0% found this document useful (0 votes)
674 views207 pages

National Highways Authority of India: Request For Proposal (RFP)

This document is a Request for Proposal issued by the National Highways Authority of India (NHAI) for the appointment of a Safety Consultant for four highway projects located in the state of Madhya Pradesh. The projects involve the construction of new sections and rehabilitation of existing sections of various national highways. NHAI invites proposals from qualified consultants to provide safety consultancy services for the projects. The RFP provides details of the projects, instructions to applicants, the selection process, terms of reference, draft contract agreement and other relevant information. Applicants are advised to conduct their own due diligence and investigations to prepare proposals for consideration by NHAI.

Uploaded by

Kailash paliwal
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)
674 views207 pages

National Highways Authority of India: Request For Proposal (RFP)

This document is a Request for Proposal issued by the National Highways Authority of India (NHAI) for the appointment of a Safety Consultant for four highway projects located in the state of Madhya Pradesh. The projects involve the construction of new sections and rehabilitation of existing sections of various national highways. NHAI invites proposals from qualified consultants to provide safety consultancy services for the projects. The RFP provides details of the projects, instructions to applicants, the selection process, terms of reference, draft contract agreement and other relevant information. Applicants are advised to conduct their own due diligence and investigations to prepare proposals for consideration by NHAI.

Uploaded by

Kailash paliwal
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/ 207

NHAI - RFP for Appointment of Safety Consultant

National Highways Authority of India


Request for Proposal (RFP)
For

Appointment of Safety Consultant for :- (i) construction of 2-lane with paved shoulder from
Km.80+800 to Km. 120+125 (Satna-Maihar section) of NH-135BG (length- 39.325km) under
Bharatmala Pariyojana in the State of Madhya Pradesh.(ii) 4 lane divided carriageway of missing
link section of NH-39 (Rewa Bypass) form junction with NH-30 near Bela to junction with MPRDC
ring road near Silpara on SH-9 (Design length 13.100 km).(iii) Construction of Churhat Bypass
including Tunnel on Rewa-Sidhi section of NH-75E from Km 33/200 (Design Km 30.300) to Km
55/400 (Design Km 45.650), Design Length 15.350 km. in the state of Madhya Pradesh on "Hybrid
Annuity" Mode.(iv) Rehabilitation and up-gradation from existing km 2.800 to km 33.200 and km
55.400 to 83.400 to NH-75 E (New NH-39) (Rewa -Sidhi Section) in the State of Madhya Pradesh to
2 - lanes with paved shoulders standards on EPC mode.

Sep-2023

Regional Office-Jabalpur

National Highways Authority of India


Regional Office-Jabalpur, H. No. 109, Aadarsh Nagar, Narmada Road Jabalpur-482008
Phone: 0761-3585028

E-mail: rojabalpur@nhai.org

Page 1 of 93
NHAI - RFP for Appointment of Safety Consultant
National Highways Authority of India
Ministry of Road Transport & Highways, Govt. of India

Name of Work-(i) construction of 2-lane with paved shoulder from Km.80+800 to Km.
120+125 (Satna-Maihar section) of NH-135BG (length- 39.325km) under Bharatmala
Pariyojana in the State of Madhya Pradesh.(ii) 4 lane divided carriageway of missing
link section of NH-39 (Rewa Bypass) form junction with NH-30 near Bela to junction
with MPRDC ring road near Silpara on SH-9 (Design length 13.100 km).(iii) Construction
of Churhat Bypass including Tunnel on Rewa-Sidhi section of NH-75E from Km 33/200
(Design Km 30.300) to Km 55/400 (Design Km 45.650), Design Length 15.350 km. in the
state of Madhya Pradesh on "Hybrid Annuity" Mode.(iv) Rehabilitation and up-gradation
from existing km 2.800 to km 33.200 and km 55.400 to 83.400 to NH-75 E (New NH-39)
(Rewa -Sidhi Section) in the State of Madhya Pradesh to 2 - lanes with paved shoulders
standards on EPC mode.
INDEX

S. No. Contents Page Nos.

1 Disclaimer 3-4

2 Invitation for Proposals 5-8

3 Instructions to applicants 9-25

4 Format for submission of Proposal 26-42

Schedule-I: List of Projects (for which Safety Consultants have to be


5 43
appointed)

6 Schedule-II: Details of Projects 44-45

7 Schedule-III: Guidance Note on Conflict of Interest 46-47

8 Schedule-IV: No Conflict of Interest Certificate 48

9 Schedule-V: Procedure for E-Tender 49-50

10 Schedule VI: Work Plan 51

11 Schedule VII: Integrity Pact 52-56

12 Draft Contract Agreement 57-76

13 Terms of Reference 77-93

14 Appendix I: Format of Bank Guarantee for Performance Security 94-95

Page 2 of 93
NHAI - RFP for Appointment of Safety Consultant

15 Appendix II: Format for Bid Security Declaration 96

16 Appendix III: Format of LOA 97

17 Appendix IV: List of Empanelled Safety Consultants 98-111

18 Annexure 1-5 of ToR: Templates for Road Safety Audit 112

Page 3 of 93
NHAI - RFP for Appointment of Safety Consultant

Disclaimer

The information contained in this Request for Proposal document (“RFP”) or subsequently
provided to Applicants, whether verbally or in documentary or any other form by or on
behalf of the Authority or any of its employees or advisers, is provided to Applicants on
the terms and conditions set out in this RFP and such other terms and conditions subject
to which such information is provided.

This RFP is not an agreement and is neither an offer nor invitation 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, which reflect various
assumptions and assessments arrived at by the Authority in relation to the Consultancy.
Such assumptions, assessments and statements do not purport to contain all the
information that each Applicant may require. This RFP may not be appropriate for all
persons, and it is not possible for the Authority, its employees or advisers to consider the
objectives, technical expertise and particular needs of each party who reads or uses this
RFP. The assumptions, assessments, statements and information contained in this RFP,
may not be complete, accurate, adequate or correct. Each Applicant should, therefore,
conduct its own investigations and analysis and should check the accuracy, adequacy,
correctness, reliability and completeness of the assumptions, assessments and
information contained in this RFP and obtain independent advice from appropriate
sources.

Information provided in this RFP to the Applicants is on a wide range of matters, some
of which depends upon interpretation of law. The information given is not an exhaustive
account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. The Authority accepts no responsibility for the accuracy
or otherwise for any interpretation or opinion on the law expressed herein.

The Authority, its employees and advisers make no representation or warranty and shall
have no liability to any person including any Applicant under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any
loss, damages, cost or expense which may arise from or be incurred or suffered on
account of anything contained in this RFP or otherwise, including the accuracy, adequacy,
correctness, reliability or completeness of the RFP and any assessment, assumption,
statement or information contained therein or deemed to form part of this RFP or arising
in any way in this Selection Process.

The Authority also accepts no liability of any nature whether resulting from negligence
or otherwise however caused arising from reliance of any Applicant upon the statements
contained in this RFP.

The Authority may in its absolute discretion, but without being under any obligation to
do so, update, amend or supplement the information, assessment or assumption
contained in this RFP.

Page 4 of 93
NHAI - RFP for Appointment of Safety Consultant

The issue of this RFP does not imply that the Authority is bound to select an Applicant or
to appoint the Selected Applicant, as the case may be, for the Consultancy and the
Authority reserves the right to reject all or any of the Proposals without assigning any
reasons whatsoever.

The Applicant shall bear all its costs associated with or relating to the preparation and
submission of its Proposal including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which may
be required by the Authority, or any other costs incurred in connection with or relating
to its Proposal. All such costs and expenses will remain with the Applicant and the
Authority shall not be liable in any manner whatsoever for the same or for any other
costs or other expenses incurred by an Applicant in preparation or submission of the
Proposal, regardless of the conduct or outcome of the Selection Process.

Page 5 of 93
NHAI - RFP for Appointment of Safety Consultant

INVITATION OF PROPOSAL

INTRODUCTION

Subject of work:- (i) construction of 2-lane with paved shoulder from Km.80+800 to
Km. 120+125 (Satna-Maihar section) of NH-135BG (length- 39.325km) under Bharatmala
Pariyojana in the State of Madhya Pradesh.(ii) 4 lane divided carriageway of missing link
section of NH-39 (Rewa Bypass) form junction with NH-30 near Bela to junction with
MPRDC ring road near Silpara on SH-9 (Design length 13.100 km).(iii) Construction of
Churhat Bypass including Tunnel on Rewa-Sidhi section of NH-75E from Km 33/200
(Design Km 30.300) to Km 55/400 (Design Km 45.650), Design Length 15.350 km. in the
state of Madhya Pradesh on "Hybrid Annuity" Mode.(iv) Rehabilitation and up-gradation
from existing km 2.800 to km 33.200 and km 55.400 to 83.400 to NH-75 E (New NH-39)
(Rewa -Sidhi Section) in the State of Madhya Pradesh to 2 - lanes with paved shoulders
standards on EPC mode.

Background

(i) National Highways Authority of India (NHAI) is engaged in development of National


Highways entrusted to it by Ministry of Road Transport & Highways. As part of this
endeavour, the Authority has taken up development of the highways through Public
Private Partnership (PPP) on DBFOT basis / Hybrid Annuity Model (HAM)/ EPC/
OMT/O&M/Item Rate basis.

(ii) The Model Concession Agreements (MCA)/ Contract documents stipulate that the
Concessionaire shall develop, implement and administer a surveillance and safety
programme for providing a safe environment on or about the Project Highways and
/ or shall comply with the safety requirements set forth in Schedule ‘L’ of Model
Concession Agreement (MCA) for BOT/ HAM projects, Clause 10.1 of EPC contracts
and Schedule – H of the MCA of OMT projects.

(iii) The Agreements also envisage that NHAI shall appoint an experienced and
qualified firm or organization as a “Safety Consultant” for carrying out safety audit
of the Project Highway in accordance with the safety requirements set forth in
Schedule-L/ Clause 10.1 of EPC contractor Schedule-H (whichever applicable) for
the aforesaid Phases of Project.

(iv) NHAI had invited applications from the interested firms for empanelment as safety
consultant for providing consultancy to the project highway in accordance with
the safety requirement set forth in the Schedules mentioned above. Only those
consultants who have been empanelled by NHAI are eligible to submit their
financial proposal and work shall be awarded on least cost basis. The list of
empanelled consultants is listed in Appendix IV.

1.2. Requests for Proposal

1.2.1. NHAI had invited applications from the interested firms for empanelment as safety
consultants for carrying out safety audit of the project highway in accordance with the
safety requirement set forth in Schedule ‘L’ of MCA of the PPP/ HAM projects, Clause
10.1 of EPC contracts and Schedule ‘H’ of MCA for OMT projects.
Page 6 of 93
NHAI - RFP for Appointment of Safety Consultant
1.2.2. NHAI now intends to appoint the empanelled firms or organizations for its various projects
(PPP projects on DBFOT basis/ HAM/ EPC projects or OMT projects). The list of the
project packages and other details for which safety consultant are to be appointed are
given in the RFP at Schedule I & II. Some survey activities as detailed in
this RFP, which are vital to know Road condition and having direct bearing on Road Safety
Audit are part of the Scope of work. Survey results are to be co-related with other Road
Safety Audit Reports.
1.2.3. The proposal has been invited through e-tendering portal i.e.https://etenders.gov.in.
The interested Firm may download the RFP document from the e-tendering portal of the
Employer. The Firm who downloads the RFP document from the website will be required
to pay the non-refundable fee of Rs.5000/-towards cost of RFP, through e-payment
gateway as specified in procedure for e-tender. The Proposal shall be submitted
separately for each project on e-tendering portal for which the firm may wish to apply
inthe format given in Annexure of Form 7.
Account Number 120024516936
IFSC Code CNRB0000380
Name of the Branch Canara Bank, Jabalpur
Name of the Beneficiary NHAI, FARO Jabalpur

The applicant required to submit the details of the NEFT transaction (during
submission of online application) as a proof of submission of Rs. 5,000/- towards cost
of RFP.

1.2.4. The RFP is open to all the empanelled consultants who may apply for only those projects
in which they do not find or anticipate conflict of interest as defined in this RFP. However,
if a bidder applies for DPR Consultancy, Independent/Authority Engineer and Safety
Auditor, the project awarded first shall prevail. Each team of two key personnel and one
Sub Key Personnel of a firm shall not be eligible for award of more than four Project
Packages at any point of time. Further, firms empanelled for more than one team shall
be eligible for award of multiple no. of packages depending on the no. of empanelled
teams. However, a firm shall also not be allowed to propose more than one team for the
same Project Package.

1.2.5. Payments will be made on the basis of deliverables and not on man months. However, for
ensuring proper output and deliverables, minimum number of key personnel required for
carrying out the task and their experience and qualification has been detailed in this RFP
document.

1.2.6. A Bidder is required to submit, along with its BID, a BID Securing Declaration as per format
specified in Appendix II of this RFP.

1.2.7. The Performance Security to be submitted by the successful bidder will be 5% of


the contract value. The Performance Security should be valid for the duration of services
plus six months. The conditions regarding award of the work to firms are stipulated in
the RFP.

1.3 Due diligence by Applicants


Applicants are encouraged to inform themselves fully about the assignment and the local
Page 7 of 93
NHAI - RFP for Appointment of Safety Consultant
conditions before submitting the Proposal by paying a visit to the authority and the
project site, sending written queries to the authority, and attending a Pre-Proposal
Conference on the date and time specified in Clause 1.10.
1.4 Sale of RFP Document
RFP document can also be downloaded from the Official Website of the Authority from
11.00 AM hours on 10.08.2023 to 11.00AM hours on 09.09.2023.
1.5 Validity of the Proposal
The Proposal shall be valid for a period of not less than 60 days from the Bid Due Date
(the “BDD”).

1.6 Brief description of the Selection Process


Selection for project specific work will be done on least cost basis.

1.7 Currency of Financial Quotes


1.7.1 For the purposes of evaluation of Applicants, all financial quotes shall be made in INR
and quotes in other currencies shall not be accepted.
1.7.2 All payments to the Consultant shall be made in INR in accordance with the provisions of
this RFP. The Consultant may convert INR into any foreign currency as per Applicable
Laws and the exchange risk, if any, shall be borne by the Consultant.

1.8 Schedule of Selection Process –


The Authority would endeavor to adhere to the following schedule:
Sl. no Event Description Date

1. Availability of Bid documents 18.09.2023

2. Pre-Proposal Conference 29.09.2023

3. Last date for receiving 06.10.2023


queries/clarifications

4. Authority response to queries 10.10.2023

5. Bid Due Date or BDD [18.10.2023 up


to 05:00 PM]
6. Opening of Proposal [19.10.2023 at
05:00PM]
1.9 Pre-Proposal visit to the Site and inspection of data
Prospective applicants may visit the site and review the available data at any time prior
to BDD. For this purpose, they shall provide notice to the nodal officers specified below
at least two days prior to the visit:
Name: Amrit Lal Sahu
Designation: DGM(T)/PD, PIU-Katni
Mobile:9908203199 Email: katni@nhai.org

Page 8 of 93
NHAI - RFP for Appointment of Safety Consultant
1.10 Pre-Proposal Conference (optional)
The date, time and venue of Pre-Proposal Conference shall be:
Date: 29.09.2023
Time: 1200 hrs
Venue: Regional Office-Jabalpur

1.11 Communications
1.11.1 All communications including the submission of Proposal should be addressed to:
Regional Officer
NHAI, (East) Jabalpur
Phone: 0761-3585028
Email: rojabalpur@nhai.org
1.11.2 The Official Website of the Authority is: https://www.nhai.gov.inand the e-tender
portal ishttps://etenders.gov.in. Applicants shall upload their proposal on the etender
portal as per the procedure specified in this RFP.

[Note: Please open the page https://etenders.gov.in‘*****’ and then page ‘*****’ to
access all the posted and uploaded documents related to this RFP].
1.11.3 All communications should contain the following information, to be marked at the top in
bold letters: “RFP Notice No. 01/2023/18.09.2023.”

Page 9 of 93
NHAI - RFP for Appointment of Safety Consultant

2. INSTRUCTIONS TO APPLICANTS

2.1 Scope of Proposal

2.1.1 Detailed description of the objectives, scope of services, deliverables and other
requirements relating to this consultancy are specified in the draft contract
Agreement. The manner in which the proposal is required to be submitted,
evaluated and accepted is explained in this RFP.
2.1.2 Applicants are advised that the selection of Consultant shall be on the basis of an
evaluation by the Authority through the Selection Process specified in this RFP.
Applicants shall be deemed to have understood and agreed that no explanation
or justification for any aspect of the Selection Process will be given and that the
Authority’s decisions are without any right of appeal whatsoever.
2.1.3 The Applicant shall submit its proposal in the form and manner specified in this RFP. Upon
selection, the Applicant shall be required to enter into an agreement with the Authority in the
format specified in the RFP.

1. Only those consultants who have been empanelled by NHAI and do not have any
conflict of interest as defined in this RFP are eligible to submit the financial proposal
for any project package.

2. The proposal shall be prepared and uploaded strictly in the prescribed formats
marked as:
“Appointment of safety consultant for “Highway Projects on BOT/DBFOT/ HAM/
EPC /OMT/O&M/Item Rate basis” of NHAI”
“Do not open, except in the presence of the Evaluation Committee”
The consultants are requested to ensure that they are quoting for projects for which
conflict of interest does not apply. In case of conflict of interest, their proposal may
be rejected summarily without assigning any reason and if the project has already
been awarded, the same may be cancelled at any time even after award of the
project.

2.1.4 Key Personnel

A firm must have at least the team of two key personnel (i.e. Sr. Road Safety Auditor &
Team Leader and Traffic Planner) each of age not more than 70 years, required for
performing the safety consultants’ job for single NHAI contract package. The
consultancy team shall consist of the following key personnel (the “Key Personnel”)
S. No Position No.

1 Sr. Road Safety Auditor-cum-Team 1


Leader
2 Traffic Planner 1
Total 2
(iii)Sub-Key Personnel: Road Safety Assistant/Apprentice:
The team of 2 Key Personnel shall be assisted by a Sub-Key Personnel i.e. Road Safety
Assistant/Apprentice of age not more than 40 years. The Sub-Key Personnel shall fulfil
the following criteria:
Page 10 of 93
NHAI - RFP for Appointment of Safety Consultant

Essential Qualifications:
i. Graduate in Civil Engineering; or
ii. Diploma in Civil Engineering with more than 2 years’ experience in design, construction
and maintenance of roads.
The firm/applicant shall identify suitable sub-key personnel and submit his/her CV with
the proposal. The concerned Regional Officer of NHAI will approve the Sub-Key Personnel
based on the above criteria, before the commencement of work. The CV of such Sub-Key
Personnel shall not be evaluated for bidding purposes.
2.1.4.1 It is necessary that the applicant shall retain the team proposed at the time
empanelment. However in case of non-availability of key personnel in bidding or
subsequent stages, the empanelment of the team/firm shall be deemed to be cancelled
and the firm may submit fresh proposal in the next phase of empanelment. The retaining
of empanelled teams/ firms shall be confirmed by the concerned firm(s) during all
subsequent phases of contract period. The proposals of firms/applicants submitting key
personnel other than empanelled team shall not be considered.
2.1.5 SUBMISSION OF DOCUMENTS: Proposals should be uploaded on e-tender portal
not later than 5:00PM on 18.10.2023.The proposals shall be opened on
19.10.2023 at 5:00PM in the presence of firms/organizations, who chose to be
present. NHAI shall not be liable for any delay in submission of the proposal within
the stipulatedperiod on any account whatsoever.
2.1.6 No hard copies of proposals shall be submitted.
2.1.7 Financial proposal in the prescribed format includes breakdown of cost of full key
personal team assignment. Incomplete submission of financial proposal is liable
to be rejected.
2.1.8 The financial proposal shall be strictly unconditional and unqualified, otherwise
the same shall be declared as non-responsive.
2.2 Information for Firms

2.2.1 The proposal of the firm is liable to be rejected, if the firm makes any
false or misleading statement in the proposal, without prejudice to the
rights of NHAI to initiate further proceedings against the said firm(s).
2.2.2 At any time before the submission of proposals, NHAI may, for any reason,
whether at its own initiative or in response to a clarification requested by
a consulting firm, modify the Documents by amendment. The amendment
will be notified in/ hosted on the website of NHAI and the e-tender portal.
All amendments will be binding on participating firms.

2.3 Conflict of Interest

2.3.1 An Applicant shall not have a conflict of interest that may affect the
Selection Process or the Consultancy (the “Conflict of Interest”). Any
Applicant found to have a Conflict of Interest shall be disqualified. In the
event of disqualification, the Authority shall take appropriate action as
per provisions contained in clause 2.20.1
Page 11 of 93
NHAI - RFP for Appointment of Safety Consultant
2.3.2 The Authority requires that the Consultant provides professional,
objective, and impartial advice and at all times hold the Authority’s
interests paramount, avoid conflicts with other assignments or its own
interests, and act without any consideration for future work. The
Consultant shall not accept or engage in any assignment that would be in
conflict with its prior or current obligations to other clients, or that may
place it in a position of not being able to carry out the assignment in the
best interests of the Authority.
2.3.3 Some guiding principles for identifying and addressing Conflicts of Interest
have been illustrated in the Guidance Note at Schedule-III. Without
limiting the generality of the above, an Applicant shall be deemed to have
a Conflict of Interest affecting the Selection Process, if:
(a) the Applicant, its consortium member (the “Member”) or Associate (or any constituent
thereof) and any other Applicant, its consortium member or Associate(or any constituent
thereof) have common controlling shareholders or other ownership interest; provided
that this disqualification shall not apply in cases where the direct or indirect shareholding
or ownership interest of an Applicant, its Member or Associate (or any shareholder
thereof having a shareholding of more than 5 per cent of the paid up and subscribed
share capital of such Applicant, Member or Associate, as the case may be) in the other
Applicant, its consortium member or Associate is less than 5% (five per cent) of the
subscribed and paid up equity share capital thereof; provided further that this
disqualification shall not apply to any ownership by a bank, insurance company, pension
fund or a public financial institution referred to in section 4A of the Companies Act,1956.
For the purposes of this Clause 2.3.3(a), indirect shareholding held through one or more
intermediate persons shall be computed as follows: (aa) where any intermediary is
controlled by a person through management control or otherwise, the entire
shareholding held by such controlled intermediary in any other person(the “Subject
Person”) shall be taken into account for computing the shareholding of such controlling
person in the Subject Person; and (bb) subject always to sub-clause (aa) above, where a
person does not exercise control over an intermediary, which has shareholding in the
Subject Person, the computation of indirect shareholding of such person in the Subject
Person shall be undertaken on a proportionate basis; provided, however, that no such
shareholding shall be reckoned under this sub-clause (bb) if the shareholding of such
person in the intermediary is less than 26% (twenty six per cent) of the subscribed and
paid up equity shareholding of such intermediary; or
(b) a constituent of such Applicant is also a constituent of another Applicant; or
(c) such Applicant or its Associate receives or has received any direct or indirect subsidy or
grant from any other Applicant or its Associate; or
(d) such Applicant has the same legal representative for purposes of this Application as any
other Applicant; or
(e) such Applicant has a relationship with another Applicant, directly or through common
third parties, that puts them in a position to have access to each others information
about, or to influence the Application of either or each of the other Applicant; or
(f) there is a conflict among this and other consulting assignments of the Applicant(including
its personnel and Sub-consultant) and any subsidiaries or entities controlled by such
Applicant or having common controlling shareholders. The duties of the Consultant will
depend on the circumstances of each case. While providing consultancy services to the

Page 12 of 93
NHAI - RFP for Appointment of Safety Consultant

Authority for this particular assignment, the Consultant shall not take up any assignment
that by its nature will result in conflict with the present assignment; or
(g) a firm which has been engaged by the Authority to provide goods or works or services for
a project, and its Associates, will be disqualified from providing consulting services for
the same project save and except as provided in Clause2.3.4; conversely, a firm hired to
provide consulting services for the preparation or implementation of a project, and its
Members or Associates, will be disqualified from subsequently providing goods or works
or services related to the same project; or
(h) the Applicant, its Member or Associate (or any constituent thereof), and the bidder or
Concessionaire, if any, for the Project, its contractor(s) or sub-contractor(s)(or any
constituent thereof) have common controlling shareholders or other ownership interest;
provided that this disqualification shall not apply in cases where the direct or indirect
shareholding or ownership interest of an Applicant, its Member or Associate (or any
shareholder thereof having a shareholding of more than 5% (five per cent) of the paid up
and subscribed share capital of such Applicant, Member or Associate, as the case may
be,) in the bidder or Concessionaire, if any, or its contractor(s) or subcontractor(s) is less
than 5%(five per cent) of the paid up and subscribed share capital of such Concessionaire
or its contractor(s) or sub-contractor(s); provided further that this disqualification shall
not apply to ownership by a bank, insurance company, pension fund or a Public Financial
Institution referred to in section 4A of the Companies Act, 1956.For the purposes of this
sub-clause (h), indirect shareholding shall be computed in accordance with the provisions
of sub-clause (a) above. For purposes of this RFP, Associate means, in relation to the
Applicant, a person who controls, is controlled by, or is under the common control with
such Applicant(the “Associate”). As used in this definition, the expression “control”
means, with respect to a person which is a company or corporation, the ownership,
directly or indirectly, of more than 50% (fifty per cent) of the voting shares of such
person, and with respect to a person which is not a company or corporation, the power
to direct the management and policies of such person by operation of law or by contract.
2.3.4 An Applicant eventually appointed to provide Consultancy for this Project,
and its Associates, shall be disqualified from subsequently providing goods
or works or services related to the construction and operation of the same
Project and any breach of this obligation shall be construed as Conflict of
Interest; provided that the restriction herein shall not apply after a period
of 5 (five) years from the completion of this assignment or to consulting
assignments granted by banks/ lenders at any time; provided further that
this restriction shall not apply to consultancy/ advisory services
performed for the Authority in continuation of this Consultancy or to any
subsequent consultancy/ advisory services performed for the Authority in
accordance with the rules of the Authority. For the avoidance of doubt,
an entity affiliated with the Consultant shall include a partner in the
Consultant’s firm or a person who holds more than 5% (five per cent) of
the subscribed and paid up share capital of the Consultant, as the case
may be, and any Associate thereof.
2.4 Number of Proposals
No Applicant shall submit more than one Application for each project. An Applicant shall
not be entitled to submit another application for the same project in any case, otherwise
their proposal will be rejected without assigning any reason.
Page 13 of 93
NHAI - RFP for Appointment of Safety Consultant

2.5 Cost of Proposal


The Applicants shall be responsible for all of the costs associated with the preparation
of their proposals and their participation in the Selection Process including subsequent
negotiation, visits to the Authority, Project site etc. The Authority will not be
responsible or in any way liable for such costs, regardless of the conduct or outcome of
the Selection Process.

2 .6 Site Visit and Verification of Information


Applicants are encouraged to submit their respective Proposals after visiting the Project
site and ascertaining for themselves the site conditions, traffic, location, surroundings,
climate, access to the site, availability of drawings and other data with the Authority,
Applicable Laws and regulations or any other matter considered relevant by them.

2 .7 Acknowledgement by Applicant
2.7.1 It shall be deemed that by submitting the Proposal, the Applicant has:
(a) made a complete and careful examination of the RFP;
(b) received all relevant information requested from the Authority;
(c) acknowledged and accepted the risk of inadequacy, error or mistake in the
information provided in the RFP or furnished by or on behalf of the Authority or
relating to any of the matters referred to in Clause 2.6 above;
(d) satisfied itself about all matters, things and information, including matters referred
to in Clause 2.6 herein above, necessary and required for submitting an informed
Application and performance of all of its obligations there under;
(e) Acknowledged that it does not have a Conflict of Interest; and
(f) Agreed to be bound by the undertaking provided by it under and in terms hereof.
2.7.2 The Authority shall not be liable for any omission, mistake or error on the part of the
Applicant in respect of any of the above or on account of any matter or thing arising out
of or concerning or relating to RFP or the Selection Process, including any error or mistake
therein or in any information or data given by the Authority.

2.8 Right to reject any or all Proposals


2.8.1 Notwithstanding anything contained in this RFP, the Authority reserves the right to
accept or reject any Proposal and to annul the Selection Process and reject all
Proposals, at any time without any liability or any obligation for such acceptance,
rejection or annulment, and without assigning any reasons thereof.
2.8.2 Without prejudice to the generality of Clause 2.8.1, the Authority reserves the right to
reject any Proposal if:

(a) at any time, a material misrepresentation is made or discovered, or

(b) the Applicant does not provide, within the time specified by the Authority, the
supplemental information sought by the Authority for evaluation of the Proposal.
(c) key Personal indicated by a firm matches with the Key Personnel of another
Empanelled firm, proposals of both the firms will be rejected without assigning any
reasons thereof.
Page 14 of 93
NHAI - RFP for Appointment of Safety Consultant

(d) There is misrepresentation/ improper response by the Applicant, which may lead to
the disqualification of the Applicant. If such disqualification / rejection occurs after
the Proposals have been opened and the highest ranking (i.e. bidder with least
quote)Applicant gets disqualified /rejected, then the Authority reserves the right to
consider the next best Applicant, or take any other measure as may be deemed fit in
the sole discretion of the Authority, including annulment of the Selection Process.

B. DOCUMENTS
2.9 Contents of the RFP
2.9.1 This RFP comprises the Disclaimer set forth hereinabove, the contents as listed below and
will additionally include any Addendum / Amendment issued in accordance with Clause
2.11or any other documents issued by the Authority pursuant to this RFP (collectively the
“Bidding Documents”).
Request for Proposal
1. Introduction
2. Instructions to Applicants
3. Criteria for Evaluation
4. Fraud and corrupt practices
5. Pre-Proposal Conference
6. Miscellaneous
FORMS
Form 1- Forwarding Letter
Form 2- Details of Firm
Form 3-DELETED
Form 4- Approach & methodology proposed for the assignment
Form 5- Curriculum vitae (CV) of key personnel
Form 6- Details of safety consultancy projects in hand of the proposed key
personnel
Form 7-
Annexure I- Forwarding letter of financial proposal
Annexure II- Format of financial proposal: – for development period/
construction period/ maintenance period
Annexure III- Summary of cost
Annexure IV- Break up of cost of assignment
Annexure V- Minimum man months for projects on DBFOT/ HAM/ EPC basis
for each key personnel
SCHEDULES
Schedule I- List of projects
Schedule II- Details of PPP/HAM/EPC/OMT projects
Schedule III- Guidance note on conflict of interest
Schedule IV- No conflict of interest certificate
Schedule V-Procedure for e-tender
Schedule VI- Work plan
Schedule VII- Integrity pact

Page 15 of 93
NHAI - RFP for Appointment of Safety Consultant

2.10 Clarifications
2.10.1 Applicants requiring any clarification on the RFP may send their queries to the Authority
in writing before the date mentioned in the Schedule of Selection Process at Clause
1.8.The envelopes shall clearly bear the following identification:
“Queries/Request for Additional Information concerning RFP for Appointment of Safety
Consultant for (i) construction of 2-lane with paved shoulder from Km.80+800 to Km. 120+125
(Satna-Maihar section) of NH-135BG (length- 39.325km) under Bharatmala Pariyojana in the
State of Madhya Pradesh.(ii) 4 lane divided carriageway of missing link section of NH-39 (Rewa
Bypass) form junction with NH-30 near Bela to junction with MPRDC ring road near Silpara on
SH-9 (Design length 13.100 km).(iii) Construction of Churhat Bypass including Tunnel on Rewa-
Sidhi section of NH-75E from Km 33/200 (Design Km 30.300) to Km 55/400 (Design Km 45.650),
Design Length 15.350 km. in the state of Madhya Pradesh on "Hybrid Annuity" Mode.(iv)
Rehabilitation and up-gradation from existing km 2.800 to km 33.200 and km 55.400 to 83.400
to NH-75 E (New NH-39) (Rewa -Sidhi Section) in the State of Madhya Pradesh to 2 - lanes with
paved shoulders standards on EPC mode.

The Authority shall Endeavour to respond to the queries within the period specified therein but
not later than 7 (seven) days prior to the Bid Due Date. The responses will be notified in the e-
tender portal. The Authority will post the reply to all such queries on the official website and
the e-tender portal.
2.10.2 The Authority reserves the right not to respond to any questions or provide any
clarifications, in its sole discretion, and nothing in this Clause 2.10 shall be construed as
obliging the Authority to respond to any question or to provide any clarification.
2.10.3 The Authority may also on its own motion, if deemed necessary, issue interpretations and
clarifications to all Bidders. All clarifications and interpretations issued by the Authority
shall be deemed to be part of the RFP. Verbal clarifications and information given by
Authority or its employees or representatives shall not in any way or manner be binding
on the Authority.

2.11 Amendment of RFP


2.11.1 At any time prior to the deadline for submission of Proposal, the Authority may, for any
reason, whether at its own initiative or in response to clarifications requested by an
Applicant, modify the RFP document by the issuance of Addendum/ Amendment and
posting it on the Official Website and the e-tender portal .
2.11.2 All such amendments will be notified on the official website and the e-tender portal along
with the revised RFP containing the amendments and will be binding on all Applicants.
2.11.3 In order to afford the Applicants a reasonable time for taking an amendment into account,
or for any other reason, the Authority may, in its sole discretion, extend the Proposal
Due Date.

C. PREPARATION AND SUBMISSION OF PROPOSAL


2.12 Language
The Proposal with all accompanying documents (the “Documents”) and all
communications in relation to or concerning the Selection Process shall be in English
language and strictly on the forms provided in this RFP. No supporting document or

Page 16 of 93
NHAI - RFP for Appointment of Safety Consultant
printed literature shall be submitted with the Proposal unless specifically asked for and
in case any of these Documents is in another language, it must be accompanied by an
accurate translation of the relevant passages in English, in which case, for all purposes
of interpretation of the Proposal, the translation in English shall prevail.
2.13 Format and signing of Proposal
2.13.1 The Applicant shall provide all the information sought under this RFP. The Authority would
evaluate only those Proposals that are received in the specified forms and complete in
all respects.

2.13.2 The Applicant shall prepare one original set of the Proposal (together with originals/
copies of Documents required to be submitted along therewith pursuant to this RFP) and
clearly marked “ORIGINAL” and submit it online.
2.13.3 The Proposal shall be typed or written in indelible ink and signed by the authorized
signatory of the Applicant who shall initial each page, in blue ink. All the alterations,
omissions, additions, or any other amendments made to the Proposal shall be initialled
by the person(s) signing the Proposal. The Proposals must be properly signed by the
authorized representative (the “Authorized Representative”) as detailed below:

(a) by the proprietor, in case of a proprietary firm; or


(b) by a partner, in case of a partnership firm and/or a limited liability partnership/JV;
or
(c) by a duly authorized person holding the Power of Attorney, in case of a Limited
Company or a corporation.
2.13.4 Applicants should note the Bid Due Date, as specified in Clause 1.8, for submission of
Proposals. Except as specifically provided in this RFP, no supplementary material will be
entertained by the Authority, and that evaluation will be carried out only on the basis of
Documents received by the closing time of Bid Due Date as specified in Clause 2.17.1.
Applicants will ordinarily not be asked to provide additional material information or
documents subsequent to the date of submission, and unsolicited material if submitted
will be summarily rejected. For the avoidance of doubt, the Authority reserves the right
to seek clarifications under and in accordance with the provisions of Clause 2.24.
2.14.1 If an individual Key Personnel makes a false averment regarding his qualification,
experience or other particulars, or his commitment regarding availability for the Project
is not fulfilled at any stage after signing of the Agreement, he shall be liable to be
debarred or any future assignment of the Authority for a period of 5 (five) years. The
award of this consultancy to the Applicant may also be liable to cancellation in such an
event.
2.14.2 The Authority reserves the right to verify all statements, information and documents,
submitted by the Applicant in response to the RFP. Any such verification or the lack of
such verification by the Authority to undertake such verification shall not relieve the
Applicant of its obligations or liabilities hereunder nor will it affect any rights of the
Authority there under.
2.14.3 In case it is found during the evaluation or at any time before signing of the Agreement
or after its execution and during the period of subsistence thereof, that one or more of
the eligibility conditions have not been met by the Applicant or the Applicant has made
material misrepresentation or has given any materially incorrect or false information,

Page 17 of 93
NHAI - RFP for Appointment of Safety Consultant
the Applicant shall be disqualified forthwith if not yet appointed as the Consultant either
by issue of the LOA or entering into of the Agreement, and if the Selected Applicant has
already been issued the LOA or has entered into the Agreement, as the case may be, the
same shall, notwithstanding anything to the contrary contained therein or in this RFP, be
liable to be terminated, by a communication in writing by the Authority without the
Authority being liable in any manner whatsoever to the Applicant or Consultant, as the
case may be. In such an event, the Authority shall initiate necessary action as per clause
2.20.1 of this RFP.

2.15 Financial Proposal


2.15.1 Applicants shall submit the financial proposal in the formats at Annexure-II of Form 7(the
“Financial Proposal”) clearly indicating the total cost of the Consultancy in both figures
and words, in Indian Rupees, and signed by the Applicant’s Authorized Representative. In
the event of any difference between figures and words, the amount indicated in words
shall prevail. In the event of a difference between the arithmetic total and the total
shown in the Financial Proposal, the lower of the two shall prevail.
2.15.2 While submitting the Financial Proposal, the Applicant shall ensure the following:
(i) All the costs associated with the assignment shall be included in the Financial
Proposal. These shall normally cover remuneration for all the Personnel(Expatriate
and Resident, in the field, office etc), accommodation, air fare, equipment, printing
of documents, surveys, geo-technical investigations etc. The total amount indicated
in the Financial Proposal shall be without any condition attached or subject to any
assumption, and shall be final and binding. In case any assumption or condition is
indicated in the Financial Proposal, it shall be considered nonresponsive and liable
to be rejected.
(ii) The Financial Proposal shall take into account all expenses and tax liabilities. For
the avoidance of doubt, it is clarified that all taxes shall be deemed to be included
in the costs shown under different items of the Financial Proposal. Further, all
payments shall be subject to deduction of taxes at source as per Applicable Laws.
(iii) Costs (including break down of costs) shall be expressed in INR.
2.16 Submission of Proposal
2.16.1 The Applicants shall submit the Proposal in on e-tendering portal with all pages numbered
serially and by giving an index of submissions. Each page of the submission shall be
initialled by the Authorized Representative of the Applicant as per the terms of the RFP.
In case the proposal is submitted on the document down loaded from Official Website,
the Applicant shall be responsible for its accuracy and correctness as per the version
uploaded by the Authority and shall ensure that there are no changes caused in the
content of the downloaded document. In case of any discrepancy between the
downloaded or photocopied version of the RFP and the original RFP issued by the
Authority, the latter shall prevail.
2.16.2 Deleted.
2.16.3 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 nonresponsive.
2.16.4 The Financial Proposal shall be signed by the Authorized Representative of the Applicant.
All pages of the original Proposal must be numbered and initialled by the person or
Page 18 of 93
NHAI - RFP for Appointment of Safety Consultant
persons signing the Proposal.
2.16.5 The completed Proposal must be uploaded on or before the specified time on Bid Due
Date. Proposals submitted by post, fax, telex, telegram or e-mail shall not be
entertained.
2.16.6 The Proposal shall be made in the Forms specified in this RFP. Any attachment to such
Forms must be provided on separate sheets of paper and only information that is directly
relevant should be provided. This may include photocopies of the relevant pages of
printed documents. No separate documents like printed annual statements, company
brochures, copy of contracts etc. will be entertained.
2.16.7 The rates quoted shall be firm throughout the period of performance of the assignment
up to and including acceptance of the Final Safety Report by the Authority and discharge
of all obligations of the Consultant under the Agreement.

2.17 Bid Due Date


2.17.1 Proposal should be uploaded at or before 18.10.2023 at 05:00PM on the Bid Due Date
specified at Clause 1.8 at the address provided in Clause 1.11 in the manner and form as
detailed in this RFP.
2.17.2 The Authority may, in its sole discretion, extend the Bid Due Date by issuing an Addendum
in accordance with Clause 2.11 uniformly for all Applicants.
2.18 Late Proposals
Proposals uploaded after the specified time on Bid Due Date shall not be eligible for
consideration and shall be summarily rejected.

2.19 Modification/ substitution/ withdrawal of Proposals


2.19.1 The Applicant may modify, substitute, or withdraw its Proposal after submission, prior to
Bid Due Date. No Proposal shall be modified, substituted, or withdrawn by the Applicant
on or after the Bid Due Date.
2.19.2 The modification, substitution, or withdrawal notice shall be prepared and uploaded in
accordance with Clause 2.16 marked “MODIFICATION”, “SUBSTITUTION” or
“WITHDRAWAL”, as appropriate.
2.19.3 Any alteration / modification in the Proposal or additional information or material
supplied subsequent to the Bid Due Date, unless the same has been expressly sought for
by the Authority, shall be disregarded.

2.20 Bid Securing Declaration


2.20.1 The bidder has to sign a Bid Securing Declaration accepting that if the bidder withdraw
or modify its bid during the period of validity i.e. not less than 60 (sixty) days from the
bid due date or if the bidder is awarded the contract and fail to sign the contract or to
submit a performance security before the deadline defined in the request for bid
documents, the bidder will be suspended for participation in the tendering process for
the works of MoRTH/NHAI/NHIDCL and works under other Centrally Sponsored Schemes,
for a period of one year from the bid due date of this work. The bid securing declaration
shall be submitted as per the format at Appendix-II (Format for Bid Securing Declaration).
2.20.1.1 Any Bid not accompanied by the Bid Securing Declaration shall be rejected by the
Authority as non-responsive.
Page 19 of 93
NHAI - RFP for Appointment of Safety Consultant

2.20.2 Performance Security


2.20.2.1 Within 30 (Thirty) days of issue of Letter of Acceptance, the selected Bidder shall
furnish to the Authority an irrevocable and unconditional guarantee from a Bank in the
form set forth in Appendix-I (the “Performance Security”) for an amount equal to 5%
(Five percent) of its Bid Price. Bank guarantee shall be issued by nationalized bank, or
a Scheduled Bank in India having a net worth of at least Rs. 1,000 crore (Rs. One
thousand crore), in favour of the Authority in the format at Appendix-I (the “Bank
Guarantee”). This Bank Guarantee shall be transmitted through SFMS Gateway to NHAI’s
Bank. In case the Bank Guarantee is issued by a foreign bank outside India, confirmation
of the same by any nationalized bank in India is required. For the avoidance of doubt,
Scheduled Bank shall mean a bank as defined under Section 2(e) of the Reserve Bank of
India Act, 1934.
2.20.2.2 The Performance Security shall be valid for the duration of services plus six months.
2.20.2.3In the event the Consultant fails to provide the security within 30 days of date of LOA,
it may seek extension of time for a period of 15 (Fifteen) days on payment of damages
for such extended period in a sum of calculated at the rate of 0.1% (Zero Point One
Percent) of the contract price for each day until the performance security is provided.
2.20.2.4For avoidance of any doubt, in case of failure of submission of Performance Security,
within the additional 15 days’ time period, the award shall be deemed to be cancelled/
withdrawn and bidder shall be suspended from participation in the tendering process
for the works of MoRTH / NHAI / NHIDCL and works under other Centrally Sponsored
Schemes, for a period of one year from the bid due date of this work. Thereupon all
rights, privileges, claims and entitlements of the Contractor under or arising out of the
Award shall be deemed to have been waived by, and to have ceased with the
concurrence of the Contractor, and the Award shall be deemed to have been withdrawn
by the Authority.
2.20.2.5The Performance Security remaining balance after appropriation of any amounts under
the Agreement shall be returned to the Consultant at the end of 3 (three) months after
the expiration of the services.
D.EVALUATION PROCESS
2.21 Evaluation of Proposals
2.21.1 The Authority shall start downloading the Proposals at 19.10.2023 at 5:00PM on the Bid
Due Date, at the place specified in Clause 1.11.1 and in the presence of the Applicants
who choose to attend.
2.21.2 Proposals for which a notice of withdrawal has been submitted in accordance with
Clause2.19 shall not be downloaded/ opened.
2.21.3 The Authority reserves the right to reject any Proposal which is non-responsive and no
request for alteration, modification, substitution or withdrawal shall be entertained by
the Authority in respect of such Proposals.
2.21.4 The Authority shall subsequently examine and evaluate Proposals in accordance with the
Selection Process specified in the RFP.
2.21.5 A date, time and venue will be notified to all Applicants for opening of Financial
Proposals. Before opening of the Financial Proposals, the list of pre-qualified and
shortlisted Applicants be read out. The opening of Financial Proposals shall be done in
Page 20 of 93
NHAI - RFP for Appointment of Safety Consultant
presence of respective representatives of Applicants who choose to be present. The
Authority will not entertain any query or clarification from Applicants who fail to qualify
at any stage of the Selection Process.
2.21.6 Applicants are advised that selection will be entirely at the discretion of the Authority.
Applicants will be deemed to have understood and agreed that no explanation or
justification on any aspect of the Selection Process or Selection will be given.

2.21.7 Any information contained in the Proposal shall not in any way be construed as binding on
the Authority, its agents, successors or assigns, but shall be binding against the Applicant
if the Consultancy is subsequently awarded to it.

2.22 Confidentiality
Information relating to the examination, clarification, evaluation, and recommendation
for the selection of Applicants shall not be disclosed to any person who is not officially
concerned with the process or is not a retained professional adviser advising the
Authority in relation to matters arising out of, or concerning the Selection Process. The
Authority will treat all information, submitted as part of the Proposal, in confidence and
will require all those who have access to such material to treat the same in confidence.
The Authority may not divulge any such information unless it is directed to do so by any
statutory entity that has the power under law to require its disclosure or is to enforce
or assert any right or privilege of the statutory entity and/or the Authority.

2.23 Tests of responsiveness


Prior to evaluation of Proposals, the Authority shall determine whether each Proposal is
responsive to the requirements of this RFP. A Proposal shall be considered responsive only
if:

a) it is uploaded on the portal as per the format;


b) The Key Persons named are as per Empanelment.
c) it is received by the Bid Due Date including any extension thereof pursuant to Clause
2.17.2;
d) it is accompanied by the Bid Securing declaration as specified in Clause 2.20;
e) it contains all the information (complete in all respects) as requested in this RFP and/
or Bidding Documents (in formats same as those specified);
f) it does not contain any condition or qualification.
g) It is digitally signed by person holding Power of Attorney and Power of Attorney is
uploaded on e-tender portal as specified in clause 2.13.3 and 2.16.3; and
h) it is not non-responsive in terms hereof.

2.24 Clarifications
2.24.1 To facilitate evaluation of Proposals, the Authority may, at its sole discretion, seek
clarifications from any Applicant regarding its Proposal. Such clarification(s) shall be
provided within the time specified by the Authority for this purpose. Any request for
clarification(s) and all clarification(s) in response thereto shall be in writing.

2.24.2 If an Applicant does not provide clarifications sought under Clause 2.24.1 above within
the specified time, its Proposal shall be liable to be rejected. In case the Proposal is not
rejected, the Authority may proceed to evaluate the Proposal by construing the
Page 21 of 93
NHAI - RFP for Appointment of Safety Consultant
particulars requiring clarification to the best of its understanding, and the Applicant shall
be barred from subsequently questioning such interpretation of the Authority.

E. APPOINTMENT OF CONSULTANT

2.25 Negotiations
2.25.1 The Selected bidder may, if necessary, be invited for negotiations. The negotiations shall
generally not be for reducing the price of the Proposal, but will be for reconfirming the
obligations of the Consultant under this RFP. Issues such as availability/ deployment of
Key Personnel as per empanelment, understanding of the RFP, methodology and quality
of the work plan shall be discussed during negotiations. In case the Selected Applicant
fails to reconfirm its commitment, the Authority reserves the right to designate the next
ranked Applicant as the Selected Applicant and invite it for negotiations.
2.25.2 The Authority will ensure presence of all key Professional Personnel in person and those
not found available shall be dealt as per Clause 2.26.1.

2.26 Substitution of Key Personnel


2.26.1 During negotiation, Firm will not be allowed to change the key personnel as proposed at
the time of empanelment; bids of those firms which propose change of Key Personnel
during negotiation shall be liable to be cancelled and the negotiation will be carried out
with the next ranked applicant.
2.26.2 During implementation of the Agreement, the Authority expects all the Key Personnel to
be available. The Authority will not consider substitution of Key Personnel.
2.27 Indemnity
The Consultant shall, subject to the provisions of the Agreement, indemnify the Authority
for an amount not exceeding 3 (three) times the value of the Agreement for any direct
loss or damage that is caused due to any deficiency in services.

2.28 Award of Consultancy


After selection, a Letter of Award (the “LOA”) shall be issued, in duplicate, by the
Authority to the Selected Applicant and the Selected Applicant shall, within 7
(seven)days of the receipt of the LOA, sign and return the duplicate copy of the LOA in
acknowledgement thereof. In the event the duplicate copy of the LOA duly signed by
the Selected Applicant is not received by the stipulated date, the Authority may, unless
it consents to extension of time for submission thereof, disqualify the selected applicant,
and the next highest ranking Applicant may be considered. In such an event, Authority
may also initiate necessary action as per clause 2.20.1 of RFP.
2.29 Execution of Agreement
After having received the performance security and verified it, the Client shall invite the
selected bidder for signing of Contract Agreement on a date and time convenient to both
parties within 15 days of receipt of valid Performance Security.

2.30 Commencement of Assignment


The Consultant shall commence the Services at the Project site within 7 (seven) days of
the date of the Agreement or such other date as may be mutually agreed. If the
Consultant fails to either sign the Agreement as specified in Clause 2.29 or commence
the assignment as specified herein, the Authority may invite the second ranked Applicant
Page 22 of 93
NHAI - RFP for Appointment of Safety Consultant
for negotiations. In such an event, Authority may also initiate necessary action as per
clause 2.20.1 of RFP.

2.31 Proprietary Data


Subject to the provisions of Clause 2.22, all documents and other information provided
by the Authority or submitted by an Applicant to the Authority shall remain or become
the property of the Authority. Applicants and the Consultant, as the case may be, are to
treat all information as strictly confidential. The Authority will not return any Proposal
or any information related thereto. All information collected, analysed, processed or in
whatever manner provided by the Consultant to the Authority in relation to the
Consultancy shall be the property of the Authority.

2.32 Correspondence with the Bidder


Save and except as provided in this RFP, the Authority shall not entertain any
correspondence with any Applicant in relation to the acceptance or rejection of any
Proposal. Proposals shall be deemed to be under consideration immediately after they
are opened and until such time the Authority makes official intimation of award/
rejection to the Bidders. While the Proposals are under consideration, Applicants and/
or their representatives or other interested parties are advised to refrain, save and
except as required under the Bidding Documents, from contacting by any means, the
Authority and/ or their employees/ representatives on matters related to the Proposals
under consideration.

3. CRITERIA FOR EVALUATION

3.1 Evaluation of Proposal


3.1.1 In the 1ststage, the responsiveness of the applicant’s proposal shall be checked as per the
test of responsive mentioned in this RFP. The bidders found responsive shall be short-
listed and will be notified in the official website/ e-tender portal.

3.2 Evaluation of Financial Proposal

3.2.1 The financial evaluation will be carried out for all the responsive proposals as
specified in RFP.
3.2.2 For financial evaluation, the total cost indicated in the Financial Proposal, excluding
Additional Costs, will be considered. Additional Costs shall include items specified as
such in Form-2 of Appendix-II.
3.2.3 The Authority will determine whether the Financial Proposals are complete, unqualified
and unconditional. The cost indicated in the Financial Proposal shall be deemed
as final and reflecting the total cost of services. Omissions, if any, in costing any item
shall not entitle the firm to be compensated and the liability to fulfil its obligations as
per the TOR within the total quoted price shall be that of the Consultant.
3.2.4 The Selected Applicant shall be the first ranked Applicant (having the lowest quote).
The second ranked Applicant shall be kept in reserve and may be invited in case the first
ranked Applicant withdraws, or fails to comply with the requirements specified in
Clauses of RFP.
4. FRAUD AND CORRUPT PRACTICES
4.1 The Applicants and their respective officers, employees, agents and advisers shall observe
Page 23 of 93
NHAI - RFP for Appointment of Safety Consultant
the highest standard of ethics during the Selection Process. Notwithstanding anything to
the contrary contained in this RFP, the Authority shall reject a Proposal without being
liable in any manner whatsoever to the Applicant, if it determines that the Applicant
has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice (collectively the
“Prohibited Practices”) in the Selection Process. In such an event, the Authority shall be
entitled to suspend the bidder from participation in the tendering process for the works
of MoRTH / NHAI / NHIDCL and works under other Centrally Sponsored Schemes, for a
period of one year from the bid due date of this work or forfeit and appropriate the
Performance Security, as the case may be, as mutually agreed genuine pre-estimated
compensation and damages payable to the Authority for, inter alia, time, cost and effort
of the Authority, in regard to the RFP, including consideration and evaluation of such
Applicant’s Proposal.
4.2 Without prejudice to the rights of the Authority under Clause 4.1 hereinabove and the rights
and remedies which the Authority may have under the LOA or the Agreement, if an
Applicant or Consultant, as the case may be, is found by the Authority to have directly
or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice during the
Selection Process, or after the issue of the LOA or the execution of the Agreement, such
Applicant or Consultant shall not be eligible to participate in any tender or RFP issued
by the Authority during a period of 2 (two) years from the date such Applicant or
Consultant, as the case may be, is found by the Authority to have directly or through an
agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive,
practice, undesirable practice or restrictive practice, as the case may be.
4.3 For the purposes of this Section, the following terms shall have the meaning here in after
respectively assigned to them:
(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the action of any person connected with
the Selection Process (for avoidance of doubt, offering of employment to or
employing or engaging in any manner whatsoever, directly or indirectly, any official
of the Authority who is or has been associated in any manner, directly or indirectly
with the Selection Process or the LOA or has dealt with matters concerning the
Agreement or arising there from, before or after the execution thereof, at any time
prior to the expiry of one year from the date such official resigns or retires from or
otherwise ceases to be in the service of the Authority, shall be deemed to constitute
influencing the actions of a person connected with the Selection Process); or (ii)
save as provided herein, engaging in any manner whatsoever, whether during the
Selection Process or after the issue of the LOA or after the execution of the
Agreement, as the case may be, any person in respect of any matter relating to the
Project or the LOA or the Agreement, who at any time has been or is a legal, financial
or technical consultant/ adviser of the Authority in relation to any matter
concerning the Project;
(b) “fraudulent practice” means a misrepresentation or omission of facts or disclosure

of incomplete facts, in order to influence the Selection Process;


(c) “coercive practice” means impairing or harming or threatening to impair or harm,
directly or indirectly, any persons or property to influence any person’s
participation or action in the Selection Process;
Page 24 of 93
NHAI - RFP for Appointment of Safety Consultant

(d) “undesirable practice” means (i) establishing contact with any person connected
with or employed or engaged by the Authority with the objective of canvassing,
lobbying or in any manner influencing or attempting to influence the Selection
Process; or (ii) having a Conflict of Interest; and
(e) “restrictive practice” means forming a cartel or arriving at any understanding or
arrangement among Applicants with the objective of restricting or manipulating a
full and fair competition in the Selection Process.

5. PRE-PROPOSAL CONFERENCE
5.1 Only those Applicants, who have downloaded the RFP from the Official Website for the
Authority, shall be allowed to participate in the Pre-Proposal Conference. Pre-Proposal
Conference shall be convened at the designated date, time and place as mentioned in
clause 1.10. A maximum of two representatives of each Applicant shall be allowed to
participate on production of authority letter from the Applicant.
5.2 During the course of Pre-Proposal Conference, the Applicants will be free to seek
clarifications and make suggestions for consideration of the Authority. The Authority
shall Endeavour to provide clarifications and such further information as it may, in its
sole discretion, consider appropriate for facilitating a fair, transparent and competitive
Selection Process.
6. MISCELLANEOUS
6.1 The Selection Process shall be governed by, and construed in accordance with, the laws of
India and the Courts at ***** shall have exclusive jurisdiction over all disputes arising
under, pursuant to and/or in connection with the Selection Process.
6.2 The Authority, in its sole discretion and without incurring any obligation or liability, reserves
the right, at any time, to:
(a) Suspend and/or cancel the Selection Process and/or amend and/or supplement the
Selection Process or modify the dates or other terms and conditions relating thereto;
(b) Consult with any Applicant in order to receive clarification or further information;
(c) Retain any information and/or evidence submitted to the Authority by, on behalf of
and/or in relation to any Applicant; and/or
(d) Independently verify, disqualify, reject and/or accept any and all submissions or
other information and/or evidence submitted by or on behalf of any Applicant.
6.3 It shall be deemed that by submitting the Proposal, the Applicant agrees and
releases the Authority, its employees, agents and advisers, irrevocably,
unconditionally, fully and finally from any and all liability for claims, losses,
damages, costs, expenses or liabilities in any way related to or arising from the
exercise of any rights and/or performance of any obligations hereunder, pursuant
hereto and/or in connection herewith and waives any and all rights and/or claims
it may have in this respect, whether actual or contingent, whether present or
future.
6.4 The Performance Security as per provisions of this RFP document as Damages are
mutually agreed genuine pre-estimated loss and damage likely to be suffered and
incurred by the Party entitled to receive the same and are not by way of penalty
(the “Damages”).
Page 25 of 93
NHAI - RFP for Appointment of Safety Consultant

6.5 All documents and other information supplied by the Authority or submitted by
an Applicant shall remain or become, as the case may be, the property of the
Authority. The Authority will not return any submissions made hereunder.
Applicants are required to treat all such documents and information as strictly
confidential.
6.6 The Authority reserves the right to make inquiries with any of the clients listed
by the Applicants in their previous experience record.
6.7 Time shall be of the essence in the performance of the Bidders’ respective
obligations under this RFP document. If any time period specified herein is
extended, such extended time shall also be of the essence.
6.8 The rule of construction, if any, that a contract should be interpreted against the
parties responsible for the drafting and preparation thereof, shall not apply.
6.9 Any documentation required to be provided or furnished by the Bidder(s) to the
Authority shall be provided free of cost.
6.10 Any word or expression used in this RFP Document shall, unless otherwise defined
or construed in this RFP Document, bear its ordinary English meaning and, for
these purposes, the General Clauses Act 1897 shall not apply.
6.11 For the avoidance of doubt and abundant clarity, it is hereby clarified that in case
of any ambiguity or inconsistency in the Bidding Process to be undertaken as per
terms hereof, priority shall, notwithstanding anything contained in this RFP, be
accorded to the construction and/or interpretation and/or approach which, in
the prudent and reasonable estimation of the Authority exclusively, ensures a
competitive and transparent Bidding Process as per the Applicable Laws and
internationally acclaimed standards.

Page 26 of 93
NHAI - RFP for Appointment of Safety Consultant

FORMAT FOR SUBMISSION OF THE PROPOSAL FOR APPOINTMENT OF SAFETY


CONSULTANT

FORMS
Form 1- Forwarding Letter
Form 2- Details of Firm
Form 3- DELETED
Form 4- Approach & methodology proposed for the assignment
Form 5- Curriculum vitae (CV) of key personnel
Form 6- Details of safety consultancy projects in hand of the proposed key
personnel
Form 7-
Annexure I- Forwarding letter of financial proposal Annexure
II- Format of financial proposal: – for development period/
construction period/ maintenance period
Annexure III- Summary of cost
Annexure IV- Break up of cost of assignment
Annexure V- Minimum man months for projects on DBFOT/ HAM/
EPC basis for each key personnel

SCHEDULES

Schedule I- List of projects


Schedule II- Details of PPP/HAM/EPC/OMT projects
Schedule III- Guidance note on conflict of interest
Schedule IV- No conflict of interest certificate
Schedule V-Procedure for e-tender
Schedule VI- Work plan
Schedule VII- Integrity pact

Page 27 of 93
NHAI - RFP for Appointment of Safety Consultant

Form – 1

Forwarding Letter

Sub: Safety Consultant for PPP Projects on DBFOT/HAM basis/OMT/EPC ProjectsApplication


for appointment of Safety Consultant.

Dear Sir,

With reference to your RFP document dated ………, I/we, having examined the RFP document
and understood its contents, here by submit my/our Application for appointment of Safety
Consultant for Projects on DBFO/HAM basis/OMT/EPC/O&M/Item Rate Projects. The Application
is unconditional and unqualified.
2 All information provided in the Application, Appendices and Annexure are true and
correct and all documents accompanying such Application are true copies of the irrespective
originals.
3 I/We acknowledge the right of the Authority to reject our Application without assigning
any reason or otherwise and hereby waive our right to challenge the same on any account what
so ever.
4 I/We certify that in the last three years, I/we or any of the Members of Joint Venture
have neither failed to perform on any contract, as evidenced by imposition of a penalty or a
judicial pronouncement or arbitration award, nor been expelled from any project or contract
nor have had any contract terminated for breach our part.
5. I/We agree and undertake to abide by all the terms and conditions of the RFP document.
In witness thereof, I/We submit this application under and in accordance with the terms of the
RFP document.

Yours faithfully,

Date:

Place:

(Signature of the Authorized Representative)

(Name and designation)

Name and seal of the Firm

Page 28 of 93
NHAI - RFP for Appointment of Safety Consultant

Form – 2

Details of Firm
(To be furnished by individual firm)

1. (a) Name:
(b) Country of incorporation:
(c) Address of the corporate headquarters and its branch office(s), if any, in India:
(d) Date of incorporation and/ or commencement of business:

1. Brief description of the Company including details of its main lines of business and
proposed role and responsibilities in this Project:
2. Month/ Year of incorporation of firm/ organization.

Name of firm/ Month/ Year Type of Organization


organization of
incorporation Count Individual Partnership Corporation Others
ry (pl.
describe)

Note: A copy of Certificate of Incorporation is to be furnished.

2. Office/Business Address/Telephone nos.


3. Total experience in consultancy: …….Years
4. Consultancy Experience in Road & Bridge Projects: ………Years
5. INFRACON ID of the firm:-

Page 29 of 93
NHAI - RFP for Appointment of Safety Consultant

Form-3

DELETED

Page 30 of 93
NHAI - RFP for Appointment of Safety Consultant

Form-4

(See clause 2.25.1)


APPROACH & METHODOLOGY PROPOSED FOR THE ASSIGNMENT

The firm/ organization based on its experience and after reviewing Schedule ‘L’ of
MCA shall:
1. List out the major tasks for safety audits during development (design audit)
or construction stages (development/ construction/) or maintenance stages
separately for Road & Bridge Projects.

2. Propose sequencing of the tasks so as to complete the assignment within the


timelines given in Schedule ‘L’ /Schedule “H” of Concession Agreement/
Clause 10.1 of EPC agreement.

3. List out the documents required for auditing;

4. Propose checklist of items/ issues under each task; and

5. List out the staff inputs, equipment and system required for conducting the
safety audit as per above tasks/ checklists. Please mention the systems
available or any systems exclusively developed by your firm to conduct such
audits.

Page 31 of 93
RFP for Appointment of Safety Consultant
Form – 5
CURRICULUM VITAE (CV) OF KEY PERSONNEL(as submitted for empanelment)

1. Proposed Position:
2. Name of Firm:
3. Name of Key Personnel & Infracon ID:
Recent
photograph
4. Profession:
5. Date of Birth: (pl. enclose proof)
6. Nationality:
7. Years with Firm / Entity:
8. Membership of Professional Societies:
Publication: (List of details of major technical reports/papers published in
recognized national and international journals)
9. Detailed Task Assigned:
10. Educational Qualification:
(Summarize college/university and other specialized education of staff
member, giving names of schools, dates attended and degrees obtained).
(Please enclose proof of qualification)
11. Employment Record:
(Starting with present position, list in reverse order, every employment held.
List all positions held by staff member since graduation, giving dates, names
of employing organization, title of positions held and location of
assignments. For experience period of specific assignment must be clearly
mentioned, also give NHAI references, where appropriate).
12. Summary of the CV
(Furnish a summary of the above CV. The information in the summary shall
be precise and accurate. The information in the summary will have bearing
on the evaluation of the CV).
A) Education:
Field of Graduation and year
Field of post-graduation and year
Any other specific qualification
B) Experience
Total Experience in the field relevant to the assignment: Yrs
Page 32 of 93
Break-up of Total Experience, field – wise:

Responsibilities held No. of Years

(i)
(ii)
(iii)
Relevant Specific Experience: Yrs.

C) Permanent Employment with the Firm (Yes/No):


If yes, how many years :
If no, what is the employment :
Arrangement with the firm? :
13. Details of the current relevant assignment and the time duration for which
services are required for the current assignment.

UNDERTAKING FROM THE PROFESSIONAL

I, the undersigned, (Name and Address) undertake that this CV correctly describes myself, my
qualification 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 RFPis found incorrect. I further undertake that I have neither been debarred
by NHAI nor left any assignment with the consultants engaged by NHAI / contracting firm for
any continuing work of NHAI without completing my assignment. I will be available to
undertake the safety audit assignments for a minimum period of 12 months. 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 servicesare 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.

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 of submission of proposal) including those for which LOA has been received
by the firm and the inputs in theseassignments.

Signature of the Candidate


Place
Date

Page 33 of 93
UNDERTAKING FROM CONSULTING FIRM

The undersigned on behalf of ------------ (name of consulting firm) certify that


the details of qualification and experience 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, it would be at liberty to
remove the personnel from the present assignment and debar him for an
appropriate period to be decided by NHAI.

Signature of the Authorized Representative of the firm

Place

Date

Note: i) Personnel is to affix his recent photograph on 1st page of CV.

ii) Complete Address and Phone Number of the Personnel is to be provided.

iii) Document for proof of age is to be enclosed.

iv) Documents for proof of qualifications shall be as uploaded in INFRACON.


v) Deleted. vi) Age of personnel shall not be more than as specified.
vii) Each page of the CV shall be signed in ink by both the staff
member and the Authorized Representative of the firm before
scanning and uploading on the e-tender portal.
viii) The NHAI may verify the details mentioned in CV by writing to
the Employer indicated in the CV. The individual and the
consultancy firm shall be liable for debarment for any
incorrect information.

Page 34 of 93
Form-6

Details of Safety Consultancy Projects in hand of the proposed Key Personnel


S. No. Name of Key Name of Project in hand of Position in which the Key
Personnel the Key Personnel as on 7 Personnel is Deployed in
days prior to the due date of the Project
this RFP

Signature of the Authorized Representative of the firm

Place

Date

We hereby undertake that the information provided above is correct and true to
the best of our knowledge and in the event of any misrepresentation or the above
information found to be false or incorrect, shall entitle NHAI to terminate our
contract and NHAI shall be within its right to take appropriate action against the
Key Personnel as well as against the Applicant Firm.

We further undertake to forgo our right to contest in case any action is taken by NHAI on
the account mentioned above.

Signature of the Authorized Representative of the firm

Place

Date

Page 35 of 93
Form 7
Annexure-1
Formats of Financial Proposal and Payment Terms:
FORWARDING LETTER OF FINANCIAL PROPOSAL
Note:- Fields Highlighted yellow are only to be filled by theBidder

TO: Regional Officer


NHAI, (East) Jabalpur
FROM Phone: 0761 3585028
(Name of Email: rojabalpur@nhai.org
Firm)

Name of Appointment of Safety Consultant for (i) construction of 2-lane with


Work paved shoulder from Km.80+800 to Km. 120+125 (Satna-Maihar section)
of NH-135BG (length- 39.325km) under Bharatmala Pariyojana in the
State of Madhya Pradesh.(ii) 4 lane divided carriageway of missing link
section of NH-39 (Rewa Bypass) form junction with NH-30 near Bela to
junction with MPRDC ring road near Silpara on SH-9 (Design length
13.100 km).(iii) Construction of Churhat Bypass including Tunnel on
Rewa-Sidhi section of NH-75E from Km 33/200 (Design Km 30.300) to Km
55/400 (Design Km 45.650), Design Length 15.350 km. in the state of
Madhya Pradesh on "Hybrid Annuity" Mode.(iv) Rehabilitation and up-
gradation from existing km 2.800 to km 33.200 and km 55.400 to 83.400
to NH-75 E (New NH-39) (Rewa -Sidhi Section) in the State of Madhya
Pradesh to 2 - lanes with paved shoulders standards on EPC mode.

Subject : Appointment of Safety Consultant for “PPP projects


on DBFOT/OMT/HAM/ EPC/O&M/ Item rate basis”- Financial/Price
Proposal-
Appointment of Safety Consultant for (i) construction of 2-lane with
paved shoulder from Km.80+800 to Km. 120+125 (Satna-Maihar section)
of NH-135BG (length- 39.325km) under Bharatmala Pariyojana in the
State of Madhya Pradesh.(ii) 4 lane divided carriageway of missing link
section of NH-39 (Rewa Bypass) form junction with NH-30 near Bela to
junction with MPRDC ring road near Silpara on SH-9 (Design length
13.100 km).(iii) Construction of Churhat Bypass including Tunnel on
Rewa-Sidhi section of NH-75E from Km 33/200 (Design Km 30.300) to Km
55/400 (Design Km 45.650), Design Length 15.350 km. in the state of
Madhya Pradesh on "Hybrid Annuity" Mode.(iv) Rehabilitation and up-
gradation from existing km 2.800 to km 33.200 and km 55.400 to 83.400
to NH-75 E (New NH-39) (Rewa -Sidhi Section) in the State of Madhya
Pradesh to 2 - lanes with paved shoulders standards on EPC mode.
Page 36 of 93
We firm/organization herewith enclose the
*Financial/ Price Proposal for selection of our firm/organization as Safety Consultant for Project "
Appointment of Safety Consultant for (i) construction of 2-lane with paved shoulder from Km.80+800 to
Km. 120+125 (Satna-Maihar section) of NH-135BG (length- 39.325km) under Bharatmala Pariyojana in
the State of Madhya Pradesh.(ii) 4 lane divided carriageway of missing link section of NH-39 (Rewa
Bypass) form junction with NH-30 near Bela to junction with MPRDC ring road near Silpara on SH-9
(Design length 13.100 km).(iii) Construction of Churhat Bypass including Tunnel on Rewa-Sidhi section of
NH-75E from Km 33/200 (Design Km 30.300) to Km 55/400 (Design Km 45.650), Design Length 15.350
km. in the state of Madhya Pradesh on "Hybrid Annuity" Mode.(iv) Rehabilitation and up-gradation from
existing km 2.800 to km 33.200 and km 55.400 to 83.400 to NH-75 E (New NH-39) (Rewa -Sidhi Section)
in the State of Madhya Pradesh to 2 - lanes with paved shoulders standards on EPC mode.We confirm
that this offer is valid for 60 days from due date for submission of this proposal.

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”.

Yours faithfully,

Signature

Full Name

Designation

Address

(Authorized Representative)

Note: The Financial/Price Proposal shall be filled strictly in the prescribed formats. The
proposals not in the prescribed formats and not containing full details shall be rejected.

Page 37 of 93
Form -7
Appendix II
Format of Financial Proposal: –

Name of Project: Appointment of Safety Consultant for (i) construction of 2-lane with paved shoulder
from Km.80+800 to Km. 120+125 (Satna-Maihar section) of NH-135BG (length- 39.325km) under Bharatmala
Pariyojana in the State of Madhya Pradesh.(ii) 4 lane divided carriageway of missing link section of NH-39
(Rewa Bypass) form junction with NH-30 near Bela to junction with MPRDC ring road near Silpara on SH-9
(Design length 13.100 km).(iii) Construction of Churhat Bypass including Tunnel on Rewa-Sidhi section of NH-
75E from Km 33/200 (Design Km 30.300) to Km 55/400 (Design Km 45.650), Design Length 15.350 km. in the
state of Madhya Pradesh on "Hybrid Annuity" Mode.(iv) Rehabilitation and up-gradation from existing km 2.800
to km 33.200 and km 55.400 to 83.400 to NH-75 E (New NH-39) (Rewa -Sidhi Section) in the State of Madhya
Pradesh to 2 - lanes with paved shoulders standards on EPC mode.
Name of
Firm

Project No. 04 Total length of the project: 126.175 Km.

S.No Description of services Amount Quoted


Figure Words
A Conducting Safety Audit including Remuneration of
Experts/Key Personnel & support staff, boarding
& lodging, Transportation, Reports & Documents,
Deliverables, Cost of Office Space, Equipment,
Computer Hardware/ Software, etc. required for
the assignment inclusive of all Other Costs
inclusive of all taxes and insurance etc. for
Construction Phase/Maintenance Phase.
Total Fee of Assignment
NOTE:
(i) Rate quoted shall include all expenditure required for the assignment.

(ii) The Financial Proposal shall take into account all types of tax liabilities including cost of insurance,
except GST.

(iii) The firms/organizations shall take full responsibility for accuracy in assessment of above amounts.

(iv) The Consultation Service Tax will be reimbursed on demand (v) The payment shall be made as per

payment schedule given in ToR.

(vi) Break up of cost of Assignment is to be given in Appendix IV of Form 7.


(vii) In case, bidder does not submit break down of cost of the Assignment, then his bid will be
considered as non-responsive.
Page 38 of 93
(viii) The payment to the consultant will be made as per deliverable made by them and it will be
guided as per time line of deliverable mentioned in RFP

(ix) For OMT Projects format of financial proposal will remain the same as per BOT projects on DBFOT
basis.

Page 39 of 93
SUMMARY OF COST

Name
of
Firm

S.No. Project Total Amount for


Construction/Maintenance
Phase
Amount Amount in
in Words
Figure (Rs.)
(Rs.)
1 1(A) Remuneration
of Key
Personnel/Experts
and Support Staff
1 (B) Boarding &
Lodging and Per
Diem for Site Visits

2 2 (A) Transportation
at Site and Head
Officer

2 (B) Duty Travel to


Site

3 Reports and
Document Costs

4 Cost of office space,


equipment,
computer
hardware/software
etc. required for the
assignment
5 Other Cost

Grand Total

Page 40 of 93
Form 7
Annexure IV

Break up of Cost Assignment


Name of Firm
1 (A) Remuneration of Key Personnel/Experts and
Support Staff
Sl.No Position Name Whether S. No. Rate Input of Staff Amount
. the Name of Key Man months* (In Rs.)
of Person
Key nel in
Personnel the
was List of
included docum
in ents
document for
or empan
empanelm elment
ent or not
Experts/Key at at To
Personel offi site tal
ce
1 Sr. Road Safety
Auditor /
Team Leader
2 Traffic Planner
Sub-Total

Support Staff Need not be


named

1 Highway &
Traffic Engineer
(Mid Level)
2 Highway &
Traffic Engineer -
1
3 Highway &
Traffic Engineer -
2
Sub-Total

Total

Page 41 of 93
Annexure-
V
Minimun Man months : Appointment of Safety Consultant for (i) construction of 2-lane with paved shoulder
from Km.80+800 to Km. 120+125 (Satna-Maihar section) of NH-135BG (length- 39.325km) under Bharatmala
Pariyojana in the State of Madhya Pradesh.(ii) 4 lane divided carriageway of missing link section of NH-39 (Rewa
Bypass) form junction with NH-30 near Bela to junction with MPRDC ring road near Silpara on SH-9 (Design length
13.100 km).(iii) Construction of Churhat Bypass including Tunnel on Rewa-Sidhi section of NH-75E from Km 33/200
(Design Km 30.300) to Km 55/400 (Design Km 45.650), Design Length 15.350 km. in the state of Madhya Pradesh on
"Hybrid Annuity" Mode.(iv) Rehabilitation and up-gradation from existing km 2.800 to km 33.200 and km 55.400 to
83.400 to NH-75 E (New NH-39) (Rewa -Sidhi Section) in the State of Madhya Pradesh to 2 - lanes with paved
shoulders standards on EPC mode for each key personnel are us under:-

S.No. Key Personnel Man months for


construction/Operation &
maintenance/HAM/EPC/ite
m rate basis works
1 Sr. Road Safety Auditor/Team 3 months
Leader
2 Traffic Planner 2 months

1 (B) Boarding & Lodging and Per Diem for Site Visits

S.No. Particulars No of Rate/Pers Amount


Persons days on Day (in Rs.)
1 Experts/Key Personnel

2 Support Staff

Total

2 (A) Transportation at Site and Head Officer

S.No. Particulars Vehicle Rate/Vehi Amount


Month cle (in Rs.)
Months
1 Vehicle

2 (B) Duty Travel to Site

S.No. Particulars No of round Rate/Roun Amount


trip d trip (in Rs.)

Page 42 of 93
1 Experts/Key Personnel

2 Support Staff

Total
3 Reports and Document Costs

Page 43 of 93
S.No. Description No of copies Rate (Rs.) Amount
(Rs.)
1 Collection of Road accident data and
analysis of fatal and grievously
injured accident with black spot
identification

2 Submission of GAP report

3 Reports on all activities which were


planned, actually executed and planned
for the next quarter.

4 Quarterly Safety Reports including work


Zone audit
5 Workshop report.
6 Final Safety report

Total

Amount in
Rs.
4 Cost of office space, equipment, computer hardware/software etc.
required for the assignment

5 Other Cost (Pl. describe below)

NOTE-“The bidder have to clearly describe the activity for which amount is quoted under this head. The
amount – quoted without description of activity shall not be payable”.

Page 44 of 93
PROJECTS
(For which safety consultants are to be appointed)

State: Madhya Pradesh Number of Projects- 04 Total lengths-126.175 Km.

S. Name and Stretch with Name of Project Length


No. Chainages (km)

1. 2-lane with paved shoulder from 2-lane with paved shoulder from 39.325
Km.80+800 to Km. 120+125 Km.80+800 to Km. 120+125
(Satna-Maihar section) of NH- (Satna-Maihar section) of NH-
135BG (length- 39.325km) 135BG
under Bharatmala Pariyojana in
the State of Madhya Pradesh.
2. 4 lane divided carriageway of 4 lane divided carriageway of 13.100
missing link section of NH-39 missing link section of NH-39
(Rewa Bypass) form junction (Rewa Bypass)
with NH-30 near Bela to junction
with MPRDC ring road near
Silpara on SH-9 (Design length
13.100 km).

3. Construction of Churhat Bypass Construction of Churhat Bypass 15.350


including Tunnel on Rewa-Sidhi including Tunnel on Rewa-Sidhi
section of NH-75E from Km section of NH-75E from Km
33/200 (Design Km 30.300) to 33/200 (Design Km 30.300) to
Km 55/400 (Design Km 45.650), Km 55/400 (Design Km 45.650)
Design Length 15.350 km. in the
state of Madhya Pradesh on
"Hybrid Annuity" Mode.

4. Rehabilitation and up-gradation Rehabilitation and up-gradation 58.400


from existing km 2.800 to km from existing km 2.800 to km
33.200 and km 55.400 to 83.400 33.200 and km 55.400 to 83.400
to NH-75 E (New NH-39) (Rewa - to NH-75 E (New NH-39) (Rewa -
Sidhi Section) in the State of Sidhi Section)
Madhya Pradesh to 2 - lanes with
paved shoulders standards on
EPC mode.
Total
126.175 km

***Note:

NHAI - RFP for Appointment of Safety


Consultant

Page 45 of 93
DETAILS OF PPP/HAM/EPC/OMT PROJECTS
FOR WHICH SAFETY CONSULTANTS ARE TO BE APPOINTED
Schedule-II

Total length: 126.175 Km. Project: 04 nos.


2-lane with paved 4 lane divided Construction of Churhat Rehabilitation and up-
Name of shoulder from Km.80+800 carriageway of Bypass including Tunnel gradation from
.
the to Km. 120+125 (Satna- missing link section on Rewa-Sidhi section of existing km 2.800 to km
Project: Maihar section) of NH- of NH-39 (Rewa NH-75E.
33.200 and km
135BG. Bypass).
55.400 to 83.400 to NH-75 E
(New NH-39)
(Rewa -Sidhi Section).
2. Project No. N/05016/01001/MP- N/06018/01001/MP- N/09079/ N/09079/01
RCW RCW 02001/MP 001/MP
-RCW
3. Length (km) 39.325 13.100 15.350 58.400

4. Date of Award 21.02.2022 15.07.2021 28.03.201 03.02.2021


8
Date of signing 08.12.2020
5. ofConcession 03.01.2022 18.06.2021 11.05.201
Agreement 8
Name of M/s Nitin
6. M/s GRTCPL-AIPL (JV) Terminated by M/s Dilip Barsainya
Concessionair
NHAI, HQ, New Buildcon
e
Delhi Contractor Ltd.
yet to be
appointed.
7. Concession - - - -
period
Constructio -
8. 2 Years 2 Years 4 Years
nperiod
9. Project Status Under Construction Under Construction Complete Completed
d
Name of
Independent
Highways
10. Engineer/ Highways Engineering M/s TPF Getinsa M/s TPF Getinsa
Engineering
Authority’s Consultant Eurostudios Eurostudios
Engineer Consultant

11. Status of IE/AE Mobilized Mobilized Mobilized Mobilized

12 Appointed Date 07.07.2021 07.07.2021 03.04.201 -


9
100
Physical
13. 74.5 17.60 100
Progress
achieved
14. Name of the GM - Sh. Balbir Singh
concerned Yadav, Mo. No.
GM/DGM at HQ, 9414224100
Mobile No.
15 Name of the
Project Director, Amrit Lal Sahu DGM(T)/
Mobile no. PD, PIU-Katni -
9908203199

Page 46 of 93
Schedule-III
(See Clause 2.3.3)
GUIDANCE NOTE ON CONFLICT OF INTEREST

Guidance Note on Conflict of Interest


1. This Note further explains and illustrates the provisions of Clause 2.3 of the RFP and shall
be read together therewith in dealing with specific cases.
2. Consultants should be deemed to be in a conflict of interest situation if it can be reasonably
concluded that their position in a business or their personal interest could improperly
influence their judgment in the exercise of their duties. The process for selection of
consultants should avoid both actual and perceived conflict of interest.
3. Conflict of interest may arise between the Authority and a consultant or between
consultants and present or future concessionaries/ contractors. Some of the situations that
would involve conflict of interest are identified below:
(a) Authority and consultants:
(i) Potential consultant should not be privy to information from the Authority which is not
available to others; or
(ii) Potential consultant should not have defined the project when earlier working for the
Authority; or
(iii) Potential consultant should not have recently worked for the Authority overseeing the
project.
(b) Consultants and concessionaires/contractors:
(i) No consultant should have an ownership interest or a continuing business interest or an
on-going relationship with a potential concessionaire/contractor save and except
relationships restricted to project-specific and short-term assignments; or
(ii) No consultant should be involved in owning or operating entities resulting from the
project; or
(iii) No consultant should bid for works arising from the project.
The participation of companies that may be involved as investors or consumers and officials of the
Authority who have current or recent connections to the companies involved, therefore, needs to
be avoided.
4. The normal way to identify conflicts of interest is through self-declaration by consultants.
Where a conflict exists, which has not been declared, competing companies are likely to bring
this to the notice of the Authority. All conflicts must be declared as and when the consultants
become aware of them.
5. Another approach towards avoiding a conflict of interest is through the use of “Chinese walls”
to avoid the flow of commercially sensitive information from one part of the consultant’s
company to another. This could help overcome the problem of availability of limited numbers
of experts for the project. However, in reality effective operation of “Chinese walls” may be a
difficult proposition. As a general rule, larger companies will be more capable of adopting
Chinese walls approach than smaller companies. Although, “Chinese walls” have been relatively
common for many years, they are an increasingly discredited means of avoiding conflicts of
Page 47 of 93
interest and should be considered with caution. As a rule, “Chinese walls” should be
considered as unacceptable and may be accepted only in exceptional cases upon full
disclosure by a consultant coupled with provision of safeguards to the satisfaction of the
Authority.
6. Another way to avoid conflicts of interest is through the appropriate grouping of tasks. For
example, conflicts may arise if consultants drawing up the terms of reference or the proposed
documentation are also eligible for the consequent assignment or project.
7. Another form of conflict of interest called “scope–creep” arises when consultants advocate
either an unnecessary broadening of the terms of reference or make recommendations which are
not in the best interests of the Authority but which will generate further work for the
consultants. Some forms of contractual arrangements are more likely to lead to scope-creep. For
example, lump-sum contracts provide fewer incentives for this, while time and material
contracts provide built in incentives for consultants to extend the length of their assignment.
8. Every project contains potential conflicts of interest. Consultants should not only avoid any
conflict of interest, they should report any present/ potential conflict of interest to the Authority at
the earliest. Officials of the Authority involved in development of a project shall be responsible for
identifying and resolving any conflicts of interest. It should be ensured that safeguards are in place
to preserve fair and open competition and measures should be taken to eliminate any conflict of
interest arising at any stage in the process.

Page 48 of 93
Schedule-IV
(See clause 2.3)

No Conflict of Interest Certificate

Assignment of Safety Consultant -

Name of Project:

Name of Concessionaire/Contractor:

Name of Independent Engineer (IE)/ Authority’s Engineer (AE) :

On behalf of our firm/organization and the proposed team members for the
assignment of Safety Consultant for above mentioned project, we certify that
(i) We have no financial interest in any of the above mentioned entities or in the contracts of
the Concessionaire/ Contractor and IE/AE of above mentioned project.
(ii) We have had no previous employment by or financial ties to any of above mentioned
entities except for the following fee based consultancy services.

S. No. Name of Fee received Consultancy Fee


Project from M/s Received (Rs.)

(iii) We have no professional or personal relationship with the above mentioned entities.
(iv) In case we are selected for the assignment, we shall not accept any direct/ indirect
employment/ consultancy with the above mentioned entities during the period of
assignment.
(v) During the period of assignment, we shall not engage in discussion or make any agreement
with the above entities regarding employment/ consultancy after the assignment is over.
(vi) We shall remain impartial and independent of above entities.
(vii) We understand that NHAI may forfeit our security or blacklist or debar us for a minimum 2
years period in case any of above certifications is found incorrect.

(Signature of Authorized Representative)

Page 49 of 93
Schedule-V

PROCEDURE FOR E-TENDER

(Note: RFP stands modified to the extent required as per these instructions).
(A) Accessing/ Purchasing of BID documents
(i) It is mandatory for all the Bidders to have class-III Digital Signature Certificate (DSC)
(in the name of Authorized Signatory / Firm or Organisation / Owner of the Firm or
Organisation) from any of the licensed Certifying Agency (Bidders can see the list of
licensed CAs from the link www.cca.gov.in) to participate in e-tendering of NHAI.
DSC should be in the name of the authorized signatory as authorized in
Appendix III of this RFP or person executing/delegating such Appendix III in favour of
Authorized Signatory. It should be in corporate capacity (that is in Bidder capacity /
in case of JV in the Lead Member capacity, as applicable). The Bidder shall submit
document in support of the class III DSC. In other cases, the bid shall be considered
Non-responsive.
(ii) To participate in the bidding, it is mandatory for the Bidders to get registered their
firm with e-procurement portal https://etenders.gov.in to have user ID & password
which has to be obtained free of cost. Following may kindly be noted:

(a) Registration with e-procurement portal should be valid at least up to the date of
submission of BID.
(b) BIDs can be submitted only during the validity of registration.
It is also mandatory for the Bidders to get their firms registered with e-tendering
portal. The Bidders shall update their project and other details on the portal on a
regular basis and apply to the tenders via the portal.
(iii) If the firm is already registered with e-tendering service provider, and validity of
registration is not expired, then the firm / Joint Venture is not required a fresh
registration.
(iv) The complete BID document can be viewed / downloaded by the Bidder from e-
procurement portal https://etenders.gov.as per schedule mentioned in clause 1.8 of
this RFP.

(B) Preparation & Submission of BIDs:


(i) The Bidder may submit his Bid online following the instructions appearing on the
screen. The detailed guidelines for e-procurement is also available on e-procurement
portal.
(ii) The documents listed at clause 2.11.1 shall be prepared and scanned in different
files (in PDF or RAR format such that file size is not more than 30 MB) and uploaded
during the on-line submission of BID.
(iii) Bid must be submitted online only through e-procurement portal
https://etenders.gov.in using the digital signature of authorised representative of
the Bidder on or before 18.10.2023 (upto 05:00 PM).

(C) Modifications/ 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 can be modified, substituted or withdrawn by the Bidder on
or after the BID Due Date & Time.

Page 50 of 93
(ii) For modification of e-BID, Bidder has to detach its old BID from e-procurement portal
and upload / resubmit digitally signed modified BID. For withdrawal of BID, Bidder
has to click on withdrawal icon at e-procurement portal and can withdraw its e-BID.
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.

Page 51 of 93
Schedule-VI
WORK PLAN
Work Plan (in the Form of Bar Chart)

(1st, 2nd, etc. are weeks from the date of commencement of assignment)
1. Description of Weeks
Sl. Persons in the team
task responsible for the
No.
task 1st 2nd 3rd 4th

(A) Development Stage

(i)

(ii)

(iii)

(B) Construction
Stage/maintenance
Stage

(i)

(ii)

(iii)

Page 52 of 93
Schedule-VII
INTEGRITY PACT
(To be executed on plain paper and submitted along with Technical Bid/Tender documents for
tender shaving 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)
(Road Safety Cell)
This integrity Pact is made at _____ on this _________day of ________20**
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
Appointment of Safety Consultant for Appointment of Safety Consultant (i) construction of 2-lane
with paved shoulder from Km.80+800 to Km. 120+125 (Satna-Maihar section) of NH-135BG (length-
39.325km) under Bharatmala Pariyojana in the State of Madhya Pradesh.(ii) 4 lane divided
carriageway of missing link section of NH-39 (Rewa Bypass) form junction with NH-30 near Bela to
junction with MPRDC ring road near Silpara on SH-9 (Design length 13.100 km).(iii) Construction of
Churhat Bypass including Tunnel on Rewa-Sidhi section of NH-75E from Km 33/200 (Design Km
30.300) to Km 55/400 (Design Km 45.650), Design Length 15.350 km. in the state of Madhya Pradesh
on "Hybrid Annuity" Mode.(iv) Rehabilitation and up-gradation from existing km 2.800 to km 33.200
and km55.400 to 83.400 to NH-75 E (New NH-39) (Rewa -Sidhi Section) in the State of Madhya
Pradesh to 2 - lanes with paved shoulders standards on EPC mode.
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.
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)

Page 53 of 93
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.
(e) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will, when presenting his bid,
disclose any and all payments he has made, is committed to or intends to make to agents,
brokers or any other intermediaries in connection with the award of the contract. He shall
also disclose the details of services agreed upon for such payments.
(f) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not instigate third
persons to commit offences outlined above or be an accessory to such offences.
(g) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not bring any outside
influence through any Govt. bodies/quarters directly or indirectly on the bidding process in
furtherance of his bid.

Article – 3 Disqualification from tender process and exclusion from future contracts.
(1) If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s), before award or during

Page 54 of 93
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.
(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 suspend the bidder from
participation in the tendering process for the works of MoRTH / NHAI / NHIDCL and works
under other Centrally Sponsored Schemes, for a period of one year from the bid due date of
this work apart from any other legal right that may have accrued to the Principal.
(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.

Page 55 of 93
Article – 5 Previous Transgressions
(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/ Sub-


contractors.
(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 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.
If any claim is made/ lodged during this time, the same shall be binding and continue to be valid
despite the lapse of this pact as specified above, unless it is discharged/ determined by Chairman of
NHAI.

Article - 10 Other Provisions.


(1) This pact is subject to Indian Law. Place of performance and jurisdiction is the Registered
Office of the Principal, i.e. New Delhi.
(2) Changes and supplements as well as termination notices need to be made in writing.
(3) If the Bidder/Contractor/Concessionaire/Consultant is a partnership or a consortium, this
pact must be signed by all partners or consortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In this case, the parties will strive to come to an agreement to

Page 56 of 93
their original intentions.
(5) Any disputes/ differences arising between the parties with regard to term of this pact, any
action taken by the Principal in accordance with this Pact or interpretation thereof shall not
be subject to any Arbitration.
(6) The actions stipulated in this Integrity Pact are without prejudice to any other legal action
that may follow in accordance with the provisions of the extant law in force relating to any
civil or criminal proceedings.
In witness whereof the parties have signed and executed this Pact at the place and date first done
mentioned in the presence of following witness:-

___________________________
(For & On behalf of the Principal)

______________________________________

(For & On behalf of the Consultant)


(Office Seal)
Place________
Date_________

Witness 1:

(Name & Address): ____________________

Witness 2:

(Name & Address):_____________________

Page 57 of 93
DRAFT CONTRACTAGREEMENT
For Safety Consultant for Package No. ------- *(Development and Construction) period of
the ------------------------------------ from km. ---- to km. ------- in State of-------------
*in case of OMT Projects, it will be read as “Development and Maintenance”.

AGREEMENT No._________
This AGREEMENT (hereinafter called the “Agreement”) is made on the _________ day of the month
of ________ 2***, between, NHAI on the one hand, (hereinafter called the “Authority” which
expression shall include their respective successors and permitted assigns, unless the context
otherwise requires) and, on the other hand, ________________________ (hereinafter called the
“Consultant” which expression shall include their respective successors and permitted assigns).
WHEREAS
(A) The Authority vide its letter_____ dated _______ has invited Request for Proposal for
Appointment of Safety Consultant (hereinafter called the “Consultancy”) for [2/4/6/8-laning
or OMT of ***** highway] (hereinafter called the “Project”);
(B) the Consultant has submitted its proposals for the aforesaid work, whereby the Consultant
represented to the Authority that it had the required professional skills, and in the said
proposals the Consultant also agreed to provide the Services to the Authority on the terms
and conditions as set forth in the RFP and this Agreement; and
(C) the Authority, on acceptance of the aforesaid proposals of the Consultant, awarded the
Consultancy to the Consultant vide its Letter of Award dated _____________ (the “LOA”);
and
(D) in pursuance of the LOA, the parties have agreed to enter into this Agreement.
NOW, THEREFORE, the parties hereto hereby agree as follows:

1. GENERAL
1.1 Definitions and Interpretation
1.1.1 The words and expressions beginning with capital letters and defined in this Agreement shall,
unless the context otherwise requires, have the meaning hereinafter respectively assigned to
them:
(a) “Agreement” means this Agreement, together with all the Annexes;
(b) “Agreement Value” shall have the meaning set forth in Clause 6.1.2;
(c) “Applicable Laws” means the laws and any other instruments having the force of law in India
as they may be issued and in force from time to time;
(d) “Confidential Information” shall have the meaning set forth in Clause 3.3;
(e) “Conflict of Interest” shall have the meaning set forth in Clause 3.2 read with the
provisions of RFP;
(f) “Dispute” shall have the meaning set forth in Clause 9.2.1;
(g) “Effective Date” means the date on which this Agreement comes into force and effect
pursuant to Clause 2.1;
(h) “Expatriate Personnel” means such persons who at the time of being so hired had their
domicile outside India;
(i) “Government” means the [Government of India];
(j) “INR, Re. or Rs.” means Indian Rupees;
(k) “Member”, in case the Consultant consists of a joint venture or consortium of more than one
entity, means any of these entities, and “Members” means all of these entities;
(l) “Party” means the Authority or the Consultant, as the case may be, and Parties means both
of them;
(m) “Personnel” means persons hired by the Consultant or by any Sub-Consultant as employees
and assigned to the performance of the Services or any part thereof;
(n) “Resident Personnel” means such persons who at the time of being so hired had their
Page 58 of 93
domicile inside India;
(o) “RFP” means the Request for Proposal document in response to which the Consultant’s
proposal for providing Services was accepted;
(p) “Services” means the work to be performed by the Consultant pursuant to this Agreement,
as described in the Terms of Reference hereto;
(q) “Sub-Consultant” means any entity to which the Consultant subcontracts any part of the
Services in accordance with the provisions of Clause 3.7; and
(r) “Third Party” means any person or entity other than the Government, the Authority, the
Consultant or a Sub-Consultant. All terms and words not defined herein shall, unless the
context otherwise requires, have the meaning assigned to them in the RFP.
1.1.2 The following documents along with all addenda issued thereto shall be deemed to form and
be read and construed as integral parts of this Agreement and in case of any contradiction
between or among them the priority in which a document would prevail over another would
be as laid down below beginning from the highest priority to the lowest priority:
(a) Agreement;
(b) Annexes of Agreement;
(c) RFP; and
(d) Letter of Award.

1.2 Relation between the Parties


Nothing contained herein shall be construed as establishing a relation of master and servant
or of agent and principal as between the Authority and the Consultant. The Consultant shall,
subject to this Agreement, have complete charge of Personnel performing the Services and
shall be fully responsible for the Services performed by them or on their behalf hereunder.
1.3 Rights and obligations
The mutual rights and obligations of the Authority and the Consultant shall be as set forth in
the Agreement, in particular:
(a) The Consultant shall carry out the Services in accordance with the provisions of the
Agreement; and
(a) The Authority shall make payments to the Consultant in accordance with the
provisions of the Agreement.
1.4 Governing law and jurisdiction
This Agreement shall be construed and interpreted in accordance with and governed by the
laws of India, and the courts at New Delhi shall have exclusive jurisdiction over matters
arising out of or relating to this Agreement.
1.5 Language
All notices required to be given by one Party to the other Party and all other
communications, documentation and proceedings which are in any way relevant to this
Agreement shall be in writing and in English language.
1.6 Table of contents and headings
The table of contents, headings or sub-headings in this Agreement are for convenience of
reference only and shall not be used in, and shall not affect, the construction or
interpretation of this Agreement.
1.7 Notices
Any notice or other communication to be given by any Party to the other Party under or in
connection with the matters contemplated by this Agreement shall be in writing and shall:
(a) in the case of the Consultant, be given by facsimile or e-mail and by letter delivered by
hand to the address given and marked for attention of the Consultant’s Representative
set out below in Clause 1.10 or to such other person as the Consultant may from time to
Page 59 of 93
time designate by notice to the Authority; provided that notices or other
communications to be given to an address outside ***** may, if they are subsequently
confirmed by sending a copy thereof by registered mail with acknowledgement due, air
mail or by courier, be sent by facsimile or e-mail to the number as the Consultant may
from time to time specify by notice to the Authority;
(b) in the case of the Authority, be given by facsimile or e-mail and by letter delivered by
hand and be addressed to the Authority with a copy delivered to the Authority
Representative set out below in Clause 1.10 or to such other person as the Authority may
from time to time designate by notice to the Consultant; provided that if the Consultant
does not have an office in [New Delhi] it may send such notice by facsimile or e-mail and
by registered mail with acknowledgement due, air mail or by courier; and
(c) any notice or communication by a Party to the other Party, given in accordance
herewith, shall be deemed to have been delivered when in the normal course of post it
ought to have been delivered and in all other cases, it shall be deemed to have been
delivered on the actual date and time of delivery; provided that in the case of facsimile
or e-mail, it shall be deemed to have been delivered on the working days following the
date of its delivery.
1.8 Location
The Services shall be performed at the site of the Project in accordance with the provisions
of RFP and at such locations as are incidental thereto, including the offices of the
Consultant.
1.9 Authority of Member-in-charge
In case the Consultant consists of a consortium of more than one entity, the Parties agree
that the Lead Member shall act on behalf of the Members in exercising all the Consultant’s
rights and obligations towards the Authority under this Agreement, including without
limitation the receiving of instructions and payments from the Authority.

1.10 Authorized Representatives


Project Administration:
Coordinator: - NHAI
The NHAI designates PD, NHAI, of particular Project as the NHAI’s Coordinator. The
Coordinator shall be responsible for the coordination of activities under the Contract from
NHAI side, for receiving and approving invoices for payment, making payment of the
consultancy, and for acceptance of the deliverables by the NHAI.
Coordinator – Firm
The firm designated Mr…………., as their coordinator who shall be responsible for coordination
of activities under the Contract, interactions with GM (RSC), PD, RO, GM (Tech), NHAI HQ,
New Delhi and signing all letters/ reports on behalf of the firm.
1.10.1 Any action required or permitted to be taken, and any document required or permitted to be
executed, under this Agreement by the Authority or the Consultant, as the case may be, may
be taken or executed by the officials specified in this Clause 1.10.
1.10.2 The Authority may, from time to time, designate one of its officials as the Authority’s
Representative. Unless otherwise notified, the Authority Representative shall be:
***********
***********
Tel: ******** Fax: ********* E-mail: *********
1.10.3 The Consultant may designate one of its employees as Consultant’s Representative. Unless
Page 60 of 93
otherwise notified, the Consultant’s Representative shall be:
************
************
Tel: ***********
Mobile: *********** Fax: *********** Email: ***********
1.11 Taxes and duties
Unless otherwise specified in the Agreement, the Consultant shall pay all such taxes, duties,
fees and other impositions as may be levied under the Applicable Laws and the Authority
shall perform such duties in regard to the deduction of such taxes as may be lawfully
imposed on it.

2. COMMENCEMENT, COMPLETION AND TERMINATION OF AGREEMENT


2.1 Effectiveness of Agreement
This Agreement shall come into force and effect on the date of this Agreement (the Effective
Date”).
2.2 Commencement of Services
The Consultant shall commence the Services within a period of 7 (seven) days from the
Effective Date, unless otherwise agreed by the Parties.
2.2.1 Time period of Services
36 months

2.3 Termination of Agreement for failure to commence Services


If the Consultant does not commence the Services within the period specified in Clause 2.2
above, the Authority may, by not less than 2 (two) weeks’ notice to the Consultant, declare
this Agreement to be null and void.
2.4 Expiration of Agreement
Unless terminated earlier pursuant to Clauses 2.3 or 2.9 hereof, this Agreement shall, unless
extended by the Parties by mutual consent, expire upon the earlier of (i) expiry of a period of
90 (ninety) days after the delivery of the final deliverable to the Authority.
2.5 Entire Agreement
2.5.1 This Agreement and the Annexes together constitute a complete and exclusive statement of
the terms of the agreement between the Parties on the subject hereof, and no amendment or
modification hereto shall be valid and effective unless such modification or amendment is
agreed to in writing by the Parties and duly executed by persons especially empowered in this
behalf by the respective Parties. All prior written or oral understandings, offers or other
communications of every kind pertaining to this Agreement are abrogated and withdrawn;
provided, however, that the obligations of the Consultant arising out of the provisions of the
RFP shall continue to subsist and shall be deemed to form part of this Agreement.
2.5.2 Without prejudice to the generality of the provisions of Clause 2.5.1, on matters not covered
by this Agreement, the provisions of RFP shall apply.
2.6 Modification of Agreement
Modification of the terms and conditions of this Agreement, including any modification of the
scope of the Services, may only be made by written agreement between the Parties. Pursuant
to Clauses 4.2.3 and 6.3 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

Page 61 of 93
(a) For the purposes of this Agreement, “Force Majeure” means an event which is
beyond the reasonable control of a Party, and which makes a 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-Consultant 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 Agreement, and (B) avoid
or overcome in the carrying out of its obligations hereunder.
(c) Force Majeure shall not include insufficiency of funds or failure to make any payment
required hereunder.
2.7.2 No breach of Agreement
The failure of a Party to fulfil any of its obligations hereunder shall not be considered
to be a breach of, or default under, this Agreement insofar as such inability arises
from an event of Force Majeure, provided that the Party affected by such an event
has taken all reasonable precautions, due care and reasonable alternative measures,
all with the objective of carrying out the terms and conditions of this Agreement.
2.7.3 Measures to be taken
(a) A Party affected by an event of Force Majeure shall take all reasonable measures to
remove such Party’s inability to fulfil 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 14 (fourteen) 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 Agreement, complete any action or
task, shall be extended for a period equal to the time during which such Party was unable to
perform such action as a result of Force Majeure.

2.7.5 Payments

During the period of its inability to perform the Services as a result of an event of Force
Majeure, the Consultant shall be entitled to be reimbursed for additional costs reasonably and
necessarily incurred by it 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 30 (thirty) days after the Consultant has, as the result of an event of Force
Majeure, 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 of Agreement

The Authority may, by written notice of suspension to the Consultant, suspend all payments to
the Consultant hereunder if the Consultant shall be in breach of this Agreement or shall fail to
perform any of its obligations under this Agreement, including the carrying out of the Services;
provided that such notice of suspension (i) shall specify the nature of the breach or failure,
Page 62 of 93
and (ii) shall provide an opportunity to the Consultant to remedy such breach or failure within
a period not exceeding 30 (thirty) days after receipt by the Consultant of such notice of
suspension.

2.9 Termination of Agreement

2.9.1 By the Authority


The Authority may, by not less than 30 (thirty) days’ written notice of termination to the
Consultant, such notice to be given after the occurrence of any of the events specified
in this Clause 2.9.1, terminate this Agreement if:
(a) the Consultant fails to remedy any breach hereof or any failure in the performance
of its obligations hereunder, as specified in a notice of suspension pursuant to Clause
2.8 hereinabove, within 30 (thirty) days of receipt of such notice of suspension or
within such further period as the Authority may have subsequently granted in writing;
(b) the Consultant becomes insolvent or bankrupt or enters into any agreement with its
creditors for relief of debt or take advantage of any law for the benefit of debtors or
goes into liquidation or receivership whether compulsory or voluntary;
(c) the Consultant fails to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause 9 hereof;
(d) the Consultant submits to the Authority a statement which has a material effect on
the rights, obligations or interests of the Authority and which the Consultant knows to
be false;
(e) any document, information, data or statement submitted by the Consultant in its
Proposals, based on which the Consultant was considered eligible or successful, is
found to be false, incorrect or misleading;
(f) as the result of Force Majeure, the Consultant is unable to perform a material portion
of the Services for a period of not less than 60 (sixty) days; or
(g) the Authority, in its sole discretion and for any reason whatsoever, decides to
terminate this Agreement.

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 2.9.2, terminate this Contract:
(a) if the Client fails to pay any money due to the Consultants pursuant to this Contract and
not subject to dispute pursuant to Clause 8 hereof within forty five (45) days after
receiving written notice from the Consultants that such payment is overdue;
(b) if the Client is in material breach of its obligations pursuant to this Contract and has not
remedied the same within forty-five (45) days (or such longer period as the Consultants
may have subsequently approved in writing) following the receipt by the Client of the
Consultants' notice specifying such breach;
(c) if, as the result of Force Majeure, the Consultants are unable to perform a material portion
of the Services for a period of not less than sixty (60) days; or
(d) if the Client fails to comply with any final decision reached as a result of arbitration
pursuant to Clause 9 hereof.

2.9.3 Cessation of rights and obligations


Upon termination of this Agreement pursuant to Clauses 2.3 or 2.9 hereof, or upon expiration
of this Agreement pursuant to Clause 2.4 hereof, all rights and obligations of the Parties
hereunder shall cease, except
(i) such rights and obligations as may have accrued on the date of termination or
Page 63 of 93
expiration, or which expressly survive such Termination;
(ii) the obligation of confidentiality set forth in Clause 3.3 hereof;
(iii) the Consultant’s obligation to permit inspection, copying and auditing of such of its
accounts and records set forth in Clause 3.6, as relate to the Consultant’s Services
provided under this Agreement; and
(iv) Any right or remedy which a Party may have under this Agreement or the Applicable
Law.
2.9.4 Cessation of Services
Upon termination of this Agreement by notice of either Party to the other pursuant to
Clauses 2.9.1 or 2.9.2, the Consultant 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 Consultant and equipment and
materials furnished by the Authority, the Consultant shall proceed as provided respectively
by Clauses 3.9 or 3.10 hereof.
2.9.5 Payment upon Termination
Upon termination of this Agreement pursuant to Clauses 2.9.1& 2.9.2, the Authority shall
make the following payments to the Consultant (after offsetting against these payments any
amount that may be due from the Consultant to the Authority):
(i) Remuneration pursuant to Clause 6 hereof for Services satisfactorily performed prior
to the date of termination;
(ii) Reimbursable expenditures pursuant to Clause 6 hereof for expenditures actually
incurred prior to the date of termination; and
(iii) Except in the case of termination pursuant to sub-clauses (a) through (e) of Clause
2.9.1 hereof, reimbursement of any reasonable cost incidental to the prompt and
orderly termination of the Agreement including the cost of the return travel of the
Consultant’s personnel.
2.9.6 Disputes about Events of Termination
If disputes arise due to an event specified in paragraphs (a) through (f) of Clause 2.9.1 or in
clause 2.9.2, aggrieved party may, within 30 (thirty) days after receipt of notice hereof, and
this Agreement shall not be terminated on account of such event except in accordance with
the terms of any resulting arbitral award.
3. OBLIGATIONS OF THE CONSULTANT
3.1 General
3.1.1 Standards of Performance

The Consultant shall perform the Services and carry out its 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 Consultant shall always act, in respect of any matter relating to this
Agreement or to the Services, as a faithful adviser to the Authority, and shall at all times
support and safeguard the Authority’s legitimate interests in any dealings with Sub-
Consultants or Third Parties.

3.1.2 Terms of Reference

The scope of services to be performed by the Consultant is specified in the Terms of Reference
(the “TOR”) at Annex of this Agreement. The Consultant shall provide the Deliverables
specified therein in conformity with the time schedule stated therein.

3.1.3 Applicable Laws

Page 64 of 93
The Consultant shall perform the Services in accordance with the Applicable Laws and shall
take all practicable steps to ensure that any Sub-Consultant, as well as the Personnel and
agents of the Consultant and any Sub-Consultant, comply with the Applicable Laws.

3.2 Conflict of Interest

3.2.1 The Consultant shall not have a Conflict of Interest and any breach hereof shall constitute
a breach of the Agreement.

3.2.2 Consultant and Affiliates not to be otherwise interested in the Project. The Consultant agrees
that, during the term of this Agreement and after its termination, the Consultant or any
Associate thereof and any entity affiliated with the Consultant, as well as any Sub-Consultant
and any entity affiliated with such Sub-Consultant, shall be disqualified from providing
goods, works, services, loans or equity for any project resulting from or closely related to
the Services and any breach of this obligation shall amount to a Conflict of Interest; provided
that the restriction herein shall not apply after a period of five years from the completion of
this assignment or to consulting assignments granted by banks/ lenders at any time; provided
further that this restriction shall not apply to consultancy/ advisory services provided to the
Authority in continuation of this Consultancy or to any subsequent consultancy/ advisory
services provided to the Authority in accordance with the rules of the Authority. For the
avoidance of doubt, an entity affiliated with the Consultant shall include a partner in the
Consultant’s firm or a person who holds more than 5% (five per cent) of the subscribed and
paid up share capital of the Consultant, as the case may be, and any Associate thereof.

3.2.3 Prohibition of conflicting activities

Neither the Consultant nor its Sub-Consultant nor the Personnel of either of them shall
engage, either directly or indirectly, in any of the following activities:
(a) During the term of this Agreement, any business or professional activities which would
conflict with the activities assigned to them under this Agreement;
(b) After the termination of this Agreement, such other activities as may be specified in
the Agreement; or
(c) At any time, such other activities as have been specified in the RFP as Conflict of
Interest.
(d) They should have no financial interest in any of the above mentioned entities or in
the contracts of the Concessionaire and IE of above mentioned project.
(e) They should have had no previous employment by or financial ties to any of
above mentioned entities except for the fee based consultancy services and it
should be clarified as mentioned below.

S. Name of Fee Consultancy


No. Project received Fee Received
from M/s (Rs.)

(f) They should have no professional or personal relationship with the above
mentioned entities.
(g) In case they are selected for the assignment, they shall not accept any direct/
indirect employment/ consultancy with the above mentioned entities during the period
of assignment.
Page 65 of 93
(h) During the period of assignment, they shall not engage in discussion or make any
agreement with the above entities regarding employment/ consultancy after the
assignment is over.

3.2.4 Consultant not to benefit from commissions discounts, etc.

The remuneration of the Consultant pursuant to Clause 6 hereof shall constitute the
Consultant’s sole remuneration in connection with this Agreement or the Services and the
Consultant shall not accept for its own benefit any trade commission, discount or similar
payment in connection with activities pursuant to this Agreement or to the Services or in the
discharge of its obligations hereunder, and the Consultant shall use its best efforts to ensure
that any Sub-Consultant, as well as the Personnel and agents of either of them, similarly
shall not receive any such additional remuneration.

3.2.5 The Consultant and its Personnel shall observe the highest standards of ethics and shall not
have engaged in and shall not hereafter engage in any corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice (collectively the “Prohibited
Practices”). Notwithstanding anything to the contrary contained in this Agreement, the
Authority shall be entitled to terminate this Agreement forthwith by a communication in
writing to the Consultant, without being liable in any manner whatsoever to the Consultant,
if it determines that the Consultant has, directly or indirectly or through an agent, engaged
in any Prohibited Practices in the Selection Process or before or after entering into of this
Agreement. In such an event, the Authority shall forfeit and appropriate the performance
security, if any, as mutually agreed genuine pre-estimated compensation and damages
payable to the Authority towards, inter alia, the time, cost and effort of the Authority,
without prejudice to the Authority’s any other rights or remedy hereunder or in law.
3.2.6 Without prejudice to the rights of the Authority under Clause 3.2.5 above and the other
rights and remedies which the Authority may have under this Agreement, if the Consultant is
found by the Authority to have directly or indirectly or through an agent, engaged or
indulged in any Prohibited Practices, during the Selection Process or before or after the
execution of this Agreement, the Consultant shall not be eligible to participate in any tender
or RFP issued during a period of 2 (two) years from the date the Consultant is found by the
Authority to have directly or indirectly or through an agent, engaged or indulged in any
Prohibited Practices.
3.2.7 For the purposes of Clauses 3.2.5 and 3.2.6, the following terms shall have the meaning
hereinafter respectively assigned to them:
(a) “corrupt practice” means the offering, giving, receiving or soliciting, directly or
indirectly, of anything of value to influence the actions of any person connected with
the Selection Process (for removal of doubt, offering of employment or employing or
engaging in any manner whatsoever, directly or indirectly, any official of the
Authority who is or has been associated in any manner, directly or indirectly with
Selection Process or LOA or dealing with matters concerning the Agreement before or
after the execution thereof, at any time prior to the expiry of one year from the date
such official resigns or retires from or otherwise ceases to be in the service of the
Authority, shall be deemed to constitute influencing the actions of a person
connected with the Selection Process); or (ii) engaging in any manner whatsoever,
whether during the Selection Process or after the issue of LOA or after the execution
of the Agreement, as the case may be, any person in respect of any matter relating to
the Project or the LOA or the Agreement, who at any time has been or is a legal,
financial or technical adviser the Authority in relation to any matter concerning the
Project;
(b) “Fraudulent practice” means a misrepresentation or omission of facts or suppression
of facts or disclosure of incomplete facts, in order to influence the Selection Process;
(c) “coercive practice” means impairing or harming, or threatening to impair or harm,

Page 66 of 93
directly or indirectly, any person or property to influence any person’s participation
or action in the Selection Process or the exercise of its rights or performance of its
obligations by the Authority under this Agreement;
(d) “undesirable practice” means (i) establishing contact with any person connected
with or employed or engaged by the Authority with the objective of canvassing,
lobbying or in any manner influencing or attempting to influence the Selection
Process; or (ii) having a Conflict of Interest; and
(e) “Restrictive practice” means forming a cartel or arriving at any understanding or
arrangement among Applicants with the objective of restricting or manipulating a full
and fair competition in the Selection Process.
3.3 Confidentiality
The Consultant, its Sub-Consultants and the Personnel of either of them shall not, either
during the term or within two years after the expiration or termination of this Agreement
disclose any proprietary information, including information relating to reports, data, drawings,
design software or other material, whether written or oral, in electronic or magnetic format,
and the contents thereof; and any reports, digests or summaries created or derived from any
of the foregoing that is provided by the Authority to the Consultant, its Sub-Consultants and
the Personnel; any information provided by or relating to the Authority, its technology,
technical processes, business affairs or finances or any information relating to the Authority’s
employees, officers or other professionals or suppliers, customers, or contractors of the
Authority; and any other information which the Consultant is under an obligation to keep
confidential in relation to the Project, the Services or this Agreement (“Confidential
Information”), without the prior written consent of the Authority. Notwithstanding the
aforesaid, the Consultant, its Sub-Consultants and the Personnel of either of them may
disclose Confidential Information to the extent that such Confidential Information:
(i) was in the public domain prior to its delivery to the Consultant, its Sub-Consultants
and the Personnel of either of them or becomes a part of the public knowledge from a
source other than the Consultant, its Sub-Consultants and the Personnel of either of
them;
(ii) Was obtained from a third party with no known duty to maintain its confidentiality;
(iii) is required to be disclosed by Applicable Laws or judicial or administrative or arbitral
process or by any governmental instrumentalities, provided that for any such
disclosure, the Consultant, its Sub-Consultants and the Personnel of either of them
shall give the Authority, prompt written notice, and use reasonable efforts to ensure
that such disclosure is accorded confidential treatment; and
(iv) is provided to the professional advisers, agents, auditors or representatives of the
Consultant or its Sub-Consultants or Personnel of either of them, as is reasonable
under the circumstances; provided, however, that the Consultant or its Sub-
Consultants or Personnel of either of them, as the case may be, shall require their
professional advisers, agents, auditors or its representatives, to undertake in writing
to keep such Confidential Information, confidential and shall use its best efforts to
ensure compliance with such undertaking.
3.4 Liability of the Consultant
3.4.1 The Consultant’s liability under this Agreement shall be determined by the Applicable Laws
and the provisions hereof.
3.4.2 The Consultant shall, subject to the limitation specified in Clause 3.4.3, be liable to the
Authority for any direct loss or damage accrued or likely to accrue due to deficiency in
Services rendered by it.
3.4.3 The Parties hereto agree that in case of negligence or wilful misconduct on the part of the
Consultant or on the part of any person or firm acting on behalf of the Consultant in carrying
out the Services, the Consultant, with respect to damage caused to the Authority’s property,
shall not be liable to the Authority:
(i) For any indirect or consequential loss or damage; and

Page 67 of 93
(ii) for any direct loss or damage that exceeds (a) the Agreement Value set forth
in Clause 6.1.2 of this Agreement, or (b) the proceeds the Consultant may be
entitled to receive from any insurance maintained by the Consultant to cover such a
liability in accordance with Clause 3.5.2, whichever of (a) or (b) is higher.
3.4.4 This limitation of liability specified in Clause 3.4.3 shall not affect the Consultant’s liability,
if any, for damage to Third Parties caused by the Consultant or any person or firm acting on
behalf of the Consultant in carrying out the Services subject, however, to a limit equal to 3
(three) times the Agreement Value.
3.5 Insurance to be taken out by the Consultant
3.5.1 (a) The Consultant shall, for the duration of this Agreement, take out and maintain, and shall
cause any Sub-Consultant to take out and maintain, at its (or the Sub-Consultant’s, as the
case may be) own cost, but on terms and conditions approved by the Authority, insurance
against the risks, and for the coverages, as specified in the Agreement and in accordance
with good industry practice.
(b) Within 15 (fifteen) days of receiving any insurance policy certificate in respect of
insurances required to be obtained and maintained under this clause, the Consultant shall
furnish to the Authority, copies of such policy certificates, copies of the insurance policies
and evidence that the insurance premia have been paid in respect of such insurance. No
insurance shall be cancelled, modified or allowed to expire or lapse during the term of this
Agreement.
(c) If the Consultant fails to effect and keep in force the aforesaid insurances for which
it is responsible pursuant hereto, the Authority shall, apart from having other recourse
available under this Agreement, have the option, without prejudice to the obligations of
the Consultant, to take out the aforesaid insurance, to keep in force any such insurances,
and pay such premium and recover the costs thereof from the Consultant, and the
Consultant shall be liable to pay such amounts on demand by the Authority.
(d) Except in case of Third Party liabilities, the insurance policies so procured shall mention
the Authority as the beneficiary of the Consultant and the Consultant shall procure an
undertaking from the insurance company to this effect; provided that in the event the
Consultant has a general insurance policy that covers the risks specified in this Agreement
and the amount of insurance cover is equivalent to 3 (three) times the cover required
hereunder, such insurance policy may not mention the Authority as the sole beneficiary of
the Consultant or require an undertaking to that effect.
3.5.2 The Parties agree that the risks and coverage’s shall include but not be limited to the
following:
(a) Third Party liability insurance as required under Applicable Laws, with a minimum
coverage of [Rs. 1 (one) million];
(b) Employer’s liability and workers’ compensation insurance in respect of the Personnel of
the Consultant and of any Sub-Consultant, in accordance with Applicable Laws; and
(c) Professional liability insurance for an amount no less than the Agreement Value. The
indemnity limit in terms of “Any One Accident” (AOA) and “Aggregate limit on the policy
period” (AOP) should not be less than the amount stated in Clause 6.1.2 of the
Agreement. In case of consortium, the policy should be in the name of Lead Member and
not in the name of individual Members of the consortium.

3.6 Accounting, inspection and auditing


The Consultant shall:
(a) keep accurate and systematic accounts and records in respect of the Services
provided under this Agreement, 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 basis thereof (including the basis of the Consultant’s
costs and charges); and

Page 68 of 93
(b) Deleted.

3.7 Consultant’s actions requiring the Authority’s prior approval

The Consultant shall obtain the Authority’s prior approval in writing before taking any of the
following actions:

(a) Appointing such members of the Key Personnel as are not listed herein.
(b) Any other action that is not specified in this Agreement.
3.8 Reporting obligations

The Consultant shall submit to the Authority the reports and documents specified in the
Agreement, in the form, in the numbers and within the time periods set forth therein.

3.9 Documents prepared by the Consultant to be property of the Authority

3.9.1 All plans, drawings, specifications, designs, reports and other documents (collectively
referred to as “Consultancy Documents”) prepared by the Consultant in performing the
Services shall become and remain the property of the Authority, and all intellectual property
rights in such Consultancy Documents shall vest with the Authority. Any Consultancy
Document, of which the ownership or the intellectual property rights do not vest with the
Authority under law, shall automatically stand assigned to the Authority as and when such
Consultancy Document is created and the Consultant agrees to execute all papers and to
perform such other acts as the Authority may deem necessary to secure its rights herein
assigned by the Consultant.

3.9.2 The Consultant shall, not later than termination or expiration of this Agreement, deliver all
Consultancy Documents to the Authority, together with a detailed inventory thereof. The
Consultant may retain a copy of such Consultancy Documents. The Consultant shall not use
these Consultancy Documents for purposes unrelated to this Agreement without prior written
approval of the Authority.

3.9.3 The Consultant shall hold the Authority harmless and indemnified for any losses, claims,
damages, expenses (including all legal expenses), awards, penalties or injuries (collectively
referred to as ‘claims’) which may arise from or due to any unauthorized use of such
Consultancy Documents, or due to any breach or failure on part of the Consultant or its Sub-
Consultants or a Third Party to perform any of its duties or obligations in relation to securing
the aforementioned rights of the Authority.
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.

3.11 Providing access to Project Office and Personnel

The Consultant shall ensure that the Authority, and officials of the Authority having authority
from the Authority, are provided unrestricted access to the Project Office and to all
Personnel during office hours. The Authority’s official, who has been authorized by the
Authority in this behalf, shall have the right to inspect the Services in progress, interact with
Page 69 of 93
Personnel of the Consultant and verify the records relating to the Services for his satisfaction.

3.12. Accuracy of Documents

The Consultant shall be responsible for accuracy of the data collected by it directly or
procured from other agencies/authorities, the designs, drawings, estimates and all other
details prepared by it as part of these services. Subject to the provisions of Clause 3.4, it
shall indemnify the Authority against any inaccuracy in its work which might surface during
implementation of the Project, if such inaccuracy is the result of any negligence or
inadequate due diligence on part of the Consultant or arises out of its failure to conform to
good industry practice. The Consultant shall also be responsible for promptly correcting, at its
own cost and risk, the drawings including any re-survey / investigations.

4. CONSULTANT’S PERSONNEL AND SUB-CONSULTANTS

4.1 General

The Consultant shall employ and provide such qualified and experienced Personnel as may be
required to carry out the Services.

4.2 Deployment of Personnel

4.2.1 The designations, names and the estimated periods of engagement in carrying out the Services
by each of the Consultant’s Personnel are described in this Agreement. The estimate of
Personnel costs and man-day rates are specified in this Agreement.

4.2.2 Adjustments with respect to the estimated periods of engagement of Personnel set forth
Authority, provided that: (i) such adjustments shall not alter the originally estimated period
of engagement of any individual by more than 20% (twenty per cent) or one week, whichever
is greater, and (ii) the aggregate of such adjustments shall not cause payments under the
Agreement to exceed the Agreement Value set forth in Clause 6.1.2 of this Agreement. Any
other adjustments shall only be made with the written approval of the Authority.

4.2.3 If additional work is required beyond the scope of the Services specified in the Terms of
Reference, the estimated periods of engagement of Personnel, set forth in the Annexes of
the Agreement may be increased by agreement in writing between the Authority and the
Consultant, provided that any such increase shall not, except as otherwise agreed, cause
payments under this Agreement to exceed the Agreement Value set forth in Clause 6.1.2.

4.3 Approval of Personnel

4.3.1 The Key Personnel listed in the Agreement are hereby approved by the Authority. No other
Key Personnel shall be engaged without prior approval of the Authority.

4.4 Substitution of Key Personnel

The Authority expects all the Key Personnel specified in the Proposal to be available during
implementation of the Agreement. The Authority will not consider any substitution of Key
Personnel.
5. OBLIGATIONS OF THE AUTHORITY

5.1 Payment
In consideration of the Services performed by the Consultant under this Agreement, the
Authority shall make to the Consultant such payments and in such manner as is provided in
Clause 6 of this Agreement.

5.2 Law Governing Contract and Languages:


Page 70 of 93
The Contract shall be governed by the laws of Union of India and the language of the
Contract shall be English.
The firm shall indemnify and hold harmless the NHAI against any and all claims, demands and
/ or judgments of any nature brought against the NHAI arising out of the services by the firm
and its staff under this Contract. The obligation under this paragraph shall survive even
after the termination of this Contract.
5.3 Taxes:
The firm shall pay the taxes, duties fee, levies and other impositions levied under the
Applicable law and the NHAI shall perform such duties in this regard to the deduction of such
tax as may be lawfully imposed.

6. PAYMENT TO THE CONSULTANT


6.1 Cost estimates and Agreement Value

6.1.1 An abstract of the cost of the Services payable to the Consultant is set forth herein the
Agreement.
6.1.2 Except as may be otherwise agreed under Clause 2.6 and subject to Clause 6.3, the payments
under this Agreement shall not exceed the agreement value specified herein (the
“Agreement Value”). The Parties agree that the Agreement Value is Rs. ………. (Rupees
…………………….).

6.2 Currency of payment


All payments shall be made in Indian Rupees.

6.3 Mode of billing and payment


(a) The Consultant shall be paid for its services as per the Payment Schedule of this
Agreement, subject to the Consultant fulfilling the following conditions:
(i) Deleted.
(ii) The Authority shall pay to the Consultant, only the undisputed amount.

(b) The Authority shall cause the payment due to the Consultant to be made within 30
(thirty) days after the receipt by the Authority of duly completed bills with necessary
particulars (the “Due Date only after the final report and a final statement, identified
as such, shall have been submitted by the Consultant and approved as satisfactory by
the Authority. The Services shall be deemed completed and finally accepted by the
Authority and the final deliverable shall be deemed approved by the Authority as
satisfactory upon expiry of 90 (ninety) days after receipt of the final deliverable by
the Authority unless the Authority, within such 90 (ninety) day period, gives written
notice to the Consultant specifying in detail, the deficiencies in the Services. The
Consultant shall thereupon promptly make any necessary corrections and/or
additions, and upon completion of such corrections or additions, the foregoing process
shall be repeated. The Authority shall make the final payment upon acceptance or
deemed acceptance of the final deliverable by the Authority.

(c) Any amount which the Authority has paid or caused to be paid in excess of the
amounts actually payable in accordance with the provisions of this Agreement shall be
reimbursed by the Consultant to the Authority within 30 (thirty) days after receipt by
the Consultant of notice thereof. Any such claim by the Authority for reimbursement
must be made within 1 (one) year after receipt by the Authority of a final report in
accordance with Clause 6.3 (d). Any delay by the Consultant in reimbursement by the
due date shall attract simple interest @ 10% (ten percent) per annum.
(d) In the event the Concession Agreement does not get executed within one year of the
Effective Date, the Final Payment shall not become due to the Consultant, save and
except the costs incurred for meeting its reimbursable expenses during the period
Page 71 of 93
after expiry of 18 (eighteen) weeks from the Effective Date, including travel costs
and personnel costs, at the agreed rates.
(e) All payments under this Agreement shall be made to the account of the Consultants
may be notified to the Authority by the Consultant.

7. LIQUIDATED DAMAGES AND PENALTIES

7.1 Performance Security

7.1.1 Within 30 (thirty) days of issue of Letter of Acceptance, the selected Bidder shall furnish to
the Authority an irrevocable and unconditional guarantee from a Bank in the form set forth in
Appendix-I (the “Performance Security”) for an amount equal to 5% (Five percent) of its Bid
Price. Bank guarantee shall be issued by nationalized bank, or a Scheduled Bank in India having
a net worth of at least Rs. 1,000 Crore (Rs. one thousand Crore), in favour of the Authority in
the format at Appendix-I (the “Bank Guarantee”). This Bank Guarantee shall be transmitted
through SFMS Gateway to NHAI’s Bank. In case the Bank Guarantee is issued by a foreign bank
outside India, confirmation of the same by any nationalized bank in India is required. For the
avoidance of doubt, Scheduled Bank shall mean a bank as defined under Section 2(e) of the
Reserve Bank of India Act, 1934.
7.1.2 The Performance Security shall be valid for the duration of services plus six months.
7.1.3 In the event the Consultant fails to provide the security within 30 days of date of LOA, it may
seek extension of time for a period of 15 (Fifteen) days on payment of damages for such
extended period in a sum of calculated at the rate of 0.1% (Zero Point One Percent) of the
contract price for each day until the performance security is provided.
7.1.4 For avoidance of any doubt, in case of failure of submission of Performance Security, within
the additional 15 days’ time period, the award shall be deemed to be cancelled/ withdrawn
and bidder shall be suspended from participation in the tendering process for the works of
MoRTH / NHAI / NHIDCL and works under other Centrally Sponsored Schemes, for a period of
one year from the bid due date of this work. Thereupon all rights, privileges, claims and
entitlements of the Contractor under or arising out of the Award shall be deemed to have been
waived by, and to have ceased with the concurrence of the Contractor, and the Award shall be
deemed to have been withdrawn by the Authority.

7.1.5 The Performance Security remaining balance after appropriation of any amounts under this
Agreement shall be returned to the Consultant at the end of 3 (three) months after the
expiration of this Agreement pursuant to Clause 2.4 hereof.

7.2 Liquidated Damages

7.2.1 Liquidated Damages for error/variation:


In case any error or variation is detected in the reports submitted by the Consultant and such
error or variation is the result of negligence or lack of due diligence on the part of the
Consultant, the consequential damages thereof shall be quantified by the Authority in a
reasonable manner and recovered from the Consultant by way of deemed liquidated damages,
subject to a maximum of 50% (fifty per cent) of the Performance security.

7.2.2 Liquidated Damages for delay:


In case of delay in completion of Services, liquidated damages not exceeding an amount equal
to 0.2% (zero point two per cent) of the Agreement Value per day, subject to a maximum of
10% (ten per cent) of the Agreement Value will be imposed and shall be recovered by
appropriation from the Performance Security or otherwise. However, in case of delay due to
reasons beyond the control of the Consultant, suitable extension of time shall be granted.

7.2.3 Encashment and appropriation of Performance Security:

The Authority shall have the right to invoke and appropriate the proceeds of the Performance
Security, in whole or in part, without notice to the Consultant in the event of breach of this
Page 72 of 93
Agreement or for recovery of liquidated damages specified in this Clause 7.2.

7.3 Penalty for deficiency in Services

In addition to the liquidated damages not amounting to penalty, as specified in Clause 7.2,
warning may be issued to the Consultant for minor deficiencies on its part. In the case of
significant deficiencies in Services causing adverse effect on the Project or on the reputation
of the Authority, other penal action including debarring for a specified period may also be
initiated as per policy of the Authority.

8. FAIRNESS AND GOOD FAITH


8.1 Good Faith
The Parties undertake to act in good faith with respect to each other’s rights under this
Agreement and to adopt all reasonable measures to ensure the realisation of the objectives of
this Agreement.
8.2 Operation of the Agreement
The Parties recognize that it is impractical in this Agreement to provide for every contingency
which may arise during the life of the Agreement, and the Parties hereby agree that it is their
intention that this Agreement shall operate fairly as between them, and without detriment to
the interest of either of them, and that, if during the term of this Agreement either Party
believes that this Agreement is operating unfairly, the Parties will use their best efforts to
agree on such action as may be necessary to remove the cause or causes of such unfairness,
but failure to agree on any action pursuant to this Clause shall not give rise to a dispute
subject to arbitration in accordance with Clause 9 hereof.

9. SETTLEMENT OF DISPUTES
9.1 Amicable settlement
The Parties shall use their best efforts to settle amicably all disputes arising out of or in
connection with this Agreement or the interpretation thereof.

9.2 Dispute resolution


9.2.1 Any dispute, difference or controversy of whatever nature howsoever arising under or out of
or in relation to this Agreement (including its interpretation) between the Parties, and so
notified in writing by either Party to the other Party (the “Dispute”) shall, in the first
instance, be attempted to be resolved amicably in accordance with the conciliation
procedure set forth in Clause 9.3.
9.2.2 The Parties agree to use their best efforts for resolving all Disputes arising under or in respect
of this Agreement promptly, equitably and in good faith, and further agree to provide each
other with reasonable access during normal business hours to all non- privileged records,
information and data pertaining to any Dispute.
9.3 Conciliation
In the event of any Dispute between the Parties, either Party may call upon *****
Department] and the Chairman of the Board of Directors of the Consultant or a substitute
thereof for amicable settlement, and upon such reference, the said persons shall meet no
later than 10 (ten) days from the date of reference to discuss and attempt to amicably
resolve the Dispute. If such meeting does not take place within the 10 (ten) day period or
the Dispute is not amicably settled within 15 (fifteen) days of the meeting or the Dispute is
not resolved as evidenced by the signing of written terms of settlement within 30 (thirty)
days of the notice in writing referred to in Clause 9.2.1 or such longer period as may be
mutually agreed by the Parties, either Party may refer the Dispute to arbitration in
accordance with the provisions of Clause 9.4.

9.4 Arbitration
9.4.1 Any Dispute which is not resolved amicably by conciliation, as provided in Clause 9.3, shall be
finally decided by reference to arbitration by an Arbitral Tribunal appointed in accordance
Page 73 of 93
with Clause 9.4.2. Such arbitration shall be held in accordance with the Rules of Arbitration of
the International Centre for Alternative Dispute Resolution, New Delhi (the “Rules”), or such
other rules as may be mutually agreed by the Parties, and shall be subject to the provisions of
the Arbitration and Conciliation Act, 1996. The venue of such arbitration shall be ***** and the
language of arbitration proceedings shall be English.

9.4.2 There shall be {an Arbitral Tribunal of three arbitrators, of whom each Party shall select one,
and the third arbitrator shall be appointed by the two arbitrators so selected, and in the
event of disagreement between the two arbitrators, the appointment} {a sole arbitrator
whose appointment} shall be made in accordance with the Rules.
9.4.3 The arbitrators shall make a reasoned award (the “Award”). Any Award made in any
arbitration held pursuant to this Clause 9 shall be final and binding on the Parties as from the
date it is made, and the Consultant and the Authority agree and undertake to carry out such
Award without delay.

9.4.4 The Consultant and the Authority agree that an Award may be enforced against the Consultant
and/or the Authority, as the case may be, and their respective assets wherever situated.

9.4.5 This Agreement and the rights and obligations of the Parties shall remain in full force and
effect, pending the Award in any arbitration proceedings hereunder.

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

SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED

For and on behalf of


For and on behalf of [Authority]

Consultant:
(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
(Address) (Address)
(Fax No.) (Fax No.)

In the presence of:


1.
2.

Page 74 of 93
Terms of Reference
1. General

1.1 National Highways Authority of India (NHAI) is engaged in development of National Highways
entrusted to it by Ministry of Road Transport & Highways. As part of this endeavour, the
Authority has taken up development of some of the highways through Public Private
Partnership (PPP)/ HAM /OMT and EPC basis.
1.2 The Model Concession Agreements (MCA)/ Contract documents stipulate that the
Concessionaire shall develop, implement and administer a surveillance and safety
programme for providing a safe environment on or about the Project Highways and/or shall
comply with the safety requirements set forth in Schedules/ Clauses of the
Concession/Contract Agreement in Development, Construction and Operation & Maintenance
Phases of the Project.
1.3 The Agreements also envisage that NHAI shall appoint an experienced and qualified firm or
organization as a “Safety Consultant” for carrying out safety audit of the Project Highway in
accordance with the safety requirements set forth in Schedules/ Clauses for the aforesaid
Phases of Project.
1.4 NHAI intends to invite applications from the interested consultants for appointment as safety
consultant for carrying out safety audit of the project highway in accordance with the safety
requirement set forth in Schedule – L of the Model Concession Agreement (MCA) of the PPP/
HAM projects on Design, Build, Finance, Operate and Transfer (DBFOT) basis, Clause 10.1 of
EPC contract and Schedule – H of the Model Concession Agreement (MCA) of the operation
and maintenance (OMT) projects, O&M projects and Item Rate contracts.
1.5 Duties and Responsibilities of Safety Consultant: The broad requirements are as indicated
in the Schedule ‘L’ in BOT contract, Clause 10.1 of EPC contract and Schedule ‘H’ of Model
Concession Agreement (copies enclosed). In addition, the scope of services shall include but
not limited to the following described below.

2. Methodology to be adopted by Safety Auditor


Safety Consultant shall conduct the safety audits during road design development, project
construction implementation and operation/maintenance periods as per the methodology,
check lists and procedures approved by NHAI. For this purpose, each bidder as part of the
bid will briefly submit Work Plan and Approach & Methodology for the proposed assignment,
based on IRC:SP:88 and established International Procedure/Practice for undertaking road
safety audit at various project development, implementation and operation stages. Later on,
the successful bidders will submit the inception report including detailed methodology,
check lists and procedure within 20 days after signing of agreement. Scope of check list and
procedures, which the safety consultant has to follow are as per latest IRC Manual on Road
Safety Audit (IRC:SP:88). This Inception Report will be submitted to the Regional Officer with
a copy to concerned Project Director. Methodology, Check Lists and Procedures to be
adopted are to be project specific and approved by the concerned Regional Officer of NHAI
and the Project Director. Consultants are free to suggest methodology, check list, procedure
and good international practices as adopted in the countries like Australia, Sweden, USA,
UK, etc., wherein IRC manual/guidelines are not available. The Road Safety Audit Reports
shall be prepared as per the templates given in Annexure 1-5 of this TOR.

3. During Development Period


3.1 Road Safety Audit – Carry out a Road Safety Audit (RSA) adhering to the relevant RSA stage
as per latest IRC:SP:88 “Manual for Road Safety Audit” and good industry practices; and
prepare a draft Road Safety Audit Report at the design stage. The audit shall take into
consideration all the aspects given in the checklist of latest IRC:SP:88.
Page 75 of 93
The report thereof (the “Safety Report”) shall be submitted to the Regional Officer, NHAI, in
five copies, with a copy to concerned Project Director. One copy each of the safety report
shall be forwarded by the RO to the Concessionaire, the Independent Engineer and the Road
Safety Cell forthwith.
3.2 Collect the accident data of the project highway for preceding 3 (three) years from primary
source (Police Stations) and analyse the same to ensure that the safety concerns of the
road/highway being developed, including the identified blackspots, have been addressed in
the proposed detailed design, while carrying out the design stage audit.
3.3 The RSA Report for any following Stage should identify the previously recommended
enhancements in the design and their incorporation. The RSA reports at the following stages
should compare the changes that are duly incorporated in the design in reference to the
recommendations from the previous stages. The RSA Reports at all stages should identify any
further potential road safety gaps during the audit.
3.4 The Road Safety Audit Report for development stage shall contain audit of proposed detailed
design of the project highway including the audit of the Traffic Management Plan included
in the design report (during the development stage audit) for the project road identifying
enhancement that may be required. This task shall have to be carried out from third month
to end of development period. In case the audit of the designs is not completed within
development period for any reason whatsoever, the Safety Consultant shall be under the
obligation to complete such audits even during the construction period.
3.5 Review the comments from Concessionaire, Independent Engineer and NHAI (from Regional
Officer and concerned Project Director) on the draft Road Safety Audit Report, which shall
be addressed by the Consultant. Also, conduct the Audit Completion Meeting with recorded
minutes for acceptance/compliance by RO/Concessionaire/Contractor. Including all these,
furnish the Final Safety Audit Report to Regional Officer and Project Director with a copy to
Road Safety Cell.

4. During Construction
The audit during the construction stage shall be carried out in reference to the provisions
made in IRC:SP:55 (Guidelines on Traffic Management in Work Zones) and following the latest
IRC manual for road safety audit, i.e. IRC: SP: 88 or any modifications thereof.
4.1 Review the Construction Staging Plan prepared by the concessionaire in support of project
implementation at stages. Examine the Traffic Management Plan (TMP)/ Traffic Control Plan
(TCP) prepared and submitted by the Concessionaire befitting to the Construction Staging
Plans, and identify any gaps or opportunity for improvement prior to approval of the TMP/
TCP by relevant authority and accordingly prepare an Construction stage safety audit report
for TMP/TCP as per the latest IRC: SP: 88 (Manual for Road Safety Audit) following the
template given in this TOR.
4.2 Carryout a Construction Stage Road Safety Audit according to template given in this TOR
based on latest IRC:SP:88 to ensure correct implementation of the TMP and recommend any
interim enhancement that may be required. Inspect the project highway keeping into
consideration the construction staging plan for the project as prepared by the Concessionaire
and identify the safety concerns/implications of the construction planning including
TMP/TCP and recommend enhancement, as required. This shall be including the additional
requirements at locations identified as accident prone locations during “development
period” based on the accident data analysis as well as the identified blackspots.
Carry out construction stage road safety audit normally once in every four months to assess the
adequacy and acceptability of the implemented TMP/TCP adopted in construction zone(s)
Page 76 of 93
recommending any other road safety measures that are necessary, till the construction is
almost complete for PCOD. However, if the physical progress in the construction is slower
than that stated in contract, the frequency of audit during construction period shall be
modified to be commensurate to the physical progress as specified here: i.e. at 15%, 30%,
45%, 60%, 75%, 90%, and Pre-opening audit at 95-100% as required by Regional
Officer/Project Director.
4.3 Consultant shall submit the Draft RSA Report to the Regional Officer, Independent Engineer
and concerned Project Director within 7 (seven) days of audit as per the template given in
this TOR.
4.4 Review the comments from Concessionaire, Independent Engineer and NHAI (Regional
Officer/Project Director) on the draft Road Safety Audit Report, and address the comments,
if any. Also, conduct the Audit Completion Meeting with recorded minutes for
acceptance/compliance by RO/Concessionaire/Contractor. Including all these
comments/compliances, furnish the Final Safety Audit Report.
4.5 In addition to the Road Safety Audit Reports for various Construction Stages, Consultants
shall also prepare, as part of the RSA Report, the detailed status of compliance of audit
recommendations of the development stage and any previous audit of construction stage.
The scope for each of such inspection/audit shall include but not be limited to identifying
any gaps in provision of safety features, as per the recommendations of audit at
development stage and previous construction stage safety audits.
4.6 At the stage of physical progress of 95-100% of construction (as will be suggested by Regional
Officer/Project Director), the Consultant shall conduct a Pre-Opening Stage Audit following
the template given in this TOR.
4.7 The construction stage audit shall also include the specific requirements laid out in
Attachment A of the TOR.

5.0 Maintenance/Operation Period


The Consultants shall carryout the Existing Road/Operation Stage Audit and Investigation of
Accident Prone Locations, which will involve the following activities, but not limited to:
5.1 Carryout an audit of existing road/ operation stage at the end of 6th month, 24th month and
36th month from the date of opening the highway to traffic, and submit Draft RSA report to
Regional Officer, concerned Project Director, and Independent Engineer, with a copy to
Concessionaire/Contractor, following the template given in this TOR.
5.2 Review the comments from Concessionaire/Contractor, Independent Engineer and NHAI
(Regional Officer and Project Director) on the draft Road Safety Audit Report, and address
the comments, if any, and furnish the Final Safety Audit Report.
5.3 Collect data of all accidents in the project highway at the end of First Year (12th month), for
preceding one year, and again at the end of 36th month for the three years, from Police
Stations (Primary Source) and other secondary sources. Analyse fatal and grievous injury
accidents “to identify locations of potential road safety hazards and the blackspots”, using
the template given in this TOR.
5.4 Undertake topographical survey of the identified “Accident Prone Locations” and blackspots
identifying all individual road attributes including any objects or hazards that are existing
within the existing right-of-way of the road and showing the building lines.
5.5 Collect hourly Traffic Volume Counts (i.e. turning movement counts, in case of junction
locations, or through directional movement counts at mid-block locations) including
classification counts with a fifteen minutes intervals for at least eight (8) hours, i.e. four (4)
hours in the morning hours and four (4) hours in the afternoon peak periods including
pedestrian counts (along and across), and bicycle counts. The hours of the counts should be
decided based on peak hour occurrence on the general weekday at the locations and also
Page 77 of 93
pre-dominant timing of collisions/accidents based on historical records. In some cases, the
traffic data may be required even for 16 hours or 24 hours.
5.6 Analyze collisions in the historical accident data in conjunction with the traffic manoeuvring
to identify potential causes of accidents.
5.7 Develop/identify potential mitigation measures in order to curb the frequency and severity
of collisions. Provide remedial measures for improvement of black spots and accident prone
locations along with detailed design report (DPR) including necessary road signs and
pavement marking plans based on the IRC Guidelines.
5.8 Review the comments from Concessionaire/Contractor, Independent Engineer and NHAI
(Regional Officer and Project Director) on the detailed design, and address the comments, if
any. Also, conduct the Audit Completion Meeting with recorded minutes for
acceptance/compliance by Regional Officer/Concessionaire/Contractor as well as
Independent Engineer and Project Director. Including all these, furnish the Final Safety Audit
Report.
5.9 Examine the provisions of existing Concession Agreement/ Contract Agreement and
Accordingly, suggest the rectification measures.
5.10 Provide drawings and design for the identified reach i.e. all structure if involved, estimation,
bidding document for inviting separate is for rectification of Black Spot.

6. Project Team
6.1 The services will be required generally for a single contract package of approximately 60 to
100 km length. Some of the packages can be of less or more length, and the firm shall deploy
at least the following key personnel as mentioned in Clause 6.2. If the length of the project
package is shorter than 60km or longer than 100km, the time duration for Key Professionals
will be decreased/increased as per the provision in Clause 6.2.
6.2 The man-months input required for 60-100 km standard project length is as follows
S. Position No Minimum Man-Months*
No. ++Development ++Construction Operation/
Maintenance
1 Sr. Road Safety 1 2.0 Months 3.0 Months 3.0 Month
Auditor-cum-Road
Safety Team
Leader
2 Traffic Planner 1 1.5 Months 2.0 Months 2.0 Months
Total 2

* The minimum man month requirements are indicative only for standard package length.
For every extra 50km length (with minimum increase of 20km) or part thereof, the man-
month duration of two key-professionals will increase 10% subject to a maximum of 50% (see
Table below).
Length Development Construction Operation/Maintenance
Period Period Period
Team Traffic Team Traffic Team Traffic
Leader Planner Leader Planner Leader Planner
<60km 1.5 1 3 1.75 2 2
60 – 100km 2 1.5 3 2 3.0 2

100-150km +10% +10% +10% +10% +10% +10%


150-200km +20% +20% +20% +20% +20% +20%
200-250km +30% +30% +30% +30% +30% +30%
250-300km +40% +40% +40% +40% +40% +40%
Page 78 of 93
300-350km +50% +50% +50% +50% +50% +50%

++ Ideally all design stage audits are to be completed during Development Period only. As
mentioned in Clause 3.4 and 7.1 of ToR, due to any reason whatsoever, if some of the
designs are delayed, the Safety Consultants shall be responsible for carrying out the audit
for such designs.
6.3 It is necessary that the bidder shall retain the same experts throughout the contract period.
It is hereby clarified that only the named Key Personnel shall be deployed and no substitute
shall be used at any stage of safety audit work. Any work carried out by any person other
than the named Key Personnel shall be summarily rejected by NHAI and no payment shall
become due for such work in any circumstances whatsoever.
6.4 Coordinator:- The firm shall designate its Senior Technical Director or an appropriate Senior
officer who has experience in Road/ Bridge construction as the coordinator for the
assignment. The coordinator on date of commencement of services under this assignment
shall visit the site and acquaint with the project/ assignment and hold audit commencement
meeting with the respective Regional Officer and Road Safety Audit team. Thereafter, the
coordinator shall be responsible for coordination of activities under the contract, interaction
with NHAI and signing all letters/ reports on behalf of the firm. The inputs including site
visits/ visits to NHAI, New Delhi during the entire period of services/ contract, the
Coordinator shall be incidental to this assignment and no separate payment shall be made in
this regard. Finally, on completion of road safety audit work, Coordinator along with Road
Safety Audit team shall hold a closing meeting with Regional Officer, Project Director and
IE/AE of the Project.
6.5 The Consultant shall as a part of this assignment will conduct two road safety
awareness/training programs/workshops in the project stretch for NHAI officers, staff of
Independent Engineer and Concessionaire/Contractor. The cost of such programme for
maximum 60 persons from the project teams shall be deemed to be included in the financial
proposal of the Consultant.
7. Expected Inputs of Experts and Support Staff:
7.1 Schedule ‘L’ prescribes the timelines for the assignments of Safety Consultants for various
stages of a project (development, construction and operation). In case of development
period, Para 4.3 of Schedule ‘L’ envisages that safety audit shall be completed in a period of
3 months. However, the drawings containing the design details to be provided by the
Concessionaire (Ref. Para 4.2 of Schedule ‘L’) and collection of any data required for various
audits is an ongoing process during the entire construction period of the project. Hence, the
Safety Consultant shall review the set of drawings/ designs as and when provided to him by
NHAI during the development/construction period of the project from safety perspective.
Input of key personnel can be intermittent as per the project requirement. However bidder
will have to indicate the man-month of personnel with breakup of cost for each personnel to
be engaged in the work plan as part of their financial bid in Annexure-IV of Form-7 of this
bid. It may be noted that CVs of only those key personnel having intermittent input will be
considered, if the safety consultancy assignments in hand as on 7 days prior to BDD do not
exceed 3 (three). The firm shall have to furnish information regarding deployment of their
proposed key personnel with their intermittent inputs in the other projects in hand and the
personnel deployed thereon in the prescribed form-6 of the RFP.
7.2 Schedule ‘H’ describes the function of safety consultants for OMT projects.
7.2.1 The safety audit during development period shall be completed in a period of three months
and a report thereof (the “Safety Report”) shall be submitted to the Regional Officer, in five
copies, with a copy to concerned Project Director, NHAI. However, as mentioned above in
clauses 3.4, 6.2 and 7.1 above, the road safety audit for design stage may continue beyond
the development stage. One copy each of the safety report shall be forwarded by the
Regional Officer to the Concessionaire and the Independent Engineer forthwith. Ideally all
designs are to be completed and audited during Development stage. Due to any reason
whatsoever, if some of the designs are forwarded to Safety Consultants in Construction stage
also, these are also to be audited by Safety Consultants and shall give recommendations as

Page 79 of 93
part of Development Stage Safety Audit.
7.3 The firms/ organizations shall make their own assessment of key and support personnel to
undertake the assignment. Additional staff or personnel, if required (e.g. for Fire,
Mechanical safety, etc.) to complete the assignment in the prescribed time, must be
provided, within the total quoted cost only. NHAI shall not be responsible for any wrong
assessment by the firms/ organizations and shall not in any case bear any additional cost
arising there from. The firms should assess the inputs at site and office for each expert and
support staff for completing the assignment within the above timelines, which shall be
indicated by the firm in the Financial Proposal. The firms should make its own arrangements
for office space, equipment, computer hardware/ software, etc. A certificate has to be
recorded by the Regional Officer, NHAI about the presence of named experts and support
staff at site (for their intermittent inputs) for release of payment as per cost breakup given
by the Consultant.

8. Deliverables

8.1 Development Stage

S. No Report & Frequency Timeline


1 Inception Report covering all safety audit Within 20 days of date of
activities including finalisation of methodology, commencement of services/ as per
implementing schedule, training requirement, as instruction of NHAI depending on the
per TOR project status
2 The Draft report (the “Safety Report”) shall be Within 3 (three) months from date of
submitted for Design Stage Audit to the Regional commencement of services or date of
Officer, NHAI, in five copies, with a copy to handing over of good for construction
Project Director, NHAI. One copy each of the (GFC) drawings by the concessionaire/
safety report shall be forwarded by the RO to the contractor, whichever is later.
Concessionaire and the Independent Engineer
forthwith. This shall be as per the standard
template of RSA report given in this TOR.
3 Safety Consultant shall conduct the Audit Within 15 days of receiving comments
Completion Meeting with recorded minutes for by NHAI/IE/ Concessionaire or audit
acceptance/compliance by completion meeting, whichever is later.
RO/PD/Concessionaire/ Contractor. Including all
these, furnish the Final Safety Report for Design
Stage Audit as per the standard template of RSA
report given in this TOR.
4 As the submission of design may be in batches, Draft report will be submitted within 15
the Draft RSA Report and Final RSA Report for days of submission of design by
design stage shall be more than once and it can Concessionaire and Final RSA report
run into the construction stage also. shall be submitted within 15 days of
receipt of the comments by RO
NHAI/IE/Concessionaire.

8.2 Construction Stage

S. No Report & Frequency Timeline


2 A Construction Stage road safety audit, at every Subsequent Reports shall be the
four months or as per the physical progress of Construction Stage Audit Report of
construction, for work zone(s) safety for the worksites and TMP/TCP being
entire construction period following the standard implemented with all earlier
template of RSA report given in this TOR. Safety recommendations for enhancement, if

Page 80 of 93
S. No Report & Frequency Timeline
Consultant shall conduct the Audit Completion any, at the site prior to commencing
Meeting with recorded minutes for construction, for the entire period of
acceptance/compliance by construction till PCOD. Within 7 days
RO/PD/Concessionaire/ Contractor. Including all of receiving comments by RO/PD
the comments from RO/PD/IE/Concessionaire and (NHAI)/IE/ Concessionaire or audit
the acceptance/compliance, furnish the Final completion meeting, whichever is later.
Safety Report for Construction Stage Audit as per
the standard template of RSA report given in this
TOR
4. Submission of GAP report Submit a Report of gap observed during
the site visit for construction zone(s)
audit in reference to the design that
being implemented against the Design
Stage Audit recommendations
forwarded as part of Development
Stage Audit. This GAP report shall be
submitted once in every four months.
5 Draft Pre-Opening Audit report One month prior to opening of the
highway to traffic or at 95-100%
completion of the construction (as
decided by Regional Officer), carryout
a pre-opening audit and submit report
following the template given in this
TOR.
6 Safety Consultant shall conduct the Audit Within 15 days of receiving comments
Completion Meeting with recorded minutes for by NHAI/IE/Concessionaire or audit
acceptance/compliance by RO/PD/IE/ completion meeting, whichever is later.
Concessionaire/ Contractor. Including all the
comments from RO/PD/IE/ Concessionaire and
the acceptance/compliance, furnish the Final
Pre-Opening stage audit report as per the
standard template of RSA report given in this
TOR.

8.3 Maintenance/Operation Stage


S. No Report & Frequency Timeline
2 Collection of detailed Road Accident data and Detailed Accident Data will be
analysis of fatal and grievous injury accidents collected at the end of 12 months and
with black spot identification including mapping after 36 months of operation of the
of chainage wise crashes on strip plan of NH and project highway.
development of countermeasures at the end of 12
months and 36 months.

3. Carryout the topographic survey, traffic and Identification of accident prone


speed survey and develop design/layouts of the locations and Countermeasure Report
Page 81 of 93
S. No Report & Frequency Timeline
countermeasures based on diagnosed issues for shall be submitted after 12th and 36th
the accident prone locations. Furnish the Final months of opening the highway to
Report after receiving the comments of the Draft traffic. Final Report shall be submitted
Report from RO/PD/IE/Concessionaire as per the after 15 days of receiving the
standard template of RSA report given in this comments from RO/IE/Concessionaire
TOR. on the draft report.
4 Submission of GAP report. Submit a Report of gap observed during
the site visits for operation stage audit
in reference to the observations made
in previous report(s). This GAP report
shall be submitted as part of Operation
Stage Audit.

8.4 All reports including primary data shall be compiled, classified and submitted by the firm to
RO, NHAI in soft form apart from the reports in hard form including a copy to Road Safety
Cell, NHAI. The reports shall remain the property of NHAI and shall not be used for any
purpose other than that intended under these terms of reference. All the reports will be
submitted electronically in addition to 5 hard copies.

8.5 It may be noted that the consultants shall be required to ensure timely completion of the
safety consultancy services of the projects awarded in an effective manner strictly as per the
contract. The performance appraisal of the safety consultant shall be carried out by the
Road Safety Cell based on the report of the concerned Regional Officer/Project Director of
NHAI. The firms shall be liable for cancellation of the contract and debarment in the event
of defaults attributable to the firm for non-completion/ poor performance of services for a
period of one year.

9. Payment Schedule:

9.1 Deliverable, Periodicity, Payment Schedule for Development Period


S. Scope of Work Periodicity Clause Payment Schedule
No Activity / Submission of Report Reference Milestone Fee –
Payable
1 Submission of Inception Report 20 days from 2 of ToR On submission
covering all safety audit activities Commencement of Inception
including finalisation of of service Report to NHAI
methodology, implementing
schedule, and training 10%
requirement as per TOR.
2 Draft Safety Report for Design Within 3 3.1, 3.2, 35%
Stage Audit months from 3.3 and
date of 3.4 of ToR
commencement
of services or
date of handing
over first lot of
good for
construction
(GFC) drawings
by the
concessionaire/
contractor,

Page 82 of 93
S. Scope of Work Periodicity Clause Payment Schedule
No Activity / Submission of Report Reference Milestone Fee –
Payable
whichever is
later
3. Final Safety Report for Design Within 15 days 3.5 of ToR 10%
Stage Audit of receiving
comments by
NHAI/IE/AE
4. Draft Safety Report for Design Within 15 days 3.1, 3.2, Within 3 months 15%
Stage Audit for those design of receiving 3.3 and of
forwarded later (that were not second lot of 3.4 of ToR Commencement
submitted in the development good for of Construction
stage) during the construction construction
stage (GFC) drawings
from the
concessionaire/
contractor
5 Final Safety Report for Design Within 15 days 3.5 of ToR 5%
Stage Audit of receiving
comments by
NHAI/IE/AE
6 Draft Safety Report for Design Within 15 days 3.1, 3.2, Within 12 15%
Stage Audit for those design of receiving 3.3 and months of
forwarded later (that were not third lot of good 3.4 of ToR Commencement
submitted in the development for construction of Construction
stage) during the construction (GFC) drawings
stage from the
concessionaire/
contractor
7 Final Safety Report for Design Within 15 days 3.5 of ToR 5%
Stage Audit of receiving
comments by
NHAI/IE/AE
8 Training Workshop for NHAI field Within 6 months 6.5 of ToR 5%
officers, staff of IE/AE, from
Concessionaire and Contractor Commencement
of service

9.2 Deliverable, Periodicity, Payment Schedule for Construction Period


S. Scope of Work Periodicity Clause Payment Schedule
No. Activity / Reference Milestone Fee -
Submission of Payable
Report

Page 83 of 93
S. Scope of Work Periodicity Clause Payment Schedule
No. Activity / Reference Milestone Fee -
Submission of Payable
Report

1 Draft Construction 30 days prior to comment 4.1 and 15 days prior to 5%


stage audit Report of construction activities 4.3 of ToR commencement
for the TMP/TCP of construction
prepared by the
Contractor or
Concessionaire

2 Final Construction Within 7 days of receiving 4.4 of ToR 5%


stage audit Report comments by NHAI/IE/AE
for the TMP/TCP
prepared by the
Contractor or
Concessionaire

3. Draft Construction At every four months, and 4.2, 4.3 40%


stage road safety Report within 15 days of and 4.5 of
audit at every four field visit (audit) ToR
months for work
sites.

4 Final Construction Within 7 days of receiving 4.4 of ToR 10%


stage road safety comments by NHAI/IE/AE
audit of worksites

5 Training Workshop Within 6 months from 6.5 of ToR 5%


for NHAI field Commencement of
officers, staff of IE, construction
Concessionaire and
Contractor

6 Submission of GAP Submit a Report of GAP 4.5 of ToR 20%


report observed during the site
visit for the design that
were implemented against
the recommendation of
Original Design Stage audit
recommendation once in
four months
7 Draft Pre-Opening 30 days prior to opening the 4.6 of ToR 10%
stage audit report highway to traffic or at 95-
100% of construction
completed.

Page 84 of 93
S. Scope of Work Periodicity Clause Payment Schedule
No. Activity / Reference Milestone Fee -
Submission of Payable
Report

8 Final Pre-Opening Within 7 days of receiving 4.4 of ToR 5%


stage audit report comments by NHAI/IE/AE

9.3 Deliverable, Periodicity, Payment Schedule for Operation/Maintenance Period


S. Scope of Work Periodicity Clause Payment Schedule
No. Activity / Submission of Reference Milestone Fee -
Report Payable
1 Carryout an existing stage Within 15 5.1 of ToR End of 6th months of 10%
audit at the end of 6th months days from opening the highway
of opening the highway to the site visit to traffic
traffic and submit Draft report (audit)
to RO(NHAI)/IE/AE and PD
2 Final Road Safety Audit of Within 7 5.2 of ToR Within 7 days of 5%
Existing Road based on days of receiving comments
comments received from receiving by NHAI/IE/AE
RO/PD(NHAI)/IE/AE comments by
NHAI/IE/AE
3 Prepare a Draft report of Within 14 5.3, 5.4 14th month from 25%
Blackspot Identification, etc months from 5.5, 5.6 opening the highway
after 12 months from opening Opening of and 5.7 of to traffic
of the road to traffic, based the highway ToR
on accident data collection & to traffic
analysis for the project
highway with countermeasures
for rectification including
schematic design
4 Final Report of accident data Within 7 5.8 of ToR Within 7 days of 5%
collection and rectification of days of receiving comments
blackspots with detailed design receiving by NHAI/IE/AE
comments by
NHAI/IE/AE
5 Carryout an existing stage Within 15 5.1 of ToR End of 24th months of 10%
audit at the end of 24th months days from opening the highway
of opening the highway to the site visit to traffic
traffic and submit Draft report (audit)
to RO/PD(NHAI)/IE/AE
6 Final Road Safety Audit of Within 7 5.2 of ToR Within 7 days of 5%
Existing Road based on days of receiving comments
comments received from receiving by NHAI/IE/AE
RO/PD(NHAI)/IE/AE comments by
NHAI/IE/AE
7 Prepare a Draft report of Within 38 5.3, 5.4 38th month from 20%
Blackspot Identification, etc months from 5.5, 5.6 opening the highway
after 36th months from opening Opening of and 5.7 of to traffic
of the road to traffic, based the highway ToR
on accident data collection & to traffic
analysis for the project
highway with countermeasures
for rectification including
schematic design
Page 85 of 93
S. Scope of Work Periodicity Clause Payment Schedule
No. Activity / Submission of Reference Milestone Fee -
Report Payable
8 Final Report of accident data Within 7 5.8 of ToR Within 7 days of 5%
collection and rectification of days of receiving comments
blackspots with detailed design receiving by NHAI/IE/AE
comments by
NHAI/IE/AE
9 Carryout an existing stage Within 15 5.1 of ToR End of 36th months of 10%
audit at the end of 36th months days from opening the highway
of opening the highway to the site visit to traffic
traffic and submit Draft report (audit)
to RO/PD(NHAI)/IE/AE
10 Final Road Safety Audit of Within 7 5.2 of ToR Within 7 days of 5%
Existing Road/Operation Stage days of receiving comments
based on comments received receiving by NHAI/IE/AE
from RO/PD(NHAI)/IE/AE comments by
NHAI/IE/AE
Note :(i) The firms/ organizations shall pay the consultancy service tax/GST and produce the proof of
payment to the NHAI for getting reimbursement of the same.
9.4 Payments shall be made in Indian Rupees, no later than 30 days following submission of
invoices by the firm in duplicate.
10. Additional Inputs from Consultant
10.1 The consultant is required to examine the provisions of existing Concession
Agreement/Contract Agreement and accordingly, suggest the rectification measures.
10.2 In case the provisions for rectification are not included in the existing Concession
Agreement/Contract Agreement, the consultant will prepare all the Bidding Documents
along with Design and Drawing for inviting separate bid for rectification work.

Page 86 of 93
Attachment A
WORK ZONE SAFETY AUDIT
Task A: Review Contractual Provisions and Establish Work zone Safety Audit Procedure
Review and understand various safety provisions as provided in the contract documents of the
particular projects. This should include an appreciation and understanding of the safety provisions
as given in various acts, rules and regulations of GOI/State Government where project is situated
including MoRT&H/Indian Roads Congress (IRC) specifications/codes; safety instructions issued by
NHAI from time to time; and safety provisions under the EMP(s) for the project.
(i) Review the existing systems being followed/adopted by the Concessionaire and IEs in
planning, execution, documentations and reporting through collection and assessment of
primary and secondary data/information.
(ii) Identify the major hazards and risks associated with various roads construction activities and
establish a work zone safety audit procedure, satisfactory to NHAI.
Task B: Conduct detailed Work Zone Safety Audit and Recommend Remedial Actions
(i) Carry out a detailed assessment of worksite* safety conditions through site visits in line with
the identified risks and hazards associated with various road construction activities. This
review and assessment must include, but may not be limited, to the following aspects
pertaining to:

(a) Traffic Management Plan: The Consultant will review the relevance, adequacy and
implementation of the Traffic Management Plan(s) prepared by the Contractors. The
procedures followed by the Independent Engineer (IE) / Authority Engineer (AE) with regard
to the approval and ensuring compliance on ground also need to be reviewed.
(b) Traffic Safety Measures: The review should assess the adequacy and quality of various
safety measures such as signage, delineation, barricading and lighting in the construction
zones in line with the provisions covered in the contract agreement and latest IRC guidelines
and other good International practices. The assessment should include various safety
aspects/issues pertaining to night time safety measures and safety at/near excavations,
structure construction sites, diversions and settlement areas apart from assessing
maintenance of existing road surface and riding quality at diversions/detours.
(c) Worker’s Safety: Based on contractual provisions and applicable legal provisions, the review
should cover aspects pertaining to provisions and use of Personal Protective Equipment such
as helmets, masks, safety harness/belts, boots, gloves, eye and hearing protection devices.
The assessment should also include review of safety provisions during operations such as
loading and unloading of materials; bar bending and cutting; gas cutting/welding, pile
driving, excavation work; working near equipment/machinery; working at heights (including
aspects pertaining to ladder, scaffolding, working platform, railing safety); safety during
concrete works (including reinforcement erection, formwork and concrete
pouring/pumping); drilling and blasting; safety during placement of traffic control devices;
tree cutting etc. The compliance with regard to occupational health and safety precautions
in relation to hazards associated with dust, toxic fumes, noise, vibration and biological
factors (snake and insect bites) should also be assessed.
(d) Safety during construction of structures including design and suitability of temporary
structural arrangements, structures construction methodologies, etc. Adequacy of the
process of review and approval of the Concessionaire proposals with respect to structures
construction methodology i.e. including design of temporary structures and erection
arrangements by the IE/AE also to be reviewed.

Page 87 of 93
(e) Fire Safety Practices: The assessment should include (a) the risks and hazards associated
with storage, transportation, handling and use of various inflammable materials/explosives
and (b) precautions and preparedness in case of the fire accident/s at camp/s, plant sites,
construction sites and quarries.
(f) Electrical Safety Practices: This should include electrical safety review at plant sites, camp
sites and work sites and near habitations.
(g) Mechanical Safety Practices: The review should include general safety
precautions/practices during plant, machinery, equipment and vehicle operations and
condition of such mechanical devices that are being used for the contract operations. This
will include review of the fitness of various plant and machinery (static and mobile),
practices with respect to periodic maintenance and licensing/certification of fitness of
equipment, as well as suitability of machinery operators including practices with respect to
adherence to licence /certification/ formal training of operators.
(h) Dust Control and Suppression Arrangements.
(i) Storage, transportation, handling and use of various toxic and hazardous materials (including
spill management) used in road construction.
(j) Safety of road-side residents and passers-by.
(k) First aid: The review should include the provision of the first aid arrangements (including
life-saving equipment), availability of qualified staff and health checks-up of workers (such
as those for drivers/operators), as specified under the regulatory framework.
(l) Emergency Response Arrangements: The review should include an assessment with regards
to planning, procedures/processes, warning systems and record keeping.
(m) Accident records: The review should look at whether accident records are being maintained
by the Concessionaires/Contractors and shared with the NHAI on a regular basis.
(n) Housekeeping (including circulation pattern, storage of materials and disposal of hazardous
wastes).
(o) Any other

(ii) Assess the knowledge and awareness of safety requirements at various levels of the
Concessionaires and IE’s/AE’s staff, and make recommendations for improving the same if
and where required.
(iii) Assess the role of IEs and NHAI Project Implementation Units (PIUs) and Headquarter, and
performance and response of the IE’s/AE’s (including approval system, issuing of instructions
and record keeping) in ensuring/enforcing worksite safety, and make recommendations
thereto as required.
(iv) Identify and make comprehensive list of items/aspects and areas/sections of safety
deficiency in individual contracts of the project.
(v) Recommend specific actions that are required to overcome safety deficiencies and to
strengthen/improve safety conditions in the project’s contracts.
(vi) Identify and suggest a comprehensive list of items/aspects to be covered in the monthly
reviews and reports. Also, identify and prepare a comprehensive checklist of items to be
monitored on monthly basis at site for rating the contractors’ performance on work sites
safety management.

Page 88 of 93
(vii) Reassess whether the recommendations made in the Audit Reports (contract specific) have
been implemented or not (including reasons) in the project sites.

Task C: Strengthening Work zone Safety Implementation by NHAI


(i) Assist NHAI in reviewing and revising/issuing instructions for the Concessionaire/Contractor
and IE/AE and NHAI Project Directors (specifying the roles and responsibilities of each) and
in establishing a system for conducting performance review of Concessionaire/Contractor
and IE/AE.
(ii) Propose recommendations that cover technical, contractual and institutional dimensions
with respect to safety during road construction works keeping in mind the issues identified in
safety audit. These should also cover the aspects related to implementation / enforcement
mechanism with regard to safety management during the construction stage.

Task D: Prepare Work Zone Safety Report every quarter.


Task E: Organize and conduct a One day Workshop on half yearly basis on findings of Safety
Audits and follow up action, which will be attended by the representatives from NHAI,
Concessionaire/Contractor, IE/AE and local NGOs etc. (Cost for holding such Workshops: to be
included in the financial proposal)

* A worksite includes the highway and service roads (including structures), access/haul roads, main
and ancillary campsites (including labor camps), all plant sites (including crusher operated by the
project contractors), quarries operated by the project contractors, borrow areas, material stack
yards and workshops. The assessment of access/haul roads is to be done on sample basis only. A
worksite audit doesn’t include safety aspects pertaining to design and construction stage
engineering aspects (such as quality of works).

Page 89 of 93
Appendix-I
Bank Guarantee for Performance Security
(Refer Clause 7.1.1 and extant circular of NHAI in this regard)

To
The Chairman,
National Highways Authority of India,
G-5 & 6, Sector-10,
Dwarka,
New Delhi –110 075,
India

WHEREAS _________________________________ [Name and address of Consultant] (hereinafter


Called ―the consultants) has undertaken, in pursuance of Contract No. _________________ dated
___________________ to provide 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 Consultant 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 Consultant such a Bank Guarantee;

NOW THEREOF we hereby affirm that we are the Guarantor and responsible to you, on behalf of the
Consultant up to a total of ________________ [amount of Guarantee]
___________________________________ [in words], such sum being payable in the types and
proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon
your first written demand and without cavil or argument, any sum or sums within the limits
of
_____________________________________ [amount of Guarantee] as aforesaid without your
needing to prove or to show grounds or reasons for your demand for the sum specified
therein.

We hereby waive the necessity of your demanding the said debt from the Consultant 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 Consultant 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 consultant or of the Bank.

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 ………………….

The guarantor/ bank hereby confirms that it is on the SFMS (Structural Finance Messaging System)
platform & shall invariably send an advice of this Bank Guarantee to the designated bank of NHAI
after obtaining details thereof from NHAI. The details are as following:

Page 90 of 93
Account Number 120024516936
IFSC Code CNRB0000380
Name of the Branch Canara Bank, Jabalpur
Name of the Beneficiary NHAI, FARO Jabalpur

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 _____________________

Page 91 of 93
Appendix II
Bid Securing Declaration
(Refer Clause1.2.6 and 2.20)
I hereby submit a declaration that the bid submitted by the undersigned, on behalf of the bidder,
[Name of the bidder], either sole or in JV, shall not be withdrawn or modified during the period of
validity i.e. not less than 60 (Sixty) days from the bid due date.
I, on behalf of the bidder, [Name of the bidder], also accept the fact that in case the bid is
withdrawn or modified during the period of its validity or if we fail to sign the contract in case the
work is awarded to us or we fail to summit a performance security before the deadline defined in
clause 2.20.2 of the Request for Proposal (RFP) and Clause 7 of Contract Agreement, then [Name of
the bidder] will be suspended for participation in the tendering process for the works of NHAI and
works under other Centrally Sponsored Schemes, for a period of one year from the bid due date of
this work.

(Signature of the Authorized Signatory)


(Official-Seal)

Page 92 of 93
Appendix-III
(See Clause 3.3.4)
Format of LOA
No.________________________
Government of India
National Highways Authority of India
(____________ Section)
[Address of Authority]
Dated,
To,
{Name of selected Bidder}
Subject: {project description}- Letter of Acceptance (LOA)-Reg.
Reference: Your bid for the subject work dated ……………..
Sir,
This is to notify you that your Bid dated ………… for execution of the {project description}, at
your quoted bid price amounting to Rs. ……………./- {amount in words} has been determined to be
the lowest evaluated bid and is substantially responsive and has been accepted.
3. You are requested to return a duplicate of the LOA as an acknowledgement and sign the Contract
Agreement within the period prescribed in Clause 1.8 of the RFP.
4. You are also requested to furnish Performance Security for an amount of …………………. as per
Clause 2.20.2 of the RFP within 30 (thirty) days of receipt of this Letter of Acceptance (LOA). In
case of delay in submission of Performance Security, you may seek extension of time for a period
not exceeding 15 (fifteen) days in accordance with Clause 2.20.2.3 of RFP.
5. In case of failure of submission of Performance Security, within the time period, the award shall
be deemed to be cancelled/ withdrawn and bidder shall be suspended from participation in the
tendering process for the works of MoRTH / NHAI / NHIDCL and works under other Centrally
Sponsored Schemes, for a period of one year from the bid due date of this work.

Yours faithfully,
{Authorized signatory}
Accepted by
(Name of the Authorized person)
(Name of the sole bidder/lead partner of JV)
[Seal of the bidder]

Copy to:
(i) GM (T)/CGM (T) –Road Safety Cell, NHAI HQ
(ii) Concerned PD, NHAI
(iii) GM (T), HQ – Concerned Technical Division

Page 93 of 93
NHAI - RFP for Appointment of Safety Consultant

Appendix-IV
(refer clause 1 (iv) & 1.2.1)

List of Empanelled Safety Consultants

List of empanelled Safety Consultants as per the circular no.(i) 12.21/2020 dt.
19.06.2020 & (ii) 4852 dated 24.08.2021(iii) 12.24/2022 dt. 05.01.2023 (iv) 12.32/2023
dt. 21.04.2023 are Appended here with

98
NHAI - RFP for Appointment of Safety Consultant

99
NHAI - RFP for Appointment of Safety Consultant

100
NHAI - RFP for Appointment of Safety Consultant

101
NHAI - RFP for Appointment of Safety Consultant

102
NHAI - RFP for Appointment of Safety Consultant

103
NHAI - RFP for Appointment of Safety Consultant

104
NHAI - RFP for Appointment of Safety Consultant

105
NHAI - RFP for Appointment of Safety Consultant

106
NHAI - RFP for Appointment of Safety Consultant

107
NHAI - RFP for Appointment of Safety Consultant

108
NHAI - RFP for Appointment of Safety Consultant

109
NHAI - RFP for Appointment of Safety Consultant

110
NHAI - RFP for Appointment of Safety Consultant

111
NHAI - RFP for Appointment of Safety Consultant

112
Template for
Collection and Analysis of Road Accident Data
to Identify the Blackspots/Accident Prone Locations
Template for Collection and Analysis of Road Accident Data to Identify
the Blackspots/Accident Prone Locations

Contents
1.0 Introduction ................................................................................................................................................ 1
2.0 safety Consultant Team .............................................................................................................................. 1
3.0 DESCRIPTION OF Project ROAD................................................................................................................... 1
4.0 collection of Accident Data ......................................................................................................................... 1
5.0 Classification of Accidents........................................................................................................................... 2
6.0 Identification of BLACKSPOT/Accident Prone Locations................................................................................... 3
6.1 Based on Accident Severity Index (ASI) ........................................................................................................ 3
6.1.1 Determination of Accident Severity Index (ASI) .................................................................................... 3
6.1.2 Identification of Blackspots/Accident Prone Locations ......................................................................... 4
6.2 Based on MoRTH Protocol ............................................................................................................................ 5
7.0 Trend between accident records and traffic voulme at blackspot/Accicent prone locations and
prioritization ........................................................................................................................................................... 6
7.1 Trend between accident records and traffic volume ................................................................................... 6
7.2 Prioritization of Blackspots ........................................................................................................................... 7
8.0 Recommendations of mitigation measures ...................................................................................................... 8

List of Annexures
Annexure-I - Road Accident Data of the last three years
Annexure-II- Location-wise Summary of Road Accident Data for the last three years

i
Template for Collection and Analysis of Road Accident Data to Identify
the Blackspots/Accident Prone Locations

Template for Collection and Analysis of Road Accident Data


to Identify the Blackspots/Accident Prone Locations

1.0 INTRODUCTION

This report elucidates the road accident characteristics on the project road. This report also
includes identification of blackspots/Accident Prone Locations based on number of accidents
and fatality. Accident records is also related with the traffic volume on the project road to
determine accident trends in relation to the traffic volume.

2.0 SAFETY CONSULTANT TEAM

The following are the key professionals of this safety consultant assignment:
Table 1 Name of the key/sub-key professionals of the safety consultant

S. Position Key/Sub-Key Name


No.
1 Senior Road Safety Auditor cum Key
Team Leader

2 Traffic Planner Key

3 Road Safety Assistant/ Sub-Key


Apprentice

3.0 DESCRIPTION OF PROJECT ROAD

Write project road description in a few sentences including start and end locations as well as
start and end chainages. (An index plan of the project highway may be included on the
Google map).

4.0 COLLECTION OF ACCIDENT DATA

There are -----------(actual) number of local police stations namely ……, ………, and ………
in the jurisdiction of the project road. Detailed road accident data is collected in the NHAI’s
road accident format from the FIRs of the road accidents for the last three years.

Road accident data collected is annexed as Annexure-I.

1
Template for Collection and Analysis of Road Accident Data to Identify
the Blackspots/Accident Prone Locations

5.0 CLASSIFICATION OF ACCIDENTS

The data collected from the police station (i.e. from FIR), which is in their own format and in
regional language. This has been translated into English language and transferred on the
format of NHAI’s road accident format (Annexure-I).
The accidents are classified according to the degree of serious injuries or death during the
crash/accident. The accident severity rating used by police is as follows:
 A fatal accident is one where at least one fatality happened.
 Grievous injury accident is one where an injury requiring hospitalisation and reporting
to police station.
 Minor injury accident is one where injury requiring no hospitalization/reporting to
police station.
 Non-injury accident is that in which only the vehicle was damaged and nobody was
injured during accident.
The accident details of the project highway collected from the police stations for the last
three years are summarized location-wise (for each kilometer stretch of the project road)
and annexed as Annexure-II. This is known as kilometer analysis.

2
Template for Collection and Analysis of Road Accident Data to Identify
the Blackspots/Accident Prone Locations

6.0 IDENTIFICATION OF BLACKSPOT/ACCIDENT PRONE LOCATIONS

There are two methods for determination of blackspot/Accident Prone Locations:


1. Based on Accident Severity Index
2. Based on MoRTH Protocol

6.1 Based on Accident Severity Index (ASI)


6.1.1 Determination of Accident Severity Index (ASI)
Based on the accident data collected, Accident Severity Index (ASI) is computed to identify the
hazardous locations on the project corridor.
In order to quantify the criticality of an accident site, a system of assigning scores has been
adopted based on the severity of accident. The score termed as Accident Severity Index (ASI).
Accident Severity Index is a dimensionless value indicating the level of hazard of a spot on the
road.
The following equation has been used:
ASI = (Nf x Wf) + (Ng x Wg) + (Nm x Wm)
Whereas,
Nf = No. of fatal accidents at the spot in the last 3 years
Wf = Weightage assigned to fatal accident is 6
Ng = No. of grievous injury accidents at the spot in the last 3 years
Wg = Weightage assigned to grievous accident is 3
Nm = No. of minor injury accidents at the spot in the last 3 years
Wm = Weightage assigned to minor accidents is 1

3
Template for Collection and Analysis of Road Accident Data to Identify
the Blackspots/Accident Prone Locations

6.1.2 Identification of Blackspots/Accident Prone Locations


Locations where the road accidents take place or tend to cluster together are commonly known as
“Accident Prone Locations” or “Blackspots”. Blackspots/Accident Prone Locations may be Nodes
(junctions/intersections) or Links (mid-block location between adjacent nodes) or any specific
stretch of road with land uses close to the road.
The hazardous spots are prioritized based on Accident Severity Index (ASI) and Standard
Deviation.
Standard deviation is a measure of variability in statistics and probability theory. A low standard
deviation indicates that the data points tend to be very close to the mean, whereas high standard
deviation indicates that the data points are spread out over a large range of values.
Hazardous spots with Accident Severity Index (ASI) more than Threshold value (Average Severity
+ 1.5 times Standard Deviation) is considered as “Accident-Prone” or “Blackspot” locations.
Thus, Threshold value = Average of ASI +1.5 times standard deviation

[ ]
= ̅ )
)
Where V =V1, V2………… Vn are the ASI values of locations 1, 2……………...n.

= Average ASI value=


Where N is the total number of ASI values.

Blackspots or accident-prone locations are the locations, which have the ASI values more than the
threshold value and are indicated in Table below
Table:- Identification of Blackspots based on ASI Value

1 Km Accident Number of Number of Number of ASI


Stretch Location Fatal Grievous Minor Injury Value
(Km) accidents in Injury Accidents in
the last Accidents in the last
three years the last three three years
years
Severity Weightages
6 3 1

Average
Standard Deviation (σ)
Average+(1.5xStandard Deviation)

4
Template for Collection and Analysis of Road Accident Data to Identify
the Blackspots/Accident Prone Locations

6.2 Based on MoRTH Protocol

The Ministry of Road Transport & Highways (MoRTH) defined the protocol for identification of road
accident blackspots on National Highways in their Circular No. RW/NH/15017/109/ 2015/P&M
(RSCE) dated 28.10.2015, as follows:
Road Accident Blackspot is a stretch of National Highway of about 500m in length in which either 5
road accidents (in all three years put together involving fatalities/grievous injuries) took place
during the last 3 calendar years or 10 fatalities (in all three years put together) took place during
the last 3 calendar years.
Table – Identification of Blackspots based on MoRTH Protocol

1 Km Accident Number of Number of Total Number of Blackspot


Stretch Location Fatal Grievous Number of Fatalities/Deaths as per
(Km) accidents Injury Fatal and in the last three protocol
in the last Accidents in Grievous years (Yes/No)
three years the last three Injury
years Accidents
in the last
three
years

5
Template for Collection and Analysis of Road Accident Data to Identify
the Blackspots/Accident Prone Locations

7.0 TREND BETWEEN ACCIDENT RECORDS AND TRAFFIC VOULME AT


BLACKSPOT/ACCICENT PRONE LOCATIONS AND PRIORITIZATION

7.1 Trend between accident records and traffic volume


Appreciation of trend between total number of accidents and traffic volume at each blackspot
location is discussed in this section. Data of total number of accidents along with traffic volume of
the last three years of each blackspot location is summarized in table below.

Table – Number of accidents and traffic volume at each blackspot/accident prone location

Year Total Number of Traffic Volume


accidents (in Vehicles)
1. Blackspot/Accident Prone Location at Km……………………(1 km Stretch---------)
Year-1
Year-2
Year-3
2. Blackspot/Accident Prone Location at Km……………………(1 km Stretch---------)
Year-1
Year-2
Year-3
3. Blackspot/Accident Prone Location at Km……………………(1 km Stretch---------)
Year-1
Year-2
Year-3

6
Template for Collection and Analysis of Road Accident Data to Identify
the Blackspots/Accident Prone Locations

Plot the total number of accidents and traffic volume year wise at each blackspot location to
appreciate their trend.

Blackspot location at Km
60

50

40

30

20

10

0
Year -1 Year-2 Year-3

Total number of accidents Traffic Volume(In 000'Vehicles)

Figure 1 Trend between total number of accidents and traffic volume at Blackspot location
at Km …………………………

7.2 Prioritization of Blackspots


To prioritize the locations of the blackspots or accident-prone locations, the cluster of accidents in
each kilometer from the Kilometer Analysis table should be checked with specific road features like
(1) Curve, (2) Junction, (3) Median opening, or (4) mid-block section with land use close to road
etc. The prioritization shall be made based on the number of accidents or ASI value for the
kilometer associated with the cluster of accidents over the length (say 300m or 750m, etc.). This
may be taken as ratio of ASI and length in kilometer, for estimation of a “ Priority Index” for taking
up for the mitigation or rectification measures.

7
Template for Collection and Analysis of Road Accident Data to Identify
the Blackspots/Accident Prone Locations

8.0 RECOMMENDATIONS OF MITIGATION MEASURES

Based on analysis in above sections and site observations including the prioritization of the locations,
mitigation measures are recommended for each blackspot location and summarized in Table below:

Table – Summary of site observations and recommended mitigation measures at each


blackspot location

1 Km Accident Nature of Site Mitigation Measures


Stretch Location Accidents observations Short Term Long Term
(Km) Measures Measures

8
Template for Collection and Analysis of Road Accident Data to Identify
the Blackspots/Accident Prone Locations

Annexure-I:
ROAD ACCIDENT DATA OF THE LAST THREE YEARS

9
Template for Collection and Analysis of Road Accident Data to Identify
the Blackspots/Accident Prone Locations

Annexure -I
Accident Data Collection Format
NATIONAL HIGHWAYS AUTHORITY OF INDIA
Road Section :______________________ NH:________ PIU:__________________ RO:______________

Chainage(Km) :From __________To ___________


Legends for filling the Data NOTE: Accident data should be collected from Police Stations and authenticated by them.
A:Urban/Rural and details of surrounding land use.

B:1-Overturning, 2-Head on collision, 3-Rear end collision,4-Collision brush/Side Wipe, 5-Right turn collision, 6-Skidding,7-Left turn merging, 8-Others(Please Specify).

C:1-Fatal, 2-Grievious Injury, 3-Minor Injured, 4-Non Injury.

D:1-Drunken, 2-Overspeeding, 3-Vehicle out of control,4-Fault of driver of motor vehicle/driver of other vehicle/cyclist/pedestrian/passenger,5-Defect in mechanicle condition of motor vehicle/road.

E:1-Single lane, 2-Two lanes, 3-Three lanes or more without central divider(median), 4-Four lanes or more with central divider.

F:1-Straight road, 2-Slight Curve, 3-Sharp Curve, 4-Flat Road, 5-Gentle incline,6-Steep incline, 7-Hump, 8-Dip.

G:1-T Junction, 2-Y Junction, 3-Four arm junction, 4-Staggered junction,5-Junction with more than 4 arms, 6-Roundabout junction, 7-Manned Rail crossing,8-Unmanned Rail crossing.
H:1-Fine, 2-Mist/Fog, 3-Cloud, 4-Light rain, 5-Heavy rain, 6-Hail/sleet, 7-Snow,8-Strong Wind, 9-Dust Storm, 10-Very Hot, 11-Very Cold, 12-Other extraordinaryweather condition.
A B C D E F G H No of affected persons

Time of Classificatio Intersection Types of No of


Accident Nature of Road Road Weather Fatalies Grevious Minor
SN Date Acc. Chainage n of Causes Type and vehicles animals hit/ Remarks
Location Accident Feature Condition Condition (Deaths) Injury Injury
(am/pm) Accident Control collided killed, if any
Template for Collection and Analysis of Road Accident Data to Identify
the Blackspots/Accident Prone Locations

Annexure-II:
SUMMARY OF ROAD ACCIDENT DATA
FOR THE LAST THREE YEARS LOCATION-WISE
FOR EACH KILOMTER STRETCH
Template for Collection and Analysis of Road Accident Data to Identify
the Blackspots/Accident Prone Locations

Annexure -II
Summary of Accident Data for the last three Years Location-wise for each Kilometer stretch
NATIONAL HIGHWAYS AUTHORITY OF INDIA
Road Section :______________________ NH:________ PIU:__________________ RO:______________

Chainage(Km) :From __________To ___________


Legends for filling the Data
A:Urban/Rural and details of surrounding land use.
B:1-Overturning, 2-Head on collision, 3-Rear end collision,4-Collision brush/Side Wipe, 5-Right turn collision, 6-Skidding,7-Left turn merging, 8-Others(Please Specify).
C:1-Fatal, 2-Grievious Injury, 3-Minor Injured, 4-Non Injury.
D:1-Drunken, 2-Overspeeding, 3-Vehicle out of control,4-Fault of driver of motor vehicle/driver of other vehicle/cyclist/pedestrian/passenger,5-Defect in mechanicle condition of motor vehicle/road.
E:1-Single lane, 2-Two lanes, 3-Three lanes or more without central divider(median), 4-Four lanes or more with central divider.
F:1-Straight road, 2-Slight Curve, 3-Sharp Curve, 4-Flat Road, 5-Gentle incline,6-Steep incline, 7-Hump, 8-Dip.
G:1-T Junction, 2-Y Junction, 3-Four arm junction, 4-Staggered junction,5-Junction with more than 4 arms, 6-Roundabout junction, 7-Manned Rail crossing,8-Unmanned Rail crossing.
H:1-Fine, 2-Mist/Fog, 3-Cloud, 4-Light rain, 5-Heavy rain, 6-Hail/sleet, 7-Snow,8-Strong Wind, 9-Dust Storm, 10-Very Hot, 11-Very Cold, 12-Other extraordinaryweather condition.
A B C D E F G H No of affected persons

1Km Time of Classificatio Intersection Types of No of


Accident Nature of Road Road Weather Fatalies Grevious Minor
Stre Date Acc. Chainage n of Causes Type and vehicles animals hit/ Remarks
Location Accident Feature Condition Condition (Deaths) Injury Injury
tch (am/pm) Accident Control collided killed, if any
Template for Road Safety Audit Report (Design Stage)

Template for Road Safety Audit Report


(Design Stage)
Template for Road Safety Audit Report (Design Stage)

Content
Sl No Description Page No
1.0 Introduction………………………………………………………………………………. 1
2.0 Audit Team……………………………………………………………………………….. 1
3.0 Project Background……………………………………………………………………. 1
4.0 Audit Details…………………………………………………………………………….. 1
5.0 Safety Audit …………………………………………………………………,………….. 1
5.1 Horizontal & Vertical Alignment………………………………………………… 2
5.2 Typical cross sections…………………………………………………………… 4
5.3 New/existing road interface……………………………………………………. 5
5.4 Staged Works………………………………………………………………….. 5
5.5 Intersections……………………………………………………………………… 5
5.6 Interchanges……………………………………………………………………. 6
5.7 Adjacent Land………………………………………………………………….. 6
5.8 Roadside Hazards……………………………………………………………. 7
5.9 Vulnerable road users (pedestrians, bicyclists,
two wheelers and three wheelers and animal drawn carts)……………… 7
5.10 Signs, pavement marking and delineation…………………………………. 9
5.11 Parking…………………………………………………………………………… 10
5.12 Emergency service vehicle access…………………………………………… 10
5.13 Lighting and night time issues………………………………………………… 10
5.14 Drainage…………………………………………………………………………… 10
5.15 General road safety considerations……………………………………………. 10
6.0 Certification……………………………………………………………………………… 11

Annexure-1 Audit Checklist for Safety Audit………………………………………………. 13-18


Template for Road Safety Audit Report (Design Stage)

Template for Road Safety Audit Report


(Design Stage)
1.0 Introduction
Detailed design stage (DPR) road safety audit of the rehabilitation and widening of a
highway between km 86.0 and km 142.0
2.0 Audit Team
The audit team comprises of members including a Senior Road Safety Auditor
3.0 Project Background
A 56 Km section of highway is to be rehabilitated and widened. This section of highway
commences in a flat area of rural land and is basically straight and flat for the first half until it
reaches a wooded hill area for the second 28km. An 80km/h design speed has been used for
the flat section and a 60km/h design speed has been used in the hill section. The highway
passes through two towns and eight villages. Ten new bus lay-bys are included in the
proposal. No change is proposed to the six existing bridges. . (An index plan of the project
highway may be included here showing its alignment on a Google map).
4.0 Audit Details
The road authority requests a road safety audit of the DPR. The Project Manager selects a
road safety audit team and provides him with the ToRs for the audit. The senior auditor, on
viewing the size and stage of the project, invites a colleague to join him in the audit team.
4.1 The Project Manager has the design team provide the audit team with a complete set of the
latest drawings, as well as the design report for the project.
4.2 The team then travels to the location of the proposed highway rehabilitation; they
inspect the entire length during day and night. The audit team also inspects the highway for a
few kilometres outside the 56km long section in order to check that those nearby areas won’t
become high risk locations after the work is finished and traffic speeds increase.
5.0 Safety Audit
Format of a road safety audit report is presented in the prescribed template. All the titles of
issues as listed in the checklist are reproduced to impress that all issues as in the checklist
shall be verified and all issues shall be reported with exact location in the road safety audit of a
given road.

1
Template for Road Safety Audit Report (Design Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No Risk Compliance with
Description (with images if any) Description (with figures if any) Priority
Date

5.1 Horizontal & Vertical Alignment

5.1.1 The left hand curve near km 128.9 has a much shorter radius Very Review the design to increase the radius Desirable
than any other curve in this section of the highway. It will be of this curve.
High
one of the “sharpest” curves on the entire highway. Some
drivers/riders, especially those travelling westwards (downhill) If this is not feasible, ensure that the Highly
may be caught by surprise at the small radius of this curve, shoulders are paved on both sides of the Desirable
and run- off-road crashes could result. The drawings are silent highway for at least 100 m either side of
about what is intended to address this risk. the apex of the curve. Ensure the outer
shoulder is sloped to match the super
elevation of the carriageway at that point.

Provide Crash barrier on outer edge of Highly


curve Desirable

Provide chevron signs on the outside of Essential


the curve. Also, pavement markings and
road studs to help drivers to judge the
change in alignment.

Provide Psychological traffic calming Essential


measures to alert the driver about the
approaching hazard.

2
Template for Road Safety Audit Report (Design Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No Risk Compliance with
Description (with images if any) Description (with figures if any) Priority
Date

5.1.2 The vertical grade has been changed at short distance and High Revise the entire vertical profile that there Highly
even with broken back curves as shown here with a reason of shall be more than 150m distance Desirable
minimizing the profile correction course. Traffic plying through between two vertical intersection points.
this road section could be multi-axle trucks, and sometimes
even carrying liquid commodities, where the frequent changes
of vertical grade will make the centre of gravity to oscillate,
leading to toppling of vehicles.

Change of Vertical Gradient in Short Distance

3
Template for Road Safety Audit Report (Design Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No Risk Compliance with
Description (with images if any) Description (with figures if any) Priority
Date

For any reason, vertical profile cannot be Essential


corrected as stated above, provide
adequate measures with signs and
markings to alert and warn the drivers
about the hazard.

5.2 Typical cross sections

5.2.1 The drawings show a 1.5m wide unpaved shoulder along both High Review the proposed cross section to Desirable .
sides of the highway. Unpaved shoulders discourage provide a paved 1.5m wide shoulder
vulnerable road users from walking/riding on them as shown in along both sides of the highway for the
picture (especially during the monsoon period). They become entire project highway.
damaged when heavy vehicles drive on them. This can lead to
deep drop-offs from the pavement which in turn becomes a If paved shoulder cannot be provided for Highly
hazard for small vehicles. There are many pedestrians, entire project highway, provide at least for Desirable
bicyclists and motorcyclists using this highway. They need the the section where pedestrians and
protection of a paved shoulder. bicyclists are predominately present like
villages and settlements.

4
Template for Road Safety Audit Report (Design Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No Risk Compliance with
Description (with images if any) Description (with figures if any) Priority
Date

For sections of road with predominant Essential


pedestrian and bicyclist, provide gateway
measures to reduce speed with road
humps, speed limit signs, and road
markings as given in IRC 99.

5.3 New/existing road interface

5.4 Staged Works

5
Template for Road Safety Audit Report (Design Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No Risk Compliance with
Description (with images if any) Description (with figures if any) Priority
Date

5.5 Intersections

5.5.1 The junction near km 93.2 is a Y junction. Y junction promotes Very Redesign this intersection to eliminate the Highly
high turning speed from main road to side road and side road High Y junction and convert it preferably to a T Desirable
to main road. Also, being a Y junction, the traffic approaching junction, whereby side road to main road
from side cannot see the main road traffic so as to Giveaway and main road to side traffic would not
to main road traffic turn at high speed as shown in the revised
layout.

If not feasible due to non-availability of Essential


land, provide speed breaker for side road
at 5 - 6 m from major road, clear up the
visibility funnel from objects and
plantations that obscure the visibility.

Provide signs and marking for a Priority Essential


Major T Junction as given in IRC: SP-73.

5.6 Interchanges

6
Template for Road Safety Audit Report (Design Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No Risk Compliance with
Description (with images if any) Description (with figures if any) Priority
Date

5.7 Adjacent Land

5.8 Roadside Hazards

5.8.1 There are steep undrivable roadsides in the hill section Very Provide adequate delineation of the Essential
between km 130 – 134 (approx.). These are within the clear High section between Km 130 - 134 using
zone for this highway and they are roadside hazards. The Chevron signs, delineator posts as well as
drawings are silent about any safety improvements along this centre lines, edge lines and advanced
area. The slopes cannot be “softened” due to the topography. warning signs

Provide paved shoulders through this Highly


section, ensuring the outer shoulder Desirable
matches the super elevation of the curve.

Install suitable safety barrier in those Essential


locations where the side slope begins
within the 5m clear zone (measured from
the edge line).

7
Template for Road Safety Audit Report (Design Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No Risk Compliance with
Description (with images if any) Description (with figures if any) Priority
Date

5.9 Vulnerable road users (pedestrians, bicyclists, two wheelers and three wheelers and animal drawn carts)

This highway passes through two towns and 8 villages. Traffic


5.9.1 High Install Gateways on both sides of the Essential
speeds at present are quite low because of the road condition.
However, when the highway is rehabilitated and widened, highway at the entrance to each town and
speeds will increase. For the safety of vulnerable road users in village. Provide gateway signs placed in
the towns and villages, it will be vital to manage speeds on the platforms with traffic calming measures.
new highway Repeat the speed reducing measures
within the settlements to avoid traffic
accelerating within speed zone as per IRC
99.

Provide raised footpath or paver block at Highly


same level of carriageway to create space desirable
for pedestrian movement along the road
and that would create gateway effect.
Install a street light for all town and village
Desirable
reaches

8
Template for Road Safety Audit Report (Design Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No Risk Compliance with
Description (with images if any) Description (with figures if any) Priority
Date

5.10 Signs, pavement marking and delineation

5.10. The direction information signs are very critical for junction for High Provide direction information (both Essential
1 the safe operation as it involves many turning movements Advance information sign and Flag type
having major decision making at such points. The design of direction sign) and other hazard markers
direction board shown in the DPR is not as per IRC standards. as shown in IRC 67.
Also, obsolete Red reflector signs are used. Signs are
positioned in close distance. All direction signs are to be redesigned as Essential
per the guidance given in IRC 67 for the
actual approach speed to have boards of
optimum size.

Replace Red reflector signs with Object Essential


Hazard marker, and show them precisely
in the drawings.

Provide minimum 2 to 3 second travel Essential


time distance between two sign boards.
This need to be fixed in accordance with
the proposed Speed Limit for the section
under consideration.

9
Template for Road Safety Audit Report (Design Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No Risk Compliance with
Description (with images if any) Description (with figures if any) Priority
Date

10
Template for Road Safety Audit Report (Design Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No Risk Compliance with
Description (with images if any) Description (with figures if any) Priority
Date

5.11 Parking

5.12 Emergency service vehicle access

5.13 Lighting and night time issues

5.14 Drainage

5.15 General road safety considerations

11
Template for Road Safety Audit Report (Design Stage)

6.0 Certification
The Audit Team has carried out this DPR stage road safety audit according to the IRC Manual on
Road Safety Audit.
Signed
Team Leader on behalf of the RSA Team (Dated……)

12
Template for Road Safety Audit Report (Design Stage)

Annexure 1:
Checklist for Detailed Design Stage Audit

13
Template for Road Safety Audit Report (Design Stage)

Annexure 1: Checklist for Detailed Design Stage Audit

Issue Yes No N/A Comments


1. Horizontal and vertical alignment

Will the design speed be “safe” with regard to horizontal and vertical
alignment?
Does the alignment (horizontal and vertical) give sufficient forward visibility
for the selected design speed? (Check for inadequate stopping sight
distances)?

Will horizontal and vertical alignments be safe and consistent, especially at


interchanges and intersections?

Will all merging, diverging and weaving areas be “safe”?

Is the proposal consistent with the adjacent road network?

Do the horizontal and vertical alignments fit together comfortably? (Check


for bad combinations, such as a sharp bend immediately after a summit
curve, and sag curve within a bend).
Will sight distances be satisfactory – especially at intersections and property
accesses?
Does the alignment provide safe overtaking opportunities? Does it avoid
creating situations where the forward visibility is marginal for overtaking
(neither clearly adequate nor inadequate)?

Does the treatment at curves, proposed if any, make appropriate, adequate


and safe provision for transition curves, super elevation and extra width of
carriageway and formation?

Does the vertical alignment pose excessive demands on the power of heavy
vehicles? Has it been designed so those maximum grades are interspersed
with recovery grades?
2. Typical cross sections

Are the widths of the carriageway, shoulders, medians (if any), service
roads in accordance with standards and adequate for the function of the
road and volume and the mix of traffic likely to use it?
Check whether bridges have footpaths and they have proper
gradients/crash barriers/parapets.
a) Existing Bridges
b) New proposed Bridges
c) Approaches of proposed VUP/PUPs
Note any location where the cross-section standard changes abruptly along
the route or is otherwise inconsistent with driver expectations.
Have the shoulders and side slopes been designed to a safe standard and
note any locations with inadequate shoulder width?
Have the side drains been designed to a safe standard? Are the batter
slopes and drains safe for run-off vehicles to traverse?
Check whether the cross-section has adequate provision for the Vulnerable
Road Users including persons with disabilities:

14
Template for Road Safety Audit Report (Design Stage)

Annexure 1: Checklist for Detailed Design Stage Audit

Issue Yes No N/A Comments


(a) Pedestrians: Have paved footpath, adequate refuge width on
median and proper ramps, up and down kerbs, where there is
regular pedestrian traffic?
Bicyclists: Segregated areas (e.g. paved shoulders) where numbers are
significant.
In particular is the cross section wide enough to provide sheltered turn lanes
within the median (in case of divided carrigeway)? Is it possible to provide
storage lane for small vehicles who really need protection without being
exposed to through traffic.

If a median is proposed, will it be wide enough for the safe installation of


street lighting where required either during the proposed works or later?
Does the cross section avoid unsafe compromises at bridges and other
narrowings? (NOTE: It is desirable for safety to continue full width shoulders
across bridges and through narrowings).
Are all roadside hazards (existing and proposed) being managed “safely”?
(NOTE: Check if a clear zone has been used during the development of the
proposal and assess if that clear zone will be adequate).

Are shoulders proposed to be paved?


Are overtaking and/or climbing lanes proposed, especially in hill sections?

Is safe provision to be made for breakdown vehicles, and emergency


vehicles?
3. New/existing road interface

Will the transition from old road to the new scheme be “safe”?

4. Staged Works

If the scheme is to be constructed in stages, are the stages arranged to


ensure maximum safety?
Is the transition between single and dual carriageway (either way) handled
safely?
5. Intersections

The type of junction (T-type, staggered, signal controlled, roundabout)


suitable for the function of the two or more roads, the traffic volume, the
traffic movements (pedestrians and vehicular) and the site constraints?
Does the layout encourage slow controlled speed at and on the approach to
stop/give way lines and other critical decision points?
Are the number and distribution of proposed intersections suitable in relation
to the function of the new road, the surrounding road network, and access
for all traffic?
Are the Median openings for U-turn proposed to minimize wrong way
movements?

Is each intersection easily identified and understood from all approaches?


Is there adequate provision for channelizing the different streams of traffic?
(Check the provision for right turn lanes, deceleration lanes and acceleration

15
Template for Road Safety Audit Report (Design Stage)

Annexure 1: Checklist for Detailed Design Stage Audit

Issue Yes No N/A Comments


lanes?)

Is adequate provision made for pedestrians and non-motorised vehicles?


Are pedestrian crossing places marked, and are pedestrians channeled to
these crossings?
Will all necessary turns (including U turns) be able to be made safely?

Are sight lines within each intersection adequate and free of obstruction by
fixed objects such as buildings, overpass structures, traffic signs or
vegetation?
Is the design free of all Y junctions?

Is the proposed traffic control at each intersection (Stop/Give Way,


roundabout, traffic signals) as “safe” as practical?
Is the provision of night times lighting adequate, if not what are the
deficiencies?

Will traffic signal control at the intersection(s) be clearly seen and


understood?
With roundabouts, is adequate deflection provided for all approaches?

Are correct signs shown for all approaches to the roundabout?


For other intersections, are Stop/Give Way signs shown and correctly
located for maximum conspicuity?
Is the specific designs/ proposal and even typical layouts when applied
allows adequate visibility for an approaching driver to see a pedestrian
waiting to cross the road?

Is the specific designs/proposal and even typical layouts when applied


allows adequate visibility funnel for an approaching driver to see a vehicle
waiting to cross the carriageway from side road or storage lane of median?
6. Interchanges

Are sight lines open and free of obstruction at all merges and diverges?

Are the distances between decisions making points sufficient for safety?
Is the signing scheme for each interchange clear and will it be easily
understood by road users?
Are all roadside hazards in the interchange identified and safely protected?
7. Adjacent Land

Will all accesses to and from adjacent land/properties be “safe”?

Is fencing provided in rural areas to keep animals from straying onto the
road?
8. Roadside Hazards

Are crash barriers provided only where necessary?

Is the type of each proposed barrier suitable for its location?

16
Template for Road Safety Audit Report (Design Stage)

Annexure 1: Checklist for Detailed Design Stage Audit

Issue Yes No N/A Comments

Do the standard drawings indicate that the barrier terminals will be a


suitably safe type?
Are impact attenuators provided in gore area?

Do the standard drawings indicate a safe connection of the barrier to bridge


abutments, together with the necessary reduction in post spacing to stiffen
the barrier and prevent “pocketing”.
9. Vulnerable road users (pedestrians, bicyclists, two wheelers and three wheelers and animal drawn
carts)

Do all vulnerable road users have connectivity along their route, with
suitable lateral clearance to motor traffic?

Will pedestrians (particularly the young, old and disabled) be able to safely
walk along both sides of the road?
Is the design free of “squeeze” points where vulnerable road users may be
exposed to traffic?
Will pedestrians (particularly the young, old and disabled) be able to safely
cross the road?
Are dropped kerbs provided at all intersections and mid-block locations
where pedestrians are to cross?
If formal crossings are proposed, are these conspicuous on each approach?

Are the correct signs and pavement markings proposed for each pedestrian
facility?
Will each crossing facility be well illuminated at night so that pedestrians can
be well seen by drivers/riders?
If mid-block traffic signals are proposed, will these have pedestrian push
buttons?
Are pedestrian paths to be provided through medians to permit pedestrians
to cross “at road level” and to assist disabled pedestrians with improved
access?

Has adequate provision been made for safe parking and stopping by three-
wheelers/cycle rickshaws?
10. Signs, Pavement Markings and Delineation

Do all signs (regulatory, warning and direction) shown in the DPR accord
with the 6 C’s (Conspicuous, Clear, Comprehensible, Credible, Consistent,
Correct ) of good signage and as per IRC: 67?

Are Informatory signs provided for the category /function road proposed?
(Check for Shoulder mounted and Gantry Signs)
Overhead signs –size, message information adequate, languages as per
IRC standards.

Will all larger (more than 100mm diameter) sign supports be located outside
the clear zone, or else be frangible?
Is good delineation (curve warning signs, advisory speed signs, guide posts

17
Template for Road Safety Audit Report (Design Stage)

Annexure 1: Checklist for Detailed Design Stage Audit

Issue Yes No N/A Comments


and chevron alignment markers) provided where required?
Safety Audit of VMS

i)Horizontal clearance of vertical post of sign from carriageway edge


ii)Vertical clearance of VMS signs at highest point on carriageway
iii) Readability of VMS signs during Day/Night.
Check for any unauthorized traffic signs and use of non-standard signs
(color and shape)
Location and spacing of signs
a) Note locations where there are too many signs placed
b) Note the signs placed too close to each other
Are all junctions provided with advance direction sign, distance information
sign and intersection sign etc.?
Has correct type of pavement markings been used in various situations (e.g.
lane line, edge line etc.)?
Are correct colour used for laying road markings?

Is there any deficiency in the delineation of merge and diverge areas,


including situations where ‘through’ traffic may inadvertently lead into
auxiliary and turn lanes?
Are zebra crossing markings provided at junctions and mid-blocks of the
sections (depending upon the movement of pedestrian)?
Is positioning of stop lines appropriate?

Are the directional arrows marked on the pavement guiding the driver or
creating confusion to the driver?
Are there locations where there is a lack of “Hazard markings’ at approach
end of island, medians and culverts/bridges etc.?
Have retro-reflective markers/road studs been installed? Where coloured
markers are used, have they been installed correctly?
If chevron alignment markers are installed, have the correct types of
markers been used?
Do the drawings also indicate high quality reflective material (red on left,
white on right) atop each guide post?
11. Parking

Have sealed and marked areas been provided for parking?


Will the parking be adequate and safe?

12. Emergency service vehicle access

Has provision been made for safe access and movements by emergency
vehicles?
Are median openings frequent, visible and well signed?
13. Lighting and night time issues

Will all signs be located where they can be easily seen at night?
Are the critical locations (intersections, pedestrian facilities, Bus bays, bus
stops, truck lay bye, toll plaza etc.) proposed to be lit?

18
Template for Road Safety Audit Report (Design Stage)

Annexure 1: Checklist for Detailed Design Stage Audit

Issue Yes No N/A Comments


Is lighting provided on road sections passing through built areas, service
roads, above and below the grade separator, underpass,etc
Are the proposed lighting scheme and illumination levels of an appropriate
standard, consistent with the needs of the location, pedestrian and other
factors?
Will the proposed geometry be understandable for road users to traverse at
night?
Do the standard drawings indicate that the lighting columns will be
frangible?
If the columns are not frangible, have other actions been taken to make
these safe for road users?
Are there any lighting poles in the median(less than 2m wide) unprotected
by crash barriers?
Identify the locations where street lighting columns constitute a hazard to
traffic (on the outside of sharp curves, on small islands, noses of medians)
or which may conflict visually with traffic signals or signs?
14. Drainage

Does the design provide adequate drainage?

Will drains be covered, or located outside the clear zone, or shielded behind
crash barrier?
15. General road safety considerations

Is the new road as safe as practical given the local weather (sunrise,
sunset, snow, fog, rain, wind)?

Is the project free of all “visual deceit”?

Is the road surface free of gravel and sand, and with good skid resistance?

19
Template for Road Safety Audit Report (Construction Stage)

Template for Road Safety Audit Report


(Construction Stage)
Template for Road Safety Audit Report (Construction Stage)

Content
Sl No Description Page No
1.0 Introduction…………………………………………………………………………………… 1
2.0 Audit Team………………………………………………………………………………….... 1
3.0 Project Background…………………………………………………………………………. 1
4.0 Audit Details………………………………………………………………………………….. 1
5.0 Safety Audit …………………………………………………………………,……..……….. 1
5.1 Traffic management plan (design and implementation)………………………..….. 2
5.2 Speed control …………………………………………………………………………… 3
5.3 Signs, signals, pavement marking and delineation ………………………………….4
5.4 Diversions from one carriageway to the other………………………..………… … 5
5.5 Road Surface ………………………………………………………………………….. 6
5.6 Crash barriers …………………………………………………………………………. 6
5.7 Work site access ……………………………………………………………………….. 7
5.8 Road worker safety……………………………………………………………………….8
5.9 Vulnerable road users (pedestrians, bicyclists, two wheelers and
three wheelers, and animal drawn carts) through the work site………………… 8
5.10 Safety at night ………………………………………………………………………… 10
6.0 Certification……………………………………………………………………………………… 11
Annexure-1 Audit Checklist for Safety Audit……………………………………………………. 13-18
Template for Road Safety Audit Report (Construction Stage)

Template for Road Safety Audit Report


(Construction Stage)
1.0 Introduction
This is the construction stage road safety audit report of the upgrading of a 235km section of
National Highway
2.0 Audit Team
Three team members including a Senior Road Safety Auditor
3.0 Project Background
A 235 km section of a National Highway between two major regional cities is to be upgraded. One
section (65km) will be upgraded to become a 4-lane divided highway; the remainder will be
widened to become a six lane divided highway. There will be 17 new flyovers and four new
interchanges in this major road project. The Contractor has decided to reduce construction time by
having up to 12 work sites underway at the same time. (An index plan of the project highway may
be included here showing its alignment on a Google map).
4.0 Audit Details
The road authority requests a road safety audit of the road works. The Project Manager decides to
engage an audit team of three members as he considers that this highway improvement is a
significant one that will benefit from a larger audit team. The Project Manager ensures the team
size is made clear in the ToRs for the audit.
4.1 This is the first safety audit that has been conducted on this project. No design stage audits
were conducted. The Project Manager decides to hold a Commencement Meeting to discuss
the project and the audit.
4.2 The audit team begins by undertaking a “desktop” audit of the traffic management plans for
the construction work and subsequently carried out the audit.
5.0 Safety Audit
Format of a road safety audit report is presented in the prescribed template. All the titles of issues
as listed in the checklist are reproduced to impress that all issues as in the checklist shall be
verified and all issues shall be reported with exact location in the road safety audit of a given road.

1
Template for Road Safety Audit Report (Construction Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Risk Compliance
Description (with images if any) Description (with figures if any) Priority
with Date

5.1 Traffic management plan (design and implementation)

5.1.1 No “Two Way Traffic” warning signs are shown in the TMP to Very Install duplicate pairs of Two Way Essential
warn/inform drivers in both directions when contra-flow High Traffic” warning signs (both sides of
arrangements exist. There will be significant lengths of two way the carriageway) at spacing as
operation along this highway and for significant lengths of time. indicated in IRC SP 55 in the entire
Allowing drivers to forget they are on a two way road can lead to a length of each contra flow section.
high risk of head on collisions
Make sure these signs to face both Essential
directions of traffic through the contra
flow sections

2
Template for Road Safety Audit Report (Construction Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Risk Compliance
Description (with images if any) Description (with figures if any) Priority
with Date

5.2 Speed control

5.2.1 There are no speed restriction or repeater speed restriction signs Very Install duplicate pairs of 40km/h speed Essential
shown in the worksite. Consistent application of a suggested High restriction signs at spacings at not
40km/h speed limit through each work zone along with traffic more than 300m through each work
calming measure are required. zone

Provide appropriate traffic calming Highly


measures also to reduce the speed on Desirable
approaches to work site and maintain
the speed of traffic as it passes
through work area

3
Template for Road Safety Audit Report (Construction Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Risk Compliance
Description (with images if any) Description (with figures if any) Priority
with Date

Liaise with local Police to enforce the Highly


speed limit Desirable

5.3 Signs, signals, pavement marking and delineation

5.3.1 Many of the road signs were not standard. Many were made of old Very Provide standard diversion boards as Highly
material such as corrugated iron. High given in IRC SP 55 Desirable

4
Template for Road Safety Audit Report (Construction Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Risk Compliance
Description (with images if any) Description (with figures if any) Priority
with Date

Traffic control devices should be Highly


placed in such way that an Desirable
approaching driver could see clearly
and can take appropriate action.

5.4 Diversions from one carriageway to the other

5.4.1 At this location, traffic has to be transferred from one carriageway High Provide transition length as per the Highly
to other, where absolutely no measures have been provided. The taper rate given in IRC SP 55 for Desirable
situation is highly dangerous being a remote area without any transfer of traffic

5
Template for Road Safety Audit Report (Construction Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Risk Compliance
Description (with images if any) Description (with figures if any) Priority
with Date
street light etc.
Provide barricade and reflective traffic Highly
cones to clearly define traffic path from Desirable
one side to other as per IRC SP 55

5.5 Road Surface

5.6 Crash barriers

6
Template for Road Safety Audit Report (Construction Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Risk Compliance
Description (with images if any) Description (with figures if any) Priority
with Date

5.7 Work site access

5.8 Road worker safety

5.8.1 While on-site it was noted that most of the road workers were not Very Require the Contractor to supply Highly
wearing safety vests. Reflective safety vests are essential for road High reflective safety vests and other PPE Desirable
workers. They must be seen by drivers/riders in sufficient time to for all workers on the site.
avoid collisions.
Direct all workers to wear the vests at Highly
all time when working Desirable

Direct the Supervision Consultant to be Highly


strict in the enforcement of this Desirable
directive

7
Template for Road Safety Audit Report (Construction Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Risk Compliance
Description (with images if any) Description (with figures if any) Priority
with Date

5.9 Vulnerable road users (pedestrians, bicyclists, two wheelers and three wheelers, and animal drawn carts) through the work site

5.9.1 Concrete filled barrels were used as delineators and to hold some Very Ensure that the work zone is clearly Highly
“Diversion” signs at eight work sites. These are highly dangerous if High conspicuous and that any barricade Desirable
struck by a small vehicle or especially a motorcyclist. used is located well beyond the
diversion and is a forgiving device (ie
not concrete).

Provide standard reflective boards as Highly


per IRC SP 55 Desirable

5.10 Safety at night

8
Template for Road Safety Audit Report (Construction Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Risk Compliance
Description (with images if any) Description (with figures if any) Priority
with Date

5.10.1  Poor quality signs were being used at each worksite. Some Very Provide retro reflective sign as given in Highly
65% of the signs used were not reflective and could not be High IRC SP 55. Being a road sign, it shall Desirable
seen at night during the night time inspection. The use of non- be retro reflective in nature for night
reflective signs (and some were made of rough sawn timber time performance
and corrugated iron) increases the risk of night time collisions.
 At most diversions, the existing line making is still very visible
and it directs drivers/riders straight into the barricades. Efforts must be made to remove Highly
misleading pavement marking lines in Desirable
existing carriageway

5.10.2 At four locations substantial amounts of road building materials High Direct the Contractor to store all Highly
being stored on the road. They occupied useful lane space and material off the road (and preferably Desirable
they were not delineated. There is a risk that a driver/rider could outside the clear zone of the road).

9
Template for Road Safety Audit Report (Construction Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Risk Compliance
Description (with images if any) Description (with figures if any) Priority
with Date
lose control if they strike any of these storage heaps, especially at
If this is not possible for logistical Highly
night and at speed. At two locations, there is plenty of space to
reasons, ensure the Contractor Desirable
store the material off the road, while at the other two places
delineates the storage areas for both
additional strong delineation of the storage area may be the only
day and night time.
option.

Ensure the Contractor removes the Highly


materials as quickly as possible Desirable

10
6.0 Certification
The Audit Team has carried out this worksite safety according to the IRC Manual on Road Safety
Audit and Guidelines for Traffic Management for Workzones (IRC SP 55)
Signed
Team Leader on behalf of the RSA Team (Dated……..)

11
Annexure 1:
Checklist for Construction Stage Audit

12
Annexure 1: Checklist for Construction Stage Audit

Issue Yes No N/A Comments

1. Traffic management plan (design and implementation)

Has a traffic management plan (TMP) been prepared for the road work site
as per IRC SP 55 ?

Has the TMP been approved by the Supervision Consultant or other


authorized person?
Does the Contractor have an appointed Safety Engineer who is responsible
for road safety at the work site, including checking the condition of the
installed TMP every day?
Does the TMP provide adequate and correct signage, delineation for all
road users under all traffic conditions?

Does the TMP provide work site protection (barriers) for all road users under
all traffic conditions?
Has the TMP been implemented correctly at the road work site?

Is the advanced warning zone adequately signed to alert approaching road


users of the presence of the road works?

Is the transition zone correctly and adequately signed and delineated to


guide approaching road users into their correct path?
Road Works Stage

Is the termination zone adequately signed to advise road users that they are
past the road works and may return to normal road/highway speeds?
Are the flagmen highly conspicuous and placed where they can give clear
instructions to approaching drivers/riders in advance of the work site?

Has the safety buffer zone been provided as per IRC: SP: 55?
2. Speed control

Are the speed limit signs conspicuous?

Are there sufficient numbers of repeater speed restriction signs through the
length of the work site?
Is the signed speed appropriate for safe traffic movement through the work
site?

Have local Police been requested to enforce the signed speed limit through
the worksite?
Are speeds managed (through signs, enforcement and if necessary road
humps) so that vehicle operating speeds that pass within one traffic lane
width of any work site are 40km/h or lower?
3. Signs, Signals, Pavement Markings and Delineation

Are all necessary warning, direction and regulatory signs in place as shown
in the TMP?

Are all existing road signs (those that are unnecessary during the works)
covered to avoid distraction or misinformation?
Are all “Men At Work” signs removed or covered when work is finished for

13
Annexure 1: Checklist for Construction Stage Audit

Issue Yes No N/A Comments


the day (Applicable in case of maintenance works) ? (NOTE: Signs must be
credible and it brings other signs into disrepute to leave “Men At Work”
signs in place if no workers are present).
Do all signs satisfy the 6C’s of good signage practice

Are temporary traffic signals clearly visible to the approaching


drivers/riders?

If the signals generate traffic queues, can the end of the queue be easily
seen by approaching drivers/riders?
Are pavement markings consistent and clear through the length of the work
site for both day and night?

Is delineation through the site safe for all road users under all anticipated
conditions?
With several layers of asphalt typically to be laid for new roads, is temporary
lane marking being used on each new layer to guide drivers/riders as an
interim safety initiative, especially at night?
4. Diversions from one carriageway to the other

If traffic is to be diverted from one carriageway onto the other, do the


advanced warning signs provide clear guidance about the diversion ahead
and are they well located to alert all approaching road users?
Is the transition zone well delineated (with plastic cones and other forgiving
devices) to reduce the number of traffic lanes well before the carriageway
ends?

Is the carriageway (on which the work is to take place) fully closed at all
intersections?

Are drivers/riders from the side roads given adequate warning of the two
way traffic operation on the sole carriageway open on the main road?

Is the carriageway (on which the work is to take place) fully and clearly
closed off to all traffic?
Are all drivers/riders in both directions on the other carriageway adequately
reminded they are on a two way section of road (such as with “Two Way”
warning signs)?
Is the management of all two way traffic sections through the road work site
safe for all road users both day and night?
5. Road Surface

Is the road surface suitable for safe movement by all road users, especially
two and three wheelers?
Are paved surfaces swept and kept free of gravel and sand?

Has a suitable paved surface been provided along with correct lane
markings to guide drivers/riders through diversions?
Have signs and markers/road studes been used to highlight changes in road
surface to approaching drivers/riders?

14
Annexure 1: Checklist for Construction Stage Audit

Issue Yes No N/A Comments

Have signs and markers/studs been used to highlight locations where


different layers of asphalt end, causing sudden changes in the road surface
for approaching drivers/riders?

6. Crash barriers

Are all crash barriers necessary and are they installed correctly?
Have safe terminals (that are suitable for the operating speeds through the
work site) been placed on the end of each section of barrier?
7. Work site access

Are work site access points located with adequate sight distances for
entering and exiting work vehicles?

Are all site access points closed off to unauthorized traffic?

Are appropriate traffic controls in place where works traffic and public traffic
interact?
8. Road worker safety

Are all workers and supervisors at the works site wearing good and required
PPE as per HSE norms and as per the requirement of activity being
performed?
Is safe ladder provided for workers at site to reach the working
platform/area?

Is working platform provided for safe working with toe guard and railing to
prevent worker’s fall?

Is there a suitable safety zone in advance of and beside the work site?
9. Vulnerable road users (pedestrians, bicyclists, two wheelers and three wheelers, and animal
drawn carts) through the work site

Are pedestrians, bicyclists, and two/three wheelers able to move safely


through the construction zones?

Are vulnerable road users able to cross the road safely?


In particular, is safe access across the road provided for the young, the
elderly and the disabled?

Have all-weather footways been provided to assist public transport users to


reach their stops without walking through the road work site?
Is the construction layouts and practices allows adequate visibility for an
approaching driver to see a pedestrian waiting to cross the road?

Is the construction layouts and practices allows adequate visibility funnel for
an approaching driver to see a small vehicle waiting to cross the
carriageway from side road or storage space of median?
10. Safety at night

Are the road works conspicuous to all road users after dark?

15
Annexure 1: Checklist for Construction Stage Audit

Issue Yes No N/A Comments

Are travel paths obvious to all road users after dark?

In particular, do carriageway closures have suitable advanced warning


zones and transition zones that are conspicuous and clearly delineated for
night time?

16
Template for Road Safety Audit Report (Pre-opening Stage)

Template for Road Safety Audit Report


(Pre-Opening Stage)
Template for Road Safety Audit Report (Pre-opening Stage)

Content
Sl No Description Page No
1.0 Introduction…………………………………………………………………. 1
2.0 Audit Team……………………………………………………………….... 1
3.0 Project Background………………………………………………………. 1
4.0 Audit Details……………………………………………………………….. 1
5.0 Safety Audit …………………………………………………………..……….. 1
5.1 New/Existing Road Interface …………………………………..….. 2
5.2 Intersections ……………………………………………………… 4
5.3 Interchanges ………………………………………………………….. 5
5.4 Signs, pavement marking and delineation ……………………… 5
5.5 Roadside hazards …………………………………………………… 6
5.6 Vulnerable road users (pedestrians, bicyclists, two wheelers and
three wheelers, and animal drawn carts) ……………………… 10
5.7 Drainage ………………………………………… 11
5.8 Landscaping ……………………………………… 11
5.9 Lighting and night time issues …………………………… 11
5.10 Access to property and developments ………………… 12
5.11 General road safety considerations……………… 12.
6.0 Certification…………………………………………………… 13
Annexure-1 Audit Checklist for Safety Audit…………………… 13-18
Template for Road Safety Audit Report (Pre-opening Stage)

Template for Road Safety Audit Report


(Pre-opening Stage)
1.0 Introduction
Pre-opening stage road safety audit of the rehabilitation and widening of the state highway
between km 76.0 and km 142.0
2.0 Audit Team
Three team members including a Senior Road Safety Auditor
3.0 Project Background
A 66 km section of road section comprises of 10km of 4-lane divided bypass of an industrial
town and remaining 56km of two- lane two-way highway has been rehabilitated and
widened. The highway commences in a flat rural area and leads into a hill area. The 4-lane
divided carriageway comprises of 2x 7.25m wide carriageway with 1.5m wide paved
shoulder and 4.5m wide median and 2-lane road section comprises of 7m wide pavement
(2 x 3.5m wide lanes) and unsealed 1.5m wide shoulders on both sides. Km 76 to 86 km of
4-lane section has not been audited in the design stage. But the km 86 to 142km has been
audited and as a result in the towns and villages, within one kilometre of each and on
selected curves, the shoulders have been sealed as a result of the DPR stage audit
recommendations. (An index plan of the project highway may be included here showing its
alignment on a Google map).
4.0 Audit Details
4.1 The road authority requests a road safety audit of the new work. The Project Manager
decides to engage the same audit team which had previously (20 months earlier) audited the
DPR drawings as he felt they had done a professional job before and were quite familiar with
the project. The Team Leader decides to add an extra member to the audit team, a young
engineer experienced in the safety of vulnerable road users.
4.2 The audit team spends time inspecting the finished roads as well as the drawings to
consider as what recommendations can be included even at this stage of pre-opening audit
causing least disturbance to contract and time over run. They visited the site both during day
and night and also received the “Good for Construction” drawings.
5.0 Safety Audit
Format of a road safety audit report is presented in the prescribed template. All the titles of
issues as listed in the checklist are reproduced to impress that all issues as in the checklist
shall be verified and all issues shall be reported with exact location in the road safety audit of a
given road.

1
Template for Road Safety Audit Report (Pre-opening Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance with
Description (with Images If any) Risk Description (with Figures if any) Priority
Date

5.1 New/Existing Road Interface

5.1.1 When a side road traffic joins the main road, it has to wait to get Very Provide side road profile near to flat Highly
a gap. In the picture shown here, it would be impossible for 2 High gradient that vehicle can wait comfortably Desirable
wheelers to stop to wait in climbing position., rather they take the
risk to enter the main road leading to major accidents
Remove all objects that falls within visibility Essential
funnelto ensure visibility between main road
and side road traffic

2
Template for Road Safety Audit Report (Pre-opening Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance with
Description (with Images If any) Risk Description (with Figures if any) Priority
Date

5.1.2 Four informal openings appear to have been created through the High Provide formal safe U turn facility as given Highly
median – possibly by nearby people who wish to minimise their in IRC SP 84 Desirable
travel distances. However such informal openings create high
risk situations as they are not provided with proper signages,
they do not have sheltered turn lanes in which turning vehicles
can slow and stop. In addition the median often becomes
damaged and sand/gravel is drawn onto the road, creating a
skidding hazard.

At locations, storage space cannot be Essential


accommodated, provide median cut of 30m.
This opening and 4.5m median width serve
a neutral space, not to be encroached by
through traffic.

Around 120 to 150m distance from median Essential


tip shall be cleared of all plantations and
objects that obscure visibility

3
Template for Road Safety Audit Report (Pre-opening Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance with
Description (with Images If any) Risk Description (with Figures if any) Priority
Date

5.2 Intersections

5.2.1 The two intersecting roads having more or less same traffic and Very Convert cross road junction into roundabout Highly
the road junction has been developed as per the figure shown High as shown here, which can be made within desirable
here. But four armed cross road junction without control is the outer extremities of present
highly unsafe in operation. Right angle collision on high speed construction, even though it involves
without being deflected could be fatal, especially in off peak dismantling islands already made.
hours and at nights

If cross road junction cannot be converted Essential


into roundabout, provide speed breaker on
all four arms of junction. Also provide
transverse bar marking to alert a drivers
about approaching speed breaker

4
Template for Road Safety Audit Report (Pre-opening Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance with
Description (with Images If any) Risk Description (with Figures if any) Priority
Date

5.3. Interchanges

5. 4. Signs, pavement marking and delineation

5.4.1 The curves in the hill area have been delineated inconsistently. High Ensure that chevron alignment signs are Essential
Several (such as at km 124.4 and km 125.5) have many installed consistently at all curves as
Chevron signs installed. However, others have Chevron signs in stipulated in IRC SP 73
one direction only and the other direction is not delineated.
Several curves that need Chevron signs have none. At one
curve the Chevron signs are incorrectly installed on the inside of
the curve. Such inconsistent delineation can cause some
drivers/riders to be caught by surprise and run-off-road crashes

5
Template for Road Safety Audit Report (Pre-opening Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance with
Description (with Images If any) Risk Description (with Figures if any) Priority
Date

could result.
Install Chevron signs according to spacing Essential
criteria given in IRC 67 for various radii

5.4.2 The “Right Hand Curve” warning sign for the curve at km 101.1 High Relocate this warning sign to a position Highly
is located too far from the curve. It is almost 300m from the approx. 50m before the curve Desirable
curve Most drivers/riders will forget the message by the time
they reach the curve.

6
Template for Road Safety Audit Report (Pre-opening Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance with
Description (with Images If any) Risk Description (with Figures if any) Priority
Date

Check all warning signs installed in the Highly


project highway and if required relocate Desirable
them to the distance as given in IRC 67 for
warning signs

5.4.3 The “Left Hand Curve” warning sign for the curve at km 121.1 High Install chevron signs with spacing as given Highly
conflicts with the nearby chevron alignment marker which points in IRC 67; for which curve length shall be Desirable
to the right. Some drivers could be confused by the apparent start of transition to end of transition
mixed messages.

7
Template for Road Safety Audit Report (Pre-opening Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance with
Description (with Images If any) Risk Description (with Figures if any) Priority
Date

Check all warning signs installed in the Highly


project highway and if required relocate Desirable
them to the distance as given in IRC 67 for
warning signs. Ensure that between any
two signs, there shall be 2 to 3 seconds
travel time.

5.5. Roadside hazards

5.5.1  The terminals ends of these barriers are the old style “fish tail” High Replace the “fish tail” end terminals with a Highly
end. These have a bad history of spearing an impacting vehicle suitable end terminal as per IRC 119. Desirable
and they should not be used. In addition, barrier has not been
installed at the other two bridges (on either approach).

8
Template for Road Safety Audit Report (Pre-opening Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance with
Description (with Images If any) Risk Description (with Figures if any) Priority
Date

 W beam barrier has been installed at four of the six bridges to


Ensure the barrier is stiffened (with reduced Highly
shield the side slope on each approach. None of the barrier has
post spacing) and firmly attached to the Desirable
been stiffened nor correctly affixed to the bridge parapets.
bridge parapets)
There is a risk of pocketing at these bridges.

9
Template for Road Safety Audit Report (Pre-opening Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance with
Description (with Images If any) Risk Description (with Figures if any) Priority
Date

5.5.2 Crash barrier has been installed to shield a number of roadside High This section of barrier needs to be Highly
hazards. Most of the barrier installations appear adequate but extended by at least 20m in order to shield Desirable
there are six sections (all between km12-14) that are too short. the direction sign
The barrier is too short to fully shield the hazard and it is
possible that some errant vehicles may pass behind or in front of Lengthen these six sections of barrier so Highly
the barrier to strike the hazard. that the required barrier length as needed Desirable
The ramped down terminals are another safety concern that for each hazard is satisfied.
should not have been installed.

Provide end treatment as given in IRC 119 Highly


Desirable

10
Template for Road Safety Audit Report (Pre-opening Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance with
Description (with Images If any) Risk Description (with Figures if any) Priority
Date

5.6 Vulnerable road users (pedestrians, bicyclists, two wheelers and three wheelers, and animal drawn carts)

5.6.1 This highway passes through a number of villages; traffic Very Replace any non- standard road humps Essential
calming has been installed in three of these villages. It is High with flat topped road humps as given in IRC
understood that the other towns and villages will also be traffic 99.

11
Template for Road Safety Audit Report (Pre-opening Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance with
Description (with Images If any) Risk Description (with Figures if any) Priority
Date

calmed in the coming two years. However, a variety of hump


Ensure all humps are provided with proper Essential
profiles have been used. Most of the road humps have no
signs and pavement markings consistently
warning signs and several have non- standard pavement
through each village
markings. Six humps have no markings at all. It is important for
safety that drivers/riders receive consistent messages about
traffic control.
Note: Safety concerns like three people in a bike and that too
without helmet and for which recommendation such as to
penalize them and wearing helmet are not expected to include in
a safety audit report. Provide Transverse Bar marking ahead of Essential
road hump to warn of hump ahead as given
in IRC 99

5.7 Drainage

5.7.1 An uncovered concrete drain exists along the central median for Very Fully cover the drain with a suitable drivable Highly
more than 5km. It is a roadside hazard within the clear zone. It is High cover. Desirable

12
Template for Road Safety Audit Report (Pre-opening Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance with
Description (with Images If any) Risk Description (with Figures if any) Priority
Date

recommended that it should be fully covered with a suitable


Install plastic guide posts along the median Highly
driveable cover. If an earlier audit had been conducted, it is likely
to provide good delineation to help to keep Desirable
it would have recommended this drain be not constructed here.
drivers/riders on the road

5.8 Landscaping

5.9 Lighting and night time issues

13
Template for Road Safety Audit Report (Pre-opening Stage)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance with
Description (with Images If any) Risk Description (with Figures if any) Priority
Date

5.10 Access to property and developments

5.11 General road safety considerations

14
6.0 Certification
The Audit Team has carried out this pre-opening stage road safety audit according to the IRC
Manual on Road Safety Audit.
Signed
Team Leader on behalf of the RSA Team (Dated……)

15
Annexure 1:
Checklist for Pre-opening Stage Audit

16
Annexure 1: Checklist for Pre-opening Stage Audit

Issue Yes No N/A Comments

1. New/Existing Road Interface

Is the interface between the new road and the old road as safe as practical?

Where drivers/riders depart the new road and return to the existing network,
are they provided with sufficient delineation and pavement markings to
compensate for possible increased speeds?
2. Intersections

Are sight lines free of obstructions at all intersections?


Are the intersection layouts clear and visible from all approaches?

Are traffic signals conspicuous, functioning properly and safely?

Are the signal timings reasonable and likely to maximise driver/rider


compliance?
Are the signal phasings reasonable and safe, with no conflicting
movements?

Are pedestrian signals installed at each signalised intersection and are they
easy to see, with adequate WALK time and clearance time?

Are roundabouts visible and recognisable from all approaches?

Are correct advanced warning and suitable direction signs installed on each
approach to each roundabout?
At other intersections are Stop and/or Give Way signs conspicuous and
correctly installed to make priority clear?
3. Interchanges

Are sight lines open and free of obstruction at all merges and diverges?

Are the distances between decision-making points sufficient for safety?

Are the direction signs for each interchange clear and easily understood at
the anticipated operating speeds?
4. Signs, Pavement Markings and Delineation

Do all signs satisfy the 6Cs of good signage practice?

Is there a need for any more signs to warn, inform, guide, control or
delineate?

Have all unnecessary old signs and markings (including those from the road
works) been removed?

Are the speed zones provided with clear speed restriction signs of a suitable
value?
Are pavement markings continuous, correct and conspicuous?

Are road signs and road markings tested for retro-reflectivity and conforming
to relevant IRC standards
Have potentially confusing situations been removed or resolved safely?

17
Annexure 1: Checklist for Pre-opening Stage Audit

Issue Yes No N/A Comments

Are guide posts correctly installed in accordance with the layouts shown in
the standard drawings?
Are chevron alignment markers installed where necessary and in
accordance with the layouts shown in the standard drawings?
Is there consistency and uniformity of delineation and markings throughout
the scheme?
Have initiatives been taken to delineate the road and to maximise the
chance that vehicles will remain on the road?
5. Roadside hazards
Are all roadside hazards adequately treated i.e. they adequately provided
with signs?
Is safety barrier installed where necessary?

Is barrier correctly and safely installed?

Are impact attenuators provided in gore area?

Are all bridge abutments and culverts safely treated?


Is there a degree of hazard associated with large trees, boulders, etc. and
whether these can be treated to improve roadside safety?

Do the trees and other vegetation obstruct driver and pedestrian sight lines,
which are essential for safe traffic operation?
Is there adequate delineation/visibility of barriers and fences during night
times?
Is any thick growth of vegetation by the roadside enough far back from the
edge of the pavement to enable a driver to take protective steps in time if
any human or animal should run across the road from behind or within the
vegetation?
Are there any sharp edged or pointed fixtures or tops of supporting verticals
on the median crash barriers or on dividers which can hurt a motor cyclist in
case of a collision or crash or loss of balance?
Are there any village name boards or direction boards by the roadside with
pointed ends to hurt a passenger in a bus on window seat?
Bridges/Canal crossings: Are the open spaces by the side of ends of
Parapets covered by protective crash barriers or walls to prevent vehicles
going into the river or canal?
Is the vegetation removed and paving in the median at openings in median
at junctions or for U Turns or for pedestrian crossings for a length of 120 m
on either side of opening to afford complete visibility to drivers?
Is the height of vegetation in the median less than 60 cm on curves?

Is the median clear of any trees with trunks with girth greater than 30 cm? If
not, are such locations enveloped by protective crash barriers?
Are fixing details of pipe railing such that the entire length of pipe is smooth
and continuous without any projection on road ward side?
Are entrances to abandoned roads properly fenced off?

6. Vulnerable road users (pedestrians, bicyclists, two wheelers and three wheelers, and animal
drawn carts)

Do all vulnerable road users have connectivity along the road, with suitable
lateral clearance to motor traffic?

18
Annexure 1: Checklist for Pre-opening Stage Audit

Issue Yes No N/A Comments

Will pedestrians (particularly the young, old and disabled) be able to safely
walk along the road?
Are pedestrian crossing places marked, and are pedestrians channeled to
these crossings?
Is the new road free of “squeeze” points where vulnerable road users may
be exposed to traffic?
Will pedestrians (particularly the young, old and disabled) be able to safely
cross the road?
Are dropped kerbs provided at all intersections and mid-block locations
where pedestrians are to cross?

Is the number and placement of the pedestrian facilities adequate and safe
for the situation and the pedestrian numbers?
Is each pedestrian facility clearly marked and conspicuous on each
approach?
Are the correct signs and pavement markings installed at each pedestrian
facility?
Is each crossing facility well illuminated at night so that pedestrians can be
seen by drivers/riders?
Do all mid-block traffic signals have pedestrian push buttons to allow
pedestrians to register their demand to cross the road?
Are medians in urban areas free of barriers, suitably wide and with a
suitable surface to act as an effective pedestrian refuge?

Are pedestrian paths provided through medians to permit pedestrians to


cross “at road level” and to assist disabled pedestrians?
Is adequate safe parking and stopping provided for three-wheelers?

Are bus stops located where passengers will use them?

Are bus stops well delineated and lit?


Are bus stops sealed for all-weather use?

Is the newly constructed road allows adequate visibility for an approaching


driver to see a pedestrian waiting to cross the road?

Is the newly constructed road allows adequate visibility funnel for an


approaching driver to see a vehicle waiting to cross the carriageway from
side road or storage space of median?
7. Drainage

Does the new road appear to have sufficient cross fall or camber and
adequate drainage to prevent ponding of rainwater from occurring?
Are all drains safe (covered, underground or outside the clear zone)?
8. Landscaping

Is the landscaping “safe” in terms of roadside hazards? (NOTE: Any tree


with a trunk in excess of 100mm diameter is considered a road side hazard

19
Annexure 1: Checklist for Pre-opening Stage Audit

Issue Yes No N/A Comments


if planted within the clear zone).

Does the landscaping permit clear sight lines at all intersections, pedestrian
facilities and median openings?
9. Lighting and night time issues

Are all signs easy to see and read at night?

Are the critical locations (intersections, pedestrian facilities, bus bays, bus
stops, truck lay bye, toll plaza,etc) conspicuous at night?
Is lighting provided on road sections passing through built up areas, service
roads, above and below the grade separator, underpass,etc

Are the illumination levels of an appropriate standard, consistent with the


needs of the location, pedestrian and other factors?
Is the “through route” well signed, line marked and obvious to road users at
night?

Is the new road free of visual deceit for road users at night?
Are the lighting columns frangible? If not are they outside the clear zone?

Are there any lighting poles in the median(less than 2m wide) unprotected
by crash barriers?
10. Access to property and developments

Are all accesses to/from adjoining properties conspicuous and as “safe” as


practical?

Is fencing provided and adequate to keep animals off the road, especially in
rural areas?
11. General road safety considerations

Is the new road as safe as practical given the local weather (sunrise,
sunset, snow, fog, dust storms, or monsoonal storms)?
Is the project free of all “visual deceit”?

Is the road surface free of gravel and sand, and with good skid resistance?
Have the batter slopes of cuttings been treated to minimise the risk of rocks
falling onto the new road?
Check that all temporary arrangements, signages, etc, have been removed
and replacesd by permanent arrangements.

20
Template for Road Safety Audit Report (Existing Road)

Template for Road Safety Audit Report


(Existing Road)
Template for Road Safety Audit Report (Existing Road)

Content
Sl No Description Page No
1.0 Introduction………………………………………………………………. 1
2.0 Audit Team…………………………………………………………….... 1
3.0 Project Background……………………………………………………. 1
4.0 Audit Details…………………………………………………………….. 1
5.0 Safety Audit ……………………………………………………..……….. 1
5.1 Sight Distances ………………………………………………..…..….. 2
5.2 Intersections ………………………………………………………… 3
5.3 Interchanges ………………………………………………………….. 4
5.4 Cross sections ………………………..………………………….…… 5
5.5 Roadside hazards ……………………………………………………… 5
5.6 Drainage ………………………………………………………..……………. 5
5.7 Signs, pavement markings and
delineation……………………………………………….. 5
5.8 Vulnerable road users (pedestrians, bicyclists, two wheelers and
three wheelers, and animal drawn carts) ............................................. 6
5.9 Access to property and developments …………………………….… 6
5.10 Lighting and night time issues ……………………………………… 6
5.11 General road safety considerations ……………………………. 6
6.0 Certification………………………………………………………………… 7
Annexure-1 Audit Checklist for Safety Audit………………………………… 9-11
Template for Road Safety Audit Report (Existing Road)

Template for Road Safety Audit Report


(Existing Road)
1.0 Introduction
Road Safety Audit was conducted on the existing 47 Km long section of 4-lane road
between Hazira and Palsana (Surat) in Gujarat
2.0 Audit Team
Three team members including a Senior Road Safety Auditor
3.0 Project Background
The subject road section connects Hazira with Palsana near Surat, at the intersection of
NH-53 (old NH-6) and NH-48 (old NH-8). It passes through plain terrain and through big
industrial units, hence carry heavy commercial and passenger traffic both day and night.
(An index plan of the project highway may be included here showing its alignment on a Google
map).
4.0 Audit Details
4.1 The road authority requests a road safety audit of the exiting road National Highway. The
Project Manager decides to engage the an experienced audit team.
4.2 The audit team spends time inspecting roads both day and night. The Project Manager
made available as-built drawing to Road Safety Auditor as well as traffic and accident data that
are readily available with them
5.0 Safety Audit
Format of a road safety audit report is presented in the prescribed template. All the titles of
issues as listed in the checklist are reproduced to impress that all issues as in the checklist
shall be verified and all issues shall be reported with exact location in the road safety audit of a
given road.

1
Template for Road Safety Audit Report (Existing Road)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance
Description (with Images If any) Risk Description (with Figures if any) Priority
with Date

5.1 Sight Distances

5.1.1 The storage lane for side road and U-turn provided here is Essential
Reduce “wide area effect” in the storage lane Highly
highly unsafe as deceleration length, comprising 130m to be converted with 40m storage lane + desirable
storage lane and 50m taper with 30m median opening is too 15m taper + 20m median opening
much than the required. More over the median planation Provide Hazard marker at the exposed Essential
upto the obscure the visibility of vehicle on other carriageway median tip
side. Median tip is exposed.
Remove median planation for 120m from Essential
median tip to enhance visibility in median
side
If alteration of physical islands is not possible Essential
immediately, the wide area effect can be
avoided by the marking as shown below.

2
Template for Road Safety Audit Report (Existing Road)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance
Description (with Images If any) Risk Description (with Figures if any) Priority
with Date

5.2 Intersections

5.2.1 Intersection at km 3+500 Reduce the median opening to 20m and Highly
through movement is deflected geometrically Desirable
The wide median opening and also side road without
and establish junction control by splitter
channelization in the junction promote reckless movement.
island and brining side road more
Because of the junction layout, the traffic bound to Hazira get
perpendicular.
confused.

Remove the median plantation and Essential


unwarranted signs and objects that obscure
the visibility for a distance 100m from median
tip

Highly
Desirable

3
Template for Road Safety Audit Report (Existing Road)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance
Description (with Images If any) Risk Description (with Figures if any) Priority
with Date

5.3 Interchange

5.3.1 KRIBHCO Railway Over Bridge/Flyover at km 12+920 Very High Deflect the traffic that approaching from slip Highly
by another 4.5m to enhance the between Desirable
The sight line is obstructed between traffic approach from traffic approach from slip road and that
slip road and that coming out of ROB/flyover vent. The corner coming out of VUP/flyover vent
island is not properly shaped to prevent illegitimate
movement Provide psychological traffic calming Essential
measures for traffic approaching through slip
road

Reshape the islands of the junction below Essential


ROB/Flyover to avoid the illegitimate
movement

Provided footpath to facilitate pedestrian Essential


movement and as well as streamlined traffic
movement

4
Template for Road Safety Audit Report (Existing Road)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance
Description (with Images If any) Risk Description (with Figures if any) Priority
with Date

5.4 Cross sections

5.5 Roadside Hazards

5.6 Drainage

5.7 Signs, pavement markings and delineation

5.7.1 Undivided Carriageway at km 21+000 Provide new Jersey barrier type median to Highly
segregate the opposing traffic and avoid Desirable
The carriageway upon the Tapi bridge and approach is reckless over taking on bridge and its
of 4-lane width without physical separation, causing approach
reckless over taking. There is no clue about the
approaching bridge and footpath is not user-friendly. Provide No-overtaking sign on bridge Essential
approach

5
Template for Road Safety Audit Report (Existing Road)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance
Description (with Images If any) Risk Description (with Figures if any) Priority
with Date

Pave the footpath with tiles and make the Essential


footpath walkable.

Reposition the hazard marker so that driver Essential


can judge the exact edge of hazard
protruding into carriageway

5.8 Vulnerable road users (pedestrians, bicyclists, two wheelers and three wheelers, and animal drawn carts)

5.9 Access to property and developments

5.10 Lighting and night time issues

5.11 General road safety considerations

6
Template for Road Safety Audit Report (Existing Road)

Safety Concerns & Audit Findings Recommendations Client’s


Acceptance &
No
Compliance
Description (with Images If any) Risk Description (with Figures if any) Priority
with Date

7
6.0 Certification
The Audit Team has carried out this pre-opening stage road safety audit according to the IRC
Manual on Road Safety Audit.
Signed
Team Leader on behalf of the RSA Team (Dated……)

8
Annexure 1:
Checklist for Safety Audit of Existing Roads

9
Annexure 1: Checklist for Safety Audit of Existing Roads

Issue Yes No N/A Comments


1. Sight Distances

Are all sight distances adequate for the speed of traffic using this road?

Are safe overtaking opportunities provided?

Are U turn provisions conspicuous and “safe”?


2. Intersections

Are all intersections clear and visible?

Are all traffic signals conspicuous, functioning properly and safely?

Are roundabouts visible and recognisable from all approaches?


3. Interchanges

Are sight lines open and free of obstruction at all merges and diverges?

Are the distances between decision-making points sufficient for safety at the
operating speed?
Is the direction sign for each interchange clear and easily understood at the
operating speed?
4. Cross sections

Are lane widths, shoulder widths and bridge widths, “safe” for the traffic
volume and mix?

Are medians and islands of adequate width for the safety of likely users?

Are the shoulders suitable for use by all vehicles and road users, including
pedestrians, cyclists and animals?

Is appropriate super elevation and extra width of carriageway provided on


curves?

5. Roadside Hazards

Are all larger (more than 100mm diameter) sign supports located outside
the clear zone if they are not frangible?

Are all crash barriers correctly and safely installed?


Are any hazards within the agreed clear zone for this road?

Are crash barriers used only where necessary?

Are impact attenuators provided in gore area?


Are all the crash barriers correctly installed?
6. Drainage

Is the road well drained?


Are all drains outside the clear zone, covered, or behind suitable barrier?

10
Annexure 1: Checklist for Safety Audit of Existing Roads

Issue Yes No N/A Comments

7. Signs, pavement markings and delineation

Do all signs and pavement markings satisfy the 6C’s of good signage and
pavement marking practice?

Is the speed zone “safe”, and clearly signed?


Are pavement markings conspicuous and continuous?

Are road signs and road markings tested for retro-reflectivity and conforming
to relevant IRC standards
Is the road well delineated (warning signs, plastic guide posts, chevron
alignment markers) installed as necessary and spaced in accordance with
installation guidelines?

Is there a need for more signs to warn, inform, guide, control or delineate?
8. Vulnerable road users (pedestrians, bicyclists, two wheelers and three wheelers, and animal
drawn carts)

Do all vulnerable road users have connectivity along the road, with suitable
lateral clearance to motor traffic?
Are pedestrians (particularly the young, old and disabled) able to safely walk
along the road?
Is the road free of “squeeze” points where vulnerable road users are
exposed to nearby moving traffic?
Are pedestrians (particularly the young, old and disabled) able to safely
cross the road?

Are dropped kerbs provided at all intersections and mid-block locations


where pedestrians are to cross?

Is the number and placement of the pedestrian facilities adequate and safe
for the situation and the pedestrian numbers?

Are all the formal crossings clearly marked and conspicuous on each
approach?
Are the correct signs and pavement markings installed at each pedestrian
facility?

Is each crossing facility well illuminated at night so that pedestrians can be


seen by drivers/riders?
Do all mid-block traffic signals have pedestrian push buttons?

Are pedestrian paths provided through medians to permit pedestrians to


cross “at road level” and to assist disabled pedestrians?

Has adequate provision been made for safe parking and stopping by three-
wheelers/cycle rickshaws?
Is the road allows adequate visibility for an approaching driver to see a
pedestrian waiting to cross the road?
Is the road allows adequate visibility funnel for an approaching driver to see
a vehicle waiting to cross the carriageway from side road or storage space

11
Annexure 1: Checklist for Safety Audit of Existing Roads

Issue Yes No N/A Comments


of median?

Are bus stops located where passengers will use them?


Are bus stops well delineated and lit?

9. Access to Property and Developments

Are all accesses to/from adjoining properties “safe”?

10. Lighting and night time issues

Are the illumination levels of an appropriate standard, consistent with the


needs of the location, pedestrian and other factors?

Are the lighting columns frangible? If not, are they located outside the clear
zone?
Are all signs easy to see and read at night?

Are the critical locations (intersections, pedestrian facilities, bus bays, bus
stops, truck lay bye, toll plaza,etc) conspicuous at night?
Is lighting provided on road sections passing through built up areas, service
roads, above and below the grade separator, underpass,etc
Is the “through route” well signed, line marked and obvious to road users at
night?
Is the road free of visual deceit for road users at night?

Is all lighting adequate and safe?

Are the lighting columns frangible? If not are they outside the clear zone?

Is there a need for more signs to warn, inform, guide, control or delineate?

Are there any lighting poles in the median(less than 2m wide) unprotected
by crash barriers?
11. General road safety considerations

Is the road as safe as practical given the local weather conditions (sunrise,
sunset, snow, fog, storms, wind)?

Is the road surface free of gravel and sand, and with good skid resistance?

12

You might also like