Nothing Special   »   [go: up one dir, main page]

Chief Engineer (NH) Public Works Department, Government of Goa, Altinho, Panaji, Goa

Download as pdf or txt
Download as pdf or txt
You are on page 1of 255

(Ministry of Road Transport & Highways) Government of

India

CONSULTANCY SERVICES FOR AUTHORITY’S ENGINEER FOR


SUPERVISION OF “CONSTRUCTION OF SIX LANE LINK ROAD (NH-166S)
WITH PAVED SHOULDER CONFIGURATIFON TO MOPA AIRPORT IN THE
STATE OF GOA ON EPC MODE”
REQUEST FOR PROPOSAL
(RFP)

Chief Engineer (NH)


Public Works Department,
Government of Goa,
Altinho, Panaji, Goa

September 2021
CONTENT

Sr. Page
Particulars
No. Nos.
1 SECTION 1: Information to Consultants 1-6
2 SECTION 2: Letter of Invitation 7-49
Datasheet 19-23
Appendix-EC 25-52
3 SECTION 3: Format for Submission of Firms Credentials. 53-56
4 SECTION 4: Format for Submission of Technical Proposal. 57-74

Appendix B-1-Technical proposal submission form. 58

Appendix B-2-Site Appreciation 59

Appendix B-3-Approach paper on methodology for performing the assignment 60

Appendix B-4-Facility for field investigation and testing 61

Appendix B-5-Composition of the Team and Task(s) of each Team member 62

Appendix B-6-Curriculum vitae of proposed Professional staff. 63

Appendix B-7-Time schedule for deployment of Professional staff 64

Appendix B-8-Activity (works) schedule. 65

Appendix B-9-Affidavit – Correctness of Experience claimed by the Firms 66

Appendix B-10-Integrity Pact 67-73


5 SECTION 5: Format for submission of Financial proposal. 75-83
Appendix C-1 Financial proposal submission form 76
Appendix C-2 Summary of costs 77
Appendix C-3 Breakdown of costs 78-83
6 SECTION 6: Terms of Reference. 85-213
Enclosure-A 104-107
Enclosure-B 108-120
Annexure I- Daily Inspection Report in construction period 121
Annexure II- Daily Inspection Report in O&M period 122
Annexure III- Weekly Inspection Report in O&M period 123-126
Annexure IV- Month of survey for equipment based road condition assessment 127-128
Annexure V- Monthly Progress Report in Construction Phase 129-184
Annexure VII: Output Format From Network Survey Vehicle And FWD Testing 185-213
7 SECTION 7: Draft Form of Contract. 215-264
REQUEST FOR PROPOSAL (RFP)

SECTION 1: INFORMATION TO CONSULTANTS

Tender Notice No.:F.15/2021-22/WD-VII(NH)/PWD/ASW/15 dt 20.09.2021

Sub.: Consultancy services for Authority’s Engineer for Supervision of “CONSTRUCTION OF


SIX LANE LINK ROAD (NH-166S) WITH PAVED SHOULDER CONFIGURATIFON TO
MOPA AIRPORT IN THE STATE OF GOA ON EPC MODE”.

1. The Public works Department Government Of Goa through Chief Engineer National
Highways PWD (the ‘Employer’ )invites proposals from eligible Consultant engaging
Authority’s Engineer (AE) on the basis of International Competitive Bidding for the
following contract package in the State of Goa.

TABLE1: DETAILS OF PROJECT

S No Consul NH Sta Project Stretch Project Length Assignment period


tanc No. te (Km) (months)
y / Project
Pac Cost(Cr.)
kag
e
1 26.36 NH- Goa Consultancy services for 6.580 18 months
Cr. 166S Authority’s Engineer for Km construction
Supervision of 987.02 Cr period + 120
“CONSTRUCTION OF SIX months
maintenance
LANE LINK ROAD (NH-
period
166S) WITH PAVED
SHOULDER
CONFIGURATIFON TO
MOPA AIRPORT IN THE
STATE OF GOA ON EPC
MODE

1. The RFP has also been uploaded on “INFRACON” (www.infracon.nic.in). 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.

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

3 Bid must be submitted online at e-tender portal of Public works Department Government Of
Goa > https://eprocure.gov.in on or before 11:00 Hrs 20.10.2021.

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

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

2. The Public works Department Government Of Goa through Chief Engineer National Highways PWD
(Name of Employer) intends to appoint a Consultant to act as Authority’s Engineer for implementation
of the EPC project. As per the Terms and Conditions of the EPC Agreement (s), the Authority’s
Engineer shall perform all the duties as per TOR given in this RFP along with any amendment there of.
The selection of Independent Engineer shall follow the laid down procedures given in the Contract
Agreement signed between Employer and Contractor

3. The interested consultancy firms may download the RFP document from the official website of the
Employer w.e.f. 20.09.2021 to 20.10.2021 upto11.00hrs. The Consultant who download the RFP
document from the website will be required to pay the non-refundable fee of Rs.5,000/-towards cost
of RFP through the portal “bharatkosh.gov.in and receipt copy to be submitted online+ 18%
GST amounting to Rs. 900/- through demand draft in favour of Executive Engineer WD VII(NH),
PWD, Panaji Goa.

4. Unqualified bidders would be informed regarding their non qualification, without any
explanation.

5. The proposal should be submitted by consultancy firms in two parts. The two parts of the
proposal are Part1: Technical Proposal and Part2: Financial Proposal. For a given EPC
Project, Stage -1 of the Evaluation shall consider the evaluation of the Technical Proposal
(i.e. Part 1). The firms scoring the qualifying marks (minimum 75%) as mentioned in RFP shall
only be considered for further evaluation. Under stage 2, the financial proposal of such firms
as selected above shall be opened and evaluated. Proposals will finally be ranked according
to their combined technical and financial scores as specified in clause 5 of section 2.

6. The total time period for the assignment as Authority’s Engineer will be for Construction
Period of 18 months +Maintenance Period of 120 Months with reduced man power.

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

8. (A) The Applicant whether a sole applicant or lead member with joint venture may include
any number of Associate to provide technology in assignment (refer para 10
(iii) of data sheet). The Associate firm can provide equipment based road inspection
services for any of the 4 equipment viz., (i) Network Survey Vehicle including all modules
required as per technical specifications, (ii) Falling Weight Deflectometer, (iii) Mobile Bridge
Inspection Unit and (iv) Retro Reflectometer. However, the Associate(s) cannot be common
for 2 or more bidders. If any Associate is common with 2 or more bidders, all those bids shall
be declared non-responsive. Hence, the bidder may ensure on his own that the associate
proposed by him is not proposed by any other bidder participating in the same assignment
and the bidder is solely responsible in this regard.
(B) In addition, the applicant whether a sole applicant or lead member with joint venture
may also include an Associate for providing key personnel. In such case, the applicant
should submit an MOU with associate regarding role and responsibility of Associate
Company. However the maximum no. of key personnel from Associate firm during RFP
proposal and implementation of contract should be limited to two (2).

9. The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice to The Public works Department Government Of Goa
any other right or remedy hereunder or in law or otherwise, the Applicant shall be debarred
from participating in the future projects of The Public works Department Government Of
Goa in the following situations
• 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.
• In the case of a Selected Applicant, if the Applicant fails to sign the Agreement.

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

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


inviting the RFP.

A). Eligibility criteria for sole applicant firm.

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


Preparation of DPR Project Supervision/IC Turnover***
(NH/SH/Equivalent) (NH/SH/Equivalent)
1 (a). The firm should have The firm should have minimum Annual turnover
minimum experience of experience of Project (updated average of
preparation of detailed Supervision/Independent last 3 years) of the
Project Report/ Feasibility Engineer/Consultantof 2/4/6**- firm from
Study cum Preliminary laning/Bridge project of aggregate consultancy
Design Report of 2/4/6**- length equal to 3 times or more of business should be
laning/Bridge project of similar category** for which RFP is equal to or more
aggregate length equal to 2 invited. than 2% of
times or more of similar Estimated Project
category for which RFP is Cost.
invited.
1 (b) Firm should also have experience of
Project Supervision/ Independent
Engineer/ Authority’ Engineer of at
least one project of similar category of
two/four/six** laning/bridge work of
length equal to 40% of project length.
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. For standalone bridge projects, experience in bridge work (either standalone project
or as a part of road project) only be considered.

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

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

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

*** For weightage of experience in any past Consultancy assignment, experience certificate from the
client shall be submitted. In absence of clear demarcation of JV share in client certificate, the
weightage will be treated as 60 % for lead partner and 40% for minor partner. Annual
turnover duly certified by Chartered Accountant shall be accepted. In case of non-availability
of such documents no weightage of turnover/experience will be considered.

11. In case the financial figures and values of services provided are in foreign currency current
market exchange rate (State Bank of India BC Selling rate as on last date of submission of
the bid) will be applied for the purpose of conversion of amount in foreign currency into
Indian Rupees.

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

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

14. 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.

15. 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.

16. 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.

17. RFP submission must be received not later than 11.00 hrs on 20.10.2021 in the manner
specified in the RFP document at the address given below.

Address of Employer:

Chief Engineer (NH)


Public Works Department,
Government of Goa, Altino, Panaji,
Goa
SECTION 2: LETTER OF INVITATION TO CONSULTANTS

1 INTRODUCTION

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

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

The assignment shall be implemented in Construction Period (18 Months) and


Maintenance Period (120 Months).

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.

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

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.

It is the Public Works Department Government of Goa policy that the consultants observe the
highest standard of ethics during the selection and execution of such contracts. In pursuance
of this policy, the Public Works Department Government of Goa

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

(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the action of a public official in the
selection process or in contract execution;
(ii) “fraudulent practice” means a misrepresentation or omission of facts in order to
influence a selection process or the execution of a contract;
(iii) “collusive practices” means a scheme or arrangement between two or more
consultants with or without the knowledge of the Client, designed to establish
prices at artificial, non-competitive levels;
(iv) “coercive practices” means harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in a
procurement process, or affect the execution of a contract.

(b) will reject a proposal for award if it determines that the Consultant recommended
for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive
or coercive practices in competing for the contract in question;

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

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

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

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.

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

Page 7 of 264
2. CLARIFICATIONS AND AMENDMENT OF RFP DOCUMENTS

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 https:eprocure.gov.in

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

3. PREPARATION OF PROPOSAL

You are requested to submit your proposal in Two Parts strictly using the formats enclosed
herewith (refer section 3,4and 5) in 2 separate envelopes/ packages and put together in one
single outer envelope/package. The two parts shall be:

Part 1: Technical Proposal and Part


2: Financial Proposal.

The proposal shall be written in the English language as specified in the Data Sheet. All pages
of the Proposal shall be signed by an authorized representative. The representative’s
authorization shall be confirmed by written Power of Attorney duly notarized to be
submitted with the proposal. In case of JV or inclusion of Associate company, a MoU
indicating the specific Projects, input and role of each Partner etc. shall be submitted with the
proposal.

Part 1: Technical Proposal

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.

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

Page 8 of
264
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.
The permanent staff would be considered those already employed with the firm
prior to one year from the month during which this Tender Notice is issued. Applicant
shall submit the details of the period of employment of the proposed personnel with
the firm.

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

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

i. A brief description of the firm’s organisation and an outline of recent experience of


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

Page 9 of 264
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 following [six/seven] key personnel in the format as per Appendix- B-6 is
to be furnished on INFRACON portal.
[Team leader cum Senior Highway Engineer, Resident cum Highway Engineer,
Bridge/Structural Engineer, Senior Pavement Specialist, Senior Quality cum
Material Expert and Road Safety Expert in case of Normal Highway Project]
[Team Leader cum Senior Tunnel Expert, Residential Engineer cum Excavation
Specialist, Senior Geotechnical Expert, Tunnel Design Engineer, Tunnel Safety
Expert, Senior Contract Specialist & Senior Geologist in case of Standalone
Tunnel Project]
[Team Leader cum Senior Bridge Engineer, Resident Engineer cum Pavement
Specialist, Bridge/Structural Engineer, Senior Contract Specialist, Road Safety Expert
& Senior Quality cum Material Expert in case of Standalone Bridge Project].
It may please be ensured that the format is strictly followed and the information
furnished therein is true and correct. The CV must indicate the work in hand and
the duration till which the person will be required to be engaged in that
assignment. The Firm shall ensure that details furnished in the CV by the
personnel are correct. If any information is found incorrect, at any stage, action
including termination and debarment from future Public works Department
Government Of Goa projects for a minimum period of 2 years may be taken by
Public works Department Government Of Goa on the personnel and the Firm.
b. Key information should include years with the firm and degree of responsibility
held in various assignments. In CV format, at summary, the individual shall
declare his qualification & total experience (in years) against the requirements
specified in TOR for the position (Ref. Enclosure-B of TOR). If any information is
found incorrect, at any stage, action including termination and debarment from future
Public works Department Government Of Goa projects upto 2 years may be taken
by Public works Department Government Of Goa on the personnel and the firm.

c. CVs of Key Personnel having intermittent inputs will be considered only if the
assignments on hand as on 7 days before due date of proposal including those for
which LOA has been received from the Client or for which Consultant has been
declared as H1 are such that the key personnel is able to proportionately devote the
given man months for this project.
d. All the CVs which are to be evaluated should be complete in all respects including
signing and certification by the individual and the firm.

e. Minimum 75% marks required. CV of [six/seven] Key Personnel will be


evaluated CV of proposed Team Leader should score at least 75% marks. If
not, the proposal shall not be considered further.
f. If a CV score less than 75% marks, whatever marks it score will be carried
forward for maximum 3 nos. key personnel for determining the total score of the
firm. However, if the Key Personnel does not fulfill the minimum academic
qualification (as mentioned at Enclosure-B of TOR of RFP), the overall score of his
CV will be evaluated as zero. If the Key Personnel does not fulfill the minimum
qualification related to experience (as mentioned at Enclosure-B of TOR of RFP),
then zero marks will only be assigned for that sub criteria, but the marks obtained by
the CV of the Key Personnel will be carried forward for maximum 3 nos. key
personnel for determining the total score of the firm. In case, a firm is H-1, then all
such Key Personnel (whose CV scores less than 75% or who does not fulfill the
minimum qualification) will have to be replaced by the firm before signing the
contract. The reduction in remuneration of such replacements shall be 10% for
each replacement. In case more than 3 CV scores less than 75% marks or Team
leader cum Senior Highway Engineer scores less than 75% marks, the proposal shall
be considered non-responsive.
g. In case CV of a person is turned out to be fake/incorrect/inflated during the
assignment, the consultancy firms shall have to refund the salary and perks drawn
including interest @12% per annum in respect of the person apart from other
consequences. In addition to above, 10% of the salary and perks to be refunded
shall be recovered from the Firm as penalty. In the event the penalty is not paid by
the Consultancy Firm, the same shall be recovered from encashment of
performance security of the firm.
h. It is also clarified that any key personnel, if debarred during the period between
receipt of bid and award of the contract and is required to be replaced as per the
provisions of the RFP, then the replacement shall not be considered as part of
replacement by the Authority’s Engineer and hence no deduction in remuneration
shall be affected. However, in this case the original CV will be considered for
evaluation purpose

xi. Deployment Schedule for each key personnel should be formulated and
incorporated in the Technical Proposal which will be reviewed on quarterly basis.
xii. Estimates of the total time effort (person x months) to be provided for the
services, supported by bar chart diagrams showing the time proposed (person x
months) for each professional staff and sub professional staff.
xiii. Any additional information.

The technical proposal must NOT include any financial information.

Part 2: Financial Proposal

Your Financial Proposal must be strictly using the formats attached in Section 5. No
additional items/quantities other than that specified in the formats should be proposed by the
Consultants since the same shall not be considered for the evaluation/award. Consultants
shall be paid billing rates for services as per financial proposal submitted by them basis.
Beginning 13th months from the last date of submission of bid, billing rates shall be increased
to cover all items of the contract i.e. remuneration, vehicle hire, office rent, consumables,
furniture etc. @ 5% every 18 months. However, for evaluation
and award of the Bid proposals, the quoted initial rate (as applicable for first 18 months from
last date of submission of bid) shall be multiplied by the total time input for each position on
this contract, i.e. without considering the increase in the billing rates. All payments shall be
made in Indian Rupees and shall be subjected to applicable Indian laws withholding taxes if
any.

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.

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

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

4. SUBMISSION, RECEIPT AND OPENING OF PROPOSALS

PREPARATION & SUBMISSION OF APPLICATIONS:

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

(I) Technical Proposal {Only Electronic Form (to be uploaded on the E- tendering
portal of Employer)}
(a) Power of Attorney for signing the Application
(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) Financial proposal as per format prescribed in section – 5 of RFP


(III) The Consultant who download the RFP document from the web site will
be required to pay the non-refundable fee of Rs.5,000/-towards cost of RFP
through the portal “bharatkosh.gov.in and receipt copy to be submitted online
+ 18% GST amounting to Rs. 900/- through demand draft in favour of Executive
Engineer WD VII(NH), PWD, Panaji Goa.

(IV) Bidders have to comply with the OM No. 13030/09/2008-vig dated 28th January,
2013(copy enclosed) regarding Integrity pact.
C. The successful bidder shall submit the original documents specified above in point no.4.1
B (I) (a), (b), (c)& (d) above together with their respective enclosures to the Authority
before signing of the Agreement.

i.) The Applicant shall upload scanned copies of the Technical Proposal and Financial
Proposal as specified in point nos. 4.1 (B) (I) ,(II), (III) & (IV) above on the E-
tendering portal of Employer before 11:00 hours Indian Standard Time on the
Application due date i.e. on 20.10.2021 Financial Proposal is to be submitted On-line
only and no hard submission is to be made.

Modification / Substitution/ Withdrawal of bids:

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

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

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

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

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

OPENING AND EVALUATION OF APPLICATIONS:

(i) Opening of Proposals will be done through online for both Financial Proposal and
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 the
Application due date i.e. 22/10/2021 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

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

Deleted

Technical Proposal

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

Financial Proposal

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

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

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

The lowest financial proposal (FM) will be given a financial score (SF) of 100 points. The
financial scores of other proposals will be computed as follows:

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

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

S= ST x Tw+SF x Fw
Where S is the combined score, and Tw and Fw are weights assigned to Technical Proposal
and Financial Proposal that shall be 0.70 and 0.30 respectively.
The selected Authority’s Engineer shall be the first Ranked Applicant (H-1, having the highest
combined score). In the event the proposals of two or more consultants have the same scores in
the final ranking, the proposal with the highest technical score should be ranked first.

6 AWARD OF CONTRACT

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

7 PERFORMANCE SECURITY

The successful consulting firm shall have to submit a Bank Guarantee (BG) for an amount of
10% of the Contract Value within 15 days of issue of LOA. The BG shall be valid for a
period of [xx+2] i.e. upto 2 months beyond the expiry of the Contract period of [xx 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.

Further, in case where the bid of the successful consulting firm is less than 85% of the
average of all bids received, the successful consulting firm shall have to submit an

Additional Performance Security (APS) in the form of a Bank Guarantee for 30% of the
differential value between the successful bid and average of all the bids received. The
BG shall be valid for a period of [xx+2] months i.e. upto 2 months beyond the expiry of
the Contract of [xx] months. The other requirements of APS are same as those of
Performance Security.

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.

Not withstanding anything to the contrary contained in this Agreement, the Parties agree
that in the event of failure of the Consultant to provide the Performance Security in
accordance with the provisions of Clause 7.1 within the time specified
therein or such extended period as may be provided by the Authority, in accordance with
the provisions of Clause 7.2 and thereupon all rights, privileges, claims and entitlements
of the Consultant under or arising out of this Agreement shall be deemed to have been waived
by, and to have ceased with the concurrence of the Consultant, and LoA shall be deemed to
have been withdrawn by mutual agreement of the Parties. Authority may take action debar
such firm for future projects for a period of 1-2 years.

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.

Page
DATASHEET

(As Mentioned in Letter of Invitation to Consultants) Sub clause

No. in Letter of Invitation to Consultants

1 Pre-Proposal Conference shall be held at: Employer’s Office on 14.10.2021 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 on 07.10.2021 . The
address for requesting clarification is:
Chief Engineer(NH R&B)
Public Works Department,
Government of Goa, Altino, Panaji,
Goa
Email:cenhrb.pwd.goa@nic.in

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 Employer shall reimburse only G oods and service tax. Authority’s Engineer has to assess
all other taxes and should inbuilt them in their financial proposal. These taxes (other than
Goods and service tax) should not be provided separately. Consultants are requested to
consult Tax Consultants for details.

7. The Consultants to ensure that their firms and key personnel should register their credentials /
modules on www.infracon.nic.in 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:20.10.2021 @ 11.00 hrs .

10 The points assigned to Technical Evaluation criteria are:


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

Page
i. Sub criteria for Relevant Experience of the firm for the assignment
Average Annual Turnover (last 3 years) from consultancy business (Min 5 crore) 2
Nos of Highway Professionals with the firm * The professionals who possess degree in Civil 10
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 Number of 10
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 length of 5
similar category for which RFP invited of 2/4/6**-laning or more) in last 7 years *
In hand DPRs for Authority (Ministry /NHAI/NHIDCL-As applicable) Projects (presently 10
under progress)
Experience in Construction Supervision/DPR /Design Review of Major structures having length of more 3
than 500 meter 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 Authority’s Engineer for having offered consultancy services to a private


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

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

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

In case of JV the turnover and experience details of Lead and JV Employer’s certificate should be
submitted substantiating the experience claimed by the firm.
ii. Sub criteria for Experience in use of technology for road inspection
Sr. Maximum
Description Sub-Points
No. Points
Experience in Network Survey Vehicle (NSV) or better
1 7
technology for pavement inspection
1.1 Equipment 4
(a) Equipment on MOU with Associate or on hiring basis 2
(b) Own Equipment 4
1.2 Experience 3
(a) 1-2 projects 1
(b) 3-5 projects 2
(c) >5projects 3
Experience in Falling Weight Deflectometer (FWD) or better
2 4
technology for pavement strength measurement
2.1 Equipment 2
(a) Equipment on MOU with Associate or on hiring basis 1
(b) ) Own Equipment 2
2.2 Experience 2
(a) 1-3 projects 1
(b) > 3 projects 2
Experience in Mobile Bridge Inspection Unit or better
3 5
technology for bridge inspection
3.1 Equipment 2
(a) Equipment on MOU with Associate or on hiring basis 1
(b) Own Equipment 2
3.2 Experience 3
(a) 1-2 projects 1
(b) 3-5 projects 2
(c) 5 projects 3
4 Experience in Retro reflectometer technology 4
4.1 Equipment 2
a) Equipment on MOU with Associate or on hiring basis 1
(b)Own Equipment 2
4.2 Experience 2
(a)1-3 projects 1
(b)> 3 projects 2
Total 20

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

B. The experience of the associate firms in use of technology shall also be counted in the
evaluation. The experience of firm or associate firm in NSV or equivalent technology,
FWD or equivalent technology, MBIU or equivalent technology and Retro reflectometer or
equivalent technology shall be supported by experience certificate. The experience of a
firm/associate firm for a private concessionaire/contractor shall not be considered.
Qualification and competence of following professional/sub-professional staff for the assignment
shall be evaluated. The weightage for various key staff are as under:-

Normal Highway Project:

S. No Staff Position Marks.


1 Team Leader Cum Senior Highway Engineer 12
2 Resident cum Highway Engineer 6
3 Bridge/Structural Engineer 6
4 Senior Pavement Specialist 6
5 Senior Quality cum Material Expert 6
6 Road safety Expert 4
Total 40

Standalone Bridge Project:


S. No Staff Position Marks.
1 Team Leader Cum Senior Bridge Engineer 12
2 Resident cum Pavement Specialist 6
3 Bridge/Structural Engineer 6
4 Senior Contract Specialist 6
5 Road Safety Expert 6
6 Senior Quality cum Material Expert 4
Total 40

Standalone Tunnel Project:


S. No Staff Position Marks.
1 Team Leader Cum Senior Tunnel Expert 10
2 Resident Engineer cum Excavation Specialist 6
3 Senior Geotechnical Expert 5
4 Tunnel Design Engineer 5
5 Tunnel Safety Expert 5
6 Senior Geologist 5
7 Senior Contract Specialist 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 Authority’s Engineer should carryout self-evaluation based on the evaluation criteria at
Appendix-EC. While submitting the self-evaluation along with bid, Authority’s Engineer
shall make references to the documents which has been relied upon in his self-evaluation.

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 70%.

The weightage given to financial proposal is 30%.

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., Employer may modify the above criteria for Selection of AE.
Appendix-EC

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


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

4 Experience in DPR/Feasibility Study cum Preliminary 5


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 1
mark.

5 In hand DPRs of Highway/Bridge/Tunnel Projects ( 10


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

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 laning projects, experience of 2 lane will be considered with a multiplication
factor of 0.4, but only for those 2 lane projects whose cost of consultancy services was more
than Rs.3.0 crores.
*** In case the project includes any specialized nature of work such as tunnels, specialized
structures etc. in substantial quantum, this requirement/Marks may be included by suitably
adjusting marks of other attributes.

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


inspection

Evaluation sheet for assessment of experience in use of technology for road inspection
Reference/Details Marks self-
S. Maximum of projects assessed by
Description
No Points Claimed for self- the
assessment bidder
Experience in Network Survey Vehicle (NSV) or
1 7
better technology for pavement inspection
1.1 Equipment 4
(a) Equipment on MOU with Associate or on hiring
basis- 2 marks
(b) Own Equipment – 4 marks
1.2 Experience 3
(i) 1-2 projects 1
(ii) 3-5 projects 2
(iii) > 5 projects 3
Experience in Falling Weight Deflectometer (FWD) or
2 better technology for pavement strength 4
measurement
2.1 Equipment 2
Evaluation sheet for assessment of experience in use of technology for road inspection
Reference/Details Marks self-
S. Maximum of projects assessed by
Description
No Points Claimed for self- the
assessment bidder
(a) Equipment on MOU with Associate or on hiring
basis- 1 mark
(b) Own Equipment – 2 marks
2.2 Experience 2
(i) 1-3 Projects 1
(ii) >3 Projects 2
Experience in Mobile Bridge Inspection Unit or better
3 5
technology for bridge inspection
3.1 Equipment 2
(a) Equipment on MOU with Associate or on hiring
basis- 1 mark
(b) Own Equipment – 2 marks
3.2 Experience 3
(i) 1-2 Projects 1
(ii) 3-5 Projects 2
(iii) > 5 Projects 3
4 Experience in Retro reflectometer technology 4
4.1 Equipment 2
(a) Equipment on MOU with Associate or on hiring
basis- 1 mark
(b) Own Equipment – 2 marks
Execution with owned/hired Equipment/through
4.2 2
Associate
(i) 1-3 Projects 1
(ii) >3 Projects 2
Total 20
Notes:
(i) The Consultants owning the equipment shall be required to submit proof of ownership.
(ii) The experience of the associate firms in use of technology shall also be counted in the evaluation. The
experience of firm or associate firm in NSV or equivalent technology, FWD or equivalent
technology, MBIU or equivalent technology and Retro reflectometer or equivalent technology shall be
supported by experience certificate. The experience of a firm/ associate firm for a private
concessionaire/ contractor (client) shall be considered on self-certification along with the client
certificate. Any false certification shall attract provisions of Clause 1.8, Section -2 (letter of
Invitation) read with Clause 2.9.1(g) of GCC
3 Evaluation Criteria for assessment of score of Key Staff for adequacy of the Assignment.

Team Leader cum Senior Highway Engineer

Reference/Details of Marks self-


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

ii) Experience as Team Leader or similar capacity in 15


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

iii) Experience as Team Leader or similar capacity in 5


Highway Development projects (of length 40% of
project length or more of similar configuration
(2/4/6 laning**) and above) on EPC
1 project -4 marks add 1 mark extra for additional
projects subject to maximum1 (one) mark

b) Experience as Team Leader or similar 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
Reference/Details of Marks self-
Max.
S. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
2 Projects -11 marks
Add 2 marks 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 marks
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) mark

3 Employment with the Firm 5


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

Total : 100

Note:

(1) Similar Capacity includes the following positions


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

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

(3) Only those projects will be considered for evaluation at S. No. 2I, (d) where the input of the
personnel is not < 18 months.
(4) In case of experience on behalf of Authority’s Engineer or Contractor, the experience shall be duly
endorsed by the respective Government agency. In case of non-availability of endorsement from Govt.
Agency, the experience uploaded on INFRACON Portal will be taken into consideration. However,
the key personnel/ bidder will be solely responsible for any fake information/ CV, which may result
in debarment.

Resident cum Highway Engineer

Reference/Details of Marks self-


Max.
S. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
1 General Qualification 25
i) Graduate in Civil Engineering 21
ii) Post Graduation in 04
Transportation/Highway
Engineering/Structural
Engineering/Geotechnical Engineering
2 Adequacy for the Project 70
Professional Experience
i) Total Professional Experience in handling Highway 20
projects
< 12 years -0
12 years -8 marks
Add 1 mark extra for each additional year of experience
subject to maximum 2 (two) marks.
ii) Experience as Resident Engineer/Project 20
Director/Project Manager/Superintending Engineer or
equivalent/Executive Engineer or equivalent on
construction works/Authority Engineer/Independent
Engineer Projects (similar configuration (2/4/6 laning*)
and above).
< 5 years -0; 5 years -15 marks
Add 1 marks extra for each additional year of experience
subject to maximum 5 (five) marks.
iii) Experience in similar capacity in handling major 2/4/6- 25
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 marks
Add three marks extra for each additional project subject to
maximum 6 (Six) marks.

iv) Experience in similar capacity of Highway Project of 5


Construction/Construction Supervision/IC on EPC Mode
Reference/Details of Marks self-
Max.
S. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
(of length 40% of project length or more of similar
configuration (2/4/6 laning**) and above)
1 Project- 4 marks
Add 1 (one) mark extra for each additional project subject to
maximum 1 (one) mark
3 Employment with the Firm 5
< 1 year -0
1 year – 3 marks
Add 0.5 marks for each subsequent year subject to maximum
2 marks
Total : 100

Note:

(1) Similar Capacity includes the following positions


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

(2) Only those projects (in numbers) will be considered for evaluation above, where the input of the
personnel is not < 18 months

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

Bridge/Structural Engineer

Reference/Details of Marks self-


Max.
S. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
1 General Qualification 25
i) Graduate in Civil Engineering 21
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
Reference/Details of Marks self-
Max.
S. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
10 years -11 marks
Add one mark extra for each additional 2 year subject to
maximum 4(four) marks

ii) Experience in similar capacity in 20


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

iii) Experience in similar capacity in supervision of Major 20


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

iv) Experience in similar capacity in supervision of 10


Rehabilitation and repair of Major
Bridges/ROB/Flyover/ Interchanges/ any other
structures
< 2 nos. – 0
2 nos. -8 marks
> 3 nos.- 10

v) Experience in similar capacity of modern bridge 5


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

3 Employment with the Firm 5


< 1 year -0
1 year -3 marks
Reference/Details of Marks self-
Max.
S. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
Add 0.5 marks for each subsequent year subject to
maximum 2 marks

Total : 100

Note:

(1) Similar Capacity includes the following positions


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

(2) Only those projects (in numbers) will be considered for evaluation above, where the input of the
personnel is not < 18 months

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

Senior Pavement Specialist

Reference/Details of Marks self-


Max.
S. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
1 General Qualification 25
I) Graduate in Civil Engineering 21
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 -15 marks
Add one mark extra for each additional year of
experience subject to maximum 5 (five) marks.

ii) Experience in Similar capacity in 20


Construction/Construction Supervision of 2/4/6-
Reference/Details of Marks self-
Max.
S. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
laning** of major Highway Projects (similar
configuration (2/4/6 laning**) and above)
< 5 years -0; 5 years -15 marks
Add one mark extra for each additional year of
experience subject to maximum 5 (five) marks.

iii) Experience in similar capacity as Pavement/Geo- 25


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. -20 marks
Add 2.5 marks extra for each additional project subject to
maximum 5 marks.

iv) Experience in similar capacity on EPC Projects (of 5


length 40% of project length or more of similar
configuration (2/4/6 laning**) and above)
1 Project- 4 marks
Add 1 (one) mark extra for each additional project subject
to maximum 1 (one) mark

3 Employment with the Firm 5


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

Total : 100

Note:

(1) Similar Capacity includes the following positions


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

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

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

Senior Quality/Material Expert

Reference/Details of Marks self-


Max.
S. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
1 General Qualification 25
I) Graduate in Civil Engineering 21
II) Post Graduation in Geotechnical
Engineering/ Foundation Engineering/ Soil 04
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 Similar 30
Highway projects (of length 40% of project length or
more of similar configuration (2/4/6 laning**) and
above)
< 2 nos. -0
2 nos. - 25
Add 2.5 marks extra for each additional project subject to
maximum 5 (five) marks.
3 Employment with the Firm 5
< 1 year – 0
1 year – 3

Add 0.5 marks for each subsequent year subject to


maximum 2 marks
Total : 100
Note:
(1) Similar Capacity includes the following positions
i) On behalf of Consultant/Contractor: Quality Expert/ Material Engineer/Material Expert/
Quality Engineer/ Geo-Technical Expert.
ii) On behalf of Government: Executive Engineer

(2) Only those projects (in numbers) will be considered for evaluation above, where the input of the
personnel is not < 18 months

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

Road Safety Expert

S. Description Max. Reference/ Marks self-


No. Points Details of assessed by
projects Claimed the bidder
forself-
assessment
1 General Qualification 25
I) Graduate in Civil Engineering 21
II) Post-Graduation in Traffic/ Transportation/ Safety 04
Engineering or equivalent
2 Adequacy for the Project 70
Professional Experience
i) Total Professional Experience in handling Highway/Bridge 15
projects
< 10 years -0
10 years -11 marks
Add one mark extra for each additional year of experience
subject to maximum 4 (four) marks.
ii) Experience in similar capacity in Road Safety works on 15
Major Highway Project (similar configuration (2/4/6 laning**)
and above).
< 5 years -0
5 years -11 marks
Add one mark extra for each additional year of experience
subject to maximum 4 (four) marks.
S. Description Max. Reference/ Marks self-
No. Points Details of assessed by
projects the bidder
Claimed for self-
assessment
iii) Experience in similar capacity in Road Safety Audits of 2/4/6- 20
laning** Highway projects at different stages including at
least one at design stage
< 2 nos. -0
2 nos. -15 marks
Add 2.5 marks extra for each additional project subject to
maximum 5 marks.
iv) Experience in similar capacity in identification and 10
improvement of black spots on Major Highway Project
(similar configuration (2/4/6 laning**) and above)
< 2 nos. -0
2 nos. -8 marks
Add 2 marks extra for each additional improvement of black spots
subject to maximum 2 marks.
v) Experience in similar capacity of preparing Road Safety 5
Management Plans for Inter Urban Highway
1 project -4 marks
2 or more -5 marks
vi) Experience in similar capacity in field of Road Safety 5
Management Plan
1 project -4 marks
2 or more -5 marks
3 Employment with the Firm 5
<1 year- 0
1 year – 3 marks
Add 0.5 marks for each subsequent year subject to maximum 2
marks
Total : 100
Note:

(1) Similar Capacity includes the following positions


i) On behalf of Consultant/Contractor: Road Safety Expert
ii) In Government Organizations: Executive Engineer (or equivalent) and above

(2) Only those projects (in numbers) will be considered for evaluation above, where the input of the
personnel is not < 6 months
Team Leader cum Senior Bridge Engineer:

Reference/Details of Marks self-


Max.
S. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
1 General Qualification 25
i) Graduate in Civil Engineering 21
ii) Post Graduation in /Structural 04
Engineering or equivalent specialised stream
of civil engineering
2 Adequacy for the Project 70
a) ProfessionalExperience inBridge
Projects:
i) Total Professional Experience in handling 15
Bridge projects
< 12 years -0
12 years -12 marks
Add 1 mark extra for each additional year of
experience subject to maximum 3 (three) marks.

ii) Experience as Team Leader or similar 10


capacity in Highway Development projects of
(similar configuration (2/4/6 laning**) and
above)
< 5 years -0
5 years -8 marks
Add 1 marks extra for each additional year of
experience subject to maximum 2 (two) marks.

iii) Experience as Team Leader or similar capacity 5


in Highway Development projects (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
additional projects subject to maximum1 (one)
mark

b) Experience as Team Leader or similar 30


capacity of at least Two projects in
Construction Supervision / AE/ IE/ Project
preparation involving at least one Major
Bridge (minimum 300 m length without
approaches) in the Project (of length 40% of
Reference/Details of Marks self-
Max.
S. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
project length or more of similar configuration
(2/4/6 laning**)
< 2 projects -0
2 Projects -20 marks
Add 5 marks for each additional project
subject to maximum 10 marks.

c) Experience as Team Leader/Project Manager or 10


similar capacity in Operation and Maintenance
of Major Bridge (minimum 300 m length
without approaches) in the Project (of length
40% of project length or more of similar
configuration (2/4/6 laning**)
1 project – 8 marks
Add 1 mark extra for each additional project
subject to maximum 2 (two) mark

3 Employment with the Firm 5


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

Total : 100

Resident cum Pavement Specialist

Reference/Details of Marks self-


Max.
S. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
1 General Qualification 25
i) Graduate in Civil Engineering 21
ii) Post Graduation in 04
Transportation/Highway
Engineering/Structural
Engineering/Geotechnical Engineering
2 Adequacy for the Project 70
Professional Experience
i) Total Professional Experience in handling 20
Highway projects
Reference/Details of Marks self-
Max.
S. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
< 12 years -0
12 years -16 marks
Add 2 mark extra for each additional 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/Authority
Engineer/Independent Engineer Projects
(similar configuration (2/4/6 laning*) and
above).
< 5 years -0; 5 years -15 marks
Add 1 marks extra for each additional year of
experience subject to maximum 5 (five) marks.

iii) Experience in similar capacity in handling 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 marks
Add three marks extra for each additional
project subject to maximum 6 (Six) marks.

iv) Experience in similar capacity of Highway 5


Project of Construction/Construction
Supervision on EPC Mode (of length 40% of
project length or more of similar configuration
(2/4/6 laning**) and above)
1 Project- 4 marks
Add 1 (one) mark extra for each additional
project subject to maximum 1 (one) mark

3 Employment with the Firm 5


< 1 year -0
1 year – 3 marks
Reference/Details of Marks self-
Max.
S. No. Description projects Claimed for assessed by
Points
self-assessment the bidder
Add 0.5 marks for each subsequent year
subject to maximum 2 marks

Total : 100

Senior Contract Specialist

S. No. Description Max. Reference/ Marks


Points Details of self-
projects assessed
Claimed for by the
self- bidder
assessment
1 General Qualification 25
I) Graduate in Civil Engineering 21
II) Post Graduate Degree in Law/PG in 04
management/certificate course in management/
certificate
course in construction management/certificate course in
contract management
2 Adequacy for the Project 70
Professional Experience
i) Total Professional Experience of Contract Management. 20
< 15 years -0
15 years -15 marks
Add one mark extra for each additional year of experience
subject to maximum 5 (five) marks.
ii) Experience as Contract Specialist on any National/State 20
Highway project.
< 4 years -0
4 years -15 marks
Add one mark extra for each additional year of experience
subject to maximum 5 (five) marks.
iii) Contract Management of a large Highway contract say over 25
Rs.150 crore including experience of handling variation
orders, claims of the contractor and there appropriate
disposal
< 2 nos. -0
2 nos. -20
Add 2.5 marks extra for each additional project subject to
maximum 5 (five) marks.
v) Experience of Handling Arbitration cases in respect of any 5
Highway project.
1 project -4 marks
2 or more projects-5 marks
3 Employment with the Firm 5
<1 year- 0
1 year – 3 marks
Add 0.5 marks for each subsequent year subject to maximum 2
marks
Total : 100

Team Leader cum Senior Tunnel Expert:

S. No. Description Max. Reference/ Marks


Points Details of self-
projects assessed
Claimed for by the
self- bidder
assessment
1 General Qualification 25
I) Graduate in Civil/Mining Engineering or equivalent 21
II) Post-Graduate or chartered engineer in Mining 04
Engineering/ Geotechnical Engineering /Structural
Engineering/Rock Mechanics or equivalent
2 Adequacy for the Project 70
Total Professional Experience
a i) < 20 years -0 7
20years -5 marks
Add one mark extra for each additional year of experience
subject to maximum 2 (Two) marks.
a ii) Total professional experience in handling major tunnelling 8
projects
<15 years – 0 marks
15 years – 6 marks
Add 1 mark extra for each additional year of experience subject
to maximum 2 (two) marks.
a iii) Experience in major tunnel construction/construction 10
supervision projects (Road/Rail/Metro)
<10 years – 0 marks
10 years – 7 marks
Add 1.5 marks extra for each additional year of experience
subject to maximum 3 marks.
b Experience in Similar Capacity
b i) Experience as Team Leader or similar capacity in 10
construction
supervision of major tunnel projects (Road/Rail/Metro) of
length equal to or more than 4 Km
S. No. Description Max. Reference/ Marks
Points Details of self-
projects assessed
Claimed for by the
self- bidder
assessment
<5 years – 0 marks
5 years – 7 marks
Add 1.5 marks extra for each additional year of experience
subject to maximum 3 marks
b ii) Experience as Team Leader or similar capacity of project 10
Preparation/Design of tunnel projects(Road/Rail/Metro) of
length 4 Km or more
1 Project – 8 marks
Add 1 mark extra for each additional projects subject to
maximum 2 marks.
b iii) Experience as Team Leader or similar capacity in 20
construction supervision of tunnels (Road/Rail/Metro) of
length 4 km or more
<2 project -0 marks
2 Projects – 15 marks
Add 1.25 mark extra for each additional projects subject to
maximum 5(five) marks.
C) Experience in project preparation/ design of major tunnel 5
projects apart from those under 2 (b) (ii)
(Road/Rail/Metro) 1
project -4 marks
2 or more -5 marks
3 Employment with the Firm 5
<1 year- 0
1 year – 3 marks
Add 0.5 marks for each subsequent year subject to maximum 2
marks
Total : 100
Note: As per RFP, Definition of Team Leader includes Project Manager/Resident Engineer/ or any equivalent
position.

** tunnel projects, unless specifically mentioned, to be considered for evaluation has to be major tunnels
of length equal to or more than 1.5 Km
Resident cum Tunnel Excavation Expert:

S. No. Description Max. Reference/ Marks


Points Details of self-
projects assessed
Claimed for by the
self- bidder
assessment
1 General Qualification 25
I) Graduate in Civil/Mining Engineering or equivalent 21
II) Post-Graduate or chartered engineer in civil/Mining 04
Engineering or equivalent
2 Adequacy for the Project 70
Total Experience
a i) <15 years – 0 15
15 years – 12 marks
Add 1 mark extra for each additional year of experience subject
to maximum 3 (three) marks.
A ii) Total professional experience in handling major tunnelling 10
projects
< 10 years – 0
10 years – 7 marks
Add 1.5 marks extra for each additional year of
experience subject to maximum 3 (three) marks.
b Experience in Similar Capacity
b i) Experience as Tunnel Excavation Expert or similar capacity in 10
construction supervision of major tunnelling projects
(Road/Rail/Metro)
< 7 years – 0
7 years – 7 marks
Add 1.5 marks extra for each additional year of experience
subject to maximum 3 (three) marks.
b ii) Experience as Tunnel Excavation Expert or similar capacity in 20
construction supervision of tunnel projects
(Road/Rail/Metro) of minimum length of 4 km (Minimum
one year supervision in a project)
< 2 projects – 0
2 projects – 15 marks
Add 2.5 marks extra for each additional projects subject to 5
(five) marks.
b iii) Experience in tunnel design/ DPR/ preparation / feasibility 10
study/design review involving major tunnel projects
(Road/Rail/Metro) of minimum length of 4 km (minimum 1
year experience in a project)
1 project – 7 marks
S. No. Description Max. Reference/ Marks
Points Details of self-
projects assessed
Claimed for by the
self- bidder
assessment
Add 1 mark extra for each additional projects subject to
maximum 3 (three) marks
C) Experience in construction of major tunnel projects 5
(Road/Rail/Metro) apart from those under 2 (b) (ii)
1 project – 3 marks
Add 1 mark extra for each additional projects subject to
maximum 2 (two) marks.
3 Employment with the Firm 5
<1 year- 0
1 year – 3 marks
Add 0.5 marks for each subsequent year subject to maximum 2
marks
Total : 100
Note:- Max Age = 65 Years

** tunnel projects, unless specifically mentioned, has to be major tunnels of length equal to or more than 1.5
Km to be considered for evaluation

TUNNEL DESIGN ENGINEER:

S. No. Description Max. Reference/ Marks


Points Details of self-
projects assessed
Claimed for by the
self- bidder
assessment
1 General Qualification 25
I) Graduate in Civil Engineering or equivalent 21
II) Post-Graduate in Engineering (Structural) 04
2 Adequacy for the Project 70
Total Professional Experience
a i) <20 years – 0 15
20 years – 11 marks
Add 1 mark extra for each additional year of experience subject
to maximum 4 (four) marks.
A ii) Total Professional Experience in handling major Tunnel 10
projects
<12 years – 0
12 years- 7 marks
Add 1 mark extra for each additional year of experience subject
to maximum 3 (three) marks.
S. No. Description Max. Reference/ Marks
Points Details of self-
projects assessed
Claimed for by the
self- bidder
assessment
b Experience in Similar Capacity
b i) Experience in tunnel design (Road/Rail/Metro) works in 10
similar capacity
<12 years – 0
12 years – 7 marks
Add 1 mark extra for each additional year of experience
subject to maximum 3 (three) marks.
b ii) Experience in similar capacity in Project Preparation/DPR 15
involving design of tunnels (Road/Rail/Metro)of more than 4
km length (Min. 1 year experience in a project)
< 3 projects – 0
3 projects – 11 marks
Add 1 mark extra for each additional projects subject to
maximum 4 (four) marks.
b iii) Experience in similar capacity in construction/construction 10
supervision projects involving design/design review of
tunnels of more than 4 Km length (Min. 1 year experience in
project)
<2 projects – 0
2 projects – 7 marks
Add 1.5 mark extra for each additional projects subject to
maximum 3(three) marks.
c i) Experience in innovation tunnel design (Road/Rail/Metro) like 5
immersed tunnel and sub-sea bored tunnel 1 projects
– 4 marks
2 or more projects -5 marks
c ii) Experience in design tunnel projects(Road/Rail/Metro) apart 5
from those under 2 (b) (ii)
1 project – 4 marks
2 or more projects – 5 marks
3 Employment with the Firm 5
<1 year- 0
1 year – 3 marks
Add 0.5 marks for each subsequent year subject to maximum 2
marks
Total : 100
Note: Max Age =65Years
** tunnel projects, unless specifically mentioned, has to be major tunnels of length equal to or more than 1.5
Km to be considered for evaluation

TUNNEL SAFETY EXPERT

S. No. Description Max. Reference/ Marks


Points Details of self-
projects assessed
Claimed for by the
self- bidder
assessment
1 General Qualification 25
I) Graduate in Civil/Mining Engineering or equivalent 21
II) Any professional Certification from a 04
recognized/statutory body on safety/health/shot firer
2 Adequacy for the Project 70
Total Professional Experience
a i) <20 years – 0 15
20 years – 11 marks
Add 1 mark extra for each additional year of experience subject
to maximum 4 (four) marks.
A ii) Experience Tunnel (Road/Rail/Metro) Safety Works 15
<10 years – 0
10 years – 11 marks
Add 1 mark extra for each additional year of experience subject
to maximum 4 (four) marks.
a iii) International exposure in tunnel safety works in developed 10
countries
<7 years – 0
7 years – 7 marks
Add 1 mark extra for each additional projects subject to
maximum 3 (three) marks.
b Experience in Similar Capacity
b i) Experience in similar capacity of Tunnel Safety Audits 20
during construction stage of tunnel
projects(Road/Rail/Metro) of minimum length of 4 Km
< 2 projects – 0
2 projects – 15 marks
Add 1.25 mark extra for each additional projects subject to
maximum 5 (five) marks.
b ii) Experience in similar capacity of Tunnel Safety Audits in 10
design stage on tunnel projects (Road/Rail/Metro)
1 project – 8 marks
2 or more – 10 marks
S. No. Description Max. Reference/ Marks
Points Details of self-
projects assessed
Claimed for by the
self- bidder
assessment
C) Experience in construction of major tunnel projects 5
(Road/Rail/Metro) using
1 project – 3 marks
Add 1 mark extra for each additional projects subject to
maximum 2 (two) marks.
3 Employment with the Firm 5
<1 year- 0
1 year – 3 marks
Add 0.5 marks for each subsequent year subject to maximum 2
marks
Total : 100
Note: Max Age = 65 Years

** tunnel projects, unless specifically mentioned, has to be major tunnels of length equal to or more than
1.5 Km to be considered for evaluation
Senior Geotechnical Expert:

S. Description Max. Reference/ Marks


No. Points Details of self-
projects assessed
Claimed for by the
self- bidder
assessment
1 General Qualification 25

I) Graduate in Civil Engineering / Masters in 21


Engineering Geology or equivalent from a
recognized university
II) Post Graduate in Rock Mechanics /Foundation 04
Engineering/ Tunnel Engineering

2 Adequacy for the Project 70


Total Professional Experience
a i) <20 years – 0 15
20 years – 11 marks
Add 1 mark extra for each additional year of
experience subject to maximum 4 (four) marks.
A ii) Experience in Construction/ Construction 10
Supervision of major tunnel
projects(Road/Rail/Metro
< 10 years – 0
10 years – 7 marks
Add 1 mark extra for each additional year of
experience subject to maximum 3 (three) marks.
b Experience in Similar Capacity
b i) Experience as Geotechnical engineer or similar 25
capacity in construction/ construction supervision of at
least 4 tunnel projects(Road/Rail/Metro) of length equal
to or more than 4 km
< 4 projects – 0
4 projects -17 marks
Add 2 mark extra for each additional project subject to
maximum 8 (eight) marks
b ii) Experience as Geotechnical engineer or similar 5
capacity in Construction/ Construction Supervision of
major tunnel projects involving vertical shaft sinking of
at least 200m vertical depth
1 project – 4 marks
2 or more projects – 5 marks
S. Description Max. Reference/ Marks
No. Points Details of self-
projects assessed
Claimed for by the
self- bidder
assessment
B iii) Experience as Geotechnical engineer or similar 15
capacity in design/project preparation of tunnel
projects(Road/Rail/Metro) of at least 4 km length
< 2 projects – 0
2 projects – 11 marks
Add 2 marks extra for each additional projects subject to
maximum 4 (four) marks.
3 Employment with the Firm 5
<1 year- 0
1 year – 3 marks
Add 0.5 marks for each subsequent year subject to
maximum 2 marks
Total : 100

Note:- Max Age =65 Years


** tunnel projects, unless specifically mentioned, has to be major tunnels of length equal to or more than 1.5
Km to be considered for evaluation.

Senior GEOLOGIST:

S. Description Max. Reference/ Marks


No. Points Details of self-
projects assessed
Claimed for by the
self- bidder
assessment
1 General Qualification 25
I) Masters in Geology /Applied Geology from 25
recognized university.
2 Adequacy for the Project 70
Total Professional Experience
a i) <<20 years – 0 20
20 years – 15 marks
Add 1 mark extra for each additional year of experience subject to
maximum 5 (five) marks.
A ii) Experience in major Tunnel construction/construction supervision 15
Projects (Road/Rail/Metro) using NATM technology
< 5 years – 0
5 years – 12 marks
Add 1.5 marks extra for each additional year subject to maximum 3
(three) marks.
b Experience in Similar Capacity
b i) Experience in major Tunnel(Road/Rail/Metro) Construction 15
works in similar capacity
< 7 years – 0
7 years – 12 marks
Add 1 mark extra for each additional year of experience
subject to maximum 3 (three) marks.
b ii) Experience in similar capacity in project preparation/DPR 10
involving of major tunnel projects (Road/Rail/Metro). (Min 1
year experience in a project)
<2 projects – 0
2 projects -7 marks
Add 1.5 marks extra for each additional projects subject to
maximum 3 (three) marks.
b iii) Experience in similar capacity in highway tunnel 10
construction/construction supervision with minimum length of 4
Km
< 2 projects – 0
2 project – 7 marks
Add 1.5 marks extra for each additional projects subject to
maximum 3 (three) marks.
3 Employment with the Firm 5
<1 year- 0
1 year – 3 marks
Add 0.5 marks for each subsequent year subject to maximum 2
marks
Total : 100
Note: Max Age = 65 Years

** tunnel projects, unless specifically mentioned, has to be major tunnels of length equal to or more than 1.5
Km to be considered for evaluation

Note: applicable to all key personnel:

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

2. ** Similar projects means 2/4/6 lane as applicable for the project for which RFP is invited. For 2-
lane projects experience of 4/6 lane also to be considered with a multiplication factor of
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.
SECTION 3: FORMATS FOR SUBMISSION OF FIRMS CREDENTIALS

The proposal should contain the following information in enclosed format attached at
Appendix A.
 Year of Establishment of Firm
 Average annual turnover (last three years)
Note: The Firm shall submit Certificate of Incorporation and audited balance sheet for the last three
years [FY 2017-2018, FY 2018-2019 and FY 2019-2020]*. For claiming experience of
Highway projects, completion certificate from employer should be enclosed. The proposal
should also contain the details of the key personnel viz. their name, qualification, expertise
area, experience and years of association with the firm.
*To be modified appropriately.
Appendix A

The following information related to the firm should be provided in the proposal.
i. Name of the package applied for:-
ii. Year of establishment of firm*
Consultant Year of Country Type of Organization
Establishment Individual Partnership Corporation Other
Individual / Lead
Partner (of JV)/
Minor Partner of
JV/Associate
NOTE:- Year of Establishment of Lead Partner of JV shall be considered.
*Copy of Certificate of incorporation shall be submitted.
iii. Office/ Business Address/Telephone nos. /Cable Address.
iv. Narrative description of firm (Not more than 2 sheets)
v. Name of two (2) principals who may be contacted with title and telephone
number/fax number/e-mail.
vi. Financial Statement of the last three years. **
Sl. No. Particular 2017-2018 2018-19 2019-2020
i. Annual turnover from Consulting business
ii. Total Assets
iii. Current Assets
Balance Sheet/ Auditor Certificate of last 3years <2017-18, 2018-19 and 2019-20 > shall be
submitted as evidence of Annual Turnover.
** a) The amount shall be stated in INR. (Consider 1US Dollar = Rs. And 1 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).
b) The currency conversion rate for the respective years shall be mentioned for other
International currencies.
vii. Experience as Authority Engineer/Independent Consultant/Construction supervision
of Highway projects, separately for PPP and non-PPP Projects during the last 7 years.
***
S Projects Type of Description Client (with Total Fee Fee received by %age of Approx. Period
No Name / Year Services of Highway complete for the Applicant (in total fee Cost of
Sole rendered Project/ address, Consultancy case of received Highway
Consultant/ Length contact Assignment JV/Association) by the Project
Prime (kms) person, (INR) firm
Consultant of Telephone
JV / minor Nos. and
Authority’s Fax Nos.)
Engineer of
JV/ /as
associate
consultant
1 2 3 4 5 6 7 8 9 10
A. Completed / Substantially completed projects:
S Projects Type of Description Client (with Total Fee Fee received by %age of Approx. Period
No Name / Year Services of Highway complete for the Applicant (in total fee Cost of
Sole rendered Project/ address, Consultancy case of received Highway
Consultant/ Length contact Assignment JV/Association) by the Project
Prime (kms) person, (INR) firm
Consultant of Telephone
JV / minor Nos. and
Authority’s Fax Nos.)
Engineer of
JV/ /as
associate
consultant
1.
2.
3.
B. Projects in progress:
1.
2.
3.

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

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

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

Key Personnel Number of key personnel employed


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

Team Leader cum Senior Highway Engineer


Resident cum Highway Engineer
Bridge/Structural Engineer
Senior Pavement Specialist
Senior Quality cum Material Expert
Road Safety Expert
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-1-Technical proposal submission form.

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

Ladies/Gentlemen:
Subject: Submission of Technical and Financial Proposal for engagement as Authority
Engineer for the EPC 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
APPENDIX B-2: SITE APPRECIATION

Shall give details of site as per actual site visit and data provided in RFP and collected from site
supported by photographs to demonstrate that responsible personnel of the Authority’s Engineer
have actually visited the site and familiarized with the salient details/ complexities and scope of
services.
APPENDIX B-3: APPROACH PAPER ON METHODOLOGY FOR PERFORMING THE
ASSIGNMENT

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

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

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

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

1. State whether applicant has in-house (created in house at site)/ outsourced/ not available
facility for
 Surface defects detection and roughness measurement using Network Survey Vehicle
 Pavement strength measurement using FWD
 Bridge inspection using Mobile Bridge Inspection Unit
 Road signs inspection using Retro Reflectometer
2. In-case answer to 1 is available (created in house at site) a list of field investigation and testing
equipment is to be attached

3. In case answer to 1 is outsourced/not available – arrangements made or proposed to be made


for each of the above field investigations is to be attached

4. For experience in NSV, FWD, MBIU and reflectometer, references need to be provided in the
following format:

REFERENCES

Relevant Services Carried Which Best Illustrate Qualifications

The following information should be provided in the format below for each reference assignment
for which your firm, either individually as a corporate entity or as one of the major companies within a
consortium, was legally contracted by the client:

Assignment Name: Country:


Location within Country: Professional Staff Provided by your firm:
Name of Client : No. of Staff :
Address : No. of Staff Months :
Technology Used:
Start Date Completion Date Approx. Value of Services in INR/current USD):
(Month / Year) (Month / Year)
Name of JV/Association Firm(s)if any: No. of Months of Professional Staff provided by
Associated Firm(s)
Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member/Associate
Narrative Description of Project :
Description of Actual Services Provided by your Company:

Signature of Authorised Representative


(Certificate from Employer regarding experience should be furnished)
APPENDIX B-5: COMPOSITION OF THE TEAM PERSONNEL, AND TASK(S) OF
EACH TEAM MEMBER

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

i. Support Staff

Sl. No. Name Position Task


1


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

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

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

Certification by the Candidate

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

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

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

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


domain.
For Key Personnel having intermittent inputs, add the following:

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

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

Certification by the firm

The undersigned on behalf of ----------( name of consulting firm) certify that Shri ----------------- (name
of proposed personnel) to the best of our knowledge has neither been debarred by The Ministry of
Road Transport & Highways (MoRT&H) or any other Central/State Government organization nor
left his assignment with any other consulting firm engaged by the Employer /Contracting firm(firm to
be supervised now) for the ongoing projects. We understand that if the information about leaving the
past assignment is known to the Employer, Employer would be at liberty to remove the personnel
from the present assignment and debar him for an appropriate period to be decided by the Employer.

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

[Signature of authorized representative of the Firm]

a) Deleted.
b) Deleted.
c) Deleted.
d) Deleted.
e) Deleted.
f) Deleted
APPENDIXB-7: TIME SCHEDULE FOR PROFESSIONAL PERSONNEL

A. Activity Schedule

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


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

B. Activity Schedule

Month wise Program(information of Bar Chart)


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

C. Completion and Submission of Reports

Sr.No Reports : Programme Date)

1 Monthly reports
(Design and Construction)
2 Quarterly Reports

3 Various others reports as provided in the Concession Agreement such as


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

(To be submitted on non-judicial Stamp Paper)

I, the undersigned, on behalf of (name of the Authority’s Engineer


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

Managing Director/Head of the Firm/


Authorised Representative of the firm*
Address
*Lead Member in case of JV
APPENDIX B-10: INTEGRITY PACT

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

Tender No.

This integrity Pact is made at on this day of 2018.

Between

The Ministry of Road Transport & Highways (MoRT&H) hereinafter referred to as “The Principal”,
which expression shall unless repugnant to the meaning or contract thereof include its successors and
permitted assigns.

And

hereinafter referred to as “The Bidder/Contractor


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

Preamble

Whereas, the Principal intends to award, under laid down organizational procedures, contract/s for
“Authority Engineer Services for the project of ******in the State of ****** under NHDP Phase-
**** on ****** mode”. The Principal values full compliance with all relevant laws of the land, rules
of land, regulations, economic use of resources and of fairness/ transparency in its relations with its
Bidder(s) and/ or Contractor(s)/Concessionaire(s)/ Consultant(s).

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

Article-1 Commitments of the Principal

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

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


connection with the tender for, or the execution of a contract, demand, take a promise
for or accept, for self, or third person, any material of immaterial benefit which the
person is not legally entitled to.

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

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

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

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

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

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


through any other person or firm, offer, promise or give to any of the Principal’s
employees involved in the tender process or the execution of the contract or to any
third person any material or other benefit which he/she is not legally entitled to, in
order to obtain in exchange any advantage of any kind whatsoever during the tender
process or during the execution of the contract.
(b) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not enter with
other Bidders into any undisclosed agreement or understanding, whether formal or
informal. This applies in particular to prices, specifications, certifications,
subsidiary contracts, submission or non-submission or bids or any other actions to
restrict competitiveness or to introduce cartelization in the bidding process.
(c) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not commit any
offence under the relevant IPC/PC Act and other Statutory Acts; further the
Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not use improperly,
for purposes of completion or personal gain, or pass on to others, any information or
document provided by the Principal as part of the business relationship, regarding
plans, technical proposals and business details, including information contained or
transmitted electronically.
(d) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of foreign- origin
shall disclose the name and address of the Agents/ Representatives in India, if any.
Similarly the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of Indian
Nationality shall furnish the name and address of the foreign principle, if any.
(e) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will, when
presenting his bid, disclose any and all payments he has made, is committed to or
intends to make to agents, brokers or any other intermediaries in connection
with the award of the contract. He shall also disclose the details of services agreed
upon for such payments.
(f) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not instigate
third persons to commit offences outlined above or be an accessory to such offences.
(g) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not bring any
outside influence through any Govt. bodies/quarters directly or indirectly on the
bidding process in furtherance of his bid.

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

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


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

2. If the Bidder/ Contractor/ Concessionaire/ Authority’s Engineer has committed a


transgression through a violation of Article-2 such as to put his reliability or credibility into
question, the Principal shall be entitled to exclude including blacklist and put on holiday the
Bidder/ Contractor/ Concessionaire/ Authority’s Engineer for any future tenders/ contract
award process. The imposition and duration of the exclusion will be determined by the
severity of the transgression. The severity will be determined by the Principal taking into
consideration the full facts and circumstances of each case particularly taking into account
the number of transgressions, the position of the transgressors within the company
hierarchy of the Bidder/ Contractor/ Concessionaire/ Authority’s Engineer and the amount
of the damage. The exclusion will be imposed for a minimum of 1 year.

3. A transgression is considered to have occurred if the Principal after due consideration of the
available evidence concludes that “On the basis of facts available there are no material
doubts”.

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

5. The decision of the Principal to the effect that a breach of the provisions of this Integrity Pact
has been committed by the Bidder/ Contractor/ Concessionaire/ Authority’s Engineer shall
be final and binding on the Bidder/ Contractor/ Concessionaire/ Consultant.
6. On occurrence of any sanctions/ disqualification etc arising out from violation of integrity
pact, the Bidder/ Contractor/ Concessionaire/ Authority’s Engineer shall not be entitled for
any compensation on this account.

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

Article – 4 Compensation for Damages.

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

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

Article – 5 Previous Transgression

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

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

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


Subcontractors.

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


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

2. The Principal will enter into agreements with identical conditions as this one with all
Bidders/ Contractors/ Concessionaires/ Consultants and Subcontractors.
3. The Principal will disqualify from the tender process all Bidders who do not sign this Pact or
violate its provisions.

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


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

If the Principal obtains knowledge of conduct of a Bidder/ Contractor/ Concessionaire/ Authority’s


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

Article – 8 Pact Duration

This Pact begins when both parties have legally signed it. (In case of EPC i.e. for projects funded by
Principal and consultancy services). It expires for the Contractor/ Authority’s Engineer 18 months
after his Defect Liability period is over or 120 months after his last payment under the contract
whichever is later and for all other unsuccessful Bidders 6 months after this Contract has been
awarded. (In case of BOT Projects) It expires for the concessionaire 24 months after his concession
period is over and for all other unsuccessful Bidders 6 months after this Contract has been awarded.

If any claim is made/ lodged during this time, the same shall be binding and continue to be valid
despite the lapse of this pact as specified above, unless it is discharged/ determined by
The Public works Department Government Of Goa

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. ........

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

3. If the Bidder/Contractor/Concessionaire/Authority’s Engineer is a partnership or a


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

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

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

6. The actions stipulated in this Integrity Pact are without prejudice to any other legal action
that may follow in accordance with the provisions of the extant law in force relating to any
civil or criminal proceedings.
In witness whereof the parties have signed and executed this Pact at the place and date first done
mentioned in the presence of following witness:-

(For & On behalf of the Principal) (For & On behalf of the Bidder/
Contractor/ Concessionaire/ Authority’s Engineer)
(Office Seal )
Place
Date

Witness 1 :
(Name & Address):

Witness 2 :
(Name & Address):
SECTION 5: FORMAT FOR SUBMISSION OF FINANCIAL PROPOSAL.

Appendix C-1 Financial proposal submission form

Appendix C-2 Summary of costs

Appendix C-3 Breakdown of costs


APPENDIX C-1: FINANCIALPROPOSALSUBMISSIONFORM

FROM : (Name of Firm) TO :

Address of Employer
Subject :

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

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

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

Commission and gratuities, if any, paid or to be paid by us to agents relating to this proposal and
contract execution, if we are awarded the contract, are listed below:

Name and Address Amount and Purpose of Commission


of Agents Currency or Gratuity

............................... ........................... ……..…………………

............................... ........................... ……………………….

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

We remain,
Yours sincerely,

Managing Director/Head of the firm/ Authorised


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

No. Description Amount (Rs.)


I Remuneration for Local Professional Staff
II Supporting Staff
III Transportation
IV Duty Travel to Site
V Office Rent
VI Office Supplies, Utilities and Communication
VII Office Furniture and Equipment
VIII Reports and Document Printing
IX Road Survey Equipment
X Contingencies
Sub Total
Goods and Services Tax Payable in India
Total Costs (Including Tax)

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


APPENDIX C-3: BREAKDOWN OF LOCAL CURRENCY COSTS

II. REMUNERATION FOR LOCAL PROFESSIONAL STAFF

Normal Highway Project

For Project with Construction Period of 18 months

No. Position Name Construction Period 18 months + DLP


120 months
Rate No. of man- Amount
months*
Professional Staff
Team Leader cum Senior Highway 18 +30
1.
Engineer
2. Resident cum Highway Engineer 18 + 60
3. Bridge/Structural Engineer 18 +20
4. Senior Pavement Specialist 18 +20
5. Senior Quality cum Material Expert 18 + 10
6. Road Safety Expert 6 +20
Sub – Total
Sub-professional
1. Survey Engineer 18 + 20
2. Highway Design Engineer -----------
3. Assistant Highway Engineer (2nos) 36 +120
4. CAD Expert 6+4
5. Environmental Engineer 6+0
6. Bridge Design Engineer ----------------
7 Assistant Bridge Engineer 18 + 0
8. Assistant Quality cum Material Engineer (2nos) 36 + 0
9. Electrical Engineer 6 +6
10. HTMS/Toll Expert 3 +0
11. Quantity Surveyor 18 + 16
12. Horticulture cum Landscaping Expert 6 + 36
Sub Total
Total
For Project with Construction Period of 24 months

No. Position Name Construction Period 24 months + DLP 60


months
Rate No. of man- Amount
months*
Professional Staff
Team Leader cum Senior Highway
1.
Engineer
2. Resident cum Highway Engineer
3. Bridge/Structural Engineer
4. Senior Pavement Specialist
5. Senior Quality cum Material Expert
6. Road Safety Expert
Sub – Total
Sub-professional
1. Survey Engineer
2 Highway Design Engineer
3 Assistant Highway Engineer
4 CAD Expert
5 Environmental Engineer
6 Bridge Design Engineer
7 Assistant Bridge Engineer
8 Assistant Quality cum Material Engineer
9 Electrical Engineer
10 HTMS/Toll Expert
11 Quantity Surveyor
12. Horticulture cum Landscaping Expert
Sub Total
Total

*The man-month against each key personnel/sub – professional shall be same as specified in
Enclosure A of TOR.
For Standalone Bridge Project:

No. Position Name Construction Period 36 months + DLP 60


months
Rate No. of man- Amount
months*
Professional Staff
Team Leader cum Senior Bridge
1.
Engineer
2. Resident cum Pavement Specialist
3. Bridge/Structural Engineer
4. Senior Contract Specialist
5. Senior Quality cum Material Expert
6. Road Safety Expert
Sub – Total
Sub-professional
(To be decided by the Authority as per
requirement of the Project at the time of
preparation of RFP)

Sub Total
Total

For Standalone Tunnel Project:

No. Position Name Construction Period 60 months + DLP 60


months
Rate No. of man- Amount
months*
Professional Staff
Team Leader cum Senior Tunnel
1.
Expert
2. Resident Engineer cum Excavation Specialist
3. Senior Geotechnical Expert
4. Tunnel Design Engineer
5. Tunnel Safety Expert
6. Senior Geologist
7. Senior Contract Specialist
Sub – Total
No. Position Name Construction Period 60 months + DLP 60
months
Rate No. of man- Amount
months*
Sub-professional
(To be decided by the Authority as per
requirement of the Project at the time of
preparation of RFP)

Sub Total
Total

II. Support Staff

No. Position Name Staff Months Billing Amount( )


Rate()
1. Office Manager TBN 18
2. Accountant cum Cashier TBN 18
3. Photocopy Machine TBN 18
Operator
4. Steno cum Computer TBN 18
Operator
5. Office Boy ( 1 no) TBN 18

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

Sr. No Description of Qty. Total Rate/ Amount


Vehicles (No. of vehicle-month) Vehicle-
During Construction During Development Month
Period and O&M Period
1 Innova/Scorpo 2x18 1x120 156
or equivalent
(not more than 3
years old)
2 Ambassador/Ind 1x18 1x120 138
ica or
equivalent(not
more than 3
years old)
Total
IV. Duty Travel to Site (Fixed Costs) (For all Lengths of projects) : Professional and Sub-
Professional Staff

Trips Number of Trips Rate* Amount


The employer may require the key
Personnel to visit the Employers
site/Regional office. tHe quoted
amount should include travel fare for
20 round trip to Employers Head Ofice
and 20 round trip to employers regional
office (including Hotel charges, travel
costs etc Complete)

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

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

Nos. of Months Rate/month Amount


18

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

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

No Item Months Monthly Amount in


Rate Rs.
1. Office Supplies 18
2. Drafting Supplies 18
3. Computer Running Costs 18
4. Domestic and International 18
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.
No. Description Unit Qyt Rate/Month/ Periods in Amount(Rs.)
unit(Rs.) Month
1 Executive Table(godrej) make,
model No. T-108 or equivalent each 5 18
2 Executive Chairs(godrej )make,
model No. PCH-701 or each 5 18
equivalent
3 Tables(Godrej make,model No.
t-104 or equivalent) each 3 18
4 Ordinary Chairs Type -1 (Godrej
make,model No.T-CHR-6 or each 12 18
equivalentor equivalent)
5 Tables for all other staff (Godrej
make,model No. T-101 or each 3 18
equivalent)
6 Ordinary Chairs Type -II ( For
all other staff)Godrej
each 8 18
make,model No.CHR-6 or
equivalent.
7 Steel Almirah
1270mmx765mmx440mm
each 4 18
(Godrej make, model minor plain
or equivalent)
8 Visitors Chairs/Conference room
chairs Godrej make,model each 4 18
No.DCH7004 or equivalent.
9 Tables for computer with 3
drawers, key board/mouse pull
out trays size 1664mm x 900 each 3 18
(Godrej make, or equivalent) as
per Engineers design.
10 Printer desks (Godrej) make, or
each 2 18
equivalent
11 Side tables (Godrej) make, or
each 3 18
equivalent
12 Conference Table(godrej) make,
model No. T-12 or equivalent each 1 18
13 Revolving Chairs for Computer
Room/Drawing room each 1 18
Office Equipment
(Rental/Hire)
1 Telephone with PABX facilities
(2 external lines & 10 internal each 2 18
lines)
2 Photocopier each 1 18
3 Fax each 1 18
4 Air Conditioner each 2 18
5 Computer PC(State of the art) each 2 18
6 Laser Jet Printers each 2 18
7 Diesel Generator 20 KVA with
each 1 18
running cost
8 Binding Machine each 1 18
9 Air Cooler (of 24" size fan with
suitable pump and shall be of
each 2 18
either GEC, Khaitan or Cool
Home make or equivalent
10 Water Coolers (Voltas or
each 1 18
equivalent)
11 Software LS LS 18
Total

A) During DLP Period


No. Description Unit Qyt Rate/Month/ Periods in Amount(Rs.)
unit(Rs.) Month
Office Furniture (Rental/Hire)
1 Executive Table(godrej) make, each 5 120
model No. T-108 or equivalent
2 Executive Chairs(godrej )make, each 5 120
model No. PCH-701 or
equivalent
3 Tables(Godrej make,model No. each 3 120
t-104 or equivalent)
4 Ordinary Chairs Type -1 (Godrej each 12 120
make,model No.T-CHR-6 or
equivalentor equivalent)
5 Tables for all other staff (Godrej each 3 120
make,model No. T-101 or
equivalent)
6 Ordinary Chairs Type -II ( For each 8 120
all other staff)Godrej
make,model No.CHR-6 or
equivalent.
7 Steel Almirah each 4 120
1270mmx765mmx440mm
(Godrej make, model minor plain
or equivalent)
8 Visitors Chairs/Conference room each 4 120
chairs Godrej make,model
No.DCH7004 or equivalent.
9 Tables for computer with 3 each 3 120
drawers, key board/mouse pull
out trays size 1664mm x 900
(Godrej make, or equivalent) as
per Engineers design.
10 Printer desks (Godrej) make, or each 2 120
equivalent

11 Side tables (Godrej) make, or each 3 120


equivalent
12 Conference Table(godrej) make, each 1 120
model No. T-12 or equivalent
13 Revolving Chairs for Computer each 1 120
Room/Drawing room
Office Furniture (Rental/Hire)
1 Telephone with PABX facilities each 2 120
(2 external lines & 10 internal
lines)
2 Photocopier each 1 120
3 Fax each 1 120
4 Air Conditioner each 2 120
5 Computer PC(State of the art) each 2 120
6 Laser Jet Printers each 2 120
7 Diesel Generator 20 KVA with each 1 120
running cost
8 Binding Machine each 1 120
9 Air Cooler (of 24" size fan with each 2 120
suitable pump and shall be of
either GEC, Khaitan or Cool
Home make or equivalent
10 Water Coolers (Voltas or each 1 120
equivalent)
11 Software each LS 120
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 18 6 108
(Design and Construction)
2 Quarterly Reports 6 6 36
3 Various others reports as provided in 6 6 36
the Concession Agreement such as
Completion Report
Total

IX. Road Survey Equipment

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

Item No. of Rate per Amount


months km (INR) (INR)

Rental cost towards survey equipment (GPS/Total 18


station/Auto level) with semi skilled survey
party(4Persons) and one dedicated vehicle for survey party
(inclusive of vehicle rental drivers salary, fuel operation
and maintenance etc complete) with rods, flags and other
sundries.

X. Contingencies

A fixed amount of Indian Rupees ONE MILLION shall be included in the Financial Proposal. The
provisions of Contingency shall be operated with the specific approval from the Competent
Authority in The Public works Department Government of Goa through Chief Engineer National
Highways PWD.
SECTION 6: TERMS OF REFERENCE FOR AUTHORITY’S ENGINEER

[Note: The term “Agreement” and clauses thereof refer to the EPC Agreement dated-----

- entered between Authority and --------(the Contractor) for the work of Consultancy services for
Authority’s Engineer for Supervision of “CONSTRUCTION OF SIX LANE LINK ROAD (NH-
166S) WITH PAVED SHOULDER CONFIGURATIFON TO MOPA AIRPORT IN THE STATE OF
GOA ON EPC MODE from km---- to ---- of NH No166S in the State of Engineering, Procurement and
Construction (EPC) basis].

1. Scope

These Terms of Reference (the “TOR”) for the Authority’s Engineer are being specified
pursuant to the EPC Agreement dated........... (the “Agreement”), which has been entered
into between the Authority and ............................. (the “Contractor”) for
CONSTRUCTION OF SIX LANE LINK ROAD (NH-166S) WITH PAVED
SHOULDER CONFIGURATIFON TO MOPA AIRPORT IN THE STATE OF GOA
ON EPC MODE of the ---- section (km ** to km**) of National Highway No. 166S in the
State of Goa on Engineering, Procurement, Construction (EPC) basis, and a copy of which is
annexed hereto and marked as Annex-A to form part of this TOR.

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

2 Definitions and interpretation

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

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

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

3 General

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

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

(a) any Time Extension.


(b) Any additional cost to be paid by the Authority to the Contractor;
(c) The Termination Payment; or
(d) Any other matter which is not specified in (a), (b) or (c) above and which creates an
obligation or liability on either Party for a sum exceeding Rs. 5,000,000 (Rs. Fifty lakh.)
The Authority’s Engineer shall submit regular periodic reports, once every month, to the
Authority in respect of its duties and functions under this Agreement. Such reports shall be
submitted by the Authority’s Engineer within 10 (ten) days of the beginning of every month.

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

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

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

4. Role and responsibility of Officers of the Authority

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

5 Construction Period

During the Construction Period, the Authority’s Engineer shall review and approve the
Drawings furnished by the Contractor along with supporting data, including the geo-
technical and hydrological investigations, characteristics of materials from borrow areas
and quarry sites, topographical surveys, and the recommendations of the Safety Consultant in
accordance with the provisions of Clause 10.1.6 of EPC Agreement. The Authority’s
Engineer shall complete such review and approve and send its observations to the Authority and
the Contractor within 15 (fifteen) days of receipt of such Drawings; provided, however that in
case of a Major Bridge or Structure, the aforesaid period of 15 (fifteen) days may be extended
upto 30 (thirty) days. In particular, such comments shall specify the conformity or otherwise of
such Drawings with the Scope of the Project and Specifications and Standards.
The Authority’s Engineer shall review and approve any revised Drawings sent to it by the
Contractor and furnish its comments within 10 (ten) days of receiving such Drawings. The
review/approval of drawing should be authenticated by Authority’s Engineer.

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

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

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

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

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


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

On a monthly basis, the Authority Engineer shall prepare a Monthly Inspection Report in
accordance with the format prescribed in Annexure V setting forth an overview of the
status, progress, quality and safety of construction, including the work methodology adopted,
the materials used and their sources, and conformity of Construction Works with the Scope
of the Project and the Specifications and Standards. In a separate section of the Inspection
Report, the Authority Engineer shall describe in reasonable detail the lapses, defects or
deficiencies observed by it in the construction of the Project Highway. The Authority
Engineer shall send a copy of its Inspection Report to the Authority and the Concessionaire
latest by 7th of every month. Key sections of the Monthly Progress Report are as follows.

S 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 AE
2.1 Salient Features of the Project
2.2 Project Milestones
2 Project Overview
2.3 Location Map
2.4 Key Plan
Critical issues and 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 Mobilization of Resources 7.1 Resource mobilization by contractor/ concessionaire
8.1 Pen picture- Escrow
8 Financial Progress Details
8.2 Escrow details
Summary of quality control 9.1 Tests witnessed by IE/AE
9
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 site
11 Safety features
11.2 Accident report
Annex 1: Detailed list of physical components as per
12 Annexures Schedule G
Annex 2 onwards: Additional details provided by AE
If at any time during the Construction Period, the Authority Engineer determines that the
Concessionaire has not made adequate arrangements for the safety of workers and Users in the
zone of construction or that any work is being carried out in a manner that threatens the safety
of the workers and the Users, it shall make a recommendation to the Authority forthwith,
identifying the whole or part of the Construction Works that should be suspended for
ensuring safety in respect thereof.

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

For determining that the Works conform to Specifications and Standards, the Authority’s
Engineer shall require the Contractor to carry out, or cause to be carried out, tests at such
time and frequency and in such manner as specified in the Agreement and in accordance with
Good Industry Practice for quality assurance. For purposes of this, the tests specified in the
IRC Special Publication-11 (Handbook of Quality Control for Construction of Roads and
Runways) and the Specifications for Road and Bridge Works issued by MORT&H (the
“Quality Control Manuals”) or any modifications/substitution thereof shall be deemed to be
tests conforming to Good Industry Practice for quality assurance.

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

The timing of tests referred to in Paragraph 5.10, and the criteria for acceptance/rejection of
their results shall be determined by the Authority’s Engineer in accordance with the Quality
Control Manuals. The tests shall be undertaken on a random sample basis and shall be in
addition to, and independent of, the tests that may be carried out by the Contractor for its own
quality assurance in accordance with Good Industry Practice.

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

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

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

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

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

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

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

S No Key metrics of Asset Equipment to be used


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

6 Maintenance Period

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

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

Visual Inspection of project highway

The Authority 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
(iii) Variation by more than 15% in the prescribed side (embankment) slopes Weekly
(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
(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 Posts, Daily
Medical Aid Posts and other works]
(j) Incident Management
Frequency of
Nature of defect or deficiency inspection

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 holes
(ii) Weekly
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 or
(vi) Weekly
guide bunds
(vii) Growth of vegetation affecting the structure or obstructing the waterway Weekly

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.
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 Inspection to be carried out by Mode of reporting


Daily Sub-professional staff Soft copy by Email
Weekly Key personnel Soft copy by Email
Monthly Key personnel Hard copy and Soft copy

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

Road conditions surveys

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

Frequency of condition
S No Key metrics of Asset Equipment to be used
survey
Surface defects of At least twice a year (As per
1 Network Survey Vehicle (NSV) survey months defined for the
pavement
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 Reflectometer
3 Strength of pavement At least once a year
(FWD)
At least twice a year (As per
Mobile Bridge Inspection Unit
4 Bridges 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.

Measurement of pavement surface defects and roughness

i. The Authority Engineer shall use Network Survey Vehicles mounted with equipment
such as Laser based automatic crack detection , high resolution digital cameras for RoW
and pavement, high accuracy DGPS receiver and in vehicle data processing software or
better technology to accurately measure following pavement surface properties
Surface defect Dimensions to be reported
 Length
Cracking  Width
 Depth
 Area
Potholes
 Depth
Raveling  Indicator
Surface defect Dimensions to be reported
 %
 Area
 Depth
Rutting
 Width
Concrete Joint/ Faulting  Length
Roughness  IRI in both wheel paths
ii. The following criteria shall be met by the process of defects detection
 Measurement of 3D road profile using such technologies as laser scanning or other
proven technologies.
 Ability to operate (collect data) at different speeds with a minimum speed of
30km/hr and upto at least 75 km/ hr.
 Profile depth accuracy of 0.5mm
 Capability for lane tracking to control driver wander’ and ensure high repeatability
of data between surveys.
 Measure at least 3.5m width of highway lane.
 Transverse Profile including rut depth measurement of pavement surface widths of
both carriageway and shoulders. The rut depth data must be convertible to different
straightedge lengths (1.8m to 3.5m) and meet industry standards (ASTM E1703 /
E1703M).
 Pavement images with capability to automatically identify and rate distresses
 Roughness measurement with outputs of both raw longitudinal profiles and
International Roughness Index (IRI) calculation shall be reported at least 100m
referenced to the preceding Location Reference Post (LRP). The roughness must
meet ASTM-E950 (equivalent to Class I road profiler). The IRI shall be determined
in both wheel paths.
 Ability to record images at user-defined intervals (e.g. every 5, 10m, etc.)
 Minimum images resolution of 1600x1200
 Outputs must include Standard JPEG image or similar industry standard
 Distance resolution of <1mm,
 Capable of achieving distance accuracy of 0.1% (i.e. within 1m over 1km distance)
 All data outputs should be in a non-proprietary format (e.g. .CSV, .MDB, Excel) and
not require specialist software in order to view or format data
 Data should also be capable of being easily formatted into data compatible with
HDM-4

iii. The following are the set of deliverables which should be submitted after completion of
survey as part of Monthly Progress Report
 Raw data generated from the equipment which are part of Network Survey
covering the parameters mentioned in above table. It should also include
o Survey ID, Description, Date, Lane
o GPS referenced data for GIS mapping
 Video logging
o Pavement imagery (AVI/JPEG)
o 360 degree imagery (JPEG)
 Interpretation report covering summary of entire survey and analysis of defects and
deficiencies

Measurement of pavement strength

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

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

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

 Data report covering following parameters


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

The Authority Engineer shall carry out the condition and structural assessment survey of
the bridges in accordance with IRC-SP; 35 with the use of Mobile Bridge Inspection unit
(MBIU) or better technology.

(i) The following criteria shall be met by the process of bridge condition assessment

 Automatic folding and unfolding of platform


 90 degree rotation of platform
 Sufficient safety features to be incorporated such as dedicated power supply,
emergency cut off system, etc
 Complete access to hidden parts of the bridge by the raters

(ii) Detailed bridge inspection report shall be submitted as per the Inspection Proforma
provided in IRC-SP 35
Measurement of retroreflection of road signs

(i) The Authority Engineer shall measure Coefficient of retro reflected luminance RA (night time
retro reflection) of road traffic signs using a portable retro reflectometer.

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

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

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

System generated coefficient of retro reflected luminance RA (nighttime retro


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

(i) Infrastructure:

 Availability of civil infrastructure at toll plazas required for installation of ETC systems
 Adequacy of hardware, software and other related items as per IHMCL/The Public works
Department Government Of Goa through Chief Engineer National Highways PWD
technical specifications and requirements

(ii) Operations:

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

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

S.No Sections Sub sections


1.1 Overall road condition
1.2 Key reporting metrics
1.3 Key maintenance activities undertaken
1 Executive Summary
1.4 Pending issues
1.5 Recommended actions by AE
1.6 Strip plan for maintenance
2.1 Key project details
2.2 Location map
2 Project Overview 2.3 Key plan
2.4 Summary of project features
2.5 RoW availability
3.1 Issue and action log
Critical issues and 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
5.3 On ground ETC operations & SLA adherence
6.1 Damages for non completion of project facilities
6 Status of damages 6.2 Damages for breach of maintenance activities
6.3 Damages for non completion of major maintenance
works
Change of Scope
7 7.1 Change of Scope proposals
proposals
8 Status of pending disputes 8.1 Status of pending disputes
9.1 Toll collection statement
9 Reports
9.2 Accident Report
S.No Sections Sub sections
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

The Authority’s Engineer shall specify the tests, if any, that the Contractor shall carry out, or
cause to be carried out, for the purpose of determining that the Project Highway is in
conformity with the Maintenance Requirements. It shall monitor and review the results of
such tests and remedial measures, if any, taken by the Contractor in this behalf.

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


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

The Authority’s Engineer shall examine the request of the Contractor for closure of any lane (s)
of the Project Highway for undertakings maintenance/repair thereof, and shall grant
permission with such modifications, as it may deem necessary, within 5 (five) days of
receiving a request from the Contractor. Upon expiry of the permitted period of closure, the
Authority’s Engineer shall monitor the reopening of such lane (s), and in case of delay,
determine the Damages payable by the Contractor to the Authority under Clause 14.5 of EPC
Agreement

7 Determination of costs and time

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

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

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

8 Payments

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

Authority’s Engineer shall


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

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

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

9 Other duties and functions

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

10 Miscellaneous

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

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


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

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

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

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

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

11. PERFORMANCE CLAUSE

Authority’s Engineers shall be expected to fully comply with all the provisions of the
`Terms of Reference’, and shall be fully responsible for supervising the Designs,
Construction and maintenance and operation of the facility takes place in accordance with the
provisions of the EPC Agreement and other schedules. Any failure of the Authority
Engineer in notifying to Employer and the Contractor on non-compliance of the provisions
of the EPC Contract Agreement and other schedules by the EPC Contractor, non-
adherence to the provision of ToR and non-adherence to the time schedule prescribed under
ToR shall amount to non-performance.

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

12. CONSULTANT’S PROPOSAL

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

Normal Highway Project:

i. Team Leader Cum Senior Highway Engineer


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

Standalone Bridge Project:

i. Team Leader Cum Senior Highway Engineer


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

Standalone Tunnel Project:

i. Team Leader Cum Senior Tunnel Expert


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

Broad job-description and minimum qualification for key personnel mentioned above is
enclosed as Enclosure–B. However, higher marks shall be accorded to the Candidate with
higher relevant qualification and experience. All the CV’s of the personals mentioned in
Para5.3 (iii) of Data Sheet shall be evaluated at the time of evaluation of technical proposal.
The age of the Key Personnel should not be more than 65 years on the date of submission of
proposal. Consultants are advised in their own interest to frame the technical proposal in an
objective manner as far as possible so that these could be properly assessed in respect of points
to be given as part of evaluation criteria. The bio-data of the key personnel should be signed
on every sheet by the personnel concerned and the last sheet of each bio-data should also be
signed by the authorised signatory for the Consultant. The key personnel shall also certify at
the end of their bio- data proforma that they have not left any of the Employer works without
completing of their assignment and have not accepted any other offer at the time of signing of
the bio-data and as such shall be available to work with the Authority Engineer, if the
Project is awarded. In case the key personnel leaves the assignment without approval of
Employer, Employer would beat liberty to take any appropriate action against that key
personnel including debarment. The CV submitted by selected firm/JV shall be hoisted on
official website of Employer.

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.
13. PERIOD OF SERVICES

The services of an Authority’s Engineer will be in phases as per Contract Agreement.


13.1.1 The appointment of the Authority’s Engineer shall initially be as per details given below.

Period of service (in Construction period Maintenance/ DLP Period


months) (in months) (in months)
Construction Period
+ DLP Period as per 18 120
Civil Contract
Agreement

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

14. Project Coordinator

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

MAN MONTHS INPUT FOR KEY PROFESSIONAL STAFF

AUTHORITY ENGINEER

Normal Highway Project


(For projects with length 0-60 km)

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


Construction Defect Liability
Period of 18 Period of 120
A: Key Personnel months months
Team Leader Cum Senior Highway Engineer 18 30
Resident cum Highway Engineer 18 60
Bridge/Structural Engineer 18 20
Senior Pavement Specialist 18 20
Senior Quality cum Material Expert 18 10
Road Safety Expert 6 20
Sub Total 96 160
Total for Construction and Maintenance 256
B: Sub Professional Staff
Survey Engineer 18 20
Assistant Highway Engineer (2 18 *2 120
nos)
CAD Expert 6 4
Environmental Engineer 6 0
Assistant Bridge Engineer 18 0
Assistant Quality cum Material Engineer (2 nos) 18*2 0
Electrical Engineer 6 6
HTMS/Toll Expert 3 0
Quantity Surveyor 18 16
Horticulture cum Landscaping Expert 6 36
Sub Total 153 202
Total for Construction and Maintenance 355
Grand Total 611

Note:
1. The other inputs like support staff shall be provided by the Consultant of an acceptable type
commensurate with the roles and responsibilities of each position
2. In case of project having different construction period, Man Month Input shall be adjusted
proportionately
3. The Financial Expert or Legal expert or Contract Specialist may be required for the project for specific
needs. Their deployment shall be arranged bythe Consultant on specific requisition from the Authority and
the payment shall be made as per the actual deployment. The Financial Expert
or Legal expert or Contract Specialist shall be paid at the rates quoted for Senior Pavement Specialist.

MAN - MONTHS INPUT FOR KEY PROFESSIONAL STAFF AUTHORITY


ENGINEER

Normal Highway Project


(For projects with length more than 60 km)

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


Construction period of Liability Period of 60
24 months months
A: Key Personnel
Team Leader Cum Senior Highway Engineer 24 15
Resident cum Highway Engineer (2 nos) 2x24 1x60
Bridge/Structural Engineer 24 15
Senior Pavement Specialist 24 0
Senior Quality cum Material Expert 24 0
Road Safety Expert 8 15
Sub Total 152 105
Total for Construction and Maintenance 257
B: Sub Professional Staff
Survey Engineer (2 nos) 2x24 1x10
Assistant Highway Engineer (3 3x24 1x60
nos)
CAD Expert 8 4
Environmental Engineer 6 0
Assistant Bridge Engineer (2 nos) 2 x 24 0
Assistant Quality cum Material Engineer (3 nos) 3 x 24 0
Electrical Engineer 4 3
HTMS/Toll Expert 3 0
Quantity Surveyor 24 8
Horticulture cum Landscaping Expert 8 28
Sub Total 293 113
Total for Construction and Maintenance 406
Grand Total 663
Note:
1. The other inputs like support staff shall be provided by the Consultant of an acceptable type
commensurate with the roles and responsibilities of each position
2. In case of project having different construction period, Man Month Input shall be adjusted
proportionately
3. The Financial Expert or Legal expert or Contract Specialist may be required for the project for specific
needs. Their deployment shall be arranged by the Consultant on specific requisition from the Authority and
the payment shall be made as per the actual deployment. The Financial Expert or Legal expert or
Contract Specialist shall be paid at the rates quoted for Senior Pavement Specialist.
MAN - MONTHS INPUT FOR KEY PROFESSIONAL STAFF AUTHORITY
ENGINEER

Standalone Bridge Project

S. No. Key Personnel Man-month in Defect


Man-month in Construction
Liability Period of 60
period of 36 months
A: Key Personnel months
1. Team Leader Cum Senior Bridge 36 15
Engineer
2. Resident cum Pavement Specialist 36 60
3. Bridge/Structural Engineer 36 15
4. Senior Contract Specialist 10 0
5. Senior Quality cum Material Expert 36 0
6. Road Safety Expert 12 10
Sub Total 166 100
266
Total for Construction and
Maintenance
B: Sub Professional Staff
(To be decided by the Authority as per
requirement of the Project at the time of
preparation of RFP)
(a)
(b)
(c)
Sub Total
Total for Construction and
Maintenance
Grand Total

Note: The number of key personnel may be modified as per the requirement with the approval of
Competent Authority.
MAN - MONTHS INPUT FOR KEY PROFESSIONAL STAFF AUTHORITY
ENGINEER

Standalone Tunnel Project

Man-month in
S. No. Key Personnel Man-month in
Defect
Construction
Liability
A: Key Personnel period of 60
Period of 60
months
months
1. Team Leader Cum Senior Tunnel Expert 60 15
2. Resident cum Excavation Specialist 60 60
3. Senior Geotechnical Expert 60 0
4. Tunnel Design Engineer 60 0
5. Tunnel Safety Expert 60 5
6. Senior Contract Specialist 10 0
7. Senior Geologist 20 0
Sub Total 330 80
Total for Construction and Maintenance 410
B: Sub Professional Staff
(To be decided by the Authority as per requirement of the Project at the time
of preparation of RFP)

Sub Total
Total for Construction and Maintenance
Grand Total
Note: The number of key personnel may be modified as per the requirement with the approval of
Competent Authority.
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 Public Works
Department, Government of Goa and the Concessionaire. He shall undertake Project site visits
and shall guide, supervise, coordinate and monitor the work of other experts in his team as well as
those of the Concessionaire. The candidate is required to be a Senior Highway Engineer, who
should have a proven record of supervising, organising and managing of construction of
highway projects and also of Project preparation of large magnitudes projects, as defined below,
financed by international lending agencies and others. Knowledge of Project management shall
be an added advantage.
He should have the following qualification / experience.

1. Essential Qualifications.
a) Graduate in Civil Engineering from recognized university.
b) Total Professional Experience of at least 18 years in handling Highway Projects.
c) At least 6 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 EPC.
c) Degree/Diploma/Certificate in Project Management
Note: (1) Similar Capacity includes the following positions
i. On behalf of Consultant: Team Leader / Resident Engineer (Construction
Supervision/IE/AE).
ii. On behalf of Contractor : Project Manager (Construction/ Construction
Supervision)
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 18 months, 9 months and 18 months respectively.
RESIDENT CUM HIGHWAY ENGINEER
The Resident cum Highway Engineer shall be responsible for supervising the works of highway
to be constructed by the Concessionaire for this project. He shall also inspect the pavement
rehabilitation and repair works to be undertaken by the Concessionaire.
He should have the following qualification / experience.

1. Essential Qualifications.
a) Graduate in Civil Engineering from a recognized University.
b) Professional Experience of at least 12 years in Highway Projects.
c) At least 5 years experience in similar capacity in Highway Development Project.
d) Should have handled at least 2 major projects(of length 40% of project length 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 of Highway projects
BRIDGE & STRUCTURAL ENGINEER
The Bridge& Structural Engineer shall be responsible for checking the designs of bridges, ROBs,
interchanges and any other structure to be constructed in the Project highway and supervising the
works of bridges, interchanges and any other structure to be constructed by the Concessionaire
for this project. He shall also inspect the bridge rehabilitation and repair works to be undertaken
by the Concessionaire. He should have thorough understanding and experience with
international `best practices’ of modern bridge construction technology.
He should have the following qualification / experience.

1. Essential Qualifications.
a) Graduate in Civil Engineering from a recognized University.
b) Professional Experience of at least 15 years in handling Highway/Bridge projects.
c) At least 10 years experience in Construction / Construction Supervision of bridge /
interchange / any other structures.
d) Experience in similar capacity in supervision of at least 2 Major Highway Bridges.
e) Experience in supervision of Rehabilitation and repair of 2 nos Major Bridges.

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

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

2. Preferential Qualifications.
a) Post Graduate Degree in Highway Engineering / Pavement Engineering
/Transportation Engineering
b) Experience as a Pavement Specialist/Pavement Engineer in Highway project(of length
40% of project length 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 at least 10 years in handling Highway projects.
c) Experience of at least 5 years as Senior Quality/ Material Expert or in similar capacity
in Construction / Construction Supervision /major highway projects
d) Experience as Senior Quality/ Material Expert or in similar capacity in handling of at least
2 similar highway projects.(of length 40% of project length or more of similar
configuration (2/4/6 laning**) and above)

2. Preferential Qualifications.

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


Mechanics.

ROAD SAFETY EXPERT


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

1. Essential Qualifications.
a) Graduate in Civil Engineering from a recognized University.
b) Professional Experience of at least 10 years in handling Highway projects.
c) Minimum 5 years experience in Road Safety works of Major Highway Projects (4 / 6 laning
projects)
d) Experience in similar capacity in Road Safety Audit of at least 2 nos. 2/4/6 lane**
highway / expressway project including 1 nos. at design stage
e) Experience in similar capacity in the field of Road Safety Management Plan.

2. Preferential Qualifications
a) Post Graduate Degree in Traffic Transportation/Safety Engineering.
b) Experience in similar capacity in identification and improvement of black spots on Major
Highway Project.
c) Experience in similar capacity in Preparation of Road Safety Management Plan for inter
urban Highways.
TEAM LEADER CUM SENIOR BRIDGE 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 Public Works
Department, Government of Goa 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 Bridge Engineer, who
should have a proven record of supervising, organising and managing of construction of Bridge
projects and also of Project preparation of large magnitudes projects, as defined below, financed by
international lending agencies and others. Knowledge of Project management shall be an added
advantage.
He should have the following qualification / experience.

1. Essential Qualifications.
a) Graduate in Civil Engineering from recognized university.
b) Total Professional Experience of at least 12 years in handling Bridge 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 in
Construction Supervision / AE/ IE/ Project preparation involving at least one Major
Bridge (minimum 300 m length without approaches) in the 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 Bridge (minimum 300 m length without approaches) in the Project
(of length 40% of project length or more of similar configuration (2/4/6 laning**).

2. Preferential Qualifications.
a) Post Graduate Degree in Structural Engineering or equivalent.
b) Highway Development Projects (of length 40% of project length or more of similar
configuration (2/4/6 laning**).
c) Degree/Diploma/Certificate in Project Management
Note: (1) Similar Capacity includes the following positions
i. On behalf of Consultant: Team Leader / Resident Engineer (Construction
Supervision/IE/AE).
ii. On behalf of Contractor : Project Manager (Construction/ Construction
Supervision)
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 18 months, 9 months and 18 months respectively.
TEAM LEADER CUM SENIOR TUNNEL ENGINEER
Duties: The Team Leader will reside at project site throughout the period of construction
supervision services. He will be overall in-charge of the project supervision of the construction
package. He shall act as representative of the consulting firm appointed by the Authority. His duties
will involve overall superintendence over the Resident Engineers and other experts of the
construction package. He will guide, monitor, supervise and control all the activities related to
supervision for the construction package. He will interact with the Project Director/ General
Manager and the other officials of the Authority. He should have the following qualification /
experience.
(1) Essential Qualifications.
a) Graduate in Civil/Mining Engineering or equivalent from a recognized university.
b) Total professional experience of at least20 years
c) Professional Experience of at least 15 years in handling major tunnelling projects
d) He should be involved in at least 10 years in construction/construction supervision of
major Road/ Rail/ Metro tunnel projects
e) At least 5 years’ experience as Team Leader/Resident Engineer/Project Manager or similar
capacity in supervision of transportation tunnel projects of length equal to or more than 4
km
f) He should have handled as Team Leader or similar capacity of at least two projects in
Construction Supervision of transportation tunnels equal to more than 4 Km length
g) Not more than 65 years of age.

(2) Preferential Qualifications.


a) Post Graduate or chartered engineer in Mining Engineering/ Geotechnical Engineering/
Structural Engineering/ Rock Mechanics or equivalent.
b) Project preparation/ design experience of transportation Tunnel projects Note:
(1) Similar Capacity includes the following positions
i) On behalf of Consultant: Team Leader / Resident Engineer/Professional
Engineer/Charted Engineer (Construction Supervision/IE/AE).
ii) On behalf of Contractor : Project Manager/ Professional Engineer/Charted Engineer
(Construction/ Construction Supervision)
iii) In Government Organizations : Superintending Engineer (or equivalent) and above

(2) Only those projects will be considered for evaluation at Sr. no 1(d), 1(e) and 1(f) where the
input of the personnel is at least of one year.
(3) Unless otherwise mentioned specifically, tunnel projects of length > 1.5km shall be
considered as major tunnel projects.
RESIDENT ENGINEER CUM TUNNEL EXCAVATION EXPERT
Duties: He shall oversee construction supervision of the project stretch and shall coordinate with all
other experts of the project and shall report to the Team Leader. He shall be directly responsible for
regulating the construction process. He shall be assisted by Tunnel Engineers, Tunnel Lining
Experts and Tunnel ventilation Expert and other support engineers/personnel. He shall deal
directly with the tunnel engineers/experts and other support staff attached with the Team Leader to
ensure that the construction process is well controlled as per established specification controls to
avoid later quality control stage problems. Expert shall be responsible for checking and verifying
the excavation plan and methodology submitted by the Contractor. He shall monitor the tunnel
excavation activities including blasting. He shall also monitor the tunnel lining activities including
installation of water proofing layers. He will be required to be fielded throughout the Currency of
the project. The candidate is expected to be thoroughly familiar with various
standard/specifications, contract procedures, Primavera or other project management software,
design and quality control etc. In addition he will be responsible for tunnel works during Operation
& Maintenance period of the project.
He should have the following qualification / experience.

(1) Essential Qualifications.

a) Graduate in Civil/Mining Engineering from a recognized University.


b) Total Professional Experience of at least 15 years
c) He should have at least 10 years’ experience in similar capacity for major tunnel
projects
d) At least 7 years’ experience in construction supervision of major transportation tunnel
construction projects
e) Should have handled construction/construction supervision of at least 2 transportation
Tunnel projects of length equal or more than 4 km
f) Experience in tunnel design/ DPR preparation/ feasibility study/ design review of
transportation Tunnel projects of length equal or more than 4 km
g) Not more than 65 years of age.

(2) Preferential Qualifications.

a) Post Graduate or chartered engineer in civil/mining

Note:

(1) Unless otherwise mentioned specifically, tunnel projects of length > 1.5km shall be
considered as major tunnel projects.

TUNNEL DESIGN ENGINEER


Duties: The Tunnel Design Engineer shall be responsible for checking the designs of
tunnel/design review and other incidental works to be constructed in the Project using
sophisticated computer software. He shall be responsible for Detailed Design Calculation and
drawing for tunnels. He shall be responsible for comprehensive assessment of structural condition of
all the tunnel assets. His expertise shall include computer aided design methods for Tunnel
Engineering with particular reference to Tunnel design.
He should have the following qualification / experience.

(1) Essential Qualifications.

a) Graduate in Civil Engineering from a recognized University.


b) Professional Experience of at least 20 years
c) Experience of at least 12 years in major tunnel projects
d) Experience in tunnel design (Road/ Rail/ Metro) of at least 12 years
e) Experience in similar capacity in construction/construction supervision of 2
transportation tunnel projects of length at least equal to 4 Km each
f) Experience in similar capacity in design of at least 3 transportation tunnel projects of
length at least equal to 4 Km each
g) Not more than 65 years of age.

2) Preferential Qualifications.

a) Post Graduate in Engineering in structural engineering


b) Innovative transport tunnel design (road/ Rail/ Metro) such as immersed tunnel and sub-
sea bored tunnel

Note:

(1) Unless otherwise mentioned specifically, tunnel projects of length > 1.5km shall be
considered as major tunnel projects.
SENIOR GEO-TECHNICAL EXPERT
Duties: He will be responsible for supervising all the tests to be done in different stages of
construction, besides ensuring that specified tests are done as per codal stipulations and as per the
specifications laid down in the contract for all the different stages of construction. The Senior
Geotechnical Engineer shall be responsible for checking and verifying the Specifications for
Geotechnical investigations and the geotechnical details submitted by the Contractor. He shall assist
the Team Leader & Tunnel Design Engineer in design of tunnel. He shall monitor the tunnel
excavation activities including blasting
He should have the following qualification / experience.

(1) Essential Qualifications.

a) Graduate in Civil Engineering/masters in engineering geology or equivalent from a


recognized University.
b) Professional Experience of at least 20 years
c) Experience of at least 10 years in Construction / Construction Supervision of
transportation tunnel projects in developed countries
d) Experience as Geotechnical Engineer in Construction/Construction Supervision of at least
4 transportation Tunnel projects of length equal to or more than 4 Km
e) Specific experience in construction of tunnel projects involving vertical shaft sinking of
at least 200 meter of vertical depth
f) Experience in similar capacity in project preparation of at least 2 transportation tunnel
projects each of minimum 4 Km in length
g) Not more than 65 years of age.

2) Preferential Qualifications.

a) Post Graduate in Rock Mechanics/ Foundation Engineering/ Tunnel Engineering Note:

(1) Unless otherwise mentioned specifically, tunnel projects of length > 1.5km shall be
considered as major tunnel projects.

TUNNEL SAFETY EXPERT


Duties: The Tunnel Safety Expert shall be responsible for checking and verifying the Safety Plan
prepared by the Contractor. He will also ensure effective implementation of the Safety Plan,
undertake safety audits during Construction, Operation and Maintenance of the Tunnel.
(1) Essential Qualifications.
a) Post Graduate in Civil/Mining Engineering from recognized university.
b) Total Professional Experience of at least 20 years
c) Experience of at least 7 years in transportation tunnel safety management in developed
countries
d) At least 10 years’ experience in transportation tunnel safety works
e) Experience in similar capacity of tunnel safety audits during construction stage of at least
2 transportation tunnel projects each of which should be minimum 4 km in length
f) Not more than 65 years of age.

(2) Preferential Qualifications.

a) Any professional Certification from a recognized/statutory body in


safety/health/shot firer/ Explosives.
Note:

(1) Unless otherwise mentioned specifically, tunnel projects of length > 1.5km shall be
considered as major tunnel projects.
SENIOR GEOLOGIST
Duties: The Senior Geologist shall be responsible for checking and verifying the geological details
submitted by the Contractor. He shall assist Team Leader & Tunnel Design Engineer in design of
Tunnel. He shall monitor the tunnel excavation activities including blasting. The candidate should
have exposure of working in Himalayan region and good understanding of rock and soil mechanics.
He should have experience of tunnel works with appropriate design software. The candidate should
be a Post Graduate in Geology preferably with exposure in Himalayan region. He should have a
minimum 20 years of professional experience of geological works, out of which 5years should be
in similar capacity for tunnelling design/ construction projects in the Himalayan region.

(1) Essential Qualifications.

a) Masters in Geology/Applied Geology from recognized university.


b) Total Professional Experience of at least 20years
c) At least 7years experience in similar capacity in construction/construction supervision
of transportation tunnel projects
d) Experience of 5 years of construction/construction supervision of major transportation
tunnel projects in the Himalayan region using NATM technology
e) He should have handled at least 2 highway tunnel projects of
construction/construction supervision in similar capacity of 4 Km length each
f) Not more than 65 years of age

(2) Preferential Qualifications.

a) He should have handled at least 2 major transportation tunnel projects in similar capacity
in project preparation/DPR.

Note:

(1) Unless otherwise mentioned specifically, tunnel projects of length > 1.5km shall be
considered as major tunnel projects.

SENIOR CONTRACT SPECIALIST


Duties: He will be deployed in working season in stages for cumulative duration of period
mentioned in Enclosure-A for obtaining his expert opinion on emerging contractual issues. His key
responsibilities will be to guide and assist Team Leader/Employer in all aspects of contract
management in proper implementation of contract provisions including controlling the project
cost of the construction package. He will also be required to offer his advice on contractual
complications arising during the implementation as per the request of the employer. He will be
required to prepare manuals/schedules for the consultants team/employer based on the
provisions of the contract document. He will be responsible for giving appropriate suggestions in
handling claims of the contractors and any dispute arising thereof.
(1) Essential Qualifications.
a) Graduate in Civil Engineering from a recognized University.
b) Professional Experience of 15 years in Contract Management.
c) Experience of at least 4 years as Contract Specialist on any National/State Highway
project/Bridge Project.
d) Contract Management of a large Highway/Bridge contract say over Rs.150 crore
including experience of handling Variation orders, claims of the contractor and there
appropriate disposal for at least 2 projects.
e) Handled at least one Arbitration cases in respect of any Highway/Bridge projects.
f) Not more than 65 years of age.
(2) Preferential Qualifications.
(a) Degree in Law/PG in management/certificate course in management/ certificate course in
construction management/certificate course in contract management.
RESIDENT CUM 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 pavement. 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.

3. Essential Qualifications.
a) Graduate in Civil Engineering from a recognized University.
b) Professional Experience of at least 12 years
c) Experience of at least 5 years in similar capacity in Construction / Construction
Supervision of 2/4/6 laning** of major highway projects.
d) Experience in similr capacity in handling at least 2 major highway projects (of length
40% of project length or more of similar configuration (2/4/6 laning**) and above).

4. Preferential Qualifications.
a) Post Graduate Degree in Highway Engineering/ Geotechnical Engineering/
Transportation Engineering/ Structural Engineering
b) Experience in similar capacity in Highway project construction/ construction
supervision on EPC mode (of length 40% of project length or more of similar
configuration (2/4/6 laning**) and above).
SUB PROFESSIONAL

SURVEY ENGINEER

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

ASSISTANT HIGHWAY ENGINEER

The Candidate should be Graduate in Civil Engineering.

CAD EXPERT

He should be Graduate in Civil Engineering/Computer Science having experience in computer related


design method for highway engineering.

ENVIRONMENTAL ENGINEER

The Candidate should be Graduate in Civil Engineering/Environmental Engineering or other relevant


qualification. He should have at least 6 years experience out of which 2 years in highway projects.
He should have good knowledge of MOEF guidelines/requirements for mitigation measures.

ASSISTANT BRIDGE ENGINEER

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

ASSISTANT QUALITY CUM MATERIAL ENGINEER

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

ELECTRICAL ENGINEER

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

HTMS/TOLLING SYSTEM EXPERT

The candidate should be a senior Systems Engineer having experience of at least 15 Years. He should
be an expert in preparation of standards for projects of toll collection and HTMS. He should have
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 experience.
Note: Upto 2 sub-professional can be a fresh graduate (zero/ less than minimum required work
experience) with first class in graduation stream. Eligibility requirement in terms of minimum years
of experience shall not be applicable for this sub professional.
Annexure I- Daily Inspection Report in 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
Annexure II- Daily Inspection Report in O&M period

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


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

ROADS
Carriageway and paved shoulders
Breach or blockade
Pot holes
Removal of debris
Hard/earth shoulders, side slopes, drains and culverts
Desilting of drains in urban/semi-
urban areas
Road side furniture including road signs and pavement marking
Damage to shape or position; poor
visibility or loss of retro-reflectivity
Street lighting and telecom (ATMS)
Any major failure of the system
Faults and minor failures
Trees and Plantation
Obstruction in a minimum head-
room of 5 m above carriageway or
obstruction in visibility of road signs
Rest areas
Cleaning of toilets
Defects in electrical, water and
sanitary installations
Toll plaza[s]
Failure of toll collection equipment
including ETC or lighting
Other Project Facilities and Approach roads
Damage or deterioration in
Approach Roads, -[pedestrian
facilities, truck lay-bys, bus-bays,
bus- shelters, cattle crossings,
Traffic Aid Posts, Medical Aid Posts
and other works]
Annexure III- Weekly Inspection Report in O&M period

Defect If defect Compliance of AE 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 of
(v)
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 40


(ii)
mm

Variation by more than 15% in the


(iii) prescribed side (embankment)
slopes

(iv) Rain cuts/gullies in slope


Defect If defect Compliance of AE 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

Toll plaza[s]
(g)

Failure of toll collection equipment


(i)
including ETC or lighting
(ii) Damage to toll plaza

(h) Other Project Facilities and Approach roads


Defect If defect Compliance of AE 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 of


(c)
bridges

Cracks and damages including


(i)
settlement and tilting

(d) Bearings (metallic) of bridges


(i) Deformation

Joints in
(e) 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


Defect If defect Compliance of AE 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
Annexure IV- Month of survey for equipment based road condition assessment

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

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

Region State Survey before rains Survey after rains


East Bihar May Nov
East Chhattisgarh May Nov

East Jharkhand May Nov


East Orissa May Nov
East West Bengal May Nov
Central Madhya Pradesh May Nov

NE Arunachal Pradesh Mar Oct


NE Assam Mar Oct

NE Manipur Mar Oct


NE Meghalaya Mar Oct
NE Mizoram Mar Oct

NE Nagaland Mar Oct

NE Sikkim Mar Oct


NE Tripura Mar Oct

North Chandigarh May Nov


North Delhi May Nov

North Haryana May Nov

North Himachal May Nov


North Jammu And Kashmir May Nov
North Punjab May Nov

North Uttar Pradesh May Nov


Region State Survey before rains Survey after rains
North Uttaranchal May Nov
Andaman And Nicobar
South Apr Nov
Islands
South Andhra Pradesh Apr Nov
South Karnataka Apr Nov

South Kerala Apr Nov

South Pondicherry Jun Jan


South Tamil Nadu Jun Jan
West Dadar Nagar Haveli Apr Oct

West Daman And Diu Apr Oct


West Goa May Nov

West Gujarat Apr Oct


West Maharashtra May Nov
West Rajasthan Apr Oct
Annexure V- Monthly Progress Report in Construction Phase

[NAME & LOGO OF IMPLEMENTING AGENCY]

[PROJECT NAME]

Authority Engineer
[NAME OF CONSULTING FIRM] MONTHLY

PROGRESS REPORT NO. [XX] FOR THE

MONTH OF: [MONTH], [YEAR]


Table of content
Contents

Page Nos.

1 Executive Summary .................................................................................................126

Construction progress in current month 126

Current issues and recommended actions by IE / AE 126

Strip Plan (Summary) 127

Strip Plan (Details) 128

2 Project Overview .....................................................................................................129


Salient Features of Project 129

Project Milestones 130


Location Map 131

Key Plan 132

3 Critical Issues & Action Log ....................................................................................133

Pending Issues & Action Log 133

Obligations as per Contract 134


4 Physical Progress .....................................................................................................134

Detailed Scope of Work & Physical Progress by Component 135


5 Land Acquisition and Clearance ...............................................................................136

LA Summary 136
LA Detail by CALA 136

LA Detail by Village for each CALA 136

Manpower details of CALA137


Clearances Summary 137

Status of utilities shifting 139


6 Change of Scope ......................................................................................................139

7 Mobilization of Resources ........................................................................................140


8 Financial Progress Details (for PPP projects) ............................................................140

Pen Picture - Escrow 140


Escrow details 141

9 Summary of quality control tests .............................................................................. 142


Tests witnessed by IE/ AE 142

Tests conducted by IE / AE 143

10 Monitoring of maintenanceobligations during construction phase .......................... 144


Critical issues and action log 144

Summary of repair work 144


Status of damages 146

11 Safety features ...................................................................................................... 146


Pen picture of safety features 146

Accident Report 147

12 Annexures ............................................................................................................ 149


1 Executive Summary

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)

Current issues and recommended actions by IE / AE

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


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

a. Recommendation: Concessionaire should improve the progress of structures. Request


for revised work plan 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.

a. Recommendation: Concessionaire to submit all pending clarifications to Authority.


Authority and Concessionaire to expedite pending COS proposals.
Strip Plan (Summary)

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


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

% Total % %
Lengt Pendin Lengt Total Lengt Total
h (km) g h (km) Lengt h (km) Lengt
Length h h
Total Length 80 Total 80 Total 35
Length Length
Total 7 12% Total 27.5 33% Total 0 0%
Workfront Length Length
Unavailable Complete Complete
d (Till d
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%
Encumbrance 0 0% Sub- 35 42% Sub- 0 0%
s Grade Grade
C&G 47.9 57% C&G 0 0%
Strip Plan (Details)
Detailed report

2 Project Overview

Salient Features of Project

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

Project Milestones

Ac
Descripti Plan
tu
Project on (Days ned Delay Curren
al
Milesto from (No. of t
ne Appointe Physical Scheduled Physical month Status
Progress Progress Revised Date s)
d Date) Date
(%) (%)
Milestone [DD/MM/YYYY [DD/MM/YYYY Achieve
[Description] 25 25 5
I ] ] d
Started
Milesto ne [DD/MM/YYYY [DD/MM/YYYY , not
[Description] 65 22
II ] ] achieve
d
Schedule d
Not
Completio [DD/MM/YYYY [DD/MM/YYYY
[Description] 100 21 starte
n ] ] d
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

3 Critical Issues & Action Log

Pending Issues & Action Log

Ongoin Expected
Chainage( Action(s)
g/ New Length Action(s) date/ Actual
S.N Issue Concerned s) affected suggested
Type Issue/ affecte taken till Date for
o Description Authority due to the by
Resolve d (km) now resolving
issue the AE
d issue

1. Proposal
submitted to
MoEFLetter Escalate to
Diversion of
Ongoin sent by RO to higher level [DD/MM/YYY
1 Xx ha of forest Clearance MoEF [Chainage] 4 kms
g Issue MoEF nodal officers at Y]
Land
officer on MoEF
[DD/MM/YYY
Y]
1. Escalated to
chief
secretary
21
level through
Crcompensati
Land Resolve [CALANam DO from [DD/MM/YYY
2 on [Chainage] 2.4 km
Acquisition d e] Chairman/ Y]
disbursement
Secretary,
pending
dated
[DD/MM/YYY
Y]
Project
Slow progress Director to
by Concessionai New [Concess. call higher [DD/MM/YYY
3 [Chainage] 57 km None
concessionair e re Issue Issue Name] ups of Y]
concessionai
re
Obligations as per Contract

Expected Contents & Structure


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

 Critical obligation sand constraints of concessionaire as per contract


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

ALL FIGURES & GRAPHS IN TEMPLATES ARE


ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

4 Physical Progress

Physical
Physical Progress
%
Compone Progress(Durin g (Cumulativ
Weightag
nt Current e, Upto
e
Month) Current
Month)
Road Works 35.00% 5% 15.0%
Major Bridge works and ROB / RUB 40.00% 1.20% 26.2%
Structures 21.00% 0.00% 0.8%
Other Works 4.00% 0.00% 0.0%
Physical
2% 42.0%
Progress
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

Detailed Scope of Work & Physical Progress by Component

Cost Cost Value of


Planned in
Weightage Weightage
Component Item Description Scope (As Progress %Physical Physical
in Project in
per Scope till Date Progress Progress
(%) Component (7X4)
of Work)
(%)
1 2 3 4 5 6 7 8
35.00% 1. C&G 5.00% 80 km 45 km 56% 2.8%
1. Road works
2. Embankment 5.00% 80 km 40 km 50% 2.5%
including culverts,
3. Sub Grade 5.00% 80 km 35 km 44% 2.2%
minor bridges,
4. GSB 5.00% 80 km 33 km 41% 2.1%
underpasses,
5. WMM 5.00% 80 km 30 km 38% 1.9%
overpasses,
6. DBM 5.00% 80 km 28 km 35% 1.8%
approaches to
ROB/RUB/ Major 7. BC 5.00% 80 km 27 km 34% 1.7%
Bridges/
Structures (but
excluding service
roads)

40.00%
1. Major Bridges 10.00% 6 No 6 No 100% 10.0%
2. Major Bridge
2. Minor Bridges 5.00% 23 No 21 No 91% 4.6%
works and
ROB/RUB 3. Flyovers 5.00% 2 No 0 0% 0.0%
4. ROB 5.00% 228 No 121 No 53% 2.7%
5. VUP 5.00% 11 No 6 No 55% 2.7%
6. PUP 5.00% 15 No 6 No 40% 2.0%
7. RUB 5.00% 136 No 114 No 84% 4.2%
3. Structures 21.00% 1. Foundation 5.00% 35 km 2.2 km 6% 0.2%
(elevated 2. Sub-structure 5.00% 35 km 2.1 km 6% 0.2%
sections, 3. Super-structure 5.00% 35 km 2.1 km 6% 0.2%
reinforced earth) 4. Reinforced Earth 6.00% 35 km 2.1 km 6% 0.2%
Wall
4. Other Works 4.00% 1. Toll Plaza 4.00% 4 No 0 0% 0.0%
GRAND TOTAL 100% 42.0%
5 Land Acquisition and Clearance

LA Summary

Total Required Total in possession at Total to be acquired


Description
(ha) 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

ALL FIGURES & GRAPHS IN TEMPLATES ARE


ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

LA Detail by CALA

Total Land 3H 3G Amount Amount Amount Pending


3DDo 3ADo
3HDon Pend- 3GDo 3DPendi 3APendi Awarded Deposited Disbursed Amount
CALA left to be Pend- ne(ha ne(ha by
Acquired ing (ha) e(ha) ing ne(ha) ng (ha) )
ng(Ha)
)
(Crore (Crore (Crore
(ha) Rs.) Rs.) CALA(Cro Rs.)
(Ha)
re Rs.)

CALA 1] 150 15 15 15 135 0 150 0 150 396 370 327 43


[CALA2
67 0 0 0 67 0 67 0 67 132 132 120 23
]
[CALA
23 23 23 23 0 14 9 0 23 0 0 0 0
3]
Grand
Total 240 38 202 38 202 14 226 0 240 528 502 447 66

LA Detail by Village for each CALA

CALA 1
Total Amount Pendin
3H 3G Amount Amount
Land left 3H 3G 3D 3D 3A 3A Disburse g
Pend Pend Awarde Deposite
Village to be Done Done Pendin Done Pendin Done d by Amoun
-ing -ing d (Crore d (Crore
Acquire (ha) (ha) g (ha) (ha) g (Ha) (ha) CALA t (Rs
(ha) (ha) Rs.) Rs.)
d (Ha) (Rs Cr) 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

ALL FIGURES & GRAPHS IN TEMPLATES ARE


ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS
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
< Age nc y
[CALA 1] 4 1 0 0 3 0 3 1 0 12
>

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

< Age nc y
[CALA 2]
>
[CALA 2] State Govt

Grand Total

Clearances Summary

Environment
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
Approval of construction in coastal Obtaine d Nil Completed
zone
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]) Obtained Nil Ongoing
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
TreeCutting
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
N.A. N.A. N.A. N.A. N.A.
Railway (ROBs/RUBs)
Length
Proposal Description Status Current Stage Issues/ Comments
Impacted
[GAD Number] Proposal [Chainage] Uploaded on N.A.
Submitted, portal on
Approval pending [DD/MM/YYYY]
Status of utilities shifting

Date when Date of


Date of Estimate Date of Date of Progre Certificati
ss Estimat
Utility Length request by was Approval Deposit on from Issue/
e
Categor Nam Status affecte Departm Authority Received by of super- ofPhys Agency Commen
e ent ical Amoun
y d for from Authority vision for ts
t
estimate concerned RO/ HQ charge Shiftin Completio
dept. g
n

Estima [DD/MM
[Lengt
Water te [DEPART [DD/MM/ [DD/MM/ [DD/MM/
/
Not
TBD
h
Appro MENT] YYYY] YYYY] YYYY]
YYYY]
started
in km]
ved

Estima [DD/MM
[Lengt
Electric te [DEPART [DD/MM/ [DD/MM/ [DD/MM/
/
Not
TBD
ity h
Appro MENT] YYYY] YYYY] YYYY]
YYYY]
started
in km]
ved

Estima
[Lengt
Others te [DEPART [DD/MM/ [DD/MM/ [DD/MM/ [DD/MM/
TBD
h
Appro MENT] YYYY] YYYY] YYYY] YYYY]
in km]
ved

6 Change of Scope

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

Deploye Reason(s) Expected


Age of Planned/ Delay due
S Equipment Mak Mode Actual d During for Remark
Equipme Required to Under-
No. Name e l Quantity theMont Under/Over s
nt Quantity Mobilizati
h Mobilization
on

Excavator/
5
Poclain

Paver 2

Transit Meter 0

Plate
0
Compactors

[ADD
OTHERS]

8 Financial Progress Details (for PPP projects)

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

Escrow details

Escrow Plan Escrow Escrow


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

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

PLEASE EXCLUDE OUTSTANDING


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

Tests witnessed by IE/ AE

Total test up to
Frequenc y Total test in This Cumulative No. of
Previous Month
of tests Month tests
Descriptio n Uni Remark
t s
No. Conducte d Pas Fai Conducte d Pas Fai Conducte d Pas Fai
Qty.
s s l s l s l

Sub grade

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

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

Free Swell 150


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

Grain Size 150


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

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

Granular Sub Base

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

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

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

Wet Mix
Macadam

Filter
material

Concrete

Cement

Water

Prime
Coat

Tack coat

Dense
Bituminou
Total test up to
Frequenc y Total test in This Cumulative No. of
Previous Month
of tests Month tests
Descriptio n Uni Remark
t s
No. Conducte d Pas Fai Conducte d Pas Fai Conducte d Pas Fai
Qty.
s s l s l s l

s
Macadam

Bituminou s
Concrete

Bitumen
test

DLC

Steel

Tests conducted by IE / AE

<Quality inspection test results to be reported in a table similar to the table provided in previous
section>
ALL FIGURES & GRAPHS IN TEMPLATES ARE
ILLUSTRATIVE. PLEASE ADD ACTUAL DETAILS

10 Monitoring of maintenanceobligations during construction phase

Critical issues and action log


Ongoing/New Issue
Issue Description

Expected Date for


suggested by SC
Action(s) taken
affecteddue to

Length affected

resolving issue
Chainage(s)
Authority

Action(s)
Concerned

the issue

till now
(km)
SNo

1 Drying up Ongoing Concessionair e 325+200 2.6 Irregular Replacemen t NA


of plants on to watering of plants
median 327+800 and daily
watering

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


potholes LHS potholes M>

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 exceeding mm


2,500mm

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


of road surface

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


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

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

7 Buildings and bridges


(a) Rest areas

(b) Toll plazas

(c ) Bridges

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

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 Measures within Additional Remedial
additional Remedial
Spots provisions of Concession Measures (if any)
Measures for Authority(Cr.)
Agreement
S No

1
1/1/17
Date

382/050 05:25
RHS
pm Chainage no

Time of accident

Sex (M/F)
M

Accident location

A
2

Nature of accident

B
2

Classification of
C
3
Page 147 of 264

Causes D
4

Load conditions of
E
1

Road condition
F
1

Intersection type of
G
-

Weather condition
H
1

Age of victim
I
3

Type of victim
J
1

Type of vehicle
K
3

Fatal
-

persons
affected
No of

Major
1

Minor
1
Ambu

Help provided by
Mapping of report fields to responses

A 1. Urban 2. Rural
1. Overturned 2. Head On Collision 3. Hit from Back 4. Hit to Fix Object 5. Right turn Collision
B
6. Left turn Collision 7. Veered Out off The Road 8. Hit Pedestrian 9. Unknown/Hit & Ran Away
C 1. Fatal 2. Major injury 3. Minor injury
1. Drunken 2. Over Speeding 3. Vehicle out of Control 4. Driven on wrong side 5. Mechanical Problem
D
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 than 6.
G
Round about
1. Fine/Clear 2.Mist/Fog 3. Cloudy 4. Light Rain 5. Heavy Rain 6. Strong Wind 7. Dust Storm 8. Cold 9.
H
Hot
I 1. 0-18 Years 2. 18-25 Years 3. 25-40 Years 4.40-60 Years 5. 60-80 Years
J 1. Driver 2. Passenger 3. Pedestrian 4. Cyclist 5. Others
1. Two Wheeler 2. Auto Rickshaw 3. Car/Jeep 4. Bus 5. Light Truck 6. Heavy Truck 7. Tractor
K
8. Bicycle 9. Cycle Rickshaw 10. Hand Drawn Cart 11. Animal Drawn Cart
12 Annexures

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

Physical
Component
Item
A- Widening and strengthening of existing road
(1) Earthwork up to top of the sub-grade
(2) Granular work (sub- base, base, shoulders)
(a) GSB
(b) WMM
(3) Shoulders
(4) Bituminous work
(a) DBM
(b) BC
(5) Rigid Pavement
Concrete work
(6) Widening and repair of culverts
(7) Widening and repair of minor bridges
B- New realignment/bypass
(1) Earthwork up to top of the sub-grade
Road works (2) Granular work (sub- base, base, shoulders)
including culverts, (a) GSB
minor bridges, (b) WMM
underpasses, (3) Shoulders
overpasses, (4) Bituminous work
approaches to (a) DBM
ROB/RUB/ Major (b) BC
Bridges/ Structures (5) Rigid Pavement
(but excluding Concrete work
service roads) C-New culverts, minor bridges, underpasses, overpasses on existing road,
realignments, bypasses:
(1) Culverts
(2) Minor bridges
(a) Foundation
(b) Sub-structure
(c) Super-structure (including crash barriers etc. complete)
(3) Cattle/Pedestrian underpasses
(a) Foundation
(b) Sub-structure
(c) Super-structure (including crash barriers etc. complete)
(4) Pedestrian overpasses
(a) Foundation
(b) Sub-structure
(c) Super-structure (including crash barriers etc. complete)
(5) Grade separated structures
(a) Underpasses
Physical
Component
Item
(i) Foundation
(ii) Sub-structure
(iii) Super-structure (including crash barriers etc.complete)
(b) Overpass
(i) Foundation
(ii) Sub-structure
(iii) Super-structure (including crash barriers etc. complete)
(c) Flyover
(i) Foundation
(ii) Sub-structure
(iii) Super-structure (including crash barriers etc. complete)
(d) Foot over Bridge
A- Widening and repairs of Major Bridges
(1) Foundation
(a) Open Foundation
(b) Pile Foundation/Well Foundation
(2) Sub-structure
(3) Super-structure (including crash barriers etc. complete)
B- Widening and repair of
(a) ROB
(1) Foundation
(2) Sub-structure
(3) Super-structure (including crash barriers etc. complete)
(b) RUB
(1) Foundation
(2) Sub-structure
MajorBridge works and (3) Super-structure (including crash barriers etc. complete)
ROB/RUB C- New Major Bridges
(1) Foundation
(a) Open Foundation
(b) Pile Foundation/Well Foundation
(2) Sub-structure
(3) Super-structure (including crash barriers etc. complete)
D- New rail-road bridges
(a) ROB
(1) Foundation
(2) Sub-structure
(3) Super-structure (including crash barriers etc. complete)
(b) RUB
(1) Foundation
(2) Sub-structure
(3) Super-structure (including crash barriers etc. complete)
Structures (elevated (1) Foundation
sections, reinforced (2) Sub-structure
earth) (3) Super-structure (including crash barriers etc. complete)
Physical
Component
Item
(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 systemincluding rock bolting, lining etc.
(c) On complete completion of tunnel
(x) Miscellaneous

* The above list is illustrative and may require modification as per the actual scope of the
work
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
[NAME&LOGOOFIMPLEMENTINGAGENCY]

[PROJECT NAME (O&M)]

Authority Engineer
[NAME OF CONSULTING FIRM]

MONTHLY STATUS REPORT NO. [XX]

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


Table of content
Contents Page
Nos.

1 Executive Summary .................................................................................................156

Overall road condition 156

Key reporting metrics 156

Key maintenance activities undertaken 156

Pending issues 157

Recommended actions by Authority Engineer 157


Strip Plan for maintenance 158

2 Project Overview .....................................................................................................159


Key project details 159

Location Map 160

Key plan 161

RoW availability 161

Summary of project features 162


3 Critical Issues and Action taken................................................................................163

Issue and action log 163


Summary of items (Cumulative Observations/ Deficiencies) 163

Obligations as per contract 165

Major maintenance and Inspection schedule 166

4 Inspection Report .....................................................................................................167

Summary of NCR issued 167


Equipment based inspection report 167

5 Monitoring of ETC lanes ..........................................................................................169


Monthly ETC Report 169

On-ground infrastructure report 169

On-ground ETC operations and SLA adherence 170

6 Status of Damages for breach of maintenance activities ............................................170


Damages for non completion of project facilities 170

Damages for breach of maintenance activities 171

Damages for non completion of major maintenance/ periodic overlay


171

7 Change of Scope proposals ...................................................................................... 172

8 Status of pending disputes........................................................................................ 172


9 Reports .................................................................................................................... 173

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


173
Accident Report 174

Details of complaints 176


Encroachment list 177

Lane Closure Report 177

10 Annexures ............................................................................................................ 178


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

1 Executive Summary

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

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

Key maintenance activities undertaken

Asset Maintenance activities undertaken


 Concessionaire has commenced the work for renewal and repair of pavement on the
Pavement
project highway w.e.f 14th September 2016
Shoulder
Drainage  Cleaning of drainage in built up areas n progress
Median
 Concessionaire has taken up repairs and maintenance of MBCB and electric poles,
Road furniture
etc on issuance of NCPs from Authority 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
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

Recommended actions by Authority Engineer

 In spite of the repeated requests, there is no material change in status of works pertaining
to repairs/ rectifications of defects on the project highway. AE has recommended the
damages of Rs 5.9 Cr on the Concessionaire on account of delay in repairs of defects in road
and bridge works in terms of the provision of Clause 15.8.1 of the Concession Agreement.
Concessionaire shall be liable for imposition of further damages on similar lines till the date
of completion
 Concessionaire is requested to take at most care for completing the overlay before
31.03.2017 since the existing road condition is getting deteriorated day by day causing
much inconvenience to the traffic
All figures and graphs in templates are
illustrative. Please add actual details.

Strip Plan for maintenance

Satisfactory road condition


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

Main report
2 Project Overview

Key project details

Project Name
NH no (New/Old)
Mode of the Project
No. of Lanes
Length of the Project
Total Project Cost
Concessionaire/ Contractor
Date of Award (LOA date)
Appointed Date
Commercial Operation Date (COD)
Concession Period
O&M Period
Authority Engineer
AE Agreement Date
AE Mobilization Date
AE Scheduled Completion Date
AE EOT (Extension Of Time)
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
All figures and graphs in templates are
illustrative. Please add actual details.

3 Critical Issues and Action taken

Issue and action log

Ongoing/New Issue
Issue Description

Expected Date for


suggested by SC
Action(s) taken
affecteddue to

Length affected

resolving issue
Chainage(s)
Authority

Action(s)
Concerned

the issue

till now
(km)
SNo

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

All figures and graphs in templates are


illustrative. Please add actual details.

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 exceeding mm
2,500mm
(c ) Cracking in more than 5% Sqm 7179 - - 7179
of road surface
(d) Rutting exceeding 10mm in Sqm 5 - - 5
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
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
(c ) Bridges
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

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 using Authority Engineer [DD/MM/YY] [DD/MM/YY]
NSV
Roughness using
Authority Engineer [DD/MM/YY] [DD/MM/YY]
Laser Profilometer
Pavement strength
Authority Engineer [DD/MM/YY] [DD/MM/YY]
using FWD
Bridge inspection
Authority Engineer [DD/MM/YY] [DD/MM/YY]
using MBIU
Road sign
inspection using Authority Engineer [DD/MM/YY] [DD/MM/YY]
Reflectometer
Other
All figures and graphs in templates are
illustrative. Please add actual details.

4 Inspection Report

Summary of NCR issued

Total NCR issued


NCR issued in NCR closed in
till previous Balance NCR
SNo Highway asset reporting month reporting month
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

Equipment based inspection report

Pavement Surface Defects Roughness Pavement Strength


Bituminous E1
Raveling (cm)
Lane number

Bleeding (cm)

Texture depth
Potholes (cm)

SubGradeE3
Rutting depth

(International
Cracks (cm)

Roughness

Modulus
Modulus
Resistance
Starting
Chainage

Chainage
Ending

Modulus

)
Elastic

Elastic
Elastic
Index)
(mm)

(mm)
Skid

IRI

m
(
m

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

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

1.000 1.500 L1

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

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

5 Monitoring of ETC lanes

Monthly ETC Report

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

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

On-ground ETC operations and SLA adherence

Average Average
Average
queue length queue Average Average Average Average
transction
Lane during peak length Transaction transaction transaction transaction
time
time during non time (cash) time (RFID) time (cards) time (wallet)
(others)
peak time
UPI – 20
Lane 1 10 vehicles 5 vehicles 15 seconds 10 seconds 20 seconds 25 seconds
seconds
Lane 2

Lane 3

 Average system uptime = 80%


 Transactions uploaded (as per SLA) = 80%
 Blacklists uploaded (as per SLA) = 50%
 Blacklists downloaded (as per SLA) = 85%

6 Status of Damages for breach of maintenance activities

Damages for non completion of project facilities

SNo Period Amount of damages (Rs)

1 Upto June 2016 15,00,35,000


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

Supporting Calculations for damages for Sep 2016


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


Nature of defect

Damages as per
Cost o repair

Noof daysas
as estimated

Damages at
higher side

No of days
inspection

damages
Damages

Damages
Quantity

amount
per CA
Date of
Total

from
S No

Rate
Unit

CA

Damages for non completion of major maintenance/ periodic overlay

SNo Period Amount of damages (Rs)

1 June 2016 6,48,000

2 Jul 2016 2,00,88,000

3 Aug 2016 2,00,88,000

4 Sep 2016 1,94,40,000

Total 6,02,64,000

Supporting Calculations for damages for Sep 2016


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

7 Change of Scope proposals


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

8 Status of pending disputes

Date of first Dispute


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

9 Reports

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

For Corresponding
TYPE OF VEHICLE month of previous For Previous Month For Current Month
year
Fee
No of Fee No of Fee No of Fee
per
vehicles Collected vehicles Collected vehicles Collected
vehicle
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
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
S No

1
1/1/17
Date

382/050 05:25
RHS
Chainage no

pm
Time of accident

M Sex (M/F)
Accident location

A
2

Nature of accident

B
2

Classification of accident

C
3

Causes

D
4
Page 174 of 264

Load conditions of vehicle

E
1

Road condition

F
1

Intersection type of control


G
-

Weather condition H
1

Age of victim
I
3

Type of victim
J
1

Type of vehicle
K
3

Fatal
-

persons
affected
No of

Major
1

Minor
1
Ambu

Help provided by
Mapping of report fields to responses

A 1. Urban 2. Rural

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

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

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

G 1. T-Junction 2. Y-Junction 3. Four arm Junction 4. Staggered Junction 5. Junction with more than 6.
Round about Junction
H 1. Fine/Clear 2.Mist/Fog 3. Cloudy 4. Light Rain 5. Heavy Rain 6. Strong Wind 7. Dust Storm 8. Cold 9.
Hot
I 1. 0-18 Years 2. 18-25 Years 3. 25-40 Years 4.40-60 Years 5. 60-80 Years

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

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

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

Encroachment list

Encroachment width and length


Establishment (New/ existing)
Category (Tea stall, Temple,

Distance fromroadedge(m)
Stretch Chainage (km)

Name of Encroacher
(Temporary/ Permanent)
Encroachment type
Side (LHS/RHS)

District/

Village
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 t Godow 10.5m X
2 RHS Kurnool Existing 5 Buddana
0 Padu n 4m

Lane Closure Report

S.No Date Chainage (Km) Side Time of Closure Reasons for Lane Remarks
Closure & Approval
From To Details
9/9/201 215+30 215+35
1 RHS 1pm-4pm Patch work
6 0 0
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 AE 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
3
4

Annexure 2 onwards:

AE should include comments, status update, data points and reports in following annexures
which have not been included elsewhere in the main report. Such reports may include but not
limited to:
 Minutes of review meeting
 Correspondence details
 Weather report
 Organizational chart of Concessionaire and AE
 Project photographs
Annexure VII-OUTPUT FORMAT FROM NETWORK SURVEY VEHICLE AND FWD
TESTING

[NAME & LOGO OF IMPLEMENTING AGENCY]

[PROJECT NAME]

Authority Engineer
[NAME OF CONSULTING FIRM]

OUTPUT FROM NETWORK SURVEY VEHICLE AND FWD TESTING


Table of contents
Contents Page Nos.

SECTION 1 ROAD INVENTORY DATA


161

1.1. Location Reference Post (LRP) Master 161


1.2. Carriageway Type 162
1.3. Road Type 162
1.4. Pavement Type 163
1.5. Pavement Width 164
1.6. Shoulder Type 165
1.7. Shoulder Width 166
1.8. Topography 166
1.9. Cross Section 167
1.10. Drain Type 168
1.11. Median Opening 169
1.12. Right Of Way 170
1.13. Pavement composition 171
1.14. Carriageway Furniture 173
1.15. Wayside Amenities 174
1.16. Land Use 175

SECTION 2 ROAD CONDITION DATA 176

2.1. Visual condition 176


2.2. Roughness 179
2.3. Rutting 180
2.4. Texture Depth 181
2.5. Skid Resistance 182
2.6. Falling Weight Deflectometer (FWD) 183
2.7. Falling Weight Deflectometer (FWD) Rigid 187
Annexure VII: OUTPUT FORMAT FROM NETWORK SURVEY VEHICLE AND FWD
TESTING (SECTION 1: TESTING AT TIME OF COMPLETION, SECTION 2: FWD
ATTRIBUTES - ANNUALLY, BALANCE PARAMETERS –BIANNUALLY AFTER
CONSTRUCTION PHASE)

In addition to the reports being submitted on equipment based inspection as specified in Section 4.2
of the Monthly Progress Report in the O&M phase, the Authority Engineer (AE) shall submit
electronically in excel (.xls) format certain key parameters to the Project Director in the following
format.

Worksheets under Section 1 (‘Road inventory data’) shall be updated from surveys conducted only
once at the time of completion testing. Worksheets under Section 2 (‘Road condition data’) shall be
updated from surveys carried out annually for FWD attributes and biannually for the remaining
attributes.

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

SECTION 1 - ROAD INVENTORY DATA

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

Location Reference Post (LRP) Master

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

Field Description Example


NH Number New National Highway number NH0065
LRP Name Name of location reference post (LRP) Km stone 17
Chainage Chainage of the survey point (in km) 17
Direction Direction of survey Increasing
 Increasing (chainage)
 Decreasing (chainage)
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Old NH Number Old National Highway number NH0065
Section Code HYD-VIJ (Hyderabad-
Code indicating starting and ending locations of section
Vijayawada)
A sample output is shown below for reference

NH Survey Old NH Section


LRP Name Chainage Direction Latitude Longitude Altitude
Number Date Number Code
NH0xxx Road Start 1.230 Increasing 9.98897 78.02671 63.07767 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 8 8.000 Increasing 9.98444 78.02934 68.60126 23-12-15 NH0yyy ABC-DEF
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

Carriageway Type

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

A sample output is shown below for reference

Start End Carriageway Date of


NHNumber Section Chainage Chainage Type Survey Latitude Longitude
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
Road Type

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

Field Description Example


NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad- Vijayawada)
Section Code
section
Start Chainage Chainage of the start point (in km) 0.500
End Chainage Chainage of the end point (in km) 1.500
Classification of road on basis of number of lanes Four Lane
 Single Lane
 Two Lane
Road Type
 Intermediate Lane
 Four Lane
 Six Lane
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Start End Date of


NHNumber Section RoadType Latitude Longitude
Chainage Chainage Survey
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

Pavement Type

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

Field Description Example


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

A sample output is shown below for reference:

Start End Pavement Date of


NHNumber Section Direction Latitude Longitude
Chainage Chainage Type Survey
ABC-
NH00xx 0.000 0.804 Both Asphalt 06-05-17 9.98897 78.02671
DEF
ABC-
NH00xx 0.804 1.000 Both Asphalt 06-05-17 9.98444 78.02934
DEF
ABC-
NH00xx 1.000 1.172 Both Asphalt 06-05-17 9.98341 78.03004
DEF
ABC-
NH00xx 1.172 2.821 Both Asphalt 06-05-17 9.98107 78.03078
DEF
ABC-
NH00xx 2.821 4.350 Both Asphalt 06-05-17 9.96328 78.04160
DEF
ABC-
NH00xx 4.350 6.710 Both Asphalt 06-05-17 9.95385 78.05255
DEF
ABC-
NH00xx 6.710 12.925 Both Asphalt 06-05-17 9.93102 78.05648
DEF

Pavement Width

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

Field Description Example

NH Number New National Highway number NH0065


Code indicating starting and ending locations of HYD-VIJ (Hyderabad- Vijayawada)
Section Code
section
Start Chainage Chainage of the start point (in km) 0.500
End Chainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Width of the pavement in metres, classified into one of the >7m and <10.5m
below categories
 >= 3.75m and < 5.5m
Pavement Width  >5.5m and < 7m
 >= 7m and < 10.5m
 >=10.5m and <=12.5m
 > 12.5m
Width of the pavement in metres, rounded to two places 7.0
Pavement Width Value
after decimal
Field Description Example

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:

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

Shoulder Type

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

Field Description Example


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

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


Direction of survey Increasing
 Increasing (chainage)
Direction  Decreasing (chainage)
Type of shoulder, classified into one of the below Gravel
categories:
 None
 Paved
 Gravel
Shoulder Type  Earth
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section End
NH Number Code Start Chainage Chainage Direction ShoulderType Survey Date Latitude Longitude
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

Shoulder Width

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

Field Description Example


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

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


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

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

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


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

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


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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End Survey


NH Number Topography Latitude Longitude
Code Chainage Chainage Date
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

Cross Section

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

Field Description Example


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

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


Direction of survey Increasing
 Increasing (chainage)
Direction  Decreasing (chainage)
Cross section type, classified into one of the below Fill
Cross Section categories
Field Description Example
 Cut
 Fill
 Cut and Fill
 Level
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End


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

Drain Type

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

Field Description Example


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

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


Direction of survey Increasing
 Increasing (chainage)
Direction  Decreasing (chainage)
Type of drain, classified into one of the below Open lined drain
categories
 Open unlined drain
 Open lined drain
 Covered line drain
Drain Type  No drain
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671


A sample output is shown below for reference:

NHNumber SectionCode StartChainage EndChainage Direction DrainType SurveyDate Latitude Longitude


Open Unlined
NH0xxx ABC-DEF 0.000 0.069 Increasing 09-01-16 9.98897 78.02671
Drain
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

Median Opening

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

Field Description Example


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

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


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

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

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

Right Of Way

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

Field Description Example


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

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


Direction of survey Increasing
 Increasing (chainage)
Direction  Decreasing (chainage)
Row Width Width of Right of Way (in metres) 24

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

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

Section Start End ROW Survey


NHNumber Code Chainage Chainage Direction Width Remarks Date Latitude Longitude
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
Pavement composition

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

Field Description Example


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

A sample output is shown below for reference:

Bitumino
Bituminou Bituminou BSC Bitumino BBC Granular
Sec- Start End us Base Granul
NH Direc- Paveme s Surface s Surface Constru us Base Constru Base
tion Chai Chai Course ar Base
No. tion nt Type Course Course c-tion Course c-tion Thickne
Code nage nage Thicknes Type
Type Thickness Year Type s Year ss
NH00x ABC- Both
0.0 5.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
x DEF side
NH00x ABC- Both
5.0 11.0 Asphalt BC 40.0 2015 DBM 80 2015 WMM 250
x DEF side
NH00x ABC- Both
11.0 20.0 Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
x DEF side
NH00x ABC- Both
x DEF 20.0 22.0 side Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
NH00x ABC- Both
22.0 30.0 Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
x DEF side
NH00x ABC- Both
30.0 31.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
x DEF side
(table continued…)
Paveme
Dry
Paveme nt Granula r
GB PQC Lean Dry DLC Granul GSB
nt Quality SubBase Desig
Constr Constr Concret e Lean Constr ar Constru Survey Latit Longit
Quality Concret e Thickne n
uction uction Thickn Concret e uction SubBas ction Date ude ude
Concret e Thickne ss CBR
Year Year ess Type Year e Type Year
Type ss

05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.99 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.96 78.04
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.95 78.05
15

Carriageway Furniture

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

Field Description Example


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

A sample output is shown below for reference:

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

Wayside Amenities

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

Field Description Example


NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad- Vijayawada)
Section Code
section
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;
Wayside Amenity  Restaurant/Motel;
 Toilet/Public convenience;
 Rest Rooms for short stay;
 Toll Plaza;
 First aid/Medical centre;
Field Description Example
 Telephone booth;
 Petrol pump/minor repair shop (optional);
 Police Station;
 Temple /Mosque;
 Bridges.
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Data Source
Remarks
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Section 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

Land Use

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

Field Description Example


NH Number New National Highway number NH0065
Code indicating starting and ending locations of HYD-VIJ (Hyderabad- Vijayawada)
Section Code
section
Start Chainage Chainage of the start point (in km) 0.500
End Chainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Land use classified into one of the below categories: Commercial
 Residential;
 Commercial;
Land Use  Industrial;
 Agricultural;
 Water bodies;
 Mixed.
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Field Description Example
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
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.
Visual condition

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

Field Description Example


NH Number New National Highway number NH0065

Field Description Example


Code indicating starting and ending locations of HYD-VIJ (Hyderabad- Vijayawada)
Section Code
section
Start Chainage Chainage of the start point (in km) 0.500
End Chainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being 1st lane L1
Lane Number on the left from centreline of carriageway, L2 being 2 nd lane
on the left from centerline and so on
Percent of pavement area affected by ravelling, which is 2
converted to the following rating scale:
 1 - Very Poor (> 30%)
Ravelling  2 - Poor (11-30%)
 3 - Fair (6-10%)
 4 - Good (1-5%)
 5 - Very Good (0%)
No. of potholes, which is converted to the following 1
rating scale:
 1 - Very Poor (> 5)
Pot Holes  2 - Poor (3-5)
 3 - Fair (2)
 4 - Good (1)
 5 - Very Good (0)
Pavement area containing edge breaks, which is 3
converted to the following rating scale:
 1 - Very Poor (> 5m2)
Edge Break  2 - Poor (1-5m2)
 3 - Fair (0.5-1m2)
 4 - Good (0-0.5m2)
 5 - Very Good (0m2)
Percent of pavement area affected by cracking, 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, 2
which is converted to the following rating scale:
 1 - Very Poor (> 50%)
Disintegration  2 - Poor (20-50%)
 3 - Fair (10-20%)
 4 - Good (1-10%)
 5 - Very Good (<1%)

Field Description Example


Percent of pavement area affected by depression, which 5
is converted to the following rating scale:
 1 - Very Poor (> 5%)
Depression  2 - Poor (3-5%)
 3 - Fair (1-2%)
 4 - Good (0-1%)
 5 - Very Good (0)
Percent of pavement area affected by bleeding, 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%)
Percent of pavement area affected by patching, which is 4
converted to the following rating scale:
 1 - Very Poor (> 30%)
Patching  2 - Poor (16-30%)
 3 - Fair (6-15%)
 4 - Good (2-5%)
 5 - Very Good (<2%)
Condition of the drain, which is converted to the 2
following rating scale:
Drain Condition  1 - Poor
 2 - Fair
 3 - Good
Condition of the shoulder, which is converted to the Fair
following rating scale:
Shoulder Condition  1 - Poor
 2 - Fair
 3 - Good
Survey Date Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
A sample output is shown below for reference:

Start End Lane


NHNumber Section Chainage Chainage Direction Number Ravelling PotHoles EdgeBreak Cracking
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

Start End Lane


NHNumber Section Direction Ravelling PotHoles EdgeBreak Cracking
Chainage Chainage Number
NH00xx ABC-DEF 4.000 4.500 Increasing L1 4 4 4 5
NH00xx ABC-DEF 4.500 5.000 Increasing L1 5 5 4 5
NH00xx ABC-DEF 5.000 5.500 Increasing L1 5 5 4 5
NH00xx ABC-DEF 5.500 6.000 Increasing L1 5 5 4 5
NH00xx ABC-DEF 6.000 6.500 Increasing L1 5 5 4 5
NH00xx ABC-DEF 6.500 7.000 Increasing L1 5 5 4 5
NH00xx ABC-DEF 7.000 7.500 Increasing L1 5 5 5 5
NH00xx ABC-DEF 7.500 8.000 Increasing L1 5 5 4 5
NH00xx ABC-DEF 8.000 8.500 Increasing L1 5 5 4 5
NH00xx ABC-DEF 8.500 9.000 Increasing L1 5 5 4 5
NH00xx ABC-DEF 9.000 9.500 Increasing L1 5 5 4 5
NH00xx ABC-DEF 9.500 10.000 Increasing L1 5 5 3 5
(table continued…)
Drain Date of
Disintegration Depression Bleeding Patching Condition ShoulderCondition Survey Latitude Longitude
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
Roughness

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

Field Description Example


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

Field Description Example


Start Chainage Chainage of the start point (in km) 0.500
End Chainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
LwpIri International roughness index (IRI) of left wheel path 2.33
measured from laser profilometer
RwpIri International roughness index (IRI) of right wheel path 1.97
measured from laserprofilometer
LaneIri Average of the International roughness index (IRI) of left 2.15
and right wheel paths
Speed Speed of vehicle in km/h 42
Survey Date Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH Section Start End Lane Survey


Number Code Chainage Chainage Direction Number LwpIri RwpIri LaneIri Speed
Date
Latitude Longitude
ABC- 06-05-
NH00xx 0.0 0.1 Increasing L1 3.31 5.16 4.24 20 9.98897 78.02671
DEF 17
ABC- 06-05-
NH00xx 0.1 0.2 Increasing L1 2.81 3.54 3.18 37 9.98444 78.02934
DEF 17
ABC- 06-05-
NH00xx 0.2 0.3 Increasing L1 2.31 1.92 2.12 42 9.98341 78.03004
DEF 17
ABC- 06-05-
NH00xx 0.3 0.4 Increasing L1 2.17 2.37 2.27 46 9.98107 78.03078
DEF 17
ABC- 06-05-
NH00xx 0.4 0.5 Increasing L1 2.11 1.72 1.92 42 9.96328 78.04160
DEF 17
ABC- 06-05-
NH00xx 0.5 0.6 Increasing L1 2.33 1.97 2.15 49 9.95385 78.05255
DEF 17
ABC- 06-05-
NH00xx 0.6 0.7 Increasing L1 2.37 2.00 2.19 42 9.93102 78.05648
DEF 17
ABC- 06-05-
NH00xx 0.7 0.8 Increasing L1 2.15 2.17 2.16 33 9.91229 78.04961
DEF 17
ABC- 06-05-
NH00xx 0.8 0.9 Increasing L1 2.45 2.05 2.25 32 9.89041 78.03458
DEF 17
ABC- 06-05-
NH00xx 0.9 1.0 Increasing L1 2.18 2.51 2.35 48 9.88489 78.02995
DEF 17

Rutting
The following table lists the fields which need to be populated for the ‘Rutting’ attribute. The descriptions
of the fields are given below.
Field Description Example
NH Number New National Highway number NH0065
HYD-VIJ (Hyderabad-
Section Code Code indicating starting and ending locations of section
Vijayawada)
Start Chainage Chainage of the start point (in km) 0.500

Field Description Example


End Chainage Chainage of the end point (in km) 1.500
Direction of survey Increasing
Direction  Increasing (chainage)
 Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, etc., L1 being 1st lane L1
Lane Number on the left from centreline of carriageway, L2 being 2 nd lane
on the left from centerline and so on
Rutting Left Rut depth in mm, measured from left wheel path 20
Rutting Right Rut depth in mm, measured from left wheel path 18
Rutting Avg Average rut depth measured from left and right wheel 19
paths
Speed Speed of vehicle in km/h 42
Survey Date Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NH 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 DEF 0.5 1.0 Increasing L1 20 18 19 37 17 9.98444 78.02934
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 17 9.95385 78.05255
DEF
ABC- 06-05-
NH00xx DEF 3.0 3.5 Increasing L1 20 18 19 42 17 9.93102 78.05648
ABC- 06-05-
NH00xx DEF 3.5 4.5 Increasing L1 5 5 5 33 17 9.91229 78.04961
ABC- 06-05-
NH00xx 4.5 5.0 Increasing L1 5 5 5 32 9.89041 78.03458
DEF 17
Texture Depth

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

Field Description Example


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

Field Description Example


End Chainage Chainage of the end point (in km) 1.500 A
Direction of survey Increasing sample
Direction  Increasing (chainage) output
is
 Decreasing (chainage)
shown
Number of the lane: L1, L2, R1, R2, etc., L1 being 1st lane L1 below
Lane Number on the left from centreline of carriageway, L2 being 2 nd lane for
on the left from centerline and so on referen
Texture Left Texture depth of pavement in mm, measured from left wheel 0.40 ce:
path
Texture Right Texture depth of pavement in mm, measured from left wheel 0.30
path
Texture Average Average texture depth measured from left and right 0.35
wheel paths
Speed Speed of vehicle in km/h 42
Survey Date Date of survey in the format <DD-MM-YYYY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
NH Section Start End Lane Texture Texture Texture Survey
Direction Speed Latitude Longitude
Number Code Chainage Chainage Number Left Right Average Date
ABC- 06-05-
NH00xx DEF 0.0 0.5 Increasing L1 0.40 0.30 0.35 20 17 9.98897 78.02671
ABC- 06-05-
NH00xx 0.5 1.0 Increasing L1 0.60 0.50 0.55 37 9.98444 78.02934
DEF 17
ABC- 06-05-
NH00xx 1.0 1.5 Increasing L1 0.80 0.90 0.85 42 9.98341 78.03004
DEF 17
ABC- 06-05-
NH00xx 1.5 2.0 Increasing L1 0.40 0.40 0.4 46 9.98107 78.03078
DEF 17
ABC- 06-05-
NH00xx 2.0 2.5 Increasing L1 0.30 0.30 0.3 42 17 9.96328 78.04160
DEF
ABC- 06-05-
NH00xx 2.5 3.0 Increasing L1 0.70 0.60 0.65 49 9.95385 78.05255
DEF 17
ABC- 06-05-
NH00xx 3.0 3.5 Increasing L1 0.40 0.50 0.45 42 9.93102 78.05648
DEF 17
ABC- 06-05-
NH00xx 3.5 4.5 Increasing L1 0.90 0.80 0.85 33 9.91229 78.04961
DEF 17
ABC- 06-05-
NH00xx DEF 4.5 5.0 Increasing L1 0.40 0.30 0.35 32 17 9.89041 78.03458
Skid Resistance

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

Field Description Example


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

Field Description Example


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

A sample output is shown below for reference:

NH Section Start End Lane Skid Skid Skid Survey


Number Code Chainage Chainage Direction Number Left Right Average Speed Date Latitude Longitude
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 17 9.95385 78.05255
DEF
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

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

Field Description Example


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

Distance1 Distance of location 1 from the test load center 300


Surface deflection at location 2 from the test load center,
Deflection2
measured in micron 153
Distance2 Distance of location 2 from the test load center 600
Surface deflection at location 3 from the test load center,
Deflection3
measured in micron 110

Distance3 Distance of location 3 from the test load center 900


Surface deflection at location 4 from the test load center,
Deflection4
measured in micron 76
Distance4 Distance of location 4 from the test load center 1200
Surface deflection at location 5 from the test load center,
Deflection5
measured in micron 59
Distance5 Distance of location 5 from the test load center 1500
Surface deflection at location 6 from the test load center,
Deflection6
measured in micron 44
Distance6 Distance of location 6 from the test load center 1800
Surface deflection at location 7 from the test load center,
Deflection7
measured in micron 35
Distance7 Distance of location 7 from the test load center 2100
Surface deflection at location 8 from the test load center,
Deflection8
measured in micron 28
Distance8 Distance of location 8 from the test load center 2400
Elastic Modulus Elastic modulus of bituminous layer, back calculated in MPa
BituminousE1 3359
Elastic Modulus Elastic modulus of granular layer, backcalculated in MPa
GranularE2 396
Elastic Modulus Elastic modulus of subgrade, back calculated in MPa
SubGradeE3 90

Field Description Example


Corrected Elastic Corrected elastic modulus of bituminous layer in MPa
Modulus BituminousE1 3424
Corrected Elastic Corrected elastic modulus of granular layer in MPa
Modulus GranularE2 300
CorrectedElasticModul Corrected elastic modulus of subgrade in MPa
usSubGradeE3 69
Bituminous Layer Thickness of bituminous layer in mm 105
Base Layer Thickness of base layer in mm 230
GSB Layer Thickness of GSB layer in mm 200
Subgrade CBR CBR of subgrade 0.08
BituminousLayerCoeffic Layer coefficient of the bituminous layer
ientA1 0.36
BaseLayerCoefficientA 2 Layer coefficient of the base layer
0.17
GranularBaseLayerCoe Layer coefficient of the GSB layer
fficientA3 0.17
Structural Number Structural number of the pavement 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
(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…)
Sub
Loca ElasticMod ElasticMod ElasticMod CorrectedElastic CorrectedElasti CorrectedElasti Bitumi Bas GS gra
tion ulusBitumi ulusGranul ulusSubGra ModulusBitumin cModulusGran cModulusSubGr nousL eLa BLa de
8 nousE1 arE2 deE3 ousE1 ularE2 adeE3 ayer yer yer CB
R
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
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
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 (Hyderabad-
Code indicating starting and ending locations of section
Section Code Vijayawada)
Chainage Chainage of the point (in km) 0.500
Direction of survey Increasing
 Increasing (chainage)
Direction  Decreasing (chainage)
Lane Number Number of the lane: L1, L2, R1, R2, etc. L2

Air Temperature Air temperature recorded in °C 30.1

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

Peak Load Peak impulse load, measured in kN 103.7

Deflection1 Surface deflection at the test load center, measured in micron 140
Surface deflection at 300 mm from the test load center, measured in
Deflection2 micron 121
Surface deflection at 600 mm from the test load center, measured in
Deflection3 micron 108
Surface deflection at 900 mm from the test load center, measured in
Deflection4 micron 101
Concrete Slab Thickness of concrete slab, measured in mm
Thicknessh 300
Area of deflection basin, calculated from measured deflections, in cm2
Area of Deflection
Basin 761
Radius of Relative Radius of relative stiffness, calculated in mm
Stiffness 823
NormalizedDeflectiond Normalized deflection at location 1, in mm 3.1
1
NormalizedDeflectiond 2 Normalized deflection at location 2, in mm 2.9

NormalizedDeflectiond Normalized deflection at location 3, in mm 2.4


3
NormalizedDeflectiond Normalized deflection at location 4, in mm 1.9
4
Modulus of Subgrade Modulus of subgrade reaction, measured in MPa/m 131
Reaction k
Elastic Modulus of Elastic modulus of concrete, calculated in MPa 26118
Concrete Ec
Cube Strength of Cube strength of concrete, calculated inMPa 27
Concrete fck
Flexural strength of Flexural strength of concrete, calculated in MPa 3.7
concrete fmr
Date Of Testing Date of testing in the format <DD-MM-YY> 06-05-17

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671


A sample output is shown below for reference:
Pea Concrete
Sectio Chain Lan Air Surface
Directio k Deflectio Deflectio Deflectio Deflectio Slab
NH No n - e Temperatur Temperatur
n Loa n1 n2 n3 n4 Thickness
Code -age No. e e
d h
NH00x ABC- 104.
0.0 LHS L2 29.0 34.9 167 143 130 119 300
x DEF 1
NH00x ABC- 104.
0.5 RHS R2 30.5 38.1 141 130 122 115 300
x DEF 4
NH00x ABC- 105.
1.0 LHS L1 30.0 35.6 147 111 100 91 300
x DEF 2
NH00x ABC- 102.
1.5 RHS R1 28.9 38.3 140 126 116 107 300
x DEF 4
NH00x ABC- 103.
2.0 LHS L2 30.1 39.4 140 121 108 101 300
x DEF 7
NH00x ABC- 104.
2.5 RHS R2 29.0 37.5 150 134 126 117 300
x DEF 6
NH00x ABC- 102.
3.0 LHS L1 30.6 38.9 124 109 104 92 300
x DEF 7
NH00x ABC- 105.
3.5 RHS R1 29.3 39.1 149 136 128 119 300
x DEF 9
NH00x ABC- 104.
4.5 RHS R2 30.3 41.0 138 127 121 114 300
x DEF 9
(table continued…)
Modulu Flexura
Radius Elastic Cube
Area of Normaliz Normaliz Normaliz Normaliz s of l Date
of Modulu Strengt
Deflecti ed ed ed ed Subgra strengt Of Latitu Longitu
Relative s of h of
on Deflectio Deflectio Deflectio Deflectio de h of Testin de de
S Concre Concre
Basin n d1 n d2 n d3 n d4 Reactio concre g
tiffness te Ec te fck
nk te fmr
25-06- 9.9889 78.0267
759 816 3 3 2 2 112 21590 19 3
16 7 1
28-06- 9.9844 78.0293
821 1214 3 3 3 2 62 58161 135 8
16 4 4
25-06- 9.9834 78.0300
684 580 3 3 2 1 246 12051 6 2
16 1 4
28-06- 9.9810 78.0307
796 1014 3 3 3 2 87 39783 63 6
16 7 8
25-06- 9.9632 78.0416
761 823 3 3 2 2 131 26118 27 4 16 8 0
28-06- 9.9538 78.0525
800 1040 3 3 3 2 79 39908 64 6 16 5 5
25-06- 9.9310 78.0564
789 971 3 3 3 2 107 41290 68 6
16 2 8
28-06- 9.9122 78.0496
814 1150 3 3 3 2 66 50086 100 7
16 9 1
28-06- 9.8904 78.0345
826 1257 3 3 3 2 59 64082 164 9
16 1 8
SECTION 7: DRAFT FORM OF CONTRACT

Note: This draft Agreement is a generic document and shall be modified based on particularof the
Project.
CONTRACT FOR CONSULTANT’S SERVICES

Between

(Name of Client)

And

(Name of Consultant)

Dated:
CONTENTS

Page No.

I. FORM OF CONTRACT ……………………………………..


II GENERALCONDITIONSOFCONTRACT ……………….
1. General Provisions ……………………………………….
Definitions
Relation between the Parties
Law Governing the Contract
Language
Headings
Notices
Location
Authority of Member in charge
Authorized Representatives
Taxes and Duties

2. Commencement, Completion, Modification, and Termination of Contract

Effectiveness of Contract ………………………………….


Termination of Contract for Failure to Become Effective
Commencement of Services
Expiration of Contract
Entire Agreement
Modification
Force Majeure

2.7.1 Definition…………………………………………..
No Breach of Contract ……………………………..
Measures to be taken
Extension of Time
Payments
Consultation
2.8 Suspension…………………………………………………
2.9 Termination ………………………………………..
2.9.1 By the Client ………………………………
By the Consultants ………………………..
Cessation of Rights and Obligations ………
Cessation of Services ………………………
Payment upon Termination ………………..
Disputes about Events of Termination …….
3. Obligations of the Consultants ……………………
General
Standard of Performance…………..
Law Governing Services …………..
Conflict of Interests ……………………….
Consultants not to Benefit from Commissions,
Discounts, etc. ……..
Procurement Rules of Funding Agencies
Consultants and Affiliates Not to Engage in certain
Activities …………..
Prohibition of Conflicting Activities …
Confidentiality ………………………………..
Liability of the Consultants …………………..
Insurance to be Taken out by the Consultants …
Accounting, Inspection and Auditing ………….
Consultant’s Actions requiring Client’s prior Approval
Reporting Obligations …………………………..
Documents prepared by the Consultants ……….
To Be the Property of the Client ………………..
Equipment and Materials Furnished by the Client
4. Consultants’ Personnel and Sub-consultants ……………………..
4.1 General …………………………………………………
Description of Personnel …………………………
Approval of Personnel ……………………………
Working Hours, Overtime, Leave etc.
Removal and /or Replacement of Personnel ……………
Resident Project Manager ………………………….
5. Obligations of the Client ………………………………….
Assistance and Exemptions …………….
Access to Land ………………………….
Change in the Applicable Law ………….
Services, Facilities and Property of the Client 5.5
Payment …………………………………
5.6 Counterpart Personnel………………….
6. Payments to the Consultants ……………………………..
Cost Estimates, Ceiling Amount ……………….
Remuneration and Reimbursable Expenditures…
Currency of Payment …………………………..
Mode of Billing and Payment ………………….
7. Fairness and Good Faith
Good Faith
Operation of the Contract
Amicable Settlement
Dispute Settlement
.
III SPECIAL CONDITIONS OF CONTRACT ……………………
IV APPENDICES Page No.
Appendix A : Description of the Services ……………..
Appendix B : Reporting Requirements …………………
Appendix C : Key Personnel and Sub-consultants
Appendix D : Medical Certificate
……………………….
Appendix E : Hours of Work for Key Personnel ……….
Appendix F : Duties of the Client ………………………
Appendix G: Cost Estimates
Appendix H : Form of Performance Bank Guarantee Appendix I :
Form of Bank Guarantee for Advance Payments Appendix J :
Letter of invitation
Appendix K : Letter of Award
Appendix L : Minutes of pre-bid meeting ……………
Appendix-M : Memorandum of Understanding (in case of JV) V

ANNEXURES..…………………………………………
1. FORM OF CONTRACT

COMPLEX TIME BASED ASSIGNMENTS

This CONTRACT (hereinafter called the “Contract”) is made the day of the Month of
, 201 , between, on the one hand (hereinafter Called the
“Client) and, on the other hand hereinafter called the “Consultants”)

[Note*: If the Consultants consist of more than one entity, the above should be partially amended to read
as follows:

“…(hereinafter called the “Client”)and, on the other hand, a joint venture consisting of the
following entities, each of which will be jointly severally liable to the Client for all the Consultants’
obligations under this Contract, namely,
and
(hereinafter called“ Consultants”)]

WHEREAS

(a) the Client has requested the Consultants to provide certain consulting services as defined
in the General Conditions of Contract attached to this Contract (hereinafter called the
“Services”);

(b) the Consultants, having represented to the Client that they have the required
processional skills ,and personnel and technical resources ,have agreed to provide the
Services on the terms and conditions set forth in this Contract;

NOW THEREFORE the parties hereto hereby agree as follows:

1. The following documents attached hereto shall be deemed to form an integral part of this
Contract:
(a) The General Conditions of Contract (hereinafter called “GC”)’
(b) The Special Conditions of Contract (hereinafter called “SC”);
(c) The following Appendices:

[Note: If any of these Appendices are not used, the words “Not Used” should be inserted below
next to the title of the Appendix on the sheet attached hereto carrying the title of that Appendix ].

Appendix A : Description of the Services


Appendix B : Reporting Requirements
Appendix C : Key Personnel and Sub-consultants
Appendix D : Medical Certificate
Appendix E : Hours of Work for Key Personnel
Appendix F : Duties of the Client
Appendix G : Cost Estimates
Appendix H : Form of Performance Bank Guarantee Appendix I :
Form of Bank Guarantee for Advance Payments 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)
2. The mutual rights and obligations of the Client and the Consultants shall be as set forth in
the Contract; in particular
(a) The Consultants shall carry out the Services in accordance with the provisions of the
Contract; and
(b) The Client shall make payments to the Consultants in accordance with the
Provisions of the Contract.

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

FOR AND ON BEHALF OF


[NAME OF THE CLIENT]

By
(Authorized Representative)

FOR AND ON BEHALF OF


[NAME OF THE CONSULTANTS]

By
(Authorized Representative)

[Note: If the Consultants consist of more than one entity, all of these entities should appear as signatures,
e.g. in the following manner ]

FOR AND ON BEHALF OF EACH OF


THE MEMBERS OF THE CONSULTANTS

[Name of the Member]


By
(Authorized Representative)

[Name of the Member]


By
(Authorized Representative)
GENERALCONDITIONS OF CONTRACT

1. General Provisions

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

Definitions

(a) “ApplicableLaw”meansthelawsandanyotherinstrumentshavingtheforceof law in the


Government’s country [or in such other country as may be specified in the Special
Conditions of Contract (SC)], as they may be issued and in force from time to time.
(b) “Contract means the Contract signed by the Parties, to which these General
Conditions of Contract are attached, together with all the documents listed in Clause
1 of such signed Contract;
(c) “Effective Date’ means the date on which this Contract comes into force and effect
pursuant to Clause GC 2.1;
(d) ‘foreign currency’ means any currency other than the currency of the Government;
(e) ‘GC means these General Conditions of Contract;
(f) “Government” means the Government of Client’s Country;
(g) ‘Local currency’ means the Indian Rupees;
(h) “Consultant” wherever mentioned in this Contract Agreement means the
“Authority Engineer (AE)” and includes sub-consultants or Associates engaged by the
primary consultant.
(i) “Member”, in case the Consultants consist of a joint venture of more than one entity,
means any of these entities, and “Members” means all of these entities;
(j) “Party’ means the Client or the Consultants, as the case may be, and Parties means
both of them;
(k) “Personnel” means persons hired by the Consultants or by any Sub-Consultants and or
Associates as Employees and assigned to the performance of the Services

Or any part thereof; “Foreign Personnel” means such persons who at the time of
being so hired had their domicile outside the Government’s Country, “Local
Personnel” means such persons who at the time of being so hired had their
domicile inside the Government’s Country; and ‘key personnel’ means the
personnel referred to in Clause GC 4.2 (a).

(l) "SC" means the Special Conditions of Contract by which these General Conditions
of Contract may be amended or supplemented;
(m) "Services" means the work to be performed by the Consultants pursuant to his
contract, as described in Appendix A hereto. The scope of work will be strictly as
given in various Clauses in TOR. The approach and methodology to be
adopted by the Consultant for carrying out the assignment as Authority Engineer
may be modified depending on the site requirements and work programme of the
EPC Contract or after mutual discussions with Employer, the EPC Contractor and the
Authority Engineer. The work plan as indicated by the Consultant may be modified
accordingly to the site requirements.
(n) "Sub-Consultant and or Associates "means any entity to which the Consultants
subcontract any part of the Services in accordance with the provisions of Clause GC
3.7; and
(o) "Third Party" means any person or entity other than the Government, the Client,
the Consultants or a Sub-consultant.

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.

Law Governing Contract

This Contract, its meaning and interpretation, and the relation between the Parties shall be
governed by the Applicable Law.

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.

Headings

The headings shall not limit, alter or affect the meaning of this Contract.

Notices

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

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

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.
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.

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.

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.

Taxes and Duties

Unless otherwise specified in the SC, the Consultants, Sub-consultants and Personnel shall
pay such taxes, duties, fees and other impositions as may be levied under the Applicable
Law. Goods &Service tax as applicable shall be paid to the Authority’s Engineer while
making payment for services rendered. The consultants shall then deposit the same with the
tax authorities and provide a proof of having done so within next 90 days in line with policy
circulars issued by Employer.

2. Commencement, Completion, Modification and Termination of Contract

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.

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.

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.
Expiration of Contract

Unless terminated earlier pursuant to Clause GC2.9 hereof, this Contract shall expire when
services have been completed and all payments have been made at the end of such time
period after the Effective Date as shall be specified in the SC.

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.

Modification

Modification of the terms and conditions of this Contract, including any modification of the
scope of the Services, may only be made by written agreement between the Parties as the case
may be, has been obtained. Pursuant to Clause GC 7.2 hereof, however, each Party shall give
due consideration to any proposals for modification made by the other Party.

Force Majeure

Definition

(a) For the purposes of this Contract, "Force Majeure" means an event which is
beyond the reasonable control of a Party, and which makes a Party's performance
of its obligations hereunder impossible or so impractical as reasonably to be
considered impossible in the circumstances, and includes, but is not limited to,
war, riots, civil disorder, earthquake, fire, explosion, storm, flood or other
adverse weather conditions, strikes, lockouts or other industrial action ( except
where such strikes, lockouts or other industrial action are within the power of the
Party invoking Force Majeure to prevent), confiscation or any other action by
government agencies.

(b) Force Majeure shall not include (i) any event which is caused by the
negligenceorintentionalactionofapartyorsuchParty'sSub-consultantsor agents or
employees, nor (ii) any event which a diligent Party could reasonably have been
expected to both(A) take in to account at the time of the conclusion of this
Contract and(B) avoid or overcome in the carrying out of its obligations hereunder
.

(c) Force Majeure shall not include insufficiency of funds or failure to make any
payment required hereunder.

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.

Measures to be taken

(a) A Party affected by an event of Force Majeure shall take all reasonable measures to
remove such Party's inability to fulfill its obligations hereunder with a minimum of
delay.

(b) A Party affected by an event of Force Majeure shall notify the other Party of
such event as soon as possible, and in any event not later than fourteen
(14) days following the occurrence of such event, providing evidence of the
nature and cause of such event, and shall similarly give notice of the
restoration of normal conditions as soon as possible.

(c) The Parties shall take all reasonable measures to minimize the consequences of any
event of Force Majeure.

Extension of Time

Any period within which a Party shall, pursuant to this Contract, complete any action or task,
shall be extended for a period equal to the time during which such Party was unable to
perform such action as a result of Force Majeure.

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

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.

Consultation

Not later than thirty (30) days after the Consultants, as the result of an event of Force
Majeure, have become unable to perform a material portion of the Services, the Parties shall
consult with each other with a view to agreeing on appropriate measures to be taken in the
circumstances.

2.8. Suspension

The Client may, by written notice of suspension to the Consultants, suspend all payments to
the Consultants hereunder if the Consultants fail to perform any of their obligations under
this Contract, including the carrying out of the Services, provided that such notice of
suspension (i) shall specify the nature of the failure, and (ii) shall request the Consultants to
remedy such failure within a period not exceeding thirty
(30) days after receipt by the Consultants of such notice of suspension.

Termination

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 herein
above, within thirty (30) days of receipt of such notice of suspension or within such
further period as the Client may have subsequently approved in writing;

(b) If the Consultants become (or, if the Consultants consist of more than one entity, if
any of their Members becomes) in solvent or bankrupt or enter into any agreements
with their creditors for relief of debt or take advantage of any law for the benefit of
debtors or go into liquidation or receivership whether compulsory or voluntary;

(c) If the Consultants fail to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause GC 8 hereof;

(d) If the Consultants submit to the Client a statement which has a material effect on the
rights, obligations or interests of the Client and which the Consultants know to be
false;

(e) if, as the result of Force Majeure, the Consultants are unable to perform a material
portion of the Services for a period of not less than sixty (60) days; or

(f) if the Client, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.

(g) if the consultant, in the judgment of the Client has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract. For the purpose of this
clause:

"corrupt practice" means the offering, giving, receiving or soliciting of anything of


value to influence the action of a public official in the selection process or in contract
execution.

"fraudulent practice" means a misrepresentation of facts in order to influence a


selection process or the execution of a contract to the detriment of the Borrower,
and includes collusive practice among consultants (prior to or after submission of
proposals) designed to establish prices at artificial non- competitive levels and to
deprive the Borrower of the benefits of free and open
competition.

(h) if EPC Contractor represents to Employer that the Consultant is not discharging his
duties in a fair, efficient and diligent manner and if the dispute remains unresolved,
Employer may terminate this contract.

By the Consultants

The Consultants may, by not less than thirty (30) days' written notice to the Client, such notice to
be given after the occurrence of any of the events specified in paragraphs (a) through (d) of
this Clause GC2.9.2, terminate this Contract:

(a) if the Client fails to pay any money due to the Consultants pursuant to this Contract
and not subject to dispute pursuant to Clause 8 hereof within forty- five (45) days
after receiving written notice from the Consultants that such payment is overdue;

(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.

Cessation of Rights and Obligations

Upon termination of this Contract pursuant to Clauses GC 2.2 or GC 2.9 hereof, or upon
expiration of this Contract pursuant to Clause GC2.4 hereof, all rights and obligations of the
Parties hereunder shall cease, except:

(i) such rights and obligations as may have accrued on the date of termination or
expiration;

(ii) the obligation of confidentiality set forth in Clause GC 3.3 hereof;

(iii) the Consultants' obligation to permit inspection, copying and auditing of their
accounts and records set forth in Clause GC 3.6 (ii) hereof; and

(iv) any right which a Party may have under the Applicable Law

Cessation of Services

Upon termination of this Contract by notice of either Party to the other pursuant to Clauses
GC2.9.1 or GC2.9.2 hereof, the Consultants shall, immediately upon dispatch or receipt of such
notice, take all necessary steps to bring the Services to a close in a prompt and orderly
manner and shall make every reasonable effort to keep
expenditures for this purpose to a minimum. With respect to documents prepared by the
Consultants and equipment and materials furnished by the Client, the Consultants shall
proceed as provided, respectively, by Clauses GC 3.9 or GC 3.10 hereof.

Payment upon Termination

Upon termination of this Contract pursuant to Clauses GC 2.9.1 or GC 2.9.2 hereof, the Client
shall make the following payments to the Consultants (after offsetting against these
payments any amount that may be due from the Consultant to the Client}:

(a) remuneration pursuant to Clause GC 6 hereof for Services satisfactorily performed


prior to the effective date of termination;

(b) reimbursable expenditures pursuant to Clause GC 6 hereof for expenditures


actually incurred prior to the effective date of termination; and

(c) except in the case of termination pursuant to paragraphs (a) through(d) of Clause
GC2.9.1 hereof, reimbursement of any reasonable cost incident to the prompt and
orderly termination of the Contract including the cost of there turn travel of the
Consultants' personnel and their eligible dependents.

2.9.6. Disputes about Events of Termination

If either Party disputes whether an event specified in paragraphs (a) through (e) of Clause
GC 2.9.1or in Clause GC2.9.2 hereof has occurred, such Party may, within forty- five (45)
days after receipt of notice of termination from the other Party, refer the matter to
arbitration pursuant to Clause GC8 hereof, and this Contract shall not be terminated on
account of such event except in accordance with the terms of any resulting arbitral award.

3. Obligation of the Consultants

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.

Conflict of Interests

Consultants Not to Benefit from Commissions, Discounts, etc.

The Remuneration of the Consultants pursuant to Clause GC6 hereof shall constitute the
Consultants' sole remuneration in connection with this Contract or the Services and, subject
to ClauseGC3.2.2 hereof, the Consultants shall not accept for their own benefit any trade
commission, discount or similar payment in connection with activities pursuant to this
Contract or to the Services or in the discharge of their obligations hereunder, and the
Consultants shall use their best efforts to ensure that any Sub-consultants and or Associates,
as well as the Personnel and agents of either of them, similarly shall not receive any such
additional remuneration.

If the Consultants, as part of the Services, have the responsibility of advising the Client on the
procurement of goods, works or services, the Consultants shall comply with any applicable
procurement guidelines of the Client (Employer)and or Associates Bank or of the Association,
as the case maybe, and other funding agencies and shall at all times exercise such
responsibility in the best interest of the Client. Any discounts or commissions obtained by
the Consultants in the exercise of such procurement responsibility shall be for the account
of the Client.

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. .

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.

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.

Liability of the Consultants

Subject to additional provisions, if any, set forth in the SC, the Consultants’ liability under
this Contract shall be as provided by the Applicable Law.

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.

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 upto 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.

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


Reporting Obligations

The Consultants shall submit to the Client the reports and documents specified in Appendix
B here to, in the form, in the numbers and within the time periods set forth in the said
Appendix.

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.

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

General

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

Description of Personnel

(a) The titles, agreed job descriptions, minimum qualification and estimated periods of
engagement in the carrying out of the Services of each of the Consultants' Key
Personnel are described in Appendix C. If any of the Key Personnel has already
been approved by the clients his/her name is listed as well.

(b) If required to comply with the provisions of Clause GCC 3.1.1 hereof, adjustments
with respect to the estimated periods "of engagement of Key Personnel set forth in
Appendix C may be made by the Consultants by written notice to the Client,
provided (i) that such adjustments shall not alter the originally estimated period of
engagement of any individual by more than 10% or one week, whichever is larger, and
(ii) that the aggregate of such adjustments shall not cause payments under this
Contract to exceed the ceilings set forth in
Clause GC 6.1(b) of this Contract. Any other such adjustments shall only be made with
the Client's written approval.

(c) If additional work is required beyond the scope of the Services specified in
Appendix A, the estimated periods of engagement of Key Personnel set forth in
Appendix C may be increased by agreement in writing between the Client and the
Consultants, provided that any such increase shall not, except as otherwise agreed,
cause payments under this Contract to exceed the ceilings set for thin Clause GC 6.1
(b) of this Contract.

Approval of Personnel

The Key Personnel i.e. Professional Staff and Sub-consultants listed by title as well as By
name in Appendix C are hereby approved by the Client. In respect of other Key Personnel
which the Consultants propose, to use in the carrying out of the Services, the Consultants shall
submit to the client for review and approval a copy of their biographical data and (in the
case of Key personnel to be used within the country of the Government) a copy of a
satisfactory medical certificate in the form attached here to as Appendix D. If the Client does
not object in writing(stating the reasons for the objection) within thirty (30) calendar days
from the date of receipt of such biographical data and (if applicable) such certificate, such Key
Personnel shall be deemed to have been approved by the Client.

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 been titled to be paid for overtime nor to take paid sick leave or
vacation leave except as specified in Appendix E hereto, and except as specified. In
such Appendix, the Consultants' remuneration shall be deemed to cover these items.
All leave to be allowed to the Personnel is included in the staff-months of service set
for in Appendix C. Any taking of leave by Personnel shall be subject to the prior
approval by the Client and the Consultants shall ensure that absence for leave
purposes will not delay the progress and adequate supervision of the Services.

Removal and/or Replacement of Personnel

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

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

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.

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.

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

If any member of the approved team of a consultant engaged by <Agency> 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 <Agency>/ MoRTH projects.

2.6 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

Assistance and Exemptions

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

(c) provide the Consultants, Sub-consultants and Personnel with work permits and such
other documents as shall be necessary to enable the Consultants, Sub- consultants
or Personnel to perform the Services;
(d) assist for the Personnel and, if appropriate, their eligible dependents to be provided
promptly with all necessary entry and exit visas, residence permits, exchange
permits and any other documents required for their stay in Government's country;
(e) Facilitate prompt clearance through customs of any property required for the
Services and of the personal effects of the Personnel and their -eligible dependents;
(f) Issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and effective
implementation of the Services;
(g) assist the Consultants and the Personnel and any Sub-consultants and or Associates
employed by the Consultants for the Services from any requirement to register or
obtain any permit to practice their profession or to establish themselves either
individually or as a corporate entity according to the Applicable Law;
(h) grant to the Consultants, any Sub-consultants and or Associates and the Personnel
of either of them the privilege, pursuant to the Applicable Law, of bringing into
Government's country reasonable amounts of foreign currency for the purposes of
the Services or for the personal use of the Personnel and their dependents and of
withdrawing any such amounts as may be earned therein by the Personnel in the
execution of the Services: and
(i) Provide to the Consultants, Sub-consultants and or Associates and Personnel any
such other assistance as may be specified in the SC.

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.
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).

Services, Facilities and Property of the Client

The Client shall make available to the Consultants and the Personnel, for the purposes of the
services and free of any charge, the services, facilities and property described in Appendix F
at the times and in the manner specified in said Appendix F, provided that if such services,
facilities and property shall not be made available to the Consultants as and when so
specified, the Parties shall agree on (i) any time extension that it may be appropriate to grant
to the Consultants for the performance of the Services, (ii) the manner in which the
Consultants shall procure any such services, facilities and property from other sources, and
(iii) the additional payments, if any, to be made to the Consultants as a result thereof pursuant
to Clause GC 6.l(c) hereinafter.

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.

Counterpart Personnel

(a) If so provided in Appendix F hereto, the Client shall make available to the
Consultants, as and when provided in such Appendix F, and free of charge, such
counterpart personnel to be selected by the Client, with the Consultants' advice, as shall
be specified in such Appendix F. Counterpart personnel shall work under the
exclusive direction of the Consultants. If any member of the counterpart personnel
fails to perform adequately any work assigned to him by the Consultants which is
consistent with the position occupied by such- member, the Consultants may
request the replacement of such member, and the Client shall not unreasonably
refuse to act upon such request.
(b) If counterpart personnel are not provided by the Client to the Consultants as and
when specified in Appendix F, the Client and the Consultants shall agree on
(i) how the affected part of the Services shall be carried out, and (ii) the additional
payments, if any, to be made by the Client to the Consultants as a result thereof
pursuant to Clause GC 6.1(c) hereof.
6. Payments to the Consultants

Cost Estimates; Ceiling Amount

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

Remuneration and Reimbursable Expenditures

(a) Subject to the ceilings specified in Clause GC6.1(b)hereof, the Client shall pay to the
Consultants (i) remuneration asset for thin Clause GC6.2(b),and(ii) reimbursable
expenditures asset forth in Clause GC6.2(c).If specified in the SC, said remuneration
shall be subject to price adjustment as specified in the SC.
(b) Remuneration for the Personnel shall be determined on the basis of time actually
spent by such Personnel in the performance of the Services after the date
determined in accordance with Clause GC2.3 and Clause SC2.3 (or such other date
as the Parties shall agree in writing) (including time for necessary travel via the
most direct route) at the rates referred to, and subject to such additional provisions
as are set forth, in the SC.
(c) Reimbursable expenditures actually and reasonably incurred by the
Consultants in the performance of the Services, as specified in SC.
(d) Notwithstanding anything to the contrary stated in the GCC and SCC, it shall be
mandatory to deploy the key personnel and sub-professional as per the Man- Months
Input specified in the Terms of Reference.
Inadequate deployment of key personnel and sub-professional shall lead to deduction in the
monthly payment as per following table. The key personnel and sub- professional
shall be considered to be inadequately deployed if he/she is not present for 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
Normal Highway Project
1 Team Leader cum Senior Highway Engineer 20%
2 Resident Engineer cum Highway Engineer 25%
3 Bridge/Structural Engineer 20%
4 Other Key Personnel 20%
5 Sub- Professional Staff 15%
Standalone Bridge Project
1 Team Leader cum Senior Bridge Engineer 20%
2 Resident cum Pavement Specialist 25%
3 Bridge/Structural Engineer 20%
4 Other Key Personnel 20%
5 Sub- Professional Staff 15%
Standalone Tunnel Project
1 Team Leader cum Senior Tunnel Expert 20%
2 Resident Engineer cum Excavation Specialist
3 Tunnel Design Engineer 20%
4 Other Key Personnel 20%
5 Sub- Professional Staff 15%

For avoidance of doubt, in case the Team Leader cum Senior Highway Engineer has
not been made available for 90% of the stipulated time in the month, then only 80%
of the monthly payment shall be released. In the case of “Other Key Personnel (Sr.
No. 4)” and “Sub – Professional Staff (Sr. No. 5)”, the average availability across
the group shall be considered for calculation.

Currency of Payment

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

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 for thin Appendix I hereto or in such other form as the Client shall have
approved in writing.
(b) As soon as practicable and not later than fifteen (15days)after the end of each
calendar month during the period of the Services, the Consultants shall submit to the
Client, in duplicate, itemized statements, accompanied by copies of receipted
invoices, vouchers and other appropriate supporting materials, of the
amounts payable pursuant to Clauses GC6.3 and 6.4 for such month. Each monthly
statement shall distinguish that portion of the total eligible costs which pertains to
remuneration from that portion which pertains to reimbursable expenditures.
(c) 75% of bill raised by the Consultant shall be paid within 72 Hrs and remaining bill
may be paid after due scrutiny. The Client shall cause the payment of the
Consultants periodically as given in schedule of payment above within thirty
(30) days after the receipt by the Client of bills with supporting documents. Only
such portion of a monthly statement that is not satisfactorily supported may be
withheld from payment. Should any discrepancy be found to exist between actual
payment and costs authorized to be incurred by the Consultants, the Client may add
or subtract the difference from any subsequent payments. Interest at the rate specified
in the SC shall become payable as from the above due date on any amount due by, but
not paid on such due date.
(d) The final payment under this Clause shall be made only after the final report and a
final statement, identified as such, shall have been submitted by the Consultants
and approved as satisfactory by the Client. The Services shall be deemed completed
and finally accepted by the Client and the final report and final statement shall be
deemed approved by the Client as satisfactory ninety
(90) calendar days after receipt of the final report and final statement by the Client
unless the Client, within such ninety (90)-day period, gives written notice to the
Consultants specifying in detail deficiencies in the Services, the final report or final
statement. The Consultants shall there upon promptly make any necessary
corrections, and upon completion of such corrections, the foregoing process shall
be repeated. Any amount which the Client has paid or caused to be paid in
accordance with this Clause in excess of the amounts actually payable in
accordance with the provisions of this Contract shall be reimbursed by the
Consultants to the Client within thirty, (30) days after receipt by the Consultants of
notice thereof. Any such claim by the Client for reimbursement must be made within
twelve (12) calendar months after receipt by the Client of a final report and a final
statement approved by the Client in accordance with the above.
(e) All payments under this Contract shall be made to the account of the Consultants
specified in the SC.

7. Fairness and Good Faith

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.

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

Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising out of or in
connection with this Contractor the interpretation thereof.

Dispute Resolution

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.
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.

Conciliation

In the event of any Dispute between the Parties, either Party may call upon [Chairman of
<Agency>] 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.

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 ammended. The venue of
such
arbitration shall be ***** and the language of arbitration proceedings shall be English.

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 there from, 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.

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.

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.

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

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

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

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


ramifications/higher financial stakes etc. a special fee structure could be fixed in
consultation with the Contractor/Supervision Consultants and with the specific approval of
the <Agency> before appointment of the Arbitrator

9. Fake CV

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

The addresses are:

Client: Address of Employer

Attention:

Telex :

Facsimile :

Consultant: Address of Consultant

Attention:

Cable address :

Telex :

Facsimile :

[Note’ : Fill in the Blanks]

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.

The Member in Charge is: Member (P) Sh.

(Note: If the Consultants consist of a joint venture of more than one entity, the name of the entity
whose address is specified in SC1.6.1shouldbeinsertedhere. If the Consultants consist of one
entity, this Clause 1.8 should be deleted from the SC)

The Authorised Representative are:

For the Client:


For the Consultants:

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 performsuchdutiesinregardto the deduction of such tax as
may be lawfully imposed.

The effectiveness conditions are the following:

i) Approval of the Contract by the client

The time period shall be four months or such other time period as the parties may agree in
writing.

The time period shall be one month or such other time period as the Parties may agree in
writing.

The time period shall be 78 months (30 month for construction period and48 months for
Maintenance period)

Limitation of the Consultants' Liability towards the Client

(a) Except in case of gross negligence or wilful misconduct on the part of the
Consultants or on the part of any person or firm acting on behalf of the
Consultants in carrying out the Services, the Consultants, with respect to damage
caused by the Consultants to the Client's property, shall not be liable to the Client:

(i) for any indirect or consequential loss or damage; and

(ii) Consultant will maintain at its expenses; Professional Liability Insurance including
coverage for errors and omissions caused by Consultant’s negligence in the
performance of its duties under this agreement,(A)For the amount not exceeding
total payments for Professional Fees and Reimbursable Expenditures made or
expected to be made to the Consultants hereunder OR
(B) the proceeds, the Consultants may be entitled to receive from any insurance
maintained by the Consultants to cover such a liability, whichever of (A) or (B) is
higher.

(iii) The policy should be issued only from an Insurance Company operating in India.

(iv) The policy must clearly indicate the limit of indemnity in terms of“ Any One
Accident”(AOA) and “Aggregate limit on the policy period”(AOP) and in no case
should be for an amount less than stated in the contract.

(v) If the Consultant enters into an agreement with Employer in a joint venture or ‘in
association’, the policy must be procured and provided to Employer by the joint
venture/in association entity and not by the individual partners of the joint
venture/association.

(vi) The contract may include a provision thereby the Consultant does not cancel the
policy midterm without the consent of the Employer. The insurance company may
provide an undertaking in this regard.
(b) This limitation of liability shall not affect the Consultants' liability, if any, for
damage to Third Parties caused by the Consultants or any person or firm acting on
behalf of the Consultants in carrying out the Services.

(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.

The risks and the coverage shall be as follows

(a) Third Party motor vehicle liability insurance as required under Motor Vehicles
Act,1988 in respect of motor vehicles operated in India by the Consultants or their
Personnel or any Sub-consultants or their Personnel for the period of consultancy.
(b) Third Party liability insurance with a minimum coverage, of Rs. 1.0 million for the
period of consultancy.
(c) Professional liability insurance as per 3.4 (a) (ii) of SC of the consultancy, with a
minimum coverage equal to estimated remuneration and reimbursable.
(d) Employer's liability and workers' compensation insurance in respect of the
Personnel of the Consultants and of any Sub-consultant, in accordance with the
relevant provisions of the Applicable Law, as well as, with respect to such
Personnel, any such life, health, accident, travel or other insurance as may be
appropriate; and
(e) Insurance against loss of or damage to(i) equipment purchased in whole or in part
with funds provided under this Contract, (ii) the Consultants' property used in the
performance of the Services, and(iii)any documents prepared by the Consultants in the
performance of the Services.

3.7(c) The other actions are

"(i) taking any action under a civil works contract designating the Consultants as
"Authority’s Engineer", for which action, pursuant to such civil works contract, the
written approval of the Client as "Employer" is required".

3.9 The Consultants shall not use these documents for purposes unrelated to this
Contract without the prior written approval of the Client.

"The person designated as Team Leader cum Senior Highway Engineer in Appendix C shall
serve in that capacity, as specified in Clause GC 4.6."

6.1(b) The amount payable Indian Rupee is :

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

(i) Consultants shall be paid billing rates for services rendered by the personnel of
all categories namely (i) key Personnel; (ii) sub-Professional personnel and (iii)
Support staff on man-month basis . Billing rates of
remaining items of the financial proposal, namely (i) transportation , (ii) Duty
travel to site (iii) Office Rent, (iv) office supplies communication etc.
(v) reports & document printing and (vi) survey equipment etc. shall be
worked out month wise as per actual expenditure Beginning 13th months from
the last date of submission of bid, billing rates shall be increased to cover all
items of contract i.e. remuneration, vehicle hire, office rent, consumables,
furniture etc. @ 5% every 18 months. However, for evaluation and award of
the Bid proposals, the quoted initial rate (as applicable for first 18 months from
last date of submission of bid) shall be multiplied by the total time input for
each position on this contract, i.e. without considering the increase in the billing
rates. All payments shall be made in Indian Rupees and shall be subjected to
applicable Indian laws withholding taxes if any.

(ii) Remuneration paid pursuant to the rates set forth in Appendix G shall be
adjusted every twelve (12) months (and, the first time, with effect for the
billing rates earned in the 13thcalendar 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 Authority Engineer shall be released on approval of the monthly reports.
Report shall be approved by the Authority only if it includes all the sections
prescribed in the format and submitted as per specified timelines.

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

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

(4) If any of the report is found to be misleading or containing incorrect information


as determined by the Authority, 10% of payment linked to that report shall be
deducted as penalty

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

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

6.2(b)(ii) The rates for foreign and local Personnel are set forth in Appendix G 6.4(a)

Thefollowingprovisionsshallapplytotheinterestbearingadvancepayment and the


advance payment guarantee:

1) An advance payment of 10% of the contract price in proportion to the quoted Indian
currency (INR) in the bid shall be made within 60 days after receipt and verification of
advance payment bank guarantee. The advance payment along with interest will be
set off by the Client in equal instalments against the statements for the first 18
months of the Service until the advance payment has been fully set off. The advance
payment shall be in Indian Rupee.

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

3) Interest rateshallbe10% per annum (on outstanding amount).

6.4(c) The interest rate is10% per annum.

6.4(e) The accounts are:

[Note: Insert account number, type of account and name and address of the Bank]

8.2 Disputes shall be settled by arbitration in accordance with the following provisions:
IV. APPENDICES

Appendix A: Description of the Services

[Give detailed descriptions of the Services to be provided; dates for completion of various tasks, place of
performance for different tasks; specific tasks to be approved by Client, etc.]

Details as per TOR


Appendix B: Reporting Requirements

[List format, frequency, contents of reports and number of copies; persons to receive them; dates of
submission etc. If no reports are to be submitted, state here "Not applicable".}

Please refer TOR


Appendix C: Key Personnel and Sub-consultants

[List under: C-l Titles [and names, if already available}, detailed job descriptions and
minimum qualifications. Experience of Personnel to be assigned to work
in India, and staff- months for each.

Same information as C-l for Key local Personnel.

Same as C-l for Key foreign Personnel to be assigned to work outside India.

List of approved Sub-consultants [if already available]; same


information with respect to their Personnel as in C-l through C-4)

Please refer TOR


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
Appendix E: Hours of Work for Key Personnel

The Consultants Key personnel and all other Professional / Sub Professional / Support Staff/Sub-
Consultancy personnel shall work 6 days (Mondays through Saturday) every week and observe the
Gazetted Holidays of Government of India as Holidays. The Consultant shall work as per the work
program of the EPC Contractor. In this context in case the work plan of the Consultant needs suitable
modifications, the same shall be carried out and submitted to the client for consideration. The
Consultants hours of work normally shall match with that of Contractor’s activities on the site. No
extra remuneration shall be claimed or paid for extra hours of work required in the interest of
Project completion.

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

[List here under:

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

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

Please refer TOR


Appendix G: Cost Estimates

List hereunder cost estimate in INR:

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

2. Reimbursable/Rental/Fixed expenditures as follows:

a. Cost of local transportation.

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


Appendix H: FORM OF PERFORMANCE SECURITY

(PERFORMANCE BANK GUARANTEE)


(Clause-13 of TOR)

To

Address of Employer:

1
WHEREAS [Name and address of Consultants] (hereinafter called “the
consultants”) has undertaken, in pursuance of Contract No. dated
to provides the services on terms and conditions set forth in this Contract
[Name of contract and brief description of works) (hereinafter called
the “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Consultants shall furnish
you with a Bank Guarantee by a recognized bank for the sum specified there in as security for
compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Consultants such a BankGuarantee;

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

We hereby waive the necessity of your demanding the said debt from the Consultants before presenting us
with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or
of the services to be performed there under or of any of the Contract documents which may be made
between you and the Consultants shall in any way release us from any liability under this guarantee,
and we hereby waive notice of any such change, addition or modification.

The liability of the Bank under this Guarantee shall not be affected by any change in the constitution of
the consultants or of the Bank.

Notwithstanding anything contained herein before, our liability under this guarantee is restricted
to Rs. (Rs. ) and the
guarantee shall remain valid till . Unless a claim or a demand in
writing is made up on us on or before all our liability under this
guarantee shall cease.

This guarantee shall be valid for a period of 80 months i.e. upto 2 months beyond the expiry of
contract of 78 months.

Signature and Seal of the Guarantor In presence of

Name and Designation

1.

(Name, Signature& Occupation)

Name of the Bank

Address 2.

(Name &Occupation)

Date

1Give names of all partners if the Consultants is a Joint Venture.


Appendix I: Form of Bank Guarantee for Advance Payments (Reference Clause

6.4(a) of Contract)

(To be stamped in accordance with Stamp Act, if any, of the country of issuing bank) Ref:

Bank Guarantee:

Date:

Dear Sir,

In consideration of M/s. (herein after referred as the "Client", which


expression shall, unless repugnant to the context or meaning there of include it successors,
administrators and assigns) having awarded to M/s. (herein after referred to as the "Consultant" which
expression shall unless repugnant to the context or meaning thereof, include its successors,
administrators, executors and assigns), a contract by issue of client's Contract Agreement No. dated
and the same having been unequivocally accepted by the Consultant, resulting in a Contract valued at
.

For Contract (hereinafter called the "Contract") (scope of work) and the Client having agreed to make an
advance payment to the Consultant for performance of the above Contract amounting to (in words and
figures) as an advance against Bank Guarantee to be furnished by the Consultant.

We (Name of the Bank) having its Head Office at


(herein after referred to as the Bank), which expressions hall, unless
repugnant to the context or meaning thereof, include it successors, administrators executors and assigns) do
hereby guarantee and undertake to pay the client immediately on demand any or, all monies payable by the
Consultant to the extent of as aforesaid at any time upto @ without
any demur, reservation, contest, recourse or protest and/or without any reference to the consultant. Any
such demand made by the client on the Bank shall be conclusive and binding notwithstanding any
difference between the Client and the Consultant or any dispute pending before any Court, Tribunal,
Arbitrator or any other authority. We agree that the Guarantee herein contained shall be irrevocable
and shall continue to be enforceable till the Client discharges this guarantee.

The Client shall have the fullest liberty without affecting in any way the liability of the Bank under this
Guarantee, from time to time to vary the advance or to extend the time for performance of the contract by the
Consultant. The Client shall have the fullest liberty without affecting this guarantee, to postpone from time to
time the exercise of any powers vested in them or of any right which they might have against the Client and
to exercise the same at any time in any manner, and either to enforce or to forebear to enforce any
covenants, contained or implied, in the Contract between the Client and the Consultant other course or
remedy or security available to the Client. The bankshall not be relieved of its obligations under these presents
by any exercise by the Client of its liberty with reference to the matters aforesaid or any of them or by reason
of any other act or forbearance or other acts of omission or commission on the part of the Client or any
other Indulgence shown by the Client or by any other matter or thing whatsoever which under law would but
for this provision have the effect of relieving the Bank.
The Bank also agrees that the Client at its option shall be entitled to enforce this Guarantee against the Bank
as a principal debtor, in the first instance without proceeding against the Consultant and notwithstanding
any security or other guarantee that the Client may have in relation to the Consultant's liabilities.

Notwithstanding anything contained herein above our liability under this guarantee is limited to
and it shall remain in force upto and including
And shall be extended from time to time for such period (not
exceeding one year), as may be desired by M/s. on whose behalf this
guarantee has been given.

Dated this day of 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.
Note1: The stamp papers of appropriate value shall be purchased in the name of bank Who
issues the "Bank Guarantee”.
Note 2: The bank guarantee shall be from a Nationalized Indian Bank or reputed foreign
commercial Bank acceptable to client for Foreign Consultant with counter guarantee from
Nationalized Bank. Bank guarantee furnished by Foreign Consultant shall be confirmed by any
Nationalized Bank in India.
Appendix J

Letter of invitation
Appendix K

Letter of Award
Appendix L

Minutes of pre-bid meeting


Appendix-M

Memorandum of Understanding
between
_____________________ And
__________________________

Whereas the Ministry of Road Transport & Highways (MoRT&H)/ The Public Works Department,
Government of Goa State PWD (the ‘Employer’) has invited proposal for appointment of Authority’s
Engineer for Consultancy services for Authority’s Engineer for Supervision of
“CONSTRUCTION OF SIX LANE LINK ROAD (NH-166S) WITH PAVED SHOULDER
CONFIGURATIFON TO MOPA AIRPORT IN THE STATE OF GOA ON EPC MODE
hereinafter called the Project.

And Whereas (Lead Partner) and JV partner/s have


agreed to form a Joint Venture to provide the said services to the Employer as Authority’s Engineer; and

Now, therefore, it is hereby agreed by and on behalf of the partners as follows:

(i) will be the lead partner and will be the other JV partner/s.

(ii) (lead partner) shall be the incharge of overall administration of contract and
shall be authorised representative of all JV partners for conducting all business for and on
behalf of the JV during the bidding process and subsequently, represent the joint venture for and
on behalf of the JV for all contractual matters for dealing with the Employer/EPC
Contractor if Consultancy work is awarded to JV.

(iii) All JV partners do hereby undertake to be jointly and severely responsible for all the
obligation and liabilities relating to the consultancy work and in accordance with the Terms
of Reference of the Request for Proposal for the Consultancy Services.

(iv) 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 the Employer (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
For (Name of Associate Partner/s)

DISCLAIMER

The Applicant must read all the instructions in the RFP and submit the same accordingly.

You might also like