists the fields which need to be populated for the ‘Road
Type’attribute. The descriptions of the fields are given below.

Field Description Example


NH Number New National Highway number NH0065
Section Code Code indicating starting and ending HYD-VIJ (Hyderabad-
locations of section Vijayawada)
Start Chainage Chainage of the start point (in km) 0.500
End Chainage Chainage of the end point (in km) 1.500
Road Type Classification of road on basis of number Four Lane
of lanes
• Single Lane
• Two Lane
• Intermediate Lane
• Four Lane
• Six Lane
Survey Date Date of survey in the format <DD-MM-YY> 18-05-2018
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference

NH Section Start Ending Road Survey Latitude Longitude


Number Chainage Chainage Type date
NH0xxx ABC-DEF 0.000 0.794 Two Lane 15/02/2018 9.98897 78.02671
NH0xxx ABC-DEF 0.794 1.000 Two Lane 15/02/2018 9.98444 78.02934
NH0xxx ABC-DEF 1.000 2.810 Two Lane 15/02/2018 9.98341 78.03004
NH0xxx ABC-DEF 2.810 4.335 Two Lane 15/02/2018 9.98341 78.03078
NH0xxx ABC-DEF 4.335 6.666 Two Lane 15/02/2018 9.96328 78.04160
NH0xxx ABC-DEF 6.666 12.906 Two Lane 15/02/2018 9.95385 78.05255

124
National Highways Authority of India RFP for IE during O&M Period

1.4 Pavement Type

The following table lists the fields which need to be populated for the ‘PavementType’
attribute. The descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Start Chainage Chainage of the start point (in km)
End Chainage Chainage of the end point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

A sample output is shown below for reference

NH Section Start Ending Direction Pavement Survey Latitude Longitude


Number Chainage Chainage Type date
ABC-
NH0xxx 0.000 0.794 Both Asphalt 15/02/2018 9.98897 78.02671
DEF

ABC-
NH0xxx 0.794 1.000 Both Asphalt 15/02/2018 9.98444 78.02934
DEF
ABC-
NH0xxx 1.000 2.810 Both Asphalt 15/02/2018 9.98341 78.03004
DEF

ABC-
NH0xxx 2.810 4.335 Both Asphalt 15/02/2018 9.98341 78.03078
DEF

ABC-
NH0xxx 4.335 6.666 Both Asphalt 15/02/2018 9.96328 78.04160
DEF

ABC-
NH0xxx 6.666 12.906 Both Asphalt 15/02/2018 9.95385 78.05255
DEF

125
National Highways Authority of India RFP for IE during O&M Period

1.5 Pavement Width


The following table lists the fields which need to be populated for the ‘PavementWidth’
attribute. The descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Start Chainage Chainage of the start point (in km)
End Chainage Chainage of the end point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)
Pavement Width Width of the pavement in meters, >= 7m and < 10.5m
classified into one of the below categories
• >= 3.75m and < 5.5m
• >5.5m and < 7m
• >= 7m and < 10.5m
• >=10.5m and <=12.5m
• > 12.5m
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

A sample output is shown below for reference

NH Section Start Ending Direction Pavement Pavement Survey Latitude Longitude


Width
Number Chainage Chainage Width date
Value

ABC-
NH0xxx 0.000 0.794 Both 7 – 10.5 m 7.00 15/02/2018 9.98897 78.02671
DEF

ABC-
NH0xxx 0.794 1.000 Both 7 – 10.5 m 7.00 15/02/2018 9.98444 78.02934
DEF

ABC-
NH0xxx 1.000 2.810 Both 7 – 10.5 m 7.00 15/02/2018 9.98341 78.03004
DEF

ABC-
NH0xxx 2.810 4.335 Both 7 – 10.5 m 7.00 15/02/2018 9.98341 78.03078
DEF

ABC-
NH0xxx 4.335 6.666 Both 7 – 10.5 m 7.00 15/02/2018 9.96328 78.04160
DEF

ABC-
NH0xxx 6.666 12.906 Both 7 – 10.5 m 7.00 15/02/2018 9.95385 78.05255
DEF

126
National Highways Authority of India RFP for IE during O&M Period

1.6 Shoulder Type


The following table lists the fields which need to be populated for the ‘ShoulderType’
attribute. The descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Start Chainage Chainage of the start point (in km)
End Chainage Chainage of the end point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)
Shoulder Type Type of shoulder, classified into one of Gravel
the below categories:
• None
• Paved
• Gravel
• Earth
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

A sample output is shown below for reference

NH Section Start Ending Direction Shoulder Survey Latitude Longitude


Number Code Chainage Chainage Type date
ABC- No
NH0xxx 0.000 0.794 Increasing 15/02/2018 9.98897 78.02671
DEF Shoulder
ABC-
NH0xxx 0.794 1.000 Increasing Gravel 15/02/2018 9.98444 78.02934
DEF

ABC-
NH0xxx 1.000 2.810 Increasing Gravel 15/02/2018 9.98341 78.03004
DEF

ABC-
NH0xxx 2.810 4.335 Increasing Gravel 15/02/2018 9.98341 78.03078
DEF

ABC-
NH0xxx 4.335 6.666 Increasing Gravel 15/02/2018 9.96328 78.04160
DEF

ABC-
NH0xxx 6.666 12.906 Increasing Gravel 15/02/2018 9.95385 78.05255
DEF

127
National Highways Authority of India RFP for IE during O&M Period

1.7 Shoulder Width:

The following table lists the fields for the ‘Shoulder Width’ attribute, which need to be
populated. The descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Start Chainage Chainage of the start point (in km)
End Chainage Chainage of the end point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)
Shoulder Width Width of the shoulder in meters, classified
into one of the below categories
• No shoulder
• < 1m
• >= 1m and <= 2m
• > 2m
Shoulder Width Width of the shoulder in meters, rounded
Value to one place after decimal
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

A sample output is shown below for reference

NH Section Start Ending Direction Shoulder Shoulder Survey Latitude Longitude


Number Code Chainage Chainage Width Width date
Value
ABC- No
NH0xxx 0.000 0.794 Increasing 0.0 15/02/2018 9.98897 78.02671
DEF Shoulder

ABC- No
NH0xxx 0.794 1.000 Increasing 0.0 15/02/2018 9.98444 78.02934
DEF Shoulder
ABC-
NH0xxx 1.000 2.810 Increasing 1-2 m 2.0 15/02/2018 9.98341 78.03004
DEF

ABC-
NH0xxx 2.810 4.335 Increasing 1-2 m 2.0 15/02/2018 9.98341 78.03078
DEF

ABC-
NH0xxx 4.335 6.666 Increasing 1-2 m 2.0 15/02/2018 9.96328 78.04160
DEF

ABC-
NH0xxx 6.666 12.906 Increasing 1-2 m 2.0 15/02/2018 9.95385 78.05255
DEF

128
National Highways Authority of India RFP for IE during O&M Period

1.8 Topography

The following table lists the fields which need to be populated for the ‘Topography’attribute.
The descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Start Chainage Chainage of the start point (in km)
End Chainage Chainage of the end point (in km)
Topography Topography of the road, classified into
one of the below categories
• Flat
• Rolling
• Hilly
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

A sample output is shown below for reference

NH Section Start Ending Topography Survey Latitude Longitude


Number Code Chainage Chainage date
NH0xxx ABC-DEF 0.000 0.794 Flat 15/02/2018 9.98897 78.02671
NH0xxx ABC-DEF 0.794 1.000 Flat 15/02/2018 9.98444 78.02934
NH0xxx ABC-DEF 1.000 2.810 Flat 15/02/2018 9.98341 78.03004
NH0xxx ABC-DEF 2.810 4.335 Flat 15/02/2018 9.98341 78.03078
NH0xxx ABC-DEF 4.335 6.666 Flat 15/02/2018 9.96328 78.04160
NH0xxx ABC-DEF 6.666 12.906 Flat 15/02/2018 9.95385 78.05255

1.9 Cross Section

The following table lists the fields which need to be populated for the ‘Cross Section’
attribute. The descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Start Chainage Chainage of the start point (in km)
End Chainage Chainage of the end point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)

129
National Highways Authority of India RFP for IE during O&M Period

Cross-section Cross section type, classified into one


of the below categories
• Cut
• Fill
• Cut and Fill
• Level
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

A sample output is shown below for reference

NH Section Start Ending Direction Cross Survey Latitude Longitude


Number Code Chainage Chainage Section date
NH0xxx ABC-DEF 0.000 0.794 Increasing Level 15/02/2018 9.98897 78.02671
NH0xxx ABC-DEF 0.794 1.000 Increasing Level 15/02/2018 9.98444 78.02934
NH0xxx ABC-DEF 1.000 2.810 Increasing Level 15/02/2018 9.98341 78.03004
NH0xxx ABC-DEF 2.810 4.335 Increasing Level 15/02/2018 9.98341 78.03078
NH0xxx ABC-DEF 4.335 6.666 Increasing Level 15/02/2018 9.96328 78.04160
NH0xxx ABC-DEF 6.666 12.906 Increasing Level 15/02/2018 9.95385 78.05255

1.10 Drain Type

The following table lists the fields which need to be populated for the ‘Drain Type’attribute.
The descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Start Chainage Chainage of the start point (in km)
End Chainage Chainage of the end point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)
Drain type below categories
• Open unlined drain
• Open lined drain
• Covered line drain
• No drain
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

130
National Highways Authority of India RFP for IE during O&M Period

A sample output is shown below for reference

NH Section Start Ending Direction Drain Survey Latitude Longitude


Number Code Chainage Chainage Type date
ABC- Open lined
NH0xxx 0.000 0.069 Increasing 15/02/2018 9.98897 78.02671
DEF drain
ABC- Open lined
NH0xxx 0.069 0.782 Increasing 15/02/2018 9.98444 78.02934
DEF drain
ABC- Open lined
NH0xxx 0.288 0.000 Increasing 15/02/2018 9.98341 78.03004
DEF drain
ABC- Open lined
NH0xxx 0.782 0.846 Increasing 15/02/2018 9.98341 78.03078
DEF drain
ABC- Open lined
NH0xxx 0.846 1.254 Increasing 15/02/2018 9.96328 78.04160
DEF drain
ABC- Open lined
NH0xxx 1.254 2.265 Increasing 15/02/2018 9.95385 78.05255
DEF drain
ABC- Open lined
NH0xxx 1.929 0.288 Decreasing 15/02/2018 9.93102 78.05648
DEF drain
ABC- Open lined
NH0xxx 1.952 1.929 Decreasing 15/02/2018 9.91229 78.04961
DEF drain
ABC- Open lined
NH0xxx 2.265 3.005 Increasing 15/02/2018 9.89041 78.03458
DEF drain
ABC- Open lined
NH0xxx 2.680 1.952 Decreasing 15/02/2018 9.88489 78.02995
DEF drain
ABC- Open lined
NH0xxx 3.005 4.424 Increasing 15/02/2018 9.87474 78.02828
DEF drain
ABC- Open lined
NH0xxx 3.109 2.680 Decreasing 15/02/2018 9.87363 78.02744
DEF drain
ABC- Open lined
NH0xxx 3.320 3.109 Decreasing 15/02/2018 9.84857 78.01535
DEF drain
ABC- Open lined
NH0xxx 3.917 3.320 Decreasing 15/02/2018 9.83764 78.00392
DEF drain
ABC- Open lined
NH0xxx 4.424 4.601 Increasing 15/02/2018 9.83711 77.98576
DEF drain
ABC- Open lined
NH0xxx 4.601 5.693 Increasing 15/02/2018 9.83386 77.97729
DEF drain

131
National Highways Authority of India RFP for IE during O&M Period

1.11 Median Opening

The following table lists the fields which need to be populated for the ‘MedianOpening’
attribute. The descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Start Chainage Chainage of the start point (in km)
End Chainage Chainage of the end point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)
Median Type Type of median, classified into one of
the below categories
• Raised;
• Depressed;
• Barrier;
• None.
Median Width Width of the median in meters, rounded
to one place after decimal
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

A sample output is shown below for reference

NH Section Start Ending Direction Cross Median Survey Latitude Longitude


Number Code Chainage Chainage Section Width date
NH0xxx ABC-DEF 0.000 0.794 Both Raised 0.5 15/02/2018 9.98897 78.02671
NH0xxx ABC-DEF 0.794 1.000 Both Raised 0.5 15/02/2018 9.98444 78.02934
NH0xxx ABC-DEF 1.000 2.810 Both No Median 0.0 15/02/2018 9.98341 78.03004
NH0xxx ABC-DEF 2.810 4.335 Both Raised 1.5 15/02/2018 9.98341 78.03078
NH0xxx ABC-DEF 4.335 6.666 Both No Median 0.0 15/02/2018 9.96328 78.04160
NH0xxx ABC-DEF 6.666 12.906 Both No Median 0.0 15/02/2018 9.95385 78.05255

132
National Highways Authority of India RFP for IE during O&M Period

1.12 Right Of Way

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.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Start Chainage Chainage of the start point (in km)
End Chainage Chainage of the end point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)
Row Width Width of Right of Way (in meters)
Remarks
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

A sample output is shown below for reference

NH Section Start Ending Direction ROW Remarks Survey Latitude Longitude


Number Code Chainage Chainage Width date
NH0xxx ABC-DEF 0.000 0.794 Increasing 28 15/02/2018 9.98897 78.02671
NH0xxx ABC-DEF 0.794 1.000 Increasing 24 15/02/2018 9.98444 78.02934
NH0xxx ABC-DEF 1.000 2.810 Increasing 30 15/02/2018 9.98341 78.03004
NH0xxx ABC-DEF 2.810 4.335 Increasing 26 15/02/2018 9.98341 78.03078
NH0xxx ABC-DEF 4.335 6.666 Increasing 24 15/02/2018 9.96328 78.04160

1.13 Pavement composition


The following table lists the fields which need to be populated for the
‘Pavementcomposition’ attribute. The descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Start Chainage Chainage of the start point (in km)
End Chainage Chainage of the end point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)

133
National Highways Authority of India RFP for IE during O&M Period

Pavement Type Type of pavement


• Asphalt
• Cement concrete
Bituminous Surface Type of bituminous surface course
Course Type
Bituminous Surface Thickness of BSC layer in mm
CourseThickness(MM)
BSC Construction Year of construction of BSC layer
Year in flexiblePavements
Bituminous BaseCourse Type of bituminous base course
Type
Bituminous BaseCourse Thickness of BBC layer in mm
Thickness
BBC ConstructionYear Year of construction of BBC layer
in flexiblePavements
Granular Base Type Type of granular base
Granular BaseThickness Thickness of GB layer in mm
BBC ConstructionYear Year of construction of BBC layer
in flexiblePavements
Granular Base Type Type of granular base
Granular BaseThickness Thickness of GB layer in mm
BBC ConstructionYear Year of construction of BBC layer
in flexiblePavements
Granular Base Type Type of granular base
Dry Lean Concrete Thickness of DLC layer in mm
Thickness (MM)
Dry Lean ConcreteType Type of dry lean concrete
DLC ConstructionYear Year of construction of DLC layer
in rigidPavements
Granular Sub Base Type of granular sub base
Type
Granular Sub Thickness of GSB layer in mm
BaseThickness
GSB ConstructionYear Year of construction of GSB layer
Design CBR DesignCBR Design CBR of the
subgrade, expressed in %
Survey Date Date of survey in the format <DD-
MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

134
National Highways Authority of India RFP for IE during O&M Period

A sample output is shown below for reference

PavementType

BaseThickness
StartChainAge

SurfaceCourse

SurfaceCourse
EndChainAge

Construction

Construction
SectionCode

BaseCourse

BaseCourse
Bituminous

Bituminous

Bituminous

Bituminous
Thickness

Thickness

BaseType
Direction

Granular

Granular
NH No.

Type

Type
Year

Year
BBC
BSC
ABC- Both
NH0xxx 0.0 5.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
DEF Side
ABC- Both
NH0xxx 5.0 11.0 Asphalt BC 40.0 2015 DBM 80 2015 WMM 250
DEF Side
ABC- Both
NH0xxx 11.0 20.0 Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
DEF Side
ABC- Both
NH0xxx 20.0 22.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
DEF Side
ABC- Both
NH0xxx 22.0 30.0 Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
DEF Side
ABC- Both
NH0xxx 30.0 31.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
DEF Side

(Table Continued)

135
National Highways Authority of India RFP for IE during O&M Period

PavementQualityConcrete

ConcreteThickness

Dry LeanConcrete

Dry LeanConcrete

GranularSub Base

GranularSub Base
DLCConstruction
PQCConstruction
PavementQuality

GSBConstruct
Construction

DesignCBR

SurveyDate

Longitude
Thickness

Thickness

ion Year

Latitude
Type
Type

Type
Year

Year
Year
GB

2015 NA NA NA NA NA NA GSB 300 2015 5% 05-05-15 9.99 78.03


2015 NA NA NA NA NA NA GSB 300 2015 5% 05-05-15 9.99 78.03
2015 NA NA NA NA NA NA GSB 300 2015 5% 05-05-15 9.99 78.03
2015 NA NA NA NA NA NA GSB 300 2015 5% 05-05-15 9.99 78.03
2015 NA NA NA NA NA NA GSB 300 2015 5% 05-05-15 9.99 78.03
2015 NA NA NA NA NA NA GSB 300 2015 5% 05-05-15 9.99 78.03

136
National Highways Authority of India RFP for IE during O&M Period

1.14 Carriageway Furniture

The following table lists the fields which need to be populated for the ‘CarriagewayFurniture’
attribute. The descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Chainage Chainage of the start point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)
Wayside Wayside amenities classified into one
AmenityType of the below categories:
• Crash barriers
• Signs
• Street Lights
• Km stone
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

A sample output is shown below for reference

NH Section Chainage Direction Event type Survey Latitude Longitude


Number Code date
Street
NH0xxx ABC-DEF 0.012 Increasing Light Start 03-01-16 9.98897 78.02671

Street
NH0xxx ABC-DEF 0.287 Increasing 03-01-16 9.98444 78.02934
Light Start
NH0xxx ABC-DEF 2.491 Decreasing Road Sign 03-01-16 9.98341 78.03004
NH0xxx ABC-DEF 2.708 Decreasing Road Sign 03-01-16 9.98341 78.03078
NH0xxx ABC-DEF 3.496 Increasing Road Sign 03-01-16 9.96328 78.04160
NH0xxx ABC-DEF 5.160 Increasing Road Sign 03-01-16 9.95385 78.05255
NH0xxx ABC-DEF 5.356 Decreasing Road Sign 03-01-16 9.93102 78.05648
NH0xxx ABC-DEF 8.402 Decreasing Road Sign 03-01-16 9.91229 78.04961
10.966
NH0xxx ABC-DEF Decreasing Road Sign 03-01-16 9.89041 78.03458

137
National Highways Authority of India RFP for IE during O&M Period

1.15 Wayside Amenities

The following table lists the fields which need to be populated for the ‘WaysideAmenities’
attribute. The descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Chainage Chainage of the start point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)
Wayside Amenity Wayside amenities classified into one
of the below categories:
• Bus shelter;
• Culverts;
• Restaurant/Motel;
• Toilet/Public convenience;
• Rest Rooms for short stay;
• 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>
Data Source
Remarks
Latitude Latitude of survey point
Longitude Longitude of survey point

A sample output is shown below for reference

NH Section Chainage Direction Event type Survey date Latitude Longitude


Number Code
ABC-
NH0xxx 0.650 Increasing Restaurant/Motel 05-01-16 9.98897 78.02671
DEF
ABC-
NH0xxx 1.998 Increasing Restaurant/Motel 05-01-16 9.98444 78.02934
DEF
ABC- Increasing
NH0xxx 5.524 Petrol Pump 05-01-16 9.98341 78.03004
DEF
Increasing
ABC-
NH0xxx 11.413 Restaurant/Motel 05-01-16 9.98341 78.03078
DEF

138
National Highways Authority of India RFP for IE during O&M Period

1.16 Land Use

The following table lists the fields which need to be populated for the ‘Land Use’attribute.
The descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Start Chainage Chainage of the start point (in km)
End Chainage Chainage of the start point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)
Land Use Land use classified into one of the Commercial
below categories:
• Residential;
• Commercial;
• Industrial;
• Agricultural;
• Water bodies;
• Mixed.
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

A sample output is shown below for reference

NH Section Start Ending Direction ROW Survey Latitude Longitude


Number Code Chainage Chainage Width date
NH0xxx ABC-DEF 0.000 0.797 Increasing Mixed 03-01-16 9.98897 78.02671
NH0xxx ABC-DEF 0.511 0.000 Decreasing Mixed 03-01-16 9.98444 78.02934
NH0xxx ABC-DEF 0.797 2.699 Increasing Mixed 03-01-16 9.98341 78.03004
NH0xxx ABC-DEF 0.835 0.511 Decreasing Mixed 03-01-16 9.98341 78.03078
NH0xxx ABC-DEF 0.987 0.835 Decreasing Mixed 03-01-16 9.96328 78.04160
Agriculture
NH0xxx ABC-DEF 1.641 0.987 Decreasing 9.95385 78.05255
03-01-16
Barren
NH0xxx ABC-DEF 2.081 1.641 Decreasing 03-01-16 9.93102 78.05648
Land
NH0xxx ABC-DEF 2.378 2.081 Decreasing Agriculture 03-01-16 9.91229 78.04961
NH0xxx ABC-DEF 2.458 2.378 Decreasing Agriculture 03-01-16 9.89041 78.03458
NH0xxx ABC-DEF 2.699 3.234 Increasing Agriculture 03-01-16 9.88489 78.02995

139
National Highways Authority of India RFP for IE during O&M Period

SECTION 2 - ROAD CONDITION DATA

Road condition data consists of parameters which directly affect maintenancerequirements


of the road. These parameters are dynamic in nature, and therefore asurvey to update this
dataset shall be conducted annually for FWD testing and everysix months as per Annexure
IV for network survey vehicle testing. The first surveyshall be conducted within 30 days of
appointment of the Independent Engineer andthe remaining surveys shall be conducted as
per the defined frequency.
As an example, if majority of highway length (>50%) passes through a state, wheredefined
survey months are May and November, if appointed date is on 1st March, thenthe first
network survey shall be conducted in the month of March within 30 days of appointment
and this shall be considered as the network survey to be conducted inthe month of May. The
2nd survey shall be conducted in the month of November, the3rd survey shall be conducted
in the month of May and so on. As regards FWD, the firsttest/survey shall be conducted in
the month of March within 30 days of appointment.The 2nd test/survey shall be conducted
in March of next year and so on.
The road condition data shall be used to update specific worksheets, which are listedbelow.

2.1 Visual condition


The following table lists the fields which need to be populated for the ‘VisualCondition’
attribute. The descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Start Chainage Chainage of the start point (in km)
End Chainage Chainage of the start point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)
Lane Number Number of the lane: L1, L2, R1, R2, etc., L1 L1
being 1st lane on the left fromcenterline of
carriageway, L2 being 2ndlane on the left from
centerline and so on
Raveling Percent of pavement area affected 2
byraveling, which is converted to
thefollowing rating scale:
• 1 - Very Poor (> 30%)
• 2 - Poor (11-30%)
• 3 - Fair (6-10%)
• 4 - Good (1-5%)
• 5 - Very Good (0%)

140
National Highways Authority of India RFP for IE during O&M Period

Potholes No. of potholes, which is converted to 1


thefollowing rating scale:
• 1 - Very Poor (> 5)
• 2 - Poor (3-5)
• 3 - Fair (2)
• 4 - Good (1)
• 5 - Very Good (0)
Edge Break Pavement area containing edge breaks,which 3
is converted to the following ratingscale:
• 1 - Very Poor (> 5m2)
• 2 - Poor (1-5m2)
• 3 - Fair (0.5-1m2)
• 4 - Good (0-0.5m2)
• 5 - Very Good (0m2)
Cracking Percent of pavement area affected bycracking, 3
which is converted to thefollowing rating
scale:
• 1 - Very Poor (> 30%)
• 2 - Poor (21-30%)
• 3 - Fair (11-20%)
• 4 - Good (5-10%)
• 5 - Very Good (<5%)
Disintegration Percent of pavement area affected 2
bydisintegration, which is converted to the
following rating scale:
• 1 - Very Poor (> 50%)
• 2 - Poor (20-50%)
• 3 - Fair (10-20%)
• 4 - Good (1-10%)
• 5 - Very Good (<1%)
Depression Percent of pavement area affected 5
bydepression, which is converted to
thefollowing rating scale:
• 1 - Very Poor (> 5%)
• 2 - Poor (3-5%)
• 3 - Fair (1-2%)
• 4 - Good (0-1%)
• 5 - Very Good (0)
Bleeding Percent of pavement area affected bybleeding, 3
which is converted to thefollowing rating
scale:1 - Very Poor (> 50%)
• 2 - Poor (20-50%)
• 3 - Fair (10-20%)
• 4 - Good (1-10%)
• 5 - Very Good (<1%)

141
National Highways Authority of India RFP for IE during O&M Period

Patching Percent of pavement area affected bypatching, 4


which is converted to thefollowing rating
scale:
• 1 - Very Poor (> 30%)
• 2 - Poor (16-30%)
• 3 - Fair (6-15%)
• 4 - Good (2-5%)
• 5 - Very Good (<2%)
Drain Condition Condition of the drain, which is converted 2
to the following rating scale:
• 1 – Poor
• 2 – Fair
• 3 – Good
Shoulder Condition of the shoulder, which isconverted Fair
Conditio to the following rating scale:
n • 1 – Poor
• 2 – Fair
• 3 – Good
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

A sample output is shown below for reference

NH Section Start Ending Direction Lane Raveling Potholes Edge Cracking


Number Code Chainage Chainage Number Break
ABC-
NH0xxx 0.000 0.500 Increasing L1 4 4 4 4
DEF
ABC-
NH0xxx 0.500 1.000 Increasing L1 4 4 4 5
DEF
ABC-
NH0xxx 1.000 1.500 Increasing L1 5 5 4 5
DEF
ABC-
NH0xxx 1.500 2.000 Increasing L1 5 5 5 5
DEF
ABC-
NH0xxx 2.000 2.500 Increasing L1 5 5 5 5
DEF
ABC-
NH0xxx 2.500 3.000 Increasing L1 5 5 4 5
DEF
ABC-
NH0xxx 3.000 3.500 Increasing L1 5 5 4 5
DEF
ABC-
NH0xxx 3.500 4.000 Increasing L1 5 4 3 5
DEF
ABC-
NH0xxx 4.000 4.500 Increasing L1 4 4 4 5
DEF

142
National Highways Authority of India RFP for IE during O&M Period

ABC-
NH0xxx 4.500 5.000 Increasing L1 5 5 4 5
DEF
ABC-
NH0xxx 5.000 5.500 Increasing L1 5 5 4 5
DEF
ABC-
NH0xxx 5.500 6.000 Increasing L1 5 5 4 5
DEF
ABC-
NH0xxx 6.000 6.500 Increasing L1 5 5 4 5
DEF
ABC-
NH0xxx 6.500 7.000 Increasing L1 5 5 4 5
DEF
ABC-
NH0xxx 7.000 7.500 Increasing L1 5 5 5 5
DEF
ABC-
NH0xxx 7.500 8.000 Increasing L1 5 5 4 5
DEF
ABC-
NH0xxx 8.000 8.500 Increasing L1 5 5 4 5
DEF
ABC-
NH0xxx 8.500 9.000 Increasing L1 5 5 4 5
DEF
ABC-
NH0xxx 9.000 9.500 Increasing L1 5 5 4 5
DEF
ABC-
NH0xxx 9.500 10.000 Increasing L1 5 5 3 5
DEF

(Table continued)
Disintegration Depression Bleeding Patching Drain Shoulder Date of Latitude Longitude
Condition 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 9.98341 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 2 06-05-17 9.93102 78.05648
4 4 4 4 2 2 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
5 5 5 5 2 2 06-05-17 9.83386 77.97729
5 5 5 5 2 2 06-05-17 9.81804 77.97875
5 5 5 5 2 2 06-05-17 9.77426 77.98129
5 4 4 4 2 2 06-05-17 9.73071 77.97999
5 5 5 3 2 2 06-05-17 9.68686 77.97017

143
National Highways Authority of India RFP for IE during O&M Period

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.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Start Chainage Chainage of the start point (in km)
End Chainage Chainage of the start point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)
LwpIri International roughness index (IRI) of left
wheel path measured from laserProfilometer
RwpIri International roughness index (IRI) of right
wheel path measured from laserprofilometer
LaneIri Average of the International roughnessindex
(IRI) of left and right wheel paths
Speed Speed of vehicle in km/h
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

144
National Highways Authority of India RFP for IE during O&M Period

A sample output is shown below for reference

NH Number Section Start Ending Direction Lane LwpIri RwpIri LaneIri Speed Survey date Latitude Longitude
Code Chainage Chainage Number

NH0xxx ABC-DEF 0.0 0.1 Increasing L1 3.31 5.16 4.24 20 06-05-17 9.98897 78.02671
NH0xxx ABC-DEF 0.1 0.2 Increasing L1 2.81 3.54 3.18 37 06-05-17 9.98444 78.02934
NH0xxx ABC-DEF 0.2 0.3 Increasing L1 2.31 1.92 2.12 42 06-05-17 9.98341 78.03004
NH0xxx ABC-DEF 0.3 0.4 Increasing L1 2.17 2.37 2.27 46 06-05-17 9.98341 78.03078
NH0xxx ABC-DEF 0.4 0.5 Increasing L1 2.11 1.72 1.92 42 06-05-17 9.96328 78.04160
NH0xxx ABC-DEF 0.5 0.6 Increasing L1 2.33 1.97 2.15 49 06-05-17 9.95385 78.05255
NH0xxx ABC-DEF 0.6 0.7 Increasing L1 2.37 2.00 2.19 42 06-05-17 9.93102 78.05648
NH0xxx ABC-DEF 0.7 0.8 Increasing L1 2.15 2.17 2.16 33 06-05-17 9.91229 78.04961
NH0xxx ABC-DEF 0.8 0.9 Increasing L1 2.45 2.05 2.25 32 06-05-17 9.89041 78.03458
NH0xxx ABC-DEF 0.9 1.0 Increasing L1 2.18 2.51 2.35 48 06-05-17 9.88489 78.02995

145
National Highways Authority of India RFP for IE during O&M Period

2.3 Rutting

The following table lists the fields which need to be populated for the ‘Rutting’attribute. The
descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Start Chainage Chainage of the start point (in km)
End Chainage Chainage of the start point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)
Lane Number Number of the lane: L1, L2, R1, R2, etc., L1
being 1st lane on the left fromcenterline of
carriageway, L2 being 2nd laneon the left
from centerline and so on
Rutting Left Rut depth in mm, measured from leftwheel
path
Rutting Right Rut depth in mm, measured from leftwheel
path
RuttingAvg Average rut depth measured from left andright
wheel paths
Speed Speed of vehicle in km/h
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

146
National Highways Authority of India RFP for IE during O&M Period

A sample output is shown below for reference

NH Section Start Ending Direction Lane Rutting Rutting Rutting Speed Survey Latitude Longitude
Number Code Chainage Chainage Number Left Right Avg date
NH0xxx ABC-DEF 0.0 0.5 Increasing L1 15 14 15 20 06-05-17 9.98897 78.02671

NH0xxx ABC-DEF 0.5 1.0 Increasing L1 20 18 19 37 06-05-17 9.98444 78.02934

NH0xxx ABC-DEF 1.0 1.5 Increasing L1 10 8 9 42 06-05-17 9.98341 78.03004

NH0xxx ABC-DEF 1.5 2.0 Increasing L1 5 6 6 46 06-05-17 9.98341 78.03078

NH0xxx ABC-DEF 2.0 2.5 Increasing L1 10 10 10 42 06-05-17 9.96328 78.04160

NH0xxx ABC-DEF 2.5 3.0 Increasing L1 7 5 6 49 06-05-17 9.95385 78.05255

NH0xxx ABC-DEF 3.0 3.5 Increasing L1 20 18 19 42 06-05-17 9.93102 78.05648

NH0xxx ABC-DEF 3.5 4.5 Increasing L1 5 5 5 33 06-05-17 9.91229 78.04961

NH0xxx ABC-DEF 4.5 5.0 Increasing L1 5 5 5 32 06-05-17 9.89041 78.03458

147
National Highways Authority of India RFP for IE during O&M Period

2.4 Texture Depth

The following table lists the fields which need to be populated for the ‘TextureDepth’
attribute. The descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Start Chainage Chainage of the start point (in km)
End Chainage Chainage of the start point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)
Lane Number Number of the lane: L1, L2, R1, R2, etc., L1
being 1st lane on the left fromcenterline of
carriageway, L2 being 2nd laneon the left
from centerline and so on
Texture Left Texture depth of pavement in mm,measured
from left wheel path
Texture Right Texture depth of pavement in mm,measured
from left wheel path
Texture Average Average texture depth measured from leftand
right wheel paths
Speed Speed of vehicle in km/h
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

148
National Highways Authority of India RFP for IE during O&M Period

A sample output is shown below for reference

NH Section Start Ending Direction Lane Texture Texture Texture Speed Survey Latitude Longitude
Number Code Chainage Chainage Number Left Right Average date
NH0xxx ABC-DEF 0.0 0.5 Increasing L1 0.40 0.30 0.35 20 06-05-17 9.98897 78.02671

NH0xxx ABC-DEF 0.5 1.0 Increasing L1 0.60 0.50 0.55 37 06-05-17 9.98444 78.02934

NH0xxx ABC-DEF 1.0 1.5 Increasing L1 0.80 0.90 0.85 42 06-05-17 9.98341 78.03004

NH0xxx ABC-DEF 1.5 2.0 Increasing L1 0.40 0.40 0.4 46 06-05-17 9.98341 78.03078

NH0xxx ABC-DEF 2.0 2.5 Increasing L1 0.30 0.30 0.3 42 06-05-17 9.96328 78.04160

NH0xxx ABC-DEF 2.5 3.0 Increasing L1 0.70 0.60 0.65 49 06-05-17 9.95385 78.05255

NH0xxx ABC-DEF 3.0 3.5 Increasing L1 0.40 0.50 0.45 42 06-05-17 9.93102 78.05648

NH0xxx ABC-DEF 3.5 4.5 Increasing L1 0.90 0.80 0.85 33 06-05-17 9.91229 78.04961

NH0xxx ABC-DEF 4.5 5.0 Increasing L1 0.40 0.30 0.35 32 06-05-17 9.89041 78.03458

149
National Highways Authority of India RFP for IE during O&M Period

2.5 Skid Resistance

The following table lists the fields which need to be populated for the ‘SkidResistance’
attribute. The descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Start Chainage Chainage of the start point (in km)
End Chainage Chainage of the start point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)
Lane Number Number of the lane: L1, L2, R1, R2, etc., L1
being 1st lane on the left fromcenterline of
carriageway, L2 being 2nd laneon the left
from centerline and so on
Skid Left Skid resistance of pavement measured asskid
number, measured from left wheelpath
Skid Right Skid resistance of pavement measured asskid
number, measured from left wheelpath
Skid Average Average skid resistance measured from
leftand right wheel paths
Speed Speed of vehicle in km/h
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

150
National Highways Authority of India RFP for IE during O&M Period

A sample output is shown below for reference

NH Section Start Ending Direction Lane Skid Skid Skid Speed Survey Latitude Longitude
Number Code Chainage Chainage Number Left Right Average date
NH0xxx ABC-DEF 0.0 0.5 Increasing L1 25.0 24.0 24.5 20 06-05-17 9.98897 78.02671

NH0xxx ABC-DEF 0.5 1.0 Increasing L1 23.0 23.0 23.0 37 06-05-17 9.98444 78.02934

NH0xxx ABC-DEF 1.0 1.5 Increasing L1 23.0 24.0 23.5 42 06-05-17 9.98341 78.03004

NH0xxx ABC-DEF 1.5 2.0 Increasing L1 22.0 22.0 22.0 46 06-05-17 9.98341 78.03078

NH0xxx ABC-DEF 2.0 2.5 Increasing L1 20.0 21.0 20.5 42 06-05-17 9.96328 78.04160

NH0xxx ABC-DEF 2.5 3.0 Increasing L1 24.0 24.0 24.0 49 06-05-17 9.95385 78.05255

NH0xxx ABC-DEF 3.0 3.5 Increasing L1 28.0 28.0 28.0 42 06-05-17 9.93102 78.05648

NH0xxx ABC-DEF 3.5 4.5 Increasing L1 21.0 21.0 21.0 33 06-05-17 9.91229 78.04961

NH0xxx ABC-DEF 4.5 5.0 Increasing L1 24.0 24.5 24.5 32 06-05-17 9.89041 78.03458

151
National Highways Authority of India RFP for IE during O&M Period

2.6 Falling Weight Deflectometer (FWD)

The following table lists the fields which need to be populated for the ‘FWD’attribute. The
descriptions of the fields are given below.

NH Number New National Highway number


Section Code Code indicating starting and ending
locations of section
Chainage Chainage of the start point (in km)
Direction Direction of survey
• Increasing (chainage)
• Decreasing (chainage)
Lane Number Number of the lane: L1, L2, R1, R2, etc., L1
being 1st lane on the left fromcenterline of
carriageway, L2 being 2nd laneon the left
from centerline and so on
Air Temperature Air temperature recorded in °C
Surface Temperature of the pavement surface,
Temperature recorded in °C
Peak Load Peak impulse load, measured in kN
Deflection0 Surface deflection at the test load
center, measured in micron
Deflection1 Surface deflection at location 1 from
the test load center, measured in micron
Distance1 Distance of location 1 from the test
load Center
Deflection2 Surface deflection at location 2 from
the test load center, measured in micron
Distance2 Distance of location 2 from the test
load Center
Deflection3 Surface deflection at location 3 from
the test load center, measured in micron
Distance3 Distance of location 3 from the test
load Center
Deflection4 Surface deflection at location 4 from
the test load center, measured in micron
Distance4 Distance of location 4 from the test
load Center
Deflection5 Surface deflection at location 5 from
the test load center, measured in micron
Distance5 Distance of location 5 from the test
load Center
Deflection6 Surface deflection at location 6 from
the test load center, measured in micron
Distance6 Distance of location 6 from the test
load Center

152
National Highways Authority of India RFP for IE during O&M Period

Distance7 Distance of location 7 from the test


load Center
Deflection8 Surface deflection at location 8 from
the test load center, measured in micron
Distance8 Distance of location 8 from the test
load Center
Elastic Modulus Elastic modulus of bituminous layer,
BituminousE1 back calculated in MPa
Elastic Modulus Elastic modulus of granular layer,
GranularE2 back calculated in MPa
Elastic Modulus Elastic modulus of sub grade, back
SubGradeE3 calculated
in MPa
Corrected Elastic Corrected elastic modulus of bituminous
Mod layer in MPa
ulusBituminousE1
Corrected Elastic Corrected elastic modulus of granular
Mod ulus layer in MPa
GranularE2
Corrected Elastic Corrected elastic modulus of sub grade
Mod ulus in MPa
SubGradeE3
Bituminous Layer Thickness of bituminous layer in mm
Base Layer Thickness of base layer in mm
GSB Layer Thickness of GSB layer in mm
Sub grade CBR CBR of sub grade
Bituminous Layer Layer coefficient of the bituminous layer
Coef ficientA1
Base Layer Layer coefficient of the base layer
Coefficient A2
Granular Base Layer coefficient of the GSB layer
Layer
CoefficientA3
Structural Number Structural number of the pavement
Modified Structural Modified structural number including
Number contribution from sub grade
Survey Date Date of survey in the format <DD-MM-YY>
Latitude Latitude of survey point
Longitude Longitude of survey point

153
National Highways Authority of India RFP for IE during O&M Period

A sample output is shown below for reference

NH Section Chainage Direction Lane Air Surface Peak Deflection Deflection 1 Location 1 Deflection 2
Number Code Number Temperature Temperature Load 0
NH0xxx ABC-DEF 0.500 LHS R2 32.6 43.7 45.7 333 188 300 243
NH0xxx ABC-DEF 1.000 RHS L1 29.9 32.6 45.4 317 163 300 217
NH0xxx ABC-DEF 1.500 LHS R1 33.0 39.3 45.7 246 110 300 153
NH0xxx ABC-DEF 2.000 RHS L2 28.7 32.4 46.0 293 130 300 187
NH0xxx ABC-DEF 2.500 LHS R2 33.7 45.8 45.3 429 232 300 316
NH0xxx ABC-DEF 3.000 RHS L1 29.0 33.0 45.7 343 204 300 252
NH0xxx ABC-DEF 3.500 LHS R1 33.5 45.4 44.5 373 194 300 268
NH0xxx ABC-DEF 4.000 RHS L2 28.9 33.5 45.0 348 201 300 254
NH0xxx ABC-DEF 4.500 RHS R2 33.3 40.0 46.0 393 241 300 301

(Table continued)

Location Deflection Location Deflection Location Deflection Location Deflection Location Deflection Location Deflection
2 3 3 4 4 5 5 6 6 7 7 8
600 180 900 128 1200 102 1500 75 1800 58 2100 42
600 158 900 104 1200 70 1500 48 1800 38 2100 28
600 110 900 76 1200 59 1500 44 1800 35 2100 28
600 126 900 81 1200 62 1500 44 1800 32 2100 23
600 227 900 152 1200 116 1500 86 1800 71 2100 58
600 196 900 144 1200 117 1500 85 1800 65 2100 48
600 187 900 118 1200 83 1500 47 1800 31 2100 22
600 198 900 135 1200 105 1500 64 1800 42 2100 26
600 231 900 162 1200 123 1500 82 1800 62 2100 46

154
National Highways Authority of India RFP for IE during O&M Period

(Table continued)

Location Elastic Elastic Elastic Corrected Corrected Corrected Bituminous Base GSB Subgrade
8 Modulus Modulus Modulus Elastic Elastic Elastic Layer Layer Layer CBR
BituminousE1 GranularE2 SubGradeE3 Modulus Modulus Modulus
BituminousE1 GranularE2 SubGradeE3
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 3359 396 90 3424 300 69 105 230 200 0.08
2400 4830 226 100 4770 169 78 105 230 200 0.08
2400 4570 137 97 4781 93 75 105 230 200 0.08
2400 8454 135 100 8374 91 78 105 230 200 0.08
2400 4394 165 100 4590 117 78 105 230 200 0.08
2400 7817 139 96 7762 95 74 105 230 200 0.08
2400 7666 123 95 7847 81 73 105 230 200 0.08

(Table continued)

Bituminous Layer Base Layer Granular Base Structural Modified Survey Latitude Longitude
Coefficient A1 CoefficientA2 Layer Coefficient Number Structural Date
A3 Number
0.45 0.13 0.13 3.68 4.82 06-05-17 9.98897 78.02671
0.42 0.13 0.13 3.56 4.70 06-05-17 9.98444 78.02934
0.36 0.17 0.17 3.86 4.85 06-05-17 9.98341 78.03004
0.41 0.14 0.14 3.65 4.79 06-05-17 9.98341 78.03078
0.41 0.11 0.11 3.24 4.34 06-05-17 9.96328 78.04160
0.49 0.11 0.11 3.58 4.72 06-05-17 9.95385 78.05255
0.40 0.12 0.12 3.34 4.48 06-05-17 9.93102 78.05648
0.48 0.12 0.12 3.67 4.75 06-05-17 9.91229 78.04961
0.48 0.11 0.11 3.53 4.59 06-05-17 9.89041 78.03458

155
National Highways Authority of India RFP for IE during O&M Period

2.7 Falling Weight Deflectometer (FWD) Rigid


The following table lists the fields which need to be populated for the ‘FWD
Rigid’attribute. The descriptions of the fields are given below.
NH Number New National Highway number NH0065
Section Code Code indicating starting and ending HYD-VIJ
locations of section (Hyderabad-
Vijayawada)
Chainage Chainage of the start point (in km) 0.500
Direction Direction of survey Increasing
• Increasing (chainage)
• 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 39.4
Temperatur °C
Peak Load Peak impulse load, measured in kN 103.7
Deflection0 Surface deflection at the test load center,measured 140
in micron
Deflection1 Surface deflection at location 1 from thetest load 110
center, measured in micron
Deflection2 Surface deflection at 300 mm from the testload 121
center, measured in micron
Deflection3 Surface deflection at 600 mm from the testload 108
center, measured in micron
Deflection4 Surface deflection at 900 mm from the testload 101
center, measured in micron
Concrete Slab Thickness of concrete slab, measured inMm 300
Thickness
Area of Area of deflection basin, calculated frommeasured 761
Deflection Basin deflections, in cm2
Radius of Relative Radius of relative stiffness, calculated inMm 823
Stiffness
Normalized Deflectiond1 Normalized deflection at location 1, in mm 3.1
NormalizedDeflectiond2 Normalized deflection at location 2, in mm 2.9
NormalizedDeflectiond3 Normalized deflection at location 3, in mm 2.4
NormalizedDeflectiond4 Normalized deflection at location 4, in mm 1.9
Modulus of Subgrade Modulus of sub grade reaction, measured 131
Reaction (k) in MPa/m
Elastic Modulus ofConcrete Elastic modulus of concrete, calculated 26118
(Ec) in MPa
Cube Strength ofConcrete Cube strength of concrete, calculated 27
(fck) inMPa
Flexural strengthof concrete Flexural strength of concrete, calculated 3.7
(fmr) in MPa
Date Of Testing Date of testing in the format <DD-MM-YY> 06-05-17
Survey Date 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

156
National Highways Authority of India RFP for IE during O&M Period

A sample output is shown below for reference

NH Section Chainage Direction Lane Air Surface Peak Deflection Deflection Deflection 3 Deflection Concrete
Number Code Number Temperature Temperature Load 1 2 4 Slab
Thickness
NH0xxx ABC-DEF 0.0 LHS L2 29.0 34.9 104.1 167 143 130 119 300
NH0xxx ABC-DEF 0.5 RHS R2 30.5 38.1 104.4 141 130 122 115 300
NH0xxx ABC-DEF 1.0 LHS L1 30.0 35.6 105.2 147 111 100 91 300
NH0xxx ABC-DEF 1.5 RHS R1 28.9 38.3 102.4 140 126 116 107 300
NH0xxx ABC-DEF 2.0 LHS L2 30.1 39.4 103.7 140 121 108 101 300
NH0xxx ABC-DEF 2.5 RHS R2 29.0 37.5 104.6 150 134 126 117 300
NH0xxx ABC-DEF 3.0 LHS L1 30.6 38.9 102.7 124 109 104 92 300
NH0xxx ABC-DEF 3.5 RHS R1 29.3 39.1 105.9 149 136 128 119 300
NH0xxx ABC-DEF 4.5 RHS R2 30.3 41.0 104.9 138 127 121 114 300
(Table continued)
Area of Radius Normalized Normalized Normalized Normalized Modulus Elastic Cube Flexural Date Latitude Longitude
Deflection of Deflection Deflection Deflection Deflection of Modulus Strength strength Of
Basin Relative d1 D2 D3 D4 Subgrade of of of Testing
Stiffness Reactionk Concrete Concrete concrete
Ec Fck fmr
759 816 3 3 2 2 112 21590 19 3 25-06-16 9.98897 78.02671
821 1214 3 3 3 2 62 58161 135 8 25-06-16 9.98444 78.02934

157
National Highways Authority of India RFP for IE during O&M Period

(Table continued)

Area of Radius Normalized Normalized Normalized Normalized Modulus Elastic Cube Flexural Date Latitude Longitude
Deflection of Deflection Deflection Deflection Deflection of Modulus Strength strength Of
Basin Relative d1 D2 D3 D4 Subgrade of of of Testing
Stiffness Reactionk Concrete Concrete concrete
Ec Fck fmr
684 580 3 3 2 1 246 12051 6 2 25-06-16 9.98897 78.02671

796 1014 3 3 3 2 87 39783 63 6 28-06-16 9.98444 78.02934

761 823 3 3 2 2 131 26118 27 4 25-06-16 9.98341 78.03004

800 1040 3 3 3 2 79 39908 64 6 28-06-16 9.98341 78.03078

789 971 3 3 2 2 107 41290 68 6 25-06-16 9.96328 78.04160

814 1150 3 3 3 2 66 50086 100 7 28-06-16 9.95385 78.05255

826 1257 3 3 3 2 59 64082 164 9 28-06-16 9.93102 78.05648

158
National Highways Authority of India RFP for IE during O&M Period

SECTION:7. DRAFT FORM OF CONTRACT

Note: This draft Agreement is a generic document and shall be modified based on particulars
of the DBFOT Project.

159
National Highways Authority of India RFP for IE during O&M Period

CONTRACT FOR CONSULTANT’S SERVICES

Between

(Name of Client)

And

(Name of Consultant)

Dated:

160
National Highways Authority of India RFP for IE during O&M Period

CONTENTS
Page No.
I FORM OF CONTRACT
II GENERAL CONDITIONS OF CONTRACT
1. General Provisions
1.1 Definitions
1.2 Relation between the Parties
1.3 Law Governing Contract
1 . 4 La n g u a g e
1.5 Headings
1.6 Notices
1 . 7 Lo c a t i o n
1.8 Authority of Member in Charge
1.9 Authorized Representatives
1.10 Taxes and Duties
2. Commencement, Completion, Modification and Termination of Contract
2.1 Effectiveness of Contract
2.2 Termination of Contract for Failure to Become Effective
2.3 Commencement of Services
2.4 Expiration of Contract
2.5 Entire Agreement
2.6 Modification
2.7 Force Majeure
2.8 Suspension 2.9
Termination
3. Obligation of the Consultants
3.1 General
3.2 Conflict of Interests
3.3 Confidentiality
3.4 Liability of the Consultants
3.5 Insurance to be Taken Out by the Consultants
3.6 Accounting, Inspection and Auditing
3.7 Consultants' Actions Requiring Client's Prior Approval
3.8 Reporting Obligations
3.9 Documents Prepared by the Consultants to Be the Property of the Client
3.10 Equipment and Materials Furnished by the Client
4. Consultants' Personnel and Sub-consultants and or Associates
4.1 General
4.2 Description of Personnel
4.3 Approval of Personnel
4.4 Working Hours, Overtime, Leave, etc.

161
National Highways Authority of India RFP for IE during O&M Period

Removal and/or Replacement of Personnel


4.6 Resident Project Manager
5. Obligations of the Client
5.1 Assistance and Exemptions
5.2 Access to Land
5.3 Change in the Applicable Law
5.4 Services, Facilities and Property of the Client
5 . 5 P a ym e n t
5.6 Counterpart Personnel
6. Payments to the Consultants
6.1 Cost Estimates; Ceiling Amount
6.2 Remuneration and Reimbursable Expenditures
6.3 Currency of Payment
6.4 Mode of Billing and Payment
7. Fairness and Good Faith
7.1 Good Faith
7.2 Operation of the Contract
8. Settlement of Disputes
8.1 Amicable Settlement
8.2 Dispute Settlement

III SPECIAL CONDITIONS OF CONTRACT


I V APP E ND I C ES

Appendix A: Description of the Services


Appendix B: Reporting Requirements
Appendix C: Key Personnel and Sub-consultants
Appendix D: Medical Certificate
Appendix E: Hours of Work for Key Personnel
Appendix F: Duties of the Client
Appendix G: Cost Estimates in Foreign Currency
Appendix H: Cost Estimates in Local Currency
Appendix I: FORM OF PERFORMANCE SECURITY
Appendix J: Form of Bank Guarantee for Advance Payments
Appendix K: Letter of invitation
Appendix L: Letter of Award
Appendix M: Minutes of pre-bid meeting
Appendix N: Memorandum of Understanding between

162
National Highways Authority of India RFP for IE during O&M Period

I FORM OF CONTRACT
COMPLEX TIME BASED ASSIGNMENTS
This CONTRACT (hereinafter called the “Contract”) is made the ____ day of the

Month of ____, 200 ____, 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; NOW THEREFORE the parties hereto hereby agree as follows:
1. The following documents attached hereto shall be deemed to form an
integral part of
this Contract:
(b) The General Conditions of Contract (hereinafter called “GC”)’
(c) The Special Conditions of Contract (hereinafter called “SC”);
(d) The following Appendices:
[Note: If any of these Appendices are not used, the words “Not Used” should
beinserted below next to the title of the Appendix on the sheet attached
heretocarrying the title of that Appendix].

163
National Highways Authority of India RFP for IE during O&M Period

Appendix A : Description of the Services ....................


Appendix B : Reporting Requirements ...........................
Appendix C : Key Personnel and Sub-consultants ..........
Appendix D : Medical Certificate ...................................
Appendix E : Hours of Work for Key Personnel ............
Appendix F : Duties of the Client ..................................
Appendix G : Cost Estimates in Foreign
Currency .
Appendix H : Cost Estimates in Local Currency
Appendix I : Form of Performance Bank Guarantee
Appendix J : Form of Bank Guarantee for Advance Payments
Appendix K : Letter of invitation
Appendix L : Letter of Award
Appendix-M : Minutes of pre-Bid Meeting
Appendix-N : Memorandum of Understanding (in case of JV)

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 accordance with
the Provisions of the Contract.

164
National Highways Authority of India RFP for IE during O&M Period

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

FOR AND ON BEHALF OF [NAME OF THE CLIENT]


By
(Authorized Representative)

FOR AND ON BEHALF OF [NAME OF THE


CONSULTANTS]
By
(Authorized Representative)

[Note: If the Consultants consist of more than one entity, all of these entities should
appear as signatures, e.g. in the following manner]

FOR AND ON BEHALF OF EACH OF THE MEMBERS OF THE CONSULTANTS

[Name of the Member]


By

(Authorized Representative)

[Name of the Member]

By

(Authorized Representative)
etc.

165
National Highways Authority of India RFP for IE during O&M Period

II GENERAL CONDITIONS OF CONTRACT

1. General Provisions
1.1 Definitions
Unless the context otherwise requires, the following terms whenever used in
this Contract have the following meanings:
(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
andeffect pursuant to Clause GC 2.1;
(d) ‘Foreign currency’ means any currency other than the currency of the
Government;
(e) ‘GC means these General Conditions of Contract;
(f) “Government” means the Government of Client’s Country;
(g) ‘Local currency’ means the Indian Rupees;
(h) “Consultant” wherever mentioned in this Contract Agreement means the
“Independent Consultant (IE)” and includes and sub-consultants or Associates
engaged by the primary consultant.
(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;
(k) “Personnel” means persons hired by the Consultants or by any Sub-Consultants
and or Associates as Employees and assigned to the performance of the Services
or any part thereof; “Foreign Personnel” means such persons who at the time of
being so hired had their domicile outside the Government’s Country, “Local
Personnel” means such persons who at the time of being so hired had their
domicile inside the Government’s Country; and ‘key personnel ‘means the
personnel referred to in Clause GC 4.2 (a).
(l) "SC" means the Special Conditions of Contract by which these General
Conditions of Contract may be amended or supplemented;
(m) "Services" means the work to be performed by the Consultants pursuant to his
contract, as described in Appendix A hereto. The scope of work will be strictly as
given in various Clauses in TOR. The approach and methodology to be adopted by
the Consultant for carrying out the assignment as Independent Engineer may be
modified depending on the site requirements and work programmed of the

166
National Highways Authority of India RFP for IE during O&M Period

Concessionaire after mutual discussions with NHAI, the Concessionaire and the
Independent Engineer. The work plan as indicated byte Consultant may be
modified accordingly to the site requirements.
(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.

1.2 Relation between the Parties


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

1.3 Law Governing Contract


This Contract, its meaning and interpretation, and the relation between the Partiesshall
be governed by the Applicable Law.

1.4 Language
This Contract has been executed in the language specified in the SC, which shall bethe
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.
1.6.2 Notice will be deemed to be effective as specified in the SC.
1.6.3 A Party may change its address for notice hereunder by giving the other Party notice
of such change pursuant to the provisions listed in the SC with respect to Clause GC1.6.2.
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.

167
National Highways Authority of India RFP for IE during O&M Period

1.8 Authority of Member in Charge


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 exercisingall the
Consultants' rights and obligations towards the Client under this Contract, including
without limitation the receiving of instructions and payments from the Client.

1.9 Authorized Representatives


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.

1.10 Taxes and Duties


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. NHAI shall reimburse only Goods and service tax on production of
project specific proof of payment of Goods and service tax.

2. Commencement, Completion, Modification and Termination of Contract


2.1 Effectiveness of Contract
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.
2.2 Termination of Contract for Failure to Become Effective
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
knotless 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.
2.3 Commencement of Services
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.
2.4 Expiration of Contract
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.
2.5 Entire Agreement
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 shallot
be bound by or be liable for, any statement, representation, promise or agreement not
set forth herein.

168
National Highways Authority of India RFP for IE during O&M Period

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 Force Majeure

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.
2.7.2 No Breach of Contract
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 reasonable alternative
measures, all with the objective of carrying out the terms and conditions of this
Contract.
2.7.3 Measures to be taken
(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.

169
National Highways Authority of India RFP for IE during O&M Period

2.7.4 Extension of Time


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
During the period of their inability to perform the Services as a result of an event of
Force Majeure, the Consultants shall be entitled to be reimbursed for additional costs
Reasonably and necessarily incurred by them during such period for the purposes of
the Services and in reactivating the Services after the end of such period.
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 inappropriate 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
2.9.1 by the Client
The Client may, by not less than thirty (30) days' written notice of termination to the
Consultants (except in the event listed in paragraph (f) below, for which there shall be
a written notice of not less than sixty (60) days), such notice to be given after the
occurrence of any of the events specified in paragraphs (a) through (h) of this Clause
GC 2.9.1, terminate this Contract.
(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 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;

170
National Highways Authority of India RFP for IE during O&M Period

(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 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:"corrupt practice" means the offering, giving, receiving or soliciting of
anything of value to influence the action of a public official in the selection process
or in contractexecution. “fraudulent practice" means a misrepresentation of facts in
order to influence as election process or the execution of a contract to the detriment
of the Borrower, and includes collusive practice among consultants (prior to or after
submission of proposals) designed to establish prices at artificial noncompetitive
levels and to deprive the Borrower of the benefits of free and open competition.
(h) if Concessionaire represents to NHAI that the Consultant is not discharging his
duties in a fair, efficient and diligent manner and if the dispute remains
unresolved, NHAI may terminate this contract.

2.9.2 By the Consultants


The Consultants may, by not less than thirty (30) days' written notice to the Client,
such notice to be given after the occurrence of any of the events specified in
paragraphs (a) 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 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.
2.9.3 Cessation of Rights and Obligations
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:

171
National Highways Authority of India RFP for IE during O&M Period

(i) such rights and obligations as may have accrued on the date of termination or
expiration;
(ii) the obligation of confidentiality set forth in Clause GC 3.3 hereof;
(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.
2.9.4 Cessation of Services
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
dispatcher 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.

2.9.5 Payment upon Termination


Upon termination of this Contract pursuant to Clauses GC 2.9.1 or GC 2.9.2 hereof,
the Client shall make the following payments to the Consultants (after offsetting
against these payments any amount that may be due from the Consultant to the
Client} :
(a) remuneration pursuant to Clause GC 6 hereof for Services satisfactorily
performed prior to the effective date of termination;
(b) Reimbursable expenditures pursuant to Clause GC 6 hereof for expenditures
actually incurred prior to the effective date of termination; and
(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.

2.9.6 Disputes about Events of Termination


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.

172
National Highways Authority of India RFP for IE during O&M Period

3. Obligation of the Consultants

3.1 General

3.1.1 Standard of Performance


The Consultants shall perform the Services and carry out their obligations hereunder
with all due diligence, efficiency and economy, in accordance with generally accepted
professional techniques and practices, and shall observe sound management practices,
and employ appropriate advanced technology and safe and effective equipment,
machinery, materials and methods" The Consultants shall always" act, in respect of
any matter relating to this Contractor to the Services, as faithful advisers to the Client,
and shall at all times support and safeguard the Client's legitimate interests in any
dealings with Sub consultants or Third Parties.
3.1.2 Law Governing Services
The Consultants shall perform the Services in accordance with the Applicable Law
and shall take all practicable steps to ensure that any Sub- consultants 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 Conflict of Interests


3.2.1 Consultants Not to Benefit from Commissions, Discounts, etc.
The Remuneration of the Consultants pursuant to Clause GC 6 hereof shall constitute
the Consultants' sole remuneration in connection with this Contract or the Services
and, subject to Clause GC 3.2.2 hereof, the Consultants shall not accept for their own
benefit any trade commission, discount or similar payment in connection with
activities pursuant to this Contract or to the Services or in the discharge of their
obligations hereunder, and the Consultants shall use their best efforts to ensure that
any Sub-consultants and or Associates, as well as the Personnel and agents of either of
them, similarly shall not receive any such additional remuneration.
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 (NHAI) 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.
3.2.3 Consultants and Affiliates not to engage in Certain Activities
The Consultants agree that, during the term of this Contract and after its termination,
he 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.
173
National Highways Authority of India RFP for IE during O&M Period

3.2.4 Prohibition of Conflicting Activities


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,
disclose any proprietary or confidential information relating to the Project, the
Services, this Contract or the Client's business or operations without the prior written
consent of the Client.
3.4 Liability of the Consultants
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.

3.5 Insurance to be Taken Out by the Consultants


The Consultants (i) shall take out and maintain, and shall cause any Sub-consultants to
take out and maintain, at their ( or the Sub-consultants', as the case may be) own cost
but on terms and conditions approved by the Client, insurance against the risks, and
for the coverage, 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.

3.6 Accounting, Inspection and Auditing


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.
3.7 Consultants' Actions Requiring Client's Prior Approval
The Consultants shall obtain the Client's prior approval in writing before taking any of
the following actions:

174
National Highways Authority of India RFP for IE during O&M Period

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


("Consultants' Sub-consultants' Key Personnel") merely by title but not by name;
(b) entering into a subcontract for the performance of any part of the Services, it
being understood (i) that the selection of the Sub-consultant and the terms 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
(c) any other action that may be specified in the SC

3.8 Reporting Obligations


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.

3.9 Documents Prepared by the Consultants to Be the Property of the Client


All plans, drawings, specifications, designs, reports, other documents and software
prepared by the Consultants for the Client under this 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.

3.10 Equipment and Materials Furnished by the Client


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. Consultants' Personnel and Sub-consultants and or Associates


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.

175
National Highways Authority of India RFP for IE during O&M Period

4.2 Description of Personnel


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

4.3 Approval of Personnel


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 forth
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.

4.4 Working Hours, Overtime, Leave, etc.


(a) Working hours and holidays for Key Personnel are set forth in Appendix Ehereto.
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

176
National Highways Authority of India RFP for IE during O&M Period

vacation leave except as specified in Appendix E hereto, and except as specified


in such Appendix, the Consultants' remuneration shall be deemed to cover these
items. All leave to be allowed to the Personnel is included in the staff-months of
service set for in Appendix C. Any taking of leave by Personnel shall be subject
to the prior approval by the Client and the Consultants shall ensure that absence
for leave purposes will not delay the progress and adequate supervision of the
Services.

4.5 Removal and/or Replacement of Personnel


(a) Except as the Client may otherwise agree, no changes shall be made in the Key
Personnel. If, for any reason beyond the reasonable control of the Consultants, it
becomes necessary to replace any of the Personnel, the Consultants shall forthwith
provide as a replacement a person of equivalent or better qualifications.
(b) If the Client (i) finds that any of the Personnel has committed serious misconduct
or has been charged with having committed a criminal action, or (ii) has
reasonable cause to be dissatisfied with the performance of any of the Personnel,
then the Consultants shall, at the Client's written request specifying the grounds
therefore, forthwith provide as a replacement a person with qualifications and
experience acceptable to the Client.
(c) Any of the Personnel provided as a replacement under Clauses (a) and (b) above,
the rate of remuneration applicable to such person as well as any reimbursable
expenditures (including expenditures due to the number of eligible dependents)
the Consultants may wish to claim as a result of such replacement, shall be
subject to the prior written approval by the Client. Except as the Client may
otherwise agree, (i) the Consultants shall bear all additional travel and other costs
arising out of or incidental to any removal and/or replacement, and (ii) the
remuneration to be paid to any of the Key Personnel provided as a replacement
shall be 90% of the remuneration which would have been payable to the Key
Personnel replaced. However, for the reason other than death/extreme medical
ground, (i) for total replacementupto 33% of key personnel, remuneration shall be
reduced by 5% (ii) for total replacementup to between 33% to 50%, remuneration
shall be reduced by 10%and (iii) for total replacement up to between 50% to
66%, remuneration shall be reduced by 15% (iv) For total replacements beyond
66% of the key personnel the client shall initiate action of higher
penalty/termination/debarment up to 2years as considered appropriate.
(d) In order to prevent the tendency of the personnel and consulting firm to submit
incorrect and inflated CV, they should sign every page of CV before submission
in order to authenticate that CV furnished by them is correct. The consulting firm
and the personnel through consulting firm should be informed by NHAIwhile
accepting CV of the new personnel that if CV is found in correct andinflated at a
later date, the personnel accepted would be removed from hisassignment and

177
National Highways Authority of India RFP for IE during O&M Period

debarred from further NHAI works for 3 years and the new proposed personnel in
place of removed personnel would be paid 15% less salary than the original
personnel. 15% reduction in the salary will be imposed as a penalty for submitting
the incorrect information. This penalty will be imposed only once. If the same
consulting firm submits incorrect information again second time, necessary action
will be taken by NHAI to black-list that firm.
(e) In case of extension of contract, the Consultant can propose one-time replacement
of each key personnel without attracting any penalty or reduction in remuneration,
subject to approval of the authority taking into consideration the progress of work
at site. Qualifications of replacements shall be better or equivalent to the original
key personnel. Any further replacements willbe governed as per contract
provisions.

4.6 Resident Project Manager


If required by the SC, the Consultants shall ensure that at all times during the
Consultants' performance of the Services in the Government's country a resident
project manager, acceptable to the Client, shall take charge of the performance of such
Services.

5. Obligations of the Client


5.1 Assistance and Exemptions
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;
(e) assist the Consultants and the Personnel and any Sub-consultants and or
Associates employed by the Consultants for the Services from any requirement to
register or obtain any permit to practice their profession or to establish themselves
either individually or as a corporate entity according to the Applicable Law;

178
National Highways Authority of India RFP for IE during O&M Period

(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
(g) Provide to the Consultants, Sub-consultants and or Associates and Personnel any
such other assistance as may be specified in the SC.

5.2 Access to Land


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.
5.3 Change in the Applicable Law
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).

5.4 Services, Facilities and Property of the Client


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
In consideration of the Services performed by the Consultants under this Contract, the
Client shall make to the Consultants such payments and in such manner as is provided
by Clause GC 6 of this Contract.

179
National Highways Authority of India RFP for IE during O&M Period

5.6 Counterpart Personnel


(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.

6. Payments to the Consultants


6.1 Cost Estimates; Ceiling Amount
(a) An estimate of the cost of the Services payable in local currency is set forth in
Appendix H.
(b) Except as may be otherwise agreed under Clause GC 2.6 and subject to
ClauseGC 6.1(c), payments under this Contract shall not exceed the ceilings in
foreign currency and in local currency specified in the SC. The Consultants shall
notify the Client as soon as cumulative charges incurred for the Services have
reached80% of either of these ceilings.
(c) Notwithstanding Clause GC 6.l(b) hereof, if pursuant to clauses GC 5.3,5.4 or5.6
hereof, the Parties shall agree that additional payments in local and/or foreign
currency, as the case may be, shall be made to the Consultants in order to cover
any necessary additional expenditures not envisaged in the cost estimates
referred to in Clause GC 6.1(a) above, the ceiling or ceilings, as the case may be,
set forth in Clause GC 6.1 (b) above shall be increased by the amount or
amounts, as the case may be, of any such additional payments.

6.2 Payment mechanism


(a) Payment of Independent Engineer shall be based on 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. For 2months per year,
report shall be considered to be completed only if detailed equipment-based
inspection report is attached with the monthly report.

(b) Payment shall be based on following criteria

180
National Highways Authority of India RFP for IE during O&M Period

% of annual
Total % of annual
Payment dependent on contract
contract value
value per report
Monthly reports which do not contain
equipment-based inspection report (For
7.5% 75%
10months in a year)
Monthly Status reports which contain
equipment-based inspection report (For
12.5% 25%
2 months in a year)

Note: Annual contract value shall be calculated as = Total contract value divided by number
of years of original contract period
For avoidance of doubt, during 60 months tenure of Consultant, Monthly Reports without
equipment based inspection report shall be submitted for 50 months. Submission of these 50
reports will provide 75% of contract value. Actual payment will be in accordance with
Payments section in General Conditions of Contract and Special Conditions of Contract.
Monthly Status Reports with equipment-based inspection report shall be submitted for 10
months. Submissions of these 10 reports will provide 25% of contract value.
(c) It is mandatory to deploy the key personnel and sub-professional as per the
Man Months input specified in the Terms of Reference.Inadequatedeployment of
key personnel and sub-professional shall lead to deduction in the monthly payment
as per the following table. The key personnel and sub-professional shall be
considered to be inadequately deployed if he/she is not present for at least 90% of
the time stipulated in the month, as per the Man-Month input in the Terms of
Reference in the Deployment Schedule proposed by the firm.

Sr. No Personnel Deduction % in Monthly


payment
1 Team Leader cum Highway Engineer 25%
2 Highway Maintenance cum Resident 30%
Engineer
3 Other key Personnel 25%
4 Sub-professional Staff 20%

For avoidance of doubt, in case the Team Leader Cum Highway Engineer; has not
been made available for 90% of the stipulated time in the month, then only 75% of
the monthly Payment shall be released. In the case of other key personnel (Sr.No.3)
and “Sub-Professional Staff (Sr.no.4)”, the average availability across the group
shall be considered for calculation.

(d) It is mandatory to use all the equipment mentioned in Section 6.4 of TOR for road
inspection surveys. Non-use of equipment in the survey month as specified in
Annexure- IV (Month of survey for equipment-based road condition assessment) can be

181
National Highways Authority of India RFP for IE during O&M Period

considered only in unavoidable circumstances. However,non-use of equipment shall


lead to deduction in monthly payment as per the following table

Sr.No. Equipment to be used Payment to be released (as %


of monthly payment linked to
equipment-based report)
Network Survey Vehicle and laser profilometer
1 50%
(NSV)
2 Falling Weight Reflectometer (FWD) 15%
3 Mobile Bridge Inspection Unit (MBIU) 15%
4 Retro-reflectometer 5%
5 ATCC 15%
Total 100%

For avoidance of doubt, in case no equipment is used in the survey month, then no monthly
payment shall be released. In case, only Network Survey Vehicle is used then 50% of
monthly payment (which is 50% of 12.5% of annual contract value) shall be released.
Payment linked to equipment-based report shall be released only on completion of
equipment-based road inspection and submission of equipment-based report.

(e) The consultant can use the equipment during next 3 months of survey month. However,
10% penalty per month shall be imposed for delay in use of equipment. Thus, payment
linked to the specific equipment shall be released after deducting 10% penalty per month.
In case 1 or more equipment is not used during next 3 months of survey month, then this
shall be treated as Breach of Contract and performance security shall be liable to be
forfeited.
(f) 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.
(g) Payment during Extension of services- In case of extension of contract, payment shall
be governed by the similar criteria as applicable for contract duration i.e. 7.5% for
monthly reports which do not include equipment-based inspection and 12.5% for
monthly reports which include equipment-based inspection.

6.3 Currency of Payment


(a) Local currency payments shall be made in the currency of the Government.

6.4 Mode of Billing and Payment


Billing and payments in respect of the Services shall be made as follows:
(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 ofa bank

182
National Highways Authority of India RFP for IE during O&M Period

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. Separate monthly
statements shall be submitted in respect of amounts payable in foreign currency
and in local currency.

(c) 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) 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 be paid in
accordance with this Clause in excess of the amounts actually payable in
accordance with the provisions of this Contract shall be reimbursed by the
Consultants to the Client within thirty, (30) days after receipt by the Consultants of
notice thereof. Any such claim by the Client for reimbursement must be made
within twelve (12) calendar months after receipt by the Client of a final report and
a final statement approved by the Client in accordance with the above.
(e) All payments under this Contract shall be made to the account of the Consultants
specified in the SC.

7. Fairness and Good Faith


7.1 Good Faith
The Parties undertake to act in good faith with respect to each other's rights under this
Contract and to adopt all reasonable measures to ensure the realization of the
objectives of this Contract.

183
National Highways Authority of India RFP for IE during O&M Period

7.2 Operation of the 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
ofthis 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
8.1 Amicable Settlement
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 Dispute Settlement


Any dispute between the Parties as to matters arising pursuant to this Contract which
cannot be settled amicably within thirty (30) days after receipt by one Party of the
other Party's request for such amicable settlement may be submitted by either Party for
settlement in accordance with the provisions specified in the SC.

9 Fake CV
If any case of fake/incorrect/inflated CV is found, it shall be dealt with very severely
and would result in all possible penal action including blacklisting from future projects
of NHAI. This would also apply even when the consulting firm is not successful
ingetting the assignment. In case CV of a person is turned out to be
fake/incorrect/inflated during the assignment, the consultancy firms will have to refund
the salary and perks drawn including interest @12% per annum in respect of the
person apart from other consequences. In addition to above, 10% of the salary and
perks to be refunded shall be recovered from the Firm as penalty.

184
National Highways Authority of India RFP for IE during O&M Period

III SPECIAL CONDITIONS OF CONTRACT

GC Clause
A. Amendments of, and Supplements to, Clauses in the General Conditions of
Contract
1.1(a) The words “in the Government’s country” are amended to read “in INDIA”
1.4 The language is: English
1.6.1 The addresses are:

Client: National Highways Authority of India


3A & 3B, 2nd Floor, Amul Building,
Nr. Dena Bank, Vejalpur Road, Jivraj
Park, Ahmedabad – 380051

Attention: Shri. D.S. Zodge


Deputy General Manager
Cable address:
Telex:- 079-26821062
e-mail: [email protected]

Consultants: Attention:
Cable
address:
Telex
Facsimile
[Note’: Fill in the Blanks]

1.6.2 Notice will be deemed to be effective as follows:


(a) in the case of personal delivery or registered mail, on delivery;
(b) in the case of telexes, 24 hours following confirmed transmission;
(c) in the case of telegrams, 24 hours following confirmed transmission; and
(d) in the case of facsimiles, 24 hours following confirmed transmission.

1.8 The Regional Officer in Charge is: Shri Ashutosh Gautam


(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)

1.9 The Authorized Representative are:

For the Client: Project Director PIU Ahmedabad

185
National Highways Authority of India RFP for IE during O&M Period

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.
2.1 The effectiveness conditions are the following:
(i) Approval of the Contract by the client
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 60 months
3.4 Limitation of the Consultants' Liability towards the Client
(e) 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:
(i) for any indirect or consequential loss or damage; and
(ii) Consultant will maintain at its expenses; Professional Liability Insurance
including coverage for errors and omissions caused by Consultant’s
negligence in the performance of its duties under this agreement, (A)For the
amount not exceeding total payments for Professional Fees and Reimbursable
Expenditures made or expected to be made to the Consultants hereunder OR
(B) the proceeds, the Consultants may be entitled to receive from any
insurance maintained by the Consultants to cover such a liability, whichever
of (A) or (B) is higher.
(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 “Anyone
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.
(v) If the Consultant enters into an agreement with NHAI in a joint venture or ‘in
association’, the policy must be procured and provided to NHAI by the joint
venture/in association entity and not by the individual partners of the joint
venture/association.
(vi) The contract may include a provision thereby the Consultant does not cancel
the policy midterm without the consent of NHAI. The insurance company
may provide an undertaking in this regard.

186
National Highways Authority of India RFP for IE during O&M Period

(f) 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.
(g) 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.

3.5 The risks and the coverage shall be as follows


(h) Third Party motor vehicle liability insurance as required under Motor Vehicles Act,
1988 in respect of motor vehicles operated in India by the Consultants or their
Personnel or any Sub-consultants or their Personnel for the period of consultancy.
(i) Third Party liability insurance with a minimum coverage, of Rs.1.0 million for the
period of consultancy.
(j) Professional liability insurance as per 3.4 (a) (ii) of SC of the consultancy, witha
minimum coverage equal to estimated remuneration and reimbursable.
(k) Employer's liability and workers' compensation insurance in respect of the Personnel of
the Consultants and of any Sub-consultant, in accordance with the relevant provisions
of the Applicable Law, as well as, with respect to such Personnel, any such life, health,
accident, travel or other insurance as may be appropriate; and
(l) Insurance against loss of or damage to (i) equipment purchased in whole or in part with
funds provided under this Contract, (ii) the Consultants' property used in the
performance of the Services, and (iii) any documents prepared by the Consultants in
the performance of the Services.

3.7(c) The other actions are


"(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."
6.1(b) The amount payable in foreign currency or currencies is: ________________
The ceiling in local currency is: ________________
6.2(a) "Payments made in accordance with Clause GC 6:2(a) in local currency shall be
adjusted as follows:
(i) Annual contract value shall be adjusted every twelve (12) months (and, the first
time, applicable for the Annual contract value to be computed in the 13thcalendar
month after the date of the contract) by 5% per annum. Thus, Annual contract
value in second year shall be 105% of Annual contract value in first year, so on
and so forth.

187
National Highways Authority of India RFP for IE during O&M Period

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.

6.4(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) & foreign currency (US dollar) 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 installments against
the statements for the first 12months of the Service until the advance payment
has been fully set off.
2) The bank guarantee shall be in the amount and in the currency of the foreign and
local currency portion of the advance payment.
3) Interest rate shall be 10% per annum (on outstanding amount) for local currency
including converted foreign component into local currency.

6.4(c) The interest rate is 6% per annum for local currency.

6.4(e) The accounts are:

Fo r fo r e i gn
Currency:
For local currency:

[Note: Insert account number, type of account and name and address of the Bank]

8.2 Disputes shall be settled by arbitration in accordance with the following provisions:

8.2.1 Selection of Arbitrators


Each dispute submitted by a Party to Arbitration shall be heard by a sole arbitrator.
NHAI shall within 30 days propose names of five (5) Arbitrators from the list of
Arbitrators maintained by SAROD (Society for Affordable Redressed of Disputes) and
Consultant shall within 30 days select one name from the list of five and the name so
selected by the Consultant shall be the Sole Arbitrator for the matter in dispute. Incase
NHAI delays in providing the list of 5 names, President, SAROD will provide 5names
within 30 days of receipt of reference from aggrieved party in this regard. In case the
Consultant fails in selecting one from the list of five, President, SAROD shall select one
from the list of five provided by NHAI within 30 days of receipt of reference from
aggrieved party in this regard.

188
National Highways Authority of India RFP for IE during O&M Period
8.2.2 Rules of Procedure

Arbitration proceedings shall be conducted in accordance with the procedures of the


Arbitration and Conciliation (Amendment) Act, 2015 of India unless the Consultant is a
foreign national/ firm, where arbitration proceedings shall be conducted in accordance with the
rules of procedure of arbitration of the United Nations Commission on International Trade Law
(UNCITRAL) as in force on the date of this Contract.

8.2.3 Substitute Arbitrators


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.

8.2.4 Qualifications of Arbitrators


The list of five and the sole arbitrator selected pursuant to Clause 8.2.1 hereof shall be
expert(s) with extensive experience in relation to the matter in dispute.

8.2.5 Miscellaneous
In any arbitration proceeding hereunder:
(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) Fee structure shall be as given below:

189
National Highways Authority of India RFP for IE during O&M Period

Particulars of fee and Schedule Amount payable per Arbitrator / per


Sr.No.
other charges case
Rs.25,000/- per day
Or
Rs.7 lakhs (lump-sum) subject to publishing the Award
within 6 months.
Or
1 Arbitrator fee
Rs.5 lakhs (lump-sum) subject to publishing the Award
after 6 months but before 12 months.
Note:- The amount of fees already paid for the days
of hearing @ Rs.25,000/- would be adjusted in the
lump- sum payment.
Rs.25,000/- per Arbitrator per case including
2 Reading Charges
counter claim.
Secretarial Assistance
and Incidental Charges
3 Rs.20,000/-
(telephone, fax,
postageetc.)
Charges for Publishing /
4 Rs.35,000/-
declaration of the Award
Other expenses (As per actual against bills subject to maximum of the
5
prescribed ceiling given below)
Economy class (by air), First class AC (by train)
and AC car (by road)
Traveling Expenses (a) Rs.15,000/- per day (Metro cities)
Lodging and Boarding (b) Rs.7,000/- per day (in other cities)
(c) Rs.3,000/- per day, if any Arbitrator
makes own arrangement.
6 Local Travel Rs.1,500/- per day
Extra charges for days
other than hearing /
7 Rs.5,000/- per day for outstation Arbitrator
meeting days(maximum
for 2 days)
1. Lodging, boarding and travelling expenses shall be allowed only for
those members who are residing 100 kms. away from place of meeting.
Note
2. Delhi, Mumbai, Chennai, Kolkata, Bangalore and Hyderabad shall be
considered as Metro Cities.

190
National Highways Authority of India RFP for IE during O&M Period

IV APPENDICES

Appendix A: Description of the Services

[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.]

Details as per TOR


Appendix B: Reporting Requirements

[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".]

Please refer TOR


Appendix C: Key Personnel and Sub-consultants

[List under: C-l 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.
C-2 Same information as C-l for Key local Personnel.
C-3 Same as C-l for Key foreign Personnel to be assigned to work outside India.
C-4 List of approved Sub-consultants [if already available]; same information with
respect to their Personnel as in C-l through C-4)

Appendix D: Medical Certificate

[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. "]

Appendix E: Hours of Work for Key Personnel


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 Gazette 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 respect of foreign personnel, one day per trip as travel time from and to the country of
the Government shall be allowed.

191
National Highways Authority of India RFP for IE during O&M Period

Please refer TOR

Appendix F: Duties of the Client

(a) Access to the quality control laboratory for performing various types of tests, which
will be provided by the concessionaire including the testing personnel.
(b) RFQ, RFP, Concession Agreement, Bid submission, Site Data and information for
field surveys and investigations
(c) Detailed Work plan and Programme for Operation and Maintenance of Project
Highway from Concessionaire.
(d) Quality Assurance Plan and Quality Control Procedures from the Concessionaire.
(e) All the reports and necessary data as per the reporting obligation of concessionaire
under the concession Agreement.
(f) Necessary letters, which will be required for Visa’s of foreign personnel and
procuring other services by the consultant for performing project services.

Please refer TOR

Appendix G: Cost Estimates in Foreign

Currency List here under cost estimates in foreign currency:

1. Monthly rates for foreign Personnel (Key Personnel and other Personnel)

2. Reimbursable / Rental / Fixed expenditures:


(a) Per diem allowances.
(b) Air transport for foreign Personnel.
(c) Air transport for dependents.
(d) Transport of personal effects.
(e) International communications.
(f) Printing of documents specified in Appendices A and B hereof
(g) Acquisition of specified equipment and materials to be imported by theConsultants
and to be paid for by the Client (including transportation toIndia).
(h) Other foreign currency expenditures, like use of computers, foreign training
ofClient's staff, various tests, etc.

192
National Highways Authority of India RFP for IE during O&M Period

Appendix H: Cost Estimates in Local Currency

List hereunder cost estimate in local currency:

1. Monthly rates for local Personnel (Key Personnel and other Personnel)
2. Reimbursable / Rental / Fixed expenditures as follows:
(a) Per diem rates for subsistence allowance for foreign short-term Personnel plus
estimated totals.
(b) Living allowances for long-term foreign Personnel, plus estimated totals.
(c) Cost of local transportation.
(d) Cost of other local services, rentals, utilities, etc.

193
National Highways Authority of India RFP for IE during O&M Period

Appendix I: FORM OF PERFORMANCE SECURITY

(PERFORMAMANCE BANK

GUARANTEE) (Clause-20 of TOR)

To
The Chairman,
National Highways Authority of India, G-5 & 6, Sector-10,
Dwarka,
New Delhi –110 075
India
WHEREAS __________________________________________________________ [Name
and address of Consultants] 1 (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
presenting us 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.

194
National Highways Authority of India RFP for IE during O&M Period

The guarantor/bank hereby confirms that it is on the SFMS (Structural Finance Messaging
System) platform & an advice of this Bank Guarantee has been sent to the designated bank of
NHAI as per following details.

This guarantee shall also be operatable at our __________________ Branch at


, from whom, confirmation regarding the issue of this guarantee or
extension / renewal thereof shall be made available on demand. In the contingency of this
guarantee being invoked and payment there under claimed, the said branch shall accept such
invocation letter and make payment of amounts so demanded under the said invocation."
Notwithstanding anything contained herein before, our liability under this guarantee is
restricted to Rs. ___________ (Rs. _____________) and the guarantee shall remain valid till -
-------- Unless a claim or a demand in writing is made upon us on or beforeall our
liability under this guarantee shall cease.
This guarantee shall be valid for a period of 62 months i.e. up to 2 months beyond the expiry
of contract of 60 months.
Signature and Seal of the Guarantor

In presence of
Name and Designation___________________________ 1.
(Name, Signature & Occupation)
Name of the Bank
Address 2.

(Name & Occupation) Date


1.
Give names of all partners if the Consultants is a Joint Venture.

195
National Highways Authority of India RFP for IE during O&M Period

Appendix A: Form of Bank Guarantee for Advance Payments

(Reference Clause 6.4 (a) of Contract)


(To be stamped in accordance with Stamp Act, if any, of the country of issuing bank)
Ref:
Bank Guarantee:
Date: __
Dear Sir,
In consideration of M/s. _______________________________ (hereinafter referred as the
"Client", which expression shall, unless repugnant to the context or meaning thereof include
it successors, administrators and assigns) having awarded to M/s.
________________________ (hereinafter referred to as the "Consultant" which expression
shall unless repugnant to the context or meaning thereof, include its successors,
administrators, executors and assigns), a contract by issue of client's Contract Agreement
No. _____________ dated _________________ and the same having been unequivocally
accepted by the Consultant, resulting in a Contract valued at _____________________ for
_______________ Contract (hereinafter called the "Contract")
(Scope of work)
and the Client having agreed to make an advance payment to the Consultant for
performance of the above Contract amounting to (in words and figures) as an advance
against Bank Guarantee to be furnished by the Consultant.
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

196
National Highways Authority of India RFP for IE during O&M Period

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.
The Bank also agrees that the Client at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance without proceeding against the
Consultant and notwithstanding any security or other guarantee that the Client may have in
relation to the Consultant's liabilities.
The guarantor/bank hereby confirms that it is on the SFMS (Structural Finance Messaging
System) platform & an advice of this Bank Guarantee has been sent to the designated bank of
NHAI as per following details.
This guarantee shall also be operatable at our _________________ Branch at
, from whom, confirmation regarding the issue of this guarantee or extension / renewal
thereof shall be made available on demand. In the contingency of this guarantee being
invoked and payment there under claimed, the said branch shall accept such
invocation letter and make payment of amounts so demanded under the said
invocation."

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.
Dated this _________________ day of ____________ 2018_____________ at
WITNESS
____________________________ (signature)
(Signature)

(Name)
(Name)

197
National Highways Authority of India RFP for IE during O&M Period

(Official Address) Designation (with Bank stamp) Attorney as per Power of


Attorney No. __________________________
Dated

Strike out, whichever is not applicable.


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.

198
National Highways Authority of India RFP for IE during O&M Period

Appendix K: Letter of invitation

Appendix L: Letter of Award

Appendix M: Minutes of pre-bid meeting

199
National Highways Authority of India RFP for IE during O&M Period

Appendix N: Memorandum of Understanding between

And

Whereas National Highways Authority of India (hereinafter called NHAI) has invited
proposal for appointment of Independent Engineer for (Name of project) hereinafter called
the Project.

And Whereas _________________ (Lead Partner) and ________________ JV


partner/s have agreed to form a Joint Venture to provide the said services to NHAI
as Independent Engineer; and

Now, therefore, it is hereby agreed by and on behalf of the partners as follows:


(i) will be the lead partner and _______________ will be the
otherJV partner/s.
(ii) (Lead partner) shall be the in charge of overall
administration of contract and shall be authorized representative of all JVpartners
for conducting all business for and on behalf of the JV during the bidding process
and subsequently, represent the joint venture for and onbehalf of the JV for all
contractual matters for dealing with theNHAI/Concessionaire if Consultancy
work is awarded to JV.
(iii) All JV partners do hereby undertake to be jointly and severely responsible forall
the obligation and liabilities relating to the consultancy work and in accordance
with the Terms of Reference of the Request for Proposal for the Consultancy
Services.
(iv) Subsequently, if the JV is selected to provide the desired consultancy services, a
detailed MOU indicating the specific project inputs and role of each
partner/salong with percentage sharing of cost of services shall be submitted to
NHAI(Consultant may submit the detailed MOU along with percentage sharing of
cost at the time of bidding also).

For ____________________________ (Name of Lead partner)

Managing Director/Head of the Firm


Address

For ___________________________ (Name of JV partner/s)

Managing Director/Head of the Firm

200
National Highways Authority of India RFP for IE during O&M Period

PROCEDURE UNDER E-TENDERING INSTRUCTIONS TO

APPLICANTS (Note: RFP stands modified to the extent required as per these

instructions). DEFINITIONS

NHAI e-Procurement Portal: An e-tendering portal of National Highways Authority of


India (“NHAI”) introduced for the process of e-tendering which can be accessed on
https://etenders.gov.in

Words in capital and not defined in this document shall have the same meaning as in
the Request for Qualification (“RFP”).

1. ACCESSING/PURCHASING OF BID DOCUMENTS:


(i) It is mandatory for all the Applicants to have Class-III digital signature certificate
(with both Signing and Encryption certificate) (in the name of person who will
sign the Application) from any of the licensed certifying agency(“CA”)
[Applicants can see the list of licensed CAs from the linkwww.cca.gov.in] to
participate in e-tendering of NHAI. The authorized signatory holding Power of
Attorney shall only be the Digital signatory. In case authorized signatory holding
Power of Attorney and Digital Signatory are not the same, the bid shall be
considered non-responsive.

(ii) RFP can be viewed/downloaded free of cost w.e.f 09/12/2019 till 15/01/2020
up to 11:00 hours.

Following may be noted:


(a) Applications can be submitted only during the validity of registration with
thehttps://etenders.gov.in.
(b) The amendments/clarifications to the RFP, if any, will be posted on the
NHAI website.
(iii) To participate in bidding, Applicants have to pay a sum of Rs. 5,000/- (Rs. Five
thousand only) as a cost of the RFP (non-refundable) to “National Highways
Authority of India” through online payment only.

(iv) If the Applicant has already registered with thehttps://etenders.gov.in and validity
of registration has not expired, then such Applicant does not require fresh
registration.

2. PREPARATION AND SUBMISSION OF APPLICATIONS:

201
National Highways Authority of India RFP for IE during O&M Period

A. 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.
B. The following shall be the form of various documents in the Application:
(I) Technical Proposal {Only Electronic Form (to be uploaded on the E-tendering portal
of Employer)}
(a) Proof of online payment for cost of tender documents.
(b) Copy of Bid Security Bank Guarantee (c )
Copy of Power of Attorney for signing the Bid
(d) Copy of the Power of Attorney for Lead Member of JV, if any
(e) Copy of joint bidding agreement for JV( Memorandum of Understanding between
JV partners), if applicable
(f) Copy of Integrity Pact
(g) Copy of experience certificate apostle at foreign, if any
(h) Copy of Memorandum of Understanding with Associate, if applicable.
(i) Firms credentials as per format prescribed in SECTION-3 OF RFP. (The details
are to be submitted through INFRACON only)
(j) Technical proposal as per format prescribed in SECTION-4 OF RFP. (The details
are to be submitted through INFRACON only.)
II) Financial proposal as per format prescribed in section – 5 of RFP
(III) Bidders have to comply with the OM No. 13030/09/2008-vig dated 28th January,
2013(copy enclosed) regarding Integrity pact.
(C ) All the bidders shall submit the Originals of all the documents listed at para 4.1 B (I) (b),
(c), (d), (e), (f) & (g) above after declaration of bid evaluation result by Authority.

Note:
(i) The Applicant shall upload scanned copies of the Technical Proposal and
Financial Proposal as specified in point nos. 4.1 (B) (I) ,(II), (III) & (IV) above
on the E-tendering portal of Employer before 15:00 hours Indian Standard Time
on the Application due date i.e. on 15/01/2020. Financial Proposal is to be
submitted On-line only and no hard submission is to be made.
(ii) All the bidders (including individual or any of its Joint Venture member(s) failing
to submit the original documents required as per para 4.1 (C ) above shall be
unconditionally debarred from bidding in NHAI projects for a period of 5 Years.
(iii) In case L-1 Bidder fails to submit the originals as per para 4.1 B (I) (b), (c), (d), (e),
(f) & (g), the bidding process shall be annulled and tenders shall be re-invited.

3. MODIFICATION / SUBSTITUTION / WITHDRAWAL OF BIDS:


(i) The Bidder may modify, substitute or withdraw its e- bid after submission. Prior to the
Bid Due Date. No Bid shall be modified, substituted or withdrawn by the Bidder on
or after the Bid Due Date.

202
National Highways Authority of India RFP for IE during O&M Period

(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 Authority,
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.

4. OPENING AND EVALUATION OF APPLICATIONS:


Opening of Proposals will be done through online for Technical & Financial Proposal.
iv. 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 Authority shall open Technical Proposal received as mentioned in point nos.
4.1 B(i) at 1530 hours Indian Standard Time on 16/01/2020 in the presence of the
Applicants who choose to attend.

v. The Financial Proposal 4.1 (b)(ii) 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.

DISCLAIMER
The Applicant must read all the instructions in the RFP and submit the same accordingly.

203
National Highways Authority of India RFP for IE during O&M Period

204
National Highways Authority of India RFP for IE during O&M Period

205
National Highways Authority of India RFP for IE during O&M Period

APPENDIX B-9: DRAFT INTEGRITY PACT

(To be executed on plain paper and submitted along with Technical Bid/Tender documents
for tenders having a value between Rs.5 Cr and Rs.100 Cr. To be signed by the bidder and
same signatory competent/ authorized to sign the relevant contract on behalf of the NHAI)

Tender No.

This integrity Pact is made at ____________ on this ____________ day of ______2017.

Between

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 &G- 6, Sector-10, Dwarka, New Delhi, hereinafter referred to as “The
Principal”, which expression shall unless repugnant to the meaning or contract thereof
include its successors and permitted assigns.
and
_______________________________hereinafter referred to as “The Bidder / Contractor
/Concessionaire / Consultant” and which expression shall unless repugnant to be meaning
or
context thereof include its successors and permitted assigns.

Preamble

Whereas, the Principal intends to award, under laid down organizational procedures,
contract/s for Independent Engineer Services during Operation & Maintenance period for 6
lane section of Ahmedabad to Vadodara section of NH-8 from Km. 6.400 to Km. 108.700
(LengthKm102.300) in the state of Gujarat & Ahmedabad to Vadodara Expressway from
Km.0.000 to Km. 93.302 in the state of Gujarat (Length 93.302 km) under NHDP Phase-V on
DBFOT Toll Basis

The Principal values full compliance with all relevant laws of the land, rules of land,
regulations, economic use of resources and of fairness/transparency in its relations with its
Bidder(s) and/ or Contractor(s)/Concessionaire(s)/Consultant(s).

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 witnessed as under:-

206
National Highways Authority of India RFP for IE during O&M Period

Article 1 Commitments of the Principal

1. The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles:-
(a) No employee of the Principal, personally or through family members, will in
connection with the tender for, or the execution of a contract, demand, take a
promise for or accept, for self, or third person, any material of immaterial benefit
which the person is not legally entitled to.
(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,
whose conduct in the past has been of biased nature.
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.

Article 2 Commitments of the Bidder(s) / Contractor(s) / Concessionaire(s)


/Consultant(s).
The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) commit himself to take all
measures necessary to prevent corruption. He commits himself to observe the following
principles during his participation in the tender process and during the contract execution.

(a) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will not, directly or


through any other person or firm, offer, promise or give to any of the Principal‟ s
employees involved in the tender process or the execution of the contract or to any
third person any material or other benefit which he/she is not legally entitled to, in
order to obtain in exchange any advantage of any kind whatsoever during the tender
process or during the execution of the contract.
(b) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will not enter with
other Bidders into any undisclosed agreement or understanding, whether formal or
informal. This applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission or bids or any other actions to restrict
competitiveness or to introduce cartelization in the bidding process.
(c) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will not commit any
offence under the relevant IPC/PC Act and other Statutory Acts; further the Bidder(s) /

207
National Highways Authority of India RFP for IE during O&M Period

Contractor(s) / Concessionaire(s) / Consultant(s) will not use improperly, for purposes


of completion or personal gain, or pass on to others, any information or document
provided by the Principal as part of the business relationship, regarding plans,
technical proposals and business details, including information contained or
transmitted electronically.

(d) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) of foreign originshall


disclose the name and address of the Agents/ Representatives in India, if any.
Similarly, the Bidder(s) / Contractor(s) / Concessionaire(s) /Consultant(s) of Indian
Nationality shall furnish the name and address of the foreign principle, if any.

(e) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will, when presenting


his bid, disclose any and all payments he has made, is committed to or intends to make
to agents, brokers or any other intermediaries in connection with the award of the
contract. He shall also disclose the details of services agreed upon for such payments.
(f) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will not instigate
third persons to commit offences outlined above or be an accessory to such offences.
(g) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will not bring any
outside influence through any Govt. bodies/quarters directly or indirectly on the
bidding process in furtherance of his bid.

Article 3 Disqualification from tender process and exclusion from future contracts.
1. If the Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s), before award
ordering execution has committed a transgression through a violation of any provision
ofArticle-2, above or in any other form such as to put his reliability or credibility in
question, the Principal is entitled to disqualify the Bidder(s) / Contractor(s)
/Concessionaire(s) / Consultant(s) from the tender process.

2. If the Bidder / Contractor / Concessionaire / Consultant has committed a 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 of 1 year.

208
National Highways Authority of India RFP for IE during O&M Period

3. A transgression is considered to have occurred if the Principal after due consideration


of the available evidence concludes that “On the basis of facts available there are no
material doubts”.
4. The Bidder / Contractor / Concessionaire / Consultant with its free consent and without
any influence agrees and undertakes to respect and uphold the Principal‟ absolute rights
to resort to and impose such exclusion and further accepts and undertakes not to
challenge or question such exclusion on any ground, including the lack of any hearing
before the decision to resort to such exclusion is taken. This undertaking is given freely
and after obtaining independent legal advice.

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 / Contractor / Concessionaire
/Consultant shall be final and binding on the Bidder / Contractor / Concessionaire
/Consultant.

6. On occurrence of any sanctions / disqualification etc. arising out from violation of


integrity pact, the Bidder / Contractor / Concessionaire / Consultant shall not be
entitled for any compensation on this account.

7. Subject to full satisfaction of the Principal, the exclusion of the Bidder / Contractor
/Concessionaire / Consultant could be revoked by the Principal if the Bidder
/Contractor / Concessionaire / Consultant can prove that he has restored/ recouped the
damage caused by him and has installed a suitable corruption prevention system in his
organization.

Article 4 Compensation for Damages.


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 forfeit the Earnest
Money Deposit / Bid Security or demand and recover the damages equivalent to
Earnest Money Deposit / Bid Security apart from any other legal right that may have
accrued to the Principal.

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.
Article 5 Previous Transgression
1. The Bidder declares that no previous transgressions occurred in the last 3 years
immediately before signing of this Integrity Pact with any other Company in any

209
National Highways Authority of India RFP for IE during O&M Period

country conforming to the anti-corruption / Transparency International (TI) approach


or with any other Public Sector Enterprise / Undertaking in India or any Government
Department in India that could justify his exclusion from the tender process.

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.

Article 6 Equal treatments of all Bidders / Contractors / Concessionaires /


Consultants /Subcontractors.
1. The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) undertake(s) to
demand from all sub-contractors a commitment in conformity with this Integrity Pact,
and to submit it to the Principal before contract signing.

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
Pactor violate its provisions.

Article 7 Criminal charges against violating Bidder(s) / Contractor(s) /


Concessionaire(s) / Consultant(s) / Sub-contractor(s).

If the Principal obtains knowledge of conduct of a Bidder / Contractor / Concessionaire


/ Consultant or Subcontractor, or of an employee or a representative or an associate of
a Bidder / Contractor / Concessionaire / Consultant or Subcontractor, which constitutes
corruption, or if the Principal has substantive suspicion in this regard, the Principal will
inform the same to the Chief Vigilance Officer.

Article 8 Pact Duration

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 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 / DBFOT 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. 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.

210
National Highways Authority of India RFP for IE during O&M Period

Article 9 Other Provisions.

1. This pact is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e. New Delhi.

2. Changes and supplements as well as termination notices need to be made in writing.

3. If the Bidder / Contractor / Concessionaire / Consultant is a partnership or a


consortium, this pact must be signed by all partners or consortium members.

4. Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to come
to an agreement to their original intentions.

5. Any disputes / differences arising between the parties with regard to term of this pact,
any action taken by the Principal in accordance with this Pact or interpretation thereof
shall not be subject to any Arbitration.

6. The actions stipulated in this Integrity Pact are without prejudice to any other legal
action that may follow in accordance with the provisions of the extant law in force
relating to any civil or criminal proceedings.

In witness whereof the parties have signed and executed this Pact at the place and date
first done mentioned in the presence of following witness:-

(For & On behalf of the Principal) (For & On behalf of the Bidder/Consultant)
(Office Seal)

Place: ________________

Date: __________________

Witness 1: (Name & Address):

Witness 2: (Name & Address):

211

You might also like