0% found this document useful (0 votes)
21 views286 pages

Unnao Lalganj RFP

The National Highways Authority of India (NHAI) is inviting proposals for consultancy services as an Independent Engineer for the 4 lane Unnao-Lalganj section of NH-232A in Uttar Pradesh, with a project length of 70 km and a duration of 60 months. Interested firms must register on the INFRACON portal and submit their proposals online by November 22, 2024, with a non-refundable fee of Rs. 5,000. The selection will be based on a two-part evaluation of technical and financial proposals, with a weightage of 80% for technical and 20% for financial scores.

Uploaded by

akhilesh12965
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
21 views286 pages

Unnao Lalganj RFP

The National Highways Authority of India (NHAI) is inviting proposals for consultancy services as an Independent Engineer for the 4 lane Unnao-Lalganj section of NH-232A in Uttar Pradesh, with a project length of 70 km and a duration of 60 months. Interested firms must register on the INFRACON portal and submit their proposals online by November 22, 2024, with a non-refundable fee of Rs. 5,000. The selection will be based on a two-part evaluation of technical and financial proposals, with a weightage of 80% for technical and 20% for financial scores.

Uploaded by

akhilesh12965
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 286

NATIONAL HIGHWAYS AUTHORITY OF INDIA

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

REQUEST FOR PROPOSAL (RFP)

Notice Inviting e-Tender,


NIT No. NHAI/RO-UP(West)/O&M/IE /Unnao–Lalganj/2024

Consultancy services as Independent Engineer during Operation & Maintenance Period for the
Project “4 lane Unnao-Lalganj section of NH-232A (NH-31) from design Km 00.000 to design Km
70.000 under Bharatmala Pariyojana on Hybrid Annuity Mode in the state of Uttar Pradesh"

National Highways Authority of India


Regional Office – UP (West)
(Ministry of Road, Transport & Highways)
3/248, Vishal Khand, Gomti Nagar, Lucknow – 226010,
Ph.0522-4960291,
E-mail: rowestup@nhai.org

October, 2024
CONTENTS

Sl. Section Particulars Page Nos.


No.
1 Section -1 Information to Consultants 3-11
2 Section -2 Letter of Invitation to Consultants 12-33
3 Section -3 Format for Submission ofFirms Credentials 34-37
4 Section -4 Format for Submission ofTechnical Proposal 38-75
5 Section -5 Format for submission ofFinancial proposal 76-82
6 Section -6 Terms of Reference for Independent 83-224
Engineer
7 Section -7 Draft Form of Contract. 225-266
8 - Procedure under e-Tendering Instructions to 267-287
Applicants
Notice Inviting e-Tender,
NIT No. NHAI/RO-UP (West)/O&M/IE /Unnao–Lalganj/2024
Dated…………………

REQUEST FOR PROPOSAL (RFP)

SECTION1. INFORMATION TO CONSULTANTS

Sub.: Consultancy Services as Independent Engineer during Operation & Maintenance Period for
the Project “4 lane Unnao-Lalganj section of NH-232A (NH-31) from design Km 00.000 to design
Km 70.000 under Bharatmala Pariyojana on Hybrid Annuity Mode in the state of Uttar Pradesh
"

GENERAL:-

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

Table 1: Details of Project


S. NH No. State Project Stretch Project Assignment
No. Length period (months)
(Km)/Total
Project Cost
(Rs. in Cr.)
Consultancy Services as
Independent Engineer during
Operation & Maintenance Period for
the Project “4 lane Unnao-Lalganj
section of NH-232A (NH-31) from
232A design Km 00.000 to design Km
1 (New UP 70.000 under Bharatmala Pariyojana 70.000 km. 60 months
NH-31) on Hybrid Annuity Mode in the state
of Uttar Pradesh "

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

3. All the bidders registered on “INFRACON” shall form a Team on “INFRACON” which would be
assigned unique INFRACON Team ID. Bidders while submitting the RFP proposal shall furnish
registration details including INFRACON Team ID. A copy of INFRACON Operation Procedure is
enclosed for bidder’s reference.

4. Selection of IE shall be as per selection procedures given in the Model Concession Agreement
and general procurement methods followed in NHAI. The selected IE shall be intimated to the
Concessionaire.
5. Bid must be submitted online at e-tender portal of NHAI e-Tender Portal
https://etenders.gov.in on or before 22.11.2024 upto 11:00 Hrs
6. The proposal shall be submitted in English Language and all correspondence would be in the
same language.
7. The Operation & Maintenance of DBFOT/BOT/HAM projects broadly include Operation and
Maintenance activities of the Concessionaire for completed construction works and Projects
Facilities are opened to traffic as per the Concession Agreements.
8. As per the Terms and Conditions of the Concession Agreement(s), the Independent Engineer
is broadly required to:

i. Review of the Drawings and Documents;


ii. Determine the Project Facilities Completion Schedule;
iii. Review, inspection and monitoring of Construction Works;
iv. Conducting Tests on completion of construction and issuing Completion Certificate;
v. Review, inspection and monitoring of O&M;
vi. Review, inspection and monitoring of Divestment Requirements;
vii. Determining, as required under the Agreement, the costs of any works or services
and/ or their reasonableness;
viii. Determining, as required under the Agreement, the period or any extension thereof,
for performing any duty or obligation;
ix. Assisting the Parties in resolution of disputes; and
x. Undertaking all other duties and functions in accordance with the Concession
Agreement.
9. The interested consultancy firms may download the RFP from NHAI Website 21.10.2024 to
22.11.2024 upto 11:00 hrs. The Consultant who downloads the RFP document from the website
will be required to pay the non- refundable fee of Rs.5,000/- (Rupees Five Thousand Only)
online at the time of the submission of the Bid proposal. Details for online payment are as
follows-

S. Particulars Details
No.
1 Name of Beneficiary NHAI REGIONAL OFFICE WEST UP
2 Name of Bank CANARA BANK
3 Account No. 84811010002035
4 IFSC Code CNRB0018481
5 Branch Name GOMTI NAGAR, LUCKNOW

(Proof of submission of fee payment shall be uploaded in scanned copy). The RFP will be
invited through e-tendering portal. Refer Procedure under e-tendering for submission of RFP
through e- tendering.

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

11. The proposal should be submitted by consultancy firms in two parts online only i.e. (1)
Technical proposal (2) Financial Proposal. 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-Tender portal). For a given BOT (Toll)
Project, Stage -1 of the evaluation shall consider the evaluation of the Technical Proposal
(i.e. Part-1). The firms scoring the qualifying marks (minimum 75%) as mentioned in RFP shall
be listed in the descending order of their technical score and 5 top ranking firms shall only be
considered for further evaluation provided none of them is in conflict of interest with the
Concessionaire. The firms in conflict of interest shall be substituted by next ranking firm not
having conflict of interest with the Concessionaire.

Under stage 2, the financial proposal of such five firms as selected above shall be opened
and evaluated. The weightage of Technical and Financial score shall be 80% & 20%
respectively. The final selection of the firm shall be based on the highest combined score of
Technical and Financial Proposal.

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

13. Consultants may apply either as a sole firm or forming Joint Venture with other consultants.
In case of Joint Venture, the maximum number of Joint Venture partners is limited to 2 (i.e.
one lead + 1 JV partners). Formulation of more than one JV with different partners for the
same work is not allowed and all such proposal involving the firms shall be treated as non-
responsive.

14.
(A) The Applicant whether as sole application or lead member with joint venture may include
any number of Associate to provide technology in assignment. The associate firm can
provide equipment-based road inspection service for any of the 5 equipment viz., (i)
Network Survey Vehicle including all modules required as per technical specifications, (ii)
Falling Weight Deflectometer, (iii) Mobile Bridge Inspection Unit and (iv) Retro
Reflectometer (v) Automatic Traffic counter cum Classifier (ATCC). However, the
associate(s) cannot be common for 2 or more bidders. If any associate is common with 2
or more bidders, all those bids shall declare non-responsive. Hence, the bidder may ensure
on his own that associate proposed by him is not proposed by any other bidder participating
in the same assignment and the bidder is solely responsible in this regard.

(B) In addition, the applicant whether a sole applicant or lead member with joint venture may
also include an Associate for providing key personnel. In such case, the applicant should
submit a MOU with associate regarding role and responsibility of Associate Company.
However the maximum no. of key personnel from Associate firm during RFP proposal and
implementation of contract should be limited to two (2).

The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice to the NHAI any other right or remedy hereunder or
in law or otherwise, the Applicant shall be debarred from participating in the future
projects of the NHAI 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 and not in conflict of interest with the
Concessionaire are only eligible for applying for this assignment. Firms not meeting these
criteria need not apply.

A. ELIGIBILITY CRITERIA FOR SOLE APPLICANT.


Experience of the applicant in completed projects
Sl. in lastseven years Annual Turnover*
No. Preparation of Project Supervision/IC
DPR (NH/SH/Equivalent)
(NH/SH/Equivale
nt)
1. The firm should The firm should have experience Annual turnover (average
have prepared of Project Supervision/IE of (a) at of last 5years or in each of
DPR/FS cumPPR for least two construction projects of the preceding twoyears) of
at least Two 4/6 laning** of 30% of project the firm from consultancy
projects of 4/6 length each or one project of 4/6 business should beequal to
laning** of 30% of laning of 50% of project length or more than Rs.5 Crore.
project length each and (b) atleast one O&M project
or one project of under DBFOT/OMT/ O & M of 4/6
4/6 laning of 50% of laning**of 50% of project length.
project length.
* Annual Turnover should be duly certified by statutory body like Chartered Accountant or
Independent Auditors who are competent to do so as recognized by the State concerned.

** 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 those 2 lane projects having cost of consultancy services more than Rs 3.0 crores
will be considered only.

B. Eligibility Criteria for partners in case of JV (not more than 1 JV partner shall be
allowed).

Lead Partner should meet at least 75% and JV partner should meet at least 40% eligibility
criteria of Annual Turnover. Lead partner and the JV partner both shall have experience
of at least one project of eligible category as in para 15 (A) above.

Note: The weightage given for experience of a firm would depend on the role of the firm
in the respective assignments. The firm’s experience would get full credit if it was the
sole firm in the respective assignment. Experience weightage for firms joining Lead
partner JV partner shall be considered in the same proportion as payment has been
received ** by the firm towards consultancy work in the project.

**For weightage of experience in any past Consultancy assignment experience certificate


from the client shall be accepted. In the absence of experience certificate from the
client, proportion of payment received towards Consultancy work duly certified by
statutory bodylike 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.

The bidder cannot revise their share among Lead / JV partner / Associate partner, which
was declared at the time of bidding. Further, maximum limit of share of associates shall
be limited to their actual assignments w.r.t provision of standard RFP subject to a
maximum of 25% of contract amount.”

C. Technical capacity provisions for maximum works to be permitted with one


Consultant (as per NHAI policy circular No.10.1.33/2022 dated 25.04.2022,
No.10.1.37/2023, dated 10.11.2023 and extant guidelines of NHAI):

(i) The maximum number of works to be permitted with one consultant isrestricted
as per the following ceilings.
Sr. Col (2) Col (3) Col (4) Col (5) Col (6)
No.
1 Average Annual Upto More More than More
Turnover of firm in Rs.10 than Rs.30 to than
last 3 financial years Crores Rs.10 to Rs.60 Rs.60
(from consultancy Rs.30 Crores Crores
works) * Crores
2 No. of Key 10 25 40 60
professionals on full
time rolls (minimum
for last one year)
3 Max. no. of projects / 6 12 25 40
DPR assignments to be
allotted to one
particular Consultant
including ongoing
projects at a time in
NHAI
4(i) Max. no. of DPR 6 12 25 40
assignments out of
those given at Sr.No.3
above
4(ii) Max. no. of IE / AE 4 9 18 30
assignments (cap of
75%) out of those
givenat Sr.No.3 above

Note :
1. Condition in both Sr.No.1 and Sr.No.2 are to be fulfilled to claim maximum no.
of projects given in Sr.No.3, 4.

2. In case of JV bidding for the current assignment, the technical capacity of JV


will be determined with respect to the weighted average turnover, key
professionals & ongoing assignments on the basis of share of consultancy fee in
the ongoing assignments and proposed share in the current bid. Reference the
illustration at Appendix-B12.
The Bidder cannot revise their share among Lead / JV Partner after submission
ofBids.

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
ofjoint venture, the remaining bid capacity becomes more than 0.5, then during
the technical evaluation of the bids, the bids of such JVs will be declared as non-
responsive and they will not be allowed to participate in the current assignment.

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

(iii) The following assignments would not be counted for the purpose of maximum
number of projects given at Sr.No.3 to 4 of above Table
(a) IE / AE assignments where original assignment period + one year is lapsed
or provisional completion of civil work is issued, whichever is earlier.
(b) DPR assignments where either (i) the bids for civil works have been received
or original assignment period + one year has lapsed
(c) Assignments having less than 6 months contract period.
(d) The operation and maintenance contract (O&M).

(iv) The above guidelines will not be applicable in case of Special Projects such as
standalone projects of tunnel, bridge, emergency landing facility, flyovers and ROB/
RUB/ Underpass only.

(v) For the purpose of calculation of maximum no. of projects, the work awarded on
the date of opening of Financial Bid and in progress will be taken into consideration
as utilized capacity. Projects of NHAI (awarded / in progress) only shall be
consideredfor 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 (Appendix B-11) is
enclosed at Annex-B.

15.1 A. Applicant shall use the Link “Data Lake Portal” available on NHAI Website nhai.gov.in
to communicate with NHAI and Concessionaire for all Contractual correspondence.

B. No Physical document shall be accepted unless and until the same is specifically stated
so in the RFP or it is a legal requirement.

15.2 Following enhancement factor will be used for the cost of services provided and for the
turnover from consultancy business to a common base value for works completed in India.
Year of completion of services / turnover Enhancement factor
Financial year in which RFP invited 1.00
One year prior to RFP 1.10
Two year prior to RFP 1.21
Three year prior to RFP 1.33
Four year prior to RFP 1.46
Five year prior to RFP 1.61
Applicant should indicate actual figures of costs and amount for the works executed by them
without accounting for the above-mentioned factors.

In case the financial figures and values of services provided are in foreign currency, the above
enhancement factors will not be applied. Instead, current market exchange rate (State Bank of
India BC Selling rate as on last date of submission of the bid) will be applied for the purpose of
conversion of amount in foreign currency into Indian Rupees.

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

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

18. The Technical proposal (in Original) must be submitted through online with all pages numbered
serially, along with an index of submission. Financial Proposals shall have to be submitted only
in Electronic Form (to be uploaded on the e-tender portal). In the event, any of the instructions
mentioned herein have not been adhered to, NHAI may reject the Proposal.

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

19. NHAI will be at liberty to keep the credentials submitted by the Consultants at bidding stage, in
public domain and the same may be uploaded on NHAI web-site. By submitting the proposal,
the Consultants shall be deemed to have no objection to upload/hoist the information pertaining
to their credentials as well as of their key personnel on NHAI web- site.

20. The individual key personnel proposed in the bid by the consultants or any replacement thereof
should undertake that they shall have no objection in uploading/hoisting of their credentials by
NHAI in public domain.
21. In case CV of a person is turned out to be fake/incorrect/inflated during the assignment, the
consultancy firms shall have to refund the salary and perks drawn in respect of the person apart
from other consequences.

22. Self-certification for meeting local content requirement:

A Bidder is required to submit, along with its technical BID, a self-certification that the item
offered meets the local content requirement for Class –I local bidder/ Class–II local bidder, as
the case may be. The self-certification shall also have details of the location(s) at which the
local value addition is made. In case, bidder has not submitted the aforesaid certification, the
bidder will be treated as Non- Local Supplier‘. The Class–I local bidder, Class–II local bidder and
Non-Local Supplier are defined as under:

(i) ‘Class–I local bidder‘ means a bidder, whose goods, services or works offered for
procurement, meets the minimum local content as prescribed for ‘Class–I local bidder‘
under this RFP. The local content requirement to categorize a bidder as ‘Class–I local
bidder is minimum 50%.

(ii) ‘Class–II local bidder‘ means a bidder, whose goods, services or works offered for
procurement, meets the minimum local content as prescribed for ‘Class–II local 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.

23. RFP submission must be received not later than 11:00 hrs on 22.11.2024 in the manner
specified in the RFP document.
S.No. Event Proposed Date
1. Invitation of RFP 21.10.2024
2. Last date for receiving queries 30.10.2024
3. Pre-bid meeting at specified venue 04.11.2024
4. Authority response to queries latest by 09.11.2024
5. Bid Due date 22.11.2024 upto 1100 Hrs
6. Opening of Technical bids 23.11.2024 at 11:30 Hrs
24. For any clarification, the following offices may be contacted:

Regional Officer,
National Highways Authority of India Regional Office – West (UP)-Lucknow,
Ph.0522-4960291,
E-mail: rowestup@nhai.org
SECTION 2. LETTER OF INVITATION TO CONSULTANTS

1. INTRODUCTION

1.1 Bids are invited from consulting firms either as a sole firm/ joint venture with other
consultant willing to act as IE to submit a proposal for providing consulting services required
for the assignment named in the attached Letter of Invitation.

1.2 A brief description of the assignment and its objectives are given in the Terms of Reference
(TOR).

1.3 This RFP is neither an agreement nor an offer by the Authority to the prospective Applicants
or any other person. The purpose of this RFP is to provide interested parties with information
that may be useful to them in the formulation of their Proposals pursuant to this RFP. This
RFP includes statements and assumptions, which reflect various assessments arrived at by
the Authority in relation to the Consultancy. Such assessments and statements do not
purport to contain all the information that each Applicant may require. The information
contained in this RFP, may not be complete, accurate, adequate or correct. Each Applicant
should, therefore, conduct its own investigations about the assignment and the local
conditions before submitting the proposal by paying a visit to the Client and the project site,
sending written queries to the client, before the date and time specified in the Data Sheet.

1.4 Please note that (i) the costs of preparing the proposal including visits to site, are not
reimbursable as a direct cost of assignment and (ii) NHAI is not bound to accept any of the
proposals received by it and reserves the right to annul the selection process at any time
prior to contract award, without thereby incurring any liability to the Consultants.

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

1.6 Deleted .

1.7 The Consultant will not propose any personnel who had been engaged by the
Concessionaire on the same project within last one year.
1.8 Consultant have an obligation to disclose any situation of actual or potential conflict that
impacts their capacity to serve the best interest of their Client, or than may reasonably be
perceived as having this effect. Failure to disclose said situations may lead to the
disqualification of the Consultant or the termination of its Contract and/or any other action
as deemed fit by the Authority at any stage.

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

1.10 Consultants, their Sub-Consultants, and their associates shall not be under a declaration of
ineligibility for corrupt and fraudulent practices. Furthermore, the Consultants shall be
aware of the provisions on fraud and corruption stated in the specific clauses in the General
Conditions of Contract.

Consultants shall furnish information on commissions and gratuities, if any, paid or to be


paid to agents relating to this proposal and during execution of the assignment if the
Consultant is awarded the Contract, in the Financial Proposal
1.11. The Data Sheet indicates how long Consultants’ Proposals must remain valid after the
submission date. During this period, Consultants shall maintain the availability of Professional
staff nominated in the Proposal. The Client will make its best effort to complete the process
within this period. Should the need arise, however, the Client may request Consultants to
extend the validity period of their proposals. Consultants who agree to such extension shall
confirm that they maintain the availability of the Professional staff nominated in the Proposal,
or in their confirmation of extension of validity of the Proposal, Consultants could submit new
staff in replacement. If any consultant seeks any replacement(s), while extending the bid
validity, then the same shall be evaluated for ascertaining suitability of replacement as per
the provisions of the RFP and no remuneration shall be deducted for any such replacement(s).
However, the technical evaluation shall take into account of the originally submitted CV(s)
only irrespective of replacement sought. Consultants who do not agree have the right to refuse
to extend the validity of their Proposals.

2. CLARIFICATIONS AND AMENDMENT OF RFP DOCUMENTS

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

2.2. At any time before the submission of Proposals, the Client may for any reason, whether at
its own initiative or in response to a clarification requested by a Consulting firm, modify
the RFP documents by amendment. Any amendment shall be issued in writing through
addendum. Addendum may be sent by mail, cable, telex, facsimile or electronic mail to
consultants or/and will be hosted on NHAI website which will be binding on them. The Client
may at its discretion extend the deadline for the submission of Proposals.

3. PREPARATION OF PROPOSAL

3.1 You are requested to submit your proposal in Two Parts strictly using the formats
enclosed herewith (refer section 3 and 4). The two parts shall be:

Part 1: Technical Proposal and

Part 2: Financial Proposal.

The Financial Proposal should be submitted only in Electronic Form. No hard copy of
Financial Proposal is to be submitted. Please also refer “procedure under e-tendering”
defined in the RFP in this regard. The proposal shall be written in the English language as
specified in the Data Sheet. All pages of the Proposal shall be signed by an authorized
representative. The representative‘s authorization shall be confirmed by written Power of
Attorney duly notarized to be submitted with the proposal. In case of JV a MoU indicating
the specific Projects, input and role of each Partner etc. shall be submitted with the
proposal.
Part 1: Technical Proposal
3.2 You are expected to examine all terms and conditions included in the documents. Failure
to act or to provide all requested information will be at your own risk and may result in
rejection of your proposal.

3.3 During preparation of the Technical proposal you may give particular attention to the
following:

i. The man-months for the assignment shall be that stated in the Terms of Reference.
The same shall be considered for the purpose of evaluation as well as award.

ii. The Consultants should prefer to field as many of their permanent staff as possible
and higher marks shall be given in this regard. The permanent staff would be
considered those already employed with the firm prior to one year from the month
during which this Tender Notice is issued. More weightage will be given to those key
personnel who are employed with more years with the firm.
iii. No alternative to key professional staff may be proposed and only one Curriculum
Vitae (CV) may be submitted for each position and
iv. A good working knowledge of the language specified in the data sheet is essential
for key professional staff on this assignment. Reports must be in the language (s)
specified in the data sheet.
v. For Key Personnel e.g. Team Leader, Highway Maintenance cum Resident Engineer,
Bridge/ Structural Engineer and Road Safety Expert, the Consultants should prefer
candidates having worked on PPP Projects. Such personnel shall be rated higher than
the candidates having no such experience at all”.
3.4 Your Technical Proposal must provide the following information, using but not limited to
the formats attached in the Section 3 &4.

i) A brief description of the firm’s organization and an outline of recent experience of


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

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

iii) Proposed methodology for the execution of the services illustrated with bar charts
of activities. The proposed methodology should be accompanied by the consultants
initial view, key challenges they foresee and potential solutions. The proposal shall
indicate as to whether the firm is having the facilities for carrying out the following
field activities or these are proposed to be outsourced to specialized agencies.

 Surface defects detection and roughness measurement using Network


Survey Vehicle
 Pavement strength measurement using FWD
 Bridge inspection using Mobile Bridge Inspection Unit
 Road signs inspection using Retro Reflectometer
 Traffic count using Automatic Traffic Counter cum Classifier (ATCC)
 Aerial Video Recording using Drone

iv) Proposed Quality Audit Methodology including Quality Assurance Plan

v) In case the consultant envisages outsourcing any or all of the above services to the
expert agencies, the details of the same indicating the arrangement made with the
agencies need to be furnished. These agencies would however, be subject to
approval of the client to ensure quality input by such agencies before award of the
work. For out-sourced services, proposed firms/consultants should have such
experience on similar projects.

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

vii) Requirement for submission of CVs.

a. The CVs of the key personnel in the format as per Appendix Period -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 MoRTH or its Executing Agencies projects upto 2 years may be taken
by MoRTH or its Executing Agencies.
b. The age limit for key personnel is 65 years as on the date of bid submission. The
proof of age and qualification of the key personnel must be furnished in the
technical proposal.

c. CVs strictly in the prescribed format and recently signed in blue ink on each page
by both the proposed professional staff and the Managing Director/Head or the
authorized representative of the firm.
d. Key information should include years with the firm and degree of responsibility
held in various assignments. In CV format, at summary, the individual shall declare
his qualification & total experience (in years) against the requirements specified
in TOR for the position (Ref. Enclosure-B of TOR). If any information is found
incorrect/fake inflated in the CV, at any stage, debarment of key personnel from
future MoRT&H/ NHAI or its executing agencies projects upto 2 years may be taken
by MoRT&H/ NHAI or its executing agencies. In case, the information contained in
the CV for the duration in which the key personnel was employed by the firm,
proposing his candidature is found incorrect/fake/inflated at any stage, action
including termination of the consultancy agreement and debarment of the firm
upto 2 years from future MoRT&H or its Executing Agencies projects shall be taken
by MoRT&H or its Executing Agencies. In case, the information contained in the
CV for the duration in which the key personnel was employed by the firm proposing
his candidature is found incorrect/fake/inflated at any stage, the consultancy
firms shall have to refund the salary and perks drawn in respect of the person
apart from other consequences. In case, the information contained in the CV for
the duration in which the key personnel was not employed by the firm proposing
his candidature is found incorrect/fake/inflated at any stage, the consultancy firm
will have to refund the twice of salary and perks drawn in respect of the person

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

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

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

h. If a CV score less than 75% marks, whatever marks it score will be carried forward
for maximum 2 nos. key personnel for determining the total score of the firm.
However, if the Key Personnel does not fulfill the minimum academic qualification
(as mentioned at Enclosure-B of TOR of RFP), the overall score of his CV will be
evaluated as zero. If the Key Personnel does not fulfill the minimum qualification
related to experience (as mentioned at Enclosure-B of TOR of RFP), then zero
marks will only be assigned for that sub criteria, but the marks obtained by the CV
of the Key Personnel will be carried forward for maximum 2 nos. key personnel for
determining the total score of the firm. In case, a firm is H-1, then maximum 2
(two)
such Key Personnel (whose CV scores less than 75% or who does not fulfill the
minimum qualification) will have to be replaced by the firm before signing the
contract. The reduction in remuneration of such replacements will be at the
rate of 10% for each replacement. In case the information contained in the
CV for the duration in which the key personnel was employed by the firm
proposing his candidature is found incorrect / fake/ inflated at any stage
action including termination of the consultancy agreement and debarment
of the firm upto 2 years from future MoRTH or its executing agencies
projects shall be taken by MoRT&H or its executing agencies.

i. 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.

j. In case the information contained in the CV for the duration in which the
key personnel was employed by the firm proposing his candidature is found
incorrect/ fake/ inflated at any stage, the consultancy firms shall have to
refund the salary and perks drawn in respect of the person apart from other
consequences.

k. In case the information contained in the CV for the duration in which the
key personnel was not employed by the firm proposing his candidature is
found incorrect/ fake/ inflated at any stage, the consultancy firms will
have to refund the twice of salary and perks drawn in respect of the
person.

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

ix) Estimates of the total time effort (person x months) to be provided for the services, supported
by bar chart diagrams showing the time proposed (person x months) for each professional staff
and sub professional staff.

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

xi) Detailed Evaluation criteria of the Firm and Key Personnel, which will be used for evaluation of
Technical Bids is enclosed as Appendix B10 to Section-4. The consultants shall submit the self-
evaluation as per Appendix B10 duly filled in based on the Detailed Evaluation criteria mentioned
therein at Appendix-B10. While submitting the self- evaluation, Consultant shall make reference
to the documents along with page nos., which have been relied upon in his self-evaluation.

xii) The bidder shall be required to submit the details of ongoing assignments as per Annexure-I with
a declaration that all key personnel in the existing contracts have been duly deployed on such
projects during the last 3 months.
xiii) In case consultant firm experience / document is found to be false at any stage i.e. from
bidding to completion of services the consultancy contract shall be terminated and
consultant firm shall be debarred for a period of 2 years

3.5 The technical proposal must not include any financial information.

Part 2: Financial Proposal

3.6 Your Financial Proposal must be strictly using the formats attached in Section 5. No additional
items/quantities other than that specified in the formats should be proposed by the Consultants since
the same shall not be considered for the evaluation/award. For the first 12 months from the Date of
Commencement of Services, Consultants shall be paid billing rates as indicated above. Beginning 13th
months of the services provided, billing rates shall be increased on all items of contract inter alia
including vehicle hire, office rent, consumables, furniture etc. @ 5% every 12 months for local currency
for the subsequent period of services rendered by the personnel of all categories namely (i) key
Personnel; (ii) sub- Professional personnel and (iii) Support staff. However, for evaluation and award of
the Bid proposals, the quoted initial rate (as applicable for first 12 months) shall be multiplied by the
total time input for each position on this contract, i.e., without considering the increase in the billing
rates.

3.7 The Financial Proposal should clearly identify as a separate amount, the local taxes (including social
security), duties, fees, levies and other charges imposed under the applicable law, on the consultants,
the sub-consultants, and their personnel (other than nationals or permanent residents of the
government’s country); unless the Data Sheet specifies otherwise. This cost, however, will not be
considered in evaluation.

3.8 Consultants may express the price of their services in the Local currency (Indian Rupees)

3.9 The Goods and service tax shall be considered for release along with invoice, subject to condition that
Consultant submits the proof of deposit of the same with a Certificate from CA firm within a period of
90 days of receipt of such Goods and service tax.
*(This will be the exchange rates as per Reserve Bank of India rounded off to nearest Rupee
applicable at the time of RFP invitation).
4. SUBMISSION, RECEIPT AND OPENING OF PROPOSALS

4.1. PREPARATION & SUBMISSION OF APPLICATIONS:


i. The Applicants shall submit the proposal (Proof of Eligibility and Technical Proposal) in
hard bound form with all pages numbered serially and by giving and index of submissions.
Applications submitted in other forms like spiral bound form; loose form etc. shall be
rejected. Copies of Applications shall not be submitted and considered.

ii. Financial proposal are only to be submitted online and no hard copy of the financial
proposal should be submitted.
Bidders shall be required to submit original of the documents mentioned in Clause
4.1 of RFP after declaration of bid evaluation result by Authority. Bidders failing to
physically submit the original documents listed in Clause 4.1 of RFP shall be
unconditionally debarred from bidding in NHAI projects for a period of 5 years from the
date of issue of debarment notice. In case L-1 Bidder fails to submit the original
documents listed in Clause 4.1 of RFP, the bidding process shall be annulled and tenders
shall be re-invited.

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

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

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


a. Technical proposal as indicated in para ‘B’ below
b. Financial proposal as per format prescribed in SECTION-5 OF RFP.
B. Technical proposal to be submitted in in Electronic form to be uploaded on the
https://etenders.gov.in

(i) Technical Proposal in scanned including


a. Power of Attorney for signing the Application.
b. If applicable, the Power of Attorney for Lead Member of JV;
c. Copy of Memorandum of Understanding between JV partners, if applicable;
d. Copy of Memorandum of Understanding with Associate, if applicable
e. Firm’s credentials as per format prescribed in SECTION-3 OF RFP.
f. Technical Proposal as per format prescribed in SECTION-4 OF RFP.
g. Scanned copy of proof of payment for cost of tender documents and Integrity Pact.
(ii) Rs.5,000/- (Rupees Five thousand only) towards the cost of RFP. Details for
online payment are as follows-
S. No. Particulars Details
1 Name of Beneficiary NHAI REGIONAL OFFICE WEST UP
2 Name of Bank CANARA BANK
3 Account No. 84811010002035
4 IFSC Code CNRB0018481
5 Branch Name GOMTI NAGAR, LUCKNOW

iii. The Applicant shall submit the original documents specified above in point no.4.1
(ii) B together with their respective enclosures to the Authority after declaration of
evaluation result by Authority in compliance of Circular No. 9.1.11/2019 dt. 06.06.2019
in regard to dispensation of physical submission.
iv. The Applicant shall upload scanned copies of the Technical Proposal and Financial
Proposal as specified in point nos. 4.1 (ii) A & B above on the https://etenders.gov.in
before 1100 hours Indian Standard Time on the Application due date i.e. on 22.11.2024.
Financial Proposal is to be submitted On-line only and no hard submission is to be made.
v. It may be noted that the scanned copies can be prepared in file format i.e. PDF and/or
ZIP only. The Applicants can upload a single file of size of 10 MB only but can upload
multiple files.

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


www.infracon.nic.in)

i) All the Consultancy Firms and key personnel have to register on www.infracon.nic.in
portal and should upload their technical proposals/credentials in public domain. This
Portal has facility to host Firms & Personnel credentials online with option to link to
Aadhaar & Digilocker for data validation & purity.
ii) The Applicant shall ensure that they have uploaded modules stipulated in MoRT&H
Circular No. RW-NH-35075/1/2010-S&R dt. 28.10.2015 on www.infracon.nic.in, failing
which the bid submitted will be summarily rejected. Hard copy of the documents as
specified in the said MoRT&H Circular only is required to be submitted. Financial
Proposal is to be submitted online only and no hard copy submission is to be made. In
the event of any discrepancy between the original and the copy (in electronic form),
the original shall prevail.
4.2. Modification / Substitution/ Withdrawal of bids:

i. The Bidder may modify, substitute or withdraw its e- bid after submission. Prior to the
Bid Due Date. No Bid shall be modified, substituted or withdrawn by the Bidder on or
after the Bid Due Date.
ii. Any alteration/modification in the Bid or additional information supplied subsequent
to the Bid Due Date, unless the same has been expressly sought for by the Authority,
shall be disregarded.
iii. For modification of e-bid, bidder has to detach its old bid from e-tendering portal and
upload / resubmit digitally signed modified bid.
iv. For withdrawal of bid, bidder has to click on withdrawal icon at e-tendering
portal and can withdraw its e-bid.
v. Before withdrawal of a bid, it may specifically be noted that after withdrawal of a
bid for any reason, bidder cannot re-submit e-bid again.

4.3. OPENING AND EVALUATION OF APPLICATIONS:


Opening of Proposals will be done through online for Financial Proposal and both on- line
and manually for Technical Proposal.
i. For participating in the tender, the authorized signatory holding Power of Attorney
shall be the Digital Signatory. In case the authorized signatory holding Power of
Attorney and Digital Signatory are not the same, the bid shall be considered non-
responsive.

The Authority shall open Technical Proposal received as mentioned in point nos.
4.1 (ii) B at 1130 hours Indian Standard Time on the Application due date i.e.
23.11.2024 in the presence of the Applicants who choose to attend. This Authority
will subsequently open the Technical Proposal as mentioned in point No. 4.1 A(a) above
and evaluate the Applications in accordance with the provisions set out in the RFP.

ii. The Financial Proposal 4.1 (ii) A (b) will be opened of the short listed applicants who
qualify for financial opening as per RFP. The date of opening of Financial Proposal will
be notified later on.
5. PROPOSAL EVALUATION

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

5.2. Deleted.

Technical Proposal

5.3.

i. The Evaluation Committee appointed by the NHAI shall carry out its evaluation
applying the evaluation criteria at Appendix-B10 and point system specified in the
data sheet. Each responsive proposal shall be attributed a technical score (St.) The
technical proposal should score at least 75 points to be considered responsive. The
Authority shall shortlist 5 (five) top firms on the basis of their technical score not in
the conflict of interest with the concessionaire.

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

Financial Proposal

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

5.5. The Financial Proposals shall be opened through e-procurement publicly in the presence of
the consultants’ representatives who choose to attend. The name of the consultant, the
technical scores, and the proposed prices shall be read aloud and recorded when the
Financial Proposals are opened. The Client shall prepare minutes of the public opening.

5.6. The Evaluation Committee will determine whether the submitted Financial Proposals are
complete (i.e., whether they have included cost of all items of the corresponding
proposals; if not, then the cost towards such missing items will be considered as NIL, but
the Consultant shall, however, be required to carry out such obligations without any
additional compensation. In case under such circumstances, if Client feels that the work
cannot be carried out within the overall cost as per the submitted financial proposal, such
proposals shall be considered non responsive.

5.7. The Evaluation Committee shall determine if the financial proposal is complete and without
computational errors. The order of priority as among these firms on the basis of financial
bids will also be determined and the lowest financial bid shall rank first for award of
contract.
5.8. The lowest Financial Proposal (Fm) will be given a financial score (Sf) of 100 points. The
financial scores (Sf) of the other Financial Proposals will be computed as

Sf = 100 x Fm/F, where Sf is the financial score. Fm is the lowest price and F, the price of
the proposal under consideration. Proposals shall finally be ranked according to their
combined technical (St) and financial (Sf) scores using the weights indicated in the data
sheet:

S = St x T% + Sf x P%.

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

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.

(ii) If H-1 is not Class-I local bidder, then the most preferred bidder among the Class-I local
bidder (having Highest combined Technical and Financial Score as per RFP among ‘Class-I
local bidder’) will be invited to match H-1 price subject to Class-I local bidder’s quoted price
falling within the margin of purchase preference, and the contract will be awarded to such
preferred Class-I local bidder’ subject to Class-I local bidder matching the financial quote of
H-1 of his quote whichever is lower.

(iii) In case such preferred eligible ‘Class-I local bidder’ fails to match the H-1 price, the
‘Class-I local bidder with next Highest combined score (having next Highest combined
Technical and Financial Score as per RFP among Class-I local bidders), within the
margin off purchase preference shall be invited to match the H-1 price and so on the 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. The
margin of purchase preference shall be 20%.

5.10 As per NHAI Policy Guidelines/Consultancy /2022, Policy no. 10.1.35/2022 dated 11.10.2022,
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 interviews through VC of the Key Personnel
of H-1 Consultants 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
Consultants 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 period of 3 (three) month 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 (three) years from
the date of interaction in case they left the project for any justified reason and are
subsequently proposed for other projects

5.11 Remuneration of Professional staff claimed by the consultancy firms as per MoRT&H
Circular dated 20.09.2022 (Copy of the circular attached).

6. Replacement of Personnel

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

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

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

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

7. AWARD OF CONTRACT

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

7.2. The successful firm with whom the contract is signed is expected to commence the
assignment on the date and at the location specified in the data sheet.
8. PERFORMANCE CLAUSE
Independent Engineers shall be expected to fully comply with all the provisions of the ‘Terms
of Reference’, and shall be fully responsible for supervising and ensuring that the Designs,
Construction and Maintenance and Operation of the facility takes place in accordance with the
provisions of the Concession Agreement. Failure of the Independent Engineer to notifying NHAI
and the Concessionaire on non-compliance of the provisions of the Concession Agreement by
the Concessionaire, non-adherence to the provision of ToR and non-adherence to the time
schedule prescribed under ToR shall amount to non- performance.
The Independent Engineer shall appoint senior most technical director or equivalent as its
authorized representative, who shall correspond with the NHAI besides Team Leader to monitor
the performance of its staff, undertake quarterly site inspections and give a report to NHAI on
such inspection for comments and suggestions of NHAI for future compliance, issue on behalf
of the IE, the Provisional Completion Certificate and Completion Certificate and shall carry out
any such task as may be decided by NHAI. The IE shall take prior approval of NHAI before issuing
Provisional Completion Certificate and Completion Certificate. The proposal submitted shall
also include the name of the authorized representative along with the authorization letter and
power of attorney. No separate payment shall be made for such inputs and site visits of the
authorized representative as the same shall be treated as incidental to the assignment.

9. CONSULTANT’S PROPOSAL

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

9.2. In addition to above, the consultants are required to propose sub-professional staff as
detailed in Enclosure-A with the minimum qualification and experience requirements as
given in Enclosure–B.
10. PERFORMANCE SECURITY
10.1 The successful consulting firm shall have to submit a Bank Guarantee (BG) for an amount
of 3% of the Contract Value within 15 days of issue of LOA. The BG shall be valid for a
period of 62 months i.e. up to 2 months beyond the expiry of the Contract of 60 months.

Omnibus Bank Guarantee Provisions

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

Performance Security
Cumulative Value of Consultancy Fee as BG Value (in Rs. Crores)
per Ongoing Contracts under NHAI (in
Rs. Crores)
0-10 0.5
10-20 1.0
20-30 1.5
30-40 2.0
40-60 3.0
60-80 4.0
80-100 5.0
100-200 8.0
Beyond 200 10.0
10.2 The BG shall be in the format specified in Appendix I of draft contract form and furnished
from a Nationalized Bank, IDBI or ICICI/ICICI Bank/Foreign Bank/EXIM Bank / any
Scheduled Commercial Bank approved by RBI having a net worth of not less than 1000
crore as per latest Annual Report of the Bank. In the case of a Foreign Bank (issued by a
Branch in India) the net worth in respect of Indian operations shall only be taken into
account. In case of Foreign Bank, the BG issued by Foreign Bank should be counter
guaranteed by any Nationalized Bank in India. In case of JV, the BG shall be furnished on
behalf of the JV and not individually by the members.

10.3 Further, in cases where the bid of the successful consulting firm is less than 85% of the
average of all bids received, the successful consulting firm shall have to submit an
Additional performance Security (APS) in the form of a Bank Guarantee for 30% of the
differential value between the successful bid and average of all bids received. The BG
shall be valid for a period of 62 months i.e. up to 2 months beyond the expiry of the
Contract of 60 months. The other requirements of APS are same as those of Performance
Security.
10.4 In the event the Consultant fails to provide the security within 15 days of date of LOA, it
may seek extension of time for a period of15 (Fifteen) days on payment of damages for
such extended period in a sum of calculated at the rate of 0.1% (Zero Point One Percent)
of the contract price for each day until the performance security is provided. For the
avoidance of doubt the agreement shall be deemed to be terminated on expiry of
additional 15 days time period.
10.5 Notwithstanding anything to the contrary contained in this Agreement, the Parties agree
that in the event of failure of the Consultant to provide the Performance Security in
accordance with the provisions of Clause10.1 within the time specified therein or such
extended period as may be provided by the Authority, in accordance with the provisions
of Clause and thereupon all rights, privileges, claims and entitlements of the Consultant
under or arising out of this Agreement shall be deemed to have been waived by, and to
have ceased with the concurrence of the Consultant, and LoA shall be deemed to have
been withdrawn by mutual agreement of the Parties. Authority may take action debar
such firm for future projects for a period of 1-2years.

11. AUTHORISED SIGNATORIES


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

1. Pre-Proposal Conference shall be held at: NA.


2. The proposal shall be valid for 120 days after the last date of submission.
3. The Language of documents and correspondence will be English.
4. All the personnel shall have working knowledge of English and all the reports etc. shall be written
in English.
5. NHAI shall reimburse only Goods and service tax. Consultant has to assess all other taxes and
should inbuilt them in their financial proposal. These taxes (other than Goods and service tax)
should not be provided separately. The Consultants to state cost in INR only.
6. The Consultants to ensure that their firms and key personnel should register their credentials /
modules on www.infracon.nic.inas stipulated in MoRT&H Circular No. RW-NH-35075/1/2010-
S&R® dt.28.10.2015.

7. The time and date of online submission: upto 11:00hrs. on 22.11.2024


8. The points assigned to Technical Evaluation criteria are:

S. No. Description Marks


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

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

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


shall be considered) (Min 5 Years)
Average Annual Turnover (last 5 years) from consultancy business (Min. 5 crore). 2
No. of key personnel with the firm 2
Experience in DPR/Feasibility cum PPR preparation for two projects of 4/6 laning 5
of 30% of project length each or one project of 4/6 laning of 50% of project length
in last 7 years.
In hand DPRs for NHAI Projects (presently under progress) 10
Experience as Independent Engineer/ Authority Engineer/ Supervision 6
consultants for two construction projects of 2Lane+PS/four/six laning of 30% of
project length each or one projects of 2Lane+PS/four/six laning of 50% of project
length in last 7 years
Experience as Independent Engineer/ Supervision consultants one O&M project 8
under DBFOT/OMT of 2Lane+PS/four/six laning** of 50% of project length in last
7 years.
Employer’s certificate should be submitted substantiating the experience claimed by the
firm.
**Consultants should give details of the experience of the firm considering the completed
and the on-going highway assignments, separately for PPP and non- PPP Projects along
with experience certificates from clients. This list of the completed works should also
include those assignments which are substantially (90% of Contract value) completed. No
Qualification/Experience etc. shall be considered without proof of experience.
Experience of Consultant for having offered consultancy services to a private organization
shall also be considered as relevant experience for current assignment, provided the
experience is duly endorsed by the respective Government Agency.

ii. Sub criteria for Adequacy of the proposed work plan and methodology
Site Appreciation 1
Quality of Approach and Methodology (approach and initial view on project plan 2
including key challenges envisaged and potential solutions)
Internal Quality Audit Methodology to be adopted (Quality Assurance Plan) 2
Total 5
iii. Sub criteria for Experience in use of technology for road inspection

S. No. Description Maximum Sub-


Points points
1 Experience in Network Survey Vehicle (NSV) or 6
better technology for pavement inspection
1.1 Own Equipment / MoU with Associate/ lease/ hire 3
1.2 Experience of 1-2 projects 1
1.3 Experience of 3-5 projects 2
1.4 Experience of >5 projects 3
2 Experience in Falling Weight Deflectometer 3
(FWD) or better technology for pavement
strength measurement
2.1 Own Equipment / MoU with Associate/ lease/ hire 1
2.2 Experience of 1-3 projects 1
2.3 Experience of >3 projects 2
3 Experience in Mobile Bridge Inspection Unit or 4
better technology for bridge inspection
3.1 Own Equipment / MoU with Associate/ lease/ hire 2
3.2 Experience of 1-3 projects 1
3.3 Experience of >3 projects 2
4 Experience in Retro reflectometer technology 4
4.1 Own Equipment / MoU with Associate/ lease/ hire 2
4.2 Experience of 1-3 projects 1
4.3 Experience of >3 projects 2
5 Experience in Automatic Traffic counter cum 3
Classifier (ATCC)
5.1 Own Equipment / MoU with Associate/ lease/ hire 1
5.2 Experience of 1-3 projects 1
5.3 Experience of >3 projects 2
Total 20

Note:
(i) The consultants owing the equipment shall be required to submit proof of ownership.
(ii) The experience of the associate firms in use of technology shall also be counted in the
evaluation. The experience of firm or associate firm in NSV, FWD, MBIU, Retro
reflectometer, ATCC or equivalent technology shall be supported by experience
certificate. The experience of the firm / associate shall be recognized, only when the
firm / associate has actually performed the above activities through its own staff
directly to avoid duplicity in claiming of the experience3.1The experience of a firm/
associate firm for a private concessionaire/contractor shall be considered only if the
experience certificate is authenticated by the concerned competent Government
department/ authority.
(iii) In case, Ownership document of equipment of Consultancy / Associate Firm is found
to be false, (i) The Consultancy / Associate Firm, as the case may be, shall be put
on holiday listing (temporary debarment) for a period of upto 12 months.

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


assignment shall be evaluated. The weightage for various key staff are as under:-
S. No. of Professional Marks per Total
Staff Position Staff Staff Marks
No
1 Team Leader cum Highway Engineer 1 19 19
Highway maintenance cum Resident
1 12 12
2 Engineer
3 Bridge/Structural Engineer 1 4 4
4 Road Safety Expert 1 5 5
Total 40

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


General qualifications 25
Adequacy for the project 70
Employment with firm 5
Total 100
v. The technical proposal should score at least 75 points to be considered responsive for
financial evaluation.

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

vii. The Consultant should carryout self-evaluation based on the evaluation criteria at
Appendix-EC. While submitting the self-evaluation along with bid, Consultant shall make
references to the documents which has been relied upon in his self-evaluation.

viii. Result of technical evaluation shall be made available on the website giving opportunity
to the bidders to respond within 7 days in case they have any objection.

ix. The single currency for price conversion is INR. For evaluation of bid proposals, the foreign
currency conversation rate of 1US Dollar = Rs. ***** and 1 Euro = Rs.***** shall be used.
x. The weightage given to technical proposal is T= 80%. The weightage given to financial
proposal is P = 20%.

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

Remarks: Based on experience and the Consulting Industry’s Capacity, Project specific
requirement etc., NHAI may modify the above criteria for Selection of IE
Section 3: FORMATS FOR SUBMISSION OF FIRMS CREDENTIALS

The proposal should contain the following information in enclosed format attached at Appendix
A.
Year of Establishment of Firm
Average annual turnover (last five years)
Note: The Firm shall submit Certificate of Incorporation and audited balance sheet for the last five
years (FY 2019-20, 2020-21, 2021-22 & 2022-23,2023-24)**. For claiming experience of Highway
projects, Completion Certificate from Employer should be enclosed. The proposal should also
contain the details of the key personnel viz. their name, qualification, expertise area, experience
and years of association with the firm.

Appendix A
The following information related to the firm should be provided in the proposal.
i. Name of the package applied for:-
ii. Year of establishment of firm *

Consultant Year of Country Individual Type of Organization


Establishment
Partnership Corporation Other

Individual/Lea
d
Partner (of JV
NOTE: - Year of Establishment of Lead Partner of JV shall be considered.
*Copy of Certificate of incorporation shall be submitted.
iii. Office/Business Address/Telephone nos./Cable Address.
iv. Narrative description of firm (Not more than 2 sheets)
v. Name of two (2) principals who may be contacted with title and telephone
number/fax number.
vi. Financial Statement of the last five years. **

S. No. Particulars 2023-24 2022-23 2021-22 2020-21 2019-20


i. Annual turnover from
Consulting business
ii. Total Assets
iii. Current Assets
a. **The amount shall be stated in INR. (Consider US$1= ***** INRs. and 1 Euro = *****
INRs.)

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

c. Balance Sheet/ Auditor Certificate of last 5 years (FY 2019-20, 2020-21, 2021-22 &
2022-23 & 2023-24) shall be submitted as evidence of Annual Turnover”.
d. Wherever details for Audited Balance Sheet, Financial Statement, Balance
Sheet/Auditor Certificate of last 5 years are sought, the last 5 year shall be preceding
the year in which Bid submission is to be made.
In case the annual accounts for the latest financial year are not audited and therefore
the Applicant cannot make it available, the Applicant shall give an undertaking to this
effect duly certified by statutory body like Chartered Accountant or Independent
Auditor who are competent to do so as recognized by the state concerned. In such a
case, the Applicant shall provide the Audited Annual Reports for 5 (five) years preceding
the year for which the Audited Annual Report is not being provided.
vii. Experience *** as Independent Engineer or Construction Supervision of Highway
Projects, separately for PPP and non-PPP Projects during the last 7 years.
Client
(with
Projects
complet Fee
Name/year
e Total Received
Sole address, Fee for by
consultant Descri- contact the Applican % Age of
Prime ption of person, Con- t (in Total
Consultant Type Highway telephon sultancy case of Fee Approx.
of JV/JV/or Services Project/ e Nos Assign- JV/ Receive Cost of
S. Sub Ren- Length and Fax ment Associ- d by the Highway Perio
No Consultant dered (kms) Nos) (INR) ation) Firm Project d

1 2 3 4 5 6 7 8 9 10

A. Completed/Substantially completed projects: 1.


2.
3.
B. Projects in progress:
1.
2.
3.
viii. Experience *** in DPR/Feasibility Study of 4/6 laning Highway projects during the last
7 years.

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

1 2 3 4 5 6 7 8 9

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

Projects
Name/
Client
year Fee
(with
Sole complete Total Fee Received
consultant Descri- address, for the by
Prime ption of contact Con- Applicant % Age of
Consultant Type Highway person, sultancy (in case Total Fee
of JV/JV/or Services Project/ telephon Assign- of JV/ Received
S. Sub Ren- Length e Nos and ment Associ- by the
No Consultant dered (kms) Fax Nos) (INR) ation) Firm Period

1 2 3 4 5 6 7 8 9

a. ***4/6 lane as applicable for the project for which RFP is invited. Experience of 4/6 lane
shall be considered interchangeably for 4/6 laning projects.
b. Only those projects, to be included in the table which are Highways Projects and for
which clients certificates from the concerned Government agencies are enclosed with
the proposal. The certificate should be issued by an Officer not below the rank of
Executive Engineer.
c. The weightage given for experience of a firm would depend on the role of the firm in the
respective assignments. The firm’s experience would get full credit if it was the sole firm
in the respective assignment. Experience weightage for firms as Lead partner/JV
partner/Associate shall be considered in the same proportion as payment has been
received by the firm towards consultancy work in the project.
d. For weightage of experience in any past Consultancy assignment experience certificate
from the client shall be accepted. In the absence of experience certificate from the
client, proportion of payment received towards Consultancy work duly certified by
statutory body like Chartered Accountant or Independent Auditors who are competent to
do so as recognized by the State concerned shall be accepted. Annual turnover duly
certified by Chartered Accountant shall be accepted. In case of non-availability of such
documents no weightage of turnover/experience will be considered.
e. Assignments on hand including those for which the Letter of Acceptance from the clients
received as on 7 days prior to due date for submission of proposals: The details shall be
given in the following format.

Role of the
Team Members
firm
provided by the
Sole, Lead/ Date of Date of firm

Name of Other in JV letter of Agreement Present


S. Assignment Client or sub- Acceptance if status of Name Position
No consultan signe Assignment DOB
t d
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

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

Key Personnel Number of key personnel employed


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

Team Leader cum Senior Highway Engineer

Resident cum Highway Engineer

Bridge/Structural Engineer

Road Safety Expert


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

Determination of Technical Capacity


Appendix B-11
APPENDIX B-1
Technical Proposal Submission Form.

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

Ladies/Gentlemen:

Subject: Submission of Technical and Financial Proposal for engagement as IE for the Operation
and Maintenance of
i.
We, the undersigned, offer to provide the consulting services for the above in accordance with your
Request for Proposal dated , and our Proposal dated while duly examining and
understanding the contents of RFP. We are hereby submitting our Proposal, which includes this
Technical Proposal and a Financial Proposal sealed under a separate envelope for the above
mentioned work.

My/Our registration No. on Infracon is ……. and my/our Infracon Team ID is …………….
We further certify that in the last 3 years, we or any member of our JV/Associates have neither
failed to perform any contract/ assignment nor have been expelled from any contract/assignment
nor had any contract/assignment terminated for our breach. our Proposal is binding upon us.. We
understand you are not bound to accept any Proposal you receive
We remain,
Yours sincerely,

Authorized Signatory
Name and Address of Firm
(Lead Member in case of JV)
APPENDIX B-2 : : SITE APPRECIATION
Shall give details of site as per actual site visit and data provided in RFP and collected from site
supported by photographs to demonstrate that responsible personnel of the Consultant have
actually visited the site and familiarized with the salient details/complexities and scope of
services.
APPENDIX B-3 : APPROACH PAPER ON METHODOLOGY FOR PERFORMING THE ASSIGNMENT
The approach and methodology will be detailed precisely under the following topics.

1) Methodology for services, surveying, road condition data collection and analysis [not more
than 2 pages]

2) Key challenges foreseen and proposed solutions in carrying out the assignment [not more
than 1 page]

3) Proposed Quality Audit Methodology and Quality Assurance Plan [not more than 6 pages]
APPENDIX B-4 : FACILITY FOR FIELD INVESTIGATION AND TESTING

1. State whether applicant has in-house (created in house at site)/ outsourced/ not
available facility for
Surface defects detection and roughness measurement using Network Survey Vehicle
Pavement strength measurement using FWD Bridge
inspection using Mobile Bridge Inspection Unit Road
signs inspection using Retro Reflectometer
Traffic count using ATCC
2. In-case answer to 1 is available (created in house at site) a list of field investigation and
testing equipment is to be attached
3. In case answer to 1 is outsourced/not available – arrangements made or proposed to be
made for each of the above field investigations is to be attached
4. For experience in NSV, FWD, MBIU and reflectometer, references need to be
provided in the following format:
REFERENCES
Relevant Services Carried Which Best Illustrate Qualifications
The following information should be provided in the format below for each reference assignment
for which your firm, either individually as a corporate entity or as one of the major companies within
a consortium, was legally contracted by the client:

Assignment Name: Country:


Location within Country : Professional Staff Provided
by your firm:
Name of Client : No. of Staff :
Address : No. of Staff Months :
Technology Used:
Start Date Completion Date Approx. Value of
(Month / Year) (Month / Year) Services : (in INR/current USD) :
Name of JV/Association Firm(s) if any : No. of Months of Professional
Staff provided by Associated Firm(s)
Status of your Company in the Assignment i.e., Sole/Lead Member/Other
Member/Associate Narrative Description of Project:
Description of Actual Services Provided by your Company:
Signature of Authorised Representative
(Certificate from Employer regarding experience should be furnished)
APPENDIX B-5: COMPOSITION OF THE TEAM PERSONNEL, AND TASK(S) OF EACH TEAM MEMBER

1. Technical/Managerial Staff

Sl. No. Name Position Task

2. Support Staff

Sl. No. Name Position Task


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

Proposed Position: ………………………………………………


Name of Firm

:.......................................................................................

INFRACON ID (Firm) ………………………………………………..


Name of Staff

:........................................................................................

INFRACON ID (Individual) ………………………………………………..


Profession:

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

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

Membership
Societies:.......................
...................................
...............
Detailed Task Assigned :

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

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

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

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

Key Qualifications:
[Give an outline of staff member’s experience and training most pertinent to tasks on assignment.
Describe degree of responsibility held by staff member on relevant previous assignments and give
dates and locations. Use about half a page.]
Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions held
by staff member since graduation, giving dates, name of employing organisations, titles of
positions held, and locations of assignments. For experience in last ten years, also give types
of activities performed and client references, where appropriate. Use about three- quarters
of a page.]

Languages:
[For English language indicate proficiency: excellent, good, fair, or poor; in speaking,
reading, and writing]
Summary of Qualification & Experience vis-à-vis the requirements as per TOR

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

I, the undersigned, (Name and Address) undertake that this CV correctly describes myself, my
qualifications and my experience and NHAI would be at liberty to debar

me if any information given in the CV, in particular the Summary of Qualification & Experience vis-
à-vis the requirements as per TOR is found incorrect. I further undertake that I have neither been
debarred by NHAI nor left any assignment with the consultants engaged by NHAI / contracting firm
(firm to be supervised now) for any continuing work of NHAI without completing my assignment. I
will be available for the entire duration of the current projects (named ). If I leave this
assignment in the middle of the work, NHAI would be
at liberty to debar me from taking any assignment in any of the NHAI works for an appropriate period
of time to be decided by NHAI. I have no objection if my services are extended by NHAI for this
work in future.

I further undertake that if due to my inability to work on this project due to unavoidable
circumstances, due to which consultant’s firm is forced to seek replacement. In such unavoidable
circumstances, I shall not undertake any employment in NHAI projects during the period of
assignment of this project and NHAI shall consider my CV invalid till such time.

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


domain.

For Key Personnel having intermittent inputs, add the following:

I further certify that I am associated with the following assignments as on date (as on 7 days prior
to due date for submission of proposal) including those for which LOA has been received by the firm
and the inputs in these assignments shall not effect the work of the current assignment.

Likely start Likely end Total input of the


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

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


(Signature of Key Personnel) (Day/Month/Year) )
Certification by the firm

The undersigned on behalf of …………………… (name of consulting firm) certify that the
qualification and experience details of Shri ……. (name ………………………………………………………….. of
the proposed personnel and address) as described in the CV has been checked and found to be
correct. It is also certified that Shri…… (name of proposed personnel) to the best of our knowledge
has neither been debarred by NHAI nor left his assignment with any other consulting firm
engaged by NHAI / Contracting firm (firm to be supervised now) for the ongoing projects. We
understand that if the information about leaving the past assignment is known to NHAI, NHAI
would be at liberty to remove the personnel from the present assignment and debar him
for an appropriate period to be decided by NHAI.

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


[Signature of authorised representative of the Firm] (Day/Month/Year)

Note:-
a. Personnel is to affix his recent photograph on first page of CV.
b. Complete address and phone number of the Personnel is to be provided.
c. Document for proof of age is to be enclosed.
d. Document for proof of qualification is to be enclosed.
e. Age of the personnel shall not be more than as specified.
f. Experience Certificates from Employers to be attached.
APPENDIX B-7: TIME SCHEDULE FOR PROFESSIONAL PERSONNEL
A. Activity Schedule

Month wise Program (in form of Bar Chart)


[1, 2, etc. are months from the start of assignment]
Sl. 12th and Number
No Nam Position 11t
1s 2n 3r 4t 5t 6t 7t 8t 9t 10t h
subsequent of
. e t d d h h h h h h h years Months
Subtota
1
l (1)
Subtota
2
l (2)
Subtota
3
l (3)
Subtota
4
l (4)
- -
- -
APPENDIX B-8 : ACTIVITY (WORKS)
SCHEDULE A. Activity Schedule

Month wise Program (in form of Bar Chart)


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

B. Completion and Submission of Reports

SI.
No Reports: Programme: (Date)

1 Monthly reports (Design and Construction)

2 Quarterly Reports

Various others reports as provided in the Concession


3
Agreement such as Completion Report
APPENDIX B-9: AFFIDAVIT FOR CORRECTNESS OF CV OF KEY PERSONNEL AND
EXPERIENCE CLAIMED BY THE FIRMS

(To be submitted on non-judicial Stamp Paper)

I, the undersigned, on behalf of (name of the Consultant submitting the proposal), do hereby
certify that the details furnished in this proposal including CV of key personnel and experience
claimed by the firm/firms are true and correct to the best of my knowledge and belief.

Managing Director/Head of the


Firm/Authorised Representative of the firm*
Address
*Lead Member in case of JV
APPENDIX B-10: Self Evaluation by the Firm on the Annexure A, along with Annexure-A-1,
Annexure A-2, Annexure A-3, Annexure A-4-1 to A-4-4 and Annexure A-5-1 to A-5-9.

Name of the Firm…


S. Marks of out
No. Name of the Professional Staff of 100 Weightage Marks Remark
Details Marks
1 Team Leader x/100*19
(As per Annexure-A-4-1)
2 Highway Maintenance cum Resident x/100*12
Engineer (As per Annexure- A-4-2)
3 Road Safety Expert x/100*4
(As per Annexure-A-4-3)
4 Bridge/Structural Engineer (As per x/100*5
Annexure- A-4-4)
Maximum Marks 40 Total 0
Evaluation of the Firm (As per Annexure-A-1) Maximum 35 0
Grand Total of Evaluation 0
Managing Director/Head of the Firm/Authorized Representative of the firm
Address:
Lead Member in case of JV
APPENDIX B-11:
Format for Technical Capacity of Bidding Firms

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

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

Tender No.

This integrity Pact is made at on this day of

2023. Between

National Highways Authority of India (NHAI), a statutory body constituted under the National
Highways Authority of India Act, 1988, which has been entrusted with the responsibility of
development, maintenance and management of National Highways, having its office at G-5 & G-6,
Sector-10, Dwarka, New Delhi, hereinafter referred to as “The Principal”, which expression shall
unless repugnant to the meaning or contract thereof include its successors and permitted assigns.

and

hereinafter referred to as “The Bidder/Contractor


/Concessionaire/Consultant” and which expression shall unless repugnant to be meaning or
context thereof include its successors and permitted assigns.

Preamble

Whereas, the Principal intends to award, under laid down organizational procedures, contract/s for
“Consultancy services as Independent Engineer during Operation & Maintenance Period for the
Project “4 lane Unnao-Lalganj section of NH-232A (NH-31) from design Km 00.000 to design Km
70.000 under Bharatmala Pariyojana on Hybrid Annuity Mode in the state of Uttar Pradesh" The
Principal values full compliance with all relevant laws of the land, rules of land, regulations,
economic use of resources and of fairness/ transparency in its relations with its Bidder(s) and/ or
Contractor(s)/Concessionaire(s)/ Consultant(s).

And whereas to meet the purpose aforesaid, both the parties have agreed to enter into this Integrity
Pact (hereafter referred to as Integrity Pact) the terms and conditions of which shall also be read
as integral part and parcel of the Tender documents and contract between the parties. Now,
therefore, in consideration of mutual covenants stipulated in this pact, the parties hereby agree as
follows and this pact witnesses as under:-

Article-1 Commitments of the Principal

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

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


with the tender for, or the execution of a contract, demand, take a promise for or
accept, for self, or third person, any material of immaterial benefit which the person
is not legally entitled to.
b. The Principal will, during the tender process treat all Bidder(s) with equity and reason.
The Principal will in particular, before and during the tender process, provide to all
Bidder(s) the same information and will not provide to any Bidder(s) confidential/
additional information through which the Bidder(s) could obtain an advantage in
relation to the tender process or the contract execution.

c. The Principal will exclude all known prejudiced persons from the process, whose
conduct in the past has been of biased nature.

2) If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the IPC/PC Act or any other Statutory Acts or if there be a
substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer and
in addition can initiate disciplinary actions as per its internal laid down Rules/Regulations.

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

The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) commit himself to take all measures
necessary to prevent corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution.

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


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

b. The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not enter with


other Bidders into any undisclosed agreement or understanding, whether formal or
informal. This applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission or bids or any other actions to restrict
competitiveness or to introduce cartelization in the bidding process.

c. The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not commit any


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

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


disclose the name and address of the Agents/ Representatives in India, if any. Similarly
the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of Indian Nationality shall
furnish the name and address of the foreign principle, if any. Further, details as
mentioned in the "Guidelines on Indian Agents of Foreign Suppliers' shall be disclosed by
the Bidder(sy Contractor(s) Concessionaire) Consultant(s). Further, all the payments
made to the Indian Agent / Representative have to be Indian Rupees only,

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


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

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


persons to commit offences outlined above or be an accessory to such offences.
f. 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.
g. The Bidder(say Contractor(s)/ Concessionaire(s) Consultant(s) who have signed a
ntegrity pact shall not approach the court while representing the matter to IEMS and
shall wait for their decision in the matter

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

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


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

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


transgression through a violation of Article-2 such as to put his reliability or credibility
into question, the Principal shall be entitled to exclude including blacklist and put on
holiday the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) for any future
tenders/ contract award process. The imposition and duration of the exclusion will be
determined by the severity of the transgression. The severity will be determined by the
Principal taking into consideration the full facts and circumstances of each case
particularly taking into account the number of transgressions, the position of the
transgressors within the company hierarchy of the Bidder(s)/ Contractors)/
Concessionaire(s)/ Consultant(s) and the amount of the damage. The exclusion will be
imposed for a minimum period of 6 months and maximum period of 2 years.

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


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

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

5. The decision of the Principal to the effect that a breach of the provisions of this Integrity
Pact has been committed by the Bidder/ Contractor/ Concessionaire/ Consultant shall be
final and binding on the Bidder/ Contractor/ Concessionaire/ Consultant. However, Bidders
Consultant(s), the Bidders Contractor(s) Concessionaire(s) Consultant(s) can approach
IEM(s) appointed for the purpose of this pact.

6. On occurrence of any sanctions/ disqualification etc arising out from violation of integrity
pact, the Bidder/ Contractor/ Concessionaire/ Consultant shall not be entitled for any
compensation on this account.

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

Article – 4 Compensation for Damages.

1. If the Principal has disqualified the Bidder(s) from the tender process prior to the award
according to Arcticle-3, the Principal shall be entitled to forfeit the Earnest Money
Deposit/ Bid Security or demand and recover the damages equivalent to Earnest Money
Deposit/ Bid Security apart from any other legal right that may have accrued to the
Principal.

2. In addition to 1 above, the Principal shall be entitled to take recourse to the relevant
provisions of the contract related to Termination of Contract due to Contractor/
Concessionaire/Consultant’s Default. In such case, the Principal shall be entitled to forfeit
the Performance Bank Guarantee of the Contractor/ Concessionaire/ Consultant and/ or
demand and recover liquidated and all damages as per the provisions of the
contract/concession agreement against Termination.

Article – 5 Previous Transgression

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

2. If the Bidder makes incorrect statement on this subject, he can be disqualified from the
tender process or action for his exclusion can be taken as mentioned under Article-3 above
for transgressions of Article-2 and shall be liable for compensation for damages as per
Article-4 above.

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


Subcontractors.

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


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

2. The Principal will enter into agreements with identical conditions as this one with all
Bidders/ Contractors/ Concessionaires/ Consultants and Subcontractors.

3. The Principal will disqualify from the tender process all Bidders who do not sign this
Pact or violate its provisions.

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


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

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


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

Article – 8 Independent External Monitor (IEM)

1) The Principal appoints competent and credible Independent External Monitor for this Pact
after approval from Central Vigilance Commission. The task of the Monitor is to review
independently and objectively, whether and to what extent the parties comply with the
obligations under this agreement.
2) The Monitor is not subject to instructions by the representatives of the parties and performs
his functions neutrally and independently. 1le reports to the Chairman, NHAI.
3) The Bidder(s) /Contractor(s) /Concessionaire(s) /Consultant(s) accepts that the Monitor has
the right to access without restriction to all project documentation of the Principal including
that provided by the Bidder(s) /Contractor(s) /Concessionaire(s) /Consultant(s). The
Bidder(s)
/Contractor(s) /Concessionaire(s) /Consultant(s) will also grant the Monitor, upon his
request and demonstration of a valid interest, unrestricted and unconditional access
to his project
documentation. The same is applicable to Subcontractors.

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

Article – 9 Pact Duration

This Pact begins when both parties have legally signed it. (In case of EPC i.e. for projects
funded by Principal and consultancy services). It expires for the Contractor/ Consultant 12
months after his Defect Liability period is over or 12 months after his last payment under
the contract whichever is later and for all other unsuccessful Bidders 6 months after this
Contract has been awarded. (In case of BOT Projects) It expires for the concessionaire 24
months after his concession period is over and for all other unsuccessful Bidders 6 months
after this Contract has been awarded. Any violation of the same would entail disqualification
of the bidder and exclusion from future dealings.

If any claim is made/ lodged during this time, the same shall be binding and continue to
be valid despite the lapse of this pact as specified above, unless it is discharged/
determined by Chairman of NHAI.
Article - 10 Other Provisions.

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

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

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


this pact must be signed by all partners or consortium members.

4. Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their original intentions.

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

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

7. Any disputes/ differences arising between the parties with regard to term of this pact,
any action taken by the Principal in accordance with this Pact or interpretation thereof
shall not be subject to any Arbitration.

8. The actions stipulated in this Integrity Pact are without prejudice to any other legal
action that may follow in accordance with the provisions of the extant law in force
relating to any civil or criminal proceedings.

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

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

Contractor/

Concessionaire/Consultant )

(Office Seal )

Place

Date

Witness 1 :

(Name & Address):

Witness 2 :

(Name & Address):


Anneuxre-A-1

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

Add 1(one) mark extra for completed


assignment of Independent Engineer and add
0.5 (Zero point five) marks extra for
completed assignment of
supervision consultancy subject to
maximum 2 (two) mark.
7 Experience as Independent 8
Engineer/Supervision Consultants
one O&M project under DBFOT/OMT/O&M of
four/six laning** of 50% of project length in last
7 years

1 project - 6 marks

Add 0.5 (Zero point five) marks extra for each


additional project subject to maximum 2
marks.
Total 35

** 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.
Experienceof 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 those 2
lane projects having cost of consultancy services more than Rs 3.0 crores will be considered only.
Anneuxre-A-2

Evaluation Sheet (Adequacy of the Proposed Approach and Methodology)

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

(i) Average 0.75


(ii) Good 1.50
(iii) Very Good 2.00

Quality Audit Methodology and Quality 2


Assurance Plan
(i) Average 0.75
(ii) Good 1.50
(iii) Very Good 2.00
Total Marks 5
Anneuxre-A-3
Evaluation sheet for assessment of experience in use of technology for road inspection
S. No. Description Maximum Sub- Reference/ Marks self
Points points Details assessed
of projects by the
Claimed for self bidder
assessment
1 Experience in Network Survey 6
Vehicle (NSV) or better technology
for pavement inspection
1.1 Own Equipment / MoU with 3
Associate/ lease/ hire
1.2 Experience of 1-2 projects 1
1.3 Experience of 3-5 projects 2
1.4 (c) Experience of >5 projects 3
2 Experience in Falling Weight 3
Deflectometer (FWD) or better
technology for pavement strength
measurement
2.1 Own Equipment / MoU with Associate/ 1
lease/ hire
2.2 Experience of 1-3 projects 1
2.3 Experience of >3 projects 2
3 Experience in Mobile Bridge 4
Inspection Unit or better technology
for bridge inspection
3.1 Own Equipment / MoU with Associate/ 2
lease/ hire
3.2 Experience of 1-3 projects 1
3.3 Experience of >3 projects 2
4 Experience in Retro reflectometer 4
technology
4.1 Own Equipment / MoU with Associate/ 2
lease/ hire
4.2 Experience of 1-3 projects 1
4.3 Experience of >3 projects 2
5 Experience in Automatic Traffic 3
counter cum Classifier (ATCC)
5.1 Own Equipment / MoU with Associate/ 1
lease/ hire
5.2 Experience of 1-3 projects 1
5.3 Experience of >3 projects 2
Total 20
Anneuxre-A-4-1
Evaluation Sheet -Team Leader
S. Description Max. Name of Remarks
No. Marks Firm:…………
1 General Qualification/Name/DOB 25 Name of Team
Leader:………
i. Graduate in Civil Engineering -21marks
ii. Post Graduation in Management/
Construction/ Transportation/Highway
Engineering/ Structural Engineering/any other
specialized stream of civil
engineering- 04 marks.
2 Adequacy for the project 70
i) Professional Experience in Highway
Projects:
Total Highway Professional Experience 30
< 10 years -0
10 years -22
Add two marks extra for each
additional completed year of experience
subject to maximum 8 (eight) marks.
ii) Experience as Team leader/Project or in 35
Similar Capacity* in O&M of completed 4/6
lane highway sections
< 3 years -0
3 years -30
Add 2.5 marks extra for each additional
year of experience subject to maximum 5 (five)
marks.
iii) Experience in similar capacity* in Highway 5
Development Projects taken up under PPP
1 projects - 4 marks
add 1 mark extra for additional projects
subject to maximum 1 (one) marks
3 Employment with the Firm 5
< 1 year -0
1 year -3
Add 0.5 marks for each subsequent
year subject to maximum 2 marks
Total 100
*Similar Capacity includes the following positions

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


Supervision/IE)
ii. On behalf of Contractor: Project Manager (Construction/Construction Supervision)
iii. In Government Organizations: Superintending Engineer (or equivalent) and above
In case of experience on behalf of Consultant or Contractor, the experience shall be duly endorsed by
the respective Government agency. In case of non-availability of endorsement from Govt. Agency, the
experience uploaded on Infracon Portal will be taken into consideration. However, the key personnel/
bidder will be solely responsible for any fake information/ CV, which may result in debarment.
Annexure-A-4-2

Evaluation Sheet - Highway Maintenance-cum-Resident Engineer


S. Max. Name of
Description Remark
No. Marks Firm:…………
General Qualification/Name/DOB 25 Name of Highway
Maintenance
Engineer:………
 Graduate in Civil Engineering- 21 marks 25
 Post Graduation in Highway Engg.- 04
marks
2 Adequacy for the project 70
Professional Experience
i) Experience in Highway works (inspection/ 30
design/construction/maintenance)
 < 7 years -0 Marks
 7years -22 Marks
 Add two marks extra for each additional
completed year of experience subject to
maximum 8 (eight) marks.
ii) Experience in similar capacity* in highway 15
Construction / Maintenance works of similar
nature
 < 3 years -0
 3 years -12
 Add one marks extra for each additional
completed year of experience subject to
maximum 3 (three) marks.
iii) Experience in similar capacity* in project 25
involving Construction/ Maintenance works
of 4/6 laning/ Expressways
 1 project -20 Marks
 Add 2.5 marks extra for each project to
maximum 5 (five) marks.
3 Employment with the Firm 5
 < 1 year -0 Marks
 1 year -3 Marks
 Add 0.5 marks for each subsequent year
subject to maximum 2 marks
Total 100

*Similar Capacity includes the following positions

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


Resident Engineer (Construction Supervision/IE)

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


(Construction/Construction Supervision)

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


In case of experience on behalf of Consultant or Contractor, the experience shall be duly endorsed
by the respective Government agency. In case of non-availability of endorsement from Govt.
Agency, the experience uploaded on Infracon Portal will be taken into consideration. However,
the key personnel/ bidder will be solely responsible for any fake information/ CV, which may
result in debarment.
Annexure-A-4-3

Evaluation Sheet - Road Safety Expert


S. Max. Name of
No. Description Marks Firm:………… Remark
1 General Qualification/Name/DOB 25 Name of Road
Safety
Expert:…… …
Graduate in Civil Engineering - 21 marks Post- 25
Graduation in Traffic/Transportation
/Safety Engineering- 04 marks
2 Adequacy for the project 70
Professional Experience
i) Total Professional Experience 30
< 7years -0
7years -22
Add two mark extra for each additional year of
experience subject to maximum 8 (eight)
marks.
ii) Experience in similar capacity in Road Safety 20
Works of Major Highway Projects 4/6 laning
Projects)
< 3years -0
3years -17
Add one mark extra for each additional year of
experience subject to maximum 3(three)
marks.

iii) Experience in similar capacity in Road Safety 15


Audit of 4/6 lane highway/Expressway
projects. 1 nos. -12
Add 1 (one) mark extra for each additional
project subject to maximum 3(three) marks.
iv) Experience in similar capacity in preparation of 5
Road Safety Management Plan for Inter Urban
Highways.
1project -3marks
More than one project - 5 marks
3 Employment with the Firm 5
< 1 year – 0
1 year – 3
Add 0.5 marks for each subsequent year
subject to maximum 2 marks
Total 100
*Similar Capacity includes the following positions

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


ii. On behalf of Contractor: Road safety Expert (Construction/Construction
Supervision) 68
iii. In Government Organizations: Executive Engineer (or equivalent) and above
In case of experience on behalf of Consultant or Contractor, the experience shall be duly endorsed
by the respective Government agency. In case of non-availability of endorsement from Govt.
Agency, the experience uploaded on Infracon Portal will be taken into consideration. However, the
key personnel/ bidder will be solely responsible for any fake information/ CV, which may result in
debarment.
Annexure-A-4-4

Evaluation Sheet - Bridge/Structural Engineer


S. Max. Name of
No. Description Marks Firm:…… Remark
1 General Qualification/Name/DOB 25 Name of Bridge/
Structural
Engineer:………
Graduate in Civil Engineering - 21 marks 25
Post Graduation in Structural Engineering - 04
marks.
2 Adequacy for the project 70
Professional Experience
i) Total Professional Experience 30
< 7 years -0
7years -22
Add two mark extra for each additional
completed year subject to maximum 8(eight)
marks.
ii) Experience in similar capacity in 20
Construction/Construction Supervision of
Bridge/Interchange/any other structures
including rehabilitation
< 3 years -0
3 years -16
Add one marks extra for each additional
completed year of experience subject to
maximum 4 (four) marks.

iii) Experience in similar capacity in 20


Construction/Construction Supervision of
Bridge/Interchange/any other structures
including rehabilitation of 4/6 lane
highway/expressway or similar project.
1 Project -16
Add1 (one) mark extra for each additional
project subject to maximum 4 (four) mark
3 Employment with the Firm 5
< 1 year -0
1 year -3
Add 0.5 marks for each subsequent year
subject to maximum 2 marks
Total 100

*Similar Capacity includes the following positions

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


Engineer

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


Engineer

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


In case of experience on behalf of Consultant or Contractor, the experience shall be duly endorsed
by the respective Government agency. In case of non-availability of endorsement from Govt.
Agency, the experience uploaded on Infracon Portal will be taken into consideration. However, the
key personnel/ bidder will be solely responsible for any fake information/ CV, which may result in
debarment.

Note applicable to all key personnel:


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

2. Similar projects means 2 lane /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
those 2 lane projects having cost of consultancy services more than Rs 3.0 crores will be considered
only.
Annexure-A-5-1 Evaluation Sheet Details -Team Leader-

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

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

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

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

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

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

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

Name of Project:

Name of Project Director:

Name of Project Implementation Unit:

Name of IE / AE / SC (Please specify)

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

Names of Key Designation Aadhar No. Number of Number of % availability


days days
Personnel present on required to
the be
project present
during during
last 3 months last 3 months
as
per schedule
SECTION 5 FORMAT FOR SUBMISSION OF FINANCIAL PROPOSAL.

Appendix C-1: Financial proposal submission form


Appendix C-2: Summary of costs
Appendix C-3: Breakdown of local currency costs
APPENDIX C-1 : FINANCIAL PROPOSAL SUBMISSION FORM

FROM : (Name of Firm) TO :


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

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

Name and Address Amount and Purpose of Commission


of Agents Currency or Gratuity
............................... ............................... ...............................
............................... ............................... ...............................

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

We remain, Yours sincerely,

Managing Director/Head of the firm/ Authorised


Representative of the firm* Name of the firm
Address
*Lead Member in case of JV
APPENDIX C-2 : SUMMARY OF COSTS

No. Description Amount (:LC)*


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

LC* Local Currency


Note:
i. The remuneration shall include the cost of accommodation and all other miscellaneous
personal expenses as required for carrying out the assignment.
ii. Any travel related expenditure incurred by the Team Leader on account of his/her
involvement in multiple projects shall be deemed to be included in the cost quoted for the
project and shall not be payable separately.
iii. Payments will be made as per stipulations of the Conditions of Contract.
APPENDIX C-3 : BREAKDOWN OF LOCAL CURRENCY COSTS I. REMUNERATION
FOR LOCAL PROFESSIONAL STAFF

5 Years
No. of man-
No. Position Name months* Rate Amount

Key Personnel (Professional Staff)


1. Team Leader cum Highway Engineer 15
Highway Maintenance Cum
2 60
Resident Engineer
3 Road Safety Expert 15
4 Bridge/Structural Engineer 20
Sub – Total 110
Sub-professional
1 Assistant Quality cum material Expert TBN 12
Assistant Highway
2 TBN 60
Maintenance Engineer
3 CAD Expert TBN 20
4 Electrical Engineer TBN 10
5 Quantity Surveyor TBN 10
6 Horticulture Expert TBN 30
Sub- Total 142

TBN = To Be Named
*The man-month against each key personnel/sub – professional shall be same as specified in
Enclosure A.
National Highways Authority of India RFP for IE during O&M Period

II. Support Staff

S. Staff Billing Amount


No. Position Name Months Rate ( ) ( )
Technical Supervisor (2
1 Nos.) TBN 2x60

2 Office Manager TBN 60


3 Accountant-cum-Cashier TBN 60
4 Steno-Cum- Computer Operator TBN 60
5 Office Boy TBN 60
Total 360
:

Note: Billing rates as indicated above shall be increased in accordance with clause 6.2(a) Special
Conditions of Contract for the personnel of all categories namely (i) key Personnel;
(ii) sub- Professional personnel and (iii) Support staff. The increase as above shall be payable only
on the remuneration part of Key Personnel, Sub-Professional Personnel and support staff.
However, for evaluation of Bid proposals, the quoted initial rate shall be multiplied by the total
time input for each position on this contract, i.e. without considering the subsequent increase in
the billing rates.
III. Transportation (Fixed rate on rental basis)

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

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

Requirements

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


month)
1 Innova/Scorpio or 60
equivalent
2 Swift Dezire/Indigo or 60
equivalent

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

Trips Number of Trips Rate* Amount


Site to NHAI/HQ/RO 10
office and back to key
personnel
Site to NHAI HQ/RO 10
office and back for sub-
professional staff
* Rate quoted includes Hotel charges (lodging & boarding), travel cost etc. complete for one
person.
V. Office Rent (Fixed Costs) – Minimum 200 sqm area of office shall be rented.

The office shall be located at Kanpur and the office rent includes electricity and water charges,
maintenance, cleaning, repairs, security etc. complete.

Nos of Months Rate/month Amount

60
VI. Office Supplies, Utilities and Communication (Fixed Costs)

The cost shall include of office supplies, drafting supplies, computer running cost, domestic and
international communication etc. as required for office functioning.

Nos. of Months Rate/month Amount

60
VII. Office Furniture and Equipment (Rental)

The cost shall include rental charges towards all such furniture and equipment as required for proper
functioning of the office. Office furniture shall include executive tables, chairs, visitor chairs, steel
almirahs, computer furniture, conference table etc. Office equipment shall include as a minimum
of telephone (2 external & 10 internal lines), photocopier (15ppm, 12000 copies per month with A3
& A4 input) fax machine, PCs (5 No., Intel Core 2 Duo E8300, 19” color TFT, Cache–6MB, RAM - 2
GB, HDD – 250 GB, DVD Writer, Key board, optical scroll mouse, MS- Windows Vista Business, pre
loaded antivirus etc.), laser printers(2 no., 14 ppm, 266 MHz, 5000 pages per month, 600 x 600 dpi
or better etc., Engineering Plan printer(1 no.), binding machine(1 no.), plotter A0 size, overhead
projector, AC(4 no., 1.5 Ton), Water Coolers (as required) etc.

Nos of Months Rate/month Amount


60

VIII. Reports and Document Printing

No. of Rate per


No. of Copies per Total Nos. of Copy
No. Description Reports Report copies (Rs.) Amount

1 Monthly reports 60 3 144


2 Half yearly Reports 10 3 24
3 Various others 20 3 60
reports as provided
in the Concession
Agreement
Total

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

IX. Road Survey Equipment


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

Item Kms Rate per No of times Amount


km survey to be (INR)
(INR) conducted

Surface defects detection and roughness 70 10


measurement using network survey vehicle

Pavement strength measurement using FWD 70 5

Bridge inspection using mobile bridge inspection 70 10


unit
Road signs inspection using Retro Reflectometer 70 10
Traffic sampling using ATCC 70 10

Total 45
SECTION6. TERMS OF REFERENCE FOR INDEPENDENT ENGINEER

1. Scope
1.1 These Terms of Reference for the Independent Engineer (the “TOR”) are being
specified pursuant to the Concession Agreement dated -------- (the “Agreement”),
which has been entered into between the
Authority and (the “Concessionaire”) for Consultancy services as
Independent Engineer during Operation & Maintenance Period for the Project “4
lane Unnao-Lalganj section of NH-232A (NH-31) from design Km 00.000 to design
Km 70.000 under Bharatmala Pariyojana on Hybrid Annuity Mode in the state of
Uttar Pradesh and a copy of which is annexed hereto and marked as Annex-A to form
part of this TOR.
Project
Length
(Km) /
Total Date of
Project signing of
S. Consultancy NH Project Cost (Cr.) Concession Name of the
No. Package No. Stretch Agreement Concessionaire

Independent Engineer Services during Operation & Maintenance stage of following


project in **********
1

2. Definitions and interpretation

2.1 The words and expressions beginning with or in capital letters used in this TOR and not
defined herein but defined in the Agreement shall have, unless repugnant to the context,
the meaning respectively assigned to them in the Agreement.

2.2 References to Articles, Clauses and Schedules in this TOR shall, except where the context
otherwise requires, be deemed to be references to the Articles, Clauses and Schedules of
the Agreement, and references to Paragraphs shall be deemed to be references to
Paragraphs of this TOR.

2.3 The rules of interpretation stated in Clauses 1.2, 1.3 and 1.4 of the Agreement shall apply,
mutatis mutandis, to this TOR.

3. Role and functions of the Independent Engineer

3.1 The role and functions of the Independent Engineer shall include the following:

i. Review of the Drawings and Documents as set forth in Paragraph 4;

ii. Determine the Project Facilities Completion Schedule;

iii. Review, inspection and monitoring of Construction Works as set forth in Paragraph 5;
iv. Conducting tests on completion of construction and issuing Completion Certificate as set
forth in Paragraph 5;

v. Review, inspection and monitoring of O&M as set forth in Paragraph 6;

vi. Review, inspection and monitoring of Divestment Requirements as set forth in


Paragraph 7;

vii. Determining, as required under the Agreement, the costs of any works or services
and/or their reasonableness;

viii. Determining, as required under the Agreement, the period or any extension thereof, for
performing any duty or obligation;

ix. providing all requisite data on monthly basis in Monthly Progress Report (MPR) within a
period of 7 days from the close of month, as required by Authority, for updating the project
specific website and PMIS substantially in the format prescribed at Annexure
– III.

x. Assisting the Parties in resolution of disputes as set forth in Paragraph 9; and

xi. carrying out minor design works such as design of drainage, blackspot removal
design, etc as per the requirements; and

xii. Undertaking all other duties and functions in accordance with the Agreement.

3.2 The Independent Engineer shall discharge its duties in a fair, impartial and efficient
manner, consistent with the highest standards of professional integrity and Good Industry
Practice.
4. Review of Drawings and Documents

4.1 The Independent Engineer shall undertake a detailed review of the Drawings to be furnished
by the Concessionaire along with supporting data, including the geo- technical and
hydrological investigations, characteristics of materials from borrow areas and quarry sites,
topographical surveys and traffic surveys. The Independent Engineer shall complete such
review and send its comments/observations to the Authority and the Concessionaire within
15 (fifteen) days of receipt of such Drawings. In particular, such comments shall specify the
conformity or otherwise of such Drawings with the Scope of the Project and Specifications
and Standards.

4.2 The Independent Engineer shall review any modified Drawings or supporting Documents sent
to it by the Concessionaire and furnish its comments within 7 (seven) days of receiving such
Drawings or Documents.
4.3 The Independent Engineer shall review the Drawings sent to it by the Safety Consultant in
accordance with Schedule-H and furnish its comments thereon to the Authority and the
Concessionaire within 7 (seven) days of receiving such Drawings. The Independent Engineer
shall also review the Safety Report and furnish its comments thereon to the Authority within
15 (fifteen) days of receiving such report.

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

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

5. Construction Works
5.1 In respect of the Drawings, Documents and Safety Report received by the Independent
Engineer for its review and comments relating to the Construction Works, the provisions of
Paragraph 4 shall apply, mutatis mutandis.

5.2 The Independent Engineer shall review the monthly progress report furnished by the
Concessionaire and send its comments thereon to the Authority and the Concessionaire
within 7 (seven) days of receipt of such report.

5.3 The Independent Engineer shall inspect the Construction Works and the Project Highway
once every month, preferably after receipt of the monthly progress report from the
th
Concessionaire, but before the 20 (twentieth) day of each month in any
case, and make out a report of such inspection (the “Inspection Report”) setting forth an
overview of the status, progress, quality and safety of construction, including the work
methodology adopted, the materials used and their sources, and conformity of Construction
Works with the Scope of the Project and the Specifications and Standards. In a separate
section of the Inspection Report, the Independent Engineer shall describe in reasonable
detail the lapses, defects or deficiencies observed by it in the construction of the Project
Facilities. The Inspection Report shall also contain a review of the maintenance of the
existing lanes in conformity with the provisions of the Agreement. The Independent Engineer
shall send a copy of its Inspection Report to the Authority and the Concessionaire within 7
(seven) days of the inspection.

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

5.5 For determining that the Construction Works conform to Specifications and Standards, the
Independent Engineer shall require the Concessionaire to carry out, or cause to be
carried out, tests on a sample basis, to be specified by the Independent Engineer in
accordance with Good Industry Practice for quality assurance. For purpose of this Paragraph
5.5, the tests specified in the IRC Special Publication-11 (Handbook of Quality Control for
Construction of Roads and Runways) and the Specifications for Road and Bridge Works issued
by MoRTH (the “Quality Control Manuals”) or any modification/substitution thereof shall
be deemed to be tests conforming to Good Industry Practice for quality assurance. The
Independent Engineer shall issue necessary directions to the Concessionaire for ensuring that
the tests are conducted in a fair and efficient manner, and shall monitor and review the
results thereof.

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

5.7 The timing of tests referred to in Paragraph 5.5, and the criteria for acceptance/rejection
of their results shall be determined by the Independent Engineer in accordance with the
Quality Control Manuals. The tests shall be undertaken on a random sample basis and shall
be in addition to, and independent of, the tests that may be carried out by the
Concessionaire for its own quality assurance in accordance with Good Industry Practice.

5.8 In the event that the Concessionaire carries out any remedial works for removal or
rectification of any defects or deficiencies, the Independent Engineer shall require the
Concessionaire to carry out, or cause to be carried out, tests to determine that such remedial
works have brought the Construction Works into conformity with the Specifications and
Standards, and the provisions of this Paragraph 5 shall apply to such tests.

5.9 In the event that the Concessionaire fails to achieve any of the project milestones specified
in the Project Facilities Completion Schedule, the Independent Engineer shall undertake a
review of the progress of construction and identify potential delays, if any. If the
Independent Engineer shall determine that completion of any Project Facility is not feasible
within the time specified in the Agreement, it shall require the Concessionaire to indicate
within 15 (fifteen) days the steps proposed to be taken to expedite progress, and the period
within which completion shall be achieved. Upon receipt of a report from the
Concessionaire, the Independent Engineer shall review the same and send its comments to
the Authority and the Concessionaire forthwith.

5.10 If at any time during the Concession Period, the Independent Engineer determines that the
Concessionaire has not made adequate arrangements for the safety of workers and Users in
the zone of construction or that any work is being carried out in a manner that threatens
the safety of the workers and the Users, it shall make a recommendation to
the Authority forthwith identifying the whole or part of the Construction Works that should
be suspended for ensuring safety in respect thereof.

5.11 In the event that the Concessionaire carries out any remedial measures to secure the safety
of suspended works and Users, it may, by notice in writing, require the Independent Engineer
to inspect such works, and within 3 (three) days of receiving such notice, the Independent
Engineer shall inspect the suspended works and make a report to the Authority forthwith
recommending whether or not such suspension may be revoked by the Authority.

5.12 If suspension of Construction Works is for reasons not attributable to the Concessionaire, the
Independent Engineer shall determine the extension of dates set forth in the Project
Facilities Completion Schedule, to which the Concessionaire is reasonably entitled, and shall
notify the Authority and the Concessionaire of the same.

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

5.14 Upon reference from the Authority, the Independent Engineer shall make a fair and
reasonable assessment of the costs of providing information, works and services as set forth
in Article 16 (change of scope) and certify the reasonableness of such costs for payment by
the Authority to the Concessionaire.

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

6. Operation & Maintenance

6.1 The Independent Engineer shall review the annual Maintenance Programme furnished by
the Concessionaire and send its comments thereon to the Authority and the Concessionaire
within 15 (fifteen) days of receipt of the Maintenance Programme.

6.2 The Independent Engineer shall review the monthly status report furnished by the
Concessionaire and send its comments thereon to the Authority and the Concessionaire
within 7 (seven) days of receipt of such report.
6.3 Visual Inspection of project highway

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

Frequency of
Nature of defect or deficiency inspection

ROADS

(a) Carriageway and paved shoulders

(i) Breach or blockade Daily

(ii) Pot holes Daily

(iii) Cracking Weekly

(iv) Rutting Weekly

(v) Bleeding/skidding Weekly

(vi) Ravelling/Stripping of bitumen surface Weekly

(vii) Damage to pavement edges Weekly

(viii) Removal of debris Daily

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

Variation by more than 2% in the prescribed slope of


(i) Weekly
camber/cross fall

(ii) Edge drop at shoulders Weekly

Variation by more than 15% in the prescribed side (embankment)


(iii) Weekly
slopes

(iv) Rain cuts/gullies in slope Weekly

Damage to or silting of culverts and side drains during and


(v) Weekly
immediately preceding the rainy season

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


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

Damage to shape or position;


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

(d) Street lighting and telecom (ATMS)

(i) Any major failure of the system Daily

(ii) Faults and minor failures Daily

(iii) Streetlight with Lux Meter Weekly

(e) Trees and plantation

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


(i) Daily
in visibility of road signs

(ii) Deterioration in health of trees and bushes Weekly

(iii) Replacement of trees and bushes Weekly

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

(f ) Rest areas/ Wayside Amenities

(i) Cleaning of toilets Daily

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

(g) Toll plaza[s]

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

(ii) Damage to toll plaza Weekly

(h) Other Project Facilities and Approach roads

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


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

(j) Incident Management

Instances of Incident Management as reported including time of call, response


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

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


BRIDGES

(a) Superstructure of bridges

(i) Cracks Weekly

(ii) Spalling/scaling Weekly

(b) Foundations of bridges

(i) Scouring and/or cavitation Weekly

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

(i) Cracks and damages including settlement and tilting Weekly

(d) Bearings (metallic) of bridges

(i) Deformation Weekly

(e) Joints in bridges

(i) Loosening and malfunctioning of joints Weekly

(f) Other items relating to bridges

(i) Deforming of pads in elastomeric bearings Weekly

Gathering of dirt in bearings and joints; or clogging of spouts, weep holes and
(ii) Weekly
vent-holes

(iii) Damage or deterioration in parapets and handrails Weekly

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

(v) Damage to wearing coat Weekly

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


(vi) Weekly
bunds

(vii) Growth of vegetation affecting the structure or obstructing the waterway Weekly
6.3.2 All elements which have daily inspection frequency shall be inspected weekly as well.
Similarly, all elements which have weekly inspection frequency shall be inspected monthly
as well.

6.3.3 Daily inspection report format and weekly inspection report format has been provided in
Annexure I and II of this document respectively. Manpower which needs to conduct visual
inspection and mode of reporting is defined in the following table.

Frequency of Inspection to be carried out


Mode of reporting
inspection by

Daily Sub-professional staff Soft copy by Email

Weekly Key personnel Soft copy by Email

Monthly Key personnel Hard copy and Soft copy

6.3.4 The Consultant shall also be responsible for inspection and monitoring of Wayside Amenities,
ETC (Electronic Toll Collection), ATMS (Advanced Traffic Management System) and incident
management.

6.3.5 High resolution photographs and video of the highway stretches having defects and/or
deficiencies shall be submitted along with Weekly Inspection Report and Monthly Status
Report. Summary of key observations around defects and deficiencies in highway stretch
shall be reported in Monthly Progress Report and detailed inspection report shall be provided
as Annexure to Monthly Progress Report.

6.4 Road conditions surveys

6.4.1 The carrying out of condition surveys will be one of the most important and crucial
field tasks under the project. The Independent Engineer shall carry out condition surveys using
equipment and following a frequency as defined under.

Key metrics of Frequency of condition


S No Equipment to be used
Asset survey

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


1
pavement (NSV) per survey months defined
Key metrics of Asset Frequency of condition
S No Equipment to be used
survey

for the state basis rainy


season)

At least twice a year (As


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

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

At least twice a year (As


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

At least twice a year (As


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

Traffic Sampling & At least twice a year (As


6 ATCC
Video Recording per survey months)

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

6.4.2 Measurement of pavement surface defects and roughness


i. The Independent Engineer shall use Network Survey Vehicles mounted with equipment
such as Laser based automatic crack detection , laser profilometer, high resolution
digital cameras for RoW and pavement, high accuracy DGPS receiver etc
and in vehicle data processing software or better technology to accurately measure
following pavement surface properties

Surface defect Dimensions to be reported

Length
Cracking Width
Depth

Area
Potholes
Depth

Indicator
Raveling %
Area

Depth
Rutting
Width

Concrete Joint/ Faulting Length

Roughness IRI in both wheel paths

ii. The following criteria shall be met by the process of defects detection

Measurement of 3D road profile using such technologies as laser scanning or other


proven technologies.
Ability to operate (collect data) at different speeds with a minimum speed of
40km/h.
Profile depth accuracy of 0.5mm
Capability for lane tracking to control driver wander’ and ensure high repeatability
of data between surveys.
Measure at least 3.5m width of highway lane.
Transverse Profile including rut depth measurement of pavement surface widths of
both carriageway and shoulders. The rut depth data must be convertible to
different straightedge lengths (1.8m to 3.5m) and meet industry standards (ASTM
E1703 / E1703M).
Pavement images with capability to automatically identify and rate distresses
Roughness measurement with outputs of both raw longitudinal profiles and
International Roughness Index (IRI) calculation shall be reported at least 100m
referenced to the preceding Location Reference Post (LRP). The roughness
must meet ASTM-E950 (equivalent to Class I road profiler). The IRI shall be
determined in both wheelpaths.
Ability to record images at user-defined intervals (e.g. every 5, 10m, etc.) Minimum
images resolution of 1600x1200
Outputs must include Standard JPEG image or similar industry standard Distance
resolution of <1mm,
Capable of achieving distance accuracy of 0.1% (i.e. within 1m over 1km distance)
All data outputs should be in a non-proprietary format (e.g. .CSV, .MDB, Excel) and
not require specialist software in order to view or format data
Data should also be capable of being easily formatted into data compatible with
HDM-4
iii. The following are the set of deliverables which should be submitted after
completion of survey as part of Monthly Progress Report
Raw data generated from the equipment which are part of Network Survey covering
the parameters mentioned in above table. It should also include
o Survey ID, Description, Date, Lane
o GPS referenced data for GIS mapping
Video logging
o Pavement imagery (AVI/JPEG)
o 360 degree imagery (JPEG)
Interpretation report covering summary of entire survey and analysis of defects and
deficiencies

6.4.3 Measurement of pavement strength


i. The Independent Engineer shall carry out structural strength surveys for existing pavements
using Falling Weight Deflectometer technique in accordance with the procedure given in
IRC:115-2014 (Guidelines for Structural Evaluation and Strengthening of Flexible Road
Pavements Using Falling Weight Deflectometer (FWD) Technique) and
IRC: 117-2015 (Guidelines for the Structural Evaluation of Rigid Pavement by Falling
Weight Deflectometer)

ii. The interval at which deflection measurements are to be taken up are as per IRC:115- 2014.
For flexible pavements, the sample size and the interval of the data to be collected depends
on the length of the uniform section calculated and condition of the pavement section i.e.
‘good’, ‘fair’ and ‘poor’ for each lane, established on the pavement condition data based
on the criterion given in IRC:115-2014. For rigid pavements, the deflection data may be
collected at interiors, corners, transverse joints and longitudinal joints in the outer lanes
at intervals as specified in IRC:117-2015.

iii. The following are the set of deliverables which should be submitted after completion of
inspection test as part of Monthly Progress Report

Data report covering following parameters


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

6.4.4 The Independent Engineer shall carry out the condition and structural assessment survey of
the bridges in accordance with IRC-SP; 35 with the use of Mobile Bridge Inspection unit
(MBIU) or better technology.
i. The following criteria shall be met by the process of bridge condition assessment

Automatic folding and unfolding of platform


90 degree rotation of platform
Sufficient safety features to be incorporated such as dedicated power supply,
emergency cut off system, etc
Complete access to hidden parts of the bridge by the raters
ii. Detailed bridge inspection report shall be submitted as per the Inspection Proforma
provided in IRC-SP 35

6.4.5 Measurement of retroreflection of road signs


i. The Independent Engineer shall measure Coefficient of retroreflected luminance RA
(nighttime retroreflection) of road traffic signs using a portable retroreflectometer.

ii. The following criteria shall be met by the process of road signs retroreflection
measurement
Measurement of retroreflective signs shall be conducted in accordance with ASTM
E1709 and ASTM E2540
Measurement time after pressing trigger shall be less than or equal to 1 sec
Observation angle adjustment from 0.2 degrees to 2.0 degrees Entrance
angle adjustment from -45 degrees to +45 degrees

Self-contained commercially available battery


Inbuilt data storage of at least 2,000 measurements so that data transfer requirement
is minimized while the survey is being conducted

Interface for transferring data from device to Computer Built


in GPS to capture GPS coordinates of road sign
2
Range shall be at least 0-2000 cd/lx/m
iii. The following are the set of deliverables which should be submitted after completion of
survey as part of Monthly Progress Report

System generated coefficient of retroreflected luminance RA (nighttime


retroreflection) of all road signs
Interpretation report covering analysis of road signs falling in different range of RA and
actions to be taken

6.4.6 Performance Assessment of Road Markings


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

6.4.7 Traffic sampling and video recording


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

a) Classification of vehicles: better than 95%


b) Counting of vehicles: better than 98%

Before validation and calibration, the ATCC system shall meet the following accuracy levels:
a) Classification of vehicles: better than 90%
b) Counting of vehicles: better than 95%

For verification of above accuracy levels, audit of raw ATCC shall be done by the consultant
on a sampling basis and should submit a certificate in this regard.

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

Motorised Traffic Non-Motorised Traffic


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

iv. All results shall be presented in tabular and graphical form. The survey data shall be
analyzed to bring out the hourly and daily variations. The traffic volume count per day shall
be averaged to show a weekly average daily traffic (ADT) by vehicle type. The annual
average daily traffic (AADT) shall be worked out by applying seasonal factors.
6.5 The Independent Engineer shall carry out following inspections of ETC lanes at toll plazas on a
month basis:
(a) Infrastructure:
Availability of civil infrastructure at toll plazas required for installation of ETC systems
Adequacy of hardware, software and other related items as per
IHMCL/NHAI technical specifications and requirements
b) Operations:
Adherence of various stakeholders (acquirer bank, system integrator, toll operator,
issuer bank etc) of the ETC system to the service level agreements Efficacy of the ETC
system (RFID tagging, AVC, WIM etc) in terms of accuracy and uptime
Tracking and reporting toll plaza experience metrics such as average waiting time,
transaction times for different modes of payment (RFID, cash, smart cards, QR codes etc)
and congestion levels (eg length of queue in different lanes) across 4 different times in a
day
Robustness of dispute resolution mechanisms in place for the tag holder and toll
operators by the issuer and acquirer banks

6.6 The Independent Engineer shall prepare a Monthly Status Report in respect of its duties and
functions under this Agreement and in accordance with the format prescribed in Annexure III.
1st deliverable of the report which is an executive summary to the main report (Section 1)
shall be submitted to the Authority and updated on the PMIS and project specific website by
4th of every month. Main report (Section 2 onwards) shall be submitted to the Authority and
updated on the PMIS and project specific website by 7th of every month. Key sections of the
Monthly Status Report are as follows.

S.No Sections Sub sections

1.1 Overall road condition

1.2 Key reporting metrics

1 Executive Summary 1.3 Key maintenance activities undertaken

1.4 Pending issues

1.5 Recommended actions by IE

1.6 Strip plan for maintenance

2.1 Key project details


S.No Sections Sub sections

2.2 Location map

2.3 Key plan


2 Project Overview
2.4 Summary of project features

2.5 RoW availability

3.1 Issue and action log

Critical issues and action taken 3.2 Summary of deficiencies


3
3.3 Obligations as per contract

3.4 Inspection schedule

4.1 Summary of NCR issued


4 Monthly Inspection Report
4.2 Equipment based inspection report

5.1 Monthly ETC Report

5 Monitoring of ETC lanes 5.2 On-ground infrastructure report

5.3 On-ground ETC operations & SLA adherence

6.1 Damages for non completion of project


facilities

6 Status of damages
6.2 Damages for breach of maintenance activities

6.3 Damages for non completion of major


maintenance works

7 Change of Scope proposals 7.1 Change of Scope proposals

8 Status of pending disputes 8.1 Status of pending disputes

9.1 Toll collection statement

9 Reports 9.2 Accident Report

9.3 Details of user complaints


S.No Sections Sub sections

9.4 Encroachment list

9.5 Lane closure report

10 Annexures

6.7 The Independent Engineer shall in its O&M Inspection Report specify the tests, if any, that the
Concessionaire shall carry out or cause to be carried out for the purpose of determining that
the Project Highway is in conformity with the Maintenance Requirements. It shall monitor and
review the results of such tests and the remedial measures, if any, taken by the Concessionaire
in this behalf.

6.8 In respect of any defect or deficiency referred to in Paragraph 3 of Schedule-K, the Independent
Engineer shall, in conformity with Good Industry Practice, specify the permissible limit of
deviation or deterioration with reference to the Specifications and Standards and shall also
specify the time limit for repair or rectification of any deviation or deterioration beyond the
permissible limit.

6.9 The Independent Engineer shall determine if any delay has occurred in completion of repair or
remedial works in accordance with the Agreement, and shall also determine the Damages, if
any payable by the Concessionaire to the Authority for such delay.

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

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

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

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

7. Termination

7.1 At any time, not earlier than 90 (ninety) days prior to Termination but not later than 15 (fifteen)
days prior to such Termination, the Independent Engineer shall, in the presence of a
representative of the Concessionaire, inspect the Project Highway for determining compliance
by the Concessionaire with the Divestment Requirements set forth in Clause
30.1 and, if required, cause tests to be carried out at the Concessionaire’s cost for determining
such compliance. If the Independent Engineer determines that the status of the Project Highway
is such that its repair and rectification would require a larger amount than the sum set forth in
Clause 39.2, it shall recommend retention of the required amount in the Escrow Account and
the period of retention thereof.

7.2 The Independent Engineer shall inspect the Project Highway once in every 15(fifteen) days
during a period of 90 (ninety) days after Termination for determining the liability of the
Concessionaire in respect of the defects or deficiencies. If any such defect or deficiency is found
by the Independent Engineer, it shall make a report in reasonable detail and send it forthwith
to the Authority and the Concessionaire.

8. Determination of costs and time

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

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

9. Assistance in Dispute resolution

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

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

10. Other duties and functions

10.1 The Independent Engineer shall perform all other duties and functions specified in the
Agreement.
11. Miscellaneous

11.1 All key personnel and sub professional staff of the Independent Engineer shall use the
fingerprint based (biometric) attendance system for marking their daily attendance.
Attendance shall be marked at least once a day and anytime during the day. 1 Biometric
Attendance System shall be installed by the Independent Engineer at its own cost at the site
office in order to facilitate the attendance marking. More systems can be installed near the
project highway upto a maximum of 1 system per 50 km in order to encourage frequent visits
of project highway by key personnel and sub professional staff. A copy of monthly attendance
records shall be attached with Monthly Status Report. Proper justification shall be provided for
cases of absence of key personnel/ sub professional staff which do not have prior approval from
Project Director of concerned stretch.

(a) NHAI has developed an advanced Face Recognition location based Mobile Application System e-
Attendance System to track and monitor attendance of key personnel deployed by AEs/ IEs &
consultants tor the projects. This system is integrated with Data Lake/ PMS Portal. The
application uses facial recognition, GPS based location identification enabling a user to mark
their daily attendance. The system will automatically capture date and time of log in and log
out. User will mark their attendance daily by signing-in, in the morning and sign-out, at the end
of the day. The e-Attendance System is mandatory with effect from 20 January 2021 for all key
personnel / engineers deployed by AE/ IE Consultant as per their contracts.

11.2 The Independent Engineer shall notify its programme of inspection to the Authority and to the
Concessionaire, who may, in their discretion, depute their respective representatives to be
present during the inspection.

11.3 A copy of all communications, comments, instructions, Drawings or Documents sent by


Independent Engineer to the Concessionaire pursuant to this TOR, and a copy of all the test
results with comments of the Independent Engineer thereon shall be furnished by the
Independent Engineer to the Authority forthwith.

11.4 The Independent Engineer shall obtain, and the Concessionaire shall furnish in two copies
thereof, all communications and reports required to be submitted under this Agreement by the
Concessionaire to the Independent Engineer, whereupon the Independent Engineer shall send
one of the copies to the Authority along with its comments thereon.

11.5 The Independent Engineer shall retain at least one copy each of all Drawings and Documents
received by it, including ‘as-built’ Drawings and keep in its safe custody.

11.6 Upon completion of its assignment hereunder, the Independent Engineer shall duly classify and
list all Drawings, Documents, results of tests and other relevant records, and hand them over
to the Authority or such other person as the Authority may specify, and obtain written receipt
thereof. Two copies of the said documents shall also be furnished in micro film form or in such
other medium as may be acceptable to the Authority.
Enclosure-A

MAN - MONTHS INPUT FOR KEY PROFESSIONAL STAFF INDEPENDENT ENGINEERS

(A) Key Personnel (Professional Staff) Man Month

1 Team Leader cum Highway Engineer 1x15


2 Highway Maintenance cum Resident Engineer 1x60
3 Road Safety Expert 1x15
4 Bridge/Structural Engineer 1x20
Sub – Total 110

Sub-professional

1 Assistant Quality cum Material Expert 1x12


2 Assistant Highway Maintenance Engineer 1x60
3 CAD Expert 1x20
4 Electrical Engineer 1x10
5 Quantity Surveyor 1x10
6 Horticulture expert 1x30
Sub- Total 142

Note:
1. The Team Leader may not be required every day as they handle assignments on other projects
also running concurrently. However, their presence would be required at least for a week
every month. The man-months for the Team Leader have been indicated accordingly.

2. The Contract Specialist and Financial Analyst may be required for the project for specific
needs. Their deployment shall be arranged by the consultant on specific requisition from the
Authority and the payment shall be made as per the actual deployment. The Contract
Specialist and Financial Analyst shall be paid at the average of the rates quoted for Key
Personnel listed at Sl. No. 2, 3 & 4 above.

3. The qualification and experience of Sub Professional staff would not be accounted in the
evaluation. However, Consultant shall have to get their CVs approved from NHAI before
mobilization. The other inputs like support staff shall also be provided by the Consultant of
an acceptable type commiserating with the roles and responsibilities of each position.
Enclosure B MINIMUM
QUALIFICATION OF

KEY PERSONNEL & SUB PROFESSIONAL STAFF QUALIFICATION OF KEY PERSONNEL

TEAM LEADER CUM HIGHWAY ENGINEER


This is the senior most position and the expert engaged as the team leader shall be responsible
for reviewing the entire Project implementation activities of the Concessionaire. He shall check
all the Designs being prepared by the Concessionaire, ensure execution of works on site as per
specification and standards, and continuously interact with the NHAI and the Concessionaire. He
shall review and suggest modifications to the Maintenance Manual, Annual Maintenance
Programme of the Concessionaire. Review of emergency response arrangements needs special
attention. He shall undertake Project site visits and shall guide, supervise, coordinate and monitor
the work of other experts in his team as well as those of the Concessionaire. The candidate is
required to be a Highway Engineer, who should have a proven record of supervising, organising
and managing of Project preparation w.r.t construction/maintenance of highway projects as
defined below, financed by international lending agencies and others.
He should have the following qualification / experience.

1. Essential Qualifications.

i. Graduate in Civil Engineering from recognized university.

ii. Total Highway Experience of 10 years.

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


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

2. Preferential Qualifications.
i. Post Graduate Degree in Management/ Construction/ Transportation/ Highway
Engineering/ Structural Engineering or any other specialized stream of civil engineering.
ii. Highway Development Projects taken up under PPP.
Note: (1) Similar Capacity includes the following positions
On behalf of Consultant: Team Leader/Resident Engineer (Construction Supervision/IE)
a) On behalf of Contractor: Project Manager (Construction/Construction
Supervision)
b) In Government Organizations: Superintending Engineer (or equivalent) and above
In case of experience on behalf of Consultant or Contractor, the experience shall be duly endorsed
by the respective Government agency. In case of non-availability of endorsement from Govt.
Agency, the experience uploaded on Infracon Portal will be taken into consideration. However, the
key personnel/ bidder will be solely responsible for any fake information/ CV, which may result in
debarment.
(2) Only those projects will be considered for evaluation where the input of the personnel is 9
months or more.

HIGHWAY MAINTENANCE cum RESIDENT ENGINEER


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

1. Essential Qualifications.

i. Graduate in Civil Engineering from a recognized University.

ii. Professional Experience of 7 years in highway works (inspection / design /


construction / maintenance).

iii. Experience of at least 3 years in similar capacity in Highway


Construction/Maintenance works of similar nature

iv. Out of 3 years as in (iii) above at least one project should involve works of 4/6
laning/expressways or similar project

2. Preferential Qualifications.

i. Post Graduate Degree in Highway Engineering


Note: Similar Capacity includes the following positions

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


Resident Engineer (Construction Supervision/IE)
ii. On behalf of Contractor: Highway Engineer / Project Manager
(Construction/Construction Supervision)

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


In case of experience on behalf of Consultant or Contractor, the experience shall be duly endorsed
by the respective Government agency. In case of non-availability of endorsement from Govt.
Agency, the experience uploaded on Infracon Portal will be taken into consideration. However, the
key personnel/ bidder will be solely responsible for any fake information/ CV, which may result in
debarment.

BRIDGE / STRUCTURAL ENGINEER


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

1. Essential Qualifications.

i. Graduate in Civil Engineering from a recognized University.

ii. Professional Experience of 7 years.

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


bridge / interchange / any other Structures including rehabilitation

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

2. Preferential Qualifications.

i. Post Graduate Degree in Structural Engineering.

Note- Similar Capacity includes the following positions

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


Engineer

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


Engineer
iii. In Government Organizations: Executive Engineer (or equivalent) and above
In case of experience on behalf of Consultant or Contractor, the experience shall be duly endorsed
by the respective Government agency. In case of non-availability of endorsement from Govt.
Agency, the experience uploaded on Infracon Portal will be taken into consideration. However, the
key personnel/ bidder will be solely responsible for any fake information/ CV, which may result in
debarment.
ROAD SAFETY EXPERT
The Road Safety Expert shall review all the safety measures taken by the Concessionaire during
the concession period at site. Conformity to the safety requirement as per detailed contract
requirement shall also be checked and approved. This shall cover all the temporary/permanent
structures, handling of equipments, safety of workers/road users and generating awareness
/training of site staff of concessionaire. He shall also look into the causes of various accidents
and review other insurance coverage taken by the Concessionaire. He shall undertake, supervise
safety audit/ inspection once in every quarter and furnish a detailed report. He shall review
emergency response arrangement, accident data, formats, safety provisions in O&M activities
etc., as proposed by the Concessionaire.
1. Essential Qualifications.

i. Graduate in Civil Engineering from a recognized University.


ii. Professional Experience of 7 years.
iii. It is mandatory for Road Safety Expert to have completed at least 15 days certification
course on Road Safety Audit IAHE/IITs/NITs/CRRI. The CV of the proposed key
personnel not having completed minimum 15 days certification course shall not be
evaluated, For avoidance of any doubt, it is clarified herein that the certification
training course may be either from a single institution or form multiple institutions.
iv. Minimum 3 years experience in Road Safety works of Major Highway Projects ( 4 / 6
laning projects)
v. Experience in Road Safety Audit of at least one 4/6 lane highway / expressway
project.

2. Preferential Qualifications

i. Post Graduate Degree in Traffic/Transportation/Safety Engineering.


ii. Preparation of Road Safety Management Plan for inter urban Highways in PPP mode.

Note- Similar Capacity includes the following positions


i. On behalf of Consultant: Road Safety Expert (Construction Supervision/IE)
ii. On behalf of Contractor: Road safety Expert (Construction/Construction
Supervision)
iii. In Government Organizations: Executive Engineer (or equivalent) and above
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.
SUB PROFESSIONAL

ASSISTANT QUALITY CUM METERIAL EXPERT


The candidate should be either graduate in civil engineering with 03 years experience in quality
cum material aspects of highways or Diploma in Civil Engineering with 07 years experience in
highways. He should have handled at least one project involving works of 4/6 laning
highways/expressways.

SURVEY ENGINEER
The candidate should be a Graduate in Civil Engineering/Survey with at least 6 years experience in
the field of surveying out of which 3 years should be on highway projects with at least 1 similar
highway project. Firm may field Survey Engineer with diploma in Civil Engineering/Survey having
at least 10 years experience in the field of surveying out of which at least 5 years should be in
highway projects with at least 2 projects of similar nature. This position requires thorough
understanding of modern computer based equipment/method of surveying with total station, digital
level, GPS etc.

ASSISTANT HIGHWAY MAINTENANCE ENGINEER


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

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

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

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

QUANTITY SURVEYOR
He should be Graduate or equivalent in Civil Engineering having Min. 5 years of professional
experience in preparation of highway project estimates. He should have Min. 3 years experience in
Preparation of Bill of Quantities/estimates for major highway projects costing Rs.100 Crore or
above.
Note: Upto 1 sub-professional can be a fresh graduate (zero/ less than minimum required work
experience) with first class in graduation stream. Eligibility requirement in terms of minimum years
of experience shall not be applicable for this sub professional.
Annexure I- Daily Inspection Report

Nature of defect/ deficiency Defect If defect Compliance of IE Remarks


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

ROADS

Carriageway and paved shoulders

Breach or blockade

Pot holes

Removal of debris

Hard/earth shoulders, side slopes, drains and culverts

Desilting of drains in
urban/semi-urban areas

Road side furniture including road signs and pavement marking

Damage to shape or position;

poor visibility or loss of retro-


reflectivity

Street lighting and telecom (ATMS)

Any major failure of the system

Faults and minor failures

Trees and Plantation


Nature of defect/ deficiency Defect If defect Compliance of IE Remarks
found found, previous
(Yes/No) Chainage & defect
side (Yes/No/NA)

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

Rest areas

Cleaning of toilets

Defects in electrical, water


and sanitary installations

Toll plaza[s]

Failure of toll collection


equipment including ETC or
lighting

Other Project Facilities and Approach roads

Damage or deterioration in
Approach Roads, -
[pedestrian facilities, truck
lay-bys, bus-bays, bus-
shelters, cattle crossings,
Traffic Aid Posts, Medical Aid
Posts and other works]

Annexure II- Weekly Inspection Report


Defect If defect Compliance of IE
found found, previous defect Remarks
Nature of defect or deficiency
(Yes/No) Chainage (Yes/No/NA)
& Side

ROADS

(a) Carriageway and paved shoulders

(i) Breach or blockade

Roughness value exceeding


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

(iii) Pot holes

Cracking in more than 5% of


(iv) road surface in a stretch of 1
km

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

(vi) Bleeding/skidding

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

Damage to pavement edges


(viii)
exceeding 10 cm
Defect If defect Compliance of IE
found found, previous defect Remarks
Nature of defect or deficiency
(Yes/No) Chainage (Yes/No/NA)
& Side

(ix) Removal of debris

Hard/earth shoulders, side slopes, drains


(b)
and culverts

Variation by more than 2% in


(i) the prescribed slope of
camber/cross fall

Edge drop at shoulders


(ii)
exceeding 40 mm

Variation by more than 15% in


(iii) the prescribed side
(embankment) slopes

(iv) Rain cuts/gullies in slope

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

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

(c) Road side furniture including road signs


and pavement marking

Damage to shape or position;


(i) poor visibility or loss of
retro-reflectivity

(d) Street lighting and telecom (ATMS)


Defect If defect Compliance of IE
found found, previous defect Remarks
Nature of defect or deficiency
(Yes/No) Chainage (Yes/No/NA)
& Side

Any major failure of the


(i)
system

(ii) Faults and minor failures

(e) Trees and plantation

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

Deterioration in health of trees


(ii)
and bushes

Replacement of trees and


(iii)
bushes

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

(f ) Rest areas

(i) Cleaning of toilets

Defects in electrical, water and


(ii)
sanitary installations

Toll
(g) plaza[s]
Defect If defect Compliance of IE
found found, previous defect Remarks
Nature of defect or deficiency
(Yes/No) Chainage (Yes/No/NA)
& Side

Failure of toll collection


(i) equipment including ETC or
lighting

(ii) Damage to toll plaza

(h) Other Project Facilities and Approach


roads

Damage or deterioration in
Approach Roads, -
[pedestrian facilities, truck
(i) lay-bys, bus-bays, bus-
shelters, cattle crossings,
Traffic Aid Posts, Medical
Aid Posts and other works]

BRIDGES

(a) Superstructure of bridges

(i) Cracks

(ii) Spalling/scaling

(b) Foundations of bridges

(i) Scouring and/or cavitation

Piers, abutments, return walls and wing


(c)
walls of bridges

Cracks and damages


(i) including settlement and
tilting
Defect If defect Compliance of IE
found found, previous defect Remarks
Nature of defect or deficiency
(Yes/No) Chainage (Yes/No/NA)
& Side

(d) Bearings (metallic) of bridges

(i) Deformation

Joints in bridges
(e)

Loosening and
(i)
malfunctioning of joints

(f) Other items relating to bridges

Deforming of pads in
(i)
elastomeric bearings

Gathering of dirt in bearings


(ii) and joints; or clogging of
spouts, weep holes and
vent-holes

Damage or deterioration in
(iii)
parapets and handrails

Rain-cuts or erosion of banks of


(iv) the side slopes of approaches

(v) Damage to wearing coat

Damage or deterioration in
(vi) approach slabs, pitching,
apron, toes, floor or guide
bunds
Defect If defect Compliance of IE
found found, previous defect Remarks
Nature of defect or deficiency
(Yes/No) Chainage (Yes/No/NA)
& Side

Growth of vegetation affecting


(vii) the structure or obstructing
the waterway

Annexure III- Monthly Status Report


837429/2023/PIU-MURADABAD

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

[NAME & LOGO OF IMPLEMENTING AGENCY]

[PROJECT NAME (O&M)]

Independent Engineer

[NAME OF CONSULTING FIRM]

MONTHLY STATUS REPORT NO. [XX]

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


837429/2023/PIU-MURADABAD

Contents

1. Executive Summary .................................................................................... 100


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

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


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

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


8. Status of pending disputes............................................................................ 122
9. Reports .................................................................................................. 124
9.1. Monthly Toll Collection Report (Applicable only if project highway is tolled)......... 124
9.2. Accident Report ................................................................................ 126
9.3. Details of complaints .......................................................................... 128
9.4. Encroachment list.............................................................................. 129
9.5. Lane Closure Report ........................................................................... 129
10. Annexures ............................................................................................... 130
All figures and graphs in templates are
illustrative. Please add actual details.

1. Executive Summary

1.1. Overall road condition

Road condition LHS RHS


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

1.2. Key reporting metrics

Key metrics Value/Amount


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

1.3. Key maintenance activities undertaken

Asset Maintenance activities undertaken


Pavement Concessionaire has commenced the work for renewal and repair of pavement
on the project highway w.e.f 14th September 2016
Shoulder
Drainage Cleaning of drainage in builtup areas n progress
Median
Road furniture Concessionaire has taken up repairs and maintenance of MBCB and electric
poles, etc on issuance of NCPs from Independent Engineer
Bridges
Buildings As per provisions of CA and policy decided by MoRTH/NHAI, 2 ETC
lanes at each toll plaza have been operationalised w.e.f. 25th
September 2016. The connectivity of ETC lanes with Central Clearing
Asset Maintenance activities undertaken
House (CCH) has been achieved and presently ETC lanes are
operationalized in Hybrid Mode due to less number of tags purchased
by highway users
Horticulture Planting of new trees from Chainage 200+300 to 226+650
Trimming of plants which were causing obstruction to highway users
1.4. Pending issues
Overlay on the entire stretch of project length of 252 km and service roads has not been
taken up by Concessionaire yet since the date of completion of overlay is due in next 25
days
Over all progress is very slow regarding repair of potholes and rutting on Main Carriageway
which is causing inconvenience to highway users and is also a concern from road safety
point of view.
Street lighting in
o Anantapur bypass completed on main carriageway and is energized but for
service roads street lighting is pending on both sides
o Kurnool bypass erection of poles only completed in main carriageway
not yet energized till to date, but for service roads not started

1.5. Recommended actions by Independent Engineer

In spite of the repeated requests, there is no material change in status of works pertaining to
repairs/ rectifications of defects on the project highway. IE has recommended the damages of
Rs 5.9 Cr on the Concessionaire on account of delay in repairs of defects in road and bridge
works in terms of the provision of Clause 15.8.1 of the Concession Agreement. Concessionaire
shall be liable for imposition of further damages on similar lines till the date of completion
Concessionaire is requested to take at most care for completing the overlay before
31.03.2017 since the existing road condition is getting deteriorated day by day causing
much inconvenience to the traffic
National Highways A u Ft hi oler i t N
y oof. In5d1i0a30/1/2019/BOT/PIU-MRBFD
P-fP
oar rIt(
E d1u
)ri(nC
g oOm
&p
MuPte
erriod
No. 124012)
837429/2023/PIU-MURADABAD

All figures and graphs in templates are


illustrative. Please add actual details.

1.6. Strip Plan for maintenance

Satisfactory road condition


(Maintenance not required)
Poor road condition (Maintenance
required)
120
All figures and graphs in templates are
illustrative. Please add actual details.

Main report
2. Project Overview

2.1. Key project details

Project Name

NH no (New/Old)

Mode of the Project

No. of Lanes

Length of the Project

Total Project Cost

Concessionaire/ Contractor

Date of Award (LOA date)

Appointed Date

Commercial Operation Date (COD)

Concession Period

O&M Period

Independent Engineer

IE Agreement Date

IE Mobilization Date

IE Scheduled Completion Date

IE EOT (Extension Of Time)


2.2. Location Map
2.3. Key plan

2.4. RoW availability

Width of RoW available on both sides of the highway

>20
availabl

16mm
e

20 m
18 m
16 16 16 16 16 16 16
14 m
12 m
10 m
8m 8. 8. 8. 8.2 8.2
LHS- Width of RoW

2 2 2
6m
4m 4.7 4.7 4.7 4.7 4.
7
2m 1. 1.8
8
Chainage
2m8
m
e

4
m
6 6.2 6.2 6.2 6.2 6.2 6.2
m
RHS- Width of RoW

10 m 12 m 14 m
16 m 10
18 m 1
20 m 0
>20 m

17.5 17.5 17.5 17.5 17.5


17.5 17.5 17.5
25 25 25
2.5. Summary of project features

SNo Particulars Value

1 No of flyovers 2

2 Service Road 45

3 ROBs 5

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


396.135 & 420.302

5 RUBs 0

6 RUB location (chainage) NA

7 No of Bypass 7

8 Length of Bypass 43

9 No of Major Bridges 7

10 No of Minor Bridges 67

11 No of Culvert 640

12 No of VUP 16

13 No of PUP/ Cattle Underpass 12

14 No of Major Intersection/ Junction 22

15 No of Toll Plaza 3

16 Location of Toll Plaza (chainage)

17 No of Truck Laybye 30

18 No of Bus Bays 122

19 No of Wayside Amenities 0

20 Location of Wayside Amenities (chainage) NA


All figures and graphs in templates are
illustrative. Please add actual details.

3. Critical Issues and Action taken

3.1. Issue and action log


Ongoing/New Issue

suggested by SC
Length affected
affected due to

Action(s) taken
Description

for
Chainage(s)

Expected
Concerned

resolving
Authority

Action(s)
the issue

till now

Date
Issue
SNo

1 Drying Ongoing Concessio 325+200 to 2.6 Irregular Replaceme NA


up of naire 327+800 watering nt of
plants on plants and
median daily
watering

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


potholes naire LHS potholes M>

All figures and graphs in templates are


illustrative. Please add actual details.

3.2. Summary of items (Cumulative Observations/ Deficiencies)

Work Work done


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

1 Carriageway and paved shoulders

(a) Pot Holes Sqm 42 - - 42

(b) Roughness value mm


exceeding 2,500mm
Work Work done
done upto during
previous reporting
month month
SNo Description Unit Total Balance Remarks

(c ) Cracking in more than 5% Sqm 7179 - - 7179


of road surface

(d) Rutting exceeding Sqm 5 - - 5


10mm in more than 2%
of road surface

(e) Bleeding/Skiding Sqm

(f) Ravelling Sqm

(g) Damage to pavement m


edges exceeding 10cm

2 Hard/Earth Shoulders

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


slope

(b) Edge drop at shoulders m


exceeding 40 mm

3 Drains and culverts

(a) Cleaning of Culvert Nos 1 - - 1

(b) Damage to or silting of


culverts

(c) Silting of drains in urban/


semi urban areas

4 Road furniture

(a) Sign Boards Nos 456 - - 456

(b) Kilometer Stones

(c ) Metal Beam Crash


Barrier

(d) Bus Shelters Nos 72 4 - 68


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

(e) Junction signs Nos 26 8 - 18

(f) Median Grills Rmt 894 - - 894

(g) Studs Nos 5328 - - 5328

(h) Delineators Nos 8236 - - 8236

(i) Road Marking Sqm 1899 - - 1899

(j) Kerb Painting Sqm 4575 - - 4575

(k) Guard Posts Nos 3657 - - 3657

5 Street lighting and telecom (ATMS)

(a) Street lights Nos

(b) Telecom Nos

6 Trees and plantation

(a) Removal of vegetation Ha 77.42 - 3.57 73.85


affecting sight line and
road structures

(b) Replacement of trees Nos 15072 - - 15072


and bushes

7 Buildings and bridges

(a) Rest areas

(b) Toll plazas

(c ) Bridges
3.3. Obligations as per contract

Please write a summary of contractual obligations of Concessionaire and non-compliances of critical


obligations highlighting reasons for delay and stating pending actions
Critical obligations of Concessionaire as per contract Non

compliances of critical contractual obligations

3.4. Major maintenance and Inspection schedule

Item Responsibility Last completed on Due date

Major maintenance Concessionaire [DD/MM/YY] [DD/MM/YY]

Periodic overlay Concessionaire [DD/MM/YY] [DD/MM/YY]

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


using NSV

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


Laser Profilometer

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


using FWD

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


using GPR

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


using MBIU

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


using Reflectometer

Other
All figures and graphs in templates are
illustrative. Please add actual details.

4. Inspection Report

4.1. Summary of NCR issued

Total NCR issued till NCR issued in NCR closed in


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

1 Pavement 60 15 31.25 43.75

2 Shoulder 8.75 0 3.75 5

3 Drainage

4 Median

5 Road furniture

6 Bridges

7 Buildings

8 Horticulture

9 [Other assets]
Total NCR issued till NCR issued in NCR closed in
previous month reporting month reporting month Balance NCR
SNo Highway asset (A) (B) (C) (A+B-C)

Total

4.2. Equipment based inspection report

Pavement Surface Defects Roughness Pavement Strength

Bleeding (cm)
Lane number

Bituminous E1
Cracks (cm)

(International

SubGrade E3
Resistance

Granular E2
Chainage

Potholes

Raveling

Roughness

Modulus

Modulus
Modulus
Chainage

Ending

Rutting

Elastic

Elastic
Elastic
depth
Starting

(cm)

(cm)

depth

Index)
Skid
(mm)

(mm)
(mm)

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

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

1.000 1.500 L1

Report of equipment based inspection needs be provided as an Annexure to monthly report as per the defined frequency.
Following documents/media to be submitted for equipment based inspection.

Video footage of all cameras installed on Network Survey Vehicle- ROW cameras and pavement camera
Network Survey Vehicle report capturing dimensions of following key metrics of pavement
o Cracks
o Potholes
o Raveling
o Bleeding
o Rutting
o Texture depth
o Skid resistance
o Roughness (IRI)
Falling Weight Deflectometer (FWD) report capturing following key metrics of pavement strength
o Deflection Bowl (Transient Deflections at seven different points)
o Corrected Elastic Modulus Bituminous E1
o Corrected Elastic Modulus Granular E2
o Corrected Elastic Modulus Subgrade E3
o Subgrade CBR
o Bituminous layer coefficient A1
o Base layer coefficient A2
o Granular base layer coefficient A3
o Modified structural number
Mobile Bridge Inspection Report (MBIU) capturing following key metrics of bridges
o Condition Approach
o Condition Signs
O Condition Debris
O Condition Joint
O Condition Deck
O Condition Rails
O Condition Protect
o Condition Stream
o Condition Superstructure
o Condition Piers
o Condition Abutment
Retroreflectometer report capturing following key metrics of road furniture
o Coefficient of retroreflected luminance RA (nighttime retroreflection) of road traffic signs
ATCC report capturing ADT, AADT, hourly and weekly variations and recommendation on capacity augmentation
All figures and graphs in templates are
illustrative. Please add actual details.

5. Monitoring of ETC lanes

5.1. Monthly ETC Report

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

No of Fee No of Fee per No of


vehicles Collected vehicles Fee Collected vehicle vehicles Fee Collected

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

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

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

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

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

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

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

Total for the


Month 49844 18,050,618 52963 19,898,834 49016 18,265,661
5.2. On-ground infrastructure report

Total number of plaza lanes =


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

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

1 Hardware

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

(b) Hand-held reader

(c ) Lane controller

(d) AVC

(h) Camera

(l) Weigh-in-motion

(m) Static weigh bridge

(n) Any other items

2 Software

(a) Software – Lane/ Plaza level


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

(c) TMS

(d) Any other items

5.3. On-ground ETC operations and SLA adherence

Average
Average queue Average queue Average Average Average Average
transction
Lane length during length during non Transaction time transaction transaction transaction
time
peak time peak time (cash) time (RFID) time (cards) time (wallet)
(others)

UPI – 20
Lane 1 10 vehicles 5 vehicles 15 seconds 10 seconds 20 seconds 25 seconds
seconds

Lane 2

Lane 3

Average system uptime = 80%


Transactions uploaded (as per SLA) = 80%
Blacklists uploaded (as per SLA) = 50%
Blacklists downloaded (as per SLA) = 85%
6. Status of Damages for breach of maintenance activities

6.1. Damages for non completion of project facilities

SNo Period Amount of damages (Rs)

1 Upto June 2016 15,00,35,000

2 Jul 2016 2,00,88,000

3 Aug 2016 2,00,88,000

4 Sep 2016 1,94,40,000

Total 20,96,51,000

Supporting Calculations for damages for Sep 2016

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

6.2. Damages for breach of maintenance activities

SNo Period Amount of damages (Rs)

1 Upto June 2016 1,00,35,000

2 Jul 2016 6.63,196

3 Aug 2016 6,63,196


SNo Period Amount of damages (Rs)

4 Sep 2016 52,22,444

Total 1,65,83,836

Supporting Calculations for damages for reporting month

daysasperC

Damagesfr
ofinspectio
orepa

athighersid
TotalQuantity

daysdamag

Damagesam
Cost

Damages
iras

asperCA
Damages
Nature

No of

No of
Date

ount
Unit

Rate

om
defect

es
e

A
n
S No

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

SNo Period Amount of damages (Rs)

1 June 2016 6,48,000

2 Jul 2016 2,00,88,000

3 Aug 2016 2,00,88,000

4 Sep 2016 1,94,40,000


SNo Period Amount of damages (Rs)

Total 6,02,64,000

Supporting Calculations for damages for Sep 2016

No of days in Sep = 30
Performance security is Rs 64,80,00,000
As per CA Clause 12.3.2 damages payable is 0.1% of performance security per day = Rs 6,48,000 Total
damages payable = 30 X 6,48,000 = Rs 1,94,40,000
All figures and graphs in templates are
illustrative. Please add actual details.
7. Change of Scope proposals

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

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

8. Status of pending disputes

Dispute
Date of first Amount (if
SNo Dispute Details submission to IE Suggested resolution by IE applicable) Current stage

1 Increased tollable length to [DD/MM/YYYY] No merit in increasing tollable length NA SAROD


be applicable in toll fee hence no action required by NHAI
calculations
2 Filling stations [DD/MM/YYYY] NHAI to consider the [+/- Amount] B/w Concessionaire
energized without Concessionaire's and NHAI
request for
obtaining NOC from intervention and
ministry assistance
All figures and graphs in templates are
illustrative. Please add actual details.
9. Reports

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

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

No of Fee No of Fee Fee per No of Fee


vehicles Collected vehicles Collected vehicle vehicles Collected

Single 3845 384500 4659 465,900.00 100 4289 428,900.00


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

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

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


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

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

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


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

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

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


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

No of Fee No of Fee Fee per No of Fee


vehicles Collected vehicles Collected vehicle vehicles Collected

Return 240 118602 116 58,378.00 202 136 68,478.00


D
Local 185 30492 136 23,188.00 68 212 36,040.00

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

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

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

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

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

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

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

G Over Size Return 0 0 - 965 -

Local 0 0 - 320 -

Total for the Month 49844 18,050,618 52963 19,898,834 49016 18,265,661
1
S No

Date

RHS
Chainage no

1/1/17 382/050
9.2. Accident Report

pm
Time of accident

05:25 M
Sex (M/F)

2
A

Accident location

2
B

Nature of accident

Classification of

3
C

accident
4
D

Causes

Load conditions of
1
E

vehicle
1
F

Road condition

Intersection type f
-
G

control
1
H

Weather condition
3
I

Age of victim
1
J

Type of victim
3
K

Type of vehicle
-

Fatal
1

Major
persons

1
No of affected

Minor
illustrative. Please add actual details.
All figures and graphs in templates are

Help provided by
Ambu
Mapping of report fields to responses

A 1. Urban 2. Rural

B 1. Overturned 2. Head On Collision 3. Hit from Back 4. Hit to Fix Object 5. Right turn Collision 6. Left turn Collision 7.
Veered Out off The Road 8. Hit Pedestrian 9. Unknown/Hit & Ran Away

C 1. Fatal 2. Major injury 3. Minor injury

D 1. Drunken 2. Over Speeding 3. Vehicle out of Control 4. Driven on wrong side 5. Mechanical Problem 6. Drowsiness/Not
Applicable 7. Fault of Driver

E 1. Normally Loaded 2. Overloaded/Handing 3. Empty 4. Unknown

F 1. Straight road 2. Slight Curve 3. Sharp Curve 4. Hump 5. Dip

G 1. T-Junction 2. Y-Junction 3. Four arm Junction 4. Staggered Junction 5. Junction with more than 6. Round about
Junction
H 1. Fine/Clear 2.Mist/Fog 3. Cloudy 4. Light Rain 5. Heavy Rain 6. Strong Wind 7. Dust Storm 8. Cold 9. Hot

I 1. 0-18 Years 2. 18-25 Years 3. 25-40 Years 4.40-60 Years 5. 60-80 Years

J 1. Driver 2. Passenger 3. Pedestrian 4. Cyclist 5. Others

K 1. Two Wheeler 2. Auto Rickshaw 3. Car/Jeep 4. Bus 5. Light Truck 6. Heavy Truck 7. Tractor 8. Bicycle 9. Cycle
Rickshaw
10. Hand Drawn Cart 11. Animal Drawn Cart
All figures and graphs in templates are
illustrative. Please add actual details.

9.3. Details of complaints

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

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

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

9.4. Encroachment list

type

Encroachment width
Chainage

Establishment (New/
Category (Tea stall,

Distance from road

Name of Encroacher
Encroachment
Side (LHS/RHS)

District/ Tehsil

Temple, etc)
(Temporary/
Permanent)

and length
edge (m)
existing)
Stretch

Village
(km)
SNo

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

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

9.5. Lane Closure Report

Chainage (Km) Reasons for Lane


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

Annexure 1: Detailed visual inspection report of project highway


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

Defect If defect Compliance of IE Remarks


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

ROADS

(a) Carriageway and paved shoulders

(i) Breach or blockade

Roughness value exceeding 2,500 mm in


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

(iii) Pot holes

Cracking in more than 5% of road surface


(iv)
in a stretch of 1 km
Defect If defect Compliance of IE Remarks
Nature of defect or deficiency
found found, Chainage previous defect
(Yes/No) & side (Yes/No/NA)

Rutting exceeding 10 mm in more than 2%


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

(vi) Bleeding/skidding

Ravelling/Stripping of bitumen surface


(vii)
exceeding 10 sq m

Damage to pavement edges exceeding


(viii)
10 cm

(ix) Removal of debris

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

Variation by more than 2% in the


(i)
prescribed slope of camber/cross fall

Edge drop at shoulders exceeding 40 mm


(ii)
Defect If defect Compliance of IE Remarks
Nature of defect or deficiency
found found, Chainage previous defect
(Yes/No) & side (Yes/No/NA)

(iii) Variation by more than 15% in the


prescribed side (embankment) slopes

(iv) Rain cuts/gullies in slope

Damage to or silting of culverts and


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

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


areas

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

Damage to shape or position;


(i) poor visibility or loss of retro-
reflectivity

(d) Street lighting and telecom (ATMS)

(i) Any major failure of the system


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

(ii) Faults and minor failures

(e) Trees and plantation

Obstruction in a minimum head-room of


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

(ii) Deterioration in health of trees and bushes

(iii) Replacement of trees and bushes

(iv) Removal of vegetation affecting sight


line and road structures

(f ) Rest areas

(i) Cleaning of toilets

(ii) Defects in electrical, water and sanitary


installations
Defect If defect Compliance of IE Remarks
Nature of defect or deficiency
found found, Chainage previous defect
(Yes/No) & side (Yes/No/NA)

(g) Toll plaza[s]

(i) Failure of toll collection equipment


including ETC or lighting

(ii) Damage to toll plaza

(h) Other Project Facilities and Approach roads

Damage or deterioration in Approach


Roads, -[pedestrian facilities, truck
(i) lay-bys, bus-bays, bus- shelters, cattle
crossings, Traffic Aid Posts, Medical Aid
Posts and other works]

BRIDGES

(a) Superstructure of bridges

(i) Cracks

(ii) Spalling/scaling
Defect If defect Compliance of IE Remarks
Nature of defect or deficiency
found found, Chainage previous defect
(Yes/No) & side (Yes/No/NA)

(b) Foundations of bridges

(i) Scouring and/or cavitation

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

Cracks and damages including settlement


(i)
and tilting

(d) Bearings (metallic) of bridges

(i) Deformation

(e) Joints in bridges

(i) Loosening and malfunctioning of joints

(f) Other items relating to bridges

Deforming of pads in elastomeric bearings


(i)
Defect If defect Compliance of IE Remarks
Nature of defect or deficiency
found found, Chainage previous defect
(Yes/No) & side (Yes/No/NA)

Gathering of dirt in bearings and joints;


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

(v) Damage to wearing coat


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

Annexure 2 onwards:
IE should include comments, status update, data points and reports in following annexures which have not been included elsewhere in
the main report. Such reports may include but not limited to:
Minutes of review meeting
Correspondence details
Weather report
Organizational chart of Concessionaire and IE Project
photographs
Annexure IV- Month of survey for equipment based road condition assessment Equipment
based road inspection shall be done by the Consultant twice a year as per the month of the
year defined in the following table.

However, since the first survey shall be conducted within 30 days of appointment of the Independent
Engineer, the following modification to the schedule shall be adopted. For example, if majority of
highway length (>50%) passes through a state,
st
where defined survey months are May and November, if appointed date is on 1
March, then the first equipment based survey shall be conducted in the month of March
within 30 days of appointment and this shall be considered as the equipment
nd
based survey to be conducted in the month of May. The 2 equipment based survey
rd
shall be conducted in the month of November, the 3 survey shall be conducted in
the month of May and so on. As regards FWD, the first test/survey shall be conducted
nd
in the month of March within 30 days of appointment. The 2 test/survey shall be
conducted in March of next year and so on.

Survey before rains


Region State Survey after rains

East Bihar May Nov

East Chhattisgarh May Nov

East Jharkhand May Nov

East Orissa May Nov

East West Bengal May Nov

Central Madhya Pradesh May Nov

NE Arunachal Pradesh Mar Oct

NE Assam Mar Oct

NE Manipur Mar Oct

NE Meghalaya Mar Oct


Survey before rains
Region State Survey after rains

NE Mizoram Mar Oct

NE Nagaland Mar Oct

NE Sikkim Mar Oct

NE Tripura Mar Oct

North Chandigarh May Nov

North Delhi May Nov

North Haryana May Nov

North Himachal May Nov

North Jammu And Kashmir May Nov

North Punjab May Nov

North Uttar Pradesh May Nov

North Uttaranchal May Nov

Andaman And
South Apr Nov
Nicobar Islands

South Andhra Pradesh Apr Nov

South Karnataka Apr Nov

South Kerala Apr Nov

South Pondicherry Jun Jan

South Tamil Nadu Jun Jan


Survey before rains
Region State Survey after rains

West Dadar Nagar Haveli Apr Oct

West Daman And Diu Apr Oct

West Goa May Nov

West Gujarat Apr Oct

West Maharashtra May Nov

West Rajasthan Apr Oct

Annexure V- OUTPUT FORMAT FROM NETWORK SURVEY VEHICLE AND FWD TESTING
[NAME & LOGO OF IMPLEMENTING AGENCY]

[PROJECT NAME]

Independent Engineer

[NAME OF CONSULTING FIRM]

OUTPUT FROM NETWORK SURVEY VEHICLE AND FWD TESTING


Table of contents

Contents Page Nos.

SECTION 1 ROAD INVENTORY DATA 140

1.1. Location Reference Post (LRP) Master 143

1.2. Carriageway Type 144

1.3. Road Type 145

1.4. Pavement Type 146

1.5. Pavement Width 147

1.6. Shoulder Type 148

1.7. Shoulder Width 149

1.8. Topography 151

1.9. Cross Section 151

1.10. Drain Type 153

1.11. Median Opening 154

1.12. Right Of Way 155

1.13. Pavement composition 156

1.14. Carriageway Furniture 159

1.15. Wayside Amenities 160

1.16. Land Use 161

SECTION 2 ROAD CONDITION DATA 163

2.1. Visual condition 163

2.2. Roughness 167

2.3. Rutting 169

2.4. Texture Depth 170

2.5. Skid Resistance 171

2.6. Falling Weight Deflectometer (FWD) 173

2.7. Falling Weight Deflectometer (FWD) Rigid 177


Annexure V: OUTPUT FORMAT FROM NETWORK SURVEY VEHICLE AND FWD TESTING
(SECTION 1: TESTING WITHIN 1 MONTH OF APPOINTMENT, SECTION 2: FWD ATTRIBUTES -
ANNUALLY, BALANCE PARAMETERS –BIANNUALLY)
In addition to the reports being submitted on equipment based inspection as specified in Section
4.2 of the Monthly Progress Report in the O&M phase, the Independent Engineer (IE) shall submit
electronically in excel (.xls) format certain key parameters to the Project Director in the following
format.
Worksheets under Section 1 (‘Road inventory data’) shall be updated from surveys conducted only
once within 30 days of appointed date of the Independent Engineer. Worksheets under Section 2
(‘Road condition data’) shall be updated from surveys carried out annually for FWD attributes and
biannually for the remaining attributes.
The fields to be updated in each of the worksheets are described below. Each description is followed
by an example of data for a sample project.

SECTION 1 - ROAD INVENTORY DATA


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

1.1 Location Reference Post (LRP) Master


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

Field Description Example


NH Number New National Highway number NH0065

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

Chainage Chainage of the survey point (in km) 17

Direction Direction of survey Increasing


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

Longitude Longitude of survey point 78.02671


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

OldNHNumber Old National Highway number NH0065

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


of section Vijayawada)

A sample output is shown below for reference

NH Surve Old Sectio


LRP Name Chainag Direction Latitud Longitud Altitude
Number y NH n
e e e
Date Numb Code
er
23-
NH0xxx Road Start 1.230 Increasing 9.9889 78.02671 63.07767 12- NH0yyy ABC-DEF
7 15
23-
NH0xxx Km Stone 8.000 Increasing 9.9844 78.02934 68.60126 12- NH0yyy ABC-DEF
8 4 15
23-
NH0xxx Km Stone 8.030 Increasing 9.9834 78.03004 68.15520 12- NH0yyy ABC-DEF
8 1 15
23-
NH0xxx Km Stone 9.008 Increasing 9.9810 78.03078 65.17153 12- NH0yyy ABC-DEF
7 15
23-
NH0xxx Km Stone 12.012 Increasing 9.9632 78.04160 56.03436 12- NH0yyy ABC-DEF
8 15
NH0xxx Km Stone 17.085 Increasing 9.9538 78.05255 56.24748 23-12-15 NH0yyy ABC-DEF
17 5

1.2 Carriageway Type


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)

StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500


Type of carriageway, classified into one of Divided
the below categories:
CarriagewayType
Divided
Undivided

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


Field Description Example
Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference

Start End Carriagew Date


NHNumb Section Latitude Longitude
Chainag Chainage ay of
er
e Type Surve
y
NH00xx ABC-DEF 0.000 0.794 Undivided 06-05-17 9.98897 78.02671

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

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

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

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

NH00xx ABC-DEF 6.666 12.906 Undivided 06-05-17 9.95385 78.05255

1.3 Road Type


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)

StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Classification of road on basis of number of Four Lane


lanes
Single Lane
RoadType Two Lane
Intermediate Lane
Four Lane
Six Lane
Field Description Example
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Start End Date


NHNumber Section RoadType Latitude Longitude
Chainage Chainag of
e Surve
y
NH00xx ABC-DEF 0.000 0.794 Two Lane 06-05-17 9.98897 78.02671

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

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

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

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

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

1.4 Pavement Type


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)

StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Direction Increasing (chainage) Decreasing
(chainage)
Classification of pavement based on type of Asphalt
PavementType surface:
Asphalt
Field Description Example
Cement concrete
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Start End Paveme Date


NHNumber Section Direction Latitude Longitude
Chainage Chainage nt of
Type Surve
y
NH00xx ABC-DEF 0.000 0.804 Both Asphalt 06-05-17 9.98897 78.02671

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

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

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

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

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

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

1.5 Pavement Width


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)

StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Direction Increasing (chainage)
Decreasing (chainage)
Field Description Example
Width of the pavement in metres, classified >7m and <10.5m
into one of the below categories
>= 3.75m and < 5.5m
PavementWidth >5.5m and < 7m
>= 7m and < 10.5m
>=10.5m and <=12.5m
> 12.5m
Width of the pavement in metres, rounded 7.0
PavementWidthValue
to two places after decimal

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Paveme
Section Start End Paveme Surve
NH Directio nt Latitude Longitude
Number Code Chainage Chainag n nt
Width
y
e Width Date
Value
06-05-
NH00xx ABC-DEF 0.000 0.794 Both 7 – 10.5 m 7.00 17 9.98897 78.02671
06-05-
NH00xx ABC-DEF 0.794 1.000 Both 7 – 10.5 m 7.00 17 9.98444 78.02934
06-05-
NH00xx ABC-DEF 1.000 2.810 Both 7 – 10.5 m 7.00 17 9.98341 78.03004
06-05-
NH00xx ABC-DEF 2.810 4.335 Both 7 – 10.5 m 7.00 17 9.98107 78.03078
06-05-
NH00xx ABC-DEF 4.335 6.666 Both 7 – 10.5 m 7.00 17 9.96328 78.04160

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

1.6 Shoulder Type


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

Field Description Example


NHNumber New National Highway number NH0065
Code indicating starting and ending HYD-VIJ (Hyderabad-
SectionCode
locations of section Vijayawada)
Field Description Example
StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Increasing (chainage) Decreasing
Direction
(chainage)
Type of shoulder, classified into one of Gravel
the below categories:
None
Paved
Gravel
ShoulderType Earth

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Section Start End Directio ShoulderTy Survey Latitud Longitud


Number Code Chainage Chainage n pe Date e e
NH00xx ABC-DEF 0.000 0.763 Increasi No Shoulder 09-01-16 9.9889 78.02671
ng 7
NH00xx ABC-DEF 0.763 0.834 Increasi Gravel 09-01-16 9.9844 78.02934
ng 4
NH00xx ABC-DEF 0.834 1.254 Increasi Gravel 09-01-16 9.9834 78.03004
ng 1
NH00xx ABC-DEF 1.254 2.945 Increasi Gravel 05-01-16 9.9810 78.03078
ng 7
NH00xx ABC-DEF 2.945 4.327 Increasi Gravel 05-01-16 9.9632 78.04160
ng 8
NH00xx ABC-DEF 4.327 4.405 Increasi Gravel 05-01-16 9.9538 78.05255
ng 5
NH00xx ABC-DEF 4.405 6.844 Increasi Gravel 05-01-16 9.9310 78.05648
ng 2
NH00xx ABC-DEF 6.844 9.359 Increasi Gravel 05-01-16 9.9122 78.04961
ng 9
NH00xx ABC-DEF 9.359 12.966 Increasi Gravel 05-01-16 9.8904 78.03458
ng 1

1.7 Shoulder Width


The following table lists the fields for the ‘Shoulder Width’ attribute, which need to be
populated. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode locations of section Vijayawada)

StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Increasing (chainage) Decreasing
Direction
(chainage)
Width of the shoulder in metres, classified < 1m
into one of the below categories
No shoulder
< 1m
>= 1m and <= 2m
ShoulderWidth > 2m
Width of the shoulder in metres, rounded to 0.5
ShoulderWidthValue one place after decimal

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Should
Section Start End Shoulder Surve
NH Number Direction er Latitude Longitude
Code Chainag Chainage Width y
Width
e Date
Value
No
NH0xxx ABC-DEF 0.000 0.785 Increasin 0.0 03-01- 9.98897 78.02671
Should
g 16
er
No
NH0xxx ABC-DEF 0.785 2.612 Increasin 0.0 03-01- 9.98444 78.02934
Should
g 16
er
03-01-
NH0xxx ABC-DEF 2.612 3.170 Increasin 1-2m 2.0 16 9.98341 78.03004
g
03-01-
NH0xxx ABC-DEF 3.170 5.194 Increasin 1-2m 2.0 16 9.98107 78.03078
g
03-01-
NH0xxx ABC-DEF 5.194 6.793 Increasin 1-2m 2.0 16 9.96328 78.04160
g
NH0xxx ABC-DEF 6.793 11.404 Increasin 1-2m 2.0 03-01- 9.95385 78.05255
g 16
1.8 Topography
The following table lists the fields which need to be populated for the ‘Topography’ attribute. The
descriptions of the fields are given below.

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode locations of section Vijayawada)

StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Topography of the road, classified into Flat


one of the below categories
Flat
Rolling
Topography Hilly

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End Surve


NH Number Topography Latitude Longitude
Code Chainage Chainage y
Date
NH0xxx ABC-DEF 0.000 0.808 Flat 05-01-16 9.98897 78.02671

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

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

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

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

NH0xxx ABC-DEF 6.724 12.933 Flat 05-01-16 9.95385 78.05255

1.9 Cross Section


The following table lists the fields which need to be populated for the ‘Cross Section’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode locations of section Vijayawada)

StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Increasing (chainage) Decreasing
Direction
(chainage)
Cross section type, classified into one of the Fill
below categories
Cut
Fill
Cut and Fill
CrossSection Level

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End


NH Number Directio Cross Survey Date Latitude Longitude
Code Chainag Chainag
n Section
e e
NH0xxx ABC-DEF 0.000 0.822 Increasin Level 03-01-16 9.98897 78.02671
g
NH0xxx ABC-DEF 0.822 2.642 Increasin Level 03-01-16 9.98444 78.02934
g
NH0xxx ABC-DEF 2.642 3.199 Increasin Level 03-01-16 9.98341 78.03004
g
NH0xxx ABC-DEF 3.199 5.360 Increasin Level 03-01-16 9.98107 78.03078
g
NH0xxx ABC-DEF 5.360 5.715 Increasin Fill 03-01-16 9.96328 78.04160
g
NH0xxx ABC-DEF 5.715 6.941 Increasin Level 03-01-16 9.95385 78.05255
g
NH0xxx ABC-DEF 6.941 11.163 Increasin Level 03-01-16 9.93102 78.05648
g
1.10 Drain Type
The following table lists the fields which need to be populated for the ‘Drain Type’ attribute. The
descriptions of the fields are given below.

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode locations of section Vijayawada)

StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Increasing (chainage) Decreasing
Direction
(chainage)
Type of drain, classified into one of the Open lined drain
below categories
Open unlined drain
Open lined drain
Covered line drain No
DrainType drain

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NHNumber StartChaina EndChaina Direction DrainType SurveyDat Latitud Longitud


SectionCode ge ge e e e
Open
NH0xxx ABC-DEF 0.000 0.069 Increasin 09-01-16 9.98897 78.02671
Unlined
g
Drain
Open Lined
NH0xxx ABC-DEF 0.069 0.782 Increasin 09-01-16 9.98444 78.02934
Drain
g

NH0xxx ABC-DEF 0.288 0.000 Decreasin Open 09-01-16 9.98341 78.03004


g Unlined
Drain
Open
NH0xxx ABC-DEF 0.782 0.846 Increasin 09-01-16 9.98107 78.03078
Unlined
g
Drain
NHNumber StartChaina EndChaina Direction DrainType SurveyDat Latitud Longitud
SectionCode ge ge e e e
Open
NH0xxx ABC-DEF 0.846 1.254 Increasin 09-01-16 9.96328 78.04160
Unlined
g
Drain
Open
NH0xxx ABC-DEF 1.254 2.265 Increasin 05-01-16 9.95385 78.05255
Unlined
g
Drain

NH0xxx ABC-DEF 1.929 0.288 Decreasi Open 09-01-16 9.93102 78.05648


ng Unlined
Drain
NH0xxx ABC-DEF 1.952 1.929 Decreasi No Drain 09-01-16 9.91229 78.04961
ng
Open
NH0xxx ABC-DEF 2.265 3.005 Increasin 05-01-16 9.89041 78.03458
Unlined
g
Drain

NH0xxx ABC-DEF 2.680 1.952 Decreasi Open 09-01-16 9.88489 78.02995


ng Unlined
Drain
Open
NH0xxx ABC-DEF 3.005 4.424 Increasin 05-01-16 9.87474 78.02828
Unlined
g
Drain

NH0xxx ABC-DEF 3.109 2.680 Decreasi Open 09-01-16 9.87363 78.02744


ng Unlined
Drain

NH0xxx ABC-DEF 3.320 3.109 Decreasi Covered 09-01-16 9.84857 78.01535


ng Line
Drain

NH0xxx ABC-DEF 3.917 3.320 Decreasi Open 09-01-16 9.83764 78.00392


ng Unlined
Drain
Open
NH0xxx ABC-DEF 4.424 4.601 Increasin 05-01-16 9.83711 77.98576
Unlined
g
Drain
Open
NH0xxx ABC-DEF 4.601 5.693 Increasin 05-01-16 9.83386 77.97729
Unlined
g
Drain

1.11 Median Opening


The following table lists the fields which need to be populated for the ‘Median Opening’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


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

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Increasing (chainage) Decreasing
Direction
(chainage)
Type of median, classified into one of the Raised
below categories
Raised;
Depressed;
Barrier;
MedianType None.

Width of the median in metres, rounded to 0.5


MedianWidth one place after decimal

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Sectio Start End Media Media Surve


n NHNumber Chainag Chainag Directio n n y Latitud Longitud
Code e e n Type Widt Date e e
h
NH00xx ABC-DEF 0.000 0.794 Both Raised 0.5 05-01-16 9.9889 78.02671
7
NH00xx ABC-DEF 0.794 1.000 Both Raised 0.5 05-01-16 9.9844 78.02934
4
NH00xx ABC-DEF 1.000 2.810 Both No 0.0 05-01-16 9.9834 78.03004
Median 1
NH00xx ABC-DEF 2.810 4.335 Both Raised 1.5 05-01-16 9.9810 78.03078
7
NH00xx ABC-DEF 4.335 6.666 Both No 0.0 05-01-16 9.9632 78.04160
Median 8
NH00xx ABC-DEF 6.666 12.906 Both No 0.0 05-01-16 9.9538 78.05255
Median 5

1.12 Right Of Way


The following table lists the fields which need to be populated for the ‘Right of Way’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Field Description Example
Code indicating starting and ending HYD-VIJ (Hyderabad-
SectionCode locations of section Vijayawada)

StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


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

Remarks

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End ROW Surve


NHNumber
Code Directio Remark Latitud Longitud
Chainage Chainage Width y
n s e e
Date
NH0xxx ABC-DEF 0.000 1.000 Increasin 28 05-05-15 9.98897 78.02671
g
NH0xxx ABC-DEF 1.000 2.000 Increasin 24 05-05-15 9.98444 78.02934
g
NH0xxx ABC-DEF 2.000 3.000 Increasin 30 05-05-15 9.98341 78.03004
g
NH0xxx ABC-DEF 3.000 4.000 Increasin 26 05-05-15 9.98107 78.03078
g
NH0xxx ABC-DEF 4.000 11.000 Increasin 24 05-05-15 9.96328 78.04160
g

1.13 Pavement composition


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

Field Description Example


NHNumber New National Highway number NH0065
Code indicating starting and ending HYD-VIJ (Hyderabad-
SectionCode
locations of section Vijayawada)

StartChainage Chainage of the start point (in km) 0.500


Field Description Example
EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Direction Increasing (chainage) Decreasing
(chainage)
Type of pavement Asphalt
PavementType Asphalt
Cement concrete
BC
BituminousSurfaceC Type of bituminous surface course
ourseType
40
BituminousSurfaceC Thickness of BSC layer in mm
ourse ThicknessMM

BSCConstructionYea r Year of construction of BSC layer in flexible 2015


pavements

Bituminous DBM
Type of bituminous base course
BaseCourseType

Bituminous 100
BaseCourseThick— Thickness of BBC layer in mm
ness

BBCConstruction Year of construction of BBC layer in 2015


Year flexible pavements

GranularBaseType Type of granular base WMM

250
GranularBaseThick- Thickness of GB layer in mm
ness

GBConstruction Year Year of construction of GB layer in flexible 2015


pavements

PavementQuality PQC
Type of pavement quality concrete
ConcreteType

PavementQuality 300
Thickness of PQC layer in mm
ConcreteThickness

PQCConstruction Year of construction of PQC layer in rigid 2015


Year pavements

DryLeanConcrete 100
Thickness of DLC layer in mm
ThicknessMM
Field Description Example
DryLeanConcrete DLC
Type of dry lean concrete
Type

DLCConstruction Year of construction of DLC layer in rigid 2015


Year pavements

GranularSubBase GSB
Type of granular sub base
Type

GranularSubBase 200
Thickness of GSB layer in mm
Thickness

GSBConstruction 2014
Year of construction of GSB layer
Year

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

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Bitumi
Bitumin BSC nou s Bitumin
Se Sta End Pave Bitumin ous ous BBC Gran Granul
Dire men t ous Constr Base
NH c- rt Cha Type Surfa uc Base Constr ula r ar
c- Course
No. Surfa ce -tion Cour
tio Cha in tio ce uc- Base Base
Cour Type se
n Cour Year
se
n in age se Thickne tion Type Thickn
Type Thickne ss
Co age ss Year ess

de

NH00 ABC 0.0 5.0 Both Asphal BC 40.0 2015 DBM 100 2015 WMM 250
xx - side t
DE
F
ABC Both
NH00 - 5.0 11.0 side Asphal BC 40.0 2015 DBM 80 2015 WMM 250
xx DE t
F
ABC Both
NH00 - 11.0 20.0 side Asphal SDBC 25.0 2015 BM 115 2015 WMM 250
xx DE t
F

ABC Both
NH00 - 20.0 22.0 side Asphal BC 40.0 2015 DBM 100 2015 WMM 250
xx DE t
F

NH00 ABC 22.0 30.0 Both Asphal SDBC 25.0 2015 BM 115 2015 WMM 250
xx - side t
DE
F
ABC Both
NH00 - 30.0 31.0 side Asphal BC 40.0 2015 DBM 100 2015 WMM 250
xx DE t
F
(table continued…)
GB Pavem Pavem PQC DLC
ent ent Dry Dry Granul Granul GSB Lat
Const Const Lean Lean Const ar ar Desi Surv it Longi
Constr
ru Qualit Qualit ru ru gn ey u tu
Concr Concr SubB SubBas uct ion
ction y y ction ction CB Dat de de
ete ete ase e Year
Year Concr Concre Year Year R e
Thickn Type Type Thickn
ete te
ess ess
Type Thickn
ess
2015 NA NA NA NA NA NA GSB 300 2015 5% 05-05- 9.9 78.03
15 9
2015 NA NA NA NA NA NA GSB 300 2015 5% 05-05- 9.9 78.03
15 8
2015 NA NA NA NA NA NA GSB 300 2015 5% 05-05- 9.9 78.03
15 8
2015 NA NA NA NA NA NA GSB 300 2015 5% 05-05- 9.9 78.03
15 8
2015 NA NA NA NA NA NA GSB 300 2015 5% 05-05- 9.9 78.04
15 6
2015 NA NA NA NA NA NA GSB 300 2015 5% 05-05- 9.9 78.05
15 5

1.14 Carriageway Furniture


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)

Chainage Chainage of the point (in km) 0.500

Direction of survey Increasing


Direction Increasing (chainage) Decreasing
(chainage)
Wayside amenities classified into one of Road sign
the below categories:
Wayside Amenity Crash barriers
Type Signs
Street Lights
Km stone
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671


A sample output is shown below for reference:

NHNumber SectionCode Chainag Direction EventType SurveyDate Latitude Longitude


e
Street
NH00xx ABC-DEF 0.012 Increasing 03-01-16 9.98897 78.02671
Light
Start
Street
NH00xx ABC-DEF 0.287 Increasing 03-01-16 9.98444 78.02934
Light
End
NH00xx ABC-DEF 2.491 Decreasin Road Sign 03-01-16 9.98341 78.03004
g
NH00xx ABC-DEF 2.708 Decreasin Road Sign 03-01-16 9.98107 78.03078
g
NH00xx ABC-DEF 3.496 Increasing Road Sign 03-01-16 9.96328 78.04160

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

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


g
NH00xx ABC-DEF 8.402 Decreasin Road Sign 03-01-16 9.91229 78.04961
g
NH00xx ABC-DEF 10.966 Decreasin Road Sign 03-01-16 9.89041 78.03458
g

1.15 Wayside Amenities


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)

Chainage Chainage of the point (in km) 0.500

Direction of survey Increasing


Direction Increasing (chainage) Decreasing
(chainage)
Wayside amenities classified into one of Restaurant/Motel
the below categories:
Bus shelter; Culverts;
Wayside Amenity Restaurant/Motel;
Toilet/Public convenience;
Rest Rooms for short stay;
Field Description Example
Toll Plaza;
First aid/Medical centre; Telephone
booth;
Petrol pump/minor repair shop
(optional);
Police Station;
Temple /Mosque;
Bridges.

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

Data Source

Remarks

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Sectio Surve Data


Chainage Direction Wayside Remark Latitud Longitud
Number n y Sourc
Amenity s e e
Code Date e
NH00xx ABC- 0.650 Increasing Restaurant/Mot 05-01- 9.98897 78.02671
DEF el 16
NH00xx ABC- 1.998 Increasing Restaurant/Mot 05-01- 9.98444 78.02934
DEF el 16
NH00xx ABC- 5.524 Increasing Petrol Pump 05-01- 9.98341 78.03004
DEF 16
NH00xx ABC- 11.413 Increasing Restaurant/Mot 05-01- 9.98107 78.03078
DEF el 16

1.16 Land Use


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
Field Description Example
EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Direction Increasing (chainage) Decreasing
(chainage)
Land use classified into one of the below Commercial
categories:
Residential;
Commercial;
LandUse
Industrial;
Agricultural;
Water bodies;
Mixed.

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NHNumbe SectionCod StartChaina EndChainag Direction LandUse SurveyDat Latitud Longitud


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

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


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

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


g
NH00xx ABC-DEF 0.987 0.835 Decreasin Mixed 03-01-16 9.96328 78.04160
g
NH00xx ABC-DEF 1.641 0.987 Decreasin Agricultur 03-01-16 9.95385 78.05255
g e
Barre
NH00xx ABC-DEF 2.081 1.641 Decreasin 03-01-16 9.93102 78.05648
n
g
Land
NH00xx ABC-DEF 2.378 2.081 Decreasin Agricultur 03-01-16 9.91229 78.04961
g e
NH00xx ABC-DEF 2.458 2.378 Decreasin Agricultur 03-01-16 9.89041 78.03458
g e

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


e
SECTION 2 - ROAD CONDITION DATA
Road condition data consists of parameters which directly affect maintenance requirements of the
road. These parameters are dynamic in nature, and therefore a survey to update this dataset shall
be conducted annually for FWD testing and every six months as per Annexure IV for network survey
vehicle testing. The first survey shall be conducted within 30 days of appointment of the
Independent Engineer and the remaining surveys shall be conducted as per the defined frequency.

As an example, if majority of highway length (>50%) passes through a state, where


st
defined survey months are May and November, if appointed date is on 1 March, then
the first network survey shall be conducted in the month of March within 30 days of appointment
and this shall be considered as the network survey to be conducted in
nd
the month of May. The 2 survey shall be conducted in the month of November, the
rd
3 survey shall be conducted in the month of May and so on. As regards FWD, the
first test/survey shall be conducted in the month of March within 30 days of
nd
appointment. The 2 test/survey shall be conducted in March of next year and so on.
The road condition data shall be used to update specific worksheets, which are listed below.

2.1 Visual condition


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)

StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Direction Increasing (chainage) Decreasing
(chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 L1
st
being 1 lane on the left from centreline of
LaneNumber nd
carriageway, L2 being 2
lane on the left from centerline and so on
Field Description Example
Percent of pavement area affected by 2
ravelling, which is converted to the following
rating scale:
1 - Very Poor (> 30%)
Ravelling 2 - Poor (11-30%)
3 - Fair (6-10%)
4 - Good (1-5%)
5 - Very Good (0%)

No. of potholes, which is converted to the 1


following rating scale:
1 - Very Poor (> 5)
PotHoles 2 - Poor (3-5)
3- Fair (2)
4- Good (1)
5- Very Good (0)
Pavement area containing edge breaks, 3
which is converted to the following rating
scale:
2
1 - Very Poor (> 5m )
2
EdgeBreak 2 - Poor (1-5m )
2
3 - Fair (0.5-1m )
2
4 - Good (0-0.5m )
2
5 - Very Good (0m )
Percent of pavement area affected by 3
cracking, which is converted to the following
rating scale:
1 - Very Poor (> 30%)
Cracking 2 - Poor (21-30%)
3 - Fair (11-20%)
4 - Good (5-10%)
5 - Very Good (<5%)

Percent of pavement area affected by 2


disintegration, which is converted to the
following rating scale:
1 - Very Poor (> 50%)
Disintegration 2 - Poor (20-50%)
3 - Fair (10-20%)
4 - Good (1-10%)
5 - Very Good (<1%)
Field Description Example
Percent of pavement area affected by 5
depression, which is converted to the
following rating scale:
1 - Very Poor (> 5%)
Depression 2 - Poor (3-5%)
3 - Fair (1-2%)
4 - Good (0-1%)
5 - Very Good (0)

Percent of pavement area affected by 3


bleeding, which is converted to the following
rating scale:
1 - Very Poor (> 50%)
Bleeding 2 - Poor (20-50%)
3 - Fair (10-20%)
4 - Good (1-10%)
5 - Very Good (<1%)

Percent of pavement area affected by 4


patching, which is converted to the following
rating scale:
1 - Very Poor (> 30%)
Patching 2 - Poor (16-30%)
3 - Fair (6-15%)
4 - Good (2-5%)
5 - Very Good (<2%)

Condition of the drain, which is converted to 2


the following rating scale:
DrainCondition 1- Poor
2- Fair
3- Good
Condition of the shoulder, which is converted Fair
to the following rating scale:
ShoulderCondition 1- Poor
2- Fair
3- Good

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671


A sample output is shown below for reference:

Start End Lane


NHNumbe Section Chainag Chainag Directio Numb Ravellin PotHoles EdgeBreak Cracking
r e e n er g

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


g
NH00xx ABC-DEF 0.500 1.000 Increasin L1 4 4 4 5
g
NH00xx ABC-DEF 1.000 1.500 Increasin L1 5 5 4 5
g
NH00xx ABC-DEF 1.500 2.000 Increasin L1 5 5 5 5
g
NH00xx ABC-DEF 2.000 2.500 Increasin L1 5 5 5 5
g
NH00xx ABC-DEF 2.500 3.000 Increasin L1 5 5 4 5
g
NH00xx ABC-DEF 3.000 3.500 Increasin L1 5 5 4 5
g
NH00xx ABC-DEF 3.500 4.000 Increasin L1 5 4 3 5
g
NH00xx ABC-DEF 4.000 4.500 Increasin L1 4 4 4 5
g
NH00xx ABC-DEF 4.500 5.000 Increasin L1 5 5 4 5
g
NH00xx ABC-DEF 5.000 5.500 Increasin L1 5 5 4 5
g
NH00xx ABC-DEF 5.500 6.000 Increasin L1 5 5 4 5
g
NH00xx ABC-DEF 6.000 6.500 Increasin L1 5 5 4 5
g
NH00xx ABC-DEF 6.500 7.000 Increasin L1 5 5 4 5
g
NH00xx ABC-DEF 7.000 7.500 Increasin L1 5 5 5 5
g
NH00xx ABC-DEF 7.500 8.000 Increasin L1 5 5 4 5
g
NH00xx ABC-DEF 8.000 8.500 Increasin L1 5 5 4 5
g
NH00xx ABC-DEF 8.500 9.000 Increasin L1 5 5 4 5
g
NH00xx ABC-DEF 9.000 9.500 Increasin L1 5 5 4 5
g
NH00xx ABC-DEF 9.500 10.000 Increasin L1 5 5 3 5
g
(table continued…)
Drain Date
Disintegratio Depressio Bleeding Patching Conditio ShoulderConditi of Latitude Longitud
n n n on Surve e
y
4 4 4 4 2 2 06-05- 9.98897 78.02671
17
4 4 4 4 2 2 06-05- 9.98444 78.02934
17
5 5 5 4 2 2 06-05- 9.98341 78.03004
17
5 5 5 5 2 2 06-05- 9.98107 78.03078
17
5 5 5 5 2 2 06-05- 9.96328 78.04160
17
5 5 5 5 2 2 06-05- 9.95385 78.05255
17
5 5 5 5 2 3 06-05- 9.93102 78.05648
17
4 4 4 4 2 3 06-05- 9.91229 78.04961
17
4 4 4 4 2 2 06-05- 9.89041 78.03458
17
5 5 5 5 2 2 06-05- 9.88489 78.02995
17
5 5 5 5 2 2 06-05- 9.87474 78.02828
17
5 5 5 5 2 2 06-05- 9.87363 78.02744
17
5 5 5 5 2 2 06-05- 9.84857 78.01535
17
5 5 5 5 2 2 06-05- 9.83764 78.00392
17
5 5 5 5 2 2 06-05- 9.83711 77.98576
17
5 5 5 5 1 2 06-05- 9.83386 77.97729
17
5 5 5 5 2 2 06-05- 9.81804 77.97875
17
5 5 5 5 2 2 06-05- 9.77426 77.98129
17
5 4 4 4 2 2 06-05- 9.73071 77.97999
17
5 5 5 3 2 2 06-05- 9.68686 77.97017
17
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 HYD-VIJ (Hyderabad-


SectionCode
locations of section Vijayawada)

StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Direction Increasing (chainage) Decreasing
(chainage)
LwpIri International roughness index (IRI) of left 2.33
wheel path measured from laser profilometer

RwpIri International roughness index (IRI) of right 1.97


wheel path measured from laser
profilometer

LaneIri Average of the International roughness 2.15


index (IRI) of left and right wheel
paths

Speed Speed of vehicle in km/h 42

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


YYYY>

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Secti Start End Lane LaneIri Speed


Directio LwpIri RwpIr Survey Latitu Longitu
Numbe on Chaina Chaina Numb
n i Date de de
r Cod ge ge er
e
NH00xx ABC- 0.0 0.1 Increasi L1 3.31 5.16 4.24 20 06-05- 9.9889 78.026
DEF ng 17 7 71
NH00xx ABC- 0.1 0.2 Increasi L1 2.81 3.54 3.18 37 06-05- 9.9844 78.029
DEF ng 17 4 34
NH00xx ABC- 0.2 0.3 Increasi L1 2.31 1.92 2.12 42 06-05- 9.9834 78.030
DEF ng 17 1 04
NH00xx ABC- 0.3 0.4 Increasi L1 2.17 2.37 2.27 46 06-05- 9.9810 78.030
DEF ng 17 7 78
NH00xx ABC- 0.4 0.5 Increasi L1 2.11 1.72 1.92 42 06-05- 9.9632 78.041
DEF ng 17 8 60
NH00xx ABC- 0.5 0.6 Increasi L1 2.33 1.97 2.15 49 06-05- 9.9538 78.052
DEF ng 17 5 55
NH00xx ABC- 0.6 0.7 Increasi L1 2.37 2.00 2.19 42 06-05- 9.9310 78.056
DEF ng 17 2 48
NH Secti Start End Lane Survey
Numb on Chaina Chaina Direction LwpIri RwpIr LaneIr Speed Latitu Longitu
er Cod ge ge Number i i Dat de de
e e

NH00x ABC- 0.7 0.8 Increasi L1 2.15 2.17 2.16 33 06-05- 9.9122 78.049
x DEF ng 17 9 61
NH00x ABC- 0.8 0.9 Increasi L1 2.45 2.05 2.25 32 06-05- 9.8904 78.034
x DEF ng 17 1 58
NH00x ABC- 0.9 1.0 Increasi L1 2.18 2.51 2.35 48 06-05- 9.8848 78.029
x DEF ng 17 9 95

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 HYD-VIJ (Hyderabad-


SectionCode
of section Vijayawada)

StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Direction Increasing (chainage) Decreasing
(chainage)
Number of the lane: L1, L2, R1, R2, etc., L1
st
LaneNumber L1 being 1 lane on the left from
nd
centreline of carriageway, L2 being 2
lane on the left from centerline and so on
RuttingLeft Rut depth in mm, measured from left 20
wheel path

RuttingRight Rut depth in mm, measured from left 18


wheel path

RuttingAvg Average rut depth measured from left and 19


right wheel paths

Speed Speed of vehicle in km/h 42

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


YYYY>

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


NH Secti Start End Lane Rutti Rutting Rutting
Numb on Chaina Chainage Numb ng Survey Right Avg Latitu Longitu
er Cod ge Direction er Left Speed Date de de
e
NH00x ABC- 0.0 0.5 Increasi L1 15 14 15 20 06-05- 9.9889 78.026
x DEF ng 17 7 71
NH00x ABC- 0.5 1.0 Increasi L1 20 18 19 37 06-05- 9.9844 78.029
x DEF ng 17 4 34
NH00x ABC- 1.0 1.5 Increasi L1 10 8 9 42 06-05- 9.9834 78.030
x DEF ng 17 1 04
NH00x ABC- 1.5 2.0 Increasi L1 5 6 6 46 06-05- 9.9810 78.030
x DEF ng 17 7 78
NH00x ABC- 2.0 2.5 Increasi L1 10 10 10 42 06-05- 9.9632 78.041
x DEF ng 17 8 60
NH00x ABC- 2.5 3.0 Increasi L1 7 5 6 49 06-05- 9.9538 78.052
x DEF ng 17 5 55
NH00x ABC- 3.0 3.5 Increasi L1 20 18 19 42 06-05- 9.9310 78.056
x DEF ng 17 2 48
NH00x ABC- 3.5 4.5 Increasi L1 5 5 5 33 06-05- 9.9122 78.049
x DEF ng 17 9 61
NH00x ABC- 4.5 5.0 Increasi L1 5 5 5 32 06-05- 9.8904 78.034
x DEF ng 17 1 58

2.4 Texture Depth


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

Field Description Example


NHNumber New National Highway number NH0065

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


SectionCode
of section Vijayawada)

StartChainage Chainage of the start point (in km) 0.500

EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


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

TextureRight Texture depth of pavement in mm, 0.30


measured from left wheel path
Field Description Example
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- 06-05-17


YYYY>

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Section Start End Lane Texture Texture Texture Survey


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

NH00x ABC-DEF 0.0 0.5 Increasing L1 0.40 0.30 0.35 20 06-05-17 78.026
x 9.98897 71
NH00x ABC-DEF 0.5 1.0 Increasing L1 0.60 0.50 0.55 37 06-05-17 78.029
x 9.98444 34
NH00x ABC-DEF 1.0 1.5 Increasing L1 0.80 0.90 0.85 42 06-05-17 78.030
x 9.98341 04
NH00x ABC-DEF 1.5 2.0 Increasing L1 0.40 0.40 0.4 46 06-05-17 78.030
x 9.98107 78
NH00x ABC-DEF 2.0 2.5 Increasing L1 0.30 0.30 0.3 42 06-05-17 78.041
x 9.96328 60
NH00x ABC-DEF 2.5 3.0 Increasing L1 0.70 0.60 0.65 49 06-05-17 78.052
x 9.95385 55
NH00x ABC-DEF 3.0 3.5 Increasing L1 0.40 0.50 0.45 42 06-05-17 78.056
x 9.93102 48
NH00x ABC-DEF 3.5 4.5 Increasing L1 0.90 0.80 0.85 33 06-05-17 78.049
x 9.91229 61
NH00x ABC-DEF 4.5 5.0 Increasing L1 0.40 0.30 0.35 32 06-05-17 78.034
x 9.89041 58

2.5 Skid Resistance


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

Field Description Example


NHNumber New National Highway number NH0065

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


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

EndChainage Chainage of the end point (in km) 1.500


Field Description Example
Direction of survey Increasing
Direction Increasing (chainage) Decreasing
(chainage)
Number of the lane: L1, L2, R1, R2, etc., L1
st
LaneNumber L1 being 1 lane on the left from
nd
centreline of carriageway, L2 being 2
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 24.5


and right wheel paths

Speed Speed of vehicle in km/h 42

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


YYYY>

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Secti Start End Lane Ski Ski Skid Spe Surv Latit
Directio e ud Longitu
Numbe on Chaina Chaina Numb d d Averag ey
n d e de
r Cod ge ge er Lef Rig e Dat
e t ht e
NH00x ABC- 0.0 0.5 Increasi L1 25.0 24.0 24.5 20 06-05- 9.988 78.026
x DEF ng 17 97 71
NH00x ABC- 0.5 1.0 Increasi L1 23.0 23.0 23.0 37 06-05- 9.984 78.029
x DEF ng 17 44 34
NH00x ABC- 1.0 1.5 Increasi L1 23.0 24.0 23.5 42 06-05- 9.983 78.030
x DEF ng 17 41 04
NH00x ABC- 1.5 2.0 Increasi L1 22.0 22.0 22.0 46 06-05- 9.981 78.030
x DEF ng 17 07 78
NH00x ABC- 2.0 2.5 Increasi L1 20.0 21.0 20.5 42 06-05- 9.963 78.041
x DEF ng 17 28 60
NH00x ABC- 2.5 3.0 Increasi L1 24.0 24.0 24.0 49 06-05- 9.953 78.052
x DEF ng 17 85 55
NH00x ABC- 3.0 3.5 Increasi L1 28.0 28.0 28.0 42 06-05- 9.931 78.056
x DEF ng 17 02 48
NH00x ABC- 3.5 4.5 Increasi L1 21.0 21.0 21.0 33 06-05- 9.912 78.049
x DEF ng 17 29 61
NH00x ABC- 4.5 5.0 Increasi L1 25.0 24.0 24.5 32 06-05- 9.890 78.034
x DEF ng 17 41 58
2.6 Falling Weight Deflectometer (FWD)
The following table lists the fields which need to be populated for the ‘FWD’ attribute. The
descriptions of the fields are given below.

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending locationsH YD-VIJ (Hyderabad-


SectionCode
of section Vijayawada)

Chainage Chainage of survey point (in km) 0.500

Direction of survey Increasing


Direction Increasing (chainage) Decreasing
(chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 L1
st
LaneNumber being 1 lane on the left from centreline of
nd
carriageway, L2 being 2 lane on the left
from centerline and so on
AirTemperature Air temperature recorded in °C 33

SurfaceTemperature Temperature of the pavement surface,


recorded in °C 39.3
PeakLoad Peak impulse load, measured in kN 45.7
Surface deflection at the test load center,
Deflection0
measured in micron 246

Surface deflection at location 1 from the test


Deflection1
load center, measured in micron 110

Distance of location 1 from the test load


Distance1 center 300

Surface deflection at location 2 from the test


Deflection2
load center, measured in micron 153

Distance of location 2 from the test load


Distance2
center 600

Surface deflection at location 3 from the test


Deflection3
load center, measured in micron 110

Distance of location 3 from the test load


Distance3
center 900

Surface deflection at location 4 from the test


Deflection4
load center, measured in micron 76
Field Description Example
Distance of location 4 from the test load
Distance4
center 1200
Surface deflection at location 5 from the
Deflection5
test load center, measured in micron 59
Distance of location 5 from the test load
Distance5
center 1500
Surface deflection at location 6 from the test
Deflection6
load center, measured in micron 44
Distance of location 6 from the test load
Distance6
center 1800
Surface deflection at location 7 from the test
Deflection7
load center, measured in micron 35
Distance of location 7 from the test load
Distance7
center 2100
Surface deflection at location 8 from the test
Deflection8
load center, measured in micron 28
Distance of location 8 from the test load
Distance8
center 2400

ElasticModulusBitumi Elastic modulus of bituminous layer,


nousE1 backcalculated in MPa 3359

ElasticModulusGranu Elastic modulus of granular layer,


larE2 backcalculated in MPa 396

ElasticModulusSubGr Elastic modulus of subgrade, backcalculated in


adeE3 MPa 90

CorrectedElasticMod Corrected elastic modulus of bituminous layer


ulusBituminousE1 in MPa 3424

CorrectedElasticMod Corrected elastic modulus of granular layer in


ulusGranularE2 MPa 300

CorrectedElasticMod Corrected elastic modulus of subgrade in


ulusSubGradeE3 MPa 69

BituminousLayer Thickness of bituminous layer in mm 105

BaseLayer Thickness of base layer in mm 230

GSBLayer Thickness of GSB layer in mm 200


Subgrade CBR CBR of subgrade 0.08
BituminousLayerCoef Layer coefficient of the bituminous layer
ficientA1 0.36
Field Description Example
BaseLayerCoefficien Layer coefficient of the base layer
tA2 0.17
GranularBaseLayerC Layer coefficient of the GSB layer
oefficientA3 0.17
StructuralNumber Structural number of the pavement 3.86
ModifiedStructuralN Modified structural number including
umber contribution from subgrade 4.85
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Secti Lane Air Surface Locati


Direct Tempera Deflecti
Numb on Chaina io n Numb tur e Temperat PeakLo Deflecti on 1 on Deflecti
er ge ad on0 on2
Cod er ure 1

NH00x AB 0.500 RHS R2 32.6 43.7 45.7 333 188 300 243
x C-
DE
F

NH00x AB 1.000 LHS L1 29.9 32.6 45.4 317 163 300 217
x C-
DE
F

NH00x AB 1.499 RHS R1 33.0 39.3 45.7 246 110 300 153
x C-
DE
F

NH00x AB 2.000 LHS L2 28.7 32.4 46.0 293 130 300 187
x C-
DE
F

NH00x AB 2.500 RHS R2 33.7 45.8 45.3 429 232 300 316
x C-
DE
F

NH00x AB 3.000 LHS L1 29.0 33.0 45.7 343 204 300 252
x C-
DE
F

NH00x AB 3.500 RHS R1 33.5 45.4 44.5 373 194 300 268
x C-
DE
F

NH00x AB 4.010 LHS L2 28.9 33.5 45.0 348 201 300 254
x C-
DE
F

NH00x AB 4.500 RHS R2 33.3 40.3 46.0 393 241 300 301
x C-
DE
F
(table continued…)

Deflecti Deflecti Location Locati Deflecti


Locati Locati Locati Locati Deflection
on 3 Deflecti on 5 Deflecti 7 on on 8
on on on4 on on on6 6 7
2 3 4 5

600 180 900 128 1200 102 1500 75 1800 58 2100 42

600 158 900 104 1200 70 1500 48 1800 38 2100 28

600 110 900 76 1200 59 1500 44 1800 35 2100 28

600 126 900 81 1200 62 1500 44 1800 32 2100 23

600 227 900 152 1200 116 1500 86 1800 71 2100 58

600 196 900 144 1200 117 1500 85 1800 65 2100 48

600 187 900 118 1200 83 1500 47 1800 31 2100 22

600 198 900 135 1200 105 1500 64 1800 42 2100 26

600 231 900 162 1200 123 1500 82 1800 62 2100 46

(table continued…)

Elastic Correcte
Location Elastic Correcte Corrected
Elasti d d Elastic Bitumin Bas GSB Subgra
Modulus Elastic Modulus ous ElasticModulus e Lay de
c Modulus Modulus
Granular SubGradeE3
Granular SubGradeE3 Layer Lay er CBR
8 Modulus E2 Bituminou
Bituminou sE1 E2 er
sE1
2400 6213 185 100 6447 135 78 105 230 200 0.08

2400 5356 195 100 5295 143 78 105 230 200 0.08

2400 3359 396 90 3424 300 69 105 230 200 0.08

2400 4830 226 100 4770 169 78 105 230 200 0.08

2400 4570 137 97 4781 93 75 105 230 200 0.08

2400 8454 135 100 8374 91 78 105 230 200 0.08

2400 4394 165 100 4590 117 78 105 230 200 0.08

2400 7817 139 96 7762 95 74 105 230 200 0.08

2400 7666 123 95 7847 81 73 105 230 200 0.08


(table continued…)

Granular Modifie
Bituminous Base Structura
Base Layer d Survey Latitud Longitu
Layer Layer l Date e de
Coefficient Structu
Coefficient Coefficient Number
A3 ral
A1 A2
Numbe
r
0.45 0.13 0.13 3.68 4.82 01-07-16 9.9889 78.0267
7 1
0.42 0.13 0.13 3.56 4.70 23-06-16 9.9844 78.0293
4 4
0.36 0.17 0.17 3.86 4.85 01-07-16 9.9834 78.0300
1 4
0.41 0.14 0.14 3.65 4.79 23-06-16 9.9810 78.0307
7 8
0.41 0.11 0.11 3.24 4.34 01-07-16 9.9632 78.0416
8 0
0.49 0.11 0.11 3.58 4.72 23-06-16 9.9538 78.0525
5 5
0.40 0.12 0.12 3.34 4.48 01-07-16 9.9310 78.0564
2 8
0.48 0.12 0.12 3.67 4.75 23-06-16 9.9122 78.0496
9 1
0.48 0.11 0.11 3.53 4.59 01-07-16 9.8904 78.0345
1 8

2.7 Falling Weight Deflectometer (FWD) Rigid


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

Field Description Example


NHNumber New National Highway number NH0065

Code indicating starting and ending HYD-VIJ (Hyderabad-


SectionCode locations of section Vijayawada)

Chainage Chainage of the point (in km) 0.500

Direction of survey Increasing


Increasing (chainage) Decreasing
Direction
(chainage)
LaneNumber Number of the lane: L1, L2, R1, R2, etc. L2

AirTemperature Air temperature recorded in °C


30.1
Field Description Example
SurfaceTemperatu Temperature of the pavement surface,
re recorded in °C 39.4

PeakLoad Peak impulse load, measured in kN 103.7


Surface deflection at the test load center,
Deflection1 measured in micron 140

Surface deflection at 300 mm from the


Deflection2 test load center, measured in micron 121

Surface deflection at 600 mm from the


Deflection3 test load center, measured in micron 108

Surface deflection at 900 mm from the


Deflection4 test load center, measured in micron 101

ConcreteSlabThick Thickness of concrete slab, measured in


nessh mm 300

AreaofDeflectionB Area of deflection basin, calculated from


asin 2
measured deflections, in cm 761

RadiusofRelativeSt Radius of relative stiffness, calculated in mm


iffness 823

NormalizedDeflect Normalized deflection at location 1, in mm 3.1


iond1

NormalizedDeflect Normalized deflection at location 2, in 2.9


iond2 mm

NormalizedDeflect Normalized deflection at location 3, in 2.4


iond3 mm

NormalizedDeflect Normalized deflection at location 4, in 1.9


iond4 mm

ModulusofSubgrad Modulus of subgrade reaction, measured in 131


eReactionk MPa/m

ElasticModulusofC Elastic modulus of concrete, calculated in 26118


oncreteEc MPa

CubeStrengthofCo Cube strength of concrete, calculated in MPa 27


ncretefck

Flexuralstrenghtof Flexural strength of concrete, calculated in 3.7


concretefmr MPa
Field Description Example
Date Of Testing Date of testing in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Chain Deflec Concre


Secti - Lan Air Surface Pe tio Deflecti Deflect te Slab
NH Directi
No on on e Tempera Temperat ak Deflection on 3 ion Thickn
Cod No ture ure Loa 4 ess h
e -age . d n
1 2
ABC
NH00 0.0 LHS L2 29.0 34.9 104 167 143 130 119 300
-
xx .1
DEF
ABC
NH00 0.5 RHS R2 30.5 38.1 104 141 130 122 115 300
-
xx .4
DEF
ABC
NH00 1.0 LHS L1 30.0 35.6 105 147 111 100 91 300
-
xx .2
DEF
ABC
NH00 1.5 RHS R1 28.9 38.3 102 140 126 116 107 300
-
xx .4
DEF
ABC
NH00 2.0 LHS L2 30.1 39.4 103 140 121 108 101 300
-
xx .7
DEF
ABC
NH00 2.5 RHS R2 29.0 37.5 104 150 134 126 117 300
-
xx .6
DEF
ABC
NH00 - 3.0 LHS L1 30.6 38.9 102 124 109 104 92 300
xx .7
DEF
ABC
NH00 3.5 RHS R1 29.3 39.1 105 149 136 128 119 300
-
xx .9
DEF
ABC
NH00 4.5 RHS R2 30.3 41.0 104 138 127 121 114 300
-
xx .9
DEF

(Table continued…)
Elastic Cube Flexu
Normalize Modul
Area Radius
of of Normali Normali d Modulus ral Date
us of
Longit
DeflectRelativ zed zed Normali Strength stren Of Latitu ud
Subgra
Test de e
ion eS de
Deflecti Deflecti zed Deflection of of gth of in g
Concr
Basin tiffne on d1 Reacti et
on d2 Deflection Concrete concr
onk
e ete
ss d3 d4 fmr
Ec
fc
k

759 816 3 3 2 2 112 21590 19 3 25- 9.988 78.026


06- 97 71
16

821 1214 3 3 3 2 62 58161 135 8 28- 9.984 78.029


06- 44 34
16
Elasti Cube Flexu
Modulu
Area of Radius Normali Normali Normali Normali c Stren ral Date
s
Deflectof zed zed zed zed of Modul gth stren Of Latitu Longit
ion Relati Deflecti Deflecti Deflecti Deflecti Subgr us of of gth of Test de ude
ade Conc in g
veS on on on on
Basin Concr ret e concr
tiffne d1 d2 d3 d4 Reacti ete Ec fck ete
ss onk fmr

684 580 3 3 2 1 246 12051 6 2 25- 9.983 78.030


06- 41 04
16

796 1014 3 3 3 2 87 39783 63 6 28- 9.981 78.030


06- 07 78
16

761 823 3 3 2 2 131 26118 27 4 25- 9.963 78.041


06- 28 60
16

800 1040 3 3 3 2 79 39908 64 6 28- 9.953 78.052


06- 85 55
16

789 971 3 3 3 2 107 41290 68 6 25- 9.931 78.056


06- 02 48
16

814 1150 3 3 3 2 66 50086 100 7 28- 9.912 78.049


06- 29 61
16

826 1257 3 3 3 2 59 64082 164 9 28- 9.890 78.034


06- 41 58
16
SECTION 7. DRAFT FORM OF CONTRACT

Note: This draft Agreement is a generic document and shall be modified based on particulars of
the DBFOT Project.
CONTRACT FOR CONSULTANT’S SERVICES

Between

(Name of Client)

And

(Name of Consultant)

Dated:

CONTENTS
Page No.

I FORM OF CONTRACT
II GENERAL CONDITIONS OF CONTRACT
1. General Provisions
1.1 Definitions
1.2 Relation between the Parties
1.3 Law Governing Contract
1.4 Language
1.5 Headings
1.6 Notices
1.7 Location
1.8 Authority of Member in Charge
1.9 Authorized Representatives
1.10 Taxes and Duties
2. Commencement, Completion, Modification and Termination of Contract
2.1 Effectiveness of Contract
2.2 Termination of Contract for Failure to Become Effective
2.3 Commencement of Services
2.4 Expiration of Contract
2.5 Entire Agreement
2.6 Modification
2.7 Force Majeure
2.8 Suspension
2.9 Termination
3. Obligation of the Consultants
3.1 General
3.2 Conflict of Interests
3.3 Confidentiality
3.4 Liability of the Consultants
3.5 Insurance to be Taken Out by the Consultants
3.6 Accounting, Inspection and Auditing
3.7 Consultants' Actions Requiring Client's Prior Approval
3.8 Reporting Obligations
3.9 Documents Prepared by the Consultants to Be the Property of the Client
3.10 Equipment and Materials Furnished by the Client
4. Consultants' Personnel and Sub-consultants and or Associates
4.1 General
4.2 Description of Personnel
4.3 Approval of Personnel
4.4 Working Hours, Overtime, Leave, etc. Removal
and/or Replacement of Personnel
4.6 Resident Project Manager
5. Obligations of the Client
5.1 Assistance and Exemptions
5.2 Access to Land
5.3 Change in the Applicable Law
5.4 Services, Facilities and Property of the Client
5.5 Payment
5.6 Counterpart Personnel
6. Payments to the Consultants
6.1 Cost Estimates; Ceiling Amount
6.2 Remuneration and Reimbursable Expenditures
6.3 Currency of Payment
6.4 Mode of Billing and Payment
7. Fairness and Good
Faith 7.1 Good Faith
7.2 Operation of the Contract
8. Settlement of Disputes
8.1 Amicable Settlement
8.2 Dispute Settlement
III SPECIAL CONDITIONS OF CONTRACT
IV APPENDICES
Appendix A: Description of the Services Appendix B:
Reporting Requirements Appendix C: Key Personnel
and Sub-consultants Appendix D: Medical Certificate
Appendix E: Hours of Work for Key Personnel Appendix
F: Duties of the Client
Appendix G: Cost Estimates in Foreign Currency
Appendix H: Cost Estimates in Local Currency
Appendix I: FORM OF PERFORMANCE SECURITY
Appendix J: Form of Bank Guarantee for Advance Payments Appendix
K: Letter of invitation
Appendix L: Letter of Award
Appendix M: Minutes of pre-bid meeting
Appendix N: Memorandum of Understanding between
I FORM OF CONTRACT
COMPLEX TIME BASED ASSIGNMENTS
This CONTRACT (hereinafter called the “Contract”) is made the day of the

Month of , 20 , between, on the one hand (hereinafter


Called the “Client”) and, on the other hand, (hereinafter called
the “Consultants”).
[Note*: If the Consultants consist of more than one entity, the above should be partially amended
to read as follows:
“…(hereinafter called the “Client”) and, on the other hand, a joint venture consisting of the
following entities, each of which will be jointly severally liable to the Client for all the
Consultants’ obligations under this Contract, namely, and
(hereinafter called “Consultants”)]
WHEREAS
(a) the Client has requested the Consultants to provide certain consulting services as
defined in the General Conditions of Contract attached to this Contract (hereinafter
called the “Services”);
(b) the Consultants, having represented to the Client that they have the required
processional skills, and personnel and technical resources, have agreed to provide
the Services on the terms and conditions set forth in this Contract;
NOW THEREFORE the parties hereto hereby agree as follows:
1. The following documents attached hereto shall be deemed to form an integral part of this
Contract:
(b) The General Conditions of Contract (hereinafter called “GC”)’
(c) The Special Conditions of Contract (hereinafter called “SC”);
(d) The following Appendices:
[Note: If any of these Appendices are not used, the words “Not Used” should be
inserted below next to the title of the Appendix on the sheet attached hereto
carrying the title of that Appendix].

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

Appendix B : Reporting Requirements …………………

Appendix C : Key Personnel and Sub-consultants …….

Appendix D : Medical Certificate ……………………….

Appendix E : Hours of Work for Key Personnel ……….


Appendix F : Duties of the Client ……………………… Appendix

G Cost Estimates in Foreign Currency ……..

Appendix H : Cost Estimates in Local Currency ………..

Appendix I : Form of Performance Bank Guarantee

Appendix J : Form of Bank Guarantee for Advance Payments

Appendix K : Letter of invitation

Appendix L : Letter of Award

Appendix-M : Minutes of pre-Bid Meeting

Appendix-N : Memorandum of Understanding (in case of JV)

2. The mutual rights and obligations of the Client and the Consultants shall be as set
forth in the Contract; in particular
(a) The Consultants shall carry out the Services in accordance with the provisions of
the Contract; and
(b) The Client shall make payments to the Consultants in accordance with the
Provisions of the Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their respective
names as of the day and year first above written.

FOR AND ON BEHALF OF [NAME OF THE CLIENT]

By

(Authorized Representative)

FOR AND ON BEHALF OF [NAME OF THE


CONSULTANTS]

By

(Authorized Representative)

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

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

[Name of the Member]

By

(Authorized Representative)

[Name of the Member]

By

(Authorized Representative)

etc.
II GENERAL CONDITIONS OF CONTRACT
1. General Provisions
1.1 Definitions
Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:
(a) “Applicable Law” means the laws and any other instruments having the force of law
in the Government’s country [or in such other country as may be specified in the
Special Conditions of Contract (SC)], as they may be issued and in force from time
to time.
(b) “Contract means the Contract signed by the Parties, to which these General
Conditions of Contract are attached, together with all the documents listed in
Clause 1 of such signed Contract;
(c) “Effective Date’ means the date on which this Contract comes into force and
effect pursuant to Clause GC 2.1;
(d) ‘foreign currency’ means any currency other than the currency of the
Government;
(e) ‘GC means these General Conditions of Contract;
(f) “Government” means the Government of Client’s Country;
(g) ‘Local currency’ means the Indian Rupees;
(h) “Consultant” wherever mentioned in this Contract Agreement means the
“Independent Consultant (IE)” and includes and sub-consultants or Associates
engaged by the primary consultant.
(i) “Member”, in case the Consultants consist of a joint venture of more than one entity,
means any of these entities, and “Members” means all of these entities;
(j) “Party’ means the Client or the Consultants, as the case may be, and Parties
means both of them;
(k) “Personnel” means persons hired by the Consultants or by any Sub-Consultants and
or Associates as Employees and assigned to the performance of the Services or any
part thereof; “Foreign Personnel” means such persons who at the time of being so
hired had their domicile outside the Government’s Country, “Local Personnel” means
such persons who at the time of being so hired had their domicile inside the
Government’s Country; and ‘key personnel’ means the personnel referred to in
Clause GC 4.2 (a).

(l) "SC" means the Special Conditions of Contract by which these General
Conditions of Contract may be amended or supplemented;
(m) "Services" means the work to be performed by the Consultants pursuant to his
contract, as described in Appendix A hereto. The scope of work will be strictly
as given in various Clauses in TOR. The approach and methodology to be adopted by
the Consultant for carrying out the assignment as Independent Engineer may be
modified depending on the site requirements and work programme of the
Concessionaire after mutual discussions with NHAI, the Concessionaire and the
Independent Engineer. The work plan as indicated by the Consultant may be
modified accordingly to the site requirements.
(n) "Sub-consultant and or Associates " means any entity to which the Consultants
subcontract any part of the Services in accordance with the provisions of Clause GC
3.7; and
(o) "Third Party" means any person or entity other than the Government, the
Client, the Consultants or a Sub-consultant.
1.2 Relation between the Parties
Nothing contained herein shall be construed as establishing a relation of master and servant
or of principal and agent as between the Client and the Consultants. The Consultants,
subject to this Contract, have complete charge of Personnel and Sub- consultants, if any,
performing the Services and shall be fully responsible for the Services performed by them
or on their behalf hereunder.
1.3 Law Governing Contract
This Contract, its meaning and interpretation, and the relation between the Parties shall be
governed by the Applicable Law.
1.4 Language
This Contract has been executed in the language specified in the SC, which shall be the
binding and controlling language for all matters relating to the meaning or interpretation of
this Contract.
1.5 Headings
The headings shall not limit, alter or affect the meaning of this Contract.
1.6 Notices
1.6.1 Any notice, request or consent permitted to be given or made pursuant to this Contract shall
be routed through NHAI Data Lake only unless the law requires to when etc., through physical
/ any send such notice, request, ue other specified mode only. Any such notice, request or
consent shall be deemed to is have been delivered when given or made on the NHAI Data
Lake to an authorized representative of the Party specified in the SC.
1.6.2 Notice will be deemed to be effective as specified in the SC.
1.6.3 A Party may change its address for notice hereunder by giving the other Party notice of such
change pursuant to the provisions listed in the SC with respect to Clause GC 1.6.2.
1.7 Location
The Services shall be performed at such locations as are specified in Appendix A hereto
and, where the location of a particular task is not so specified, at such locations. Whether
in Government's Country or elsewhere, as the Client may approve.
1.8 Authority of Member in Charge
In case the Consultants consist of a joint venture of more than one entity, the Members
hereby authorize the entity specified in the SC to act on their behalf in exercising all the
Consultants' rights and obligations towards the Client under this Contract, including without
limitation the receiving of instructions and payments from the Client.
1.9 Authorized Representatives
Any action required or permitted to be taken, and any document required or permitted to
be executed, under this Contract by the Client or the Consultants may be taken or executed
by the officials specified in the SC.
1.10 Taxes and Duties
Unless otherwise specified in the SC, the Consultants, Sub-consultants and Personnel shall
pay such taxes, duties, fees and other impositions as may be levied under the Applicable
Law. NHAI shall reimburse only Goods and service tax on production of project specific proof
of payment of Goods and service tax.
2. Commencement, Completion, Modification and Termination of Contract
2.1Effectiveness of Contract
This Contract shall come into force and effect on the date (the "Effective Date") of the
Client's notice to the Consultants instructing the Consultants to begin carrying out the
Services. This notice shall confirm that the effectiveness conditions, if any, listed in the SC
have been met.
2.2 Termination of Contract for Failure to Become Effective
If this Contract has not become effective within such time period after the date of the
Contract signed by the Parties as shall be specified in the SC, either Party may, by not less
than four (4) weeks' written notice to the other Party, declare this Contract to be null and
void, and in the event of such a declaration by either Party, neither Party shall have any
claim against the other Party with respect hereto.
2.3 Commencement of Services
The Consultants shall begin carrying out the Services at the end of such time period after
the Effective Date as shall be specified in the SC.
2.4 Expiration of Contract
Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall expire when
services have been completed and all payments have been made at the end of such time
period after the Effective Date as shall be specified in the SC.
2.5 Entire Agreement
This Contract contains all covenants, stipulations and provisions agreed by the Parties. No
agent or representative of either Party has authority to make, and the Parties shall not be
bound by or be liable for, any statement, representation, promise or agreement not set
forth herein.
2.6 Modification
Modification of the terms and conditions of this Contract, including any modification of the
scope of the Services, may only be made by written agreement between the Parties as the
case may be, has been obtained. Pursuant to Clause GC 7.2 hereof, however, each Party
shall give due consideration to any proposals for modification made by the other Party.
2.7 Force Majeure

2.7.1 Definition
(a) For the purposes of this Contract, "Force Majeure" means an event which is beyond
the reasonable control of a Party, and which makes a Party's performance of its
obligations hereunder impossible or so impractical as reasonably to be considered
impossible in the circumstances, and includes, but is not limited to, war, riots, civil
disorder, earthquake, fire, explosion, storm, flood or other adverse weather
conditions, strikes, lockouts or other industrial action ( except where such strikes,
lockouts or other industrial action are within the power of the Party invoking Force
Majeure to prevent), confiscation or any other action by government agencies.

(b) Force Majeure shall not include (i) any event which is caused by the negligence or
intentional action of a party or such Party's Sub-consultants or agents or employees,
nor (ii) any event which a diligent Party could reasonably have been expected to
both (A) take into account at the time of the conclusion of this Contract and (B)
avoid or overcome in the carrying out of its obligations hereunder.
(c) Force Majeure shall not include insufficiency of funds or failure to make any
payment required hereunder.

2.7.2 No Breach of Contract


The failure of a Party to fulfill any of its obligations hereunder shall not be
considered to be a breach of, or default under, this Contract insofar as such inability
arises from an event of Force Majeure, provided that the Party affected by such an
event has taken all reasonable precautions, due care" and reasonable alternative
measures, all with the objective of carrying out the terms and conditions of this
Contract.

2.7.3 Measures to be Taken


(a) A Party affected by an event of Force Majeure shall take all reasonable
measures to remove such Party's inability to fulfill its obligations hereunder
with a minimum of delay.
(b) A Party affected by an event of Force Majeure shall notify the other Party of
such event as soon as possible, and in any event not later than fourteen (14)
days following the occurrence of such event, providing evidence of the
nature and cause of such event, and shall similarly give notice of the
restoration of normal conditions as soon as possible.
(c) The Parties shall take all reasonable measures to minimize the
consequences of any event of Force Majeure.

2.7.4 Extension of Time


Any period within which a Party shall, pursuant to this Contract, complete any action
or task, shall be extended for a period equal to the time during which such Party
was unable to perform such action as a result of Force Majeure.

2.7.5 Payments
During the period of their inability to perform the Services as a result of an event of
Force Majeure, the Consultants shall be entitled to be reimbursed for additional
costs reasonably and necessarily incurred by them during such period for the
purposes of the Services and in reactivating the Services after the end of such period.

2.7.6 Consultation
Not later than thirty (30) days after the Consultants, as the result of an event of
Force Majeure, have become unable to perform a material portion of the Services,
the Parties shall consult with each other with a view to agreeing on appropriate
measures to be taken in the circumstances.
2.8 Suspension
The Client may, by written notice of suspension to the Consultants, suspend all payments to
the Consultants hereunder if the Consultants fail to perform any of their obligations under
this Contract, including the carrying out of the Services, provided that such notice of
suspension (i) shall specify the nature of the failure, and (ii) shall request the Consultants
to remedy such failure within a period not exceeding thirty
(30) days after receipt by the Consultants of such notice of suspension.
2.9 Termination

2.9.1 By the Client


The Client may, by not less than thirty (30) days' written notice of termination to the
Consultants (except in the event listed in paragraph (f) below, for which there shall be a
written notice of not less than sixty (60) days), such notice to be given after the
occurrence of any of the events specified in paragraphs (a) through (h) of this Clause GC
2.9.1, terminate this Contract.
(a) if the Consultants fail to remedy a failure in the performance of their obligations
hereunder, as specified in a notice of suspension pursuant to Clause GC 2.8
hereinabove, within thirty (30) days of receipt of such notice of suspension or within
such further period as the Client may have subsequently approved in writing;
(b) if the Consultants become (or, if the Consultants consist of more than one entity, if
any of their Members becomes) insolvent or bankrupt or enter into any agreements
with their creditors for relief of debt or take advantage of any law for the benefit of
debtors or go into liquidation or receivership whether compulsory or voluntary;
(c) if the Consultants fail to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause GC 8 hereof;
(d) if the Consultants submit to the Client a statement which has a material effect on
the rights, obligations or interests of the Client and which the Consultants know to
be false;
(e) if, as the result of Force Majeure, the Consultants are unable to perform a material
portion of the Services for a period of not less than sixty (60) days; or
(f) if the Client, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.
(g) if the consultant, in the judgment of the Client has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract. For the purpose of this
clause:
"corrupt practice" means the offering, giving, receiving or soliciting of anything of
value to influence the action of a public official in the selection process or in contract
execution.
"fraudulent practice" means a misrepresentation of facts in order to influence a
selection process or the execution of a contract to the detriment of the Borrower,
and includes collusive practice among consultants (prior to or after submission of
proposals) designed to establish prices at artificial non-competitive levels and to
deprive the Borrower of the benefits of free and open competition.
(h) if Concessionaire represents to NHAI that the Consultant is not discharging his duties
in a fair, efficient and diligent manner and if the dispute remains unresolved, NHAI
may terminate this contract.

2.9.2 By the Consultants


The Consultants may, by not less than thirty (30) days' written notice to the Client, such
notice to be given after the occurrence of any of the events specified in paragraphs (a)
through (d) of this Clause GC 2.9.2, terminate this Contract:
(a) if the Client fails to pay any money due to the Consultants pursuant to this Contract
and not subject to dispute pursuant to Clause 8 hereof within forty- five (45) days
after receiving written notice from the Consultants that such payment is overdue;
(b) if the Client is in material breach of its obligations pursuant to this Contract and has
not remedied the same within forty-five (45) days (or such longer period as the
Consultants may have subsequently approved in writing) following the receipt by the
Client of the Consultants' notice specifying such breach;
(c) if, as the result of Force Majeure, the Consultants are unable to perform a material
portion of the Services for a period of not less than sixty (60) days; or
(d) if the Client fails to comply with any final decision reached as a result of
arbitration pursuant to Clause GC 8 hereof.

2.9.3 Cessation of Rights and Obligations


Upon termination of this Contract pursuant to Clauses GC 2.2 or GC 2.9 hereof, or upon
expiration of this Contract pursuant to Clause GC 2.4 hereof, all rights and obligations of
the Parties hereunder shall cease, except:
(i) such rights and obligations as may have accrued on the date of termination or
expiration;
(ii) the obligation of confidentiality set forth in Clause GC 3.3 hereof;
(iii) the Consultants' obligation to permit inspection, copying and auditing of their
accounts and records set forth in Clause GC 3.6 (ii) hereof; and
(iv) any right which a Party may have under the Applicable Law

2.9.4 Cessation of Services


Upon termination of this Contract by notice of either Party to the other pursuant to Clauses
GC 2.9.1 or GC 2.9.2 hereof, the Consultants shall, immediately upon dispatch or receipt of
such notice, take all necessary steps to bring the Services to a close in a prompt and orderly
manner and shall make every reasonable effort to keep expenditures for this purpose to a
minimum. With respect to documents prepared by the Consultants and equipment and
materials furnished by the Client, the Consultants shall proceed as provided, respectively,
by Clauses GC 3.9 or GC 3.10 hereof.

2.9.5 Payment upon Termination


Upon termination of this Contract pursuant to Clauses GC 2.9.1 or GC 2.9.2 hereof, the Client
shall make the following payments to the Consultants (after offsetting against these
payments any amount that may be due from the Consultant to the Client}:
(a) remuneration pursuant to Clause GC 6 hereof for Services satisfactorily
performed prior to the effective date of termination;
(b) reimbursable expenditures pursuant to Clause GC 6 hereof for expenditures
actually incurred prior to the effective date of termination; and
(c) except in the case of termination pursuant to paragraphs (a) through (d) of Clause
GC 2.9.1 hereof, reimbursement of any reasonable cost incident to the prompt and
orderly termination of the Contract including the cost of the return travel of the
Consultants' personnel and their eligible dependents.

2.9.6 Disputes about Events of Termination


If either Party disputes whether an event specified in paragraphs (a) through (e) of Clause
GC 2.9.1 or in Clause GC 2.9.2 hereof has occurred, such Party may, within forty-five (45)
days after receipt of notice of termination from the other Party, refer the matter to
arbitration pursuant to Clause GC 8 hereof, and this Contract shall not be terminated on
account of such event except in accordance with the terms of any resulting arbitral award.
3. Obligation of the Consultants
3.1General

3.1.1 Standard of Performance


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

3.1.2 Law Governing Services


The Consultants shall perform the Services in accordance with the Applicable Law
and shall take all practicable steps to ensure that any Sub- consultants and or
Associates, as well as the Personnel of the Consultants and any Sub- consultants and
or Associates, comply with the Applicable Law. The Client shall advise the
Consultants in writing of relevant local customs and the Consultants shall, after such
notifications, respect such customs.
3.2 Conflict of Interests
3.2.1 Consultants Not to Benefit from Commissions, Discounts, etc.
The Remuneration of the Consultants pursuant to Clause GC 6 hereof shall constitute
the Consultants' sole remuneration in connection with this Contract or the Services
and, subject to Clause GC 3.2.2 hereof, the Consultants shall not accept for their
own benefit any trade commission, discount or similar payment
in connection with activities pursuant to this Contract or to the Services or in the
discharge of their obligations hereunder, and the Consultants shall use their best
efforts to ensure that any Sub- consultants and or Associates, as well as the Personnel
and agents of either of them, similarly shall not receive any such additional
remuneration.
3.2.2 If the Consultants, as part of the Services, have the responsibility of advising the
Client on the procurement of goods, works or services, the Consultants shall comply
with any applicable procurement guidelines of the Client (NHAI)and or Associates
Bank or of the Association, as the case may be, and other funding agencies and shall
at all times exercise such responsibility in the best interest of the Client. Any
discounts or commissions obtained by the Consultants in the exercise of such
procurement responsibility shall be for the account of the Client.
3.2.3 Consultants and Affiliates Not to engage in Certain Activities
The Consultants agree that, during the term of this Contract and after its
termination, the Consultants and any entity affiliated with the Consultants, as well
as any Sub- consultant and or Associates and any entity affiliated with such Sub-
consultant and or Associates, shall be disqualified from providing goods, works or
services (other than the Services and any continuation thereof) for any project
resulting from or closely related to the Services.
3.2.4 Prohibition of Conflicting Activities
The Consultants shall not engage, and shall cause their Personnel as well as their
Sub-consultants and or Associates and their Personnel not to engage, either directly
or indirectly, in any of the following activities:
(a) during the term of this Contract, any business or professional activities in the
Government's country which would conflict with the activities assigned to
them under this Contract; and
(b) after the termination of this Contract, such other activities as may be
specified in the SC.
3.3 Confidentiality
The Consultants, their Sub-consultants and the Personnel of either of them shall not, either
during the term or within two (2) years after the expiration of this Contract, disclose any
proprietary or confidential information relating to the Project, the Services, this Contract
or the Client's business or operations without the prior written consent of the Client.
3.4 Liability of the Consultants
Subject to additional provisions, if any, set forth in the SC, the Consultants’ liability under
this Contract shall be as provided by the Applicable Law.
3.5 Insurance to be Taken Out by the Consultants
The Consultants (i) shall take out and maintain, and shall cause any Sub-consultants to take
out and maintain, at their ( or the Sub-consultants', as the case may be) own cost but on
terms and conditions approved by the Client, insurance against the risks, and for the
coverages, as shall be specified in the SC, and (ii) at the Client's request, shall provide
evidence to the Client showing that such insurance has been taken out and maintained and
that the current premiums therefore have been paid.
3.6 Accounting, Inspection and Auditing
The Consultants (i) shall keep accurate and systematic accounts and records in respect of
the Services, hereunder, in accordance with internationally accepted accounting principles
and in such form and detail as will clearly identify all relevant time charges and cost, and
the bases thereof (including such bases as may be specifically referred to in the SC); (ii)
shall permit the Client or its designated representative periodically, and up to one year from
the expiration or termination of this Contract, to inspect the same and make copies thereof
as well as to have them audited by auditors appointed by the Client; and (iii) shall permit
the client to inspect the Consultant's accounts and records relating to the performance of
the Consultant and to have them audited by auditors appointed by the client.
3.7 Consultants' Actions Requiring Client's Prior Approval
The Consultants shall obtain the Client's prior approval in writing before taking any of the
following actions:
(a) appointing such members of the Personnel as are listed in Appendix C ("Consultants'
Sub-consultants' Key Personnel") merely by title but not by name;
(b) entering into a subcontract for the performance of any part of the Services, it being
understood (i) that the selection of the Sub-consultant and the terms and conditions
of the subcontract shall have been approved in writing by the Client prior to the
execution of the subcontract, and (ii) that the Consultants shall remain fully liable
for the performance of the Services by the Sub- consultant and its Personnel pursuant
to this Contract; and
(c) any other action that may be specified in the SC
3.8 Reporting Obligations
The Consultants shall submit to the Client the reports and documents specified in Appendix
B hereto, in the form, in the numbers and within the time periods set forth in the said
Appendix.
3.9 Documents Prepared by the Consultants to Be the Property of the Client
All plans, drawings, specifications, designs, reports, other documents and software prepared
by the Consultants for the Client under this Contract shall become and remain the property
of the Client, and the Consultants shall, not later than upon termination or expiration of this
Contract, deliver all such documents to the Client, together with a detailed inventory
thereof. The Consultants may retain a copy of such documents and software. Restrictions
about the future use of these documents and software, if any, shall be specified in the SC.
3.10 Equipment and Materials Furnished by the Client
Equipment and materials made available to the Consultants by the Client, or purchased by
the Consultants with funds provided by the Client, shall be the property of the Client and
shall be marked accordingly. Upon termination or expiration of this Contract, the
Consultants shall make available to the Client an inventory of such equipment and materials
and shall dispose of- such equipment and materials in accordance with the Client's
instructions. While in possession of such equipment and materials, the Consultants, unless
otherwise instructed by the Client in writing, shall insure them at the expense of the Client
in an amount equal to their full replacement value.
4. Consultants' Personnel and Sub-consultants and or Associates
4.1General
The Consultants shall employ and provide such qualified and experienced Personnel and
Sub-consultants as are required to carry out the Services.
4.2 Description of Personnel
(a) The titles, agreed job descriptions, minimum qualification and estimated periods of
engagement in the carrying out of the Services of each of the Consultants' Key
Personnel are described in Appendix C. If any of the Key Personnel has already been
approved by the clients his/her name is listed as well.
(b) If required to comply with the provisions of Clause GCC 3.1.1 hereof, adjustments
with respect to the estimated periods "of engagement of Key Personnel set forth in
Appendix C may be made by the Consultants by written notice to the Client, provided
(i) that such adjustments shall not alter the originally estimated period of
engagement of any individual by more than 10% or one week, whichever is larger,
and (ii) that the aggregate of such adjustments shall not cause payments under this
Contract to exceed the ceilings set forth in Clause GC 6.1(b) of this Contract. Any
other such adjustments shall only be made with the Client's written approval.
(c) If additional work is required beyond the scope of the Services specified in Appendix
A, the estimated periods of engagement of Key Personnel set forth in Appendix C
may be increased by agreement in writing between the Client and the Consultants,
provided that any such increase shall not, except as otherwise agreed, cause
payments under this Contract to exceed the ceilings set forth in Clause GC 6.1 (b) of
this Contract.
4.3 Approval of Personnel
The Key Personnel i.e. Professional Staff and Sub-consultants listed by title as well as by
name in Appendix C are hereby approved by the Client. In respect of other Key Personnel
which the Consultants propose , to use in the carrying out of the Services, the
Consultants shall submit to the client for review and approval a copy of their biographical
data and (in the case of Key personnel to be used within the country of the Government) a
copy of a satisfactory medical certificate in the form attached hereto as Appendix D. If the
Client does not object in writing (stating the reasons for the objection) within thirty (30)
calendar days from the date of receipt of such biographical data and (if applicable) such
certificate, such Key Personnel shall be deemed to have been approved by the Client.
4.4 Working Hours, Overtime, Leave, etc.
(a) Working hours and holidays for Key Personnel are set forth in Appendix E hereto. To
account for travel time, foreign Personnel carrying out Services inside the
Government's country shall be deemed to have commenced (or finished) work in
respect of the Services such number of days before their arrival in (or after their
departure from) the Government's country as is specified in Appendix E hereto.
(b) The Personnel of all types engaged by Consultant to provide Services on this Contract
shall not be entitled to be paid for overtime nor to take paid sick leave or vacation
leave except as specified in Appendix E hereto, and except as specified In such
Appendix, the Consultants' remuneration shall be deemed to cover these items. All
leave to be allowed to the Personnel is included in the staff-months of service set
for in Appendix C. Any taking of leave by Personnel shall be subject to the prior
approval by the Client and the Consultants shall ensure that absence for leave
purposes will not delay the progress and adequate supervision of the Services.
4.5 Removal and/or Replacement of Personnel
(a) Except as the Client may otherwise agree, no changes shall be made in the Key
Personnel. If, for any reason beyond the reasonable control of the Consultants, it
becomes necessary to replace any of the Personnel, the Consultants shall forthwith
provide as a replacement a person of equivalent or better qualifications.
(b) If the Client (i) finds that any of the Personnel has committed serious misconduct or
has been charged with having committed a criminal action, or
(ii) has reasonable cause to be dissatisfied with the performance of any of the
Personnel, then the Consultants shall, at the Client's written request specifying the
grounds therefore, forthwith provide as a replacement a person with qualifications
and experience acceptable to the Client.
(c) Any of the Personnel provided as a replacement under Clauses (a) and (b) above, the
rate of remuneration applicable to such person as well as any reimbursable
expenditures (including expenditures due to the number of eligible dependents) the
Consultants may wish to claim as a result of such replacement, shall be subject to
the prior written approval by the Client. Except as the Client may otherwise agree,
(i) the Consultants shall bear all additional travel and other costs arising out of or
incidental to any removal and/or replacement, and (ii) the
remuneration to be paid to any of the Key Personnel provided as a replacement shall
be 90% of the remuneration which would have been payable to the Key Personnel
replaced. However, for the reason other than death/extreme medical ground, (i) for
total replacement upto 33% of key personnel, remuneration shall be reduced by 5%
(ii) for total replacement upto between 33% to 50%, remuneration shall be reduced
by 10% and (iii) for total replacement upto between 50% to 66%, remuneration shall
be reduced by 15% (iv) For total replacements beyond 66% of the key personnel the
client shall initiate action of higher penalty/termination/debarment upto 2 years as
considered appropriate.

(d) In order to prevent the tendency of the personnel and consulting firm to submit
incorrect and inflated CV, they should sign every page of CV before submission in
order to authenticate that CV furnished by them is correct. The consulting firm and
the personnel through consulting firm should be informed by NHAI while accepting
CV of the new personnel that if CV is found in correct and inflated at a later date,
the personnel accepted would be removed from his assignment and debarred from
further NHAI works for 3 years and the new proposed personnel in place of removed
personnel would be paid 15% less salary than the original personnel. 15% reduction
in the salary will be imposed as a penalty for submitting the incorrect information.
This penalty will be imposed only once. If the same consulting firm submits incorrect
information again second time, necessary action will be taken by NHAI to black-list
that firm.

(e) In case of extension of contract, the Consultant can propose one time replacement
of each key personnel without attracting any penalty or reduction in remuneration,
subject to approval of the authority taking into consideration the progress of work
at site. Qualifications of replacements shall be better or equivalent to the original
key personnel. Any further replacement will be governed as per contract provisions.

4.6 Resident Project Manager


If required by the SC, the Consultants shall ensure that at all times during the Consultants'
performance of the Services in the Government's country a resident project manager,
acceptable to the Client, shall take charge of the performance of such Services.
5. Obligations of the Client
5.1Assistance and Exemptions
Unless otherwise specified in the SC, the Client shall use its best efforts to ensure that the
Government shall:
(a) provide the Consultants, Sub-consultants and Personnel with work permits and such
other documents as shall be necessary to enable the Consultants, Sub- consultants
or Personnel to perform the Services;
(b) assist for the Personnel and, if appropriate, their eligible dependents to be provided
promptly with all necessary entry and exit visas, residence permits, exchange
permits and any other documents required for their stay in Government's country;
(c) facilitate prompt clearance through customs of any property required for the
Services and of the personal effects of the Personnel and their - eligible dependents;
(d) issue to officials, agents and representatives of the Government all such instructions
as may be necessary or appropriate for the prompt and effective implementation of
the Services;
(e) assist the Consultants and the Personnel and any Sub-consultants and or Associates
employed by the Consultants for the Services from any requirement to register or
obtain any permit to practice their profession or to establish themselves either
individually or as a corporate entity according to the Applicable Law;
(f) grant to the Consultants, any Sub-consultants and or Associates and the Personnel of
either of them the privilege, pursuant to the Applicable Law, of bringing into
Government's country reasonable amounts of foreign currency for the purposes of
the Services or for the personal use of the Personnel and their dependents and of
withdrawing any such amounts as may be earned therein by the Personnel in the
execution of the Services: and
(g) Provide to the Consultants, Sub-consultants and or Associates and Personnel any
such other assistance as may be specified in the SC.
5.2 Access to Land
The Client warrants that the Consultants shall have, free of charge, unimpeded access to all
land in the Government's country in respect of which access is required for the performance
of the Services. The Client will be responsible for any damage to such land or any property
thereon resulting from such access and will indemnify the Consultants and each of the
Personnel in respect of liability for any such damage, unless such damage is caused by the
default or negligence of the Consultants or any Sub-consultant or the Personnel of either of
them.
5.3 Change in the Applicable Law
If, after the date of this Contract, there is any change in the Applicable Law with respect to
taxes and duties which increases or decreases the cost or reimbursable expenses incurred
by the Consultants in performing the Services, then the remuneration and reimbursable
expenses otherwise payable to the Consultants under this Contract shall be increased or
decreased accordingly by agreement between the Parties hereto, and corresponding
adjustments shall be made to the ceiling amounts specified in Clause GC 6.1(b).

5.4 Services, Facilities and Property of the Client


The Client shall make available to the Consultants and the Personnel, for the purposes of
the services and free of any charge, the services, facilities and property described in
Appendix F at the times and in the manner specified in said Appendix F, provided that if
such services, facilities and property shall not be made available to the Consultants as and
when so specified, the Parties shall agree on (i) any time extension that it may be
appropriate to grant to the Consultants for the performance of the Services, (ii) the manner
in which the Consultants shall procure any such services, facilities and property from other
sources, and (iii) the additional payments, if any, to be made to the Consultants as a result
thereof pursuant to Clause GC 6.l(c) hereinafter.

5.5 Payment
In consideration of the Services performed by the Consultants under this Contract, the Client
shall make to the Consultants such payments and in such manner as is provided by Clause
GC 6 of this Contract.
5.6 Counterpart Personnel
(a) If so provided in Appendix F hereto, the Client shall make available to the
Consultants, as and when provided in such Appendix F, and free of charge, such
counterpart personnel to be selected by the Client, with the Consultants' advice, as
shall be specified in such Appendix F. Counterpart personnel shall work under the
exclusive direction of the Consultants. If any member of the counterpart personnel
fails to perform adequately any work assigned to him by the Consultants which is
consistent with the position occupied by such - member, the Consultants may request
the replacement of such member, and the Client shall not unreasonably refuse to
act upon such request.
(b) If counterpart personnel are not provided by the Client to the Consultants as and
when specified in Appendix F, the Client and the Consultants shall agree on
(i) how the affected part of the Services shall be carried out, and (ii) the additional
payments, if any, to be made by the Client to the Consultants as a result thereof
pursuant to Clause GC 6.1(c) hereof.
6. Payments to the Consultants
6.1 Cost Estimates; Ceiling Amount
(a) An estimate of the cost of the Services payable in local currency is set forth in
Appendix H.
(b) Except as may be otherwise agreed under Clause GC 2.6 and subject to Clause GC
6.1(c), payments under this Contract shall not exceed the ceilings in foreign currency
and in local currency specified in the SC. The Consultants shall notify the Client as
soon as cumulative charges incurred for the Services have reached 80% of either of
these ceilings.
(c) Notwithstanding Clause GC 6.l(b) hereof, if pursuant to clauses GC 5.3,5.4 or 5.6
hereof, the Parties shall agree that additional payments in local and/or foreign
currency, as the case may be, shall be made to the Consultants in order to cover any
necessary additional expenditures not envisaged in the cost estimates referred to in
Clause GC 6.1(a) above, the ceiling or ceilings, as the case may be, set forth in Clause
GC 6.1 (b) above shall be increased by the amount or amounts, as the case may be,
of any such additiona2l1p8ayments.
6.2 Payment mechanism
(a) Payment of Independent Engineer shall be based on the monthly reports. Report
shall be approved by the Authority only if it includes all the sections prescribed in
the format and submitted as per specified timelines. For 2 months per year, report
shall be considered to be completed only if detailed equipment based inspection
report is attached with the monthly report.
(b) Payment shall be based on following criteria
Payment dependent on % of annual Total % of
contract value per annual contract
report value
Monthly reports which do not contain 7.5% 75%
equipment based inspection report (For 10
months in a year)
Monthly Status reports which contain 12.5% 25%
equipment based inspection report (For
2 months in a year)

Note: Annual contract value shall be calculated as = Total contract value divided by number
of years of original contract period
For avoidance of doubt, during 60 months tenure of Consultant, Monthly Reports without
equipment based inspection report shall be submitted for 50 months. Submission of these 50
reports will provide 75% of contract value. Actual payment will be in accordance with
Payments section in General Conditions of Contract and Special Conditions of Contract.
Monthly Status Reports with equipment based inspection report shall be submitted for 10
months. Submissions of these 10 reports will provide 25% of contract value.
(c) Reimbursable expenditures actually and reasonably incurred by the Consultants in
the performance of the Services, as specified in the SC .
Notwithstanding anything to the contrary stated in the GCC and SCC, it shall be
mandatory to deploy the key personnel and sub-professional as per the Man- Months
Input specified in the Terms of Reference. Inadequate deployment of key personnel
and sub-professional shall lead to deduction in the monthly payment as per following
table. The key personnel and sub- professional shall be considered to be
inadequately deployed if he/she is not present for atleast 90% of the time stipulated
in the month, as per the Man Months Input in the Terms of Reference and the
Deployment Schedule proposed by the firm. Sr. No. Personnel
Sr. No. Personnel % reduction in monthly payment
1 Team Leader cum Highway Engineer 20%
2 Highway Maintenance cum Resident 25%
Engineer
3 Bridge Engineer 20%
4 Other Key Personnel 20%
5 Sub-professional staff 15%

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 the 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 rates mentioned above.
(d) It is mandatory to use all the equipment mentioned in Section 6.4 of TOR for road
inspection surveys. Non-use of equipment in the survey month as specified in
Annexure- IV (Month of survey for equipment based road condition assessment) can
be considered only in unavoidable circumstances. However, non-use of equipment
shall lead to deduction in monthly payment as per the following table.
S No Equipment to be used Payment to be released (as
% of monthly payment
linked to equipment based
report)

1 Network Survey Vehicle and laser 50%


profilometer (NSV)
2 Falling Weight Reflectometer (FWD) 15%
3 Mobile Bridge Inspection Unit (MBIU) 15%
4 Retro-reflectometer 5%
5 ATCC 15%
Total 100%
For avoidance of doubt, in case no equipment is used in the survey month, then no monthly
payment shall be released. In case, only Network Survey Vehicle is used then 50% of monthly
payment (which is 50% of 12.5% of annual contract value) shall be released. Payment linked to
equipment based report shall be released only on completion of equipment based road inspection
and submission of equipment based report.
(e) The consultant can use the equipment during next 3 months of survey month.
However, 10% penalty per month shall be imposed for delay in use of equipment.
Thus, payment linked to the specific equipment shall be released after deducting
10% penalty per month. In case 1 or more equipment is not used during next 3 months
of survey month, then this shall be treated as Breach of Contract and performance
security shall be liable to be forfeited.
(f) If any of the report is found to be misleading or containing incorrect information as
determined by the Authority, 10% of payment linked to that report shall be deducted
as penalty.
(g) Payment during Extension of services- In case of extension of contract, payment
shall be governed by the similar criteria as applicable for contract duration i.e. 7.5%
for monthly reports which do not include equipment based inspection and 12.5% for
monthly reports which include equipment based inspection.

6.3 Currency of Payment


(a) local currency payments shall be made in the currency of the Government.
6.4 Mode of Billing and Payment
Billing and payments in respect of the Services shall be made as follows:
(a) The Client shall cause to be paid to the Consultants an interest bearing advance
payment as specified in the SC, and as otherwise set forth below. The advance
payment will be due after provision by the Consultants to the Client of a bank
guarantee by a bank acceptable to the Client in an amount (or amounts) and in a
currency ( or currencies) specified in the SC, such bank guarantee (I) to remain
effective until the advance payment has been fully set off as provided in the SC, and
(ii) to be in the form set forth in Appendix I hereto or in such other form as the
Client shall have approved in writing.
(b) As soon as practicable and not later than fifteen (15 days) after the end of each
calendar month during the period of the Services, the Consultants shall submit to
the Client, in duplicate, itemized statements, accompanied by copies of receipted
invoices, vouchers and other appropriate supporting materials, of the amounts
payable pursuant to Clauses GC 6.3 and 6.4 for such month. Separate monthly
statements shall be submitted in respect of amounts payable in foreign currency and
in local currency.
(c) The Client shall cause the payment of the Consultants periodically as given in
schedule of payment above within thirty (30) days after the receipt by the Client of
bills with supporting documents.
(d) The final payment under this Clause shall be made only after the final report and a
final statement, identified as such, shall have been submitted by the Consultants
and approved as satisfactory by the Client. The Services shall be deemed completed
and finally accepted by the Client and the final report and final statement shall be
deemed approved by the Client as satisfactory ninety
(90) calendar days after receipt of the final report and final statement by the Client
unless the Client, within such ninety (90)-day period, gives written notice to the
Consultants specifying in detail deficiencies in the Services, the final report or final
statement. The Consultants shall thereupon promptly make any necessary
corrections, and upon completion of such corrections, the foregoing process shall be
repeated. Any amount which the Client has paid or caused to be paid in accordance
with this Clause in excess of the amounts actually payable in accordance with the
provisions of this Contract shall be reimbursed by the Consultants to the Client within
thirty, (30) days after receipt by the Consultants of notice thereof. Any such claim
by the Client for reimbursement must be made within twelve (12) calendar months
after receipt by the Client of a final report and a final statement approved by the
Client in accordance with the above.
(e) Payment with regard to Aerial Video Recording using Drone shall be payable as per
extant NHAI Policy Circular/ rate decided for empanelled Drone Agency or rate
quoted by the intending Agency/Firm, whichever is lower.
(f) All payments under this Contract shall be made to the account of the Consultants
specified in the SC.
7. Fairness and Good Faith
7.1 Good Faith
The Parties undertake to act in good faith with respect to each other's rights under this
Contract and to adopt all reasonable measures to ensure the realization of the objectives of
this Contract.
7.2 Operation of the Contract
The Parties recognize that it is impractical in this Contract to provide for every contingency
which may arise during the life of the Contract, and the Parties hereby agree that it is their
intention that this Contract shall operate fairly as between them, and without detriment to
the interest of either of them, and that, if during the term of this Contract either Party
believes that this Contract is operating unfairly, the Parties will use their best efforts to
agree on such action as may be necessary to remove the cause or causes of such unfairness,
but no failure to agree on any action pursuant to this Clause shall give rise to a dispute
subject to arbitration in accordance with Clause GC 8 hereof.
8. Settlement of Disputes

8.1 Amicable Settlement


The Parties shall use their best efforts to settle amicably all disputes arising out of or in
connection with this Contract or the interpretation thereof.
8.2 Dispute Settlement
Any dispute between the Parties as to matters arising pursuant to this Contract which cannot
be settled amicably within thirty (30) days after receipt by one Party of the other Party's
request for such amicable settlement may be submitted by either Party for settlement in
accordance with the provisions specified in the SC.

9 Fake CV
(a) If any information is found incorrect / fake inflated in the CV. at any stage, debarment of the
key personnel from future MORT&H/ NHÀI or its Executing Agencies Projects upto 2 years may be
taken by MORT&H/NHAI or its Executing Agencies
(b) In case, the information contained in the CV for the duration in which the key personnel was
employed by the firm, proposing his candidature is found incorrect / fake/ inflated at any stage,
action including termination of the consultancy agreement and debarment of the firm upto 2 years
from future MORT&H/ NHAI or its Executing Agencies Projects shall be taken by MORT&H / NHAI or
its Executing Agencies.
(c) in case, the information contained in the CV for the duration in which the key personnel was
employed by the firm proposing his candidature is found incorrect / fake / inflated at any stage,
the consultancy firms shall have to refund the salary and perks drawn in respect of the person apart
from other consequences.
(d) In case, the information contained in the CV for the duration in which the key personnel was not
employed by the firm proposing his candidature is found incorrect / fake / inflated at any stage,
the Consultancy firms will have to refund the twice of salary and perks drawn in respect of the
person.
III SPECIAL CONDITIONS OF CONTRACT
GC Clause
A. Amendments of, and Supplements to, Clauses in the General Conditions of Contract
1.1(a) The words “in the Government’s country” are amended to read “in INDIA”
1.4 The language is: English
1.6.1 The addresses are:

Client: National Highways Authority of India G


5 & 6, Sector–10, Dwarka,
New Delhi– 110 075.

Attention:

Cable address:

Telex:-

Fax:-

Consultants: Attention:

Cable
address:

Telex

Facsimile

[Note’: Fill in the Blanks]

1.6.2 Notice will be deemed to be effective as follows:


(a) in the case of personal delivery or registered mail, on delivery;
(b) in the case of telexes, 24 hours following confirmed transmission;
(c) in the case of telegrams, 24 hours following confirmed transmission; and
(d) in the case of facsimiles, 24 hours following confirmed transmission.
1.8 The Member in Charge is: Member Sh ********.
(Note: If the Consultants consist of a joint venture of more than one entity, the name of the entity
whose address is specified in SC 1.6.1 should be inserted here. If the Consultants consist of one
entity, this Clause 1.8 should be deleted from the SC)
1.9 The Authorized Representative are:

For the Client:

For the Consultants:

1.10 The Consultants, Sub-consultants and the Personnel shall pay the taxes, duties, fees, levies
and other impositions levied under the existing, amended or enacted laws during life of this
contract and the client shall perform such duties in regard to the deduction of such tax as
may be lawfully imposed.
2.1 The effectiveness conditions are the following:
(i) Approval of the Contract by the client
2.2 The time period shall be four months or such other time period as the parties may
agree in writing.
2.3 The time period shall be one month or such other time period as the Parties may agree in
writing.
2.4 The time period shall be 60 months

3.4 Limitation of the Consultants' Liability towards the Client

(e) Except in case of gross negligence or willful misconduct on the part of the
Consultants or on the part of any person or firm acting on behalf of the Consultants
in carrying out the Services, the Consultants, with respect to damage caused by the
Consultants to the Client's property, shall not be liable to the Client:
(i) for any indirect or consequential loss or damage; and
(ii) Consultant will maintain at its expenses; Professional Liability Insurance
including coverage for errors and omissions caused by Consultant’s
negligence in the performance of its duties under this agreement, (A) For the
amount not exceeding total payments for Professional Fees and Reimbursable
Expenditures made or expected to be made to the Consultants hereunder OR
(B) the proceeds, the Consultants may be entitled to receive from any
insurance maintained by the Consultants to cover such a liability, whichever
of (A) or (B) is higher.

(iii) The policy should be issued only from an Insurance Company operating in
India.
(iv) The policy must clearly indicate the limit of indemnity in terms of “Any One
Accident” (AOA) and “Aggregate limit on the policy period” (AOP) and in no
case should be for an amount less than stated in the contract.
(v) If the Consultant enters into an agreement with NHAI in a joint venture or ‘in
association’, the policy must be procured and provided to NHAI by the joint
venture/in association entity and not by the individual partners of the joint
venture/association.
(vi) The contract may include a provision thereby the Consultant does not cancel
the policy midterm without the consent of NHAI. The insurance company may
provide an undertaking in this regard.
(f) This limitation of liability shall not affect the Consultants' liability, if any, for
damage to Third Parties caused by the Consultants or any person or firm acting on
behalf of the Consultants in carrying out the Services.
(g) Professional Liability Insurance may be accepted for initially one year which shall be
extended annually for five years. PLI shall be uniformly taken for a period of five
years.

3.5 The risks and the coverage shall be as follows


(h) Third Party motor vehicle liability insurance as required under Motor Vehicles
Act, 1988 in respect of motor vehicles operated in India by the Consultants or
their Personnel or any Sub-consultants or their Personnel for the period of
consultancy.
(i) Third Party liability insurance with a minimum coverage, of Rs.1.0 million for the
period of consultancy.
(j) Professional liability insurance as per 3.4 (a) (ii) of SC of the consultancy, with a
minimum coverage equal to estimated remuneration and reimbursable.
(k) Employer's liability and workers' compensation insurance in respect of the
Personnel of the Consultants and of any Sub-consultant, in accordance with the
relevant provisions of the Applicable Law, as well as, with respect to such
Personnel, any such life, health, accident, travel or other insurance as may be
appropriate; and
(l) Insurance against loss of or damage to (i) equipment purchased in whole or in part
with funds provided under this Contract, (ii) the Consultants' property used in the
performance of the Services, and (iii) any documents prepared by the Consultants
in the performance of the Services.
3.7(c) The other actions are
"(i) taking any action under a civil works contract designating the Consultants as "Engineer", for
which action, pursuant to such civil works contract, the written approval of the Client as
"Employer" is required".
3.9 The Consultants shall not use these documents for purposes unrelated to this Contract
without the prior written approval of the Client.
4.6 "The person designated as Team Leader cum Sr. Highway Engineer in Appendix C shall
serve in that capacity, as specified in Clause GC 4.6."
6.1(b) The amount payable in foreign currency or currencies is:
The ceiling in local currency is:
6.2(a) "Payments made in accordance with Clause GC 6:2(a) in local currency shall be adjusted as
follows:
(i) Annual contract value shall be adjusted every twelve (12) months (and, the first
time, applicable for the Annual contract value to be computed in the 13th calendar
month after the date of the contract) by 5% per annum. Thus, Annual contract value
in second year shall be 105% of Annual contract value in first year, so on and so forth.
Notwithstanding any other provisions in the agreement in this regard, this provision will
prevail and over ride any other provision to the contrary in this agreement.

6.4(a) The following provisions shall apply to the interest bearing advance payment and the
advance payment guarantee:
1) An advance payment. of 10% of the contract price in proportion to the
quoted Indian currency (INR) & foreign currency (US dollar) in the bid shall
be made within 60 days after receipt and verification of advance payment
bank guarantee. The advance payment will be set off by the Client in equal
instalments against the statements for the first 12 months of the Service
until the advance payment has been fully set off.
1) The bank guarantee shall be in the amount and in the currency of the
foreign and local currency portion of the advance payment.
2) Interest rate shall be 10% per annum (on outstanding amount) for local
Currency including converted foreign component into local currency.
6.4(c) The interest rate is 6% per annum for local currency.
6.4(e) The accounts are:

For foreign
currency:

For local currency:

[Note: Insert account number, type of account and name and address of the Bank]
8.2 Disputes shall be settled by arbitration in accordance with the following provisions:
8.2.1 Selection of Arbitrators
Each dispute submitted by a Party to Arbitration shall be heard by a sole arbitrator. NHAI
shall within 30 days propose names of five (5) Arbitrators from the list of Arbitrators
maintained by SAROD (Society for Affordable Redressal of Disputes) and Consultant shall
within 30 days select one name from the list of five and the name so selected by the
Consultant shall be the Sole Arbitrator for the matter in dispute. In case NHAI delays in
providing the list of 5 names, President, SAROD will provide 5 names within 30 days of receipt
of reference from aggrieved party in this regard. In case the Consultant fails in selecting one
from the list of five, President, SAROD shall select one from the list of five provided by NHAI
within 30 days of receipt of reference from aggrieved party in this regard.

8.2.2 Rules of Procedure


Arbitration proceedings shall be conducted in accordance with the procedures of the
Arbitration and Conciliation (Amendment) Act, 2015 of India unless the Consultant is a
foreign national/ firm, where arbitration proceedings shall be conducted in accordance
with the rules of procedure of arbitration of the United Nations Commission on
International Trade Law (UNCITRAL) as in force on the date of this Contract.

8.2.3 Substitute Arbitrators


If for any reason an arbitrator is unable to perform his function, a substitute shall be
appointed in the same manner as the original arbitrator.

8.2.4 Qualifications of Arbitrators


The list of five and the sole arbitrator selected pursuant to Clause 8.2.1 hereof shall be
expert(s) with extensive experience in relation to the matter in dispute.

8.2.5 Miscellaneous
In any arbitration proceeding hereunder:
(a) Proceedings shall, unless otherwise agreed by the parties be held in Delhi.
(b) The English language shall be the official language for all purposes;
(c) The decision of sole arbitrator shall be final and binding and shall be enforceable in
any court of competent jurisdiction, and the Parties hereby waive any objections to or
claims of immunity in respect of such enforcement; and
(d) Fee structure shall be as given below:
S. Particulars of fee and other Schedule Amount payable per Arbitrator / per case
No. charges

1. Arbitrator fee Rs.25,000/- per day Or


Rs.7 lakhs (lump-sum) subject to publishing the
Award within 6 months.
Or
Rs.5 lakhs (lump-sum) subject to publishing the
Award after 6 months but before 12 months.
Note:- The amount of fees already paid for the days of
hearing @ Rs.25,000/- would be adjusted in the lump-
sum payment.

2. Reading Charges Rs.25,000/- per Arbitrator per case including counter


claim.

3. Secretarial Assistance and Rs.20,000/-


Incidental Charges
(telephone, fax, postage
etc.)

4. Charges for Publishing / Rs.35,000/-


declaration of the Award

5. Other expenses (As per actuals against bills subject to maximum of the prescribed
ceiling given below)

Traveling Expenses Lodging Economy class (by air), First class AC (by train) and AC
car (by road)
and Boarding (a) Rs.15,000/- per day (Metro cities)
(b) Rs.7,000/- per day (in other cities)
(c) Rs.3,000/- per day, if any Arbitrator makes
own arrangement.

6. Local Travel Rs.1,500/- per day

7. Extra charges for days other Rs.5,000/- per day for outstation Arbitrator
than hearing / meeting days
(maximum for 2 days)

Note: 1. Lodging, boarding and travelling expenses shall be allowed only for those
members who are residing 100 kms. away from place of meeting
2. Delhi, Mumbai, Chennai, Kolkata, Bangalore and Hyderabad shall be
considered as Metro Cities.
IV APPENDICES

Appendix A: Description of the Services

[Give detailed descriptions of the Services to be provided; dates for completion of various tasks,
place of performance for different tasks; specific tasks to be approved by Client, etc.]
Details as per TOR

Appendix B: Reporting Requirements

[List format, frequency, contents of reports and number of copies; persons to receive them;
dates of submission, etc. If no reports are to be submitted, state here "Not applicable".]
Please refer TOR

Appendix C: Key Personnel and Sub-consultants

[List under: C-l Titles [and names, if already available}, detailed job descriptions and minimum
qualifications. experience of Personnel to be assigned to work in India, and staff- months for each.
C-2 Same information as C-l for Key local Personnel.
C-3 Same as C-l for Key foreign Personnel to be assigned to work outside India.
C-4 List of approved Sub-consultants [if already available]; same information with
respect to their Personnel as in C-l through C-4)

Appendix D: Medical Certificate

[Show here an acceptable form of medical certificate for foreign Personnel to be stationed in India.
If there is no need for a medical certificate, state here: "Not applicable. "]

Appendix E: Hours of Work for Key Personnel

The Consultants Key personnel and all other Professional / Sub Professional / Support Staff / Sub-
Consultancy personnel shall work 6 days (Mondays through Saturday) every week and observe the
Gazetted Holidays of Government of India as Holidays. The Consultant shall work as per the work
program of the concessionaire. In this context incase the work plan of the Consultant needs suitable
modifications, the same shall be carried out and submitted to the client for consideration. The
Consultants hours of work normally shall match with that of Contractor’s activities on the site. No
extra remuneration shall be claimed or paid for extra hours of work required in the interest of
Project completion.
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 03 CLs can be availed
either separately or together in a quarter and the period of the CLs would be counted as Key
Personnel / Sub-professional being on duty.
In respect of foreign personnel, one day per trip as travel time from and to the country of the
Government shall be allowed. 229
Please refer TOR

Appendix F: Duties of the Client

(a) Access to the quality control laboratory for performing various types of tests,
which will be provided by the concessionaire including the testing personnel.
(b) RFQ, RFP, Concession Agreement, Bid submission, Site Data and information for
field surveys and investigations
(c) Detailed Work plan and Programme for Operation and Maintenance of Project
Highway from Concessionaire.
(d) Quality Assurance Plan and Quality Control Procedures from the Concessionaire.
(e) All the reports and necessary data as per the reporting obligation of
concessionaire under the concession Agreement.
(f) Necessary letters, which will be required for Visa’s of foreign personnel and
procuring other services by the consultant for performing project services.
Please refer TOR

Appendix G: Cost Estimates in Foreign Currency

List here under cost estimates in foreign currency:


1. Monthly rates for foreign Personnel (Key Personnel and other Personnel)
2. Reimbursable / Rental / Fixed expenditures:
(a) Per diem allowances.
(b) Air transport for foreign Personnel.
(c) Air transport for dependents.
(d) Transport of personal effects.
(e) International communications.
(f) Printing of documents specified in Appendices A and B hereof
(g) Acquisition of specified equipment and materials to be imported by the
Consultants and to be paid for by the Client (including transportation to India).
(h) Other foreign currency expenditures, like use of computers, foreign training of
Client's staff, various tests, etc.
Appendix H: Cost Estimates in Local Currency

List hereunder cost estimate in local currency:


1. Monthly rates for local Personnel (Key Personnel and other Personnel)
2. Reimbursable / Rental / Fixed expenditures as follows:
(a) Per diem rates for subsistence allowance for foreign short-term Personnel plus
estimated totals.
(b) Living allowances for long-term foreign Personnel, plus estimated totals.
(c) Cost of local transportation.
(d) Cost of other local services, rentals, utilities, etc.
Appendix I: FORM OF PERFORMANCE SECURITY

(PERFORMAMANCE BANK GUARANTEE)


(Clause-20 of TOR)
To

The Chairman,
National Highways Authority of India, G-5 & 6, Sector-10, Dwarka,
New Delhi –110 075 India
WHEREAS [Name and
1
address of Consultants] (hereinafter called “the consultants”) has undertaken in pursuance of
Contract No. dated to provides the services on terms and
conditions set forth in this Contract [Name of contract and brief
description of works) (hereinafter called the “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Consultants shall furnish
you with a Bank Guarantee by a recognized bank for the sum specified therein as security for
compliance with his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Consultants such a Bank Guarantee;
NOW THEREOF we hereby affirm that we are the Guarantor and responsible to you, on behalf of the
2
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
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract
or of the services to be performed there under or of any of the Contract documents which may be
made between you and the Consultants shall in any way release us from any liability under this
guarantee, and we hereby waive notice of any such change, addition or modification.
The liability of the Bank under this Guarantee shall not be affected by any change in the constitution
of the consultants or of the Bank.
14. " This guarantee shall also be operatable at our Branch at New
Delhi, from whom, confirmation regarding the issue of this guarantee or extension / renewal thereof
shall be made available on demand. In the contingency of this guarantee being invoked and payment
thereunder claimed, the said branch shall accept such invocation letter and make payment of
amounts so demanded under the said invocation."
Notwithstanding anything contained herein before, our liability under this guarantee is
restricted to Rs. (Rs. ) and the guarantee shall remain valid till
. Unless a claim or a demand in writing is made upon us on or before
all our liability under this guarantee shall cease.
This guarantee shall be valid for a period of 62 months i.e. upto 2 months beyond the expiry of
contract of 60 months.
Signature and Seal of the Guarantor

In presence of
Name and Designation 1.

(Name, Signature & Occupation)


Name of the Bank
Address 2.

(Name & Occupation) Date


1.
Give names of all partners if the Consultants is a Joint
Venture.
Appendix J: Form of Bank Guarantee for Advance Payments (Reference Clause

6.4 (a) of Contract)

(To be stamped in accordance with Stamp Act, if any, of the country of issuing bank) Ref:

Bank Guarantee:
Date:
Dear Sir,
In consideration of M/s. (hereinafter referred as the "Client",
which expression shall, unless repugnant to the context or meaning thereof include it
successors, administrators and assigns) having awarded to M/s.
(hereinafter referred to as the "Consultant" which expression shall unless repugnant to the
context or meaning thereof, include its successors, administrators, executors and assigns), a
contract by issue of client's Contract Agreement No. dated and
the same having been unequivocally accepted by the Consultant, resulting in a Contract valued at
for Contract (hereinafter called the "Contract")
(scope of work)
and the Client having agreed to make an advance payment to the Consultant for performance of
the above Contract amounting to (in words and figures) as an advance against Bank Guarantee to
be furnished by the Consultant.
We
(Name of the Bank) having its Head Office at (hereinafter
referred to as the Bank), which expression shall, unless repugnant to the context or meaning
thereof, include its successors, administrators executors and assigns) do hereby guarantee and
undertake to pay the client immediately on demand any or, all monies payable by the
Consultant to the extent of as aforesaid at any time
upto @ without any demur,
reservation, contest, recourse or protest and/or without any reference to the consultant. Any such
demand made by the client on the Bank shall be conclusive and binding notwithstanding any
difference between the Client and the Consultant or any dispute pending before any Court,
Tribunal, Arbitrator or any other authority. we agree that the Guarantee herein contained shall
be irrevocable and shall continue to be enforceable till the Client discharges this guarantee.
The Client shall have the fullest liberty without affecting in any way the liability of the Bank under
this Guarantee, from time to time to vary the advance or to extend the time for performance of
the contract by the Consultant. The Client shall have the fullest liberty without affecting this
guarantee, to postpone from time to time the exercise of any powers vested in them or of any right
which they might have against the Client and to exercise the same at any time in any manner, and
either to enforce or to forebear to enforce any covenants, contained or implied, in the Contract
between the Client and the Consultant any other course
or remedy or security available to the Client. The bank shall not be relieved of its obligations
under these presents by any exercise by the Client of its liberty with reference to the matters
aforesaid or any of them or by reason of any other act or forbearance or other acts of omission or
commission on the part of the Client or any other indulgence shown by the Client or by any other
matter or thing whatsoever which under law would but for this provision have the effect of
relieving the Bank.
The Bank also agrees that the Client at its option shall be entitled to enforce this Guarantee against
the Bank as a principal debtor, in the first instance without proceeding against the Consultant and
notwithstanding any security or other guarantee that the Client may have in relation to the
Consultant's liabilities.
Notwithstanding anything contained herein above our liability under this guarantee is limited to
and it shall remain in force upto and including
and shall be extended from time to time for such period (not
exceeding one year), as may be desired by M/s. on whose
behalf this guarantee has been given.
Dated this day of 2021 at
WITNESS
(signature)
(Signature)

(Name)
(Name)

(Official Address) Designation (with Bank stamp) Attorney as per Power of


Attorney No.
Dated

Strike out, whichever is not applicable.


Note 1: The stamp papers of appropriate value shall be purchased in the name of bank who issues
the "Bank Guarantee”.
Note 2: The bank guarantee shall be from a Nationalized Indian Bank or reputed foreign commercial
Bank acceptable to client for Foreign Consultant with counter guarantee from Nationalized Bank.
Bank guarantee furnished by Foreign consultant shall be confirmed by any Nationalized Bank in
India.

Appendix K: Letter of invitation

Appendix L: Letter of Award

Appendix M: Minutes of pre-bid meeting


Appendix N: Memorandum of Understanding between

And

Whereas National Highways Authority of India (hereinafter called NHAI) has invited proposal
for appointment of Independent Engineer for (Name of project) hereinafter called the Project.
And Whereas (Lead Partner) and JV
partner/s have agreed to form a Joint Venture to provide the said services to NHAI as
Independent Engineer; and
Now, therefore, it is hereby agreed by and on behalf of the partners as follows:
(i) will be the lead partner and will be the other
JV partner/s and percentage share* will be as under:-
Lead Partner - % (in words)
Other JV Partner - % (in words)
(ii) (Lead partner) shall be the incharge of overall administration of
contract and shall be authorised representative of all JV partners for conducting all
business for and on behalf of the JV during the bidding process and subsequently,
represent the joint venture for and on behalf of the JV for all contractual matters
for dealing with the Employer
/NHAI /Concessionaire/ EPC contractor if Consultancy work is awarded to JV.
(iii) All JV partners do hereby undertake to be jointly and severely responsible for all the
obligation and liabilities relating to the consultancy work and in accordance with the
Terms of Reference of the Request for Proposal for the Consultancy Services.

For (Name of Lead partner)

Managing Director/Head of the Firm


Address
For (Name of JV partner/s)

Managing Director/Head of the Firm


Address

Note: The bidder cannot revise their share among Lead/JV partner which was declared at the time
of bidding of respective consultancy assignments.

DISCLAMER

The Applicant must read all the instructions in the RFP and submit the same accordingly.
PROCEDURE UNDER E-TENDERING INSTRUCTIONS TO APPLICANTS
(Note: RFP stands modified to the extent required as per these instructions).
DEFINITIONS
NHAI e-Procurement Portal: An e-tendering portal of National Highways Authority
of India (“NHAI”) introduced for the process of e-tendering which can be accessed
on https://etenders.gov.in
Words in capital and not defined in this document shall have the same meaning as in the
Request for Qualification (“RFP”).

1. ACCESSING/PURCHASING OF BID DOCUMENTS:


(i) It is mandatory for all the Applicants to have Class-III digital signature certificate
(with both Signing and Encryption certificate) (in the name of person who will sign
the Application) from any of the licensed certifying agency (“CA”)
[Applicants can see the list of licensed CAs from the link www.cca.gov.in] to
participate in e-tendering of NHAI. The authorized signatory holding Power of
Attorney shall only be the Digital signatory. In case authorized signatory holding
Power of Attorney and Digital Signatory are not the same, the bid shall be considered
non-responsive
(ii) RFP can be viewed/downloaded, free of cost w.e.f (Date of RFP invitation) till
(one day prior to RFP submission date) up to 1700 hours.
Following may be noted:
(a) Applications can be submitted only during the validity of registration
with the https://etenders.gov.in
(b) The amendments/clarifications to the RFP, if any, will be posted on the
NHAI website.
(iii) To participate in bidding, Applicants have to pay a sum of Rs. 5,000/- (Rs. Five
thousand only) through NEFT/RTGS as a cost of the RFP (non- refundable). Details of
online payment are as follows-
S. No. Particulars Details
1 Name of Beneficiary NHAI REGIONAL OFFICE WEST UP
2 Name of Bank CANARA BANK
3 Account No. 84811010002035
4 IFSC Code CNRB0018481
5 Branch Name GOMTI NAGAR, LUCKNOW

(iv) If the Applicant has already registered with the https://etenders.gov.in and validity
of registration has not expired, then such Applicant does not require fresh
registration.

2. PREPARATION AND SUBMISSION OF APPLICATIONS:


(i) Detailed RFP may be downloaded from https://etenders.gov.in and the Bid may be
submitted online following the instructions appearing on the screen. A Vendor manual
containing the detailed guidelines for e-tendering system is also available on
https://etenders.gov.in
237
(ii) The following shall be the form of various documents in the Application:
A. Only Electronic Form (to be uploaded on the
https://etenders.gov.in

 Technical proposal as indicated in para ‘B’ below


 Financial proposal as per format prescribed in SECTION-5 OF RFP.
B. Original (in Envelope) [Refer to Clause 4.1 (preparation and
submission of Application) of the RFP]

Technical Proposal in scanned form including:

(a) Power of Attorney for signing the Application


(b) If applicable, the Power of Attorney for Lead Member of JV;
(c) Copy of Memorandum of Understanding between JV partners, if applicable;
(d) Copy of Memorandum of Understanding with Associate if applicable
(e) Firms credentials as per format prescribed in SECTION-3 OF RFP.
(f) Technical proposal as per format as prescribed in SECTION-4 OF RFP.
(III) Rs.5,000/- (Rupees Five thousand only) through NEFT/RTGS towards the cost of
RFP. Details for online payment are as follows:
S. No. Particulars Details
1 Name of Beneficiary NHAI REGIONAL OFFICE WEST UP
2 Name of Bank CANARA BANK
3 Account No. 84811010002035
4 IFSC Code CNRB0018481
5 Branch Name GOMTI NAGAR, LUCKNOW

The Applicant shall submit the original documents specified above together with their
respective enclosures to the Authority after declaration of bid evaluation result by
Authority in compliance of Circular No.9.1.11/2019 Dt.06.06.2019 in regard to
dispensation of physical submission of bids
(IV) The Applicant shall upload scanned copies of the Technical Proposal and Financial Proposal
as specified in point nos. 4.1 (ii) A & B above on the https://etenders.gov.in before 1100
hours Indian Standard Time on the Application due date i.e. on 22.11.2024. Financial
Proposal is to be submitted On-line only and no hard submission is to be made.
(V) The Applicant shall upload scanned copies of the documents as specified in point nos. B
above on the https://etenders.gov.in before 1200 hours Indian Standard Time on the
Application due date. No hard copy of the documents as specified in point no. B above is
required to be submitted. In the event of any discrepancy between the original and the copy
(in electronic form), the original shall prevail.
(V) It may be noted that the scanned copies can be prepared in file format i.e. PDF and/or
ZIP only. The Applicants can upload a single file of size of 10 MB only but can upload multiple
files
3. MODIFICATION / SUBSTITUTION / WITHDRAWAL OF BIDS:
(i) The Bidder may modify, substitute or withdraw its e- bid after submission. Prior to the Bid
Due Date. No Bid shall be modified, substituted or withdrawn by the Bidder on or after the
Bid Due Date.
(ii) Any alteration/modification in the Bid or additional information supplied subsequent to the
Bid Due Date, unless the same has been expressly sought for by the Authority, shall be
disregarded.
(iii) For modification of e-bid, bidder has to detach its old bid from e-tendering portal and
upload/resubmit digitally signed modified bid.
(iv) For withdrawal of bid, bidder has to click on withdrawal icon at e-tendering portal and can
withdraw its e-bid.
(v) Before withdrawal of a bid, it may specifically be noted that after withdrawal of a bid for
any reason, bidder cannot re-submit e-bid again.

4. OPENING AND EVALUATION OF APPLICATIONS:


(i) Opening of Proposals will be done through online for Financial Proposal and both on- line
and manually for Technical Proposal.
(ii) For participating in the tender, the authorized signatory holding Power of Attorney shall be
the Digital Signatory. In case the authorized signatory holding Power of Attorney and Digital
Signatory are not the same, the bid shall be considered non- responsive. The Authority shall
open Technical Proposal received as mentioned in point nos. 2 (ii) B at 1130 hours Indian
Standard Time on 23.11.2024 in the presence of the Applicants who choose to attend. This
Authority will subsequently open the Technical Proposal as mentioned in point no.2 (ii) A
(a) above and evaluate the Applications in accordance with the provisions set out in the RFP.
(iii) The Financial Proposal 2 (ii) A (b) will be opened of the short listed applicants who qualify
for financial opening as per RFP. The date of opening of Financial Proposal will be notified
later on.

DISCLAIMER
The Applicant must read all the instructions in the RFP and submit the same
accordingly.
APPENDIX B-9: DRAFT INTEGRITY PACT

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

Tender No.

This integrity Pact is made at on this day of 2023.

Between

National Highways Authority of India (NHAI), a statutory body constituted under the National
Highways Authority of India Act, 1988, which has been entrusted with the responsibility of
development, maintenance and management of National Highways, having its office at G-5 & G-6,
Sector-10, Dwarka, New Delhi, hereinafter referred to as “The Principal”, which expression shall
unless repugnant to the meaning or contract thereof include its successors and permitted assigns.

And hereinafter referred to as


“The Bidder/ Contractor / Concessionaire/Consultant” and which expression shall unless
repugnant to be meaning or context thereof include its successors and permitted assigns.

Preamble

Whereas, the Principal intends to award, under laid down organizational procedures, contract/s
for Consultancy services as Independent Engineer during Operation & Maintenance Period for
the Project “4 lane Unnao-Lalganj section of NH-232A (NH-31) from design Km 00.000 to design
Km 70.000 under Bharatmala Pariyojana on Hybrid Annuity Mode in the state of Uttar Pradesh".
The Principal values full compliance with all relevant laws of the land, rules ofland, regulations,
economic use of resources and of fairness/ transparency in its relations with its Bidder(s) and/ or
Contractor(s)/Concessionaire(s)/ Consultant(s).

And whereas to meet the purpose aforesaid, both the parties have agreed to enter into this
Integrity Pact (hereafter referred to as Integrity Pact) the terms and conditions of which shall also
be read as integral part and parcel of the Tender documents and contract between the parties.
Now, therefore, in consideration of mutual covenants stipulated in this pact, the parties hereby
agree as follows and this pact witnesses as under:-

Article-1 Commitments of the Principal

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

(a) No employee of the Principal, personally or through family members, will in


connection with the tender for, or the execution of a contract, demand, take a
promise for or accept, for self, or third person, any material of immaterial benefit
which the person is not legally entitled to.
(b) The Principal will, during the tender process treat all Bidder(s) with equity and
reason. The Principal will in particular, before and during the tender process,
provide to all Bidder(s) the same information and will not provide to any Bidder(s)
confidential/ additional information through which the Bidder(s) could obtain an
advantage in relation to the tender process or the contract execution.
(c) The Principal will exclude all known prejudiced persons from the process,
whose conduct in the past has been of biased nature.
2. If the Principal obtains information on the conduct of any of its employees which is a criminal
offence under the IPC/PC Act or any other Statutory Acts or if there be a substantive
suspicion in this regard, the Principal will inform the Chief Vigilance Officer and in addition
can initiate disciplinary actions as per its internal laid down Rules/Regulations.

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


Consultant(s).
The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) commit himself to take all
measures necessary to prevent corruption. He commits himself to observe the following principles
during his participation in the tender process and during the contract execution.
(a) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will not, directly or
through any other person or firm, offer, promise or give to any of the Principal‟s
employees involved in the tender process or the execution of the contract or to any
third person any material or other benefit which he/she is not legally entitled to, in
order to obtain in exchange any advantage of any kind whatsoever during the tender
process or during the execution of the contract.
(b) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will not enter with
other Bidders into any undisclosed agreement or understanding, whether formal or
informal. This applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission or bids or any other actions to restrict
competitiveness or to introduce cartelization in the bidding process.
(c) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will not commit any
offence under the relevant IPC/PC Act and other Statutory Acts; further the Bidder(s)
/ Contractor(s) / Concessionaire(s) / Consultant(s) will not use improperly, for
purposes of completion or personal gain, or pass on to others, any information or
document provided by the Principal as part of the business relationship, regarding
plans, technical proposals and business details, including information contained or
transmitted electronically.

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


disclose the name and address of the Agents/ Representatives in India, if any. Similarly the
Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of Indian Nationality shall furnish
the name and address of the foreign principle, if any. Further, details as mentioned in the
"Guidelines on Indian Agents of Foreign Suppliers' shall be disclosed by the Bidder(sy
Contractor(s) Concessionairets) Consultant(s). Further, all the payments made to the Indian
Agent / Representative have to be Indian Rupees only
The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will, when presenting his bid,
disclose any and all payments he has made, is committed to or intends to make to agents, brokers
or any other intermediaries in connection with the award of the contract. He shall also disclose
the details of services agreed upon for such payments.
(e) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will not instigate
third persons to commit offences outlined above or be an accessory to such offences.
(f) 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.

(g) The Bidder(sy Contractor(s)/ Concessionaire(s) Consultant(s) who have signed a


Integrity pact shall not approach the court while representing the matter to IEMS and
shall wait for their decision in the matter

Article 3 Disqualification from tender process and exclusion from future contracts.
1. If the Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s), before award or during
execution has committed a transgression through a violation of any provision of Article-2,
above or in any other form such as to put his reliability or credibility in question, the Principal
is entitled to disqualify the Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) from
the tender process.
2. If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) has committed a
transgression through a violation of Article-2 such as to put his reliability or credibility into
question, the Principal shall be entitled to exclude including blacklist and put on holiday the
Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) for any future tenders/ contract
award process. The imposition and duration of the exclusion will be determined by the
severity of the transgression. The severity will be determined by the Principal taking into
consideration the full facts and circumstances of each case particularly taking into account
the number of transgressions, the position of the transgressors within the company hierarchy
of the Bidder(s)/ Contractors)/ Concessionaire(s)/ Consultant(s) and the amount of the
damage. The exclusion will be imposed for a minimum period of 6 months and maximum
period of 2 years.
3. A transgression is considered to have occurred if the Principal after due consideration of the
available evidence concludes that “On the basis of facts available there are no material
doubts”.
4. The Bidder / Contractor / Concessionaire / Consultant with its free consent and without any
influence agrees and undertakes to respect and uphold the Principal‟ s absolute rights to
resort to and impose such exclusion and further accepts and undertakes not to challenge or
question such exclusion on any ground, including the lack of any hearing before the decision
to resort to such exclusion is taken. This undertaking is given freely and after obtaining
independent legal advice.
5. The decision of the Principal to the effect that a breach of the provisions of this Integrity
Pact has been committed by the Bidder/ Contractor/ Concessionaire/ Consultant shall be
final and binding on the Bidder/ Contractor/ Concessionaire/ Consultant. However,
Ksjaeuoissaouo Consultant(s), the Bidderts Contractor(s) Concessionaire(s) Consultant(s) can
approach IEM(s) appointed for the purpose of this pact.
6. On occurrence of any sanctions / disqualification etc arising out from violation of
integrity pact, the Bidder / Contractor / Concessionaire / Consultant shall not be entitled for any
compensation on this account

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

Article 4 Compensation for Damages.

1. If the Principal has disqualified the Bidder(s) from the tender process prior to the award
according to Arcticle-3, the Principal shall be entitled to forfeit the Earnest Money Deposit
/ Bid Security or demand and recover the damages equivalent to Earnest Money Deposit /
Bid Security apart from any other legal right that may have accrued to the Principal.
2. In addition to 1 above, the Principal shall be entitled to take recourse to the relevant
provisions of the contract related to Termination of Contract due to Contractor /
Concessionaire / Consultant‟ s Default. In such case, the Principal shall be entitled to forfeit
the Performance Bank Guarantee of the Contractor / Concessionaire / Consultant and / or
demand and recover liquidated and all damages as per the provisions of the
contract/concession agreement against Termination.

Article 5 Previous Transgression


1. The Bidder declares that no previous transgressions occurred in the last 3 years immediately
before signing of this Integrity Pact with any other Company in any country conforming to
the anti corruption / Transparency International (TI) approach or with any other Public
Sector Enterprise / Undertaking in India or any Government Department in India that could
justify his exclusion from the tender process.
2. If the Bidder makes incorrect statement on this subject, he can be disqualified from the
tender process or action for his exclusion can be taken as mentioned under Article-
3 above for transgressions of Article-2 and shall be liable for compensation for damages as
per Article-4 above.

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


/ Subcontractors.
1. The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) undertake(s) to demand
from all sub-contractors a commitment in conformity with this Integrity Pact, and to submit
it to the Principal before contract signing.
2. The Principal will enter into agreements with identical conditions as this one with all Bidders
/ Contractors / Concessionaires / Consultants and Subcontractors.
3. The Principal will disqualify from the tender process all Bidders who do not sign this Pact or
violate its provisions

247
Article 7 Criminal charges against violating Bidder(s) / Contractor(s) /
Concessionaire(s) / Consultant(s) / Sub-contractor(s).
If the Principal obtains knowledge of conduct of a Bidder / Contractor / Concessionaire /
Consultant or Subcontractor, or of an employee or a representative or an associate of a Bidder
/ Contractor / Concessionaire / Consultant or Subcontractor, which constitutes corruption, or if the
Principal has substantive suspicion in this regard, the Principal will inform the same to the Chief
Vigilance Officer.

Article – 8 Independent External Monitor (IEM)

1) The Principal appoints competent and credible Independent External Monitor for this Pact
after approval from Central Vigilance Commission. The task of the Monitor is to review
independently and objectively, whether and to what extent the parties comply with the
obligations under this agreement. The following to independent external monitors (IEMs)
has been engaged by NHAI.
(i) Smt Gauri Kumar IAS Retd {Ref office order no. 11019/2797/2021-admn(E-76881)/870-
manual dt. 17.05.2021}
(ii) Shri Ashish Bhauguna IAS Retd {Ref office order no. 11019/2797/2021-admn(E-
76883/37312 )/912-manual dt. 28.05.2021}

2) The Monitor is not subject to instructions by the representatives of the parties and performs
his functions neutrally and independently. 1le reports to the Chairman, NHAI.
3) The Bidder(s) /Contractor(s) /Concessionaire(s) /Consultant(s) accepts that the Monitor
has the right to access without restriction to all project documentation of the Principal
including that provided by the Bidder(s) /Contractor(s) /Concessionaire(s) /Consultant(s).
The Bidder(s)
/Contractor(s) /Concessionaire(s) /Consultant(s) will also grant the Monitor, upon his
request and demonstration of a valid interest, unrestricted and unconditional access to his
project documentation. The same is applicable to Subcontractors.
4) The Monitor is under contractual obligation to treat the information and documents of the
Bidder(s)/ Contractor(s) / Subcontractor(s) with confidentiality. The Monitor has also
signed on Non-disclosure of Confidential Information' and of Absence of Conflict of
Interest". In case of any conflict of interest arising at a later date, the IEM shall inform
Chairman, NHAI and recuse himself herself from that case.
5) The Principal will provide to the Monitor sufficient information about all meetings among
the parties related to the Project provided such meetings could have an impact on the
contractual relations between the Principal and the Bidder/ Contractor/ Concessionaire/
Consultant. The parties offer to the Monitor the option to participate in such meetings.
6) As soon as the Monitor notices, or believes, to notice any transgression as given in Article-
2, he may request the Management of the Principal to take corrective action, or to take
relevant action. The monitor can in this regard submit non-binding recommendations.
Beyond this, the Monitor has no right to demand from the parties that they act in a specific
manner, refrain from action or tolerate action.
7) The Monitor will submit a written report to the Chairman, NHAI within 8 to 10 weeks from
the date of reference or intimation to him by the Principal and, should the occasion arise,
submit proposals for correcting problematic situations.
8) If the Monitor has reported to the Chairman, NHAI, a substantiated suspicion of an offence
under relevant IPC/PC Act or any other Statutory Acts, and the Chairman, NHAI has not,
within the reasonable time taken visible action to proceed against such offence or reported
it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to
the
Central Vigilance Commissioner.
The word 'Monitor' would include both singular and 248
plural
Article 9 Pact Duration
This Pact begins when both parties have legally signed it. (In case of EPC i.e. for projects funded by
Principal and consultancy services). It expires for the Contractor/ Consultant 12 months after his
Defect Liability period is over or 12 months after his last payment under the contract whichever is
later and for all other unsuccessful Bidders 6 months after this Contract has been awarded. (In case
of BOT Projects) It expires for the concessionaire 24 months after his concession period is over and
for all other unsuccessful Bidders 6 months after this Contract has been awarded. Any violation of
the same would entail disqualification of the bidder and exclusion from future dealings.

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

Article 10 Other Provisions.

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

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


3. If the Bidder/Contractor/Concessionaire/Consultant is a partnership or a
consortium, this pact must be signed by all partners or consortium members.

4. Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their original intentions.

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

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

7. Any disputes/ differences arising between the parties with regard to term of this pact,
any action taken by the Principal in accordance with this Pact or interpretation thereof
shall not be subject to any Arbitration.

8. The actions stipulated in this Integrity Pact are without prejudice to any other legal
action that may follow in accordance with the provisions of the extant law in force
relating to any civil or criminal proceedings.
In witness whereof the parties have signed and executed this Pact at the place and date first done
mentioned in the presence of following witness:-

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

Contractor/ Concessionaire/Consultant )

(Office Seal )

Place

Date

Witness 1 :

(Name & Address):

Witness 2 :

(Name & Address):

You might also like