RFP for Independent Engineer Services on NH-561A, Maharashtra
RFP for Independent Engineer Services on NH-561A, Maharashtra
Plot No. G-5 & 6, Sector – 10, Dwarka, New Delhi – 110 075
February, 2024
CONTENTS
Particulars
Sub.: Independent Engineer services for Four Laning of Ahmednagar-Solapur District Border
to Tembhurni section of NH-561A from Ch.80+390 to Ch.139.750 in the State of
Maharashtra to be executed on BOT (Toll) mode under NH (O)
GENERAL:-
Project Length
Consultancy Assignment period
S No NH No. State Project Stretch (Km)/Total Project
Package (months)
Cost (Cr.)
Ahmednagar- 48 months
NHAI/Tech/MH/IE/Karmala-
Solapur District
Tembhurni/2023-24
Border to (Development
Tembhurni period- 6 months,
1 NH-561A Maharashtra 59.36km/1066.62 Cr.
section of NH- Construction period-
561A from 24 months,
Ch.80+390 to O&M period - 18
Ch.139.750 months)
3.1 Restriction under Rule 144 (xi) - Any Bidder from a country which shares a land
border with India will be eligible to bid in any procurement whether of goods,
services (Including consultancy services and non-consultancy services) or works
(including turnkey projects ) only if the bidder is registered with the competent
Authority as per stipulated provision in ministry of Finance Department of
Expenditure (Public procumbent Division) office Memorandum No F. No.
6/18/2019-PPD dated 23.07.2020 and amendment vide Order (Public Procurement
No. 4) no. F.7/10/2021-PPD(1) dated 23.02.2023.
6. The proposal shall be submitted in English Language and all correspondence would
be in the same language.
9. The interested consultancy firms may download the RFP document from the e-portal
of the Employer w.e.f. 21.02.2024 to 21.03.2024 upto 1100 hrs. The Consultant who
download the RFP document from the e-portal will be required to pay the non-
refundable fee of Rs. 5,000/- towards cost of RFP to the following Bank Account:
Consultancy Firms are required to submit payment receipt as proof of payment to the
above said Bank Account along with the Technical Proposal. Consultancy firms are
10.1 A Bidder is required to submit, along with its technical BID , A self –certification
that the item offered meets the local content requirement for ‘Class – I local bidder’
/ ‘Class-II local bidder’, as the case may be. The self –certification shall also have
details of the location (s) at which the local value addition is made. In case, bidder
has not submitted the aforesaid certification the bidder will be treated as ‘Non-Local
Supplier’. The Class-I local bidder, Class-II local bidder and Non-Local supplier are
defined as under:
(i) ‘Class-I local bidder’ means a bidder, whose goods, services or works
offered for procurement, meets the minimum local content as prescriber for
‘Class-I local bidder’ under his RFP. The ‘local content ‘requirement to
categorize bidder as ‘Class-I local bidder’ is minimum 50%.
(ii) ‘Class-II local bidder’ means a bidder, whose goods, services or works
offered for procurement, meets the minimum local content as prescribed for
‘Class-II local bidder’ under this RFP. The ‘local content’ as prescribed for
‘Class-II local bidder’ under this RFP. The ‘local content’ requirement to
categorize a bidder as ‘Class-II local bidder’ is minimum 20%.
(iii) ‘Non-local bidder‘ means a bidder whose goods, services or works
offered for procurement, has local content less than that prescribed for ‘Class-
II local’ under this RFP.
(iv) ‘Local content’ means the amount of value added in India which shall be
the total value of item procured excluding net domestic indirect taxes) minus
the value of imported content in the item (including all customs duties) as a
proportion of the total value, in percent.
In case estimated project cost is above Rs.10 crores, the ‘Class-I local bidder’/
‘Class-II local bidder shall provide a certificate from the statutory auditor or cost
auditor of the company (in case of companies) or from a practicing cost accountant
or practicing chartered accountant (in respect of suppliers other than companies )
giving the percentage of local content.
10.2 The proposal should be submitted by consultancy firms in two parts. The two parts
of the proposal are Part 1: Technical Proposal and Part 2: Financial Proposal.
Both Technical and Financial Proposal are to be submitted only in Electronic
Form (to be uploaded on e-portal). For a given BOT Project, Stage -1 of the
Evaluation shall consider the evaluation of the Technical Proposal (i.e. Part 1). The
firms scoring the qualifying marks (minimum 75%) as mentioned in RFP shall be listed
in the descending order of their technical score and 5 top ranking firms shall only be
considered for further evaluation provided none of them is in conflict of interest with the
Concessionaire. The firms in conflict of interest shall be substituted by next ranking firm
not having conflict of interest with the Concessionaire. Under stage 2, the financial
proposal of such five firms as selected above shall be opened and evaluated. The
weightage of Technical and Financial score shall be 80% & 20% respectively. The
11 The total time period for the assignment as Independent Consultant will be for 48
Months (Development period- 6 months, Construction period- 24 months, O&M
period - 18 months). In case the Consultant is engaged during/ after Development
period and Construction period remains 24 months then O&M period will be increased
such that total time period of assignment remains as 48 months. In case the
Construction period exceeds 24 months then O&M period will be reduced such that
total time period of assignment remains as 48 months.
Any bidder from a country which shares a land border with India will be eligible to
bid in any procumbent whether of goods, services (Including consultancy series and
non-consultancy services) or works (including turnkey projects) Only if the bidder is
registered with the Competent Authority as per Stipulated provision in ministry of
Finance Department of Expenditure (Public procumbent Division) office
Memorandum No F. No. 6/18/2019-PPD dated 23.07.2020 and amendment vide
Order (Public Procurement No. 4) no. F.7/10/2021-PPD (1) dated 23.02.2023.
12.2 Consultants may apply either as a sole firm or forming Joint Venture with other
consultants. In case of Joint Venture, the maximum number of Joint Venture partners is
limited to 2 (i.e. one lead + 1 JV partner). Formulation of more than one JV with different
partners for the same work is not allowed and all such proposal involving the firms
shall be treated as non-responsive.
13. (A) The Applicant whether a sole applicant or lead member with joint venture may
include any number of Associate to provide technology in assignment (refer para 10
(iii) of data sheet). The associate firm can provide equipment based road inspection
services for any of the 4 equipment viz., (i) Network Survey Vehicle including all
modules required as per technical specifications, (ii) Falling Weight Deflectometer, (iii)
Mobile Bridge Inspection Unit and (iv) Retro Reflectometer. However, the associate(s)
cannot be common for 2 or more bidders. If any associate is common with 2 or more
bidders, all those bids shall be declared non-responsive. Hence, the bidder may ensure
on his own that the associate proposed by him is not proposed by any other bidder
participating in the same assignment and the bidder is solely responsible in this regard.
(B) In addition, the applicant whether a sole applicant or lead member with joint
venture may also include an Associate for providing key personnel. In such case, the
applicant should submit a MOU with associate regarding role and responsibility of
Associate Company. However the maximum no. of key personnel from Associate firm
during RFP proposal and implementation of contract should be limited to two (2).
(C) The bidder cannot revise their share among Lead/JV partner/Associate partner,
which was declared at the time of bidding/award of respective consultancy
assignments. Further, maximum limit of share of associates shall be limited to their
The Bidder cannot revise their share among Lead/ JV Partner after submission
of bids. In case of submission of wrong JV shares in the bids of consultancy assignment,
the bid will be declared as non-responsive.
13.1 a. The Applicant shall use the link “Data Lake Portal” available on NHAI website
(nhai.gov.in) to communicate with NHAI and Concessionaire for all contractual
correspondence.
b. No physical document shall be accepted unless and until the same is specifically
stated so in the RFP or it is a legal requirement.
14. The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to
have acknowledged that without prejudice to the National Highways Authority of
India any other right or remedy hereunder or in law or otherwise, the Applicant shall
be debarred from participating in the future projects of the National Highways
Authority of India in the following situations
(a) If an Applicant withdraws its Proposal during the period of its validity
as specified in this RFP and as extended by the Applicant from time to
time.
(b) In the case of a Selected Applicant, if the Applicant fails to sign the
Agreement.
15. Consulting firms meeting the following criteria are only eligible for applying for this
assignment. Firms not meeting these criteria need not apply.
** Similar project means 2/4/6 lane as applicable for the project for which RFP is invited.
For 2-lane projects experience of 4/6 lane also to be considered with a multiplication
factor of 1.5. Experience of 4/6 lane shall be considered interchangeably for 4/6 laning
projects. For 4/6 laning projects, experience of 2 lane will be considered with a
multiplication factor of 0.4, but only for those 2 lane projects whose cost of consultancy
services was more than Rs.3.0 crores
*** In case the project includes any specialized nature of work such as tunnels, specialized
structures etc. in substantial quantum, this requirement may be suitably included by
suitably adjusting marks of other attributes.
B) Eligibility Criteria for partner in case of JV (not more than 1 JV partner shall be allowed)
The lead partner must fulfill atleast 50% of requirements at 1(a) of table in para (A) above and
other JV partner should fulfill atleast 40% of eligibility criteria as indicated at 1(a) of table in
para (A) above. Also the lead partner and JV partner jointly should meet not less than 1.20 times
the eligibility criteria as mentioned at 1(a) of table in para (A) above. Lead partner should meet
the criteria 1 (b) of table in para (A) above.
Note: The weightage given for experience of a firm would depend on the role of the firm in the
respective assignments. The firm’s experience would get full credit if it was the sole firm in the
respective assignment. Experience weightage for firms joining Lead partner JV partner shall be
considered in the same proportion as payment has been received **** by the firm towards
consultancy work in the project.
In case the financial figures and values of services provided are in foreign currency, the
above enhancement factors will not be applied. Instead, current market exchange rate
(State Bank of India BC Selling rate as on last date of submission of the bid) will be
applied for the purpose of conversion of amount in foreign currency into Indian
Rupees.
*For weightage of experience in any past Consultancy assignment experience certificate from the client
shall be accepted. In the absence of experience certificate from the client, proportion of payment
received towards Consultancy work duly certified by statutory body like Chartered Accountant or
Independent Auditors who are competent to do so as recognised by the State concerned shall be
accepted. Annual turnover duly certified by Chartered Accountant shall be accepted. In case of non-
availability of such documents no weightage of turnover/experience will be considered.
Sr. Col. (2) Col. (3) Col. (4) Col. (5) Col. (6)
No.
1 Average Annual Turnover of Up to Rs. More than More than More than
Firm in last 3 Financial Years 10 Crores Rs. 10 to Rs.30 to 60 Rs.60 Crores
(from consultancy works) 30 Crores Crores
No. of Key Professionals on
2. fulltime rolls (minimum for one last 10 25 40 60
year)
Max no. of projects/DPR
Assignments to be allotted to one
3. 6 12 25 40
particular consultant including
ongoing projects at a time in NHAI.
Maximum no. of DPR Assignments
4 (i) out of those given at Sr. No. 3 6 12 25 40
above
Maximum no. of IE/AE/SC
4 (ii) Assignments (cap of 75%) out of 4 9 18 30
those given at Sr. No. 3 above
Note:
1) Conditions in both Sr. No. 1 & Sr. No. 2 are to be fulfilled to claim maximum no.
of projects given in Sr. No. 3, 4.
2) In case of JV bidding for the current assignment, the technical capacity of JV will
be determined with respect to the weighted average of turnover, key
professionals & ongoing assignments on the basis of share of consultancy fee in
the ongoing assignments and proposed share in the current bid. Refer the
illustration at Appendix B-11.
3) In case any partner of the joint venture has its individual remaining bid capacity
less than 0.5 thus making him ineligible for the current bid but, on formation of
joint venture, the remaining bid capacity becomes more than 0.5, then during
the technical evaluation of the bids, the bids of such JVs will be declared as non-
responsive and they will not be allowed to participate in the current
assignment.”
(ii) The consulting firms should be encouraged to carry out a max of DPR and
Supervision Assignments like IE/AE/Supervision Consultants (SC). Out of
maximum number of projects given at Sr. No. 3 above, the celling for IE/AE/SC
assignments is 75%. For example, the Consulting Firm at Col. No. 3 can get total 4
number of IE/ AE/SC assignments only from NHAI whereas they can get 6 DPR
assignments. The Financial Proposal of the Consulting Firm crossing the upper
ceiling of assignments as at Sr. No. 3, 4 above shall not be opened.
(iii) The following assignments would not be counted for the purposes of maximum
number of projects given at Sr. No. 3 to 4 of above Table.
(b) DPR assignments where either (i) the bids for civil works have been received;
or (ii) original assignment period + one year has lapsed;
(iv) The above guidelines will not be applicable in case of special projects such
as standalone projects of tunnel, bridge, emergency landing facility, and
flyovers and ROB/RUB/Underpass only.
(v) For the purpose of calculation of maximum no. of projects, the works awarded on
the date of opening of Financial Bid and in progress will be taken into consideration
as utilized capacity. Projects of NHAI (awarded /in progress) only shall be
considered for maximum no. of projects in Sr. No. 3 & 4 purpose. The Consultant
shall provide these details and they shall be solely responsible for accuracy of such
details provided.
(vi) The Consulting Firms shall submit Form-26 AS in order to certify their permanent
key personnel (as given in Sr. No. 2 of above table) along with the proposed
candidates.
(vii) The bidders shall submit the requisite details in the prescribed formats of technical
proposal along with the RFP documents for evaluation of bids accordingly. The
modified format for determination of Technical Capacity (Form T-11) is enclosed
at Appendix B-11.
16. The Bidder including individual or any of its Joint Venture Member should, in the last
2 years, have neither failed to perform for the works of Expressways, National
Highways, ISC (Inter State Connectivity) & EI (Economic Importance) works, as
evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial
pronouncement or arbitration award against the Bidder including individual or any of
its Joint Venture Member, as the case may be, nor has been expelled or terminated by
Ministry of Road Transport & Highways or its implementing agencies for breach by
such Bidder including individual or any of its Joint Venture Member. Consultants (sole
firm or lead firm and any of the JV partners) who do not fulfil the aforesaid condition
as on last date of submission of proposal, need not apply as their RFP proposal will not
be entertained. The Consultants debarred on the date of issue of Letter of Acceptance
(LoA) shall not be considered for placement of contract. Contracts concluded before
the issue of the debarment/declaration as non-performer order shall, not be affected
by the debarment orders issued subsequently.
In case, any debarred/declared non-performer firm submits the bid, the same will be
ignored. In case such firm is lowest (L-1), next lowest firm shall be considered as L-1.
17. National Highways Authority of India will not be responsible for any delay, loss or
non-receipt of RFP document sent by post/courier. Further, National Highways
Authority of India shall not be responsible for any delay in receiving the proposal and
reserves the right to accept/reject any or all applications without assigning any reason
thereof.
The two parts of the Proposal (Technical proposal and Financial proposal) must be
submitted on-line only with all pages numbered serially, along with an index of
submission as per procedure under e-tendering. Physical submission of the proposal
shall not be accepted. In the event, any of the instructions mentioned herein have not
been adhered to, the Employer may reject the Proposal.
18. Employer will be at liberty to keep the credentials submitted by the Consultants at
bidding stage, in public domain and the same may be uploaded by Employer on
Employer’s web-site. Consultants should have no objection if Employer uploads the
information pertaining to their credentials as well as of their key personnel.
19. The individual key personnel proposed in the bid by the consultants or any
replacement thereof should undertake that they shall have no objection in
uploading/hoisting of their credentials by Employer in public domain.
20. RFP submission must be received not later than 1100 hrs on 21.03.2024 in the manner
specified in the RFP document at the address given below.
Address of Employer:
Sh. N L Yeotkar
GM (Tech)
Maharashtra Division
National Highways Authority of India
G-5 & 6, Sector-10, Dwarka
New Delhi-110075
E-mail: nlyeotkar@nhai.org
Tele: - 011-25074100 (Extn: 1202)
1. INTRODUCTION
1.1 Bids are invited from consulting firms either as a sole firm/ joint venture with other
consultant willing to act as IE to submit a proposal for providing consulting services
required for the assignment named in the attached Letter of Invitation.
1.2 A brief description of the assignment and its objectives are given in the Terms of
Reference (TOR).
1.3 The assignment shall be implemented in various stages such as Design, Construction
supervision, and Operation and Maintenance supervision. Continuation of services for
the next stage shall be subject to satisfactory performance of the previous stage, as
determined by the National Highways Authority of India.
1.4 This RFP is neither an agreement nor an offer by the Authority to the prospective
Applicants or any other person. The purpose of this RFP is to provide interested parties
with information that may be useful to them in the formulation of their Proposals
pursuant to this RFP. This RFP includes statements and assumptions, which reflect
various assessments arrived at by the Authority in relation to the Consultancy. Such
assessments and statements do not purport to contain all the information that each
Applicant may require. The information contained in this RFP, may not be complete,
accurate, adequate or correct. Each Applicant should, therefore, conduct its own
investigations about the assignment and the local conditions before submitting the
proposal by paying a visit to the Client and the project site, sending written queries to
the client, before the date and time specified in the Data Sheet.
1.5 Please note that (i) the costs of preparing the proposal and negotiating for the contract,
including a visit to site, are not reimbursable as a direct cost of assignment and (ii)
National Highways Authority of India is not bound to accept any of the proposals
received by it and reserves the right to annul the selection process at any time prior to
contract award, without thereby incurring any liability to the Consultants.
1.6 Consultant have an obligation to disclose any situation of actual or potential conflict
that impacts their capacity to serve the best interest of their Client, or than may
reasonably be perceived as having this effect. Failure to disclose said situations may
lead to the disqualification of the Consultant or the termination of its Contract and/or
any other action as deemed fit by the Authority at any stage.
1.7 It is the National Highways Authority of India policy that the consultants observe the
highest standard of ethics during the selection and execution of such contracts. In
pursuance of this policy, the National Highways Authority of India :
a) Defines, for the purpose of this paragraph, the terms set forth below as follows:
(I) “corrupt practice” means the offering, giving, receiving, or soliciting, directly
or indirectly, of anything of value to influence the action of a public official in
the selection process or in contract execution;
c) will declare a firm ineligible, either indefinitely or for a stated period of time,
to be awarded a contract if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for, or in executing, a
contract; and
d) will have the right to require that a provision be included requiring consultants
to permit the National Highways Authority of India to inspect their accounts
and records relating to the performance of the contract and to have them
audited by authorized representatives of National Highways Authority of
India.
1.8 Consultants, their Sub-Consultants, and their associates shall not be under a
declaration of ineligibility for corrupt and fraudulent practices. Furthermore, the
Consultants shall be aware of the provisions on fraud and corruption stated in the
specific clauses in the General Conditions of Contract.
1.9 Consultants shall furnish information on commissions and gratuities, if any, paid or to
be paid to agents relating to this proposal and during execution of the assignment if the
Consultant is awarded the Contract, in the Financial Proposal.
1.10 The Data Sheet indicates how long Consultants’ Proposals must remain valid after the
submission date. During this period, Consultants shall maintain the availability of
Professional staff nominated in the Proposal. The Client will make its best effort to
complete the process within this period. Should the need arise, however, the Client may
request Consultants to extend the validity period of their proposals. Consultants who
agree to such extension shall confirm that they maintain the availability of the
Professional staff nominated in the Proposal, or in their confirmation of extension of
validity of the Proposal, consultants could seek replacement upto a maximum of 50%
key personnel. If any consultant seeks any replacement(s), while extending the bid
validity, then the same shall be evaluated for ascertaining suitability of replacement as
per the provisions of the RFP and remuneration shall not be reduced for any such
replacement(s). However, the technical evaluation shall take into account of the
originally submitted CV(s) only irrespective of replacement sought. Consultants who
do not agree have the right to refuse to extend the validity of their Proposals.
2.1 The Consultants may request a clarification of any of the RFP documents up to the
number of days indicated in the Data Sheet before the Proposal submission date. Any
request for clarification must be sent in writing by paper mail, facsimile, or electronic
mail to the Client’s address indicated in the Data Sheet. The Client will respond by cable,
facsimile, or electronic mail to such requests and will send copies of the response
(including an explanation of the query but without identifying the source of inquiry) to
all consultants who have purchased the RFP document. Clarification/amendment will
also be hosted on National Highways Authority of India e-portal.
2.2 At any time before the submission of Proposals, the Client may for any reason, whether
at its own initiative or in response to a clarification requested by a Consulting firm,
modify the RFP documents by amendment. Any amendment shall be issued in writing
through addendum. Addendum may be sent by mail, cable, telex, facsimile or electronic
mail to consultants or/and will be hosted on National Highways Authority of India
e- portal which will be binding on them. The Client may at its discretion extend the
deadline for the submission of Proposals.
3. PREPARATION OF PROPOSAL
3.1 You are requested to submit your proposal in Two Parts strictly using the formats
enclosed herewith (refer section 3,4 and 5). The two parts shall be:
The proposal shall be written in the English language as specified in the Data Sheet.
All pages of the Proposal shall be signed by an authorized representative. The
representative’s authorization shall be confirmed by written Power of Attorney duly
notarized to be submitted with the proposal. In case of JV a MoU indicating the specific
Projects, input and role of each Partner etc. shall be submitted with the proposal.
3.2 You are expected to examine all terms and conditions included in the documents.
Failure to act or to provide all requested information will be at your own risk and
may result in rejection of your proposal.
3.3 During preparation of the Technical proposal you may give particular attention to the
following:
i) The man-months for the assignment shall be that stated in the Terms of
Reference. The same shall be considered for the purpose of evaluation as well
as award. In case the man months of TOR are amended in view of Client’s own
initiative or in response to clarification sought by any Consulting firm, the
man months so amended and published shall be considered for the purpose
of evaluation as well as award.
iii) A good working knowledge of the language specified in the data sheet is
essential for key professional staff on this assignment. Reports must be in
the language (s) specified in the data sheet.
iv) For Key Personnel e.g. Team Leader, Resident-cum-Highway Engineer, Senior
Pavement Specialist, Highway Design Engineer and Road Safety Expert, the
Consultants should prefer candidates having worked on PPP Projects. Such
personnel shall be rated higher than the candidates having no such experience
at all”.
3.4 Your Technical Proposal must provide the following information, using but not limited
to the formats attached in the Section 3 &4.
(III) Site Appreciation: limited to four A4 size pages in 1.5 space and 12 font
including photographs, if any;
(IV) Proposed methodology for the execution of the services illustrated with bar
charts of activities, including any change proposed in the methodology of
services indicated in the TOR, and procedure for quality assurance: Maximum
4 pages;
(VI) The proposal shall indicate as to whether the firm is having the facilities for
carrying out the following field activities or these are proposed to be
outsourced to specialized agencies.
• Surface defects detection and roughness measurement using Network
Survey Vehicle
(VIII) In case the consultant envisages outsourcing any or all of the above services
to the expert agencies, the details of the same indicating the arrangement
made with the agencies need to be furnished. These agencies would however,
be subject to approval of the client to ensure quality input by such agencies
before award of the work. For out-sourced services, proposed
firms/consultants should have such experience on similar projects.
(IX) The composition of the proposed staff team, the tasks which shall be assigned
to each and their timing;
a. The CVs of the six key personnel (Team leader cum Senior Highway
Engineer, Resident cum Highway Engineer, Bridge/Structural
Engineer, Senior Pavement Specialist, Senior Quality cum Material
Expert and Road Safety Expert) in the format as per Appendix-B-6 is to
be furnished on Infracon portal. It may please be ensured that the
format is strictly followed and the information furnished therein is true
and correct. The CV must indicate the work in hand and the duration till
which the person will be required to be engaged in that assignment. The
Firm shall ensure that details furnished in the CV by the personnel are
correct. If any information is found incorrect/fake/inflated in the CV, at
any stage, debarment of the key personnel from future National
Highways Authority of India projects upto 2 years may be taken by
National Highways Authority of India.
b. The age limit for key personnel is 65 years as on the date of bid
submission. The proof of age and qualification of the key personnel
must be furnished in the technical proposal.
c. Key information should include years with the firm and degree of
responsibility held in various assignments. In CV format, at summary,
the individual shall declare his qualification & total experience (in
years) against the requirements specified in TOR for the position (Ref.
Enclosure-B of TOR). If any information is found
incorrect/fake/inflated in the CV, at any stage, debarment of the key
personnel from future National Highways Authority of India projects
upto 2 years may be taken by National Highways Authority of India.
All the CVs which are to be evaluated should be complete in all respects
including signing and certification by the individual and the firm.
xi) It is also clarified that any key personnel, if debarred during the period between
receipt of bid and award of the contract and is required to be replaced as per
the provisions of the RFP, then the replacement shall not be considered as part
of replacement by the consultant and hence no deduction in remuneration shall
be affected. However, in this case the original CV will be considered for
evaluation purpose.
xii) Deployment Schedule for each key personnel should be formulated and
incorporated in the Technical Proposal which will be reviewed on quarterly
basis.
xiii) Estimates of the total time effort (person x months) to be provided for the
services, supported by bar chart diagrams showing the time proposed (person
x months) for each professional staff and sub professional staff.
xiv) Age limit for supporting staff to be deployed on project is 65 years as on the
date of bid submission.
3.5 The technical proposal must not include any financial information.
3.6 Your Financial Proposal must be strictly using the formats attached in Section 5. No
additional items/quantities other than that specified in the formats should be proposed
by the Consultants since the same shall not be considered for the evaluation/award.
For the first 12 months from the Date of Commencement of Services, Consultants shall
be paid billing rates as indicated above. Beginning 13th months of the services provided,
billing rates shall be increased on all items of contract inter alia including vehicle hire,
office rent, consumables, furniture etc @ 5% every 12 months for local currency for the
subsequent period of services rendered by the personnel of all categories namely (i)
key Personnel; (ii) sub-Professional personnel and (iii) Support staff. However, for
evaluation and award of the Bid proposals, the quoted initial rate (as applicable for first
12 months) shall be multiplied by the total time input for each position on this contract,
i.e. without considering the increase in the billing rates.
3.8 Consultants may express the price of their services in the Local currency (Indian
Rupees) and/or US Dollar/ Euro. For evaluation purposes, the client shall consider
1US Dollar = Rs. 83.38/- and 1 Euro = Rs. 89.803 /- (This will be the exchange rates as
per Reserve Bank of India rounded off to nearest Rupee applicable at the time of RFP
invitation). The Client may require consultants to state the portion of their price
representing local cost in the national currency if so indicated in the Data Sheet.
3.9 Goods and Service tax as applicable shall be reimbursed to the Consultants.
i. Detailed RFP may be downloaded from E-tendering portal of Employer and the
Application may be submitted online following the instructions appearing on the
screen.
ii. The following shall be the form of various documents in the Application:
(II) Payment Receipt as proof of payment of Rs. 5,000/- (Rupees Five thousand
only) to the Bank Account of National Highways Authority of India mentioning
“NHAI/Tech/MH/IE/Karmala-Tembhurni/2023-24”;
(III) Bidders have to comply with the NHAI Policy Circular no. 5.8 dated 29.12.2020
(copy enclosed) regarding Integrity pact.
The Applicant shall upload scanned copies of the Technical Proposal and Financial
Proposal as specified in point nos. 4.1 (I) ,(II) & (III) above on the E-tendering portal
of Employer before 11:00 hours Indian Standard Time on the Application due date i.e.
on 21.03.2024. Financial Proposal is to be submitted On-line only and no hard
submission is to be made.
(i) The Bidder may modify, substitute or withdraw its e- bid, prior to the Bid Due Date. No
Bid shall be modified, substituted or withdrawn by the Bidder on or after the Bid Due
Date.
(ii) Any alteration/ modification in the Bid or additional information supplied subsequent
to the Bid Due Date, unless the same has been expressly sought for by the Employer,
shall be disregarded.
(iii) For modification of e-bid, bidder has to detach its old bid from e-tendering portal and
upload / resubmit digitally signed modified bid.
(iv) For withdrawal of bid, bidder has to click on withdrawal icon at e-tendering portal and
can withdraw its e-bid.
(v) Before withdrawal of a bid, it may specifically be noted that after withdrawal of a bid
for any reason, bidder cannot re-submit e-bid again.
(i) Opening of Proposals will be done through online for Financial Proposal and both on-
line and manually for Technical Proposal.
(ii) For participating in the tender, the authorized signatory holding Power of Attorney
shall be the Digital Signatory. In case the authorized signatory holding Power of
Attorney and Digital Signatory are not the same, the bid shall be considered non-
responsive.
The Employer will open the Technical Proposal at 11.30 hours Indian Standard Time
on 22.03.2024 i.e. in the presence of the Applicants who choose to attend and evaluate
the Applications in accordance with the provisions set out in the RFP.
(iii) The Financial Proposal will be opened of the short listed applicants who qualify for
financial opening as per RFP. The date of opening of Financial Proposal will be notified
later on.
5. PROPOSAL EVALUATION
5.1 A two -stage procedure shall be adopted for evaluating the proposals.
5.2 Deleted
5.3 The Evaluation Committee appointed by the National Highways Authority of India
shall carry out its evaluation applying the evaluation criteria and point system specified
in the data sheet. Each responsive proposal shall be attributed a technical score (St.)
The technical proposal should score at least 75 points to be considered responsive. The
Authority shall shortlist 5 (five) top firms on the basis of their technical score not in the
conflict of interest with the concessionaire.
Financial Proposal
5.4 After the evaluation of Technical Proposals is completed and the shortlist of 5 firms is
finalised, National Highways Authority of India may notify those consultants whose
proposals were not considered as per conditions of RFP. The National Highways
Authority of India shall simultaneously notify the finally selected 05 (five) shortlisted
firms indicating the date and time set for opening of the Financial Proposals.
5.5 The Financial Proposals shall be opened publicly in the presence of the consultants’
representatives who choose to attend. The name of the consultant, the technical scores,
and the proposed prices shall be read aloud and recorded when the Financial Proposals
are opened. The Client shall prepare minutes of the public opening.
5.6 The Evaluation Committee will determine whether the submitted Financial Proposals
are complete (i.e. whether they have included cost of all items of the corresponding
proposals; if not, then the cost towards such missing items will be considered as NIL,
but the Consultant shall, however, be required to carry out such obligations without
any additional compensation. In case under such circumstances, if Client feels that the
work cannot be carried out within the overall cost as per the submitted financial
proposal, such proposals shall be considered non responsive.
5.7 The Evaluation Committee shall determine if the financial proposal is complete and
without computational errors. The lowest financial proposal (Fm) shall be given a
financial score (Sf) of 100 points. The financial score of the proposals shall be computed
as follows: Sf = 100 x Fm/F (F-amount of financial proposal).
5.8 Proposals shall finally be ranked according to their combined technical (St) and
financial (Sf) scores using the weights indicated in the data sheet.
The Firm achieving the highest combined technical financial score shall be declared as
the most preferred bidder.
5.9 Subject to the provisions of Clause 5.3, the Bidder whose BID is adjudged as
responsive. The bidder shall be declared as most preferred bidder shall be the first
Ranked applicant (having the highest combined Technical and Financial Score as per
RFP) as procedure defined as under:
(i) Among all the responsive bidder, the most preferred bidder will be termed as H-
1. If H-1 is ‘Class-I Local Bidder’, the contract will be awarded to H-1.
(iii) In case such preferred eligible ‘Class –I local bidder‘ fails to match the H-1price,
the ‘Class-I local bidder’ with next Highest combined score (having next Highest
combined Technical and Financial Score as per RFP among Class-I local bidders
), within the margin of purchase preference shall be invited to match the H-1
price and so on and contract shall be awarded accordingly. In case none of the
‘Class-I local bidder’ within the margin of purchase preference matches the H-1
price, the contract shall be awarded to the H-1 bidder.
‘Margin of purchase preference’ means the maximum extent to which the price quoted
by ‘Class-I local bidder’ may be above/below the H-1 for the purpose of purchase
preference.
(I) The Expert Teams (2-3 to begin with) comprising of 3 eminent retired/serving officers in
each team will be set up by each Member to take the interview through VC of the key personnel
of H-1 consultant before issue of LOA of consultancy assignments under their jurisdiction. The
proceedings of VC shall lie on Data Lake as a record. If any key personnel is found not suitable,
such person will not be allowed to participate for 3 months in NHAI’s projects. The Consulting
Firm will be given one opportunity to replace unsuitable person with a person of equal or
better CV, and no reduction in remuneration shall apply to such replacements. If Consultant
fails to produce alternate CV within 7 days or alternate CV/ Person is also not found suitable
by the expert team, then the consultancy firm shall be given further opportunity to replace the
unsuitable person with reduction in remuneration of that position @ 10% for such
replacement till suitable key person is made available and he is found suitable by expert team.
Those key personnel who have been declared not suitable/not recommended in the previous
interviews (before issue of this circular) may be allowed to reappear before interview expert
committee if they have completed stipulated time of 3 months as mentioned above.
The key personnel proposed by the consultancy firm and found suitable by expert team of NHAI
through interaction shall remain eligible for the same position for 3 years from the date of
interaction in case they left the project for any justified reason and are subsequently proposed
for other projects.
Interviews of Key Personnel of the H-1 Consulting firm shall be held in accordance with NHAI
Policy Circular no. 10.1.30/2021 dated 15.11.2021 and its amendment vide Policy Circular no.
10.1.35/2022 dated 11.10.2022 and NHAI Policy Circular no. 10.2.34/2024 dated 10.01.2024.
(II) Interview of Key Personnel already deployed at site: The Expert teams as set up above
will also take the interviews of Key Personnel deployed in ongoing projects, where progress of
civil work is 50% or less, as a onetime exercise in the order of oldest project first, following the
6. Award of Contract
The Client shall issue letter of award to selected Consultant and ask the Consultant to
provide Performance Security. If the selected Consultant fail to provide performance
security within the prescribed time or the Consultant fail to sign the Contract
Agreement within prescribed time, the Client may invite the 2 nd highest ranking
bidder Consultant and follow the procedure outlined in Para 6 and 8 of this Letter
of Invitation.
7. PERFORMANCE SECURITY
7.1 The successful consulting firm shall have to submit a Bank Guarantee (BG) for an
amount of 3% of the Contract Value within 15 days of issue of LOA. The BG shall be
valid for a period of 50 months i.e. upto 2 months beyond the expiry of the Contract
period of 48 months. The BG shall be in the format specified in Appendix H of draft
contract form and furnished from a Nationalised Bank, IDBI or ICICI/ICICI
Bank/Foreign Bank/EXIM Bank / Any Scheduled Commercial Bank approved by RBI
having a net worth of not less than 1000 crore as per latest Annual Report of the Bank.
In the case of a Foreign Bank (issued by a Branch in India) the net worth in respect of
Indian operations shall only be taken into account. In case of Foreign Bank, the BG
issued by Foreign Bank should be counter guaranteed by any Nationalised Bank in
India. In case of JV, the BG shall be furnished on behalf of the JV and not individually by
the members.
7.2 In the event the Consultant fails to provide the security within 15 days of date of LOA,
it may seek extension of time for a period of 15 (Fifteen) days on payment of damages
for such extended period in a sum of calculated at the rate of 0.1% (Zero Point One
Percent) of the contract price for each day until the performance security is provided.
For the avoidance of doubt the agreement shall be deemed to be terminated on expiry
of additional 15 days time period.
7.3 Notwithstanding anything to the contrary contained in this Agreement, the Parties
agree that in the event of failure of the Consultant to provide the Performance Security
in accordance with the provisions of Clause 13.1 within the time specified therein or
such extended period as may be provided by the Authority, in accordance with the
provisions of Clause 13.2, all rights, privileges, claims and entitlements of the
Consultant under or arising out of this Agreement shall be deemed to have been waived
by, and to have ceased with the concurrence of the Consultant, and LoA shall be deemed
to have been withdrawn by mutual agreement of the Parties. Authority may take action
debar such firm for future projects for a period of 1-2 years.
After having received the performance security and verified it, the Client shall invite
the selected bidder for signing of Contract Agreement on a date and time convenient
to both parties within 15 days of receipt of valid Performance Security.
9. Penalty Provisions
In case of deficiency in services, the penal action shall be initiated in terms of Clause
3.1.3 of General Condition of Contract.
2 The proposal shall be valid for 120 days after the last date of submission.
3 Clarification may be requested 7 days prior to Pre Proposal Conference. The address
for requesting clarification is:
Sh. N L Yeotkar
GM (Tech)
Maharashtra Division
National Highways Authority of India
G-5 & 6, Sector-10, Dwarka
New Delhi-110075
E-mail: nlyeotkar@nhai.org
Tele: - 011-25074100 (Extn: 1202)
5 All the personnel shall have working knowledge of English and all the reports etc. shall
be written in English.
7 The Consultants to ensure that their firms and key personnel should register their
credentials / modules on www.infracon.nic.in as stipulated in MoRT&H Circular No.
RW-NH-35075/1/2010-S&R® dt. 28.10.2015.
* Consultants should give details of the experience of the firm considering the completed and the
on-going highway assignments, separately for PPP and non-PPP Projects along with experience
certificates from clients. This list of the completed works should also include those assignments
which are substantially (90% of Contract value) completed. No Qualification/Experience etc.
shall be considered without proof of experience.
Experience of Consultant for having offered consultancy services to a private organization shall
also be considered as relevant experience for current assignment, provided the experience is
duly endorsed by the respective Government Agency.
** Similar projects means 2/4/6 lane as applicable for the project for which RFP is invited. For 2-
lane projects experience of 4/6 lane also to be considered with a multiplication factor of 1.5.
Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For 4/6 lane,
experience of 2 lane will be considered with a multiplication of 0.4 if the cost of the consultancy
services was more than Rs.3.0 crores.
*** In case the project includes any specialized nature of work such as tunnels, specialized
structures etc. in substantial quantum, this requirement/Marks may be included by suitably
adjusting marks of other attributes.
In case of JV the turnover and experience details of Lead and JV partners to be added.
Employer’s certificate should be submitted substantiating the experience claimed by the firm.
Notes: (i) The consultants owning the equipment shall be required to submit proof of ownership.
(ii) The experience of the associate firms in use of technology shall also be counted in the
evaluation. The experience of firm or associate firm in NSV, FWD, MBIU, Retro
reflectometer, ATCC or equivalent technology shall be supported by experience
certificate. The experience of a firm/ associate firm for a private
concessionaire/contractor (client) shall be considered on self-certification along with
the client certificate. Any false certification shall attract provision of Clause 2.9.1(g) of
GCC.
The technical proposal should score at least 75 points to be considered responsive for financial
evaluation.
vi) The Consultant should carryout self-evaluation based on the evaluation criteria at
Appendix-EC. While submitting the self-evaluation along with bid, Consultant shall
make references to the documents which has been relied upon in his self-evaluation.
vii) Result of technical evaluation shall be made available on the website giving opportunity
to the bidders to respond within 7 days in case they have any objection.
viii) The single currency for price conversion is INR. For evaluation of bid proposals, the
foreign currency conversation rate of 1US Dollar = Rs. 83.38/- and 1 Euro = Rs. 89.803
/- shall be used.
11. Commencement of Assignment: The firm shall begin carrying out the services within
one month of signing of the Consultancy Agreement.
Remarks: Based on experience and the Consulting Industry’s Capacity, Project specific
requirement etc., National Highways Authority of India may modify the
above criteria for Selection of IE.
Note 1: In case of JV the turnover and experience details of Lead and JV partners to be added.
Note 2: Employer’s certificate/ certificate from Statutory Auditor should be submitted substantiating the
experience/turnover claimed by the firm.
Note 3: **For 4/6 lane projects, experience of 2-lane will be considered with a multiplication factor of
0.4 if the cost of such consultancy services was more than Rs.3.0 crores.
*** In case the project includes any specialized nature of work such as tunnels, specialized structures
etc. in substantial quantum, this requirement/Marks may be included by suitably adjusting marks of
other attributes.
3. Evaluation Criteria for assessment of score of Key Staff for adequacy of the
Assignment.
Note:
(3) Only those projects will be considered for evaluation at S. No. 2(c), (d) where the input of the
personnel is not < 12 months
(4) In case of experience on behalf of Consultant or Contractor, the experience shall be duly
endorsed by the respective Government agency. In case of non-availability of endorsement from
Govt. Agency, the experience uploaded on Infracon Portal will be taken into consideration.
However, the key personnel/ bidder will be solely responsible for any fake information/ CV,
which may result in debarment.
Note:
(2) Only those projects (in numbers) will be considered for evaluation above, where the input of
the personnel is not < 12 months
(3) In case of experience on behalf of Consultant or Contractor, the experience shall be duly
endorsed by the respective Government agency. In case of non-availability of endorsement from
Govt. Agency, the experience uploaded on Infracon Portal will be taken into consideration.
However, the key personnel/ bidder will be solely responsible for any fake information/ CV,
which may result in debarment.
Note:
(2) Only those projects (in numbers) will be considered for evaluation above, where the input of
the personnel is not < 12 months
(3) In case of experience on behalf of Consultant or Contractor, the experience shall be duly
endorsed by the respective Government agency. In case of non-availability of endorsement from
Govt. Agency, the experience uploaded on Infracon Portal will be taken into consideration.
However, the key personnel/ bidder will be solely responsible for any fake information/ CV,
which may result in debarment.
Note:
(2) Only those projects (in numbers) will be considered for evaluation above, where the input of
the personnel is not < 6 months
(3) In case of experience on behalf of Consultant or Contractor, the experience shall be duly
endorsed by the respective Government agency. In case of non-availability of endorsement from
Govt. Agency, the experience uploaded on Infracon Portal will be taken into consideration.
However, the key personnel/ bidder will be solely responsible for any fake information/ CV,
which may result in debarment.
Note:
(2) Only those projects (in numbers) will be considered for evaluation above, where the input of
the personnel is not < 12 months
(3) In case of experience on behalf of Consultant or Contractor, the experience shall be duly
endorsed by the respective Government agency. In case of non-availability of endorsement
from Govt. Agency, the experience uploaded on Infracon Portal will be taken into
consideration. However, the key personnel/ bidder will be solely responsible for any fake
information/ CV, which may result in debarment.
(2) Only those projects (in numbers) will be considered for evaluation above, where the input of
the personnel is not < 6 months
1. If a key personnel has worked in next lower category to the similar capacity, the marks allotted
to key personnel in the category ‘experience in similar capacity’ shall be reduced to two thirds
of marks in this category. This shall be applicable for evaluation of all key personnel.
2. **Similar projects means 2/4/6 lane as applicable for the project for which RFP is invited. For 2-
lane projects experience of 4/6 lane also to be considered with a multiplication factor of 1.5.
Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For 4/6
laning projects, experience of 2 lane will be considered with a multiplication factor of 0.4.
The proposal should contain the following information in enclosed format attached at
Appendix A.
Note: The Firm shall submit Certificate of Incorporation and audited balance sheet for
the last five years (FY 2018-19, FY 2019-2020, FY 2020-21, FY 2021-22 & FY 2022-23).
For claiming experience of Highway projects completion certificate from employer
should be enclosed. The proposal should also contain the details of the key personnel
viz. their name, qualification, expertise area, experience and years of association with
the firm.
The following information related to the firm should be provided in the proposal.
(e) Name of two(2) principals who may be contacted with title and telephone
number/fax number/e-mail.
Balance Sheet/ Auditor Certificate of last 5 years (2018-19, 2019-20, 2020-21, 2021-22,
2022-23) shall be submitted as evidence of Annual Turnover.
**a) The amount shall be stated in INR. (Consider 1US Dollar = Rs. 83.38/- and 1 Euro = Rs. 89.803
/-
b) The currency conversion rate for the respective years (as on financial year ending for the
respective year) shall be mentioned for other international currencies
1 2 3 4 5 6 7 8 9 10
A. Completed / Substantially completed projects :
1.
2.
3.
B. Projects in progress:
1.
2.
3.
(h) Experience in DPR preparation of 4/6 laning Highway Projects separately for the PPP
and non-PPP projects during the last 7 years. ***
a) 2/4/6 lane as applicable for the project for which RFP is invited. For 2-lane projects
experience of 4/6 lane also to be considered with a multiplication factor of 1.5.
Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For
4/6 laning projects, experience of 2 lane will be considered with a multiplication factor
of 0.4, but only for those 2 lane projects whose cost of consultancy services was more
than Rs.3.0 crores.
b) Only those projects, to be included in the table which are Highways Projects and for
which clients certificates from the concerned Government agencies are enclosed
with the proposal.
c) The details of bridges having length more than 200m (500m in case the project consist
of bridges of length more than 500m) in the listed projects is to be specifically
mentioned.
d) The weightage given for experience of a firm would depend on the role of the firm in
the respective assignments. The firm’s experience would get full credit if it was the sole
firm in the respective assignment. Experience weightage for firms as Lead partner/JV
partner /Associate shall be considered in the same proportion as payment has been
received by the firm towards consultancy work in the project.
(i) Assignments on hand including those for which the Letter of Acceptance from the
clients received as on 7 days prior to due date for submission of proposals: The
details shall be given in the following format.
Team Members
Date of Agreement if signed
Date of letter of Acceptance
firm
Name of Assignment
Position
Client
Name
S. No
DOB
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)
(j) Number of Key Personnel (as defined in RFP) employed with the firm in highway
sector with more than one year from bid submission date:
Key Personnel Number of key personnel employed
Sole Applicant (Lead Member JV (1)
in case of JV)
Team Leader cum Senior Highway Engineer
Resident cum Highway Engineer
Bridge/Structural Engineer
Senior Pavement Specialist
Senior Quality cum Material Expert
Road Safety Expert
Ladies/Gentlemen:
Subject: Submission of Technical and Financial Proposal for engagement as IE for the BOT
work.
We, the undersigned, offer to provide the consulting services for the above in accordance with
your Request for Proposal dated (Date), and our Proposal. We are hereby submitting our
Proposal, which includes this Technical Proposal and a Financial Proposal sealed under a
separate envelope for the above mentioned work.
My/Our registration No. on Infracon is ……. and my/our Infracon Team ID is …………….
Our Proposal is binding upon us. We understand you are not bound to accept any Proposal you
receive
We remain,
Yours sincerely,
Shall give details of site as per actual site visit and data provided in RFP and collected
from site supported by photographs to demonstrate that responsible personnel of the
Consultant have actually visited the site and familiarized with the salient
details/complexities and scope of services.
The approach and methodology will be detailed precisely under the following topics.
1) Methodology for services, surveying, road condition data collection and analysis [not
more than 2 pages]
2) Key challenges foreseen and proposed solutions in carrying out the assignment [not
more than 1 page]
3) Quality Audit methodology including Quality Assurance Plan [not more than 6 pages]
REFERENCES
Relevant Services Carried Which Best Illustrate Qualifications
The following information should be provided in the format below for each reference
assignment for which your firm, either individually as a corporate entity or as one of the
major companies within a consortium, was legally contracted by the client:
Assignment Name: Country:
Location within Country : Professional Staff Provided
by your firm:
Name of Client : No. of Staff :
Address : No. of Staff Months :
Technology Used:
Start Date Completion Date Approx. Value of
(Month / Year) (Month / Year) Services : (in INR/current USD) :
Name of JV/Association Firm(s) if any : No. of Months of Professional
Staff provided by Associated Firm(s)
Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member/Associate
Narrative Description of Project :
Description of Actual Services Provided by your Company:
1. Technical/Managerial Staff
Sl. No. Name Position Task
1
2. Support Staff
Sl. No. Name Position Task
1
Profession :..............................................................................................
Date of Birth :
Please attach printout of CV alongwith all the relevant details uploaded on infracon portal.
I, the undersigned, (Name and Address) undertake that this CV correctly describes myself, my
qualifications and my experience and National Highways Authority of India would be at
liberty to debar me if any information given in the CV, in particular the Summary of
Qualification & Experience vis-à-vis the requirements as per TOR is found incorrect. I further
undertake that I have neither been debarred by National Highways Authority of India nor
left any assignment with the consultants engaged by National Highways Authority of India /
contracting firm (firm to be supervised now) for any continuing work of National Highways
Authority of India without completing my assignment. I will be available for the entire
duration of the current project (named…..). If I leave this assignment in the middle of the work,
National Highways Authority of India would be at liberty to debar me from taking any
assignment in any of the National Highways Authority of India works for an appropriate
period of time to be decided by National Highways Authority of India. I have no objection if
my services are extended by National Highways Authority of India for this work in future.
I further undertake that if due to my inability to work on this project due to unavoidable
circumstances, due to which consultant’s firm is forced to seek replacement. In such
unavoidable circumstances, I shall not undertake any employment in National Highways
Authority of India projects during the period of assignment of this project and National
Highways Authority of India shall consider my CV invalid till such time.
I further certify that I am associated with the following assignments as on date (as on 7 days
prior to due date for submission of proposal) including those for which LOA has been received
by the firm and the inputs in these assignments shall not effect the work of the current
assignment.
………………………………………… Date
(Day/Month/Year)
The Consultant should carryout self-evaluation based on the evaluation criteria at Appendix-
EC and furnish the same here. While submitting the self-evaluation along with bid, Consultant
shall make references to the documents which have been relied upon in his self-evaluation
The undersigned on behalf of ----------( name of consulting firm) certify that Shri-------- (name
of proposed personnel) to the best of our knowledge has neither been debarred by National
Highways Authority of India nor left his assignment with any other consulting firm engaged
by National Highways Authority of India / Contracting firm (firm to be supervised now) for
the ongoing projects. We understand that if the information about leaving the past assignment
is known to National Highways Authority of India, National Highways Authority of India
would be at liberty to remove the personnel from the present assignment and debar him for an
appropriate period to be decided by National Highways Authority of India.
………………………………………… Date
(Day/Month/Year)
A. Activity Schedule
Sl. Name Position Monthwise Program (in form of Bar Chart)
No. st nd
[1 , 2 , etc. are months from the start of assignment]
Number of Months
and subsequent
years
10th
11th
12th
2nd
3rd
4th
5th
6th
7th
8th
9th
1st
1 Subtotal (1)
2 Subtotal (2)
3 Subtotal (3)
4 Subtotal (4)
- -
- -
A. Activity Schedule
Sl. No. Item of Activity (Works) Monthwise Program (in form of Bar Chart)
st nd
[1 , 2 , etc. are months from the start of assignment]
1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
1
2
3
4
-
-
B. Activity Schedule
S.No Reports : Programme : (Date)
1 Monthly reports
(Design and Construction)
2 Quarterly Reports
3 Various others reports as provided in the Concession Agreement such as
Completion Report
Address
INTEGRITY PACT
(To be executed on the plain paper and submitted along with Technical Bid/ Tender
documents for tenders having a value of Rs. 5 crore or more. To be signed by the bidder and
same signatory competent/ authorized to sign the relevant contract on behalf of the National
Highways Authority of India)
(Maharashtra Division)
Tender No. NHAI/Tech/MH/IE/Karmala-Tembhurni/2023-24
Whereas, the Principal intends to award, under laid down organizational procedure,
contract/s for “Independent Engineer services for Four Laning of Ahmednagar-Solapur District
Border to Tembhurni section of NH-561A from Ch.80+390 to Ch.139.750 in the State of
Maharashtra to be executed on BOT (Toll) mode under NH (O)”. 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 for
Contractor(s)/ Concessionaire(s)/ Consultant(s).
And Whereas in order to achieve these goals, the Principal will appoint an Independent
External Monitors (IEMs), who will monitor the tender process and the execution of the
contract for compliance with the Principles mentioned above.
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.
(b) The Principal will, during the Tender process treat all Bidder(s) with
equity and reason. The Principal will in particular, before and during the
Tender process, provide to all Bidder(s) the same information and will
not provide to any Bidder(s) confidential/ additional information through
which the Bidder(s) could obtain an advantage in relation to the tender
process or the contract execution.
(c) The Principal will exclude all known prejudiced persons from the
process.
(2) If the Principal obtains information on the conduct of any of its employees which
is a criminal offence under the IPC/PC Act or any other Statutory Acts or if there
be a substantive suspicion in this regard, the Principal will inform the Chief
Vigilance Officer and in addition can initiate disciplinary actions as per its internal
laid down Rules/Regulations.
(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,
(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.
(g) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not bring any
outside influence through any Govt. bodies/quarters directly or indirectly on the
bidding process in furtherance of his bid.
Article - 3 Disqualification from tender process and exclusion from future contracts.
(1) If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s), before award or
during execution has committed a transgression through a violation of any provision
of Article2, above or in any other form such as to put his reliability or credibility in
(4) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) 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(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) shall be final and binding on the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s), however, the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s) can approach IEM(s) appointed for
the purpose of this Pact.
(6) On occurrence of any sanctions/ disqualification etc. arising out from violation of
integrity pact, the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) shall
not be entitled for any compensation on this account.
(7) Subject to full satisfaction of the Principal, the exclusion of the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s) could be revoked by the Principal if
the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) can prove that he has
restored/ recouped the damage caused by him and has installed a suitable corruption
prevention system in his organization.
(2) In addition to 1 above, the Principal shall be entitled to take recourse to the relevant
provisions of the contract related to Termination of Contract due to Contractor/
Concessionaire/Consultant's Default. In such case, the Principal shall be entitled to
forfeit the Performance Bank Guarantee of the Contractor/ Concessionaire/
Consultant and/ or demand and recover liquidated and all damages as per the
provisions of the contract/concession agreement against Termination.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from
the tender process or action for his exclusion can be taken as mentioned under
Article-3 above for transgressions of Article-2 and shall be liable for compensation
for damages as per Article-4 above.
(2) The Principal will enter into agreements with identical conditions as this one with
all Bidders/ Contractors/ Concessionaires/ Consultants and subcontractors.
(3) The Principal will disqualify from the tender process all Bidders who do not sign
this Pact or violate its provisions.
(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Chairman,
NHAI.
(4) The Monitor is under contractual obligation to treat the information and documents
of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality. The Monitor
has also signed on ‘Non-disclosure of Confidential Information’ and of ‘Absence of
Conflict of Interest’. In case of any conflict of interest arising at a later date, the IEM
shall inform Chairman, NHAI and rescue himself/ herself from that case.
(5) The Principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
impact on the contractual relations between the Principal and the Bidder/Contractor/
Concessionaire/ Consultant. The parties offer to the Monitor the option to participate
in such meetings.
(6) As soon as the Monitor notices, or believes, to notice any transgression as given in
Article-2, he may request the Management of the Principal to take corrective action,
or to take relevant action. The monitor can in this regard submit non-binding
recommendations. Beyond this, the Monitor has no right to demand from the parties
that they act in a specific manner, refrain from action or tolerate action.
(7) The Monitor will submit a written report to the Chairman, NHAI within 8 to 10
weeks from the date of reference or intimation to him by the Principal and, should
the occasion arise, submit proposals for correcting problematic situations.
(9) The word 'Monitor' would include both singular and plural.
(2) Changes and supplements as well as termination notices need to be made in writing.
(4) Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their original intentions.
(5) Issue like warranty / Guarantee etc. shall be outside the purview of IEMs.
(6) In the event of any contradiction between the Integrity Pact and its Annexure, the
clause in integrity pact shall prevail.
(7) Any disputes/ differences arising between the parties with regard to term of this pact,
any action taken by the Principal in accordance with this Pact or interpretation
thereof shall not be subject to any Arbitration.
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 Bidder/ Contractor/
Concessionaire/ Consulting
(Office Seal)
Place……………
Date………….…
Witness 1:
(Name & Address) ________________
________________
________________
Witness 2:
(Name & Address) ________________
________________
________________
(ii) Details of all in-hand DPR projects or DPR projects awarded by NHAI for NH
works:
Date:-------------(dd/mm/yyyy)
(iii) Details of all in-hand AE/IE/SC projects or AE/IE/SC awarded by NHAI for NH
works:
Date :-------------(dd/mm/yyyy)
(iv) Self-Assessment by the consultancy firm (in case of JV, separately by the JV
partners) on eligibility as per technical capacity provisions:
3A 3B 3C 4A 4B 4C 5A 5B 5C
Firm - Firm - Total DPR IE/ Total DPR IE/ Total DPR IE/ AE
1 2 AE AE
3A 3B 3C 4A 4B 4C 5A 5B 5C
10 10 6 6 4 7 4 3 0 0 0
Note: $ The figures in Col. 5 be rounded off to the nearest integer i.e. in case remaining
Bid Capacity comes to 0.5 or more, then it will be considered as 1, in case less than 0.5,
then it will be considered as 0 (Zero).
10 10 6 6 4 7 4 3 0 0 0
3A 3B 3C 4A 4B 4C 7A 7B 7C
80 75 40 40 30 38 10 28 2 2 2
Firm - Firm - Total DPR IE/ Total DPR IE/ Total DPR IE/ AE
1 2 AE AE
60 40 38 36 12 12 9 19.4 6.4 13 0 0 0
Note: $ the figures in Col. 5 be rounded off to the nearest integer i.e. in case remaining Bid
Capacity comes to 0.5 or more, then it will be considered as 1, in case less than 0.5, then it will
be considered as 0 (Zero).
^ In terms of Note (3) Table 1.1, as the Balance bid capacity of Firm-1 is nil. So in spite of
remaining capacity 2.5 the JV not to be considered as responsive.
We, the undersigned, offer to provide the consulting services for the above in accordance with
your Request for Proposal dated [Date], and our proposal. Our attached financial proposal is
for the sum of [Amount in words and figures]. This amount is exclusive of the local taxes which
we have estimated at (Amount in Words and Figures).
Our financial proposal shall be binding upon us, up to the expiration of the validity period of
the proposal, i.e., [Date].
We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India
namely “Prevention of Corruption Act 1988”.
Commission and gratuities, if any, paid or to be paid by us to agents relating to this proposal
and contract execution, if we are awarded the contract, are listed below:
Name and Address of Agents Amount and Currency Purpose of Commission or Gratuity
We understand you are not bound to accept any proposal you receive.
We remain,
Yours sincerely,
Address
TBN = To Be Named
The vehicles provided by the Consultants shall include the cost for rental, drivers, operation,
maintenance, repairs, insurance, etc. for all complete approx. 3000km/month run
S. No Description of Qty. Total Rate/ Amount
Vehicles (No. of vehicle-month) Vehicle-
During Construction During Development Month
Period and O&M Period
1
Innova/ Scorpio (24) 24 48
or equivalent
(not more than 3
years old)
2
Ambassador/ (2 X 24) 24 72
Indica or
equivalent (not
more than 3
years old)
Total
IV. Duty Travel to Site (Fixed Costs) (For all Lengths of projects) : Professional and
Sub-Professional Staff
Trips Number of Trips Rate* Amount
V. Office Rent (Fixed Costs)– Minimum 200 sqm area of office shall be rented.
(For project Length upto 100 km)
The rent cost includes electricity and water charges, maintenance, Cleaning, repairs, etc.
complete.
The rent cost includes electricity and water charges, maintenance, Cleaning, repairs, etc.
complete.
The cost shall include rental charges towards all such furniture and equipment as required for
proper functioning of office. Office furniture shall include executive tables, chairs, visitor chairs,
steel almirahs, computer furniture, conference table etc. Office equipment shall include as a
minimum of telephone (2 external & 10 internal lines), photocopier (15ppm, 12000 copies per
month with A3 & A4 input) fax machine, PCs(5 No., Intel Core 2 Duo E8300, 19’’ colour TFT,
Cache-6MB, RAM-2 GB, HDD-250 GB, DVD Writer, Key board, optical scroll mouse, MS-
Windows Vista Business, pre loaded anti virus etc.), laser printers (2 no., 14 ppm, 266 MHZ,
5000 pages per month, 600x600 dpi or better etc., Engineering Plan printer (1 no.), binding
machine (1 no.), plotter A0 size, overhead projector, AC (4 no., 1.5 Ton), Water Coolers (as
required)etc.
Nos of Months Rate/month Amount
48
The cost shall include carrying out survey using equipment, manpower, software and report
processing.
X. Contingencies
A fixed amount of Indian Rupees ONE MILLION shall be included in the Financial Proposal. The
provisions of Contingency shall be operated with the specific approval form the Competent
Authority in National Highways Authority of India.
1. Scope
1.1. These Terms of Reference for the Independent Engineer (the “TOR”) are being specified
pursuant to the Concession Agreement dated …………… (the “Agreement”), which has
been entered into between the Authority and ………………… (the “Concessionaire”) for
Independent Engineer services for Four Laning of Ahmednagar-Solapur District Border
to Tembhurni section of NH-561A from Ch.80+390 to Ch.139.750 in the State of
Maharashtra to be executed on BOT (Toll) mode under NH (O)
1.2. , and a copy of which is annexed hereto and marked as Annex-A to form part of this
TOR.
1.3. This TOR shall apply to construction, operation and maintenance of the [Four-Lane]
Project Highway, and shall apply, mutatis mutandis, to [Six-Laning] thereof.
2.1. The words and expressions beginning with or in capital letters used in this TOR and not
defined herein but defined in the Agreement shall have, unless repugnant to the
context, the meaning respectively assigned to them in the Agreement.
2.2. References to Articles, Clauses and Schedules in this TOR shall, except where the
context otherwise requires, be deemed to be references to the Articles, Clauses and
Schedules of the Agreement, and references to Paragraphs shall be deemed to be
references to Paragraphs of this TOR.
2.3. The rules of interpretation stated in Clauses 1.2, 1.3 and 1.4 of the Agreement shall
apply, mutatis mutandis, to this TOR.
3.1. The role and functions of the Independent Engineer shall include the following:
i. review of the Drawings and Documents as set forth in Paragraph 4;
ii. review, inspection and monitoring of Construction Works as set forth in Paragraph 5;
iii. conducting Tests on completion of construction and issuing Completion/ Provisional
Certificate as set forth in Paragraph 5;
iv. review, inspection and monitoring of O&M as set forth in Paragraph 6;
v. review, inspection and monitoring of Divestment Requirements as set forth in Paragraph 7;
vi. determining, as required under the Agreement, the costs of any works or services and/or
their reasonableness;
vii. determining, as required under the Agreement, the period or any extension thereof, for
performing any duty or obligation;
3.2. The Independent Engineer shall discharge its duties in a fair, impartial and efficient
manner, consistent with the highest standards of professional integrity and Good
Industry Practice.
4. Development Period
4.1. During the Development Period, the Independent Engineer shall undertake a detailed
review of the Drawings to be furnished by the Concessionaire along with supporting
data, including the geo-technical and hydrological investigations, characteristics of
materials from borrow areas and quarry sites, topographical surveys and traffic
surveys. The Independent Engineer shall complete such review and send its
comments/observations to the Authority and the Concessionaire within 15 (fifteen)
days of receipt of such Drawings. In particular, such comments shall specify the
conformity or otherwise of such Drawings with the Scope of the Project and
Specifications and Standards.
4.2. The Independent Engineer shall review any modified Drawings or supporting
Documents sent to it by the Concessionaire and furnish its comments within 7 (seven)
days of receiving such Drawings or Documents.
4.3. The Independent Engineer shall review the Drawings sent to it by the Safety Consultant
in accordance with Schedule-L and furnish its comments thereon to the Authority and
the Concessionaire within 7 (seven) days of receiving such Drawings. The Independent
Engineer shall also review the Safety Report and furnish its comments thereon to the
Authority within 15 (fifteen) days of receiving such report.
4.4. The Independent Engineer shall review the detailed design, construction methodology
and the procurement, engineering and construction time schedule sent to it by the
Concessionaire and furnish its comments within 15 (fifteen) days of receipt thereof.
4.5. Quality Assurance Manual and Plan forms the basis of quality of the work. It is therefore
essential that the Quality Assurance Manual and Plan prepared by the Concessionaire
be checked and approved. Thus, the Consultant shall check contents of Quality
Assurance Plan and Manual of Concessionaire as per requirements of Quality
Management System (as per ISO 9001), IRC: SP: 47-1998 and IRC: SP: 57-2000 for road
5. Construction Period
5.1. In respect of the Drawings, Documents and Safety Report received by the Independent
Engineer for its review and comments during the Construction Period, the provisions
of Paragraph 4 shall apply, mutatis mutandis.
5.2. The Independent Engineer shall review the monthly progress report furnished by the
Concessionaire and send its comments thereon to the Authority and the Concessionaire
within 7 (seven) days of receipt of such report.
5.3. On a daily basis, the concerned key personnel of Independent Engineer shall inspect
the Construction Works. Following activities need to be undertaken during the visits.
• Review of construction including progress, quality and safety of construction
Team Leader will be responsible for sending daily emails to <AGENCY> field office
5.4. On a monthly basis, the Independent Engineer shall prepare a Monthly Inspection
Report in accordance with the format prescribed in Annexure V setting forth an
overview of the status, progress, quality and safety of construction, including the work
methodology adopted, the materials used and their sources, and conformity of
Construction Works with the Scope of the Project and the Specifications and Standards.
In a separate section of the Inspection Report, the Independent Engineer shall describe
in reasonable detail the lapses, defects or deficiencies observed by it in the construction
of the Project Highway. The Independent Engineer shall send a copy of its Inspection
Report to the Authority and the Concessionaire latest by 7th of every month. Key
sections of the Monthly Progress Report are as follows.
5.5. The Inspection Report shall also contain a review of the maintenance of the existing
lanes. Condition survey of the existing highway shall be carried with network survey
vehicle at the interval of six months to ascertain the highway condition. For
determining that the Construction Works conform to Specifications and Standards, the
Independent Engineer shall require the Concessionaire to carry out, or cause to be
carried out, tests on a sample basis, to be specified by the Independent Engineer in
accordance with Good Industry Practice for quality assurance. For purposes of this
Paragraph 5.5, the tests specified in the IRC Special Publication-11 (Handbook of
Quality Control for Construction of Roads and Runways) and the Specifications for
Road and Bridge Works issued by MORTH (the “Quality Control Manuals”) or any
modification/substitution thereof shall be deemed to be tests conforming to Good
5.6. The timing of tests referred to in Paragraph 5.5, and the criteria for acceptance/
rejection of their results shall be determined by the Independent Engineer in
accordance with the Quality Control Manuals. The tests shall be undertaken on a
random sample basis and shall be in addition to, and independent of, the tests that may
be carried out by the Concessionaire for its own quality assurance in accordance with
Good Industry Practice.
5.7. In the event that the Concessionaire carries out any remedial works for removal or
rectification of any defects or deficiencies, the Independent Engineer shall require the
Concessionaire to carry out, or cause to be carried out, tests to determine that such
remedial works have brought the Construction Works into conformity with the
Specifications and Standards, and the provisions of this Paragraph 5 shall apply to such
tests.
5.8. In the event that the Concessionaire fails to achieve any of the Project Milestones, the
Independent Engineer shall undertake a review of the progress of construction and
identify potential delays, if any. If the Independent Engineer shall determine that
completion of the Project Highway is not feasible within the time specified in the
Agreement, it shall require the Concessionaire to indicate within 15 (fifteen) days the
steps proposed to be taken to expedite progress, and the period within which the
Project Completion Date shall be achieved. Upon receipt of a report from the
Concessionaire, the Independent Engineer shall review the same and send its
comments to the Authority and the Concessionaire forthwith.
5.9. If at any time during the Construction Period, the Independent Engineer determines
that the Concessionaire has not made adequate arrangements for the safety of workers
and Users in the zone of construction or that any work is being carried out in a manner
that threatens the safety of the workers and the Users, it shall make a recommendation
to the Authority forthwith, identifying the whole or part of the Construction Works that
should be suspended for ensuring safety in respect thereof.
5.10. In the event that the Concessionaire carries out any remedial measures to secure the
safety of suspended works and Users, it may, by notice in writing, require the
Independent Engineer to inspect such works, and within 3 (three) days of receiving
such notice, the Independent Engineer shall inspect the suspended works and make a
report to the Authority forthwith, recommending whether or not such suspension may
be revoked by the Authority
5.13. Upon reference from the Authority, the Independent Engineer shall make a fair and
reasonable assessment of the costs of providing information, works and services as set
forth in Article 16 and certify the reasonableness of such costs for payment by the
Authority to the Concessionaire
5.14. The Independent Engineer shall aid and advise the Concessionaire in preparing the
Maintenance Manual.
6. Operation Period
6.1. The Independent Engineer shall review the annual Maintenance Programme furnished
by the Concessionaire and send its comments thereon to the Authority and the
Concessionaire within 15 (fifteen) days of receipt of the Maintenance Programme.
6.2. The Independent Engineer shall review the monthly status report furnished by the
Concessionaire and send its comments thereon to the Authority and the Concessionaire
within 7 (seven) days of receipt of such report
6.3.1. The Independent Engineer shall carry out visual inspection of entire highway stretch
as per the frequency defined in the following table
Frequency of
Nature of defect or deficiency
inspection
ROADS
(a) Carriageway and paved shoulders
(i) Breach or blockade Daily
(ii) Pot holes Daily
(iii) Cracking Weekly
(iv) Rutting Weekly
(v) Bleeding/skidding Weekly
(vi) Ravelling/Stripping of bitumen surface Weekly
6.3.2. All elements which have daily inspection frequency shall be inspected weekly as well.
Similarly, all elements which have weekly inspection frequency shall be inspected
monthly as well.
6.3.3. Daily inspection report format and weekly inspection report format has been provided
in Annexure II and III of this document respectively. Manpower which needs to conduct
visual inspection and mode of reporting is defined in the following table
Frequency of Inspection to be carried out
Mode of reporting
inspection by
Daily Sub-professional staff Soft copy by Email
Weekly Key personnel Soft copy by Email
Monthly Key personnel Hard copy and Soft copy
6.3.4. High resolution photographs and video of the highway stretches having defects and/or
deficiencies shall be submitted along with Weekly Inspection Report and Monthly
Status Report. Summary of key observations around defects and deficiencies in
highway stretch shall be reported in Monthly Progress Report and detailed inspection
report shall be provided as Annexure to Monthly Progress Report.
The Contractor shall during the Construction and Maintenance Period shall carry out
such drone videography (on monthly basis) in the presence of Team Leader of
Independent Engineer pursuant to clause 13.6 of the Concession Agreement
(“Agreement”). The video of last month and the current month running side by side
6.3.5. The consultant shall also be responsible for inspection and monitoring of Wayside
Amenities. ETC (Electronic Toll Collection) and ATMS (Advanced Traffic Management
System) and incident management.
6.4.1. The carrying out of condition surveys will be one of the most important and crucial field
tasks under the project. The Independent Engineer shall carry out condition surveys
using equipment and following a frequency as defined under.
Sr. Equipment to be
Key metrics of Asset Frequency of condition survey
No. used
At least twice a year (As per
Surface defects of Network Survey
1 survey months defined for the
pavement Vehicle (NSV)
state basis rainy season)
At least twice a year (As per
2 Roughness of pavement Laser Profilometer survey months defined for the
state basis rainy season)
Falling Weight
3 Strength of pavement At least once a year
Reflectometer (FWD)
Mobile Bridge At least twice a year (As per
4 Bridges Inspection Unit survey months defined for the
(MBIU) state basis rainy season)
At least twice a year (As per
5 Road signs Retro-reflectometer survey months defined for the
state basis rainy season)
The first equipment based inspection shall be conducted at the time of completion
testing. The other inspections shall be conducted before and after the rainy seasons as
per the schedule defined in Annexure IV, except for FWD testing which shall be
conducted once a year.
• Video logging
o Pavement imagery (AVI/JPEG)
o 360 degree imagery (JPEG)
• Interpretation report covering summary of entire survey and analysis of defects and
deficiencies
6.4.3. Measurement of pavement strength
i. The Independent Engineer shall carry out structural strength surveys for existing
pavements using Falling Weight Deflectometer technique in accordance with the
procedure given in IRC:115-2014 (Guidelines for Structural Evaluation and
Strengthening of Flexible Road Pavements Using Falling Weight Deflectometer
(FWD) Technique) and IRC: 117-2015 (Guidelines for the Structural Evaluation of
Rigid Pavement by Falling Weight Deflectometer)
ii. The interval at which deflection measurements are to be taken up are as per
IRC:115-2014 / IRC:117-2015. The sample size and the interval of the data to be
collected depends on the length of the uniform section calculated and condition of
the pavement section i.e ‘good’, ‘fair’ and ‘poor’ for each lane, established on the
pavement condition data based on the criterion given in IRC:115-2014. For rigid
pavements, the deflection data may be collected at interiors, corners, transverse
joints and longitudinal joints in the outer lanes at intervals as specified in IRC:117-
2015.
iii. The following are the set of deliverables which should be submitted after
completion of inspection test as part of Monthly Progress Report
6.4.4. The Independent Engineer shall carry out the condition and structural assessment
survey of the bridges in accordance with IRC-SP; 35 with the use of Mobile Bridge
Inspection unit (MBIU) or better technology.
i. The following criteria shall be met by the process of bridge condition assessment
ii. Detailed bridge inspection report shall be submitted as per the Inspection Proforma
provided in IRC-SP 35
ii. The following criteria shall be met by the process of road signs retroreflection
measurement
• Measurement of retroreflective signs shall be conducted in accordance with ASTM E1709
and ASTM E2540
• Measurement time after pressing trigger shall be less than or equal to 1 sec
• Inbuilt data storage of at least 2,000 measurements so that data transfer requirement is
minimized while the survey is being conducted
iii. The following are the set of deliverables which should be submitted after completion
of survey as part of Monthly Progress Report
6.5. The Independent Engineer shall carry out following inspections of ETC lanes at toll
plazas on a month basis:
(a) Infrastructure:
• Availability of civil infrastructure at toll plazas required for installation of ETC systems
• Adequacy of hardware, software and other related items as per IHMCL/<AGENCY> technical
specifications and requirements
(b) Operations:
• Adherence of various stakeholders (acquirer bank, system integrator, toll operator, issuer bank
etc) of the ETC system to the service level agreements
• Efficacy of the ETC system (RFID tagging, AVC, WIM etc) in terms of accuracy and uptime
• Tracking and reporting toll plaza experience metrics such as average waiting time, transaction
times for different modes of payment (RFID, cash, smart cards, QR codes etc) and congestion
levels (eg length of queue in different lanes) across 4 different times in a day
• Robustness of dispute resolution mechanisms in place for the tag holder and toll operators by
the issuer and acquirer banks
6.6. The Independent Engineer shall prepare a Monthly Status Report in O&M phase of
project in respect of its duties and functions under this Agreement and in accordance
with the format prescribed in Annexure VI. 1st deliverable of the report which is an
executive summary to the main report (Section 1) shall be submitted to the Authority
and updated on the PMIS and project specific website by 4th of every month. Main
report (Section 2 onwards) shall be submitted to the Authority and updated on the
PMIS and project specific website by 7th of every month. Key sections of the Monthly
Status Report are as follows.
S.No Sections Sub sections
1.1 Overall road condition
1.2 Key reporting metrics
1.3 Key maintenance activities undertaken
1 Executive Summary
1.4 Pending issues
1.5 Recommended actions by AE
1.6 Strip plan for maintenance
2.1 Key project details
2.2 Location map
2 Project Overview 2.3 Key plan
2.4 Summary of project features
2.5 RoW availability
3 3.1 Issue and action log
6.7. The Independent Engineer shall in its O&M Inspection Report specify the tests, if any,
that the Concessionaire shall carry out or cause to be carried out for the purpose of
determining that the Project Highway is in conformity with the Maintenance
Requirements. It shall monitor and review the results of such tests and the remedial
measures, if any, taken by the Concessionaire in this behalf.
6.9. The Independent Engineer shall determine if any delay has occurred in completion of
repair or remedial works in accordance with the Agreement, and shall also determine
the Damages, if any payable by the Concessionaire to the Authority for such delay.
6.10. The Independent Engineer shall examine the request of the Concessionaire for closure
of any lane(s) of the carriageway for undertaking maintenance/repair thereof, keeping
in view the need to minimise disruption in traffic and the time required for completing
such maintenance/repair in accordance with Good Industry Practice. It shall grant
6.11. The Independent Engineer shall monitor and review the curing of defects and
deficiencies by the Concessionaire as set forth in Clause 19.4.
6.12. In the event that the Concessionaire notifies the Independent Engineer of any
modifications that it proposes to make to the Project Highway, the Independent
Engineer shall review the same and send its comments to the Authority and the
Concessionaire within 15 (fifteen) days of receiving the proposal.
6.13. Upon request of Authority, the Independent Engineer shall carry out minor design
works such as design of drainage, blackspot removal design, etc
6.14 The Independent Engineer shall undertake traffic sampling, as and when required by
the Authority, under and in accordance with Concession Agreement.
6.15 In respect of the Drawings, Documents and Safety Report received by the Independent
Engineer for its review and comments during the Operation Period, the provisions of
Paragraph 4 shall apply, mutatis mutandis.
7. Termination
7.1 At any time, not earlier than 90 (ninety) days prior to Termination but not later than
15 (fifteen) days prior to such Termination, the Independent Engineer shall, in the
presence of a representative of the Concessionaire, inspect the Project for determining
compliance by the Concessionaire with the Divestment Requirements set forth in
Clause 32.1 and, if required, cause tests to be carried out at the Concessionaire’s cost
for determining such compliance. If the Independent Engineer determines that the
status of the Project is such that its repair and rectification would require a larger
amount than the sum set forth in Clause 33.2, it shall recommend retention of the
required amount in the Escrow Account and the period of retention thereof.
7.2 The Independent Engineer shall inspect the Project once in every 15 (fifteen) days
during a period of 90 (ninety) days after Termination for determining the liability of
the Concessionaire under Article 33, in respect of the defects or deficiencies specified
therein. If any such defect or deficiency is found by the Independent Engineer, it shall
make a report in reasonable detail and send it forthwith to the Authority and the
Concessionaire.
8.1. The Independent Engineer shall determine the costs, and/or their reasonableness, that
are required to be determined by it under the Agreement.
9.1. When called upon by either Party in the event of any Dispute, the Independent Engineer
shall mediate and assist the Parties in arriving at an amicable settlement.
9.2. In the event of any disagreement between the Parties regarding the meaning, scope and
nature of Good Industry Practice, as set forth in any provision of the Agreement, the
Independent Engineer shall specify such meaning, scope and nature by issuing a
reasoned written statement relying on good industry practice and authentic literature.
The Independent Engineer shall perform all other duties and functions specified in the
Agreement.
11. Miscellaneous
11.1. All key personnel and sub professional staff of the Independent Engineer shall use the
fingerprint based (biometric) attendance system for marking their daily attendance.
Attendance shall be marked at least once a day and anytime during the day. 1 Biometric
Attendance System shall be installed by the Independent Engineer at its own cost at the
site office in order to facilitate the attendance marking. More systems can be installed
near the project highway upto a maximum of 1 system per 50 km in order to encourage
frequent visits of project highway by key personnel and sub professional staff. A copy
of monthly attendance records shall be attached with Monthly Status Report. Proper
justification shall be provided for cases of absence of key personnel/ sub professional
staff which do not have prior approval from Project Director of concerned stretch. In
addition, Advance Face Recognition location based Mobile Application System (e-
Attendance System) shall mandatorily be used for marking the attendance pursuant to
NHAI Policy Circular no. 10.2.28/2021 dated 15.01.2021 (and subsequent amendment
thereof, if any).
11.2. The Independent Engineer shall notify its programme of inspection to the Authority
and to the Concessionaire, who may, in their discretion, depute their respective
representatives to be present during the inspection.
11.4. The Independent Engineer shall obtain, and the Concessionaire shall furnish in two
copies thereof, all communications and reports required to be submitted, under this
Agreement, by the Concessionaire to the Independent Engineer, whereupon the
11.5. The Independent Engineer shall retain at least one copy each of all Drawings and
Documents received by it, including ‘as-built’ Drawings, and keep them in its safe
custody.
11.6. Upon completion of its assignment hereunder, the Independent Engineer shall duly
classify and list all Drawings, Documents, results of tests and other relevant records,
and hand them over to the Authority or such other person as the Authority may specify,
and obtain written receipt thereof. Two copies of the said documents shall also be
furnished in micro film form or in such other medium as may be acceptable to the
Authority.
11.7. Wherever no period has been specified for delivery of services by the Independent
Engineer, the Independent Engineer shall act with the efficiency and urgency necessary
for discharging its functions in accordance with Good Industry Practice.
12.1. Upon receipt of copy of books of accounts from Authority, the Independent Engineer
shall review the Escrow account statements with respect to the provisions of the
Escrow agreement, books of accounts for information pertaining (a) the traffic count
(b) Fee determination thereof, and (c) Project costs, and (d) such other information
relating or resulting from other duties and functions of Independent Engineer in
accordance with the Agreement, as the Authority may reasonably require and submit
its report within 10 days.
Independent Engineers shall be expected to fully comply with all the provisions of the
`Terms of Reference’, and shall be fully responsible for supervising the Designs,
Construction and maintenance and operation of the facility takes place in accordance
with the provisions of the Concession Agreement and other schedules. Any failure of
the Independent Consultant in notifying to <AGENCY> and the Concessionaire on non-
compliance of the provisions of the Concession Agreement and other schedules by the
Concessionaire, non-adherence to the provision of ToR and non-adherence to the time
schedule prescribed under ToR shall amount to non-performance.
The Independent Engineer shall appoint its authorized representative, who shall issue
on behalf of the IE, the Provisional Completion Certification and Completion Certificate
along with the Team Leader and shall carry out any such task as may be decided by
<AGENCY>. The IE shall take prior approval of <AGENCY> before issuing Provisional
Completion Certification and Completion Certificate. The proposal submitted shall also
include the name of the authorized representative along with the authorization letter
and power of attorney.
14.2. Broad job-description and minimum qualification for ************ mentioned above is
enclosed as Enclosure–B. However, higher marks shall be accorded to the Candidate
with higher relevant qualification and experience. The Consultant should feel free to
submit their proposal on the basis of the man-months which they consider to be
necessary to undertake the assignment. All the CV’s of the personals mentioned in Para
5.3 (iii) of Data Sheet shall be evaluated at the time of evaluation of technical proposal.
The age of the Key Personnel should not be more than 65 years on the date of
submission of proposal. Consultants are advised in their own interest to frame the
technical proposal in an objective manner as far as possible so that these could be
properly assessed in respect of points to be given as part of evaluation criteria. The bio-
data of the key personnel should be signed on every sheet by the personnel concerned
and the last sheet of each bio-data should also be signed by the authorised signatory
for the Consultant. The key personnel shall also certify at the end of their bio-data
proforma that they have not left any of the <AGENCY> works without completing of
their assignment and have not accepted any other offer at the time of signing of the bio-
data and as such shall be available to work with the Independent Consultant, if the
Project is awarded. In case the key personnel leaves the assignment without approval
of <AGENCY>, <AGENCY> would be at liberty to take any appropriate action against
that key personnel including debarment.
14.3. In addition to above, consultants are required to propose other key personnel, sub-
professional staff and other field engineers as detailed in Enclosure-A and the minimum
qualification requirements for the same is enclosed in Enclosure–B.
15.1. The services of an Independent Engineer will be in phases as per Contract / Concession
Agreement.
15.1.1. The appointment of the Independent Engineer shall initially be as per details given
below.
The proposed manpower deployment for this period shall be matching the activities to
be performed during the said period. The time frame for services during the
deployment of key personnel during this period shall be as shown in Enclosure A.
Extension of Time for providing services of the Independent Engineer shall be extended
concurrently with the Extension of Time granted, if any, to the Concessionaire for the
project, subject to satisfactory performance of the Independent Engineer and limited
to original period of consultancy services.
16.
ii. Completion certificate of the project shall not be issued by Independent Engineer with
retrospective effect and without ascertaining that all the works have been completed
as per Specifications and Standards, particularly ancillary items like shoulders, road
signs, markings, road furniture items etc. Issuance of such completion certificate,
besides being a fraudulent activity, leads to financial implication such as payment of
Bonus even when the works are not fully completed. Ministry has earlier issued
guidelines vide letter dated 22.03.2019 on issuance of completion certificate and
further Ministry vide letter dated 25.02.2020 has mandated to upload NSV survey
report/ data before issuing completion certificate on PMIS portal. Therefore, the test
results on completion including video. NSV survey report/ data and safety audit shall
invariably be uploaded on the PMIS portal before issue of completion certificate by
the Independent Engineer after ascertaining that all pare-requisites as per Contract
Agreement has been fulfilled by the Contractor, failing which Consultancy firm shall
be debarred for a period of two year.
iii. MPR are required to be prepared properly by the Consultant to reflect the actual
progress, hindrances, deployment of resources by the contractor, quality control, Non-
conformity reports, safety, fulfilment of obligations of contractor and consultant
including approval of various documents, design & drawings. The Consultant shall
record all aspects as per services to be provided in terms of Reference (ToR), failing
which the Consultancy firm shall be warned for non-performance. In case Consultancy
firm continues to default, even after multiple warning exceeding 5 times, the firm shall
be put on holiday listing (temporary debarment) for a period upto 12 months from
future assignments by MoRTH or its Executing Agencies.
iv. In case, person permanently employed with the firm is to be replaced, Technical score
of both the CVs shall be compared excluding the marks given for employment with
firm. Replacement would be allowed when the Technical Score (excluding the marks
given for employment with firm) of the new key person is equal or better than the
existing key person’s Technical Score excluding marks assigned for permanent
employment with the firm. However, the remuneration of such replacement be
reduced on proportionate basis in case the overall score of the replacement
person is less than the overall score of original person.
This is the senior most position and the expert engaged as the team leader shall be responsible
for reviewing the entire Project preparation and implementation activities of the
Concessionaire. He shall check all the Designs being prepared by the Concessionaire, ensure
execution of works on site as per specification and standards, and continuously interact with
the <AGENCY> and the Concessionaire. He shall undertake Project site visits and shall guide,
supervise, coordinate and monitor the work of other experts in his team as well as those of the
Concessionaire. The candidate is required to be a Senior Highway Engineer, who should have
a proven record of supervising, organising and managing of construction of highway projects
and also of Project preparation of large magnitudes projects, as defined below, financed by
international lending agencies and others. Knowledge of Project management shall be an
added advantage.
I. Essential Qualifications.
e) He should have handled as Team Leader or similar capacity of at least two Projects
of project Preparation of major highway Project (of length 40% of project length or
more of similar configuration (2/4/6 laning**).
b) Highway Development Projects (of length 40% of project length or more of similar
configuration (2/4/6 laning**) taken up under PPP.
(2) Only those projects will be considered for evaluation at Sl. No. 1(d), 1(e) & 1(f) above, where
the input of the personnel is 12 months, 9 months and 12 months respectively.
The Resident cum Highway Engineer shall be responsible for supervising the works of
highway to be constructed by the Concessionaire for this project. He shall also inspect the
pavement rehabilitation and repair works to be undertaken by the Concessionaire.
1. Essential Qualifications.
d) Should have handled at least 2 major projects(of length 40% of project length or more
of similar configuration (2/4/6 laning**) and above).
2. Preferential Qualifications.
b) Experience of Highway Project (of length 40% of project length or more of similar
configuration (2/4/6 laning**) and above) of Construction / Construction Supervision
/ IC on PPP Mode
The Bridge & Structural Engineer shall be responsible for checking the designs of bridges,
ROBs, interchanges and any other structure to be constructed in the Project highway and
supervising the works of bridges, interchanges and any other structure to be constructed by
the Concessionaire for this project. He shall also inspect the bridge rehabilitation and repair
works to be undertaken by the Concessionaire. He should have thorough understanding and
experience with international `best practices’ of modern bridge construction technology.
1. Essential Qualifications.
2. Preferential Qualifications.
The expert shall be continuously interacting with the Concessionaire, for the review of
highway designs and drawings using sophisticated computer software and also construction
and O&M works and to ensure life cycle cost effectiveness and viable design of pavement
including appropriate rehabilitation / strengthening of the existing two lane pavement which
is significantly distressed. He shall also be responsible for ensuring complete adherence to
maintenance standards during Construction and Operation period. Thus, the position requires
a pavement specialist with thorough knowledge and understanding of international ‘best
practices’ in the field of Design, Construction and maintenance of flexible/rigid type of
pavements including latest Codal stipulations and specifications.
1. Essential Qualifications.
2. Preferential Qualifications.
The Quality/Material Expert shall review the test results of bore holes, quarry and borrow area
material to find out their strength characteristics and suitability for using them in construction.
He shall inspect the Concessionaire’s field laboratories to ensure that they are adequately
equipped and capable of performing all the specified testing requirements of the contract. He
shall look into the quality assurance aspect of the construction works and supervise the
setting-up of the various Concessionaire’s rock crushers and bituminous mixing plants to
ensure that the specified requirements for such equipment are fully met. Experience in latest
Quality Management techniques in highway projects shall have added advantage.
1. Essential Qualifications.
2. Preferential Qualifications.
Shall be responsible for the overall Road Safety Aspect of the Project. He shall ensure that
safety provisions as per relevant codes are strictly followed at site during Construction of
Road and also during the Maintenance Period
1. Essential Qualifications.
d) Experience in similar capacity in Road Safety Audit of at least 2 nos 2/4/6 lane**
highway / expressway project including 1 nos at design stage
f) It is mandatory for the Road Safety Expert to have completed at least 15 days’
certification course on Road Safety Audit from IAHE/ IITs/ NITs/ CRRI. The CV of the
proposed key [personnel not having completed minimum 15 days certification course
shall not be evaluated. For avoidance of doubt, it is clarified herein that the certification
training course may either from single institution or from multiple institutions.
2. Preferential Qualifications
Experience in similar capacity in Preparation of Road Safety Management Plan for inter urban
Highways.
SUB PROFESSIONAL
SURVEY ENGINEER
The candidate should be Graduate in Civil Engineering Firm may field Survey Engineer with
diploma in Civil Engineering/Survey having at least 5 years’ experience in the field of surveying
out of which at least 3 years should be in highway projects and they should have also dealt with
at least 1 project of similar nature. This position requires thorough understanding of modern
computer based method of surveying with total station digital level etc.
CAD EXPERT
ENVIRONMENTAL ENGINEER
The Candidate should be Graduate in Civil Engineering or diploma in Civil Engineering with 3
years’ experience.
ELECTRICAL ENGINEER
The candidate should be a senior Systems Engineer having experience of at least 15 Years. He
should be an expert in preparation of standards for projects of toll collection and HTMS. He
should have bachelor’s degree in Civil Engineering/Electronics/Computer Science/other
relevant areas. He should have experience of international latest practices in the field of HTMS
and tolling. He should have work experience on at least 2 similar projects in similar capacity.
QUANTITY SURVEYOR
Note: Upto 2 sub-professional can be a fresh graduate (zero/ less than minimum required work
experience) with first class in graduation stream. Eligibility requirement in terms of minimum
years of experience shall not be applicable for this sub professional.
Results of lab
Description of Name of key
tests conducted
inspection personnel
Component Item Description (Test
work carried inspecting the
conducted,
out work
Pass/Fail)
1. Road works
Embankment/ Sub
including
Grade/ GSB/ WMM/
culverts, and
DBM/ BC
minor bridges
2. Major Bridge
Foundation/ Sub
works, Flyovers,
structure/ Super
ROB, RUB, VUP,
structure
PUP
3. Approach to
Foundation/ Sub
ROB/RUB/ Major
structure/ Super
Bridges/ Viaduct /
structure
RE wall
4. Other Works
Equipment based road inspection shall be done by the Consultant twice a year as per the
month of the year defined in the following table.
However, since the first survey shall be conducted at the time of completion testing, the
following modification to the schedule shall be adopted. For example, if majority of highway
length (>50%) passes through a state, where defined survey months are May and November, if
completion testing is conducted in April, then the first equipment based survey shall be
conducted in the month of April. This shall be considered as the equipment based survey to be
conducted in the month of May. The 2nd equipment based survey shall be conducted in the
month of November, the 3rd survey shall be conducted in the month of May and so on. As
regards FWD, the first test/survey shall be conducted at the time of completion in April. The
2nd test/survey shall be conducted in April of next year and so on.
Region State Survey before rains Survey after rains
[PROJECT NAME]
Independent Engineer
[NAME OF CONSULTING FIRM]
Page Nos
12 Annexures 137
% Total % %
Length Length Length
Pending Total Total
(km) (km) (km)
Length Length Length
2 Project Overview
Project Name
NH No. (New/ Old)
Scheme/ Phase
Mode of the Execution (BOT Toll/ BOT Annuity/ EPC/ HAM/ Item Rate/
Others)
No. of Lanes/ Configuration
Length of the Project (in Km)
Total Project Cost (in Cr)
No. of Bypasses (Name of Town, Length)
No. of Major Bridges (Number and Location)
No. of Toll Plazas (Number and Location)
No. of Fly Overs (Number and Location)
DPR Consultant Name
Lead & Consortium Members of Banks
Concessionaire Name (SPV & Parent Company)
Date of Award (LOA Date)
Appointed Date
Concession Period
Construction Period (in Days)
O&M Period (in Days)
Scheduled Date of Completion
Independent Engineer
IE / AE Agreement Date
IE / AE Mobilization Date
117
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS
118
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS
119
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS
[Above image is illustrative only. Please include chainage and name below the axis and
list of features above the axis]
120
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS
121
3.2 Obligations as per Contract
4 Physical Progress
Physical Physical Progress
Component % Weightage Progress(During (Cumulative, Upto
Current Month) Current Month)
Road Works 35.00% 5% 15.0%
Major Bridge works and
40.00% 1.20% 26.2%
ROB / RUB
Structures 21.00% 0.00% 0.8%
Other Works 4.00% 0.00% 0.0%
Physical Progress 2% 42.0%
122
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS
Cost
Planned in
Cost Weightage Value of
Scope (As Progress %Physical
Component Weightage in Item Description in Physical
per Scope till Date Progress
Project (%) Component Progress(7X4)
of Work)
(%)
1 2 3 4 5 6 7 8
1. Road works 35.00% 1. C&G 5.00% 80 km 45 km 56% 2.8%
including culverts, 2. Embankment 5.00% 80 km 40 km 50% 2.5%
minor bridges, 3. Sub Grade 5.00% 80 km 35 km 44% 2.2%
underpasses, 4. GSB 5.00% 80 km 33 km 41% 2.1%
overpasses, 5. WMM 5.00% 80 km 30 km 38% 1.9%
approaches to 6. DBM 5.00% 80 km 28 km 35% 1.8%
ROB/RUB/ Major
7. BC 5.00% 80 km 27 km 34% 1.7%
Bridges/ Structures
(but excluding
service roads)
2. Major Bridge 40.00% 1. Major Bridges 10.00% 6 No 6 No 100% 10.0%
works and 2. Minor Bridges 5.00% 23 No 21 No 91% 4.6%
ROB/RUB 3. Flyovers 5.00% 2 No 0 0% 0.0%
4. ROB 5.00% 228 No 121 No 53% 2.7%
5. VUP 5.00% 11 No 6 No 55% 2.7%
6. PUP 5.00% 15 No 6 No 40% 2.0%
7. RUB 5.00% 136 No 114 No 84% 4.2%
3. Structures 21.00% 1. Foundation 5.00% 35 km 2.2 km 6% 0.2%
(elevated sections, 2. Sub-structure 5.00% 35 km 2.1 km 6% 0.2%
reinforced earth) 3. Super-structure 5.00% 35 km 2.1 km 6% 0.2%
4. Reinforced 6.00% 35 km 2.1 km 6% 0.2%
Earth Wall
4. Other Works 4.00% 1. Toll Plaza 4.00% 4 No 0 0% 0.0%
GRAND TOTAL 100% 42.0%
123
5 Land Acquisition and Clearance
5.1 LA Summary
124
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAIL
Total Amoun
3H 3G Amount Amount
Land t
Pen 3HDo Pen 3GDo 3DDo 3ADo Deposit Disbursed Pending
left to 3DPendi 3APendi Award
CALA d- ne d- ne ne ne ed by Amount(Cr
be ng (ha) ng (Ha) ed
ing (ha) ing (ha) (ha) (ha) (Crore CALA(Cro ore Rs.)
Acquir (Crore
(ha) (ha) Rs.) re Rs.)
ed (Ha) Rs.)
[CALA
150 15 15 15 135 0 150 0 150 396 370 327 43
1]
[CALA
67 0 0 0 67 0 67 0 67 132 132 120 23
2]
[CALA
23 23 23 23 0 14 9 0 23 0 0 0 0
3]
Gran
d 240 38 202 38 202 14 226 0 240 528 502 447 66
Total
CALA 1
Total Amount
3H 3G Amount Amount Pendin
Land left 3H 3G 3D 3D 3A 3A Disburse
Pend- Pend- Awarded Deposite g
Village to be Done Done Pendin Done Pendin Done d by
ing ing (Crore d (Crore Amount
Acquired (ha) (ha) g (ha) (ha) g (Ha) (ha) CALA
(ha) (ha) Rs.) Rs.) (Rs Cr)
(Ha) (Rs Cr)
[Village 3] 23 23 23 23 0 14 9 0 23 0 0 0 0
Grand
240 38 202 38 202 14 226 0 240 528 502 447 66
Total
125
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS
<AGENCY
[CALA 1] 4 1 0 0 3 0 3 1 0 12
>
<AGENCY
[CALA 2]
>
Grand Total
Environment
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
Approval of construction in coastal Obtaine Nil Completed
zone d
Forest Land
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
Diversion of Xx ha ([Chainage]) Pending [Length in Completed Stage 1 clearance
km] pending
Diversion of Xx Ha. ([Chainage]) Obtaine Nil Ongoing
d
126
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAIL
Wildlife
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
Diversion of Xx Ha. of forest Pending [Length in Ongoing Queries sent to MoEF by RO,
land km] compliance pending
Tree Cutting
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
N.A. N.A. N.A. N.A. N.A.
Railway (ROBs/RUBs)
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
[GAD Number] Proposal [Chainage] Uploaded on N.A.
Submitted, portal on
Approval pending [DD/MM/YYYY]
127
5.6 Status of utilities shifting
Estim
[Lengt
Others ate [DEPAR [DD/MM/ [DD/MM/ [DD/MM/ [DD/MM/
TBD
h
Appro TMENT] YYYY] YYYY] YYYY] YYYY]
in km]
ved
6 Change of Scope
Date of first COS
Expected/ Actual Date of
S No. Proposal Details submission to IE Current Status Amount Approval
128
7 Mobilization of Resources
Expected
Age of Planned/ Deployed Reason(s) for Delay due
S Equipment Actual
Make Model Equipmen Required During Under/Over to Under- Remarks
No. Name Quantity
t Quantity the Month Mobilization Mobilizatio
n
Excavator/Pocla
5
in
Paver 2
Transit Meter 0
Plate
0
Compactors
[ADD OTHERS]
Cumulative inflow
Cumulative outflow Inflow to Escrow Outflow from
to Escrow till
TPC (Cr) from Escrow till during the month Escrow during the
previous month
previous month(Cr) (Cr) month(Cr)
(Cr)
1,206 1,033 900 30 35
Are the Escrow withdrawals in accordance with the order of withdrawal as specified
in the Concession Agreement?
Tick as applicable
If not, details to be provided below:
Escrow
Escrow Plan Escrow Plan Escrow Escrow Escrow Actual till
Cumulative
till date- till date- Plan till Actual till Actual till date-
TPC (Cr) exp. till date
Debt Equity (BOT) date- VGF date- Debt date- Equity VGF
(Cr)
(BOT)(Cr) (Cr) (BOT) (Cr) (BOT) (Cr) (BOT) (Cr) (BOT)
(Cr)
129
PLEASE EXCLUDE OUTSTANDING MOBILIZATION FEE/ ADVANCE IN
S-CURVE
Total test up to
Frequency Total test in This Cumulative No. of
Previous
Description of tests Unit Month tests Remarks
Month
No.s Qty. Conducted Pass Fail Conducted Pass Fail Conducted Pass Fail
Sub grade
Grain Size
1 1500 m3 0 0 0 0 0 0 0 0 0
Analysis
C.B.R 1 3000 m3 0 0 0 0 0 0 0 0 0
130
Total test up to
Frequency Total test in This Cumulative No. of
Previous
Description of tests Unit Month tests Remarks
Month
No.s Qty. Conducted Pass Fail Conducted Pass Fail Conducted Pass Fail
Wet Mix
Macadam
Filter material
Concrete
Cement
Water
Prime Coat
Tack coat
Dense
Bituminous
Macadam
Bituminous
Concrete
Bitumen test
DLC
Steel
<Quality inspection test results to be reported in a table similar to the table provided in previous
section>
131
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS
suggested by SC
Length affected
affected due to
Action(s) taken
Expected Date
Ongoing/New
for resolving
Chainage(s)
Description
Concerned
Authority
the issue
Action(s)
till now
issue
Issue
Issue
(km)
SNo
132
Work done Work done
upto during
SNo Description Unit Total Balance Remarks
previous reporting
month month
2 Hard/Earth Shoulders
4 Road furniture
133
Work done Work done
upto during
SNo Description Unit Total Balance Remarks
previous reporting
month month
(c ) Bridges
11 Safety features
134
1
S No
135
Date
1/1/17
Chainage no
RHS pm
Time of accident
11.2 Accident Report
382/050 05:25
M
Sex (M/F)
A
2
Accident location
B
2 Nature of accident
C
3
Classification of
accident
D
Causes
E
Load conditions of
vehicle
F
Road condition
-
G
Intersection type of
control
H
Weather condition
I
Age of victim
J
Type of victim
K
Type of vehicle
-
Fatal
1
Major
No of
affected
persons
Minor
Help provided by
Ambu
Mapping of report fields to responses
A 1. Urban 2. Rural
1. Overturned 2. Head On Collision 3. Hit from Back 4. Hit to Fix Object 5. Right turn Collision
B
6. Left turn Collision 7. Veered Out off The Road 8. Hit Pedestrian 9. Unknown/Hit & Ran Away
C 1. Fatal 2. Major injury 3. Minor injury
1. Drunken 2. Over Speeding 3. Vehicle out of Control 4. Driven on wrong side 5. Mechanical
D
Problem 6. Drowsiness/Not Applicable 7. Fault of Driver
E 1. Normally Loaded 2. Overloaded/Handing 3. Empty 4. Unknown
F 1. Straight road 2. Slight Curve 3. Sharp Curve 4. Hump 5. Dip
1. T-Junction 2. Y-Junction 3. Four arm Junction 4. Staggered Junction 5. Junction with more
G
than 6. Round about
1. Fine/Clear 2.Mist/Fog 3. Cloudy 4. Light Rain 5. Heavy Rain 6. Strong Wind 7. Dust Storm 8.
H
Cold 9. Hot
I 1. 0-18 Years 2. 18-25 Years 3. 25-40 Years 4.40-60 Years 5. 60-80 Years
J 1. Driver 2. Passenger 3. Pedestrian 4. Cyclist 5. Others
1. Two Wheeler 2. Auto Rickshaw 3. Car/Jeep 4. Bus 5. Light Truck 6. Heavy Truck 7. Tractor
K
8. Bicycle 9. Cycle Rickshaw 10. Hand Drawn Cart 11. Animal Drawn Cart
136
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS
12 Annexures
Physical
Component
Item
A- Widening and strengthening of existing road
(1) Earthwork up to top of the sub-grade
(2) Granular work (sub- base, base, shoulders)
(a) GSB
(b) WMM
(3) Shoulders
(4) Bituminous work
(a) DBM
(b) BC
(5) Rigid Pavement
Road works
Concrete work
including culverts,
minor bridges, (6) Widening and repair of culverts
underpasses,
(7) Widening and repair of minor bridges
overpasses,
approaches to B- New realignment/bypass
ROB/RUB/ Major (1) Earthwork up to top of the sub-grade
Bridges/ Structures
(but excluding (2) Granular work (sub- base, base, shoulders)
service roads) (a) GSB
(b) WMM
(3) Shoulders
(4) Bituminous work
(a) DBM
(b) BC
(5) Rigid Pavement
Concrete work
C- New culverts, minor bridges, underpasses, overpasses on
existing road, realignments, bypasses:
(1) Culverts
Physical
Component
Item
(2) Minor bridges
(a) Foundation
(b) Sub-structure
(c) Super-structure (including crash barriers etc. complete)
(3) Cattle/Pedestrian underpasses
(a) Foundation
(b) Sub-structure
(c) Super-structure (including crash barriers etc. complete)
(4) Pedestrian overpasses
(a) Foundation
Road works including
(b) Sub-structure
culverts,minor bridges,
(c) Super-structure (including crash barriers etc. complete)
underpasses,
(5) Grade separated structures
overpasses, approaches
(a) Underpasses
to ROB/RUB/ Major
(i) Foundation
Bridges/ Structures (but
(ii) Sub-structure
excluding service roads)
(iii) Super-structure (including crash barriers etc.complete)
(b) Overpass
(i) Foundation
(ii) Sub-structure
(iii) Super-structure (including crash barriers etc. complete)
(c) Flyover
(i) Foundation
(ii) Sub-structure
(iii) Super-structure (including crash barriers etc. complete)
(d) Foot over Bridge
Major Bridge A- Widening and repairs of Major Bridges
Physica
Component
l Item
(1) Foundation
(a) Open Foundation
(b) Pile Foundation/Well Foundation
works
(2) Sub-structure
and
(3) Super-structure (including crash barriers etc. complete)
ROB/RU
B- Widening and repair of
B
(a) ROB
(1) Foundation
(2) Sub-structure
Physical
Component
Item
(1) Foundation
Structures (elevated (2) Sub-structure
sections, reinforced (3) Super-structure (including crash barriers etc. complete)
earth)
(4) Reinforced Earth Wall (includes Approaches of ROB, Underpasses,
Overpasses, Flyover etc.
(i) Service roads/ Slip Roads
(ii) Toll Plaza
(iii) Road side drains
(iv) Road signs, markings, km stones, safety devices, ….
(a)Road signs, markings, km stones, ….
(b) Concrete Crash Barrier/ W-Beam Crash Barrier in Road
work
(v) Project facilities
(a) Bus bays
(b) Truck lay-byes
(c) Rest areas
Other Works
(vi) Repairs to bridges/structures
(vii) Road side plantation
(viii) Protection works
(a) Boulder Pitching on slopes
(b) Toe/Retaining wall
(ix) Tunnel
(a) Excavation
* The above list is illustrative and may require modification as per the actual scope
of the work
IE / AE should include comments, status update, data points and reports in following
annexures which have not been included elsewhere in the main report. Such reports may
include but not limited to:
• Review status of drawings/ design reports
• Review status of other documents
• Minutes of review meeting
• Detailed Inspection report of project highway
• Correspondence details
• Weather report
• Organizational chart of Concessionaire / Contractor and IE / AE
• List of lab equipment
• Details of user complaints
• Project photographs
Independent Engineer
6.3 Damages for non completion of major maintenance/ periodic overlay........ 161
9 Reports............................................................................................................................................. 163
9.1 Monthly Toll Collection Report (Applicable only if project highway is tolled)
.................................................................................................................................................... 163
1 Executive Summary
• Overlay on the entire stretch of project length of 252 km and service roads has not
been taken up by Concessionaire yet since the date of completion of overlay is due in
next 25 days
• Over all progress is very slow regarding repair of potholes and rutting on Main
Carriageway which is causing inconvenience to highway users and is also a concern
from road safety point of view.
• Street lighting in
− Anantapur bypass completed on main carriageway and is energized but for
service roads street lighting is pending on both sides
− Kurnool bypass erection of poles only completed in main carriageway not
yet energized till to date, but for service roads not started
Main report
2 Project Overview
Project Name
NH no (New/Old)
Mode of the Project
No. of Lanes
Length of the Project
Total Project Cost
Concessionaire/ Contractor
Date of Award (LOA date)
Appointed Date
Commercial Operation Date (COD)
Concession Period
O&M Period
Independent Engineer
IE Agreement Date
IE Mobilization Date
IE Scheduled Completion Date
IE EOT (Extension Of Time)
RoW availability
20 m
18 m
16 m 16 16 16 16 16 16 16
14 m
12 m
10 m
8m 8.2 8.2 8.2 8.2 8.2
6m
4m 4.7 4.7 4.7 4.7 4.7
2m 1.8 1.8
Chainage
2m
RHS- Width of RoW available
4m
6m 6.2 6.2 6.2 6.2 6.2 6.2
8m
10 m 10 10
12 m
14 m
16 m
18 m 17.5 17.5 17.5 17.5 17.5 17.5 17.5 17.5
20 m
>20 m 25 25 25
suggested by SC
Length affected
resolving issue
Action(s) taken
affected due to
Ongoing/New
Chainage(s)
Concerned
Authority
the issue
Action(s)
till now
Issue
(km)
SNo
Drying up Replacemen
of plants Concession 325+200 to Irregular t of plants
1 Ongoing 2.6 NA
on aire 327+800 watering and daily
median watering
Large Concession 387+300 Filling of <DD/M
2 New 0.1 None
potholes aire LHS potholes M>
Pavement inspection
Independent Engineer [DD/MM/YY] [DD/MM/YY]
using NSV
Pavement strength
Independent Engineer [DD/MM/YY] [DD/MM/YY]
using FWD
Other
4 Inspection Report
Total NCR
NCR issued in NCR closed in
issued till Balance NCR
SNo Highway asset reporting month reporting month
previous month (A+B-C)
(B) (C)
(A)
1 Pavement 48 12 25 35
2 Shoulder 7 0 3 4
3 Drainage
4 Median
5 Road furniture
6 Bridges
7 Buildings
8 Horticulture
9 [Other assets]
Total
IRI (International
Skid Resistance
Elastic Modulus
Elastic Modulus
Elastic Modulus
Bituminous E1
Bleeding (cm)
Potholes (cm)
Texture depth
Raveling (cm)
Rutting depth
Lane number
SubGrade E3
Cracks (cm)
Granular E2
Chainage
Starting
(mm)
(mm)
(mm)
1.000 1.500 L1
• Video footage of all cameras installed on Network Survey Vehicle- ROW cameras and
pavement camera
• Network Survey Vehicle report capturing dimensions of following key metrics of
pavement
− Cracks
− Potholes
− Raveling
− Bleeding
− Rutting
− Texture depth
− Skid resistance
− Roughness (IRI)
− Subgrade CBR
• Mobile Bridge Inspection Report (MBIU) capturing following key metrics of bridges
− Condition Approach
− Condition Signs
− Condition Debris
− Condition Joint
− Condition Deck
− Condition Rails
− Condition Protect
− Condition Stream
− Condition Piers
− Condition Abutment
For Corresponding
TYPE OF VEHICLE month of previous For Previous Month For Current Month
year
No of Fee No of Fee Fee per No of Fee
vehicles Collected vehicles Collected vehicle vehicles Collected
A Car Total 3845 384500 4659 465,900.00 100 4289 428,900.00
B LCV Total 1521 243360 1312 209,920.00 160 1399 223,840.00
C Bus Total 2404 793386 2284 765,207.00 201 2349 786,915.00
D Truck Total 1603 528924 1523 510,138.00 134 1566 524,610.00
E 3 Axle Total 18990 6836400 16310 5,953,150.00 365 15127 5,521,355.00
F MAV Total 16119 8381880 21111 11,188,830.00 530 18790 9,958,700.00
Over
G Total 1 630 27 17,280.00 640 36 23,040.00
Size
Total for the
49844 18,050,618 52963 19,898,834 49016 18,265,661
Month
Average Average
Average
queue queue Average Average Average Average
transaction
Lane length length Transaction transaction transaction transaction
time
during peak during non time (cash) time (RFID) time (cards) time (wallet)
(others)
time peak time
UPI – 20
Lane 1 10 vehicles 5 vehicles 15 seconds 10 seconds 20 seconds 25 seconds
seconds
Lane 2
Lane 3
No of days as
Cost o repair
as estimated
Damages as
Damages at
higher side
No of days
inspection
Damages
Damages
Nature of
damages
Quantity
amount
Date of
per CA
per CA
defect
Total
S No
from
Rate
Unit
• No of days in Sep = 30
• Performance security is Rs 64,80,00,000
• As per CA Clause 12.3.2 damages payable is 0.1% of performance security per day =
Rs 6,48,000
• Total damages payable = 30 X 6,48,000 = Rs 1,94,40,000
Approved in principle by
Construction of [Flyover [DD/MM/YYYY Authority. Detailed [DD/MM/YYY
1 [+/- Amount]
Name] at [Chainage] ] quantitSCs in proper order Y]
yet to be submitted
Clarifications to be
Nallah diversion through
[DD/MM/YYYY submitted by [DD/MM/YYY
2 box culvert at [+/- Amount]
] Concessionaire, expected Y]
[Chainage]
date [DD/MM/YYYY]
Increased tollable
No merit in increasing tollable
length to be
1 [DD/MM/YYYY] length hence no action required NA SAROD
applicable in toll fee
by <AGENCY>
calculations
9 Reports
9.1 Monthly Toll Collection Report (Applicable only if project highway is tolled)
For Corresponding
TYPE OF VEHICLE month of previous For Previous Month For Current Month
year
Fee
No of Fee No of Fee No of Fee
per
vehicles Collected vehicles Collected vehicles Collected
vehicle
Fee
No of Fee No of Fee No of Fee
per
vehicles Collected vehicles Collected vehicles Collected
vehicle
Over
G Return 0 0 - 965 -
Size
Local 0 0 - 320 -
A B C D E F G H I J K No of
affected
persons
Help provided by
Time of accident
Chainage no
Nature of accident
Weather condition
Accident location
Sex (M/F)
Road condition
Type of vehicle
Type of victim
Age of victim
S No
Date
Causes
Minor
Major
Fatal
382/050 05:25
1 1/1/17 M 2 2 3 4 1 1 - 1 3 1 3 - 1 1 Ambu
RHS pm
A 1. Urban 2. Rural
B 1. Overturned 2. Head On Collision 3. Hit from Back 4. Hit to Fix Object 5. Right turn Collision
6. Left turn Collision 7. Veered Out off The Road 8. Hit Pedestrian 9. Unknown/Hit & Ran Away
C 1. Fatal 2. Major injury 3. Minor injury
D 1. Drunken 2. Over Speeding 3. Vehicle out of Control 4. Driven on wrong side 5. Mechanical
Problem 6. Drowsiness/Not Applicable 7. Fault of Driver
E 1. Normally Loaded 2. Overloaded/Handing 3. Empty 4. Unknown
G 1. T-Junction 2. Y-Junction 3. Four arm Junction 4. Staggered Junction 5. Junction with more
than 6. Round about Junction
H 1. Fine/Clear 2.Mist/Fog 3. Cloudy 4. Light Rain 5. Heavy Rain 6. Strong Wind 7. Dust Storm 8.
Cold 9. Hot
I 1. 0-18 Years 2. 18-25 Years 3. 25-40 Years 4.40-60 Years 5. 60-80 Years
K 1. Two Wheeler 2. Auto Rickshaw 3. Car/Jeep 4. Bus 5. Light Truck 6. Heavy Truck 7. Tractor
8. Bicycle 9. Cycle Rickshaw 10. Hand Drawn Cart 11. Animal Drawn Cart
Contact
Toll Complaint Name of the Details of Compliance by the
SNo Date details of
plaza No person complaint concessionaire
person
Dr. Diwakar
Animals are
Dr. Anil complaints that
continuously driven
Diwakar, HIG presence of
out from the Road
Swarganga Animals and also
2 82 10/9/2016 by the Highway
Complex Bus Pot holes on road
Patrolling team and
Stand Seoni are obstructing the
Pot holes are
(M.P.) driving which may
repaired.
cause accidents.
The Exemption
under Indian Toll
(Army and Air
Maj. Sidharth while force) Act 1901, to
travelling in army personnel
Maj. Sidharth, personal car wants travelling in private
3 83 11/9/2016 238 Fd wksp Exemption from vehicle may be
C/o- 56 APO Toll Fee on given if on Govt.
production of I.D. duty with requisite
Card pass as specified
in the Indian Toll
(Army and Air
Force Rules, 1942)
Name of Encroacher
Encroachment type
Side (LHS/RHS)
District/
Village
length
Tehsil
SNo
etc)
212+50 Temporar Tea Vijay Kumar
1 LHS Kurnool Kurnool New 7 5mX3.5m
0 y stall Reddy
Description of
SNo NCP/ SNo Date of issue Chainage Side IE Remarks
defect
To be filled
2 312 15.08.2016 Cracking 311+500 RHS
immediately
Annexure 2 onwards:
IE should include comments, status update, data points and reports in following annexures
which have not been included elsewhere in the main report. Such reports may include but not
limited to:
• Minutes of review meeting
• Correspondence details
• Weather report
• Organizational chart of Concessionaire and IE
• Project photographs
[PROJECT NAME]
Independent Engineer
[NAME OF CONSULTING FIRM]
Worksheets under Section 1 (‘Road inventory data’) shall be updated from surveys conducted
only once at the time of completion testing. Worksheets under Section 2 (‘Road condition data’)
shall be updated from surveys carried out annually for FWD attributes and biannually for the
remaining attributes.
The fields to be updated in each of the worksheets are described below. Each description is
followed by an example of data for a sample project.
Road inventory data consists of parameters which provide basic information about roads such
as pavement type, number of lanes, topography, etc. These parameters are largely static in
nature, and therefore a survey to update this dataset shall be conducted only once at the time
of completion testing. The road inventory data shall be used to update specific worksheets
listed below.
The following table lists the fields which need to be populated for the ‘LRP Master’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
LRPName Name of location reference post (LRP) Km stone 17
Chainage Chainage of the survey point (in km) 17
Direction Direction of survey Increasing
• Increasing (chainage)
• Decreasing (chainage)
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
OldNHNumber Old National Highway number NH0065
SectionCode Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
section Vijayawada)
NH0xxx Road Start 1.230 Increasing 9.98897 78.02671 63.07767 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 8 8.000 Increasing 9.98444 78.02934 68.60126 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 9.008 Increasing 9.98107 78.03078 65.17153 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 12.012 Increasing 9.96328 78.04160 56.03436 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 17 17.085 Increasing 9.95385 78.05255 56.24748 23-12-15 NH0yyy ABC-DEF
The following table lists the fields which need to be populated for the ‘Pavement Type’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Classification of pavement based on type of Asphalt
surface:
PavementType
• Asphalt
• Cement concrete
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
The following table lists the fields which need to be populated for the ‘Pavement Width’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Width of the pavement in metres, classified into >7m and <10.5m
one of the below categories
• >= 3.75m and < 5.5m
PavementWidth • >5.5m and < 7m
• >= 7m and < 10.5m
• >=10.5m and <=12.5m
• > 12.5m
Width of the pavement in metres, rounded to two 7.0
PavementWidthValue
places after decimal
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
Pavement
Section Start End Pavement Survey
NH Number Direction Width Latitude Longitude
Code Chainage Chainage Width Date
Value
NH00xx ABC-DEF 0.000 0.794 Both 7 – 10.5 m 7.00 06-05-17 9.98897 78.02671
NH00xx ABC-DEF 0.794 1.000 Both 7 – 10.5 m 7.00 06-05-17 9.98444 78.02934
NH00xx ABC-DEF 1.000 2.810 Both 7 – 10.5 m 7.00 06-05-17 9.98341 78.03004
NH00xx ABC-DEF 2.810 4.335 Both 7 – 10.5 m 7.00 06-05-17 9.98107 78.03078
NH00xx ABC-DEF 4.335 6.666 Both 7 – 10.5 m 7.00 06-05-17 9.96328 78.04160
NH00xx ABC-DEF 6.666 12.906 Both 7 – 10.5 m 7.00 06-05-17 9.95385 78.05255
The following table lists the fields which need to be populated for the ‘Shoulder Type’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
• Increasing (chainage)
Direction • Decreasing (chainage)
Type of shoulder, classified into one of the below Gravel
categories:
• None
• Paved
• Gravel
ShoulderType • Earth
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
Shoulder
Section Start End Shoulder Survey
NH Number Direction Width Latitude Longitude
Code Chainage Chainage Width Date
Value
No
NH0xxx ABC-DEF 0.000 0.785 Increasing 0.0 03-01-16 9.98897 78.02671
Shoulder
No
NH0xxx ABC-DEF 0.785 2.612 Increasing 0.0 03-01-16 9.98444 78.02934
Shoulder
NH0xxx ABC-DEF 2.612 3.170 Increasing 1-2m 2.0 03-01-16 9.98341 78.03004
NH0xxx ABC-DEF 3.170 5.194 Increasing 1-2m 2.0 03-01-16 9.98107 78.03078
NH0xxx ABC-DEF 5.194 6.793 Increasing 1-2m 2.0 03-01-16 9.96328 78.04160
NH0xxx ABC-DEF 6.793 11.404 Increasing 1-2m 2.0 03-01-16 9.95385 78.05255
The following table lists the fields which need to be populated for the ‘Topography’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Topography of the road, classified into one of the Flat
below categories
• Flat
• Rolling
Topography • Hilly
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
The following table lists the fields which need to be populated for the ‘Cross Section’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
• Increasing (chainage)
Direction • Decreasing (chainage)
Cross section type, classified into one of the below Fill
CrossSection categories
The following table lists the fields which need to be populated for the ‘Drain Type’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
• Increasing (chainage)
Direction • Decreasing (chainage)
Type of drain, classified into one of the below Open lined drain
categories
• Open unlined drain
• Open lined drain
• Covered line drain
DrainType • No drain
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
Open Unlined
NH0xxx ABC-DEF 0.000 0.069 Increasing 09-01-16 9.98897 78.02671
Drain
NH0xxx ABC-DEF 0.069 0.782 Increasing Open Lined Drain 09-01-16 9.98444 78.02934
Open Unlined
NH0xxx ABC-DEF 0.288 0.000 Decreasing 09-01-16 9.98341 78.03004
Drain
Open Unlined
NH0xxx ABC-DEF 0.782 0.846 Increasing 09-01-16 9.98107 78.03078
Drain
Open Unlined
NH0xxx ABC-DEF 0.846 1.254 Increasing 09-01-16 9.96328 78.04160
Drain
Open Unlined
NH0xxx ABC-DEF 1.254 2.265 Increasing 05-01-16 9.95385 78.05255
Drain
Open Unlined
NH0xxx ABC-DEF 1.929 0.288 Decreasing 09-01-16 9.93102 78.05648
Drain
Open Unlined
NH0xxx ABC-DEF 2.265 3.005 Increasing 05-01-16 9.89041 78.03458
Drain
Open Unlined
NH0xxx ABC-DEF 2.680 1.952 Decreasing 09-01-16 9.88489 78.02995
Drain
Open Unlined
NH0xxx ABC-DEF 3.005 4.424 Increasing 05-01-16 9.87474 78.02828
Drain
Open Unlined
NH0xxx ABC-DEF 3.109 2.680 Decreasing 09-01-16 9.87363 78.02744
Drain
Covered Line
NH0xxx ABC-DEF 3.320 3.109 Decreasing 09-01-16 9.84857 78.01535
Drain
Open Unlined
NH0xxx ABC-DEF 3.917 3.320 Decreasing 09-01-16 9.83764 78.00392
Drain
Open Unlined
NH0xxx ABC-DEF 4.424 4.601 Increasing 05-01-16 9.83711 77.98576
Drain
Open Unlined
NH0xxx ABC-DEF 4.601 5.693 Increasing 05-01-16 9.83386 77.97729
Drain
The following table lists the fields which need to be populated for the ‘Median Opening’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
NH00xx ABC-DEF 0.000 0.794 Both Raised 0.5 05-01-16 9.98897 78.02671
NH00xx ABC-DEF 0.794 1.000 Both Raised 0.5 05-01-16 9.98444 78.02934
NH00xx ABC-DEF 1.000 2.810 Both No Median 0.0 05-01-16 9.98341 78.03004
NH00xx ABC-DEF 2.810 4.335 Both Raised 1.5 05-01-16 9.98107 78.03078
NH00xx ABC-DEF 4.335 6.666 Both No Median 0.0 05-01-16 9.96328 78.04160
NH00xx ABC-DEF 6.666 12.906 Both No Median 0.0 05-01-16 9.95385 78.05255
The following table lists the fields which need to be populated for the ‘Right of Way’ attribute.
The descriptions of the fields are given below.
Field Description Example
New National Highway number NH0065
NHNumber
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
Chainage of the start point (in km) 0.500
StartChainage
Chainage of the end point (in km) 1.500
EndChainage
Direction of survey Increasing
• Increasing (chainage)
Direction • Decreasing (chainage)
Width of Right of Way (in metres) 24
RowWidth
Remarks
The following table lists the fields which need to be populated for the ‘Pavement composition’
attribute. The descriptions of the fields are given below.
Field Description Example
New National Highway number NH0065
NHNumber
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
Chainage of the start point (in km) 0.500
StartChainage
Chainage of the end point (in km) 1.500
EndChainage
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Type of pavement Asphalt
PavementType • Asphalt
• Cement concrete
BC
BituminousSurfaceC Type of bituminous surface course
ourseType
40
BituminousSurfaceC Thickness of BSC layer in mm
ourse ThicknessMM
Year of construction of BSC layer in flexible 2015
BSCConstructionYea
r pavements
ABC- Both
NH00xx 0.0 5.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
DEF side
ABC- Both
NH00xx 5.0 11.0 Asphalt BC 40.0 2015 DBM 80 2015 WMM 250
DEF side
ABC- Both
NH00xx 11.0 20.0 Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
DEF side
ABC- Both
NH00xx 20.0 22.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
DEF side
ABC- Both
NH00xx 22.0 30.0 Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
DEF side
ABC- Both
NH00xx 30.0 31.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
DEF side
(table continued…)
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.99 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.96 78.04
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.95 78.05
15
The following table lists the fields which need to be populated for the ‘Carriageway Furniture’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
Chainage Chainage of the point (in km) 0.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Wayside Amenity Wayside amenities classified into one of the below Road sign
Type categories:
The following table lists the fields which need to be populated for the ‘Wayside Amenities’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
Chainage Chainage of the point (in km) 0.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Wayside amenities classified into one of the below Restaurant/Motel
categories:
• Bus shelter;
• Culverts;
• Restaurant/Motel;
• Toilet/Public convenience;
• Rest Rooms for short stay;
Wayside Amenity
• Toll Plaza;
• First aid/Medical centre;
• Telephone booth;
• Petrol pump/minor repair shop (optional);
• Police Station;
• Temple /Mosque;
• Bridges.
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Data Source
Remarks
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
The following table lists the fields which need to be populated for the ‘Land Use’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Land use classified into one of the below Commercial
categories:
• Residential;
• Commercial;
LandUse
• Industrial;
• Agricultural;
• Water bodies;
• Mixed.
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
Barren
NH00xx ABC-DEF 2.081 1.641 Decreasing 03-01-16 9.93102 78.05648
Land
Road condition data consists of parameters which directly affect maintenance requirements of
the road. These parameters are dynamic in nature, and therefore a survey to update this
dataset shall be conducted annually for FWD testing and every six months as per Annexure IV
for network survey vehicle testing. The first survey shall be conducted at the time of completion
testing and the remaining surveys shall be conducted as per the defined frequency.
As an example, if majority of highway length (>50%) passes through a state, where defined
survey months are May and November, if completion testing is conducted in April, then the first
network survey shall be conducted in the month of April. This shall be considered as the
network survey to be conducted in the month of May. The 2nd survey shall be conducted in the
month of November, the 3rd survey shall be conducted in the month of May and so on. As
regards FWD, the first test/survey shall be conducted at the time of completion in April. The
2nd test/survey shall be conducted in April of next year and so on.
The road condition data shall be used to update specific worksheets, which are listed below.
The following table lists the fields which need to be populated for the ‘Visual Condition’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
HYD-VIJ
SectionCode Code indicating starting and ending locations of section (Hyderabad-
Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being 1st lane L1
LaneNumber on the left from centreline of carriageway, L2 being 2nd
lane on the left from centerline and so on
Percent of pavement area affected by ravelling, which is 2
converted to the following rating scale:
• 1 - Very Poor (> 30%)
Ravelling • 2 - Poor (11-30%)
• 3 - Fair (6-10%)
• 4 - Good (1-5%)
• 5 - Very Good (0%)
No. of potholes, which is converted to the following rating 1
PotHoles
scale:
(table continued…)
Drain Date of
Disintegration Depression Bleeding Patching ShoulderCondition Latitude Longitude
Condition Survey
4 4 4 4 2 2 06-05-17 9.98897 78.02671
4 4 4 4 2 2 06-05-17 9.98444 78.02934
5 5 5 4 2 2 06-05-17 9.98341 78.03004
5 5 5 5 2 2 06-05-17 9.98107 78.03078
2.2 Roughness
The following table lists the fields which need to be populated for the ‘Roughness’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
LwpIri International roughness index (IRI) of left wheel 2.33
path measured from laser profilometer
RwpIri International roughness index (IRI) of right wheel 1.97
path measured from laser profilometer
LaneIri Average of the International roughness index (IRI) 2.15
of left and right wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
NH00xx ABC-DEF 0.0 0.1 Increasing L1 3.31 5.16 4.24 20 06-05-17 9.98897 78.02671
NH00xx ABC-DEF 0.1 0.2 Increasing L1 2.81 3.54 3.18 37 06-05-17 9.98444 78.02934
NH00xx ABC-DEF 0.2 0.3 Increasing L1 2.31 1.92 2.12 42 06-05-17 9.98341 78.03004
NH00xx ABC-DEF 0.3 0.4 Increasing L1 2.17 2.37 2.27 46 06-05-17 9.98107 78.03078
NH00xx ABC-DEF 0.4 0.5 Increasing L1 2.11 1.72 1.92 42 06-05-17 9.96328 78.04160
NH00xx ABC-DEF 0.5 0.6 Increasing L1 2.33 1.97 2.15 49 06-05-17 9.95385 78.05255
NH00xx ABC-DEF 0.6 0.7 Increasing L1 2.37 2.00 2.19 42 06-05-17 9.93102 78.05648
NH00xx ABC-DEF 0.7 0.8 Increasing L1 2.15 2.17 2.16 33 06-05-17 9.91229 78.04961
NH00xx ABC-DEF 0.8 0.9 Increasing L1 2.45 2.05 2.25 32 06-05-17 9.89041 78.03458
NH00xx ABC-DEF 0.9 1.0 Increasing L1 2.18 2.51 2.35 48 06-05-17 9.88489 78.02995
2.3 Rutting
The following table lists the fields which need to be populated for the ‘Rutting’ attribute. The
descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being L1
1st lane on the left from centreline of carriageway,
LaneNumber
L2 being 2nd lane on the left from centerline and
so on
RuttingLeft Rut depth in mm, measured from left wheel path 20
RuttingRight Rut depth in mm, measured from left wheel path 18
RuttingAvg Average rut depth measured from left and right 19
wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
ABC- 06-05-
NH00xx 0.0 0.5 Increasing L1 15 14 15 20 9.98897 78.02671
DEF 17
ABC- 06-05-
NH00xx 0.5 1.0 Increasing L1 20 18 19 37 9.98444 78.02934
DEF 17
ABC- 06-05-
NH00xx 1.0 1.5 Increasing L1 10 8 9 42 9.98341 78.03004
DEF 17
ABC- 06-05-
NH00xx 1.5 2.0 Increasing L1 5 6 6 46 9.98107 78.03078
DEF 17
ABC- 06-05-
NH00xx 2.0 2.5 Increasing L1 10 10 10 42 9.96328 78.04160
DEF 17
ABC- 06-05-
NH00xx 2.5 3.0 Increasing L1 7 5 6 49 9.95385 78.05255
DEF 17
ABC- 06-05-
NH00xx 3.0 3.5 Increasing L1 20 18 19 42 9.93102 78.05648
DEF 17
ABC- 06-05-
NH00xx 3.5 4.5 Increasing L1 5 5 5 33 9.91229 78.04961
DEF 17
ABC- 06-05-
NH00xx 4.5 5.0 Increasing L1 5 5 5 32 9.89041 78.03458
DEF 17
The following table lists the fields which need to be populated for the ‘Texture Depth’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being L1
1st lane on the left from centreline of carriageway,
LaneNumber
L2 being 2nd lane on the left from centerline and
so on
TextureLeft Texture depth of pavement in mm, measured from 0.40
left wheel path
TextureRight Texture depth of pavement in mm, measured 0.30
from left wheel path
TextureAverage Average texture depth measured from left and 0.35
right wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM-YYYY> 06-05-17
NH00xx ABC-DEF 0.0 0.5 Increasing L1 0.40 0.30 0.35 20 06-05-17 9.98897 78.02671
NH00xx ABC-DEF 0.5 1.0 Increasing L1 0.60 0.50 0.55 37 06-05-17 9.98444 78.02934
NH00xx ABC-DEF 1.0 1.5 Increasing L1 0.80 0.90 0.85 42 06-05-17 9.98341 78.03004
NH00xx ABC-DEF 1.5 2.0 Increasing L1 0.40 0.40 0.4 46 06-05-17 9.98107 78.03078
NH00xx ABC-DEF 2.0 2.5 Increasing L1 0.30 0.30 0.3 42 06-05-17 9.96328 78.04160
NH00xx ABC-DEF 2.5 3.0 Increasing L1 0.70 0.60 0.65 49 06-05-17 9.95385 78.05255
NH00xx ABC-DEF 3.0 3.5 Increasing L1 0.40 0.50 0.45 42 06-05-17 9.93102 78.05648
NH00xx ABC-DEF 3.5 4.5 Increasing L1 0.90 0.80 0.85 33 06-05-17 9.91229 78.04961
NH00xx ABC-DEF 4.5 5.0 Increasing L1 0.40 0.30 0.35 32 06-05-17 9.89041 78.03458
The following table lists the fields which need to be populated for the ‘Skid Resistance’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being L1
1st lane on the left from centreline of carriageway,
LaneNumber
L2 being 2nd lane on the left from centerline and so
on
SkidLeft Skid resistance of pavement measured as skid 25
number, measured from left wheel path
SkidRight Skid resistance of pavement measured as skid 24
number, measured from left wheel path
SkidAverage Average skid resistance measured from left and 24.5
right wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM-YYYY> 06-05-17
ABC- 06-05-
NH00xx 0.0 0.5 Increasing L1 25.0 24.0 24.5 20 9.98897 78.02671
DEF 17
ABC- 06-05-
NH00xx 0.5 1.0 Increasing L1 23.0 23.0 23.0 37 9.98444 78.02934
DEF 17
ABC- 06-05-
NH00xx 1.0 1.5 Increasing L1 23.0 24.0 23.5 42 9.98341 78.03004
DEF 17
ABC- 06-05-
NH00xx 1.5 2.0 Increasing L1 22.0 22.0 22.0 46 9.98107 78.03078
DEF 17
ABC- 06-05-
NH00xx 2.0 2.5 Increasing L1 20.0 21.0 20.5 42 9.96328 78.04160
DEF 17
ABC- 06-05-
NH00xx 2.5 3.0 Increasing L1 24.0 24.0 24.0 49 9.95385 78.05255
DEF 17
ABC- 06-05-
NH00xx 3.0 3.5 Increasing L1 28.0 28.0 28.0 42 9.93102 78.05648
DEF 17
ABC- 06-05-
NH00xx 3.5 4.5 Increasing L1 21.0 21.0 21.0 33 9.91229 78.04961
DEF 17
ABC- 06-05-
NH00xx 4.5 5.0 Increasing L1 25.0 24.0 24.5 32 9.89041 78.03458
DEF 17
The following table lists the fields which need to be populated for the ‘FWD’ attribute. The
descriptions of the fields are given below.
Field Description Example
NH Number New National Highway number NH0065
HYD-VIJ
SectionCode Code indicating starting and ending locations of section (Hyderabad-
Vijayawada)
Chainage Chainage of survey point (in km) 0.500
Direction of survey Increasing
Direction • Increasing (chainage)
• Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being 1st lane on the L1
LaneNumber left from centreline of carriageway, L2 being 2nd lane on the left
from centerline and so on
ABC-
NH00xx 0.500 RHS R2 32.6 43.7 45.7 333 188 300 243
DEF
ABC-
NH00xx 1.000 LHS L1 29.9 32.6 45.4 317 163 300 217
DEF
ABC-
NH00xx 1.499 RHS R1 33.0 39.3 45.7 246 110 300 153
DEF
ABC-
NH00xx 2.000 LHS L2 28.7 32.4 46.0 293 130 300 187
DEF
ABC-
NH00xx 2.500 RHS R2 33.7 45.8 45.3 429 232 300 316
DEF
ABC-
NH00xx 3.000 LHS L1 29.0 33.0 45.7 343 204 300 252
DEF
ABC-
NH00xx 3.500 RHS R1 33.5 45.4 44.5 373 194 300 268
DEF
ABC-
NH00xx 4.500 RHS R2 33.3 40.3 46.0 393 241 300 301
DEF
(table continued…)
Locatio Deflection Locatio Deflection Locatio Deflection Locatio Deflection Locatio Deflection Locatio Deflection
n2 3 n3 4 n4 5 n5 6 n6 7 n7 8
(table continued…)
Corrected Corrected
Elastic Elastic Elastic
Elastic Elastic Corrected Base GSB
Locatio Modulus Modulus Modulus Bituminou Subgrad
Modulus Modulus ElasticModulu Laye Laye
n8 BituminousE GranularE SubGradeE s Layer e CBR
BituminousE GranularE s SubGradeE3 r r
1 2 3
1 2
2400 6213 185 100 6447 135 78 105 230 200 0.08
2400 5356 195 100 5295 143 78 105 230 200 0.08
2400 4830 226 100 4770 169 78 105 230 200 0.08
2400 4394 165 100 4590 117 78 105 230 200 0.08
(table continued…)
The following table lists the fields which need to be populated for the ‘FWD Rigid’ attribute.
The descriptions of the fields are given below.
Field Description Example
NH Number New National Highway number NH0065
HYD-VIJ
Code indicating starting and ending locations of section (Hyderabad-
Section Code Vijayawada)
Chainage Chainage of the point (in km) 0.500
Direction of survey Increasing
• Increasing (chainage)
Direction • Decreasing (chainage)
Lane Number Number of the lane: L1, L2, R1, R2, etc. L2
Air Temperature Air temperature recorded in °C 30.1
Surface Temperature of the pavement surface, recorded in °C
Temperature 39.4
Peak Load Peak impulse load, measured in kN 103.7
Surface deflection at the test load center, measured in
Deflection1 micron 140
Surface deflection at 300 mm from the test load center,
Deflection2 measured in micron 121
Surface deflection at 600 mm from the test load center,
Deflection3 measured in micron 108
Surface deflection at 900 mm from the test load center,
Deflection4 measured in micron 101
Concrete Slab Thickness of concrete slab, measured in mm
Thickness h 300
Area of Deflection Area of deflection basin, calculated from measured
Basin deflections, in cm2 761
Radius of Relative Radius of relative stiffness, calculated in mm
Stiffness 823
NormalizedDeflecti Normalized deflection at location 1, in mm 3.1
ond1
NormalizedDeflecti Normalized deflection at location 2, in mm 2.9
ond2
ABC-
NH00xx 0.0 LHS L2 29.0 34.9 104.1 167 143 130 119 300
DEF
ABC-
NH00xx 0.5 RHS R2 30.5 38.1 104.4 141 130 122 115 300
DEF
ABC-
NH00xx 1.0 LHS L1 30.0 35.6 105.2 147 111 100 91 300
DEF
ABC-
NH00xx 1.5 RHS R1 28.9 38.3 102.4 140 126 116 107 300
DEF
ABC-
NH00xx 2.0 LHS L2 30.1 39.4 103.7 140 121 108 101 300
DEF
ABC-
NH00xx 2.5 RHS R2 29.0 37.5 104.6 150 134 126 117 300
DEF
ABC-
NH00xx 3.0 LHS L1 30.6 38.9 102.7 124 109 104 92 300
DEF
ABC-
NH00xx 3.5 RHS R1 29.3 39.1 105.9 149 136 128 119 300
DEF
ABC-
NH00xx 4.5 RHS R2 30.3 41.0 104.9 138 127 121 114 300
DEF
(table continued…)
25-06-
759 816 3 3 2 2 112 21590 19 3 9.98897 78.02671
16
28-06-
821 1214 3 3 3 2 62 58161 135 8 9.98444 78.02934
16
28-06-
796 1014 3 3 3 2 87 39783 63 6 9.98107 78.03078
16
25-06-
761 823 3 3 2 2 131 26118 27 4 9.96328 78.04160
16
28-06-
800 1040 3 3 3 2 79 39908 64 6 9.95385 78.05255
16
25-06-
789 971 3 3 3 2 107 41290 68 6 9.93102 78.05648
16
28-06-
814 1150 3 3 3 2 66 50086 100 7 9.91229 78.04961
16
28-06-
826 1257 3 3 3 2 59 64082 164 9 9.89041 78.03458
16
Note: This draft Agreement is a generic document and shall be modified based on particulars
of the BOT Project.
Between
(Name of Client)
And
(Name of Consultant)
Dated:
8. Settlement of Disputes
8.1. Amicable Settlement
8.2. Dispute Settlement
9. Fake CV
IV APPENDICES
V ANNEXURES..…………………………………………
This CONTRACT (hereinafter called the “Contract”) is made the ______ day of the
______________________________________________________________________ Month of ______, 200 ______,
between, on the one hand ___________________ (hereinafter called the “Client) and, on the other
hand, ___________________ (hereinafter called the “Consultants”).
[Note* : If the Consultants consist of more than one entity, the above should be partially amended
to read as follows:
“…(hereinafter called the “Client”) and, on the other hand, a joint venture consisting of the
following entities, each of which will be jointly severally liable to the Client for all the Consultants’
obligations under this Contract, namely, and
(hereinafter called “Consultants”)]
WHEREAS
(a) the Client has requested the Consultants to provide certain consulting services
as defined in the General Conditions of Contract attached to this Contract
(hereinafter called the “Services”);
(b) the Consultants, having represented to the Client that they have the required
processional skills, and personnel and technical resources, have agreed to
provide the Services on the terms and conditions set forth in this Contract;
[Note: If any of these Appendices are not used, the words “Not Used” should be
inserted below next to the title of the Appendix on the sheet attached hereto
carrying the title of that Appendix].
2. The mutual rights and obligations of the Client and the Consultants shall
be as set forth in the Contract; in particular
(d) The Consultants shall carry out the Services in accordance with the provisions
of the Contract; and
(e) The Client shall make payments to the Consultants in local currency only in
accordance with the Provisions of the Contract.
[Note: If the Consultants consist of more than one entity, all of these entities should appear as
signatures, e.g. in the following manner]
1. General Provisions
Unless the context otherwise requires, the following terms whenever used in this Contract
have the following meanings:
1.1 Definitions
(a) “Applicable Law” means the laws and any other instruments having the
force of law in the Government’s country [or in such other country as may
be specified in the Special Conditions of Contract (SC)], as they may be
issued and in force from time to time.
(b) “Contract means the Contract signed by the Parties, to which these General
Conditions of Contract are attached, together with all the documents listed
in Clause 1 of such signed Contract;
(c) “Effective Date’ means the date on which this Contract comes into force
and effect pursuant to Clause GC 2.1;
(d) ‘foreign currency’ means any currency other than the currency of the
Government;
(i) “Member”, in case the Consultants consist of a joint venture of more than
one entity, means any of these entities, and “Members” means all of these
entities;
(j) “Party’ means the Client or the Consultants, as the case may be, and
Parties means both of them;
(l) "SC" means the Special Conditions of Contract by which these General
Conditions of Contract may be amended or supplemented;
(n) "Sub-consultant and or Associates " means any entity to which the
Consultants subcontract any part of the Services in accordance with the
provisions of Clause GC 3.7; and
(o) "Third Party" means any person or entity other than the Government, the
Client, the Consultants or a Sub-consultant.
This Contract, its meaning and interpretation, and the relation between the
Parties shall be governed by the Applicable Law.
1.4 Language
This Contract has been executed in the language specified in the SC, which shall
be the binding and controlling language for all matters relating to the meaning
or interpretation of this Contract.
1.5 Headings
The headings shall not limit, alter or affect the meaning of this Contract.
1.6.1 Any notice, request or consent required or permitted to be given or made pursuant
to this Contract shall be routed through NHAI Data Lake only unless the law
requires to send such notice, request etc. through physical/ any other specified
mode only. Any such notice, request or consent shall be deemed to have been
delivered when given or made on the NHAI Data Lake to an authorized
representative of the Party specified in the SC.
1.6.3 A Party may change its address for notice hereunder by giving the other Party
notice of such change pursuant to the provisions listed in the SC with respect to
Clause GC 1.6.2.
1.7 Location
In case the Consultants consist of a joint venture of more than one entity, the
Members hereby authorize the entity specified in the SC to act on their behalf in
exercising all the Consultants' rights and obligations towards the Client under this
Contract, including without limitation the receiving of instructions and payments
from the Client.
This Contract shall come into force and effect on the date (the "Effective Date")
of the Client's notice to the Consultants instructing the Consultants to begin
carrying out the Services. This notice shall confirm that the effectiveness
conditions, if any, listed in the SC have been met.
If this Contract has not become effective within such time period after the date
of the Contract signed by the Parties as shall be specified in the SC, either Party
may, by not less than four (4) weeks' written notice to the other Party, declare
this Contract to be null and void, and in the event of such a declaration by either
Party, neither Party shall have any claim against the other Party with respect
hereto.
The Consultants shall begin carrying out the Services at the end of such time
period after the Effective Date as shall be specified in the SC.
Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall
expire when services have been completed and all payments have been made
at the end of such time period after the Effective Date as shall be specified in the
SC.
This Contract contains all covenants, stipulations and provisions agreed by the
Parties. No agent or representative of either Party has authority to make, and the
Parties shall not be bound by or be liable for, any statement, representation,
promise or agreement not set forth herein.
2.6 Modification
2.7.1 Definition
(b) Force Majeure shall not include (i) any event which is caused by the
negligence or intentional action of a party or such Party's Sub-consultants
or agents or employees, nor (ii) any event which a diligent Party could
reasonably have been expected to both (A) take into account at the .time
of the conclusion of this Contract and (B) avoid or overcome in the
carrying out of its obligations hereunder.
(c) Force Majeure shall not include insufficiency of funds or failure to make
any payment required hereunder.
The failure of a Party to fulfill any of its obligations hereunder shall not
be considered to be a breach of, or default under, this Contract insofar as
such inability arises from an event of Force Majeure, provided that the
Party affected by such an event has taken all reasonable precautions, due
care" and reasonable alternative measures, all with the objective of
carrying out the terms and conditions of this Contract.
(c) The Parties shall take all reasonable measures to minimize the
consequences of any event of Force Majeure.
Any period within which a Party shall, pursuant to this Contract, complete
any action or task, shall be extended for a period equal to the time
during which such Party was unable to perform such action as a result of
Force Majeure.
2.7.5 Payments
2.7.6 Consultation
Not later than thirty (30) days after the Consultants, as the result of an
event of Force Majeure, have become unable to perform a material portion
of the Services, the Parties shall consult with each other with a view to
agreeing on appropriate measures to be taken in the circumstances.
2.8 Suspension
The Client may, by written notice of suspension to the Consultants, suspend all
payments to the Consultants hereunder if the Consultants fail to perform any of
their obligations under this Contract, including the carrying out of the Services,
provided that such notice of suspension (i) shall specify the nature of the failure,
and (ii) shall request the Consultants to remedy such failure within a period not
exceeding thirty (30) days after receipt by the Consultants of such notice of
suspension.
2.9 Termination
The Client may, by not less than thirty (30) days' written notice of termination
to the Consultants (except in the event listed in paragraph (f) below, for which
(b) if the Consultants become (or, if the Consultants consist of more than
one entity, if any of their Members becomes) insolvent or bankrupt or
enter into any agreements with their creditors for relief of debt or take
advantage of any law for the benefit of debtors or go into liquidation or
receivership whether compulsory or voluntary;
(c) if the Consultants fail to comply with any final decision reached as a result
of arbitration proceedings pursuant to Clause GC 8 hereof;
(d) if the Consultants submit to the Client a statement which has a material
effect on the rights, obligations or interests of the Client and which the
Consultants know to be false;
(e) if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60) days;
or
(f) if the Client, in its sole discretion and for any reason whatsoever, decides
to terminate this Contract.
(g) if the consultant, in the judgment of the Client has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract. For the
purpose of this clause:
The Consultants may, by not less than thirty (30) days' written notice to the Client,
such notice to be given after the occurrence of any of the events specified in
paragraphs (a) through (d) of this Clause GC 2.9.2, terminate this Contract:
(a) if the Client fails to pay any money due to the Consultants pursuant to this
Contract and not subject to dispute pursuant to Clause 8 hereof within
forty-five (45) days after receiving written notice from the Consultants
that such payment is overdue;
(c) if, as the result of Force Majeure, the Consultants are unable to perform
a material portion of the Services for a period of not less than sixty (60)
days; or
(d) if the Client fails to comply with any final decision reached as a result of
arbitration pursuant to Clause GC 8 hereof.
(i) such rights and obligations as may have accrued on the date of
termination or expiration;
(iv) any right which a Party may have under the Applicable Law
(c) except in the case of termination pursuant to paragraphs (a) through (d)
of Clause GC 2.9.1 hereof, reimbursement of any reasonable cost incident
to the prompt and orderly termination of the Contract including the cost
of the return travel of the Consultants' personnel and their eligible
dependents.
If either Party disputes whether an event specified in paragraphs (a) through (e)
of Clause GC 2.9.1 or in Clause GC 2.9.2 hereof has occurred, such Party may,
within forty-five (45) days after receipt of notice of termination from the other
Party, refer the matter to arbitration pursuant to Clause GC 8 hereof, and this
Contract shall not be terminated on account of such event except in accordance
with the terms of any resulting arbitral award.
3.1 General
The Consultants shall perform the Services and carry out their obligations
hereunder with all due diligence, efficiency and economy, in accordance
with generally accepted professional techniques and practices, and shall
The Consultants agree that, during the term of this Contract and after its
termination, the Consultants and any entity affiliated with the Consultants,
as well as any Sub- consultant and or Associates and any entity affiliated
with such Sub- consultant and or Associates, shall be disqualified from
providing goods, works or services (other than the Services and any
continuation thereof) for any project resulting from or closely related to
the Services.
The Consultants shall not engage, and shall cause their Personnel as well
as their Sub-consultants and or Associates and their Personnel not to
engage, either directly or indirectly, in any of the following activities:
(b) after the termination of this Contract, such other activities as may
be specified in the SC.
3.3 Confidentiality
The Consultants, their Sub-consultants and the Personnel of either of them shall
not, either during the term or within two (2) years after the expiration of this
Contract, disclose any proprietary or confidential information relating to the
Project, the Services, this Contract or the Client's business or operations without
the prior written consent of the Client.
Subject to additional provisions, if any, set forth in the SC, the Consultants’
liability under this Contract shall be as provided by the Applicable Law.
The Consultants (i) shall take out and maintain, and shall cause any Sub-
consultants to take out and maintain, at their ( or the Sub-consultants', as the
case may be) own cost but on terms and conditions approved by the Client,
insurance against the risks, and for the coverages, as shall be specified in the
The Consultants (i) shall keep accurate and systematic accounts and records in
respect of the Services, hereunder, in accordance with internationally accepted
accounting principles and in such form and detail as will clearly identify all
relevant time charges and cost, and the bases thereof (including such bases as
may be specifically referred to in the SC); (ii) shall permit the Client or its
designated representative periodically, and up to one year from the expiration
or termination of this Contract, to inspect the same and make copies thereof as
well as to have them audited by auditors appointed by the Client; and (iii) shall
permit the client to inspect the Consultant's accounts and records relating to the
performance of the Consultant and to have them audited by auditors appointed by
the client.
The Consultants shall obtain the Client's prior approval in writing before taking any
of the following actions:
(b) entering into a subcontract for the performance of any part of the Services,
it being understood (i) that the selection of the Sub-consultant and the
terms and conditions of the subcontract shall have been approved in writing
by the Client prior to the execution of the subcontract, and (ii) that the
Consultants shall remain fully liable for the performance of the Services by
the Sub- consultant and its Personnel pursuant to this Contract; and
The Consultants shall submit to the Client the reports and documents specified in
Appendix B hereto, in the form, in the numbers and within the time periods set
forth in the said Appendix.
All plans, drawings, specifications, designs, reports, other documents and software
prepared by the Consultants for the Client under this Contract shall become and
4.1 General
The Consultants shall employ and provide such qualified and experienced
Personnel and Sub-consultants as are required to carry out the Services.
(a) The titles, agreed job descriptions, minimum qualification and estimated
periods of engagement in the carrying out of the Services of each of the
Consultants' Key Personnel are described in Appendix C. If any of the Key
Personnel has already been approved by the clients his/her name is listed
as well.
(b) If required to comply with the provisions of Clause GCC 3.1.1 hereof,
adjustments with respect to the estimated periods "of engagement of Key
Personnel set forth in Appendix C may be made by the Consultants by
written notice to the Client, provided (i) that such adjustments shall not
alter the originally estimated period of engagement of any individual by
more than 10% or one week, whichever is larger, and (ii) that the
aggregate of such adjustments shall not cause payments under this
Contract to exceed the ceilings set forth in Clause GC 6.1(b) of this
Contract. Any other such adjustments shall only be made with the Client's
written approval.
(c) If additional work is required beyond the scope of the Services specified in
Appendix A, the estimated periods of engagement of Key Personnel set
The Key Personnel i.e. Professional Staff and Sub-consultants listed by title as well
as by name in Appendix C are hereby approved by the Client. In respect of
other Key Personnel which the Consultants propose ,to use in the carrying out
of the Services, the Consultants shall submit to the client for review and approval
a copy of their biographical data and (in the case of Key personnel to be used
within the country of the Government) a copy of a satisfactory medical certificate
in the form attached hereto as Appendix D. If the Client does not object in writing
(stating the reasons for the objection) within thirty (30) calendar days from the
date of receipt of such biographical data and (if applicable) such certificate, such
Key Personnel shall be deemed to have been approved by the Client.
(a) Working hours and holidays for Key Personnel are set forth in Appendix E
hereto. To account for travel time, foreign Personnel carrying out Services
inside the Government's country shall be deemed to have commenced (or
finished) work in respect of the Services such number of days before
their arrival in (or after their departure from) the Government's country
as is specified in Appendix E hereto.
(d) All Key Personnel and sub professional staff of the Independent Engineer
shall use the Aadhaar based Biometric attendance/ Geo-tagged selfie-
based attendance system for marking their daily attendance. Aadhaar
based attendance shall be marked at least once a day and anytime during
the day. 01 Aadhaar based Biometric attendance/ Geo-tagged selfie-based
attendance system shall be installed by the Independent Engineer at its
own cost at the site office in order to facilitate the attendance marking.
(e) Independent Engineer will intimate concerned Project Director/ Project In-
charge immediately after establishing its site office regarding installation
of Aadhaar based Biometric attendance/ Geo-tagged selfie- based
attendance system and complete address of its site office.
4.5.1 In case notice to commence services pursuant to Clause 2.1 of this Contract is
not ordered by Client within 120 days of signing of contract the key personnel
can excuse themselves on valid grounds, e.g., selection on some other
assignment, health problem developed after signing of contract, etc. In such a
case no penalty shall be levied on the Firm or on the person concerned. The firm
shall however be asked to give a replacement by an equal or better scoring
person, whenever mobilization is ordered.
4.5.2 In case notice to commence services is given within 120 days of signing
of contract the, the Authority expects all the Key Personnel specified in the
Proposal to be available during implementation of the Agreement. The Authority
will not consider any substitution of Key Personnel except under compelling
circumstances beyond the control of the Consultant and the concerned Key
Personnel. Such substitution shall be limited to not more than three Key
Personnel subject to equally or better qualified and experienced personnel being
provided to the satisfaction of the Authority. Replacement of the Team Leader
will not normally be considered and may lead to disqualification of the Applicant
or termination of the Agreement. Replacement of one Key Personnel shall be
permitted subject to reduction of remuneration equal to 5 % (five per cent) of
the total remuneration specified for the Key Personnel who is proposed to be
replaced. In case of second replacement the reduction in remuneration shall be
equal to 10% (ten per cent) and for third and subsequent replacement, such
reduction shall be equal to 15% (fifteen per cent) If the consultant finds that any
of the personnel had made false representation regarding his qualification and
experience, he may request the Employer for replacement of the personnel.
There shall be no reduction in remuneration for such replacement. The
4.5.5 If the Employer (i) finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal action or
(ii) h a s reasonable ground to be dissatisfied with the performance of any
of the Personnel, then the consultant shall, at the Employer’s written
request specifying the grounds therefore, forthwith provide a replacement with
qualifications and experience acceptable to him. For such replacement there will
be no reduction in remuneration.
4.5.6 If any member of the approved team of a consultant engaged by Authority leaves
that consultant before completion of the job, he shall be barred for a period of
6 months to 24 months from being engaged as a team member of any other
consultant working (or to be appointed) for any other Authority/ MoRTH projects.
The maximum age limit of replaced key personnel shall be 65 years as on the
date of submission of proposal for such replacement.
4.5.7 In case, person permanently employed with the firm is to be replaced, Technical
score of both the CVs shall be compared excluding the marks given for
employment with firm. Replacement would be allowed when the technical score
(excluding the marks given for employment with firm) of the new key person is
equal or better than the existing key person’s technical score excluding marks
assigned for permanent employment with the firm. However, the remuneration
of such replacement shall be reduced on proportionate basis in case the overall
score of the replacement person is less than the overall score original person.
The person designated as the Team Leader of the Consultant’s Personnel shall be
responsible for the coordinated, timely and efficient functioning of the Personnel.
In addition, the Consultant shall designate a suitable person from its Head Office
as Project Coordinator who shall be responsible for day to day performance of the
Services.
(a) provide the Consultants, Sub-consultants and Personnel with work permits
and such other documents as shall be necessary to enable the Consultants,
Sub- consultants or Personnel to perform the Services;
(b) assist for the Personnel and, if appropriate, their eligible dependents to be
provided promptly with all necessary entry and exit visas, residence
permits, exchange permits and any other documents required for their stay
in Government's country;
(c) facilitate prompt clearance through customs of any property required for
the Services and of the personal effects of the Personnel and their -eligible
dependents;
(d) issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and
effective implementation of the Services;
(e) assist the Consultants and the Personnel and any Sub-consultants and or
Associates employed by the Consultants for the Services from any
requirement to register or obtain any permit to practice their profession
or to establish themselves either individually or as a corporate entity
according to the Applicable Law;
(f) grant to the Consultants, any Sub-consultants and or Associates and the
Personnel of either of them the privilege, pursuant to the Applicable Law,
of bringing into Government's country reasonable amounts of foreign
currency for the purposes of the Services or for the personal use of the
Personnel and their dependents and of withdrawing any such amounts as
may be earned therein by the Personnel in the execution of the Services:
and
The Client warrants that the Consultants shall have, free of charge, unimpeded
access to all land in the Government's country in respect of which access is
required for the performance of the Services. The Client will be responsible for
any damage to such land or any property thereon resulting from such access and
will indemnify the Consultants and each of the Personnel in respect of liability for
any such damage, unless such damage is caused by the default or negligence of
the Consultants or any Sub-consultant or the Personnel of either of them.
If, after the date of this Contract, there is any change in the Applicable Law with
respect to taxes and duties which increases or decreases the cost or reimbursable
expenses incurred by the Consultants in performing the Services, then the
remuneration and reimbursable expenses otherwise payable to the Consultants
under this Contract shall be increased or decreased accordingly by agreement
between the Parties hereto, and corresponding adjustments shall be made to the
ceiling amounts specified in Clause GC 6.1(b).
The Client shall make available to the Consultants and the Personnel, for the
purposes of the services and free of any charge, the services, facilities and
property described in Appendix F at the times and in the manner specified in said
Appendix F, provided that if such services, facilities and property shall not be
made available to the Consultants as and when so specified, the Parties shall
agree on (i) any time extension that it may be appropriate to grant to the
Consultants for the performance of the Services, (ii) the manner in which the
Consultants shall procure any such services, facilities and property from other
sources, and (iii) the additional payments, if any, to be made to the Consultants
as a result thereof pursuant to Clause GC 6.l(c) hereinafter.
5.5 Payment
(a) If so provided in Appendix F hereto, the Client shall make available to the
Consultants, as and when provided in such Appendix F, and free of charge,
such counterpart personnel to be selected by the Client, with the
Consultants' advice, as shall be specified in such Appendix F. Counterpart
personnel shall work under the exclusive direction of the Consultants. If
any member of the counterpart personnel fails to perform adequately any
work assigned to him by the Consultants which are consistent with the
position occupied by such - member, the Consultants may request the
replacement of such member, and the Client shall not unreasonably refuse
to act upon such request.
(b) If counterpart personnel are not provided by the Client to the Consultants
as and when specified in Appendix F, the Client and the Consultants shall
agree on (i) how the affected part of the Services shall be carried out,
(a) An estimate of the cost of the Services payable in local currency is set forth
in Appendix G .
(b) Except as may be otherwise agreed under Clause GC 2.6 and subject to
Clause GC 6.1(c), payments under this Contract shall not exceed the
ceilings in local currency specified in the SC. The Consultants shall notify
the Client as soon as cumulative charges incurred for the Services have
reached 80% of either of these ceilings.
(a) Subject to the ceilings specified in Clause GC 6.1 (b) hereof, the Client
shall pay to the Consultants (i) remuneration as set forth in Clause GC
6.2(b), and (ii) reimbursable expenditures as set forth in Clause GC 6.2(c).
If specified in the SC, said remuneration shall be subject to price
adjustment as specified in the SC.
(b) Remuneration for the Personnel shall be determined on the basis of time
actually spent by such Personnel in the performance of the Services after
the date determined in accordance with Clause GC 2.3 and Clause SC 2.3
(or such other date as the Parties shall agree in writing) (including time
for necessary travel via the most direct route) at the rates referred to, and
subject to such additional provisions as are set forth, in the SC.
Notwithstanding anything to the contrary stated in the GCC and SCC, it shall
be mandatory to deploy the key personnel and sub- professional as per the
Man-Months Input specified in the Terms of Reference.
4 Other 20%
key personnel
For avoidance of doubt, in case the Team Leader cum Senior Highway
Engineer has not been made available for 90% of the stipulated time in the
month excluding permissible casual leave then only 80% of the monthly
payment of all the key personnel during the month shall be released.
Similarly for RE/ Bridge Engineer/Other key personnel, the mentioned
reduction shall be done in the payment of remuneration of all key personnel
during the month. In the case of "Other Key Personnel (Sr. No. 4)" the average
availability across the group shall be considered for calculation. Similarly, in
case of Sub-Professional staff (Sr. No. 5)" the average availability across the
Sub- Professional shall be considered and reduction in payment of all Sub-
Professional shall be done at the rate mentioned above.
Note: Consultant have to provide a certificate that all key personnel as envisaged
in the Contract Agreement has been actually deployed in the project. They have
to submit the proof of Aadhaar based biometric attendance/ geo – tagged selfie –
based attendance system at the time of submission of bills to the National
Highways Authority of India.
(a) Local currency payments shall be made in the currency of the Government.
(a) The Client shall cause to be paid to the Consultants an interest bearing
advance payment as specified in the SC, and as otherwise set forth below.
The advance payment will be due after provision by the Consultants to
the Client of a bank guarantee by a bank acceptable to the Client in an
amount (or amounts) and in a currency ( or currencies) specified in the SC,
such bank guarantee (I) to remain effective until the advance payment
has been fully set off as provided in the SC, and (ii) to be in the form
set forth in Appendix I hereto or in such other form as the Client shall
have approved in writing.
(b) As soon as practicable and not later than fifteen (15 days) after the end of
each calendar month during the period of the Services, the Consultants
shall submit to the Client, in duplicate, itemized statements, accompanied
by copies of receipted invoices, vouchers and other appropriate supporting
materials, of the amounts payable pursuant to Clauses GC 6.3 and 6.4 for
such month. Monthly statements shall be submitted in respect of amounts
payable in local currency. Each such separate monthly statement shall
distinguish that portion of the total eligible costs which pertains to
remuneration from that portion which pertains to reimbursable
expenditures.
(c) 75% of bill raised by the consultant shall be paid within 72 Hrs and
remaining bill may be paid after due scrutiny. The Client shall cause the
payment of the Consultants periodically as given in schedule of payment
above within thirty (30) days after the receipt by the Client of bills with
supporting documents.
(e) The final payment under this Clause shall be made only after the final
report and a final statement, identified as such, shall have been submitted
by the Consultants and approved as satisfactory by the Client. The
Services shall be deemed completed and finally accepted by the Client
and the final report and final statement shall be deemed approved by
the Client as satisfactory ninety (90) calendar days after receipt of the
final report and final statement by the Client unless the Client, within
(f) All payments under this Contract shall be made to the account of the
Consultants specified in the SC.
(g) Independent Engineer will make payment of salary to all key personnel in
their respective bank accounts through electronic mode only. No cash
transaction w.r.t. salary will be made. Proof of salary transfer through
electronic mode shall be submitted by the Independent Engineer with each
Bill.
The Parties undertake to act in good faith with respect to each other's rights under
this Contract and to adopt all reasonable measures to ensure the realization of the
objectives of this Contract.
The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties
hereby agree that it is their intention that this Contract shall operate fairly as
between them, and without detriment to the interest of either of them, and
that, if during the term of this Contract either Party believes that this Contract
is operating unfairly, the Parties will use their best efforts to agree on such
action as may be necessary to remove the cause or causes of such unfairness,
but no failure to agree on any action pursuant to this Clause shall give rise to a
dispute subject to arbitration in accordance with Clause GC 8 hereof.
8. Settlement of Disputes
8.2.1 Any dispute, difference or controversy of whatever nature howsoever arising under
or out of or in relation to this Agreement (including its interpretation) between
the Parties, and so notified in writing by either Party to the other Party (the
“Dispute”) shall, in the first instance, be attempted to be resolved amicably in
accordance with the conciliation procedure set forth in Clause 8.3.
8.2.2 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.
8.3 Conciliation
In the event of any Dispute between the Parties, either Party may call upon
[Chairman of Authority] 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 8.2.1 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 8.4.
8.4 Arbitration
8.4.1. Any Dispute which is not resolved amicably by conciliation, as provided in Clause
8.3, shall be finally decided by reference to arbitration by an Arbitral Tribunal
appointed in accordance with Clause 8.4.2. 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 as amended. The venue of such
arbitration shall be [New Delhi] and the language of arbitration proceedings shall
be English.
If for any reason an arbitrator is unable to perform his function, a substitute shall
be appointed in the same manner as the original arbitrator.
The sole arbitrator selected pursuant to Clause 8.2.1 hereof shall be expert with
extensive experience in relation to the matter in dispute.
8.4.5 The Arbitrators shall make a reasoned award (the “Award”). Any Award made
in any arbitration held pursuant to this Clause 8 shall be final and binding on
the Parties as from the date it is made, and the Consultant and the Authority
agree and undertake to carry out such Award without delay.
8.4.6 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.
8.4.7. This Agreement and the rights and obligations of the Parties shall remain in full
force and effect, pending the Award in any arbitration proceedings hereunder
8.4.8 Miscellaneous
(a) Proceedings shall, unless otherwise agreed by the parties be held in Delhi.
(b) The English language shall be the official language for all purposes;
(c) The decision of sole arbitrator shall be final and binding and shall be
enforceable in any court of competent jurisdiction, and the Parties hereby
(d) The schedule of Expenses and Fee payable to the Arbitrator shall be as under
(C) was not employed by the firm, proposing his candidature is found
incorrect/fake/inflated at any stage, the consultancy firms will have to refund the twice
of salary and perks drawn in respect of the person.
GC Clause
1.1(a) The words ”in the Government’s country” are amended to read ‘in INDIA”
Attention:
Cable address:
Telex: Fax:
Consultants:
Attention:
Cable address
Telex
Facsimile
(Note: If the Consultants consist of a joint venture of more than one entity, the name
of the entity whose address is specified in SC 1.6.1 should be inserted here. If the
Consultants consist of one entity, this Clause 1.8 should be deleted from the SC)
For the
Consultants:
1.10 The Consultants, Sub-consultants and the Personnel shall pay the taxes, duties,
fees, levies and other impositions levied under the existing, amended or enacted
laws during life of this contract and the client shall perform such duties in regard
to the deduction of such tax as may be lawfully imposed.
2.2 The time period shall be four months or such other time period as the parties may
agree in writing.
2.3 The time period shall be one month or such other time period as the Parties may
agree in writing.
2.4 The time period shall be 48months (6 months for Development Period, 24 months
for construction period and 18 months for O&M period)
(a) Except in case of gross negligence or willful misconduct on the part of the
Consultants or on the part of any person or firm acting on behalf of the
Consultants in carrying out the Services, the Consultants, with respect to
damage caused by the Consultants to the Client's property, shall not be
liable to the Client:
iv) The policy must clearly indicate the limit of indemnity in terms
of “Any One Accident” (AOA) and “Aggregate limit on the policy
period” (AOP) and in no case should be for an amount less than
stated in the contract.
vi) The contract may include a provision thereby the Consultant does
not cancel the policy midterm without the consent of Authority.
The insurance company may provide an undertaking in this regard.
(b) This limitation of liability shall not affect the Consultants' liability, if any,
for damage to Third Parties caused by the Consultants or any person or firm
acting on behalf of the Consultants in carrying out the Services.
(c) Professional Liability Insurance may be accepted for initially one year
which shall be extended annually for five years. PLI shall be uniformly
taken for a period of five years.
(a) Third Party motor vehicle liability insurance as required under Motor
Vehicles Act, 1988 in respect of motor vehicles operated in India by the
Consultants or their Personnel or any Sub-consultants or their Personnel for
the period of consultancy.
(b) Third Party liability insurance with a minimum coverage, of Rs. 1.0 million
for the period of consultancy.
(c) Professional liability insurance as per 3.4 (a) (ii) of SC of the consultancy,
with a minimum coverage equal to estimated remuneration and
reimbursable.
"(i) taking any action under a civil works contract designating the Consultants as
"Engineer", for which action, pursuant to such civil works contract, the written
approval of the Client as "Employer" is required".
3.9 The Consultants shall not use these documents for purposes unrelated to this
Contract without the prior written approval of the Client.
4.6 "The person designated as Team Leader cum Sr. Highway Engineer in Appendix C
shall serve in that capacity, as specified in Clause GC 4.6."
6.2(a) "Payments for remuneration and reimbursable items made in accordance with
Clause GC 6.2 (a) in local currency shall be adjusted as follows :
i) Consultants shall be paid billing rates for services rendered by the personnel of all
categories namely (i) key Personnel; (ii) sub-Professional personnel and (iii)
Support staff on man-month basis . Billing rates of remaining items of the
financial proposal, namely (i) transportation, (ii) Duty travel to site (iii) Office
Rent, (iv) office supplies communication etc (v) reports & document printing and
(vi) survey equipment etc shall be worked out month wise as per actual
expenditure. Beginning 13th months from the last date of submission of bid, billing
rates shall be increased to cover all items of contract i.e. remuneration, vehicle
hire, office rent, consumables, furniture etc @ 5% every 12 months. However, for
evaluation and award of the Bid proposals, the quoted initial rate (as applicable
for first 12 months from last date of submission of bid) shall be multiplied by the
total time input for each position on this contract, i.e. without considering the
increase in the billing rates. All payments shall be made in Indian Rupees and shall
be subjected to applicable Indian laws withholding taxes if any.
(ii) Remuneration paid pursuant to the rates set forth in Appendix G shall be adjusted
every twelve (12) months (and, the first time, with effect for the billing rates
6.2(b)
(i) (1) Payment of Independent Engineer shall be released on approval of the
monthly reports. Report shall be approved by the Authority only if it
includes all the sections prescribed in the format and submitted as per
specified timelines.
(2) Payment shall be released as per rates quoted in Appendix C3- Breakup of
Local currency costs
(5) It is understood (i) that the remuneration rates shall cover (A) such
salaries and allowances as the Consultants shall have agreed to pay to the
Personnel as well as factors for social charges and overhead, and (B) the
cost of backstopping by home office staff not included in the Personnel
listed in Appendix C, and (C) the Consultants' fee; (ii) that bonuses or other
means of profit-sharing shall not be allowed as an element of overhead,
and (iii) that any rates specified for persons not yet appointed shall be
provisional and shall be subject to revision, with the written approval of
the Client, once the applicable salaries and allowances are known.
(6) Remuneration for periods of less than one month shall be calculated on
an hourly basis for actual time spent in the Consultants' home office and
directly attributable to the Services (one hour being equivalent to 1/240th
of a month) and on a calendar-day basis for time spent away from home
office (one day being equivalent to 1/30th of a month).
6.2(b)(ii) The rates for local Personnel are set forth in Appendix G
6.4(a) The following provisions shall apply to the interest bearing advance
payment and the advance payment guarantee:
3) Interest rate shall be 10% per annum (on outstanding amount) for
local currency.
6.4 (d) The interest rate is 6% per annum for local currency.
[Note: Insert account number, type of account and name and address of the Bank]
[List format, frequency, contents of reports and number of copies; persons to receive
them; dates of submission, etc. If no reports are to be submitted, state here "Not
applicable".]
[List under: C–1 Titles [and names, if already available}, detailed job descriptions
and minimum qualifications. Experience of Personnel to be assigned to work in India,
and staff- months for each.
The form of Medical Certificate as required under the rules of Govt. of India
The Consultants Key personnel and all other Professional / Sub Professional / Support
Staff / Sub-Consultancy personnel shall work 6 days (Mondays through Saturday) every
week and observe the Gazetted Holidays of Government of India as Holidays. The
Consultants shall work as per the work program of the concessionaire. In this context in
case the work plan of the Consultant needs suitable modifications, the same shall be
carried out and submitted to the client for consideration. The Consultants hours of work
normally shall match with that of Contractor's activities on the site. No extra
remuneration shall be claimed or paid for extra hours of work required in the interest of
Project completion.
In addition, casual leave for 12 days shall be permitted in a year to each Key Personnel
/Sub-Professional with prior intimation to the Authority. Out of this, a maximum of 3 CLs
can be availed either separately or together in a quarter and the period of the CLs would
be counted as Key Personnel /Sub-Professional being on duty.
1. Access to the quality control laboratory for performing various types of tests,
which will be provided by the concessionaire including the testing personnel.
3. To ensure availability of the Detailed Work plan and Programme for Design and
Construction of Project Highways from Concessionaire.
5. To provide relevant reports and necessary data as per the reporting obligation of
concessionaire under the concession Agreement.
1. Monthly rates for local Personnel (Key Personnel and other Personnel)
(Clause-20 of TOR)
To
<AGENCY & ADDRESS>
2
WHEREAS _________________________________ [Name and address of Consultants]
(hereinafter called “the consultants”) has undertaken,
in pursuance of Contract No.
_________________ dated ___________________ to provides the services on terms and
conditions set forth in this Contract ______________ [Name of contract and brief
description of works) (hereinafter called the “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Consultants
shall furnish you with a Bank Guarantee by a recognized bank for the sum specified
therein as security for compliance with his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Consultants such a Bank Guarantee;
NOW THEREOF we hereby affirm that we are the Guarantor and responsible to you, on
2
behalf of the Consultants 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
Consultants before presents with the demand.
We further agree that no change or addition to or other modification of the terms of
the Contract or of the services to be performed there under or of any of the Contract
documents which may be made between you and the Consultants shall in any way
release us from any liability under this guarantee, and we hereby waive notice of any such
change, addition or modification.
The liability of the Bank under this Guarantee shall not be affected by any change in
the constitution of the consultants or of the Bank.
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 50 months i.e. upto 2 months beyond the
expiry of contract of 48 months.
…………[Name of Consultants] on whose behalf this guarantee has been given Bank hereby
confirms that it is on the SFMS (Structural Finance Messaging System) platform and shall
Details of designated bank of NHAI for the purpose of SFMS (Structural Finance Messaging
System) is as under:
Whereas the National Highways Authority of India (the ‘EMPLOYER’) has invited
proposal for appointment of Independent Engineer for __________________ (Name of
project) hereinafter called the Project.
And Whereas _________________ (Lead Partner) and _______________ JV
partner/s have agreed to form a Joint Venture to provide the said services to the Employer
as Independent Engineer; and
I. ___________ will be the lead partner and ____________ will be the other JV
partner/s and percentage share* will be as under:-
Note: * The bidder cannot revise their share among Lead/JV partner which was declared
at the time of bidding of respective consultancy assignments.
1(a) Failure to detect design/quality deficiency in Non- For first three i) For first three instances, to be
key Components* instances, key kept on watch list.
personnel may be
(b) Failure to issue follow-up notices to contractor/ kept on “watch list”.
concessionaire for delays in closure of NCRS, Thereafter, the
delays in furnishing detail of time & cost ii) Thereafter, a monetary
concerned key
claims/COS/revised work programmes/work penalty of 1% of the
personnel & Team
methodologies, etc. consultancy fee (the aggregate
Leader to be
of such penalties in a contract
removed from the
(c) Delays or submission of improper MPRS, improper would not exceed the
project and debarred
review of methodologies, temporary works, QA Performance Guarantee
up to 06 months.
plan/manual, O&M plan/manual etc. amount) and/or declaring the
consultant as Non-Performer
upto 6 months or till rectification
of deficiencies# and taking
adequate measures not to
repeat such instances in future,
whichever is earlier.
2(a) Failure to detect design/quality deficiency in key The concerned key Declaring the consultant as
Component** not having substantial cost (below personnel & Team Non-Performer up to 1 year or
1% of civil work (cost) and/or time implication Leader to be till rectification of deficiencies#
(below 5% cost or project completion period) removed from the and taking adequate measures
project and debarred not to repeat such instances in
(b) Failure to detect deficiency in quantity executed up to 1 year. future, whichever is earlier.
vis-à-vis design not having substantial financial
implication (below 1% of civil work cost).
*The items not covered in above list shall be in the category of Non-Key Components.
1.2 The following penal actions shall be taken in case of any reports on failure of structures
after ensuing proper investigation:
(i) Minor failure of structures/highway due Token penalty of Rs. 5 lakhs on The key personnel may be
to design/construction/maintenance consultancy firm engaged kept on watch list for any
defect wherein no casualties are during future recurrence besides
reported. construction/maintenance issuing written warning.
besides issuing written
warning.
(ii) Major failure of structures/highway due Monetary penalty of Rs. 20 Debarment of concerned key
to design/construction/maintenance lakhs on consultancy firm personnel up to 2 years in
defect wherein no casualties are engaged during NHAI works.
reported. construction/maintenance
and/or debarment up to 1 year
(iii) Major failure of structures/highway due Monetary penalty of Rs. 40 Debarment up to 3 years.
to construction/maintenance defect lakhs on consultancy firm
leading to loss of human lives besides engaged during
loss of reputation etc. construction/maintenance
and/or debarment up to 2 years
Note:
i. The term Consultant refers to Independent Engineer, Design Consultant, Proof
Consultant & Safety Consultant.
ii. In case of delayed failure i.e., failure due to construction but reported during
maintenance period after the defaulting consultant has been demobilized, action shall
be taken against the concerned consultant only.
iii. For each repeated lapse by the firm, the penalty for the subsequent offence shall be
enhanced by an additional 50% as compared to penalty imposed in the previous
instance applicable against the category of penalty under consideration.
iv. In case the outcome of investigation is unclear or on the basis of conjectures, no action
on debarment shall be taken and only suitable monetary penalty shall be imposed on
all consulting firms engaged in construction/maintenance.