[go: up one dir, main page]

0% found this document useful (0 votes)
402 views245 pages

Paniyala-Barodameo Highway RFP

Uploaded by

sethikhan70
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)
402 views245 pages

Paniyala-Barodameo Highway RFP

Uploaded by

sethikhan70
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

(Ministry of Road Transport & Highways)

Government of India

Consultancy Services for Authority’s Engineer for Supervision of Construction


of Six lane access-controlled Paniyala-Barodameo Inter Corridor Route from
Km 0+000 to Km 86+513 in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana

REQUEST FOR PROPOSAL


(RFP)

National Highways Authority of India

October 2022
CONTENT

S. No. Particulars Page Nos.


1 SECTION 1: Information to Consultants 1-8
2 SECTION 2: Letter of Invitation 9-39
3 SECTION 3: Format for Submission of Firms Credentials. 40-43
4 SECTION 4: Format for Submission of Technical Proposal. 44-64
5 SECTION 5: Format for submission of Financial proposal. 65-71
6 SECTION 6: Terms of Reference. 72-190
7 SECTION 7: Draft Form of Contract. 191-243
NHAI/Bharatmala/ICR/PAB/AE/2022 10.10.2022

REQUEST FOR PROPOSAL (RFP)

SECTION 1: INFORMATION TO CONSULTANTS

Sub: Consultancy Services for Authority’s Engineer for Supervision of Construction of Six lane
access-controlled Paniyala-Barodameo Inter Corridor Route from Km 0+000 to Km 86+513 in the
State of Rajasthan on EPC Mode under Bharatmala Pariyojana

1. The National Highways Authority of India (the ‘Employer’) invites proposals from eligible
Consultants for engaging an Authority’s Engineer (AE) on the basis of International
Competitive Bidding for the following contract package in the State of Rajasthan.

TABLE1: DETAILS OF PROJECT

Project
Length
Consult Assignment
NH (km)/Pr
ancy State Project Stretch period
No. oject
Package (months)
Cost
(crore)
Construction of Six lane access- Construction
controlled Highway from Km 0+000 period (24
to Km 40+080 (Paniyala to Mator 40.08 km/ months)
1 Section of Paniyala-Barodameo ICR) Rs 963.30 +
in the State of Rajasthan on EPC Mode crore Maintenance
under Bharatmala Pariyojana Period (60
(Package-1) months)
Rajast
- Construction
han Construction of Six lane access-
controlled Highway from Km 40+080 period (24
46.433
to Km 86+513 (Mator to Barodameo months)
km/
2 Section of Paniyala-Barodameo ICR) +
Rs 1091.43
in the State of Rajasthan on EPC Mode Maintenance
under Bharatmala Pariyojana crore
Period (60
(Package-2) months)
86.513
km/
Total 2054.73
crore

2. The RFP has also been uploaded on “INFRACON” ([Link]). As such before
submitting the proposal the Consultant shall mandatorily register and enlist themselves
(the firm and all key personnel), on the MoRTH portal “INFRACON” and furnish registration
details along with its RFP. A copy of Infracon Operation Procedure is also enclosed for
bidder’s reference.

3. All the bidders registered on Infracon shall form a Team on Infracon and which would be
assigned unique Infracon Team ID. Bidders while submitting the proposal shall quote the
Infracon Team ID.

3.1 Any bidder from a country which shares a land border with India will be eligible to bid in
any procurement whether of goods, services (including consultancy services and non-
Page 1 of 243
consultancy services) or works (including turnkey projects) only if the bidder is registered
with the Competent Authority as per Stipulated provision In Ministry of Finance
Department of Expenditure (Public Procurement Division) office Memorandum No F. No.
6/18/2019-PPD dated 23.07.2020.

4. Bid must be submitted online at e-tender portal of National Highways Authority of India
[Link] on or before 11:00 hours on 24.11.2022.

5. Selection of AE shall be as per selection procedures given in the Model Agreement for
Engineering Procurement and Construction. The selected AE shall be intimated to the
Contractor.

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

7. National Highways Authority of India (Name of Employer) intends to appoint a Consultant


to act as Authority’s Engineer for implementation of the EPC project. As per the Terms and
Conditions of the EPC Agreement (s), the Authority’s Engineer shall perform all the duties
as per TOR given in this RFP along with any amendment thereof. The selection of
Independent Engineer shall follow the laid down procedures given in the Contract
Agreement signed between Employer and Contractor.

8. The interested consultancy firms may download the RFP document from the official website
of the Employer w.e.f. 10.10.2022 to 24.11.2022 up to 11:00 hrs. The Consultant who
download the RFP document from the website will be required to pay the non-refundable
fee of Rs. 5,000/- towards cost of RFP at the time of the submission of the Bid proposal
transmitted through SFMS Gateway to NHAI, details of which is as under:

S. No. Particulars Details


1. Name of Beneficiary National Highways Authority of India
2. Name of Bank Canara Bank
3. Account No. 8598201005819
4. IFSC Code CNRB0008598

The RFP will be invited through e-tendering portal. Refer Procedure under e-tendering for
submission of RFP through e-tendering.

9. Unqualified bidders would be informed regarding their non-qualification, without any


explanation.

10. The proposal should be submitted by consultancy firms in two parts. The two parts of the
proposal are Part1: Technical Proposal and Part2: Financial Proposal. For a given EPC
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 only be considered for further evaluation. Under stage 2, the financial proposal of such
firms as selected above shall be opened and evaluated. Proposals will finally be ranked
according to their combined technical and financial scores as specified in clause 5 of section
2.

10.1 A Bidder is required to submit, along with its technical BID, a self-certification that the item
offered meets the local content requirement for ‘Class -I local bidder' / 'Class-Il local bidder',

Page 2 of 243
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-l 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.

11. The total time period for the assignment as Authority’s Engineer will be for Construction
Period of 24 months + Maintenance Period of 60 Months with reduced man power.

12. Consultants may apply either as a sole firm or forming Joint Venture with other consultants.
In case of Joint Venture, the maximum number of Joint Venture partners is limited to 2 (i.e.
one lead + 1 JV partners). Formulation of more than one JV/association with different
partners for the same work is not allowed and all such proposal involving the firms shall be
treated as non-responsive. If the Consultant submits bids as sole applicant and also in
JV/Association with another consultant, both bids shall be summarily rejected. No
Consultant shall submit more than one bid.

12.1 Any bidder from a country which shares a land border with India will be eligible to bid in
any procurement whether of goods, services (including consultancy services and non-
consultancy services) or works (including turnkey projects) only if the bidder is registered
with the Competent Authority as per Stipulated provision In Ministry of Finance
Department of Expenditure (Public Procurement Division) office Memorandum No F. No.
6/18/2019-PPD dated 23.07.2020.

13. (A) The Applicant whether a sole applicant or lead member with joint venture may include
any number of Associate to provide technology in assignment (refer para 10 (iii) of data
sheet). The Associate firm can provide equipment based road inspection services for any of
the 4 equipment viz., (i) Network Survey Vehicle including all modules required as per
technical specifications, (ii) Falling Weight Deflectometer, (iii) Mobile Bridge Inspection
Page 3 of 243
Unit and (iv) Retro Reflectometer. However, the Associate(s) cannot be common for 2 or
more bidders. If any Associate is common with 2 or more bidders, all those bids shall be
declared non-responsive. Hence, the bidder may ensure on his own that the associate
proposed by him is not proposed by any other bidder participating in the same assignment
and the bidder is solely responsible in this regard.

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

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

14. The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice to the National Highways Authority of India any other
right or remedy hereunder or in law or otherwise, the Applicant shall be debarred from
participating in the future projects of the National Highways Authority of India in the
following situations

(a) If an Applicant withdraws its Proposal during the period of its validity as specified
in this RFP and as extended by the Applicant from time to time.
(b) In the case of a Selected Applicant, if the Applicant fails to sign the Agreement.

15. Consulting firms meeting the following criteria are only eligible for applying for this
assignment. Firms not meeting these criteria, need not apply.

* The construction period to be indicated in the RFP by concerned Technical Division inviting
the RFP.

A). Eligibility criteria for sole applicant firm.

S. No. Experience of the firm in last 7 years Annual


Preparation of DPR Project Supervision/IC Turnover***
(NH/SH/Equivalent) (NH/SH/Equivalent)
1 (a). The firm should have The firm should have minimum Annual turnover
minimum experience of experience of Project (updated average
preparation of detailed Supervision/Independent of last 3 years) of
Project Report/ Engineer/Consultant of 2/4/6**- the firm from
Feasibility Study cum laning/Bridge project of aggregate consultancy
Preliminary Design length equal to 3 times or more (260 business should
Report of 2/4/6**- km) of similar category** for which be equal to or
laning/Bridge project of RFP is invited. more than 2% of
aggregate length equal to Estimated Project
2 times or more (174 km) Cost (Rs 41.10
of similar category for crore).
which RFP is invited.

Page 4 of 243
S. No. Experience of the firm in last 7 years Annual
Preparation of DPR Project Supervision/IC Turnover***
(NH/SH/Equivalent) (NH/SH/Equivalent)
1 (b) Firm should also have experience of
Project Supervision/ Independent
Engineer/ Authority’ Engineer of at
least one project of similar category
of two/four/six** laning/bridge
work of length equal to 40% of
project length (34.61 km).

** Similar project means 2/4/6 lane as applicable for the project for which RFP is invited. For
2-lane projects experience of 4/6 lane also to be considered with a multiplication factor of
1.5. Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For
4/6 laning projects, experience of 2 lane will be considered with a multiplication factor of
0.4, but only for those 2 lane projects whose cost of consultancy services was more than Rs.
3.0 crores. For standalone bridge projects, experience in bridge work (either standalone
project or as a part of road project) only be considered.

B) Eligibility Criteria for partners in case of JV (not more than 1 JV partners shall be
allowed) shall be as under:

The lead partner must fulfil at least 50% of requirements at 1(a) of table in para (A) above
and other JV partner should fulfil at least 30% of eligibility criteria as indicated at 1(a) of
table in para (A) above. Also the lead partner and JV partner jointly should meet the
eligibility criteria as mentioned at 1(a) of table in para (A) above. Lead partner should meet
the criteria 1 (b) of table in para (A) above.

Note: The weightage given for experience of a firm would depend on the role of the firm
in the respective assignments. The firm’s experience would get full credit if it was the sole
firm in the respective assignment. If the applicant firm has completed projects as JV with
some other firms, weightage shall be given as per the JV share***. However if the applicant
firm has executed the project as associate with some other firms, 25% weightage shall be
given to the applicant firm for the projects completed under such association.

*** For weightage of experience in any past Consultancy assignment, experience certificate
from the client shall be submitted. In absence of clear demarcation of JV share in client
certificate, the weightage will be treated as 60% for lead partner and 40% for minor
partner. 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.

C) Requirements with respect to Technical Capacity Provisions for maximum works to


be permitted with one consultant:
(i) The maximum number of works to be permitted with one consultant is restricted as per the
following ceilings.
Sr Col. (2) Col. (3) Col. (4) Col. (5) Col. (6)
No
1 Average Annual Turnover of Firm Up to Rs. More than More than More than
in last 3 Financial Years (from 10 Crores Rs. 10 to 30 Rs.30 to 60 Rs.60
consultancy works) Crores Crores Crores
Page 5 of 243
Sr Col. (2) Col. (3) Col. (4) Col. (5) Col. (6)
No
No. of Key Professionals on
2. fulltime rolls (minimum for one 10 25 40 60
last year)
Max no. of projects/DPR
Assignments to be allotted to one
3. particular consultant including 6 12 25 40
ongoing projects at a time in
NHAI.
Maximum no. of DPR
4
Assignments out of those given 6 12 25 40
(i)
at Sr. No. 3 above
Maximum no. of IE/AE/SC
4
Assignments (cap of 75%) out of 4 9 18 30
(ii)
those given at Sr. No. 3 above

Note:

(1) Conditions in both Sr. No. 1 & Sr. No. 2 are to be fulfilled to claim maximum no. of projects
given in Sr. No. 3 & 4.

(2) In case of JV bidding for the current assignment, the technical capacity of JV will be
determined with respect to the weighted average of turnover, key professionals & ongoing
assignments on the basis of share of consultancy fee in the ongoing assignments and
proposed share in the current bid. Refer the illustration at Annex-B.

(3) In case any partner of the joint venture has its individual remaining bid capacity less than
0.5 thus making him ineligible for the current bid but, on formation of joint venture, the
remaining bid capacity becomes more than 0.5, then during the technical evaluation of the
bids, the bids of such JVs will be declared as non-responsive and they will not allowed to
participate in the current assignment.

(ii) The consulting firms should be encouraged to carry out a max of DPR and Supervision
Assignments like IE/AE. Out of maximum number of projects given at Sr. No. 3 above, the
celling 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 and 4 above shall not be opened.

(iii) The following assignments would not be counted for the purposes of maximum number of
projects given at Sr. No. 3 to 4 of above Table.

(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 (ii) 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

Page 6 of 243
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 works awarded on the date
of opening of Financial Bid and in progress will be taken into consideration as utilized
capacity. Projects of NHAI (awarded /in progress) only shall be considered for maximum
no. of projects in Sr. No. 3 & 4 purpose. The Consultant shall provide these details and they
shall be solely responsible for accuracy of such details provided.

(vi) The Consulting Firms shall submit Form-26 AS In order to certify their permanent key
personnel (as given in Sr. No. 2 of above table) along with the proposed candidates.

(vii) The bidders shall submit the requisite details in the prescribed formats of technical
proposal along with the RFP documents for evaluation of bids accordingly. The modified
format for determination of Technical Capacity (Form T-11) is enclosed at Appendix B.

16. In case the financial figures and values of services provided are in foreign currency 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.

17. The Bidder including individual or any of its Joint Venture Member should, in the last 2
years, have neither failed to perform for the consultancy services pertaining to
Expressways, National Highways, ISC (Inter State Connectivity) & EI (Economic
Importance) works, as evidenced by imposition of a penalty by an arbitral or judicial
authority or a judicial pronouncement or arbitration award against the Bidder including
individual or any of its Joint Venture Member, as the case may be, nor has been expelled or
terminated by Ministry of Road Transport & Highways or its implementing agencies for
breach by such Bidder including individual or any of its Joint Venture Member. Consultants
(sole firm or lead firm and any of the JV partners) who do not fulfil the aforesaid condition
as on last date of submission of proposal, need not apply as their RFP proposal will not be
entertained.

18. Employer will not be responsible for any delay, loss or non-receipt of RFP document sent
by post/courier. Further, Employer 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.

19. The two parts of the Proposal (Technical proposal and Financial proposal) must be
submitted on-line only with all pages numbered serially, along with an index of submission
as per procedure under e-tendering. Physical submission of the proposal shall not be
accepted. In the event, any of the instructions mentioned herein have not been adhered to,
the Employer may reject the Proposal.

20. Employer will be at liberty to keep the credentials submitted by the Consultants at bidding
stage, in public domain and the same may be uploaded by Employer on Employer’s web-
site. Consultants should have no objection if Employer uploads the information pertaining
to their credentials as well as of their key personnel.

Page 7 of 243
21. The individual key personnel proposed in the bid by the consultants or any replacement
thereof should undertake that they shall have no objection in uploading/hoisting of their
credentials by Employer in public domain.

22. RFP submission must be received not later than 11:00 hrs on 24.11.2022 in the manner
specified in the RFP document at the address given below.

Address of Employer:
Shashi Bhushan,
General Manager (Technical) Bharatmala,
National Highways Authority of India,
G-5 & 6, Sector-10, Dwarka,
New Delhi 110 075
Email: shashibhushan@[Link]
Phone # +91 11 25074100/200 Extension: 1280

Page 8 of 243
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 AE to submit a proposal for providing consulting services
required for the assignment named in the attached Letter of Invitation.

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

1.3 The assignment shall be implemented in Construction Period (24 Months) and
Maintenance Period (60 Months).

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

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

1.6 Consultant have an obligation to disclose any situation of actual or potential conflict that
impacts their capacity to serve the best interest of their Client, or than may reasonably be
perceived as having this effect. Failure to disclose said situations may lead to the
disqualification of the Consultant or the termination of its Contract and/or any other action
as deemed fit by the Authority at any stage.

1.7 It is the National Highways Authority of India policy that the consultants observe the
highest standard of ethics during the selection and execution of such contracts. In
pursuance of this policy, the National Highways Authority of India:

(a) Defines, for the purpose of this paragraph, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting,


directly or indirectly, of anything of value to influence the action of a
public official in the selection process or in contract execution;
(ii) “fraudulent practice” means a misrepresentation or omission of facts in
order to influence a selection process or the execution of a contract;
(iii) “collusive practices” means a scheme or arrangement between two or

Page 9 of 243
more consultants with or without the knowledge of the Client, designed
to establish prices at artificial, non-competitive levels;
(iv) “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.

(b) 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;

(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded a contract if it at any time determines that the firm has engaged in corrupt
or fraudulent practices in competing for, or in executing, a contract; and

(d) will have the right to require that a provision be included requiring consultants to
permit the Employer to inspect their accounts and records relating to the
performance of the contract and to have them audited by authorized
representatives of Employer.

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

1.9 Consultants shall furnish information on commissions and gratuities, if any, paid or to be
paid to agents relating to this proposal and during execution of the assignment if the
Consultant is awarded the Contract, in the Financial Proposal.

1.10 The Data Sheet indicates how long Consultants’ Proposals must remain valid after the
submission date. During this period, Consultants shall maintain the availability of
Professional staff nominated in the Proposal. The Client will make its best effort to complete
the process within this period. Should the need arise, however, the Client may request
Consultants to extend the validity period of their proposals. Consultants who agree to such
extension shall confirm that they maintain the availability of the Professional staff
nominated in the Proposal, or in their confirmation of extension of validity of the Proposal,
consultants could seek replacement up to a maximum of 50% key personnel. If any
Consultant seeks any replacement(s), while extending the bid validity, then the same shall
be evaluated for ascertaining suitability of replacement as per the provisions of the RFP and
remuneration shall not be reduced for any such replacement(s). However, the technical
evaluation shall take into account of the originally submitted CV(s) only irrespective of
replacement sought.

Page 10 of 243
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
National Highways Authority of India e-portal.

2.2 At any time before the submission of Proposals, the Client may for any reason, whether at
its own initiative or in response to a clarification requested by a Consulting firm, modify the
RFP documents by amendment. Any amendment shall be issued in writing through
addendum. Addendum may be sent by mail, cable, telex, facsimile or electronic mail to
consultants or/and will be hosted on Employer’s 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, 4 and 5) in 2 separate envelopes/ packages and put together in
one single outer envelope/package. The two parts shall be:

Part 1: Technical Proposal and


Part 2: Financial Proposal.

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 or inclusion of Associate company, 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. In case
the man months of TOR are amended in view of Client’s own initiative or in response
to clarification sought by any Consulting firm, the man months so amended and
published shall be considered for the purpose of evaluation as well as award.

ii. The Consultants should prefer to field as many of their permanent staff as possible.

Page 11 of 243
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.
Applicant shall submit the details of the period of employment of the proposed
personnel with the firm.

iii. A good working knowledge of the language specified in the data sheet is essential
for key professional staff on this assignment. Reports must be in the language (s)
specified in the data sheet

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 organisation 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 by the Consultant and their JV partner, separately.
ii. Any comments or suggestions on the ToR and a description of the methodology
(work plan) which the firm proposes to execute the services, illustrated with bar
charts of activities.
iii. Site Appreciation: limited to four A4 size pages in 1. 5 space and 12 font including
photographs, if any;
iv. Proposed methodology for the execution of the services illustrated with bar charts
of activities, including any change proposed in the methodology of services
indicated in the TOR, and procedure for quality assurance: Maximum 4 pages;
v. The proposed methodology should be accompanied by the consultants initial view,
key challenges they foresee and potential solutions. It should also include details on
adoption of superior technology along with proof: limited to six A4 size pages in 1.5
space and 12 font including photographs;
vi. The proposal shall indicate as to whether the firm is having the facilities for carrying
out the following field activities or these are proposed to be outsourced to
specialized agencies.
 Surface defects detection and roughness measurement using Network
Survey Vehicle
 Pavement strength measurement using FWD
 Bridge inspection using Mobile Bridge Inspection Unit

 Road signs inspection using Retro Reflectometer


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

Page 12 of 243
ix. The composition of the proposed staff team, the tasks which shall be assigned to
each and their timing;
x. Requirement for submission of CVs.
a. The CVs of following [six] key personnel in the format as per Appendix-B-6
is to be furnished on INFRACON portal.
Team leader cum Senior Highway Engineer, Resident cum Highway
Engineer, Bridge/Structural Engineer, Senior Pavement Specialist, Senior
Quality cum Material Expert and Road Safety Expert in case of Normal
Highway Project.
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,
at any stage, action including termination and debarment from future
National Highways Authority of India projects for a minimum period of 2
years may be taken by National Highways Authority of India on the
personnel and the Firm.
b. Key information should include years with the firm and degree of
responsibility held in various assignments. In CV format, at summary, the
individual shall declare his qualification & total experience (in years)
against the requirements specified in TOR for the position (Ref. Enclosure-
B of TOR). If any information is found incorrect, at any stage, action
including termination and debarment from future National Highways
Authority of India projects up to 2 years may be taken by National Highways
Authority of India on the personnel and the firm.
c. CVs of Key Personnel having intermittent inputs will be considered only if
the assignments on hand as on 7 days before due date of proposal including
those for which LOA has been received from the Client or for which
Consultant has been declared as H1 are such that the key personnel is able
to proportionately devote the given man months for this project.
d. All the CVs which are to be evaluated should be complete in all respects
including signing and certification by the individual and the firm.
e. Minimum 75% marks required. CV of six Key Personnel will be evaluated CV
of proposed Team Leader should score at least 75% marks. If not, the
proposal shall not be considered further.
f. If a CV score less than 75% marks, whatever marks it score will be carried
forward for maximum 3 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 3 nos. key personnel for determining the total
score of the firm. In case, a firm is H-1, then all such Key Personnel (whose
Page 13 of 243
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 shall be 10% for each
replacement. In case more than 3 CV scores less than 75% marks or Team
leader cum Senior Highway Engineer scores less than 75% marks, the
proposal shall be considered non-responsive.
g. In case CV of a person is turned out to be fake/incorrect/inflated during the
assignment, the consultancy firms shall have to refund the salary and perks
drawn including interest @12% per annum in respect of the person apart
from other consequences. In addition to above, 10% of the salary and perks
to be refunded shall be recovered from the Firm as penalty. In the event the
penalty is not paid by the Consultancy Firm, the same shall be recovered
from encashment of performance security of the firm.
h. 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 Authority’s Engineer and hence no
deduction in remuneration shall be affected. However, in this case the
original CV will be considered for evaluation purpose.
xi. Deployment Schedule for each key personnel should be formulated and
incorporated in the Technical Proposal which will be reviewed on quarterly basis.
xii. 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.
xiii. In case, consultant Firm’s 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.

3.6 Bidders are required to submit the detail of all ongoing assignment as per table below with
a declaration that all key personnel in the existing contracts have been duly deployed on
such ongoing projects during the last 3 months:

Name of the project:

Name of the Project Director:

Name of the Project Implementation Unit:

Name of IE/AE/SC (please specify):

Stage of the project: under implementation/O&M of the Completed project (please select one)
Name of Designation Aadhar Number of days Number of days %
Key No. present on the required to be present availability
personnel project during last during last 3 months
3 months as per schedule

Page 14 of 243
Declaration by bidder

All key personnel in the existing contracts have been duly deployed on such ongoing projects during
the last 3 months

Signature
(Authorised Signatory)

Part 2: Financial Proposal

3.7 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.
Consultants shall be paid billing rates for services as per financial proposal submitted by
them basis. Beginning 13th months from the last date of submission of bid, billing rates shall
be increased to cover all items of the contract i.e. remuneration, vehicle hire, office rent,
consumables, furniture etc. @ 5% every 12 months. However, for evaluation and award of
the Bid proposals, the quoted initial rate (as applicable for first 12 months from last date of
submission of bid) shall be multiplied by the total time input for each position on this
contract, i.e. without considering the increase in the billing rates. All payments shall be
made in Indian Rupees and shall be subjected to applicable Indian laws withholding taxes
if any.

3.8 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.

3.9 Consultants may express the price of their services in the Indian Rupees only.

3.10 Goods & Service tax as applicable shall be paid to the Consultant while making payment for
services rendered. The consultants shall then deposit the same with the tax authorities and
provide a proof of having done so within next 90 days in line with policy circulars issued by
Employer. Employer shall pay only the Goods & service tax.

4. SUBMISSION, RECEIPT AND OPENING OF PROPOSALS


4.1 PREPARATION & SUBMISSION OF APPLICATIONS:

A. Detailed RFP may be downloaded from E-tendering portal of Employer and the Application
may be submitted online following the instructions appearing on the screen.
B. The following shall be the form of various documents in the Application:

(I) Technical Proposal {Only Electronic Form (to be uploaded on the E-tendering
portal of Employer)}
(a) Power of Attorney for signing the Application
Page 15 of 243
(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. (The
details are to be submitted through INFRACON only)
(f) Technical proposal as per format prescribed in SECTION-4 OF RFP. (The
details are to be submitted through INFRACON only.)

(II) Financial proposal as per format prescribed in section-5 of RFP

(III) Proof of Online payment towards the cost of Bid document of Rs. 5,000/- (Rupees
Five thousand only) transmitted through SFMS Gateway to NHAI ;

(IV) Bidders have to comply with the OM No. 13030/09/2008-vig dated 28th January,
2013 (copy enclosed) regarding Integrity pact.

(V) Bidders are requested to ensure that documents uploaded in Electronic Form are
legible and high quality scanned documents.

C. The successful bidder shall submit the original documents specified above in point No. 4.1
B (I) (a), (b), (c)& (d) above together with their respective enclosures to the Authority
before signing of the Agreement.

i.) The Applicant shall upload scanned copies of the Technical Proposal and Financial
Proposal as specified in point nos. 4.1 (B) (I) ,(II), (III) & (IV) above on the E-tendering
portal of Employer before 11:00 hours Indian Standard Time on the Application due
date i.e. on 24.11.2022. Financial Proposal is to be submitted On-line only and no hard
submission is to be made.

4.2 Modification/Substitution/Withdrawal of bids:

(i) The Bidder may modify, substitute or withdraw its e- bid, prior to the Bid Due Date. No Bid
shall be modified, substituted or withdrawn by the Bidder on or after the Bid Due Date.

(ii) Any alteration/modification in the Bid or additional information supplied subsequent to the
Bid Due Date, unless the same has been expressly sought for by the Employer, shall be
disregarded.

(iii) For modification of e-bid, bidder has to detach its old bid from e-tendering portal and
upload/resubmit digitally signed modified bid.

(iv) For withdrawal of bid, bidder has to click on withdrawal icon at e-tendering portal and can
withdraw its e-bid.

(v) Before withdrawal of a bid, it may specifically be noted that after withdrawal of a bid for
any reason, bidder cannot re-submit e-bid again.

4.3 OPENING AND EVALUATION OF APPLICATIONS:

(i) Opening of Proposals will be done through online for both Financial Proposal and Technical
Proposal.

Page 16 of 243
(ii) For participating in the tender, the authorized signatory holding Power of Attorney shall be
the Digital Signatory. In case the authorized signatory holding Power of Attorney and Digital
Signatory are not the same, the bid shall be considered non-responsive.

The Employer will open the Technical Proposal at 11.30 hours Indian Standard Time on
25.11.2022 in the presence of the Applicants who choose to attend and evaluate the
Applications in accordance with the provisions set out in the RFP.

(iii) The Financial Proposal will be opened of the short listed applicants who qualify for financial
opening as per RFP. The date of opening of Financial Proposal will be notified later on.

5 PROPOSAL EVALUATION

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

5.2 Deleted

Technical Proposal

5.3 The Evaluation Committee appointed by the Employer shall carry out its evaluation
applying the evaluation criteria and point system specified in the data sheet. Each
responsive proposal shall be attributed a technical score (ST.) Only those Applicants whose
Technical proposal score 75 marks or more out of 100 shall qualify for further
consideration. However, if the number of such pre-qualified applications is less than two,
the Employer may, in its sole discretion, pre-qualify the applicant(s) whose technical score
is less than 75 marks.

Financial Proposal

5.4 After the evaluation of Technical Proposals is completed and the shortlist of firms is
finalised, the Employer may notify those consultants whose proposals were not considered
as per conditions of RFP. The Employer shall simultaneously notify the shortlisted firms
indicating the date and time set for opening of the Financial Proposals.

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

5.6 The Evaluation Committee will determine whether the submitted Financial Proposals are
complete (i.e. whether they have included cost of all items of the corresponding proposals;
if not, then the cost towards such missing items will be considered as NIL, but the Consultant
shall, however, be required to carry out such obligations without any additional
compensation.) and without computational error. 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 lowest financial proposal (FM) will be given a financial score (SF) of 100 points. The
financial scores of other proposals will be computed as follows:

SF= 100 x FM/F (F= amount of financial proposal)

Page 17 of 243
5.8 Proposals will finally be ranked according to their combined technical (ST) and financial
(SF) scores as follows:

S= ST x Tw+SF x Fw
Where S is the combined score, and Tw and Fw are weights assigned to Technical Proposal
and Financial Proposal that shall be 0.80 and 0.20 respectively.

5.9 The selected Authority’s Engineer shall be the first Ranked Applicant (H-1, having the
highest combined score). In the event the proposals of two or more consultants have the
same scores in the final ranking, the proposal with the highest technical score should be
ranked first.

5.10 Subject to the provisions of Clause 5.8, the Bidder whose BID is adjudged as responsive. The
bidder shall be declared as the selected Authority Engineer shall be the first Ranked
applicant (H-1 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 or 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 of purchase
preference shall be invited to match the H-1 price and so on and contract shall be awarded
accordingly. In case none of the 'Class-I local bidder' within the margin of purchase
preference matches the H-1 price, the contract shall be awarded to the H-1 bidder.

'Margin of purchase preference' means the maximum extent to which the price quoted by
'Class-I local bidder' may be above/below the H-1 for the purpose of purchase preference.
The margin of purchase preference shall be 20%.

6 AWARD OF CONTRACT

6.1 The Client shall issue letter of award to selected Consultant and ask the Consultant to
provide Performance Security as in Para-7 below. If the selected Consultant fail to provide
performance security within the prescribed time or the Consultant fail to sign the
Contract Agreement within prescribed time, the Client may invite the 2 nd highest
ranking bidder Consultant and follow the procedure outlined in Para-6 and 8 of this
Letter of Invitation.

Page 18 of 243
7 PERFORMANCE SECURITY

7.1 The successful consulting firm shall have to submit a Bank Guarantee (BG) for an amount of
3.00% of the Contract Value within 15 days of issue of LOA. The BG shall be valid for a period
of 86 months i.e. up to 2 months beyond the expiry of the Contract period of 84 months. The
BG shall be in the format specified in Appendix H of draft contract form and furnished from a
Nationalised Bank, IDBI or ICICI/ICICI Bank/Foreign Bank/EXIM Bank / Any Scheduled
Commercial Bank approved by RBI having a net worth of not less than 1000 crore as per latest
Annual Report of the Bank. In the case of a Foreign Bank (issued by a Branch in India) the net
worth in respect of Indian operations shall only be taken into account. In case of Foreign Bank,
the BG issued by Foreign Bank should be counter guaranteed by any Nationalised Bank in India.
In case of JV, the BG shall be furnished on behalf of the JV and not individually by the members.

Alternatively, a single Bank Guarantee to cover for performance of all projects under NHAI may
be deposited as tabulated below, at the discretion of 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 extension of the validity of the Performance
Security at least one month prior to 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 0.25
10-20 0.50
20-30 0.75
30-40 1.00
40-60 1.50
60-80 2.00
80-100 2.50
100-200 4.00
Beyond 200 5.00

7.2 In the event the Consultant fails to provide the security within 15 days of date of LOA, it may
seek extension of time for a period of 15 (Fifteen) days on payment of damages for such
extended period in a sum of calculated at the rate of 0.1% (Zero Point One Percent) of the
contract price for each day until the performance security is provided. For the avoidance of
doubt the agreement shall be deemed to be terminated on expiry of additional 15 days’ time
period.

7.3 Notwithstanding anything to the contrary contained in this Agreement, the Parties agree that
in the event of failure of the Consultant to provide the Performance Security in accordance
with the provisions of Clause 7.1 within the time specified therein or such extended period as
may be provided by the Authority, in accordance with the provisions of Clause 7.2 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 1-2 years.

Page 19 of 243
8. Signing of Contract Agreement
After having received the performance security and verified it, the Client shall invite the
selected bidder for signing of Contract Agreement on a date and time convenient to both
parties within 15 days of receipt of valid Performance Security.

9 Penalty Provisions
In case of deficiency in services, the penal action shall be initiated in terms of Clause 3.1.3 of
General Condition of contract.

Page 20 of 243
DATASHEET

(As Mentioned in Letter of Invitation to Consultants)

Sub clause No. in Letter of Invitation to Consultants

1 Pre-Proposal Conference shall be held at: Employer’s Office on 27.10.2022 at 15.00


hrs.

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

3 Clarification may be requested 7 days prior to Pre Proposal Conference. The address for
requesting clarification is:
Shri Shashi Bhushan,
General Manager (Tech)
National Highways Authority of India
G-5 & G-6, Sector 10, Dwarka
New Delhi 110 075.
(Tel:- 011-25074100/4200 Extn. 1092) (Fax:- 011-25074100 Extn. 1280)
(E-mail: shashibhushan@[Link])
4 The Language of documents and correspondence will be English

5 All the personnel shall have working knowledge of English and all the reports etc. shall be
written in English.

6 National Highways Authority of India shall reimburse only Goods and service tax.
Authority’s Engineer 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.
Consultants are requested to consult Tax Consultants for details.

7. The Consultants to ensure that their firms and key personnel should register their
credentials/modules on [Link] as stipulated in MoRT&H Circular No. RW-NH-
35075/1/2010-S&R® dated 28.10.2015.

8 The Consultants to state cost in INR.

9 The time and date of submission: 11:00 hrs 24.11.2022.

10 The points assigned to Technical Evaluation criteria are:


S.
Description Marks
No.
1 Relevant experience for the assignment 40
2 Experience in use of technology for road inspection 20
3 Qualifications and competence of the key staff for the 40
assignment
Total 100

Page 21 of 243
i. Sub criteria for Relevant Experience of the firm for the assignment
Average Annual Turnover (last 3 years) from consultancy business (Min 41.10 crore) 2
Nos. of Highway Professionals with the firm * The professionals who possess degree in 10
Civil Engineering/Transport Planning/Transport Economics/Traffic
Management/Geology/ Environment Science or Engineering and 8 years’ experience
in highway/bridge/tunnel with employment in the firm for more than one year. The
current Employment Certificate shall be uploaded by Key Personnel on INFRACON.
Experience as Independent Engineer/Authority Engineer/Construction Supervision in 10
Number of Highway Projects of length equal to 40% of project length (34.61 km) of
similar category for which RFP invited of 2/ 4/6**-laning or more in last 7 years*
Experience in DPR preparation for Number of Highway Projects (of length 40% of 5
project length (34.61 km) of similar category for which RFP invited of 2/4/6**-laning
or more) in last 7 years *
In hand DPRs for Authority NHAI Projects (presently under progress) 10
Experience in Construction Supervision/DPR/Design Review of Major structures 3
having length of more than 500 meter in last 7 years.

* 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 Authority’s Engineer for having offered consultancy services to a private


organization shall not be considered as relevant experience for current assignment.

** Similar projects means 2/4/6 lane as applicable for the project for which RFP is invited. For
2-lane projects experience of 4/6 lane also to be considered with a multiplication factor of
1.5. Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For
4/6 laning projects, experience of 2 lane will be considered with a multiplication factor of
0.4, but only for those 2 lane projects whose cost of consultancy services was more than Rs.
3.0 crores.

*** In case the project includes any specialized nature of work such as tunnels, specialized
structures etc. in substantial quantum, this requirement/Marks may be included by suitably
adjusting marks of other attributes.

In case of JV the turnover and experience details of Lead and JV Employer’s certificate
should be submitted substantiating the experience claimed by the firm.

Page 22 of 243
ii. Sub criteria for Experience in use of technology for road inspection
Sr. Description Maximum Sub-Points
No. Points
1 Experience in Network Survey Vehicle (NSV) or better 7
technology for pavement inspection
1.1 Own Equipment/ Equipment on MOU with Associate or on hiring 4
basis
1.2 Experience 3
(a) 1-2 projects 1
(b) 3-5 projects 2
(c) >5 projects 3
2 Experience in Falling Weight Deflectometer (FWD) or better 4
technology for pavement strength measurement
2.1 Own Equipment/ Equipment on MOU with Associate or on hiring 2
basis
2.2 Experience 2
(a) 1-3 projects 1
(b) > 3 projects 2
3 Experience in Mobile Bridge Inspection Unit or better 5
technology for bridge inspection
3.1 Own Equipment/ Equipment on MOU with Associate or on hiring 2
basis
3.2 Experience 3
(a) 1-2 projects 1
(b) 3-5 projects 2
(c) > 5 projects 3
4 Experience in Retro reflectometer technology 4
4.1 Own Equipment/ Equipment on MOU with Associate or on hiring 2
basis
4.2 Experience 2
(a)1-3 projects 1
(b)> 3 projects 2
Total 20

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

B. The experience of the associate firms in use of technology shall also be counted in the
evaluation. The experience of firm or associate firm in NSV or equivalent technology, FWD
or equivalent technology, MBIU or equivalent technology and Retro reflectometer or
equivalent technology shall be supported by experience certificate. The experience of a
firm/associate firm for a private concessionaire/contractor shall not be considered.

C. In case, Ownership document debarment of equipment of Consultancy/ Associate Firm is


found months to be false, i) The consultancy/ Associate firm, as the case may be, shall be
put on holiday listing (temporary debarment) for a period upto 12 months.

Page 23 of 243
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 Staff Position Marks.


1 Team Leader Cum Senior Highway Engineer 12
2 Resident cum Highway Engineer (2Nos.) 2x4=8
3 Bridge/Structural Engineer (2No.s) 2x4=8
4 Senior Pavement Specialist 4
5 Senior Quality cum Material Expert 4
6 Road safety Expert 4
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

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

i) Detailed evaluation criteria which is to be used for evaluation of technical bids is as


indicated below as Appendix-EC.

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

iii) 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.

iv) The single currency for price conversion is INR. For evaluation of bid proposals, the foreign
currency conversation rate of 1US Dollar = Rs. 81.91 and 1 Euro = Rs. 80.95 shall be used.

v) The weightage given to technical proposal is 80%.

The weightage given to financial proposal is 20%.

11. Commencement of Assignment: The firm shall begin carrying out the services within one
month of signing of the Consultancy Agreement.

Page 24 of 243
Appendix-EC

1. Evaluation Criteria for Assessment of Experience of the Firm.

Reference/Details of Marks self-


Max.
S. No. Description projects Claimed for assessed by
Marks
self-assessment the bidder
1 Average Annual Turnover (last 3 years) from 2
consultancy business
< 2% of TPC – 0 marks
2% of TPC – 1.5 marks
Add for additional turnover 0.25 (Zero point
two five) marks for every 1% of TPC above 2%
of TPC subject to maximum 0.5 marks.
2 Nos. of Highway Professionals with the firm * 10
2.1 <10 0
2.2 10-20 8
2.3 >20 but ≤30 9
2.4 >30 10
*The professionals who possess degree in Civil Engineering/Transport Planning
/Transport Economics/Traffic Management / Geology/ Environment Science or
Engineering and 8 years experience in highway/bridge /tunnel with employment in the
firm for more than one year. The current Employment Certificate shall be uploaded by Key
Personnel on INFRACON.
3 Experience as Independent Engineer/ 10
Authority Engineer/ Construction
Supervision in Number of Highway Projects of
2/4/6-laning** of length (40% of project
length (34.61 km)) or more in last 7 years.
1 project – 8 marks Add 1(one) mark extra for
completed assignment of Authority
Engineer/Independent Engineer and add 0.5
(Zero point five) marks extra for completed
assignment of supervision consultancy
subject to maximum 2 (Two) marks.

4 Experience in DPR/Feasibility Study cum 5


Preliminary Design Report preparation for
Number of Highway Projects of 2/4/6-
laning** of length (40% of project length
(34.61km)) or more in last 7 years.
1 project – 4 marks
Add 0.5 (Zero point five) marks extra for each
additional project subject to maximum 1
mark.

Page 25 of 243
Reference/Details of Marks self-
Max.
S. No. Description projects Claimed for assessed by
Marks
self-assessment the bidder
5 In hand DPRs of NHAI’s 10
Highway/Bridge/Tunnel Projects (presently
under progress)
5.1 <2 0
5.2 2-5 5
5.3 >5 10
6 Experience in Construction 3
Supervision/DPR/Design Review of Major
structures having length of more than 500
meter in last 7 years.
1 project – 2.0 marks Add 0. 5 (Zero point five)
marks extra for each additional project subject
to maximum 1.0 marks

Note-1: In case of JV the turnover and experience details of Lead and JV partners to be added.
Note-2: Employer’s certificate/certificate from Statutory Auditor should be submitted
substantiating the experience/turnover claimed by the firm.
Note-3: **For 4/6 laning projects, experience of 2 lane will be considered with a multiplication
factor of 0.4, but only for those 2 lane projects whose cost of consultancy services was more
than Rs. 3.0 crore.
*** In case the project includes any specialized nature of work such as tunnels, specialized
structures etc. in substantial quantum, this requirement/Marks may be included by suitably
adjusting marks of other attributes.

Page 26 of 243
2. Evaluation Criteria for assessment of experience in use of technology for road
inspection

Evaluation sheet for assessment of experience in use of technology for road inspection
Marks
Reference/Details
self-
S. Maximum of projects
Description assessed
No Points Claimed for self-
by the
assessment
bidder
Experience in Network Survey Vehicle
1 (NSV) or better technology for 7
pavement inspection
Own Equipment/ Equipment on MOU with
1.1 4
Associate or on hiring basis
1.2 Experience 3
(i) 1-2 projects 1
(ii) 3-5 projects 2
(iii) > 5 projects 3
Experience in Falling Weight
Deflectometer (FWD) or better
2 4
technology for pavement strength
measurement
Own Equipment/ Equipment on MOU
2.1 2
with Associate or on hiring basis
2.2 Experience 2
(i) 1-3 Projects 1
(ii) >3 Projects 2
Experience in Mobile Bridge Inspection
3 Unit or better technology for bridge 5
inspection
Own Equipment/ Equipment on MOU
3.1 2
with Associate or on hiring basis
3.2 Experience 3
(i) 1-2 Projects 1
(ii) 3-5 Projects 2
(iii) > 5 Projects 3
Experience in Retro reflectometer
4 4
technology
Own Equipment/ Equipment on MOU
4.1 2
with Associate or on hiring basis
4.2 Execution 2
(i) 1-3 Projects 1
(ii) >3 Projects 2
Total 20
Notes:
(i) The Consultants owning the equipment shall be required to submit proof of ownership.
(ii) The experience of the associate firms in use of technology shall also be counted in the
evaluation. The experience of firm or associate firm in NSV or equivalent technology, FWD
Page 27 of 243
or equivalent technology, MBIU or equivalent technology and Retro reflectometer or
equivalent technology shall be supported by experience certificate. The experience of a
firm/ associate firm for a private concessionaire/ contractor (client) shall not be
considered. Any false certification shall attract provisions of Clause 1.8, Section -2 (letter of
Invitation) read with Clause 2.9.1(g) of GCC

3 Evaluation Criteria for assessment of score of Key Staff for adequacy of the
Assignment.

3.1 Team Leader cum Senior Highway Engineer

Reference/Details
Marks self-
Max. of projects
S. No. Description assessed by
Points Claimed for self-
the bidder
assessment
1 General Qualification 25
i) Graduate in Civil Engineering 21
ii) Post-Graduation in Management/ 04
Construction/ Transportation/Highway
Engineering/Structural Engineering or
equivalent specialised stream of civil
engineering
2 Adequacy for the Project 70
a) Professional Experience in Highway
Projects:
i) Total Professional Experience in handling 10
Highway projects
< 12 years -0
12 years -8 marks
Add 1 mark extra for each additional year of
experience subject to maximum 2 (two)
marks.

ii) Experience as Team Leader or similar 15


capacity in Highway Development Projects
(similar configuration (2/4/6 laning**) and
above)
< 5 years -0
5 years -11 marks
Add 1 marks extra for each additional year of
experience subject to maximum 4 (four)
marks.

iii) Experience as Team Leader or similar 5


capacity in Highway Development projects
(of length 40% of project length (34.61 km)
Page 28 of 243
Reference/Details
Marks self-
Max. of projects
S. No. Description assessed by
Points Claimed for self-
the bidder
assessment
or more of similar configuration (2/4/6
laning**) and above) on EPC
1 project -4 marks add 1 mark extra for
additional projects subject to maximum1
(one) mark

b) Experience as Team Leader or similar 15


capacity of project Preparation including
design of major highway Project (of length
40% of project length (34.61 km) or more of
similar configuration (2/4/6 laning**) and
above).
< 2 projects -0
2 Projects -11 marks
Add 2 marks for each additional project
subject to maximum 4 marks.

c) Experience in position of Team 20


Leader/Project Manager or similar capacity
in Construction Supervision/IC involving
length 40% of project length (34.61 km) or
more of similar configuration (2/4/6**
laning) and above
< 2 projects – 0
2 Projects – 16 marks
Add 2 marks extra for each additional
project subject to maximum 4 (four) marks

d) Experience as Team Leader or similar 5


capacity in Operation and Maintenance of
Major Highway (of length 40% of project
length (34.61 km) or more of similar
configuration (2/4/6 laning**) and above).
1 project – 4 marks
Add 1 mark extra for each additional project
subject to maximum 1 (one) mark

3 Employment with the Firm 5


< 1 year -0
1 year – 3 marks
Add 0.5 marks for each subsequent year
subject to maximum 2 marks

Page 29 of 243
Reference/Details
Marks self-
Max. of projects
S. No. Description assessed by
Points Claimed for self-
the bidder
assessment
Total : 100

Note:

(1) Similar Capacity includes the following positions


i) On behalf of Consultant: Team Leader/Resident Engineer (Construction
Supervision/IE/AE/DPR).
ii) On behalf of Contractor: Project Manager (Construction/Construction Supervision)
iii) In Government Organizations: Superintending Engineer (or equivalent) and above

(2) Only those projects will be considered for evaluation at S. No. 2(b) where the input of the
personnel is not < 9 months.

(3) Only those projects will be considered for evaluation at S. No. 2I, (d) where the input of the
personnel is not < 12 months.

(4) In case of experience on behalf of Authority’s Engineer 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.

3.2 Resident cum Highway Engineer

Reference/Details
Marks self-
Max. of projects
S. No. Description assessed by
Points Claimed for self-
the bidder
assessment
1 General Qualification 25
i) Graduate in Civil Engineering 21
ii) Post-Graduation in 04
Transportation/Highway
Engineering/Structural
Engineering/Geotechnical
Engineering
2 Adequacy for the Project 70
Professional Experience
i) Total Professional Experience in handling 20
Highway projects
< 12 years -0
12 years - 15 marks
Add 1 mark extra for each additional year of
experience subject to maximum 5 (five) marks.
Page 30 of 243
Reference/Details
Marks self-
Max. of projects
S. No. Description assessed by
Points Claimed for self-
the bidder
assessment
ii) Experience as Resident Engineer/Project 20
Director/Project Manager/Superintending
Engineer or equivalent/Executive Engineer or
equivalent on construction works/Authority
Engineer/Independent Engineer Projects (similar
configuration (2/4/6 laning*) and above).
< 5 years -0; 5 years -15 marks
Add 1 marks extra for each additional year of
experience subject to maximum 5 (five) marks.
iii) Experience in similar capacity in handling major 25
2/4/6-laning** projects (of length 40% of project
length (34.61 km) or more of
similar configuration (2/4/6 laning**) and above)
< 2 nos. -0
2 nos. -19 marks
Add three marks extra for each additional project
subject to maximum 6 (Six) marks.
iv) Experience in similar capacity of Highway Project 5
of Construction/Construction Supervision/IC on
EPC Mode (of length 40% of project length (34.61
km) or more of similar configuration (2/4/6
laning**) and above)
1 Project- 4 marks
Add 1 (one) mark extra for each additional project
subject to maximum 1 (one) mark
3 Employment with the Firm 5
< 1 year -0
1 year – 3 marks
Add 0.5 marks for each subsequent year subject to
maximum 2 marks
Total : 100

Note:

(1) Similar Capacity includes the following positions


i) On behalf of Consultant: Resident/Highway Engineer
ii) On behalf of Contractor: Resident Engineer/Highway Engineer/Project Manager
(Construction/Construction Supervision)
iii) In Government Organizations: Executive Engineer (or equivalent) and above

(2) Only those projects (in numbers) will be considered for evaluation above, where the input
of the personnel is not < 12 months
Page 31 of 243
(3) In case of experience on behalf of Authority’s Engineer 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.

3.3 Bridge/Structural Engineer

Reference/Details Marks self-


Max. of projects assessed
S. No. Description
Points Claimed for self- by the
assessment bidder
1 General Qualification 25
i) Graduate in Civil Engineering 21
ii) Post-Graduation in Structural 04
Engineering
2 Adequacy for the Project 70
i) Total Professional Experience in handling 15
Highway/Bridge projects
< 10 years -0
10 years -11 marks
Add one mark extra for each additional 2 year
subject to maximum 4(four) marks

ii) Experience in similar capacity in 20


Design/Construction/Construction Supervision
of Bridges/ROB/Flyover/Interchanges/any
other such structures (similar configuration
(2/4/6 laning**) and above)
< 5 years -0; 5 years -15 marks
Add 1 (one) mark extra for each additional
completed year of experience subject to
maximum 5 (five) marks

iii) Experience in similar capacity in supervision of 20


Major Highway Bridges/ROB/Flyover/
Interchanges/ any other structures
< 2 Bridges -0
02 Bridge -15 marks
Add 2.5 mark extra for each additional bridge
subject to maximum 5 marks

iv) Experience in similar capacity in supervision of 10


Rehabilitation and repair of Major

Page 32 of 243
Reference/Details Marks self-
Max. of projects assessed
S. No. Description
Points Claimed for self- by the
assessment bidder
Bridges/ROB/Flyover/Interchanges/any other
structures
< 2 nos. – 0
2 nos. -8 marks
> 3 nos.- 10

v) Experience in similar capacity of modern bridge 5


construction technology viz., Precast Segmental,
Balanced Cantilever Construction, Extra dosed
Bridge, Full Span Launching, Incremental
Launching.
Experience in 1 project – 4 marks
More than one project – 5 marks

3 Employment with the Firm 5


< 1 year -0
1 year -3 marks
Add 0.5 marks for each subsequent year subject
to maximum 2 marks

Total : 100

Note:

(1) Similar Capacity includes the following positions


i) On behalf of Consultant/Contractor: Bridge Engineer/Project Manager (Bridges)
ii) On behalf of Government: Executive Engineer

(2) Only those projects (in numbers) will be considered for evaluation above, where the input
of the personnel is not < 12 months

(3) In case of experience on behalf of Authority’s Engineer 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.

3.4 Senior Pavement Specialist

Page 33 of 243
Reference/Details Marks self-
Max. of projects assessed
S. No. Description
Points Claimed for self- by the
assessment bidder
1 General Qualification 25
I) Graduate in Civil Engineering 21
II) Post-Graduation in 04
Transportation/Highway
Engineering/Pavement engineering or
equivalent
2 Adequacy for the Project 70
Professional Experience
i) Total Professional Experience of Pavement 20
Design/Construction and Maintenance of
Highways/Roads/Air Field Runway
< 10 years -0
10 years -15 marks
Add one mark extra for each additional year of
experience subject to maximum 5 (five) marks.

ii) Experience in Similar capacity in 20


Construction/Construction Supervision of
2/4/6-laning** of major Highway Projects
(similar configuration (2/4/6 laning**) and
above)
< 5 years -0; 5 years -15 marks
Add one mark extra for each additional year of
experience subject to maximum 5 (five) marks.

iii) Experience in similar capacity as 25


Pavement/Geo-technical Engineer in
construction/ construction supervision of
Major Highway projects (of length 40% of
project length (34.61 km) or more of similar
configuration (2/4/6 laning**) and above)
< 2 nos. -0
2 nos. -20 marks
Add 2.5 marks extra for each additional project
subject to maximum 5 marks.

iv) Experience in similar capacity on EPC Projects 5


(of length 40% of project length (34.61 km) or
more of similar configuration (2/4/6 laning**)
and above)

Page 34 of 243
Reference/Details Marks self-
Max. of projects assessed
S. No. Description
Points Claimed for self- by the
assessment bidder
1 Project- 4 marks
Add 1 (one) mark extra for each additional
project subject to maximum 1 (one) mark

3 Employment with the Firm 5


< 1 year -0
1 year – 3 marks
Add 0.5 marks for each subsequent year subject
to maximum 2 marks

Total : 100

Note:

(1) Similar Capacity includes the following positions


i) On behalf of Consultant/Contractor: Pavement Specialist/ Pavement Engineer/
Pavement Expert / Highway Engineer
ii) On behalf of Government: Executive Engineer

(2) Only those projects (in numbers) will be considered for evaluation above, where the input
of the personnel is not < 6 months

(3) In case of experience on behalf of Authority’s Engineer 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.

3.5 Senior Quality/Material Expert

Reference/Details Marks self-


Max. of projects assessed
S. No. Description
Points Claimed for self- by the
assessment bidder
1 General Qualification 25
I) Graduate in Civil Engineering 21
II) Post Graduation in Geotechnical
Engineering/ Foundation Engineering/ 04
Soil Mechanics/ Rock Mechanics
2 Adequacy for the Project 70
Professional Experience

Page 35 of 243
Reference/Details Marks self-
Max. of projects assessed
S. No. Description
Points Claimed for self- by the
assessment bidder
i) Total Professional Experience in handling 15
Highway/Bridge projects
< 10 years -0
10 years -11
Add one mark extra for each additional year of
experience subject to maximum 4 (four) marks.
ii) Experience in similar capacity in 25
Construction/Construction Supervision of
major Highway Projects ((similar configuration
(2/4/6 laning**) and above))
< 5 years -0; 5 years -19
Add 2.0 (two) marks extra for each additional
year of experience subject to maximum 6 (Six)
marks.
iii) Experience in similar capacity in handling 30
Similar Highway projects (of length 40% of
project length (34.61 km) or more of similar
configuration (2/4/6 laning**) and above)
< 2 nos. -0
2 nos. - 25
Add 2.5 marks extra for each additional project
subject to maximum 5 (five) marks.
3 Employment with the Firm 5
< 1 year – 0
1 year – 3

Add 0.5 marks for each subsequent year subject


to maximum 2 marks
Total : 100

Note:

(1) Similar Capacity includes the following positions


i) On behalf of Consultant/Contractor: Quality Expert/Material Engineer/Material
Expert/Quality Engineer/Geo-Technical Expert.
ii) On behalf of Government: Executive Engineer

(2) Only those projects (in numbers) will be considered for evaluation above, where the input
of the personnel is not < 12 months

(3) In case of experience on behalf of Authority’s Engineer or Contractor, the experience shall
be duly endorsed by the respective Government agency. In case of non-availability of

Page 36 of 243
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.

3.6 Road Safety Expert

* It is mandatory for the Road Safety Expert to have completed at least 15 days’ certification
course on Road Safety Audit from IAHE/IITs/NITs/CRRI. The CV of the proposed key
personnel not having completed minimum 15 days certification course shall not be
evaluated. For avoidance of doubt, it is clarified herein that the certification training course
may be either from a single institution or from multiple institutions.

S. Description Max. Reference/ Marks


No. Points Details of self-
projects assessed
Claimed for by the
self- bidder
assessment
1 General Qualification 25
I) Graduate in Civil Engineering 21
II) Post-Graduation in Traffic/ Transportation/ 04
Safety Engineering or equivalent
2 Adequacy for the Project 70
Professional Experience
i) Total Professional Experience in handling 15
Highway/Bridge projects
< 10 years -0
10 years -11 marks
Add one mark extra for each additional year of
experience subject to maximum 4 (four) marks.
ii) Experience in similar capacity in Road Safety 15
works on Major Highway Project (similar
configuration (2/4/6 laning**) and above).
< 5 years -0
5 years -11 marks
Add one mark extra for each additional year of
experience subject to maximum 4 (four) marks.
iii) Experience in similar capacity in Road Safety 20
Audits of 2/4/6-laning** Highway projects at
different stages including at least one at design
stage
< 2 nos. -0
2 nos. -15 marks
Add 2.5 marks extra for each additional project
subject to maximum 5 marks.

Page 37 of 243
S. Description Max. Reference/ Marks
No. Points Details of self-
projects assessed
Claimed for by the
self- bidder
assessment
iv) Experience in similar capacity in identification 10
and improvement of black spots on Major
Highway Project (similar configuration (2/4/6
laning**) and above)
< 2 nos. -0
2 nos. -8 marks
Add 2 marks extra for each additional
improvement of black spots subject to
maximum 2 marks.
v) Experience in similar capacity of preparing 5
Road Safety Management Plans for Inter Urban
Highway
1 project -4 marks
2 or more -5 marks
vi) Experience in similar capacity in field of Road 5
Safety Management Plan
1 project -4 marks
2 or more -5 marks
3 Employment with the Firm 5
<1 year- 0
1 year – 3 marks
Add 0.5 marks for each subsequent year
subject to maximum 2 marks
Total : 100
Note:

(1) Similar Capacity includes the following positions


i) On behalf of Consultant/Contractor: Road Safety Expert
ii) In Government Organizations: Executive Engineer (or equivalent) and above
(2) Only those projects (in numbers) will be considered for evaluation above, where the input
of the personnel is not < 6 months
Note: applicable to all key personnel:

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

2. ** Similar projects means 2/4/6 lane as applicable for the project for which RFP is invited. For
2-lane projects experience of 4/6 lane also to be considered with a multiplication factor of 1.5. Experience of
4/6 lane shall be considered interchangeably for 4/6 laning projects. For 4/6 laning projects, experience of 2
lane will be considered with a multiplication factor of 0.4.

Page 38 of 243
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 three years)
Note: The Firm shall submit Certificate of Incorporation and audited balance sheet for the last
three years [FY 2017-2018, FY 2018-2019, and FY 2019-2020]*. 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.
*To be modified appropriately.

Page 39 of 243
Appendix A

The following information related to the firm should be provided in the proposal.
i. Name of the package applied for:-
ii. Year of establishment of firm*
Consultant Year of Country Type of Organization
Establishment Individual Partnership Corporation Other
Individual / Lead
Partner (of JV)/
Minor Partner of
JV/Associate
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/e-mail.
vi. Financial Statement of the last three years. **

S. No. Particular <2019-20> < 2020-21> <2021-22>


i. Annual turnover from Consulting
business
ii. Total Assets
iii. Current Assets
Balance Sheet/ Auditor Certificate of last 3 years <2019-20, 2020-21 and 2021-22> shall be submitted
as evidence of Annual Turnover.
** a) The amount shall be stated in INR. (Consider 1US Dollar = Rs. 81.91 and 1 Euro =
Rs. 80.95) (This will be the exchange rates as per Reserve Bank of India rounded off to
nearest Rupee applicable at the time of RFP invitation).
b) The currency conversion rate for the respective years shall be mentioned for other
International currencies.
vii. Experience as Authority Engineer/Independent Consultant/Construction supervision of
Highway projects, separately for PPP and non-PPP Projects during the last 7 years. ***

S. Projects Type of Descriptio Client Total Fee Fee received %age of Approx. Perio
No. Name / Services n of (with for the by Applicant total fee Cost of d
Year rendere Highway complete Consultanc (in case of receive Highwa
Sole d Project/ address, y JV/Association d by the y
Consultant contact Assignment ) firm Project
/ Length person, (INR)
Prime (kms) Telephon
Consultant e Nos. and
of JV / Fax Nos.)
minor
Authority’s
Engineer of
JV/ /as
associate
consultant
1 2 3 4 5 6 7 8 9 10

Page 40 of 243
S. Projects Type of Descriptio Client Total Fee Fee received %age of Approx. Perio
No. Name / Services n of (with for the by Applicant total fee Cost of d
Year rendere Highway complete Consultanc (in case of receive Highwa
Sole d Project/ address, y JV/Association d by the y
Consultant contact Assignment ) firm Project
/ Length person, (INR)
Prime (kms) Telephon
Consultant e Nos. and
of JV / Fax Nos.)
minor
Authority’s
Engineer of
JV/ /as
associate
consultant
A. Completed / Substantially completed projects:
1.
2.
3.
B. Projects in progress:
1.
2.
3.

viii. Experience in DPR/ Feasibility Study cum Preliminary Design Report preparation of
2/4/6 laning / Bridge Highway Projects separately for the PPP and non-PPP projects
during the last 7 years. ***

S No Projects Name / Type Length Client Total Fee Fee received by %age of Period
Year o of (with for the Applicant total fee
Sole f Project Complete Consultancy (in case of received
Consultant/ Services (kms) address, Assignment JV/Association) by the
Prime Rendered contact (INR) firm
Consultant of JV / person, c
minor Authority’s telephone ase of JV)
Engineer of JV/ Nos. and
/as associate Fax Nos.)
consultant
1 2 3 4 5 6 7 8 9

***a) 2/4/6 lane/Bridge work as applicable for the project for which RFP is invited. For 2-lane
projects experience of 4/6 lane also to be considered with a multiplication factor of 1.5.
Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For 4/6
lane projects, experience of 2 lane will be considered with a multiplication factor of 0.4, but
only for those 2-lane projects whose cost of consultancy services was more than Rs.3.0
crores. For standalone bridge projects, experience in bridge work (either standalone project
or as a part of road project) only be considered.
b) Only those projects, to be included in the table which are Highways Projects and for which
clients certificates from the concerned Government agencies are enclosed with the
proposal.
c) The details of bridges having length more than 200m (500m in case the project consist of
bridges of length more than 500m) in the listed projects is to be specifically mentioned.
d) The weightage given for experience of a firm would depend on the role of the firm in the
Page 41 of 243
respective assignments. The firm’s experience would get full credit if it was the sole firm in
the respective assignment. If the applicant firm has completed projects as JV with some
other firms, weightage shall be given as per the JV share***. However if the applicant firm
has executed the project as associate with some other firms, 25% weightage shall be given
to the applicant firm for the projects completed under such association
e) For weightage of experience in any past Consultancy assignment, experience certificate
from the client shall be submitted. In absence of clear demarcation of JV share in client
certificate, the weightage will be treated as 60 % for lead partner and 40% for minor
partner. 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.
(ix) 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.
S. Name of Client Role of the Date of Date of Present Team Members
No Assignment firm letter of Agreement status of provided by the firm
Sole, Acceptance if signed Assignment
Lead/
Other in JV
or sub- Name DOB Position
consultant
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

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
Senior Pavement Specialist
Senior Quality cum Material Expert
Road Safety Expert

Page 42 of 243
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 investigation 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.
Appendix B-9 Affidavit – Correctness of Experience claimed by the Firms
Appendix B-10 Integrity Pact
Appendix B-11 Format for Technical Capacity of Bidding Firms

Page 43 of 243
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 Authority Engineer for
Construction of Six lane access-controlled Paniyala-Barodameo Inter Corridor Route from Km
0+000 to Km 86+513 in the State of Rajasthan on EPC Mode under Bharatmala Pariyojana

We, the undersigned, offer to provide the consulting services for the above in accordance with your
Request for Proposal dated (Date), and our Proposal. We are hereby submitting our Proposal,
which includes this Technical Proposal and a Financial Proposal sealed under a separate envelope
for the above mentioned work.

My/Our registration No. on Infracon is ……. And my/our Infracon Team ID is …………….

Our Proposal is binding upon us. We understand you are not bound to accept any Proposal you
receive

We remain,
Yours sincerely,

Managing Director/Head of the firm/ Authorised


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

Page 44 of 243
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 Authority’s Engineer
have actually visited the site and familiarized with the salient details/ complexities and scope of
services.

Page 45 of 243
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 1page]

3) Quality Audit methodology including Quality Assurance Plan [not more than 6 pages]

Page 46 of 243
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
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 Services in INR/current USD):
(Month / Year) (Month / Year)
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)

Page 47 of 243
APPENDIX B-5: COMPOSITION OF THE TEAM PERSONNEL, AND TASK(S) OF EACH
TEAM MEMBER

2. Technical/Managerial Staff
Sl. No. Name Position Task
1

i. Support Staff

Sl. No. Name Position Task


1

Page 48 of 243
APPENDIX B-6 : FORMATOF CURRICULUM VITAE (CV) FOR PROPOSED
PROFESSIONALSTAFF

Proposed Position : ……………………………………………… Photograph

Name of Firm:........................................................................................
Name of Staff :........................................................................................
Profession :..............................................................................................
Date of Birth :
Years with Firm/Entity: ...........................................Nationality:.............................. Membership of
Professional Societies :.........................................................................
Detailed Task Assigned: Please attach printout of CV along with all the relevant details uploaded on
infracon portal.

Certification by the Candidate

I, the undersigned,(Name and Address) undertake that this CV correctly describes myself, my
qualifications and my experience and Employer would be at liberty to debar me if any information
given in the CV, in particular the Summary of Qualification & Experience vis-à-vis the requirements
as per TOR is found incorrect. I further undertake that I have neither been debarred by National
Highways Authority of India or any other central/stage government organization nor left any
assignment with the
consultants engaged by Employer / contracting firm (firm to be supervised now) for any
continuing work of Employer without completing my assignment. I will be available for the
entire duration of the current project (named…..). If I leave this assignment in the middle of the
work, Employer would be at liberty to debar me from taking any
assignment in any of the Employer works for an appropriate period of time to be decided by
the Employer. I have no objection if my services are extended by the Employer for this work in
future.

I further undertake that my CV is being proposed for this project by --------- (the applicant firm) and
I have not given consent to any other consultant(s) to propose my CV for any position for this
project.

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 Employer projects during the period of
assignment of this project and Employer 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.

Page 49 of 243
For Key Personnel having intermittent inputs, add the following:

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

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

………………………………………………………….. Date
(Signature of Key Personnel)
(Day/Month/Year)

The Authority’s Engineer should carryout self-evaluation based on the evaluation criteria at
Appendix-EC and furnish the same here. While submitting the self-evaluation along with bid,
Authority’s Engineer shall make references to the documents which have been relied upon in his
self-evaluation.

Certification by the firm

The undersigned on behalf of ----------( name of consulting firm) certify that Shri-------- (name of
proposed personnel) to the best of our knowledge has neither been debarred by National Highways
Authority of India or any other Central/State Government organization nor left his assignment with
any other consulting firm engaged by the Employer /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 the Employer, Employer would be at liberty to remove the personnel from the present
assignment and debar him for an appropriate period to be decided by the Employer.

…………………………………………………………..Date : ……………… (Day/Month/Year)

[Signature of authorized representative of the Firm]

a) Deleted.
b) Deleted.
c) Deleted.
d) Deleted.
e) Deleted.
f) Deleted

Page 50 of 243
APPENDIXB-7: TIME SCHEDULE FOR PROFESSIONAL PERSONNEL

A. Activity Schedule

Sl. Name Position Month wise Program(in form of Bar Chart)


No. [1st, 2nd, etc. are months from the start of assignment]
1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th and Number of
subsequent Months
year
1 Subtotal(1)
2 Subtotal(2)
3 Subtotal(3)
4 Subtotal(4)
- -
- -

Page 51 of 243
APPENDIXB-8: ACTIVITY (WORKS) SCHEDULE

B. Activity Schedule

Month wise Program(information of Bar Chart)


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

C. Completion and Submission of Reports

S. No. Reports : Programme Date)

1 Monthly reports
(Design and Construction)
2 Half yearly Reports

3 Various others reports as provided in the Concession Agreement such


as
Completion Report

Page 52 of 243
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 Authority’s Engineer


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

Page 53 of 243
APPENDIX B-10: 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 National Highways Authority
of India)

Tender No._________

This integrity Pact is made at . on this_____ day of………...2022.

BETWEEN

THE 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 & 6,
Sector -10, Dwarka, New Delhi,, hereinafter referred to as "The Principal", which expression shall,
unless repugnant to the meaning of contract thereof, include its successors and permitted assigns)

AND

…………………………………………………………. hereinafter referred to as "The


Bidder(s)/Contractor(s)/Concessionaire(s)/Consultant(s)" 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 procedure, contract/s for
“Consultancy Services for Authority’s Engineer for Supervision of Construction of Six
lane access-controlled Paniyala-Barodameo Inter Corridor Route from Km 0+000 to
Km 86+513 in the State of Rajasthan on EPC Mode under Bharatmala Pariyojana ”. The
Principal values full compliance with all relevant laws of the land, rules of land, regulations,
economic use of resources and of fairness/ transparency in its relations with its Bidder(s) and for
Contractor(s)/ Concessionaire(s)/ Consultant(s).

And Whereas in order to achieve these goals, the Principal will appoint an Independent External
Monitors (IEMs), who will monitor the tender process and the execution of the contract for
compliance with the Principles mentioned above.

And whereas to meet the purpose aforesaid, both the parties have agreed to enter into this Integrity
Pact (hereafter referred to as "Integrity Pact") the terms and conditions of which shall also be read
as integral part and parcel of the Tender documents and contract between the parties.
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 or immaterial benefit
which the person is not legally entitled to.

Page 54 of 243
(b) The Principal will, during the Tender process treat all Bidder(s) with equity and
reason. The Principal will in particular, before and during the Tender process,
provide to all Bidder(s) the same information and will not provide to any Bidder(s)
confidential/ additional information through which the Bidder(s) could obtain an
advantage in relation to the tender process or the contract execution.

(c) The Principal will exclude all known prejudiced persons from the process.

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

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

(e) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will, when presenting his
bid, disclose any and all payments he has made, is committed to or intends to make to
agents, brokers or any other intermediaries in connection with the award of the contract.
He shall also disclose the details of services agreed upon for such payments.

(f) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not instigate third
persons to commit offences outlined above or be an accessory to such offences.
Page 55 of 243
(g) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not bring any
outside influence through any Govt. bodies/quarters directly or indirectly on the bidding
process in furtherance of his bid.

(h) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) who have signed a


Integrity pact shall not approach the court while representing the matter to IEMs and shall
wait for their decision in the matter.

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

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


execution has committed a transgression through a violation of any provision of Article2,
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)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) and the amount of the damage. The exclusion will be
imposed for a maximum of 1 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(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) with its free consent and
without any influence agrees and undertakes to respect and uphold the Principal's
absolute rights to resort to and impose such exclusion and further accepts and undertakes
not to challenge or question such exclusion on any ground, including the lack of any
hearing before the decision to resort to such exclusion is taken. This undertaking is given
freely and after obtaining independent legal advice.

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

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

(7) Subject to full satisfaction of the Principal, the exclusion of the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) could be revoked by the Principal if the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s) can prove that he has restored/
recouped the damage caused by him and has installed a suitable corruption prevention
system in his organization.
Page 56 of 243
Article-4: Compensation for Damages.
(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the award
according to Article-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 Transgressions

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

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

Article - 6: Equal treatment 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 has appointed Smt. Gauri Kumar, IAS (Retd.), Sh. Ashish Bhauguna, IAS
(Retd.) and Sh. Animesh Chauhan (Ex-MD & CEO, Oriental Bank of Commerce) as
Independent External Monitor (IEM) for this pact. 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.
Page 57 of 243
(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Chairman, NHAI.

(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.

Page 58 of 243
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 in a partnership or a Joint Venture


partner, this pact must be signed by all partners or 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 provision of the extent 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 Bidder/ Contractor/
Concessionaire/ Consulting
(Office Seal)
Place……………
Date………….…

Witness 1:
(Name & Address) ________________
________________
________________

Witness 2:
(Name & Address) ________________
________________
________________

{COUNTERSIGNED and accepted by:


JV Partner}

Page 59 of 243
APPENDIX B-11: Format for Technical Capacity of Bidding Firms

(TO BE FILLED BY THE SOLE CONSULTANT & IN CASE OF JV, SEPARATELY BY JV PARTNERS
BIDDING FOR THE ASSIGNMENT)

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


SI. Name of the Key Designation Continuous Employment Nos. of Years
No. Professional from (Date) with the firm

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

(ii) Details of all in-hand DPR projects or DPR projects awarded by NHAI for NH works:
Bids for Civil Works In case Techincal
Sl. received or original of JV, Capacity utilized
Project Start Scheduled
No assignment period + share of after applying JV
Description Date Completion
. one year lapsed (Yes/ Contract share as per Note
No) Fee (%) 2
1 2 3 4 5 6 7

Format for undertaking by the firm for DPR Projects:


The undersigned on behalf of ---------- (name of consulting firm) certify that the firm do not
have any other in-hand/ awarded DPR project other than those listed above. For all other
DPR projects undertaken by the firm, either the bids for civil works have been received by
the client or original assignment period + one year is lapsed, whichever is earlier after the
date of award of the DPR and the consulting firm/JV was not at default on these project
assignments.

Date: ………………… (dd/mm/yyyy)


[Signature of authorized representative of the Firm]
(iii) Details of all in-hand AE/ IE projects awarded by NHAI for NH works:
Sl. Project Start Date Scheduled Civil works In case of Technical
No Descriptio Completion Provisionally JV, share of Capacity utilized
n completed or contract Fee after applying JV
original (%) share as per Note
assignment 2
period + one
year lapsed
(Yes/No)

1 2 3 4 5 6 7

Page 60 of 243
Format for undertaking by the firm for in-hand AE/ IE Projects:

The undersigned on behalf of ----- (name of consulting firm) certify that the firm do not have
any other in-hand/ awarded AE/IE project other than those listed above. For all other such
projects undertaken by the firm, where original assignment period + one year is lapsed or
provisional completion of civil works is issued, whichever is earlier, the consulting firm/JV
was not at default on these project assignments.

Date:……………………..(dd/mm/yyyy)
[Signature of authorized representative of the Firm]

(iv) Self-Assessment by the consultancy firm (in case of JV, separately by the JV partners)
on eligibility as per technical capacity provisions:
(1) (2) (3) (4) (5)
Average No. of Key Max. no. of Total Remaining
Annual Professionals projects to be ongoing/awar Capacity for new
Turnover of on full time allotted to ded Projects Projects (nos.)
firm in last 3 rolls one particular (nos.)
FY (from (minimum consultant
consultancy from last including
works) one year) ongoing
with the projects at a
consultancy time in NHAI
firm

Total DPR IE/AE Total DPR IE/AE Total DPR IE/AE


3A 3B 3C 4A 4B 4C 5A 5B 5C

For Col. 3, Sub col. A, B & C are to be considered as per circular


For Col. 4, Sub Col. A, B & C are to be considered as per circular
For Col. 5 to be derived on the basis of (Col. 3 – Col. 4)

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


per technical capacity provisions:
(1) (2) (3) (4) (5)
Consultan Weighte Weighted Max. no. of Total Remaining
cy fee d Average no projects to be ongoing/awar Capacity for new
share (%) average of key allotted to one ded Projects Projects (nos.)
for the JV turnover Professiona particular (nos.) #
partners of JV in ls on full consultant
last 3 FY time rolls including
(from (min. from ongoing
consulta last one projects at a
ncy) * year) with time in NHAI
JV**

Firm Firm Total DPR IE/AE Total DPR IE/AE Total DPR IE/AE
-1 -2

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


** (Key Professionals-1 x Share-1 + Key Professionals-2 x Share-2)/100
# (Ong. Proj.-1 x Share-1 + Ong. Proj.-2 x Share-2)/100
Col. 5 to be derived on the basis of (Col. 3 – Col. 4)

Page 61 of 243
Note 1:
$ The figures in column 5 be rounded off to the nearest interior i.e. in case remaining
bid capacity comes to 0.5 or more than it will be considered as 1, in case less than 0.5
it will be considered as 0 (zero)

Note 2:
Clarification for Technical Capacity utilized in case of JV with other firm than
proposed in current assignment.

In case Firm-1 proposes for new JV with other partner, then capacity utilization will
be calculated on the basis of JV share in existing assignments e.g.

JV in one project with 30% share:- One project x 0.3 = 0.3


JV in one project with 70% share:- One project x 0.7 = 0.7
JV in one project with 50% share:- One project x 0.5 = 0.5
JV in two project with 80% share:- Two project x 0.8 = 1.6

The weighted utilization of the capacity of Firm-1 = 3.1

Note 3:
The Consultant shall resubmit the bid capacity details as per above format at the time
of opening of Financial Bid.

Page 62 of 243
Illustration for Determination of Technical Capacity (Sole)
(1) (2) (3) (4) (5)
Average No. of Key Max. no. of Total Remaining
Annual Professionals projects to be ongoing/award Capacity for
Turnover on full time allotted to one ed Projects new Projects
of firm in rolls particular (nos.) (nos.) $
last 3 FY (minimum consultant
(from from last one including
consultanc year) with the ongoing projects
y works) consultancy at a time in NHAI
firm

Total DPR IE/AE Total DPR IE/AE Total DPR IE/AE


3A 3B 3C 4A 4B 4C 5A 5B 5C
10 10 6 6 4 7 4 3 0 0 0

For Col. 3, Sub col. A, B & C are to be considered as per circular


For Col. 4, Sub Col. A, B & C are to be considered as per circular rounded up to nearest
integer
For Col. 5 to be derived on the basis of (Col. 3 – Col. 4)

Note 1: $ The figures in column 5 be rounded off to the nearest interior i.e. in
case remaining bid capacity comes to 0.5 or more than it will be considered as 1, in
case less than 0.5 it will be considered as 0 (zero)

Illustration for Determination of Technical Capacity in case of JV Consultancy


Technical Capacity of Firm-1 individually
(1) (2) (3) (4) (5)
Average Annual No. of Key Max. no. of Total Remaining
Turnover of firm Professionals on projects to be ongoing/award Capacity for
in last 3 FY full time rolls allotted to one ed Projects new Projects
(from (minimum from particular (nos.) (nos.)
consultancy last one year) consultant
works) with the including
consultancy firm ongoing projects
at a time in NHAI

Total DPR IE/AE Total DPR IE/AE Total DPR IE/AE


3A 3B 3C 4A 4B 4C 5A 5B 5C
10 10 6 6 4 7 4 3 0 0 0

Page 63 of 243
Technical Capacity of Firm-2 individually

(1) (2) (3) (4) (5)


Average Annual No. of Key Max. no. of Total Remaining
Turnover of firm Professionals on projects to be ongoing/award Capacity for
in last 3 FY full time rolls allotted to one ed Projects new Projects
(from (minimum from particular (nos.) (nos.) $
consultancy last one year) consultant
works) with the including
consultancy firm ongoing projects
at a time in NHAI

Total DPR IE/AE Total DPR IE/AE Total DPR IE/AE


3A 3B 3C 4A 4B 4C 5A 5B 5C
80 75 40 40 30 38 10 28 2 2 2

Technical Capacity of Joint venture of Firm-1 & Firm-2 (for different combinations of
Consultancy fee share)

(1) (2) (3) (4) (5)


Consultan Weighte Weighted Max. no. of Total Remaining Capacity
cy fee d Average no projects to be ongoing/awar for new Projects
share (%) average of key allotted to ded Projects (nos.) $
for the JV turnover Professional one particular (nos.) #
partners of JV in s on full consultant
last 3 FY time rolls including
(from (min. from ongoing
consulta last one projects at a
ncy) * year) with time in NHAI
JV**

Firm Firm Total DPR IE/AE Total DPR IE/AE Total DPR IE/AE
-1 -2
60 40 38 36 12 12 9 19.4 6.4 13 0 0 0
75 25 27.5 26.25 12 12 9 14.75 5.5 9.25 0 0 0
50 50 45 42.5 25 25 18 22.5 7 15.5 2.5^ 2.5^ 2.5^
70 30 31 29.5 12 12 9 16.3 5.8 10.5 0 0 0

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


** (Key Professionals-1 x Share-1 + Key Professionals-2 x Share-2)/100
# (Ong. Proj.-1 x Share-1 + Ong. Proj.-2 x Share-2)/100
Col. 5 to be derived on the basis of (Col. 3 – Col. 4)

Note 1:
$ The figures in column 5 be rounded off to the nearest interior i.e. in case remaining
bid capacity comes to 0.5 or more than it will be considered as 1, in case less than 0.5
it will be considered as 0 (zero)

^In term of Note (3) Table 1.1, as the Balance bid capacity of Firm-1 is nil. So in spite
of remaining capacity 2.5 the JV not to be considered as responsive.

Page 64 of 243
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 costs

Page 65 of 243
APPENDIX C-1: FINANCIALPROPOSALSUBMISSIONFORM

FROM: (Name of Firm) TO:

Address of Employer
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

Page 66 of 243
APPENDIX C-2: SUMMARY OF COSTS

No. Description Amount


(Rs.)
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
X Contingencies
Sub Total
Goods and Services Tax Payable in India
Total Costs (Including Tax)

Note: Payments will be made as per stipulations of the Conditions of Contract.

Page 67 of 243
APPENDIX C-3: BREAKDOWN OF LOCAL CURRENCY COSTS

II. REMUNERATION FOR LOCAL PROFESSIONAL STAFF

Construction Period 24 months + DLP 60


months
No. Position Name
Rate No. of man- Amount
months*
Professional Staff
Team Leader cum Senior Highway
1. 39
Engineer
2. Resident cum Highway Engineer – 1 84
3. Resident cum Highway Engineer – 2 24
4. Bridge/Structural Engineer – 1 39
5. Bridge/Structural Engineer – 2 24
6. Senior Pavement Specialist 24
7. Senior Quality cum Material Expert 24
8. Road Safety Expert 23
Sub – Total 281
Sub-professional
1. Highway Design Engineer 4
2. Bridge / Structure Design Engineer 4
3. Survey Engineer – 1 34
4. Survey Engineer – 2 24
5. Assistant Highway Engineer – 1 84
6. Assistant Highway Engineer – 2 24
7. CAD Expert-1 12
8. CAD Expert -2 8
9. Environmental Engineer 6
10. Assistant Bridge Engineer – 1 24
11. Assistant Bridge Engineer – 2 24
12. Assistant Quality cum Material Engineer – 1 24
13. Assistant Quality cum Material Engineer – 2 24
14. Electrical Engineer 7
15. HTMS/Toll Expert 3
16. Quantity Surveyor – 1 32
17. Quantity Surveyor – 2 24
18. Horticulture cum Landscaping Expert 36
Sub Total 398
Total 679

*The man-month against each key personnel/sub-professional shall be same as specified in


Enclosure A of TOR.

Page 68 of 243
II. Support Staff

No. Position Name Staff Months Billing Amount( )


Rate()
1. Office Manager TBN 84
2. Accountant cum Cashier TBN 84
3. Steno cum Computer TBN 84
Operator
4. Office Boy (1 No.) TBN 84
Total :

Note: Billing rates as indicated above shall be increased in accordance of 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 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. 3000km/month run

S. No. Description of Vehicles Qty. Total Rate/ Amoun


(No. of vehicle-month) Vehicle- t
During During Month
Construction Development
Period and O&M
Period
1 Toyota Innova Crysta or 2x24 1x60 108
equivalent (not more than six
month old)
2 Tata Tiago or equivalent (not more 2x24 1x60 108
than six month old)
Total

IV. Duty Travel to Site (Fixed Costs) (For all Lengths of projects) : Professional and
Sub-Professional Staff

Trips Number of Trips Rate* Amount


Site to NHAI HQ for Key Professionals 20 round trips (by Air
Economy Class)
Site to Regional Office for Key 20 round trips (by Air
Professionals Economy Class/Train
First Class/Deluxe AC
Bus)

* Rate quoted includes Hotel charges, travel cost etc. complete.


Page 69 of 243
V. Office Rent (Fixed Costs) – Minimum 200 sqm area of office shall be rented.
The rent cost includes electricity and water charges, maintenance, Cleaning, repairs, etc. complete.

Nos. of Months Rate/month Amount


84

The rent cost includes electricity and water charges, maintenance, cleaning, repairs, etc. complete.

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

S. No. Item Months Monthly Rate Amount in


Rs.
1. Office Supplies 84
2. Drafting Supplies 84
3. Computer Running Costs 84
4. Domestic and International 84
Communication

VII. Office Furniture and Equipment (Rental)

The cost shall include rental charges towards all such furniture and equipment as required for
proper functioning of office. Office furniture shall include executive tables, chairs, visitor chairs,
steel almirahs, computer furniture, conference table etc. Office equipment shall include as a
minimum of telephone (2 external & 10 internal lines), photocopier (15ppm, 12000 copies per
month with A3 & A4 input) fax machine, PCs(5 No., Intel Core 2 Duo E8300, 19’’ colour TFT, Cache-
6MB, RAM-2 GB, HDD-250 GB, DVD Writer, Key board, optical scroll mouse, MS-Windows Vista
Business, pre-loaded anti-virus etc.), laser printers (2 no., 14 ppm, 266 MHZ, 5000 pages per month,
600x600 dpi or better etc., Engineering Plan printer (1 no.), binding machine (1 no.), plotter A0 size,
overhead projector, AC (4 no., 1.5 Ton), Water Coolers (as required)etc.
Nos. of Months Rate/month Amount
84

VIII. Reports and Document Printing

S. No. Description No. of No. of Total Rate per Amount


Reports Copies Nos. of Copy ( )
per copies
Report
1 Monthly reports 84 3 252
(Design and Construction)
2 Half yearly Reports 14 3 42
3 Various others reports as 12 3 36
provided in the Concession
Agreement such as Completion
Report
Total
Page 70 of 243
IX. Road Survey Equipment
The cost shall include carrying out survey using equipment, manpower, software and report
processing.

Item km Rate No of times Amount


per km survey to (INR)
(INR) be
conducted
Surface defects detection and roughness
86.513 10
measurement using Network Survey Vehicle
Pavement strength measurement using FWD 86.513 5
Bridge inspection using Mobile Bridge
86.513 10
Inspection Unit
Road signs inspection using Retro Reflectometer 86.513 10
Total

X. Contingencies
A fixed amount of Indian Rupees ONE MILLION shall be included in the Financial Proposal. The
provisions of Contingency shall be operated with the specific approval from the Competent
Authority in National Highways Authority of India.

Page 71 of 243
SECTION 6: TERMS OF REFERENCE FOR AUTHORITY’S ENGINEER

[Note: The term “Agreement” and clauses thereof refer to the EPC Agreement dated------
entered between Authority and --------(the Contractor) for the work of .............. from km----
to ---- of NH No.------- in the State of -------------- on Engineering, Procurement and
Construction (EPC) basis].

1. Scope

1.1 These Terms of Reference (the “TOR”) for the Authority’s Engineer are being specified
pursuant to the EPC Agreement dated........... (the “Agreement”), which has been entered
into between the Authority and ............. (the “Contractor”) for [Two-Laning] of the ****
section (km ** to km**) of National Highway No. ** in the State of *** on Engineering,
Procurement, Construction (EPC) basis, and a copy of which is annexed hereto and marked
as Annex-A to form part of this TOR.

1.2 The TOR shall apply to construction and maintenance of the Project Highway.

2 Definitions and interpretation

2.1 The words and expressions beginning with or in capital letters 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 reference 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 General

3.1 The Authority’s Engineer shall discharge its duties in a fair, impartial and efficient manner,
consistent with the highest standards of professional integrity and Good Industry Practice.

3.2 The Authority’s Engineer shall perform the duties and exercise the authority in accordance
with the provisions of this Agreement, but subject to obtaining prior written approval of the
Authority before determining.

(a) any Time Extension.


(b) Any additional cost to be paid by the Authority to the Contractor;
(c) The Termination Payment; or
(d) Any other matter which is not specified in (a), (b) or (c) above and which creates an
obligation or liability on either Party for a sum exceeding Rs. 5,000,000 (Rs. Fifty lakh.)

3.3 The Authority’s Engineer shall submit regular periodic reports, once every month, to the
Authority in respect of its duties and functions under this Agreement. Such reports shall be
submitted by the Authority’s Engineer within 10 (ten) days of the beginning of every month.

Page 72 of 243
3.4 The Authority’s Engineer shall inform the Contractor of any delegation of its duties and
responsibilities to its suitably qualified and experienced personnel; provided, however, that
it shall not delegate the authority to refer any matter for the Authority’s prior approval in
accordance with the provisions of Clause 18.2 EPC Agreement.

3.5 The Authority’s Engineer shall aid and advise the Authority on any proposal for Change of
Scope under Article 13.

3.6 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
Authority’s Engineer shall specify such meaning, scope and nature by issuing a reasoned
written statement relying on good industry practice and authentic literature.

4. Role and responsibility of Officers of the Authority

The officer in-charge of the Authority (e.g. PD/ RO/ CGM/ Member in the case of NHAI;
RO/CE/ADG in the case of MoRTH projects executed through the State PWDs; and
PD/ED/Director in the case of NHIDCL) is responsible for the overall supervision and
monitoring of the execution of project as the representative of the owner of the project. The
Authority's Engineer is appointed to assist the Authority for carrying out the functions as
detailed under clause 18.2 of the EPC Agreement. As such, an officer of the Authority is
vested with all such powers and responsibilities as are enjoined upon the Authority's
Engineer and is fully competent to issue any instructions for proper monitoring and
supervision of the project, either by himself or through the Authority's Engineer.
Instructions issued by the concerned officer of the Authority shall have the same effect as
that of the Authority's Engineer in terms of this Agreement. Wherever such concerned
officer issues any instructions or notice to the Contractor, he shall endorse a copy thereof
to the Authority's Engineer.

5 Construction Period

5.1 During the Construction Period, the Authority’s Engineer shall review and approve the
Drawings furnished by the Contractor along with supporting data, including the geo-
technical and hydrological investigations, characteristics of materials from borrow areas
and quarry sites, topographical surveys, and the recommendations of the Safety Consultant
in accordance with the provisions of Clause 10.1.6 of EPC Agreement. The Authority’s
Engineer shall complete such review and approve and send its observations to the Authority
and the Contractor within 15 (fifteen) days of receipt of such Drawings; provided, however
that in case of a Major Bridge or Structure, the aforesaid period of 15 (fifteen) days may be
extended upto 30 (thirty) days. In particular, such comments shall specify the conformity
or otherwise of such Drawings with the Scope of the Project and Specifications and
Standards.

5.2 The Authority’s Engineer shall review and approve any revised Drawings sent to it by the
Contractor and furnish its comments within 10 (ten) days of receiving such Drawings. The
review/approval of drawing should be authenticated by Authority’s Engineer.

5.3 Quality Assurance Manual and Plan forms the basis of quality of the work. It is therefore
essential that the Quality Assurance Manual and Plan prepared by the Concessionaire be
checked and approved. Thus, the Authority’s Engineer shall check contents of Quality
Assurance Plan and Manual of Concessionaire as per requirements of Quality Management
Page 73 of 243
System (as per ISO 9001), IRC: SP: 47-1998 and IRC: SP: 57-2000 for road bridges and roads
respectively. The Authority’s Engineer Authority’s Engineer shall also offer their comments
for modifying/ improving the document. After receiving the corrected document, the
Authority’s Engineer shall review and formally approve the QAM and Quality Plan and send
one copy to the Authority. The Authority’s Engineer shall complete the review of the
methodology proposed to be adopted by the Contractor for executing the Works, and
convey its comments to the Contractor within a period of 10 (ten) days from the date of
receipt of the proposed methodology from the Contractor.

5.4 The Authority’s Engineer shall grant written approval to the Contractor, where necessary,
for interruption and diversion of the flow of traffic in the existing lane(s) of the Project
Highway for purposes of maintenance during the Construction Period in accordance with
the provisions of Clause 10.4 EPC Agreement.

5.5 The Authority’s Engineer shall review the monthly progress report furnished by the
Contractor and send its comments thereon to the Authority and the contractor within 7
(seven) days of receipt of such report.

5.6 On a daily basis, the concerned key personnel of Authority Engineer shall inspect the
Construction Works. Following activities need to be undertaken during the visits.

 Review of construction including progress, quality and safety of construction


 Inspection of defects and deficiencies in construction works
 Witnessing quality inspection tests at labs established by Concessionaire on a
sample basis
Review of quality of work shall be done in reference to Quality Assurance Plan
(QAP)/Manual and ISO 9001:2008, IRC: SP: 47-1998 and IRC: SP: 57-2000 for road bridges
and roads respectively. The Authority’s Engineer also needs to capture following
documents and send to National Highways Authority of India field office via email on a daily
basis
 Scanned copy of filled RFI (Request for Inspection) form including commentary on
‘Satisfactory/Unsatisfactory’ nature of work completed by Concessionaire
 Daily inspection report Proforma as provided in Annexure I
 Readings of quality inspection tests witnessed by the Consultant
 Minimum 6 high resolution photographs supporting the remarks made by the
Authority’s Engineer in RFI form

Team Leader will be responsible for sending daily emails to National Highways Authority
of India office

5.7 On a monthly basis, the Authority Engineer shall prepare a Monthly Inspection Report in
accordance with the format prescribed in Annexure V setting forth an overview of the
status, progress, quality and safety of construction, including the work methodology
adopted, the materials used and their sources, and conformity of Construction Works with
the Scope of the Project and the Specifications and Standards. In a separate section of the
Inspection Report, the Authority Engineer shall describe in reasonable detail the lapses,
defects or deficiencies observed by it in the construction of the Project Highway. The
Authority Engineer shall send a copy of its Inspection Report to the Authority and the

Page 74 of 243
Concessionaire latest by 7th of every month. Key sections of the Monthly Progress Report
are as follows.

S
Section Sub-Sections
No.
1.1 Construction progress in current month
1.2 Summary of strip plan
1 Executive Summary 1.3 Detailed strip plan
1.4 Current issues and recommended actions by
AE
2.1 Salient Features of the Project
2.2 Project Milestones
2 Project Overview
2.3 Location Map
2.4 Key Plan
Critical issues and 3.1 Pending issues and action log
3
Action log 3.2 Obligations as per contract
4 Physical Progress 4.1 Detailed physical progress by component
5.1 LA summary
5.2 LA detail by CALA
Land Acquisition and 5.3 LA detail by village
5
Clearances 5.4 Manpower with each CALA
5.5 Clearances summary
5.6 Status of utility shifting
6 Change of Scope 6.1 Status of pending COS proposals
Mobilization of 7.1 Resource mobilization by contractor/
7
Resources concessionaire
Financial Progress 8.1 Pen picture- Escrow
8
Details 8.2 Escrow details
Summary of quality 9.1 Tests witnessed by IE/AE
9
control tests 9.2 Tests conducted by IE/AE
Monitoring of 10.1 Critical issues and action log
maintenance 10.2 Cumulative defects and deficiencies
10
obligations during
10.3 Status of damages
construction phase
11.1 Pen picture on safety features at
11 Safety features construction site
11.2 Accident report
Annex 1: Detailed list of physical components as
per Schedule G
12 Annexures
Annex 2 onwards: Additional details provided
by AE

5.8 If at any time during the Construction Period, the Authority 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.

Page 75 of 243
5.9 The Authority’s Engineer shall conduct the pre-construction review of manufacturer’s
reports and standard samples of manufactured Materials, and such other Materials as the
Authority’s Engineer may require.

5.10 For determining that the Works conform to Specifications and Standards, the Authority’s
Engineer shall require the Contractor to carry out, or cause to be carried out, tests at such
time and frequency and in such manner as specified in the Agreement and in accordance
with Good Industry Practice for quality assurance. For purposes of this, 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 MORT&H (the
“Quality Control Manuals”) or any modifications/substitution thereof shall be deemed to be
tests conforming to Good Industry Practice for quality assurance.

5.11 The Authority’s Engineer shall test check at least 60(sixty) percent of the quantity or
number of tests prescribed for each category or type of test for quality control by the
Contractor.

5.12 The timing of tests referred to in Paragraph 5.10, and the criteria for acceptance/rejection
of their results shall be determined by the Authority’s 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 Contractor for
its own quality assurance in accordance with Good Industry Practice.

5.13 In the event that results of any tests conducted under Clause 11.10 establish any Defects or
deficiencies in the Works, the Authority’s Engineer shall require the Contractor to carry out
remedial measures.

5.14 The Authority’s Engineer may instruct the Contractor to execute any work which is urgently
required for the safety of the Project Highway, whether because of an accident,
unforeseeable event or otherwise; provided that in case of any work required on account of
a Force Majeure Event, the provisions of Clause 21.6 of EPC Agreement shall apply.

5.15 In the event that the Contractor fails to achieve any of the Project Milestones, the Authority’s
Engineer shall undertake a review of the progress of construction and identify potential
delays, if any. If the Authority’s Engineer shall determine that completion of the Project
Highway is not feasible within the time specified in the Agreement, it shall require the
Contractor to indicte within 15 (fifteen) days the steps proposed to be take to expedite
progress, and the period within which the Project Completion Date shall be achieved. Upon
receipt of a report from the Contractor, the Authority’s Engineer shall review the same and
send its comments to the Authority and the Contractor forthwith.

5.16 The Authority’s Engineer shall obtain from the Contractor a copy of all the Contractor’s
quality control records and documents before the Completion Certificate is issued pursuant
to Clause 12.2 of EPC Agreement.

5.17 Authority’s Engineer may recommend to the Authority suspension of the whole or part of
the Works if the work threatens the safety of the Users and pedestrians. After the
Contractor has carried out remedial measure, the Authority’s Engineer shall inspect such
remedial measures forthwith and make a report to the Authority recommending whether
or not the suspension hereunder may be revoked.

Page 76 of 243
5.18 In the event that the Contractor carries out any remedial measures to secure the safety of
suspended works and users, and requires the Authority’s Engineer to inspect such works,
the Authority’s Engineer shall inspect the suspended works within 3 (three) days of
receiving such notice, and make a report to the Authority forthwith, recommending
whether or not such suspension may be revoked by the Authority.

5.19 The Authority’s Engineer shall carry out, or cause to be carried out, all the Tests specified
in Schedule-K and issue a Completion Certificate or Provisional Certificate as the case may
be. For carrying out is functions under this Paragraph 4.18 and all matters incidental
thereto, the Authority’s Engineer shall act under and in accordance with the provisions of
Article 12 and Schedule-K. The Authority’s Engineer shall use following equipment in
carrying out the tests.

S No Key metrics of Asset Equipment to be used


1 Surface defects of pavement Network Survey Vehicle (NSV)
2 Roughness of pavement Laser Profilometer
3 Strength of pavement Falling Weight Reflectometer (FWD)
4 Bridges Mobile Bridge Inspection Unit (MBIU)
5 Road signs and road markings Retro-reflectometer

6 Maintenance Period

6.1 The Authority’s Engineer shall aid and advise the Contractor in the preparation of its
monthly Maintenance Programme and for this purpose carry out a joint monthly inspection
with Contractor.

6.2 The Authority’s Engineer shall undertake regular inspections, at least once every month to
evaluate compliance with the Maintenance Requirements and submit a Maintenance
Inspection Report to the Authority and the Contractor.

6.3 Visual Inspection of project highway

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

Frequency
Nature of defect or deficiency of
inspection
ROADS
(a) Carriageway and paved shoulders
(i) Breach or blockade Daily
(ii) Pot holes Daily
(iii
Cracking Weekly
)
(iv) Rutting Weekly
(v) Bleeding/skidding Weekly
(vi) Ravelling/Stripping of bitumen surface Weekly
(vii
Damage to pavement edges Weekly
)

Page 77 of 243
Frequency
Nature of defect or deficiency of
inspection
(vii
Removal of debris Daily
i)
(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
(iii Variation by more than 15% in the prescribed side
Weekly
) (embankment) slopes
(iv) Rain cuts/gullies in slope Weekly
Damage to or silting of culverts and side drains during and
(v) Weekly
immediately preceding the rainy season
(vi) Desilting of drains in urban/semi-urban areas Daily
(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
(i) Daily
or obstruction in visibility of road signs
(ii) Deterioration in health of trees and bushes Weekly
(iii
Replacement of trees and bushes Weekly
)
(iv) Removal of vegetation affecting sight line and road structures Weekly
(f ) Rest areas/Wayside amenities
(i) Cleaning of toilets Daily
(ii) Defects in electrical, water and sanitary installations Daily
(g) Toll plaza[s]
(i) Failure of toll collection equipment including ETC or lighting Daily
(ii) Damage to toll plaza Weekly
(h) Other Project Facilities and Approach roads
Damage or deterioration in Approach Roads, -[pedestrian
(i) facilities, truck lay-bys, bus-bays, bus- shelters, cattle crossings, Daily
Traffic Aid Posts, Medical Aid Posts and other works]
(j) Incident Management
Instances of Incident Management as reported including time of
(i) call, response time, services rendered and time of clearing of the Daily
Highway.
(ii) List of the Incident Management Services rendered. Weekly
BRIDGES
(a) Superstructure of bridges
(i) Cracks Weekly

Page 78 of 243
Frequency
Nature of defect or deficiency of
inspection
(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,
(ii) Weekly
weep holes and vent-holes
(iii
Damage or deterioration in parapets and handrails Weekly
)
(iv) Rain-cuts or erosion of banks of the side slopes of approaches Weekly
(v) Damage to wearing coat Weekly
Damage or deterioration in approach slabs, pitching, apron, toes,
(vi) Weekly
floor or guide bunds
(vii Growth of vegetation affecting the structure or obstructing the
Weekly
) waterway

6.3.2 All elements which have daily inspection frequency shall be inspected weekly as well.
Similarly, all elements which have weekly inspection frequency shall be inspected monthly
as well.
6.3.3 Daily inspection report format and weekly inspection report format has been provided in
Annexure II and III of this document respectively. Manpower which needs to conduct visual
inspection and mode of reporting is defined in the following table

Frequency of Inspection to be carried out


Mode of reporting
inspection by
Daily Sub-professional staff Soft copy by Email
Weekly Key personnel Soft copy by Email
Hard copy and Soft
Monthly Key personnel
copy

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

6.3.5 The Authority’s Engineer shall also be responsible for inspection and monitoring of
Wayside
Amenities. ETC (Electronic Toll Collection) and ATMS (Advanced Traffic Management
System) and incident management.

6.4 Road conditions surveys


Page 79 of 243
6.4.1 The carrying out of condition surveys will be one of the most important and crucial field
tasks under the project. The Authority Engineer shall carry out condition surveys using
equipment and following a frequency as defined under.

Frequency of condition
S No Key metrics of Asset Equipment to be used
survey
At least twice a year (As
Surface defects of Network Survey Vehicle per survey months
1
pavement (NSV) defined for the state basis
rainy season)
At least twice a year (As
Roughness of per survey months
2 Laser Profilometer
pavement defined 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
4 Bridges
Unit (MBIU) defined for the state basis
rainy season)
At least twice a year (As
per survey months
5 Road signs Retro-reflectometer
defined for the state basis
rainy season)

The first equipment based inspection shall be conducted at the time of completion testing. The other
inspections shall be conducted before and after the rainy seasons as per the schedule defined in
Annexure IV, except for FWD testing which shall be conducted once a year.

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 Authority Engineer shall use Network Survey Vehicles mounted with equipment
such as Laser based automatic crack detection , high resolution digital cameras for RoW
and pavement, high accuracy DGPS receiver 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
Page 80 of 243
Surface defect Dimensions to be reported
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
30km/hr and up to at least 75 km/ hr.
 Profile depth accuracy of 0.5mm
 Capability for lane tracking to control driver wander’ and ensure high repeatability
of data between surveys.
 Measure at least 3.5m width of highway lane.
 Transverse Profile including rut depth measurement of pavement surface widths of
both carriageway and shoulders. The rut depth data must be convertible to different
straightedge lengths (1.8m to 3.5m) and meet industry standards (ASTM E1703 /
E1703M).
 Pavement images with capability to automatically identify and rate distresses
 Roughness measurement with outputs of both raw longitudinal profiles and
International Roughness Index (IRI) calculation shall be reported at least 100m
referenced to the preceding Location Reference Post (LRP). The roughness must
meet ASTM-E950 (equivalent to Class I road profiler). The IRI shall be determined
in both wheel paths.
 Ability to record images at user-defined intervals (e.g. every 5, 10m, etc.)
 Minimum images resolution of 1600x1200
 Outputs must include Standard JPEG image or similar industry standard
 Distance resolution of <1mm,
 Capable of achieving distance accuracy of 0.1% (i.e. within 1m over 1km distance)
 All data outputs should be in a non-proprietary format (e.g. .CSV, .MDB, Excel) and
not require specialist software in order to view or format data
 Data should also be capable of being easily formatted into data compatible
with HDM-4

iii. The following are the set of deliverables which should be submitted after completion of
survey as part of Monthly Progress Report
 Raw data generated from the equipment which are part of Network Survey covering
the parameters mentioned in above table. It should also include
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 Authority Engineer shall carry out structural strength surveys for existing pavements
using Falling Weight Deflectometer technique in accordance with the procedure given in
Page 81 of 243
IRC:115-2014 (Guidelines for Structural Evaluation and Strengthening of Flexible Road
Pavements Using Falling Weight Deflectometer (FWD) Technique) and IRC: 117-2015
(Guidelines for the Structural Evaluation of Rigid Pavement by Falling Weight
Deflectometer)

(ii) The interval at which deflection measurements are to be taken up are as per IRC:115-2014
/ IRC:117-2015. 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 Authority 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 Authority Engineer shall measure Coefficient of retro reflected luminance RA (night
time retro reflection) of road traffic signs using a portable retro reflectometer.

(ii) The following criteria shall be met by the process of road signs retro reflection
measurement

Page 82 of 243
 Measurement of retro reflective signs shall be conducted in accordance with ASTM
E1709 and ASTM E2540
 Measurement time after pressing trigger shall be less than or equal to 1 sec
 Observation angle adjustment from 0.2 degrees to 2.0 degrees
 Entrance angle adjustment from -45 degrees to +45 degrees
 Self-contained commercially available battery
 Inbuilt data storage of at least 2,000 measurements so that data transfer requirement
is minimized while the survey is being conducted
 Interface for transferring data from device to Computer
 Built in GPS to capture GPS coordinates of road sign
 Range shall be at least 0-2000 cd/lx/m2

(iii) The following are the set of deliverables which should be submitted after completion of
survey as part of Monthly Progress Report

 System generated coefficient of retro reflected luminance RA (nighttime retro reflection)


of all road signs
 Interpretation report covering analysis of road signs falling in different range of RA and
actions to be taken
6.5 The Authority Engineer shall carry out following inspections of ETC lanes at toll plazas on a
month basis:

(i) 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/ National Highways
Authority of India technical specifications and requirements

(ii) 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 Authority Engineer shall prepare a Monthly Status Report in O&M phase of project in
respect of its duties and functions under this Agreement and in accordance with the format
prescribed in Annexure VI. 1st deliverable of the report which is an executive summary to
the main report (Section 1) shall be submitted to the Authority and updated on the PMIS
and project specific website by 4th of every month. Main report (Section 2 onwards) shall

Page 83 of 243
be submitted to the Authority and updated on the PMIS and project specific website by 7th
of every month. Key sections of the Monthly Status Report are as follows;

S. No. Sections Sub sections


1.1 Overall road condition
1.2 Key reporting metrics
1.3 Key maintenance activities undertaken
1 Executive Summary
1.4 Pending issues
1.5 Recommended actions by AE
1.6 Strip plan for maintenance
2.1 Key project details
2.2 Location map
2 Project Overview 2.3 Key plan
2.4 Summary of project features
2.5 RoW availability
3.1 Issue and action log
Critical issues and 3.2 Summary of deficiencies
3
action taken 3.3 Obligations as per contract
3.4 Inspection schedule
Monthly Inspection 4.1 Summary of NCR issued
4
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
Change of Scope
7 7.1 Change of Scope proposals
proposals
Status of pending
8 8.1 Status of pending disputes
disputes
9.1 Toll collection statement
9.2 Accident Report
9 Reports 9.3 Details of user complaints
9.4 Encroachment list
9.5 Lane closure report
Annex I- Detailed visual inspection report of project
highway
10 Annexures
Annex II onwards- Additional details provided by
AE

6.7 The Authority’s Engineer shall specify the tests, if any, that the Contractor 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 remedial measures, if any, taken by the Contractor in this behalf.

Page 84 of 243
6.8 In respect of any defect or deficiency referred to in Paragraph 3 of Schedule-E, the
Authority’s 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 Authority’s Engineer shall examine the request of the Contractor for closure of any lane
(s) of the Project Highway for undertakings maintenance/repair thereof, and shall grant
permission with such modifications, as it may deem necessary, within 5 (five) days of
receiving a request from the Contractor. Upon expiry of the permitted period of closure, the
Authority’s Engineer shall monitor the reopening of such lane (s), and in case of delay,
determine the Damages payable by the Contractor to the Authority under Clause 14.5 of
EPC Agreement

7 Determination of costs and time

7.1 The Authority’s Engineer shall determine the costs, and/or their reasonableness, that are
required to be determined by it under the Agreement.

7.2 The Authority’s Engineer shall determine the period of Time Extension that is required to
be determined by it under the Agreement.

7.3 The Authority’s Engineer shall consult each Party in every case of determination in
accordance with the provisions of Clause 18.5 of EPC Agreement.

8 Payments

8.1 The Authority’s Engineer shall withhold payments for the affected works for which the
Contractor fails to revise and resubmit the Drawings to the Authority’s Engineer in
accordance with the provision of Clause 10.2.4 (d) of EPC Agreement.

8.2 Authority’s Engineer shall

(a) within 10 (ten) days of receipt of the Stage Payment Statement from the Contractor
pursuant to Clause 19.4, determine the amount due to the Contractor and
recommend the release of 90 (ninety) percent of the amount so determined as part
payment, pending issue of the Interim Payment Certificate; and
(b) within 15 (fifteen) days of the receipt of the Stage Payment Statement referred to in
Clause 19.4, deliver to the Authority and the Contractor an Interim Payment
Certificate certifying the amount due and payable to the Contractor, after
adjustments in accordance with the provisions of Clause 19.10 of EPC Agreement.

7.3 The Authority’s Engineer shall, within 15 (fifteen) days of receipt of the First stage
Maintenance Payment Statement from the Contractor pursuant to Clause 19.6 of EPC
Agreement, verify the Contractor’s statement and certify the amount to be paid to the
Contractor in accordance with the provisions of the Agreement.

7.4 The Authority’s Engineer shall certify final payment with 30 (thirty) days of the receipt of
the final payment statement of Maintenance in accordance with the provisions of Clause
19.16 of EPC Agreement.

Page 85 of 243
9 Other duties and functions

The Authority’s Engineer shall perform all other duties and functions as specified in the
Agreement.

10 Miscellaneous

10.1 All key personnel and sub professional staff of the Authority 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 Authority Engineer at its own cost at the site
office in order to facilitate the attendance marking. More systems can be installed near the
project highway up to a maximum of 1 system per 50 km in order to encourage frequent
visits of project highway by key personnel and sub professional staff. A copy of monthly
attendance records shall be attached with Monthly Status Report. Proper justification shall
be provided for cases of absence of key personnel/ sub professional staff which do not have
prior approval from Project Director of concerned stretch

10.2 A copy of all communications, comments, instructions, Drawings or Documents sent by the
Authority’s Engineer to the Contractor pursuant to this TOR, and a copy of all the test results
with comments of the Authority’s Engineer thereon, shall be furnished by the Authority’s
Engineer to the Authority forthwith.

10.3 The Authority’s Engineer shall retain at least one copy each of all Drawings and Documents
received by it, including ‘as – built’ Drawings and keep them in its safe custody.

10.4 Within 90 (ninety) days of the Project Completion Date, the Authority’s Engineer shall
obtain a complete set of as built Drawings in 2 (two) hard copies and in micro film form or
in such other medium as may be acceptable to the Authority, reflecting the Project Highway
as actually designed, engineered and constructed, including an as-built survey illustrating
the layout of the Project Highway and setback lines, if any, of the buildings and structures
forming part of project Facilities; and shall hand them over to the Authority against receipt
thereof.

10.5 The Authority’s Engineer, if called upon by the Authority or the Contractor or both, shall
mediate and assist the Parties in arriving at an amicable settlement of any Dispute between
the Parties.

10.6 The Authority’s Engineer shall inform the Authority and the Contractor of any event of
Contractor’s Default within one week of its occurrence.

11. PERFORMANCE CLAUSE

Authority’s Engineers shall be expected to fully comply with all the provisions of the `Terms
of Reference’, and shall be fully responsible for supervising the Designs, Construction and
maintenance and operation of the facility takes place in accordance with the provisions of
the EPC Agreement and other schedules. Any failure of the Authority Engineer in notifying
to Employer and the Contractor on non-compliance of the provisions of the EPC
Contract Agreement and other schedules by the EPC Contractor, non-adherence to the
provision of ToR and non-adherence to the time schedule prescribed under ToR shall
amount to non-performance.
Page 86 of 243
The Authority Engineer shall appoint its authorized representative, who shall issue on
behalf of the AE, Completion Certificate along with the Team Leader and shall carry out any
such task as may be decided by Employer. The AE shall take prior approval of Employer
before issuing Completion Certificate. The proposal submitted shall also include the
name of the authorized representative along with the authorization letter and power of
attorney.

12. CONSULTANT’S PROPOSAL

12.1 List of key personnel to be fielded by the Consultants shall be as below:

Normal Highway Project:

i. Team Leader Cum Senior Highway Engineer


ii. Resident cum Highway Engineer
iii. Senior Quantity cum Material Expert
iv. Bridge/Structural Engineer
v. Senior Pavement Specialist
vi. Road Safety Expert

Standalone Bridge Project:

i. Team Leader Cum Senior Highway Engineer


ii. Resident cum Pavement Specialist
iii. Bridge/Structural Engineer
iv. Senior Contract Specialist
v. Senior Quantity cum Material Expert
vi. Road Safety Expert

Standalone Tunnel Project:

i. Team Leader Cum Senior Tunnel Expert


ii. Resident cum Excavation Specialist
iii. Senior Geotechnical Expert
iv. Tunnel Design Engineer
v. Tunnel Safety Expert
vi. Senior Contract Specialist
vii. Senior Geologist

12.2 Broad job-description and minimum qualification for key personnel mentioned above is
enclosed as Enclosure–B. However, higher marks shall be accorded to the Candidate with
higher relevant qualification and experience. All the CV’s of the personals mentioned in
Para5.3 (iii) of Data Sheet shall be evaluated at the time of evaluation of technical proposal.
The age of the Key Personnel should not be more than 65 years on the date of
submission of proposal. Consultants are advised in their own interest to frame the
technical proposal in an objective manner as far as possible so that these could be properly
assessed in respect of points to be given as part of evaluation criteria. The bio-data of the
key personnel should be signed on every sheet by the personnel concerned and the last
sheet of each bio-data should also be signed by the authorised signatory for the Consultant.
The key personnel shall also certify at the end of their bio-data proforma that they have not

Page 87 of 243
left any of the Employer 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 Authority Engineer, if the Project is awarded. In case the key personnel
leaves the assignment without approval of Employer, Em ployer would beat liberty to
take any appropriate action against that key personnel including debarment. The CV
submitted by selected firm/JV shall be hoisted on official website of Employer.

12.3 In addition to above, consultants are required to propose other key personnel, sub-
professional staff and other field engineers as detailed in Enclosure-A and the minimum
qualification requirements for the same is enclosed in Enclosure–B.

Page 88 of 243
13. PERIOD OF SERVICES

13.1 The services of an Authority’s Engineer will be in phases as per Contract Agreement.
13.1.1 The appointment of the Authority’s Engineer shall initially be as per details given below.

Period of service Construction period Maintenance/ DLP


(in months) (in months) Period
(in months)
Construction DLP Period as per
Period (24 Civil Contract
month) + DLP Agreement (60
Period as per Civil 24 month month)
Contract
Agreement (60
month)

The proposed manpower deployment for this period shall be matching the activities to be
performed during the said period. The time frame for services during the deployment of key
personnel during this period shall be as shown in Enclosure A. Extension of Time for
providing services of the Authority’s Engineer may be extended concurrently with the
Extension of Time granted, if any, to the EPC Contractor for the project, subject to
satisfactory performance of the Authority’s Engineer and limited to original period of
consultancy services.

14. Project Coordinator

The Firm shall appoint a personnel from its head office to act as Project Coordinator for the
assignment. He will be authorised to communicate with the Authority in respect of all
matters pertaining to the project. The cost of the Project Coordinator shall be incidental to
the Consultancy Assignment.

Page 89 of 243
Enclosure-A

MAN - MONTHS INPUT FOR KEY PROFESSIONAL STAFF


AUTHORITY ENGINEER

S. No. Key Personnel Man-month in Man-month in Defect


Construction period Liability Period of 60
of 24 months months
A: Key Personnel
Team Leader Cum Senior Highway Engineer 24 15
Resident cum Highway Engineer (2 nos) 2x24 1x60
Bridge/Structural Engineer (2 nos) 2x24 15
Senior Pavement Specialist 24 0
Senior Quality cum Material Expert 24 0
Road Safety Expert 8 15
Sub Total 176 105
Total for Construction and Maintenance 281
B: Sub Professional Staff
Highway Design Engineer 4 0
Bridge/Structure Design Engineer 4 0
Survey Engineer (2 nos) 2x24 1x10
Assistant Highway Engineer 2x24 1x60
(2 nos)
CAD Expert (2 nos) 2x8 4
Environmental Engineer 6 0
Assistant Bridge Engineer (2 nos) 2 x 24 0
Assistant Quality cum Material Engineer (2 nos) 2 x 24 0
Electrical Engineer 4 3
HTMS/Toll Expert 3 0
Quantity Surveyor (2 nos) 2 x 24 8
Horticulture cum Landscaping Expert 8 28
Sub Total 285 113
Total for Construction and Maintenance 398
Grand Total 679

Note:
1. The other inputs like support staff shall be provided by the Consultant of an acceptable type
commensurate with the roles and responsibilities of each position
2. In case of project having different construction period, Man Month Input shall be adjusted
proportionately
3. The Financial Expert or Legal expert or Contract Specialist 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 Financial Expert or Legal
expert or Contract Specialist shall be paid at the rates quoted for Senior Pavement Specialist.

Page 90 of 243
Enclosure-B

QUALIFICATION OF KEY PERSONNEL

TEAM LEADER CUM SENIOR HIGHWAY ENGINEER


This is the senior most position and the expert engaged as the team leader shall be responsible
for reviewing the entire Project preparation and implementation activities of the
Concessionaire. He shall check all the Designs being prepared by the Concessionaire, ensure
execution of works on site as per specification and standards, and continuously interact with the
National Highways Authority of India and the Concessionaire. He shall undertake Project site
visits and shall guide, supervise, coordinate and monitor the work of other experts in his team
as well as those of the Concessionaire. The candidate is required to be a Senior Highway
Engineer, who should have a proven record of supervising, organising and managing of
construction of highway projects and also of Project preparation of large magnitudes projects,
as defined below, financed by international lending agencies and others. Knowledge of Project
management shall be an added advantage.
He should have the following qualification / experience.

1. Essential Qualifications.
a) Graduate in Civil Engineering from recognized university.
b) Total Professional Experience of at least 12 years in handling Highway Projects.
c) At least 5 years’ experience as Team Leader/Project Manager or similar capacity in
Highway Development Project.
d) He should have handled as Team Leader/Project Manager or similar capacity of at least
two projects in Construction Supervision / IC (of length 40% of project length (34.61
km) or more of similar configuration (2/4/6 laning**)
e) He should have handled as Team Leader or similar capacity of at least two Projects of
project Preparation of major highway Project (of length 40% of project length (34.61
km) or more of similar configuration (2/4/6 laning**).
f) Experience as Team Leader/Project Manager or similar capacity in Operation and
Maintenance of Major Highway Projects (of length 40% of project length (34.61 km) or
more of similar configuration (2/4/6 laning**).

2. Preferential Qualifications.
a) Post Graduate Degree in Construction Management/Transportation/Highway
Engineering//Structural Engineering/ any specialised stream of Civil Engineering.
b) Highway Development Projects (of length 40% of project length (34.61 km) or more of
similar configuration (2/4/6 laning**) taken up under EPC.
c) Degree/Diploma/Certificate in Project Management
Note: (1) Similar Capacity includes the following positions
i. On behalf of Consultant: Team Leader / Resident Engineer (Construction
Supervision/IE/AE).
ii. On behalf of Contractor : Project Manager (Construction/ Construction
Supervision)

Page 91 of 243
iii. In Government Organizations : Superintending Engineer (or equivalent) and
above
(2) Only those projects will be considered for evaluation at Sl. No. 1(d), 1(e) & 1(f) above,
where the input of the personnel is 12 months, 9 months and 12 months respectively.
RESIDENT CUM HIGHWAY ENGINEER
The Resident cum Highway Engineer shall be responsible for supervising the works of highway
to be constructed by the Concessionaire for this project. He shall also inspect the pavement
rehabilitation and repair works to be undertaken by the Concessionaire.
He should have the following qualification / experience.

1. Essential Qualifications.
a) Graduate in Civil Engineering from a recognized University.
b) Professional Experience of at least 12 years in Highway Projects.
c) At least 5 years’ experience in similar capacity in Highway Development Project.
d) Should have handled at least 2 major projects (of length 40% of project length (34.61
km) or more of similar configuration (2/4/6 laning**) and above).

2. Preferential Qualifications.
a) Post Graduate Degree in Transportation/Highway Engineering/Structural
Engineering/Geotechnical Engineering/any specialised stream of Civil Engineering.
b) Experience of Highway Project (of length 40% of project length (34.61 km) or more of
similar configuration (2/4/6 laning**) and above) of Construction / Construction
Supervision / IC of Highway projects
BRIDGE & STRUCTURAL ENGINEER
The Bridge& Structural Engineer shall be responsible for checking the designs of bridges, ROBs,
interchanges and any other structure to be constructed in the Project highway and supervising
the works of bridges, interchanges and any other structure to be constructed by the
Concessionaire for this project. He shall also inspect the bridge rehabilitation and repair works
to be undertaken by the Concessionaire. He should have thorough understanding and
experience with international `best practices’ of modern bridge construction technology.
He should have the following qualification / experience.

1. Essential Qualifications.
a) Graduate in Civil Engineering from a recognized University.
b) Professional Experience of at least 10 years in handling Highway/Bridge projects.
c) At least 5 years’ experience in Construction / Construction Supervision of bridge /
interchange / any other structures.
d) Experience in similar capacity in supervision of at least 2 Major Highway Bridges.
e) Experience in supervision of Rehabilitation and repair of 2 nos Major Bridges.

2. Preferential Qualifications.

Page 92 of 243
a) Post Graduate Degree in Structural Engineering.
b) He should have thorough understanding and experience of modern bridge construction
technology. viz., Precast Segmental, Balanced Cantilever Construction, Extradosed
Bridge, Full Span Launching, Incremental Launching.
SENIOR PAVEMENT SPECIALIST
The expert shall be continuously interacting with the Concessionaire, for the review of highway
designs and drawings using sophisticated computer software and also construction and O&M
works and to ensure life cycle cost effectiveness and viable design of pavement including
appropriate rehabilitation / strengthening of the existing two lane pavement which is
significantly distressed. He shall also be responsible for ensuring complete adherence to
maintenance standards during Construction and Operation period. Thus, the position requires
a pavement specialist with thorough knowledge and understanding of international ‘best
practices’ in the field of Design, Construction and maintenance of flexible/rigid type of
pavements including latest Codal stipulations and specifications.
He should have the following qualification / experience.

1. Essential Qualifications.
a) Graduate in Civil Engineering from a recognized University.
b) Professional Experience of at least 10 years in Pavement Design / Pavement
Construction / Pavement Maintenance of Highways / Roads / Airfield Runways
c) Experience of at least 5 years in similar capacity in Construction / Construction
Supervision of 2/4/6 laning** of major highway projects.
d) Experience as Pavement / Geotechnical Engineer in Construction/Construction
Supervision of at least 2 major highway projects (of length 40% of project length
(34.61km) or more of similar configuration (2/4/6 laning**) and above).

2. Preferential Qualifications.
a) Post Graduate Degree in Highway Engineering / Pavement Engineering /Transportation
Engineering
b) Experience as a Pavement Specialist/Pavement Engineer in Highway project (of length
40% of project length (34.61 km) or more of similar configuration (2/4/6 laning**) and
above).
SENIOR QUALITY/MATERIAL EXPERT
The Quality/Material Expert shall review the test results of bore holes, quarry and borrow area
material to find out their strength characteristics and suitability for using them in construction.
He shall inspect the Concessionaire’s field laboratories to ensure that they are adequately
equipped and capable of performing all the specified testing requirements of the contract. He
shall look into the quality assurance aspect of the construction works and supervise the setting-
up of the various Concessionaire’s rock crushers and bituminous mixing plants to ensure that
the specified requirements for such equipment are fully met. Experience in latest Quality
Management techniques in highway projects shall have added advantage.
He should have the following qualification / experience.

1. Essential Qualifications.

Page 93 of 243
a) Graduate in Civil Engineering from a recognized University.
b) Professional Experience of at least 10 years in handling Highway projects.
c) Experience of at least 5 years as Senior Quality/ Material Expert or in similar capacity in
Construction / Construction Supervision /major highway projects
d) Experience as Senior Quality/ Material Expert or in similar capacity in handling of at
least 2 similar highway projects.(of length 40% of project length (34.61 km) or more of
similar configuration (2/4/6 laning**) and above)

2. Preferential Qualifications.

a) Post Graduate Degree in Geotechnical Engineering / Foundation Engineering / Soil


Mechanics.
ROAD SAFETY EXPERT
Shall be responsible for the overall Road Safety Aspect of the Project. He shall ensure that safety
provisions as per relevant codes are strictly followed at site during Construction of Road and
also during the Maintenance Period

1. Essential Qualifications.
a) Graduate in Civil Engineering from a recognized University.
b) Professional Experience of at least 10 years in handling Highway projects.
c) Minimum 5 years’ experience in Road Safety works of Major Highway Projects (4 / 6
laning projects)
d) Experience in similar capacity in Road Safety Audit of at least 2 nos. 2/4/6 lane**
highway / expressway project including 1 nos. at design stage
e) Experience in similar capacity in the field of Road Safety Management Plan.
f) It is mandatory for the Road Safety Expert to have completed at least 15 days’
certification course on Road Safety Audit from IAHE/IITs/NITs/CRRI. The CV of the
proposed key personnel not having completed minimum 15 days certification course
shall not be evaluated. For avoidance of doubt, it is clarified herein that the certification
training course may be either from a single institution or from multiple institutions.

2. Preferential Qualifications
a) Post Graduate Degree in Traffic Transportation/Safety Engineering.
b) Experience in similar capacity in identification and improvement of black spots on Major
Highway Project.
c) Experience in similar capacity in Preparation of Road Safety Management Plan for inter
urban Highways.

Page 94 of 243
SUB PROFESSIONAL
HIGHWAYS DESIGN ENGINEER

The Highway Design Engineer shall be responsible for the review of highways designs and drawings
using sophisticated computer software. His expertise shall include computer aided design methods
for Highway Engineering with particular reference to CAD application to the geometric design for
highway projects.
He should have the following qualification/ experience.

(1) Essential Qualifications.


(i) Graduate in Civil Engineering from a recognized University.
(ii) Professional Experience of 8 years in highway works.
(iii) Experience of at least 4 years (out of total 8 years) in Highway Designing works.
(iv) He should have handled as Highway Design Engineer atleast 2 projects of similar configuration.
(v) Exposure of Computer Software Programme for Design of Highways.

(2) Preferential Qualification.


(a) Post Graduate Degree in Highway / Pavement /Transportation Engineering
(b) Experience in Highways Projects in innovative/ nontraditional technology and design.

BRIDGE/ STRUCTURE DESIGN ENGINEER

The Bridge Design Engineer shall be responsible for checking the designs of bridges, ROBs,
interchanges and any other structure to be constructed in the Project Highways. He shall also
review the rehabilitation measures to be proposed by the concessionaire for existing structures
based on site condition and structural requirement. His expertise shall include computer aided
design methods for Structural Engineering with particular reference to structural design.
He should have the following qualification/ experience.

(1) Essential Qualifications.


(i) Graduate in Civil Engineering from a recognized University.
(ii) Professional Experience of 8 years in Bridge Design.
(iii) 5 years out of total 8 years experience in similar capacity for design of major highway
bridges/structures.
(iv) Experience of designing of at least 2 major highway Bridges of similar configuration.

(2) Preferential Qualification


(a) Post Graduate Degree in Structural Engineering.
(b) Design experience of major highway bridge of length 200m or more (excluding approaches).
(c) Experience in similar capacity in innovative and specialized major Bridge Design (Pre-cast
Segmental, Cantilever Construction, Cable Stayed Bridge, Suspension Bridges etc.)

SURVEY ENGINEER
The candidate should be Graduate in Civil Engineering Firm may field Survey Engineer with
diploma in Civil Engineering/Survey having at least 5 years’ experience in the field of surveying out
of which at least 3 years should be in highway projects and they should have also dealt with at least
1 project of similar nature. This position requires thorough understanding of modern computer
based method of surveying with total station digital level etc.

Page 95 of 243
ASSISTANT HIGHWAY ENGINEER
The Candidate should be Graduate in Civil Engineering.

CAD EXPERT
He should be Graduate in Civil Engineering/Computer Science having experience in computer
related design method for highway engineering.

ENVIRONMENTAL ENGINEER
The Candidate should be Graduate in Civil Engineering/Environmental Engineering or other
relevant qualification. He should have at least 6 years’ experience out of which 2 years in highway
projects. He should have good knowledge of MOEF guidelines/requirements for mitigation
measures.

ASSISTANT BRIDGE ENGINEER


The Candidate should be Graduate in Civil Engineering with 3 years’ experience. He should have
handled at least 1 major bridge project.

ASSISTANT QUALITY CUM MATERIAL ENGINEER


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

ELECTRICAL ENGINEER
The Candidate should be Graduate in Electrical Engineering from recognised institute. He should
have at least 6 years’ experience

HTMS/TOLLING SYSTEM EXPERT


The candidate should be a senior Systems Engineer having experience of at least 15 Years. He
should be an expert in preparation of standards for projects of toll collection and HTMS. He should
have bachelor’s degree in Civil Engineering/Electronics/Computer Science/other relevant areas.
He should have experience of international latest practices in the field of HTMS and tolling. He
should have work experience on at least 2 similar projects in similar capacity.

QUANTITY SURVEYOR
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.

HORTICULTURE CUM LANDSCAPING SPECIALIST


He should be a Graduate in Agriculture with specialization in Horticulture/Arboriculture having
minimum 5 year of field experience in Horticulture/Arboriculture and landscaping. He should have
minimum 5 years field experience.
Note: Upto 2 sub-professional can be a fresh graduate (zero/ less than minimum required work
experience) with first class in graduation stream. Eligibility requirement in terms of minimum years
of experience shall not be applicable for this sub professional.

Page 96 of 243
Annexure I- Daily Inspection Report in construction period

Results of lab
Description tests Name of key
of inspection conducted personnel
Component Item Description
work (Test inspecting
carried out conducted, the work
Pass/Fail)

1. Road works
Embankment/ Sub
including
Grade/ GSB/
culverts, and
WMM/ DBM/ BC
minor bridges

2. Major Bridge
Foundation/ Sub
works, Flyovers,
structure/ Super
ROB, RUB, VUP,
structure
PUP

3. Approach to
Foundation/ Sub
ROB/RUB/ Major
structure/ Super
Bridges/ Viaduct
structure
/ RE wall

4. Other Works

Page 97 of 243
Annexure II- Daily Inspection Report in O&M period

Nature of defect/ deficiency Defect If defect Compliance AE Remarks


found found, of previous
(Yes/No) Chainage & defect
side (Yes/No/NA)
ROADS
Carriageway and paved shoulders
Breach or blockade
Pot holes
Removal of debris
Hard/earth shoulders, side slopes, drains and culverts
Desilting of drains in
urban/semi-urban areas
Road side furniture including road signs and pavement marking
Damage to shape or position;
poor visibility or loss of retro-
reflectivity
Street lighting and telecom (ATMS)
Any major failure of the system
Faults and minor failures
Trees and Plantation
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]

Page 98 of 243
Annexure III- Weekly Inspection Report in O&M period

Defect If defect Compliance of AE


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

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

Damage to pavement edges


(viii)
exceeding 10 cm

(ix) Removal of debris

Hard/earth shoulders, side slopes,


(b)
drains and culverts

Variation by more than 2% in


(i) the prescribed slope of
camber/cross fall

Edge drop at shoulders


(ii)
exceeding 40 mm

Variation by more than 15% in


(iii) the prescribed side
(embankment) slopes

(iv) Rain cuts/gullies in slope


Page 99 of 243
Defect If defect Compliance of AE
found found, previous defect Remarks
Nature of defect or deficiency
(Yes/No) Chainage (Yes/No/NA)
& side

Damage to or silting of culverts


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

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

Road side furniture including road signs


(c)
and pavement marking

Damage to shape or position;

(i)
poor visibility or loss of retro-
reflectivity

(d) Street lighting and telecom (ATMS)

Any major failure of the


(i)
system

(ii) Faults and minor failures

(e) Trees and plantation

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

Deterioration in health of 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]

Page 100 of 243


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

Failure of toll collection


(i) equipment including ETC or
lighting

(ii) Damage to toll plaza

Other Project Facilities and Approach


(h)
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 including


(i)
settlement and tilting

(d) Bearings (metallic) of bridges

(i) Deformation

Joints in
(e) bridges

Loosening and malfunctioning


(i)
of joints

(f) Other items relating to bridges

Deforming of pads in
(i)
elastomeric bearings

Gathering of dirt in bearings


(ii)
and joints; or clogging of

Page 101 of 243


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

spouts, weep holes and vent-


holes

Damage or deterioration in
(iii)
parapets and handrails

Rain-cuts or erosion of banks


(iv) of the side slopes of
approaches

(v) Damage to wearing coat

Damage or deterioration in
approach slabs, pitching,
(vi)
apron, toes, floor or guide
bunds

Growth of vegetation affecting


(vii) the structure or obstructing
the waterway

Page 102 of 243


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

Equipment based road inspection shall be done by the Authority’s Engineer twice a year as per the
month of the year defined in the following table.

However, since the first survey shall be conducted at the time of completion testing, the following
modification to the schedule shall be adopted. For example, if majority of highway length (>50%)
passes through a state, where defined survey months are May and November, if completion testing
is conducted in April, then the first equipment based survey shall be conducted in the month of
April. This shall be considered as the equipment based survey to be conducted in the month of May.
The 2nd equipment based survey shall be conducted in the month of November, the 3rd survey shall
be conducted in the month of May and so on. As regards FWD, the first test/survey shall be
conducted at the time of completion in April. The 2nd test/survey shall be conducted in April of next
year and so on.

Region State Survey before rains Survey after rains

East Bihar May Nov


East Chhattisgarh May Nov
East Jharkhand May Nov

East Orissa May Nov


East West Bengal May Nov

Central Madhya Pradesh May Nov

NE Arunachal Pradesh Mar Oct

NE Assam Mar Oct


NE Manipur Mar Oct

NE Meghalaya Mar Oct


NE Mizoram Mar Oct

NE Nagaland Mar Oct

NE Sikkim Mar Oct

NE Tripura Mar Oct


North Chandigarh May Nov

North Delhi May Nov

North Haryana May Nov

North Himachal May Nov


North Jammu And Kashmir May Nov

North Punjab May Nov


North Uttar Pradesh May Nov
North Uttaranchal May Nov

Page 103 of 243


Region State Survey before rains Survey after rains
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

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

Page 104 of 243


Annexure V- Monthly Progress Report in Construction Phase

[NAME & LOGO OF IMPLEMENTING AGENCY]

[PROJECT NAME]

Authority Engineer
[NAME OF CONSULTING FIRM]

MONTHLY PROGRESS REPORT NO. [XX]

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

Page 105 of 243


Table of content
Contents
Pa
ge Nos.

1 Executive Summary ..................................................................................................................... 102

1.1 Construction progress in current month 108

1.2 Current issues and recommended actions by IE / AE 10802

1.3 Strip Plan (Summary) 103

1.4 Strip Plan (Details) 104

2 Project Overview .......................................................................................................................... 105

2.1 Salient Features of Project 11105

2.2 Project Milestones 11206

2.3 Location Map 11307

2.4 Key Plan 114

3 Critical Issues & Action Log ...................................................................................................... 109

3.1 Pending Issues & Action Log 109

3.2 Obligations as per Contract 110

4 Physical Progress .......................................................................................................................... 110

4.1 Detailed Scope of Work & Physical Progress by Component 111

5 Land Acquisition and Clearance ............................................................................................. 112

5.1 LA Summary 112

5.2 LA Detail by CALA 112

5.3 LA Detail by Village for each CALA 112

5.4 Manpower details of CALA113

5.5 Clearances Summary 113

5.6 Status of utilities shifting 115

6 Change of Scope ............................................................................................................................ 115

7 Mobilization of Resources ......................................................................................................... 116

8 Financial Progress Details (for PPP projects) ................................................................... 116


8.1 Pen Picture - Escrow 116

8.2 Escrow details 12317


Page 106 of 243
9 Summary of quality control tests ........................................................................................... 117

9.1 Tests witnessed by IE/ AE 117

9.2 Tests conducted by IE / AE 119

10 Monitoring of maintenance obligations during construction phase....................... 120

10.1 Critical issues and action log 120

10.2 Summary of repair work 120

10.3 Status of damages 12822

11 Safety features ....................................................................................................................... 12822

11.1 Pen picture of safety features 12822

11.2 Accident Report 12923


12 Annexures
13
125

Page 107 of 243


1 Executive Summary

1.1 Construction progress in current month

Key reporting metrics Value/ %/ Amount


Scheduled Physical Progress (%)

Cumulative Physical Progress upto current


month (%)
Physical Progress during current month (%)

Financial progress (%)

Cumulative Expenditure till date (Rs Cr)

Tests passed as % of total tests witnessed by IE

Tests passed as % of total tests conducted by IE

Number of pending COS proposals

Amount for pending COS (Rs Cr)

1.2 Current issues and recommended actions by IE / AE

1. Slow Progress of Structures: The progress of structures (especially, major


bridges, flyovers and ROB’s) is very slow. Overall progress is only XX%. Out of
the total YY underpasses not even single underpass structure and its
approaches is completed so far. No bridge is open to traffic sofar.

a. Recommendation: Concessionaire should improve the progress of


structures. Request for revised workplan from Concessionaire including
specific activities on structures.

2. Status of Change of Scope Proposals: Concessionaire has submitted Xx No. Change of


Scope proposals. Yy No. of them are still pending for decision. Concessionaire has
not submitted necessary clarifications /details for the following Changes of Scope
in spite of severalreminders.

a. Recommendation: Concessionaire to submit all pending clarifications to


Authority. Authority and Concessionaire to expedite pending COSproposals.

Page 108 of 243


1.3 Strip Plan (Summary)

1. Work front 2. Length completed 3. Length completed


Unavailable & reason by layer (MCW) by layer (Service
for Unavailability Road)

%
% %
Lengt Total Lengt Lengt
Total Total
h Pendi h h
Lengt Lengt
(km) ng (km) (km)
h h
Length
Total 80 Total 80 Total 35
Length Length Length
Total 7 12% Total 27.5 33% Total 0 0%
Workfront Length Length
Unavailable Complet Complet
ed (Till ed
DBM) (Till
DBM)
Pending 0 0% BC 27 32% BC 0 0%
Land
Acq. DBM 27.5 33% DBM 0 0%
Pending 7 12% WMM 29.5 35% WMM 0 0%
Clearances GSB 32.5 39% GSB 0 0%
Encumbran 0 0% Sub- 35 42% Sub- 0 0%
ces Grade Grade
C&G 47.9 57% C&G 0 0%

Page 109 of 243


1.4 Strip Plan (Details)

Page 110 of 243


Detailed report

2 Project Overview

2.1 Salient Features of Project

Project Name
NH No. (New/ Old)
Scheme/ Phase
Mode of the Execution (BOT Toll/ BOT
Annuity/ EPC/ HAM/ Item Rate/ Others)
No. of Lanes/ Configuration
Length of the Project (in Km)
Total Project Cost (in Cr)
No. of Bypasses (Name of Town, Length)
No. of Major Bridges (Number and Location)
No. of Toll Plazas (Number and Location)
No. of Fly Overs (Number and Location)
DPR Authority’s EngineerName
Lead & Consortium Members of Banks
Concessionaire Name (SPV & Parent
Company)
Date of Award (LOA Date)
Appointed Date
Concession Period
Construction Period (in Days)
O&M Period (in Days)
Scheduled Date of Completion
Authority Engineer
IE / AE Agreement Date
IE / AE Mobilization Date

Page 111 of 243


ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

2.2 Project Milestones

Ac
Plan
Descripti tu
Projec ned Curre
on (Days al Delay
t (No. of nt
from Physica Physic
Milesto month Statu
Appointe l Scheduled al Revised
ne s) s
d Date) Progress Date Progress Date
(%) (%)
Milestone [DD/MM/YY [DD/MM/YY Achieve
[Description] 25 25 5
I YY] YY] d
Started
Milesto [DD/MM/YY [DD/MM/YY , not
[Description] 65 22
ne II YY] YY] achiev
ed
Schedule
Not
d [DD/MM/YY [DD/MM/YY
[Description] 100 21 start
Completi YY] YY] ed
on

Page 112 of 243


ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

2.3 Location Map

Page 113 of 243


ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

2.4 Key Plan

[Above image is illustrative only. Please include chainage and name below the axis and list of
features above the axis]

Page 114 of 243


ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

3 Critical Issues & Action Log

3.1 Pending Issues & Action Log

Expected
Ongoin Chainage Lengt
Concerne Action(s) date/
g/ New (s) h Action(s)
S.N Issue d suggested Actual Date
Type Issue/ affected affect taken till
o Description Authorit by for
Resolv due to ed now
y the AE resolving
ed the issue (km)
issue
1. Proposal
submitted to
MoEFLetter
Escalate to
Diversion of sent by RO
Ongoin [Chainage higher level [DD/MM/YY
1 Xx ha of Clearance MoEF 4 kms to MoEF
g Issue ] officers at YY]
forest Land nodal officer
MoEF
on
[DD/MM/YY
YY]
1. Escalated
to chief
secretary
21 level
Crcompensat through DO
Land Resolv [CALANa [Chainage [DD/MM/YY
2 ion 2.4 km from
Acquisition ed me] ] YY]
disbursemen Chairman/
t pending Secretary,
dated
[DD/MM/YY
YY]
Project
Slow Director to
progress by Concessiona New [Concess. [Chainage call higher [DD/MM/YY
3 57 km None
concessionai ire Issue Issue Name] ] ups of YY]
re concessiona
ire

Page 115 of 243


3.2 Obligations as per Contract

Expected Contents & Structure


Please write a summary of non-compliances of contractual obligations highlighting
reasons for delay, stating pending actions and their potential risk to the project’s progress and
recommended actions by the IE.

 Critical obligation sand constraints of concessionaire as per contract


 Critical obligations of authority as per contract
 Critical pending obligations of IE as per contract
NOTE: Please include important issues requiring intervention of various parties,
giving details and background wherever necessary

ALL FIGURES & GRAPHS IN TEMPLATES ARE


ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

4 Physical Progress

Physical
Physical Progress
%
Compon Progress(Duri (Cumulativ
Weightag
ent ng Current e, Upto
e
Month) Current
Month)
Road Works 35.00% 5% 15.0%
Major Bridge works and ROB /
40.00% 1.20% 26.2%
RUB
Structures 21.00% 0.00% 0.8%
Other Works 4.00% 0.00% 0.0%
Physical
2% 42.0%
Progress

Page 116 of 243


ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

4.1 Detailed Scope of Work & Physical Progress by Component

Cost Cost Planned Value of


Weightage Item Weightage in Scope Progress %Physical Physical
Component in (As per till Date Progress Progress
in Project Description
(%) Component Scope of (7X4)
(%) Work)
1 2 3 4 5 6 7 8
35.00% 1. C&G 5.00% 80 km 45 km 56% 2.8%
1. Road works
2. Embankment 5.00% 80 km 40 km 50% 2.5%
including
3. Sub Grade 5.00% 80 km 35 km 44% 2.2%
culverts,
4. GSB 5.00% 80 km 33 km 41% 2.1%
minor bridges,
5. WMM 5.00% 80 km 30 km 38% 1.9%
underpasses,
overpasses, 6. DBM 5.00% 80 km 28 km 35% 1.8%
approaches to 7. BC 5.00% 80 km 27 km 34% 1.7%
ROB/RUB/
Major
Bridges/
Structures
(but excluding
service roads)
40.00% 1. Major 10.00% 6 No 6 No 100% 10.0%
2. Major
Bridges
Bridge works
2. Minor 5.00% 23 No 21 No 91% 4.6%
and ROB/RUB
Bridges
3. Flyovers 5.00% 2 No 0 0% 0.0%
4. ROB 5.00% 228 No 121 No 53% 2.7%
5. VUP 5.00% 11 No 6 No 55% 2.7%
6. PUP 5.00% 15 No 6 No 40% 2.0%
7. RUB 5.00% 136 No 114 No 84% 4.2%
3. Structures 21.00% 1. Foundation 5.00% 35 km 2.2 km 6% 0.2%
(elevated 2. Sub-structure 5.00% 35 km 2.1 km 6% 0.2%
sections, 3. Super- 5.00% 35 km 2.1 km 6% 0.2%
reinforced structure
earth) 4. Reinforced 6.00% 35 km 2.1 km 6% 0.2%
Earth Wall
4. Other 4.00% 1. Toll Plaza 4.00% 4 No 0 0% 0.0%
Works
GRAND TOTAL 100% 42.0%

Page 117 of 243


5 Land Acquisition and Clearance

5.1 LA Summary

Total
Total in possession Total to be acquired
Description Required
at start (ha) (ha)
(ha)
Existing ROW 135.00 135.00 0.00
Pvt. Land To be Acquired 240.00 0.000 240.00
Public Land To be Transferred 52.00 50.35 1.65
Grand Total 427 185 242

ALL FIGURES & GRAPHS IN TEMPLATES ARE


ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

5.2 LA Detail by CALA

Total 3H 3G Amount Amount Amount Pendin


Land left Pend- 3HDo Pend 3GDo 3DPen 3DD 3APen 3AD Awarde Deposite Disburse gAmou
CALA to be ne(ha ne(h ding one( ding(H one( d by nt(Cror
ing -ing d (Crore d (Crore
Acquired (ha) ) a) (ha) ha) a) ha) CALA(Cr e Rs.)
(ha) Rs.) Rs.)
(Ha) ore Rs.)
[CALA
150 15 15 15 135 0 150 0 150 396 370 327 43
1]
[CALA2
67 0 0 0 67 0 67 0 67 132 132 120 23
]
[CALA
23 23 23 23 0 14 9 0 23 0 0 0 0
3]
Grand
Total 240 38 202 38 202 14 226 0 240 528 502 447 66

5.3 LA Detail by Village for each CALA

CALA 1
Total Amoun
Amount Amount Pendi
Land 3H 3H 3G 3G 3D 3D 3A 3A t
Deposit Disburs ng
left to Pend Don Pend Don Pendi Don Pendi Don Award
Village ed ed by Amou
be -ing e -ing e ng e ng e ed
(Crore CALA nt (Rs
Acquire (ha) (ha) (ha) (ha) (ha) (ha) (Ha) (ha) (Crore
Rs.) (Rs Cr) Cr)
d (Ha) Rs.)
[Village 1] 150 15 15 15 135 0 150 0 150 396 370 327 43
[Village 2] 67 0 0 0 67 0 67 0 67 132 132 120 23
[Village 3] 23 23 23 23 0 14 9 0 23 0 0 0 0
Grand
240 38 202 38 202 14 226 0 240 528 502 447 66
Total

ALL FIGURES & GRAPHS IN TEMPLATES ARE ILLUSTRATIVE.


PLEASE ADD ACTUAL DETAILS

Page 118 of 243


5.4 Manpower details of CALA

Revenu
Provided Tehsilda
Patwaris e Clerks Compu
by Amins/ rs/
/ Village Inspect / Accounta ter Peon Chainm Tot
CALA <Agency Survey Dep.
account ors/ Sahaya nts operat s an al
> / State ors Tehsilda
ant Kanung ks ors
Govt rs
o
<Ag e nc y
[CALA 1] 4 1 0 0 3 0 3 1 0 12
>

[CALA 1] State Govt 2 0 2 0 0 0 1 0 0 5

<Ag e nc y
[CALA 2]
>

[CALA 2] State Govt

Grand Total

5.5 Clearances Summary

Environment
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
Approval of construction in Obtaine Nil Completed
coastal zone d
Forest Land
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
Diversion of Xx ha ([Chainage]) Pendin [Length in Completed Stage 1 clearance
g km] pending
Diversion of Xx Ha. ([Chainage]) Obtaine Nil Ongoing
d

Page 119 of 243


ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

Wildlife
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
Diversion of Xx Ha. of Pending [Length in Ongoing Queries sent to MoEF by
forest land km] RO, compliance pending
TreeCutting
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
N.A. N.A. N.A. N.A. N.A.
Railway (ROBs/RUBs)
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
[GAD Number] Proposal [Chainage] Uploaded on N.A.
Submitted, portal on
Approval [DD/MM/YYY
pending Y]

Page 120 of 243


5.6 Status of utilities shifting

Date
Date of when Date of Date of Progr Date of
Lengt request Estimate Approva Deposit ess Certificat Estima
Utility ion from te Issue/
h by was l by of ofPhy
Catego Na Status Depart
Agency
me affecte ment Authority Received Authorit super- sical Amou Comme
ry for nts
d for from y RO/ vision Shiftin nt
concerne HQ charge Completi
estimate g
d dept. on

Estim [Lengt [DD/MM [DD/M [DD/M Not


ate h [DEPART [DD/MM/
Water / M/ M/ starte TBD
Appro in MENT] YYYY] YYYY]
YYYY] YYYY] d
ved km]

Estim [Lengt [DD/MM [DD/M [DD/M Not


Electri ate h [DEPART [DD/MM/
/ M/ M/ starte TBD
city Appro in MENT] YYYY] YYYY]
YYYY] YYYY] d
ved km]

Estim [Lengt [DD/MM [DD/MM


Others ate h [DEPART [DD/MM/ [DD/MM/ / / TBD
Appro in MENT] YYYY] YYYY]
YYYY] YYYY]
ved km]

6 Change of Scope

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

Page 121 of 243


7 Mobilization of Resources
Reason(s) Expecte
Deploye
for d Delay
Age of Planned/ Actual d
S Equipment Mak Mod Under/Ove due to Remar
Equipm Required Quantit During
No. Name e el r Under- ks
ent Quantity y theMon
Mobilizatio Mobiliza
th
n tion

Excavator/
5
Poclain

Paver 2

Transit
0
Meter

Plate
0
Compactors

[ADD
OTHERS]

8 Financial Progress Details (for PPP projects)

8.1 Pen Picture - Escrow

Cumulative
Cumulative
outflow from Inflow to Escrow Outflow from
inflow to Escrow
TPC (Cr) Escrow till during the month Escrow during
till previous
previous (Cr) the month(Cr)
month (Cr)
month(Cr)

1,206 1,033 900 30 35

Are the Escrow withdrawals in accordance with the order of withdrawal as specified in the
Concession Agreement?

Tick as applicable

Page 122 of 243


If not, details to be provided below:

ALL FIGURES & GRAPHS IN TEMPLATES ARE


ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

8.2 Escrow details

Escrow
Escrow Plan Escrow Plan Escrow Plan Escrow Escrow Actual
Cumulative
till date- till date- till date- Actual till Actual till till date-
TPC (Cr) exp. till
Debt Equity VGF (BOT) date- Debt date- Equity VGF
date (Cr)
(BOT)(Cr) (BOT) (Cr) (Cr) (BOT) (Cr) (BOT) (Cr) (BOT)
(Cr)

1,206 1,033 900 306 - 769 264 -

PLEASE EXCLUDE OUTSTANDING MOBILIZATION


FEE/ ADVANCE IN S-CURVE
9 Summary of quality control tests

9.1 Tests witnessed by IE/ AE

Frequen Total test up to


Total test in This Cumulative No. of
cy of Previous
Month tests
Descripti tests Uni Month Remar
on t ks
No. Conduct Pas Fai Conduct Pas Fai Conduct Pas Fai
Qty.
s ed s l ed s l ed s l

Sub grade

Page 123 of 243


Frequen Total test up to
Total test in This Cumulative No. of
cy of Previous
Month tests
Descripti tests Uni Month Remar
on t ks
No. Conduct Pas Fai Conduct Pas Fai Conduct Pas Fai
Qty.
s ed s l ed s l ed s l

Procter 150
1 m3 0 0 0 0 0 0 0 0 0
test 0

Atterberg 150
1 m3 0 0 0 0 0 0 0 0 0
Limits 0

Free Swell 150


1 m3 0 0 0 0 0 0 0 0 0
Index 0

Grain Size 150


1 m3 0 0 0 0 0 0 0 0 0
Analysis 0

300
C.B.R 1 m3 0 0 0 0 0 0 0 0 0
0

Granular Sub Base

Gradation 1 200 m3 151 151 0 5 5 0 156 156 0

Atterberg
1 200 m3 151 136 15 5 5 0 151 136 15
Limits

Procter 150
1 m3 0 0 0 0 0 0 0 0 0
test 0

Wet Mix
Macadam

Filter
material

Concrete

Cement

Water

Prime
Coat

Tack coat

Dense
Bitumino
us
Macadam

Bitumino
us
Concrete

Page 124 of 243


Frequen Total test up to
Total test in This Cumulative No. of
cy of Previous
Month tests
Descripti tests Uni Month Remar
on t ks
No. Conduct Pas Fai Conduct Pas Fai Conduct Pas Fai
Qty.
s ed s l ed s l ed s l

Bitumen
test

DLC

Steel

9.2 Tests conducted by IE / AE

<Quality inspection test results to be reported in a table similar to the table provided in
previous section>

Page 125 of 243


ALL FIGURES & GRAPHS IN TEMPLATES ARE ILLUSTRATIVE.
PLEASE ADD ACTUAL DETAILS

10 Monitoring of maintenance obligations during construction phase

10.1 Critical issues and action log

affected due to

Expected Date
affected (km)

taken till now


Ongoing/New

suggested by

for resolving
Chainage(s)
Description

Concerned
Authority

Action(s)

Action(s)
the issue

Length
Issue

Issue

issue
SNo

SC
1 Drying up Ongoin Concessionai 325+200 2.6 Irregular Replaceme NA
of plants g re to watering nt of plants
on 327+800 and daily
median watering

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


potholes re LHS potholes M>

10.2 Summary of repair work

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

1 Carriageway and paved shoulders

(a) Pot Holes Sqm 42 - - 42

(b) Roughness value mm


exceeding 2,500mm

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


5% of road surface

(d) Rutting exceeding Sqm 5 - - 5


10mm in more than 2%
of road surface

(e) Bleeding/Skiding Sqm

(f) Ravelling Sqm

(g) Damage to pavement m


edges exceeding 10cm

2 Hard/Earth Shoulders

Page 126 of 243


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

(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

(e) Junction signs Nos 26 8 - 18

(f) Median Grills Rmt 894 - - 894

(g) Studs Nos 5328 - - 5328

(h) Delinators 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

Page 127 of 243


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

(b) Replacement of trees Nos 15072 - - 15072


and bushes

7 Buildings and bridges

(a) Rest areas

(b) Toll plazas

(c ) Bridges

10.3 Status of damages

SNo Period Amount of damages (Rs)

1 Upto June 2016


2 Jul 2016
3 Aug 2016
4 Sep 2016
Total

11 Safety features

11.1 Pen picture of safety features

Details to be provided after assessment of the site requirement vis-à-vis provisions in the
Concession Agreement:
Suggested Remedial Financial implications of
Location of Measures within Additional Remedial additional Remedial
Black Spots provisions of Measures (if any) Measures for
Concession Agreement Authority(Cr.)

Page 128 of 243


S No

Date

1 1/1/17
Chainage no

RHS
Time of accident

pm
11.2 Accident Report

382/050 05:25
M Sex (M/F)
A

2
Accident location
B

Nature of
accident
C

Classification of
accident
D

Causes
E

Load conditions
of vehicle
F

Road condition

Page 129 of 243


-
G

Intersection type
of control
H

Weather
condition
I

Age of victim
J

Type of victim
K

Type of vehicle
-

Fatal
1

Major
No of

persons
affected

Minor

Help provided by
Ambu
Mapping of report fields to responses

A 1. Urban 2. Rural
1. Overturned 2. Head On Collision 3. Hit from Back 4. Hit to Fix Object 5. Right turn
B 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
1. Drunken 2. Over Speeding 3. Vehicle out of Control 4. Driven on wrong side 5.
D
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
1. T-Junction 2. Y-Junction 3. Four arm Junction 4. Staggered Junction 5. Junction with
G
more than 6. Round about
1. Fine/Clear [Link]/Fog 3. Cloudy 4. Light Rain 5. Heavy Rain 6. Strong Wind 7. Dust
H
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
1. Two Wheeler 2. Auto Rickshaw 3. Car/Jeep 4. Bus 5. Light Truck 6. Heavy Truck 7.
K
Tractor 8. Bicycle 9. Cycle Rickshaw 10. Hand Drawn Cart 11. Animal Drawn Cart

Page 130 of 243


12 Annexures

Annex 1. Detailed List of Physical Components as per Schedule G

Physical
Component
Item
A- Widening and strengthening of existing road
(1) Earthwork up to top of the sub-grade
(2) Granular work (sub- base, base, shoulders)
(a) GSB
(b) WMM
(3) Shoulders
(4) Bituminous work
(a) DBM
(b) BC
(5) Rigid Pavement
Concrete work
(6) Widening and repair of culverts
(7) Widening and repair of minor bridges
B- New realignment/bypass
(1) Earthwork up to top of the sub-grade
Road works (2) Granular work (sub- base, base, shoulders)
including culverts, (a) GSB
minor bridges, (b) WMM
underpasses, (3) Shoulders
overpasses, (4) Bituminous work
approaches to (a) DBM
ROB/RUB/ Major (b) BC
Bridges/ (5) Rigid Pavement
Structures (but Concrete work
excluding service C-New culverts, minor bridges, underpasses, overpasses on existing
roads) road, realignments, bypasses:
(1) Culverts
(2) Minor bridges
(a) Foundation
(b) Sub-structure
(c) Super-structure (including crash barriers etc. complete)
(3) Cattle/Pedestrian underpasses
(a) Foundation
(b) Sub-structure
(c) Super-structure (including crash barriers etc. complete)
(4) Pedestrian overpasses
(a) Foundation
(b) Sub-structure
(c) Super-structure (including crash barriers etc. complete)
(5) Grade separated structures
(a) Underpasses
(i) Foundation

Page 131 of 243


Physical
Component
Item
(ii) Sub-structure
(iii) Super-structure (including crash barriers [Link])
(b) Overpass
(i) Foundation
(ii) Sub-structure
(iii) Super-structure (including crash barriers etc. complete)
(c) Flyover
(i) Foundation
(ii) Sub-structure
(iii) Super-structure (including crash barriers etc. complete)
(d) Foot over Bridge
A- Widening and repairs of Major Bridges
(1) Foundation
(a) Open Foundation
(b) Pile Foundation/Well Foundation
(2) Sub-structure
(3) Super-structure (including crash barriers etc. complete)
B- Widening and repair of
(a) ROB
(1) Foundation
(2) Sub-structure
(3) Super-structure (including crash barriers etc. complete)
(b) RUB
(1) Foundation
(2) Sub-structure
MajorBridge works (3) Super-structure (including crash barriers etc. complete)
and ROB/RUB C- New Major Bridges
(1) Foundation
(a) Open Foundation
(b) Pile Foundation/Well Foundation
(2) Sub-structure
(3) Super-structure (including crash barriers etc. complete)
D- New rail-road bridges
(a) ROB
(1) Foundation
(2) Sub-structure
(3) Super-structure (including crash barriers etc. complete)
(b) RUB
(1) Foundation
(2) Sub-structure
(3) Super-structure (including crash barriers etc. complete)
(1) Foundation
Structures (elevated (2) Sub-structure
sections, reinforced (3) Super-structure (including crash barriers etc. complete)
earth) (4) Reinforced Earth Wall (includes Approaches of ROB,
Underpasses, Overpasses, Flyover etc.
Page 132 of 243
Physical
Component
Item
(i) Service roads/ Slip Roads
(ii) Toll Plaza
(iii) Road side drains
(iv) Road signs, markings, km stones, safety devices, ….
(a)Road signs, markings, km stones, ….
(b) Concrete Crash Barrier/ W-Beam Crash Barrier in Road
work
(v) Project facilities
(a) Bus bays
(b) Truck lay-byes
(c) Rest areas
Other Works
(vi) Repairs to bridges/structures
(vii) Road side plantation
(viii) Protection works
(a) Boulder Pitching on slopes
(b) Toe/Retaining wall
(ix) Tunnel
(a) Excavation
(b) Construction of support systemincluding rock bolting, lining
etc.
(c) On complete completion of tunnel
(x) Miscellaneous

* The above list is illustrative and may require modification as per the actual scope of
the work

Page 133 of 243


Annex 2. Onwards

IE / AE should include comments, status update, data points and reports in following
annexures which have not been included elsewhere in the main report. Such reports may
include but not limited to:
 Review status of drawings/ design reports
 Review status of other documents
 Minutes of review meeting
 Detailed Inspection report of project highway
 Correspondence details
 Weather report
 Organizational chart of Concessionaire / Contractor and IE / AE
 List of lab equipment
 Details of user complaints
 Project photographs

Page 134 of 243


[NAME&LOGOOFIMPLEMENTINGAGENCY]

[PROJECT NAME (O&M)]

Authority Engineer
[NAME OF CONSULTING FIRM]

MONTHLY STATUS REPORT NO. [XX]

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

Page 135 of 243


Table of content
Contents Page Nos.

1 Executive Summary ..................................................................................................................... 132

1.1 Overall road condition 132

1.2 Key reporting metrics 138

1.3 Key maintenance activities undertaken 132

1.4 Pending issues 133

1.5 Recommended actions by Authority Engineer 133

1.6 Strip Plan for maintenance 134

2 Project Overview .......................................................................................................................... 135

2.1 Key project details 135

2.2 Location Map 136

2.3 Key plan 137

2.4 RoW availability 137

2.5 Summary of project features 138

3 Critical Issues and Action taken .............................................................................................. 139

3.1 Issue and action log 139

3.2 Summary of items (Cumulative Observations/ Deficiencies) 139

3.3 Obligations as per contract 141


3.4 Major maintenance and Inspection schedule 142

4 Inspection Report ......................................................................................................................... 143

4.1 Summary of NCR issued 143

4.2 Equipment based inspection report 143

5 Monitoring of ETC lanes............................................................................................................. 145

5.1 Monthly ETC Report 145

5.2 On-ground infrastructure report 145

5.3 On-ground ETC operations and SLA adherence 146

6 Status of Damages for breach of maintenance activities............................................... 146


6.1 Damages for non completion of project facilities 146

6.2 Damages for breach of maintenance activities 147

Page 136 of 243


6.3 Damages for non completion of major maintenance/ periodic overlay 147

7 Change of Scope proposals ....................................................................................................... 148

8 Status of pending disputes ........................................................................................................ 148

9 Reports ............................................................................................................................................. 149

9.1 Monthly Toll Collection Report (Applicable only if project highway is tolled) 149

9.2 Accident Report 15650

9.3 Details of complaints 152

9.4 Encroachment list 153

9.5 Lane Closure Report 153

10 Annexures .................................................................................................................................... 154

Page 137 of 243


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


 Concessionaire has commenced the work for renewal and repair of
Pavement
pavement on the project highway w.e.f 14th September 2016
Shoulder
Drainage  Cleaning of drainage in built up areas n progress
Median
 Concessionaire has taken up repairs and maintenance of MBCB and
Road furniture
electric poles, etc on issuance of NCPs from Authority Engineer
Bridges
 As per provisions of CA and policy decided by MoRTH/ National
Highways Authority of India, 2 ETC lanes at each toll plaza have been
operationalised w.e.f. 25th September 2016. The connectivity of ETC
Buildings
lanes with Central Clearing House (CCH) has been achieved and
presently ETC lanes are operationalized in Hybrid Mode due to less
number of tags purchased by highway users
 Planting of new trees from Chainage 200+300 to 226+650
Horticulture
 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
Page 138 of 243
 Over all progress is very slow regarding repair of potholes and rutting on Main
Carriageway which is causing inconvenience to highway users and is also a concern from
road safety point of view.
 Street lighting in
 Anantapur bypass completed on main carriageway and is energized but for
service roads street lighting is pending on both sides
 Kurnool bypass erection of poles only completed in main carriageway not yet
energized till to date, but for service roads not started

1.5 Recommended actions by Authority 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. AE 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

Page 139 of 243


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)

Page 140 of 243


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
Authority Engineer
AE Agreement Date
AE Mobilization Date
AE Scheduled Completion Date
AE EOT (Extension Of Time)

Page 141 of 243


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

2.2 Location Map

Page 142 of 243


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

2.3 Key plan

2.4 RoW availability

Width of RoW available on both sides of the highway


>20 m
LHS- Width of RoW available

20 m
18 m
16 m 16 16 16 16 16 16 16
14 m
12 m
10 m
8m 8.2 8.2 8.2 8.2 8.2
6m
4m 4.7 4.7 4.7 4.7 4.7
2m 1.8 1.8
Chainage
2m
RHS- Width of RoW available

4m
6m 6.2 6.2 6.2 6.2 6.2 6.2
8m
10 m 10 10
12 m
14 m
16 m
18 m 17.5 17.5 17.5 17.5 17.5 17.5 17.5 17.5
20 m
>20 m 25 25 25

All figures and graphs in templates are


illustrative. Please add actual details.

2.5 Summary of project features

SNo Particulars Value


1 No of flyovers 2
Page 143 of 243
2 Service Road 45
3 ROBs 5
261.975, 299.606, 350.547,
4 ROB location (chainage)
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

Page 144 of 243


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

3 Critical Issues and Action taken

3.1 Issue and action log

affected due to

Expected Date
affected (km)

taken till now


Ongoing/New

suggested by

for resolving
Chainage(s)
Description

Concerned
Authority

Action(s)

Action(s)
the issue

Length
Issue

Issue

issue
SNo

SC
Drying Replaceme
up of Concession 325+200 to Irregular nt of plants
1 Ongoing 2.6 NA
plants on aire 327+800 watering and daily
median watering
Large Concession 387+300 Filling of <DD/M
2 New 0.1 None
potholes aire LHS potholes M>

All figures and graphs in templates are


illustrative. Please add actual details.

3.2 Summary of items (Cumulative Observations/ Deficiencies)

Work Work
done done
SNo Description Unit Total upto during Balance Remarks
previous reporting
month month
1 Carriageway and paved shoulders
(a) Pot Holes Sqm 42 - - 42
(b) Roughness value mm
exceeding 2,500mm
(c ) Cracking in more than Sqm 7179 - - 7179
5% of road surface
(d) Rutting exceeding Sqm 5 - - 5
10mm in more than 2%
of road surface
(e) Bleeding/Skiding Sqm
(f) Ravelling Sqm
(g) Damage to pavement m
edges exceeding 10cm
2 Hard/Earth Shoulders
(a) Rain cuts/ gullies in Cum 650 25 - 625
slope
Page 145 of 243
Work Work
done done
SNo Description Unit Total upto during Balance Remarks
previous reporting
month month
(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
(e) Junction signs Nos 26 8 - 18
(f) Median Grills Rmt 894 - - 894
(g) Studs Nos 5328 - - 5328
(h) Delinators 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
Page 146 of 243
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

Page 147 of 243


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
Authority Engineer [DD/MM/YY] [DD/MM/YY]
using NSV
Roughness using
Authority Engineer [DD/MM/YY] [DD/MM/YY]
Laser Profilometer
Pavement strength
Authority Engineer [DD/MM/YY] [DD/MM/YY]
using FWD
Bridge inspection
Authority Engineer [DD/MM/YY] [DD/MM/YY]
using MBIU
Road sign inspection
Authority Engineer [DD/MM/YY] [DD/MM/YY]
using Reflectometer
Other

Page 148 of 243


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

4 Inspection Report

4.1 Summary of NCR issued

Total NCR
NCR issued in NCR closed in
Highway issued till Balance NCR
SNo reporting month reporting month
asset previous month (A+B-C)
(B) (C)
(A)
1 Pavement 48 12 25 35
2 Shoulder 7 0 3 4
3 Drainage
4 Median
5 Road furniture
6 Bridges
7 Buildings
8 Horticulture
9 [Other assets]
Total

4.2 Equipment based inspection report

Pavement Surface Defects Roughness Pavement Strength

SubGrade E3
(Internation

Granular E2
depth (mm)

depth (mm)
Cracks (cm)

Bituminous
Roughness
Resistance
Chainage

Chainage

Bleeding
Potholes

Raveling

Modulus

Modulus

Modulus
number
Starting

Texture
Rutting
Ending

Elastic

Elastic

Elastic
Index)
(mm)
Lane

(cm)

(cm)

(cm)

Skid

IRI

E1
al

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
 Cracks

Page 149 of 243


 Potholes
 Raveling
 Bleeding
 Rutting
 Texture depth
 Skid resistance
 Roughness (IRI)
 Falling Weight Deflectometer (FWD) report capturing following key metrics of pavement
strength
 Deflection Bowl (Transient Deflections at seven different points)
 Corrected Elastic Modulus Bituminous E1
 Corrected Elastic Modulus Granular E2
 Corrected Elastic Modulus Subgrade E3
 Subgrade CBR
 Bituminous layer coefficient A1
 Base layer coefficient A2
 Granular base layer coefficient A3
 Modified structural number
 Mobile Bridge Inspection Report (MBIU) capturing following key metrics of bridges
 Condition Approach
 Condition Signs
 Condition Debris
 Condition Joint
 Condition Deck
 Condition Rails
 Condition Protect
 Condition Stream
 Condition Superstructure
 Condition Piers
 Condition Abutment
 Retro reflectometer report capturing following key metrics of road furniture
 Coefficient of retroreflected luminance RA (night time retroreflection) of road
traffic signs

Page 150 of 243


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
month of previous For Previous Month For Current Month
VEHICLE
year
Fee
No of No of No of
Fee Fee per Fee
vehicle vehicle vehicle
Collected Collected vehicl Collected
s s s
e
Tota
A Car 3845 384500 4659 465,900.00 100 4289 428,900.00
l
Tota
B LCV 1521 243360 1312 209,920.00 160 1399 223,840.00
l
C Bus Total 2404 793386 2284 765,207.00 201 2349 786,915.00
Truc
D Total 1603 528924 1523 510,138.00 134 1566 524,610.00
k
3 5,521,355.0
E Total 18990 6836400 16310 5,953,150.00 365 15127
Axle 0
11,188,830.0 9,958,700.0
F MAV Total 16119 8381880 21111 530 18790
0 0
Over
G Total 1 630 27 17,280.00 640 36 23,040.00
Size
Total for 18,050,61
49844 52963 19,898,834 49016 18,265,661
the Month 8

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
Total Units per
SNo Description damaged/ owner/ Remarks
units working specifications
missing provider
(Y/N)
1 Hardware
(a) Over-head 4 3 1 ABC Co. Y
transceiver
(b) Hand-held reader
(c ) Lane controller
(d) AVC
(e) Camera

Page 151 of 243


Equipment as
Units Equipment
Total Units per
SNo Description damaged/ owner/ Remarks
units working specifications
missing provider
(Y/N)
(f) Weigh-in-motion
(g) Static weigh bridge
(h) Any other items
2 Softwares
(a) Software – Lane/
Plaza level
(b) TMS
(c) Any other items

5.3 On-ground ETC operations and SLA adherence

Average Average
Average Average Average Average
queue queue Average
transaction transaction transaction transction
Lane length length Transaction
time time time time
during during non time (cash)
(RFID) (cards) (wallet) (others)
peak time peak time
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
Page 152 of 243
 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
4 Sep 2016 52,22,444
Total 1,65,83,836

Supporting Calculations for damages for reporting month


Cost o repair
as estimated

Damages as

Damages at
higher side

inspection

No of days

No of days
Nature of

as per CA

Damages

Damages
damages
Quantity

amount
Date of
per CA
defect

Total

from
Rate
S No

Unit

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

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

Page 153 of 243


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

7 Change of Scope proposals


Date of first Expected/
SN
Proposal Details submission Current status COS Amount Actual date
o
to AE of approval
Approved in principle
Construction of by Authority. Detailed
[DD/MM/YY [DD/MM/YY
1 [Flyover Name] at quantitSCs in proper [+/- Amount]
YY] YY]
[Chainage] order yet to be
submitted
Clarifications to be
Nallah diversion submitted by
[DD/MM/YY [DD/MM/YY
2 through box culvert at Concessionaire, [+/- Amount]
YY] YY]
[Chainage] expected date
[DD/MM/YYYY]

8 Status of pending disputes

Date of first Dispute


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

Page 154 of 243


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
TYPE OF
month of previous For Previous Month For Current Month
VEHICLE
year
Fee
No of No of No of
Fee Fee per Fee
vehicle vehicle vehicle
Collected Collected vehicl Collected
s s s
e
Single 3845 384500 4659 465,900.00 100 4289 428,900.00
Retur
A Car 1506 218370 1972 295,800.00 150 1758 263,700.00
n
Local 769 38450 979 48,950.00 50 1029 51,450.00
Single 1521 243360 1312 209,920.00 160 1399 223,840.00
Retur
B LCV 134 31490 162 38,880.00 240 132 31,680.00
n
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
Single 1603 528924 1523 510,138.00 134 1566 524,610.00
Truc
D Return 240 118602 116 58,378.00 202 136 68,478.00
k
Local 185 30492 136 23,188.00 68 212 36,040.00
5,521,355.0
Single 18990 6836400 16310 5,953,150.00 365 15127
0
3
E
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
11,188,830.0 9,958,700.0
Single 16119 8381880 21111 530 18790
0 0
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
Over
G Return 0 0 - 965 -
Size
Local 0 0 - 320 -
Total for the 18,050,61
49844 52963 19,898,834 49016 18,265,661
Month 8

Page 155 of 243


S No

Date

1 1/1/17
Chainage no

RHS
9.2 Accident Report

Time of accident

pm
382/050 05:25
M
Sex (M/F)
A

2
Accident location
B

2
Nature of accident
C

3
Classification of
accident
D

4 Causes
E

1
Load conditions of
vehicle
F

Road condition

Page 156 of 243


-
G

Intersection type of
control
H

Weather condition
I

Age of victim
J

Type of victim
K

Type of vehicle
-

Fatal
1

Major
No of
illustrative. Please add actual details.

persons
affected
All figures and graphs in templates are

Minor

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 [Link]/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

Page 157 of 243


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

9.3 Details of complaints

Contact
Compliance by
Toll Complaint Name of the details Details of
SNo Date the
plaza No person of complaint
concessionaire
person
Mr.
Shailendra
Mr. Shailendra
Gurjar, LIG-
Complaints
44,RSS
regarding Pot Pot holes are
1 81 8/9/2016 mohalla,
holes on the repaired
Shivaji
Highway may
Nagar,
cause accidents.
Bhopal
(M.P.)
Dr. Diwakar
complaints that Animals are
Dr. Anil
presence of continuously
Diwakar,
Animals and driven out from
HIG
also Pot holes the Road by the
2 82 10/9/2016 Swarganga
on road are Highway
Complex
obstructing the Patrolling team
Bus Stand
driving which and Pot holes
Seoni (M.P.)
may cause are repaired.
accidents.
The Exemption
under Indian
Toll (Army and
Air force) Act
1901, to army
Maj. Sidharth
personnel
while travelling
Maj. travelling in
in personal car
Sidharth, private vehicle
wants
3 83 11/9/2016 238 Fd may be given if
Exemption from
wksp C/o- on Govt. duty
Toll Fee on
56 APO with requisite
production of
pass as
I.D. Card
specified in the
Indian Toll
(Army and Air
Force Rules,
1942)

Page 158 of 243


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

9.4 Encroachment list

Encroachment width and


Distance from road edge
Stretch Chainage (km)

Establishment (New/

Name of Encroacher
Encroachment type

Category (Tea stall,


Side (LHS/RHS)

(Temporary/

Temple, etc)
Permanent)

existing)
District/

Village

length
Tehsil
SNo

(m)
212+5 Kurnoo Tempora Tea Vijay Kumar
1 LHS Kurnool New 7 5mX3.5m
00 l ry stall Reddy
213+2 Kurnoo Dinnedevara Permane Godo Existin 10.5m X
2 RHS 5 Buddana
00 l Padu nt wn g 4m

9.5 Lane Closure Report

[Link] Date Chainage (Km) Side Time of Closure Reasons for Lane Remarks
Closure &
From To Approval Details
9/9/20 215+3 215+35
1 RHS 1pm-4pm Patch work
16 00 0

Page 159 of 243


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

Date of Description
SNo NCP/ SNo Chainage Side AE Remarks
issue of defect
To be
1 311 15.08.2016 Potholes 311+200 LHS
repaired
To be filled
2 312 15.08.2016 Cracking 311+500 RHS
immediately
3
4

Annexure 2 onwards:

AE should include comments, status update, data points and reports in following
annexures which have not been included elsewhere in the main report. Such reports may
include but not limited to:
 Minutes of review meeting
 Correspondence details
 Weather report
 Organizational chart of Concessionaire and AE
 Project photographs

Page 160 of 243


Annexure VII-OUTPUT FORMAT FROM NETWORK SURVEY VEHICLE AND FWD
TESTING

[NAME & LOGO OF IMPLEMENTING AGENCY]

[PROJECT NAME]

Authority Engineer
[NAME OF CONSULTING FIRM]

OUTPUT FROM NETWORK SURVEY VEHICLE AND FWD TESTING

Page 161 of 243


Table of contents
Contents Page Nos.

SECTION 1 SECTION 1 ROAD INVENTORY DATA 157

1.1. Location Reference Post (LRP) Master 157


1.2. Carriageway Type 158
1.3. Road Type 159
1.4. Pavement Type 159
1.5. Pavement Width 160
1.6. Shoulder Type 161
1.7. Shoulder Width 162
1.8. Topography 162
1.9. Cross Section 163
1.10. Drain Type 164
1.11. Median Opening 165
1.12. Right Of Way 166
1.13. Pavement composition 166
1.14. Carriageway Furniture 168
1.15. Wayside Amenities 169
1.16. Land Use 170

SECTION 2 ROAD CONDITION DATA 171

2.1. Visual condition 171


2.2. Roughness 174
2.3. Rutting 175
2.4. Texture Depth 176
2.5. Skid Resistance 177
2.6. Falling Weight Deflectometer (FWD) 178
2.7. Falling Weight Deflectometer (FWD) Rigid 181

Page 162 of 243


Annexure VII: OUTPUT FORMAT FROM NETWORK SURVEY VEHICLE AND FWD
TESTING (SECTION 1: TESTING AT TIME OF COMPLETION, SECTION 2: FWD
ATTRIBUTES - ANNUALLY, BALANCE PARAMETERS –BIANNUALLY AFTER
CONSTRUCTION PHASE)

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 Authority Engineer (AE) 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 at the time of completion testing. Worksheets under Section 2 (‘Road condition data’) shall be
updated from surveys carried out annually for FWD attributes and biannually for the remaining
attributes.

The fields to be updated in each of the worksheets are described below. Each description is followed
by an example of data for a sample project.

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 at the time of completion
testing. 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
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Old NH Number Old National Highway number NH0065
Section Code Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
section Vijayawada)

A sample output is shown below for reference

NH Survey Old NH Section


LRP Name Chainage Direction Latitude Longitude Altitude
Number Date Number Code
NH0xxx Road Start 1.230 Increasing 9.98897 78.02671 63.07767 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 8 8.000 Increasing 9.98444 78.02934 68.60126 23-12-15 NH0yyy ABC-DEF
Page 163 of 243
NH0xxx Km Stone 8 8.030 Increasing 9.98341 78.03004 68.15520 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 9.008 Increasing 9.98107 78.03078 65.17153 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 12.012 Increasing 9.96328 78.04160 56.03436 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 17 17.085 Increasing 9.95385 78.05255 56.24748 23-12-15 NH0yyy ABC-DEF

1.2 Carriageway Type


The following table lists the fields which need to be populated for the ‘Carriageway Type’ attribute.
The descriptions of the fields are given below.
Field Description Example
NH Number New National Highway number NH0065
HYD-VIJ
Code indicating starting and ending locations of
Section Code (Hyderabad-
section
Vijayawada)
Start Chainage Chainage of the start point (in km) 0.500
End Chainage Chainage of the end point (in km) 1.500
Type of carriageway, classified into one of the below Divided
categories:
Carriageway Type
 Divided
 Undivided
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference

Start End Carriageway Date of


NHNumber Section Latitude Longitude
Chainage Chainage Type Survey
NH00xx ABC-DEF 0.000 0.794 Undivided 06-05-17 9.98897 78.02671
NH00xx ABC-DEF 0.794 1.000 Undivided 06-05-17 9.98444 78.02934
NH00xx ABC-DEF 1.000 2.810 Undivided 06-05-17 9.98341 78.03004
NH00xx ABC-DEF 2.810 4.335 Undivided 06-05-17 9.98107 78.03078
NH00xx ABC-DEF 4.335 6.666 Undivided 06-05-17 9.96328 78.04160
NH00xx ABC-DEF 6.666 12.906 Undivided 06-05-17 9.95385 78.05255

1.3 Road Type

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

Field Description Example


NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
Section Code
section Vijayawada)
Start Chainage Chainage of the start point (in km) 0.500

Page 164 of 243


Field Description Example
End Chainage Chainage of the end point (in km) 1.500
Classification of road on basis of number of lanes Four Lane
 Single Lane
 Two Lane
Road Type
 Intermediate Lane
 Four Lane
 Six Lane
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Start End Date of


NHNumber Section RoadType Latitude Longitude
Chainage Chainage Survey
06-05-
NH00xx ABC-DEF 0.000 0.794 Two Lane 9.98897 78.02671
17
06-05-
NH00xx ABC-DEF 0.794 1.000 Two Lane 9.98444 78.02934
17
06-05-
NH00xx ABC-DEF 1.000 2.810 Two Lane 9.98341 78.03004
17
06-05-
NH00xx ABC-DEF 2.810 4.335 Two Lane 9.98107 78.03078
17
06-05-
NH00xx ABC-DEF 4.335 6.666 Two Lane 9.96328 78.04160
17
06-05-
NH00xx ABC-DEF 6.666 12.906 Two Lane 9.95385 78.05255
17

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


NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
Section Code
section Vijayawada)
Start Chainage Chainage of the start point (in km) 0.500
End Chainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Classification of pavement based on type of Asphalt
surface:
Pavement Type
 Asphalt
 Cement concrete
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

Page 165 of 243


A sample output is shown below for reference:

Date
Start End
NHNumbe Sectio Directio Pavemen of Latitud Longitud
Chainag Chainag
r n n t Type Surve e e
e e
y
ABC- 06-05-
NH00xx 0.000 0.804 Both Asphalt 9.98897 78.02671
DEF 17
ABC- 06-05-
NH00xx 0.804 1.000 Both Asphalt 9.98444 78.02934
DEF 17
ABC- 06-05-
NH00xx 1.000 1.172 Both Asphalt 9.98341 78.03004
DEF 17
ABC- 06-05-
NH00xx 1.172 2.821 Both Asphalt 9.98107 78.03078
DEF 17
ABC- 06-05-
NH00xx 2.821 4.350 Both Asphalt 9.96328 78.04160
DEF 17
ABC- 06-05-
NH00xx 4.350 6.710 Both Asphalt 9.95385 78.05255
DEF 17
ABC- 06-05-
NH00xx 6.710 12.925 Both Asphalt 9.93102 78.05648
DEF 17

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

NH Number New National Highway number NH0065


Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
Section Code
section Vijayawada)
Start Chainage Chainage of the start point (in km) 0.500
End Chainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Width of the pavement in metres, classified into >7m and <10.5m
one of the below categories
 >= 3.75m and < 5.5m
Pavement Width  >5.5m and < 7m
 >= 7m and < 10.5m
 >=10.5m and <=12.5m
 > 12.5m
Width of the pavement in metres, rounded to two 7.0
Pavement Width Value
places after decimal
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Page 166 of 243


Pavement
Section Start End Pavement Survey
NH Number Direction Width Latitude Longitude
Code Chainage Chainage Width Date
Value
ABC- 06-05-
NH00xx 0.000 0.794 Both 7 – 10.5 m 7.00 9.98897 78.02671
DEF 17
ABC- 7 – 10.5 m 06-05-
NH00xx 0.794 1.000 Both 7.00 9.98444 78.02934
DEF 17
ABC- 7 – 10.5 m 06-05-
NH00xx 1.000 2.810 Both 7.00 9.98341 78.03004
DEF 17
ABC- 7 – 10.5 m 06-05-
NH00xx 2.810 4.335 Both 7.00 9.98107 78.03078
DEF 17
ABC- 7 – 10.5 m 06-05-
NH00xx 4.335 6.666 Both 7.00 9.96328 78.04160
DEF 17
ABC- 7 – 10.5 m 06-05-
NH00xx 6.666 12.906 Both 7.00 9.95385 78.05255
DEF 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

NH Number New National Highway number NH0065


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

End Chainage Chainage of the end point (in km) 1.500


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

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End Survey


NH Number Direction ShoulderType Latitude Longitude
Code Chainage Chainage Date
NH00xx ABC-DEF 0.000 0.763 Increasing No Shoulder 09-01-16 9.98897 78.02671
NH00xx ABC-DEF 0.763 0.834 Increasing Gravel 09-01-16 9.98444 78.02934
NH00xx ABC-DEF 0.834 1.254 Increasing Gravel 09-01-16 9.98341 78.03004
NH00xx ABC-DEF 1.254 2.945 Increasing Gravel 05-01-16 9.98107 78.03078
NH00xx ABC-DEF 2.945 4.327 Increasing Gravel 05-01-16 9.96328 78.04160
NH00xx ABC-DEF 4.327 4.405 Increasing Gravel 05-01-16 9.95385 78.05255
NH00xx ABC-DEF 4.405 6.844 Increasing Gravel 05-01-16 9.93102 78.05648
NH00xx ABC-DEF 6.844 9.359 Increasing Gravel 05-01-16 9.91229 78.04961

Page 167 of 243


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

1.7 Shoulder Width

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

Field Description Example


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

Start Chainage Chainage of the start point (in km) 0.500

End Chainage Chainage of the end point (in km) 1.500


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

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Shoulder
Section Start End Shoulder Survey
NH Number Direction Width Latitude Longitude
Code Chainage Chainage Width Date
Value
ABC- No 03-01-
NH0xxx 0.000 0.785 Increasing 0.0 9.98897 78.02671
DEF Shoulder 16
ABC- No 03-01-
NH0xxx 0.785 2.612 Increasing 0.0 9.98444 78.02934
DEF Shoulder 16
ABC- 03-01-
NH0xxx 2.612 3.170 Increasing 1-2m 2.0 9.98341 78.03004
DEF 16
ABC- 03-01-
NH0xxx 3.170 5.194 Increasing 1-2m 2.0 9.98107 78.03078
DEF 16
ABC- 03-01-
NH0xxx 5.194 6.793 Increasing 1-2m 2.0 9.96328 78.04160
DEF 16
ABC- 03-01-
NH0xxx 6.793 11.404 Increasing 1-2m 2.0 9.95385 78.05255
DEF 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.

Page 168 of 243


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

End Chainage Chainage of the end point (in km) 1.500


Topography of the road, classified into one of Flat
the below categories
 Flat
 Rolling
Topography  Hilly
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End Survey


NH Number Topography Latitude Longitude
Code Chainage Chainage Date
05-01-
NH0xxx ABC-DEF 0.000 0.808 Flat 9.98897 78.02671
16
05-01-
NH0xxx ABC-DEF 0.808 1.254 Flat 9.98444 78.02934
16
05-01-
NH0xxx ABC-DEF 1.254 2.828 Flat 9.98341 78.03004
16
05-01-
NH0xxx ABC-DEF 2.828 4.363 Flat 9.98107 78.03078
16
05-01-
NH0xxx ABC-DEF 4.363 6.724 Flat 9.96328 78.04160
16
05-01-
NH0xxx ABC-DEF 6.724 12.933 Flat 9.95385 78.05255
16

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

NH Number New National Highway number NH0065


Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
Section Code section Vijayawada)

Start Chainage Chainage of the start point (in km) 0.500

End Chainage Chainage of the end point (in km) 1.500


Direction of survey Increasing
 Increasing (chainage)
Direction  Decreasing (chainage)
Cross section type, classified into one of the Fill
below categories
 Cut
Cross Section  Fill
Page 169 of 243
Field Description Example
 Cut and Fill
 Level

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End Cross


NH Number Direction Survey Date Latitude Longitude
Code Chainage Chainage Section
NH0xxx ABC-DEF 0.000 0.822 Increasing Level 03-01-16 9.98897 78.02671
NH0xxx ABC-DEF 0.822 2.642 Increasing Level 03-01-16 9.98444 78.02934
NH0xxx ABC-DEF 2.642 3.199 Increasing Level 03-01-16 9.98341 78.03004
NH0xxx ABC-DEF 3.199 5.360 Increasing Level 03-01-16 9.98107 78.03078
NH0xxx ABC-DEF 5.360 5.715 Increasing Fill 03-01-16 9.96328 78.04160
NH0xxx ABC-DEF 5.715 6.941 Increasing Level 03-01-16 9.95385 78.05255
NH0xxx ABC-DEF 6.941 11.163 Increasing Level 03-01-16 9.93102 78.05648

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

NH Number New National Highway number NH0065


Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
Section Code section Vijayawada)

Start Chainage Chainage of the start point (in km) 0.500

End Chainage Chainage of the end point (in km) 1.500


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

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NHNumber SectionCode StartChainage EndChainage Direction DrainType SurveyDate Latitude Longitude


Open Unlined
NH0xxx ABC-DEF 0.000 0.069 Increasing 09-01-16 9.98897 78.02671
Drain
Open Lined
NH0xxx ABC-DEF 0.069 0.782 Increasing 09-01-16 9.98444 78.02934
Drain

Page 170 of 243


NHNumber SectionCode StartChainage EndChainage Direction DrainType SurveyDate Latitude Longitude
Open Unlined
NH0xxx ABC-DEF 0.288 0.000 Decreasing 09-01-16 9.98341 78.03004
Drain
Open Unlined
NH0xxx ABC-DEF 0.782 0.846 Increasing 09-01-16 9.98107 78.03078
Drain
Open Unlined
NH0xxx ABC-DEF 0.846 1.254 Increasing 09-01-16 9.96328 78.04160
Drain
Open Unlined
NH0xxx ABC-DEF 1.254 2.265 Increasing 05-01-16 9.95385 78.05255
Drain
Open Unlined
NH0xxx ABC-DEF 1.929 0.288 Decreasing 09-01-16 9.93102 78.05648
Drain
NH0xxx ABC-DEF 1.952 1.929 Decreasing No Drain 09-01-16 9.91229 78.04961
Open Unlined
NH0xxx ABC-DEF 2.265 3.005 Increasing 05-01-16 9.89041 78.03458
Drain
Open Unlined
NH0xxx ABC-DEF 2.680 1.952 Decreasing 09-01-16 9.88489 78.02995
Drain
Open Unlined
NH0xxx ABC-DEF 3.005 4.424 Increasing 05-01-16 9.87474 78.02828
Drain
Open Unlined
NH0xxx ABC-DEF 3.109 2.680 Decreasing 09-01-16 9.87363 78.02744
Drain
Covered Line
NH0xxx ABC-DEF 3.320 3.109 Decreasing 09-01-16 9.84857 78.01535
Drain
Open Unlined
NH0xxx ABC-DEF 3.917 3.320 Decreasing 09-01-16 9.83764 78.00392
Drain
Open Unlined
NH0xxx ABC-DEF 4.424 4.601 Increasing 05-01-16 9.83711 77.98576
Drain
Open Unlined
NH0xxx ABC-DEF 4.601 5.693 Increasing 05-01-16 9.83386 77.97729
Drain

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

NH Number New National Highway number NH0065


Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
Section Code section Vijayawada)

Start Chainage Chainage of the start point (in km) 0.500

End Chainage Chainage of the end point (in km) 1.500


Direction of survey Increasing
 Increasing (chainage)
Direction  Decreasing (chainage)
Type of median, classified into one of the below Raised
categories
 Raised;
 Depressed;
 Barrier;
Median Type  None.
Width of the median in metres, rounded to one 0.5
Median Width place after decimal

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

Page 171 of 243


A sample output is shown below for reference:

Section Start End Median Median Survey


NHNumber Direction Latitude Longitude
Code Chainage Chainage Type Width Date
05-01-
NH00xx ABC-DEF 0.000 0.794 Both Raised 0.5 9.98897 78.02671
16
05-01-
NH00xx ABC-DEF 0.794 1.000 Both Raised 0.5 9.98444 78.02934
16
No 05-01-
NH00xx ABC-DEF 1.000 2.810 Both 0.0 9.98341 78.03004
Median 16
05-01-
NH00xx ABC-DEF 2.810 4.335 Both Raised 1.5 9.98107 78.03078
16
No 05-01-
NH00xx ABC-DEF 4.335 6.666 Both 0.0 9.96328 78.04160
Median 16
No 05-01-
NH00xx ABC-DEF 6.666 12.906 Both 0.0 9.95385 78.05255
Median 16

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

NH Number New National Highway number NH0065


Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
Section Code section Vijayawada)

Start Chainage Chainage of the start point (in km) 0.500

End Chainage Chainage of the end point (in km) 1.500


Direction of survey Increasing
 Increasing (chainage)
Direction  Decreasing (chainage)

Row Width Width of Right of Way (in metres) 24

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End ROW Survey


NHNumber Direction Remarks Latitude Longitude
Code Chainage Chainage Width Date
05-05-
NH0xxx ABC-DEF 0.000 1.000 Increasing 28 9.98897 78.02671
15
05-05-
NH0xxx ABC-DEF 1.000 2.000 Increasing 24 9.98444 78.02934
15
05-05-
NH0xxx ABC-DEF 2.000 3.000 Increasing 30 9.98341 78.03004
15
05-05-
NH0xxx ABC-DEF 3.000 4.000 Increasing 26 9.98107 78.03078
15
05-05-
NH0xxx ABC-DEF 4.000 11.000 Increasing 24 9.96328 78.04160
15

Page 172 of 243


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


NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
Section Code
section Vijayawada)
Start Chainage Chainage of the start point (in km) 0.500
End Chainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Type of pavement Asphalt
Pavement Type  Asphalt
 Cement concrete
Bituminous Surface Type of bituminous surface course BC
Course Type
Bituminous Surface 40
Course Thickness Thickness of BSC layer in mm
MM
BSC Construction Year of construction of BSC layer in flexible 2015
Year pavements
Bituminous Base Type of bituminous base course DBM
Course Type
Bituminous Base Thickness of BBC layer in mm 100
Course Thick—ness
BBC Construction Year of construction of BBC layer in flexible 2015
Year pavements
Granular Base Type Type of granular base WMM
Granular Base Thick- Thickness of GB layer in mm 250
ness
GB Construction Year of construction of GB layer in flexible 2015
Year pavements
Pavement Quality Type of pavement quality concrete PQC
Concrete Type
Pavement Quality Thickness of PQC layer in mm 300
Concrete Thickness
PQC Construction Year of construction of PQC layer in rigid 2015
Year pavements
Dry Lean Concrete Thickness of DLC layer in mm 100
Thickness MM
Dry Lean Concrete Type of dry lean concrete DLC
Type
DLC Construction Year of construction of DLC layer in rigid 2015
Year pavements
Granular Sub Base Type of granular sub base GSB
Type
Granular Sub Base Thickness of GSB layer in mm 200
Thickness
GSB Construction Year of construction of GSB layer 2014
Year
Page 173 of 243
Field Description Example
Design CBR Design CBR of the subgrade, expressed in % 5%
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Bitumin Bitumin
Bitumino BSC Bitumin
Sec- Star End ous ous BBC Granu Granul
Pavem us Constr ous
NH tion t Chai Direc- Surface Base Constr lar ar Base
ent Surface uc- Base
No. Cod Chai nag tion Course Course uc-tion Base Thickn
Type Course tion Course
e nage e Thicknes Thickne Year Type ess
Type Year Type
s ss
ABC
NH00 Both
- 0.0 5.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
xx side
DEF
ABC
NH00 Both
- 5.0 11.0 Asphalt BC 40.0 2015 DBM 80 2015 WMM 250
xx side
DEF
ABC
NH00 Both
- 11.0 20.0 Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
xx side
DEF
ABC
NH00 Both
- 20.0 22.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
xx side
DEF
ABC
NH00 Both
- 22.0 30.0 Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
xx side
DEF
ABC
NH00 Both
- 30.0 31.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
xx side
DEF
(table continued…)
Paveme Dry
Paveme
GB nt PQC Lean Dry DLC Granula Granular GSB
nt
Constr Quality Constr Concret Lean Constr r SubBase Constru Desig Survey Latit Longit
Quality
uction Concrete uction e Concret uction SubBas Thicknes ction n CBR Date ude ude
Concret
Year Thickne Year Thickne e Type Year e Type s Year
e Type
ss ss
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.99 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.96 78.04
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.95 78.05
15

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


NH Number New National Highway number NH0065
Page 174 of 243
Field Description Example
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
Section Code
section Vijayawada)
Chainage Chainage of the point (in km) 0.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Wayside amenities classified into one of the Road sign
below categories:
Wayside Amenity  Crash barriers
Type  Signs
 Street Lights
 Km stone
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NHNumbe SectionCod Chainag EventTyp SurveyDat Latitud Longitud


Direction
r e e e e e 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
Decreasin
NH00xx ABC-DEF 2.491 Road Sign 03-01-16 9.98341 78.03004
g
Decreasin
NH00xx ABC-DEF 2.708 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
Decreasin
NH00xx ABC-DEF 5.356 Road Sign 03-01-16 9.93102 78.05648
g
Decreasin
NH00xx ABC-DEF 8.402 Road Sign 03-01-16 9.91229 78.04961
g
Decreasin
NH00xx ABC-DEF 10.966 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


NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
Section Code
section Vijayawada)
Chainage Chainage of the point (in km) 0.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)

Page 175 of 243


Field Description Example
Wayside amenities classified into one of the Restaurant/Motel
below categories:
 Bus shelter;
 Culverts;
 Restaurant/Motel;
 Toilet/Public convenience;
 Rest Rooms for short stay;
Wayside Amenity
 Toll Plaza;
 First aid/Medical centre;
 Telephone booth;
 Petrol pump/minor repair shop (optional);
 Police Station;
 Temple /Mosque;
 Bridges.
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Data Source
Remarks
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Section Wayside Survey Data


Chainage Direction Remarks Latitude Longitude
Number Code Amenity Date Source
ABC- Restaurant/Mote 05-01-
NH00xx 0.650 Increasing 9.98897 78.02671
DEF l 16
ABC- Restaurant/Mote 05-01-
NH00xx 1.998 Increasing 9.98444 78.02934
DEF l 16
ABC- 05-01-
NH00xx 5.524 Increasing Petrol Pump 9.98341 78.03004
DEF 16
ABC- Restaurant/Mote 05-01-
NH00xx 11.413 Increasing 9.98107 78.03078
DEF l 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


NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
Section Code
section Vijayawada)
Start Chainage Chainage of the start point (in km) 0.500
End Chainage 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
Land Use
categories:

Page 176 of 243


Field Description Example
 Residential;
 Commercial;
 Industrial;
 Agricultural;
 Water bodies;
 Mixed.
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NHNumbe SectionCod StartChainag EndChainag SurveyDat Latitud Longitud


Direction LandUse
r e e e e e e
NH00xx ABC-DEF 0.000 0.797 Increasing Mixed 03-01-16 9.98897 78.02671
Decreasin
NH00xx ABC-DEF 0.511 0 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
Decreasin
NH00xx ABC-DEF 0.835 0.511 Mixed 03-01-16 9.98107 78.03078
g
Decreasin
NH00xx ABC-DEF 0.987 0.835 Mixed 03-01-16 9.96328 78.04160
g
Decreasin Agricultur
NH00xx ABC-DEF 1.641 0.987 03-01-16 9.95385 78.05255
g e
Decreasin Barren
NH00xx ABC-DEF 2.081 1.641 03-01-16 9.93102 78.05648
g Land
Decreasin Agricultur
NH00xx ABC-DEF 2.378 2.081 03-01-16 9.91229 78.04961
g e
Decreasin Agricultur
NH00xx ABC-DEF 2.458 2.378 03-01-16 9.89041 78.03458
g e
Agricultur
NH00xx ABC-DEF 2.699 3.234 Increasing 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 at the time of completion testing and the
remaining surveys shall be conducted as per the defined frequency.

As an example, if majority of highway length (>50%) passes through a state, where defined survey
months are May and November, if completion testing is conducted in April, then the first network
survey shall be conducted in the month of April. This shall be considered as the network survey to
be conducted in the month of May. The 2nd survey shall be conducted in the month of November,
the 3rd survey shall be conducted in the month of May and so on. As regards FWD, the first
test/survey shall be conducted at the time of completion in April. The 2nd test/survey shall be
conducted in April of next year and so on.

The road condition data shall be used to update specific worksheets, which are listed below.

Page 177 of 243


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


NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
Section Code
section Vijayawada)
Start Chainage Chainage of the start point (in km) 0.500
End Chainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being L1
1st lane on the left from centreline of
Lane Number
carriageway, L2 being 2nd lane on the left from
centerline and so on
Percent of pavement area affected by ravelling, 2
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)
Pot Holes  2 - Poor (3-5)
 3 - Fair (2)
 4 - Good (1)
 5 - Very Good (0)
Pavement area containing edge breaks, which is 3
converted to the following rating scale:
 1 - Very Poor (> 5m2)
Edge Break  2 - Poor (1-5m2)
 3 - Fair (0.5-1m2)
 4 - Good (0-0.5m2)
 5 - Very Good (0m2)
Percent of pavement area affected by cracking, 3
which is converted to the following rating scale:
Cracking  1 - Very Poor (> 30%)
 2 - Poor (21-30%)
 3 - Fair (11-20%)

Page 178 of 243


Field Description Example
 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%)
Percent of pavement area affected by depression, 5
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 bleeding, 3
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 patching, 4
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 the 2
following rating scale:
Drain Condition  1 - Poor
 2 - Fair
 3 - Good
Condition of the shoulder, which is converted to Fair
the following rating scale:
Shoulder Condition  1 - Poor
 2 - Fair
 3 - Good
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


Page 179 of 243
Start End Lane
NHNumber Section Direction Ravelling PotHoles EdgeBreak Cracking
Chainage Chainage Number
NH00xx ABC-DEF 0.000 0.500 Increasing L1 4 4 4 4
NH00xx ABC-DEF 0.500 1.000 Increasing L1 4 4 4 5
NH00xx ABC-DEF 1.000 1.500 Increasing L1 5 5 4 5
NH00xx ABC-DEF 1.500 2.000 Increasing L1 5 5 5 5
NH00xx ABC-DEF 2.000 2.500 Increasing L1 5 5 5 5
NH00xx ABC-DEF 2.500 3.000 Increasing L1 5 5 4 5
NH00xx ABC-DEF 3.000 3.500 Increasing L1 5 5 4 5
NH00xx ABC-DEF 3.500 4.000 Increasing L1 5 4 3 5
NH00xx ABC-DEF 4.000 4.500 Increasing L1 4 4 4 5
NH00xx ABC-DEF 4.500 5.000 Increasing L1 5 5 4 5
NH00xx ABC-DEF 5.000 5.500 Increasing L1 5 5 4 5
NH00xx ABC-DEF 5.500 6.000 Increasing L1 5 5 4 5
NH00xx ABC-DEF 6.000 6.500 Increasing L1 5 5 4 5
NH00xx ABC-DEF 6.500 7.000 Increasing L1 5 5 4 5
NH00xx ABC-DEF 7.000 7.500 Increasing L1 5 5 5 5
NH00xx ABC-DEF 7.500 8.000 Increasing L1 5 5 4 5
NH00xx ABC-DEF 8.000 8.500 Increasing L1 5 5 4 5
NH00xx ABC-DEF 8.500 9.000 Increasing L1 5 5 4 5
NH00xx ABC-DEF 9.000 9.500 Increasing L1 5 5 4 5
NH00xx ABC-DEF 9.500 10.000 Increasing L1 5 5 3 5
(table continued…)
Drain Date of
Disintegration Depression Bleeding Patching ShoulderCondition Latitude Longitude
Condition Survey
06-05-
4 4 4 4 2 2 9.98897 78.02671
17
06-05-
4 4 4 4 2 2 9.98444 78.02934
17
06-05-
5 5 5 4 2 2 9.98341 78.03004
17
06-05-
5 5 5 5 2 2 9.98107 78.03078
17
06-05-
5 5 5 5 2 2 9.96328 78.04160
17
06-05-
5 5 5 5 2 2 9.95385 78.05255
17
06-05-
5 5 5 5 2 3 9.93102 78.05648
17
06-05-
4 4 4 4 2 3 9.91229 78.04961
17
06-05-
4 4 4 4 2 2 9.89041 78.03458
17
06-05-
5 5 5 5 2 2 9.88489 78.02995
17
06-05-
5 5 5 5 2 2 9.87474 78.02828
17
06-05-
5 5 5 5 2 2 9.87363 78.02744
17
06-05-
5 5 5 5 2 2 9.84857 78.01535
17
06-05-
5 5 5 5 2 2 9.83764 78.00392
17
06-05-
5 5 5 5 2 2 9.83711 77.98576
17
06-05-
5 5 5 5 1 2 9.83386 77.97729
17

Page 180 of 243


Drain Date of
Disintegration Depression Bleeding Patching ShoulderCondition Latitude Longitude
Condition Survey
06-05-
5 5 5 5 2 2 9.81804 77.97875
17
06-05-
5 5 5 5 2 2 9.77426 77.98129
17
06-05-
5 4 4 4 2 2 9.73071 77.97999
17
06-05-
5 5 5 3 2 2 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


NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
Section Code
section Vijayawada)
Start Chainage Chainage of the start point (in km) 0.500
End Chainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
LwpIri International roughness index (IRI) of left wheel 2.33
path measured from laser profilometer
RwpIri International roughness index (IRI) of right 1.97
wheel path measured from laser
profilometer
LaneIri Average of the International roughness index 2.15
(IRI) of left and right wheel paths
Speed Speed of vehicle in km/h 42
Survey Date Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Start End Lane


Sectio Directio LwpIr RwpIr LaneIr Spee Surve Latitud Longitud
Numbe Chainag Chainag Numbe
n Code n i i i d y Date e e
r e e r
ABC- Increasin 06-05-
NH00xx 0.0 0.1 L1 3.31 5.16 4.24 20 9.98897 78.02671
DEF g 17
ABC- Increasin 06-05-
NH00xx 0.1 0.2 L1 2.81 3.54 3.18 37 9.98444 78.02934
DEF g 17
Page 181 of 243
ABC- Increasin 06-05-
NH00xx 0.2 0.3 L1 2.31 1.92 2.12 42 9.98341 78.03004
DEF g 17
ABC- Increasin 06-05-
NH00xx 0.3 0.4 L1 2.17 2.37 2.27 46 9.98107 78.03078
DEF g 17
ABC- Increasin 06-05-
NH00xx 0.4 0.5 L1 2.11 1.72 1.92 42 9.96328 78.04160
DEF g 17
ABC- Increasin 06-05-
NH00xx 0.5 0.6 L1 2.33 1.97 2.15 49 9.95385 78.05255
DEF g 17
ABC- Increasin 06-05-
NH00xx 0.6 0.7 L1 2.37 2.00 2.19 42 9.93102 78.05648
DEF g 17
ABC- Increasin 06-05-
NH00xx 0.7 0.8 L1 2.15 2.17 2.16 33 9.91229 78.04961
DEF g 17
ABC- Increasin 06-05-
NH00xx 0.8 0.9 L1 2.45 2.05 2.25 32 9.89041 78.03458
DEF g 17
ABC- Increasin 06-05-
NH00xx 0.9 1.0 L1 2.18 2.51 2.35 48 9.88489 78.02995
DEF g 17

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
NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
Section Code
section Vijayawada)
Start Chainage Chainage of the start point (in km) 0.500
End Chainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being L1
1st lane on the left from centreline of
Lane Number
carriageway, L2 being 2nd lane on the left from
centerline and so on
Rutting Left Rut depth in mm, measured from left wheel path 20
Rutting Right Rut depth in mm, measured from left wheel path 18
Rutting Avg Average rut depth measured from left and right 19
wheel paths
Speed Speed of vehicle in km/h 42
Survey Date Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Sectio Start End Lane Ruttin Surve


Directio Ruttin Ruttin Spee Latitud Longitud
Numbe n Chainag Chainag Numbe g y
n g Left g Avg d e e
r Code e e r Right Date
NH00x ABC- Increasin 06-05- 9.9889
0.0 0.5 L1 15 14 15 20 78.02671
x DEF g 17 7
NH00x ABC- Increasin 06-05- 9.9844
0.5 1.0 L1 20 18 19 37 78.02934
x DEF g 17 4

Page 182 of 243


NH00x ABC- Increasin 06-05- 9.9834
1.0 1.5 L1 10 8 9 42 78.03004
x DEF g 17 1
NH00x ABC- Increasin 06-05- 9.9810
1.5 2.0 L1 5 6 6 46 78.03078
x DEF g 17 7
NH00x ABC- Increasin 06-05- 9.9632
2.0 2.5 L1 10 10 10 42 78.04160
x DEF g 17 8
NH00x ABC- Increasin 06-05- 9.9538
2.5 3.0 L1 7 5 6 49 78.05255
x DEF g 17 5
NH00x ABC- Increasin 06-05- 9.9310
3.0 3.5 L1 20 18 19 42 78.05648
x DEF g 17 2
NH00x ABC- Increasin 06-05- 9.9122
3.5 4.5 L1 5 5 5 33 78.04961
x DEF g 17 9
NH00x ABC- Increasin 06-05- 9.8904
4.5 5.0 L1 5 5 5 32 78.03458
x DEF g 17 1

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


NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
Section Code
section Vijayawada)
Start Chainage Chainage of the start point (in km) 0.500
End Chainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being L1
1st lane on the left from centreline of
Lane Number
carriageway, L2 being 2nd lane on the left from
centerline and so on
Texture Left Texture depth of pavement in mm, measured 0.40
from left wheel path
Texture Right Texture depth of pavement in mm, measured 0.30
from left wheel path
Texture Average Average texture depth measured from left and 0.35
right wheel paths
Speed Speed of vehicle in km/h 42
Survey Date Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Textur
NH Sectio Start End Lane Surve
Directio Textur Textur e Spee Latitud Longitud
Numbe n Chainag Chainag Numbe y
n e Left e Right Averag d e e
r Code e e r Date
e
NH00x ABC- Increasin 06- 9.9889
0.0 0.5 L1 0.40 0.30 0.35 20 78.02671
x DEF g 05-17 7

Page 183 of 243


Textur
NH Sectio Start End Lane Surve
Directio Textur Textur e Spee Latitud Longitud
Numbe n Chainag Chainag Numbe y
n e Left e Right Averag d e e
r Code e e r Date
e
NH00x ABC- Increasin 06- 9.9844
0.5 1.0 L1 0.60 0.50 0.55 37 78.02934
x DEF g 05-17 4
NH00x ABC- Increasin 06- 9.9834
1.0 1.5 L1 0.80 0.90 0.85 42 78.03004
x DEF g 05-17 1
NH00x ABC- Increasin 06- 9.9810
1.5 2.0 L1 0.40 0.40 0.4 46 78.03078
x DEF g 05-17 7
NH00x ABC- Increasin 06- 9.9632
2.0 2.5 L1 0.30 0.30 0.3 42 78.04160
x DEF g 05-17 8
NH00x ABC- Increasin 06- 9.9538
2.5 3.0 L1 0.70 0.60 0.65 49 78.05255
x DEF g 05-17 5
NH00x ABC- Increasin 06- 9.9310
3.0 3.5 L1 0.40 0.50 0.45 42 78.05648
x DEF g 05-17 2
NH00x ABC- Increasin 06- 9.9122
3.5 4.5 L1 0.90 0.80 0.85 33 78.04961
x DEF g 05-17 9
NH00x ABC- Increasin 06- 9.8904
4.5 5.0 L1 0.40 0.30 0.35 32 78.03458
x DEF g 05-17 1

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


NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
Section Code
section Vijayawada)
Start Chainage Chainage of the start point (in km) 0.500
End Chainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being L1
1st lane on the left from centreline of
Lane Number
carriageway, L2 being 2nd lane on the left from
centerline and so on
Skid Left Skid resistance of pavement measured as skid 25
number, measured from left wheel path
Skid Right Skid resistance of pavement measured as skid 24
number, measured from left wheel path
Skid Average Average skid resistance measured from left and 24.5
right wheel paths
Speed Speed of vehicle in km/h 42
Survey Date Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Page 184 of 243


NH Start End Lane Ski Skid Skid
Sectio Directio Spee Surve Latitud Longitud
Numbe Chainag Chainag Numbe d Righ Averag
n Code n d y Date e e
r e e r Left t e
ABC- Increasin 06-05-
NH00xx 0.0 0.5 L1 25.0 24.0 24.5 20 9.98897 78.02671
DEF g 17
ABC- Increasin 06-05-
NH00xx 0.5 1.0 L1 23.0 23.0 23.0 37 9.98444 78.02934
DEF g 17
ABC- Increasin 06-05-
NH00xx 1.0 1.5 L1 23.0 24.0 23.5 42 9.98341 78.03004
DEF g 17
ABC- Increasin 06-05-
NH00xx 1.5 2.0 L1 22.0 22.0 22.0 46 9.98107 78.03078
DEF g 17
ABC- Increasin 06-05-
NH00xx 2.0 2.5 L1 20.0 21.0 20.5 42 9.96328 78.04160
DEF g 17
ABC- Increasin 06-05-
NH00xx 2.5 3.0 L1 24.0 24.0 24.0 49 9.95385 78.05255
DEF g 17
ABC- Increasin 06-05-
NH00xx 3.0 3.5 L1 28.0 28.0 28.0 42 9.93102 78.05648
DEF g 17
ABC- Increasin 06-05-
NH00xx 3.5 4.5 L1 21.0 21.0 21.0 33 9.91229 78.04961
DEF g 17
ABC- Increasin 06-05-
NH00xx 4.5 5.0 L1 25.0 24.0 24.5 32 9.89041 78.03458
DEF g 17

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


NH Number New National Highway number NH0065
HYD-VIJ
Section Code Code indicating starting and ending locations of section (Hyderabad-
Vijayawada)
Chainage Chainage of survey point (in km) 0.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being 1 st lane L1
Lane Number on the left from centreline of carriageway, L2 being 2 nd
lane on the left from centerline and so on
Air Temperature Air temperature recorded in °C 33
Surface Temperature Temperature of the pavement surface, recorded in °C 39.3
Peak Load Peak impulse load, measured in kN 45.7
Surface deflection at the test load center, measured in
Deflection0
micron 246
Surface deflection at location 1 from the test load center,
Deflection1
measured in micron 110

Distance1 Distance of location 1 from the test load center 300


Surface deflection at location 2 from the test load center,
Deflection2
measured in micron 153

Distance2 Distance of location 2 from the test load center 600

Page 185 of 243


Field Description Example
Surface deflection at location 3 from the test load center,
Deflection3
measured in micron 110

Distance3 Distance of location 3 from the test load center 900


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

Elastic Modulus Elastic modulus of bituminous layer, back calculated in


BituminousE1 MPa 3359
Elastic Modulus Elastic modulus of granular layer, backcalculated in MPa
GranularE2 396
Elastic Modulus
Elastic modulus of subgrade, back calculated in MPa 90
SubGradeE3
Corrected Elastic
Modulus Corrected elastic modulus of bituminous layer in MPa
BituminousE1 3424
Corrected Elastic Corrected elastic modulus of granular layer in MPa
Modulus GranularE2 300
CorrectedElasticMod Corrected elastic modulus of subgrade in MPa
ulusSubGradeE3 69
Bituminous Layer Thickness of bituminous layer in mm 105
Base Layer Thickness of base layer in mm 230
GSB Layer Thickness of GSB layer in mm 200
Subgrade CBR CBR of subgrade 0.08
BituminousLayerCoe Layer coefficient of the bituminous layer
fficientA1 0.36
BaseLayerCoefficient Layer coefficient of the base layer
A2 0.17
GranularBaseLayerC Layer coefficient of the GSB layer
oefficientA3 0.17
Structural Number Structural number of the pavement 3.86

Modified Structural Modified structural number including contribution from


Number subgrade 4.85
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897

Page 186 of 243


Field Description Example
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Pea
NH Sectio Lane Air Surface
Chaina Directi k Deflectio Deflectio Locati Deflectio
Numb n Numb Temperat Temperat
ge on Loa n0 n1 on 1 n2
er Code er ure ure
d
NH00x ABC-
0.500 RHS R2 32.6 43.7 45.7 333 188 300 243
x DEF
NH00x ABC-
1.000 LHS L1 29.9 32.6 45.4 317 163 300 217
x DEF
NH00x ABC-
1.499 RHS R1 33.0 39.3 45.7 246 110 300 153
x DEF
NH00x ABC-
2.000 LHS L2 28.7 32.4 46.0 293 130 300 187
x DEF
NH00x ABC-
2.500 RHS R2 33.7 45.8 45.3 429 232 300 316
x DEF
NH00x ABC-
3.000 LHS L1 29.0 33.0 45.7 343 204 300 252
x DEF
NH00x ABC-
3.500 RHS R1 33.5 45.4 44.5 373 194 300 268
x DEF
NH00x ABC-
4.010 LHS L2 28.9 33.5 45.0 348 201 300 254
x DEF
NH00x ABC-
4.500 RHS R2 33.3 40.3 46.0 393 241 300 301
x DEF
(table continued…)

Locati Deflectio Locati Deflectio Locati Deflectio Locati Deflectio Locati Deflectio Locati Deflectio
on 2 n3 on 3 n4 on 4 n5 on 5 n6 on 6 n7 on 7 n8

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…)
Sub
Loc ElasticMo ElasticMo ElasticMo CorrectedElast CorrectedElas CorrectedElas Bitum Bas GS gra
atio dulusBitu dulusGra dulusSubG icModulusBitu ticModulusGr ticModulusSu inous eLa BLa de
n 8 minousE1 nularE2 radeE3 minousE1 anularE2 bGradeE3 Layer yer yer CB
R
240 0.0
6213 185 100 6447 135 78 105 230 200
0 8
240 0.0
5356 195 100 5295 143 78 105 230 200
0 8
240 0.0
3359 396 90 3424 300 69 105 230 200
0 8
240 0.0
4830 226 100 4770 169 78 105 230 200
0 8

Page 187 of 243


240 0.0
4570 137 97 4781 93 75 105 230 200
0 8
240 0.0
8454 135 100 8374 91 78 105 230 200
0 8
240 0.0
4394 165 100 4590 117 78 105 230 200
0 8
240 0.0
7817 139 96 7762 95 74 105 230 200
0 8
240 0.0
7666 123 95 7847 81 73 105 230 200
0 8
(table continued…)

Bituminous Granular Base Modified


Base Layer Structural Survey
Layer Coefficient Layer Structural Latitude Longitude
CoefficientA2 Number Date
A1 Coefficient A3 Number
0.45 0.13 0.13 3.68 4.82 01-07-16 9.98897 78.02671
0.42 0.13 0.13 3.56 4.70 23-06-16 9.98444 78.02934
0.36 0.17 0.17 3.86 4.85 01-07-16 9.98341 78.03004
0.41 0.14 0.14 3.65 4.79 23-06-16 9.98107 78.03078
0.41 0.11 0.11 3.24 4.34 01-07-16 9.96328 78.04160
0.49 0.11 0.11 3.58 4.72 23-06-16 9.95385 78.05255
0.40 0.12 0.12 3.34 4.48 01-07-16 9.93102 78.05648
0.48 0.12 0.12 3.67 4.75 23-06-16 9.91229 78.04961
0.48 0.11 0.11 3.53 4.59 01-07-16 9.89041 78.03458

2.7 Falling Weight Deflectometer (FWD) Rigid

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

Field Description Example


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

Chainage Chainage of the point (in km) 0.500


Direction of survey Increasing
 Increasing (chainage)
Direction  Decreasing (chainage)

Lane Number Number of the lane: L1, L2, R1, R2, etc. L2

Air Temperature Air temperature recorded in °C 30.1

Surface Temperature Temperature of the pavement surface, recorded in °C 39.4

Peak Load Peak impulse load, measured in kN 103.7


Surface deflection at the test load center, measured in
Deflection1 micron 140

Page 188 of 243


Field Description Example
Surface deflection at 300 mm from the test load center,
Deflection2 measured in micron 121

Surface deflection at 600 mm from the test load center,


Deflection3 measured in micron 108
Surface deflection at 900 mm from the test load center,
Deflection4 measured in micron 101
Concrete Slab Thickness of concrete slab, measured in mm
Thicknessh 300
Area of deflection basin, calculated from measured
Area of Deflection
Basin deflections, in cm2 761
Radius of Relative Radius of relative stiffness, calculated in mm
Stiffness 823
NormalizedDeflectio Normalized deflection at location 1, in mm 3.1
nd1
NormalizedDeflectio Normalized deflection at location 2, in mm 2.9
nd2
NormalizedDeflectio Normalized deflection at location 3, in mm 2.4
nd3
NormalizedDeflectio Normalized deflection at location 4, in mm 1.9
nd4
Modulus of Subgrade Modulus of subgrade reaction, measured in MPa/m 131
Reaction k
Elastic Modulus of 26118
Elastic modulus of concrete, calculated in MPa
Concrete Ec
Cube Strength of Cube strength of concrete, calculated inMPa 27
Concrete fck
Flexural strength of Flexural strength of concrete, calculated in MPa 3.7
concrete fmr
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:

Pea Concrete
Secti Chai Lan Air Surface
NH Directi k Deflecti Deflecti Deflecti Deflecti Slab
on n- e Temperat Temperat
No on Loa on 1 on 2 on 3 on 4 Thicknes
Code -age No. ure ure
d sh
NH00 ABC- 104.
0.0 LHS L2 29.0 34.9 167 143 130 119 300
xx DEF 1
NH00 ABC- 104.
0.5 RHS R2 30.5 38.1 141 130 122 115 300
xx DEF 4
NH00 ABC- 105.
1.0 LHS L1 30.0 35.6 147 111 100 91 300
xx DEF 2
NH00 ABC- 102.
1.5 RHS R1 28.9 38.3 140 126 116 107 300
xx DEF 4
NH00 ABC- 103.
2.0 LHS L2 30.1 39.4 140 121 108 101 300
xx DEF 7
NH00 ABC- 104.
2.5 RHS R2 29.0 37.5 150 134 126 117 300
xx DEF 6
NH00 ABC- 102.
3.0 LHS L1 30.6 38.9 124 109 104 92 300
xx DEF 7
NH00 ABC- 105.
3.5 RHS R1 29.3 39.1 149 136 128 119 300
xx DEF 9

Page 189 of 243


NH00 ABC- 104.
4.5 RHS R2 30.3 41.0 138 127 121 114 300
xx DEF 9
(table continued…)
Flexur
Radius Modul
Elastic Cube al
Area of of Normali Normali Normali Normali us of Date
Modul Streng streng
Deflecti Relativ zed zed zed zed Subgra Of Latitu Longit
us of th of th of
on eS Deflecti Deflecti Deflecti Deflecti de Testi de ude
Concr Concr concr
Basin tiffnes on d1 on d2 on d3 on d4 Reacti ng
ete Ec ete fck ete
s on k
fmr
25- 9.988 78.026
759 816 3 3 2 2 112 21590 19 3
06-16 97 71
28- 9.984 78.029
821 1214 3 3 3 2 62 58161 135 8
06-16 44 34
25- 9.983 78.030
684 580 3 3 2 1 246 12051 6 2
06-16 41 04
28- 9.981 78.030
796 1014 3 3 3 2 87 39783 63 6
06-16 07 78
25- 9.963 78.041
761 823 3 3 2 2 131 26118 27 4
06-16 28 60
28- 9.953 78.052
800 1040 3 3 3 2 79 39908 64 6
06-16 85 55
25- 9.931 78.056
789 971 3 3 3 2 107 41290 68 6
06-16 02 48
28- 9.912 78.049
814 1150 3 3 3 2 66 50086 100 7
06-16 29 61
28- 9.890 78.034
826 1257 3 3 3 2 59 64082 164 9
06-16 41 58

Page 190 of 243


SECTION 7: DRAFT FORM OF CONTRACT

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

Page 191 of 243


CONTRACT FOR CONSULTANT’S SERVICES

Between

(Name of Client)

And

(Name of Consultant)

Dated:

Page 192 of 243


CONTENTS

Page No.

I. FORM OF CONTRACT ……………………………………..


II GENERALCONDITIONSOFCONTRACT ……………….
1. General Provisions ……………………………………….
1.1 Definitions
1.2 Relation between the Parties
1.3 Law Governing the 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

2.7.1 Definition…………………………………………..
2.7.2 No Breach of Contract ……………………………..
2.7.3 Measures to be taken
2.7.4 Extension of Time
2.7.5 Payments
2.7.6 Consultation
2.8 Suspension…………………………………………………
2.9 Termination ………………………………………..
2.9.1 By the Client ………………………………
2.9.2 By the Consultants ………………………..
2.9.3 Cessation of Rights and Obligations ………
2.9.4 Cessation of Services ………………………
2.9.5 Payment upon Termination ………………..
2.9.6 Disputes about Events of Termination …….
3. Obligations of the Consultants ……………………
3.1 General
3.1.1 Standard of Performance…………..
3.1.2 Law Governing Services …………..

3.2 Conflict of Interests ……………………….


Page 193 of 243
3.2.1 Consultants not to Benefit from Commissions, Discounts,
etc. ……..
3.2.2 Procurement Rules of Funding Agencies
3.2.3 Consultants and Affiliates Not to Engage in certain
Activities …………..
3.2.4 Prohibition of Conflicting Activities …
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 Consultant’s 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 ……………………..
4.1 General …………………………………………………
4.2 Description of Personnel …………………………
4.3 Approval of Personnel ……………………………
4.4 Working Hours, Overtime, Leave etc.
4.5 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
8.1. Amicable Settlement
8.2. Dispute Settlement
.
III SPECIAL CONDITIONS OF CONTRACT ……………………

Page 194 of 243


IV APPENDICES Page No.
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
Appendix H : Form of Performance Bank Guarantee
Appendix I : Form of Bank Guarantee for Advance Payments
Appendix J : Letter of invitation
Appendix K : Letter of Award
Appendix L : Minutes of pre-bid meeting ……………
Appendix-M : Memorandum of Understanding (in case of JV)

V ANNEXURES..…………………………………………

Page 195 of 243


1. FORM OF CONTRACT

COMPLEX TIME BASED ASSIGNMENTS

This CONTRACT (hereinafter called the “Contract”) is made the______ day of the Month of __________,
201__, 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:
(a) The General Conditions of Contract (hereinafter called “GC”)’
(b) The Special Conditions of Contract (hereinafter called “SC”);
(c) 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
Appendix H : Form of Performance Bank Guarantee
Appendix I : Form of Bank Guarantee for Advance Payments

Page 196 of 243


Appendix J : Letter of invitation
Appendix K : Letter of Award
Appendix-L : Minutes of pre-Bid Meeting
Appendix-M : Memorandum of Understanding (in case of JV)
Appendix-N : Penal actions in case of lapses of Authority’s Engineer and
concerned key personnel on their part/deficiencies in services
provided

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)
Page 197 of 243
GENERAL CONDITIONS OF CONTRACT

1. General Provisions

Unless the context otherwise requires, the following terms whenever used in this Contract
have the following meanings:

1.1 Definitions
(a) “ApplicableLaw”meansthelawsandanyotherinstrumentshavingtheforceof 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 “Authority
Engineer (AE)” and includes 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 Authority Engineer may be
modified depending on the site requirements and work programme of the EPC

Page 198 of 243


Contract or after mutual discussions with Employer, the EPC Contractor and the
Authority 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 required or permitted to be given or made pursuant to this
Contract shall be in writing. Any such notice, request or consent shall be deemed to have
been given or made when delivered in person to an authorized representative of the Party
to whom the communication is addressed, or when sent by registered mail, telegram or
facsimile to such Party at the address specified in the SC.

1.6.2 Notice will be deemed to be effective as specified in the SC.

1.6.3 A Party may change its address for notice hereunder by giving the other Party notice of such
change pursuant to the provisions listed in the SC with respect to Clause 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.

Page 199 of 243


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. Goods &Service tax as applicable shall be paid to the Authority’s Engineer while
making payment for services rendered. The consultants shall then deposit the same with
the tax authorities and provide a proof of having done so within next 90 days in line with
policy circulars issued by Employer.

2. Commencement, Completion, Modification and Termination of Contract

2.1 Effectiveness of Contract

This Contract shall come into force and effect on the date (the" Effective Date") of the
Client's notice to the Consultants instructing the Consultants to begin carrying out the
Services. This notice shall confirm that the effectiveness conditions, if any, listed in the SC
have been met.

2.2 Termination of Contract for Failure to Become Effective

If this Contract has not become effective within such time period after the date of the
Contract signed by the Parties as shall be specified in the SC, either Party may, by 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 GC2.9 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.

Page 200 of 243


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
negligenceorintentionalactionofapartyorsuchParty'sSub-consultantsor agents or
employees, nor (ii) any event which a diligent Party could reasonably have
been expected to both(A) take in to 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 fulfil 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 fulfil its obligations hereunder with a minimum of
delay.

Page 201 of 243


(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.

Extension of Time for providing services of the Authority’s Engineer shall be extended
concurrently with the Extension of Time granted, if any, to the EPC Contractor for the
project, subject to satisfactory performance of the Authority’s Engineer and limited to
original period of consultancy services.

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

Page 202 of 243


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 herein
above, 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) in solvent 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 EPC Contractor represents to Employer that the Consultant is not discharging his
duties in a fair, efficient and diligent manner and if the dispute remains unresolved,
Employer 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 GC2.9.2, 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;
Page 203 of 243
(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 GC2.4 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
GC2.9.1 or GC2.9.2 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
GC2.9.1 hereof, reimbursement of any reasonable cost incident to the prompt and
orderly termination of the Contract including the cost of there turn travel of the

Page 204 of 243


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 2.9.1or in Clause GC2.9.2 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 GC8 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

3.1 General

3.1.1. Standard of Performance

The Consultants shall perform the Services and carry out their obligations hereunder with
all due diligence, efficiency and economy, in accordance with generally accepted
professional techniques and practices, and shall observe sound management practices, and
employ appropriate advanced technology and safe and effective equipment, machinery,
materials and methods "The Consultants shall always" act, in respect of any matter relating
to this 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.

3.1.3 Penal actions in case of lapses of Authority’s Engineer and concerned key personnel
on their part/deficiencies in services provided

In case of lapses on their part/deficiencies in services provided under this contract, the
penal actions against Authority’s Engineer and concerned key personnel, shall be taken in
accordance with the provisions as stipulated under ‘Appendix-N’

3.2 Conflict of Interests

3.2.1 Consultants Not to Benefit from Commissions, Discounts, etc.

The Remuneration of the Consultants pursuant to Clause GC6 hereof shall constitute the
Consultants' sole remuneration in connection with this Contract or the Services and, subject
to ClauseGC3.2.2 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.
Page 205 of 243
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 (Employer) and or Associates Bank or of
the Association, as the case maybe, 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.

Page 206 of 243


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 here to, 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
Page 207 of 243
instructions. While in possession of such equipment and materials, the Consultants, unless
otherwise instructed by the Client in writing, shall insure them at the expense of the Client
in an amount equal to their full replacement value.

4. Consultants' Personnel and Sub-consultants and or Associates

4.1 General

The Consultants shall employ and provide such qualified and experienced Personnel and
Sub-consultants as are required to carry out the Services.

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 for thin 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 here to 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

Page 208 of 243


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 been titled 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.

(c) All Key personnel and sub professional staff of the Authority Engineer shall use the
Aadhaar based biometric attendance/ Geo-tagged selfie-based attendance system
for marking their daily attendance. Aadhaar based Biometric attendance/ Geo-
tagged selfie-based attendance shall be marked at least once a day and anytime
during the day. Aadhaar based biometric attendance/ Geo-tagged selfie based
attendance system shall be installed by the Authority Engineer at its own cost at the
site office in order to facilitate the attendance marking. More system can be installed
near the project highway upto a maximum of one system per 50 km in order to
encourage frequent visits of Project Highway by key personnel and sub-professional
staff. A copy of monthly Aadhaar based Biometric attendance/ Geo-tagged selfie-
based 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. Authority Engineer have to provide a certificate that all key
personnel as envisaged in the Contract Agreement has been actually deployed in the
project..

(d) Authority Engineer will intimate concerned Project Director/Project incharge


immediately after establishing its site office regarding installation of Aadhaar based
Biometric attendance/ Geo-tagged selfie based attendance system and complete
address of its site office.

4.5 Removal and/or Replacement of Personnel

Removal and/or replacement of Key Personnel shall be regulated as under:

4.5.1 In case notice to commence services pursuant to Clause 2.1 of this Contract is not ordered
by Client within 120 days of signing of contract the key personnel can excuse themselves
on valid grounds, e.g., selection on some other assignment, health problem developed after
signing of contract, etc. In such a case no penalty shall be levied on the Firm or on the
person concerned. The firm shall however be asked to give a replacement by an equal
or better scoring person, whenever mobilization is ordered.

4.5.2 In case notice to commence services is given within 120 days of signing of contract the,
the Authority expects all the Key Personnel specified in the Proposal to be available during
implementation of the Agreement. The Authority will not consider any substitution of Key
Personnel except under compelling circumstances beyond the control of the Consultant
Page 209 of 243
and the concerned Key Personnel. Such substitution shall be limited to not more than three
Key Personnel subject to equally or better qualified and experienced personnel being
provided to the satisfaction of the Authority. Replacement of the Team Leader will not
normally be considered and may lead to disqualification of the Applicant or termination of
the Agreement. Replacement of one Key Personnel shall be permitted subject to reduction
of remuneration equal to 5 % (five per cent) of the total remuneration specified for the Key
Personnel who is proposed to be replaced. In case of second replacement the reduction in
remuneration shall be equal to 10% (ten per cent) and for third and subsequent
replacement, such reduction shall be equal to 15% (fifteen per cent) If the consultant finds
that any of the personnel had made false representation regarding his qualification and
experience, he may request the Employer for replacement of the personnel. There shall be
no reduction in remuneration for such replacement. The replacement shall however be of
equal or better score. The personnel so replaced shall be debarred from future projects for
2 years.

4.5.4 Replacement after original contract period is over:

There shall be no limit on the replacements and no reduction in remunerations shall be


made. The replacement shall however be of equal or better score.

4.5.5 If the Employer (i) finds that any of the Personnel has committed serious misconduct or
has been charged with having committed a criminal action or (ii) has reasonable ground to
be dissatisfied with the performance of any of the Personnel, then the consultant shall, at
the Employer’s written request specifying the grounds therefore, forthwith provide a
replacement with qualifications and experience acceptable to him. For such replacement
there will be no reduction in remuneration.

4.5.6 If any member of the approved team of a consultant engaged by National Highways
Authority of India leaves that consultant before completion of the job, he shall be barred
for a period of 6 months to 24 months from being engaged as a team member of any other
consultant working (or to be appointed) for any other National Highways Authority of
India/MoRTH projects.

1.6 Resident Team Leader and Coordinator

The person designated as the Team Leader of the Consultant’s Personnel shall be
responsible for the coordinated, timely and efficient functioning of the Personnel. In
addition, the Consultant shall designate a suitable person from its Head Office as Project
Coordinator who shall be responsible for day to day performance of the Services.

5. Obligations of the Client

5.1 Assistance and Exemptions

Unless otherwise specified in the SC, the Client shall use its best efforts to ensure that the
Government shall:

(c) 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;

Page 210 of 243


(d) 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;
(e) Facilitate prompt clearance through customs of any property required for the
Services and of the personal effects of the Personnel and their -eligible dependents;
(f) 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;
(g) 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;
(h) 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
(i) 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

Page 211 of 243


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 is set forth in Appendix G.
(b) Except as may be otherwise agreed under ClauseGC2.6 and subject to Clause GC
6.1(c), payments under this Contract shall not exceed the ceilings specified in the
SC. The Consultants shall notify the Client as soon as cumulative charges incurred
for the Services have reached 80% of these ceilings.
(c) Notwithstanding ClauseGC6.l (b) hereof, if pursuant to clauses GC5.3, 5.4 or 5.6
hereof, the Parties shall agree that additional payments shall be made to the
Consultants in order to cover any necessary additional expenditures not envisaged
in the cost estimates referred to in Clause GC6.1 (a) above, the ceiling or ceilings, as
the case maybe, set forth in ClauseGC6.1 (b) above shall be increased by the amount
or amounts, as the case may be, of any such additional payments.

6.2 Remuneration and Reimbursable Expenditures

(a) Subject to the ceilings specified in Clause GC6.1(b)hereof, the Client shall pay to the
Consultants (i) remuneration asset for thin Clause GC6.2(b),and(ii) reimbursable
expenditures asset forth in Clause GC6.2(c).If specified in the SC, said remuneration
shall be subject to price adjustment as specified in the SC.

Page 212 of 243


(b) Remuneration for the Personnel shall be determined on the basis of time actually
spent by such Personnel in the performance of the Services after the date
determined in accordance with Clause GC2.3 and Clause SC2.3 (or such other date
as the Parties shall agree in writing) (including time for necessary travel via the
most direct route) at the rates referred to, and subject to such additional provisions
as are set forth, in the SC.
(c) Reimbursable expenditures actually and reasonably incurred by the Consultants in
the performance of the Services, as specified in SC.
(d) 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 at least 90% of the time stipulated in the month, as per the Man Months
Input in the Terms of Reference and the Deployment Schedule proposed by the firm.
Sr. Personnel % reduction in
No. monthly
payment
Normal Highway Project
1 Team Leader cum Senior Highway Engineer 20%
2 Resident Engineer cum Highway Engineer 25%
3 Bridge/Structural 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, then only 80%
of the monthly payment shall be released. In the case of “Other Key Personnel (Sr.
No. 4)” and “Sub – Professional Staff (Sr. No. 5)”, the average availability across the
group shall be considered for calculation.

Note : Consultants have to provide a certificate that all key personnel as envisaged in
the Contract Agreement has been actually deployed in the project. They have to
submit the proof of Aadhaar based Biometric attendance/ Geo-tagged selfie-based
attendance at the time of submission of bills to the National Highways Authority of
India.

6.3 Currency of Payment

All payments shall be made in Indian Rupees and shall be subjected to applicable Indian
laws withholding taxes if any.

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
Page 213 of 243
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 for thin 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 (15days)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 GC6.3 and 6.4 for such month. Each monthly statement
shall distinguish that portion of the total eligible costs which pertains to
remuneration from that portion which pertains to reimbursable expenditures.
(c) 75% of bill raised by the Consultant shall be paid within 72 Hrs and remaining bill
may be paid after due scrutiny. The Client shall cause the payment of the
Consultants periodically as given in schedule of payment above within thirty (30)
days after the receipt by the Client of bills with supporting documents. Only such
portion of a monthly statement that is not satisfactorily supported may be withheld
from payment. Should any discrepancy be found to exist between actual payment
and costs authorized to be incurred by the Consultants, the Client may add or
subtract the difference from any subsequent payments. Interest at the rate specified
in the SC shall become payable as from the above due date on any amount due by,
but not paid on such due date.
(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 there upon promptly make any necessary corrections, and upon
completion of such corrections, the foregoing process shall be repeated. Any amount
which the Client has paid or caused to be paid in accordance with this Clause in
excess of the amounts actually payable in accordance with the provisions of this
Contract shall be reimbursed by the Consultants to the Client within thirty, (30)
days after receipt by the Consultants of notice thereof. Any such claim by the Client
for reimbursement must be made within twelve (12) calendar months after receipt
by the Client of a final report and a final statement approved by the Client in
accordance with the above.
(e) All payments under this Contract shall be made to the account of the Consultants
specified in the SC.
(f) Authority Engineer will make payment of salary to all key personnel in their
respective bank accounts through electronic mode only. No cash transaction wrt
salary will be made. Proof of salary transfer through electronic mode shall be
submitted by Authority Engineer with each Bill.

Page 214 of 243


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 Contractor the interpretation thereof.

8.2 Dispute Resolution


8.2.1 Any dispute, difference or controversy of whatever nature howsoever arising under or out
of or in relation to this Agreement (including its interpretation) between the Parties, and so
notified in writing by either Party to the other Party (the “Dispute”) shall, in the first
instance, be attempted to be resolved amicably in accordance with the conciliation
procedure set forth in Clause 8.3.
8.2.2 The Parties agree to use their best efforts for resolving all Disputes arising under or in
respect of this Agreement promptly, equitably and in good faith, and further agree to
provide each other with reasonable access during normal business hours to all non –
privileged records, information and data pertaining to any dispute.

8.3 Conciliation

In the event of any Dispute between the Parties, either Party may call upon [Chairman
of National Highways Authority of India] and the Chairman of the Board of Directors
of the Consultant or a substitute thereof for amicable settlement, and upon such
reference, the said persons shall meet no later than 10(ten) days from the date of
reference to discuss and attempt to amicably resolve the Dispute. If such meeting
does not take place within the 10 (ten) day period or the Dispute is not amicably
settled within 15(fifteen) days of the meeting or the Dispute is not resolved as
evidenced by the signing of written terms of settlement within 30 (thirty) days of the
notice in writing referred to in Clause 8.2.1 or such longer period as may be mutually
agreed by the Parties, either Party may refer the Dispute to arbitration in accordance
with the Provisions of Clause 8.4.

Page 215 of 243


8.4 Arbitration

8.4.1. Any Dispute which is not resolved amicably by conciliation, as provided in Clause 8.3,
shall be finally decided by reference to arbitration by an Arbitral Tribunal appointed
in accordance with Clause 8.4.2. Such arbitration shall be held in accordance with the
Rules of Arbitration of the International Centre for Alternative Dispute Resolution,
New Delhi (the “Rules”), or such other rules as may be mutually agreed by the Parties,
and shall be subject to the provisions of the Arbitration and Conciliation Act, 1996 as
amended. The venue of such arbitration shall be ***** and the language of arbitration
proceedings shall be English.

8.4.2 Each dispute submitted by a Party to arbitration shall be heard by a sole arbitrator to be
appointed as per the procedure below

(a) Parties may agree to appoint a sole arbitrator or, failing agreement on the identity
of such sole arbitrator within thirty(30) days after receipt by the other Party of the
proposal of a name for such an appointment by the Party who initiated the
proceedings, either Party may apply to the President, Indian Roads Congress, New
Delhi for a list of not fewer than five nominees and, on receipt of such list, the Parties
shall alternately strike names therefrom, and the last remaining nominee on the list
shall be sole arbitrator for the matter in dispute. If the last remaining nominee has
not been determined in this manner within sixty (60) days of the date of the list, the
president, Indian Roads Congress, New Delhi, shall appoint, upon the request of
either Party and from such list or otherwise, a sole arbitrator for the matter in
dispute.

8.4.3 Substitute Arbitrator

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.

8.4.4 Qualifications of Arbitrator

The sole arbitrator selected pursuant to Clause 8.2.1 hereof shall be expert with extensive
experience in relation to the matter in dispute.

8.4.5 The Arbitrators shall make a reasoned award (the “Award”). Any Award made in any
arbitration held pursuant to this Clause 8 shall be final and biding on the Parties as from the
date it is made, and the Consultant and the Authority agree and undertake to carry out such
Award without delay.

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

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

8.4.8 Miscellaneous

In any arbitration proceeding hereunder:

Page 216 of 243


(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) The schedule of Expenses and Fee payable to the Arbitrator shall be as under
Sr. Particulars of Fees and Maximum amount payable per case
No. Expenses
1 Fee (i) Rs. 25,000/- per day;
(ii) 25% extra on fee at (i) above in case of fast-
track procedure as per Section -29 (B) of A&C
Act;
Or
10% extra on fee at (i) above if award is
published within 6 months from date of
entering the reference by AT;
Alternatively, the Arbitrator may opt for a lump –
sum fee of Rs. 5.00 Lakh per case including counter
–claims.
2 Reading charges- one Rs 25,000/- per case including counter claims.
Time
3 One –time charges for Rs. 25,000/- per case
Secretarial Assistance and
Incidental Charges
(telephone, fax, postage
etc.)
4 One time charges for Rs. 40,000/-
publishing/declaration of
the Award
5 Other expenses (As per actual against bills subject to celling given below
(i) Travelling expenses Economy class (by air), First class AC (by train) and
AC Car (by road)
(ii) Lodging and Boarding Rs. 15,000/-per day (in metro cities); or
Rs. 8000 per day (in other cities); or
Rs. 5,000/- per day, if any Arbitrator makes their
own arrangements.
6. Local travel Rs. 2,000 /- per day
7 Extra charges for days Rs. 5000 /- per ½ day for outstation Arbitrator
other than meeting days
(maximum for 2 X ½ days)
Note 1. Lodging boarding and travelling expenses shall be allowed only for the
arbitrator who is are residing 100 kms. away from the venue of meeting,
2. Delhi, Mumbai, Chennai, Kolkata, Bengaluru and Hyderabad shall be
considered as Metro cities.

In exceptional cases, such as cases involving major legal implications/wider


ramifications/higher financial stakes etc. a special fee structure could be fixed in

Page 217 of 243


consultation with the Contractor/Supervision Consultants and with the specific approval of
the National Highways Authority of India before appointment of the Arbitrator

9. Fake CV
If any case of fake/incorrect/inflated CV is found, it shall be dealt with very severely and
would result in all possible penal action including blacklisting from future projects of
National Highways Authority of India. This would also apply even when the consulting firm
is not successful in getting the assignment. In case CV of a person is turned out to be
fake/incorrect/inflated during the assignment, the consultancy firms will have to refund the
salary and perks drawnincluding interest @12% per annumin respect of the person apart
from other consequences. In addition to above, 10% of the salary and perks to be refunded
shall be recovered from the Firm as penalty.

Page 218 of 243


II. SPECIAL CONDITIONS OF CONTRACT

Page 219 of 243


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: Address of Employer

Attention:

Telex :

Facsimile :

Consultant: Address of Consultant

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 (P) 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 SC1.6.1shouldbeinsertedhere. If the Consultants consist of
one entity, this Clause 1.8 should be deleted from the SC)

1.9 The Authorised 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
Page 220 of 243
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 84 months (24 month for construction period and 60 months for
Maintenance period)

3.4 Limitation of the Consultants' Liability towards the Client


(a) Except in case of gross negligence or wilful 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 Employer in a joint venture
or ‘in association’, the policy must be procured and provided to Employer 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 the Employer. The insurance
company may provide an undertaking in this regard.

(b) This limitation of liability shall not affect the Consultants' liability, if any, for
damage to Third Parties caused by the Consultants or any person or firm acting on
behalf of the Consultants in carrying out the Services.

Page 221 of 243


(c) Professional Liability Insurance may be accepted for initially one year which shall
be extended annually for five years. PLI shall be uniformly taken for a period of five
years.

3.5 The risks and the coverage shall be as follows


(a) Third Party motor vehicle liability insurance as required under Motor Vehicles Act,
1988 in respect of motor vehicles operated in India by the Consultants or their
Personnel or any Sub-consultants or their Personnel for the period of consultancy.
(b) Third Party liability insurance with a minimum coverage, of Rs. 1.0 million for the
period of consultancy.
(c) Professional liability insurance as per 3.4 (a) (ii) of SC of the consultancy, with a
minimum coverage equal to estimated remuneration and reimbursable.
(d) 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
(e) 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 "Authority’s
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 Senior Highway Engineer in Appendix C shall
serve in that capacity, as specified in Clause GC 4.6."

6.1(b) The amount payable Indian Rupee is:

6.2(a) “Payments for remuneration and reimbursable items made in accordance with Clause GC
6:2(a):

(i) Consultants shall be paid billing rates for services rendered by the personnel of all
categories namely (i) key Personnel; (ii) sub-Professional personnel and (iii)
Support staff on man-month basis . Billing rates of remaining items of the financial
proposal, namely (i) transportation , (ii) Duty travel to site (iii) Office Rent, (iv)
office supplies communication etc. (v) reports & document printing and (vi)
survey equipment etc. shall be worked out month wise as per actual expenditure
Beginning 13th months from the last date of submission of bid, billing rates shall be
increased to cover all items of contract i.e. remuneration, vehicle hire, office rent,
consumables, furniture etc. @ 5% every 12 months. However, for evaluation and
award of the Bid proposals, the quoted initial rate (as applicable for first 12 months
from last date of submission of bid) shall be multiplied by the total time input for
Page 222 of 243
each position on this contract, i.e. without considering the increase in the billing
rates. All payments shall be made in Indian Rupees and shall be subjected to
applicable Indian laws withholding taxes if any.

(ii) Remuneration paid pursuant to the rates set forth in Appendix G shall be adjusted
every twelve (12) months (and, the first time, with effect for the billing rates
earned in the 13th calendar month after the last date of submission of bid) by 5%
every 12 month for personnel.

Notwithstanding any other provisions in the agreement in this regard, this provision will
prevail and override any other provision to the contrary in this agreement.

6.2(b) (i) (1) Payment of Authority Engineer shall be released on approval of the monthly
reports. Report shall be approved by the Authority only if it includes all the
sections prescribed in the format and submitted as per specified timelines.

(2) Payment shall be released as per rates quoted in Appendix C3- Breakup of Local
currency costs

(3) For equipment based road inspection to be conducted in O&M phase, payment
shall be released as per actual use of equipment on road and rates quoted in
Appendix C3- Breakup of Local currency costs.

(4) 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

(5) It is understood(i)that the remuneration rates shall cover(A) such salaries and
allowances as the Consultants shall have agreed to pay to the Personnel as well as
factors for social charges and overhead, and (B)the cost of back stopping by home
office staff not included in the Personnel listed in Appendix C, and(C)the
Consultants' fee;(ii)that bonuses or other means of profit-sharing shall not be
allowed as an element of overhead, and(iii)that any rates specified for persons not
yet appointed shall be provisional and shall be subject to revision, with the written
approval of the Client, once the applicable salaries and allowances are known.

(6) Remuneration for periods of less than one month shall be calculated on an hourly
basis for actual time spent in the Consultants' home office and directly attributable
to the Services(one hour being equivalent to 1/240th of a month) and on a
calendar-day basis for time spent away from home office(one day being equivalent
to 1/30th of a month).

6.2(b)(ii) The rates for foreign and local Personnel are set forth in Appendix G

6.4(a) Thefollowingprovisionsshallapplytotheinterestbearingadvancepayment and the


advance payment guarantee:

1) An advance payment of 10% of the contract price in proportion to the quoted


Indian currency (INR) in the bid shall be made within 60 days after receipt and
verification of advance payment bank guarantee. The advance payment along with
interest 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.
Page 223 of 243
The advance payment shall be in Indian Rupee.

2) The bank guarantee shall be in the amount and in the currency of the the advance
payment.

3) Interest rate shall be 10% per annum (on outstanding amount).

6.4 (c) The interest rate is 10% per annum.

6.4(e) The accounts are:

[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:

Page 224 of 243


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

Page 225 of 243


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

Page 226 of 243


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)

Please refer TOR

Page 227 of 243


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. "]

The form of Medical Certificate as required under the rules of Govt. of India

Page 228 of 243


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 EPC Contractor. In this context in case the work plan of the Consultant needs suitable
modifications, the same shall be carried out and submitted to the client for consideration. The
Consultants hours of work normally shall match with that of Contractor’s activities on the site. No
extra remuneration shall be claimed or paid for extra hours of work required in the interest of
Project completion.

In respect of foreign personnel, one day per trip as travel time from and to the country of the
Government shall be allowed.

Page 229 of 243


Appendix F: Duties of the Client

[List here under:

F-1 Services, facilities and property to be made available to the Consultants by the Client.

F-2 Counterpart personnel to be made available to the Consultants by the Client.]

Please refer TOR

Page 230 of 243


Appendix G: Cost Estimates

List hereunder cost estimate in INR:

1. Monthly rates for local Personnel (Key Personnel and other Personnel)

2. Reimbursable/Rental/Fixed expenditures as follows:

a. Cost of local transportation.

b. Cost of other local services, rentals, utilities, etc.

Page 231 of 243


Appendix H: FORM OF PERFORMANCE SECURITY

(PERFORMANCE BANK GUARANTEE)


(Clause-13 of TOR)

To

Address of Employer:

1
WHEREAS________________________[Name and address of Consultants] (hereinafter called “the
consultants”) has undertaken, in pursuance of Contract No.___________________dated __________________
to provides the services on terms and conditions set forth in this
Contract________________________[Name of contract and brief description of works) (hereinafter called
the “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Consultants shall furnish
you with a Bank Guarantee by a recognized bank for the sum specified there in as security for
compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Consultants such a BankGuarantee;

NOW THEREOF we hereby affirm that we are the Guarantor andresponsible 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.

This guarantee shall also be operable 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.

The guarantor/bank hereby confirms that it is on the SFMS (Structural Finance Messaging System)
platform & shall invariably send an advice of this Bank Guarantee to the designated bank of NHAI,
details of which is as under:

Page 232 of 243


Details
S. No. Particulars
1. Name of Beneficiary National Highways Authority of India

2. Name of Bank Canara Bank

3. Account No. 8598201005819

4. IFSC Code CNRB0008598

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 up on us on
or before ____________________________________all our liability under this guarantee shall cease.

This guarantee shall be valid for a period of 86 months i.e. upto 2 months beyond the expiry of
contract of 84 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.

Page 233 of 243


Appendix I: 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.________________________(herein after referred as the "Client", which expression


shall, unless repugnant to the context or meaning there of include it successors, administrators and
assigns) having awarded to M/s._______________________(herein after 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_________________________________(herein after referred to as the Bank), which expressions hall, unless
repugnant to the context or meaning thereof, include it 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 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
Page 234 of 243
notwithstanding any security or other guarantee that the Client may have in relation to the Consultant's
liabilities.

The guarantor/bank hereby confirms that it is on the SFMS (Structural Finance Messaging System)
platform & shall invariably send an advice of this Bank Guarantee to the designated bank of NHAI,
details of which is as under:

Details
S. No. Particulars
1. Article I. Name of Article II. National Highways
Beneficiary Authority of India

Article III. 2. Article IV. Name of Bank Article V. Canara Bank

Article VI. 3. Article VII. Account No. Article VIII. 8598201005819

Article IX. 4. Article X. IFSC Code Article XI. CNRB0008598

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____________________200________at_______________

WITNESS

(signature)
__________________________________
(Signature)

(Name)
(Name)

(Official Address) Designation (with Bank stamp)

Attorney as per Power of


Attorney No.

Dated
Page 235 of 243
Strike out, whichever is not applicable.

Note1: 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.

Page 236 of 243


Appendix J

Letter of invitation

Page 237 of 243


Appendix K

Letter of Award

Page 238 of 243


Appendix L

Minutes of pre-bid meeting

Page 239 of 243


Appendix-M

Memorandum of Understanding
between
_____________________
And
__________________________

Whereas the National Highways Authority of India (the ‘Employer’) has invited proposal
for appointment of Authority’s Engineer for “Consultancy Services for Authority’s Engineer for
Supervision of Construction of Six lane access-controlled Paniyala-Barodameo Inter Corridor Route
from Km 0+000 to Km 86+513 in the State of Rajasthan on EPC Mode under Bharatmala Pariyojana”
hereinafter called the Project.

And Whereas _________________ (Lead Partner) and _______________ JV partner/s have agreed
to form a Joint Venture to provide the said services to the Employer as Authority’s 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 in charge 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/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
For____________________ (Name of Associate Partner/s)

Note: * The bidder cannot revise their share among Lead/JV partner which was declared at the time
of bidding of respective consultancy assignments.

DISCLAIMER

The Applicant must read all the instructions in the RFP and submit the same accordingly.

Page 240 of 243


Appendix N
Penal Actions against Authority Engineer and Concerned Key Personnel
1.1 Following penal actions shall be taken against Authority Engineer in case of lapses
on their part / deficiencies in services provided under this contract
Sr. No Type of Deficiency Action to be taken against consultant AE engage during
construction & maintenance.
Key Personnel Firm
1 (a) Failure to detect design / quality For first three instances, i)For first three instances,
deficiency in Non-key key personnel may be
Components* kept on “watch list”. to be kept on watch list.
1 (b) Failure to issue follow-up notices Thereafter, the
ii)Thereafter, a monetary
to contractor / concessionaire for concerned key
penalty of 1% of the
delays in closure of NCRS, delays in personnel & Team
consultancy fee (the aggregate
furnishing detail of time & cost Leader to be removed
of such penalties in a contract
claims / COS / revised work from the project and
would not exceed the
programmes / work debarred up to 6
performance Guarantee
methodologies, etc. months.
amount) and / or declaring the
1 (c) Delays or submission of improper consultant as Non-Performer
MPRS, improper review of up to 6 months of till
methodologies, temporary works, rectification of deficiencies#
QA plan / manual, O&M plan / and taking adequate measures
Manual etc. not to repeat such instances in
future whichever is earlier.
2 (a) Failure to detect design / quality The concerned key Declaring the Consultant as
deficiency in Key Component** not personnel & Team Non-Performer up to 1 year or
having substantial cost (below 1% Leader to be removed till rectification of deficiencies#
of civil work (cost) and / or time from the project and and taking adequate measures
implication (below 5% or project debarred up to 1 year. not to repeat such instances in
completion period). future, whichever is earlier
2 (b) Failure to detect deficiency in
quantity executed vis-à-vis design
not having substantial financial
implication (below 1% of civil
work cost)
2 (c) Failure to conduct / witness tests
as prescribed in the consultancy
contract agreement.
2 (d) Delay in processing EOT / COS The concerned key Declaring the Consultant as
proposals, inaccurate assessment personnel & Team Non-Performer up to 1 year or
of COS proposals, not issuing NCRs, Leader to be removed till rectification of
delays / improper review of from the project and deficiencies# and taking
designs / drawings / work debarred up to 1 year. adequate measures not to
programme or failure to submit repeat such instances in future,
Completion / Provisional whichever is earlier
Completion Certification as
prescribed in contract.
3 (a) Failure to detect deficiency in The concerned key In addition to rectification of
quantity executed vis-à-vis design personnel & Team deficiencies and taking
having substantial financial Leader to be removed adequate measures not to
implication (1% of civil work cost from the project and repeat such instances in future,
or more) debarred up to 2 years. the consultant to be debarred
3 (b) Failure to detect design / quality up to 2 years.
deficiency in Key Component
having substantial cost (1% of civil
work cost or more) and / or time

Page 241 of 243


Sr. No Type of Deficiency Action to be taken against consultant AE engage during
construction & maintenance.
Key Personnel Firm
implication (5% of project
completion period or more)
3 (c) Failure to detect deficiency / not
reviewing design (including
temporary works) and
construction (including
methodology) of structural
components of flyover / bridges /
underpasses / overpasses / R OB /
RUB etc.
3 (d) Failure to propose action (like cure
period notice, levy of damages,
etc.) on contractor /
concessionaire as per contract
agreement for their default / poor
progress having material adverse
effect on the project
implementation in terms of cost
(1% of civil work cost or more) and
/ time (5% of project completion
period or more).
3 (e) Improper / wrong interpretation
of provision in contract
agreement; or wrong certification
of payment / COS value / cost &
time claims; or poor performance
of services leading to cost (1% of
civil work cost) and / or time (5%
of project completion period)
claims against NHAI awarded by
DRB / CCIE / Arbitration / Court.
Note:
** Key Components are specified as under:
(i) Foundation, sub-structure and super-structure of flyovers, road over
bridges, road under bridges, vehicular under passes, vehicular over
passes, major bridges and minor bridges etc.
(ii) Tunnels
(iii) Expansion joint and bearings
(iv) RE walls / Retaining walls
(v) The crust layers of flexible Pavements
(vi) The crust layers of rigid pavements
(vii) Embankment and slope protection
(viii) Issues affecting Road Safety
(ix) Any other work endangering / impacting / stability / reliability /
durability / performance of pavement / structures
* The items not covered in above list shall be in the category of Non-Key
Components.
Page 242 of 243
# Excluding the delay solely attributable to the Concessionaire beyond
stipulated time.
1.2 The following penal actions shall be taken in case of any reports on failure of
structures after ensuring proper investigation
Sr. Type of Deficiency Penal Actions
No Firm Key Personnel
Minor failure of structures / Token penalty of Rs. 5 The key personnel may be
highway due to design / lakhs on consultancy kept on watch list for any
construction / maintenance firm engaged during future recurrence besides
defect wherein no casualties construction / issuing written warning.
are reported. maintenance besides
issuing written
warning.
Major failure of structures / Monetary penalty of Rs. Debarment of concerned
highway due to design / 20 lakhs on key personnel up to 2
construction / maintenance consultancy firm years in NHAI works
defect wherein no casualties engaged during
are reported. construction /
maintenance and / or
Debarment up to 1 year
Major failure of structures / Monetary penalty of Rs. Debarment up to 3 years
highway due to construction 40 lakhs on
/ maintenance defect consultancy firm
leading to loss of human engaged during
lives besides loss of construction /
reputation etc. maintenance and / or
Debarment up to 2
years.
Note:
(i) The term Consultant refers to Authority Engineer, Design Consultant, Proof
Consultant & Safety Consultant.
(ii) In case of delayed failure i.e., failure due to construction but reported during
maintenance period after the defaulting Consultant has been demobilised, action shall be
taken against the concerned Consultant only.

(iii) For each repeated lapse by the firm, the penalty for the subsequent offence shall be
enhanced by an additional 50% as compared to penalty imposed in the previous instance
applicable against the category of penalty under consideration.

(iv) In case the outcome of investigation is unclear or on the basis of conjectures, no


action on debarment shall be taken and only suitable monetary penalty shall be imposed
on all consulting firms engaged in construction

Page 243 of 243

You might also like