0% found this document useful (0 votes)
88 views270 pages

NHAI RFP: IE Services for NH-24 O&M

The document is a request for proposal for engaging an Independent Engineer on the basis of International Competitive Bidding for the operation and maintenance period of 4-laning of Moradabad-Bareilly Section of NH-24 in Uttar Pradesh under NHDP Phase III A. The key aspects include the project details, scope of work of the Independent Engineer, evaluation criteria, time period of assignment and other terms.

Uploaded by

raju
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)
88 views270 pages

NHAI RFP: IE Services for NH-24 O&M

The document is a request for proposal for engaging an Independent Engineer on the basis of International Competitive Bidding for the operation and maintenance period of 4-laning of Moradabad-Bareilly Section of NH-24 in Uttar Pradesh under NHDP Phase III A. The key aspects include the project details, scope of work of the Independent Engineer, evaluation criteria, time period of assignment and other terms.

Uploaded by

raju
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/ 270

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

NATIONAL HIGHWAYS AUTHORITY OF INDIA


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

Notice Inviting e-Tender,


NIT No. 11017/1/2022/IE/Tender/PIU-MBD

Independent Engineer Services during Operation & maintenance


Period for 4-Laning of Moradabad-Bareilly Section of NH-24 from
Km 149.250 to Km 271.050 in the state of Uttar Pradesh on
DBFOT basis under NHDP Phase-III A

April, 2022
National Highways Authority of India RFP for IE during O&M Period

CONTENTS

Page
Particulars Nos.
SECTION 1. INFORMATION TO CONSULTANTS .......................................... (i-vii)
SECTION 2. LETTER OF INVITATION TO CONSULTANTS ............................... 1-20
SECTION 3. FORMATS FOR SUBMISSION OF FIRMS CREDENTIALS................... 21-24
SECTION 4. FORMAT FOR SUBMISSION OF TECHNICAL PROPOSAL ................. 25-58
SECTION 5. FORMAT FOR SUBMISSION OF FINANCIAL PROPOSAL. ................. 59-65
SECTION 6. TERMS OF REFERENCE FOR INDEPENDENT ENGINEER ................ 66-181
SECTION 7. DRAFT FORM OF CONTRACT............................................ 182-242
National Highways Authority of India RFP for IE during O&M Period

Notice Inviting e-Tender,


NIT No. 11017/1/2022/IE/Tender/PIU-MBD

REQUEST FOR PROPOSAL (RFP)

SECTION1. INFORMATION TO CONSULTANTS

Sub.: “Independent Engineer Services during Operation & maintenance Period


for 4-Laning of Moradabad-Bareilly Section of NH-24 from Km 149.250 to Km
271.050 in the state of Uttar Pradesh on DBFOT basis under NHDP Phase-III A ”.

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 Uttar Pradesh under NHDP Phase IVA.

Table 1: Details of Project


Consultancy Project
Assignment
S. Package Project Length (Km)/
NH No. State period
No. Stretch Total Project
(months)
Cost (Cr.)
Operation &
maintenance
Period for 4-
Laning of
Moradabad-
Moradabad-
Bareilly Section of NH-9, NH-
Uttar Bareilly 121.800 /
1 NH-24 from Km 530, NH-30 60 months
Pradesh (Km 149.250 1267
149.250 to Km (Old NH-24)
to Km 271.050)
271.050 in the
state of Uttar
Pradesh on DBFOT
basis under NHDP
Phase-III A

2. 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.
3. 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.
(i)
4. 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.
National Highways Authority of India RFP for IE during O&M Period

5. The proposal shall be submitted in English Language and all correspondence would be in
the same language.
6. 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.
7. 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.
8. The interested consultancy firms may download the RFP from NHAI Website 21.04.2022 to
06.06.2022 up to 12:00 hrs. The Consultant who download the RFP document from the
website will be required to pay the non-refundable fee of Rs.5,000/- at the time of the
submission of the Bid proposal. Details for online payment are as follows-
S. No. Particulars Details
1 Name of Beneficiary NHAI REGIONAL OFFICE WEST UP
2 Name of Bank CANARA BANK
3 Account No. 84811010002035
4 IFSC Code CNRB0018481
5 Branch Name Gomti Nagar, Lucknow

(Proof of submission of fee payment shall be uploaded in scanned form). The RFP will
be invited through e-tendering portal. Refer Procedure under e-tendering for
submission of RFP through e- tendering. The RFP will be invited through e-tendering
portal. Refer Procedure under e-tendering for submission of RFP through e-tendering.
9. 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.
10. The proposal should be submitted by consultancy firms in two parts. The two parts of
the proposal are Part 1: Technical Proposal and Part 2: Financial Proposal. 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

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

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.
11. 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.
12. Consultants may apply either as a sole firm or forming Joint Venture with other consultants.
In case of Joint Venture, the maximum number of Joint Venture partners is limited to 2 (i.e.
one lead + 1 JV 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.
(A) The Applicant whether as sole application or lead member with joint venture may
include any number of Associate to provide technology in assignment. The associate
firm can provide equipment based road inspection service for any of the 5
equipment viz., (i) Network Survey Vehicle including all modules required as per
technical specifications, (ii) Falling Weight Deflectometer, (iii) Mobile Bridge
Inspection Unit and (iv) Retro Reflectometer (v) Automatic Traffic counter cum
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
declared non-responsive. Hence, the bidder may ensure on his own that associate
proposed by him is not proposed by any other bidder participating in the same
assignment and the bidder is solely responsible in this regard.
(B) In addition, the applicant whether a sole applicant or lead member with joint
venture may also include an Associate for providing key personnel. In such case,
the applicant should submit a MOU with associate regarding role and
responsibility of Associate Company. However the maximum no. of key personnel
from Associate firm during RFP proposal and implementation of contract should
be limited to two (2).
(C) Requirements with respect to Technical Capacity Provisions for maximum works to
be permitted with one Consultant:
(i) The maximum number of works to be permitted with one consultant is restricted
as per the following ceilings.
Sr.
Col (2) Col (3) Col (4) Col (5) Col (6)
No.
Average Annual Turnover of Upto More than More than
More than
1 firm in last 3 financial years Rs.10 Rs.10 to Rs.30 to Rs.60
Rs.60 Crores
(from Consultancy Works) Crores Rs.30 Crores Crores
No. of key professionals on full
2 time rolls (minimum for last 10 25 40 60
one year)
Max. no. of projects / DPR
assignments to be allotted to
3 one particular Consultant 6 12 25 40
including ongoing projects at a
time in NHAI
National Highways Authority of India RFP for IE during O&M Period

Max. no. of DPR assignments


4(i) out of those given at Sr.No.3 6 12 25 40
above
Max. no. of IE / AE / SC
4(ii) assignments (cap of 75%) out of 4 9 18 30
those given at Sr. No. 3 above
Max. no. of projects/ DPR
assignments in one Financial
5
Year (cap of 25%) on Sr. No.
4(i) & (ii)
(i) DPR 2 3 6 10
(ii) IE/AE/SC 1 2 4 8

Note :
(1) Condition in both Sr.No.1 and Sr.No.2 are to be fulfilled to claim maximum no. of
projects given in Sr.No.3, 4 & 5.
(2) In case of JV bidding for the current assignment, the technical capacity of JV will be
determined with respect to the weighted average turnover, key professionals & ongoing
assignments on the basis of share of consultancy fee in the ongoing assignments and
proposed share in the current bid. Reference the illustration at given in Appendix B-11.
(3) In case any partner of the joint venture has its individual remaining bid capacity less
than 0.5 thus making him ineligible for the current bid but, on formation of joint
venture, the remaining bid capacity becomes more than 0.5, then during the technical
evaluation of the bids, the bids of such JVs will be declared as non-responsive and they
will not be allowed to participate in the current assignment.

(ii) The consulting firms should be encouraged to carry out a mix of DPR and Supervision
Assignments like IE/AE/ Supervision Consultants (SC). Out of maximum number of projects
given at Sl.No.3 above, the ceiling for IE/AE/SC assignments is 75% out of which is only 25%
in any one financial year. For example, the Consulting firm at Col. No.3 can get maximum
4 number of IE/AE/SC assignments only from NHAI, out of which only 1 in any one financial
year, whereas they can get 6 DPR assignments, out of which only 2 in any one financial
year. The financial proposal of the consulting firm crossing the upper ceiling of
assignments as at Sr.No.3, 4 & 5 above shall not be opened.

(iii) The following assignments would not be counted for the purpose of maximum number of
projects given at Sr.No.3 to 5 of above Table
(a) IE / AE / SC assignments where original assignment period + one year is lapsed or
provisional completion of civil work is issued, whichever is earlier;
(b) DPR assignments where either (i) the bids for civil works have been received; or (ii)
original assignment period + one year has lapsed;
(c) Special Projects like tunnel, standalone bridges, emergency land facility etc.; and
(d) Assignments having less than 6 months contract period.

(iv) For the purpose of calculation of maximum no. of projects, the work awarded on the date
of opening of Financial Bid and in progress will be taken into consideration as utilized
capacity. Projects of NHAI (awarded / in progress) only shall be considered for maximum
no. of projects in Sr.No.3 to 5 purpose. The Consultant shall provide these details and they
shall be solely responsible for accuracy of such details provided.
(v) The Consulting Firms shall submit Form-26 as in order to certify their permanent key
personnel (as given in Sr.No.2 of above table) along with the proposed candidates.
(vi) The bidders shall submit the requisite details in the prescribed formats of Technical
proposal along with the RFP Documents for evaluation of Bids accordingly. The format for
determination of Technical Capacity (Appendix B-11) is enclosed in RFP.
National Highways Authority of India RFP for IE during O&M Period

13. 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.


S. Experience of the applicant in completed projects in last seven Annual Turnover*
No. years
Preparation of DPRProject Supervision/IC
(NH/SH/Equivalent) (NH/SH/Equivalent)
The firm should have prepared The firm should have Annual turnover
DPR/FS cum PPR for at least experience of Project (average of last 5
Two projects of 4/6 laning** of Supervision/IE of a. At least years or in each of the
30% of project length each or two construction projects of preceding two years)
one project of 4/6 laning of four/six laning** of 30% of of the firm from
50% of project length. project length each or one consultancy business
project of 4/6 laning of 50% should be equal to or
of project length and At more than Rs.2.5
least one O&M project under Crore.
DBFOT/OMT/ O & M of four/six
laning** of 50% of project
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
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 recognised by the State concerned shall be accepted. Annual turnover duly
certified by Chartered Accountant shall be accepted. In case of non- availability of such
documents no weightage of turnover/experience will be considered.

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

13.1 a. Applicant shall use the Link “Data Lake Portal” available on NHAI Website nhai.gov.in to
communicate with NHAI and Concessionaire for all Contractual correspondence.
b. No Physical document shall be accepted unless and until the same is specifically
stated so in the RFP or it is a legal requirement.
14. 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.

15. 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.

16. NHAI will not be responsible for any delay, loss or non-receipt of RFP document sent by
post/courier. Further, NHAI shall not be responsible for any delay in receiving the
Proposal and reserves the right to accept/reject any or all applications without assigning
any reason thereof.
17. Technical Proposal and 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.

Bidders shall be required to submit original of the documents mentioned in Clause 4.1 of
RFP after declaration of bid evaluation result by Authority. Bidders failing to physically
submit the original documents listed in Clause 4.1 of RFP shall be unconditionally
debarred from bidding in NHAI projects for a period of 5 years from the date of issue of
debarment notice. In case L-1 Bidder fails to submit the original documents listed in
Clause 4.1 of RFP, the bidding process shall be annulled and tenders shall be re-invited.

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

18. 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/hoist the
information pertaining to their credentials as well as of their key personnel on NHAI web-
site.
19. The individual key personnel proposed in the bid by the consultants or any replacement
thereof should undertake that they shall have no objection in uploading/hoisting of their
credentials by NHAI in public domain.
20. RFP submission must be received not later than 12:00 hrs on 06.06.2022 in the manner
specified in the RFP document.
21. For any clarification, the following offices may be contacted:
Regional Officer, Project Director,
Regional Office-West (UP), Lucknow, National Highways Authority of India,
National Highways Authority of India, E-26, Sector 14, Near Bright Star
3/248, Vishal Khand, Gomti Nagar, Hospital, Delhi Road, New Moradabad,
Lucknow – 226010, Moradabad (UP) - 244002
Ph.0522-4960291, Tele: 0591-2453070
E-mail: [email protected] Email ID: [email protected]
Email: rowestup@@gmail.com Email: [email protected]

(vii)
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 Those Consultants who were engaged by Ministry/ NHAI for the above project as Design
Consultants for preparation of Detail Project Reports shall not be permitted to submit
proposal for providing the consultancy services as Independent Consultant for the same
project for first Operation and Maintenance period of the project either individually or in
JV with other firms. The restriction herein shall not apply after a period of 5(five) years
from the completion of their DPR consultancy assignment for the project.

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

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
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 of 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

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

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
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. The Consultants may request a clarification of any of the RFP documents up to the
number of days indicated in the Data Sheet before the Proposal submission date. Any
request for clarification must be sent in writing by paper mail, facsimile, or
electronic mail to the Client’s address indicated in the Data Sheet. The Client will
respond by cable, facsimile, or electronic mail to such requests and will send copies
of the response (including an explanation of the query but without identifying the
source of inquiry) to all consultants who have purchased the RFP document.
Clarification/amendment will also be hosted on 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
National Highways Authority of India RFP for IE during O&M Period

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 Financial Proposal should be submitted only in Electronic Form. No hard


copy of 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
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”.

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

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
consultants’ 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.

 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 Reflect meter
 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.

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.

5
National Highways Authority of India RFP for IE during O&M Period

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/fake inflated in the CV, at any stage,
debarment of key personnel from future MoRT&H/ NHAI or its executing
agencies projects upto 2 years may be taken by MoRT&H/ NHAI or its
executing agencies.

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
3(three) for team leader, 2 (two) for Road Safety Expert and 3(three) for
bridge/structural engineer as on 7 days before due date of proposal.

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 fulfill 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 fulfill 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 fulfill 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
the information contained in the CV for the duration in which key personnel
was employed by the firm proposing his candidature is found
fake/incorrect/inflated at any stage action including termination of the
consultancy agreement and debarment of the firm upto 02 years from future
MoRT&H or its executing agencies projects shall be taken by MoRT&H or its
executing agencies.
g. In case the information contained in the CV for the duration in which the
key personnel were employed by the firm proposing his candidature is

6
National Highways Authority of India RFP for IE during O&M Period

found incorrect/fake/inflated at any stage, the consultancy firms shall have


to refund the salary and perks drawn in respect of the person apart from
other consequences.
h. In case the information contained in the CV for the duration in which the
key personnel were not employed by the firm proposing his candidature is
found incorrect/fake/inflated at any stage, the consultancy firms will have
to refund the twice of salary and perks drawn in respect of the person.
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 self-evaluation, Consultant shall make reference to the
documents along with page nos., which have been relied upon in his self-
evaluation.
xii) The bidder shall be required to submit the details of ongoing assignments as
per Annexure-I with a declaration that all key personnel in the existing
contracts have been duly deployed on such projects during the last 3 months.
xiii) In case consultant firm experience /document is found to be false at
any stage i.e. from bidding to completion of services of consultancy contract
shall be terminated and consultant firm shall be debarred for a period of 02
years.
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. Beginning
13th months of the services provided, billing rates shall be increased on all items
of contract inter alia including vehicle hire, office rent, consumables, furniture
etc @ 5% every 12 months for local currency for the subsequent period of
services rendered by the personnel of all categories namely (i) key Personnel; (ii)

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

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:


i. The Applicants shall submit the proposal (Proof of Eligibility and Technical
Proposal) in hard bound form with all pages numbered serially and by giving and
index of submissions. Applications submitted in other forms like spiral bound form;
loose form etc. shall be rejected. Copies of Applications shall not be submitted
and considered.
ii. Financial proposal are only to be submitted online and no hard copy of the
financial proposal should be submitted.
Bidders shall be required to submit original of the documents mentioned in Clause 4.1 of RFP
after declaration of bid evaluation result by Authority. Bidders failing to physically submit the
original documents listed in Clause 4.1 of RFP shall be unconditionally debarred from bidding in
NHAI projects for a period of 5 years from the date of issue of debarment notice. In case L-1
Bidder fails to submit the original documents listed in Clause 4.1 of RFP, the bidding process
shall be annulled and tenders shall be re-invited.

iii. Detailed RFP may be downloaded from https://etenders.gov.in and the Application
may be submitted online following the instructions appearing on the screen. A Vendor
manual containing the detailed guidelines for e-tendering system is also available on
https://etenders.gov.in

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

iv. The following shall be the form of various documents in the Application:

A. Only Electronic Form (to be uploaded on the https://etenders.gov.in)


a. Technical proposal as indicated in para ‘B’ below
b. Financial proposal as per format prescribed in SECTION-5 OF RFP.
B. Hard copy of technical proposal in Original to be submitted in electronic
form to be uploaded on the https://etenders.gov.in
(I) Technical Proposal in scanned & Hard bound Form including
a. Power of Attorney for signing the Application.
b. If applicable, the Power of Attorney for Lead Member of JV;
c. Copy of Memorandum of Understanding between JV partners, if applicable;
d. Copy of Memorandum of Understanding with Associate, if applicable
e. Firm’s credentials as per format prescribed in SECTION-3 OF RFP.
f. Technical Proposal as per format prescribed in SECTION-4 OF RFP.
g. Scanned copy of proof of payment for cost of tender documents and Integrity Pact.
(II) Rs.5,000/- (Rupees Five thousand only) towards the cost of RFP. Details for
online payment are as follows-
S. No. Particulars Details
1 Name of Beneficiary NHAI REGIONAL OFFICE WEST UP
2 Name of Bank CANARA BANK
3 Account No. 84811010002035
4 IFSC Code CNRB0018481
5 Branch Name Gomti Nagar, Lucknow

iii. The Applicant shall submit the original documents specified above in point no.4.1
(ii)B together with their respective enclosures to the Authority after declaration
of evaluation result by Authority in compliance of Circular No. 9.1.11/2019 dt.
06.06.2019 in regard to dispensation of online submission.
iv. The Applicant shall upload scanned copies of the Technical Proposal and Financial
Proposal as specified in point nos. 4.1 (ii) A & B above on the https://etenders.gov.in
before 12:00 hours Indian Standard Time on the Application due date i.e. on
06.06.2022. Financial Proposal is to be submitted On-line only and no hard submission
is to be made.
v. It may be noted that the scanned copies can be pr
vi.
vii. epared in file format i.e. PDF and/or ZIP only. The Applicants can upload a single
file of size of 10 MB only but can upload multiple files.
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 & Digilocker 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.
Hard copy of the documents as specified in the said MoRT&H Circular only is
required to be submitted. Financial Proposal is to be submitted online only and
no hard copy submission is to be made. In the event of any discrepancy between
the original and the copy (in electronic form), the original shall prevail.

9
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 Financial Proposal and both on-
line and manually for Technical 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 (ii) B at 12:00 hours Indian Standard Time on the Application due date i.e.
07.06.2022 in the presence of the Applicants who choose to attend. This
Authority will subsequently open the Technical Proposal as mentioned in point
No. 4.1 A (a) above and evaluate the Applications in accordance with the
provisions set out in the RFP.

ii. The Financial Proposal 4.1 (ii) A (b) 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.

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

5. PROPOSAL EVALUATION

5.1. A two -stage procedure shall be adopted for evaluating the proposals.

5.2. Deleted.

Technical Proposal

5.3.

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 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.

11
National Highways Authority of India RFP for IE during O&M Period

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.

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.

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

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 authorised representative, who shall correspond with the NHAI besides Team Leader
to monitor the performance of its staff, undertake quarterly site inspections and give a
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 authorised 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
authorised 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 those 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.

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

10. PERFORMANCE SECURITY


10.1 The successful consulting firm shall have to submit a Bank Guarantee (BG) for an
amount of 3% 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.
Omnibus Bank Guarantee Provisions

Alternatively, a single Bank Guarantee to cover for the performance of all project under NHAI
may also be deposited as tabulated below, at the discretion of the consultant, instead of depositing
separately again and again. The Consultant may initially provide the Performance Security for a
period of two years provided that it shall procure the extension of the validity of the Performance
Security at least one month prior to the date of expiry thereof. Once the appropriate single Bank
Guarantee for Performance Security has been submitted by the Consultant, the existing BGs shall
be returned. The Bank Guarantee be submitted in prescribed Performa.

Performance Security
Cumulative Value of Consultancy Fee BG Value (in Rs. Crores)
as per Ongoing Contracts under NHAI
(in Rs. Crores)
0-10 0.25
10-20 0.50
20-30 0.75
30-40 1.0
40-60 1.50
60-80 2.0
80-100 2.50
100-200 4.00
Beyond 200 5.0

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

10.3 DELETED.

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

10.4 In the event the Consultant fails to provide the security within 15 days of date of
LOA, it may seek extension of time for a period of15 (Fifteen) days on payment
of damages for such extended period in a sum of calculated at the rate of 0.1%
(Zero Point One Percent) of the contract price for each day until the
performance security is provided. For the avoidance of doubt the agreement
shall be deemed to be terminated on expiry of additional 15 days time period.
10.5 Notwithstanding anything to the contrary contained in this Agreement, the
Parties agree that in the event of failure of the Consultant to provide the
Performance Security in accordance with the provisions of Clause10.1 within the
time specified therein or such extended period as may be provided by the
Authority, in accordance with the provisions of Clause and thereupon all rights,
privileges, claims and entitlements of the Consultant under or arising out of this
Agreement shall be deemed to have been waived by, and to have ceased with
the concurrence of the Consultant, and LoA shall be deemed to have been
withdrawn by mutual agreement of the Parties. Authority may take action debar
such firm for future projects for a period of 1-2years.

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.

15
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: NA.


2. The proposal shall be valid for 120 days after the last date of submission.
3. The Language of documents and correspondence will be English.
4. All the personnel shall have working knowledge of English and all the reports etc. shall
be written in English.
5. 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.
6. The Consultants to ensure that their firms and key personnel should register their
credentials / modules on www.infracon.nic.inas stipulated in MoRT&H Circular No.
RW-NH-35075/1/2010-S&R® dt.28.10.2015.
7. The time and date of online submission: upto 12:00hrs. on 06.06.2022
8. 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

16
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 (Min. 2
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 2Lane+PS/four/six laning of
30% of project length each or one projects of 2Lane+PS/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 2Lane+PS/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 project plan 2
including key challenges envisaged and potential solutions)
Internal Quality Audit Methodology to be adopted (Quality Assurance Plan) 2
Total 5

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

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

S. No. Description Maximum Sub-points


Points
1 Experience in Network Survey Vehicle (NSV) or 5
better technology for pavement inspection
1.1 (a) Equipment on MoU with Associate or on 1
hiring basis
(b) Own Equipment 2
1.2 (a) Experience of 1-2 projects 1
(b) Experience of 3-5 projects 2
(c) Experience of >5 projects 3
2 Experience in Falling Weight Deflectometer 4
(FWD) or better technology for pavement
strength measurement
2.1 (a) Equipment on MoU with Associate or on 1
hiring basis
(b) Own Equipment 2
2.2 (a) Experience of 1-3 projects 1
2.3 (b) Experience of >3 projects 2
3 Experience in Mobile Bridge Inspection Unit or 4
better technology for bridge inspection
3.1 (a) Equipment on MoU with Associate or on 1
hiring basis
(b) Own Equipment 2
3.2 (a) Experience of 1-3 projects 1
(b) Experience of >3 projects 2
4 Experience in Retro reflectometer 4
technology
4.1 (a) Equipment on MoU with Associate or on 1
hiring basis
(b) Own Equipment 2
4.2 (a) Experience of 1-3 projects 1
(b) Experience of >3 projects 2
5 Experience in Automatic Traffic counter cum 3
Classifier (ATCC)
5.1 (a) Equipment on MoU with Associate or on hiring 1
basis
(b) Own Equipment 2
5.2 (a) Experience of 1-3 projects 0.5
(b) Experience of >3 projects 1
20
Note:
(i) The consultants owing the equipment shall be required to submit proof of
ownership.
(ii) The experience of the associate firms in use of technology shall also be
counted in the evaluation. The experience of firm or associate firm in NSV,
FWD, MBIU, Retro reflectometer, ATCC or equivalent technology shall be
supported by experience certificate. The experience of a firm/ associate firm
for a private concessionaire/contractor (client) shall be considered on self-
certification along with the client certificate. Any false certification shall
attract provision of Clause 2.9.1(g) of GCC.
18
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
S. Marks per Total
Staff Position Professional
No Staff Marks
Staff
1 Team Leader cum Highway Engineer 1 19 19
2 Highway maintenance cum Resident Engineer 1 12 12
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

19
National Highways Authority of India RFP for IE during O&M Period

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. ***** and 1 Euro = Rs.***** shall
be used.

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

20
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 2017-18, 2018-19, 2019-20, 2020-21 & 2021-22 )**. 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 Individual Type of Organization
Establishment
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. **

S. No. Particulars 2021-22 2020-21 2019-20 2018-19 2017-18


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

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

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

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

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 (FY 2017-18, 2018-19, 2019-20,
2020-21 & 2021-22) 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.
Client
(with
Projects
complet Fee
Name/year
e Total Received
Sole address, Fee for by
consultant Descri- contact the Applican % Age of
Prime ption of person, Con- t (in Total
Consultant Type Highway telephon sultancy case of Fee Approx.
of JV/JV/or Services Project/ e Nos Assign- JV/ Receive Cost of
S. Sub Ren- Length and Fax ment Associ- d by the Highway Perio
N o Consultant dered (kms) Nos) (INR) ation) Firm Project d
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.
22
National Highways Authority of India RFP for IE during O&M Period

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.

Client
(with
complete Total Fee
address, for the
contact Consul- Fee in % age of
person, tancy INR total fee
Type Length of telephon Assign- (Applican received
S. Projects Services Project e Nos and ment t’s share by the
N o Name/year Rendered (kms) Fax Nos) (INR) in firm Period

1 2 3 4 5 6 7 8 9

ix. Experience *** in Project Supervision/IE for Operation and Maintenance of Highway
Projects, separately for PPP and non-PPP Projects during the last 7 years.

Projects
Name/
Client
year
(with Fee
Sole complete Total Fee Received
consultant Descri- address, for the by
Prime ption of contact Con- Applicant % Age of
Consultant Type Highway person, sultancy (in case Total Fee
of JV/JV/or Services Project/ telephon Assign- of JV/ Received
S. Sub Ren- Length e Nos and ment Associ- by the
N o Consultant dered (kms) Fax Nos) (INR) ation) Firm Period
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.

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

d. 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.
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
firm
provided by the
Sole, Lead/ Date of Date of firm

Name of Other in JV letter of Agreement Present


S. Assignment Client or sub- Acceptance if status of Name Position
No consultant signed Assignment DOB

(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:

Key Personnel Number of key personnel employed


Sole Applicant JV (1)
(Lead Member
in case of JV)

Team Leader cum Senior Highway Engineer

Resident cum Highway Engineer

Bridge/Structural Engineer

Road Safety Expert

24
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
Appendix B-9
experience claimed by the firm
Self-Evaluation by the Firm on the Annexure A, along with
Appendix B-10
Annexure-A-1, Annexure A-2-1 to A-2-8 and Annexure A-3-1
to A-3-8

Determination of Technical Capacity


Appendix B-11

25
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 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)

26
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 to demonstrate that responsible
personnel of the Consultant have actually visited the site and familiarized with the
salient details/complexities and scope of services.

27
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]

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

APPENDIX B-4 : FACILITY FOR FIELD INVESTIGATION AND TESTING


1. State whether applicant has in-house (created in house at site)/ outsourced/ not
available facility for
Surface defects detection and roughness measurement using Network Survey
Vehicle
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:
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


(Certificate from Employer regarding experience should be furnished)

29
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

Sl. No. Name Position Task


1
2
3
4

30
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) ………………………………………………..

Date of Birth :
Years with Firm/Entity : . .. ... .. .. .. ... .. .. ... .. .. .. ... .. .. ... .. .. . Nationality:
.............................. Membership of Professional
Societies:.........................................................................

Detailed Task Assigned :


..............................................................................................

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

Name Period
of Projec Assignment Client of
Employ t in the the Rema
S. No er Post Held Name From To Project Project rk

Education:
[Summarise college/university and other specialised 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.]

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

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

Requirements as Break-up of experience


per TOR (Enclosure- Possessed by the Staff Brief Description Man-months
B) Member of Project provided

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

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 b y 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 affect the work of the current
assignment.

Likely start Likely end Total input of the


Name of Date of (Month / (Month / person (man-
Assignment Client LOA Year) Year) months)

………………………………………………………….. Date : …………………………………


(Signature of Key Personnel) (Day/Month/Year) )

33
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 authorised 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.

34
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 Program (in form of Bar Chart)


[1, 2, etc. are months from the start of assignment]
Sl. t t 12th and Numbe
No Nam Positio 1 s 2 n 3 r 4t 5t 6t 7 t 8t 9 t 10 11 subsequent r of
. e n t d d h h h h h h h h years Months
Subtota
1
l (1)
Subtota
2
l (2)
Subtota
3
l (3)
Subtota
4
l (4)
- -
- -

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

APPENDIX B-8 : ACTIVITY (WORKS)


SCHEDULE A. Activity Schedule

Month wise Program (in form of Bar Chart)


[1st, 2nd, etc. are months from the start of
SI. 10t 11t
No. Item of Activity (Works) 1st 2nd 3rd 4th 5th 6th 7th 8th 9th h h 12th
.................................
1
..............
.................................
2
..............
.................................
3
..............
.................................
4
..............
.................................
-
..............
.................................
-
..............

B. Completion and Submission of Reports

SI.
No Reports : Programme : (Date)
1 Monthly reports (Design and Construction)

2 Quarterly Reports
Various others reports as provided in the Concession
3
Agreement such as Completion Report

36
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/Authorised Representative of the firm*
Address
*Lead Member in case of JV

37
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:………………………………………………………………………………..
S. Marks of out
No. Name of the Professional Staff of 100 Weightage Marks Remark
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 (As per x/100*5
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

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

APPENDIX B-11:
Format for Technical Capacity of Bidding Firms

(To be filled by Sole Consultant and in case of JV, separately by the JV partners bidding for
the assignment)

(i) No. of Key Professionals on full time roll:


Sl. No. Name of the Key Designation Continuous No. of year
Professional employment from with the firm
(date)

Note: Attached copy of Form-26AS to certify permanent key professional.

(ii) Details of all in-hand DPR projects awarded by NHAI/MoRTH/NHIDCL /State


PWDs for NH works:
Bids for
Civil Works
Awarded by In case of
received or
Project (MoRTH/NHAI/ Schedule JV, share of
Sl. No. Start Date 3 years
Description NHIDCL/State Completion contract
passed after
PWD) Fee (%)
date of DPR
(Yes/No)

Format for Undertaking by the firm for DPR Projects:


The undersigned on behalf of ………………… (Name of consulting firm) certify that the
firm do not have any other in-hand /awarded DPR project other than those listed above.
For all other DPR projects undertaken by the firm, either the bids for civil works have been
received by the client or 3 years have been passed after the date of award of the DPR and
the consulting firm JV was not at default on these project assignments.
Date:…….(dd/mm/yyyy)
[Signature of authorized representative of the Firm]

(iii) Details of all in-hand AE/IE/SC projects or AE/IE/SC awarded by


NHAI/MoRTH/NHIDCL/State PWDs for NH works:
Sl. No. Project Awarded by Start Schedule Civil In case of
Description (MoRTH/NHAI/ Date Completion Provisional JV, share
NHIDCL/State completed of Contract
PWD) (Yes/No) Fee(%)

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

Format for undertaking by the firm for in-hand AE/IE/SC projects:


The undersigned on hehalf of ….. (name of consulting firm) certify that the firm do not
have any other in-hand/awarded AE/IE/SC projects other than those listed above. For
all other such projects undertaken by the firm, the provision completion on civil works
is over and the consulting firm/JV was not a default on these project assignments.
Date:…….(dd/mm/yyyy)
[Signature of authorized representative of the Firm]

(iv) Self-Assessment by the Consulting firm (in case of JV, separately by the JV Partners)
on eligibility as per technical capacity provisions:
Average No. of Key Max. no. of Ongoing Projects (nos.) Remaining Capacity
Annual Professionals projects that for new Projects
Turnover of on full time can be (nos.)
firm in last 3 rolls allotted to DPR AE/IE/SC DPR AE/IE/SC
FY (from (minimum one firm
consultancy from last one including
works) year) with the the ongoing
Consultancy projects at a
firm time.

(v) Self-Assessment by the JV (in case, bid is submitted by JV partners) on eligibility as


per technical capacity provisions:
Consultancy Weighted Weighted Max. no. Weighted Remaining
fee share (%) average average no. of projects average ongoing
for the JV turnover of of Key that can be Projects (nos.)#
partners JV in last 3 Professional allotted to
FY (from on full time the JV
consultancy)* rolls (min. including
from last the
one year) ongoing
Firm-1 Firm-2 with JV** projects at DPR AE/IE/SC DPR AE/IE/SC
a time.

* (Turnover-1 x share-1 + Turnover-2 x Share-2)/100


** (Key Professional-1 x Share-1 + Key Professional-2 x Share-2)/100
# (Ong. Proj.-1 x Share-1 + Ong. Proj-2 x Share-2)/100

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

Illustration for Determination of Technical Capacity in case of JV consultancy

Technical Capacity of Firm-1 individually.


Average No. of Key Max. no. of Ongoing Projects (nos.) Eligibility for new Projects
Annual Professionals projects that (nos.)
Turnover of on full time can be DPR IE/AE/SC DPR IE/AE/SC
firm in last 3 rolls allotted to
FY (From (minimum one firm
consultancy from last one including the
works) year) with the ongoing
consultancy projects at a
firm time
10 10 8 4 3 1 1

Technical Capacity of Firm-2 individually.


Average No. of Key Max. no. of Ongoing Projects (nos.) Eligibility for new Projects
Annual Professionals projects that (nos.)
Turnover of on full time can be DPR IE/AE/SC DPR IE/AE/SC
firm in last 3 rolls allotted to
FY (From (minimum one firm
consultancy from last one including the
works) year) with the ongoing
consultancy projects at a
firm time
80 75 50 10 38 2 0

Technical Capacity of Joint Venture of Firm-1 & 2 (for different combinations of


consultancy fee share)

Consultancy Weighted Weighted Max. no. of Weighted Average of Remaining Capacity


fee share (%) average average no. projects Ongoing Projects for new Projects
for the JV turnover of of Key that can be (nos.)# (nos.)
partners JV in last 3 Professional allotted to
Firm-1 Firm-2 FY (from on full time the JV DPR IE/AE/SC DPR IE/AE/SC
consultancy) rolls (min. including
* from last one the ongoing
year) with projects at
JV** a time
60 40 38 36 16 6.4 17 0 0
75 25 27.5 26.25 16 5.5 11.75 0 0
50 50 45 42.5 30 7 20.5 2.5 2
70 30 31 29.5 16 5.8 13.5 0 0

* (Turnover-1 x share-1 + Turnover-2 x Share-2)/100


** (Key Professional-1 x Share-1 + Key Professional-2 x Share-2)/100
# (Ong. Proj.-1 x Share-1 + Ong. Proj-2 x Share-2)/100
41
National Highways Authority of India RFP for IE during O&M Period

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 ________2022.

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 4-Laning of
Moradabad-Bareilly Section of NH-24 from Km 149.250 to Km 271.050 in the state of Uttar
Pradesh on DBFOT basis under NHDP Phase-III A ”. 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:-

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.

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

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)/ 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. Further, details as mentioned in the "Guidelines
on Indian Agents of Foreign Suppliers' shall be disclosed by the Bidder(sy Contractor(s)
Concessionaires) Consultant(s). Further, all the payments made to the Indian Agent /
Representative have to be Indian Rupees only,

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

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.
h. The Bidder(s)/ Contractor(s)/ Concessionaire(s) Consultant(s) who have signed a Integrity
pact shall not approach the court while representing the matter to IEMS and shall wait for
their decision in the matter

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 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. However, Consultant(s), the
Bidders Contractor(s) Concessionaire(s) Consultant(s) can approach IEM(s) appointed for the
purpose of this pact.

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

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 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 – 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 Independent External Monitor (IEM)

1) The Principal appoints competent and credible Independent External Monitor for this Pact after
approval from Central Vigilance Commission. The task of the Monitor is to review independently
and objectively, whether and to what extent the parties comply with the obligations under this
agreement. The following two Independent External Monitors (IEMs) has been engaged by
NHAI
(i) Smt. Gauri Kumar, IAS (Retd.) { Reference Office Order No. 11019/2797/2021-Admn
(E-76881)/870- Manual dated 17.05.2021}
(ii) Sh. Ashish Bhauguna, IAS (Retd.) { Reference Office Order No. 11019/2797/2021-
Admn (E-76883/37312)/912- Manual dated 28.05.2021}
2) The Monitor is not subject to instructions by the representatives of the parties and performs his
functions neutrally and independently. 1le reports to the Chairman, NHAI.
3) The Bidder(s) /Contractor(s) /Concessionaire(s) /Consultant(s) accepts that the Monitor has the
right to access without restriction to all project documentation of the Principal including that
National Highways Authority of India RFP for IE during O&M Period

provided by the Bidder(s) /Contractor(s) /Concessionaire(s) /Consultant(s). The Bidder(s)


/Contractor(s) /Concessionaire(s) /Consultant(s) will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his project
documentation. The same is applicable to Subcontractors.

240
4) The Monitor is under contractual obligation to treat the information and documents of the
Bidder(s)/ Contractor(s) / Subcontractor(s) with confidentiality. The Monitor has also signed on
Non-disclosure of Confidential Information' and of Absence of Conflict of Interest". In case of
any conflict of interest arising at a later date, the IEM shall inform Chairman, NHAI and recuse
himself herself from that case.
5) The Principal will provide to the Monitor sufficient information about all meetings among the
parties related to the Project provided such meetings could have an impact on the contractual
relations between the Principal and the Bidder/ Contractor/ Concessionaire/ Consultant. The
parties offer to the Monitor the option to participate in such meetings.
6) As soon as the Monitor notices, or believes, to notice any transgression as given in Article-2, he
may request the Management of the Principal to take corrective action, or to take relevant action.
The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor
has no right to demand from the parties that they act in a specific manner, refrain from action or
tolerate action.
7) The Monitor will submit a written report to the Chairman, NHAI within 8 to 10 weeks from the
date of reference or intimation to him by the Principal and, should the occasion arise, submit
proposals for correcting problematic situations.
8) If the Monitor has reported to the Chairman, NHAI, a substantiated suspicion of an offence under
relevant IPC/PC Act or any other Statutory Acts, and the Chairman, NHAI has not, within the
reasonable time taken visible action to proceed against such offence or reported it to the Chief
Vigilance Officer, the Monitor may also transmit this information directly to the Central
Vigilance Commissioner.
9) The word 'Monitor' would include both singular and plural

Article – 9 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. Any violation of the same would entail disqualification of the bidder and exclusion
from future dealings.

If any claim is made/ lodged during this time, the same shall be binding and continue to be valid
despite the lapse of this pact as specified above, unless it is discharged/ determined by Chairman
of NHAI.
National Highways Authority of India RFP for IE during O&M Period

.
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. Issue like warranty / Guarantee etc. shall be outside the purview of IEMS.

6. In the event of any contradiction between the Integrity Pact and its Annexure, the clause in
integrity pact shall prevail.

7. 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.

8. 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): ________________

46
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)
Certificate
attached
S. (Page No.)/
No. Description Marks Name of Firm: - Remark
1 Year of Establishment of the Firm (In case of 2
JV 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 2
each of 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 2
than 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 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 10
For DPR project 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

47
National Highways Authority of India RFP for IE during O&M Period

Evaluation Sheet (Relevant Experience of Firm for the Assignment Total Marks = 35)
Certificate
attached
S. (Page No.)/
No. Description Marks Name of Firm:- Remark
For project length > three times the length of
project for which RFP invited - 10 Marks
6 Experience as Independent 6
Engineer/Authority 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
Add 1(one) mark extra 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)
mark.
7 Experience as Independent 8
Engineer/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 35
Anneuxre-A-2
Evaluation Sheet (Adequacy of the Proposed Approach and Methodology)
Reference/Details of
Description Maximum projects Claimed for Marks self assessed
Marks self assessment by the bidder

Site Appreciation 1
(i) Average 0.50
(ii) Good 0.75
(iii) Very Good 1.00
48
National Highways Authority of India RFP for IE during O&M Period

Quality of Approach and 2


Methodology (Review of scope of
work and design review,
construction supervision
methodology, contract
management approach, safety
review/audit and O&M stage, 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 and 2
Quality Assurance Plan
(i) Average 0.75
(ii) Good 1.50
(iii) Very Good 2.00
Total Marks 5

Anneuxre-A-3
Evaluation sheet for assessment of experience in use of technology for road
inspection
S. Description Maximum Reference/Details Marks self
No. Points of projects assessed by
Claimed for self the bidder
assessment
1 Experience in Network Survey Vehicle 5
NSV) or better technology for
pavement inspection
(a) Own Equipment / MoU with Associate
/lease / hire
(a) Experience of 1-2 projects
(b) Experience of 3-5 projects
(c) Experience of >5 projects
2 Experience in Falling Weight 4
Deflectometer (FWD) or better technology
for pavement strength measurement
(a) Own Equipment / MoU with Associate
/lease / hire
(a) Experience of 1-2 projects
(b) Experience of >3 projects

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

Evaluation sheet for assessment of experience in use of technology for road


inspection
S. Description Maximum Reference/Details Marks self
No. Points of projects assessed by
Claimed for self the bidder
assessment
3 Experience in Mobile Bridge Inspection 4
Unit or better technology for bridge
inspection
(a) Own Equipment / MoU with Associate
/lease / hire
(a) Experience of 1-2 projects
(b) Experience of >3 projects

4 Experience in Retro Reflectormeter 4


technology
(a)Own Equipment / MoU with Associate
/lease / hire
(a) Experience of 1-2 projects
(b) Experience of >3 projects
5 Experience in Retro Automatic Traffic 3
Counter cum Classifier (ATCC)
(a) Own Equipment / MoU with Associate
/lease / hire
(a) Experience of 1-2 projects
(b) Experience of >3 projects
Total 20

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

Anneuxre-A-4-1
Evaluation Sheet -Team Leader
S. Description Max. Name of Remarks
No. Marks Firm:…………
1 General Qualification/Name/DOB 25 Name of Team
Leader:………
i. Graduate in Civil Engineering -21marks
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
i) Professional Experience in Highway
Projects:
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 PPP
1 projects - 4 marks
add 1 mark extra for additional projects
subject to maximum 1 (one) marks
3 Employment with the Firm 5
< 1 year -0
1 year -3
Add 0.5 marks for each subsequent
year subject to maximum 2 marks
Total 100

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

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

*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 Maintenance cum Resident Engineer
S. Max. Name of
No. Description Marks Firm:………… Remark
General Qualification/Name/DOB 25 Name of
Highway
Maintenance
Engineer:………
i.Graduate in Civil Engineering- 21 marks 25
ii.Post Graduation in Highway Engg.- 04
marks
2 Adequacy for the project 70
Professional Experience
i) Experience in Highway works (inspection/ 30
design/construction/maintenance)
< 7 years -0
7years -22

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

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

Add two marks extra for each additional


completed year of experience subject to
maximum 8 (eight)
marks.
ii) Experience in similar capacity* in highway 15
Construction / Maintenance works of similar
nature< 3 years -0
3 years -12
Add one marks extra for each additional
completed year of experience subject to
maximum 3 (three)
marks.
iii) Experience in similar capacity* in project 25
involving Construction/ Maintenance works of
4/6 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. Max. Name of
No. Description Marks Firm:………… Remark

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

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

1 General Qualification/Name/DOB 25 Name of Road


Safety
Expert:…… …
Graduate in Civil Engineering - 21 marks 25
Post-Graduation in Traffic/Transportation
/Safety Engineering- 04 marks
2 Adequacy for the project 70
Professional Experience
i) Total Professional Experience 30
< 7years -0
7years -22
Add two mark extra for each additional year
of experience subject to maximum 8 (eight)
marks.
ii) Experience in similar capacity in Road Safety 20
Works of Major Highway Projects 4/6 laning
Projects)
< 3years -0
3years -17
Add one mark extra for each additional year
of experience subject to maximum 3(three)
marks.
iii) Experience in similar capacity in Road Safety 15
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 preparation 5
of Road Safety Management Plan for Inter
Urban 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)

54
National Highways Authority of India RFP for IE during O&M Period

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. Max. Name of
No. Description Marks Firm:…… Remark
1 General Qualification/Name/DOB 25 Name of Bridge/
Structural
Engineer:………
Graduate in Civil Engineering - 21 marks 25
Post Graduation in Structural Engineering - 04
marks.
2 Adequacy for the project 70
Professional Experience
i) Total Professional Experience 30
< 7 years -0
7years -22
Add two mark extra for each additional
completed year subject to maximum 8(eight)
marks.
ii) Experience in similar capacity in 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
completed 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 project.
1 Project -16
Add1 (one) mark extra for each additional
project subject to maximum 4 (four) mark
3 Employment with the Firm 5
< 1 year -0
1 year -3

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

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

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 a key personnel has worked in next lower category to the similar capacity, the marks
allotted to key personnel in the category ‘experience in similar capacity’ shall be reduced to two
thirds of marks in this category. This shall be applicable for evaluation of all key personnel.
2. Similar projects means 2lane /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.

56
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 certificate
No. Employee Held of work Employer Client 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 certificate
No. Employee Held of work Employer Client 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 certificate
No. Employee Held of work Employer Client 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 certificate
No. Employee Held of work Employer Client Period From To Page No.

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

Annexure-I
Name of Project:

Name of Project Director:

Name of Project Implementation Unit:

Name of IE / AE / SC (Please specify)

Stage of Project: Under Implementation / O&M of Completed Project (please select one)

Names of Key Designation Aadhar No. Number of days Number of days % availability
Personnel present on the required to be
project during present during
last 3 months last 3 months as
per schedule

58
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

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

APPENDIX C-1 : FINANCIAL PROPOSAL SUBMISSION FORM

FROM : (Name of Firm) TO :


Regional Officer,
Regional Office-West (UP), Lucknow,
National Highways Authority of India,
3/248, Vishal Khand, Gomti Nagar,
Lucknow, Pin – 226010,
Ph.0522-4960291,
E-mail : [email protected]

Subject :
We, the undersigned, offer to provide the consulting services for the above in accordance
with your Request for Proposal dated [Date], and our proposal. Our attached financial
proposal is for the sum of [Amount in words and figures]. This amount is exclusive of the local
taxes which we have estimated at (Amount in Words and Figures).
Our financial proposal shall be binding upon us up to the expiration of the validity period of
the proposal, i.e., [Date].
We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India
namely “Prevention of Corruption Act 1988”.
Commission and gratuities, if any, paid or to be paid by us to agents relating to this proposal
and contract execution, if we are awarded the contract, are listed below:

Name and Address 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/


Authorised Representative of the firm*
Name of the firm
Address
*Lead Member in case of JV
60
National Highways Authority of India RFP for IE during O&M Period

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 Demobilisation
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.

61
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

5 Years
No. of man-
No. Position Name months* Rate Amount
A Key Personnel (Professional Staff)
1. Team Leader cum Highway Engineer 15
Highway Maintenance
2 60
Cum Resident Engineer
3 Road Safety Expert 15
4 Bridge/Structural Engineer 15
Sub – Total 105
B Sub-professional
1 Assistant Quality cum Material Expert TBN 10
2 Survey Engineer TBN 15
Assistant Highway
3 TBN 60
Maintenance Engineer
4 CAD Expert TBN 15
5 Electrical Engineer TBN 5
6 Horticulture cum landscaping Expert TBN 60
7 Quantity Surveyor TBN 10
8 Toll Plaza Expert (IT)/HOU (02 nos) TBN 60
Sub – Total 235
Total for O&M 340

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

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

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

II. Support Staff

S. Staff Billing Amount


No. Position Name Months Rate ( ) ( )
1 Technical Supervisor TBN 60

2 Accountant-cum-Cashier TBN 60
Office Manager-Cum-Steno-Cum-
3 Computer Operator TBN 60
4 Office Boy TBN 60
Total
: 240

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. No. Description of Qty. (no. of Rate/vehicle- Amount


Vehicles vehicle-month) month
1 Innova/Scorpio or 15
equivalent
2 Indica/Mahindra 2x60=120
Jeep or equivalent

IV. Duty Travel to Site (Fixed Costs): Professional and Sub-Professional Staff

Trips Number of Trips Rate* Amount


Site to NHAI/HQ/RO 30
office and back to key
personnel
Site to NHAI HQ/RO 30
office and back for sub-
professional staff

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

* 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 at Moradabad and the office rent includes electricity and water
Charges, maintenance, cleaning, repairs, security etc. complete.

Nos. of Months Rate/month Amount

60
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 almirahs, computer furniture, conference table etc. Office equipment shall
include as a minimum of telephone (2 external & 10 internal lines), photocopier (15ppm,
12000 copies per month with A3 & A4 input) fax machine, PCs (5 No., Intel Core 2 Duo E8300,
19” color TFT, Cache–6MB, RAM - 2 GB, HDD – 250 GB, DVD Writer, Key board, optical scroll
mouse, MS- Windows Vista Business, pre loaded antivirus etc.), laser printers(2 no., 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. of Rate per


No. of Copies per Total Nos. Copy
No. Description Reports Report of copies (Rs.) Amount
1 Monthly reports 60 3 180
2 Half yearly Reports 10 3 30

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

3 Various others 50 3 150


reports as provided
in the Concession
Agreement
Total

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

IX. Road Survey Equipment


The cost shall include carrying out survey using equipment, manpower, software and report
processing.

Item Kms Rate per No of times Amount


km survey to be (INR)
(INR) conducted

Surface defects detection and roughness 10


measurement using network survey vehicle

Pavement strength measurement using FWD 5

Bridge inspection using mobile bridge inspection unit 10

Road signs inspection using Retro Reflectometer 10


Traffic sampling using ATCC 10
Total

65
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 Concession Agreement dated -------- (the
“Agreement”), which has been entered into between the Authority and --------- (the
“Concessionaire”) for Operation and Maintenance of the 4-Laning of Moradabad-
Bareilly Section of NH-24 from Km 149.250 to Km 271.050 in the state of Uttar Pradesh
on DBFOT basis under NHDP Phase-III A on BOT/DBFOT basis and a copy of which
is annexed hereto and marked as Annex-A to form part of this TOR.

Project
Length
(Km) /
Total Date of
Project signing of
S. Consultancy NH Project Cost Concession Name of the
No. Package No. Stretch (Cr.) Agreement Concessionaire
Independent Engineer Services during Operation & Maintenance stage of following
project in **********
1

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;


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

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;

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, blackspot 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.

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

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.

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

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

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 Mo&RTH (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.

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

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

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.

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.

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

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

Frequency of
Nature of defect or deficiency
inspection

ROADS

(a) Carriageway and paved shoulders

(i) Breach or blockade Daily

(ii) Pot holes Daily

(iii) Cracking Weekly

(iv) Rutting Weekly

(v) Bleeding/skidding Weekly

(vi) Ravelling/Stripping of bitumen surface Weekly

(vii) Damage to pavement edges Weekly

(viii) Removal of debris Daily

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

Variation by more than 2% in the prescribed slope of


(i) Weekly
camber/cross fall

(ii) Edge drop at shoulders Weekly

Variation by more than 15% in the prescribed side


(iii) Weekly
(embankment) slopes

(iv) Rain cuts/gullies in slope Weekly

Damage to or silting of culverts and side drains during and


(v) Weekly
immediately preceding the rainy season

(vi) Desilting of drains in urban/semi-urban areas Daily

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

(c) Road side furniture including road signs and pavement marking

Damage to shape or position;


(i) Daily
poor visibility or loss of retro-reflectivity

(d) Street lighting and telecom (ATMS)

(i) Any major failure of the system Daily

(ii) Faults and minor failures Daily

(iii) Streetlight with Lux Meter Weekly

(e) Trees and plantation

Obstruction in a minimum head-room of 5 m above carriageway or


(i) Daily
obstruction in visibility of road signs

(ii) Deterioration in health of trees and bushes Weekly

(iii) Replacement of trees and bushes Weekly

(iv) Removal of vegetation affecting sight line and road structures Weekly

(f ) Rest areas/ Wayside Amenities

(i) Cleaning of toilets Daily

(ii) Defects in electrical, water and sanitary installations Daily

(g) Toll plaza[s]

(i) Failure of toll collection equipment including ETC or lighting Daily

(ii) Damage to toll plaza Weekly

(h) Other Project Facilities and Approach roads

Damage or deterioration in Approach Roads, -[pedestrian facilities, truck


(i) lay-bys, bus-bays, bus- shelters, cattle crossings, Traffic Aid Posts, Medical Daily
Aid Posts and other works]

(j) Incident Management

Instances of Incident Management as reported including time of call,


(i) Daily
response time, services rendered and time of clearing of the Highway.

(ii) List of the Incident Management Services rendered. Weekly

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

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

BRIDGES

(a) Superstructure of bridges

(i) Cracks Weekly

(ii) Spalling/scaling Weekly

(b) Foundations of bridges

(i) Scouring and/or cavitation Weekly

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

(i) Cracks and damages including settlement and tilting Weekly

(d) Bearings (metallic) of bridges

(i) Deformation Weekly

(e) Joints in bridges

(i) Loosening and malfunctioning of joints Weekly

(f) Other items relating to bridges

(i) Deforming of pads in elastomeric bearings Weekly

Gathering of dirt in bearings and joints; or clogging of spouts, weep holes


(ii) Weekly
and vent-holes

(iii) Damage or deterioration in parapets and handrails Weekly

(iv) Rain-cuts or erosion of banks of the side slopes of approaches Weekly

(v) Damage to wearing coat Weekly

Damage or deterioration in approach slabs, pitching, apron, toes, floor or


(vi) Weekly
guide bunds

(vii) Growth of vegetation affecting the structure or obstructing the waterway Weekly

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

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 document respectively. Manpower which needs to conduct
visual inspection and mode of reporting is defined in the following table.

Frequency of Inspection to be carried out


Mode of reporting
inspection by

Daily Sub-professional staff Soft copy by Email

Weekly Key personnel Soft copy by Email

Monthly Key personnel Hard copy and Soft copy

6.3.4 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
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 Frequency of condition


S No Equipment to be used
Asset survey

Surface defects of Network Survey Vehicle At least twice a year (As


1
pavement (NSV) per survey months defined

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

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

Key metrics of Frequency of condition


S No Equipment to be used
Asset survey
for the state basis rainy
season)

At least twice a year (As


Roughness of per survey months defined
2 Laser Profilometer
pavement for the state basis rainy
season)

Falling Weight
3 Strength of pavement At least once a year
Reflectometer (FWD)

At least twice a year (As


Mobile Bridge Inspection per survey months defined
4 Bridges
Unit (MBIU) for the state basis rainy
season)

At least twice a year (As


Road signs & Road per survey months defined
5 Retro-reflectometer
Markings for the state basis rainy
season)

Traffic Sampling & At least twice a year (As


6 ATCC
Video Recording per survey months)

The first equipment based inspection shall be conducted within 30 days of appointed date of
the Independent Engineer. The other inspections shall be conducted before and after the
rainy seasons as per the schedule defined in Annexure IV, except for FWD testing which shall
be conducted once a year.
Calibration of equipment, wherever needed, is required to be done in presence of Competent
Authority. Once approval of equipment, the settings and a sample data set is provided by
Competent Authority, network level data for entire project stretch can be collected. Month
of survey for each state has been defined in Annexure IV of this document.

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 DGPS receiver etc

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

and in vehicle data processing software or better technology to accurately measure


following pavement surface properties

Surface defect Dimensions to be reported

Length
Cracking Width
Depth

Area
Potholes
Depth

Indicator
Raveling %
Area

Depth
Rutting
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

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

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
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

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

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 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

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

i. The Independent Engineer shall measure Coefficient of retroreflected luminance R A


(nighttime retroreflection) of road traffic signs using a portable retroreflectometer.

ii. The following criteria shall be met by the process of road signs retroreflection
measurement
Measurement of retroreflective signs shall be conducted in accordance with ASTM
E1709 and ASTM E2540
Measurement time after pressing trigger shall be less than or equal to 1
sec 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 after completion
of survey as part of Monthly Progress Report

System generated coefficient of retroreflected luminance R A (nighttime


retroreflection) 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 the inspection
methods 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


i. Consultant shall use ATCC systems that can meet the following accuracy levels after
validation/ calibration:

a) Classification of vehicles: better than 95%

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

b) Counting of vehicles: better than 98%

Before validation and calibration, the ATCC system shall meet the following accuracy
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 the
consultant on a sampling basis and should submit a certificate in this regard.

ii. ATCC systems such as Pneumatic Tube Detector, Inductive Detector Loop, Video Image
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 classification system as
given in relevant IRC code may be followed. However, the following generalized
classification system is suggested in view of the requirements of traffic demand
estimates and economic analysis:

Motorised Traffic Non-Motorised Traffic


2-Wheeler Bi-Cycle
3-Wheeler Cycle-Rickshaw
Passenger Car Animal Drawn Vehicle (ADV)
Utility Vehicle (Jeep, Van etc.) Hand Cart
Other Non-Motorised Vehicle
Mini Bus
Bus
Standard Bus
LCV-Passenger
LCV
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.

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

6.5 The Independent Engineer shall carry out following inspections of ETC lanes at toll plazas
on a month basis:
(a) Infrastructure:
Availability of civil infrastructure at toll plazas required for installation of ETC
systems
Adequacy of hardware, software and other related items as per
IHMCL/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

1.1 Overall road condition

1.2 Key reporting metrics

1.3 Key maintenance activities undertaken


1 Executive Summary
1.4 Pending issues

1.5 Recommended actions by IE

1.6 Strip plan for maintenance

2.1 Key project details

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

S.No Sections Sub sections

2.2 Location map

2.3 Key plan


2 Project Overview
2.4 Summary of project features

2.5 RoW availability

3.1 Issue and action log

Critical issues and action 3.2 Summary of deficiencies


3
taken 3.3 Obligations as per contract

3.4 Inspection schedule

4.1 Summary of NCR issued


4 Monthly Inspection Report
4.2 Equipment based inspection report

5.1 Monthly ETC Report

5 Monitoring of ETC lanes 5.2 On-ground infrastructure report

5.3 On-ground ETC operations & SLA adherence

6.1 Damages for non completion of project


facilities

6 Status of damages 6.2 Damages for breach of maintenance activities

6.3 Damages for non completion of major


maintenance works

7 Change of Scope proposals 7.1 Change of Scope proposals

8 Status of pending disputes 8.1 Status of pending disputes

9.1 Toll collection statement

9 Reports 9.2 Accident Report

9.3 Details of user complaints

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

S.No Sections Sub sections

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 of
repair or remedial works in accordance with the Agreement, and shall also determine the
Damages, if any payable by the Concessionaire to the Authority for such delay.

6.10 The Independent Engineer shall examine the request of the Concessionaire for closure of any
lane(s) of the carriageway for undertaking maintenance/repair thereof, keeping in view the
need to minimise disruption in traffic and the time required for completing such
maintenance/repair in accordance with Good Industry Practice. It shall grant permission with
such modifications, as it may deem necessary, within 3 (three) days of receiving a request
from the Concessionaire. Upon expiry of the permitted period of closure, the Independent
Engineer shall monitor the re-opening of such lane(s), and in case of delay, determine the
Damages payable by the Concessionaire to the Authority under Clause 17.7.

6.11 The Independent Engineer shall monitor and review the curing of defects and
deficiencies by the Concessionaire as set forth in Clause 19.4.

6.12 In the event that the Concessionaire notifies the Independent Engineer of any
modifications that it proposes to make to the Project Highway, the Independent Engineer
shall review the same and send its comments to the Authority and the Concessionaire
within 15 (fifteen) days of receiving the proposal.

83
National Highways Authority of India RFP for IE during O&M Period

6.13 On requirement, the Independent Engineer shall carry out minor design works such as
design of drainage, black spot removal design, etc

6.14 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 than 15
(fifteen) days prior to such Termination, the Independent Engineer shall, in the presence
of a representative of the Concessionaire, inspect the Project Highway for 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.

84
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.
Attendance shall be marked at least once a day and anytime during the day. 1 Biometric
Attendance System shall be installed by the Independent Engineer at its own cost at the
site office in order to facilitate the attendance marking. More systems can be installed
near the project highway upto a maximum of 1 system per 50 km in order to encourage
frequent visits of project highway by key personnel and sub professional staff. A copy of
monthly attendance records shall be attached with Monthly Status Report. Proper
justification shall be provided for cases of absence of key personnel/ sub professional
staff which do not have prior approval from Project Director of concerned stretch.
11.1(a) NHAI has developed an advanced Face Recognition location based mobile Application
System e- Attendance System to track and monitor attendance of key personnel deployed
by AEs/ IEs & Consultants for the project. This system is integrated with Data Lake/ PMS
Portal. The application uses facial recognition, GPS based location identification enabling
a user to mark their daily attendance daily by signing-in, in the morning and sign out, at
the end of the day. The E- attendance System is mandatory with effect from 20 January
2021 for all key personnel/ engineers deployed by AE/ IE Consultant as per their contract.

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.

85
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 1x15
2 Highway Maintenance cum Resident Engineer 1x60
3 Road Safety Expert 1x15
4 Bridge/Structural Engineer 1x15
Sub – Total 105
Sub-professional
1 Assistant Quality cum Material Expert 1x10
2 Survey Engineer 1x15
3 Assistant Highway Maintenance Engineer 1x60
4 CAD Expert 1x15
5 Electrical Engineer 1x5
6 Horticulture cum landscaping Expert 1x60
7 Quantity Surveyor 1x10
8 Toll Plaza Expert (IT)/HOU 60
Sub- Total 235

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. The man-months for the Team Leader have been indicated
accordingly.

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 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.

86
National Highways Authority of India RFP for IE during O&M Period

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, organising 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)

87
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)

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

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.

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

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

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.
ROAD SAFETY EXPERT
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 equipments, safety of workers/road users
and generating awareness /training of site staff of concessionaire. He shall also look into
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.
1. Essential Qualifications.

i. Graduate in Civil Engineering from a recognized University.


ii. Professional Experience of 7 years.
iii. It is mandatory for Road Safety Expert to have completed at least 15 days
certification course on Road Safety Audit 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 any doubt, it is clarified herein that the
certification training course may be either from a single institution or form multiple
institutions.
iv. Minimum 3 years experience in Road Safety works of Major Highway Projects ( 4 / 6
laning projects)
v. Experience in Road Safety Audit of at least one 4/6 lane highway / expressway
project.

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

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

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.

91
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.

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

Toll Plaza Expert (IT)/Highway Operation Unit(HOU) Officer (as per NHAI Policy Circular No.
NHAI/HO/31/2017/05/37 dated 10.01.2018)
The candidate should be Systems Engineer having experience of at least 5 years. He should be an expert in
preparation of standards for systems of toll collection and HTMS in Electronics/computer Science /IT or equivalent.
He should have experience of international latest technology / systems in the field of HTMS and tolling. He should
have work experience of at least one establishing HTMS and one tolling systems.
Educational Qualification
Location of Job- The IT Expert engaged shall site at Toll Plaza (s) under the project under report to HOU of
PIU/RO/HQ NHAI.
Essential Qualification
Bachelor’s Degree in Computer Science / Computer Engineering / IT Electronic & Communications / Electronics &
Instrumentation /MCA
Experience- Minimum 5 years of experience in IT System Integration / Project management of IT Operation out of
which at least 2 year in toll Management System.
Desirable – Having certified training in Behavioural Management from any recognized Institute of hospitality
management.
Real Time Online Toll Data Transfer:- To ensure timely transmission of real time online Toll data in respect of
Toll Plazas under revenue sharing and premium deferment concessions/contracts through EDI. He should interact
and coordinate with audit agencies and Nodal Officers of HQ NHAI for smooth transfer of Toll Data mechanism as
per SoP of NHAI. To facilitate any other NHAI welfare scheme being implemented at Toll Plaza such as Eye Camp,
Blood donation Camp etc.
To above charter of duties is tentative and subject to modification time to time as per requirement of NHAI.

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.
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.
92
National Highways Authority of India RFP for IE during O&M Period

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

Annexure I- Daily Inspection Report

Nature of defect/ deficiency Defect If defect Compliance IE Remarks


found found, of previous
(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

Desilting of drains in
urban/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

93
National Highways Authority of India RFP for IE during O&M Period

Nature of defect/ deficiency Defect If defect Compliance IE Remarks


found found, of previous
(Yes/No) Chainage & defect
side (Yes/No/NA)

Obstruction in a minimum
head-room of 5 m above
carriageway or obstruction in
visibility of road signs

Rest areas

Cleaning of toilets

Defects in electrical, water


and sanitary installations

Toll plaza[s]

Failure of toll collection


equipment including ETC or
lighting

Other Project Facilities and Approach roads

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]

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

Annexure II- Weekly Inspection Report

Defect If defect Compliance of IE


found found, previous defect Remarks
Nature of defect or deficiency
(Yes/No Chainage (Yes/No/NA)
) & side

ROADS

(a) Carriageway and paved shoulders

(i) Breach or blockade

Roughness value exceeding


2,500 mm in a stretch of 1
km (as measured by a
(ii)
standardised
roughometer/bump
integrator)

(iii) Pot holes

Cracking in more than 5% of


(iv) road surface in a stretch of
1 km

Rutting exceeding 10 mm in
more than 2% of road
(v) surface in a stretch of 1 km
(measured with 3 m straight
edge)

(vi) Bleeding/skidding

Ravelling/Stripping of
(vii) bitumen surface exceeding
10 sq m

Damage to pavement edges


(viii)
exceeding 10 cm

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

Defect If defect Compliance of IE


found found, previous defect Remarks
Nature of defect or deficiency
(Yes/No Chainage (Yes/No/NA)
) & side

(ix) Removal of debris

Hard/earth shoulders, side slopes,


(b)
drains and culverts

Variation by more than 2% in


(i) the prescribed slope of
camber/cross fall

Edge drop at shoulders


(ii)
exceeding 40 mm

Variation by more than 15%


(iii) in the prescribed side
(embankment) slopes

(iv) Rain cuts/gullies in slope

Damage to or silting of
culverts and side drains
(v)
during and immediately
preceding the rainy season

Desilting of drains in
(vi)
urban/semi-urban areas

Road side furniture including road


(c)
signs and pavement marking

Damage to shape or
position;
(i)
poor visibility or loss of
retro-reflectivity

(d) Street lighting and telecom (ATMS)

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

Defect If defect Compliance of IE


found found, previous defect Remarks
Nature of defect or deficiency
(Yes/No Chainage (Yes/No/NA)
) & side

Any major failure of the


(i) system

(ii) Faults and minor failures

(e) Trees and plantation

Obstruction in a minimum
head-room of 5 m above
(i)
carriageway or obstruction
in visibility of road signs

Deterioration in health of
(ii)
trees and bushes

Replacement of trees and


(iii)
bushes

Removal of vegetation
(iv) affecting sight line and road
structures

(f ) Rest areas

(i) Cleaning of toilets

Defects in electrical, water


(ii) and sanitary installations

Toll
(g) plaza[s]

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

Defect If defect Compliance of IE


found found, previous defect Remarks
Nature of defect or deficiency
(Yes/No Chainage (Yes/No/NA)
) & side

Failure of toll collection


(i) equipment including ETC or
lighting

(ii) Damage to toll plaza

Other Project Facilities and


(h)
Approach roads

Damage or deterioration in
Approach Roads, -
[pedestrian facilities, truck
(i) 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

Piers, abutments, return walls and


(c)
wing walls of bridges

Cracks and damages


(i) including settlement and
tilting

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

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

Defect If defect Compliance of IE


found found, previous defect Remarks
Nature of defect or deficiency
(Yes/No Chainage (Yes/No/NA)
) & side

(d) Bearings (metallic) of bridges

(i) Deformation

Joints in
(e) bridges

Loosening and
(i)
malfunctioning 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
approach slabs, pitching,
(vi)
apron, toes, floor or guide
bunds

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

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

Defect If defect Compliance of IE


found found, previous defect Remarks
Nature of defect or deficiency
(Yes/No Chainage (Yes/No/NA)
) & side

Growth of vegetation
(vii) affecting the structure or
obstructing the waterway

Annexure III- Monthly Status Report

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

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]

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

Contents
1. Executive Summary ............................................................................. 100
1.1. Overall road condition .................................................................. 100
1.2. Key reporting metrics ................................................................... 100
1.3. Key maintenance activities undertaken .............................................. 100
1.4. Pending issues ............................................................................ 101
1.5. Recommended actions by Independent Engineer ................................... 101
1.6. Strip Plan for maintenance ............................................................. 102
2. Project Overview ................................................................................ 103
2.1. Key project details ...................................................................... 103
2.2. Location Map ............................................................................. 104
2.3. Key plan ................................................................................... 105
2.4. RoW availability .......................................................................... 105
2.5. Summary of project features .......................................................... 106
3. Critical Issues and Action taken ............................................................... 107
3.1. Issue and action log ..................................................................... 107
3.2. Summary of items (Cumulative Observations/ Deficiencies) ...................... 107
3.3. Obligations as per contract ............................................................. 110
3.4. Major maintenance and Inspection schedule ........................................ 110

4. Inspection Report ................................................................................ 112


4.1. Summary of NCR issued ................................................................. 112
4.2. Equipment based inspection report ................................................... 113
5. Monitoring of ETC lanes ......................................................................... 116
5.1. Monthly ETC Report ..................................................................... 116
5.2. On-ground infrastucture report ........................................................ 117
5.3. On-ground ETC operations and SLA adherence ...................................... 118
6. Status of Damages for breach of maintenance activities .................................. 119
6.1. Damages for non completion of project facilities ................................... 119
6.2. Damages for breach of maintenance activities ...................................... 119
6.3. Damages for non completion of major maintenance/ periodic overlay ......... 120

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

7. Change of Scope proposals ..................................................................... 122


8. Status of pending disputes ..................................................................... 122
9. Reports ............................................................................................ 124
9.1. Monthly Toll Collection Report (Applicable only if project highway is tolled) .. 124
9.2. Accident Report .......................................................................... 126
9.3. Details of complaints .................................................................... 128
9.4. Encroachment list ........................................................................ 129
9.5. Lane Closure Report ..................................................................... 129
10. Annexures ......................................................................................... 130

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

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

All figures and graphs in templates are


illustrative. Please add actual details.

1. Executive Summary
1.1. Overall road condition

Road condition LHS RHS


Satisfactory road condition 40 km 20 km
Poor road condition 50 km 70 km
Total length of project 90 km 90 km

1.2. Key reporting metrics

Key metrics Value/Amount


No of pending NCRs 35
Damages amount recommended on Concessionaire (Rs Cr) Rs 5.9 Cr
No of pending Change of Scope proposals 2
No of pending disputes 2
Monthly toll collection (Rs Cr) (If applicable) Rs 3.8 Cr
No of accidents 12
No of encroachments 47

1.3. Key maintenance activities undertaken

Asset Maintenance activities undertaken


Pavement Concessionaire has commenced the work for renewal and repair of
pavement on the project highway w.e.f 14th September 2016
Shoulder
Drainage Cleaning of drainage in builtup areas n progress
Median
Road furniture Concessionaire has taken up repairs and maintenance of MBCB and
electric poles, etc on issuance of NCPs from Independent Engineer
Bridges
Buildings As per provisions of CA and policy decided by MoRTH/NHAI, 2 ETC
lanes at each toll plaza have been operationalised w.e.f. 25th
September 2016. The connectivity of ETC lanes with Central Clearing

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

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

Asset Maintenance activities undertaken


House (CCH) has been achieved and presently ETC lanes are
operationalized in Hybrid Mode due to less number of tags purchased
by highway users
Horticulture Planting of new trees from Chainage 200+300 to 226+650
Trimming of plants which were causing obstruction to highway users
1.4. Pending issues
Overlay on the entire stretch of project length of 252 km and service roads has not
been taken up by Concessionaire yet since the date of completion of overlay is due in
next 25 days
Over all progress is very slow regarding repair of potholes and rutting on Main Carriageway
which is causing inconvenience to highway users and is also a concern from road
safety point of view.
Street lighting in
o Anantapur bypass completed on main carriageway and is energized but
for service roads street lighting is pending on both sides
o Kurnool bypass erection of poles only completed in main carriageway
not yet energized till to date, but for service roads not started
1.5. Recommended actions by Independent Engineer
In spite of the repeated requests, there is no material change in status of works pertaining
to repairs/ rectifications of defects on the project highway. IE has recommended the
damages of Rs 5.9 Cr on the Concessionaire on account of delay in repairs of defects in
road and bridge works in terms of the provision of Clause 15.8.1 of the Concession
Agreement. Concessionaire shall be liable for imposition of further damages on similar
lines till the date of completion
Concessionaire is requested to take at most care for completing the overlay before
31.03.2017 since the existing road condition is getting deteriorated day by day
causing much inconvenience to the traffic

105
National Highways Authority of India RFP for IE during O&M Period

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

All figures and graphs in templates are


illustrative. Please add actual details.

1.6. Strip Plan for maintenance

Satisfactory road condition


(Maintenance not required)
Poor road condition (Maintenance
required)

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

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

All figures and graphs in templates are


illustrative. Please add actual details.

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

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

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

All figures and graphs in templates are


illustrative. Please add actual details.

2.2. Location Map

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

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

All figures and graphs in templates are


illustrative. Please add actual details.

2.3. Key plan

2.4. RoW availability


Width of RoW available on both sides of the highway
availa bl

>20 m
e

16 m

20 m
18 m
16 16 16 16 16 16 16
RoW

14 m
12 m
Width of

10 m
8m 8.2 8.2 8.2 8.2 8.2

6m
LHS-

4m 4.7 4.7 4.7 4.7 4.7


2m 1.8 1.8
Chainage
availabl

2m
e

8m

4m
6m 6.2 6.2 6.2 6.2 6.2 6.2
RoW

10 m 10 10
12 m
Width of

14 m
16 m
17.5 17.5 17.5 17.5 17.5 17.5 17.5 17.5
18 m
RHS-

20 m
25 25 25
>20 m

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

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

SNo Particulars Value


1 No of flyovers 2

2 Service Road 45

3 ROBs 5

4 ROB location (chainage) 261.975, 299.606, 350.547,


396.135 & 420.302

5 RUBs 0

6 RUB location (chainage) NA

7 No of Bypass 7

8 Length of Bypass 43

9 No of Major Bridges 7

10 No of Minor Bridges 67

11 No of Culvert 640

12 No of VUP 16

13 No of PUP/ Cattle Underpass 12

14 No of Major Intersection/ Junction 22

15 No of Toll Plaza 3

16 Location of Toll Plaza (chainage)

17 No of Truck Laybye 30

18 No of Bus Bays 122

19 No of Wayside Amenities 0

20 Location of Wayside Amenities (chainage) NA

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

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

taken till now

suggested by
affected due
Ongoing/New

Chainage(s)

to the issue
Description

for
Concerned

Expected
Action(s)
Action(s)
Authority

resolving
affected
Length
Issue

Issue

Date
(km)
SNo

SC
1 Drying Ongoing Concessio 325+200 to 2.6 Irregular Replaceme NA
up of naire 327+800 watering nt of
plants on plants and
median daily
watering

2 Large New Concessio 387+300 0.1 None Filling of <DD/M


potholes naire LHS potholes M>

All figures and graphs in templates are


illustrative. Please add actual details.

3.2. Summary of items (Cumulative Observations/ Deficiencies)

Work Work
done done
upto during
previous reporting
SNo Description Unit Total month month Balance Remarks

1 Carriageway and paved shoulders

(a) Pot Holes Sqm 42 - - 42

(b) Roughness value mm


exceeding 2,500mm

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

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

Work Work
done done
upto during
previous reporting
SNo Description Unit Total month month Balance Remarks
(c ) Cracking in more than Sqm 7179 - - 7179
5% of road surface

(d) Rutting exceeding Sqm 5 - - 5


10mm in more than 2%
of road surface

(e) Bleeding/Skiding Sqm

(f) Ravelling Sqm

(g) Damage to pavement m


edges exceeding 10cm

2 Hard/Earth Shoulders

(a) Rain cuts/ gullies in Cum 650 25 - 625


slope

(b) Edge drop at shoulders m


exceeding 40 mm

3 Drains and culverts

(a) Cleaning of Culvert Nos 1 - - 1

(b) Damage to or silting of


culverts

(c) Silting of drains in


urban/ semi urban
areas

4 Road furniture

(a) Sign Boards Nos 456 - - 456

(b) Kilometer Stones

(c ) Metal Beam Crash


Barrier

(d) Bus Shelters Nos 72 4 - 68

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

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

Work Work
done done
upto during
previous reporting
SNo Description Unit Total month month Balance Remarks
(e) Junction signs Nos 26 8 - 18

(f) Median Grills Rmt 894 - - 894

(g) Studs Nos 5328 - - 5328

(h) Delineators Nos 8236 - - 8236

(i) Road Marking Sqm 1899 - - 1899

(j) Kerb Painting Sqm 4575 - - 4575

(k) Guard Posts Nos 3657 - - 3657

5 Street lighting and telecom (ATMS)

(a) Street lights Nos

(b) Telecom Nos

6 Trees and plantation

(a) Removal of vegetation Ha 77.42 - 3.57 73.85


affecting sight line and
road structures

(b) Replacement of trees Nos 15072 - - 15072


and bushes

7 Buildings and bridges

(a) Rest areas

(b) Toll plazas

(c ) Bridges

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

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

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 Independent Engineer [DD/MM/YY] [DD/MM/YY]


using NSV

Roughness using Independent Engineer [DD/MM/YY] [DD/MM/YY]


Laser Profilometer

Pavement strength Independent Engineer [DD/MM/YY] [DD/MM/YY]


using FWD

Culvert inspection Independent Engineer [DD/MM/YY] [DD/MM/YY]


using GPR

Bridge inspection Independent Engineer [DD/MM/YY] [DD/MM/YY]


using MBIU

Road sign inspection Independent Engineer [DD/MM/YY] [DD/MM/YY]


using Reflectometer

Other

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

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

Total NCR issued till NCR issued in NCR closed in


previous month reporting month reporting month Balance NCR
SNo Highway asset (A) (B) (C) (A+B-C)

1 Pavement 48 12 25 35

2 Shoulder 7 0 3 4

3 Drainage

4 Median

5 Road furniture

6 Bridges

7 Buildings

8 Horticulture

9 [Other assets]

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

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

Total NCR issued till NCR issued in NCR closed in


previous month reporting month reporting month Balance NCR
SNo Highway asset (A) (B) (C) (A+B-C)

Total

4.2. Equipment based inspection report

Pavement Surface Defects Roughness Pavement Strength

Bleeding (cm)
Lane number

Bituminous E1
Cracks (cm)

(International

SubGrade E3
Resistance

Granular E2
Chainage

Raveling
Potholes

Roughness

Modulus

Modulus
Modulus
Chainage

Ending

Rutting

Texture

Elastic

Elastic
Elastic
Starting

depth
(cm)
(cm)

depth

Index)
Skid
(mm)

(mm)

(mm)
IRI
0.000 0.500 L1 2X10 20X35 2.5X1.2 4X12 25 1.4 4.23 7110 34 14

0.500 1.000 L1 3X5 10X15 1.5X0.8 3X10 24 1.8 2.68 7430 36 15

1.000 1.500 L1

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

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

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

o Potholes
o Raveling
o Bleeding
o Rutting
o Texture depth
o Skid resistance
o Roughness (IRI)
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
oCondition Debris
oCondition Joint
oCondition Deck
oCondition Rails
oCondition Protect

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

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

o Condition Stream
o Condition Superstructure
o Condition Piers
o Condition Abutment
Retroreflectometer report capturing following key metrics of road furniture
o Coefficient of retroreflected luminance RA (nighttime retroreflection) of road traffic signs
ATCC report capturing ADT, AADT, hourly and weekly variations and recommendation on capacity augmentation

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

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
TYPE OF VEHICLE month of previous year For Previous Month For Current Month
No of Fee No of Fee per No of
vehicles Collected vehicles Fee Collected vehicle vehicles Fee Collected

A Car Total 3845 384500 4659 465,900.00 100 4289 428,900.00

B LCV Total 1521 243360 1312 209,920.00 160 1399 223,840.00

C Bus Total 2404 793386 2284 765,207.00 201 2349 786,915.00

D Truck Total 1603 528924 1523 510,138.00 134 1566 524,610.00

E 3 Axle Total 18990 6836400 16310 5,953,150.00 365 15127 5,521,355.00

F MAV Total 16119 8381880 21111 11,188,830.00 530 18790 9,958,700.00

Over
G Total 1 630 27 17,280.00 640 36 23,040.00
Size

Total for the


49844 18,050,618 52963 19,898,834 49016 18,265,661
Month

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

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

5.2. On-ground infrastucture report


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

Equipment as
Units Equipment per
Total Units damaged/ owner/ specifications
SNo Description units working missing provider (Y/N) Remarks
1 Hardware

(a) Over-head transceiver 4 3 1 ABC Co. Y

(b) Hand-held reader

(c ) Lane controller

(d) AVC

(h) Camera

(l) Weigh-in-motion

(m) Static weigh bridge

(n) Any other items

2 Softwares

(a) Software – Lane/ Plaza level

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

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

Equipment as
Units Equipment per
Total Units damaged/ owner/ specifications
SNo Description units working missing provider (Y/N) Remarks
(c) TMS

(d) Any other items

5.3. On-ground ETC operations and SLA adherence

Average queue Average queue Average Average Average Average Average


transction
Lane length during length during Transaction time transaction transaction transaction
time
peak time non peak time (cash) time (RFID) time (cards) time (wallet)
(others)
UPI – 20
Lane 1 10 vehicles 5 vehicles 15 seconds 10 seconds 20 seconds 25 seconds
seconds

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%

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

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

6. Status of Damages for breach of maintenance activities


6.1. Damages for non completion of project facilities

SNo Period Amount of damages (Rs)

1 Upto June 2016 15,00,35,000

2 Jul 2016 2,00,88,000

3 Aug 2016 2,00,88,000

4 Sep 2016 1,94,40,000

Total 20,96,51,000

Supporting Calculations for damages for Sep 2016

No of days in Sep = 30
Performance security is Rs 64,80,00,000
As per CA Clause 12.3.2 damages payable is 0.1% of performance security per day = Rs
6,48,000 Total damages payable = 30 X 6,48,000 = Rs 1,94,40,000

6.2. Damages for breach of maintenance activities

SNo Period Amount of damages (Rs)

1 Upto June 2016 1,00,35,000

2 Jul 2016 6.63,196

3 Aug 2016 6,63,196

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

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

SNo Period Amount of damages (Rs)

4 Sep 2016 52,22,444

Total 1,65,83,836

Supporting Calculations for damages for reporting month


o
f

daysasperC
TotalQuantity

Damagesfr
ofinspectio
orepa

daysdamag
athighersid

Damagesam
Cost

iras

Damages
Damages
Nature

asperCA

No of

No of
Date
Unit

ount
Rate

om
defect

es
e

A
n
S No

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

SNo Period Amount of damages (Rs)


1 June 2016 6,48,000

2 Jul 2016 2,00,88,000

3 Aug 2016 2,00,88,000

4 Sep 2016 1,94,40,000

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

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

SNo Period Amount of damages (Rs)


Total 6,02,64,000

Supporting Calculations for damages for Sep 2016

No of days in Sep = 30
Performance security is Rs 64,80,00,000
As per CA Clause 12.3.2 damages payable is 0.1% of performance security per day = Rs 6,48,000
Total damages payable = 30 X 6,48,000 = Rs 1,94,40,000

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

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

All figures and graphs in templates are


illustrative. Please add actual details.
7. Change of Scope proposals

Expected/
Date of first Actual date of
SNo Proposal Details submission to IE Current status COS Amount approval
1 Constructionof[Flyover [DD/MM/YYYY] Approvedin principle by [+/- Amount] [DD/MM/YYYY]
Name] at [Chainage] Authority. Detailed quantitSCs in
proper order yet to be submitted

2 Nallah diversion through box [DD/MM/YYYY] Clarifications to be submitted by [+/- Amount] [DD/MM/YYYY]
culvert at [Chainage] Concessionaire, expected date
[DD/MM/YYYY]

8. Status of pending disputes

Dispute
Date of first Amount (if
SNo Dispute Details submission to IE Suggested resolution by IE applicable) Current stage
1 Increased tollable length [DD/MM/YYYY] No merit in increasing tollable length NA SAROD
to be applicable in toll fee hence no action required by NHAI
calculations
2 Filling stations [DD/MM/YYYY] NHAI to consider the [+/- Amount] B/w Concessionaire
energized without Concessionaire's and NHAI
request for
obtaining NOC from intervention and
ministry assistance

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

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. Reports
9.1. Monthly Toll Collection Report (Applicable only if project highway is tolled)

For Corresponding
month of previous
TYPE OF VEHICLE year For Previous Month For Current Month
No of Fee No of Fee Fee per No of Fee
vehicles Collected vehicles Collected vehicle vehicles Collected
Single 3845 384500 4659 465,900.00 100 4289 428,900.00

A Car Return 1506 218370 1972 295,800.00 150 1758 263,700.00

Local 769 38450 979 48,950.00 50 1029 51,450.00

Single 1521 243360 1312 209,920.00 160 1399 223,840.00

B LCV Return 134 31490 162 38,880.00 240 132 31,680.00

Local 1683 134640 1838 147,040.00 80 1461 116,880.00

Single 2404 793386 2284 765,207.00 201 2349 786,915.00

C Bus Return 359 177903 173 87,567.00 303 203 102,717.00

Local 277 45738 205 34,782.00 102 318 54,060.00

Truck Single 1603 528924 1523 510,138.00 134 1566 524,610.00

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

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

For Corresponding
month of previous
TYPE OF VEHICLE year For Previous Month For Current Month

No of Fee No of Fee Fee per No of Fee


vehicles Collected vehicles Collected vehicle vehicles Collected
Return 240 118602 116 58,378.00 202 136 68,478.00
D
Local 185 30492 136 23,188.00 68 212 36,040.00

Single 18990 6836400 16310 5,953,150.00 365 15127 5,521,355.00

E 3 Axle Return 131 70740 34 18,700.00 550 37 20,350.00

Local 69 12420 84 15,540.00 185 131 24,235.00

Single 16119 8381880 21111 11,188,830.00 530 18790 9,958,700.00

F MAV Return 2 1550 20 15,800.00 790 35 27,650.00

Local 6 1560 18 4,770.00 265 8 2,120.00

Single 1 630 27 17,280.00 640 36 23,040.00

G Over Size Return 0 0 - 965 -

Local 0 0 - 320 -

Total for the Month 49844 18,050,618 52963 19,898,834 49016 18,265,661

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

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

All figures and graphs in templates are


illustrative. Please add actual details.

9.2. Accident Report

A B C D E F G H I J K
No of affected

of

of

o
f
persons

Nature of accident

Weather condition
Intersection type
Accident location

Help provided by
Load conditions
Time of accident

Type of vehicle
Road condition

Type of victim
Classification

Age of victim
Chainage no

Sex (M/F)

accident

vehicle

control
Causes

Major

Minor
Fatal
Date
S No

1 1/1/17 382/050 05:25 M 2 2 3 4 1 1 - 1 3 1 3 - 1 1 Ambu


RHS pm

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

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

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. Hand Drawn Cart 11. Animal Drawn Cart

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

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

Contact
Toll Complaint Name of the details of Compliance by the
SNo plaza No Date person person Details of complaint concessionaire
1 81 8/9/2016 Mr. Shailendra Mr. Shailendra Complaints Pot holes are repaired
Gurjar, LIG-44,RSS regarding Pot holes on the
mohalla, Shivaji Highway may cause
Nagar, Bhopal (M.P.) accidents.

2 82 10/9/2016 Dr. Anil Diwakar, HIG Dr. Diwakar complaints Animals are continuously
Swarganga Complex that presence of Animals driven out from the Road
Bus Stand Seoni and also Pot holes on road by the Highway Patrolling
(M.P.) are obstructing the driving team and Pot holes are
which may cause repaired.
accidents.

3 83 11/9/2016 Maj. Sidharth, 238 Fd Maj. Sidharth while The Exemption under
wksp C/o- 56 APO travelling in personal car Indian Toll (Army and Air
wants Exemption from force) Act 1901, to army
Toll Fee on production of personnel travelling in
I.D. Card private vehicle may be
given if on Govt. duty with
requisite pass as specified
in the Indian Toll (Army
and Air Force Rules, 1942)

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

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

All figures and graphs in templates are


illustrative. Please add actual details.

9.4. Encroachment list

Category (Tea stall,


Encroachment type

Encroachment width
Establishment (New/

Distance from road

Name of Encroacher
Chainage

Side (LHS/RHS)

Temple, etc)
(Temporary/
Permanent)

and length
edge (m)
existing)
District/
Stretch

Village
Tehsil
(km)
SNo

1 212+500 LHS Kurnool Kurnool Temporary Tea stall New 7 5mX3.5m Vijay Kumar Reddy

2 213+200 RHS Kurnool Dinnedevara Padu Permanent Godown Existing 5 10.5m X 4m Buddana

9.5. Lane Closure Report

Chainage (Km) Reasons for Lane


Closure & Approval
S. No Date From To Side Time of Closure Details Remarks
1 9/9/2016 215+300 215+350 RHS 1pm-4pm Patch work

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

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

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

Defect If defect Compliance of IE Remarks


Nature of defect or deficiency
found found, previous defect
(Yes/No) Chainage & (Yes/No/NA)
side

ROADS

(a) Carriageway and paved shoulders

(i) Breach or blockade

Roughness value exceeding 2,500 mm


in a stretch of 1 km (as measured by a
(ii)
standardised roughometer/bump
integrator)

(iii) Pot holes

Cracking in more than 5% of road


(iv)
surface in a stretch of 1 km

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

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

Defect If defect Compliance of IE Remarks


Nature of defect or deficiency
found found, previous defect
(Yes/No) Chainage & (Yes/No/NA)
side

Rutting exceeding 10 mm in more than


(v) 2% of road surface in a stretch of 1 km
(measured with 3 m straight edge)

(vi) Bleeding/skidding

Ravelling/Stripping of bitumen surface


(vii) exceeding 10 sq m

Damage to pavement edges exceeding


(viii)
10 cm

(ix) Removal of debris

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

Variation by more than 2% in the


(i)
prescribed slope of camber/cross fall

Edge drop at shoulders exceeding 40


(ii)
mm

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

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

Defect If defect Compliance of IE Remarks


Nature of defect or deficiency
found found, previous defect
(Yes/No) Chainage & (Yes/No/NA)
side

Variation by more than 15% in the


(iii) prescribed side (embankment) slopes

(iv) Rain cuts/gullies in slope

Damage to or silting of culverts and


(v) side drains during and immediately
preceding the rainy season

Desilting of drains in urban/semi-urban


(vi) areas

(c) Road side furniture including road signs and pavement marking

Damage to shape or position;


(i) poor visibility or loss of retro-
reflectivity

(d) Street lighting and telecom (ATMS)

(i) Any major failure of the system

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

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

Defect If defect Compliance of IE Remarks


Nature of defect or deficiency
found found, previous defect
(Yes/No) Chainage & (Yes/No/NA)
side

(ii) Faults and minor failures

(e) Trees and plantation

Obstruction in a minimum head-room


(i) of 5 m above carriageway or
obstruction in visibility of road signs

Deterioration in health of trees and


(ii)
bushes

(iii) Replacement of trees and bushes

Removal of vegetation affecting sight


(iv) line and road structures

(f ) Rest areas

(i) Cleaning of toilets

Defects in electrical, water and


(ii) sanitary installations

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

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

Defect If defect Compliance of IE Remarks


Nature of defect or deficiency
found found, previous defect
(Yes/No) Chainage & (Yes/No/NA)
side

(g) Toll plaza[s]

Failure of toll collection equipment


(i)
including ETC or lighting

(ii) Damage to toll plaza

(h) Other Project Facilities and Approach roads

Damage or deterioration in Approach


Roads, -[pedestrian facilities, truck
(i) 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

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

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

Defect If defect Compliance of IE Remarks


Nature of defect or deficiency
found found, previous defect
(Yes/No) Chainage & (Yes/No/NA)
side

(b) Foundations of bridges

(i) Scouring and/or cavitation

(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

(i) Loosening and malfunctioning of joints

(f) Other items relating to bridges

Deforming of pads in elastomeric


(i)
bearings

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

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

Defect If defect Compliance of IE Remarks


Nature of defect or deficiency
found found, previous defect
(Yes/No) Chainage & (Yes/No/NA)
side

Gathering of dirt in bearings and joints;


(ii) or clogging of spouts, weep holes and
vent-holes
Damage or deterioration in parapets
(iii)
and handrails
Rain-cuts or erosion of banks of the
(iv)
side slopes of approaches

(v) Damage to wearing coat


Damage or deterioration in approach
(vi) slabs, pitching, apron, toes, floor or
guide bunds
Growth of vegetation affecting the
(vii)
structure 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
Project photographs

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

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 1 st
March, 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 2nd equipment based survey
shall be conducted in the month of November, the 3rd survey shall be conducted in
the month of May and so on. As regards FWD, the first test/survey shall be conducted
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

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

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

Survey before
Region State Survey after rains
rains

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

Andaman And
South Apr Nov
Nicobar Islands

South Andhra Pradesh Apr Nov

South Karnataka Apr Nov

South Kerala Apr Nov

South Pondicherry Jun Jan

South Tamil Nadu Jun Jan

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

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

Survey before
Region State Survey after rains
rains

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

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

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

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

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

Table of contents
Contents Page Nos.

SECTION 1 ROAD INVENTORY DATA 140

1.1. Location Reference Post (LRP) Master 143


1.2. Carriageway 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 Deflectometer (FWD) 173
2.7. Falling Weight Deflectometer (FWD) Rigid 177

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

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

SECTION 1 - ROAD INVENTORY DATA


Road inventory data consists of parameters which provide basic information about
roads such as pavement type, number of lanes, topography, etc. These parameters
are largely static in nature, and therefore a survey to update this dataset shall be
conducted only once 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


NHNumber New National Highway number NH0065

LRPName Name of location reference post (LRP) Km stone 17

Chainage Chainage of the survey point (in km) 17

Direction Direction of survey Increasing


Increasing (chainage)
Decreasing (chainage)
Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

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

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

Field Description Example


SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

OldNHNumber Old National Highway number NH0065

SectionCode Code indicating starting and ending HYD-VIJ (Hyderabad-


locations of section Vijayawada)
A sample output is shown below for reference

NH Survey Old NH Section


LRP Name Chainage Direction Latitude Longitude Altitude
Number Date Number Code

23-12-
NH0xxx Road Start 1.230 Increasing 9.98897 78.02671 63.07767 15 NH0yyy ABC-DEF

23-12-
NH0xxx Km Stone 8 8.000 Increasing 9.98444 78.02934 68.60126 15 NH0yyy ABC-DEF

23-12-
NH0xxx Km Stone 8 8.030 Increasing 9.98341 78.03004 68.15520 15 NH0yyy ABC-DEF

23-12-
NH0xxx Km Stone 9.008 Increasing 9.98107 78.03078 65.17153 15 NH0yyy ABC-DEF

23-12-
NH0xxx Km Stone 12.012 Increasing 9.96328 78.04160 56.03436 15 NH0yyy ABC-DEF

NH0xxx Km Stone 17 17.085 Increasing 9.95385 78.05255 56.24748 23-12-15 NH0yyy ABC-DEF

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


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Type of carriageway, classified into one of Divided


the below categories:
CarriagewayType
Divided
Undivided
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
National Highways Authority of India RFP for IE during O&M Period

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

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

Field Description Example


Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference

Start End Carriageway Date of


NHNumber Section Latitude Longitude
Chainage Chainage Type Survey

NH00xx ABC-DEF 0.000 0.794 Undivided 06-05-17 9.98897 78.02671

NH00xx ABC-DEF 0.794 1.000 Undivided 06-05-17 9.98444 78.02934

NH00xx ABC-DEF 1.000 2.810 Undivided 06-05-17 9.98341 78.03004

NH00xx ABC-DEF 2.810 4.335 Undivided 06-05-17 9.98107 78.03078

NH00xx ABC-DEF 4.335 6.666 Undivided 06-05-17 9.96328 78.04160

NH00xx ABC-DEF 6.666 12.906 Undivided 06-05-17 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


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Classification of road on basis of number Four Lane


of lanes
Single Lane
RoadType Two Lane
Intermediate Lane
Four Lane
Six Lane

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

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

Field Description Example


SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Start End Date of


NHNumber Section RoadType Latitude Longitude
Chainage Chainage Survey

NH00xx ABC-DEF 0.000 0.794 Two Lane 06-05-17 9.98897 78.02671

NH00xx ABC-DEF 0.794 1.000 Two Lane 06-05-17 9.98444 78.02934

NH00xx ABC-DEF 1.000 2.810 Two Lane 06-05-17 9.98341 78.03004

NH00xx ABC-DEF 2.810 4.335 Two Lane 06-05-17 9.98107 78.03078

NH00xx ABC-DEF 4.335 6.666 Two Lane 06-05-17 9.96328 78.04160

NH00xx ABC-DEF 6.666 12.906 Two Lane 06-05-17 9.95385 78.05255

1.4 Pavement Type


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Direction Increasing (chainage)
Decreasing (chainage)
Classification of pavement based on type Asphalt
PavementType of surface:
Asphalt

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

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

Field Description Example


Cement concrete
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Start End Pavement Date of


NHNumber Section Direction Latitude Longitude
Chainage Chainage Type Survey

NH00xx ABC-DEF 0.000 0.804 Both Asphalt 06-05-17 9.98897 78.02671

NH00xx ABC-DEF 0.804 1.000 Both Asphalt 06-05-17 9.98444 78.02934

NH00xx ABC-DEF 1.000 1.172 Both Asphalt 06-05-17 9.98341 78.03004

NH00xx ABC-DEF 1.172 2.821 Both Asphalt 06-05-17 9.98107 78.03078

NH00xx ABC-DEF 2.821 4.350 Both Asphalt 06-05-17 9.96328 78.04160

NH00xx ABC-DEF 4.350 6.710 Both Asphalt 06-05-17 9.95385 78.05255

NH00xx ABC-DEF 6.710 12.925 Both Asphalt 06-05-17 9.93102 78.05648

1.5 Pavement Width


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Direction Increasing (chainage)
Decreasing (chainage)

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

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

Field Description Example


Width of the pavement in metres, >7m and <10.5m
classified into one of the below categories
>= 3.75m and < 5.5m
PavementWidth >5.5m and < 7m
>= 7m and < 10.5m
>=10.5m and <=12.5m
> 12.5m
Width of the pavement in metres, 7.0
PavementWidthValue
rounded to two places after decimal
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Pavement
Section Start End Pavement Survey
NH Number Direction Width Latitude Longitude
Code Chainage Chainage Width Date
Value

06-05-
NH00xx ABC-DEF 0.000 0.794 Both 7 – 10.5 m 7.00 17 9.98897 78.02671

06-05-
NH00xx ABC-DEF 0.794 1.000 Both 7 – 10.5 m 7.00 17 9.98444 78.02934

06-05-
NH00xx ABC-DEF 1.000 2.810 Both 7 – 10.5 m 7.00 17 9.98341 78.03004

06-05-
NH00xx ABC-DEF 2.810 4.335 Both 7 – 10.5 m 7.00 17 9.98107 78.03078

06-05-
NH00xx ABC-DEF 4.335 6.666 Both 7 – 10.5 m 7.00 17 9.96328 78.04160

NH00xx ABC-DEF 6.666 12.906 Both 7 – 10.5 m 7.00 06-05-17 9.95385 78.05255

1.6 Shoulder Type


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)

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

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

Field Description Example


StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Increasing (chainage)
Direction Decreasing (chainage)
Type of shoulder, classified into one of Gravel
the below categories:
None
Paved
Gravel
ShoulderType Earth
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Number Section Code Start Chainage End Chainage Direction ShoulderType Survey Date Latitude Longitude

NH00xx ABC-DEF 0.000 0.763 Increasing No Shoulder 09-01-16 9.98897 78.02671

NH00xx ABC-DEF 0.763 0.834 Increasing Gravel 09-01-16 9.98444 78.02934

NH00xx ABC-DEF 0.834 1.254 Increasing Gravel 09-01-16 9.98341 78.03004

NH00xx ABC-DEF 1.254 2.945 Increasing Gravel 05-01-16 9.98107 78.03078

NH00xx ABC-DEF 2.945 4.327 Increasing Gravel 05-01-16 9.96328 78.04160

NH00xx ABC-DEF 4.327 4.405 Increasing Gravel 05-01-16 9.95385 78.05255

NH00xx ABC-DEF 4.405 6.844 Increasing Gravel 05-01-16 9.93102 78.05648

NH00xx ABC-DEF 6.844 9.359 Increasing Gravel 05-01-16 9.91229 78.04961

NH00xx ABC-DEF 9.359 12.966 Increasing Gravel 05-01-16 9.89041 78.03458

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.

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

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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Increasing (chainage)
Direction Decreasing (chainage)
Width of the shoulder in metres, classified < 1m
into one of the below categories
No shoulder
< 1m
>= 1m and <= 2m
ShoulderWidth > 2m
Width of the shoulder in metres, rounded 0.5
ShoulderWidthValue to one place after decimal
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Shoulder
Section Start End Shoulder Survey
NH Number Direction Width Latitude Longitude
Code Chainage Chainage Width Date
Value

No
NH0xxx ABC-DEF 0.000 0.785 Increasing 0.0 03-01-16 9.98897 78.02671
Shoulder

No
NH0xxx ABC-DEF 0.785 2.612 Increasing 0.0 03-01-16 9.98444 78.02934
Shoulder

03-01-
NH0xxx ABC-DEF 2.612 3.170 Increasing 1-2m 2.0 16 9.98341 78.03004

03-01-
NH0xxx ABC-DEF 3.170 5.194 Increasing 1-2m 2.0 16 9.98107 78.03078

03-01-
NH0xxx ABC-DEF 5.194 6.793 Increasing 1-2m 2.0 16 9.96328 78.04160

NH0xxx ABC-DEF 6.793 11.404 Increasing 1-2m 2.0 03-01-16 9.95385 78.05255

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

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.

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Topography of the road, classified into Flat


one of the below categories
Flat
Rolling
Topography Hilly
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End Survey


NH Number Topography Latitude Longitude
Code Chainage Chainage Date

NH0xxx ABC-DEF 0.000 0.808 Flat 05-01-16 9.98897 78.02671

NH0xxx ABC-DEF 0.808 1.254 Flat 05-01-16 9.98444 78.02934

NH0xxx ABC-DEF 1.254 2.828 Flat 05-01-16 9.98341 78.03004

NH0xxx ABC-DEF 2.828 4.363 Flat 05-01-16 9.98107 78.03078

NH0xxx ABC-DEF 4.363 6.724 Flat 05-01-16 9.96328 78.04160

NH0xxx ABC-DEF 6.724 12.933 Flat 05-01-16 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.

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

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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Increasing (chainage)
Direction Decreasing (chainage)
Cross section type, classified into one of Fill
the below categories
Cut
Fill
Cut and Fill
CrossSection Level
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End


NH Number Direction Cross Section Survey Date Latitude Longitude
Code Chainage Chainage

NH0xxx ABC-DEF 0.000 0.822 Increasing Level 03-01-16 9.98897 78.02671

NH0xxx ABC-DEF 0.822 2.642 Increasing Level 03-01-16 9.98444 78.02934

NH0xxx ABC-DEF 2.642 3.199 Increasing Level 03-01-16 9.98341 78.03004

NH0xxx ABC-DEF 3.199 5.360 Increasing Level 03-01-16 9.98107 78.03078

NH0xxx ABC-DEF 5.360 5.715 Increasing Fill 03-01-16 9.96328 78.04160

NH0xxx ABC-DEF 5.715 6.941 Increasing Level 03-01-16 9.95385 78.05255

NH0xxx ABC-DEF 6.941 11.163 Increasing Level 03-01-16 9.93102 78.05648

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

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

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.

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Increasing (chainage)
Direction Decreasing (chainage)
Type of drain, classified into one of the Open lined drain
below categories
Open unlined drain
Open lined drain
Covered line drain
DrainType No drain
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NHNumber SectionCode StartChainage EndChainage Direction DrainType SurveyDate Latitude Longitude

Open Unlined
NH0xxx ABC-DEF 0.000 0.069 Increasing 09-01-16 9.98897 78.02671
Drain

Open Lined
NH0xxx ABC-DEF 0.069 0.782 Increasing 09-01-16 9.98444 78.02934
Drain

NH0xxx ABC-DEF 0.288 0.000 Decreasing Open Unlined 09-01-16 9.98341 78.03004
Drain

Open Unlined
NH0xxx ABC-DEF 0.782 0.846 Increasing 09-01-16 9.98107 78.03078
Drain

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

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

NHNumber SectionCode StartChainage EndChainage Direction DrainType SurveyDate Latitude Longitude

Open Unlined
NH0xxx ABC-DEF 0.846 1.254 Increasing 09-01-16 9.96328 78.04160
Drain

Open Unlined
NH0xxx ABC-DEF 1.254 2.265 Increasing 05-01-16 9.95385 78.05255
Drain

NH0xxx ABC-DEF 1.929 0.288 Decreasing Open Unlined 09-01-16 9.93102 78.05648
Drain

NH0xxx ABC-DEF 1.952 1.929 Decreasing No Drain 09-01-16 9.91229 78.04961

Open Unlined
NH0xxx ABC-DEF 2.265 3.005 Increasing 05-01-16 9.89041 78.03458
Drain

NH0xxx ABC-DEF 2.680 1.952 Decreasing Open Unlined 09-01-16 9.88489 78.02995
Drain

Open Unlined
NH0xxx ABC-DEF 3.005 4.424 Increasing 05-01-16 9.87474 78.02828
Drain

NH0xxx ABC-DEF 3.109 2.680 Decreasing Open Unlined 09-01-16 9.87363 78.02744
Drain

NH0xxx ABC-DEF 3.320 3.109 Decreasing Covered Line 09-01-16 9.84857 78.01535
Drain

NH0xxx ABC-DEF 3.917 3.320 Decreasing Open Unlined 09-01-16 9.83764 78.00392
Drain

Open Unlined
NH0xxx ABC-DEF 4.424 4.601 Increasing 05-01-16 9.83711 77.98576
Drain

Open Unlined
NH0xxx ABC-DEF 4.601 5.693 Increasing 05-01-16 9.83386 77.97729
Drain

1.11 Median Opening


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)

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

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

Field Description Example


StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Increasing (chainage)
Direction Decreasing (chainage)
Type of median, classified into one of the Raised
below categories
Raised;
Depressed;
Barrier;
MedianType None.
Width of the median in metres, rounded 0.5
MedianWidth to one place after decimal
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End Median Median Survey


NHNumber Code Chainage Chainage Direction Type Width Date Latitude Longitude

NH00xx ABC-DEF 0.000 0.794 Both Raised 0.5 05-01-16 9.98897 78.02671

NH00xx ABC-DEF 0.794 1.000 Both Raised 0.5 05-01-16 9.98444 78.02934

NH00xx ABC-DEF 1.000 2.810 Both No Median 0.0 05-01-16 9.98341 78.03004

NH00xx ABC-DEF 2.810 4.335 Both Raised 1.5 05-01-16 9.98107 78.03078

NH00xx ABC-DEF 4.335 6.666 Both No Median 0.0 05-01-16 9.96328 78.04160

NH00xx ABC-DEF 6.666 12.906 Both No Median 0.0 05-01-16 9.95385 78.05255

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.

Field Description Example


NHNumber New National Highway number NH0065

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

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

Field Description Example


Code indicating starting and ending HYD-VIJ (Hyderabad-
SectionCode locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Increasing (chainage)
Direction Decreasing (chainage)
RowWidth Width of Right of Way (in metres) 24

Remarks

SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End ROW Survey


NHNumber Direction Remarks Latitude Longitude
Code Chainage Chainage Width Date

NH0xxx ABC-DEF 0.000 1.000 Increasing 28 05-05-15 9.98897 78.02671

NH0xxx ABC-DEF 1.000 2.000 Increasing 24 05-05-15 9.98444 78.02934

NH0xxx ABC-DEF 2.000 3.000 Increasing 30 05-05-15 9.98341 78.03004

NH0xxx ABC-DEF 3.000 4.000 Increasing 26 05-05-15 9.98107 78.03078

NH0xxx ABC-DEF 4.000 11.000 Increasing 24 05-05-15 9.96328 78.04160

1.13 Pavement composition


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500

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

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

Field Description Example


EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Direction Increasing (chainage)
Decreasing (chainage)
Type of pavement Asphalt
PavementType Asphalt
Cement concrete
BC
BituminousSurfaceC Type of bituminous surface course
ourseType
40
BituminousSurfaceC Thickness of BSC layer in mm
ourse ThicknessMM
BSCConstructionYea Year of construction of BSC layer in flexible 2015
r pavements

Bituminous DBM
Type of bituminous base course
BaseCourseType

Bituminous 100
BaseCourseThick— Thickness of BBC layer in mm
ness

BBCConstruction Year of construction of BBC layer in 2015


Year flexible pavements

GranularBaseType Type of granular base WMM

250
GranularBaseThick- Thickness of GB layer in mm
ness
GBConstruction Year of construction of GB layer in flexible 2015
Year pavements

PavementQuality PQC
Type of pavement quality concrete
ConcreteType

PavementQuality 300
Thickness of PQC layer in mm
ConcreteThickness

PQCConstruction Year of construction of PQC layer in rigid 2015


Year pavements

DryLeanConcrete 100
Thickness of DLC layer in mm
ThicknessMM

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

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

Field Description Example


DryLeanConcrete DLC
Type of dry lean concrete
Type

DLCConstruction Year of construction of DLC layer in rigid 2015


Year pavements

GranularSubBase GSB
Type of granular sub base
Type

GranularSubBase 200
Thickness of GSB layer in mm
Thickness

GSBConstruction 2014
Year of construction of GSB layer
Year

DesignCBR Design CBR of the subgrade, expressed in % 5%

SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


Bituminou
Bituminous BSC s Bituminous
Sec- Start End Bituminous BBC Granula Granular
Pavemen
Direc- t Surface Construc Base Base
NH No. tion Chain Chain Surface Construc- r Base Base
tion Type Course Course -tion Course Course
Code age age Type tion Year Type Thickness
Thickness Year Type Thickness

NH00xx ABC- 0.0 5.0 Both Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
DEF side

ABC- Both
NH00xx DEF 5.0 11.0 side Asphalt BC 40.0 2015 DBM 80 2015 WMM 250

ABC- Both
NH00xx DEF 11.0 20.0 side Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250

ABC- Both
NH00xx DEF 20.0 22.0 side Asphalt BC 40.0 2015 DBM 100 2015 WMM 250

NH00xx ABC- 22.0 30.0 Both Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
DEF side

ABC- Both
NH00xx DEF 30.0 31.0 side Asphalt BC 40.0 2015 DBM 100 2015 WMM 250

(table continued…)

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

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

GB Pavement Pavement PQC DLC


Dry Lean Dry Lean Granular Granular GSB Latit
Constru Quality Quality Constru Constru Design Survey u Longitu
Concrete Concrete SubBase SubBase Construct
ction Concrete Concrete ction ction CBR Date de de
Thickness Type Type Thickness ion Year
Year Type Thickness Year Year

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 9.98 78.03

2015 NA NA NA NA NA NA GSB 300 2015 5% 05-05-15 9.98 78.03

2015 NA NA NA NA NA NA GSB 300 2015 5% 05-05-15 9.98 78.03

2015 NA NA NA NA NA NA GSB 300 2015 5% 05-05-15 9.96 78.04

2015 NA NA NA NA NA NA GSB 300 2015 5% 05-05-15 9.95 78.05

1.14 Carriageway Furniture


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)
Chainage Chainage of the point (in km) 0.500

Direction of survey Increasing


Direction Increasing (chainage)
Decreasing (chainage)
Wayside amenities classified into one of Road sign
the below categories:
Wayside Amenity Crash barriers
Type Signs
Street Lights
Km stone

SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

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

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

A sample output is shown below for reference:

NHNumber SectionCode Chainage Direction EventType SurveyDate Latitude Longitude

Street
NH00xx ABC-DEF 0.012 Increasing 03-01-16 9.98897 78.02671
Light Start

Street
NH00xx ABC-DEF 0.287 Increasing 03-01-16 9.98444 78.02934
Light End

NH00xx ABC-DEF 2.491 Decreasing Road Sign 03-01-16 9.98341 78.03004

NH00xx ABC-DEF 2.708 Decreasing Road Sign 03-01-16 9.98107 78.03078

NH00xx ABC-DEF 3.496 Increasing Road Sign 03-01-16 9.96328 78.04160

NH00xx ABC-DEF 5.160 Increasing Road Sign 03-01-16 9.95385 78.05255

NH00xx ABC-DEF 5.356 Decreasing Road Sign 03-01-16 9.93102 78.05648

NH00xx ABC-DEF 8.402 Decreasing Road Sign 03-01-16 9.91229 78.04961

NH00xx ABC-DEF 10.966 Decreasing Road Sign 03-01-16 9.89041 78.03458

1.15 Wayside Amenities


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)
Chainage Chainage of the point (in km) 0.500

Direction of survey Increasing


Direction Increasing (chainage)
Decreasing (chainage)
Wayside amenities classified into one of Restaurant/Motel
the below categories:
Bus shelter;
Wayside Amenity Culverts;
Restaurant/Motel;
Toilet/Public convenience;
Rest Rooms for short stay;

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

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

Field Description Example


Toll Plaza;
First aid/Medical centre;
Telephone booth;
Petrol pump/minor repair shop
(optional);
Police Station;
Temple /Mosque;
Bridges.
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17

Data Source

Remarks

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Section Survey Data


Chainage Direction Wayside Amenity Remarks Latitude Longitude
Number Code Date Source

NH00xx ABC-DEF 0.650 Increasing Restaurant/Motel 05-01-16 9.98897 78.02671

NH00xx ABC-DEF 1.998 Increasing Restaurant/Motel 05-01-16 9.98444 78.02934

NH00xx ABC-DEF 5.524 Increasing Petrol Pump 05-01-16 9.98341 78.03004

NH00xx ABC-DEF 11.413 Increasing Restaurant/Motel 05-01-16 9.98107 78.03078

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.

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500

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

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

Field Description Example


EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Direction Increasing (chainage)
Decreasing (chainage)
Land use classified into one of the below Commercial
categories:
Residential;
Commercial;
LandUse
Industrial;
Agricultural;
Water bodies;
Mixed.
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NHNumber SectionCode StartChainage EndChainage Direction LandUse SurveyDate Latitude Longitude

NH00xx ABC-DEF 0.000 0.797 Increasing Mixed 03-01-16 9.98897 78.02671

NH00xx ABC-DEF 0.511 0 Decreasing Mixed 03-01-16 9.98444 78.02934

NH00xx ABC-DEF 0.797 2.699 Increasing Mixed 03-01-16 9.98341 78.03004

NH00xx ABC-DEF 0.835 0.511 Decreasing Mixed 03-01-16 9.98107 78.03078

NH00xx ABC-DEF 0.987 0.835 Decreasing Mixed 03-01-16 9.96328 78.04160

NH00xx ABC-DEF 1.641 0.987 Decreasing Agriculture 03-01-16 9.95385 78.05255

Barren
NH00xx ABC-DEF 2.081 1.641 Decreasing 03-01-16 9.93102 78.05648
Land

NH00xx ABC-DEF 2.378 2.081 Decreasing Agriculture 03-01-16 9.91229 78.04961

NH00xx ABC-DEF 2.458 2.378 Decreasing Agriculture 03-01-16 9.89041 78.03458

NH00xx ABC-DEF 2.699 3.234 Increasing Agriculture 03-01-16 9.88489 78.02995

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

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 maintenance
requirements of the road. These parameters are dynamic in nature, and therefore a
survey to update this dataset shall be conducted annually for FWD testing and every
six months as per Annexure IV for network survey vehicle testing. The first survey
shall be conducted within 30 days of appointment of the Independent Engineer and
the remaining surveys shall be conducted as per the defined frequency.
As an example, if majority of highway length (>50%) passes through a state, where
defined survey months are May and November, if appointed date is on 1st March, then
the 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 in
the month of May. The 2nd survey shall be conducted in the month of November, the
3rd survey shall be conducted in the month of May and so on. As regards FWD, the
first test/survey shall be conducted 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 listed
below.

2.1 Visual condition


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Direction Increasing (chainage)
Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1
L1 being 1st lane on the left from
LaneNumber centreline of carriageway, L2 being 2nd
lane on the left from centerline and so on

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

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

Field Description Example


Percent of pavement area affected by 2
ravelling, which is converted to the
following rating scale:
1 - Very Poor (> 30%)
Ravelling 2 - Poor (11-30%)
3 - Fair (6-10%)
4 - Good (1-5%)
5 - Very Good (0%)
No. of potholes, which is converted to the 1
following rating scale:
1 - Very Poor (> 5)
PotHoles 2- Poor (3-5)
3- Fair (2)
4- Good (1)
5- Very Good (0)
Pavement area containing edge breaks, 3
which is converted to the following rating
scale:
1 - Very Poor (> 5m2)
EdgeBreak 2 - Poor (1-5m2)
3 - Fair (0.5-1m2)
4 - Good (0-0.5m2)
5 - Very Good (0m2)
Percent of pavement area affected by 3
cracking, which is converted to the
following rating scale:
1 - Very Poor (> 30%)
Cracking 2 - Poor (21-30%)
3 - Fair (11-20%)
4 - Good (5-10%)
5 - Very Good (<5%)
Percent of pavement area affected by 2
disintegration, which is converted to the
following rating scale:
1 - Very Poor (> 50%)
Disintegration 2 - Poor (20-50%)
3 - Fair (10-20%)
4 - Good (1-10%)
5 - Very Good (<1%)

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

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

Field Description Example


Percent of pavement area affected by 5
depression, which is converted to the
following rating scale:
1 - Very Poor (> 5%)
Depression 2 - Poor (3-5%)
3 - Fair (1-2%)
4 - Good (0-1%)
5 - Very Good (0)
Percent of pavement area affected by 3
bleeding, which is converted to the
following rating scale:
1 - Very Poor (> 50%)
Bleeding 2 - Poor (20-50%)
3 - Fair (10-20%)
4 - Good (1-10%)
5 - Very Good (<1%)
Percent of pavement area affected by 4
patching, which is converted to the
following rating scale:
1 - Very Poor (> 30%)
Patching 2 - Poor (16-30%)
3 - Fair (6-15%)
4 - Good (2-5%)
5 - Very Good (<2%)
Condition of the drain, which is converted 2
to the following rating scale:
DrainCondition 1 - Poor
2 - Fair
3 - Good
Condition of the shoulder, which is Fair
converted to the following rating scale:
ShoulderCondition 1 - Poor
2 - Fair
3 - Good
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

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

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

A sample output is shown below for reference:

Start End Lane


NHNumber Section Chainage Chainage Direction Number Ravelling PotHoles EdgeBreak Cracking

NH00xx ABC-DEF 0.000 0.500 Increasing L1 4 4 4 4

NH00xx ABC-DEF 0.500 1.000 Increasing L1 4 4 4 5

NH00xx ABC-DEF 1.000 1.500 Increasing L1 5 5 4 5

NH00xx ABC-DEF 1.500 2.000 Increasing L1 5 5 5 5

NH00xx ABC-DEF 2.000 2.500 Increasing L1 5 5 5 5

NH00xx ABC-DEF 2.500 3.000 Increasing L1 5 5 4 5

NH00xx ABC-DEF 3.000 3.500 Increasing L1 5 5 4 5

NH00xx ABC-DEF 3.500 4.000 Increasing L1 5 4 3 5

NH00xx ABC-DEF 4.000 4.500 Increasing L1 4 4 4 5

NH00xx ABC-DEF 4.500 5.000 Increasing L1 5 5 4 5

NH00xx ABC-DEF 5.000 5.500 Increasing L1 5 5 4 5

NH00xx ABC-DEF 5.500 6.000 Increasing L1 5 5 4 5

NH00xx ABC-DEF 6.000 6.500 Increasing L1 5 5 4 5

NH00xx ABC-DEF 6.500 7.000 Increasing L1 5 5 4 5

NH00xx ABC-DEF 7.000 7.500 Increasing L1 5 5 5 5

NH00xx ABC-DEF 7.500 8.000 Increasing L1 5 5 4 5

NH00xx ABC-DEF 8.000 8.500 Increasing L1 5 5 4 5

NH00xx ABC-DEF 8.500 9.000 Increasing L1 5 5 4 5

NH00xx ABC-DEF 9.000 9.500 Increasing L1 5 5 4 5

NH00xx ABC-DEF 9.500 10.000 Increasing L1 5 5 3 5

(table continued…)

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

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

Drain Date of
Disintegration Depression Bleeding Patching Condition ShoulderCondition Survey Latitude Longitude

4 4 4 4 2 2 06-05-17 9.98897 78.02671

4 4 4 4 2 2 06-05-17 9.98444 78.02934

5 5 5 4 2 2 06-05-17 9.98341 78.03004

5 5 5 5 2 2 06-05-17 9.98107 78.03078

5 5 5 5 2 2 06-05-17 9.96328 78.04160

5 5 5 5 2 2 06-05-17 9.95385 78.05255

5 5 5 5 2 3 06-05-17 9.93102 78.05648

4 4 4 4 2 3 06-05-17 9.91229 78.04961

4 4 4 4 2 2 06-05-17 9.89041 78.03458

5 5 5 5 2 2 06-05-17 9.88489 78.02995

5 5 5 5 2 2 06-05-17 9.87474 78.02828

5 5 5 5 2 2 06-05-17 9.87363 78.02744

5 5 5 5 2 2 06-05-17 9.84857 78.01535

5 5 5 5 2 2 06-05-17 9.83764 78.00392

5 5 5 5 2 2 06-05-17 9.83711 77.98576

5 5 5 5 1 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

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.

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

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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Direction Increasing (chainage)
Decreasing (chainage)
LwpIri International roughness index (IRI) of left 2.33
wheel path measured from laser
profilometer
RwpIri International roughness index (IRI) of right 1.97
wheel path measured from laser
profilometer
LaneIri Average of the International roughness 2.15
index (IRI) of left and right wheel
paths
Speed Speed of vehicle in km/h 42

SurveyDate Date of survey in the format <DD-MM- 06-05-17


YYYY>

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 End Lane Survey


Direction LwpIri RwpIri LaneIri Speed Latitude Longitude
Number Code Chainage Chainage Number Date

NH00xx ABC-DEF 0.0 0.1 Increasing L1 3.31 5.16 4.24 20 06-05-17 9.98897 78.02671

NH00xx ABC-DEF 0.1 0.2 Increasing L1 2.81 3.54 3.18 37 06-05-17 9.98444 78.02934

NH00xx ABC-DEF 0.2 0.3 Increasing L1 2.31 1.92 2.12 42 06-05-17 9.98341 78.03004

NH00xx ABC-DEF 0.3 0.4 Increasing L1 2.17 2.37 2.27 46 06-05-17 9.98107 78.03078

NH00xx ABC-DEF 0.4 0.5 Increasing L1 2.11 1.72 1.92 42 06-05-17 9.96328 78.04160

NH00xx ABC-DEF 0.5 0.6 Increasing L1 2.33 1.97 2.15 49 06-05-17 9.95385 78.05255

NH00xx ABC-DEF 0.6 0.7 Increasing L1 2.37 2.00 2.19 42 06-05-17 9.93102 78.05648

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

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

NH Section Start End Lane Survey


Number Code Chainage Chainage Direction Number LwpIri RwpIri LaneIri Speed Date Latitude Longitude

NH00xx ABC-DEF 0.7 0.8 Increasing L1 2.15 2.17 2.16 33 06-05-17 9.91229 78.04961

NH00xx ABC-DEF 0.8 0.9 Increasing L1 2.45 2.05 2.25 32 06-05-17 9.89041 78.03458

NH00xx ABC-DEF 0.9 1.0 Increasing L1 2.18 2.51 2.35 48 06-05-17 9.88489 78.02995

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.

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Direction Increasing (chainage)
Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1
L1 being 1st lane on the left from
LaneNumber
centreline of carriageway, L2 being 2nd
lane on the left from centerline and so on
RuttingLeft Rut depth in mm, measured from left 20
wheel path
RuttingRight Rut depth in mm, measured from left 18
wheel path
RuttingAvg Average rut depth measured from left and 19
right wheel paths
Speed Speed of vehicle in km/h 42

SurveyDate Date of survey in the format <DD-MM- 06-05-17


YYYY>
Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

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

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

NH Section Start End Lane Rutting Rutting Rutting Survey


Number Code Chainage Chainage Direction Number Left Right Avg Speed Date Latitude Longitude

NH00xx ABC-DEF 0.0 0.5 Increasing L1 15 14 15 20 06-05-17 9.98897 78.02671

NH00xx ABC-DEF 0.5 1.0 Increasing L1 20 18 19 37 06-05-17 9.98444 78.02934

NH00xx ABC-DEF 1.0 1.5 Increasing L1 10 8 9 42 06-05-17 9.98341 78.03004

NH00xx ABC-DEF 1.5 2.0 Increasing L1 5 6 6 46 06-05-17 9.98107 78.03078

NH00xx ABC-DEF 2.0 2.5 Increasing L1 10 10 10 42 06-05-17 9.96328 78.04160

NH00xx ABC-DEF 2.5 3.0 Increasing L1 7 5 6 49 06-05-17 9.95385 78.05255

NH00xx ABC-DEF 3.0 3.5 Increasing L1 20 18 19 42 06-05-17 9.93102 78.05648

NH00xx ABC-DEF 3.5 4.5 Increasing L1 5 5 5 33 06-05-17 9.91229 78.04961

NH00xx ABC-DEF 4.5 5.0 Increasing L1 5 5 5 32 06-05-17 9.89041 78.03458

2.4 Texture Depth


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Direction Increasing (chainage)
Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1
L1 being 1st lane on the left from
LaneNumber
centreline of carriageway, L2 being 2nd
lane on the left from centerline and so on
TextureLeft Texture depth of pavement in mm, 0.40
measured from left wheel path
TextureRight Texture depth of pavement in mm, 0.30
measured from left wheel path

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

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

Field Description Example


TextureAverage Average texture depth measured from left 0.35
and right wheel paths
Speed Speed of vehicle in km/h 42

SurveyDate Date of survey in the format <DD-MM- 06-05-17


YYYY>
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 End Lane Texture Texture Texture Survey


Number Code Chainage Chainage Direction Number Left Right Average Speed Date Latitude Longitude

NH00xx ABC-DEF 0.0 0.5 Increasing L1 0.40 0.30 0.35 20 06-05-17 9.98897 78.02671

NH00xx ABC-DEF 0.5 1.0 Increasing L1 0.60 0.50 0.55 37 06-05-17 9.98444 78.02934

NH00xx ABC-DEF 1.0 1.5 Increasing L1 0.80 0.90 0.85 42 06-05-17 9.98341 78.03004

NH00xx ABC-DEF 1.5 2.0 Increasing L1 0.40 0.40 0.4 46 06-05-17 9.98107 78.03078

NH00xx ABC-DEF 2.0 2.5 Increasing L1 0.30 0.30 0.3 42 06-05-17 9.96328 78.04160

NH00xx ABC-DEF 2.5 3.0 Increasing L1 0.70 0.60 0.65 49 06-05-17 9.95385 78.05255

NH00xx ABC-DEF 3.0 3.5 Increasing L1 0.40 0.50 0.45 42 06-05-17 9.93102 78.05648

NH00xx ABC-DEF 3.5 4.5 Increasing L1 0.90 0.80 0.85 33 06-05-17 9.91229 78.04961

NH00xx ABC-DEF 4.5 5.0 Increasing L1 0.40 0.30 0.35 32 06-05-17 9.89041 78.03458

2.5 Skid Resistance


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

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

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

Field Description Example


Direction of survey Increasing
Direction Increasing (chainage)
Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1
L1 being 1st lane on the left from
LaneNumber
centreline of carriageway, L2 being 2nd
lane on the left from centerline and so on
SkidLeft Skid resistance of pavement measured as 25
skid number, measured from left wheel
path
SkidRight Skid resistance of pavement measured as 24
skid number, measured from left wheel
path
SkidAverage Average skid resistance measured from 24.5
left and right wheel paths
Speed Speed of vehicle in km/h 42

SurveyDate Date of survey in the format <DD-MM- 06-05-17


YYYY>
Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


Spee Latitud
NH Section Start End Lane Skid Skid Skid Survey
Direction d e Longitude
Number Code Chainage Chainage Number Left Right Average Date

NH00xx ABC-DEF 0.0 0.5 Increasing L1 25.0 24.0 24.5 20 06-05-17 9.98897 78.02671

NH00xx ABC-DEF 0.5 1.0 Increasing L1 23.0 23.0 23.0 37 06-05-17 9.98444 78.02934

NH00xx ABC-DEF 1.0 1.5 Increasing L1 23.0 24.0 23.5 42 06-05-17 9.98341 78.03004

NH00xx ABC-DEF 1.5 2.0 Increasing L1 22.0 22.0 22.0 46 06-05-17 9.98107 78.03078

NH00xx ABC-DEF 2.0 2.5 Increasing L1 20.0 21.0 20.5 42 06-05-17 9.96328 78.04160

NH00xx ABC-DEF 2.5 3.0 Increasing L1 24.0 24.0 24.0 49 06-05-17 9.95385 78.05255

NH00xx ABC-DEF 3.0 3.5 Increasing L1 28.0 28.0 28.0 42 06-05-17 9.93102 78.05648

NH00xx ABC-DEF 3.5 4.5 Increasing L1 21.0 21.0 21.0 33 06-05-17 9.91229 78.04961

NH00xx ABC-DEF 4.5 5.0 Increasing L1 25.0 24.0 24.5 32 06-05-17 9.89041 78.03458

173
National Highways Authority of India RFP for IE during O&M Period

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.

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending locationsHYD-VIJ (Hyderabad-


SectionCode
of section Vijayawada)
Chainage Chainage of survey point (in km) 0.500

Direction of survey Increasing


Direction Increasing (chainage)
Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 L1
being 1st lane on the left from centreline of
LaneNumber
carriageway, L2 being 2nd lane on the left
from centerline and so on
AirTemperature Air temperature recorded in °C 33
SurfaceTemperature Temperature of the pavement surface,
recorded in °C 39.3
PeakLoad Peak impulse load, measured in kN 45.7
Surface deflection at the test load center,
Deflection0
measured in micron 246
Surface deflection at location 1 from the
Deflection1
test load center, measured in micron 110

Distance of location 1 from the test load


Distance1 center 300

Surface deflection at location 2 from the


Deflection2
test load center, measured in micron 153

Distance of location 2 from the test load


Distance2
center 600

Surface deflection at location 3 from the


Deflection3
test load center, measured in micron 110

Distance of location 3 from the test load


Distance3
center 900
Surface deflection at location 4 from the
Deflection4
test load center, measured in micron 76

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

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

Field Description Example


Distance of location 4 from the test load
Distance4
center 1200
Surface deflection at location 5 from the
Deflection5
test load center, measured in micron 59
Distance of location 5 from the test load
Distance5
center 1500
Surface deflection at location 6 from the
Deflection6
test load center, measured in micron 44
Distance of location 6 from the test load
Distance6
center 1800
Surface deflection at location 7 from the
Deflection7
test load center, measured in micron 35
Distance of location 7 from the test load
Distance7
center 2100
Surface deflection at location 8 from the
Deflection8
test load center, measured in micron 28
Distance of location 8 from the test load
Distance8
center 2400
ElasticModulusBitumi Elastic modulus of bituminous layer,
nousE1 backcalculated in MPa 3359

ElasticModulusGranu Elastic modulus of granular layer,


larE2 backcalculated in MPa 396

ElasticModulusSubGr Elastic modulus of subgrade, backcalculated


adeE3 in MPa 90

CorrectedElasticMod Corrected elastic modulus of bituminous


ulusBituminousE1 layer in MPa 3424

CorrectedElasticMod Corrected elastic modulus of granular layer


ulusGranularE2 in MPa 300
CorrectedElasticMod Corrected elastic modulus of subgrade in
ulusSubGradeE3 MPa 69

BituminousLayer Thickness of bituminous layer in mm 105


BaseLayer Thickness of base layer in mm 230
GSBLayer Thickness of GSB layer in mm 200
Subgrade CBR CBR of subgrade 0.08
BituminousLayerCoef Layer coefficient of the bituminous layer
ficientA1 0.36

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

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

Field Description Example


BaseLayerCoefficien Layer coefficient of the base layer
tA2 0.17
GranularBaseLayerC Layer coefficient of the GSB layer
oefficientA3 0.17
StructuralNumber Structural number of the pavement 3.86
ModifiedStructuralN Modified structural number including
umber contribution from subgrade 4.85
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Section Lane Air Surface Location


Directio Temperatur Deflection
Number Code Chainage n Number e Temperature PeakLoad Deflection0 1 1 Deflection2

NH00xx ABC- 0.500 RHS R2 32.6 43.7 45.7 333 188 300 243
DEF

NH00xx ABC- 1.000 LHS L1 29.9 32.6 45.4 317 163 300 217
DEF

NH00xx ABC- 1.499 RHS R1 33.0 39.3 45.7 246 110 300 153
DEF

NH00xx ABC- 2.000 LHS L2 28.7 32.4 46.0 293 130 300 187
DEF

NH00xx ABC- 2.500 RHS R2 33.7 45.8 45.3 429 232 300 316
DEF

NH00xx ABC- 3.000 LHS L1 29.0 33.0 45.7 343 204 300 252
DEF

NH00xx ABC- 3.500 RHS R1 33.5 45.4 44.5 373 194 300 268
DEF

NH00xx ABC- 4.010 LHS L2 28.9 33.5 45.0 348 201 300 254
DEF

NH00xx ABC- 4.500 RHS R2 33.3 40.3 46.0 393 241 300 301
DEF

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

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

(table continued…)

Deflection Deflection Deflection Deflection


Location 3 Location Deflection4 Location 5 Location Deflection6 Location 7 Location 8
2 3 4 5 6 7

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

(table continued…)

Corrected Corrected
Elastic Elastic Elastic Corrected
Location Elastic Elastic Bituminous Base GSB Subgrade
Modulus Modulus Modulus ElasticModulus
8 Modulus Modulus Layer Layer Layer CBR
BituminousE1 GranularE2 SubGradeE3 SubGradeE3
BituminousE1 GranularE2

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

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

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

(table continued…)

Granular Base Modified


Bituminous Layer Base Layer Structural
Layer Coefficient Structural Survey Date Latitude Longitude
Coefficient A1 CoefficientA2 Number
A3 Number

0.45 0.13 0.13 3.68 4.82 01-07-16 9.98897 78.02671

0.42 0.13 0.13 3.56 4.70 23-06-16 9.98444 78.02934

0.36 0.17 0.17 3.86 4.85 01-07-16 9.98341 78.03004

0.41 0.14 0.14 3.65 4.79 23-06-16 9.98107 78.03078

0.41 0.11 0.11 3.24 4.34 01-07-16 9.96328 78.04160

0.49 0.11 0.11 3.58 4.72 23-06-16 9.95385 78.05255

0.40 0.12 0.12 3.34 4.48 01-07-16 9.93102 78.05648

0.48 0.12 0.12 3.67 4.75 23-06-16 9.91229 78.04961

0.48 0.11 0.11 3.53 4.59 01-07-16 9.89041 78.03458

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.

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode locations of section Vijayawada)
Chainage Chainage of the point (in km) 0.500

Direction of survey Increasing


Increasing (chainage)
Direction Decreasing (chainage)
LaneNumber Number of the lane: L1, L2, R1, R2, etc. L2

AirTemperature Air temperature recorded in °C


30.1

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

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

Field Description Example


SurfaceTemperatu Temperature of the pavement surface,
re recorded in °C 39.4
PeakLoad Peak impulse load, measured in kN 103.7
Surface deflection at the test load center,
Deflection1 measured in micron 140
Surface deflection at 300 mm from the
Deflection2 test load center, measured in micron 121

Surface deflection at 600 mm from the


Deflection3 test load center, measured in micron 108

Surface deflection at 900 mm from the


Deflection4 test load center, measured in micron 101

ConcreteSlabThick Thickness of concrete slab, measured in


nessh mm 300
AreaofDeflectionB Area of deflection basin, calculated from
asin measured deflections, in cm2 761
RadiusofRelativeSt Radius of relative stiffness, calculated in
iffness mm 823
NormalizedDeflect Normalized deflection at location 1, in 3.1
iond1 mm

NormalizedDeflect Normalized deflection at location 2, in 2.9


iond2 mm

NormalizedDeflect Normalized deflection at location 3, in 2.4


iond3 mm

NormalizedDeflect Normalized deflection at location 4, in 1.9


iond4 mm

ModulusofSubgrad Modulus of subgrade reaction, measured 131


eReactionk in MPa/m

ElasticModulusofC Elastic modulus of concrete, calculated in 26118


oncreteEc MPa

CubeStrengthofCo Cube strength of concrete, calculated in 27


ncretefck MPa

Flexuralstrenghtof Flexural strength of concrete, calculated 3.7


concretefmr in MPa

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

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

Field Description Example


Date Of Testing Date of testing in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


Deflectio
Section Chain- Lane Air Surface Peak Deflection n Deflection Deflection Concrete
NH No Direction Slab
Code No. Temperature Temperature Load 1 2 3 4 Thickness
-age h

ABC-
NH00xx 0.0 LHS L2 29.0 34.9 104.1 167 143 130 119 300
DEF

ABC-
NH00xx 0.5 RHS R2 30.5 38.1 104.4 141 130 122 115 300
DEF

ABC-
NH00xx 1.0 LHS L1 30.0 35.6 105.2 147 111 100 91 300
DEF

ABC-
NH00xx 1.5 RHS R1 28.9 38.3 102.4 140 126 116 107 300
DEF

ABC-
NH00xx 2.0 LHS L2 30.1 39.4 103.7 140 121 108 101 300
DEF

ABC-
NH00xx 2.5 RHS R2 29.0 37.5 104.6 150 134 126 117 300
DEF

ABC-
NH00xx 3.0 LHS L1 30.6 38.9 102.7 124 109 104 92 300
DEF

ABC-
NH00xx 3.5 RHS R1 29.3 39.1 105.9 149 136 128 119 300
DEF

ABC-
NH00xx 4.5 RHS R2 30.3 41.0 104.9 138 127 121 114 300
DEF

(Table continued…)

Elastic Cube Flexural


Normalize Modulus
Area of Radius of Normalized Normalized d Normalized Modulus Strength strength Date
of
Longitud
DeflectionRelativeS Deflection Deflection Deflection Deflection of of of Of Latitude e
Subgrade
Concret Testin
Basin tiffness d1 d2 d3 d4 Concrete e concrete g
Reactionk Ec fck fmr

759 816 3 3 2 2 112 21590 19 3 25-06- 9.98897 78.02671


16

821 1214 3 3 3 2 62 58161 135 8 28-06- 9.98444 78.02934


16

180
National Highways Authority of India RFP for IE during O&M Period

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

Elastic Cube Flexural


Modulus
Area of Radius of Normalized Normalized Normalized Normalized Modulus Strength strength Date
of
DeflectionRelativeS Deflection Deflection Deflection Deflection Subgrade of of of Of Latitude Longitude
Concret Testin
Basin tiffness d1 d2 d3 d4 Concrete e concrete g
Reactionk Ec fck fmr

684 580 3 3 2 1 246 12051 6 2 25-06- 9.98341 78.03004


16

796 1014 3 3 3 2 87 39783 63 6 28-06- 9.98107 78.03078


16

761 823 3 3 2 2 131 26118 27 4 25-06- 9.96328 78.04160


16

800 1040 3 3 3 2 79 39908 64 6 28-06- 9.95385 78.05255


16

789 971 3 3 3 2 107 41290 68 6 25-06- 9.93102 78.05648


16

814 1150 3 3 3 2 66 50086 100 7 28-06- 9.91229 78.04961


16

826 1257 3 3 3 2 59 64082 164 9 28-06- 9.89041 78.03458


16

181
National Highways Authority of India RFP for IE during O&M Period

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.

182
National Highways Authority of India RFP for IE during O&M Period

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

CONTRACT FOR CONSULTANT’S SERVICES

Between

______________________________________________________

(Name of Client)

And

______________________________________________________

(Name of Consultant)

Dated:

183
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 Language
1.5 Headings
1.6 Notices
1.7 Location
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

184
National Highways Authority of India RFP for IE during O&M Period

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.
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 Payment
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

185
National Highways Authority of India RFP for IE during O&M Period

8. Settlement of Disputes
8.1 Amicable Settlement
8.2 Dispute Settlement
III SPECIAL CONDITIONS OF CONTRACT
IV APPENDICES
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

186
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 ____, 20 ____, between, on the one hand ________________________ (hereinafter
Called the “Client”) and, on the other hand, ________________________ (hereinafter called
the “Consultants”).
[Note*: If the Consultants consist of more than one entity, the above should be partially
amended to read as follows:
“…(hereinafter called the “Client”) and, on the other hand, a joint venture consisting of the
following entities, each of which will be jointly severally liable to the Client for all the
Consultants’ obligations under this Contract, namely, ________________________ and
________________________ (hereinafter called “Consultants”)]
WHEREAS
(a) the Client has requested the Consultants to provide certain consulting services
as defined in the General Conditions of Contract attached to this Contract
(hereinafter called the “Services”);
(b) the Consultants, having represented to the Client that they have the required
processional skills, and personnel and technical resources, have agreed to
provide the Services on the terms and conditions set forth in this Contract;
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 be
inserted below next to the title of the Appendix on the sheet attached hereto
carrying the title of that Appendix].

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 ……….

187
National Highways Authority of India RFP for IE during O&M Period

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.

188
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.

189
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 and
effect 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

190
National Highways Authority of India RFP for IE during O&M Period

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
programme of the Concessionaire after mutual discussions with NHAI, the
Concessionaire and the Independent Engineer. The work plan as indicated by
the 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 Sub-
consultants, 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 Parties
shall be governed by the Applicable Law.
1.4 Language
This Contract has been executed in the language specified in the SC, which shall be
the binding and controlling language for all matters relating to the meaning or
interpretation of this Contract.
1.5 Headings
The headings shall not limit, alter or affect the meaning of this Contract.
1.6 Notices
1.6.1 Any notice, request or consent permitted to be given or made pursuant to this
Contract shall be routed through NHAI Data Lake only unless the law requires to when
etc., through physical / any send such notice, request, ue other specified mode only.
Any such notice, request or consent shall be deemed to is have been delivered when
given or made on the NHAI Data Lake to an authorized representative of the Party
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 GC 1.6.2.
1.7 Location

191
National Highways Authority of India RFP for IE during O&M Period

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.
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 exercising all the
Consultants' rights and obligations towards the Client under this Contract, including
without limitation the receiving of instructions and payments from the Client.
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
2.1Effectiveness 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 not
less than four (4) weeks' written notice to the other Party, declare this Contract to be
null and void, and in the event of such a declaration by either Party, neither Party
shall have any claim against the other Party with respect hereto.
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.

193
National Highways Authority of India RFP for IE during O&M Period

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 shall
not be bound by or be liable for, any statement, representation, promise or
agreement not set forth herein.
2.6 Modification
Modification of the terms and conditions of this Contract, including any modification
of the scope of the Services, may only be made by written agreement between the
Parties as the case may be, has been obtained. Pursuant to Clause GC 7.2 hereof,
however, each Party shall give due consideration to any proposals for modification
made by the other Party.
2.7 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

194
National Highways Authority of India RFP for IE during O&M Period

(a) A Party affected by an event of Force Majeure shall take all reasonable
measures to remove such Party's inability to fulfill its obligations
hereunder with a minimum of delay.
(b) A Party affected by an event of Force Majeure shall notify the other
Party of such event as soon as possible, and in any event not later than
fourteen (14) days following the occurrence of such event, providing
evidence of the nature and cause of such event, and shall similarly give
notice of the restoration of normal conditions as soon as possible.
(c) The Parties shall take all reasonable measures to minimize the
consequences of any event of Force Majeure.
2.7.4 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 on
appropriate measures to be taken in the circumstances.
2.8 Suspension
The Client may, by written notice of suspension to the Consultants, suspend all
payments to the Consultants hereunder if the Consultants fail to perform any of their
obligations under this Contract, including the carrying out of the Services, provided
that such notice of suspension (i) shall specify the nature of the failure, and (ii) shall
request the Consultants to remedy such failure within a period not exceeding thirty
(30) days after receipt by the Consultants of such notice of suspension.
2.9 Termination

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

195
National Highways Authority of India RFP for IE during O&M Period

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
GC 2.8 hereinabove, within thirty (30) days of receipt of such notice of
suspension or within such further period as the Client may have subsequently
approved in writing;
(b) if the Consultants become (or, if the Consultants consist of more than one
entity, if any of their Members becomes) insolvent or bankrupt or enter into
any agreements with their creditors for relief of debt or take advantage of any
law for the benefit of debtors or go into liquidation or receivership whether
compulsory or voluntary;
(c) if the Consultants fail to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause GC 8 hereof;
(d) if the Consultants submit to the Client a statement which has a material effect
on the rights, obligations or interests of the Client and which the Consultants
know to be false;
(e) if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60) days; or
(f) if the Client, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.
(g) if the consultant, in the judgment of the Client has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract. For the
purpose of this clause:
"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
contract execution.
"fraudulent practice" means a misrepresentation of facts in order to influence a
selection 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 non-competitive 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:

196
National Highways Authority of India RFP for IE during O&M Period

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

(a) if the Client fails to pay any money due to the Consultants pursuant to this
Contract and not subject to dispute pursuant to Clause 8 hereof within forty-
five (45) days after receiving written notice from the Consultants that such
payment is overdue;
(b) if the Client is in material breach of its obligations pursuant to this Contract
and has not remedied the same within forty-five (45) days (or such longer
period as the Consultants may have subsequently approved in writing) following
the receipt by the Client of the Consultants' notice specifying such breach;
(c) if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60) days; or
(d) if the Client fails to comply with any final decision reached as a result of
arbitration pursuant to Clause GC 8 hereof.
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:
(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 dispatch
or receipt of such notice, take all necessary steps to bring the Services to a close in a
prompt and orderly manner and shall make every reasonable effort to keep
expenditures for this purpose to a minimum. With respect to documents prepared by
the Consultants and equipment and materials furnished by the Client, the Consultants
shall proceed as provided, respectively, by Clauses GC 3.9 or GC 3.10 hereof.
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;

197
National Highways Authority of India RFP for IE during O&M Period

(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.
3. Obligation of the Consultants
3.1General
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 Contract
or to the Services, as faithful advisers to the Client, and shall at all times
support and safeguard the Client's legitimate interests in any dealings with Sub-
consultants or Third Parties.
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

198
National Highways Authority of India RFP for IE during O&M Period

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, the Consultants and any entity affiliated with the Consultants, as
well as any Sub- consultant and or Associates and any entity affiliated with
such Sub- consultant and or Associates, shall be disqualified from providing
goods, works or services (other than the Services and any continuation thereof)
for any project resulting from or closely related to the Services.
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

199
National Highways Authority of India RFP for IE during O&M Period

The Consultants (i) shall take out and maintain, and shall cause any Sub-consultants to
take out and maintain, at their ( or the Sub-consultants', as the case may be) own cost
but on terms and conditions approved by the Client, insurance against the risks, and
for the coverages, as shall be specified in the SC, and (ii) at the Client's request, shall
provide evidence to the Client showing that such insurance has been taken out and
maintained and that the current premiums therefore have been paid.
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:
(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.

200
National Highways Authority of India RFP for IE during O&M Period

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


4.1General
The Consultants shall employ and provide such qualified and experienced Personnel
and Sub-consultants as are required to carry out the Services.
4.2 Description of Personnel
(a) The titles, agreed job descriptions, minimum 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

201
National Highways Authority of India RFP for IE during O&M Period

Consultants shall submit to the client for review and approval a copy of their
biographical data and (in the case of Key personnel to be used within the country of
the Government) a copy of a satisfactory medical certificate in the form attached
hereto as Appendix D. If the Client does not object in writing (stating the reasons for
the objection) within thirty (30) calendar days from the date of receipt of such
biographical data and (if applicable) such certificate, such Key Personnel shall be
deemed to have been approved by the Client.
4.4 Working Hours, Overtime, Leave, etc.
(a) Working hours and holidays for Key Personnel are set forth in Appendix E hereto.
To account for travel time, foreign Personnel carrying out Services inside the
Government's country shall be deemed to have commenced (or finished) work in
respect of the Services such number of days before their arrival in (or after their
departure from) the Government's country as is specified in Appendix E hereto.
(b) The Personnel of all types engaged by Consultant to provide Services on this
Contract shall not be entitled to be paid for overtime nor to take paid sick
leave or vacation leave except as specified in Appendix E hereto, and except
as specified 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

202
National Highways Authority of India RFP for IE during O&M Period

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 replacement upto 33% of key personnel, remuneration shall be
reduced by 5% (ii) for total replacement upto between 33% to 50%, remuneration
shall be reduced by 10% and (iii) for total replacement upto 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 upto 2 years 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 NHAI while accepting
CV of the new personnel that if CV is found in correct and inflated at a later date,
the personnel accepted would be removed from his assignment and 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 replacement will be
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
5.1Assistance 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;

203
National Highways Authority of India RFP for IE during O&M Period

(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;
(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

204
National Highways Authority of India RFP for IE during O&M Period

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.
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 is 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 Clause
GC 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 reached
80% of either of these ceilings.
(c) Notwithstanding Clause GC 6.l(b) hereof, if pursuant to clauses GC 5.3,5.4 or 5.6
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

205
National Highways Authority of India RFP for IE during O&M Period

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 2
months 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
Payment dependent on % of annual Total % of
contract value per annual contract
report value
Monthly reports which do not contain 7.5% 75%
equipment based inspection report (For 10
months in a year)
Monthly Status reports which contain 12.5% 25%
equipment based inspection report (For
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. Inadequate deployment
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-Months Input in
the Terms of Reference and the Deployment Schedule proposed by the firm.
Sr. No. Personnel % reduction 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 “Other Key
Personnel (Sr. No.4)”, the average availability across the group shall be
considered for calculation.

206
National Highways Authority of India RFP for IE during O&M Period

(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 considered only in unavoidable circumstances. However,
non-use of equipment shall lead to deduction in monthly payment as per the
following table.
S No Equipment to be used Payment to be released
(as % of monthly
payment linked to
equipment based
report)
1 Network Survey Vehicle and laser 50%
profilometer (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.

207
National Highways Authority of India RFP for IE during O&M Period

6.3 Currency of Payment


(a) local currency payments shall be made in the currency of the Government.
6.4Mode 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 of
a bank guarantee by a bank acceptable to the Client in an amount (or amounts)
and in a currency ( or currencies) specified in the SC, such bank guarantee (I)
to remain effective until the advance payment has been fully set off as
provided in the SC, and (ii) to be in the form set forth in Appendix I hereto or
in such other form as the Client shall have approved in writing.
(b) As soon as practicable and not later than fifteen (15 days) after the end of
each calendar month during the period of the Services, the Consultants shall
submit to the Client, in duplicate, itemized statements, accompanied by copies
of receipted invoices, vouchers and other appropriate supporting materials, of
the amounts payable pursuant to Clauses GC 6.3 and 6.4 for such month.
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.

208
National Highways Authority of India RFP for IE during O&M Period

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.
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
of this Contract either Party believes that this Contract is operating unfairly, the
Parties will use their best efforts to agree on such action as may be necessary to
remove the cause or causes of such unfairness, but no failure to agree on any action
pursuant to this Clause shall give rise to a dispute subject to arbitration in accordance
with Clause GC 8 hereof.
8. Settlement of Disputes
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
a) If any information is found incorrect/ fake inflated in the CV. At any stage, debarment
of the key personnel form future MORT&H/ NHAI or its Executing Agencies Projects up
to 2 years may be taken by MORT&H/ NHAI or its Executing Agencies.
b) In case, the information contain in the CV for the duration in which the key personnel
was employed by the firm, proposing his candidature is found incorrect/ fake/ inflated
at any stage, action including termination of the consultancy agreement and
department of the firm upto 2 years from future MORT&H/NHAI or its Executing
Agencies Project shall be taken by MORT&H/NHAI or its Executing Agencies.
c) In case, the information contained in the CV for the duration in which the key
personnel was employed by the firm proposing his candidature is found incorrect/
fake/ inflated at any stage the consultancy firm shall have to refund the salary and
perks drawn in respect of the person apart from other Consequence.
d) In case, the information contained in the CV for the duration in which the key
personnel was not employed by the firm proposing his candidature is found incorrect/
fake/ inflated at any stage the consultancy firms will have to refund the twice of
salary and perks drawn in respect of the person.

209
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


G 5 & 6, Sector–10, Dwarka,
New Delhi– 110 075.

Attention:

Cable address:

Telex:-

Fax:-

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 Member in Charge is: Member Sh ********.

210
National Highways Authority of India RFP for IE during O&M Period

(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:

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.

211
National Highways Authority of India RFP for IE during O&M Period

(iv) The policy must clearly indicate the limit of indemnity in terms of “Any
One Accident” (AOA) and “Aggregate limit on the policy period” (AOP)
and in no case should be for an amount less than stated in the contract.
(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.
(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, with a
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".

212
National Highways Authority of India RFP for IE during O&M Period

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 13th
calendar 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.
Notwithstanding any other provisions in the agreement in this regard, this provision
will prevail and over ride 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 instalments against the statements for the first 12 months
of the Service until the advance payment has been fully set off.
1) The bank guarantee shall be in the amount and in the currency of the
foreign and local currency portion of the advance payment.
2) 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:

For foreign
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:

213
National Highways Authority of India RFP for IE during O&M Period

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 Redressal 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. In
case NHAI delays in providing the list of 5 names, President, SAROD will provide 5
names 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.

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:

214
National Highways Authority of India RFP for IE during O&M Period

S. Particulars of fee and Schedule Amount payable per Arbitrator / per


No. other charges case

1. Arbitrator fee Rs.25,000/- per day


Or
Rs.7 lakhs (lump-sum) subject to publishing the
Award within 6 months.
Or
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.

2. Reading Charges Rs.25,000/- per Arbitrator per case including counter


claim.

3. Secretarial Assistance and Rs.20,000/-


Incidental Charges
(telephone, fax, postage
etc.)

4. Charges for Publishing / Rs.35,000/-


declaration of the Award

5. Other expenses (As per actuals against bills subject to maximum of the prescribed
ceiling given below)

Traveling Expenses Economy class (by air), First class AC (by train) and
AC car (by road)
Lodging and Boarding (a) Rs.15,000/- per day (Metro cities)
(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

7. Extra charges for days other Rs.5,000/- per day for outstation Arbitrator
than hearing / meeting days
(maximum for 2 days)

Note: 1. Lodging, boarding and travelling expenses shall be allowed only for those
members who are residing 100 kms. away from place of meeting
2. Delhi, Mumbai, Chennai, Kolkata, Bangalore and Hyderabad shall be
considered as Metro Cities.

215
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 Gazetted Holidays of Government of India as Holidays. The Consultant shall work
as per the work program of the concessionaire. In this context incase 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.

216
National Highways Authority of India RFP for IE during O&M Period

In respect of foreign personnel, one day per trip as travel time from and to the country of the
Government shall be allowed.
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 the
Consultants and to be paid for by the Client (including transportation to India).

(h) Other foreign currency expenditures, like use of computers, foreign training of
Client's staff, various tests, etc.

217
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.

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

218
National Highways Authority of India RFP for IE during O&M Period

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.
14. " This guarantee shall also be operatable at our ____________________ Branch at New
Delhi, 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 thereunder 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 before
______________ all our liability under this guarantee shall cease.
This guarantee shall be valid for a period of 62 months i.e. upto 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.

219
National Highways Authority of India RFP for IE during O&M Period

Appendix J: 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 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

220
National Highways Authority of India RFP for IE during O&M Period

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.
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 _____________ 2022 _____________ at
WITNESS
___________________________ (signature)
(Signature)
___________________________
(Name)
(Name)
___________________________
___________________________
___________________________
___________________________
(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”.

221
National Highways Authority of India RFP for IE during O&M Period

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.

Appendix K: Letter of invitation

Appendix L: Letter of Award

Appendix M: Minutes of pre-bid meeting

222
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 other
JV partner/s.
(ii) ________________ (Lead partner) shall be the incharge of overall
administration of contract and shall be authorised representative of all JV
partners for conducting all business for and on behalf of the JV during the
bidding process and subsequently, represent the joint venture for and on
behalf of the JV for all contractual matters for dealing with the
NHAI/Concessionaire if Consultancy work is awarded to JV.
(iii) All JV partners do hereby undertake to be jointly and severely responsible for
all 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/s
along 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
Address

223
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”).
2. 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 link www.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 (Date of RFP invitation)
till (one day prior to RFP submission date) up to 1200 hours.
Following may be noted:
(a) Applications can be submitted only during the validity of registration
with the https://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) through NEFT/RTGS as a cost of the RFP (non-
refundable). Details of online payment are as follows-
S. No. Particulars Details
1 Name of Beneficiary NHAI REGIONAL OFFICE WEST UP
2 Name of Bank CANARA BANK
3 Account No. 84811010002035
4 IFSC Code CNRB0018481
5 Branch Name Gomti Nagar, Lucknow

(iv) If the Applicant has already registered with the https://etenders.gov.in and
validity of registration has not expired, then such Applicant does not require
fresh registration.
3. PREPARATION AND SUBMISSION OF APPLICATIONS:
(i) Detailed RFP may be downloaded from https://etenders.gov.in and the Bid may be
submitted online following the instructions appearing on the screen. A Vendor manual
containing the detailed guidelines for e-tendering system is also available on
https://etenders.gov.in

224
National Highways Authority of India RFP for IE during O&M Period

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

(ii) The following shall be the form of various documents in the Application:
A. Only Electronic Form (to be uploaded on the
https://etenders.gov.in

 Technical proposal as indicated in para ‘B’ below


 Financial proposal as per format prescribed in SECTION-5 OF RFP.

B. Original [Refer to Clause 4.1 (preparation and submission of


Application) of the RFP]

Technical Proposal in scanned form including:

(a) Power of Attorney for signing the Application


(b) If applicable, the Power of Attorney for Lead Member of JV;
(c) Copy of Memorandum of Understanding between JV partners, if applicable;
(d) Copy of Memorandum of Understanding with Associate if applicable
(e) Firms credentials as per format prescribed in SECTION-3 OF RFP.
(f) Technical proposal as per format as prescribed in SECTION-4 OF RFP.
(III) Rs.5,000/- (Rupees Five thousand only) through NEFT/RTGS towards the cost of
RFP. Details for online payment are as follows:
S. No. Particulars Details
1 Name of Beneficiary NHAI REGIONAL OFFICE WEST UP
2 Name of Bank CANARA BANK
3 Account No. 84811010002035
4 IFSC Code CNRB0018481
5 Branch Name Gomti Nagar, Lucknow

The Applicant shall submit the original documents specified above together
with their respective enclosures to the Authority after declaration of bid
evaluation result by Authority in compliance of Circular No.9.1.11/2019
Dt.06.06.2019 in regard to dispensation of online submission of bids

(IV) The Applicant shall upload scanned copies of the Technical Proposal and Financial
Proposal as specified in point nos. 4.1 (ii) A & B above on the
https://etenders.gov.in before 12:00 hours Indian Standard Time on the
Application due date i.e. on 06.06.2022. Financial Proposal is to be submitted On-
line only and no hard submission is to be made.
(V) The Applicant shall upload scanned copies of the documents as specified in point
nos. B above on the https://etenders.gov.in before 1200 hours Indian Standard
Time on the Application due date. No hard copy of the documents as specified in
point no. B above is required to be submitted. In the event of any discrepancy
between the original and the copy (in electronic form), the original shall prevail.
(V) It may be noted that the scanned copies can be prepared in file format i.e. PDF
and/or ZIP only. The Applicants can upload a single file of size of 10 MB only but can
upload multiple files
225
National Highways Authority of India RFP for IE during O&M Period

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.
(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:
(i) Opening of Proposals will be done through online for Financial Proposal and both on-
line and manually for Technical Proposal.
(ii) For participating in the tender, the authorized signatory holding Power of Attorney shall
be the Digital Signatory. In case the authorized signatory holding Power of Attorney and
Digital Signatory are not the same, the bid shall be considered non- responsive. The
Authority shall open containing Technical Proposal received as mentioned in point nos. 2
(ii) B at 12:00 hours Indian Standard Time on 07.06.2022 in the presence of the Applicants
who choose to attend. This Authority will subsequently open the Technical Proposal as
mentioned in point no.2 (ii) A (a) above and evaluate the Applications in accordance with
the provisions set out in the RFP.
(iii) The Financial Proposal 2 (ii) A (b) 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.

226
National Highways Authority of India RFP for IE during O&M Period

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

227
National Highways Authority of India RFP for IE during O&M Period

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

228
National Highways Authority of India RFP for IE during O&M Period

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

229
National Highways Authority of India RFP for IE during O&M Period

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

230
National Highways Authority of India RFP for IE during O&M Period

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

231
National Highways Authority of India RFP for IE during O&M Period

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

232
National Highways Authority of India RFP for IE during O&M Period

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

233
National Highways Authority of India RFP for IE during O&M Period

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

234
National Highways Authority of India RFP for IE during O&M Period

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

235
National Highways Authority of India RFP for IE during O&M Period

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

236
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 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 ________2022.

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 4-Laning of
Moradabad-Bareilly Section of NH-24 from Km 149.250 to Km 271.050 in the state of Uttar
Pradesh on DBFOT basis under NHDP Phase-III A ”. 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:-

Article-1 Commitments of the Principal

2) 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.

237
National Highways Authority of India RFP for IE during O&M Period

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.

3) 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)/ 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. Further, details as mentioned in the "Guidelines
on Indian Agents of Foreign Suppliers' shall be disclosed by the Bidder(sy Contractor(s)
Concessionairets) Consultant(s). Further, all the payments made to the Indian Agent /
Representative have to be Indian Rupees only,

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.

238
National Highways Authority of India RFP for IE during O&M Period

i. 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.
j. The Bidder(s)/ Contractor(s)/ Concessionaire(s) Consultant(s) who have signed a Integrity
pact shall not approach the court while representing the matter to IEMS and shall wait for
their decision in the matter

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 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. However, Consultant(s), the
Bidders Contractor(s) Concessionaire(s) Consultant(s) can approach IEM(s) appointed for the
purpose of this pact.

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.

239
National Highways Authority of India RFP for IE during O&M Period

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 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 – 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 Independent External Monitor (IEM)

10) The Principal appoints competent and credible Independent External Monitor for this Pact after
approval from Central Vigilance Commission. The task of the Monitor is to review independently
and objectively, whether and to what extent the parties comply with the obligations under this
agreement. The following two Independent External Monitors (IEMs) has been engaged by
NHAI
(i) Smt. Gauri Kumar, IAS (Retd.) { Reference Office Order No. 11019/2797/2021-Admn
(E-76881)/870- Manual dated 17.05.2021}
(ii) Sh. Ashish Bhauguna, IAS (Retd.) { Reference Office Order No. 11019/2797/2021-
Admn (E-76883/37312)/912- Manual dated 28.05.2021}
11) The Monitor is not subject to instructions by the representatives of the parties and performs his
functions neutrally and independently. 1le reports to the Chairman, NHAI.
12) The Bidder(s) /Contractor(s) /Concessionaire(s) /Consultant(s) accepts that the Monitor has the
right to access without restriction to all project documentation of the Principal including that
provided by the Bidder(s) /Contractor(s) /Concessionaire(s) /Consultant(s). The Bidder(s)
/Contractor(s) /Concessionaire(s) /Consultant(s) will also grant the Monitor, upon his request and
National Highways Authority of India RFP for IE during O&M Period

demonstration of a valid interest, unrestricted and unconditional access to his project


documentation. The same is applicable to Subcontractors.

240
13) The Monitor is under contractual obligation to treat the information and documents of the
Bidder(s)/ Contractor(s) / Subcontractor(s) with confidentiality. The Monitor has also signed on
Non-disclosure of Confidential Information' and of Absence of Conflict of Interest". In case of
any conflict of interest arising at a later date, the IEM shall inform Chairman, NHAI and recuse
himself herself from that case.
14) The Principal will provide to the Monitor sufficient information about all meetings among the
parties related to the Project provided such meetings could have an impact on the contractual
relations between the Principal and the Bidder/ Contractor/ Concessionaire/ Consultant. The
parties offer to the Monitor the option to participate in such meetings.
15) As soon as the Monitor notices, or believes, to notice any transgression as given in Article-2, he
may request the Management of the Principal to take corrective action, or to take relevant action.
The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor
has no right to demand from the parties that they act in a specific manner, refrain from action or
tolerate action.
16) The Monitor will submit a written report to the Chairman, NHAI within 8 to 10 weeks from the
date of reference or intimation to him by the Principal and, should the occasion arise, submit
proposals for correcting problematic situations.
17) If the Monitor has reported to the Chairman, NHAI, a substantiated suspicion of an offence under
relevant IPC/PC Act or any other Statutory Acts, and the Chairman, NHAI has not, within the
reasonable time taken visible action to proceed against such offence or reported it to the Chief
Vigilance Officer, the Monitor may also transmit this information directly to the Central
Vigilance Commissioner.
18) The word 'Monitor' would include both singular and plural

Article – 9 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. Any violation of the same would entail disqualification of the bidder and exclusion
from future dealings.

If any claim is made/ lodged during this time, the same shall be binding and continue to be valid
despite the lapse of this pact as specified above, unless it is discharged/ determined by Chairman
of NHAI.

241
National Highways Authority of India RFP for IE during O&M Period

.
Article - 10 Other Provisions.

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

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

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


must be signed by all partners or consortium members.

12. 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.

13. Issue like warranty / Guarantee etc. shall be outside the purview of IEMS.

14. In the event of any contradiction between the Integrity Pact and its Annexure, the clause in
integrity pact shall prevail.

15. 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.

16. 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): ________________ 242


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

You might also like