[go: up one dir, main page]

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

Ratnagiri-Kolhapur Highway RFP

The National Highways Authority of India is inviting proposals for Independent Engineer services for the four-laning of the Ratnagiri-Kolhapur section of NH-166 in Maharashtra, divided into three packages. The project will be executed under Hybrid Annuity Mode, with a total project length of 134.009 km and an estimated cost of approximately Rs. 3,132.19 Crores. Interested consultancy firms must register on the MoRTH portal 'INFRACON' and submit their proposals online by December 20, 2021.

Uploaded by

Teja boddu
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)
64 views270 pages

Ratnagiri-Kolhapur Highway RFP

The National Highways Authority of India is inviting proposals for Independent Engineer services for the four-laning of the Ratnagiri-Kolhapur section of NH-166 in Maharashtra, divided into three packages. The project will be executed under Hybrid Annuity Mode, with a total project length of 134.009 km and an estimated cost of approximately Rs. 3,132.19 Crores. Interested consultancy firms must register on the MoRTH portal 'INFRACON' and submit their proposals online by December 20, 2021.

Uploaded by

Teja boddu
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

GOVERNMENT OF INDIA

NATIONAL HIGHWAYS AUTHORITY OF INDIA


(MINISTRY OF ROAD TRANSPORT & HIGHWAYS)

Independent Engineer services for Four laning of Ratnagiri - Kolhapur


section of NH-166 for (a) Package – I from km 0.000 to km 19.769 and km
31.000 to km 67.140 (b) Package – II from km 67.140 to km 112.340 and (c)
Package – III from km 112.340 to km 145.300 in the State of Maharashtra
to be executed on Hybrid Annuity Mode under NH (O)

REQUEST FOR PROPOSAL (RFP)

Plot No. G-5 & 6, Sector – 10, Dwarka, New Delhi – 110 075

November 2021
CONTENTS

Particulars

SECTION 1: INFORMATION TO CONSULTANTS ...............................................................................1-8

SECTION 2: LETTER OF INVITATION TO CONSULTANTS ........................................................ 9-40

SECTION 3: FORMATS FOR SUBMISSION OF FIRMS CREDENTIALS ................................ 41-44

SECTION 4: FORMAT FOR SUBMISSION OF TECHNICAL PROPOSAL .............................. 45-70

SECTION 5: FORMAT FOR SUBMISSION OF FINANCIAL PROPOSAL. .............................. 71-79

SECTION 6: TERMS OF REFERENCE FOR INDEPENDENT ENGINEER ......................... 80-211

SECTION 7: DRAFT FORM OF CONTRACT ................................................................................212-259

RFP for IE services for Four laning of Ahmednagar – Mirajgaon – Karmala - Tembhurni section of
NH-516A for (a) Package – I and (b) Package –II in the State of Maharashtra on HAM
REQUEST FOR PROPOSAL (RFP)

SECTION 1: INFORMATION TO CONSULTANTS

Sub.: Independent Engineer services for Four laning of Ratnagiri - Kolhapur section of NH-
166 for (a) Package – I from km 0.000 to km 19.769 and km 31.000 to km 67.140 (b)
Package – II from km 67.140 to km 112.340 and (c) Package – III from km 112.340 to
km 145.300 in the State of Maharashtra to be executed on Hybrid Annuity Mode
under NH (O)

GENERAL:-

1. The National Highways Authority of India invites proposals for engaging an


Independent Engineer (IE) on the basis of International Competitive Bidding for the
following contract package in the State of Maharashtra:

TABLE 1: DETAILS OF PROJECT

S No Consultancy NH State Project Stretch Project Length (Km)/ Assignment


Package No. Bid Project Cost (Cr.) period
(months)
1 Total Project
Length - 134.009 48 months
(a) Package – I from km
km 0.000 to km (Development
19.769 and km 31.000 Total Estimated
NHAI/Tech/MH/IE/NH-166/R-K/2021

period- 6
to km 67.140 Project Cost: months,
3132.19 Cr
(b) Package – II from
Construction
Maharashtra

km 67.140 to km
112.340 (a) 55.909km/ period- 24
166 months,
1032.51 Cr
and
O&M period -
(c) Package – III from (b) 45.200 km/ 18 months)
km 112.340 to km 1079.23 Cr
145.300 in the State of
Maharashtra (c) 32.900 km/
1020.45 Cr

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.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 1
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.

4. Bid must be submitted online at e-tender portal of National Highways Authority of


India h t t p s : / / e t e n d e r s . g o v . i n on or before 1100 hrs. 20.12.2021.

5. Selection of IE shall be as per selection procedures given in the Model Concession


Agreement and general procurement methods followed in National Highways
Authority of India. The selected IE shall be intimated to the Concessionaire.

6. The proposal shall be submitted in English Language and all correspondence


would be in the same language.

7. The DBOT projects basically constitute up-gradation involving construction of 2/4/6-


lane highway including Bridges; widening and rehabilitation of bridges and culverts;
construction of high embankment/elevated structures/ROBs wayside amenities etc.
along the existing highways including provision of realignment and bypasses. The
proposed construction works will involve use of modern equipment and
construction practices/techniques.

8. National Highways Authority of India intends to appoint a Consultant to act as


Independent Engineer for implementation of this DBOT project. As per the Terms and
Conditions of the Concession Agreement (s), the Independent Engineer is broadly
required to: (i) independently review activities associated with design, design
review, during construction, required quality assurance and quality control tests and
operation and maintenance of the project on behalf of both National Highways
Authority of India and Concessionaire so as to ensure compliance of the requirements
of the provisions of Concession Agreement (ii) report to National Highways
Authority of India on the Financial, Technical and physical progress of
implementation aspects of the project, (iii) assist the parties in arriving at an
amicable settlement of disputes, if any. The selection of Independent Engineer shall
follow the laid down procedures given in the Concession Agreement signed between
National Highways Authority of India and the Concessionaire for this DBOT project.

9. The interested consultancy firms may download the RFP document from the e-portal
of the Employer w.e.f. 18.11.2021 to 20.12.2021 upto 1100 hrs. The Consultant who
download the RFP document from the e-portal will be required to pay the non-
refundable fee of Rs. 5,000/- towards cost of RFP to the following Bank Account:

S. No. Description Remarks


1 Name of Beneficiary National Highways Authority of India
2 Name of Bank Canara Bank
3 Address of Bank Branch Dwarka Sector 10 Branch
4 Account No. 8598201005819
5 IFSC Code CNRB0008598

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 2
Consultancy Firms are required to submit payment receipt as proof of payment to the
above said Bank Account along with the Technical Proposal. Consultancy firms are
required to mention “NHAI/Tech/MH/IE/NH-166/R-K/2021” in the payment
receipt. The RFP will be invited through e-tendering portal. Refer Procedure under e-
tendering for submission of RFP through e-tendering.

10. The proposal should be submitted by consultancy firms in two parts. The two parts
of the proposal are Part 1: Technical Proposal and Part 2: Financial Proposal.
Both Technical and Financial Proposal are to be submitted only in Electronic
Form (to be uploaded on e-portal). For a given DBOT Project, Stage -1 of the
Evaluation shall consider the evaluation of the Technical Proposal (i.e. Part 1). The
firms scoring the qualifying marks (minimum 75%) as mentioned in RFP shall be
listed in the descending order of their technical score and 5 top ranking firms shall only
be considered for further evaluation provided none of them is in conflict of interest with
the Concessionaire. The firms in conflict of interest shall be substituted by next ranking
firm not having conflict of interest with the Concessionaire. Under stage 2, the financial
proposal of such five firms as selected above shall be opened and evaluated. The
weightage of Technical and Financial score shall be 80% & 20% respectively. The
final selection of the firm shall be based on the highest combined score of Technical
and Financial Proposal.

11. The total time period for the assignment as Independent Consultant will be for 48
Months (Development period- 6 months, Construction period- 24 months, O&M
period - 18 months). In case the Consultant is engaged during/ after Development
period and Construction period remains 24 months then O&M period will be
increased such that total time period of assignment remains as 48 months. In case the
Construction period exceeds 24 months then O&M period will be reduced such that
total time period of assignment remains as 48 months.

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 partner). Formulation of more than one JV with
different partners for the same work is not allowed and all such proposal involving
the firms shall be treated as non-responsive.

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 3
any other bidder participating in the same assignment and the bidder is solely
responsible in this regard.

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

13.1 a. The Applicant shall use the link “Data Lake Portal” available on NHAI website
([Link]) to communicate with NHAI and Concessionaire for all contractual
correspondence.

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

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

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

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

A) Eligibility criteria for sole applicant firm.

Experience of the firm in last 7 years

S No Preparation of DPR/Feasibility Project Supervision/IC


Study cum Preliminary Design
(NH/SH/Equivalent)
Report (NH/SH/Equivalent)
1 (a). The firm should have minimum The firm should have minimum Annual turnover
experience of preparation of experience of Project Supervision/IC (updated average of
detailed Project of 2/4/6**-laning project of last 5 years or in
Report/Feasibility Study cum aggregate length equal to 3 times each of the
Preliminary Design Report of (i.e. 402.027 km) or more of similar preceding two
2/4/6**-laning project of category for which RFP is invited. years) of the firm
aggregate length equal to 2 from consultancy
times (i.e. 268.018 km) or more business should be

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 4
of similar category for which equal to or more
RFP is invited. than 2% of Total
Estimated Project
Cost (i.e. Rs. 62.64
Cr).
1 (b) Firm should also have experience of
Project Supervision/IC of at least
one project of similar category of
two/four/six** laning of length equal
to 40% of project length (i.e. 53.60
km).
Additional requirement in case of
specialized projects***

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

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

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

The lead partner must fulfill atleast 50% of requirements at 1(a) of table in para (A)
above and other JV partner should fulfill atleast 40% of eligibility criteria as indicated
at 1(a) of table in para (A) above. Also the lead partner and JV partner jointly should
meet not less than 1.20 times the eligibility criteria as mentioned at 1(a) of table in
para (A) above. Lead partner should meet the criteria 1 (b) of table in para (A) above.

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

*For weightage of experience in any past Consultancy assignment experience certificate from the client
shall be accepted. In the absence of experience certificate from the client, proportion of payment
received towards Consultancy work duly certified by statutory body like Chartered Accountant or
Independent Auditors who are competent to do so as recognised by the State concerned shall be

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 5
In case the financial figures and values of services provided are in foreign currency,
the above enhancement factors will not be applied. Instead, current market exchange
rate (State Bank of India BC Selling rate as on last date of submission of the bid) will
be applied for the purpose of conversion of amount in foreign currency into Indian
Rupees.
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 Up to Rs. More than More than More than
Firm in last 3 Financial Years 10 Crores Rs. 10 to Rs.30 to 60 Rs.60 Crores
(from consultancy works) 30 Crores Crores

No. of Key Professionals on


2. fulltime rolls (minimum for one last 10 25 40 60
year)
Max no. of projects/DPR
Assignments to be allotted to one
3. particular consultant including 6 12 25 40
ongoing projects at a time in
NHAI.
Maximum no. of DPR
4 (i) Assignments out of those given at 6 12 25 40
Sr. No. 3 above
Maximum no. of IE/AE/SC
4 (ii) Assignments (cap of 75%) out of 4 9 18 30
those given at Sr. No. 3 above
Maximum no. of projects/DPR
5. assignments in one financial year
(cap of 25%) on Sr. No. 4 (i) & (ii)
(i) DPR 2 3 6 10

(ii) IE/AE/SC 1 2 4 8

Note:

1) 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 & 5.

accepted. Annual turnover duly certified by Chartered Accountant shall be accepted. In case of non-
availability of such documents no weightage of turnover/experience will be considered.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 6
2) In case of JV bidding for the current assignment, the technical capacity of JV
will be determined with respect to the weighted average of turnover, key
professionals & ongoing assignments on the basis of share of consultancy fee
in the ongoing assignments and proposed share in the current bid. Refer the
illustration at Appendix B-11.

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

(ii) The consulting firms should be encouraged to carry out a mix of DPR and
Supervision Assignments like IE/AE/Supervision Consultants (SC). Out of
maximum number of projects given at Sr. No. 3 above, the celling for IE/AE/SC
assignments is 75% out of (1) which only 25% In any one financial year. For
example, the Consulting Firm at Col. No. 3 can get total 4 number of IE/ AE/SC
assignments only from NHAI, out of which only 1 In any one financial year,
whereas they can get 6 DPR assignments, out of which only 2 in any one financial
year. The Financial Proposal of the Consulting Firm crossing the upper ceiling of
assignments as at Sr. No. 3, 4 and 5 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 5 of above Table.

(a) IE/AE/SC assignments where original assignment period + one year is lapsed
or provisional completion of civil work is Issued, whichever is earlier;

(b) DPR assignments where either (i) the bids for civil works have been received;
or (ii) original assignment period + one year has lapsed;

(c) Special Projects like tunnel, stand-alone bridge, emergency landing facility,
etc. ;

and
(d) Assignments having less than 6 months contract period

(iv) 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 to 5 purpose. The
Consultant shall provide these details and they shall be solely responsible for
accuracy of such details provided.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 7
(v) The Consulting Firms shall submit Form-26 AS in order to certify their permanent
key personnel (as given in Sr. No. 2 of above table) along with the proposed
candidates.

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

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

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

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

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

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

20. RFP submission must be received not later than 1100 hrs on 20.12.2021 in the
manner specified in the RFP document at the address given below.

Address of Employer:

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 8
Mr. Anoop Gahrana
General Manager (Tech)
Maharashtra Division
National Highways Authority of India
G-5 & 6, Sector-10, Dwarka
New Delhi-110075
E-mail: anoopgahrana@[Link]
Tele: - 011-25074100 (Extn: 1205)

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 9
SECTION 2: LETTER OF INVITATION TO CONSULTANTS

1. INTRODUCTION

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

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

1.3 The assignment shall be implemented in various stages such as Design, Construction
supervision, and Operation and Maintenance supervision. Continuation of services for
the next stage shall be subject to satisfactory performance of the previous stage, as
determined by the National Highways Authority of India.

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

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

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

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

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 10
(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


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 National Highways Authority of India to inspect
their accounts and records relating to the performance of the contract and to
have them audited by authorized representatives of National Highways
Authority of India.

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

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

1.10 The Data Sheet indicates how long Consultants’ Proposals must remain valid after the
submission date. During this period, Consultants shall maintain the availability of
Professional staff nominated in the Proposal. The Client will make its best effort to
complete the process within this period. Should the need arise, however, the Client
may request Consultants to extend the validity period of their proposals. Consultants
who agree to such extension shall confirm that they maintain the availability of the
Professional staff nominated in the Proposal, or in their confirmation of extension of
validity of the Proposal, consultants could seek replacement upto a maximum of 50%
key personnel. If any consultant seeks any replacement(s), while extending the bid

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 11
validity, then the same shall be evaluated for ascertaining suitability of replacement
as per the provisions of the RFP and remuneration shall not be reduced for any such
replacement(s). However, the technical evaluation shall take into account of the
originally submitted CV(s) only irrespective of replacement sought. Consultants who
do not agree have the right to refuse to extend the validity of their Proposals.

2. 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 National
Highways Authority of India e- portal which will be binding on them. The Client
may at its discretion extend the deadline for the submission of Proposals.

3. PREPARATION OF PROPOSAL

3.1 You are requested to submit your proposal in Two Parts strictly using the formats
enclosed herewith (refer section 3,4 and 5). The two parts shall be:

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 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.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 12
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 and higher marks shall be given in this regard. The permanent staff
would be considered those already employed with the firm prior to one year
from the month during which this Tender Notice is issued. More weightage
will be given to those key personnel who are employed with more years with
the firm.

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

iv) For Key Personnel e.g. Team Leader, Resident-cum-Highway Engineer,


Senior Pavement Specialist, Highway Design Engineer and Road Safety
Expert, the Consultants should prefer candidates having worked on PPP
Projects. Such personnel shall be rated higher than the candidates having no
such experience at all”.

3.4 Your Technical Proposal must provide the following information, using but not
limited to the formats attached in the Section 3 &4.

(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.

(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;

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 13
(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.

(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 the six key personnel (Team leader cum Senior Highway
Engineer, Resident cum Highway Engineer, Bridge/Structural
Engineer, Senior Pavement Specialist, Senior Quality cum Material
Expert and Road Safety Expert) in the format as per Appendix-B-6 is
to be furnished on Infracon portal. It may please be ensured that the
format is strictly followed and the information furnished therein is
true and correct. The CV must indicate the work in hand and the
duration till which the person will be required to be engaged in that
assignment. The Firm shall ensure that details furnished in the CV by
the personnel are correct. If any information is found
incorrect/fake/inflated in the CV, at any stage, debarment of the key
personnel from future National Highways Authority of India projects
upto 2 years may be taken by National Highways Authority of India.

b. The age limit for key personnel is 65 years as on the date of bid
submission. The proof of age and qualification of the key personnel
must be furnished in the technical proposal.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 14
c. Key information should include years with the firm and degree of
responsibility held in various assignments. In CV format, at summary,
the individual shall declare his qualification & total experience (in
years) against the requirements specified in TOR for the position (Ref.
Enclosure-B of TOR). If any information is found
incorrect/fake/inflated in the CV, at any stage, debarment of the key
personnel from future National Highways Authority of India projects
upto 2 years may be taken by National Highways Authority of India.

d. 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.

All the CVs which are to be evaluated should be complete in all


respects including signing and certification by the individual and the
firm.

d. 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.

e. If a CV scores 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 fulfil
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 fulfil 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 maximum 3 (three) such Key
Personnel (whose CV scores less than 75% or who does not fulfil the
minimum qualification) will have to be replaced by the firm before
signing the contract. The reduction in remuneration of such
replacements shall be at the rate of 10% for each replacement In case
more than 3 CV scores less than 75% marks, the proposal shall be
considered non-responsive. 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. In case, person permanently
employed with the firm is to be replaced, Technical score of both the
CVs shall be compared excluding the marks given for employment
with firm. Replacement would be allowed when the Technical Score

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 15
(excluding the marks given for employment with firm) of the new key
person is equal or better than the existing key person’s Technical
Score excluding marks assigned for permanent employment with
the firm. However, the remuneration of such replacement be
reduced on proportionate basis in case the overall score of the
replacement person is less than the overall score of original
person.

f. In case, the information contained in the CV for the duration in which


the key personnel:

(A) was employed by the firm, proposing his candidature is found


incorrect/fake/inflated at any stage, action including
termination of the Consultancy Agreement and debarment of
the firm upto 02 years from future National Highways
Authority of India projects shall be taken by National Highways
Authority of India

(B) was employed by the firm, proposing his candidature is found


incorrect/fake/inflated at any stage, the consultancy firms
shall have to refund the salary and perks drawn in respect of
the person apart from other consequences

(C) was not employed by the firm, proposing his candidature is


found incorrect/fake/inflated at any stage, the consultancy
firms will have to refund the twice of salary and perks drawn
in respect of the person.

xi) It is also clarified that any key personnel, if debarred during the period
between receipt of bid and award of the contract and is required to be
replaced as per the provisions of the RFP, then the replacement shall not be
considered as part of replacement by the consultant and hence no deduction
in remuneration shall be affected. However, in this case the original CV will be
considered for evaluation purpose.

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

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

xiv) Age limit for supporting staff to be deployed on project is 65 years as on the
date of bid submission.

xv) In case, consultant firm’s experience/documents is found to be false at any


stage i.e. from bidding to completion of services, the Consultancy Contract

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 16
shall be terminated and Consultant firm shall be debarred for a period of 02
years.

xvi) Any additional information.

3.5 The technical proposal must not include any financial information.

Part 2: Financial Proposal

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

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

3.8 Consultants may express the price of their services in the Local currency (Indian
Rupees) and/or US Dollar/ Euro. For evaluation purposes, the client shall consider
1US$=Rs. /- and I Euro = Rs. /- (This will be the exchange rates as per Reserve Bank of
India rounded off to nearest Rupee applicable at the time of RFP invitation). The
Client may require consultants to state the portion of their price representing local
cost in the national currency if so indicated in the Data Sheet.

3.9 Goods and Service tax as applicable shall be reimbursed to the Consultants.

4. SUBMISSION, RECEIPT AND OPENING OF PROPOSALS

4.1 PREPARATION & SUBMISSION OF APPLICATIONS:

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 17
A. Only Electronic Form (to be uploaded on the E-tendering portal of Employer)

(a) Technical proposal as indicated in para ‘B’ below

(b) Financial proposal as per format prescribed in SECTION-5 OF RFP.

(I) Technical Proposal {Only Electronic Form (to be uploaded on the E-


tendering portal of Employer)
(a) Power of Attorney for signing the Application

(b) If applicable, the Power of Attorney for Lead Member of JV;


(c) Copy of Memorandum of Understanding between JV partners, if applicable;
(d) Copy of Memorandum of Understanding with Associate, if applicable.
(e) Firms credentials as per format prescribed in SECTION-3 OF RFP. (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) Payment Receipt as proof of payment of Rs. 5,000/- (Rupees Five thousand
only) to the Bank Account of National Highways Authority of India mentioning
“NHAI/Tech/MH/IE/NH-166/R-K/2021”;

(III) Bidders have to comply with the NHAI Policy Circular no. 5.8 dated 29.12.2020
(copy enclosed) regarding Integrity pact.

iii. 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 Agreement.

The Applicant shall upload scanned copies of the Technical Proposal and Financial
Proposal as specified in point nos. 4.1 (B) (I) ,(II) & (III) above on the E-tendering
portal of Employer before 11:00 hours Indian Standard Time on the Application due
date i.e. on 20.12.2021. 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.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 18
(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 Financial Proposal and both on-
line and manually for Technical Proposal.
(ii) For participating in the tender, the authorized signatory holding Power of Attorney
shall be the Digital Signatory. In case the authorized signatory holding Power of
Attorney and Digital Signatory are not the same, the bid shall be considered non-
responsive.
The Employer will open the Technical Proposal at 11.30 hours Indian Standard Time
on 21.12.2021 i.e. in the presence of the Applicants who choose to attend and
evaluate the Applications in accordance with the provisions set out in the RFP.
(iii) The Financial Proposal will be opened of the short listed applicants who qualify for
financial opening as per RFP. The date of opening of Financial Proposal will be
notified later on.

5. PROPOSAL EVALUATION

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

5.2 Deleted

Technical Proposal

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

Financial Proposal

5.4 After the evaluation of Technical Proposals is completed and the shortlist of 5 firms is
finalised, National Highways Authority of India may notify those consultants whose
proposals were not considered as per conditions of RFP. The National Highways
Authority of India shall simultaneously notify the finally selected 05 (five)
shortlisted firms indicating the date and time set for opening of the Financial
Proposals.

5.5 The Financial Proposals shall be opened publicly in the presence of the consultants’
representatives who choose to attend. The name of the consultant, the technical

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 19
scores, and the proposed prices shall be read aloud and recorded when the Financial
Proposals are opened. The Client shall prepare minutes of the public opening.

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

5.7 The Evaluation Committee shall determine if the financial proposal is complete and
without computational errors. The lowest financial proposal (Fm) shall be given a
financial score (Sf) of 100 points. The financial score of the proposals shall be
computed as follows: Sf = 100 x Fm/F (F-amount of financial proposal).

5.8 Proposals shall finally be ranked according to their combined technical (St) and
financial (Sf) scores using the weights indicated in the data sheet.

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

6. Award of Contract

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

7. PERFORMANCE SECURITY

7.1 The successful consulting firm shall have to submit a Bank Guarantee (BG) for an
amount of 3% of the Contract Value within 15 days of issue of LOA. The BG shall be
valid for a period of 50 months i.e. upto 2 months beyond the expiry of the Contract
period of 48 months. The BG shall be in the format specified in Appendix H of draft
contract form and furnished from a Nationalised Bank, IDBI or ICICI/ICICI
Bank/Foreign Bank/EXIM Bank / Any Scheduled Commercial Bank approved by RBI
having a net worth of not less than 1000 crore as per latest Annual Report of the
Bank. In the case of a Foreign Bank (issued by a Branch in India) the net worth in
respect of Indian operations shall only be taken into account. In case of Foreign Bank,
the BG issued by Foreign Bank should be counter guaranteed by any Nationalised
Bank in India. In case of JV, the BG shall be furnished on behalf of the JV and not
individually by the members.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 20
Omnibus Bank Guarantee Provisions: Alternatively, a single Bank Guarantee to
cover for the performance of all projects under NHAI may also be deposited as
tabulated below, at the discretion of the consultant, instead of depositing separately
again and again. The Consultant may initially provide the Performance Security for a
period of two years provided that it shall procure the extension of the validity of the
Performance Security at least one month prior to the date of expiry thereof. Once the
appropriate single Bank Guarantee for performance Security has been submitted by
the Consultant, the existing BGs shall be returned. The Bank Guarantee be submitted
in prescribed Performa.
Performance Security
Cumulative Value of Consultancy Fee as per BG Value (in Rs. Crores)
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 13.1 within the time specified
therein or such extended period as may be provided by the Authority, in accordance
with the provisions of Clause 13.2, all rights, privileges, claims and entitlements of the
Consultant under or arising out of this Agreement shall be deemed to have been
waived by, and to have ceased with the concurrence of the Consultant, and LoA shall
be deemed to have been withdrawn by mutual agreement of the Parties. Authority
may take action debar such firm for future projects for a period of 1-2 years.

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 21
DATA SHEET

(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: National Highways Authority of India


HQ on 29.11.2021 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:

Mr. Anoop Gahrana


General Manager (Tech)
Maharashtra Division
National Highways Authority of India
G-5 & 6, Sector-10, Dwarka
New Delhi-110075
E-mail: anoopgahrana@[Link]
Tele: - 011-25074100 (Extn: 1205)

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 G o o d s a n d service


tax. Consultant has to assess all other taxes and should inbuilt them in their
financial proposal. These taxes (other than Goods and service tax) should not be
provided separately. 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® dt. 28.10.2015.

8 The Consultants to state cost in INR .

9 The time and date of submission:

Online: On or before 1100 hrs on 20.12.2021.

10 The points assigned to Technical Evaluation criteria are:


S. No. Description Marks
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 assignment 40

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 22
Total 100

i. Sub criteria for Relevant Experience of the firm for the assignment
Average Annual Turnover (last 5 years) from consultancy business (Min 5 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 12
Number of Highway Projects of length equal to 40% of project length 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 project 6
length of similar category for which RFP invited of 2/4/6**-laning or more) in last 7 years *
In hand DPRs for <AGENCY> Projects ( presently under progress) 6
Experience in Construction Supervision/DPR /Design Review of Major structures having 4
length of more than 500 metre in last 7 years.
Additional requirement in case of specialized projects*** ***

* Consultants should give details of the experience of the firm considering the completed and
the on-going highway assignments, separately for PPP and non-PPP Projects along with
experience certificates from clients. This list of the completed works should also include those
assignments which are substantially (90% of Contract value) completed. No
Qualification/Experience etc. shall be considered without proof of experience.

Experience of Consultant for having offered consultancy services to a private organization


shall also be considered as relevant experience for current assignment, provided the
experience is duly endorsed by the respective Government Agency.

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

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

In case of JV the turnover and experience details of Lead and JV partners to be added.

Employer’s certificate should be submitted substantiating the experience claimed by the firm.

ii. Sub criteria for Experience in use of technology for road inspection
Maximum Sub-
Sr. No. Description
Points Points

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 23
Maximum Sub-
Sr. No. Description
Points Points
Experience in Network Survey Vehicle (NSV) or better technology for
1 5
pavement inspection
1.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
1.2 Experience 3
(a)1-2 projects 1
(b)3-5 projects 2
(c)> 5 projects 3
Experience in Falling Weight Deflectometer (FWD) or better
2 4
technology for pavement strength measurement
2.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
2.2 Experience 2
(a)1-3 Projects 1
(b)>3 Projects 2
Experience in Mobile Bridge Inspection Unit or better technology for
3 4
bridge inspection
3.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
3.2 Experience 2
(a)1-2 Projects 1
(b) ≥ 3 Projects 2
4 Experience in Retro reflectometer technology 4
4.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
4.2 Experience 2
(a)1-3 Projects 1
(b)>3 Projects 2
5 Experience in Automatic Traffic Counter cum Classifier (ATCC) 3
5.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
5.2 Experience 1
(a)1-3 Projects 0.5
(b)>3 Projects 1
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, FWD, MBIU, Retro
reflectometer, ATCC or equivalent technology shall be supported by experience
certificate. The experience of a firm/ associate firm for a private
concessionaire/contractor (client) shall be considered on self-certification along with
the client certificate. Any false certification shall attract provision of Clause 2.9.1(g) of
GCC.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 24
(iii) In case, Ownership document of equipment of Consultancy/Associate firm is found to
be false, i) The Consultancy/Associate firm, as the case may be, shall be put on holiday
listing (temporary debarment) for a period of 12 months.

iii. 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 (2 Nos.) 3x4
3 Bridge/Structural Engineer 4
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.

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


indicated below as Appendix-EC.

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

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

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

ix) 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.

Remarks: Based on experience and the Consulting Industry’s Capacity, Project specific
requirement etc., National Highways Authority of India may modify the
above criteria for Selection of IE.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 25
Appendix-EC

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


Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Marks
self-assessment the bidder
1 Average Annual Turnover (last 5 years or in each 2
of the preceding two years) from 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 12
Engineer/Construction Supervision in Number of
Highway Projects of 2/4/6-laning** of length (40%
of project length)or more in last 7 years.
1 project - 9 marks
Add 1(one) mark extra for completed assignment
of Independent Engineer and add 0.5 (Zero point
five) marks extra for completed assignment of
supervision consultancy subject to maximum 3
(three) marks.
4 Experience in DPR/Feasibility Study cum 6
Preliminary Design Report preparation for
Number of Highway Projects of 2/4/6-laning** of
length (40% of project length) 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 2 marks.
5 In hand DPRs of Highway/Bridge/Tunnel 6
Projects ( presently under progress)
5.1 <2 0
5.2 2-5 4

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 26
Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Marks
self-assessment the bidder
5.3 >5 6
6 Experience in Construction 4
Supervision/DPR/Design Review of Major
structures having length of more than 500 metre
in last 7 years.
1 project - 2.0 marks
Add 0. 5 (Zero point five) marks extra for each
additional project subject to maximum 2.0 marks.
7 Additional requirement in case of specialized ***
projects***

Note 1: In case of JV the turnover and experience details of Lead and JV partners to be added.

Note 2: Employer’s certificate/ certificate from Statutory Auditor should be submitted substantiating
the experience/turnover claimed by the firm.

Note 3: **For 4/6 lane projects, experience of 2-lane will be considered with a multiplication factor of
0.4 if the cost of such consultancy services was more than Rs.3.0 crores.

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

2. Evaluation Criteria for assessment of experience in use of technology for road


inspection

Sr. Maximum
Description Sub-Points
No. Points
Experience in Network Survey Vehicle (NSV) or better technology for
1 5
pavement inspection
1.1 Own Equipment/Equipment on MoU with Associate or on hiring basis 2
1.2 Experience 3
(a)1-2 projects 1
(b)3-5 projects 2
(c)> 5 projects 3
Experience in Falling Weight Deflectometer (FWD) or better technology
2 4
for pavement strength measurement
2.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
2.2 Experience 2
(a)1-3 Projects 1
(b)>3 Projects 2
Experience in Mobile Bridge Inspection Unit or better technology for
3 4
bridge inspection

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 27
Sr. Maximum
Description Sub-Points
No. Points
3.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
3.2 Experience 2
(a)1-2 Projects 1
(b) ≥ 3 Projects 2
4 Experience in Retro reflectometer technology 4
4.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
4.2 Experience 2
(a)1-3 Projects 1
(b)>3 Projects 2
5 Experience in Automatic Traffic Counter cum Classifier (ATCC) 3
5.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
5.2 Experience 1
(a)1-3 Projects 0.5
(b)>3 Projects 1
Total 20

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 of Marks self-
Sr. Max.
Description projects Claimed for assessed by
No. Points
self-assessment the bidder
1 General Qualification 25
21 25
I) Graduate in Civil Engineering
II) Post Graduation in Management/ 03
Construction/ Transportation/Highway
Engineering/Structural Engineering or
equivalent specialised stream of civil
engineering
III) Degree/Diploma/Certificate in Project 01
Management

2 Adequacy for the Project 70


a) Professional Experience in Highway Projects:
i) Total Professional Experience in handling Highway 10
projects
< 12 years -0
12 years -8

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 28
Reference/Details of Marks self-
Sr. Max.
Description projects Claimed for assessed by
No. Points
self-assessment the bidder
Add 1 marks extra for each additional year of
experience subject to maximum 2 (two) marks.
ii) Experience as Team Leader or similar capacity in 15
Highway Development Projects(similar configuration
(2/4/6 laning**) and above)
< 5 years -0
5 years -11
Add 1 marks extra for each additional year of
experience subject to maximum 4 (four) marks.
iii) Experience as Team Leader or similar capacity in 5
Highway Development projects (of length 40% of
project length or more of similar configuration (2/4/6
laning**) and above) on PPP
1 projects -4 marks add 1 mark extra for additional
projects subject to maximum 1(one) marks
b) Experience as Team Leader or similar capacity of 15
project Preparation including design of major
highway Project (of length 40% of project length or
more of similar configuration (2/4/6 laning**) and
above).
< 2 projects -0
2 Projects -11
Add 2 mark for each additional project subject to
maximum 4 marks.
c) Experience in position of Team Leader/Project 20
Manager or similar capacity in Construction
Supervision/IC involving length 40% of project length
or more of similar configuration (2/4/6** laning) and
above
< 2 projects - 0
2 Projects - 16
Add 2 marks extra for each additional project subject
to maximum 4 (four) marks
d) Experience as Team Leader or similar capacity in 5
Operation and Maintenance of Major Highway (of
length 40% of project length 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) marks
3 Employment with the Firm 5
< 1 year -0

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 29
Reference/Details of Marks self-
Sr. Max.
Description projects Claimed for assessed by
No. Points
self-assessment the bidder
1 year -3
Add 0.5 marks for each subsequent year subject to
maximum 2 marks
Total : 100
Age Limit 65 years on the date of submission of
proposal

Note:

(1) Similar Capacity includes the following positions

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


Supervision/IE/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. 2(c), (d) where the input of the
personnel is not < 12 months

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

3.2 Resident cum Highway Engineer


Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
1 General Qualification 25
I) Graduate in Civil Engineering 21 25
II) Post Graduation in
Transportation/Highway 04
Engineering/Structural
Engineering/Geotechnical Engineering

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 30
Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
2 Adequacy for the Project 70
Professional Experience
i) Total Professional Experience in handling 20
Highway projects
< 10 years -0
10 years -16
Add one marks extra for each additional
completed year of experience subject to
maximum 4 (four) marks.
ii) Experience as Resident Engineer/Project 20
Director/Project Manager/Superintending
Engineer or equivalent/Executive Engineer or
equivalent on construction works/Independent
Engineer Projects (similar configuration (2/4/6
laning*) and above).
< 5 years -0
5 years -16
Add 1 marks extra for each additional year of
experience subject to maximum 4 (four)
marks.
ii) Experience in similar capacity in handling 25
major 2/4/6-laning** projects (of length 40% of
project length or more of
similar configuration (2/4/6 laning**) and
above)
< 2 nos -0
2 nos -19
Add three marks extra for each additional
project subject to maximum 6 (Six) marks.
iii) Experience in similar capacity of Highway 5
Project of Construction/Construction
Supervision/IC on PPP Mode (of length 40%
of project length or more of similar
configuration (2/4/6 laning**) and above)
2.5 marks for each project subject to
maximum 5 (five) marks

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 31
Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
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
Age Limit 65 years on the date of submission of
proposal

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

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

3.3 Bridge/Structural Engineer


Reference/Details of Marks self
Max.
Sr. No. Description projects Claimed for assessed by
Points
self assessment the bidder
1 General Qualification 25
I) Graduate in Civil Engineering 21 25
II) Post Graduation in Structural
Engineering 04
2 Adequacy for the Project 70
i) Total Professional Experience in handling 15
Highway/Bridge projects
< 10 years -0
10 years -11

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 32
Reference/Details of Marks self
Max.
Sr. No. Description projects Claimed for assessed by
Points
self assessment the bidder
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 -16
Add 1 (one) mark extra for each additional
completed year of experience subject to
maximum 4 (four) marks.
iii) Experience in similar capacity in supervision 20
of Major Highway Bridges/ROB/Flyover/
Interchanges/ any other structures
< 2 Bridges -0
02 Bridge -16
Add 2 mark extra for each additional bridge
subject to maximum 4 marks
iv) Experience in similar capacity in supervision 10
of Rehabilitation and repair of Major
Bridges/ROB/Flyover/ Interchanges/ any other
structures
<2-0
2 nos -07
3 or more -10
v) Experience in similar capacity of modern 5
bridge construction technology viz., Precast
Segmental, Balanced Cantilever Construction,
Extradosed Bridge, Full Span Launching,
Incremental Launching.
Experience in 1 project - 4
More than one project - 5 marks
3 Employment with the Firm 5
< 1 year -0
1 year -3
Add 0.5 marks for each subsequent year
subject to maximum 2 marks

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 33
Reference/Details of Marks self
Max.
Sr. No. Description projects Claimed for assessed by
Points
self assessment the bidder
Total : 100
Age Limit 65 years on the date of submission of
proposal

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

3.4 Senior Pavement Specialist


Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
1 General Qualification 25
I) Graduate in Civil Engineering 21 25
II) Post Graduation in
Transportation/Highway 04
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 -16
Add one mark extra for each additional year of
experience subject to maximum 4 (four)
marks.
ii) Experience in Similar capacity in 20

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 34
Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
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 -16
Add one mark extra for each additional year of
experience subject to maximum 4 (four)
marks.
iii) Experience in similar capacity as 20
Pavement/Geo-technical Engineer in
construction/ construction supervision of
Major Highway projects (of length 40% of
project length or more of similar configuration
(2/4/6 laning**) and above)
< 2 nos -0
2 nos -16
Add 2 marks extra for each additional project
subject to maximum 4 marks.
iv) Experience in similar capacity on major 5
Highway projects (of length 40% of project
length or more of similar configuration (2/4/6
laning**) and above) in innovative/non
traditional technology and design
1 Project -4
2 or more -5
v) Experience in similar capacity on PPP 5
Projects (of length 40% of project length or
more of similar configuration (2/4/6 laning**)
and above)
2.5 marks for each 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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 35
Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
Age Limit 65 years on the date of submission of
proposal

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 36
3.5 Senior Quality/Material Expert
Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
1 General Qualification 25
I) Graduate in Civil Engineering 21 25
II) Post Graduation in Geotechnical
Engineering/Foundation 04
Engineering/Soil Mechanics/Rock
Mechanics
2 Adequacy for the Project 70
Professional Experience
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 25
Similar Highway projects (of length 40% of
project length or more of similar configuration
(2/4/6 laning**) and above)
< 2 nos -0
2 nos -19
Add 3.0 marks extra for each additional
project subject to maximum 6 (six) marks.
iv) Experience in similar capacity on major 5
Highway projects (of length 40% of project
length or more of similar configuration (2/4/6
laning**) and above) in innovative/non

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 37
Reference/Details of Marks self-
Max.
Sr. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
traditional technology
1 Project -4
2 or more -5
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
Age Limit 65 years on the date of submission of
proposal

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

3.6 Road Safety Expert


Sr. Description Max. Reference/ Details Marks self-
No. Point of projects Claimed assessed by
s for self-assessment the bidder
1 General Qualification 25

I) Graduate in Civil Engineering 21 25


II) Post Graduation in
Traffic/Transportation/Safety Engineering 04
or equivalent
2 Adequacy for the Project 70
Professional Experience

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 38
Sr. Description Max. Reference/ Details Marks self-
No. Point of projects Claimed assessed by
s for self-assessment the 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 Road Safety 15
works on Major Highway Project (similar
configuration (2/4/6 laning**) and above).
< 5 years -0
5 years -11
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 -16
Add 2 marks extra for each additional project
subject to maximum 4 marks.
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 -7
Add 1 mark extra for each additional
improvement of black spots subject to
maximum 3 marks.
v) Experience in similar capacity of preparing 5
Road Safety Management Plans for Inter
Urban Highway
1 project -4marks
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
Add 0.5 marks for each subsequent year
subject to maximum 2 marks
Total : 100
Age Limit 65 years on the date of submission
of proposal

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 39
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:

1. If a key personnel has worked in next lower category to the similar capacity, the marks
allotted to key personnel in the category ‘experience in similar capacity’ shall be reduced to
two thirds of marks in this category. This shall be applicable for evaluation of all key
personnel.
2. **Similar projects means 2/4/6 lane as applicable for the project for which RFP is invited. For
2-lane projects experience of 4/6 lane also to be considered with a multiplication factor of 1.5.
Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For 4/6
laning projects, experience of 2 lane will be considered with a multiplication factor of 0.4.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 40
SECTION 3: FORMATS FOR SUBMISSION OF FIRMS CREDENTIALS

The proposal should contain the following information in enclosed format attached at
Appendix A.

1. Year of Establishment of Firm

2. Average annual turnover (last five years)

Note: The Firm shall submit Certificate of Incorporation and audited balance sheet for
the last five years (FY 2016-17, FY 2017-18, FY 2018-19, FY 2019-2020 and FY 2020-
21). For claiming experience of Highway projects completion certificate from
employer should be enclosed. The proposal should also contain the details of the key
personnel viz. their name, qualification, expertise area, experience and years of
association with the firm.

Appendix A

The following information related to the firm should be provided in the proposal.

(a) Name of the package applied for:-

(b) Year of establishment of firm *


Year of Type of Organization
Consultant Country
Establishment Individual Partnership Corporation Other
Individual/
Lead Partner (of JV)

NOTE:- Year of Establishment of Lead Partner of JV shall be considered.

*Copy of Certificate of incorporation shall be submitted.

(c) Office/Business Address/Telephone nos./Cable Address.

(d) Narrative description of firm (Not more than 2 sheets)

(e) Name of two(2) principals who may be contacted with title and telephone
number/fax number/e-mail.

(f) Financial Statement of the last five years. **


Sr. No. Particular 2020-21 2019-20 2018-19 2017-18 2016-17
i. Annual turnover from Consulting
business
ii. Total Assets
iii. Current Assets

Balance Sheet/ Auditor Certificate of last 5 years (2016-17, 2017-18, 2018-19, 2019-20,

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 41
2020-21) shall be submitted as evidence of Annual Turnover.

**a) The amount shall be stated in INR. (Consider 1US Dollar = Rs. /- and 1 Euro = Rs. -)

b) The currency conversion rate for the respective years (as on financial year ending for
the respective year) shall be mentioned for other international currencies

(g) Experience as Independent Consultant/Construction supervision of Highway projects,


separately for PPP and non-PPP Projects during the last 7 years. ***
S No Projects Type Description Client Total Fee Fee %age of Approx Period
Name/Year Services of High way (with for the received total fee cost of
Sole Rendered Project/Len complete Consulta by received Hi g h
consultant/p gth address, ncy Applicant by the firm w ay
rime (kms ) contact Assignme (in case Projec t
consultant person, nt (INR) of JV/
of telephone Associatio
JV/minor Nos. and n)
consultant Fax Nos.)
of JV/or sub
consultant/a
s Associate
consultant
1 2 3 4 5 6 7 8 9 10
A. Completed / Substantially completed projects :
1.
2.
3.
B. Projects in progress:
1.
2.
3.

(h) Experience in DPR preparation of 4/6 laning Highway Projects separately for the PPP
and non-PPP projects during the last 7 years. ***

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

b) Only those projects, to be included in the table which are Highways Projects and for
which clients certificates from the concerned Government agencies are enclosed
with the proposal.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 42
c) The details of bridges having length more than 200m (500m in case the project
consist of bridges of length more than 500m) in the listed projects is to be specifically
mentioned.

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

e) For weightage of experience in any past Consultancy assignment experience


certificate from the client shall be accepted. In the absence of experience certificate
from the client, proportion of payment received towards Consultancy work duly
certified by statutory body like Chartered Accountant or Independent Auditors who
are competent to do so as recognised by the State concerned shall be accepted.
Annual turnover duly certified by Chartered Accountant shall be accepted. In case of
non-availability of such documents no weightage of turnover/experience will be
considered.

(i) Assignments on hand including those for which the Letter of Acceptance from the
clients received as on 7 days prior to due date for submission of proposals: The
details shall be given in the following format.

provided by the firm


Role of the

Present status of Assignment

Team Members
Date of Agreement if signed
Date of letter of Acceptance
firm
Name of Assignment

Sole, Lead/ Other


in JV or sub-
consultant

Position
Client

Name
S. No

DOB

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

(j) Number of Key Personnel (as defined in RFP) employed with the firm in highway
sector with more than one year from bid submission date:
Key Personnel Number of key personnel employed
Sole Applicant (Lead Member JV (1)
in case of JV)
Team Leader cum Senior Highway Engineer
Resident cum Highway Engineer
Bridge/Structural Engineer

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 43
Senior Pavement Specialist
Senior Quality cum Material Expert
Road Safety Expert

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 44
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 Determination of Technical Capacity

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 45
APPENDIX B-1

Technical proposal submission form.

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

Ladies/Gentlemen:
Subject: Submission of Technical and Financial Proposal for engagement as IE for the DBOT
work .

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

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

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

We remain,
Yours sincerely,

Managing Director/Head of the


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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH(O) Page 46
APPENDIX B-2 : SITE APPRECIATION

Shall give details of site as per actual site visit and data provided in RFP and collected
from site supported by photographs to demonstrate that responsible personnel of the
Consultant have actually visited the site and familiarized with the salient
details/complexities and scope of services.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 47
APPENDIX B-3 : APPROACH PAPER ON METHODOLOGY FOR PERFORMING THE
ASSIGNMENT

The approach and methodology will be detailed precisely under the following topics.

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

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

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 48
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
(Month / Year) (Month / Year) Services : (in INR/current USD) :
Name of JV/Association Firm(s) if any : No. of Months of Professional
Staff provided by Associated Firm(s)
Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member/Associate
Narrative Description of Project :
Description of Actual Services Provided by your Company:

Signature of Authorised Representative

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 49
(Certificate from Employer regarding experience should be furnished)

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 50
APPENDIX B-5: COMPOSITION OF THE TEAM PERSONNEL, AND TASK(S) OF EACH TEAM
MEMBER

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

2. Support Staff
Sl. No. Name Position Task
1

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 51
APPENDIX B-6 : FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL
STAFF

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

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

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 52
received by the firm and the inputs in these assignments shall not effect the work of the
current assignment.
Name of Assignment Client Date of Likely start Likely end Total input of the
LOA (Month / Year) (Month / Year) person (man-
months)

………………………………………… Date

(Signature of Key Personnel)

(Day/Month/Year)

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

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 nor left his assignment with any other consulting firm engaged
by National Highways Authority of India / Contracting firm (firm to be supervised now) for
the ongoing projects. We understand that if the information about leaving the past
assignment is known to National Highways Authority of India, National Highways
Authority of India would be at liberty to remove the personnel from the present assignment
and debar him for an appropriate period to be decided by National Highways Authority of
India.

………………………………………… Date

(Signature of Key Personnel)

(Day/Month/Year)

[Signature of authorised representative of the Firm]

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 53
APPENDIX B-7: TIME SCHEDULE FOR PROFESSIONAL PERSONNEL

A. Activity Schedule
Sl. Name Position Monthwise Program (in form of Bar Chart)
No. st nd
[1 , 2 , etc. are months from the start of assignment]

Number of Months
and subsequent
years
10th
11th
12th
2nd
3rd
4th
5th
6th
7th
8th
9th
1st

1 Subtotal (1)
2 Subtotal (2)
3 Subtotal (3)
4 Subtotal (4)
- -
- -

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 54
APPENDIX B-8 : ACTIVITY (WORKS) SCHEDULE

A. Activity Schedule
Sl. No. Item of Activity (Works) Monthwise Program (in form of Bar Chart)
st nd
[1 , 2 , etc. are months from the start of assignment]

1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
1
2
3
4
-
-

B. Activity Schedule
[Link] Reports : Programme : (Date)
1 Monthly reports
(Design and Construction)
2 Quarterly Reports
3 Various others reports as provided in the Concession Agreement such as
Completion Report

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 55
APPENDIX B-9: AFFIDAVIT FOR CORRECTNESS OF EXPERIENCE CLAIMED BY
THE FIRMS

(To be submitted on non-judicial Stamp Paper)

I, the undersigned, on behalf of _______________________ (name of the Consultant submitting the


proposal), do hereby certify that the details furnished in this proposal including 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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 56
APPENDIX B-10:

INTEGRITY PACT

(To be executed on the plain paper and submitted along with Technical Bid/ Tender
documents for tenders having a value of Rs. 5 crore or more. To be signed by the bidder
and same signatory competent/ authorized to sign the relevant contract on behalf of the
National Highways Authority of India)

(Maharashtra Division)
Tender No. NHAI/Tech/MH/IE/NH-166/R-K/2021

This integrity Pact is made at . on this_____ day of………...2021.


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 “Independent Engineer services for Four laning of Ratnagiri - Kolhapur
section of NH-166 for (a) Package – I from km 0.000 to km 19.769 and km 31.000 to km
67.140 (b) Package – II from km 67.140 to km 112.340 and (c) Package – III from km
112.340 to km 145.300 in the State of Maharashtra to be executed on Hybrid Annuity
Mode under NH (O)”. The Principal values full compliance with all relevant laws of the
land, rules of land, regulations, economic use of resources and of fairness/ transparency in
its relations with its Bidder(s) and for Contractor(s)/ Concessionaire(s)/ Consultant(s).

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 57
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.

(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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 58
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.

(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.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 59
(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)/

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 60
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.

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 amount
equal to 1% of the price quoted by the Selected Bidder apart from to suspend the
bidder from participating in the tendering process of MoRTH/ NHAI/ NHIDCL
and works under other Centrally Sponsored Schemes for a period of One Year
from the bid due date of this work including 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.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 61
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. Animesh
Chauhan, Ex MD and CEO, Oriental Bank of Commerce and Sh. Ashish
Bhauguna, IAS (Retd.) as Independent External Monitor 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.

(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.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 62
(4) The Monitor is under contractual obligation to treat the information and documents
of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality. The Monitor
has also signed on ‘Non-disclosure of Confidential Information’ and of ‘Absence
of Conflict of Interest’. In case of any conflict of interest arising at a later date, the
IEM shall inform Chairman, NHAI and rescue himself/ herself from that case.

(5) The Principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
impact on the contractual relations between the Principal and the
Bidder/Contractor/ Concessionaire/ Consultant. The parties offer to the Monitor
the option to participate in such meetings.

(6) As soon as the Monitor notices, or believes, to notice any transgression as given in
Article-2, he may request the Management of the Principal to take corrective
action, or to take relevant action. The monitor can in this regard submit non-
binding recommendations. Beyond this, the Monitor has no right to demand from
the parties that they act in a specific manner, refrain from action or tolerate action.

(7) The Monitor will submit a written report to the Chairman, NHAI within 8 to 10
weeks from the date of reference or intimation to him by the Principal and, should
the occasion arise, submit proposals for correcting problematic situations.

(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.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 63
If any claim is made/ lodged during this time, the same shall be binding and
continue to be valid despite the lapse of this pact as specified above, unless it is
discharged/ determined by Chairman of NHAI.
Article - 10 Other Provisions
(1) This pact is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e. New Delhi.

(2) Changes and supplements as well as termination notices need to be made in


writing.

(3) If the Bidder/Contractor/Concessionaire/Consultant is 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……………

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 64
Date………….…

Witness 1:
(Name & Address) ________________
________________

________________
Witness 2:

(Name & Address) ________________


________________
________________

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 65
APPENDIX B-11: (Format for Technical Capacity of Bidding Firms)
DETERMINATION OF 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:

Sl. Name of key Designation Continuous Nos. of Years with


No. Professional Employment from the firm
(Date)

Note: Attach Copy of Form 26AS to certify permanent key professionals.

(ii) Details of all in-hand DPR projects or DPR projects awarded by NHAI for NH
works:

Sl. Project Bids for Civil Start Scheduled IN case of Technical Technical
No. Description works received Date Completion Whether JV, share Capacity Capacity
or original awarded in of utilized utilized in
assignment Current Contract after current
period + one Financial Year Fee (%) applying financial year
year lapsed (2021-22) JV share after applying
(Yes/No) (Yes/ No) as per JV share as
Note 2 per Note 2
1 2 3 4 5 6 7 8 9

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.
Date:-------------(dd/mm/yyyy)

[Signature of authorized representative of the Firm]

(iii) Details of all in-hand AE/IE/SC projects or AE/IE/SC awarded by NHAI for NH
works:

Sl. Project Civil works Start Scheduled IN case of Technical Technical


No. Description provisionally Date Completion Whether JV, share Capacity Capacity

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 66
completed or awarded in of utilized utilized in
original Current Contract after current
assignment Financial Year Fee (%) applying financial year
period + one (2021-22) JV share after applying
year lapsed (Yes/ No) as per JV share as
(Yes/No) Note 2 per Note 2
1 2 3 4 5 6 7 8 9

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


The undersigned on behalf of ---------(name of consulting firm) certify that the firm do not
have any other in-hand/ awarded AE/IE/SC projects other than those listed above.

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) (6) (7)

Average No. of Key Max. no. of Max. no. of Total Projects Remaining
Annual Professionals projects to be projects in ongoing/ awarded in Capacity for new
Turnover of on full time allotted to one one financial awarded CFY (nos.) out projects (nos.) in
firm in last rolls particular year (cap of projects of Col. (5) CFY$
3 FY (from (minimum consultant 25%) (nos.)
consultancy from last one including
works year) with the ongoing
consultancy projects at a
firm time in NHAI

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

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

For Col. 3, Sub Col. A, B & C are to be considered as per circular no. 10.1.28/ 2021 dated 30.03.2021
For Col. 4, Sub Col. A, B & C are to be considered as per circular dated 30.03.2021 rounded up to
nearest integer
For Col. 5 & 6, Sub. Col. A = Sub. Col. B + Sub. Col. C
Col. 7 to be derived on the basis of minimum of (Col. 3 – Col. 5) & (Col. 4 – Col. 6)

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 67
(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) (6) (7)

Consultancy Weighted Weighted Max. no. of Max. no. of Total Projects Remaining
Fee share (%) average average no. of projects to projects in ongoing/ awarded in Capacity for new
for the JV turnover of JV Key be allotted to one financial awarded CFY (nos.) out projects (nos.) in
partners in last 3 FY Professionals one year (cap of projects of Col. (5) ## CFY$
(from on full time particular 25%) (nos.) #
Consultancy)* rolls (min. consultant
from last one including
year) with JV** ongoing
projects at a
time in NHAI

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

*(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
## (CFY Proj.-1 x Share-1 + CFY Proj.-2 x Share-2)/100
Col. 7 to be derived on the basis of minimum of (Col. 3 – Col. 5) & (Col. 4 – Col. 6)

Note 1:
$ the figures in Col. 7 be rounded off to the nearest integer i.e. in case remaining Bid Capacity
comes to 0.5 or more, then it will be considered as 1, in case less than 0.5, then it will be
considered as 0 (Zero).

Note 2:
Clarification for Technical Capacity utilised 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 utilisation will be
calculated on the basis of JV share in existing assignment 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 projects with 80% share – two projects x 0.8 = 1.6
Weighted utilisation of the capacity of firm – 1 = 3.1
Note 3:
The Consultant shall re- submit the bid capacity details as per above format at the time
of opening of Financial Bid.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 68
Illustration for Determination of Technical Capacity (Sole)

(1) (2) (3) (4) (5) (6) (7)

Average No. of Key Max. no. of Max. no. of Total Projects Remaining
Annual Professionals projects to be projects in ongoing/ awarded in Capacity for new
Turnover of on full time allotted to one one financial awarded CFY (nos.) out projects (nos.) in
firm in last rolls particular year (cap of projects of Col. (5) CFY$
3 FY (from (minimum consultant 25%) (nos.)
consultancy from last one including
works year) with the ongoing
consultancy projects at a
firm time in NHAI

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

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

10 10 6 6 4 2 2 1 7 4 3 2 1 1 0 0 0

For Col. 3, Sub Col. A, B & C are to be considered as per circular dated 30.03.2021
For Col. 4, Sub Col. A, B & C are to be considered as per circular dated 30.03.2021
rounded up to nearest integer
For Col. 5 & 6, Sub. Col. A = Sub. Col. B + Sub. Col. C
Col. 7 to be derived on the basis of minimum of (Col. 3 – Col. 5) & (Col. 4 – Col. 6)
Note: $ The figures in Col. 7 be rounded off to the nearest integer i.e. in case remaining Bid Capacity
comes to 0.5 or more, then it will be considered as 1, in case less than 0.5, then it will be considered
as 0 (Zero).

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 69
Illustration for Determination of Technical Capacity in case of JV Consultancy

Technical Capacity of Firm – 1 individually

(1) (2) (3) (4) (5) (6) (7)

Average No. of Key Max. no. of Max. no. of Total Projects Remaining
Annual Professionals projects to be projects in ongoing/ awarded in Capacity for new
Turnover of on full time allotted to one one financial awarded CFY (nos.) out projects (nos.) in
firm in last rolls particular year (cap of projects of Col. (5) CFY$
3 FY (from (minimum consultant 25%) (nos.)
consultancy from last one including
works year) with the ongoing
consultancy projects at a
firm time in NHAI

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

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

10 10 6 6 4 2 2 1 7 4 3 2 1 1 0 0 0

Technical Capacity of Firm – 2 individually

(1) (2) (3) (4) (5) (6) (7)

Average No. of Key Max. no. of Max. no. of Total Projects Remaining
Annual Professionals projects to be projects in ongoing/ awarded in Capacity for new
Turnover of on full time allotted to one one financial awarded CFY (nos.) out projects (nos.) in
firm in last rolls particular year (cap of projects of Col. (5) CFY$
3 FY (from (minimum consultant 25%) (nos.)
consultancy from last one including
works year) with the ongoing
consultancy projects at a
firm time in NHAI

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

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

80 75 40 40 30 10 10 8 38 10 28 9 0 9 0 0 0

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 70
Technical Capacity of Joint Venture of Firm-1 & Firm-2 (for different
Combinations of Consultancy fee share)

(1) (2) (3) (4) (5) (6) (7)

Consultancy Weighted Weighted Max. no. of Max. no. of Total Projects Remaining
Fee share (%) average average no. of projects to projects in ongoing/ awarded in Capacity for new
for the JV turnover of JV Key be allotted to one financial awarded CFY (nos.) out projects (nos.) in
partners in last 3 FY Professionals one year (cap of projects of Col. (5) ## CFY$
(from on full time particular 25%) (nos.) #
Consultancy)* rolls (min. consultant
from last one including
year) with JV** ongoing
projects at a
time in NHAI

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

60 40 38 36 12 12 9 3 3 2 19.4 6.4 13 4.8 0.6 4.2 0 0 0

75 25 27.5 26.25 12 12 9 3 3 2 14.75 5.5 9.25 3.75 0.75 3 0 0 0

50 50 45 42.5 25 25 18 6 6 4 22.5 7 15.5 5.5 0.5 5 0.5 0.5 0

70 30 31 29.5 12 12 9 3 3 2 16.3 5.8 10.5 4.1 0.7 3.4 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
## (CFY Proj.-1 x Share-1 + CFY Proj.-2 x Share-2)/100
Col. 7 to be derived on the basis of minimum of (Col. 3 – Col. 5) & (Col. 4 – Col. 6)

Note: $ The figures in Col. 7 be rounded off to the nearest integer i.e. in case remaining Bid
Capacity comes to 0.5 or more, then it will be considered as 1, in case less than 0.5, then it will
be considered as 0 (Zero).

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 71
SECTION 5: FORMAT FOR SUBMISSION OF FINANCIAL PROPOSAL.

Appendix C-1 Financial proposal submission form

Appendix C-2 Summary of costs

Appendix C-3 Breakdown of local currency costs

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 72
APPENDIX C-1 : FINANCIAL PROPOSAL SUBMISSION FORM

FROM : (Name of Firm) TO :

National Highways Authority of India


Plot No. G-5 & 6, Sector – 10,
Dwarka, New Delhi – 110 075

Subject: Independent Engineer services for Four laning of Ratnagiri - Kolhapur section of NH-
166 for (a) Package – I from km 0.000 to km 19.769 and km 31.000 to km 67.140 (b) Package
– II from km 67.140 to km 112.340 and (c) Package – III from km 112.340 to km 145.300 in
the State of Maharashtra to be executed on Hybrid Annuity Mode under NH (O)

We, the undersigned, offer to provide the consulting services for the above in accordance with
your Request for Proposal dated [Date], and our proposal. Our attached financial proposal is
for the sum of [Amount in words and figures]. This amount is exclusive of the local taxes
which we have estimated at (Amount in Words and Figures).

Our financial proposal shall be binding upon us, up to the expiration of the validity period of
the proposal, i.e., [Date].

We undertake that, in competing for (and, if the award is made to us, in executing) the
above contract, we will strictly observe the laws against fraud and corruption in force in
India namely “Prevention of Corruption Act 1988”.

Commission and gratuities, if any, paid or to be paid by us to agents relating to this


proposal and contract execution, if we are awarded the contract, are listed below:
Name and Address of Agents Amount and Currency Purpose of Commission or Gratuity

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

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

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

We remain,

Yours sincerely,

Managing Director/Head of the firm/Authorised Representative of the firm*

Name of the firm

Address

*Lead Member in case of JV

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 73
APPENDIX C-2 : SUMMARY OF COSTS

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

No. Description Amount


(Rs.)
Local Consultants
I Remuneration for Local Professional Staff
II Supporting Staff
III Transportation
IV Duty Travel to Site
V Office Rent
VI Office Supplies, Utilities and Communication
VII Office Furniture and Equipment
VIII Reports and Document Printing
IX Road Survey Equipment
X Contingencies
Subtotal Local Consultant

Goods and Services Tax Payable in India


Total Costs (Including Tax)

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 74
APPENDIX C-3 : BREAKDOWN OF LOCAL CURRENCY COSTS

I. REMUNERATION FOR LOCAL PROFESSIONAL STAFF

For project length >100 km


No. Position Name 48 months
Rate No. of man- Amount
months*
Professional Staff
1. Team Leader cum Senior Highway Engineer 30
2. Resident cum Highway Engineer 96
3. Bridge/Structural Engineer 30
4. Senior Pavement Specialist 24
5. Senior Quality cum Material Expert 24
6. Road Safety Expert 14
Sub – Total 218
Sub-professional
1. Highway Design Engineer TBN 4
2. Bridge / Structure Design Engineer TBN 4
3. Survey Engineer TBN 80
4. Assistant Highway Engineer TBN 96
5. CAD Expert TBN 20
6. Environmental Engineer TBN 6
7. Assistant Bridge Engineer TBN 72
8. Assistant Quality cum Material Engineer TBN 72
9. Electrical Engineer TBN 14
10. HTMS/Toll Expert TBN 4
11. Quantity Surveyor TBN 24
12. Horticulture cum Landscaping Expert TBN 30
Sub Total 426
Total 644

TBN = To Be Named

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


specified in Enclosure A of TOR.

II. Support Staff


No. Position Name Staff Months Billing Amount ( )
Rate ( )
1. Office Manager TBN
2. Accountant cum Cashier TBN

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 75
3. Steno cum Computer TBN
Operator
4. Office Boy ( 1 no) TBN
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 Qty. Total Rate/ Amount
Vehicles (No. of vehicle-month) Vehicle-
During Construction During Development Month
Period and O&M Period
1
2
Total

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

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

V. Office Rent (Fixed Costs)– Minimum 200 sqm area of office shall be rented.
(For project Length upto 100 km)

The rent cost includes electricity and water charges, maintenance, Cleaning, repairs, etc.
complete.
Nos of Months Rate/month Amount
48

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 76
VI. Office Supplies, Utilities and Communication (Fixed Costs)

Monthly Amount in
No Item Months
Rate Rs.

1 Office Supplies 48

2 Drafting Supplies 48

3 Computer Running Costs 48

4 Domestic and International 48


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
48

VIII. Reports and Document Printing


No. Description No. of No. of Total Rate per Amount
Reports Copies per Nos. of Copy ( )
Report copies
1 Monthly reports 48 3 144
(Design and Construction)
2 Half yearly Reports 8 3 24
3 Various others reports as provided
in the Concession Agreement such
as Completion Report
Total

IX. Road Survey Equipment

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 77
The cost shall include carrying out survey using equipment, manpower, software and report
processing.

Item Kms Rate per No of times Amount


km (INR) survey to be (INR)
conducted
Surface defects detection and roughness measurement 134.009 3
using Network Survey Vehicle
Pavement strength measurement using FWD 134.009 1
Bridge inspection using Mobile Bridge Inspection Unit 134.009 3
Road signs inspection using Retro Reflectometer 134.009 3
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 form the
Competent Authority in National Highways Authority of India.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 78
SECTION 6: TERMS OF REFERENCE FOR INDEPENDENT ENGINEER

1. Scope

1.1. These Terms of Reference for the Independent Engineer (the “TOR”) are being
specified pursuant to the Concession Agreement dated …………… (the “Agreement”),
which has been entered into between the Authority and ………………… (the
“Concessionaire”) for [Four-Laning and subsequent Six-Laning] of the ****section
(km ** to km **) of National Highway No. ** in the State on design, build, operate and
transfer (DBOT) basis, and a copy of which is annexed hereto and marked as Annex-A
to form part of this TOR.

1.2. This TOR shall apply to construction, operation and maintenance of the [Four-Lane]
Project Highway, and shall apply, mutatis mutandis, to [Six-Laning] thereof.

2. Definitions and interpretation

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

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

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

3. Role and functions of the Independent Engineer

3.1. The role and functions of the Independent Engineer shall include the following:
i. review of the Drawings and Documents as set forth in Paragraph 4;
ii. review, inspection and monitoring of Construction Works as set forth in Paragraph 5;
iii. conducting Tests on completion of construction and issuing Completion/ Provisional
Certificate as set forth in Paragraph 5;
iv. review, inspection and monitoring of O&M as set forth in Paragraph 6;
v. review, inspection and monitoring of Divestment Requirements as set forth in Paragraph
7;
vi. determining, as required under the Agreement, the costs of any works or services and/or
their reasonableness;
vii. determining, as required under the Agreement, the period or any extension thereof, for
performing any duty or obligation;

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 79
viii. assisting Authority in review and inspection of the books of accounts submitted by the
Concessionaire to the Authority and the records maintained by Concessionaire as set forth
in Paragraph 12
ix. providing all requisite data on monthly basis in Monthly Progress Report (MPR) within a
period of 7 days from the close of month, as required by Authority, for updating the
project specific website and PMIS substantially in the format prescribed at Annexure – I
and Annexure- II
x. assisting the Parties in resolution of disputes as set forth in Paragraph 9;
xi. carrying out minor design works such as design of drainage, blackspot removal design, etc
upon request of Authority; and
xii. undertaking all other duties and functions in accordance with the Agreement.

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

4. Development Period

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

4.2. The Independent Engineer shall review any modified Drawings or supporting
Documents sent to it by the Concessionaire and furnish its comments within 7 (seven)
days of receiving such Drawings or Documents.

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

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

4.5. Quality Assurance Manual and Plan forms the basis of quality of the work. It is
therefore essential that the Quality Assurance Manual and Plan prepared by the

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 80
Concessionaire be checked and approved. Thus, the Consultant shall check contents of
Quality Assurance Plan and Manual of Concessionaire as per requirements of Quality
Management System (as per ISO 9001), IRC: SP: 47-1998 and IRC: SP: 57-2000 for
road bridges and roads respectively. The Consultant shall also offer their comments
for modifying/ improving the document. After receiving the corrected document, the
Consultant shall review and formally approve the QAM and Quality Plan and send one
copy to the Authority.

5. Construction Period

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

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

5.3. On a daily basis, the concerned key personnel of Independent Engineer shall inspect
the Construction Works. Following activities need to be undertaken during the visits.
 Review of construction including progress, quality and safety of construction

 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 consultant also needs to capture following
documents and send to <AGENCY> 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


Consultant in RFI form

Team Leader will be responsible for sending daily emails to <AGENCY> field office

5.4. On a monthly basis, the Independent Engineer shall prepare a Monthly Inspection
Report in accordance with the format prescribed in Annexure V setting forth an
overview of the status, progress, quality and safety of construction, including the
work methodology adopted, the materials used and their sources, and conformity of
Construction Works with the Scope of the Project and the Specifications and

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 81
Standards. In a separate section of the Inspection Report, the Independent Engineer
shall describe in reasonable detail the lapses, defects or deficiencies observed by it in
the construction of the Project Highway. The Independent Engineer shall send a copy
of its Inspection Report to the Authority and the Concessionaire latest by 7 th of every
month. Key sections of the Monthly Progress Report are as follows.
Sr. No. Section Sub-Sections
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 IE
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 Action 3.1 Pending issues and action log
3
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
7.1 Resource mobilization by contractor/
7 Mobilization of Resources
concessionaire
8.1 Pen picture- Escrow
8 Financial Progress 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 maintenance 10.1 Critical issues and action log
10 obligations during 10.2 Cumulative defects and deficiencies
construction phase 10.3 Status of damages
11.1 Pen picture on safety features at construction
11 Safety features site
11.2 Accident report
Annex 1: Detailed list of physical components as per
12 Annexures Schedule G
Annex 2 onwards: Additional details provided by IE

5.5. The Inspection Report shall also contain a review of the maintenance of the existing
lanes. Condition survey of the existing highway shall be carried with network survey
vehicle at the interval of six months to ascertain the highway condition. For

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 82
determining that the Construction Works conform to Specifications and Standards,
the Independent Engineer shall require the Concessionaire to carry out, or cause to be
carried out, tests on a sample basis, to be specified by the Independent Engineer in
accordance with Good Industry Practice for quality assurance. For purposes of this
Paragraph 5.5, the tests specified in the IRC Special Publication-11 (Handbook of
Quality Control for Construction of Roads and Runways) and the Specifications for
Road and Bridge Works issued by MORTH (the “Quality Control Manuals”) or any
modification/substitution thereof shall be deemed to be tests conforming to Good
Industry Practice for quality assurance. The Independent Engineer shall issue
necessary directions to the Concessionaire for ensuring that the tests are conducted in
a fair and efficient manner, and shall monitor and review the results thereof. The
sample size of the tests shall comprise 20% (twenty per cent) of the quantity or
number of tests prescribed for each category or type of tests in the Quality Control
Manuals.

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

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

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

5.9. If at any time during the Construction Period, the Independent Engineer determines
that the Concessionaire has not made adequate arrangements for the safety of
workers and Users in the zone of construction or that any work is being carried out in
a manner that threatens the safety of the workers and the Users, it shall make a

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 83
recommendation to the Authority forthwith, identifying the whole or part of the
Construction Works that should be suspended for ensuring safety in respect thereof.

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

5.11. If suspension of Construction Works is for reasons not attributable to the


Concessionaire, the Independent Engineer shall determine the extension of dates set
forth in the Project Completion Schedule, to which the Concessionaire is reasonably
entitled, and shall notify the Authority and the Concessionaire of the same

5.12. The Independent Engineer shall carry out all the Tests specified in Schedule-I and
issue a Completion Certificate or Provisional Certificate, as the case may be. For
carrying out its functions under this Paragraph and all matters incidental thereto, the
Independent Engineer shall act under and in accordance with the provisions of Article
14 and Schedule-I. The Consultant 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

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

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

6. Operation Period

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 84
6.2. The Independent Engineer shall review the monthly status report furnished by the
Concessionaire and send its comments thereon to the Authority and the
Concessionaire within 7 (seven) days of receipt of such report

6.3. Visual Inspection of project highway

6.3.1. The Independent Engineer shall carry out visual inspection of entire highway stretch
as per the frequency defined in the following table
Frequency of
Nature of defect or deficiency
inspection
ROADS
(a) Carriageway and paved shoulders
(i) Breach or blockade Daily
(ii) Pot holes Daily
(iii) Cracking Weekly
(iv) Rutting Weekly
(v) Bleeding/skidding Weekly
(vi) Ravelling/Stripping of bitumen surface Weekly
(vii) Damage to pavement edges Weekly
(viii) Removal of debris Daily
(b) Hard/earth shoulders, side slopes, drains and culverts
(i) Variation by more than 2% in the prescribed slope of camber/cross fall Weekly
(ii) Edge drop at shoulders Weekly
Variation by more than 15% in the prescribed side (embankment)
(iii) Weekly
slopes
(iv) Rain cuts/gullies in slope Weekly
Damage to or silting of culverts and side drains during and immediately
(v) Weekly
preceding the rainy season
(vi) Desilting of drains in urban/semi-urban areas Daily
(c) Road side furniture including road signs and pavement marking
Damage to shape or position;
(i) Daily
poor visibility or loss of retro-reflectivity
(d) Street lighting and telecom (ATMS)
(i) Any major failure of the system Daily
(ii) Faults and minor failures Daily
(iii) Streetlight with Lux Meter Weekly
(e) Trees and plantation
Obstruction in a minimum head-room of 5 m above carriageway or
(i) Daily
obstruction in visibility of road signs
(ii) Deterioration in health of trees and bushes Weekly
(iii) Replacement of trees and bushes Weekly
(iv) Removal of vegetation affecting sight line and road structures Weekly

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 85
Frequency of
Nature of defect or deficiency
inspection
(f ) Rest areas/Wayside amenities
(i) Cleaning of toilets Daily
(ii) Defects in electrical, water and sanitary installations Daily
(g) Toll plaza[s]
(i) Failure of toll collection equipment including ETC or lighting Daily
(ii) Damage to toll plaza Weekly
(h) Other Project Facilities and Approach roads
Damage or deterioration in Approach Roads, -[pedestrian facilities,
(i) truck lay-bys, bus-bays, bus- shelters, cattle crossings, Traffic Aid Daily
Posts, Medical Aid Posts and other works]
(j) Incident Management
Instances of Incident Management as reported including time of call,
(i) Daily
response time, services rendered and time of clearing of the Highway.
(ii) List of the Incident Management Services rendered. Weekly
BRIDGES
(a) Superstructure of bridges
(i) Cracks Weekly
(ii) Spalling/scaling Weekly
(b) Foundations of bridges
(i) Scouring and/or cavitation Weekly
(c) Piers, abutments, return walls and wing walls of bridges
(i) Cracks and damages including settlement and tilting Weekly
(d) Bearings (metallic) of bridges
(i) Deformation Weekly
(e) Joints in bridges
(i) Loosening and malfunctioning of joints Weekly
(f) Other items relating to bridges
(i) Deforming of pads in elastomeric bearings Weekly
Gathering of dirt in bearings and joints; or clogging of spouts, weep
(ii) Weekly
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, floor
(vi) Weekly
or guide bunds
(vii) Growth of vegetation affecting the structure or obstructing the waterway Weekly

6.3.2. All elements which have daily inspection frequency shall be inspected weekly as well.
Similarly, all elements which have weekly inspection frequency shall be inspected
monthly as well.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 86
6.3.3. Daily inspection report format and weekly inspection report format has been
provided in Annexure II and III of this document respectively. Manpower which needs
to conduct visual inspection and mode of reporting is defined in the following table
Frequency of Inspection to be carried out
Mode of reporting
inspection by
Daily Sub-professional staff Soft copy by Email
Weekly Key personnel Soft copy by Email
Monthly Key personnel Hard copy and Soft copy

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

The Contractor shall during the Construction and Maintenance Period shall carry out
such drone videography (on monthly basis) in the presence of Team Leader of
Independent Engineer pursuant to clause 13.6 of the Concession Agreement
(“Agreement”). The video of last month and the current month running side by side
shall be uploaded on Data Lake ([Link] for easily
capturing various developments during the month. Independent Engineer shall
ensure that the features and quality of drone video is acceptable and video is not
distorted/ tampered with. Independent Engineer shall analyse these drone videos and
give their comments in its digital MPRs covering interalia but not limited to the
encumbrances/lands not available, sites of COS demands, progress of project,
mobilisation of plant & equipment, mobilisation of camp sites, progress on
rectification of NCRs etc. alongwith the proposed action plan. Project Director of NHAI
shall crosscheck drone videos during the monthly physical inspections and notify the
discrepancies noticed, if any, between drone video, on Independent Engineer
comments and ground reality. The discrepancies shall be examined and addressed
through joint site inspections.

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

6.4. Road conditions surveys

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 87
Sr. Equipment to be
Key metrics of Asset Frequency of condition survey
No. used
At least twice a year (As per
Surface defects of Network Survey
1 survey months defined for the
pavement Vehicle (NSV)
state basis rainy season)
At least twice a year (As per
2 Roughness of pavement Laser Profilometer survey months defined for the
state basis rainy season)
Falling Weight
3 Strength of pavement At least once a year
Reflectometer (FWD)
Mobile Bridge At least twice a year (As per
4 Bridges Inspection Unit survey months defined for the
(MBIU) state basis rainy season)
At least twice a year (As per
5 Road signs Retro-reflectometer survey months defined for the
state basis rainy season)

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

Calibration of equipment, wherever needed, is required to be done in presence of


Competent Authority. Once approval of equipment, the settings and a sample data set
is provided by Competent Authority, network level data for entire project stretch can
be collected. Month of survey for each state has been defined in Annexure IV of this
document.

6.4.2. Measurement of pavement surface defects and roughness


i. The Independent Engineer shall use Network Survey Vehicles mounted with
equipment such as Laser based automatic crack detection , 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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 88
Surface defect Dimensions to be reported
 Depth
Rutting
 Width
Concrete Joint/ Faulting  Length
Roughness  IRI in both wheel paths
ii. The following criteria shall be met by the process of defects detection
 Measurement of 3D road profile using such technologies as laser scanning or other
proven technologies.
 Ability to operate (collect data) at different speeds with a minimum speed of 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
wheelpaths.
 Ability to record images at user-defined intervals (e.g. every 5, 10m, etc.)
 Minimum images resolution of 1600x1200
 Outputs must include Standard JPEG image or similar industry standard
 Distance resolution of <1mm,
 Capable of achieving distance accuracy of 0.1% (i.e. within 1m over 1km distance)
 All data outputs should be in a non-proprietary format (e.g. .CSV, .MDB, Excel) and not
require specialist software in order to view or format data
 Data should also be capable of being easily formatted into data compatible
with HDM-4
iii. The following are the set of deliverables which should be submitted after
completion of survey as part of Monthly Progress Report
 Raw data generated from the equipment which are part of Network Survey covering
the parameters mentioned in above table. It should also include

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 89
o Survey ID, Description, Date, Lane
o GPS referenced data for GIS mapping

 Video logging
o Pavement imagery (AVI/JPEG)
o 360 degree imagery (JPEG)

 Interpretation report covering summary of entire survey and analysis of defects and
deficiencies
6.4.3. Measurement of pavement strength

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

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

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

 Data report covering following parameters


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

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 90
 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 retro reflection of road signs

i. The Independent 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 retroreflection
measurement
 Measurement of retroreflective signs shall be conducted in accordance with ASTM E1709
and ASTM E2540

 Measurement time after pressing trigger shall be less than or equal to 1 sec

 Observation angle adjustment from 0.2 degrees to 2.0 degrees

 Entrance angle adjustment from -45 degrees to +45 degrees

 Self-contained commercially available battery


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

 Interface for transferring data from device to Computer

 Built in GPS to capture GPS coordinates of road sign

 Range shall be at least 0-2000 cd/lx/m2

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

 System generated coefficient of retroreflected luminance RA (nighttime retroreflection) of


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

6.5. The Independent Engineer shall carry out following inspections of ETC lanes at toll
plazas on a month basis:

(a) Infrastructure:
 Availability of civil infrastructure at toll plazas required for installation of ETC systems

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 91
 Adequacy of hardware, software and other related items as per IHMCL/<AGENCY> technical
specifications and requirements

(b) Operations:
 Adherence of various stakeholders (acquirer bank, system integrator, toll operator, issuer bank
etc) of the ETC system to the service level agreements
 Efficacy of the ETC system (RFID tagging, AVC, WIM etc) in terms of accuracy and uptime
 Tracking and reporting toll plaza experience metrics such as average waiting time, transaction
times for different modes of payment (RFID, cash, smart cards, QR codes etc) and congestion
levels (eg length of queue in different lanes) across 4 different times in a day
 Robustness of dispute resolution mechanisms in place for the tag holder and toll operators by
the issuer and acquirer banks

6.6. The Independent Engineer shall prepare a Monthly Status Report in O&M phase of
project in respect of its duties and functions under this Agreement and in accordance
with the format prescribed in Annexure VI. 1st deliverable of the report which is an
executive summary to the main report (Section 1) shall be submitted to the Authority
and updated on the PMIS and project specific website by 4th of every month. Main
report (Section 2 onwards) shall be submitted to the Authority and updated on the
PMIS and project specific website by 7th of every month. Key sections of the Monthly
Status Report are as follows.
[Link] 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 action 3.2 Summary of deficiencies
3
taken 3.3 Obligations as per contract
3.4 Inspection schedule
4.1 Summary of NCR issued
4 Monthly Inspection Report
4.2 Equipment based inspection report
5.1 Monthly ETC Report
5 Monitoring of ETC Lanes
5.2 On-ground infrastructure report

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 92
[Link] Sections Sub sections
5.3 On ground ETC operations & SLA adherence
6.1 Damages for non completion of project facilities
6.2 Damages for breach of maintenance activities
5 Status of damages
6.3 Damages for non completion of major maintenance
works
7 Change of Scope proposals 7.1 Change of Scope proposals
8 Status of pending disputes 8.1 Status of pending disputes
9.1 Toll collection statement
9.2 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
10 Annexures highway
Annex II onwards- Additional details provided by AE

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

6.8. In respect of any defect or deficiency referred to in Paragraph 3 of Schedule-K, the


Independent Engineer shall, in conformity with Good Industry Practice, specify the
permissible limit of deviation or deterioration with reference to the Specifications and
Standards and shall also specify the time limit for repair or rectification of any
deviation or deterioration beyond the permissible limit.

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

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 93
6.11. The Independent Engineer shall monitor and review the curing of defects and
deficiencies by the Concessionaire as set forth in Clause 19.4.

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

6.13. Upon request of Authority, the Independent Engineer shall carry out minor design
works such as design of drainage, blackspot removal design, etc

6.14 The Independent Engineer shall undertake traffic sampling, as and when required by
the Authority, under and in accordance with Concession Agreement.

6.15 In respect of the Drawings, Documents and Safety Report received by the
Independent Engineer for its review and comments during the Operation Period, the
provisions of Paragraph 4 shall apply, mutatis mutandis.

7. Termination

7.1 At any time, not earlier than 90 (ninety) days prior to Termination but not later than
15 (fifteen) days prior to such Termination, the Independent Engineer shall, in the
presence of a representative of the Concessionaire, inspect the Project for
determining compliance by the Concessionaire with the Divestment Requirements set
forth in Clause 32.1 and, if required, cause tests to be carried out at the
Concessionaire’s cost for determining such compliance. If the Independent Engineer
determines that the status of the Project is such that its repair and rectification would
require a larger amount than the sum set forth in Clause 33.2, it shall recommend
retention of the required amount in the Escrow Account and the period of retention
thereof.

7.2 The Independent Engineer shall inspect the Project once in every 15 (fifteen) days
during a period of 90 (ninety) days after Termination for determining the liability of
the Concessionaire under Article 33, in respect of the defects or deficiencies specified
therein. If any such defect or deficiency is found by the Independent Engineer, it shall
make a report in reasonable detail and send it forthwith to the Authority and the
Concessionaire.

8. Determination of costs and time

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

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

9. Assistance in Dispute resolution

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 94
9.1. When called upon by either Party in the event of any Dispute, the Independent
Engineer shall mediate and assist the Parties in arriving at an amicable settlement.

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

10. Other duties and functions

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

11. Miscellaneous

11.1. All key personnel and sub professional staff of the Independent Engineer shall use the
fingerprint based (biometric) attendance system for marking their daily attendance.
Attendance shall be marked at least once a day and anytime during the day. 1
Biometric Attendance System shall be installed by the Independent Engineer at its
own cost at the site office in order to facilitate the attendance marking. More systems
can be installed near the project highway upto a maximum of 1 system per 50 km in
order to encourage frequent visits of project highway by key personnel and sub
professional staff. A copy of monthly attendance records shall be attached with
Monthly Status Report. Proper justification shall be provided for cases of absence of
key personnel/ sub professional staff which do not have prior approval from Project
Director of concerned stretch. In addition, Advance Face Recognition location based
Mobile Application System (e-Attendance System) shall mandatorily be used for
marking the attendance pursuant to NHAI Policy Circular no. 10.2.28/2021 dated
15.01.2021 (and subsequent amendment thereof, if any).

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

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


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

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 95
11.5. The Independent Engineer shall retain at least one copy each of all Drawings and
Documents received by it, including ‘as-built’ Drawings, and keep them in its safe
custody.

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

11.7. Wherever no period has been specified for delivery of services by the Independent
Engineer, the Independent Engineer shall act with the efficiency and urgency
necessary for discharging its functions in accordance with Good Industry Practice.

12. Assistance to Authority in review of book of accounts

12.1. Upon receipt of copy of books of accounts from Authority, the Independent Engineer
shall review the Escrow account statements with respect to the provisions of the
Escrow agreement, books of accounts for information pertaining (a) the traffic count
(b) Fee determination thereof, and (c) Project costs, and (d) such other information
relating or resulting from other duties and functions of Independent Engineer in
accordance with the Agreement, as the Authority may reasonably require and submit
its report within 10 days.

13. PERFORMANCE CLAUSE

Independent Engineers shall be expected to fully comply with all the provisions of the
`Terms of Reference’, and shall be fully responsible for supervising the Designs,
Construction and maintenance and operation of the facility takes place in accordance
with the provisions of the Concession Agreement and other schedules. Any failure of
the Independent Consultant in notifying to <AGENCY> and the Concessionaire on non-
compliance of the provisions of the Concession Agreement and other schedules by the
Concessionaire, non-adherence to the provision of ToR and non-adherence to the time
schedule prescribed under ToR shall amount to non-performance.

The Independent Engineer shall appoint its authorized representative, who shall issue
on behalf of the IE, the Provisional Completion Certification and Completion
Certificate along with the Team Leader and shall carry out any such task as may be
decided by <AGENCY>. The IE shall take prior approval of <AGENCY> before issuing
Provisional Completion Certification and Completion Certificate. The proposal
submitted shall also include the name of the authorized representative along with the
authorization letter and power of attorney.

14. CONSULTANT’S PROPOSAL

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 96
14.1. List of key personnel to be fielded by the Consultants shall be as below:
i. Team Leader Cum Senior Highway Engineer
ii. Resident cum Highway Engineer
iii. Bridge/Structural Engineer
iv. Senior Pavement Specialist
v. Senior Quality cum Material Expert
vi. Road Safety Expert

14.2. Broad job-description and minimum qualification for ************ mentioned above is
enclosed as Enclosure–B. However, higher marks shall be accorded to the Candidate
with higher relevant qualification and experience. The Consultant should feel free to
submit their proposal on the basis of the man-months which they consider to be
necessary to undertake the assignment. All the CV’s of the personals mentioned in
Para 5.3 (iii) of Data Sheet shall be evaluated at the time of evaluation of technical
proposal. The age of the Key Personnel should not be more than 65 years on the
date of submission of proposal. Consultants are advised in their own interest to
frame the technical proposal in an objective manner as far as possible so that these
could be properly assessed in respect of points to be given as part of evaluation
criteria. The bio-data of the key personnel should be signed on every sheet by the
personnel concerned and the last sheet of each bio-data should also be signed by the
authorised signatory for the Consultant. The key personnel shall also certify at the end
of their bio-data proforma that they have not left any of the <AGENCY> works without
completing of their assignment and have not accepted any other offer at the time of
signing of the bio-data and as such shall be available to work with the Independent
Consultant, if the Project is awarded. In case the key personnel leaves the assignment
without approval of <AGENCY>, <AGENCY> would be at liberty to take any
appropriate action against that key personnel including debarment.

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

15. PERIOD OF SERVICES

15.1. The services of an Independent Engineer will be in phases as per Contract /


Concession Agreement.

15.1.1. The appointment of the Independent Engineer shall initially be as per details given
below.

The proposed manpower deployment for this period shall be matching the activities
to be performed during the said period. The time frame for services during the
deployment of key personnel during this period shall be as shown in Enclosure A.
Extension of Time for providing services of the Independent Engineer shall be
extended concurrently with the Extension of Time granted, if any, to the

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 97
Concessionaire for the project, subject to satisfactory performance of the Independent
Engineer and limited to original period of consultancy services.
16.
i. To minimize the delay in approval of replacements of Key Personnel, Consultant shall
submit the proposal directly to the competent level responsible for such approvals.
The approval for replacement of key personnel shall be accorded within one month
of submission of such proposal. In case of further delay, unless refused after due
evaluation of CV by the Authority within a month, it will be considered deemed
approval of such replacements proposed.

ii. Completion certificate of the project shall not be issued by Independent Engineer
with retrospective effect and without ascertaining that all the works have been
completed as per Specifications and Standards, particularly ancillary items like
shoulders, road signs, markings, road furniture items etc. Issuance of such
completion certificate, besides being a fraudulent activity, leads to financial
implication such as payment of Bonus even when the works are not fully completed.
Ministry has earlier issued guidelines vide letter dated 22.03.2019 on issuance of
completion certificate and further Ministry vide letter dated 25.02.2020 has
mandated to upload NSV survey report/ data before issuing completion certificate on
PMIS portal. Therefore, the test results on completion including video. NSV survey
report/ data and safety audit shall invariably be uploaded on the PMIS portal before
issue of completion certificate by the Independent Engineer after ascertaining that all
pare-requisites as per Contract Agreement has been fulfilled by the Contractor,
failing which Consultancy firm shall be debarred for a period of two year.

iii. MPR are required to be prepared properly by the Consultant to reflect the actual
progress, hindrances, deployment of resources by the contractor, quality control,
Non-conformity reports, safety, fulfilment of obligations of contractor and consultant
including approval of various documents, design & drawings. The Consultant shall
record all aspects as per services to be provided in terms of Reference (ToR), failing
which the Consultancy firm shall be warned for non-performance. In case
Consultancy firm continues to default, even after multiple warning exceeding 5 times,
the firm shall be put on holiday listing (temporary debarment) for a period upto 12
months from future assignments by MoRTH or its Executing Agencies.

iv. In case, person permanently employed with the firm is to be replaced, Technical
score of both the CVs shall be compared excluding the marks given for employment
with firm. Replacement would be allowed when the Technical Score (excluding the
marks given for employment with firm) of the new key person is equal or better than
the existing key person’s Technical Score excluding marks assigned for permanent
employment with the firm. However, the remuneration of such replacement be
reduced on proportionate basis in case the overall score of the replacement
person is less than the overall score of original person.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 98
Enclosure-A

MAN MONTHS INPUT FOR KEY PROFESSIONAL STAFF

INDEPENDENT ENGINEER

Sr. No. Key Personnel Man-month in Man-month in


Construction period Development and O&M
of 24 months period of 24 months
 A: Key Personnel
1. Team Leader Cum Senior Highway Engineer 24 6
2. Resident cum Highway Engineer (3 Nos.) 3 x 24 1 x 24
3. Bridge/Structural Engineer 24 6
4. Senior Pavement Specialist 24 0
5. Senior Quality cum Material Expert 24 0
6. Road Safety Expert 8 6
Sub Total 176 42
Total for Construction and O&M 218
B: Sub Professional Staff
(a) Highway Design Engineer 4 0
(b) Bridge / Structure Design Engineer 4 0
(c) Survey Engineer (3 Nos.) 3 x 24 8
(d) Assistant Highway Engineer 3x24 1x24
(3 nos)
(e) CAD Expert 12 8
(f) Environmental Engineer 6 0
(g) Assistant Bridge Engineer (3 Nos.) 3 x 24 0
(h) Assistant Quality cum Material Engineer (3 nos) 3 x 24 0
(i) Electrical Engineer 8 6
(j) HTMS/Toll Expert 4 0
(k) Quantity Surveyor 18 6
(l) Horticulture cum Landscaping Expert 6 24
Sub Total 350 76
Total for Construction and O&M 426
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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 99
3. The Financial Expert/Legal expert/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/Legal expert/Contract Specialist shall be paid at the rates quoted for Senior Pavement
Specialist.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 100
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 <AGENCY> and the Concessionaire. He shall undertake Project site visits and shall guide,
supervise, coordinate and monitor the work of other experts in his team as well as those of
the Concessionaire. The candidate is required to be a Senior Highway Engineer, who should
have a proven record of supervising, organising and managing of construction of highway
projects and also of Project preparation of large magnitudes projects, as defined below,
financed by international lending agencies and others. Knowledge of Project management
shall be an added advantage.

He should have the following qualification / experience.

1. Essential Qualifications.

a) Graduate in Civil Engineering from recognized university.

b) Total Professional Experience of 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 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 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 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 or more of


similar configuration (2/4/6 laning**) taken up under PPP.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 101
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).

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 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 10 years in supervision of Highway Projects.

c) 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 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 or more of similar
configuration (2/4/6 laning**) and above) of Construction / Construction
Supervision / IC on PPP Mode

BRIDGE & STRUCTURAL ENGINEER

The Bridge & Structural Engineer 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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 102
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 10 years in handling Highway/Bridge projects.

c) 5 years experience in Construction / Construction Supervision of bridge /


interchange / any other structures.

d) Experience in similar capacity in supervision of 2 Major Highway Bridges.

e) Experience in supervision of Rehabilitation and repair of 2 nos Major Bridges.

2. Preferential Qualifications.

a) Post Graduate Degree in Structural Engineering.

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 10 years in Pavement Design / Pavement Construction /


Pavement Maintenance of Highways / Roads / Airfield Runways

c) Experience of 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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 103
Supervision of at least 2 major highway projects(of length 40% of project length or
more of similar configuration (2/4/6 laning**) and above).

2. Preferential Qualifications.

a) Post Graduate Degree in Highway Engineering / Pavement Engineering


/Transportation

b) Experience in similar capacity in Highway Development Project in innovative/non


traditional technology and design

Experience as a Pavement Specialist/Pavement Engineer in PPP project(of length 40% of


project length 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.

a) Graduate in Civil Engineering from a recognized University.

b) Professional Experience of 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 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.

Experience in similar capacity in Highway Development Project in innovative/non traditional


technology.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 104
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 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 either from 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.

Experience in similar capacity in Preparation of Road Safety Management Plan for inter
urban Highways.

SUB PROFESSIONAL

Highway Design Engineer

The Highway Design Engineer shall be responsible for the review of highway designs and
drawings using sophisticated computer software. His experience 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 following qualification/ experience:

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 105
(1) Essential Qualifications

(i) Graduate in Civil Engineering from 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 at least 2 projects of similar
configuration.
(v) Exposure of Computer Software Programme for Design of Highways.

(2) Preferential Qualification:

(a) Post graduate in Highway/ Pavement/ Transportation Engineering.


(b) Experience in Highway Projects in innovative/ non – traditional 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 Contractor 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 following qualification/ experience:

(1) Essential Qualifications

(i) Graduate in Civil Engineering from 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 in structural Engineering.


(b) Design experience of major highway bridge of length 200 m or more (excluding
approaches)

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 106
(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.

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 107
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 bachelors 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 [Link]

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. However, this
is not applicable to Highway Design Engineer and Bridge/ Structure Design Engineer, who
have to fulfill the qualification/ experience requirements as mentioned in the RFP documents.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 108
Annexure I- Daily Inspection Report during Construction Period

Results of lab
Description of Name of key
tests conducted
inspection personnel
Component Item Description (Test
work carried inspecting the
conducted,
out work
Pass/Fail)
1. Road works
Embankment/ Sub
including
Grade/ GSB/ WMM/
culverts, and
DBM/ BC
minor bridges
2. Major Bridge
Foundation/ Sub
works, Flyovers,
structure/ Super
ROB, RUB, VUP,
structure
PUP
3. Approach to
Foundation/ Sub
ROB/RUB/ Major
structure/ Super
Bridges/ Viaduct /
structure
RE wall
4. Other Works

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 109
Annexure II- Daily Inspection Report during O&M Period

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


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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 110
Nature of defect/ deficiency Defect If defect found, Compliance of IE Remarks
found Chainage & previous
(Yes/No) side defect
(Yes/No/NA)
lay-bys, bus-bays, bus- shelters,
cattle crossings, Traffic Aid Posts,
Medical Aid Posts and other works]

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 111
Annexure III- Weekly Inspection Report during O&M Period

Defect If defect Compliance of IE Remarks


found found, previous defect
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
(ii)
measured by a standardised
roughometer/ bump integrator)
(iii) Pot holes
Cracking in more than 5% of road
(iv)
surface in a stretch of 1 km
Rutting exceeding 10 mm in more
than 2% of road surface in a stretch
(v)
of 1 km (measured with 3 m straight
edge)
(vi) Bleeding/skidding
Ravelling/Stripping of bitumen
(vii)
surface exceeding 10 sq m
Damage to pavement edges
(viii)
exceeding 10 cm
(ix) Removal of debris
Hard/earth shoulders, side slopes, drains and
(b)
culverts
Variation by more than 2% in the
(i) prescribed slope of camber/cross
fall
Edge drop at shoulders exceeding
(ii)
40 mm
Variation by more than 15% in the
(iii) prescribed side (embankment)
slopes
(iv) Rain cuts/gullies in slope

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 112
Defect If defect Compliance of IE Remarks
found found, previous defect
Nature of defect or deficiency
(Yes/No) Chainage & (Yes/No/NA)
side
Damage to or silting of culverts and
(v) side drains during and immediately
preceding the rainy season
Desilting of drains in urban/semi-
(vi)
urban areas
Road side furniture including road signs and
(c)
pavement marking
Damage to shape or position;
(i) poor visibility or loss of retro-
reflectivity
(d) Street lighting and telecom (ATMS)
(i) Any major failure of the system
(ii) Faults and minor failures
(e) Trees and plantation
Obstruction in a minimum head-
(i) room of 5 m above carriageway or
obstruction in visibility of road signs
Deterioration in health of trees and
(ii)
bushes
(iii) Replacement of trees and bushes
Removal of vegetation affecting
(iv)
sight line and road structures
(f ) Rest areas
(i) Cleaning of toilets
Defects in electrical, water and
(ii)
sanitary installations
(g) Toll plaza[s]
Failure of toll collection equipment
(i)
including ETC or lighting
(ii) Damage to toll plaza
(h) Other Project Facilities and Approach roads

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 113
Defect If defect Compliance of IE Remarks
found found, previous defect
Nature of defect or deficiency
(Yes/No) Chainage & (Yes/No/NA)
side
Damage or deterioration in
Approach Roads, -[pedestrian
facilities, truck lay-bys, bus-bays,
(i)
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 walls
(c)
of bridges
Cracks and damages including
(i)
settlement and tilting
(d) Bearings (metallic) of bridges
(i) Deformation
(e) Joints in bridges
Loosening and malfunctioning of
(i)
joints
(f) Other items relating to bridges
Deforming of pads in elastomeric
(i)
bearings
Gathering of dirt in bearings and
(ii) joints; or clogging of spouts, weep
holes and vent-holes
Damage or deterioration in
(iii)
parapets and handrails
Rain-cuts or erosion of banks of the
(iv)
side slopes of approaches
(v) Damage to wearing coat

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 114
Defect If defect Compliance of IE Remarks
found found, previous defect
Nature of defect or deficiency
(Yes/No) Chainage & (Yes/No/NA)
side
Damage or deterioration in
(vi) approach slabs, pitching, apron,
toes, floor or guide bunds
Growth of vegetation affecting the
(vii) structure or obstructing the
waterway

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 115
Annexure IV- Months of Survey for Equipment based Road Condition
Assessment

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

However, since the first survey shall be conducted 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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 116
Region State Survey before rains Survey after rains

North Jammu And Kashmir May Nov

North Punjab May Nov

North Uttar Pradesh May Nov

North Uttaranchal May Nov

South Andaman And Nicobar Islands Apr Nov

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 117
Annexure V- Monthly Progress Report in Construction Phase

[NAME & LOGO OF IMPLEMENTING AGENCY]

[PROJECT NAME]

Independent Engineer
[NAME OF CONSULTING FIRM]

MONTHLY PROGRESS REPORT NO. [XX]

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 118
Table of content
Contents Page Nos

1 Executive Summary 121

1.1 Construction progress in current month .................................................................................................121

1.2 Current issues and recommended actions by IE / AE 121

1.3 Strip Plan (Summary) .......................................................................................................................................122

1.4 Strip Plan (Details) .............................................................................................................................................123

2 Project Overview 124

2.1 Salient Features of Project ..............................................................................................................................124

2.2 Project Milestones ..............................................................................................................................................125

2.3 Location Map .........................................................................................................................................................126

2.4 Key Plan ...................................................................................................................................................................127

3 Critical Issues & Action Log 128

3.1 Pending Issues & Action Log .........................................................................................................................128

3.2 Obligations as per Contract ............................................................................................................................129

4 Physical Progress 129

4.1 Detailed Scope of Work & Physical Progress by Component ........................................................130

5 Land Acquisition and Clearance 131

5.1 LA Summary ..........................................................................................................................................................131

5.2 LA Detail by CALA ...............................................................................................................................................132

5.3 LA Detail by Village for each CALA .............................................................................................................132

5.4 Manpower details of CALA .............................................................................................................................133

5.5 Clearances Summary .........................................................................................................................................129

5.6 Status of utilities shifting.................................................................................................................................135

6 Change of Scope 135

7 Mobilization of Resources 136

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 119
8 Financial Progress Details (for PPP projects) 136

8.1 Pen Picture - Escrow ......................................................................................................................................... 136

8.2 Escrow details ...................................................................................................................................................... 136

9 Summary of quality control tests 137

9.1 Tests witnessed by IE / AE ............................................................................................................................. 137

9.2 Tests conducted by IE / AE ............................................................................................................................ 138

10 Monitoring of maintenance obligations during construction phase 139

10.1 Critical issues and action log..................................................................................................................... 139

10.2 Summary of repair work.............................................................................................................................139

10.3 Status of damages ........................................................................................................................................... 139

11 Safety features 141

11.1 Pen picture of safety features ................................................................................................................... 141

11.2 Accident Report ............................................................................................................................................... 142

12 Annexures 144

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 120
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 so far.
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 several reminders.

Recommendation: Concessionaire to submit all pending clarifications to Authority.


Authority and Concessionaire to expedite pending COS proposals.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 121
1.3 Strip Plan (Summary)

1. Workfront 2. Length 3. Length


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

% Total % %
Length Length Length
Pending Total Total
(km) (km) (km)
Length Length Length

Total Length 80 Total 80 Total 35


Length Length

Total 7 12% Total 27.5 33% Total 0 0%


Workfront Length Length
Unavailable Completed Completed
(Till DBM)
(Till DBM)

Pending Land 0 0% BC 27 32% BC 0 0%

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%

Encumbrances 0 0% Sub-Grade 35 42% Sub-Grade 0 0%

C&G 47.9 57% C&G 0 0%

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 122
1.4 Strip Plan (Details)

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 123
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 Consultant Name
Lead & Consortium Members of Banks
Concessionaire Name (SPV & Parent Company)
Date of Award (LOA Date)
Appointed Date
Concession Period
Construction Period (in Days)
O&M Period (in Days)
Scheduled Date of Completion
Independent Engineer
IE / AE Agreement Date
IE / AE Mobilization Date

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 124
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

2.2 Project Milestones

Description Planned Actual


Project (Days from Delay Current
Milestone Appointed Physical Scheduled Date Physical Revised Date (No. of Status
Date) Progress (%) Progress (%) months)

Milestone I [Description] 25 [DD/MM/YYYY] 25 [DD/MM/YYYY] 5 Achieved


Started,
Milestone [Description] 65 [DD/MM/YYYY] [DD/MM/YYYY] 22 not
II achieved
Scheduled Not
Completion [Description] 100 [DD/MM/YYYY] [DD/MM/YYYY] 21 started

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 125
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

2.3 Location Map

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 126
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]

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 127
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

3 Critical Issues & Action Log

3.1 Pending Issues & Action Log

Ongoing Chainage Expected


Action(s)
S. / New (s) Length date/ Actual
Issue Concerned Action(s) suggested
N Type Issue/ affected affecte Date for
Description Authority taken till now by
o Resolve due to d (km) resolving
the IE
d the issue issue
1. Proposal
submitted to
MoEF Letter Escalate to
Diversion of Xx
Ongoing [Chainage sent by RO to higher level [DD/MM/YYY
1 ha of forest Clearance MoEF 4 kms
Issue ] MoEF nodal officers at Y]
Land
officer on MoEF
[DD/MM/YYY
Y]
1. Escalated
to chief
secretary level
21
through DO
Crcompensatio
Land Resolve [CALANam [Chainage from [DD/MM/YYY
2 n 2.4 km
Acquisition d e] ] Chairman/ Y]
disbursement
Secretary,
pending
dated
[DD/MM/YYY
Y]
Project
Director to
Slow progress
Concessionair New [Concess. [Chainage call higher [DD/MM/YYY
3 by 57 km None
e Issue Issue Name] ] ups of Y]
concessionaire
concessionair
e

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 128
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 obligations and 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
Component % Weightage Progress(During (Cumulative, Upto
Current Month) Current Month)
Road Works 35.00% 5% 15.0%
Major Bridge works and
40.00% 1.20% 26.2%
ROB / RUB
Structures 21.00% 0.00% 0.8%
Other Works 4.00% 0.00% 0.0%
Physical Progress 2% 42.0%

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 129
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

4.1 Detailed Scope of Work & Physical Progress by Component

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 130
5 Land Acquisition and Clearance

5.1 LA Summary

Total Required Total in possession Total to be acquired


Description
(ha) at start (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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 131
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

5.2 LA Detail by CALA

Total Amoun
3H 3G Amount Amount
Land t
Pen Pen Deposit Disbursed Pending
left to 3HDon 3GDon 3DPendi 3DDon 3APendi 3ADon Award
CALA d- d- ed by Amount(Cr
be e (ha) e (ha) ng (ha) e (ha) ng (Ha) e (ha) ed
ing ing (Crore CALA(Cro ore Rs.)
Acquir (Crore
(ha) (ha) Rs.) re Rs.)
ed (Ha) Rs.)
[CALA
150 15 15 15 135 0 150 0 150 396 370 327 43
1]
[CALA
67 0 0 0 67 0 67 0 67 132 132 120 23
2]
[CALA
23 23 23 23 0 14 9 0 23 0 0 0 0
3]
Gran
d 240 38 202 38 202 14 226 0 240 528 502 447 66
Total

5.3 LA Detail by Village for each CALA

CALA 1

Total Amount
3H 3G Amount Amount Pendin
Land left 3H 3G 3D 3D 3A 3A Disburse
Pend- Pend- Awarded Deposite g
Village to be Done Done Pendin Done Pendin Done d by
ing ing (Crore d (Crore Amount
Acquired (ha) (ha) g (ha) (ha) g (Ha) (ha) CALA
(ha) (ha) Rs.) Rs.) (Rs Cr)
(Ha) (Rs Cr)

[Village 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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 132
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

5.4 Manpower details of CALA

Provided Revenue Tehsildar


Patwaris/ Comput
by Amins/ Inspecto s/ Clerks/
Village Accounta er Chainm
CALA <AGENCY Surveyo rs/ Dep. Sahaya Peons Total
accounta nts operato an
>/ State rs Kanung Tehsildar ks
nt rs
Govt o s

<AGENCY
[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

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 133
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 forest Pending [Length in Ongoing Queries sent to MoEF by RO,
land km] compliance pending
Tree Cutting
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
N.A. N.A. N.A. N.A. N.A.

Railway (ROBs/RUBs)
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
[GAD Number] Proposal [Chainage] Uploaded on N.A.
Submitted, portal on
Approval pending [DD/MM/YYYY]

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 134
5.6 Status of utilities shifting

Date when Date of


Date of Estimate Date of Date of Progre
Deposit Certificati Estima
Utility Length request was Approval ss of
of on from te Issue/
Catego Nam Status affecte Departm by Received by Physic
super- Agency Amoun Comme
ry e d ent Authority from Authority al
vision for t nts
for concerned RO/ HQ Shiftin
charge Completio
estimate dept. g
n

Estim [DD/MM [DD/M


[Lengt Not
Water ate [DEPAR [DD/MM/ [DD/MM/
/ M/ TBD
h started
Appro TMENT] YYYY] YYYY]
YYYY] YYYY]
in km]
ved

Estim [DD/MM [DD/M


Electric [Lengt Not
ate [DEPAR [DD/MM/ [DD/MM/
/ M/ TBD
ity h started
Appro TMENT] YYYY] YYYY]
YYYY] YYYY]
in km]
ved

Estim
[Lengt
Others ate [DEPAR [DD/MM/ [DD/MM/ [DD/MM/ [DD/MM/
TBD
h
Appro TMENT] YYYY] YYYY] YYYY] YYYY]
in km]
ved

6 Change of Scope
Date of first COS
Expected/ Actual Date of
S No. Proposal Details submission to IE Current Status Amount Approval

Construction of [Flyover Approved in principle by Authority.


[+/ -
1 Name] at [DD/MM/YYYY] Detailed quantities in proper order [DD/MM/YYYY]
Amount]
[Chainage] yet to be submitted
Clarifications to be submitted by
Nallah diversion through [+/ -
2 [DD/MM/YYYY] Concessionaire , expected date [DD/MM/YYYY]
box culvert at [Chainage] Amount]
[DD/MM/YYYY]

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 135
7 Mobilization of Resources
Expected
Age of Planned/ Deployed Reason(s) for Delay due
S Equipment Actual
Make Model Equipmen Required During Under/Over to Under- Remarks
No. Name Quantity
t Quantity the Month Mobilization Mobilizatio
n
Excavator/Pocla
5
in
Paver 2
Transit Meter 0
Plate
0
Compactors
[ADD OTHERS]

8 Financial Progress Details (for PPP projects)

8.1 Pen Picture - Escrow

Cumulative inflow
Cumulative outflow Inflow to Escrow Outflow from
to Escrow till
TPC (Cr) from Escrow till during the month Escrow during the
previous month
previous month(Cr) (Cr) month(Cr)
(Cr)
1,206 1,033 900 30 35

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

Tick as applicable
If not, details to be provided below:

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

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 136
PLEASE EXCLUDE OUTSTANDING MOBILIZATION FEE/ ADVANCE IN
S-CURVE

9 Summary of quality control tests

9.1 Tests witnessed by IE / AE

Total test up to
Frequency Total test in This Cumulative No. of
Previous
Description of tests Unit Month tests Remarks
Month

No.s Qty. Conducted Pass Fail Conducted Pass Fail Conducted Pass Fail

Sub grade

Procter test 1 1500 m3 0 0 0 0 0 0 0 0 0

Atterberg Limits 1 1500 m3 0 0 0 0 0 0 0 0 0

Free Swell Index 1 1500 m3 0 0 0 0 0 0 0 0 0

Grain Size
1 1500 m3 0 0 0 0 0 0 0 0 0
Analysis

C.B.R 1 3000 m3 0 0 0 0 0 0 0 0 0

Granular Sub Base

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

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 137
Total test up to
Frequency Total test in This Cumulative No. of
Previous
Description of tests Unit Month tests Remarks
Month

No.s Qty. Conducted Pass Fail Conducted Pass Fail Conducted Pass Fail

Procter test 1 1500 m3 0 0 0 0 0 0 0 0 0

Wet Mix
Macadam

Filter material

Concrete

Cement

Water

Prime Coat

Tack coat

Dense
Bituminous
Macadam

Bituminous
Concrete

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>

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 138
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

Length affected

suggested by SC
affected due to

Action(s) taken

Expected Date
Ongoing/New

for resolving
Chainage(s)
Description

Concerned
Authority

Action(s)
the issue

till now

issue
Issue

Issue

(km)
SNo

1 Drying up Ongoing Concessionai 325+200 2.6 Irregular Replaceme NA


of plants 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 done Work done


upto during
SNo Description Unit Total 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 5% Sqm 7179 - - 7179


of road surface

(d) Rutting exceeding 10mm Sqm 5 - - 5


in more than 2% of road
surface

(e) Bleeding/Skiding Sqm

(f) Ravelling Sqm

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 139
Work done Work done
upto during
SNo Description Unit Total Balance Remarks
previous reporting
month month

(g) Damage to pavement m


edges exceeding 10cm

2 Hard/Earth Shoulders

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

(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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 140
Work done Work done
upto during
SNo Description Unit Total Balance Remarks
previous reporting
month month

(a) Removal of vegetation Ha 77.42 - 3.57 73.85


affecting sight line and
road structures

(b) Replacement of trees and Nos 15072 - - 15072


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 Black Additional Remedial
Measures within provisions additional Remedial Measures
Spots Measures (if any)
of Concession Agreement for Authority(Cr.)

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 141
11.2 Accident Report

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

Help provided by
Time of accident
Chainage no

Intersection type of
Load conditions of
Nature of accident

Weather condition
Accident location
Sex (M/F)

Classification of

Road condition

Type of vehicle
Type of victim
Age of victim
S No

Date

accident
Causes

control
vehicle

Minor
Major
Fatal
382/050 05:25
1 1/1/17 M 2 2 3 4 1 1 - 1 3 1 3 - 1 1 Ambu
RHS pm

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 142
Mapping of report fields to responses

A 1. Urban 2. Rural
1. Overturned 2. Head On Collision 3. Hit from Back 4. Hit to Fix Object 5. Right turn Collision 6.
B
Left turn Collision 7. Veered Out off The Road 8. Hit Pedestrian 9. Unknown/Hit & Ran Away
C 1. Fatal 2. Major injury 3. Minor injury
1. Drunken 2. Over Speeding 3. Vehicle out of Control 4. Driven on wrong side 5. Mechanical
D
Problem 6. Drowsiness/Not Applicable 7. Fault of Driver
E 1. Normally Loaded 2. Overloaded/Handing 3. Empty 4. Unknown
F 1. Straight road 2. Slight Curve 3. Sharp Curve 4. Hump 5. Dip
1. T-Junction 2. Y-Junction 3. Four arm Junction 4. Staggered Junction 5. Junction with more
G
than 6. Round about
1. Fine/Clear [Link]/Fog 3. Cloudy 4. Light Rain 5. Heavy Rain 6. Strong Wind 7. Dust Storm 8.
H
Cold 9. Hot
I 1. 0-18 Years 2. 18-25 Years 3. 25-40 Years 4.40-60 Years 5. 60-80 Years
J 1. Driver 2. Passenger 3. Pedestrian 4. Cyclist 5. Others
1. Two Wheeler 2. Auto Rickshaw 3. Car/Jeep 4. Bus 5. Light Truck 6. Heavy Truck 7. Tractor 8.
K
Bicycle 9. Cycle Rickshaw 10. Hand Drawn Cart 11. Animal Drawn Cart

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 143
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

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
Road works
Concrete work
including culverts,
minor bridges, (6) Widening and repair of culverts
underpasses,
(7) Widening and repair of minor bridges
overpasses,
approaches to B- New realignment/bypass
ROB/RUB/ Major (1) Earthwork up to top of the sub-grade
Bridges/ Structures
(but excluding (2) Granular work (sub- base, base, shoulders)
service roads) (a) GSB
(b) WMM
(3) Shoulders
(4) Bituminous work
(a) DBM
(b) BC
(5) Rigid Pavement
Concrete work
C- New culverts, minor bridges, underpasses, overpasses on
existing road, realignments, bypasses:
(1) Culverts

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 144
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

Physical
Component
Item
(2) Minor bridges
(a) Foundation
(b) Sub-structure
(c) Super-structure (including crash barriers etc. complete)
(3) Cattle/Pedestrian underpasses
(a) Foundation
(b) Sub-structure
(c) Super-structure (including crash barriers etc. complete)
(4) Pedestrian overpasses
(a) Foundation
Road works including
(b) Sub-structure
culverts,minor bridges,
(c) Super-structure (including crash barriers etc. complete)
underpasses,
(5) Grade separated structures
overpasses, approaches
(a) Underpasses
to ROB/RUB/ Major
(i) Foundation
Bridges/ Structures (but
(ii) Sub-structure
excluding service roads)
(iii) Super-structure (including crash barriers [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
Major Bridge A- Widening and repairs of Major Bridges

Physical
Component
Item
(1) Foundation
(a) Open Foundation
works (b) Pile Foundation/Well Foundation
and (2) Sub-structure
ROB/RU (3) Super-structure (including crash barriers etc. complete)
B B- Widening and repair of
(a) ROB
(1) Foundation

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 145
Physical
Component
Item
(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)
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)

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 146
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

Physical
Component
Item
(1) Foundation
Structures (elevated (2) Sub-structure
sections, reinforced (3) Super-structure (including crash barriers etc. complete)
earth)
(4) Reinforced Earth Wall (includes Approaches of ROB, Underpasses,
Overpasses, Flyover etc.
(i) Service roads/ Slip Roads
(ii) Toll Plaza
(iii) Road side drains
(iv) Road signs, markings, km stones, safety devices, ….
(a)Road signs, markings, km stones, ….
(b) Concrete Crash Barrier/ W-Beam Crash Barrier in Road
work
(v) Project facilities
(a) Bus bays
(b) Truck lay-byes
(c) Rest areas
Other Works
(vi) Repairs to bridges/structures
(vii) Road side plantation
(viii) Protection works
(a) Boulder Pitching on slopes
(b) Toe/Retaining wall
(ix) Tunnel
(a) Excavation

(b) Construction of support system including 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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 147
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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 148
Annexure VI- Monthly Status Report in O&M phase

[NAME & LOGO OF IMPLEMENTING AGENCY]

[PROJECT NAME (O&M)]

Independent Engineer

[NAME OF CONSULTING FIRM]

MONTHLY STATUS REPORT NO. [XX]

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 149
Table of content
Contents
Pag
e Nos

1 Executive Summary ......................................................................................................................................152

1.1 Overall road condition ........................................................................................................................152

1.2 Key reporting metrics .........................................................................................................................152

1.3 Key maintenance activities undertaken ....................................................................................152

1.4 Pending issues ........................................................................................................................................153

1.5 Recommended actions by Independent Engineer ................................................................153

1.6 Strip Plan for maintenance ...............................................................................................................154

2 Project Overview ............................................................................................................................................155

2.1 Key project details ................................................................................................................................155

2.2 Location Map ...........................................................................................................................................156

2.3 Key plan .....................................................................................................................................................157

2.4 RoW availability ....................................................................................................................................157

2.5 Summary of project features ...........................................................................................................158

3 Critical Issues and Action taken ..............................................................................................................159

3.1 Issue and action log..............................................................................................................................159

3.2 Summary of items (Cumulative Observations/ Deficiencies) .........................................159

3.3 Obligations as per contract ..............................................................................................................161

3.4 Major maintenance and Inspection schedule ..........................................................................162

4 Inspection Report ..........................................................................................................................................163

4.1 Summary of NCR issued.....................................................................................................................163

4.2 Equipment based inspection report ............................................................................................163

5 Monitoring of ETC lanes..............................................................................................................................166

5.1 Monthly ETC Report ............................................................................................................................166

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 150
5.2 On-ground infrastucture report .................................................................................................... 166

5.3 On-ground ETC operations and SLA adherence .................................................................... 167

6 Status of Damages for breach of maintenance activities............................................................ 167

6.1 Damages for non completion of project facilities ................................................................. 167

6.2 Dmages for breach of maintenance activities ........................................................................ 168

6.3 Damages for non completion of major maintenance/ periodic overlay ................... 168

7 Change of Scope proposals ....................................................................................................................... 169

8 Status of pending disputes........................................................................................................................ 169

9 Reports ............................................................................................................................................................... 170

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

9.2 Accident Report .................................................................................................................................... 172

9.3 Details of complaints .......................................................................................................................... 174

9.4 Encroachment list ................................................................................................................................ 175

9.5 Lane Closure Report ........................................................................................................................... 175

10 Annexures .................................................................................................................................................... 176

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 151
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 on
Pavement
the project highway w.e.f 14th September 2016
Shoulder
Drainage  Cleaning of drainage in builtup areas n progress
Median
 Concessionaire has taken up repairs and maintenance of MBCB and electric
Road furniture
poles, etc on issuance of NCPs from Independent Engineer
Bridges
 As per provisions of CA and policy decided by MoRTH/<AGENCY>, 2 ETC lanes
at each toll plaza have been operationalised w.e.f. 25th September 2016. The
Buildings connectivity of ETC 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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 152
1.4 Pending issues

 Overlay on the entire stretch of project length of 252 km and service roads has not
been taken up by Concessionaire yet since the date of completion of overlay is due in
next 25 days
 Over all progress is very slow regarding repair of potholes and rutting on Main
Carriageway which is causing inconvenience to highway users and is also a concern
from road safety point of view.
 Street lighting in
 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 Independent Engineer

 In spite of the repeated requests, there is no material change in status of works


pertaining to repairs/ rectifications of defects on the project highway. IE has
recommended the damages of Rs 5.9 Cr on the Concessionaire on account of delay
in repairs of defects in road and bridge works in terms of the provision of Clause
15.8.1 of the Concession Agreement. Concessionaire shall be liable for imposition of
further damages on similar lines till the date of completion
 Concessionaire is requested to take at most care for completing the overlay before
31.03.2017 since the existing road condition is getting deteriorated day by day
causing much inconvenience to the traffic

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 153
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)

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 154
All figures and graphs in templates
are illustrative. Please add actual
details.

Main report

2 Project Overview

2.1 Key project details

Project Name
NH no (New/Old)
Mode of the Project
No. of Lanes
Length of the Project
Total Project Cost
Concessionaire/ Contractor
Date of Award (LOA date)
Appointed Date
Commercial Operation Date (COD)
Concession Period
O&M Period
Independent Engineer
IE Agreement Date
IE Mobilization Date
IE Scheduled Completion Date
IE EOT (Extension Of Time)

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 155
All figures and graphs in templates are
illustrative. Please add actual details.
2.2 Location Map

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 156
All figures and graphs in templates are
illustrative. Please add actual details.
2.3 Key plan

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 157
All figures and graphs in templates are
illustrative. Please add actual details.
2.4 Summary of project features

SNo Particulars Value


1 No of flyovers 2
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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 158
3 Critical Issues and Action taken

3.1 Issue and action log

Expected Date for


Issue Description

suggested by SC
Length affected

resolving issue
Action(s) taken
affected due to
Ongoing/New

Chainage(s)
Concerned
Authority

the issue

Action(s)
till now
Issue

(km)
SNo

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

All figures and graphs in templates are


illustrative. Please add actual details.

3.2 Summary of items (Cumulative Observations/ Deficiencies)

Work done Work done


upto during
SNo Description Unit Total 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 5% Sqm 7179 - - 7179
of road surface
(d) Rutting exceeding 10mm Sqm 5 - - 5
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 slope Cum 650 25 - 625

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 159
Work done Work done
upto during
SNo Description Unit Total 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 and Nos 15072 - - 15072
bushes
7 Buildings and bridges
(a) Rest areas
(b) Toll plazas

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 160
Work done Work done
upto during
SNo Description Unit Total Balance Remarks
previous reporting
month month
(c ) Bridges

3.3 Obligations as per contract

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


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

 Non compliances of critical contractual obligations

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 161
3.4 Major maintenance and Inspection schedule

Item Responsibility Last completed on Due date

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

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

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

Roughness using Laser


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

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

Bridge inspection using


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

Road sign inspection


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

Other

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 162
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
issued till Balance NCR
SNo Highway asset reporting month reporting month
previous month (A+B-C)
(B) (C)
(A)

1 Pavement 48 12 25 35

2 Shoulder 7 0 3 4

3 Drainage

4 Median
5 Road furniture
6 Bridges
7 Buildings
8 Horticulture
9 [Other assets]
Total

4.2 Equipment based inspection report

Pavement Surface Defects Roughness Pavement Strength


Roughness Index)
Ending Chainage

IRI (International
Skid Resistance

Elastic Modulus

Elastic Modulus

Elastic Modulus
Bituminous E1
Potholes (cm)

Bleeding (cm)

Texture depth
Raveling (cm)

Rutting depth

SubGrade E3
Lane number

Cracks (cm)

Granular E2
Chainage
Starting

(mm)

(mm)

(mm)

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 163
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

 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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 164
 Condition Stream

 Condition Superstructure

 Condition Piers

 Condition Abutment

 Retro reflectometer report capturing following key metrics of road furniture


 Coefficient of retro reflected luminance RA (night-time retro reflection) of road traffic
signs

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 165
All figures and graphs in templates are
illustrative. Please add actual details.

5 Monitoring of ETC lanes

5.1 Monthly ETC Report

For Corresponding
TYPE OF VEHICLE month of previous For Previous Month For Current Month
year
No of Fee No of Fee per No of Fee
Fee Collected
vehicles Collected vehicles vehicle vehicles Collected
A Car Total 3845 384500 4659 465,900.00 100 4289 428,900.00
B LCV Total 1521 243360 1312 209,920.00 160 1399 223,840.00
C Bus Total 2404 793386 2284 765,207.00 201 2349 786,915.00
D Truck Total 1603 528924 1523 510,138.00 134 1566 524,610.00
E 3 Axle Total 18990 6836400 16310 5,953,150.00 365 15127 5,521,355.00
F MAV Total 16119 8381880 21111 11,188,830.00 530 18790 9,958,700.00
Over
G Total 1 630 27 17,280.00 640 36 23,040.00
Size
Total for the
49844 18,050,618 52963 19,898,834 49016 18,265,661
Month

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 transceiver 4 3 1 ABC Co. Y
(b) Hand-held reader
(c ) Lane controller
(d) AVC

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 166
Equipment as
Units Equipment
Total Units per
SNo Description damaged/ owner/ Remarks
units working specifications
missing provider
(Y/N)
(e) Camera
(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 Average
queue length queue length transaction
Lane Transaction transaction transaction transaction
during peak during non time
time (cash) time (RFID) time (cards) time (wallet)
time peak time (others)
UPI – 20
Lane 1 10 vehicles 5 vehicles 15 seconds 10 seconds 20 seconds 25 seconds
seconds
Lane 2
Lane 3

 Average system uptime = 80%


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

6.1 Damages for non-completion of project facilities

SNo Period Amount of damages (Rs)


1 Upto June 2016 15,00,35,000
2 Jul 2016 2,00,88,000
3 Aug 2016 2,00,88,000
4 Sep 2016 1,94,40,000
Total 20,96,51,000

Supporting Calculations for damages for Sep 2016

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 167
 No of days in Sep = 30
 Performance security is Rs 64,80,00,000
 As per CA Clause 12.3.2 damages payable is 0.1% of performance security per
day = Rs 6,48,000
 Total damages payable = 30 X 6,48,000 = Rs 1,94,40,000

6.2 Damages for breach of maintenance activities

SNo Period Amount of damages (Rs)

1 Upto June 2016 1,00,35,000


2 Jul 2016 6.63,196
3 Aug 2016 6,63,196
4 Sep 2016 52,22,444
Total 1,65,83,836

Supporting Calculations for damages for reporting month

No of days as
Cost o repair
as estimated
Damages as

Damages at
higher side

No of days
inspection

Damages

Damages
Nature of

damages
Quantity

amount
Date of
per CA

per CA
defect

Total
S No

from
Rate
Unit

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 168
 Total damages payable = 30 X 6,48,000 = Rs 1,94,40,000

All figures and graphs in templates


are illustrative. Please add actual
details.

7 Change of Scope proposals

Date of first Expected/


SN
Proposal Details submission Current status COS Amount Actual date
o
to IE of approval

Approved in principle by
Construction of [Flyover [DD/MM/YYYY Authority. Detailed [DD/MM/YYY
1 [+/- Amount]
Name] at [Chainage] ] quantitSCs in proper order Y]
yet to be submitted

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

8 Status of pending disputes

Date of first Dispute


SN Current
Dispute Details submission to Suggested resolution by IE Amount (if
o stage
IE applicable)

Increased tollable
No merit in increasing tollable
length to be
1 [DD/MM/YYYY] length hence no action required NA SAROD
applicable in toll fee
by <AGENCY>
calculations

Filling stations B/w


<AGENCY> to consider the
energized without Concessiona
2 [DD/MM/YYYY] Concessionaire's request for [+/- Amount]
obtaining NOC from ire and
intervention and assistance
ministry <AGENCY>

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 169
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 VEHICLE month of previous For Previous Month For Current Month
year

No of Fee No of Fee Fee per No of Fee


vehicles Collected vehicles Collected vehicle vehicles Collected

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 170
For Corresponding
TYPE OF VEHICLE month of previous For Previous Month For Current Month
year

No of Fee No of Fee Fee per No of Fee


vehicles Collected vehicles Collected vehicle vehicles Collected

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

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

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

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

Over
G Return 0 0 - 965 -
Size

Local 0 0 - 320 -

Total for the


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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 171
All figures and graphs in templates are
illustrative. Please add actual details.
9.2 Accident Report

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

Intersection type of control


Load conditions of vehicle
Classification of accident

Help provided by
Time of accident
Chainage no

Nature of accident

Weather condition
Accident location
Sex (M/F)

Road condition

Type of vehicle
Type of victim
Age of victim
S No

Date

Causes

Minor
Major
Fatal
382/050 05:25
1 1/1/17 M 2 2 3 4 1 1 - 1 3 1 3 - 1 1 Ambu
RHS pm

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 172
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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 173
All figures and graphs in templates are
illustrative. Please add actual details.

9.3 Details of complaints

Contact
Toll Complaint Name of the Details of Compliance by the
SNo Date details of
plaza No person complaint concessionaire
person

Mr. Shailendra Mr. Shailendra


Gurjar, LIG- Complaints
44,RSS regarding Pot holes Pot holes are
1 81 8/9/2016
mohalla, on the Highway repaired
Shivaji Nagar, may cause
Bhopal (M.P.) accidents.

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

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 174
All figures and graphs in templates are
illustrative. Please add actual details.
9.4 Encroachment list

Establishment (New/ existing)

Distance from road edge (m)


Category (Tea stall, Temple,

Encroachment width and


(Temporary/ Permanent)
Stretch Chainage (km)

Name of Encroacher
Encroachment type
Side (LHS/RHS)

District/

Village

length
Tehsil
SNo

etc)
212+50 Temporar Tea Vijay Kumar
1 LHS Kurnool Kurnool New 7 5mX3.5m
0 y stall Reddy

213+20 Dinnedevara Permanen Godow 10.5m X


2 RHS Kurnool Existing 5 Buddana
0 Padu t n 4m

9.5 Lane Closure Report

Chainage (Km) Reasons for Lane


[Link] Date Side Time of Closure Closure & Approval Remarks
From To Details

215+30 215+35
1 9/9/2016 RHS 1pm-4pm Patch work
0 0

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 175
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

Description of
SNo NCP/ SNo Date of issue Chainage Side IE Remarks
defect

1 311 15.08.2016 Potholes 311+200 LHS To be repaired

To be filled
2 312 15.08.2016 Cracking 311+500 RHS
immediately

Annexure 2 onwards:

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 176
Annexure VII- OUTPUT FORMAT FROM NETWORK SURVEY VEHICLE AND FWD TESTING

[NAME & LOGO OF IMPLEMENTING AGENCY]

[PROJECT NAME]

Independent Engineer
[NAME OF CONSULTING FIRM]

OUTPUT FROM NETWORK SURVEY VEHICLE AND FWD TESTING

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 177
Table of contents
Contents Page Nos.

SECTION 1 ROAD INVENTORY DATA 185

1.1. Location Reference Post (LRP) Master 185


1.2. Carriageway Type 186
1.3. Road Type 187
1.4. Pavement Type 187
1.5. Pavement Width 188
1.6. Shoulder Type 189
1.7. Shoulder Width 190
1.8. Topography 191
1.9. Cross Section 192
1.10. Drain Type 193
1.11. Median Opening 195
1.12. Right Of Way 196
1.13. Pavement composition 197
1.14. Carriageway Furniture 199
1.15. Wayside Amenities 200
1.16 Land Use 201

SECTION 2 ROAD CONDITION DATA 203

2.1. Visual condition 203


2.2. Roughness 207
2.3. Rutting 208
2.4. Texture Depth 209
2.5. Skid Resistance 211
2.6. Falling Weight Deflectometer (FWD) 212
2.7. Falling Weight Deflectometer (FWD) Rigid 216

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 178
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 Independent 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
NHNumber New National Highway number NH0065
LRPName Name of location reference post (LRP) Km stone 17
Chainage Chainage of the survey point (in km) 17
Direction Direction of survey Increasing
 Increasing (chainage)
 Decreasing (chainage)
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
OldNHNumber Old National Highway number NH0065
SectionCode Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
section Vijayawada)

A sample output is shown below for reference


NH
Survey Old NH Section
LRP Name Chainage Direction Latitude Longitude Altitude
Date Number Code
Number

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 179
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
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Type of carriageway, classified into one of the Divided
below categories:
CarriagewayType
 Divided
 Undivided
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference


Start End Carriageway Date of
NHNumber Section Latitude Longitude
Chainage Chainage Type Survey

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

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

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

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

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

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

1.3 Road Type


The following table lists the fields which need to be populated for the ‘Road Type’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 180
Field Description Example
Classification of road on basis of number of lanes Four Lane
 Single Lane
 Two Lane
RoadType
 Intermediate Lane
 Four Lane
 Six Lane
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Start End Date of


NHNumber Section RoadType Latitude Longitude
Chainage Chainage Survey

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

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

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

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

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

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

1.4 Pavement Type

The following table lists the fields which need to be populated for the ‘Pavement Type’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Classification of pavement based on type of Asphalt
surface:
PavementType
 Asphalt
 Cement concrete
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 181
Start End Pavement Date of
NHNumber Section Direction Latitude Longitude
Chainage Chainage Type Survey
NH00xx ABC-DEF 0.000 0.804 Both Asphalt 06-05-17 9.98897 78.02671
NH00xx ABC-DEF 0.804 1.000 Both Asphalt 06-05-17 9.98444 78.02934
NH00xx ABC-DEF 1.000 1.172 Both Asphalt 06-05-17 9.98341 78.03004
NH00xx ABC-DEF 1.172 2.821 Both Asphalt 06-05-17 9.98107 78.03078
NH00xx ABC-DEF 2.821 4.350 Both Asphalt 06-05-17 9.96328 78.04160
NH00xx ABC-DEF 4.350 6.710 Both Asphalt 06-05-17 9.95385 78.05255
NH00xx ABC-DEF 6.710 12.925 Both Asphalt 06-05-17 9.93102 78.05648

1.5 Pavement Width

The following table lists the fields which need to be populated for the ‘Pavement Width’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Width of the pavement in metres, classified into >7m and <10.5m
one of the below categories
 >= 3.75m and < 5.5m
PavementWidth  >5.5m and < 7m
 >= 7m and < 10.5m
 >=10.5m and <=12.5m
 > 12.5m
Width of the pavement in metres, rounded to two 7.0
PavementWidthValue
places after decimal
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End Pavement Pavement Survey


NH Number Direction Latitude Longitude
Code Chainage Chainage Width Width Value Date

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

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

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

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 182
Section Start End Pavement Pavement Survey
NH Number Direction Latitude Longitude
Code Chainage Chainage Width Width Value Date

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

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 183
1.6 Shoulder Type

The following table lists the fields which need to be populated for the ‘Shoulder Type’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
 Increasing (chainage)
Direction  Decreasing (chainage)
Type of shoulder, classified into one of the below Gravel
categories:
 None
 Paved
 Gravel
ShoulderType  Earth
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

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

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 184
1.7 Shoulder Width
The following table lists the fields for the ‘Shoulder Width’ attribute, which need to be
populated. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
 Increasing (chainage)
Direction  Decreasing (chainage)
Width of the shoulder in metres, classified into one < 1m
of the below categories
 No shoulder
 < 1m
 >= 1m and <= 2m
ShoulderWidth  > 2m
Width of the shoulder in metres, rounded to one 0.5
ShoulderWidthValue place after decimal
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

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

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

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

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

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

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

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 185
1.8 Topography

The following table lists the fields which need to be populated for the ‘Topography’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Topography of the road, classified into one of the Flat
below categories
 Flat
 Rolling
Topography  Hilly
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End Survey


NH Number Topography Latitude Longitude
Code Chainage Chainage Date

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

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

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

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

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

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

1.9 Cross Section

The following table lists the fields which need to be populated for the ‘Cross Section’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
 Increasing (chainage)
Direction  Decreasing (chainage)

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 186
Field Description Example
Cross section type, classified into one of the below Fill
categories
 Cut
 Fill
 Cut and Fill
CrossSection  Level
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End


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

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

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

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

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

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

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

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

1.10 Drain Type

The following table lists the fields which need to be populated for the ‘Drain Type’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
 Increasing (chainage)
Direction  Decreasing (chainage)
Type of drain, classified into one of the below Open lined drain
categories
 Open unlined drain
 Open lined drain
 Covered line drain
DrainType  No drain
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 187
Field Description Example
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 188
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

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

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

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

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

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

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

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 189
Field Description Example
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
 Increasing (chainage)
Direction  Decreasing (chainage)
Type of median, classified into one of the below Raised
categories
 Raised;
 Depressed;
 Barrier;
MedianType  None.
Width of the median in metres, rounded to one 0.5
MedianWidth place after decimal
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


Section Start End Median Median Survey
NHNumber Direction Latitude Longitude
Code Chainage Chainage Type Width Date

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

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

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

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

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

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

1.12 Right Of Way

The following table lists the fields which need to be populated for the ‘Right of Way’ attribute.
The descriptions of the fields are given below.
Field Description Example
New National Highway number NH0065
NHNumber
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
Chainage of the start point (in km) 0.500
StartChainage
Chainage of the end point (in km) 1.500
EndChainage
Direction of survey Increasing
 Increasing (chainage)
Direction  Decreasing (chainage)

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 190
Field Description Example
Width of Right of Way (in metres) 24
RowWidth

Remarks
Date of survey in the format <DD-MM-YY> 06-05-17
SurveyDate
Latitude of survey point 9.98897
Latitude
Longitude of survey point 78.02671
Longitude

A sample output is shown below for reference:

Section Start End ROW Survey


NHNumber Direction Remarks Latitude Longitude
Code Chainage Chainage Width Date

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

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

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

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

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

1.13 Pavement composition

The following table lists the fields which need to be populated for the ‘Pavement composition’
attribute. The descriptions of the fields are given below.
Field Description Example
New National Highway number NH0065
NHNumber
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode section Vijayawada)
Chainage of the start point (in km) 0.500
StartChainage
Chainage of the end point (in km) 1.500
EndChainage
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Type of pavement Asphalt
PavementType  Asphalt
 Cement concrete
BC
BituminousSurfaceCo Type of bituminous surface course
urseType
Thickness of BSC layer in mm 40
BituminousSurfaceCo

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 191
Field Description Example
urse ThicknessMM
Year of construction of BSC layer in flexible 2015
BSCConstructionYear pavements
DBM
Bituminous Type of bituminous base course
BaseCourseType
100
Bituminous
Thickness of BBC layer in mm
BaseCourseThick—
ness
Year of construction of BBC layer in flexible 2015
BBCConstruction
Year pavements

Type of granular base WMM


GranularBaseType
250
GranularBaseThick- Thickness of GB layer in mm
ness
Year of construction of GB layer in flexible 2015
GBConstruction Year pavements
PQC
PavementQuality Type of pavement quality concrete
ConcreteType
300
PavementQuality Thickness of PQC layer in mm
ConcreteThickness
Year of construction of PQC layer in rigid 2015
PQCConstruction
Year pavements
100
DryLeanConcrete Thickness of DLC layer in mm
ThicknessMM
DLC
DryLeanConcrete Type of dry lean concrete
Type
Year of construction of DLC layer in rigid 2015
DLCConstruction
Year pavements
GSB
GranularSubBase Type of granular sub base
Type
200
GranularSubBase Thickness of GSB layer in mm
Thickness
2014
GSBConstruction Year of construction of GSB layer
Year
Design CBR of the subgrade, expressed in % 5%
DesignCBR
Date of survey in the format <DD-MM-YY> 06-05-17
SurveyDate
Latitude of survey point 9.98897
Latitude

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 192
Field Description Example
Longitude of survey point 78.02671
Longitude

A sample output is shown below for reference:


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

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

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

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

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

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

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

(table continued…)
GB Pavement Pavement PQC Dry Lean DLC
Dry Lean Granular Granular GSB
Constru Quality Quality Constru Concrete Constru Design Survey Latitu Longitu
Concrete SubBase SubBase Construc
ction Concrete Concrete ction Thicknes ction CBR Date de de
Type Type Thickness tion Year
Year Type Thickness Year s Year

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 193
Field Description Example
Chainage Chainage of the point (in km) 0.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Wayside amenities classified into one of the below Road sign
categories:
Wayside Amenity  Crash barriers
Type  Signs
 Street Lights
 Km stone
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 194
A sample output is shown below for reference:
NHNumber SectionCode Chainage Direction EventType SurveyDate Latitude Longitude
Street Light
NH00xx ABC-DEF 0.012 Increasing 03-01-16 9.98897 78.02671
Start
Street Light
NH00xx ABC-DEF 0.287 Increasing 03-01-16 9.98444 78.02934
End
NH00xx ABC-DEF 2.491 Decreasing Road Sign 03-01-16 9.98341 78.03004
NH00xx ABC-DEF 2.708 Decreasing Road Sign 03-01-16 9.98107 78.03078
NH00xx ABC-DEF 3.496 Increasing Road Sign 03-01-16 9.96328 78.04160
NH00xx ABC-DEF 5.160 Increasing Road Sign 03-01-16 9.95385 78.05255
NH00xx ABC-DEF 5.356 Decreasing Road Sign 03-01-16 9.93102 78.05648
NH00xx ABC-DEF 8.402 Decreasing Road Sign 03-01-16 9.91229 78.04961
NH00xx ABC-DEF 10.966 Decreasing Road Sign 03-01-16 9.89041 78.03458

1.15 Wayside Amenities

The following table lists the fields which need to be populated for the ‘Wayside Amenities’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
Chainage Chainage of the point (in km) 0.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Wayside amenities classified into one of the below Restaurant/Motel
categories:
 Bus shelter;
 Culverts;
 Restaurant/Motel;
 Toilet/Public convenience;
 Rest Rooms for short stay;
Wayside Amenity
 Toll Plaza;
 First aid/Medical centre;
 Telephone booth;
 Petrol pump/minor repair shop (optional);
 Police Station;
 Temple /Mosque;
 Bridges.
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Data Source
Remarks
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 195
A sample output is shown below for reference:
NH Section Survey Data
Chainage Direction Wayside Amenity Remarks Latitude Longitude
Number Code Date Source
ABC-
NH00xx 0.650 Increasing Restaurant/Motel 05-01-16 9.98897 78.02671
DEF
ABC-
NH00xx 1.998 Increasing Restaurant/Motel 05-01-16 9.98444 78.02934
DEF
ABC-
NH00xx 5.524 Increasing Petrol Pump 05-01-16 9.98341 78.03004
DEF
ABC-
NH00xx 11.413 Increasing Restaurant/Motel 05-01-16 9.98107 78.03078
DEF

1.16 Land Use

The following table lists the fields which need to be populated for the ‘Land Use’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Land use classified into one of the below Commercial
categories:
 Residential;
 Commercial;
LandUse
 Industrial;
 Agricultural;
 Water bodies;
 Mixed.
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


NHNumber SectionCode StartChainage EndChainage Direction LandUse SurveyDate Latitude Longitude
NH00xx ABC-DEF 0.000 0.797 Increasing Mixed 03-01-16 9.98897 78.02671
NH00xx ABC-DEF 0.511 0 Decreasing Mixed 03-01-16 9.98444 78.02934
NH00xx ABC-DEF 0.797 2.699 Increasing Mixed 03-01-16 9.98341 78.03004
NH00xx ABC-DEF 0.835 0.511 Decreasing Mixed 03-01-16 9.98107 78.03078
NH00xx ABC-DEF 0.987 0.835 Decreasing Mixed 03-01-16 9.96328 78.04160

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 196
Barren
NH00xx ABC-DEF 2.081 1.641 Decreasing 03-01-16 9.93102 78.05648
Land

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

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

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

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.

2.1 Visual condition

The following table lists the fields which need to be populated for the ‘Visual Condition’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
HYD-VIJ (Hyderabad-
SectionCode Code indicating starting and ending locations of section
Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being 1st lane L1
LaneNumber on the left from centreline of carriageway, L2 being 2nd lane
on the left from centerline and so on
Percent of pavement area affected by ravelling, which is 2
converted to the following rating scale:
 1 - Very Poor (> 30%)
Ravelling
 2 - Poor (11-30%)
 3 - Fair (6-10%)
 4 - Good (1-5%)

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 197
Field Description Example
 5 - Very Good (0%)
No. of potholes, which is converted to the following rating 1
scale:
 1 - Very Poor (> 5)
PotHoles  2 - Poor (3-5)
 3 - Fair (2)
 4 - Good (1)
 5 - Very Good (0)
Pavement area containing edge breaks, which is converted 3
to the following rating scale:
 1 - Very Poor (> 5m2)
EdgeBreak  2 - Poor (1-5m2)
 3 - Fair (0.5-1m2)
 4 - Good (0-0.5m2)
 5 - Very Good (0m2)
Percent of pavement area affected by cracking, which is 3
converted to the following rating scale:
 1 - Very Poor (> 30%)
Cracking  2 - Poor (21-30%)
 3 - Fair (11-20%)
 4 - Good (5-10%)
 5 - Very Good (<5%)
Percent of pavement area affected by disintegration, which 2
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, which is 5
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, which is 3
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%)
Patching Percent of pavement area affected by patching, which is 4

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 198
Field Description Example
converted to the following rating scale:
 1 - Very Poor (> 30%)
 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 following 2
rating scale:
DrainCondition  1 - Poor
 2 - Fair
 3 - Good
Condition of the shoulder, which is converted to the Fair
following rating scale:
ShoulderCondition  1 - Poor
 2 - Fair
 3 - Good
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


Start End Lane
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…)

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 199
Drain Date of
Disintegration Depression Bleeding Patching ShoulderCondition Latitude Longitude
Condition Survey
4 4 4 4 2 2 06-05-17 9.98897 78.02671
4 4 4 4 2 2 06-05-17 9.98444 78.02934
5 5 5 4 2 2 06-05-17 9.98341 78.03004
5 5 5 5 2 2 06-05-17 9.98107 78.03078
5 5 5 5 2 2 06-05-17 9.96328 78.04160
5 5 5 5 2 2 06-05-17 9.95385 78.05255
5 5 5 5 2 3 06-05-17 9.93102 78.05648
4 4 4 4 2 3 06-05-17 9.91229 78.04961
4 4 4 4 2 2 06-05-17 9.89041 78.03458
5 5 5 5 2 2 06-05-17 9.88489 78.02995
5 5 5 5 2 2 06-05-17 9.87474 78.02828
5 5 5 5 2 2 06-05-17 9.87363 78.02744
5 5 5 5 2 2 06-05-17 9.84857 78.01535
5 5 5 5 2 2 06-05-17 9.83764 78.00392
5 5 5 5 2 2 06-05-17 9.83711 77.98576
5 5 5 5 1 2 06-05-17 9.83386 77.97729
5 5 5 5 2 2 06-05-17 9.81804 77.97875
5 5 5 5 2 2 06-05-17 9.77426 77.98129
5 4 4 4 2 2 06-05-17 9.73071 77.97999
5 5 5 3 2 2 06-05-17 9.68686 77.97017

2.2 Roughness

The following table lists the fields which need to be populated for the ‘Roughness’ attribute.
The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
LwpIri International roughness index (IRI) of left wheel 2.33
path measured from laser profilometer
RwpIri International roughness index (IRI) of right wheel 1.97
path measured from laser profilometer
LaneIri Average of the International roughness index (IRI) 2.15
of left and right wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 200
A sample output is shown below for reference:
NH Section Start End Lane Survey
Direction LwpIri RwpIri LaneIri Speed Latitude Longitude
Number Code Chainage Chainage Number Date

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

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

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

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

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

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

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

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

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

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

2.3 Rutting

The following table lists the fields which need to be populated for the ‘Rutting’ attribute. The
descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being L1
1st lane on the left from centreline of carriageway,
LaneNumber
L2 being 2nd lane on the left from centerline and so
on
RuttingLeft Rut depth in mm, measured from left wheel path 20
RuttingRight Rut depth in mm, measured from left wheel path 18
RuttingAvg Average rut depth measured from left and right 19
wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 201
NH Section Start End Lane Rutting Rutting Rutting Survey
Direction Speed Latitude Longitude
Number Code Chainage Chainage Number Left Right Avg Date

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

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

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

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

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

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

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

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

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

2.4 Texture Depth

The following table lists the fields which need to be populated for the ‘Texture Depth’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being L1
1st lane on the left from centreline of carriageway,
LaneNumber
L2 being 2nd lane on the left from centerline and so
on
TextureLeft Texture depth of pavement in mm, measured from 0.40
left wheel path
TextureRight Texture depth of pavement in mm, measured from 0.30
left wheel path
TextureAverage Average texture depth measured from left and 0.35

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 202
Field Description Example
right wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 203
A sample output is shown below for reference:
NH Section Start End Lane Texture Texture Texture Survey
Direction Speed Latitude Longitude
Number Code Chainage Chainage Number Left Right Average Date

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

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

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

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

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

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

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

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

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

2.5 Skid Resistance

The following table lists the fields which need to be populated for the ‘Skid Resistance’
attribute. The descriptions of the fields are given below.
Field Description Example
NHNumber New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad-
SectionCode
section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being L1
1st lane on the left from centreline of carriageway,
LaneNumber
L2 being 2nd lane on the left from centerline and so
on
SkidLeft Skid resistance of pavement measured as skid 25
number, measured from left wheel path
SkidRight Skid resistance of pavement measured as skid 24
number, measured from left wheel path
SkidAverage Average skid resistance measured from left and 24.5
right wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 204
A sample output is shown below for reference:

NH Section Start End Lane Skid Skid Skid Survey


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

ABC- 06-05-
NH00xx 0.0 0.5 Increasing L1 25.0 24.0 24.5 20 9.98897 78.02671
DEF 17

ABC- 06-05-
NH00xx 0.5 1.0 Increasing L1 23.0 23.0 23.0 37 9.98444 78.02934
DEF 17

ABC- 06-05-
NH00xx 1.0 1.5 Increasing L1 23.0 24.0 23.5 42 9.98341 78.03004
DEF 17

ABC- 06-05-
NH00xx 1.5 2.0 Increasing L1 22.0 22.0 22.0 46 9.98107 78.03078
DEF 17

ABC- 06-05-
NH00xx 2.0 2.5 Increasing L1 20.0 21.0 20.5 42 9.96328 78.04160
DEF 17

ABC- 06-05-
NH00xx 2.5 3.0 Increasing L1 24.0 24.0 24.0 49 9.95385 78.05255
DEF 17

ABC- 06-05-
NH00xx 3.0 3.5 Increasing L1 28.0 28.0 28.0 42 9.93102 78.05648
DEF 17

ABC- 06-05-
NH00xx 3.5 4.5 Increasing L1 21.0 21.0 21.0 33 9.91229 78.04961
DEF 17

ABC- 06-05-
NH00xx 4.5 5.0 Increasing L1 25.0 24.0 24.5 32 9.89041 78.03458
DEF 17

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
SectionCode Code indicating starting and ending locations of section (Hyderabad-
Vijayawada)
Chainage Chainage of survey point (in km) 0.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being 1st lane on the L1
LaneNumber left from centreline of carriageway, L2 being 2 lane on the left
nd

from centerline and so on


AirTemperature Air temperature recorded in °C 33

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 205
Field Description Example
SurfaceTemper
Temperature of the pavement surface, recorded in °C
ature 39.3
PeakLoad Peak impulse load, measured in kN 45.7
Deflection0 Surface deflection at the test load center, measured in micron 246
Surface deflection at location 1 from the test load center,
Deflection1
measured in micron 110

Distance of location 1 from the test load center


Distance1 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
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
ElasticModulus
Elastic modulus of bituminous layer, backcalculated in MPa
BituminousE1 3359
Elastic Modulus
Elastic modulus of granular layer, back calculated in MPa
Granular E2 396
Elastic Modulus
Elastic modulus of subgrade, back calculated in MPa
Sub Grade E3 90
Corrected
Elastic Modulus Corrected elastic modulus of bituminous layer in MPa
Bituminous E1 3424
Corrected
Elastic Modulus Corrected elastic modulus of granular layer in MPa
Granular E2 300
Corrected
Corrected elastic modulus of subgrade in MPa
Elastic Modulus 69

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 206
Field Description Example
Sub Grade E3
Bituminous
Thickness of bituminous layer in mm
Layer 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
BituminousLaye
Layer coefficient of the bituminous layer
rCoefficientA1 0.36
BaseLayerCoeff
Layer coefficient of the base layer
icientA2 0.17
GranularBaseL
ayerCoefficient Layer coefficient of the GSB layer
A3 0.17
Structural
Structural number of the pavement
Number 3.86
Modified
Structural Modified structural number including contribution from subgrade
Number 4.85
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:


Pea
NH Lane Air Surface
Sectio Chainag Directio k Deflection Deflection Locatio Deflection
Numbe Numbe Temperatur Temperatur
n Code e n Loa 0 1 n1 2
r r e e
d

ABC-
NH00xx 0.500 RHS R2 32.6 43.7 45.7 333 188 300 243
DEF

ABC-
NH00xx 1.000 LHS L1 29.9 32.6 45.4 317 163 300 217
DEF

ABC-
NH00xx 1.499 RHS R1 33.0 39.3 45.7 246 110 300 153
DEF

ABC-
NH00xx 2.000 LHS L2 28.7 32.4 46.0 293 130 300 187
DEF

ABC-
NH00xx 2.500 RHS R2 33.7 45.8 45.3 429 232 300 316
DEF

ABC-
NH00xx 3.000 LHS L1 29.0 33.0 45.7 343 204 300 252
DEF

ABC-
NH00xx 3.500 RHS R1 33.5 45.4 44.5 373 194 300 268
DEF

ABC-
NH00xx 4.010 LHS L2 28.9 33.5 45.0 348 201 300 254
DEF

ABC-
NH00xx 4.500 RHS R2 33.3 40.3 46.0 393 241 300 301
DEF

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 207
(table continued…)

Locatio Deflection Locatio Deflection Locatio Deflection Locatio Deflection Locatio Deflection Locatio Deflection
n2 3 n3 4 n4 5 n5 6 n6 7 n7 8

600 180 900 128 1200 102 1500 75 1800 58 2100 42

600 158 900 104 1200 70 1500 48 1800 38 2100 28

600 110 900 76 1200 59 1500 44 1800 35 2100 28

600 126 900 81 1200 62 1500 44 1800 32 2100 23

600 227 900 152 1200 116 1500 86 1800 71 2100 58

600 196 900 144 1200 117 1500 85 1800 65 2100 48

600 187 900 118 1200 83 1500 47 1800 31 2100 22

600 198 900 135 1200 105 1500 64 1800 42 2100 26

600 231 900 162 1200 123 1500 82 1800 62 2100 46

(table continued…)

Corrected Corrected
Elastic Elastic Elastic
Elastic Elastic Corrected Base GSB
Locatio Modulus Modulus Modulus Bituminou Subgrad
Modulus Modulus ElasticModulu Laye Laye
n8 BituminousE GranularE SubGradeE s Layer e CBR
BituminousE GranularE s SubGradeE3 r r
1 2 3
1 2

2400 6213 185 100 6447 135 78 105 230 200 0.08

2400 5356 195 100 5295 143 78 105 230 200 0.08

2400 3359 396 90 3424 300 69 105 230 200 0.08

2400 4830 226 100 4770 169 78 105 230 200 0.08

2400 4570 137 97 4781 93 75 105 230 200 0.08

2400 8454 135 100 8374 91 78 105 230 200 0.08

2400 4394 165 100 4590 117 78 105 230 200 0.08

2400 7817 139 96 7762 95 74 105 230 200 0.08

2400 7666 123 95 7847 81 73 105 230 200 0.08

(table continued…)

Granular Base Modified


Bituminous Layer Base Layer Structural Survey
Layer Coefficient Structural Latitude Longitude
Coefficient A1 CoefficientA2 Number Date
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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 208
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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 209
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 of the pavement surface, recorded in °C
Temperature 39.4
Peak Load Peak impulse load, measured in kN 103.7
Deflection1 Surface deflection at the test load center, measured in micron 140
Surface deflection at 300 mm from the test load center,
Deflection2 measured in micron 121
Surface deflection at 600 mm from the test load center,
Deflection3 measured in micron 108
Surface deflection at 900 mm from the test load center,
Deflection4 measured in micron 101
Concrete Slab Thickness of concrete slab, measured in mm
Thickness h 300
Area of Deflection Area of deflection basin, calculated from measured
Basin deflections, in cm2 761
Radius of Relative Radius of relative stiffness, calculated in mm
Stiffness 823
NormalizedDeflecti Normalized deflection at location 1, in mm 3.1
ond1
NormalizedDeflecti Normalized deflection at location 2, in mm 2.9
ond2
NormalizedDeflecti Normalized deflection at location 3, in mm 2.4
ond3
NormalizedDeflecti Normalized deflection at location 4, in mm 1.9
ond4
Modulus of 131
Subgrade Reaction Modulus of subgrade reaction, measured in MPa/m
k
Elastic Modulus of Elastic modulus of concrete, calculated in MPa 26118
Concrete Ec
Cube Strength of Cube strength of concrete, calculated in MPa 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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 210
Field Description Example
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


Chain- Concrete
Section Lane Air Surface Peak
NH No Direction Deflection 1 Deflection 2 Deflection 3 Deflection 4 Slab
Code No. Temperature Temperature Load
-age Thicknessh

ABC-
NH00xx 0.0 LHS L2 29.0 34.9 104.1 167 143 130 119 300
DEF

ABC-
NH00xx 0.5 RHS R2 30.5 38.1 104.4 141 130 122 115 300
DEF

ABC-
NH00xx 1.0 LHS L1 30.0 35.6 105.2 147 111 100 91 300
DEF

ABC-
NH00xx 1.5 RHS R1 28.9 38.3 102.4 140 126 116 107 300
DEF

ABC-
NH00xx 2.0 LHS L2 30.1 39.4 103.7 140 121 108 101 300
DEF

ABC-
NH00xx 2.5 RHS R2 29.0 37.5 104.6 150 134 126 117 300
DEF

ABC-
NH00xx 3.0 LHS L1 30.6 38.9 102.7 124 109 104 92 300
DEF

ABC-
NH00xx 3.5 RHS R1 29.3 39.1 105.9 149 136 128 119 300
DEF

ABC-
NH00xx 4.5 RHS R2 30.3 41.0 104.9 138 127 121 114 300
DEF

(table continued…)

Elastic Cube Flexural


Modulus
Area of Radius of Normalized Normalized Normalized Modulus Strength strength
Normalized of Date Of
Deflection RelativeS Deflection Deflection Deflection of of of Latitude Longitude
Deflection d2 Subgrade Testing
Basin tiffness d1 d3 d4 Concrete Concrete concrete
Reactionk
Ec fck fmr

25-06-
759 816 3 3 2 2 112 21590 19 3 9.98897 78.02671
16

28-06-
821 1214 3 3 3 2 62 58161 135 8 9.98444 78.02934
16

25-06-
684 580 3 3 2 1 246 12051 6 2 9.98341 78.03004
16

28-06-
796 1014 3 3 3 2 87 39783 63 6 9.98107 78.03078
16

25-06-
761 823 3 3 2 2 131 26118 27 4 9.96328 78.04160
16

28-06-
800 1040 3 3 3 2 79 39908 64 6 9.95385 78.05255
16

25-06-
789 971 3 3 3 2 107 41290 68 6 9.93102 78.05648
16

28-06-
814 1150 3 3 3 2 66 50086 100 7 9.91229 78.04961
16

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 211
28-06-
826 1257 3 3 3 2 59 64082 164 9 9.89041 78.03458
16

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 212
SECTION 7: DRAFT FORM OF CONTRACT

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 213
CONTRACT FOR CONSULTANT’S SERVICES

Between

(Name of Client)

And

(Name of Consultant)

Dated:

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 214
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 Contract
1.4 Language
1.5 Headings
1.6 Notices
1.7 Location
1.8 Authority of Member in charge
1.9 Authorized Representatives
1.10 Taxes and Duties

2. Commencement, Completion, Modification and Termination of Contract

2.1 Effectiveness of Contract ………………………………….


2.2 Termination of Contract for Failure to Become Effective
2.3 Commencement of Services
2.4 Expiration of Contract
2.5 Entire Agreement
2.6 Modification
2.7 Force Majeure
2.8 Suspension…………………………………………………
2.9 Termination ………………………………………..

3. Obligations of the Consultants ……………………


3.1 General
3.2 Conflict of Interests ……………………….
3.3 Confidentiality ………………………………..
3.4 Liability of the Consultants …………………..
3.5 Insurance to be Taken out by the Consultants …
3.6 Accounting, Inspection and Auditing ………….
3.7 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 and or Associates………………..


4.1 General …………………………………………………
4.2 Description of Personnel …………………………
4.3 Approval of Personnel ……………………………

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 215
4.4 Working Hours, Overtime, Leave etc.
4.5 Removal and /or Replacement of Personnel ……………
4.6 Resident Team Leader and Coordinator ………………………….

5. Obligations of the Client ………………………………….


5.1 Assistance and Exemptions …………….
5.2 Access to Land ………………………….
5.3 Change in the Applicable Law ………….
5.4 Services, Facilities and Property of the Client
5.5 Payment …………………………………
5.6 Counterpart Personnel………………….

6. Payments to the Consultants ……………………………..


6.1 Cost Estimates, Ceiling Amount ……………….
6.2 Remuneration and Reimbursable Expenditures…
6.3 Currency of Payment …………………………..
6.4 Mode of Billing and Payment ………………….

7. Fairness and Good Faith


7.1. Good Faith
7.2. Operation of the Contract

8. Settlement of Disputes
8.1. Amicable Settlement
8.2. Dispute Settlement

9. Fake CV

III SPECIAL CONDITIONS OF CONTRACT ……………………

IV APPENDICES

Appendix A : Description of the Services ……………..


Appendix B : Reporting Requirements…………………
Appendix C : Key Personnel and Sub-consultants
Appendix D : Medical Certificate ……………………….
Appendix E : Hours of Work for Key Personnel ……….
Appendix F : Duties of the Client ………………………
Appendix G: Cost Estimates in Local Currency……
Appendix H : Form of Performance Security………..
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..…………………………………………

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 216
I. FORM OF CONTRACT

COMPLEX TIME BASED ASSIGNMENTS

This CONTRACT (hereinafter called the “Contract”) is made the ______ day of the
______________________________________________________________________ Month of ______, 200 ______,
between, on the one hand ___________________ (hereinafter called the “Client) and, on the other
hand, ___________________ (hereinafter called the “Consultants”).

[Note* : If the Consultants consist of more than one entity, the above should be partially
amended to read as follows:

“…(hereinafter called the “Client”) and, on the other hand, a joint venture consisting of the
following entities, each of which will be jointly severally liable to the Client for all the
Consultants’ obligations under this Contract, namely, and
(hereinafter called “Consultants”)]

WHEREAS

(a) the Client has requested the Consultants to provide certain consulting
services as defined in the General Conditions of Contract attached to this
Contract (hereinafter called the “Services”);

(b) the Consultants, having represented to the Client that they have the required
processional skills, and personnel and technical resources, have agreed to
provide the Services on the terms and conditions set forth in this Contract;

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……………..

Key Personnel and Sub-


Appendix C:
consultants……………..

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 217
Appendix D: Medical Certificate……………..

Appendix E: Hours of Work for Key Personnel……

Appendix F: Duties of the Client……………..

Appendix G: Cost Estimates in Local Currency………

Appendix H: Form of Performance Security………

Form of Bank Guarantee for Advance


Appendix I:
Payments……………

Appendix J: Letter of invitation……………..


Appendix K: Letter of Award……………..

Appendix L: Minutes of pre-bid meeting……………..

Appendix M: Memorandum of Understanding………

2. The mutual rights and obligations of the Client and the Consultants shall
be as set forth in the Contract; in particular

(d) The Consultants shall carry out the Services in accordance with the provisions
of the Contract; and

(e) The Client shall make payments to the Consultants in local currency only in
accordance with the Provisions of the Contract.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 218
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.
FOR AND ON BEHALF OF
[NAME OF THE CLIENT]
By
(Authorized Representative)
FOR AND ON BEHALF OF
[NAME OF THE CONSULTANTS]
By
(Authorized Representative)

[Note: If the Consultants consist of more than one entity, all of these entities should appear as
signatures, e.g. in the following manner]

FOR AND ON BEHALF OF EACH OF THE


MEMBERS OF THE CONSULTANTS
[Name of the Member]
By
(Authorized Representative)
[Name of the Member]
By
(Authorized Representative)
etc.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 219
II. 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) “Applicable Law” means the laws and any other instruments having the
force of law in the Government’s country [or in such other country as
may be specified in the Special Conditions of Contract (SC)], as they may
be issued and in force from time to time.

(b) “Contract means the Contract signed by the Parties, to which these
General Conditions of Contract are attached, together with all the
documents listed in Clause 1 of such signed Contract;

(c) “Effective Date’ means the date on which this Contract comes into force
and effect pursuant to Clause GC 2.1;

(d) ‘foreign currency’ means any currency other than the currency of the
Government;

(e) ‘GC means these General Conditions of Contract;

(f) “Government” means the Government of Client’s Country;

(g) ‘Local currency’ means the Indian Rupees;

(h) “Consultant” wherever mentioned in this Contract Agreement means the


“Independent Consultant (IE)” and includes and sub-consultants or
Associates engaged by the primary consultant.

(i) “Member”, in case the Consultants consist of a joint venture of more than
one entity, means any of these entities, and “Members” means all of
these entities;

(j) “Party’ means the Client or the Consultants, as the case may be, and
Parties means both of them;

(k) “Personnel” means persons hired by the Consultants or by any Sub-


Consultants and or Associates as Employees and assigned to the
performance of the Services or any part thereof; “Foreign Personnel”
means such persons who at the time of being so hired had their domicile

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 220
outside the Government’s Country, “Local Personnel” means such persons
who at the time of being so hired had their domicile inside the
Government’s Country; and ‘key personnel’ means the personnel referred
to in Clause GC 4.2 (a).

(l) "SC" means the Special Conditions of Contract by which these General
Conditions of Contract may be amended or supplemented;

(m) "Services" means the work to be performed by the Consultants pursuant to


his contract, as described in Appendix A hereto. The scope of work will
be strictly as given in various Clauses in TOR. The approach and
methodology to be adopted by the Consultant for carrying out the
assignment as Independent Engineer may be modified depending on the
site requirements and work programme of the Concessionaire after
mutual discussions with Authority, the Concessionaire and the
Independent Engineer. The work plan as indicated by the Consultant may
be modified accordingly to the site requirements.

(n) "Sub-consultant and or Associates " means any entity to which the
Consultants subcontract any part of the Services in accordance with the
provisions of Clause GC 3.7; and

(o) "Third Party" means any person or entity other than the Government,
the Client, the Consultants or a Sub-consultant.

1.2 Relation between the Parties

Nothing contained herein shall be construed as establishing a relation of


master and servant or of principal and agent as between the Client and the
Consultants. The Consultants, subject to this Contract, have complete charge of
Personnel and Sub- consultants, if any, performing the Services and shall be
fully responsible for the Services performed by them or on their behalf
hereunder.

1.3 Law Governing Contract

This Contract, its meaning and interpretation, and the relation between the
Parties shall be governed by the Applicable Law.

1.4 Language

This Contract has been executed in the language specified in the SC, which shall
be the binding and controlling language for all matters relating to the meaning
or interpretation of this Contract.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 221
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 routed through NHAI Data Lake only unless the
law requires to send such notice, request etc. through physical/ any other
specified mode only. Any such notice, request or consent shall be deemed to
have been delivered when given or made on the NHAI Data Lake to an authorized
representative of the Party specified in the SC.

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

1.6.3 A Party may change its address for notice hereunder by giving the other Party
notice of such change pursuant to the provisions listed in the SC with respect
to Clause GC 1.6.2.

1.7 Location

The Services shall be performed at such locations as are specified in Appendix A


hereto and, where the location of a particular task is not so specified, at such
locations. Whether in Government's Country or elsewhere, as the Client may
approve.

1.8 Authority of Member in Charge

In case the Consultants consist of a joint venture of more than one entity, the
Members hereby authorize the entity specified in the SC to act on their behalf in
exercising all the Consultants' rights and obligations towards the Client under this
Contract, including without limitation the receiving of instructions and payments
from the Client.

1.9 Authorized Representatives

Any action required or permitted to be taken, and any document required or


permitted to be executed, under this Contract by the Client or the Consultants
may be taken or executed by the officials specified in the SC.

1.10 Taxes and Duties

Unless otherwise specified in the SC, the Consultants, Sub-consultants and


Personnel shall pay such taxes, duties, fees and other impositions as may be
levied under the Applicable Law. Authority shall reimburse only Goods and

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 222
service tax on production of project specific proof of payment of Goods and
service tax.

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 GC 2.9 hereof, this Contract shall
expire when services have been completed and all payments have been made
at the end of such time period after the Effective Date as shall be specified in
the SC.

2.5 Entire Agreement

This Contract contains all covenants, stipulations and provisions agreed by the
Parties. No agent or representative of either Party has authority to make, and
the Parties shall not be bound by or be liable for, any statement,
representation, promise or agreement not set forth herein.

2.6 Modification

Modification of the terms and conditions of this Contract, including any


modification of the scope of the Services, may only be made by written
agreement between the Parties as the case may be, has been obtained. Pursuant

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 223
to Clause GC 7.2 hereof, however, each Party shall give due consideration to any
proposals for modification made by the other Party.

2.7 Force Majeure

2.7.1 Definition

(a) For the purposes of this Contract, "Force Majeure" means an event
which is beyond the reasonable control of a Party, and which makes a
Party's performance of its obligations hereunder impossible or so
impractical as reasonably to be considered impossible in the
circumstances, and includes, but is not limited to, war, riots, civil
disorder, earthquake, fire, explosion, storm, flood or other adverse
weather conditions, strikes, lockouts or other industrial action ( except
where such strikes, lockouts or other industrial action are within the
power of the Party invoking Force Majeure to prevent), confiscation or
any other action by government agencies.

(b) Force Majeure shall not include (i) any event which is caused by the
negligence or intentional action of a party or such Party's Sub-
consultants or agents or employees, nor (ii) any event which a diligent
Party could reasonably have been expected to both (A) take into account
at the .time of the conclusion of this Contract and (B) avoid or
overcome in the carrying out of its obligations hereunder.

(c) Force Majeure shall not include insufficiency of funds or failure to make
any payment required hereunder.

2.7.2 No Breach of Contract

The failure of a Party to fulfill any of its obligations hereunder shall not
be considered to be a breach of, or default under, this Contract insofar as
such inability arises from an event of Force Majeure, provided that the
Party affected by such an event has taken all reasonable precautions,
due care" and reasonable alternative measures, all with the objective of
carrying out the terms and conditions of this Contract.

2.7.3 Measures to be Taken

(a) A Party affected by an event of Force Majeure shall take all


reasonable measures to remove such Party's inability to fulfill its
obligations hereunder with a minimum of delay.

(b) A Party affected by an event of Force Majeure shall notify the


other Party of such event as soon as possible, and in any event

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 224
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 Independent Engineer shall


be extended concurrently with the Extension of Time granted, if any, to
the Concessionaire for the project, subject to satisfactory performance of
the Independent Engineer and limited to original period of consultancy
services.

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 225
within a period not exceeding thirty (30) days after receipt by the Consultants
of such notice of suspension.

2.9 Termination

2.9.1 By the Client

The Client may, by not less than thirty (30) days' written notice of termination
to the Consultants (except in the event listed in paragraph (f) below, for which
there shall be a written notice of not less than sixty ( 60) days), such notice
to be given after the occurrence of any of the events specified in paragraphs
(a) through (h) of this Clause GC 2.9.1, terminate this Contract.

(a) if the Consultants fail to remedy a failure in the performance of their


obligations hereunder, as specified in a notice of suspension pursuant to
Clause GC 2.8 hereinabove, within thirty (30) days of receipt of such
notice of suspension or within such further period as the Client may have
subsequently approved in writing;

(b) if the Consultants become (or, if the Consultants consist of more than
one entity, if any of their Members becomes) insolvent or bankrupt or
enter into any agreements with their creditors for relief of debt or take
advantage of any law for the benefit of debtors or go into liquidation or
receivership whether compulsory or voluntary;

(c) if the Consultants fail to comply with any final decision reached as a
result of arbitration proceedings pursuant to Clause GC 8 hereof;

(d) if the Consultants submit to the Client a statement which has a material
effect on the rights, obligations or interests of the Client and which the
Consultants know to be false;

(e) if, as the result of Force Majeure, the Consultants are unable to perform
a material portion of the Services for a period of not less than sixty (60)
days; or

(f) if the Client, in its sole discretion and for any reason whatsoever, decides
to terminate this Contract.

(g) if the consultant, in the judgment of the Client has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract. For
the purpose of this clause:

"corrupt practice" means the offering, giving, receiving or soliciting of


anything of value to influence the action of a public official in the

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 226
selection process or in contract execution.

"fraudulent practice" means a misrepresentation of facts in order to


influence a selection process or the execution of a contract to the
detriment of the Borrower, and includes collusive practice among
consultants (prior to or after submission of proposals) designed to
establish prices at artificial non-competitive levels and to deprive the
Borrower of the benefits of free and open competition.

(h) if Concessionaire represents to Authority that the Consultant is not


discharging his duties in a fair, efficient and diligent manner and if the
dispute remains unresolved, Authority may terminate this contract.

2.9.2 By the Consultants

The Consultants may, by not less than thirty (30) days' written notice to the
Client, such notice to be given after the occurrence of any of the events
specified in paragraphs (a) through (d) of this Clause GC 2.9.2, terminate this
Contract:

(a) if the Client fails to pay any money due to the Consultants pursuant to
this Contract and not subject to dispute pursuant to Clause 8 hereof
within forty-five (45) days after receiving written notice from the
Consultants that such payment is overdue;

(b) if the Client is in material breach of its obligations pursuant to this


Contract and has not remedied the same within forty-five (45) days (or
such longer period as the Consultants may have subsequently approved
in writing) following the receipt by the Client of the Consultants' notice
specifying such breach;

(c) if, as the result of Force Majeure, the Consultants are unable to perform
a material portion of the Services for a period of not less than sixty (60)
days; or

(d) if the Client fails to comply with any final decision reached as a result of
arbitration pursuant to Clause GC 8 hereof.

2.9.3 Cessation of Rights and Obligations

Upon termination of this Contract pursuant to Clauses GC 2.2 or GC 2.9 hereof,


or upon expiration of this Contract pursuant to Clause GC 2.4 hereof, all rights
and obligations of the Parties hereunder shall cease, except:

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 227
(i) such rights and obligations as may have accrued on the date of
termination or expiration;

(ii) the obligation of confidentiality set forth in Clause GC 3.3 hereof;

(iii) the Consultants' obligation to permit inspection, copying and auditing of


their accounts and records set forth in Clause GC 3.6 (ii) hereof; and

(iv) any right which a Party may have under the Applicable Law

2.9.4 Cessation of Services

Upon termination of this Contract by notice of either Party to the other


pursuant to Clauses GC 2.9.1 or GC 2.9.2 hereof, the Consultants shall,
immediately upon dispatch or receipt of such notice, take all necessary steps
to bring the Services to a close in a prompt and orderly manner and shall make
every reasonable effort to keep expenditures for this purpose to a minimum.
With respect to documents prepared by the Consultants and equipment and
materials furnished by the Client, the Consultants shall proceed as provided,
respectively, by Clauses GC 3.9 or GC 3.10 hereof.

2.9.5 Payment upon Termination

Upon termination of this Contract pursuant to Clauses GC 2.9.1 or GC 2.9.2


hereof, the Client shall make the following payments to the Consultants (after
offsetting against these payments any amount that may be due from the
Consultant to the Client}:

(a) remuneration pursuant to Clause GC 6 hereof for Services satisfactorily


performed prior to the effective date of termination;

(b) reimbursable expenditures pursuant to Clause GC 6 hereof for


expenditures actually incurred prior to the effective date of termination;
and

(c) except in the case of termination pursuant to paragraphs (a) through (d)
of Clause GC 2.9.1 hereof, reimbursement of any reasonable cost
incident to the prompt and orderly termination of the Contract
including the cost of the return travel of the Consultants' personnel and
their eligible dependents.

2.9.6 Disputes about Events of Termination

If either Party disputes whether an event specified in paragraphs (a) through (e)
of Clause GC 2.9.1 or in Clause GC 2.9.2 hereof has occurred, such Party may,

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 228
within forty-five (45) days after receipt of notice of termination from the other
Party, refer the matter to arbitration pursuant to Clause GC 8 hereof, and this
Contract shall not be terminated on account of such event except in accordance
with the terms of any resulting arbitral award.

3. Obligation of the Consultants

3.1 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.

3.2 Conflict of Interests

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

The Remuneration of the Consultants pursuant to Clause GC 6 hereof


shall constitute the Consultants' sole remuneration in connection with this
Contract or the Services and, subject to Clause GC 3.2.2 hereof, the
Consultants shall not accept for their own benefit any trade commission,
discount or similar payment in connection with activities pursuant to this
Contract or to the Services or in the discharge of their obligations
hereunder, and the Consultants shall use their best efforts to ensure
that any Sub- consultants and or Associates, as well as the Personnel
and agents of either of them, similarly shall not receive any such

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 229
additional remuneration.

3.2.2 If the Consultants, as part of the Services, have the responsibility of


advising the Client on the procurement of goods, works or services, the
Consultants shall comply with any applicable procurement guidelines of
the Client (Authority)and or Associates Bank or of the Association, as the
case may be, and other funding agencies and shall at all times exercise
such responsibility in the best interest of the Client. Any discounts or
commissions obtained by the Consultants in the exercise of such
procurement responsibility shall be for the account of the Client.

3.2.3 Consultants and Affiliates Not to engage in Certain Activities

The Consultants agree that, during the term of this Contract and after
its termination, the Consultants and any entity affiliated with the
Consultants, as well as any Sub- consultant and or Associates and any
entity affiliated with such Sub- consultant and or Associates, shall be
disqualified from providing goods, works or services (other than the
Services and any continuation thereof) for any project resulting from or
closely related to the Services.

3.2.4 Prohibition of Conflicting Activities

The Consultants shall not engage, and shall cause their Personnel as well
as their Sub-consultants and or Associates and their Personnel not to
engage, either directly or indirectly, in any of the following activities:

(a) during the term of this Contract, any business or professional


activities in the Government's country which would conflict with
the activities assigned to them under this Contract; and

(b) after the termination of this Contract, such other activities as may
be specified in the SC.

3.3 Confidentiality

The Consultants, their Sub-consultants and the Personnel of either of them


shall not, either during the term or within two (2) years after the expiration of
this Contract, disclose any proprietary or confidential information relating to the
Project, the Services, this Contract or the Client's business or operations
without the prior written consent of the Client.

3.4 Liability of the Consultants

Subject to additional provisions, if any, set forth in the SC, the Consultants’

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 230
liability under this Contract shall be as provided by the Applicable Law.

3.5 Insurance to be Taken Out by the Consultants

The Consultants (i) shall take out and maintain, and shall cause any Sub-
consultants to take out and maintain, at their ( or the Sub-consultants', as the
case may be) own cost but on terms and conditions approved by the Client,
insurance against the risks, and for the coverages, as shall be specified in the
SC, and (ii) at the Client's request, shall provide evidence to the Client
showing that such insurance has been taken out and maintained and that the
current premiums therefore have been paid.

3.6 Accounting, Inspection and Auditing

The Consultants (i) shall keep accurate and systematic accounts and records in
respect of the Services, hereunder, in accordance with internationally accepted
accounting principles and in such form and detail as will clearly identify all
relevant time charges and cost, and the bases thereof (including such bases as
may be specifically referred to in the SC); (ii) shall permit the Client or its
designated representative periodically, and up to one year from the expiration
or termination of this Contract, to inspect the same and make copies thereof
as well as to have them audited by auditors appointed by the Client; and (iii)
shall permit the client to inspect the Consultant's accounts and records relating
to the performance of the Consultant and to have them audited by auditors
appointed by the client.

3.7 Consultants' Actions Requiring Client's Prior Approval

The Consultants shall obtain the Client's prior approval in writing before taking
any of the following actions:

(a) appointing such members of the Personnel as are listed in Appendix C


("Consultants' Sub-consultants' Key Personnel") merely by title but not by
name;

(b) entering into a subcontract for the performance of any part of the
Services, it being understood (i) that the selection of the Sub-consultant
and the terms and conditions of the subcontract shall have been approved
in writing by the Client prior to the execution of the subcontract, and (ii)
that the Consultants shall remain fully liable for the performance of the
Services by the Sub- consultant and its Personnel pursuant to this
Contract; and

(c) any other action that may be specified in the SC

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 231
3.8 Reporting Obligations

The Consultants shall submit to the Client the reports and documents specified in
Appendix B hereto, in the form, in the numbers and within the time periods set
forth in the said Appendix.

3.9 Documents Prepared by the Consultants to Be the Property of the Client

All plans, drawings, specifications, designs, reports, other documents and


software prepared by the Consultants for the Client under this Contract shall
become and remain the property of the Client, and the Consultants shall, not
later than upon termination or expiration of this Contract, deliver all such
documents to the Client, together with a detailed inventory thereof. The
Consultants may retain a copy of such documents and software. Restrictions
about the future use of these documents and software, if any, shall be specified
in the SC.

3.10 Equipment and Materials Furnished by the Client

Equipment and materials made available to the Consultants by the Client, or


purchased by the Consultants with funds provided by the Client, shall be the
property of the Client and shall be marked accordingly. Upon termination or
expiration of this Contract, the Consultants shall make available to the Client an
inventory of such equipment and materials and shall dispose of- such equipment
and materials in accordance with the Client's instructions. While in possession of
such equipment and materials, the Consultants, unless otherwise instructed by
the Client in writing, shall insure them at the expense of the Client in an
amount equal to their full replacement value.

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

4.1 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.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 232
(b) If required to comply with the provisions of Clause GCC 3.1.1 hereof,
adjustments with respect to the estimated periods "of engagement of Key
Personnel set forth in Appendix C may be made by the Consultants by
written notice to the Client, provided (i) that such adjustments shall not
alter the originally estimated period of engagement of any individual by
more than 10% or one week, whichever is larger, and (ii) that the
aggregate of such adjustments shall not cause payments under this
Contract to exceed the ceilings set forth in Clause GC 6.1(b) of this
Contract. Any other such adjustments shall only be made with the Client's
written approval.

(c) If additional work is required beyond the scope of the Services specified
in Appendix A, the estimated periods of engagement of Key Personnel
set forth in Appendix C may be increased by agreement in writing
between the Client and the Consultants, provided that any such
increase shall not, except as otherwise agreed, cause payments under
this Contract to exceed the ceilings set forth in Clause GC 6.1 (b) of
this Contract.

4.3 Approval of Personnel

The Key Personnel i.e. Professional Staff and Sub-consultants listed by title as
well as by name in Appendix C are hereby approved by the Client. In respect
of other Key Personnel which the Consultants propose ,to use in the carrying
out of the Services, the Consultants shall submit to the client for review and
approval a copy of their biographical data and (in the case of Key personnel to
be used within the country of the Government) a copy of a satisfactory medical
certificate in the form attached hereto as Appendix D. If the Client does not
object in writing (stating the reasons for the objection) within thirty (30)
calendar days from the date of receipt of such biographical data and (if
applicable) such certificate, such Key Personnel shall be deemed to have been
approved by the Client.

4.4 Working Hours, Overtime, Leave, etc.

(a) Working hours and holidays for Key Personnel are set forth in Appendix E
hereto. To account for travel time, foreign Personnel carrying out
Services inside the Government's country shall be deemed to have
commenced (or finished) work in respect of the Services such number
of days before their arrival in (or after their departure from) the
Government's country as is specified in Appendix E hereto.

(b) The Personnel of all types engaged by Consultant to provide Services on


this Contract shall not be entitled to be paid for overtime nor to take

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 233
paid sick leave or vacation leave except as specified in Appendix E
hereto, and except as specified

(c) 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.

(d) All Key Personnel and sub professional staff of the Independent Engineer
shall use the Aadhaar based Biometric attendance/ Geo-tagged selfie-
based attendance system for marking their daily attendance. Aadhaar
based attendance shall be marked at least once a day and anytime during
the day. 01 Aadhaar based Biometric attendance/ Geo-tagged selfie-
based attendance system shall be installed by the Independent Engineer
at its own cost at the site office in order to facilitate the attendance
marking. More systems can be installed near the project highway upto a
maximum of 1 system per 50 km in order to encourage frequent visits of
project highway by key personnel and sub professional staff. A copy of
monthly Aadhaar Biometric attendance/ Geo-tagged selfie-based 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. Independent Engineer have to provide a certificate that all key
personnel as envisaged in the Contract Agreement has been actually
deployed in the project.

(e) Independent Engineer will intimate concerned Project Director/ Project


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

4.5 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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 234
firm shall however be asked to give a replacement by an equal or better
scoring person, whenever mobilization is ordered.

4.5.2 In case notice to commence services is given within 120 days of


signing of contract the, the Authority expects all the Key Personnel specified in
the Proposal to be available during implementation of the Agreement. The
Authority will not consider any substitution of Key Personnel except under
compelling circumstances beyond the control of the Consultant and the
concerned Key Personnel. Such substitution shall be limited to not more than
three Key Personnel subject to equally or better qualified and experienced
personnel being provided to the satisfaction of the Authority. Replacement of
the Team Leader will not normally be considered and may lead to
disqualification of the Applicant or termination of the Agreement. Replacement
of one Key Personnel shall be permitted subject to reduction of remuneration
equal to 5 % (five per cent) of the total remuneration specified for the Key
Personnel who is proposed to be replaced. In case of second replacement the
reduction in remuneration shall be equal to 10% (ten per cent) and for third and
subsequent replacement, such reduction shall be equal to 15% (fifteen per cent)
If the consultant finds that any of the personnel had made false representation
regarding his qualification and experience, he may request the Employer for
replacement of the personnel. There shall be no reduction in remuneration for
such replacement. The replacement shall however be of equal or better score.
The personnel so replaced shall be debarred from future projects for 2 years.
The maximum age limit of replaced key personnel shall be 65 years as on the
date of submission of proposal for such replacement.

4.5.4 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) h a s reasonable ground to be dissatisfied with the performance of any
of the Personnel, then the consultant shall, at the Employer’s written
request specifying the grounds therefore, forthwith provide a replacement with
qualifications and experience acceptable to him. For such replacement there
will be no reduction in remuneration.

4.5.6 If any member of the approved team of a consultant engaged by Authority


leaves that consultant before completion of the job, he shall be barred for a
period of 6 months to 24 months from being engaged as a team member of
any other consultant working (or to be appointed) for any other Authority/

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 235
MoRTH projects. The maximum age limit of replaced key personnel shall be 65
years as on the date of submission of proposal for such replacement.

4.5.7 In case, person permanently employed with the firm is to be replaced,


Technical score of both the CVs shall be compared excluding the marks given
for employment with firm. Replacement would be allowed when the technical
score (excluding the marks given for employment with firm) of the new key
person is equal or better than the existing key person’s technical score
excluding marks assigned for permanent employment with the firm. However,
the remuneration of such replacement shall be reduced on proportionate basis
in case the overall score of the replacement person is less than the overall
score original person.

4.6 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:

(a) provide the Consultants, Sub-consultants and Personnel with work permits
and such other documents as shall be necessary to enable the
Consultants, Sub- consultants or Personnel to perform the Services;

(b) assist for the Personnel and, if appropriate, their eligible dependents to
be provided promptly with all necessary entry and exit visas, residence
permits, exchange permits and any other documents required for their
stay in Government's country;

(c) facilitate prompt clearance through customs of any property required for
the Services and of the personal effects of the Personnel and their -
eligible dependents;

(d) issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and
effective implementation of the Services;

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 236
(e) assist the Consultants and the Personnel and any Sub-consultants and or
Associates employed by the Consultants for the Services from any
requirement to register or obtain any permit to practice their profession
or to establish themselves either individually or as a corporate entity
according to the Applicable Law;

(f) grant to the Consultants, any Sub-consultants and or Associates and the
Personnel of either of them the privilege, pursuant to the Applicable Law,
of bringing into Government's country reasonable amounts of foreign
currency for the purposes of the Services or for the personal use of the
Personnel and their dependents and of withdrawing any such amounts as
may be earned therein by the Personnel in the execution of the Services:
and

(g) Provide to the Consultants, Sub-consultants and or Associates and


Personnel any such other assistance as may be specified in the SC.

5.2 Access to Land

The Client warrants that the Consultants shall have, free of charge, unimpeded
access to all land in the Government's country in respect of which access is
required for the performance of the Services. The Client will be responsible
for any damage to such land or any property thereon resulting from such access
and will indemnify the Consultants and each of the Personnel in respect of
liability for any such damage, unless such damage is caused by the default or
negligence of the Consultants or any Sub-consultant or the Personnel of either
of them.

5.3 Change in the Applicable Law

If, after the date of this Contract, there is any change in the Applicable Law with
respect to taxes and duties which increases or decreases the cost or
reimbursable expenses incurred by the Consultants in performing the Services,
then the remuneration and reimbursable expenses otherwise payable to the
Consultants under this Contract shall be increased or decreased accordingly by
agreement between the Parties hereto, and corresponding adjustments shall be
made to the ceiling amounts specified in Clause GC 6.1(b).

5.4 Services, Facilities and Property of the Client

The Client shall make available to the Consultants and the Personnel, for the
purposes of the services and free of any charge, the services, facilities and
property described in Appendix F at the times and in the manner specified in
said Appendix F, provided that if such services, facilities and property shall not
be made available to the Consultants as and when so specified, the Parties shall

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 237
agree on (i) any time extension that it may be appropriate to grant to the
Consultants for the performance of the Services, (ii) the manner in which the
Consultants shall procure any such services, facilities and property from other
sources, and (iii) the additional payments, if any, to be made to the
Consultants as a result thereof pursuant to Clause GC 6.l(c) hereinafter.

5.5 Payment

In consideration of the Services performed by the Consultants under this


Contract, the Client shall make to the Consultants such payments and in such
manner as is provided by Clause GC 6 of this Contract.

5.6 Counterpart Personnel

(a) If so provided in Appendix F hereto, the Client shall make available to the
Consultants, as and when provided in such Appendix F, and free of
charge, such counterpart personnel to be selected by the Client, with the
Consultants' advice, as shall be specified in such Appendix F. Counterpart
personnel shall work under the exclusive direction of the Consultants. If
any member of the counterpart personnel fails to perform adequately any
work assigned to him by the Consultants which are consistent with the
position occupied by such - member, the Consultants may request the
replacement of such member, and the Client shall not unreasonably
refuse to act upon such request.

(b) If counterpart personnel are not provided by the Client to the Consultants
as and when specified in Appendix F, the Client and the Consultants shall
agree on (i) how the affected part of the Services shall be carried out,
and (ii) the additional payments, if any, to be made by the Client to
the Consultants as a result thereof pursuant to Clause GC 6.1(c) hereof.

6. Payments to the Consultants

6.1 Cost Estimates; Ceiling Amount

(a) An estimate of the cost of the Services payable in local currency is set
forth in Appendix G .

(b) Except as may be otherwise agreed under Clause GC 2.6 and subject to
Clause GC 6.1(c), payments under this Contract shall not exceed the
ceilings in local currency specified in the SC. The Consultants shall notify
the Client as soon as cumulative charges incurred for the Services have
reached 80% of either of these ceilings.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 238
(c) Notwithstanding Clause GC 6.l(b) hereof, if pursuant to clauses GC
5.3,5.4 or 5.6 hereof, the Parties shall agree that additional payments in
local currency, shall be made to the Consultants in order to cover any
necessary additional expenditures not envisaged in the cost estimates
referred to in Clause GC 6.1(a) above, the ceiling or ceilings, as the case
may be, set forth in Clause GC 6.1 (b) above shall be increased by the
amount or amounts, as the case may be, of any such additional payments.

6.2 Remuneration and Reimbursable Expenditures

(a) Subject to the ceilings specified in Clause GC 6.1 (b) hereof, the Client
shall pay to the Consultants (i) remuneration as set forth in Clause GC
6.2(b), and (ii) reimbursable expenditures as set forth in Clause GC
6.2(c). If specified in the SC, said remuneration shall be subject to price
adjustment as specified in the SC.

(b) Remuneration for the Personnel shall be determined on the basis of time
actually spent by such Personnel in the performance of the Services
after the date determined in accordance with Clause GC 2.3 and Clause
SC 2.3 (or such other date as the Parties shall agree in writing)
(including time for necessary travel via the most direct route) at the
rates referred to, and subject to such additional provisions as are set
forth, in the SC.

(c) Reimbursable expenditures actually and reasonably incurred by the


Consultants in the performance of the Services, as specified in the SC.

Notwithstanding anything to the contrary stated in the GCC and SCC, it


shall be mandatory to deploy the key personnel and sub-professional as
per the Man-Months Input specified in the Terms of Reference.

Inadequate deployment of key personnel and sub-professional shall lead to


deduction in the monthly payment as per following table. The key
personnel and sub- professional shall be considered to be inadequately
deployed if he/she is not present for atleast 90% of the time stipulated in
the month, as per the Man Months Input in the Terms of Reference and the
Deployment Schedule proposed by the firm.

Sr. Personnel % reduction in


No. monthly payment
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%

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 239
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: Consultant have to provide a certificate that all key personnel as


envisaged in the Contract Agreement has been actually deployed in the project.
They have to submit the proof of Aadhaar based biometric attendance/ geo –
tagged selfie – based attendance system at the time of submission of bills to the
National Highways Authority of India.

6.3 Currency of Payment

(a) Local currency payments shall be made in the currency of the


Government.

(b) The SC shall specify which items of remuneration and reimbursable


expenditures shall be paid, respectively, in local currency,

6.4 Mode of Billing and Payment

Billing and payments in respect of the Services shall be made as follows:

(a) The Client shall cause to be paid to the Consultants an interest bearing
advance payment as specified in the SC, and as otherwise set forth
below. The advance payment will be due after provision by the
Consultants to the Client of a bank guarantee by a bank acceptable to
the Client in an amount (or amounts) and in a currency ( or currencies)
specified in the SC, such bank guarantee (I) to remain effective until the
advance payment has been fully set off as provided in the SC, and (ii)
to be in the form set forth in Appendix I hereto or in such other form as
the Client shall have approved in writing.

(b) As soon as practicable and not later than fifteen (15 days) after the end
of each calendar month during the period of the Services, the
Consultants shall submit to the Client, in duplicate, itemized statements,
accompanied by copies of receipted invoices, vouchers and other
appropriate supporting materials, of the amounts payable pursuant to
Clauses GC 6.3 and 6.4 for such month. Monthly statements shall be
submitted in respect of amounts payable in local currency. Each such
separate monthly statement shall distinguish that portion of the total
eligible costs which pertains to remuneration from that portion which
pertains to reimbursable expenditures.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 240
(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.

(d) 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.

(e) The final payment under this Clause shall be made only after the final
report and a final statement, identified as such, shall have been
submitted by the Consultants and approved as satisfactory by the Client.
The Services shall be deemed completed and finally accepted by the
Client and the final report and final statement shall be deemed
approved by the Client as satisfactory ninety (90) calendar days after
receipt of the final report and final statement by the Client unless the
Client, within such ninety (90)-day period, gives written notice to the
Consultants specifying in detail deficiencies in the Services, the final
report or final statement. The Consultants shall thereupon promptly
make any necessary corrections, and upon completion of such
corrections, the foregoing process shall be repeated. Any amount which
the Client has paid or caused to be paid in accordance with this Clause in
excess of the amounts actually payable in accordance with the provisions
of this Contract shall be reimbursed by the Consultants to the Client
within thirty, (30) days after receipt by the Consultants of notice
thereof. Any such claim by the Client for reimbursement must be made
within twelve (12) calendar months after receipt by the Client of a final
report and a final statement approved by the Client in accordance with
the above.

(f) All payments under this Contract shall be made to the account of the
Consultants specified in the SC.

(g) Independent Engineer will make payment of salary to all key personnel in
their respective bank accounts through electronic mode only. No cash
transaction w.r.t. salary will be made. Proof of salary transfer through
electronic mode shall be submitted by the Independent Engineer with each
Bill.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 241
7. Fairness and Good Faith

7.1 Good Faith

The Parties undertake to act in good faith with respect to each other's rights
under this Contract and to adopt all reasonable measures to ensure the
realization of the objectives of this Contract.

7.2 Operation of the Contract

The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties
hereby agree that it is their intention that this Contract shall operate fairly as
between them, and without detriment to the interest of either of them, and
that, if during the term of this Contract either Party believes that this Contract
is operating unfairly, the Parties will use their best efforts to agree on such
action as may be necessary to remove the cause or causes of such unfairness,
but no failure to agree on any action pursuant to this Clause shall give rise to a
dispute subject to arbitration in accordance with Clause GC 8 hereof.

8. Settlement of Disputes

8.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising
out of or in connection with this Contract or the interpretation thereof.

8.2 Dispute 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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 242
In the event of any Dispute between the Parties, either Party may call upon
[Chairman of Authority] and the Chairman of the Board of Directors of the
Consultant or a substitute thereof for amicable settlement, and upon such
reference, the said persons shall meet no later than 10(ten) days from the date
of reference to discuss and attempt to amicably resolve the Dispute. If such
meeting does not take place within the 10(ten) day period or the Dispute is not
amicably settled within 15(fifteen) days of the meeting or the Dispute is not
resolved as evidenced by the signing of written terms of settlement within 30
(thirty) days of the notice in writing referred to in Clause 8.2.1 or such longer
period as may be mutually agreed by the Parties, either Party may refer the
Dispute to arbitration in accordance with the Provisions of Clause 8.4.

8.4 Arbitration

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

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.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 243
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 binding on
the Parties as from the date it is made, and the Consultant and the Authority
agree and undertake to carry out such Award without delay.

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

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

8.4.8 Miscellaneous

In any arbitration proceeding hereunder:

(a) Proceedings shall, unless otherwise agreed by the parties be held in Delhi.

(b) The English language shall be the official language for all purposes;

(c) The decision of sole arbitrator shall be final and binding and shall be
enforceable in any court of competent jurisdiction, and the Parties hereby
waive any objections to or claims of immunity in respect of such
enforcement; and

(d) The schedule of Expenses and Fee payable to the Arbitrator shall be as under

S,No. Particulars of Fees and Maximum amount payable per case


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.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 244
S,No. Particulars of Fees and Maximum amount payable per case
Expenses
2 Reading charges- One Time Rs 25,000/- per case including counter claims.
3 One –time charges for Secretarial Rs. 25,000/- per case
Assistance and Incidental charges
(telephone, fax, postage ets.)
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
Travelling expenses Economy class (by air), First class AC (by train) and
AC Car (by road)
Lodging and Boarding a)Rs. 15,000/-per day (in metro cities); or
1. Rs. 8000 per day (in other cities); or
2. Rs. 5,000/- per day if any Arbitrator makes their
own arrangements.
6. Local travel Rs. 2000 /- per day
7 Extra charges for days other than Rs. 5000 /- per day for outstation Arbitrator
meeting days (maximum for 2 X ½
days)
Note 1 Lodging boarding and travelling expenses shall be allowed only for those arbitrator who is
residing 100 kms. Away from the venue of meeting,
7.3 Delhi, Mumbai, Chennai, Kolkata, Bangalore 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
consultation with the Contractor/Supervision Consultants and with the specific approval
of the Authority before appointment of the Arbitrator,

9. Fake CV

If any information is found incorrect/fake/inflated in the CV, at any stage, debarment


of the key personnel from future National Highways Authority of India projects upto 2
years may be taken by National Highways Authority of India. Further, in case, the
information contained in the CV for the duration in which the key personnel:

(A) was employed by the firm, proposing his candidature is found


incorrect/fake/inflated at any stage, action including termination of the Consultancy
Agreement and debarment of the firm upto 02 years from future National Highways
Authority of India projects shall be taken by National Highways Authority of India.

(B) was employed by the firm, proposing his candidature is found


incorrect/fake/inflated at any stage, the consultancy firms shall have to refund the
salary and perks drawn in respect of the person apart from other consequences.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 245
(C) was not employed by the firm, proposing his candidature is found
incorrect/fake/inflated at any stage, the consultancy firms will have to refund the
twice of salary and perks drawn in respect of the person.

10. Standard Operating Procedure to debar/penalize/declare as Non – Performer the


Authority’s Engineer/ Independent Engineer/Construction Supervision
Consultant/ Project Management Consultant in National Highways and centrally
sponsored road projects issued vide MoRT&H letter no. RW/NH-33044/76/2021-
S&R(P&B) dated 07.10.2021 shall be the integral Part of this Contract
Agreement.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 246
III. SPECIAL CONDITIONS OF CONTRACT

GC Clause

A. Amendments of, and Supplements to, Clauses in the General Conditions of


Contract

1.1(a) The words ”in the Government’s country” are amended to read ‘in INDIA”

1.4 The language is: English

1.6.1 The addresses are:

Client: <Agency Address>

Attention:

Cable address:

Telex: Fax:

Consultants:

Attention:

Cable address

Telex

Facsimile

[Note’ : Fill in the Blanks]

1.6.2 Notice will be deemed to be effective as follows:

(a) in the case of personal delivery or registered mail, on delivery;


(b) in the case of telexes, 24 hours following confirmed transmission;
(c) in the case of telegrams, 24 hours following confirmed transmission; and
(d) in the case of facsimiles, 24 hours following confirmed transmission.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 247
1.8 The Member in Charge is:

(Note: If the Consultants consist of a joint venture of more than one entity, the name
of the entity whose address is specified in SC 1.6.1 should be inserted here. If the
Consultants consist of one entity, this Clause 1.8 should be deleted from the SC)

1.9 The Authorised Representatives are:

For the Client:

For the Consultants:

1.10 The Consultants, Sub-consultants and the Personnel shall pay the taxes, duties,
fees, levies and other impositions levied under the existing, amended or enacted
laws during life of this contract and the client shall perform such duties in regard
to the deduction of such tax as may be lawfully imposed.

2.1 The effectiveness conditions are the following:

i) Approval of the Contract by the client

2.2 The time period shall be four months or such other time period as the parties
may agree in writing.

2.3 The time period shall be one month or such other time period as the Parties may
agree in writing.

2.4 The time period shall be 48 months (6 months for Development Period, 24 month
for construction period and 18 months for O&M period)

3.4 Limitation of the Consultants' Liability towards the Client

(a) Except in case of gross negligence or willful misconduct on the part of the
Consultants or on the part of any person or firm acting on behalf of the
Consultants in carrying out the Services, the Consultants, with respect to
damage caused by the Consultants to the Client's property, shall not be
liable to the Client:

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 248
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 Authority in a


joint venture or ‘in association’, the policy must be procured
and provided to Authority 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 Authority.
The insurance company may provide an undertaking in this regard.

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

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

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.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 249
(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
"Engineer", for which action, pursuant to such civil works contract, the written
approval of the Client as "Employer" is required".

3.9 The Consultants shall not use these documents for purposes unrelated to this
Contract without the prior written approval of the Client.

4.6 "The person designated as Team Leader cum Sr. Highway Engineer in Appendix C
shall serve in that capacity, as specified in Clause GC 4.6."

6.1(b) The ceiling in local currency is _________________.

6.2(a) "Payments for remuneration and reimbursable items made in accordance with
Clause GC 6.2 (a) in local currency shall be adjusted as follows :

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 250
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 12month 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 Independent Engineer shall be released on approval of the
monthly reports. Report shall be approved by the Authority only if it
includes all the sections prescribed in the format and submitted as per
specified timelines.

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

(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 backstopping by home office staff not included in the
Personnel listed in Appendix C, and (C) the Consultants' fee; (ii) that
bonuses or other means of profit-sharing shall not be allowed as an
element of overhead, and (iii) that any rates specified for persons not
yet appointed shall be provisional and shall be subject to revision, with
the written approval of the Client, once the applicable salaries and
allowances are known.

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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 251
6.2(b)(ii) The rates for local Personnel are set forth in Appendix G

6.3(b)(i) Remuneration for local Personnel shall be paid in local currency.

6.4(a) The following provisions shall apply to the interest bearing advance
payment and the advance payment guarantee:

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


the quoted Indian currency (INR) in the bid shall be made within
60 days after receipt and verification of advance payment bank
guarantee. The advance payment will be set off by the Client in
equal instalments against the statements for the first 12 months
of the Service until the advance payment has been fully set off.

2) The bank guarantee shall be in the amount of the advance


payment

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

6.4 (d) The interest rate is 6% per annum for local currency.

6.4(e) The accounts are:

- For local currency: ____________________.

[Note: Insert account number, type of account and name and address of the Bank]

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 252
IV. APPENDICES

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 253
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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 254
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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 255
Appendix C: Key Personnel and Sub-consultants

[List under: C–1 Titles [and names, if already available}, detailed job descriptions
and minimum qualifications. Experience of Personnel to be
assigned to work in India, and staff- months for each.

C–2 Same information as C-1 for Key local Personnel.

C–3 Same as C–1for 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–1 through C–4)

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 256
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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 257
Appendix E: Hours of Work for Key Personnel

The Consultants Key personnel and all other Professional / Sub Professional / Support
Staff / Sub-Consultancy personnel shall work 6 days (Mondays through Saturday) every
week and observe the Gazetted Holidays of Government of India as Holidays. The
Consultant shall work as per the work program of the concessionaire. In this context 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.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 258
Appendix F: Duties of the Client

1. Access to the quality control laboratory for performing various types of tests,
which will be provided by the concessionaire including the testing personnel.

2. To provide Concessionaire’s RFP, Bid submission, Concession Agreement, Data


and information for field surveys and investigations

3. To ensure availability of the Detailed Work plan and Programme for Design and
Construction of Project Highways from Concessionaire.

4. To ensure availability of the Quality Assurance Plan and Quality Control


Procedures from the Concessionaire.

5. To provide relevant reports and necessary data as per the reporting obligation of
concessionaire under the concession Agreement.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 259
Appendix G: Cost Estimates in Local Currency

List hereunder cost estimate in local currency:

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

2. Reimbursable/Rental/Fixed expenditures as follows:


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

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 260
Appendix H: Form of Performance Security

(PERFORMANCE BANK GUARANTEE)

(Clause-20 of TOR)
To
<AGENCY & ADDRESS>
2
WHEREAS _________________________________ [Name and address of Consultants]
(hereinafter called “the consultants”) has undertaken,
in pursuance of Contract No.
_________________ dated ___________________ to provides the services on terms and
conditions set forth in this Contract ______________ [Name of contract and brief
description of works) (hereinafter called the “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Consultants
shall furnish you with a Bank Guarantee by a recognized bank for the sum specified
therein as security for compliance with his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Consultants such a Bank Guarantee;
NOW THEREOF we hereby affirm that we are the Guarantor and responsible to you, on
behalf of the Consultants up to a total of ________________ [amount of Guarantee]2
___________________________________ [in words], such sum being payable in the
types and proportions of currencies in which the Contract Price is payable, and we
undertake to pay you, upon your first written demand and without cavil or argument,
any sum or sums within the limits of _____________________________________
[amount of Guarantee] as aforesaid without your needing to prove or to show
grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the
Consultants before presents with the demand.
We further agree that no change or addition to or other modification of the terms of
the Contract or of the services to be performed there under or of any of the
Contract documents which may be made between you and the Consultants shall in any
way release us from any liability under this guarantee, and we hereby waive notice of
any such change, addition or modification.
The liability of the Bank under this Guarantee shall not be affected by any change in
the constitution of the consultants or of the Bank.
Notwithstanding anything contained herein before, our liability under this guarantee is
restricted to Rs._______________ (Rs. _____________) and the guarantee shall remain
valid till ________. Unless a claim or a demand in writing is made upon us on or before
_________________ all our liability under this guarantee shall cease.
This guarantee shall be valid for a period of 50 months i.e. upto 2 months beyond the
expiry of contract of 48 months.

2 Give names of all partners if the Consultants is a Joint Venture.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 261
…………[Name of Consultants] on whose behalf this guarantee has been given Bank
hereby confirms that it is on the SFMS (Structural Finance Messaging System) platform
and shall invariably send an advice of this Bank Guarantee to the designated bank of
NHAI after obtaining details thereof from NHAI.

Details of designated bank of NHAI for the purpose of SFMS (Structural Finance
Messaging System) is as under:

Name of Beneficiary : National Highways Authority of India


Name of Bank: Canara Bank
Address of Bank Branch: Dwarka Sector 10 Branch
Account No. 8598201005819
IFSC Code: CNRB0008598

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 _____________________

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 262
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.____________________(hereinafter referred as the "Client",
which expression shall, unless repugnant to the context or meaning thereof include it
successors, administrators and assigns) having awarded to M/s. ___________________
(hereinafter referred to as the "Consultant" which expression shall unless repugnant to
the context or meaning thereof, include its successors, administrators, executors and
assigns), a contract by issue of client's Contract Agreement No. __________ dated and
the same having been unequivocally accepted by the Consultant, resulting in a
Contract valued at _________________ for _______________ Contract (hereinafter
called the "Contract") (scope of work) and the Client having agreed to make an advance
payment to the Consultant for performance of the above Contract amounting to (in
words and figures) as an advance against Bank Guarantee to be furnished by the
Consultant.
We ______________________ (Name of the Bank) having its Head Office at
______________ (hereinafter referred to as the Bank), which expression shall, unless
repugnant to the context or meaning thereof, include its successors, administrators
executors and assigns) do hereby guarantee and undertake to pay the client
immediately on demand any or, all monies payable by the Consultant to the extent of
________________ as aforesaid at any time upto ____________________ @
_______________ without any demur, reservation, contest, recourse or protest and/or
without any reference to the consultant. Any such demand made by the client on the
Bank shall be conclusive and binding notwithstanding any difference between the Client
and the Consultant or any dispute pending before any Court, Tribunal, Arbitrator or
any other authority. we agree that the Guarantee herein contained shall be irrevocable
and shall continue to be enforceable till the Client discharges this guarantee.
The Client shall have the fullest liberty without affecting in any way the liability of
the Bank under this Guarantee, from time to time to vary the advance or to extend the
time for performance of the contract by the Consultant. The Client shall have the
fullest liberty without affecting this guarantee, to postpone from time to time the
exercise of any powers vested in them or of any right which they might have against
the Client and to exercise the same at any time in any manner, and either to enforce or
to forebear to enforce any covenants, contained or implied, in the Contract between
the Client and the Consultant any other course or remedy or security available to the
Client. The bank shall not be relieved of its obligations under these presents by any
exercise by the Client of its liberty with reference to the matters aforesaid or any of
them or by reason of any other act or forbearance or other acts of omission or
commission on the part of the Client or any other indulgence shown by the Client or by
any other matter or thing whatsoever which under law would but for this provision
have the effect of relieving the Bank.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 263
The Bank also agrees that the Client at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance without
proceeding against the Consultant and notwithstanding any security or other guarantee
that the Client may have in relation to the Consultant's liabilities.
Notwithstanding anything contained herein above our liability under this guarantee is
limited to _____________ and it shall remain in force upto and including ____________
and shall be extended from time to time for such period (not exceeding one year), as
may be desired by
M/s. _____________________on whose behalf this guarantee has been given.
Dated this _____________day of ______________200 ________at _________
WITNESS
_________________________
(signature)
_________________________
(signature)
_________________________
(Name)
_________________________
(Name)
_________________________
________________
(Official Address)
Designation (with Bank stamp)
Attorney as per Power of
Attorney No. ______________
Dated __________________
Strike out, whichever is not applicable
Note 1: The stamp papers of appropriate value shall be purchased in the name of bank
who issues the "Bank Guarantee”.
Note 2: The bank guarantee shall be from a Nationalized Indian Bank or reputed
foreign commercial Bank acceptable to client for Foreign Consultant with counter
guarantee from Nationalized Bank. Bank guarantee furnished by Foreign consultant
shall be confirmed by any Nationalized Bank in India.

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 264
Appendix J: Letter of invitation

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 265
Appendix K: Letter of Award

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 266
Appendix L: Minutes of pre-bid meeting

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 267
Appendix M: Memorandum of Understanding
between
__________________________
And
_________________________

Whereas <AGECY>(hereinafter called <AGENCY> has invited proposal for


appointment of Independent Engineer for __________________ (Name of project)
hereinafter called the Project.
And Whereas _________________ (Lead Partner) and _______________ JV
partner/s have agreed to form a Joint Venture to provide the said services to <AGENCY>
as Independent Engineer; and
Now, therefore, it is hereby agreed by and on behalf of the partners as follows:
3. ___________ will be the lead partner and ____________ will be the other JV
partner/s.
4. ______________ (lead partner) shall be the incharge of overall administration of
contract and shall be authorised representative of all JV partners for conducting
all business for and on behalf of the JV during the bidding process and
subsequently, represent the joint venture for and on behalf of the JV for all
contractual matters for dealing with the <AGENCY>/Concessionaire if
Consultancy work is awarded to JV.
5. 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.
6. Subsequently, if the JV is selected to provide the desired consultancy services, a
detailed MOU indicating the specific project inputs and role of each partner/s
along with percentage sharing of cost of services shall be submitted to <AGENCY>
(Consultant may submit the detailed MOU along with percentage sharing of cost
at the time of bidding also).
For____________________ (Name of Lead partner)
_______________________
Managing Director/Head of the Firm
Address
For____________________ (Name of JV partner/s)
_______________________
Managing Director/Head of the Firm
Address

RFP for IE services for Four laning of Ratnagiri - Kolhapur section of NH-166 for (a) Package – I (b) Package – II
and (c) Package – III in the State of Maharashtra on HAM under NH (O) Page 268

You might also like